Executed Counterparts Counterpart No. ______of _____

Including Addenda Nos. ______through ______

CPA No.______

Tolt Pipeline Protection - Winkelman Reconstruction (Rebid)

Contract C01269C18

Volume 1 of 3

Bidding Requirements and Forms General Terms and Conditions Technical Specifications

May 2018

Department of Natural Resources and Parks Water and Land Resources Division TABLE OF CONTENTS Tolt Pipeline Protection - Winkelman Revetment Reconstruction (Rebid) CONTRACT C01269C18 VOLUME 1 OF 3

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 1 - GENERAL REQUIREMENTS 01 10 00 SUMMARY 01 10 16 LABOR MANAGEMENT PLAN 01 15 00 AVAILABLE INFORMATION 01 20 00 PRICE AND PAYMENT PROCEDURES 01 31 00 PROJECT MANAGEMENT AND COORDINATION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION 01 35 29 HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES 01 40 00 QUALITY REQUIREMENTS 01 50 00 TEMPORARY FACILITIES AND CONTROLS 01 57 00 TEMPORARY AND SEDIMENTS CONTROL 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 01 71 23 FIELD ENGINEERING

C01269C18 page i Table of Contents Rev. 6/14/2017 TABLE OF CONTENTS (CONT.

DIVISION 2 - SITE WORK 02 42 00 REMOVAL AND SALVAGE

DIVISION 3 - CONCRETE 03 41 00 PRECAST STRUCTURAL CONCRETE PRODUCTS

DIVISION 4– 30 NOT USED

DIVISION 31-EARTHWORK 31 10 00 SITE CLEARING 31 22 00 GRADING 31 23 00 EXCAVATION AND FILL 31 23 33 TRENCHING AND BACKFILL

DIVISION 32-EXTERIOR IMPROVEMENTS 32 11 23 AGGREGATE BASE COURSE 32 23 13 SUBGRADE PREPARATION 32 92 00 TURF AND GRASSES 32 93 50 BOLES 32 95 00 WILDLIFE SNAGS

DIVISION 33-NOT USED

DIVISION 34-GUARDRAIL 34 71 13 BEAM-TYPE GUARDRAIL

DIVISION 35-WATERWAY & MARINE CONSTRUCTION LOG HABITAT & REVETMENT 35 43 00 WATERWAY SCOUR PROTECTION 35 43 20 ENGINEERED LOG JAMS 35 49 26 SIDE HINGE FLOODGATE

DIVISION 36– 49 NOT USED

C01269C18 page ii Table of Contents Rev. 6/14/2017 SECTION 00020 KING COUNTY INVITATION TO BID

Advertisement Date: May 3, 2018 Invitation To Bid (ITB) Title: Tolt Pipeline Protection - Winkelman Revetment Reconstruction (Rebid) ITB Number C01269C18 Sealed Bid Time/Date: 1:30 p.m., May 17, 2018 Location Due: King County Procurement & Payables Section, Contracts Counter, 3rd Floor, 401 Fifth Avenue, Seattle, WA 98104 Contract Specialist Mary Lee, [email protected], 206-263-9381 Alternate Contract Specialist Kelly McKeever, [email protected], 206-263-9389 Engineer’s Estimate: $5,559,400 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 of this contract is for Revetment Reconstruction including installation; engineered log structures; bank and tributary regrading; new culvert; erosion control; and site restoration. Work site: 12808 Carnation-Duvall Road NE, Duvall, WA 98019. (Primary Site access from NE 124th St). Pre-Bid / Site Tour: A pre-bid conference / site tour is not scheduled. Subcontracting Opportunities: exterior improvements, waterway and marine construction log habitat and revetment, earthwork, and utilities Apprenticeship Requirements: 10% minimum Apprentice Utilization Requirement. SCS Utilization Requirements. 10% minimum requirement for King County Certified Small Contractors and Suppliers (SCS). Bid Guaranty: Not less than five percent (5%) of the Total Bid Price. 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. Printed documents may be ordered from United Reprographics at 206-382-1177. Copies of documents are not available for purchase from King County, but are available for review 8:00 a.m. – 5:00 p.m. M thru F at the Contracts Counter: Chinook Bldg, 3rd Floor, 401 Fifth Avenue Seattle, WA 98104. 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/login.aspx?ReturnUrl=%2fprocurement_o vr %2fdefault.aspx

C01269C18 page 1 of 2 §00020 Rev. 12/29/2015 Invitation to Bid 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

C01269C18 page 2 of 2 §00020 Rev. 12/29/2015 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 INSPECTION OF WORK SITE ...... 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 ...... 3 1.08 NON-DISCRIMINATION IN CONTRACTING ...... 3 1.09 RECYCLED PRODUCTS POLICY ...... 3 1.10 “OR EQUAL” REQUESTS ...... 3 1.11 ELECTRONIC DOCUMENTS AND PLANHOLDER LIST ...... 3 PART 2 — PREPARATION AND SUBMITTAL OF BIDS ...... 4 2.01 GENERAL ...... 4 2.02 TAXES – RETAIL SALES ...... 4 2.03 BID GUARANTY ...... 5 2.04 ACKNOWLEDGMENT OF ADDENDA ...... 5 PART 3 — BID EVALUATION AND REJECTION...... 5 3.01 OPENING AND POSTPONEMENT OF OPENING ...... 5 3.02 MODIFICATION AND WITHDRAWAL OF BIDS ...... 5 3.03 BID EXTENSION ...... 6 3.04 BID ERRORS, INFORMALITIES AND IMMATERIAL IRREGULARITIES ...... 6 3.05 BID EVALUATION AND RESULTS ...... 6 3.06 QUALIFICATIONS OF BIDDER ...... 8 3.07 BID EVALUATION CONFERENCE ...... 8 3.08 SINGLE BID RECEIVED ...... 8 3.09 REJECTION OF BIDS ...... 9 3.10 COLLUSION ...... 9 3.11 PROTEST PROCEDURES ...... 9 PART 4 — AWARD AND EXECUTION OF CONTRACT ...... 11 4.01 GENERAL ...... 11 4.02 PERFORMANCE AND PAYMENT BOND ...... 11 4.03 INSURANCE ...... 11 4.04 RETURN OF BID GUARANTIES & ESCROW DOCUMENTATION ...... 12 4.05 EQUAL BENEFITS ...... 12

C01269C18 page i of i §00100 Rev 01/01/2018 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. 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. 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.

C01269C18 page 1 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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 INSPECTION OF WORK SITE A. Bidders shall carefully inspect and compare the work site and Contract Documents to satisfy themselves, by personal examination, physical testing or by such other means as they may prefer, of the location of the work, the actual physical conditions of the site, surface and subsurface conditions, and conditions ordinarily encountered and generally recognized as inherent in the work. Bidders shall obtain written permission from property owner prior to entering the site and prior to conducting physical testing. If, during the course or as a result of such inspection, examination and testing, a Bidder finds facts or conditions which appear to conflict with the letter or spirit of the Contract Documents, or with any other data or material made available to the Bidder relating to the work, the Bidder shall promptly notify the King County Procurement & Payables Section (P&P) in writing for additional information and clarification before submitting a bid. B. The submittal of a bid shall constitute the Bidder's acknowledgment, based on the Bidder’s own knowledge, examination, inspection and testing as well as review of the Contract Documents, that the Bidder has satisfied itself as to the following: (1) the quality, character and quantity of subsurface conditions materials or obstacles to be encountered insofar as this information is reasonably ascertainable from the inspection of the site and Contract Documents; (2) access to the site; (3) environmental factors and mitigation requirements; (4) all other data, matters and conditions requisite to the fulfillment of the work; (5) conditions ordinarily expected to be encountered or generally recognized as inherent in the work; (6) requirements imposed by easements and permits; and, (7) existing and available services and utilities at and in the vicinity of the site of the work and not on any representation or warranty of the County. No claim for additional compensation will be allowed which is based upon a misunderstanding or lack of knowledge, examination, inspection and/or testing of any of the above items by the Bidder. 1.04 WAGES A. This Contract is subject to the 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 work shall comply with all requirements herein, and intermediate and final completion dates as may be set forth in the specifications. The submittal of a bid constitutes the Bidder's acknowledgment that such intermediate and final completion requirements have been taken into account in formulating its bid for this Work. 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

C01269C18 page 2 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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. 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:

C01269C18 page 3 of 12 §00100 Rev 01/01/2018 Instructions to Bidders http://www.kingcounty.gov/procurement/solicitations

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 – RETAIL SALES A. The Work to be performed under this Contract constitutes a “retail sale” as such term is defined in RCW 82.04.050, and the Contract Price is subject to the State of Washington and local agency retail sales taxes. However, Bidders shall not include such retail sales tax on the Contract Price in their bids. Such retail sales tax will be calculated on the total Contract Price and The County will add retail sales tax (state and local) on each progress payment and final payment to the Contractor for transmittal by the Contractor to the Washington State Department of Revenue or to the applicable local government. 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.

C01269C18 page 4 of 12 §00100 Rev 01/01/2018 Instructions to Bidders C. Retail sales/use taxes, if any, payable on equipment, materials and other items provided hereunder to the Contractor by the County shall not be included in the Bidder’s proposed prices. If taxes on such items are required to be paid, the County shall make such payment, either through the Contractor or direct to the Washington State Department of Revenue. 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.

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. 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

C01269C18 page 5 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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. 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

C01269C18 page 6 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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 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.

C01269C18 page 7 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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:

3. Electronic Funds Transfer 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

C01269C18 page 8 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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. 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.

C01269C18 page 9 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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 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.

C01269C18 page 10 of 12 §00100 Rev 01/01/2018 Instructions to Bidders 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 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, one copy of the fully executed Contract Documents will be provided to the Contractor. 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 Contract Price, including any and all adjustments to the Contract Price, 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

C01269C18 page 11 of 12 §00100 Rev 01/01/2018 Instructions to Bidders §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 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

C01269C18 page 12 of 12 §00100 Rev 01/01/2018 Instructions to Bidders SECTION 00120 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY AND SMALL CONTRACTORS AND SUPPLIERS REQUIREMENTS AND APPRENTICESHIP REQUIREMENTS TABLE OF CONTENTS

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

1.02 SMALL CONTRACTORS AND SUPPLIERS UTILIZATION ...... 3

1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) REQUIREMENTS ...... 3

1.04 SUBSTITUTION OF KING COUNTY CERTIFIED SCS FIRMS ...... 5

1.05 NOT USED ...... 5

1.06 REQUIREMENTS DURING CONTRACT PERFORMANCE ...... 6

1.07 APPRENTICESHIP PROGRAM REQUIREMENTS ...... 8

C01269C18 page i of i §00120 Rev 01/01/2018 STD 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 , 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 King County Chapter 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 KCC 12.16. D. Equal Benefits to Employees with Domestic Partners. See Section 00100 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. 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

C01269C18 page 1 of 13 §00120 Rev 01/01/2018 STD 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. 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

C01269C18 page 2 of 13 §00120 Rev 01/01/2018 STD 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.

Business Development and Contract Compliance Section Mail Stop: CNK-ES-0350 401 Fifth Avenue Seattle, WA 98104

1.02 SMALL CONTRACTORS AND SUPPLIERS UTILIZATION A. Policy. It is King County policy that Small Contractors and Suppliers (SCS) have enhanced opportunities to participate in the performance of public works contracts issued by King County, and that Contractors and Subcontractors use Certified SCS Firms to provide materials, supplies, and services on County public works projects. 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 206-263-9731. 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.

1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) REQUIREMENTS A. SCS Utilization Requirement. In accordance with King County Code 2.97 and King County policy to enhance opportunities for Certified SCS Firms in procurement, for this Contract the Bidder shall ensure that it subcontracts at least: (10 %) of the Total Bid Price to Certified SCS Firms B. Responsiveness. Failure to satisfy the SCS Utilization Requirement shall render a bid non-responsive and the bid will be rejected. A Bidder’s demonstrated commitment to utilize Certified SCS Firms at or greater than the required percentage must be demonstrated at the time of bid opening and cannot be cured after that time and will result in bid rejection.

C01269C18 page 3 of 13 §00120 Rev 01/01/2018 STD C. Compliance with SCS Utilization Requirement. The Bidder shall provide a Letter of Intent for each Certified SCS Firm the Bidder commits to utilize on this Contract, and for the Bidder, if Bidder is a Certified SCS Firm and intends to self-perform work. The Letter of Intent must include all information identified in items 1, 2 and 3 in the list below. 1. Total bid dollar amount for the work to be performed, or materials supplied by a Certified SCS Firm; and, 2. Description of work and/or materials supplied by the Certified SCS Firm; and, 3. Signature of the Certified SCS Firm owner or an authorized representative of the Certified SCS Firm. An authorized representative means an officer or employee of the Certified SCS Firm, who has been authorized in writing and in advance of the Bid Submittal Due Date to execute a Letter of Intent on behalf of the Certified SCS Firm. A bidder’s failure to properly complete the Letter of Intent to include all information (items 1, 2 and 3) in the above list cannot be cured after bid opening and will result in bid rejection. The Letter of Intent form is located in Section 00300. Additional Copies may be made as needed. D. Evaluating & Calculating King County Certified SCS Firm Utilization. 1. A Certified SCS Firm is the Prime Bidder. 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 a Prime Bidder for the distinct, clearly defined work performed with its own forces. 2. SCS Subcontractor or Manufacturer. A Bidder will receive 100% credit towards the SCS Utilization Requirement for work performed by a Certified SCS Firm at all tier levels. Provided that when a non-SCS subcontractor further subcontracts to a lower-tier subcontractor or supplier who is a certified SCS Firm, the County will count only the distinct and clearly defined portion of the work that the Certified SCS Firm is performing with its own forces. A Certified SCS Firm may further 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). If a Certified SCS Firm is performing at least 51% of the subcontract amount, 100% of the subcontract amount will be counted. The county will not count the participation of a Certified SCS Firm that subcontracts more than 49% of its work. 3. SCS Supplier. A Bidder will receive 60% credit towards the SCS Utilization Requirement for the purchase of materials or supplies from a Certified SCS Firm if the firm is a Supplier of materials or supplies only. 4. The County will not count any participation toward the SCS requirement for a Certified SCS Subcontractor, Supplier or Manufacturer where the Prime Bidder or an owner of the Bidder has any percentage of ownership in the Certified SCS firm. 5. 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;

C01269C18 page 4 of 13 §00120 Rev 01/01/2018 STD 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.

1.04 SUBSTITUTION OF KING COUNTY CERTIFIED SCS FIRMS A. King County requires that any Certified SCS Firm listed by a Bidder on its Letters of Intent shall be used on the Contract. B. The Bidder or selected Contractor shall not substitute a Certified SCS Firm without the County’s prior written approval. If the Bidder or selected Contractor proposes, at any time after bid opening and before Contract Execution, or at any time after Contract Execution, to substitute a Certified SCS Firm, the Bidder or selected Contractor shall provide the County with five (5) business days’ prior written notice and an explanation for the SCS substitution request. Substitution of an identified Certified SCS Firm may only be made by a Bidder or the selected Contractor for the following reasons: 1. Refusal of the listed Certified SCS Firm to sign a contract with the Contractor. 2. Bankruptcy or insolvency of the listed Certified SCS Firm. 3. Inability of the listed Certified SCS Firm to perform the requirements of the proposed Contract. 4. Inability of the Certified SCS Firm to obtain the necessary license, bonding, insurance, or other statutory requirements to perform the work detailed in the Contract. 5. The listed Certified SCS Firm is barred from participating in the Project as a result of a court order or summary judgment. 6. Other unforeseen circumstances as approved by King County. C. The County will investigate the proposed substitution request and make a determination in writing to approve or disapprove the proposed substitution. Unless waived by the County in writing for good cause, substitution, if any, shall involve the replacement of a Certified SCS Firm with another Certified SCS Firm, and the Bidder or selected Contractor shall remain in compliance with the SCS Utilization Requirement. D. For substitutions proposed after bid opening and before Contract execution, the Contract shall not be executed unless the County approves the Bidder’s substitution request. E. The failure of a Contractor to comply with the aforementioned conditions will be considered a material breach of the Contract and subject the Contractor to Liquidated Damages in accordance with 1.06F. F. The County shall not be responsible or liable for any costs, delays, and/or damages resulting from the County denial or acceptance of the proposed substitution.

1.05 NOT USED

C01269C18 page 5 of 13 §00120 Rev 01/01/2018 STD 1.06 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. King County requires that any Certified SCS Firm listed by a Bidder on its Letter of Intent(s) shall be used on the Contract. The County will evaluate the Contractor’s compliance with the SCS Utilization Requirement against the Contract Price after Substantial Completion of the Contract for compliance with the overall utilization of Certified SCS Firms on this Contract. B. Change Orders. If the Contract Price is increased as a result of adding additional work, the Contractor shall take all reasonable measures to ensure that Certified SCS Firms are provided an opportunity to compete and participate in the new work. 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. 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. 3. SCS Supplier. The County will count 60% of the total bid dollar amount for materials supplied from a Certified SCS Firm. 4. 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. 5. 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;

C01269C18 page 6 of 13 §00120 Rev 01/01/2018 STD 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. Required Submittals During Work. The Contractor shall collect, submit and update the submittals listed below for itself, all Subcontractors and Suppliers by the 10th of each month for previous month. Subcontractor information shall be submitted prior to the county processing and paying any progress payment that includes such subcontractor work. The Contract and Apprenticeship Report Tracking System (CARTS) Website is located at http://www.kingcounty.gov/bdcc. Telephone 206-263-9734 if you require assistance. Report forms are available on the CARTS Reporting Website. 1. Updated Subcontractors and Suppliers List. The Contractor shall update its Subcontractor and Supplier Lists with any changes on the Contract electronically using the CARTS Reporting Website. 2. Contractor Payment Reports. The Contractor shall enter and submit the amount received from the County for itself and the amounts paid to all subcontractors and suppliers. Entries shall be entered in CARTS on a monthly basis 3. Monthly Utilization Reports. Labor hours (EEO Monthly Reports) shall be completed each month by the Contractor for itself and every subcontractor who performed work for the reported month electronically using the CARTS Reporting Website. 4. Apprenticeship Utilization Reports. When applicable, the Contractor shall submit all apprenticeship reports electronically using the CARTS Reporting Website. 5. Certification of Amounts Paid. The Contractor shall submit with each progress payment request, a certification identifying amounts earned to all subcontractors and suppliers who performed work during the period for which payment is requested, Project Representative. 6. Final Certification of Amounts Paid. Upon completion of all work and as a condition precedent to final payment, the Contractor shall upload a final Certification of Amounts Paid electronically using the CARTS Reporting Website. Identify all amounts actually paid, and all amounts earned, for every subcontractor and supplier for all work performed and/or supplies obtained on this Contract. Failure to submit such certifications may result in withholding of payments or the final payment. King County will provide certification forms. E. Failure to comply with the SCS requirements. 1. 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

C01269C18 page 7 of 13 §00120 Rev 01/01/2018 STD a breach of Contract. King County may impose liquidated damages, withhold progress payments, and seek any other remedy allowed by law. 2. 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 fifteen (15) 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. F. Liquidated Damages. 1. The County is damaged when a contract or portion of a contract is not actually performed by an SCS in compliance with the requirements set forth in ordinance, administrative rules and the requirements of subsection 1.02 to 1.07. Because the actual monetary amount of such damage is not reasonably calculable, liquidated damages equal to the dollar value of the participation by Certified SCSs lost to the County due to the violation, may be imposed as provided in the Contract using the methodology set forth in 2. Below. 2. The following example is for informational purposes only: Total contract price is $100,000 Percentage of total contract price subject to the SCS requirement: 10% Dollar amount of total contract price to SCS firms to meet the SCS requirement: $10,000 ($100,000 X 10% = $10,000) Actual SCS dollar amount reported: $5,000. Shortfall in SCS Requirement: 5% Liquidated damages: $100,000.00 ($100,000 X 5% = $5,000)

1.07 APPRENTICESHIP PROGRAM REQUIREMENTS A. Definitions “Administrator” means the Director of King County Office of Business Relations and Economic Development. “Apprentice” means a person who has signed a written Apprenticeship Agreement with and enrolled in a training program approved by the Washington State Apprenticeship and Training Council, hereinafter referred to as SAC, to learn a skilled craft or trade as an Apprentice. “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.

C01269C18 page 8 of 13 §00120 Rev 01/01/2018 STD “Best Efforts” means the strongest possible efforts that Contractors can reasonably make to meet the Apprentice Utilization Requirement established for each public work contract selected for participation in the Apprenticeship Program. “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. “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. “Qualified Disabled Person” means a person with a disability that, with reasonable accommodation, can perform the essential functions of the job in question. B. 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. Questions concerning compliance with these requirements, including utilization goals, bidding and submittal requirements shall be directed in writing to PCSS at

C01269C18 page 9 of 13 §00120 Rev 01/01/2018 STD 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. C. Apprentice Utilization Requirement. 1. Pursuant to King County Code 12.16. 150-180, King County has established a minimum Apprentice Utilization Requirement of 10% for this Contract. (Apprentices shall work 10% of the Labor Hours for this Project). The Contractor and Subcontractors shall use Apprentices at every opportunity. 2. The Contractor shall require each of its subcontractors to comply with the requirements of the Apprenticeship Program. Each Bidder shall notify each proposed subcontractor of the Apprentice Utilization Requirement for this project. At the Bid Evaluation Conference, or upon request, the Bidder shall submit written verification from each of its proposed subcontractors that the proposed subcontractor has been notified of the Apprenticeship Program requirements. The proposed subcontractors shall also submit written statements to the Bidder that indicate whether they will use Apprentices on the project. 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). D. 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 E. Reporting Requirements. 1. Apprenticeship Utilization Plan. a. The Contractor shall submit an Apprenticeship Utilization Plan to the County for approval no later than five (5) days following Notice of Selection. The Apprenticeship Utilization Plan submitted by the Contractor shall demonstrate the distribution of Apprentices across the trades and crafts wherever feasible. King County may withhold progress payment from the Contractor if the plan is not approved. The Plan shall include the following elements: (1) An estimate of the total contract Labor Hours by trade and craft to be worked by the Contractor and all subcontractors. (2) An estimate of the total Labor Hours in each trade or craft to be worked by Apprentices and journey workers, and the anticipated dates when the work will start. (3) A list that contains the names of all proposed subcontractors who will perform work on this Contract.

C01269C18 page 10 of 13 §00120 Rev 01/01/2018 STD (4) Specific efforts proposed by the Contractor and all subcontractors to achieve the Apprentice Utilization Requirement. (5) 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. (6) 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. 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. 2. Apprentice Utilization Report (AUR). a. The Contractor shall submit to the County an AUR on a monthly basis. The Contractor shall submit the AUR by the 10th of each month to report Apprentice utilization for the previous month. The Contractor shall also submit AURs for all its sub-contractors by the 10th of the month. The County may withhold progress payments to the Contractor for failure to provide AURs as specified in this section. The Contractor shall submit all AURs electronically using King County Business Development and Contract Compliance CARTS Reporting Website. Contact the Business Development and Contract Compliance Section at 206-263-9734 for assistance with the reporting website. b. 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. 3. 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 Apprenticeship Utilization Plan 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. 4. Best efforts. a. The Contractor shall ensure that Best Efforts are made to meet the Apprentice Utilization Requirement. In fulfilling the Best Efforts requirement, the Contractor shall, at a minimum, take (or, where appropriate, require its subcontractors to take) the following steps: (1) Contact SAC approved program sponsors to request Apprentices 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.

C01269C18 page 11 of 13 §00120 Rev 01/01/2018 STD (3) If Apprentices are not available through SAC approved program sponsors, contact other recruitment/referral agencies, including, but not limited to the Apprenticeship Opportunities Project and Seattle Vocational Institute and request such candidates for the SAC apprenticeship program. If Apprentice candidates are available through these agencies, request direct entry into the SAC approved apprentice program and, proceed with the hiring process, 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 AUR submittal, due by the 10th 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 response of its denial to the Contractor within ten (10) working days from the date of receipt of the Contractor’s written request. F. 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 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:

C01269C18 page 12 of 13 §00120 Rev 01/01/2018 STD 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. G. 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

C01269C18 page 13 of 13 §00120 Rev 01/01/2018 STD 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 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.

END OF SECTION

C01269C18 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.

Prevailing Wage Rates published on: 2/1/2018 Effective Date: 3/3/2018

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 $55.82 5A 1M Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M Building Service Employees Janitor $23.73 5S 2F Building Service Employees Traveling Waxer/Shampooer $24.18 5S 2F Building Service Employees Window Cleaner (Non-Scaffold) $27.23 5S 2F Building Service Employees Window Cleaner (Scaffold) $28.13 5S 2F Cabinet Makers (In Shop) Journey Level $22.74 1 Carpenters Acoustical Worker $57.18 5D 4C Carpenters Bridge, Dock And Wharf Carpenters $57.18 5D 4C Carpenters Carpenter $57.18 5D 4C Carpenters Carpenters on Stationary Tools $57.31 5D 4C Carpenters Creosoted Material $57.28 5D 4C Carpenters Floor Finisher $57.18 5D 4C Carpenters Floor Layer $57.18 5D 4C Carpenters Scaffold Erector $57.18 5D 4C Cement Masons Journey Level $57.21 7A 1M Divers & Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under ) Divers & Tenders Dive Supervisor/Master $72.97 5D 4C Divers & Tenders Diver $110.54 5D 4C 8V Divers & Tenders Diver On Standby $67.97 5D 4C Divers & Tenders Diver Tender $61.65 5D 4C Divers & Tenders Manifold Operator $61.65 5D 4C Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C Divers & Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician Divers & Tenders Remote Operated Vehicle Tender $57.43 5A 4C Dredge Workers Assistant Engineer $56.44 5D 3F Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Dredge Workers Boatmen $56.44 5D 3F Dredge Workers Engineer Welder $57.51 5D 3F Dredge Workers Leverman, Hydraulic $58.67 5D 3F Dredge Workers Mates $56.44 5D 3F

Effective Date: 3/3/2018 1 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Dredge Workers Oiler $56.00 5D 3F Drywall Applicator Journey Level $56.78 5D 1H Drywall Tapers Journey Level $57.43 5P 1E Electrical Fixture Maintenance Journey Level $28.99 5L 1E Workers Electricians - Inside Cable Splicer $76.96 7C 4E Electricians - Inside Cable Splicer (tunnel) $82.24 7C 4E Electricians - Inside Certified Welder $74.38 7C 4E Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E Electricians - Inside Construction Stock Person $39.69 7C 4E Electricians - Inside Journey Level $71.80 7C 4E Electricians - Inside Journey Level (tunnel) $76.96 7C 4E Electricians - Motor Shop Craftsman $15.37 1 Electricians - Motor Shop Journey Level $14.69 1 Electricians - Powerline Cable Splicer $79.43 5A 4D Construction Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction Electricians - Powerline Groundperson $46.28 5A 4D Construction Electricians - Powerline Heavy Line Equipment Operator $69.75 5A 4D Construction Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction Electricians - Powerline Powderperson $52.20 5A 4D Construction Electronic Technicians Journey Level $31.00 1 Elevator Constructors Mechanic $91.24 7D 4A Elevator Constructors Mechanic In Charge $98.51 7D 4A Fabricated Precast Concrete All Classifications - In-Factory Work $17.72 5B 1R Products Only Fence Erectors Fence Erector $15.18 1 Flaggers Journey Level $39.48 7A 3I Glaziers Journey Level $61.81 7L 1Y Heat & Frost Insulators And Journeyman $67.93 5J 4H Asbestos Workers Heating Equipment Mechanics Journey Level $78.17 7F 1E Hod Carriers & Mason Tenders Journey Level $48.02 7A 3I Industrial Power Vacuum Journey Level $11.50 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

Effective Date: 3/2/16 2 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note

Inland Boatmen Mate $57.31 5B 1K Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $31.49 1 Of Sewer & Water Systems By Remote Control Inspection/Cleaning/Sealing Grout Truck Operator $11.50 1 Of Sewer & Water Systems By Remote Control Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer & Water Systems By Remote Control Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer & Water Systems By Remote Control Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Systems By Remote Control Insulation Applicators Journey Level $57.18 5D 4C Ironworkers Journeyman $67.88 7N 1O Laborers Air, Gas Or Electric Vibrating Screed $46.57 7A 3I Laborers Airtrac Drill Operator $48.02 7A 3I Laborers Ballast Regular Machine $46.57 7A 3I Laborers Batch Weighman $39.48 7A 3I

Laborers Brick Pavers $46.57 7A 3I Laborers Brush Cutter $46.57 7A 3I Laborers Brush Hog Feeder $46.57 7A 3I Laborers Burner $46.57 7A 3I Laborers Caisson Worker $48.02 7A 3I Laborers Carpenter Tender $46.57 7A 3I Laborers Caulker $46.57 7A 3I Laborers Cement Dumper-paving $47.44 7A 3I Laborers Cement Finisher Tender $46.57 7A 3I Laborers Change House Or Dry Shack $46.57 7A 3I Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 3I Laborers Chipping Gun(30 Lbs. And Over) $47.44 7A 3I Laborers Choker Setter $46.57 7A 3I Laborers Chuck Tender $46.57 7A 3I Laborers Clary Power Spreader $47.44 7A 3I Laborers Clean-up Laborer $46.57 7A 3I Laborers Concrete Dumper/chute Operator $47.44 7A 3I Laborers Concrete Form Stripper $46.57 7A 3I Laborers Concrete Placement Crew $47.44 7A 3I Laborers Concrete Saw Operator/core Driller $47.44 7A 3I Laborers Crusher Feeder $39.48 7A 3I Laborers Curing Laborer $46.57 7A 3I Laborers Demolition: Wrecking & Moving $46.57 7A 3I (incl. Charred Material) Laborers Ditch Digger $46.57 7A 3I Laborers Diver $48.02 7A 3I Laborers Drill Operator (hydraulic,diamond) $47.44 7A 3I Laborers Dry Stack Walls $46.57 7A 3I

Effective Date: 3/2/16 3 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note

Laborers Dump Person $46.57 7A 3I Laborers Epoxy Technician $46.57 7A 3I Laborers Erosion Control Worker $46.57 7A 3I Laborers Faller & Bucker Chain Saw $47.44 7A 3I Laborers Fine Graders $46.57 7A 3I Laborers Firewatch $39.48 7A 3I Laborers Form Setter $46.57 7A 3I Laborers Gabian Basket Builders $46.57 7A 3I Laborers General Laborer $46.57 7A 3I Laborers Grade Checker & Transit Person $48.02 7A 3I Laborers Grinders $46.57 7A 3I Laborers Grout Machine Tender $46.57 7A 3I Laborers Groutmen (pressure)including Post $47.44 7A 3I Tension Beams Laborers Guardrail Erector $46.57 7A 3I Laborers Hazardous Waste Worker (level A) $48.02 7A 3I Laborers Hazardous Waste Worker (level B) $47.44 7A 3I Laborers Hazardous Waste Worker (level C) $46.57 7A 3I Laborers High Scaler $48.02 7A 3I Laborers Jackhammer $47.44 7A 3I Laborers Laserbeam Operator $47.44 7A 3I Laborers Maintenance Person $46.57 7A 3I Laborers Manhole Builder-mudman $47.44 7A 3I Laborers Material Yard Person $46.57 7A 3I Laborers Motorman-dinky Locomotive $47.44 7A 3I Laborers Nozzleman (concrete Pump, Green $47.44 7A 3I Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla Laborers Pavement Breaker $47.44 7A 3I Laborers Pilot Car $39.48 7A 3I Laborers Pipe Layer Lead $48.02 7A 3I Laborers Pipe Layer/tailor $47.44 7A 3I Laborers Pipe Pot Tender $47.44 7A 3I Laborers Pipe Reliner $47.44 7A 3I Laborers Pipe Wrapper $47.44 7A 3I Laborers Pot Tender $46.57 7A 3I Laborers Powderman $48.02 7A 3I Laborers Powderman's Helper $46.57 7A 3I Laborers Power Jacks $47.44 7A 3I Laborers Railroad Spike Puller - Power $47.44 7A 3I Laborers Raker - Asphalt $48.02 7A 3I Laborers Re-timberman $48.02 7A 3I Laborers Remote Equipment Operator $47.44 7A 3I

Laborers Rigger/signal Person $47.44 7A 3I Laborers Rip Rap Person $46.57 7A 3I Laborers Rivet Buster $47.44 7A 3I Laborers Rodder $47.44 7A 3I

Effective Date: 3/2/16 4 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note

Laborers Scaffold Erector $46.57 7A 3I Laborers Scale Person $46.57 7A 3I Laborers Sloper (over 20") $47.44 7A 3I Laborers Sloper Sprayer $46.57 7A 3I Laborers Spreader (concrete) $47.44 7A 3I Laborers Stake Hopper $46.57 7A 3I Laborers Stock Piler $46.57 7A 3I Laborers Tamper & Similar Electric, Air & Gas $47.44 7A 3I Operated Tools Laborers Tamper (multiple & Self-propelled) $47.44 7A 3I Laborers Timber Person - Sewer (lagger, $47.44 7A 3I Shorer & Cribber) Laborers Toolroom Person (at Jobsite) $46.57 7A 3I Laborers Topper $46.57 7A 3I Laborers Track Laborer $46.57 7A 3I Laborers Track Liner (power) $47.44 7A 3I Laborers Traffic Control Laborer $42.22 7A 3I 8R Laborers Traffic Control Supervisor $42.22 7A 3I 8R Laborers Truck Spotter $46.57 7A 3I Laborers Tugger Operator $47.44 7A 3I Laborers Tunnel Work-Compressed Air Worker $92.60 7A 3I 8Q 0-30 psi Laborers Tunnel Work-Compressed Air Worker $97.63 7A 3I 8Q 30.01-44.00 psi Laborers Tunnel Work-Compressed Air Worker $101.31 7A 3I 8Q 44.01-54.00 psi Laborers Tunnel Work-Compressed Air Worker $107.01 7A 3I 8Q 54.01-60.00 psi Laborers Tunnel Work-Compressed Air Worker $109.13 7A 3I 8Q 60.01-64.00 psi Laborers Tunnel Work-Compressed Air Worker $114.23 7A 3I 8Q 64.01-68.00 psi Laborers Tunnel Work-Compressed Air Worker $116.13 7A 3I 8Q 68.01-70.00 psi Laborers Tunnel Work-Compressed Air Worker $118.13 7A 3I 8Q 70.01-72.00 psi Laborers Tunnel Work-Compressed Air Worker $120.13 7A 3I 8Q 72.01-74.00 psi Laborers Tunnel Work-Guage and $48.12 7A 3I 8Q Tender Laborers Tunnel Work-Miner $48.12 7A 3I 8Q Laborers Vibrator $47.44 7A 3I Laborers Vinyl Seamer $46.57 7A 3I Laborers Watchman $35.88 7A 3I Laborers Welder $47.44 7A 3I Laborers Well Point Laborer $47.44 7A 3I Laborers Window Washer/cleaner $35.88 7A 3I Laborers - Underground Sewer General Laborer & Topman $46.57 7A 3I & Water Laborers - Underground Sewer Pipe Layer $47.44 7A 3I & Water

Effective Date: 3/2/16 5 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers Landscape Construction Landscape Equipment Operators Or $28.17 1 Truck Drivers Landscape Construction Landscaping or Planting Laborers $17.87 1 Lathers Journey Level $56.78 5D 1H Marble Setters Journey Level $55.82 5A 1M Metal Fabrication (In Shop) Fitter $15.86 1 Metal Fabrication (In Shop) Laborer $11.50 1 Metal Fabrication (In Shop) Machine Operator $13.04 1 Metal Fabrication (In Shop) Painter $11.50 1 Metal Fabrication (In Shop) Welder $15.48 1 Millwright Journey Level $58.68 5D 4C Modular Buildings Cabinet Assembly $11.56 1 Modular Buildings Electrician $11.56 1 Modular Buildings Equipment Maintenance $11.56 1 Modular Buildings Plumber $11.56 1 Modular Buildings Production Worker $11.50 1 Modular Buildings Tool Maintenance $11.56 1 Modular Buildings Utility Person $11.56 1 Modular Buildings Welder $11.56 1 Painters Journey Level $41.60 6Z 2B Pile Driver Crew Tender $52.37 5D 4C Pile Driver Hyperbaric Worker - Compressed Air $71.35 5D 4C Worker 0-30.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $76.35 5D 4C Worker 30.01 - 44.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $80.35 5D 4C Worker 44.01 - 54.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $85.35 5D 4C Worker 54.01 - 60.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $87.85 5D 4C Worker 60.01 - 64.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $92.85 5D 4C Worker 64.01 - 68.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $94.85 5D 4C Worker 68.01 - 70.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $96.85 5D 4C Worker 70.01 - 72.00 PSI Pile Driver Hyperbaric Worker - Compressed Air $98.85 5D 4C Worker 72.01 - 74.00 PSI Pile Driver Journey Level $57.43 5D 4C Plasterers Journey Level $54.89 7Q 1R Playground & Park Equipment Journey Level $11.50 1 Installers Plumbers & Pipefitters Journey Level $81.69 6Z 1G Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P

Effective Date: 3/2/16 6 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators Bobcat $56.90 7A 3C 8P Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment Power Equipment Operators Brooms $56.90 7A 3C 8P Power Equipment Operators Bump Cutter $59.96 7A 3C 8P Power Equipment Operators Cableways $60.49 7A 3C 8P Power Equipment Operators Chipper $59.96 7A 3C 8P Power Equipment Operators Compressor $56.90 7A 3C 8P Power Equipment Operators Concrete Pump: Truck Mount With $60.49 7A 3C 8P Boom Attachment Over 42 M Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed Power Equipment Operators Concrete Pump - Mounted Or Trailer $59.49 7A 3C 8P High Pressure Line Pump, Pump High Pressure. Power Equipment Operators Concrete Pump: Truck Mount With $59.96 7A 3C 8P Boom Attachment Up To 42m Power Equipment Operators Conveyors $59.49 7A 3C 8P Power Equipment Operators Cranes Friction: 200 tons and over $62.33 7A 3C 8P Power Equipment Operators Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P With Attachments Power Equipment Operators Cranes: 100 Tons Through 199 Tons, $61.10 7A 3C 8P Or 150' Of Boom (Including Jib With Attachments) Power Equipment Operators Cranes: 200 tons- 299 tons, or 250’ $61.72 7A 3C 8P of boom including jib with attachments Power Equipment Operators Cranes: 300 tons and over or 300’ of $62.33 7A 3C 8P boom including jib with attachments Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $60.49 7A 3C 8P Under 150' Of Boom (including Jib With Attachments) Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under Power Equipment Operators Cranes: Friction cranes through 199 $61.72 7A 3C 8P tons Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons Power Equipment Operators Crusher $59.96 7A 3C 8P Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P Power Equipment Operators Dozers D-9 & Under $59.49 7A 3C 8P Power Equipment Operators Drill Oilers: Auger Type, Truck Or $59.49 7A 3C 8P Crane Mount Power Equipment Operators Drilling Machine $61.10 7A 3C 8P Power Equipment Operators Elevator And Man-lift: Permanent $56.90 7A 3C 8P And Shaft Type Power Equipment Operators Finishing Machine, Bidwell And $59.96 7A 3C 8P Gamaco & Similar Equipment

Effective Date: 3/2/16 7 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Attachments Power Equipment Operators Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Attachments Power Equipment Operators Grade Engineer: Using Blue Prints, $59.96 7A 3C 8P Cut Sheets, Etc Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P Power Equipment Operators Hard Tail End Dump Articulating $60.49 7A 3C 8P Off- Road Equipment 45 Yards. & Over Power Equipment Operators Hard Tail End Dump Articulating $59.96 7A 3C 8P Off-road Equipment Under 45 Yards Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator Power Equipment Operators Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P Tons Power Equipment Operators Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P And Under Power Equipment Operators Loader, Overhead 8 Yards. & Over $61.10 7A 3C 8P Power Equipment Operators Loader, Overhead, 6 Yards. But Not $60.49 7A 3C 8P Including 8 Yards Power Equipment Operators Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P Power Equipment Operators Locomotives, All $59.96 7A 3C 8P Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $61.10 7A 3C 8P Hour Over Mechanic) Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P Power Equipment Operators Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Drill, Boring, Road Header And/or Shield Power Equipment Operators Oil Distributors, Blower Distribution $56.90 7A 3C 8P & Mulch Seeding Operator Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato Power Equipment Operators Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Tons Through 44 Tons Power Equipment Operators Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P And Over Power Equipment Operators Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Through 99 Tons Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P Power Equipment Operators Power Plant $56.90 7A 3C 8P Power Equipment Operators Pumps - Water $56.90 7A 3C 8P Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P

Effective Date: 3/2/16 8 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Feet In Height Based To Boom Power Equipment Operators Remote Control Operator On Rubber $60.49 7A 3C 8P Tired Earth Moving Equipment Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) Power Equipment Operators Rollagon $60.49 7A 3C 8P Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P Power Equipment Operators Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Yards Power Equipment Operators Scrapers - Concrete & Carry All $59.49 7A 3C 8P Power Equipment Operators Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P And Over Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 $60.49 7A 3C 8P Metric Tons To 50 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoes: Over $61.10 7A 3C 8P 50 Metric Tons To 90 Metric Tons Power Equipment Operators Shovel, Excavator, Backhoes: Over $61.72 7A 3C 8P 90 Metric Tons Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P Power Equipment Operators Spreader, Topsider & Screedman $60.49 7A 3C 8P Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P Power Equipment Operators Tower Crane Up To 175' In Height $61.10 7A 3C 8P Base To Boom Power Equipment Operators Tower Crane: over 175’ through $61.72 7A 3C 8P 250’ in height, base to boom Power Equipment Operators Tower Cranes: over 250’ in height $62.33 7A 3C 8P from base to boom Power Equipment Operators Transporters, All Track Or Truck $60.49 7A 3C 8P Type Power Equipment Operators Trenching Machines $59.49 7A 3C 8P Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $59.96 7A 3C 8P And Over Power Equipment Operators Truck Crane Oiler/driver Under 100 $59.49 7A 3C 8P Tons Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P Power Equipment Operators Welder $60.49 7A 3C 8P Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P

Effective Date: 3/2/16 9 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer & Water Equipment Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Concrete Pump: Truck Mount With $60.49 7A 3C 8P Underground Sewer & Water Boom Attachment Over 42 M Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer & Water Screed Power Equipment Operators- Concrete Pump - Mounted Or Trailer $59.49 7A 3C 8P Underground Sewer & Water High Pressure Line Pump, Pump High Pressure. Power Equipment Operators- Concrete Pump: Truck Mount With $59.96 7A 3C 8P Underground Sewer & Water Boom Attachment Up To 42m Power Equipment Operators- Conveyors $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Cranes Friction: 200 tons and over $62.33 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer & Water With Attachments Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, $61.10 7A 3C 8P Underground Sewer & Water Or 150' Of Boom (Including Jib With Attachments) Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250’ $61.72 7A 3C 8P Underground Sewer & Water of boom including jib with attachments Power Equipment Operators- Cranes: 300 tons and over or 300’ of $62.33 7A 3C 8P Underground Sewer & Water boom including jib with attachments Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $60.49 7A 3C 8P Underground Sewer & Water Under 150' Of Boom (including Jib With Attachments) Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underground Sewer & Water Under Power Equipment Operators- Cranes: Friction cranes through 199 $61.72 7A 3C 8P Underground Sewer & Water tons

Effective Date: 3/2/16 10 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer & Water (power) Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $59.49 7A 3C 8P Underground Sewer & Water Crane Mount Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Elevator And Man-lift: Permanent $56.90 7A 3C 8P Underground Sewer & Water And Shaft Type Power Equipment Operators- Finishing Machine, Bidwell And $59.96 7A 3C 8P Underground Sewer & Water Gamaco & Similar Equipment Power Equipment Operators- Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Underground Sewer & Water Attachments Power Equipment Operators- Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Underground Sewer & Water Attachments Power Equipment Operators- Grade Engineer: Using Blue Prints, $59.96 7A 3C 8P Underground Sewer & Water Cut Sheets, Etc Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Hard Tail End Dump Articulating $60.49 7A 3C 8P Underground Sewer & Water Off- Road Equipment 45 Yards. & Over Power Equipment Operators- Hard Tail End Dump Articulating $59.96 7A 3C 8P Underground Sewer & Water Off-road Equipment Under 45 Yards Power Equipment Operators- Horizontal/directional Drill Locator $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P Underground Sewer & Water Operator Power Equipment Operators- Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P Underground Sewer & Water Tons Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P Underground Sewer & Water And Under Power Equipment Operators- Loader, Overhead 8 Yards. & Over $61.10 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $60.49 7A 3C 8P Underground Sewer & Water Including 8 Yards Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer & Water

Effective Date: 3/2/16 11 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $61.10 7A 3C 8P Underground Sewer & Water Hour Over Mechanic) Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Underground Sewer & Water Drill, Boring, Road Header And/or Shield Power Equipment Operators- Oil Distributors, Blower Distribution $56.90 7A 3C 8P Underground Sewer & Water & Mulch Seeding Operator Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato Power Equipment Operators- Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Underground Sewer & Water Tons Through 44 Tons Power Equipment Operators- Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P Underground Sewer & Water And Over Power Equipment Operators- Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Underground Sewer & Water Through 99 Tons Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Pile Driver (other Than Crane $59.96 7A 3C 8P Underground Sewer & Water Mount) Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Underground Sewer & Water Feet In Height Based To Boom Power Equipment Operators- Remote Control Operator On Rubber $60.49 7A 3C 8P Underground Sewer & Water Tired Earth Moving Equipment Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer & Water (Certified) Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Underground Sewer & Water Materials Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Underground Sewer & Water Yards

Effective Date: 3/2/16 12 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note Power Equipment Operators- Scrapers - Concrete & Carry All $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P Underground Sewer & Water And Over Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $60.49 7A 3C 8P Underground Sewer & Water Metric Tons To 50 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: Over $61.10 7A 3C 8P Underground Sewer & Water 50 Metric Tons To 90 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: Over $61.72 7A 3C 8P Underground Sewer & Water 90 Metric Tons Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Spreader, Topsider & Screedman $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Tower Crane Up To 175' In Height $61.10 7A 3C 8P Underground Sewer & Water Base To Boom Power Equipment Operators- Tower Crane: over 175’ through $61.72 7A 3C 8P Underground Sewer & Water 250’ in height, base to boom Power Equipment Operators- Tower Cranes: over 250’ in height $62.33 7A 3C 8P Underground Sewer & Water from base to boom Power Equipment Operators- Transporters, All Track Or Truck $60.49 7A 3C 8P Underground Sewer & Water Type Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $59.96 7A 3C 8P Underground Sewer & Water And Over Power Equipment Operators- Truck Crane Oiler/driver Under 100 $59.49 7A 3C 8P Underground Sewer & Water Tons Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer & Water Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer & Water Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers Power Line Clearance Tree Spray Person $47.43 5A 4A Trimmers

Effective Date: 3/2/16 13 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note

Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers Refrigeration & Air Journey Level $77.86 6Z 1G Conditioning Mechanics Residential Brick Mason Journey Level $55.82 5A 1M Residential Carpenters Journey Level $28.20 1 Residential Cement Masons Journey Level $22.64 1 Residential Drywall Journey Level $42.86 5D 4C Applicators Residential Drywall Tapers Journey Level $57.43 5P 1E Residential Electricians Journey Level $30.44 1 Residential Glaziers Journey Level $41.05 7L 1H Residential Insulation Journey Level $26.28 1 Applicators Residential Laborers Journey Level $23.03 1 Residential Marble Setters Journey Level $24.09 1 Residential Painters Journey Level $24.46 1 Residential Plumbers & Journey Level $34.69 1 Pipefitters Residential Refrigeration & Air Journey Level $77.86 6Z 1G Conditioning Mechanics Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 1R Workers Residential Soft Floor Layers Journey Level $47.61 5A 3J Residential Sprinkler Fitters Journey Level $46.58 5C 2R (Fire Protection) Residential Stone Masons Journey Level $55.82 5A 1M Residential Terrazzo Workers Journey Level $51.36 5A 1M Residential Terrazzo/Tile Journey Level $21.46 1 Finishers Residential Tile Setters Journey Level $20.00 1 Roofers Journey Level $51.02 5A 3H Roofers Using Irritable Bituminous Materials $54.02 5A 3H Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E Shipbuilding & Ship Repair Boilermaker $43.31 7M 1H Shipbuilding & Ship Repair Carpenter $41.06 7T 2B Shipbuilding & Ship Repair Electrician $42.07 7T 4B Shipbuilding & Ship Repair Heat & Frost Insulator $67.93 5J 4H Shipbuilding & Ship Repair Laborer $41.99 7T 4B Shipbuilding & Ship Repair Machinist $42.00 7T 4B Shipbuilding & Ship Repair Operator $41.95 7T 4B

Shipbuilding & Ship Repair Painter $42.00 7T 4B Shipbuilding & Ship Repair Pipefitter $41.96 7T 4B Shipbuilding & Ship Repair Rigger $42.05 7T 4B Shipbuilding & Ship Repair Sheet Metal $41.98 7T 4B Shipbuilding & Ship Repair Shipfitter $42.05 7T 4B

Effective Date: 3/2/16 14 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note

Shipbuilding & Ship Repair Trucker $41.91 7T 4B Shipbuilding & Ship Repair Warehouse $41.94 7T 4B Shipbuilding & Ship Repair Welder/Burner $42.05 7T 4B Sign Makers & Installers Sign Installer $22.92 1 (Electrical) Sign Makers & Installers Sign Maker $21.36 1 (Electrical) Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical) Soft Floor Layers Journey Level $47.61 5A 3J Solar Controls For Windows Journey Level $12.44 1 Sprinkler Fitters (Fire Journey Level $75.64 5C 1X Protection) Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) Stone Masons Journey Level $55.82 5A 1M Street And Parking Lot Journey Level $19.09 1 Sweeper Workers Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P Surveyors Chainman $58.93 7A 3C 8P Surveyors Construction Site Surveyor $60.49 7A 3C 8P Telecommunication Journey Level $22.76 1 Technicians Telephone Line Construction - Cable Splicer $40.52 5A 2B Outside Telephone Line Construction - Hole Digger/Ground Person $22.78 5A 2B Outside Telephone Line Construction - Installer (Repairer) $38.87 5A 2B Outside Telephone Line Construction - Special Aparatus Installer I $40.52 5A 2B Outside Telephone Line Construction - Special Apparatus Installer II $39.73 5A 2B Outside Telephone Line Construction - Telephone Equipment Operator $40.52 5A 2B Outside (Heavy) Telephone Line Construction - Telephone Equipment Operator $37.74 5A 2B Outside (Light) Telephone Line Construction - Telephone Lineperson $37.74 5A 2B Outside Telephone Line Construction - Television Groundperson $21.60 5A 2B Outside Telephone Line Construction - Television Lineperson/Installer $28.68 5A 2B Outside Telephone Line Construction - Television System Technician $34.10 5A 2B Outside Telephone Line Construction - Television Technician $30.69 5A 2B Outside Telephone Line Construction - Tree Trimmer $37.74 5A 2B Outside Terrazzo Workers Journey Level $51.36 5A 1M

Effective Date: 3/2/16 15 of 16 Prevailing Wage Rates Trade Job Classification Wage Holiday Overtime Note

Tile Setters Journey Level $51.36 5A 1M Tile, Marble & Terrazzo Finisher $42.19 5A 1B Finishers Traffic Control Stripers Journey Level $45.43 7A 1K Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $52.70 5D 3A 8L Joint Council 28) Truck Drivers Asphalt Mix To 16 Yards (W. WA- $51.86 5D 3A 8L Joint Council 28) Truck Drivers Dump Truck & Trailer $52.70 5D 3A 8L Truck Drivers Dump Truck (W. WA-Joint Council $51.86 5D 3A 8L 28) Truck Drivers Other Trucks (W. WA-Joint Council $52.70 5D 3A 8L 28) Truck Drivers Transit Mixer $43.23 1 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: 3/2/16 16 of 16 Prevailing Wage Rates Benefit Code Key – Effective 3/3/2018 thru 8/30/2018

************************************************************************************************************ 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 3/3/2018 thru 8/30/2018

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 3/3/2018 thru 8/30/2018

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 3/3/2018 thru 8/30/2018

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.

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 3/3/2018 thru 8/30/2018

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.

Holiday Codes

5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7).

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

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

5 Benefit Code Key – Effective 3/3/2018 thru 8/30/2018

Holiday Codes Continued

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

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

6 Benefit Code Key – Effective 3/3/2018 thru 8/30/2018

Holiday Codes Continued

6. 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).

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.

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.

7 Benefit Code Key – Effective 3/3/2018 thru 8/30/2018

Holiday Codes Continued

7. 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.

8 Benefit Code Key – Effective 3/3/2018 thru 8/30/2018

Holiday Codes Continued

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.

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.

9 Benefit Code Key – Effective 3/3/2018 thru 8/30/2018

Note Codes Continued

8. 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.

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.

10 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: TOLT PIPELINE PROTECTION - WINKELMAN Revetment Reconstruction (Rebid), C01269C18 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. BID PRICE The bid price shall include everything necessary for the prosecution and completion of the work and fulfillment of the Contract including, but not limited to, furnishing all materials, equipment, tools, plant and other facilities and all management, superintendents, labor and services, and field design, except as may be provided otherwise in the Contract Documents. Estimated quantities, if any, set forth on the Form of Bid are estimates only, being given only as a basis for the comparison of bids, and King County does not warrant, expressly or by implication, that the actual amount of Work will correspond to the estimated quantities. King County reserves the right to increase or decrease the amount of any class or portion of the Work and to make changes in the Work as King County may deem necessary or appropriate.

C01269C18 page 1 of 8 §00300 Rev 10/06/2017 Form of Bid The basis of payment for unit price bid items for which estimated quantities were set forth on the Form of Bid shall be the actual number of unit items provided or performed under this Contract. A Lump Sum, Unit Price, or Mark-up Percentage, as applicable, shall be offered for each Bid Item; failure to do so shall render the Bid non-responsive. All prices shall be in legible figures written in ink or typed. Lump sum bid items and unit price bid items 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. $720.74). ABBREVIATIONS Abbreviations in the ITB-00300 Attachment A Bidding Schedule shall be defined as follows: HR” means hour, “DAY” or “DY” means one calendar day, “AL” means allowance; “Dollar” or “$” means US Dollar, “LS” means lump sum; “EA” means each; “AC” means acre; “CY” means cubic yard, “SY” means square yard, “SF” means square foot, “LF” means lineal feet/foot, and“TN” means ton, as applicable. The work of each Bid Item in the following Bid Schedule is specified or shown in the Contract Documents and described further in Section 012000, Price And Payment Procedures. The Bidder is required to complete the ITB-00300 Attachment A Bidding Schedule; failure to do so will render the bid non-responsive. 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 prices set forth in the ITB-00300 Attachment A Bidding Schedule. BIDDING SCHEDULE A lump sum or unit price, as applicable, shall be offered for each Bid Item specified or shown in the Contract Documents. Failure to do so shall render your bid non-responsive. Lump Sum Item(s) the bidder is to provide the price to perform all work as specified or shown herein, including labor, materials, supervision/management, equipment and all overhead and profit, as well as any other ancillary costs associated with completing this work. We agree that, if we are awarded this Contract, we will be entitled to a payment for the lump sum amounts as bid in accordance with the terms and conditions set forth in the Contract Documents. Unit Price Item(s) the bidder is to provide unit prices for each of the bid items set forth under Unit Price Items. The unit price should include all labor, materials, supervision/management, equipment and, all overhead and profit, as well as any other ancillary costs associated with completing a unit of work. The unit prices are to be utilized during construction to increase or decrease the total contract amount as construction conditions warrant. The Extended Amount(s) for each Unit Price Item shall be calculated by multiplying the provided Estimated Quantity (Est. Qty.) by the bidders unit price for that Bid Item and enter the result as the Extended Amount. Trench Excavation Safety System: For lump sum prices the bidder shall provide, for trench excavations that exceed four feet, protective systems, including shoring, shielding, and support systems as defined in WAC 296-155-657, conforming to the requirements of RCW 39.04.180 (Trench Excavations – Safety systems required), Chapter 49.17 RCW (Washington Industrial Safety and Health Act), and WAC 296-155-650 (Excavation, Trenching, and Shoring) for the lump sum price as indicated. The costs of these safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited.

C01269C18 page 2 of 8 §00300 Rev 10/06/2017 Form of Bid Allowance Item(s) King County has provided an allowance reflecting an estimated estimated price for Permits, Fees, and Utility Company Charges. The Bidder will be entitled to reimbursement for the actual cost of these items. The Total Bid Price shall be the sum of the Lump Sum amounts and extended amounts for the Unit Price Items. OR Lump Sum amounts, extended amounts for the Unit Price Items and Allowance Items.

C01269C18 page 3 of 8 §00300 Rev 10/06/2017 Form of Bid Lump Sum/ Category Bid Est. Unit Extended Item Specification Item Description Unit Qty. Price Amount

1 General 01 70 00 Mobilization LS $ 2 General 01 50 00 Project Temporary Traffic Control LS $ 3 General 01 71 23 Construction Surveying LS $ Minor Work/Small Project Element General 01 70 00 4 Allowance LS $70,000 5. Site Prep 31 10 00 Clearing & Grubbing LS $ Removals (concrete debris, culvert, 6. Site Prep 02 42 00 fence, garbage) TN 100 $ $ 7. Site Prep 02 42 00 Remove Fence LF 940 $ $ 8 Site Prep 02 42 00 Deciduous Tree Salvage EA 77 $ $ 9 TESC 01 57 00 Wood Chip Filter Berm LF 1,180 $ $ 10 TESC 02 57 00 Silt Fence LF 3,250 $ $ 11 TESC 01 57 00 Turbidity Curtain LS $ 12 TESC 01 50 00 De-watering and isolation LS $ 13 TESC 01 57 00 Coir Blanket SY 22,300 $ $ 14 TESC 32 92 00 Hydroseeding Pasture Mix AC 3 $ $ 15 TESC 32 92 00 Hydroseeding Upland Mix AC 0.17 $ $ Habitat Materials 16 35 43 20 Type A Log, furnished EA 77 $ $ 17 Habitat Materials Type B Log, furnished EA 172 $ $ 35 43 20 18 Habitat Materials Type C Log, furnished EA 7 $ $ 35 43 20 19 Habitat Materials Type D Log, furnished EA 7 $ $ 35 43 20 20 Habitat Materials Type R Log, furnished EA 128 $ $ 35 43 20 21 Habitat Materials Type W Log, furnished EA 2,800 $ $ 35 43 20 22 Habitat Materials Rack Log, furnished EA 750 $ $ 35 43 20 23 Habitat Materials Slash, furnished CY 4,740 $ $ 35 43 20 24 Habitat Materials Chain, furnished LF 36,000 $ $ 35 43 20 25 Habitat Materials Ballast boulder, Four-ton, furnished EA 1,060 $ $ 35 43 20 26 Revetment 32 93 50 Cottonwood Boles EA 231 $ $ 27 Revetment 32 93 50 Conifer Boles EA 231 $ $ 28 Revetment 32 93 50 Riprap, Underwater Placement, TN 5,000 $ $ Class B Revetment 35 43 00 Bank Roughening Jam Unit, 29 EA 60 $ $ Installed 30 Revetment 35 43 20 Ballasted Wood Jack Installed EA 700 $ $

C01269C18 page 4 of 8 §00300 Rev 10/06/2017 Form of Bid 31 Alcove 35 43 20 Alcove EIJ Structure, Installed EA 7 $ $ Alcove 35 43 20 Alcove In-Channel Log Unit, 32 Installed EA 3 $ $ 33 Alcove 35 43 20 Alcove Floodplain Log, Installed EA 5 $ $ 34 Alcove 31 23 00 Boulder/cobble material TN 672 $ $ 35 Alcove 31 23 00 Streambed gravel TN 471 $ $ 36 Alcove 31 23 00 Boulder cascade sealing material TN 19 $ $ 37 Culvert 31 23 00 Surcharge LS $ 38 Culvert 03 41 00 Trench Safety System LS $ Precast concrete box culvert, wing $ 39 Culvert 03 41 00 walls, headwalls, toe walls, and LS concrete aprons 40 Culvert 35 49 26 Side Hinge Flood Gate LS $ 41 Culvert 33 46 00 Geofoam CF 1,500 $ $

Riprap, Above Water Placement, TN 369 42 Culvert 35 43 00 Class B $ $ 43 Culvert 34 71 13 Beam guardrail type 1 LF 106 $ $ Wildlife snag installation - Nesting Grading 32 95 00 EA 12 44 Snag $ $

Wildlife snag installation - Foraging EA 32 45 Grading 32 95 00 Snag $ $ 46 Grading 31 22 00 Soil Preparation SY 19,852 $ $ 47 Grading 31 23 00 Common Excavation CY 28,800 $ $ 48 Grading 31 23 00 Select/Common Borrow CY 2,300 $ $ 49 Grading 31 23 00 Foundation Matl Class A TN 17 $ $ 50 Grading 32 23 13 Geotextile fabric SY 2,200 $ $ 51 Grading 32 11 23 Quarry spalls TN 2,200 $ $ 52 Grading 32 11 23 Crushed surfacing top course TN 640 $ $ TOTAL BID PRICE (Sum of Bid Items 1 through 52) $

We agree that, if we are awarded this Contract, we will be entitled to payment only for actual unit quantities performed. The above unit prices are to be utilized during construction to increase or decrease the total contract amount as construction conditions warrant. 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. 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.

C01269C18 page 5 of 8 §00300 Rev 10/06/2017 Form of Bid x ______Name of Firm Submitting Bid

SUBCONTRACTOR LISTING FORM Pursuant to RCW 39.30.060, for every contract that is expected to cost one million dollars or more for the construction, alteration, or repair of any public building or public work, the Bidder shall list as part of its bid in the space provided below either itself or the names of the subcontractors with whom the Bidder, if awarded the contract, will directly subcontract (i.e., not 2nd/3rd tier subcontractor(s)) for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW. The Bidder shall not list more than one subcontractor for each category of work, unless subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be used for which alternate. The Bidder's bid shall be nonresponsive and rejected for: (a) failure to submit the names of each HVAC, Plumbing or Electrical subcontractor or to name itself to perform such work; (b) naming two or more subcontractors to perform the same category of work; (c) failure to identify if the work is Not Applicable (“N/A”) to this project or the work will not be directly subcontracted by the Bidder; or (d) failure to submit this Subcontractor Listing Form with its bid.

You must check one box for each trade. If you are directly subcontracting the work you must Trade identify the name of the subcontractor. If subcontractors in a category of work will vary with bid alternates then you must indicate which subcontractor will be used for which alternate.

HVAC  Name of Subcontractor (If subcontractors will vary with bid alternates, indicate which subcontractor will be used for which alternate) )

(Heating, Ventilation, and Air Conditioning)  Bidder will self-perform this work  N/A (This project does not include this work or the Bidder will not directly subcontract this work)

Plumbing  Name of Subcontractor (If subcontractors will vary with bid alternates, indicate which subcontractor will be used for which alternate)

 Bidder will self-perform this work  N/A (This project does not include this work or the Bidder will not directly subcontract this work)

Electrical  Name of Subcontractor (If subcontractors will vary with bid alternates, indicate which subcontractor will be used for which alternate)

 Bidder will self-perform this work  N/A (This project does not include this work or the Bidder will not directly subcontract this work)

C01269C18 page 6 of 8 §00300 Rev Error! Unknown document property name. Form of Bid LETTER OF INTENT Small Contractors and Suppliers (SCS) (This page shall be submitted for each Certified SCS Firm) Fully complete and sign this Letter of Intent as provided below. IMPORTANT INSTRUCTION: Tables 1 and 2 below must be completed in full. If a table is not applicable - for example, the SCS Firm is not functioning as a Supplier – then insert “N/A” for Not Applicable. Any spaces left blank will be interpreted to mean N/A. The LOI also must be signed by the SCS Firm Owner or Authorized Representative (as defined below). Failure to comply with these instructions will result in rejection of the LOI. If after such rejection the Bidder has not satisfied the SCS Utilization Requirement, the Bid will be considered non-responsive and will be rejected. Refer to Section 00120; 1.03 SMALL CONTRACTORS AND SUPPLIERS (SCS) REQUIREMENTS, B. Responsiveness A. TABLE 1 – SCS PRIME BIDDER AND SCS SUBCONTRACTOR OR MANUFACTURER. 1. SCS Prime Bidder. 100% of the Total Bid Dollar Amount for the distinct, clearly defined portion of the work that the SCS Prime Bidder performs with its own forces will be counted towards the SCS Utilization Requirement for this Contract. 2. SCS Subcontractor or Manufacturer. 100% of the Total Bid Dollar Amount for subcontractor or manufacturer work will be counted towards the SCS Utilization Requirement for this Contract. Table 1 Total Bid Dollar Amount for SCS Work: $ Description of Work (In words, or cite divisions or sections):

B. TABLE 2 – SCS SUPPLIER. 1. SCS Supplier. 60% of the Total Bid Dollar Amount for materials will be counted toward the SCS Utilization Requirement for this Contract. Table 2 Total Bid Dollar Amount for SCS Supplied Materials or Supplies: $ Description of Materials or Supplies (In words, or cite divisions or sections):

As the SCS Owner or *authorized representative of the Certified Small Contractor or Supplier (SCS) firm, I declare that I have reviewed the material and facts set forth in this Letter of Intent and the facts and representations are true and complete. I have been contacted by the bidder with regard to this Contract. It is understood that if the bidder is awarded the Contract by King County, the SCS firm identified in this Letter of Intent will enter into an agreement with the bidder to participate in the Contract consistent with this Letter of Intent. Certified SCS Firm Name: SCS #:

Signature of Certified SCS Firm Owner Print Name Date or *Authorized Representative * Authorized Representative means an officer or employee of the Certified SCS Firm, who has been authorized in writing and in advance of the Bid Submittal Due Date to execute a Letter of Intent on behalf of the SCS Firm.

C01269C18 page 7 of 8 §00300 Rev 10/06/2017 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

C01269C18 page 8 of 8 §00300 Rev 10/06/2017 Form of Bid C01269C18 ITB - 00300 Attachment A, Bidding Schedule Pages 1-3

BIDDING SCHEDULE Do Not Write in Shaded Areas

Bid Category Est. Extended $ Item Description Unit Unit Cost Item Specificaton Qty. Amount 1 General 01 70 00 Mobilization LS $0.00

2 General 01 50 00 Project Temporary Traffic Control LS $0.00 3 General 01 71 23 Construction Surveying LS $0.00 Minor Work/Small Project 4 General 01 70 00 LS Element Allowance $70,000.00 5 Site Prep 31 10 00 Clearing & Grubbing LS $0.00 Removals (concrete debris, 6 Site Prep 02 42 00 TN 100 culvert, fence, garbage) $0.00

7 Site Prep 02 42 00 Remove Fence LF 940 $0.00 8 Site Prep 02 42 00 Deciduous Tree Salvage EA 77 $0.00 9 TESC 01 57 00 Wood Chip Filter Berm LF 1,180 $0.00 10 TESC 02 57 00 Silt Fence LF 3,250 $0.00 11 TESC 01 57 00 Turbidity Curtain LS $0.00 12 TESC 01 50 00 De-watering and isolation LS $0.00 13 TESC 01 57 00 Coir Blanket SY 22,300 $0.00

14 TESC 32 92 00 Hydroseeding Pasture Mix AC 3 $0.00

15 TESC 32 92 00 Hydroseeding Upland Mix AC 0.17 $0.00

Habitat Materials 16 Type A Log, furnished EA 77 35 43 20 $0.00

Habitat Materials 17 Type B Log, furnished EA 172 35 43 20 $0.00

Habitat Materials 18 Type C Log, furnished EA 7 35 43 20 $0.00

Habitat Materials 19 Type D Log, furnished EA 7 35 43 20 $0.00

Habitat Materials 20 Type R Log, furnished EA 128 35 43 20 $0.00

Habitat Materials 21 Type W Log, furnished EA 2,800 35 43 20 $0.00

Habitat Materials 22 Rack Log, furnished EA 750 35 43 20 $0.00

Page 1 of 3 C01269C18 ITB - 00300 Attachment A, Bidding Schedule Pages 1-3

Habitat Materials 23 Slash, furnished CY 4,740 35 43 20 $0.00 Habitat Materials 24 35 43 20 Chain, furnished LF 36,000 $0.00 Habitat Materials Ballast boulder, Four-ton, 25 EA 1,060 35 43 20 furnished $0.00 Revetment 26 32 93 50 Cottonwood Boles EA 231 $0.00 Revetment 27 32 93 50 Conifer Boles EA 231 $0.00 Revetment Riprap, Underwater Placement, 28 TN 5,000 32 93 50 Class B $0.00 Revetment Bank Roughening Jam Unit, 29 EA 60 35 43 00 Installed $0.00 Revetment 30 35 43 20 Ballasted Wood Jack Installed EA 700 $0.00 31 Alcove 35 43 20 Alcove EIJ Structure, Installed EA 7 $0.00 Alcove In-Channel Log Unit, 32 Alcove 35 43 20 EA 3 Installed $0.00 33 Alcove 35 43 20 Alcove Floodplain Log, Installed EA 5 $0.00 34 Alcove 31 23 00 Boulder/cobble material TN 672 $0.00

35 Alcove 31 23 00 Streambed gravel TN 471 $0.00

36 Alcove 31 23 00 Boulder cascade sealing material TN 19 $0.00 37 Culvert 31 23 00 Surcharge LS $0.00

38 Culvert 03 41 00 Trench Safety System LS $0.00 Precast concrete box culvert, 39 Culvert 03 41 00 wing walls, headwalls, toe walls, LS and concrete aprons $0.00

40 Culvert 35 49 26 Side Hinge Flood Gate LS $0.00

41 Culvert 33 46 00 Geofoam CF 1,500 $0.00 Riprap, Above Water Placement, 42 Culvert 35 43 00 TN 369 Class B $0.00 43 Culvert 34 71 13 Beam guardrail type 1 LF 106 $0.00 Wildlife snag installation - Nesting 44 Grading 32 95 00 EA 12 Snag $0.00 Wildlife snag installation - 45 Grading 32 95 00 EA 32 Foraging Snag $0.00

46 Grading 31 22 00 Soil Preparation SY 19,852 $0.00

47 Grading 31 23 00 Common Excavation CY 28,800 $0.00

48 Grading 31 23 00 Select/Common Borrow CY 2,300 $0.00 49 Grading 31 23 00 Foundation Matl Class A TN 17 $0.00

Page 2 of 3 C01269C18 ITB - 00300 Attachment A, Bidding Schedule Pages 1-3

50 Grading 32 23 13 Geotextile fabric SY 2,200 $0.00 51 Grading 32 11 23 Quarry spalls TN 2,200 $0.00 52 Grading 32 11 23 Crushed surfacing top course TN 640 $0.00 TOTAL BID PRICE (Sum of Bid $70,000.00 Items 1 through 52)

Page 3 of 3 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 Tolt Pipeline Protection - Winkelman Revetment Reconstruction (Rebid), Contract C01269C18 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

C01269C18 Rev page 1 of 1 §00310 (11/05/2015) Bid Guaranty Bond SECTION 00410 FORMS AND DOCUMENTS

The Bidder shall submit the following forms and documents to the Contract Specialist identified in §00020 Invitation to Bid, 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 three (3) 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 Electronic Funds Transfer Authorization Agreement (Only required if 3 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 4 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 Agreement 9 4 1 To be provided by Contract Specialist

END OF SECTION

C01269C18 page 1 of 1 §00410 Rev 01/01/2018 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 ______Dollars ($______) (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 Tolt Pipeline Protection - Winkelman Revetment Reconstruction (Rebid), Contract C01269C18 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

C01269C18 Rev page 1 of 1 §00420 (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 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. 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 demand 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.

C01269C18 page 1 of 4 §00430 Rev. 02/08/2018 Insurance Requirements 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. 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 under this Contract. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. 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 years from the date of completion of the work which is the subject of this Contract Insurance coverage shall be at least as broad as stated below and with limits no less than: A. General Liability. Coverage shall be at least as broad as Insurance Services Office form number CG 00 01 covering COMMERCIAL GENERAL LIABILITY. $15,000,000 combined single limit per occurrence, and for those policies with aggregate limits, a $15,000,000 aggregate limit. B. Explosion & Collapse, Underground Damage (XCU). Coverages shall apply for the same limits as the General Liability. Evidence of Insurance must specifically state coverage has not been excluded. C. Automobile Liability. 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. $10,000,000 combined single limit per accident. If the work involves the transport of pollutants (as defined by the standard auto policy exclusion of pollution) the auto policy shall be endorsed to include endorsement CA 9948 (or its equivalent) and MCS 90. D. 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. E. Employer’s Liability or “Stop Gap”. Coverage 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. F. 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, theft. The coverage shall insure for direct physical loss to property of the entire construction project, for 100% of the replacement value

C01269C18 page 2 of 4 §00430 Rev. 02/08/2018 Insurance Requirements thereof and include earthquake and flood. 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. G. Professional Liability Errors and Omissions. $2,000,000 per claim/aggregate. In the event that services delivered pursuant to this Contract either directly or indirectly involve or require Professional services, Professional Liability Errors and Omissions shall be provided. H. U.S. Longshoreman and Harbor Workers’ coverage. If this contract involves work on or adjacent to navigable water, as defined by the U.S. Department of Labor. This contract requires proof of insurance coverage in compliance with the statutory requirements of Longshoreman and Harbor Workers’ Compensation Act (administered by the U.S. Department of Labor). I. Protection & Indemnity (to include Jones Act). If this contract involves marine activities, or work from a boat, vessel, or floating platform, Contractor shall provide Protection & Indemnity coverage including injury to crew (Jones Act) and passengers; Protection & Indemnity, SP 38 or SP 23 for $3,000,000 combined single limit per occurrence, and for those policies with aggregate limits, a $3,000,000 aggregate limit. J. Pollution Liability (OPA, CERCLA). Statutory limits of liability as applicable. Whenever performance of this contract involves marine activities or work from boat, vessel or floating platform, Contractor shall provide Pollution insurance to satisfy U.S. Coast Guard requirements as respects the Federal Oil Pollution Act of 1990 and the Comprehensive Environmental Response, Compensation and Liability Act of 1980 as amended. K. Hull and Machinery. Whenever performance of this contract involves marine activities or work from boat, vessel or floating platform, Contractor shall provide coverage at Market Value of vessel on American Institute Hull Clauses, 6/2/77 form. L. Maritime Employers Liability Coverage: $3,000,000 per claim/aggregate. If this Contract involves diving. Contractor shall provide Maritime Employers Liability coverage expressly including coverage for diving. Maritime Employers Liability coverage shall name King County as additional insured as outlined under paragraph 1.06 “Other Insurance Provisions”. 1.05 DEDUCTIBLES/SELF-INSURED RETENTIONS. Any deductibles or self-insured retention’s must be declared to, and approved by, the County. The deductible and/or self-insured retention 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. 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 as respects liability arising out of activities performed by or on behalf of the Contractor in connection with this

C01269C18 page 3 of 4 §00430 Rev. 02/08/2018 Insurance Requirements Contract. Additional Insured status shall include Products-Completed Operations-CG 20 10 11/85 or its 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. (d) A Per Project Aggregate shall apply to the General Liability policy. 2. For Protection and Indemnity Insurance the Contractor shall waive all rights of subrogation against the County. 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. The Contractor shall include all subcontractors as insured under its policies, or shall require separate certificates of insurance and policy endorsements from each subcontractor. Insurance coverages provided by subcontractors, as evidence of compliance with the insurance requirements of this Contract shall be subject to all of the requirements stated herein. 1.09 JOB SITE SAFETY. 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

C01269C18 page 4 of 4 §00430 Rev. 02/08/2018 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 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 member(s). 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 member(s), 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.

C01269C18 page 1 of 3 §00440 Rev 01/01/2018 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. B. The Bidder shall demonstrate on the Responsibility Detail Form how, with its own forces, it shall perform work equivalent to at least 25% of the Contract Price, excluding taxes, insurance and bonding. The Bidder shall demonstrate this by identifying the work using the specification divisions, or sections within a division, it intends to perform with its own forces and the estimated dollar amount and percentage of its overall bid amount this itemized work constitutes. C. Organizational Chart. The Bidder shall submit an organizational chart with the Responsibility Detail Form identifying the project team members and any other position the Bidder deems essential to demonstrate the organizational structure. D. Schedule. The Bidder shall submit with the Responsibility Detail Form, a preliminary schedule which demonstrates the Bidder’s management and understanding of the Work including work on the Critical Path. The preliminary schedule shall be in sufficient detail to demonstrate how the Bidder plans to comply with the Contract Milestones and the Substantial Completion Date. Include at least the following:

C01269C18 page 2 of 3 §00440 Rev 01/01/2018 Qualifications Information 1. Mobilization 2. All Milestones as identified in 011000 3. Constraints as identified in 011000 4. Liquidated Damages claims as identified in 011000 5. Substantial Completion by January 31, 2019 6. Punch list 7. Final Acceptance

D. Accident Prevention Program. The Bidder shall submit with the Responsibility Detail Form, a copy of the Bidder’s Accident Prevention Program “APP” that meets the requirements stated in Section 013529, Washington Administrative Code (WAC) 296-155-110, and the applicable portions of WAC 296-24, WAC 296-62, WAC 296- 67, WAC 296-155 and WAC 296-800. The County will review the APP. Should the County have concerns about the information contained in the APP, the County may request additional information and/or a submission of a revised APP. 1. Pursuant to the WAC, the APP is to be tailored to the Contractor’s type of construction business. 2. Specific types of hazards related to the work under this Project shall be addressed in the site-specific Health and Safety Plan (HASP) which shall be submitted after Contract Execution. 3. The following website provides additional information regarding the APP: http://www.lni.wa.gov/Safety/Rules/Chapter/800/helpfultools/APPCoreRule Guide.pdf 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 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 or subcontractors, 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

C01269C18 page 3 of 3 §00440 Rev 01/01/2018 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, Invitation to Bid.

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

C01269C18 page 1 of 11 §00440-A1 Rev 03/09/2018 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 and its subcontractors 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:

C01269C18 page 2 of 11 §00440-A1 Rev 03/09/2018 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 and its subcontractors 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 and its subcontractors 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 or any of its corporate officers, and/or its subcontractors 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, or any of its corporate officers, and/or its subcontractors 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, or any of its corporate officers, and/or its subcontractors 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, or any of its corporate officers, and/or its subcontractors 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, or any of its corporate officers, and/or its subcontractors 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

C01269C18 page 3 of 11 §00440-A1 Rev 03/09/2018 Responsibility Detail Form jurisdiction in the United States, to assess whether the Bidder has an acceptable safety record preventing personal injuries on projects. 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 WORK PERFORMED BY BIDDER

A. The Bidder shall demonstrate how, with its own forces, it shall perform Contract Work equivalent to at least 25% of the Total Bid Price, excluding taxes, insurance and bonding. The Bidder may demonstrate this by identifying the work using the specification divisions (Divisions 0 through 49) or sections within a division it intends to perform with its own forces and the dollar amount and percentage to its Total Bid Price this itemized work constitutes. The Bidder may be rejected as not responsible if the appropriate percentage of self-performance is not demonstrated. Dollar Amount for Contract Percent of Division # / Section # Work Performed with Own Total Bid Forces Price $ % $ % $ % $ % $ % $ % $ % $ %

1.5 ORGANIZATIONAL CHART A. Did the Bidder include an Organizational Chart with its submittal? Yes No If No, explain:

C01269C18 page 4 of 11 §00440-A1 Rev 03/09/2018 Responsibility Detail Form 1.6 ACCIDENT PREVENTION PLAN A. Did the Bidder include an Accident Prevention Plan with its submittal? Yes No If No, explain:

1.7 SCHEDULE A. Did the Bidder include a Preliminary Schedule with its submittal? Yes No If No, explain:

1.8 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.

C01269C18 page 5 of 11 §00440-A1 Rev 03/09/2018 Responsibility Detail Form Project Example Sheet Bidder/Prime Contractor The Bidder is required to complete a separate Project Example Sheet for each project identified.

RESPONSIBILITY CRITERIA 1. The Bidder shall submit three (3) project examples which demonstrate their experience meets ALL of the Mandatory Criteria listed below. 2. The Bidder shall submit a minimum of three (3) project examples which demonstrate their experience meets ALL of the Additional Criteria listed below.

Note: Each project example does not need to include all Additional Criteria. If necessary, the Bidder may submit additional Project Example Sheets to demonstrate their experience meets each of the Additional Criteria.

Project Example #______Bidder Company Name:

Project 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:

Project Meets

MANDATORY CRITERIA Mandatory Criteria 1. The Bidder managed and/or performed the work on this project. 2. The Total Contract Price for this project was at least $1,000,000. 3. This project was Substantially Complete within the last eight (8) years.

Does Project Meet ADDITIONAL CRITERIA Additional Criteria Yes No

1. Did the bidder manage and coordinate earthwork on this project?

2. Did the Bidder manage or perform work within or adjacent to environmentally sensitive areas (e.g. wetlands, riverbanks, lakeshores, marine shorelines) subject to regulatory permit requirements (e.g. WA State Water Quality Standards for turbidity).? 3. Did the Bidder manage the project schedule and construction work to comply with regulatory permit requirements (e.g. in-water work windows)? 4. Was one project working for State or local government?

Note: If this project example does not meet all of the Mandatory Criteria listed above, the project example will not be accepted.

C01269C18 page 6 of 11 §00440-A1 Rev 03/09/2018 Responsibility Detail Form Project Example Sheet Engineered Log Structures The Bidder is required to complete a separate Project Example Sheet for each project identified.

RESPONSIBILITY CRITERIA 1. The Bidder shall submit two (2) project examples that demonstrate the experience performing pile installation and engineered log structure work meets ALL of the Mandatory Criteria listed below. 2. The Bidder shall submit a minimum of two (2) project examples that demonstrate the firm performing the pile installation and engineered log structure work experience meets the Additional Criteria listed below. Note: Each project example does not need to include all Additional Criteria. If necessary, the Bidder may submit additional Project Example Sheets to demonstrate that the firm performing the pile installation and engineered log structure experience meets each of the Additional Criteria.

Project Example #______Firm performing the Specialty Work:

Project 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:

Project Meets

MANDATORY CRITERIA Mandatory Criteria 1. The Total Contract Price for this project was at least $500,000. 2. Pile installation and engineered log structure on this project was Substantially Complete within the last 5 years.

Does Project Meet ADDITIONAL CRITERIA Additional Criteria Yes No 1. Did the firm construct multiple engineered log structores with multiple log layers, in a riverine or wetland environment on this project?

2. Did the firm install timber piles into alluvial substrate?

3. Did the firm construct engineered log structures with logs of varying lengths and diameters and include logs with attached rootwads?

Note: If this project example does not meet all of the Mandatory Criteria listed above, the project example will not be accepted.

C01269C18 page 7 of 11 §00440-A1 Rev 03/09/2018 Responsibility Detail Form Project Example Sheet In-Water Construction The Bidder is required to complete a separate Project Example Sheet for each project identified.

RESPONSIBILITY CRITERIA 1. The Bidder shall submit two (2) project examples that demonstrate the experience performing In-Water Construction work meets ALL of the Mandatory Criteria listed below. 2. The Bidder shall submit a minimum of two (2) project examples that demonstrate the firm performing the In- Water Construction work experience meets the Additional Criteria listed below. Note: Each project example does not need to include all Additional Criteria. If necessary, the Bidder may submit additional Project Example Sheets to demonstrate that the firm performing the In-Water Construction experience meets each of the Additional Criteria.

Project Example #______Firm performing the Specialty Work:

Project Example Information

Project Name:

Project Summary:

Scope of work performed: 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:

*Does Project Mandatory Criteria Meet Criteria Project Example must meet all the Mandatory Criteria. Yes 1. This project was substantially complete within the last 5 years? 2. The Contract price was at least $500,000?

Does Project Additional Criteria Meet Criteria Project Example must meet one or more of the Additional Criteria. Yes No 1. Did the in-water construction take place within similar or larger than the Snoqualmie, Cedar, Green or White rivers? 2. Did the work require controlled and precise placement of materials in water depths greater than 20 feet? 3. Did the work require controlled and precise installation of engineered structures in water depths greater than 20 feet?

* Note: If this project example does not meet all of the Mandatory Criteria listed above, the project example will not be accepted.

C01269C18 page 8 of 11 §00440-A1 Rev 03/09/2018 Responsibility Detail Form Project Example Sheet Project Manager The Bidder is required to complete a separate Project Example Sheet for each project identified. RESPONSIBILITY CRITERIA 1. The Bidder shall submit three (3) project examples that demonstrate the Project Manager’s experience meets ALL of the Mandatory Criteria listed below. 2. The Bidder shall submit a minimum of three (3) project examples that demonstrate the Project Manager’s experience meets the Additional Criteria listed below. Note: Each project example does not need to include all Additional Criteria. If necessary, the Bidder may submit additional Project Example Sheets to demonstrate the Project Manager’s experience meets each of the Additional Criteria.

Project Example #______Project Manager’s Name:

Project Example Information

Project Name:

Project Summary:

Scope of work performed: 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:

*Does Project Mandatory Criteria Meet Criteria Project Example must meet all the Mandatory Criteria. Yes 1. Did the Project Manager manage the day-to-day activities on this project? 2. Was this project substantially completed within the last 8 years? 3. Was the contract price at least $1,000,000?

Does Project Additional Criteria Meet Criteria Project Example must meet one or more of the Additional Criteria. Yes No 1. Was the Project Manager responsible for negotiating change orders? 2. Did the Project Manager manage the work schedule and ensure work was completed within identified critical time constraints? (e.g. in-water work windows)? 3. Did the Project Manager manage and coordinate projects in environmentally sensitive areas (e.g. wetlands, riverbanks) subject to NPDES permit requirements and WA State Water Quality Standards for turbidity? 4. Did the Project Manager manage and coordinate construction projects in a fish bearing water body requiring Hydraulic Project Approval (HPA) from Washington Department of Fish and Wildlife (WDFW)? Note: If this project example does not meet all of the Mandatory Criteria listed above, the project example will not be accepted.

C01269C18 page 9 of 11 §00440-A1 Rev 03/09/2018 Responsibility Detail Form Project Example Sheet On-Site Superintendent The Bidder is required to complete a separate Project Example Sheet for each project identified.

RESPONSIBILITY CRITERIA 1. The Bidder shall submit three (3) project examples that demonstrate the Superintendent’s experience meets ALL of the Mandatory Criteria listed below. 2. The Bidder shall submit a minimum of three (3) project examples that demonstrate the On-Site Superintendent’s experience meets the Additional Criteria listed below. Note: Each project example does not need to include all Additional Criteria. If necessary, the Bidder may submit additional Project Example Sheets to demonstrate the On-Site Superintendent’s experience meets each of the Additional Criteria.

Project Example #______On-Site Superintendent’s Name:

Project Example Information

Project Name:

Project Summary:

Scope of work performed: 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:

*Does Project Mandatory Criteria Meet Criteria Project Example must meet all the Mandatory Criteria. Yes 1. Did the On-Site Superintendent supervise the on-site day-to-day activities on this project? 2. Was this project substantially completed within the last 8 years? 3. Was the contract price at least $1,000,000?

Does Project Additional Criteria Meet Criteria Project Example must meet one or more of the Additional Criteria. Yes No 1. Did the On-Site Superintendent supervise earthwork construction projects with an in-water work component in rivers similar or larger than the Snoqualmie, Tolt, Greeen or Cedar Rivers? 2. Did the On-Site Superintendent supervise construction projects that include design and installation of a work area isolation system in a environment at the time of construction? 3. Did the On-Site Superintendent supervise the schedule and completion of work within identified critical time constraints (e.g. in-water work windows)?

Note: If this project example does not meet all of the Mandatory Criteria listed above, the project example will not be accepted.

C01269C18 page 10 of 11 §00440-A1 Rev 03/09/2018 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: Tolt Pipeline Protection - Winkelman Revetment Reconstruction (Rebid), C01269C18

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:

C01269C18 page 11 of 11 §00440-A1 Rev 03/09/2018 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: Tolt Pipeline Protection - Winkelman Revetment Reconstruction (Rebid), CONTRACT C01269C18 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 Contract Price of ______Dollars ($______), pursuant to the lump sum price 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 and 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. King County’s Project Representative is ______. 6. The Contractor’s Representative is ______. 7. The Contractor’s contract purchase agreement in the King County Oracle financial system for submitting and processing Applications for Payment is CPA# ______. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed.

KING COUNTY CONTRACTOR

By: By: Josh Baldi, Director Water and Land Resources Division For Dow Constantine, King County Title: Executive Date Date:

END OF SECTION

C01269C18 page 1 of 1 §00500 Rev (01/11/2017) Agreement SECTION 00600 ADDENDA

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

END OF SECTION

C01269C18 page 1 of 1 §00600 Rev (11/05/2015) 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 ...... 5 1.2 Order of Precedence ...... 6 1.3 Clarification of Drawings and Detail Drawings ...... 6 Article 2: COUNTY ...... 6 2.0 Authority ...... 6 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 Contract Documents ...... 9 3.3 Communications ...... 10 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 and Suppliers ...... 12 3.8 Schedule of Working Hours ...... 12 3.9 Record Documents ...... 12 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 ...... 17 3.14 Permits, Laws and Regulations ...... 17 3.15 Patents and Royalties ...... 17 3.16 Contractor’s Certification ...... 18 3.17 Deviation from Contract ...... 19 3.18 Operations, Material Handling, and Storage Areas ...... 19 3.19 Contractor’s Overall Responsibility For Protection of Work, Property, and Persons ...... 20 3.20 Protection of Persons ...... 20 3.21 Safety Program ...... 21 3.22 Storage of Contractor’s Property ...... 21 3.23 Archaeological and Historical Preservation ...... 21 3.24 Water Pollution Control Requirements ...... 22 3.25 Rights of Way ...... 22 3.26 Environmental Mitigation Plan ...... 23 Article 4: ADMINISTRATION OF THE CONTRACT ...... 23 4.0 Time of Essence ...... 23 4.1 Work Progress ...... 23 4.2 Schedule of Values ...... 24 4.3 Project Schedule ...... 24 4.4 Submittals ...... 25 4.5 Requests for Information ...... 27 4.6 Tests, Inspections, and Access to the Work ...... 27 4.7 Correction of Work or Damaged Property ...... 29 4.8 Substitution of Products & Processes ...... 30 Article 5: CHANGES TO THE CONTRACT ...... 30 5.0 General ...... 30 5.1 Contractor’s Request for a Change Order ...... 32 5.2 Differing Site Conditions ...... 33

C01269C18 page i of ii §00700 Rev (08/17/2015) General Terms and Conditions 5.3 Acceleration ...... 34 5.4 Suspension of Work ...... 34 5.5 Force Majeure ...... 36 5.6 Change Orders ...... 36 5.7 County Request for a Change Proposal ...... 38 Article 6: TIME AND PRICE ADJUSTMENTS ...... 38 6.0 Change in the Contract Time ...... 38 6.1 Change in the Contract Price ...... 39 6.2 Method to Calculate Adjustments to Contract Price ...... 41 Article 7: PAYMENT AND COMPLETION ...... 45 7.0 Applications for Payment ...... 45 7.1 Payments ...... 46 7.2 Payment Withheld ...... 46 7.3 Title ...... 47 7.4 Substantial Completion Procedure ...... 47 7.5 Final Inspection and Final Punch List ...... 48 7.6 Requirements for Final Application For Payment ...... 48 7.7 Completion/Final Acceptance ...... 49 7.8 Retainage...... 49 7.9 Warranty and Guaranty ...... 50 7.10 Prior Occupation ...... 50 Article 8: TERMINATION ...... 50 8.0 County’s Right to Terminate Contract ...... 50 8.1 The County’s Right to Stop the Work for Cause ...... 53 Article 9: CLAIMS AND LITIGATION ...... 53 9.0 Contractor Claims ...... 53 9.1 Contractor’s Burden of Proof on Claim ...... 55 9.2 Litigation ...... 56 Article 10: MISCELLANEOUS...... 56 10.0 Contractor’s Performance and Payment Bond ...... 56 10.1 Indemnification/Hold Harmless ...... 56 10.2 Compensation, Wages, Benefits and Taxes ...... 57 10.3 Successors and Assigns ...... 57 10.4 Third Party Agreements ...... 58 10.5 Nonwaiver of Breach ...... 58 10.6 Notice to the County of Labor Disputes ...... 58 10.7 Liquidated Damages Against Contractor ...... 58 10.8 Headings ...... 58 10.9 Choice of Law ...... 59 10.10 Severability ...... 59

C01269C18 page ii of ii §00700 Rev (08/17/2015) General Terms and Conditions ARTICLE 1: GENERAL PROVISIONS 1.0 DEFINITIONS A. “Addendum” or “Addenda” means alteration or clarification of the plans or specifications provided to bidders by the County prior to bid time, which becomes part of the Contract Documents when the Contract is executed. B. “Claim” means a written demand by the Contractor seeking (1) a change to Contract Price; (2) a change of Contract Time; (3) a payment of money or damages; and/or, (4) any other relief arising out of or relating to this Contract. C. “Change Order” means a written instrument designated to be a Change Order which alters the Contract, and identifies the following: (1) a change in the Work; (2) a change in Contract Price; and/or (3) a change in Contract Time. D. “Change Proposal” means a document prepared by the Contractor at the request of the County, which proposes changes to the Work and/or changes to the Contract Price and/or Contract Time. County initiates all requests for Change Proposals. E. The “Contract” or “Contract Documents” constitute the entire integrated agreement between King County and the Contractor for the performance of the Work. The Contract Documents are the following: 1. The signed Agreement between King County and Contractor (the “Agreement Form”); 2. Division 0, and all documents required therein, including the Contractors completed Responsibility Detail Form and Responsibility Attestation Form; 3. Technical Specifications (Divisions 1 through 49); 4. Drawings; 5. Addenda; and 6. Any Change Orders. F. “Contract Execution” occurs when the County Executive or its designee signs the Contract, which shall only occur after the Contractor signs the Contract. G. “Contract Price” means the total amount payable by the County to the Contractor for performance of the Work in accordance with the Contract. H. “Contractor’s Representative” is the individual who has authority to obligate the Contractor and is identified in the Agreement (§ 00500). I. “Contract Time” means the number of days or the specific date set forth in the Contract to achieve Substantial Completion of the Work. J. “Contract Work” or “Work” refers to the labor, materials, equipment, supplies, services, other items, and requirements of the Contract necessary for the execution, completion and performance of all work within the Contract by the Contractor to the satisfaction of King County. K. “Contractor” means the individual, association, partnership, firm, company, corporation, or combination thereof, including joint ventures, contracting with King County to do the Contract Work. L. “Critical Path” is the longest, continuous sequence of interrelated activities that begins at the start of the Project (Notice to Proceed) and extends to Substantial

C01269C18 page 1 of 59 §00700 Rev (08/17/2015) General Terms and Conditions Completion of the Project. These activities are critical because delay to an activity on this path will extend Contract Time. M. “Day” means calendar day, unless otherwise specified. N. “Differing Site Conditions” are defined as: (1) Subsurface or latent physical conditions at the site which differ materially from those indicated in the Contract Documents (Type I), or (2) 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 (Type II). O. “Field Directive” is a document, titled Field Directive, prepared by the County directing the Contractor to proceed promptly with specific work and shall not, in and of itself, constitute a Change Order or entitlement to an adjustment in Contract Time and/or Contract Price. P. “Final Acceptance” and/or “Completion” is written acceptance of the Project by the County. Q. “Force Majeure” means an event that is unforeseeable at the time of Contract Execution and that is beyond the reasonable control of the Contractor and County and is 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 acting within its governmental capacity; 3. Fire and/or flood for which the Contractor or its Subcontractors is not responsible; 4. Quarantine or epidemic; 5. Strike or defensive lockout; and, 6. Unusually Severe Weather Conditions. R. “Hand and Other Small Tools” means any tool, piece of communication equipment, or piece of equipment with a wholesale value of less than $500. S. “Hazardous Material” means any pollutant, contaminant, toxic or hazardous waste, dangerous substance, potentially dangerous substance, noxious substance, toxic substance, flammable material, explosive material, 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 and regulations promulgated thereunder, 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.), the Occupational Safety and Health Act (29 U. S. C. §§ 651, et seq., and the Model Toxics Control Act (RCW 70.105), or similar state or local statute or code), as the laws have been amended and supplemented.

C01269C18 page 2 of 59 §00700 Rev (08/17/2015) General Terms and Conditions T. “King County” or “County” or “Owner” may be used interchangeably and refers to the County of King, a municipal corporation and a home rule charter county of the state of Washington. U. “Notice” means a written document issued by the Project Representative or Contractor’s Representative which is submitted to the other party and delivered by: 1. Depositing in the U. S. Mail (or other method of commercial express mail), which notice shall be effective on the date of receipt; 2. Service on the Parties’ representative or at the Contractor’s home office or field office, which notice shall be effective on the date of service; or, 3. Facsimile to the Parties’ representative or Contractor’s home office or field office, which notice shall be effective upon receipt. V. “Notice To Proceed” is a written directive issued by the County authorizing the Contractor to perform some or all of the Work. W. “Overhead” shall mean 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. Overhead includes Site or Field Overhead and Home Office Overhead. 1. Site or Field Office Overhead Site or Field Overhead costs are typically those costs that are related to, but are not limited to supervision, including 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, the costs of all vehicles, travel, meal and lodging costs associated with those personnel, Site or Field office and utility expense, expenses associated with all regulatory compliance, Hand and Other Small Tools provided by the Contractor for the use of its forces, all expendable supplies, 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. 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. Home office overhead includes unabsorbed home office overhead. 3. In addition to the above, whether treated as Site or Field Overhead or as Home Office Overhead, costs of any and all bonds, 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.

C01269C18 page 3 of 59 §00700 Rev (08/17/2015) General Terms and Conditions X. “Parties” refers to the Contractor and King County. Y. “Project” refers to all activity relative to this Contract including activity of the Contractor, its Subcontractors, and the County. Z. “Request for Change Order” means a document, designated as a Request For A Change Order, prepared by the Contractor requesting either (1) a change in Contract Price; (2) a change in Contract Time; (3) a change in Contract Work; (4) a payment of money or damages; and/or, (5) any other relief arising out of or relating to this Contract. AA. “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. BB. “Site” or “Project Site” shall be understood to refer to the location at which construction, equipment or services furnished by the Contractor under the Contract will be performed, completed and/or delivered. CC. “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 any part of the Contract. When the County refers to Subcontractor(s) in this document, for purposes of this document and unless otherwise stated herein, the term Subcontractor(s) includes, at every level and/or tier, all subcontractors and subconsultants. DD. “Supplier(s)” The term Supplier(s) shall mean any person or firm who is not performing work or supplying labor on Site and is engaged in the business of supplying a manufactured product or resource to the County, Contractor, or Subcontractors. The term Suppliers includes materialmen, manufacturers, and fabricators. EE. “Substantial Completion” means that stage in the progress of the Work where: 1. The County has full and unrestricted use and benefit of the Project for the purpose intended; 2. All the systems and parts of the Contract Work are functional; 3. Utilities are connected and operate normally; 4. Only minor incidental work or correction or repair remains to complete all Contract requirements; and, 5. At the County’s option, the Contractor has provided all occupancy permits and easement releases. FF. “Unusually Severe Weather Conditions” shall be defined and calculated as follows: 1. Daily rainfall equal to, or greater than, 0.50 inch during a month when the monthly rainfall exceeds the normal monthly average by 15 to 100 percent. 2. Daily rainfall equal to, or greater than, 0.20 inches during a month when the monthly rainfall exceeds the normal monthly average by more than 100 percent. 3. Daily rainfall equal to, or greater than, 1.0 inch at any time. 4. Daily maximum temperature equal to, or less than, 20 degrees F during a week when the maximum daily temperature never exceeds 35 degrees F.

C01269C18 page 4 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 5. Daily maximum temperature equal to, or less than, 25 degrees F during a week when the maximum daily temperature never exceeds 30 degrees F. 6. Daily maximum temperature equal to, or less than, 15 degrees F at any time. 7. Daily maximum wind velocity equal to or greater than 50 mph at any time. Ice, snow and other weather conditions, not described above, may be considered as unusually severe at the sole discretion of the County upon written request by the Contractor. Such written request shall describe in detail the weather conditions, identify the specific impacts resulting from the weather condition, and be submitted to the County within five (5) days of the onset of the unusually severe weather condition. To preclude the difficulties of actual measurement, the parties hereto agree that weather data at the Site of the Work shall be expressly deemed to be the same as that measured at the Seattle-Tacoma International Airport by the Environmental Data and Information Service of the National Oceanic and Atmospheric Administration (“NOAA”) of the U. S. Department of Commerce, unless otherwise specified in the Contract Document’s technical specifications. Precipitation (such as rain, hail or snow), low temperature, windstorms, ice, and other conditions which could reasonably have been anticipated from the National Weather Service historical records for the general locality of the Work shall not be construed as unusually severe weather. For the purposes of this provision, a “month” shall mean a calendar month and a “week” shall mean a calendar week of Sunday through Saturday. 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,” “typical” (or their equivalents) are used in the Contract, they shall mean nearly corresponding or 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.

C01269C18 page 5 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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. 1.2 ORDER OF PRECEDENCE A. Any conflict or inconsistency between the terms or conditions of the Contract Document 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. The signed Agreement (§00500); 2. The Supplemental Terms and Conditions (§00800); 3. The General Terms and Conditions (§00700); 4. The Technical Specifications (“Specifications”) as modified by Addenda or Change Orders, Divisions 1 through 49: provisions in Division 1 shall take precedence over provisions of any other Division; 5. Detail drawings, as modified by Change Orders; 6. Drawings, as modified by Change Orders; 7. All other sections in Division 0 not specifically identified herein by Section including the Contractors completed Responsibility Detail Form and Responsibility Attestation Form; and 8. Affidavits, Certifications and bonds (§00410; §00420). 1.3 CLARIFICATION OF DRAWINGS AND DETAIL DRAWINGS 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. B. 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. Unless the County, in writing, indicates otherwise, the authority to (1) commit to or bind the County to any Change Orders or change in Contract Work, Contract Price and/or Contract Time; or (2) sign the Contract or Change Orders rests solely in the King County Executive or its designee. B. The County shall identify the Project Representative in the Contract prior to Contract Execution. 1. The Project Representative shall provide the Contractor with a written Notice of delegation of authority, which identifies the person who has authority to sign

C01269C18 page 6 of 59 §00700 Rev (08/17/2015) General Terms and Conditions Change Orders and/or bind the County to changes in Contract Work, Contract Price, and Contract Time. 2. In the event the Project Representative is no longer assigned to the Contract, the County shall notify the Contractor in writing of the change providing the name of the new Project Representative and effective date of the change. C. The Project Representative shall have the authority to administer the Contract. Administration of the Contract by the Project Representative includes but is not limited to: 1. Receiving all correspondence and information from the Contractor; 2. Issuing Field Directives; 3. Issuing request for Change Proposals; 4. Responding to Requests For Information; 5. Reviewing the schedule of values, project schedules, submittals, testing and inspection reports, substitution requests, and other documentation submitted by the Contractor; 6. Negotiating Change Proposals and Change Orders; 7. Recommending Change Orders for approval by the King County Executive or its designee; 8. Issuing decisions with respect to Requests for Change Orders and Claims; 9. Processing payment requests submitted by the Contractor, and recommending payment; 10. Monitoring the quality of the work, rejecting noncompliant work, and recommending acceptance of the work; 11. Transmitting executed Change Orders, amendments, and other Contract correspondence to the Contractor, and 12. Performing all other contract administrative functions. D. All correspondence, questions, and/or documentation shall be submitted to the Project Representative. E. The Project Representative may designate Technical Representatives to perform functions under the Contract, such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical or administrative nature. 1. The Project Representative will provide a written Notice of its designation to the Contractor. The designation letter will set forth the authority of the Technical Representatives under the Contract. 2. The Project Representative may add to or modify in writing these designations from time to time. 3. The Project Representative cannot grant a Technical Representative greater authority than the authority of the Project Representative.

C01269C18 page 7 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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. The County does not represent that this information is complete or sufficient for the Contractor’s performance of the Work. B. The County shall furnish to the Contractor five copies of the Contract Documents (including half-size copies of the Contract drawings), one full-size set of Contract drawings, and one copy of any permits obtained by the County. The Contractor shall pay the County for any additional copies of Contract Documents. C. 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 or project. 2.2 WORK BY COUNTY OR SEPARATE CONTRACTORS The County reserves the right to perform work not included in the Contract or to let other contracts in connection with this Project. ARTICLE 3: CONTRACTOR 3.0 CONTRACTOR REPRESENTATIONS The Contractor makes the following representations to the County: A. Before submission of its bid, the Contractor has: 1. Carefully reviewed the Contract Documents, and visited and examined the Site; 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 Contract Work, the labor, materials, equipment, goods, supplies, work, services and other items to be furnished and all other requirements of the Contract Documents, as well as the surface and reasonably ascertainable subsurface conditions and other matters that may be encountered at the Site or affect performance of the Contract 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; and 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 properly the difficulty and cost of successfully performing the Work, or for proceeding to successfully perform the Work without additional expense to the County; B. The Contract Price is reasonable compensation for the Work and the Contract Time is adequate for the performance of the Work as represented by the Contract, site visit, and the general conditions (including but not limited to weather, site, soil) known or reasonably anticipated for the Site; C. 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;

C01269C18 page 8 of 59 §00700 Rev (08/17/2015) General Terms and Conditions D. 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; and E. The Contractor shall perform at the Site, and with its own forces, work equivalent to at least twenty-five percent (25%) of the Contract Price. 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. B. 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. C. The Contractor shall also provide sufficient staffing and supervision to process Requests for Information, Change Proposals, Submittals, Change Orders, close out documentation, and to perform all other requirements of the Contract and all Work. D. 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. 3.2 DUTY TO INSPECT CONTRACT DOCUMENTS A. The Contractor shall carefully study and compare all Contract Documents and check the conditions, dimensions, and instructions as stated therein. Contractor will not be required to provide professional services which constitute the practice of architecture and engineering except to the extent provided for in the technical specifications and drawings. B. The Contractor shall immediately notify in writing the County of any: 1. Error, inconsistency, or omission in the Contract Documents that a reasonable contractor knew or through the exercise of reasonable diligence should have discovered under the same and similar circumstances; 2. Requirement in the Contract Documents that conflict with any local, state, and federal laws, regulations and/or permits, licenses, and easement conditions that a reasonable contractor knew or through the exercise of reasonable diligence should have discovered under the same and similar circumstances. C. The Contractor should not proceed with the work in question until the Contractor receives written direction from the Project Representative. D. If the Contractor proceeds with the work in question without written direction from the Project Representative, the Contractor shall be responsible for any costs or damages associated with: 1. Fines or penalties;

C01269C18 page 9 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 2. Demolition, tear out, removal, cleanup, remediation, or fixing the work in question; and 3. Delay, disruption, and loss of productivity. E. The Contractor’s failure to timely discover and immediately report such reasonably ascertainable errors, inconsistencies, or omissions and conflicts in regulatory requirements, permits, license or easements to the County shall preclude the Contractor’s recovery of costs and time resulting from the Contractor’s failure to timely discover and/or immediately notify the County of such errors, inconsistencies, or omissions. 3.3 COMMUNICATIONS A. The Contractor must designate, in writing, its Contractor’s Representative who is responsible for administering the Contract and has the authority to bind and obligate the Contractor in the performance of the Work. The Contractor’s Representative shall be identified in the Contract. B. Communication with the Contractor shall be through the Contractor’s Representative. C. The Contractor shall notify the County immediately if the Contractor’s Representative is changed and identify the name of the new Contractor’s Representative and effective date of the change. 3.4 CONTRACTOR’S SUPERVISION AND EMPLOYEES A. Contractor has an obligation to provide qualified and competent people to administer the contract and perform all the Work. B. During performance of the Work the Contractor shall have supervisory personnel on- site and available to administer, manage and coordinate the Work. The County shall not be responsible for the acts or omissions of the supervisory personnel or their assistants. C. The Contractor shall at all times enforce good order among all persons furnishing labor or materials on-site and shall only employ workers skilled in the work assigned. If requested by the Project Representative, Contractor shall provide the Project Representative with copies of licenses, registrations, and certifications. 1. The County shall have the right to require the Contractor to remove personnel from the Site that do not have the appropriate qualifications and experience to meet or uphold the requirements of the Contract. The County shall also have the right to order the Contractor to replace personnel who demonstrate unprofessional behavior. 2. 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. 3.5 CONTRACTOR’S DUTY WHEN COUNTY PERFORMS WORK ON-SITE A. The Contractor shall coordinate its Work with the County and other County contractors and, at the County’s request, participate in meetings for the purpose of coordinating the Contractor’s construction schedule with those of other contractors at no additional cost to the County. To the extent a direct conflict exists with regard to access to the Site, if the contractors cannot work out a resolution that has no impact on Contract Price, Contract Time, and any milestones in the Contract Documents, the Project Representative shall issue written direction to resolve the conflict.

C01269C18 page 10 of 59 §00700 Rev (08/17/2015) General Terms and Conditions B. 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. C. 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 written 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 acceptance of the prior work as fit for reception of its Work, except as to defects not then reasonably discovered. 3.6 MATERIALS AND EQUIPMENT FURNISHED BY COUNTY A. Unless otherwise specifically provided in the Contract Documents, 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 compliant with the Contract Documents. 1. If the Contractor discovers defects in the County-furnished material or equipment the Contractor shall immediately notify the County in writing. 2. After such discovery, the Contractor shall not proceed with Work involving such County materials and equipment unless otherwise authorized in writing by the County. 3. 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. 4. 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 the County, which are not of local origin, are considered to be Free On Board “FOB” to the point of destination which is the railroad, truck or port terminal nearest to the Site. 1. The County shall inspect the equipment at the point of destination and notify the Contractor that the County-furnished material and equipment is available for immediate receipt, possession, and inspection at the point of destination. 2. Upon such notice, the Contractor shall, within seven (7) days, inspect such County-furnished material and equipment at point of destination and provide immediate written Notice of rejection of said material and equipment if it is defective or does not meet the requirements of the Contract. a. The Contractor shall identify the causes for its rejection, including but not limited to the specific defect or nonconformance with the Contract. b. Failure to provide such written rejection shall result in a presumption that the Contractor accepts the County-furnished material and equipment, except as to defects not then reasonably discovered. 3. After receipt by the Contractor at the point of destination all risk of loss and damage to such materials and equipment shall be borne by the Contractor. The

C01269C18 page 11 of 59 §00700 Rev (08/17/2015) General Terms and Conditions Contractor shall promptly unload, transport, store and/or protect such material and equipment from damage. 3.7 SUBCONTRACTORS AND SUPPLIERS A. This Contract is between King County and the Contractor. 1. The Contractor’s subcontracting shall create no contract between King County and the Subcontractor and Suppliers. Subcontractors and Suppliers are not intended or incidental third party beneficiaries to the Contract. The Subcontractor and Suppliers shall have no rights against King County by reason of its subcontract with the Contractor. 2. The Contractor will be responsible for performing 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 and Suppliers. 3. The Contractor shall be responsible for all Work and material furnished, and no subcontract shall in any case release the Contractor of its obligations or liability under this Contract and the Performance and Payment Bond. B. Selection of Subcontractors and Suppliers 1. Subcontractors and Suppliers shall be properly licensed, registered or certified, as applicable, and capable to perform the assigned work. 2. If requested by the County, the Contractor shall provide documentation that the proposed Subcontractors and Suppliers are experienced and equipped to do the Work. 3. The Contractor shall require each Subcontractor and Supplier to comply with all provisions of this Contract. At the request of Subcontractors or Suppliers, Contractor shall make available for copying all Contract Documents. C. Responsibility for Work of Subcontractors and Suppliers The Contractor shall be responsible for the acts and omissions of Subcontractors and Suppliers. The Contractor shall also be responsible for the suitability of any materials, components, equipment or supplies furnished by a Subcontractor and/or Supplier irrespective of whether such were designated or approved by the County. 3.8 SCHEDULE OF WORKING HOURS A. As specified in the Contract, the Contractor shall submit a schedule of working hours, including overtime and shift work, to the County for acceptance. This schedule shall comply with RCW 49.28 and all other Contract 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. C. The Contractor shall provide 48 hours advance written Notice of any intent to work outside of regular working hours as defined in the Contract Documents or on Sundays or legal holidays. 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 A. The Contractor shall keep a copy of the Contract Documents on the Site.

C01269C18 page 12 of 59 §00700 Rev (08/17/2015) General Terms and Conditions B. The Contractor shall keep at the Site an accurate, readable, and orderly 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. This set of drawings and specifications shall be the Record Documents. 1. The Record Documents shall be maintained in hard copy and at the County’s option, in electronic format meeting the County’s requirements. The technical specifications shall state the electronic format. 2. In addition to all approved changes, options, alternates, and all actual deviations from the original Contract Documents, the Record Documents shall be marked as follows: a. Record all materials used where options, alternates and/or change orders were indicated, specified and/or authorized; b. 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; c. Update the Record Documents with information about each item of capital equipment or other fixed asset installed, including type of equipment, make, model, serial number, and acquisition cost; d. Update the Record Documents identifying each item of capital equipment or other fixed asset removed from the Project, including type of equipment or fixed asset, make, model, serial number and description of location from which it was removed; and e. Record all other requirements as specified in the Technical Specifications. C. The Record Documents 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 7.2, Payments Withheld, until all such information is recorded. D. Record Documents may be used to assist the County to verify the appropriate progress payment. 3.10 COST RECORDS A. The Contractor, Subcontractors, and Suppliers shall maintain Project cost records by cost codes and shall segregate and separately record at the time incurred all costs (1) directly associated with each work activity and (2) directly or indirectly resulting from any event or condition for which the Contractor seeks an adjustment in the Contract Price, Contract Time, and/or damages. 1. 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 recorded at the time incurred and be fairly and reasonably allocated to each such event or condition and to other causes of such costs. 2. The County shall be provided with a detailed description of all such costs and the basis of allocation. The Contractor, Subcontractors, and Suppliers shall maintain a monthly summary of all costs and shall make all underlying cost records and

C01269C18 page 13 of 59 §00700 Rev (08/17/2015) General Terms and Conditions monthly summary of costs available for review, inspection, and copying by the County upon request. 3. Any work performed for which the Contractor intends to seek an adjustment in Contract Price and/or Contract Time shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. B. In addition to the requirements set forth in Articles 5, Changes to the Contract, and 6, Time and Price Adjustments, the Contractor shall be entitled to extra compensation for an event or condition and/or the recovery of damages only to the extent that the Project cost records are kept in full compliance with all Contract requirements and the cost allocations support entitlement to such compensation. 3.11 MAINTENANCE AND INSPECTIONS OF DOCUMENTS A. All Contractor’s, Subcontractors’, and Suppliers’ documents and records relating to the Contract shall be open to inspection, audit, and/or copying by the County or its designee: 1. During the Contract Time; and 2. For a period of not less than six years after the date of Final Acceptance of the Contract (“Preservation Period”); or if any Claim, audit or litigation arising out of, in connection with, or related to this Contract is initiated, all documents shall be retained until such Claim, audit or litigation involving the records is resolved or completed, whichever occurs later. B. The Contractor shall also guarantee that all Subcontractor and Supplier documents shall be retained and open to similar inspection, audit and/or copying during the Contract Time and also the Preservation Period. The Contractor, Subcontractor, and Supplier shall use its best efforts to cooperate with the inspection, auditing, and/or copying. C. 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 seven (7) days Notice. Provided however, if an audit or inspection is to be commenced more than sixty (60) days after the Final Acceptance date of the Contract, the Contractor will be given twenty (20) days Notice of the time when the audit or inspection is to begin. D. The Contractor, Subcontractors, and Suppliers shall provide adequate facilities, acceptable to the County, for inspection, auditing, and/or copying during normal business hours. E. If the Contractor is formally dissolved, assigns or otherwise divests itself of its legal capacity under this Contract, then it shall immediately notify the County and preserve such records, at its expense, as directed by the County. F. The Contractor, Subcontractor, and Supplier, shall be subject to audit at any time with respect to this Contract. Failure to maintain and retain sufficient records to allow the County to verify all costs or damages or failure to permit the County access to the books and records shall constitute a waiver of the rights of the Contractor Subcontractor and Supplier to Claim or be compensated for any damages, additional time or money under this Contract. G. At a minimum, the following documents, including the machine readable electronic versions, shall be available for inspection, audits, and/or copying:

C01269C18 page 14 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 1. Daily time sheets and all daily reports, Supervisor’s reports, and inspection reports; 2. Collective bargaining agreements; 3. Insurance, welfare, and benefits records; 4. Payroll registers; 5. Earnings 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, Subcontractors’, and Suppliers’ equipment, rates, etc.); 10. Contracts, purchase orders and agreements between the Contractor and each Subcontractor and Supplier; 11. Subcontractors’ and Suppliers’ payment certificates; 12. Correspondence, including email, with Subcontractors and/or Suppliers; 13. All meeting notes by and between Contractor, Subcontractors, Suppliers and/or any third parties related to the Project; 14. Canceled checks (payroll and vendors); 15. Job cost reports, including monthly totals; 16. Job payroll ledger; 17. Certified payrolls; 18. General ledger; 19. Cash disbursements journal; 20. Escrow bid documents, take off sheets, and calculations used to prepare the bid and/or quotes; 21. Take off sheets, calculations, quotes, other financial data to support change proposals, request for change order and/or claims; 22. 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; 23. Depreciation records on all Contractor’s, Subcontractor’s, and Supplier’s equipment, whether these records are maintained by the Contractor, Subcontractors, and Suppliers involved, its accountant, or others; 24. 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; 25. All documents which relate to each and every Claim together with all documents which support the amount of damages as to each Claim;

C01269C18 page 15 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 26. 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, Suppliers, all documents which establish time periods, individuals involved, the hours for the individuals, and the rates for the individuals; 27. Worksheets, software, and all other documents used (a) by the Contractor to prepare its bid and schedule(s) and/or (b) to prepare quotes and bids to the Contractor; 28. All schedule documents, including electronic versions, planned resource codes, or schedules and summaries; 29. All submittals; and, 30. All other documents, including email, related to the Project, Claims, or Change Orders. H. 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 ensure that this information will 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 the requested information for a period of not less than ten (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 clean up 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 and Payment Bond. In the event there are insufficient funds remaining, excluding retention, the Contractor shall pay the County for the costs associated with maintenance and site cleaning.

C01269C18 page 16 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 3.13 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES, AND IMPROVEMENTS A. Contractor shall protect from damage all existing structures, curbs, gutters, sidewalks, 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, the County may have the necessary work performed and deduct or charge the cost to Contractor or exercise its rights under the Performance and 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. 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, licenses, 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 Contract 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 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. Taxes. The Contractor is required to pay all applicable taxes. No adjustment will be made in the amount to be paid by the County under the Contract because of any change in law or regulations covering any applicable taxes, or because of any misunderstanding by the Contractor as to its liability for or the amount of any taxes. 3.15 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.

C01269C18 page 17 of 59 §00700 Rev (08/17/2015) 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. 3.16 CONTRACTOR’S CERTIFICATION A. Conflict of Interest 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 The Contractor, by entering into this Contract with the County to perform or provide work, services or materials, has thereby covenanted: 1. 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, 2. 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. C. Penalties

C01269C18 page 18 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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. 3.17 DEVIATION FROM CONTRACT A. The Contractor shall not make an alteration, variation, addition, deviation, or omission from the requirements of the Contract without the written consent of the Project Representative. B. Any such alteration, variation, addition, deviation, or omission by the Contractor shall not result in any extra compensation or extension of time. C. The County shall have the right to treat any alteration, variation, addition, deviation, or omission from the requirements of the Contract as a contract breach if prior written consent is not obtained from the Project Representative, which may be justification for the County to withhold payment, stop work, or terminate the Contract for default. 3.18 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS A. Operating Area Contractor shall confine all operations, including storage of materials on the Site, to County-approved areas. B. Temporary Buildings and Utilities Temporary buildings (including storage sheds, shops, and offices) and utilities may be erected by Contractor on the Site only with the consent of the County and without expense to the County. The temporary buildings and utilities shall remain the property of Contractor and shall be removed by the Contractor at its expense upon completion of the Work. C. Use of Roadways The Contractor shall use only established roadways or temporary roadways authorized by the County. When materials are transported during prosecution of the Work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by federal, state, or local law or regulation. D. Disposal/Removal of Materials The Contractor shall be responsible for compliance with all laws governing the storage and ultimate disposal of all such materials and components. The Contractor shall provide the County with a copy of all manifests and receipts evidencing proper disposal when required by the County or applicable law. E. Protection and Care of Contractor’s Materials and Equipment The Contractor shall be responsible for the proper care and protection of its materials and equipment delivered to the Site. Materials and equipment may be stored on the Site at the Contractor’s own risk and with prior written approval from the County. When the Contractor uses any portion of the Site as a shop, the Contractor shall be responsible for any repairs, patching, or cleaning arising from such use and for obtaining any necessary permits to establish such shop or temporary storage facilities.

C01269C18 page 19 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 3.19 CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY, AND PERSONS A. The Contractor shall be 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 required in the Contract Documents 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 Substantial Completion. The Contractor remains responsible for any damage or loss caused directly or indirectly by the acts or omissions of the Contractor, Subcontractors, Suppliers, or third parties authorized or allowed on the Site by the Contractor until Final Acceptance. D. The Contractor shall also be solely and completely responsible for damages arising from the Work that affect property adjacent to the Site. E. The Contractor shall repair or replace without cost to the County any damage or loss that may occur, except damages or loss caused by the acts or omissions of the County. F. The Contractor shall erect and maintain adequate signs, fencing, barricades, lights or security measures and persons to protect the Work until the Project Representative authorizes in writing the removal of signs, fencing, barricades, lights or security measures. 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 whose duty shall be to manage and coordinate the safety programs and to prevent accidents of the Contractor and Subcontractors. B. Except as otherwise stated in the Contract, if the Contractor encounters, on the Site, material reasonably believed to be Hazardous Material including but not limited to asbestos, lead, or polychlorinated biphenyl (PCB), that 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

C01269C18 page 20 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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 be considered a breach of this Contract. 3.21 SAFETY PROGRAM A. The Contractor shall prepare and provide to the County a written site specific “Safety Program” demonstrating the methods by which all applicable safety requirements of this Contract will be met. The Contractor shall ensure its Subcontractors and Suppliers have a written “Safety Program” or formally adopt the Contractor’s site specific “Safety Program.” The Contractor shall designate a Safety Officer who shall be responsible for proper implementation of the “Safety Program.” The Contractor shall submit a copy of its “Safety Program” and the Subcontractor’s “Safety Program” to the County within fourteen (14) days after the Contractor signs the Contract. The County’s review 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 weekly safety meeting 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 The Contractor’s tools and equipment and building materials to be incorporated into the Project may be stored on the Site but 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 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 Project Representative 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 Project Representative, the Contractor shall immediately suspend any

C01269C18 page 21 of 59 §00700 Rev (08/17/2015) General Terms and Conditions construction activity, which, in the opinion of the Project Representative, 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 Project Representative from the State Historic Preservation Officer or private landowner, as applicable. 3.24 WATER POLLUTION CONTROL REQUIREMENTS 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. 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 Specifications 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 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 Project Representative of the dates of commencement and completion of work on each right of way provided by King 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, King 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 Project Representative with a written release signed by the landowner, or authorized agent therefor, stating that the landowner has no claims whatsoever against King County on account of the Contractor's use of such right of way. Such release shall be on the form set forth in the Specifications. 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 Project Representative 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 Project Representative with a written release signed by such landowner or authorized agent therefor stating that the owner has no claims whatsoever against King County on account of the Contractor's use of such property. Such release shall be on the form set forth in the Specifications. C. The Contractor shall save King 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.

C01269C18 page 22 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 3.26 ENVIRONMENTAL MITIGATION PLAN If required elsewhere in the Contract Documents, the Contractor shall prepare and submit to the Project Representative a plan by which the Contractor and its Subcontractors and Suppliers shall ensure all environmental mitigation requirements shall be complied with during performance of the Work under this Contract. 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 Contract Price. 3.27 SUBCONTRACTOR RESPONSIBILITY A. Prior to subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following responsibility criteria: 1. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal;

2. Have a current Washington Unified Business Identifier (UBI) number; 3. If applicable, have: a. Have Industrial Insurance (workers’ compensation) coverage for the subcontractor’s employees working in Washington, as required in Title 51 RCW; b. A Washington Employment Security Department number, as required in Title 50 RCW; c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. An electrical contractor license, if required by Chapter 19.28 RCW; e. An elevator contractor license, if required by Chapter 70.87 RCW. 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 5. The Contractor shall require its first tier subcontractors and subcontractor of any tier verify the responsibility criteria for each of its subcontractors it hires.

ARTICLE 4: ADMINISTRATION OF THE CONTRACT 4.0 TIME OF ESSENCE All time requirements set forth in the Contract Documents are of the essence. 4.1 WORK PROGRESS A. The Contractor shall be required to: 1. Prosecute the Work diligently with adequate forces; 2. Plan, coordinate, and layout the Work in advance so as to avoid delay; 3. Achieve Substantial Completion of the Work and Final Acceptance in accordance with the requirements of Contract Documents; and,

C01269C18 page 23 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 4. Complete all Contract close out requirements in accordance with all applicable Contract requirements within the time period established by the County in the Certificate of Substantial Completion. 4.2 SCHEDULE OF VALUES A. Unless otherwise specified, within fourteen (14) days after the date of Contract Execution, the Contractor shall submit to the County a detailed Schedule of Values that identifies the various activities of the Contract 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 Contract Work shall be made only for and in accordance with those activities identified in the Schedule of Values. B. The Contractor shall not be entitled to, nor shall the County be required to make, payment for any Contract 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 shall use reasonable efforts to review the Schedule of Values within thirty (30) days of the County’s receipt of the Contractor’s submittal of its Schedule of Values. 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. D. 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. 4.3 PROJECT SCHEDULE A. Unless otherwise specified, within fourteen (14) days after the date of Contract Execution, the Contractor shall submit to the County a Project Schedule. The Project Schedule shall 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 Contract Work, indicate Substantial Completion within the Contract Time, indicate a date for Final Acceptance, and meet all the requirements as maybe set forth more particularly in the Technical Specifications on Project Schedule. B. The Project Schedule shall be prepared in the format as specified in the Technical Specifications. C. Within thirty (30) days of the County’s receipt of the Contractor’s submittal of its Project Schedule or unless stated elsewhere in the Contract, the County shall review the Project Schedule and provide the Contractor with written comments. The County will review the Project Schedule only to determine whether the Project Schedule meets the requirements in the Technical Specifications on Project Schedule. To the extent the Project Schedule does not meet such Technical Specifications, the Contractor shall revise the Project Schedule to make it compliant.

C01269C18 page 24 of 59 §00700 Rev (08/17/2015) General Terms and Conditions D. By reviewing the Project 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 Project Schedule shall not relieve the Contractor from the sole responsibility for the accuracy of a Project Schedule, and its compliance with all Contract requirements, and its responsibility to meet all required Contract completion dates. Failure by the County to indicate items on the Project Schedule that do not conform with the Contract requirements shall not alter or waive the Contract requirements or relieve the Contractor from complying with all Contract requirements. E. The Contractor shall not be entitled to, nor shall the County be required to make payment for any Contract Work until the Project Schedule complies with all Contract requirements. F. The Contractor shall schedule the Contract Work so that the Contract Work is completed within the Contract Time. Float in the project Schedule shall be defined as the period of time measured by the number of days each non-critical path activity may be delayed before it and its succeeding activities become part of the Critical Path. Contractor and Owner may both utilize float to offset delays to the Project Work. G. The Contractor shall regularly enter the actual progress of the Work and Contract Time extensions approved by the County on the Project Schedule. Updated Project Schedules shall reflect actual progress and completion within the Contract Time and shall be provided to the County with each Application for Payment in format(s) as required by the Contract. Applications for Progress Payments will not be considered by the County and the Contractor will not be paid until the Contractor complies with these requirements. The 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, Subcontractors, and Suppliers, the Contractor shall take all necessary steps to improve its progress and bring its progress back in-line with the accepted Project 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 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. Submittals include shop drawings, setting and erection drawings, schedules of materials, product data, samples, certificates and other information prepared for the Work by the Contractor or a Subcontractor as set forth in the Technical Specifications (“Submittals”). The Contractor shall perform no portion of the Work requiring Submittals until the Submittals have been reviewed and returned by the

C01269C18 page 25 of 59 §00700 Rev (08/17/2015) General Terms and Conditions County with one of the following annotations: (1) no exceptions taken or (2) note markings. 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 Contract; (2) coordinate all Submittals with all Contract 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, 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. When submitting information, the Contractor shall identify and state reasons for any alteration, variation, addition, deviation, or omission from the Contract. The Contractor shall not perform work that alters, varies, adds, deviates, or omits Work without prior specific written acceptance by the County. D. The Contractor shall provide Submittals with reasonable promptness and in such sequence as to facilitate the timely completion of the Contract. The Contractor shall prepare and keep current, for review by the County, a schedule of Submittals which is coordinated with the Contractor’s Project Schedule and allows the County reasonable time for review. E. The County shall review the Contractor’s Submittals and respond in writing with reasonable promptness so as not to unreasonably delay the progress of the Work. 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 thirty (30) days after the Submittal is received by the County, and then only if failure by the County to respond is unreasonable and affects the Contract completion date. F. If the Contractor is required to resubmit a Submittal, any revisions on resubmittals shall be specifically identified in writing and the resubmitted Submittal shall be sequentially alpha denoted and note revisions in numerical order. The cost of the review of the initial Submittal and the first revised submittal shall be borne by the County. The costs of all additional revised Submittals shall be charged to the Contractor. The cost of review shall include, without limitation, administrative, design, and engineering activities directly related to review of Submittals. The County may deduct these costs from any amounts due the Contractor. G. The County shall review the Contractor’s Submittals only for conformance with the design of the Work and compliance with the Contract. 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 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.

C01269C18 page 26 of 59 §00700 Rev (08/17/2015) General Terms and Conditions H. 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 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. The County will review RFIs to determine whether they meet the requirements identified above in paragraph B to qualify as an RFI. If the County determines that the document is not an RFI it will be returned to the Contractor unreviewed as to content. When appropriate the Contractor may resubmit the RFI on the proper form, with all required information and in the proper manner. D. The County shall respond in writing with reasonable promptness to Contractor’s RFI. 1. At the request of the Project Representative, the Contractor shall prioritize its RFIs, identify a date by which the Contractor prefers the RFI be answered, and reasons for such priority. 2. If the Contractor submits a RFI on an activity less than thirty (30) days prior to the commencement of that activity, the Contractor shall not be entitled to any time extension or adjustment in Contract Price due to the time it takes the County to respond to the RFI provided that the County responds within thirty 30 days. 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 thirty (30) 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 Contract completion date. E. The County’s response to a RFI shall not be considered a change to the Contract requirements. To the extent the Contractor believes that the County’s response to the RFI constitutes changed work impacting Contract Price or Contract Time, the Contractor shall submit a Contractor’s Request For Change Order to the County in accordance with Articles 5, Changes to the Contract. 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

C01269C18 page 27 of 59 §00700 Rev (08/17/2015) General Terms and Conditions such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to the 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 three (3) days Notice 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 the 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, which does not negatively impact Contractor’s compliance with the Contract. C. If any Work required to be inspected, tested, or approved is covered without such inspection, testing or approval being obtained, it must, if requested by the County, be uncovered for observation, and such uncovering shall be at Contractor’s expense. D. Upon request by 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 Contract or if any non-compliance was not caused by the Contractor, Subcontractor, or Supplier, the County will (1) pay the costs of testing and inspection; (2) pay the costs associated with the uncovering and recovering of the Work; and, (3) adjust the Contract Time to the extent the inspection and repair impacted the Project Schedule and delayed completion of the Work, otherwise the Contractor shall bear such costs as well as all costs of correction and the Contractor shall not be entitled to an adjustment in Contract Time. E. 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 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 the County’s right to reject defective or nonconforming items, or to avail itself of any other remedy to which it may be entitled. F. Neither observations by an inspector retained by the 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. G. Contractor shall promptly furnish, without additional charge, all facilities, labor, material and equipment reasonably needed for performing such safe and convenient

C01269C18 page 28 of 59 §00700 Rev (08/17/2015) General Terms and Conditions inspections and tests as may be required by the County. The 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 reinspection or retest necessary. The 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 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. 1. The County, at its option, shall require the Contractor, within a designated time period as set forth by the County, to either a. Promptly repair, replace or correct all Work not performed in accordance with the Contract at no cost to the County; or b. Provide a suitable corrective action plan at no cost to the County. 2. Once the corrective action plan is reviewed and returned by the County with the annotation “no exception taken” or “note markings” by the County, the Contractor shall implement the corrective action plan. a. Review and providing comments on the corrective action plan is not an acknowledgement by the County that such plan is adequate to remedy the defective or non-conforming work. b. If the corrective action plan 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. 3. The Contractor shall also be responsible for all repairs to any property and work damaged by the Contractor. 4. Under no circumstances shall 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. The County shall not be responsible for any costs to prepare corrective action plans, correct work or repair damaged property. B. If the Contractor does not repair, replace or correct and/or remove defective or non- conforming 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. 1. 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 defective or non-conforming Work, the Contractor shall pay the difference to the County. C. The County may elect to retain work if the County determines that such defective or non-conforming work is not of sufficient magnitude or importance to make the work dangerous or undesirable or that removal of such work is impractical or will create conditions, which are dangerous or undesirable.

C01269C18 page 29 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 1. 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. 2. 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. D. The Contractor shall be liable for all damages and costs incurred by the County caused by the Contractor’s or its Subcontractors’ and Suppliers’ defective or non- conforming work or workmanship, including but not limited to all special, incidental, or consequential damages incurred by the County. The Contractor agrees 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 & PROCESSES A. Substitutions requested by the Contractor will be subject to the County’s prior written acceptance and at the County’s sole discretion. B. Requests 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 Contract Price and/or Contract Time; and, 4. Compatibility with or modification to other systems, parts, equipment or components of the Project and Contract Work. C. Contractor shall provide all documentation supporting its request as requested by the County. D. All costs of any redesign or modification to other systems, parts, equipment or components of the Project or Contract Work, which result from the substitution, shall be borne by the Contractor. E. When the County approves a substitution 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 and Contract Work. The County has the right to order an unaccepted, substituted article removed and replaced without additional cost to the County. F. The County has a right to a deductive Change Order if the substituted product or process is less costly than the contractually required product or process. G. If the County does not accept the substitution proposal the Contractor shall proceed, without delay or cost to the County, with the Contract Work as originally specified. ARTICLE 5: CHANGES TO THE CONTRACT 5.0 GENERAL A. All changes to the Contract must be made in writing and signed by the King County Executive or its designees. No oral statement by any person shall change or modify

C01269C18 page 30 of 59 §00700 Rev (08/17/2015) General Terms and Conditions the Contract. All changes to the Contract shall be made in accordance with the provisions of this Article. B. All Change Order work shall be performed in accordance with the original Contract requirements unless modified in writing by the County. C. Any written Field Directive, response to Request For Information, or other directive, direction, instruction, interpretation, or determination (hereinafter referred to as “Direction” for the purposes of Article 5), provided by the County is not considered a Change Order, a change to Contract requirements, and shall not constitute, in and of itself, entitlement to an adjustment in Contract Price and/or Contract Time. D. To the extent the Contractor believes it is entitled to any additional money or time for any reason the Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract. 1. If the Contractor believes any of the following events entitles the Contractor or its Subcontractors or Suppliers to additional money or time, the Contractor must file a Request for Change Order in accordance with the requirements set forth in the Contract. a. Written Field Directive b. Response to a request for information c. Comments on a submittal d. Differing Site Condition e. Acceleration or constructive acceleration f. Suspension of the Work g. Delay, inconvenience, disruption of schedule, loss of efficiency or productivity h. County caused Stand-by i. Force Majeure j. Conflicts, ambiguities, inconsistencies, and/or problems arising from the Contract Documents k. Any other directive or Direction, written or oral, from the County l. Any other reason for which the Contractor believes it is entitled to additional money or time E. The Contractor shall not be entitled to any change in the Contract Price and/or Contract Time under the following conditions or events: 1. They were foreseeable at the time the Contractor submitted its bid; 2. They were caused by the acts of the Contractor, Subcontractor and/or Supplier, 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. F. The Contract requirements for time and price impacts related to Change Orders are set forth in Article 6, Time and Price Adjustments.

C01269C18 page 31 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 5.1 CONTRACTOR’S REQUEST FOR A CHANGE ORDER A. Notice of Intent to Submit a Request for Change Order. 1. The Contractor shall provide the Project Representative with the written Notice that the Contractor intends to submit a Request For Change Order no later than seven (7) days, except as specified below for Differing Site Conditions, after any direction, instruction, interpretation, determination by the County and/or the onset of any event or impact to the Project. 2. The Contractor shall include the following information in the Notice of intent to Request a Change Order: a. The date, circumstances, and source of the direction, instruction, interpretation, determination by the County and/or the event or impact to the Project. b. Reasonable order of magnitude estimate of the change to the Contract Price; c. Reasonable order of magnitude estimate of the time impact to the Contract Time; and d. Contractual provisions and substantive basis to support the Request. B. Request for Change Order. 1. Within twenty-one (21) days after the Direction and/or the onset of the event or impact to the Project, the Contractor may request an extension of time for filing its Request for Change Order. The Contractor shall state the reasons for the request and identify a date certain when the Contractor shall provide all documentation required in its Request for Change Order. 2. Unless the Project Representative issues written Notice authorizing the Contractor additional time to submit the Request for Change Order, the Contractor shall provide, in writing, a detailed Request for Change Order to the Project Representative no later than thirty-five (35) days after the Direction and/or the onset of the event or impact to the Project. 3. The Request for a Change Order shall include: a. Specific dollar amount covering all costs associated calculated in accordance with Article 6, Time and Price Adjustments; b. Specific request for time extension (number of days); c. A copy of the written Notice of intent, including all attachments; and d. All documentation supporting the Request for a Change Order, including but not limited to all cost records, schedule analysis, and the documents identified in §00700, ¶ 3.11, Maintenance and Inspection of Documents, that are in any way relevant to the Contractor’s Request for Change Order. C. County’s Response to Contractor’s Request for Change Order. 1. The County will make a written determination with respect to the Contractor’s Request For Change Order within thirty (30) days of receipt of said Request, unless one of the following activities occurs. a. The County may request additional information and specify a time period for receipt of the information. The Contractor shall comply with the County’s request for additional information.

C01269C18 page 32 of 59 §00700 Rev (08/17/2015) General Terms and Conditions b. The County may inform the Contractor that additional time is needed to review the Contractor’s Request for Change Order and identify a date certain when a decision will be rendered. 2. If the County requests additional information, the County will make a written determination within thirty (30) days receipt of Contractor’s additional information. 3. If the County does not make a determination within the applicable time period, the Request For Change Order is deemed denied. D. Approval of Request for Change Order and Execution of Change Order. If the County determines that a Change Order is necessary, the parties may negotiate acceptable terms and conditions and execute a Bilateral Change Order or the County may issue a Unilateral Change Order. E. Contractor Procedure upon Denial or Deemed Denial of a Request for a Change Order. If the Contractor disagrees with the denial, the Contractor’s sole remedy shall be to file a fully documented Claim within thirty (30) days of deemed denial or the Contractor’s receipt of the denial in accordance with Article 9, Claims and Litigation. F. Contractor’s Obligation to Continue to Work. Pending resolution of the Contractor’s Request for a Change Order, the Contractor shall continue to perform all Work including, at the written request of the County that work associated with the pending Request for Change Order. The Contractor shall maintain its progress with the Work. G. Waiver. Failure to follow the provisions set forth herein shall constitute a waiver of the Contractor’s right to receive any additional time or money as a result of any alleged direction, instruction, interpretation, determination by the County and/or the event or impact to the Project. 5.2 DIFFERING SITE CONDITIONS A. Immediate Written Notice to the County. If the Contractor encounters a Differing Site Condition the Contractor shall immediately, and before the conditions are disturbed, give written Notice to the County of Differing Site Conditions. B. Request for Change Order based on Differing Site Condition. Unless otherwise agreed upon in writing by the Project Representative, within forty-five (45) days of the Contractor’s initial written notification of the Differing Site Condition to the County, the Contractor shall provide a Request for Change Order that includes all elements required for such a request and: 1. A detailed description of the Differing Site Condition; and 2. Substantive, contractual, and technical basis supporting the existence of the Differing Site Condition and its impacts. C. Waiver. 1. If the Contractor’s actions disturb the Site such that the County or County’s designee cannot adequately and fully investigate the alleged differing site condition, the Contractor waives its right to receive any additional time or money as a result of the Differing Site Condition. 2. Failure by the Contractor to provide either (a) immediate Notice or (b) Request for Change Order shall constitute a waiver of the Contractor’s right to receive any additional time or money as a result of the Differing Site Condition.

C01269C18 page 33 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 3. 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 the Detailed Description and Request for Change Order. D. County’s Response to the Differing Site Condition Request for Change Order. The County shall investigate the alleged Differing Site Conditions and respond to the Differing Site Condition in accordance with the Request for Change Order procedures set forth above. E. Contractor’s Obligation to Continue to Work. The Contractor shall not disturb the condition until receipt of written authorization from the Project Representative that work can resume at the location of the alleged Differing Site Condition. The Contractor shall continue with performance of all other Work. 5.3 ACCELERATION A. Acceleration Directive. 1. The County reserves the right to direct the Contractor to accelerate Contract Work. In the event that the County directs acceleration, such directive will be in writing and specifically designated as “Acceleration Directive.” 2. 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. Constructive Acceleration. 1. 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 an acceleration. This written notification shall detail the circumstances of the acceleration. 2. The Contractor shall not accelerate the Work until the Project Representative responds in writing issuing an Acceleration Directive or denying the constructive acceleration. 3. The Contractor shall keep cost and other project records related to the constructive acceleration separately from normal project costs and records and shall provide a written record of acceleration to the County on a daily basis. C. To the extent the Contractor believes an acceleration directive or constructive acceleration constitutes a change in the Work impacting Contract Price and/or Contract Time, the Contractor shall submit a Request for a Change Order to the County pursuant to Article 5, Changes to the Contract. D. Labor costs recoverable will be overtime or shift premium costs. Equipment costs recoverable will be only the rental cost of additional equipment or Contractor-owned additional equipment mobilized to the Site to accomplish the accelerated Work effort. Actual damages resulting from inefficiencies or loss of productivity may be recoverable to the extent the Contractor provides verifiable cost records and contemporaneous project documentation. 5.4 SUSPENSION OF WORK A. County Issues Directive Suspending Work 1. The County may order the Contractor, in writing, to suspend all or any part of the Work of this Contract for the period of time that the County determines

C01269C18 page 34 of 59 §00700 Rev (08/17/2015) General Terms and Conditions appropriate for the convenience of the County. The Contractor shall not suspend the Work without written direction from the County specifically authorizing the Suspension of Work. 2. Upon receipt of a written Notice suspending the Work, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize costs attributable to such suspension. Within a period up to 120 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: a. Cancel the written notice suspending the Work; or, b. Terminate the Work for either default or convenience. 3. If a written notice suspending the Work is canceled or the period of the Suspension or any extension thereof expires, the Contractor shall resume Work as required by the County. 4. If the performance of all or any part of the Work 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 Contract Time, or Contract Price, or both, for increases in the time or cost of performance directly attributable to the suspension and provided that the Contractor sufficiently documents all costs and time impacts attributable to the suspension. No adjustments to Contract Price and/or Contract Time shall be allowed unless the Contractor can demonstrate that the period of suspension caused by the County impacted Critical Path and delayed the Contractor from completing the Contract Work on time. B. Constructive Suspension of Work 1. In the event that the Contractor believes that some action or omission on the part of the County constitutes constructive suspension of Work, the Contractor shall immediately notify the County in writing that the Contractor considers the actions or omission a constructive suspension of Work. This written notification shall detail the circumstances of the constructive suspension of Work. 2. The Contractor shall keep cost and other project records related to the constructive suspension separately from normal project costs. C. To the extent the Contractor believes it is entitled to any additional money or time as a result of the suspension of Work or constructive suspension, Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract. The Contractor shall provide a Request for Change Order within thirty-five (35) days of (1) the County’s Notice canceling the suspension or (2) termination of the Work. 1. The Contractor is compensated for Overhead, including unabsorbed home office overhead, through the Overhead and Profit markup described in provision 6.2, Methods to Calculate Adjustments to Contract Price. If the Contractor can demonstrate through verifiable cost records that the Overhead and Profit markup is insufficient to cover the Contractor’s costs for unabsorbed home office overhead, the Contractor may be entitled to additional compensation for unabsorbed home office overhead provided the Contractor demonstrates full compliance with all of the following: a. The Contractor shall demonstrate that the work was suspended solely by actions for which the County is entirely responsible.

C01269C18 page 35 of 59 §00700 Rev (08/17/2015) General Terms and Conditions b. The Contractor shall demonstrate that the Project’s cash flow has been or will be substantially adversely impacted as a direct and sole result of such suspension. c. The suspension was of an indefinite duration at the time the suspension arose; d. The County required the Contractor to remain on standby during the suspension period; e. The Contractor was unable to resequence or reorganize the Work in order to continue working and maintain cash flow for the Project; f. The Contractor was ready, capable, and willing to perform Contract Work during the suspension; g. The Contractor was unable to take on other work as a direct result of the suspension and the only reason the Contractor was unable to take on other work was because of the suspension; and h. That the suspension to the Project’s completion date did not simply result from additional work caused by Change Orders which did not result in a substantial impact to the Project’s cash flow. 2. The Contractor’s recovery is limited to actual unabsorbed home office overhead minus the Overhead and Profit markup calculated in accordance with provision 6.2, Methods to Calculate Adjustments to Contract Price. D. Failure to comply with these requirements shall constitute a waiver of Contractor rights to any adjustment in Contract Time and/or Contract 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. 5.5 FORCE MAJEURE A. To the extent the Contractor believes it is entitled to any additional time as a result of Force Majeure, Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract. B. Contractor shall not be entitled to a change in Contract Price resulting from an act of Force Majeure. C. Contractor is not entitled to an adjustment in Contract Time if the act of Force Majeure did not impact progress of the Work on the Critical Path and delay the Contractor from completing Contract Work within Contract Time. D. When a Contractor experiences concurrent delay caused by either the County or Contractor and an act of Force Majeure, the Contractor shall only be entitled to an change in Contract Time. No change to the Contract Price shall be allowed as a result of such concurrent delay. 5.6 CHANGE ORDERS A. Bilateral Change Orders 1. If the County and Contractor reach agreement on the terms and conditions of any change in the Work, including any adjustment in the Contract Price and Contract

C01269C18 page 36 of 59 §00700 Rev (08/17/2015) General Terms and Conditions Time, such agreement shall be incorporated into a Change Order and signed by both Parties. Such Bilateral Change Orders shall represent full and complete payment and final settlement of all changes, Claims, damages or costs for all (a) time; (b) direct, indirect, and overhead costs; (c) profit; and (d) any and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, stand-by, and any other costs or damages related to any work either covered or affected by the Change Order, or related to the events giving rise to the Bilateral Change Order. B. Unilateral Change Order 1. County’s Right to Issue Unilateral Change Order. a. The County may unilaterally issue a Change Order in its sole discretion without invalidating the Contract and without notice to the sureties, making changes within the general scope of this Contract. b. If any such Change Order causes an increase or decrease in the cost of, or time required for, performance of any part of the Contract Work, the County may make an adjustment in the Contract Price, Contract Time, or both, in accordance with Articles 5, Changes to the Contract, and 6, Time and Price Adjustments. 2. Contractor Disagreement with Unilateral Change Order. If the Contractor disagrees with the adjustment to the Contract Price and/or Time as indicated in the Unilateral Change Order, the Contractor’s only remedy shall be to file a fully documented Claim in accordance with Article 9, Claims and Litigation. 3. Contractor’s Obligation to Continue to Work. The Contractor is required to continue with performance of all Work, including work associated with the Unilateral Change Order. C. Issuance of Change Order 1. Bilateral Change Order. a. No later than 30 days from the Satisfactory Completion of any additional Work, the County shall prepare and issue to the Contractor a Bilateral Change Order in accordance with the agreed upon terms and conditions, including any adjustment in the Contract Price and Contract Time. 2. Unilateral Change Order. a. If the County proceeds under Article 5.6.B or Article 5.7.E, then no later than 30 days from the Satisfactory Completion of any additional Work, the County shall prepare and issue to the Contractor a Unilateral Change Order, including any adjustment in the Contract Price and Contract Time. 3. Determination of Satisfactory Completion. a. As used herein, "Satisfactory Completion" means that the Project Representative shall have confirmed in writing that all tasks have been completed to the reasonable satisfaction of the County, including submittal by the Contractor of all required time and cost documentation. Satisfactory Completion does not mean Substantial Completion.

C01269C18 page 37 of 59 §00700 Rev (08/17/2015) General Terms and Conditions b. The issuance and execution of a Bilateral or Unilateral Change Order by the County shall not relieve the Contractor of its obligations to comply with the requirements of Article 7, Payment and Completion. 5.7 COUNTY REQUEST FOR A CHANGE PROPOSAL A. Request. The County may request a written Change Proposal from the Contractor for a change in the Contract Work. B. Contractor’s Proposal. Contractor shall submit its written Change Proposal within the time specified in the County’s request. The Change Proposal shall represent the Contractor’s offer to perform the requested work, and the pricing set forth within the proposal shall represent full, complete, and final compensation for the proposed change and any impacts to any other Contract Work, including any adjustments in the Contract Time. C. County’s Acceptance of Contractor Proposal. 1. If the County accepts the Change Proposal as submitted by the Contractor or as negotiated by the parties, the County shall notify the Contractor in writing of its acceptance of the Proposal and direct that the change in the Work be performed. 2. Contractor shall not perform the work identified in the Change Proposal until receipt of written authorization from the Project Representative. 3. Both parties shall acknowledge acceptance of the terms of a negotiated Change Proposal in writing. 4. Once the County and Contractor have agreed on the terms of a negotiated Change Proposal, the negotiated Change Proposal shall represent full and complete compensation and final settlement of all Claims for all (1) time; (2) direct, indirect, and overhead costs; (3) profit; and (4) costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and/or any other costs or damages related to any work either covered or affected by the Change Proposal, or related to the events giving rise to the Change Proposal. D. Execution of a Bilateral Change Order. After acceptance of the Change Proposal or acceptance of the negotiated Change Proposal, the County shall direct the Contractor to perform the work in accordance with the agreed upon terms; thereafter, the Parties shall execute a bilateral Change Order in accordance with the terms of the Change Proposal or negotiated Change Proposal. E. Execution of Unilateral Change Order. If the County does not accept the Change Proposal or the Parties cannot agree upon the appropriate price or terms for the Change Proposal, the County may issue a unilateral Change Order. F. Issuance of Change Order. Any Bilateral Change or Unilateral Change Order shall be issued in accordance with Article 5.6.C. Issuance of Change Order. ARTICLE 6: TIME AND PRICE ADJUSTMENTS 6.0 CHANGE IN THE CONTRACT TIME A. The Contract Time shall only be changed by a Change Order. B. Contractor shall include any request for a change in the Contract Time in its Notice of intent to submit a Request for Change Order, Request for Change Order, Change Proposal and Claim.

C01269C18 page 38 of 59 §00700 Rev (08/17/2015) General Terms and Conditions C. No change in the Contract 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. D. Contractor is not entitled to a change in Contract Time unless the progress of the Work on the Critical Path is delayed and completion of the Contract Work within Contract Time is delayed. E. When a Contractor experiences concurrent delays which impact the 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 an change in Contract Time. No change to the Contract Price shall be allowed as a result of such concurrent delay. F. A Request for Change Order that includes a request for an adjustment in the Contract Time shall: 1. Be in writing and delivered to the County within the appropriate time period specified in Article 5, Changes in the Contract. 2. Include a clear explanation of how the event or conditions specifically impacted the Critical Path and overall Project Schedule and the amount of the adjustment in Contract Time requested. 3. Be limited to the change in the Critical Path of a Contractor’s Project Schedule, and any updates, attributable to the event or conditions, which caused the request for adjustment. No extension of time or compensation for damages resulting from delay will be granted unless the delay affects the timely completion of all Work under the Contract or timely completion of a portion of the Work for which time of completion is specific. Contractor shall be responsible for showing clearly on the Project Schedule, and any updates, that the event or conditions: a. Had a specific impact on the Critical Path and was the sole cause of such impact; b. Could not have been avoided by resequencing of the Work or other reasonable alternatives; and c. Will prevent the Contractor from completing the Project within the current Contract completion date. G. 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 CONTRACT PRICE A. The Contract Price shall only be changed by a Change Order. B. Contractor shall include any request for a change in the Contract Price in its: 1. Change Proposal; 2. Notice of intent to submit a Request for Change Order; 3. Request For A Change Order; and 4. Claim, provided the related Request for Change Order and/or Change Proposal included a request to adjust the Contract Price. C. No change in the Contract Price shall be allowed when:

C01269C18 page 39 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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. D. The County shall not be responsible for, and the Contractor shall not be entitled to any compensation for 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 Change Proposals or Requests for Change Orders; 4. Lost profits, lost income or earnings; 5. 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; 6. Lost earnings or interest on unpaid retainage; 7. Claims consulting costs; 8. The costs of corporate officers or staff visiting the Site or participating in meetings with the County; 9. Any compensation due to the fluctuation of foreign currency conversions or exchange rates; 10. Loss of other business; and/or 11. Any other special, consequential, or incidental damages incurred by the Contractor, Subcontractor, or Suppliers. E. A Request for Change Order that includes a request for an adjustment in Contract Price shall: 1. Be in writing and delivered to the County within the applicable time period specified in Article 5, Changes to the Contract. 2. Identify the following information: a. The event or condition which caused the Contractor to submit its request for an adjustment in the Contract Price; b. The nature of the impacts to Contractor and its Subcontractors, if any; and, c. The amount of the adjustment in Contract Price requested. 3. Any requests by Contractor for an adjustment in the Contract Price and in the Contract Time that arise out of the same event or conditions shall be submitted together. F. The adjustments to the Contract Price provided for in this Article represent full, final, and complete compensation for all work done in connection with the request for an adjustment in Contract 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,

C01269C18 page 40 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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 to the events giving rise to the change. 6.2 METHOD TO CALCULATE ADJUSTMENTS TO CONTRACT PRICE A. One of the following methods shall be used to calculate damages and/or adjustments to the Contract Price that result from or relate to Change Proposal, Request for Change Order, and/or Claim. B. Determination of the method to be used to calculate adjustments in the Contract Price shall be at the sole discretion of the County. C. One of the following methods shall be used: 1. Unit Price Method; 2. Firm Fixed Price Method (also known as Lump Sum); or, 3. Time and Materials Method. D. Unit Price Method 1. Whenever the County authorizes Contractor to perform Work on a Unit Price basis, the County’s authorization shall clearly state the: a. Scope of work to be performed; b. Applicable Unit Price; and, c. Not to exceed amount of reimbursement as established by the County. 2. The applicable unit price shall include reimbursement for all direct and indirect costs of the Work, including Overhead and profit. 3. Contractor shall only be paid under this method for the actual quantity of materials incorporated in or removed from the Work and such quantities must be supported by field measurement statements verified by the County. E. Firm Fixed Price Method 1. The Contractor and County may mutually agree on a fixed amount as the total compensation for the performance of changed work. 2. The Contractor shall provide a detailed cost breakdown supporting the Contractor’s requested adjustment to Contract Price and any other financial documentation requested by the Project Representative. 3. Any adjustments to the Contract Price using the Firm Fixed Price Method shall include, when appropriate all reasonable costs for labor, equipment, material, Overhead and profit. Such Overhead and profit shall be calculated in accordance with §00700 ¶ 6.2 F 4 e, Overhead and Profit. 4. Whenever the County authorizes Contractor to perform changed work on a Firm Fixed Price Method, the County’s authorization shall clearly state: a. Scope of Work to be performed; and, b. Total Fixed Price payment for performing such work. F. Time and Materials Method

C01269C18 page 41 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 1. Whenever the County authorizes the Contractor to perform Work on a Time and Material basis, County’s authorization shall clearly state: a. Scope of Work to be performed; and, b. A not to exceed amount of reimbursement as established by the County. 2. Contractor shall: a. Cooperate with the County and assist in monitoring the Work being performed; b. Substantiate the labor hours, materials and equipment charged to work under the Time and Materials Method by detailed time cards or logs completed on a daily basis before the close of business each working day; c. Present the time card and/or log at the close of business each day to the Project Representative so that the County may review and initial each time card/log; d. Perform all Work in accordance with this provision as efficiently as possible; e. Not exceed any cost limit(s) without the County’s prior written approval; and f. Maintain all records of the work, including all records of the Subcontractor, Supplier, and Materialmen, and make such records available for inspection as required in provisions 3.9, Record Documents, 3.10, Cost Records, and 3.11, Maintenance and Inspection of Document. 3. Contractor shall submit costs and any additional information requested by the County to support Contractor’s requested price adjustment. 4. The Contractor shall only be entitled to be paid for reasonable costs actually incurred by the Contractor. The Contractor has a duty to control costs. If the County determines that the Contractor’s costs are excessive or unreasonable, the County, at its discretion, shall determine the reasonable amount for payment. Any adjustments to the Contract Price using the Time and Materials method shall be based on the following categories and shall incorporate markups for Overhead and profit as provided herein. a. Labor. For all labor, including foreman supervision but excluding superintendents, the Contractor shall be reimbursed for labor costs provided herein. The labor cost of an event or condition shall be calculated as the sum of the following: i. Labor Rate. The Labor Rate is the actual reasonable wage paid to the individual plus the actual reasonable costs incurred by the Contractor to cover costs associated with Federal Insurance Compensation Act (FICA), Federal Unemployment Tax Act (FUTA), State Unemployment Tax Act (SUCA), industrial insurance, fringe benefits, and benefits paid on behalf of labor by the Contractor. The applicable Labor Rates shall be multiplied by the number of hours reasonably expended in each labor classification because of the event or condition to arrive at a total cost of labor. ii. Travel Allowance and/or Subsistence. The labor calculation shall include the actual costs of travel and/or subsistence paid to the Contractor’s employees engaged upon the Work when said payments are required by a labor agreement.

C01269C18 page 42 of 59 §00700 Rev (08/17/2015) General Terms and Conditions b. Materials. The cost of materials resulting from an event or condition shall be calculated in one or more of the following methods, at the County’s election: i. Invoice Cost. The Contractor may be paid the actual invoice cost of materials including actual freight and express charges and applicable taxes less all available discounts, rebates, and back-charges, notwithstanding the fact that they may not have been taken by the Contractor. This method shall be considered only to the extent the Contractor’s invoice costs are reasonable and the Contractor provides copies of vendor invoices, freight and express bills, and other evidence of cost accounting and payment satisfactory to the County. As to materials furnished from the Contractor’s stocks for which an invoice is not available, the Contractor shall furnish an affidavit certifying its actual cost of such materials and such other information as the County may reasonably require; ii. Wholesale Price. The Contractor may be paid the lowest current wholesale price for which the materials are available in the quantities required, including customary costs of delivery and all applicable taxes less all available discounts, rebates, and back-charges; or, iii. County Furnished Material. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no Claim for any costs, Overhead or profit on such materials. c. Equipment. The additional cost, if any, of machine-power tools and equipment usage shall be calculated in accordance with the following rules: i. Equipment Rates. The Contractor’s own charge rates may be used if verified and approved by the County and based on the Contractor’s actual ownership and operating cost experience. Rental rates contained in published rate guides may be used if their cost formulas and rate factors are identifiable, reflect the Contractor’s historical acquisition costs, utilization, and useful life, and do not include replacement cost, escalation contingency reserves, general and administrative expense, or profit. Rates shall be based on the Contractor’s actual allowable costs incurred or the rates established according to the Rental Rate Blue Book for Construction Equipment, published by Equipment Watch, PRIMEDIA, whichever is less. The Rental Rate Blue Book established equipment rate shall be the monthly rental rate for the equipment plus the monthly rental rate for required attachments, divided by 176, multiplied by the appropriate regional adjustment factor, plus the hourly operating cost. The established equipment rate shall apply for actual equipment usage up to eight hours per day. For all hours in excess of eight hours per day or 176 hours per month, the established equipment rate shall be the monthly rental rate plus the monthly rental rate for required attachments, divided by 352, multiplied by the regional adjustment factor, plus the hourly operating cost. ii. Transportation. If the necessary equipment is not already at the Site and it is not anticipated that it would be required for the performance of other work under the terms of the Contract, the calculation shall include a reasonable amount for the costs of the necessary transportation of such equipment.

C01269C18 page 43 of 59 §00700 Rev (08/17/2015) General Terms and Conditions iii. Standby. The Contractor shall only be entitled to standby equipment costs if (a) the equipment is ready, able, and available to do the Work at a moment’s notice; (b) Contractor is required to have equipment standby because of an event or condition solely caused by the County and (c) the Contractor can demonstrate that it could have and intended to use the equipment on other projects/jobs. The Contractor shall be compensated at 50% of the monthly rental rate for the equipment, divided by 176, and multiplied by the appropriate regional adjustment factor, as identified in the Rental Rate Blue Book for Construction Equipment, published by Machinery Information Division of PRIMEDIA Information Inc. Standby shall not be paid during periods of Contractor-caused delay, concurrent delay, Force Majeure, during any seasonal shutdown, routine maintenance, down-time or broken equipment, late delivery of equipment or supplies, or other anticipated occurrence specified in the Contract Documents. No payment shall be made for standby on any piece of equipment, which has been used on the Project in any 24 hour period. Standby costs shall not be paid for weekends, holidays, and any time the equipment was not intended to be used on the Project as demonstrated by the Project Schedule. d. Subcontractor & Supplier. Direct costs associated with Subcontractors and Suppliers shall exclude Overhead and Profit markups and shall be calculated and itemized in the same manner as prescribed herein for Contractor. Contractor shall provide detailed breakdown of Subcontractor and Supplier invoices. e. Overhead and Profit Markup. i. On a change to the Contract Price or any other claim for money by the Contractor, the County will only pay Overhead, including Home Office Overhead, Site or Field Office Overhead, and unabsorbed home office overhead, and Profit pursuant to the Overhead and Profit Markups set forth herein. The Overhead and Profit Markups cover all overhead regardless of how the Contractor chooses to account for various costs in its books of account. ii. Overhead and Profit markups shall not be applied to Freight, delivery charges, express charges, and sales tax. iii. The allowed Overhead and Profit markup shall not exceed the following: 1. If the Contractor is self-performing work: 18% combined Overhead and Profit markup on the Contractor’s Direct Costs; or 2. If a Subcontractor or Supplier is performing work: 18% for the Subcontractor’s Direct Cost for performing the work and 7% on the Direct Costs of the Subcontractors' or Suppliers'; provided that the 7% is to be divided among upper tier Subcontractors and the Contractor when a Subcontractor or Supplier is performing the work. 3. If the value of material and equipment is greater than 50% of the total value of the change, the Overhead and Profit Markup shall only be 10% for material and equipment.

C01269C18 page 44 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 4. In no event shall the total combined Overhead and Profit markup for the Contractor and all Subcontractors and Suppliers of any tier exceed 25% of the Direct Cost to perform the Change Order work. iv. Direct Costs shall include Labor (as defined in §00700 ¶ 6.2 F4a), Materials (as defined in §00700 ¶ 6.2 F4b), Equipment (as defined in §00700 ¶ 6.2 F4c), and Subcontractor and Supplier Costs (as defined in §00700 ¶ 6.2 CFd). G. Deductive Changes to the Contract Price 1. A deductive change to the Contract Price may be determined by taking into account: a. Costs incurred and saved by the Contractor as a result of the change, if any; b. The costs of labor, material, equipment, overhead and profit saved by the change. These costs shall be calculated following as closely as possible with the provisions identified in Article 6, Time and Price Adjustments; and/or, c. At the discretion of the County, costs set forth in the documents used by the Contractor to develop its bid. 2. Where the County has elected not to correct incomplete or defective Work, the adjustment in the Contract Price shall take into account: a. The decreased value to the County resulting from the incomplete or defective Work; and, b. The increased future costs which the County may incur by reason of the incomplete or defective Work. H. Full Compensation An adjustment calculated in accordance with the provisions of this Article shall be full and complete payment and final settlement of all changes, claims, damages and costs for all (a) time; (b) direct, indirect, and overhead costs; (c) profit; and (d) any and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, standby, and/or any other costs or damages related to any Work either covered or affected by the changed work, or related to the events giving rise to the change. ARTICLE 7: PAYMENT AND COMPLETION 7.0 APPLICATIONS FOR PAYMENT A. On or about the first day of each month, the Contractor shall submit to the County an Application for Payment. Each application shall be on a form acceptable to the County and designated as an “Application For Payment.” The Contractor shall include with each Application For Payment: 1. Current status Schedule of Values; 2. Project Schedule and the most current updates; and 3. Affidavits signed by all Subcontractors performing Work to date, stating that each of them has been paid, less earned retainage, as their interests appeared in the last preceding Application For Payment.

C01269C18 page 45 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 4. The Contract Purchase Agreement number (CPA No.) shall be placed on each Application for Payment submitted by the Contractor to the County. B. Inclusion of the required documentation is a condition precedent to payment. The Contractor is not entitled to payment for any work unless the Application For Payment includes all required documentation. The County reserves the right to withhold payment pursuant to provision 7.2, Payments Withheld if it is subsequently determined that all required documentation was not provided by the Contractor. C. The application shall correlate the amount requested with the Schedule of Values and with the state of completion of the Work, as measured by the current Project Schedule. In addition to Work performed by the Contractor, applications may include (1) the invoiced cost of major materials or equipment (major material or equipment to be identified on the Schedule of Values) suitably stored on the Site, and (2) with the County’s consent, up to 75% of the invoiced cost of major materials or equipment suitably stored off the Site if the County’s interest in those major materials or equipment is protected through insurance and the Contractor provides documentation of such insurance. 7.1 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 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 7.2, 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 thirty (30) days of the County’s receipt of the properly prepared invoice (Application For Payment). C. The Contractor shall ensure that Subcontractors [and Suppliers] are promptly paid to the fullest extent required by RCW 39.04.250, as may be amended. 7.2 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 reasons including but not limited to: 1. Failure of the Contractor to submit or obtain acceptance of a Progress Schedule, Schedule of Values, and any updated Schedules; 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 doubt that the Contract can be completed for the balance then unpaid;

C01269C18 page 46 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 5. A reasonable concern by the County that the materials, equipment or component parts are not in proper operating condition; 6. Assessment of Liquidated Damages; 7. Failure to perform in accordance with the Contract; 8. Cost or liability that may occur to the County as the result of the Contractor’s or Subcontractor’s acts, omissions, fault, or negligence; 9. Deduction in Contract Work; 10. Failure of Contractor to repair damaged materials, equipment, property, or Work; 11. Failure of the Contractor to provide or obtain review of Submittals; 12. Failure to pay Subcontractors or Suppliers; 13. Failure to keep Record Documents up to date; 14. Failure to comply with all applicable federal, state, and local laws, statutes, regulations, codes, licenses, easements, and permits; 15. Failure to obtain and maintain applicable permits, insurance, and bonds; 16. Failure to provide Statement of intent to Pay Prevailing Wage and/or Affidavits of Wages Paid; and 17. Failure to comply with the Contract safety requirements. B. The 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. 7.3 TITLE Title to all Work and materials covered by an accepted and paid Application For Payment shall pass to the 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 the County to insist on full compliance by Contractor with the Contract requirements, or (3) constitute acceptance of the Work or materials. 7.4 SUBSTANTIAL COMPLETION PROCEDURE A. When the Contractor considers that all Work or Work associated with Contract milestones is substantially complete, the Contractor shall give written Notice to the County. 1. 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 Punch List (list of items to be completed or corrected). a. The County reserves the right to add to, modify, or change the Substantial Completion Punch List as circumstances dictate. b. Failure by the County to include any items on such list does not alter the responsibility of the Contractor to complete or correct the Work in accordance with the Contract. B. At the Contractor’s request, the County may identify those Punch List items that must be completed or corrected in order for the Contractor to achieve Substantial Completion.

C01269C18 page 47 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 1. When the County determines that those Punch List items have been completed or corrected by the Contractor, the County shall make a determination that the Work is Substantially Complete. 2. A Certificate of Substantial Completion will be issued by the County, which shall establish the date of Substantial Completion. 3. This Certificate of Substantial Completion shall state the responsibilities of the County and the Contractor for security, maintenance, heat, utilities, damage to the Work, insurance, and the time to complete remaining Punch List work before liquidated damages begin to accrue for the Contractor’s failure to achieve Completion/Final Acceptance in a timely manner. 4. The County shall assess liquidated damages for the Contractor’s failure to complete or correct the required Punch List items for Substantial Completion within the Contract Time. C. As provided in the Contract, the County may grant Substantial Completion to specific subsystems or portions of the Work. The dates of Substantial Completion shall be determined, in writing, by the County 7.5 FINAL INSPECTION AND FINAL PUNCH LIST A. All remaining Punch List items that were not corrected prior to Substantial Completion shall be successfully completed by the Contractor prior to the Contractor’s request for Final Acceptance. When the Contractor considers that all Contract Work is ready for final inspection and Final Acceptance, the Contractor shall give written Notice to the County. 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 Acceptance). C. Punchlist items may include but are not limited to: Copies of the warranties and guarantees required by the Contract; Permit approvals and Certificates of Occupancy; Operation and Maintenance Manuals; Record Set of Drawings and Specifications; and Stamped permit set of documents; Right of Way, Easements and Property Releases, and any other documents called for elsewhere in the Contract; D. The Contractor shall complete or correct the items identified in the Final Punch List within the time period as required in the Certificate of Substantial Completion. Should the Contractor fail to complete or correct all remaining Final Punch List items within the required time, the County may assess liquidated damages against the Contractor for failure to achieve Final Acceptance in a timely manner. E. 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. 7.6 REQUIREMENTS FOR FINAL APPLICATION FOR PAYMENT A. In addition to any other requirement identified in the Contract Documents, the Final Application for Payment shall include the following documents: 1. Affidavit of Wages Paid for Contractor and all Subcontractors in accordance with state law;

C01269C18 page 48 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 2. Contractor’s release of claims against the County, except for Claims specifically described in the release document and submitted in accordance with Article 9, Claims and Litigation; 3. Contractor certification that all Subcontractors and Suppliers have been paid and there are no outstanding liens; 4. Right of Way, Easements and Property Releases; and, 5. All reports identified in the Affidavit and Certificate of Compliance with the King County Code 12.16. 7.7 COMPLETION/FINAL ACCEPTANCE A. Completion/Final Acceptance shall be achieved when all the obligations of the Contract have been successfully performed by the Contractor in accordance with the Contract and accepted by the County. B. Neither Final Acceptance, nor Final Payment, shall 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, 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 Article 9, Claims and Litigation, acceptance of Payment on the Final Application for Payment by the Contractor 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 Contract and/or Project; 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 Contract, outstanding invoices, or claims directly or indirectly arising out of or related to the Contract and/or Project. 7.8 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 Project document files.

C01269C18 page 49 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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 Contract and is free from any defect in equipment, material, design, or workmanship performed by Contractor or its Subcontractors and Suppliers. B. The warranty period shall be for the longer period of: one year from the date of Substantial Completion of the entire Project 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: 1. Obtain all warranties that would be given in normal commercial practice from the supplier and/or manufacturer; 2. Prior to Final Acceptance require all warranties be executed, in writing, for the benefit of the County; 3. Enforce all warranties for the benefit of the 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, the Contractor shall correct it promptly after receipt of written Notice from the County to do so. In the event the County 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, or guidance from a third party. All damages incurred by the 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. 7.10 PRIOR OCCUPATION County shall have the right to occupy such part or parts of the Project in or upon which the Work is being done, as it may see fit, before the Final Acceptance, and such occupation shall not be construed as acceptance by the County of the Work or constitute Substantial Completion of the Work. ARTICLE 8: TERMINATION 8.0 COUNTY’S RIGHT TO TERMINATE CONTRACT A. Termination for Default 1. County may terminate, without prejudice to any right or remedy of the County the Work, or any part of it, 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 of the Work within the Contract Time; b. Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to ensure Final Acceptance of the Work in a timely manner;

C01269C18 page 50 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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 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, rules, regulations, permits, easements or orders of any public authority having jurisdiction; h. Contractor fails to comply with all Contract safety requirements; or, i. Contractor is otherwise in material breach of any provision of the Contract. 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 Contractor for default, specifying within such notice the ground(s) for such termination. The County, at its option, shall require the Contractor to either promptly correct the deficiencies noted in the County’s intent to terminate or 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 for default. 3. Upon termination, the County may at its option: a. Take possession of the Site and possession of or use of all materials, equipment, tools, and construction equipment and machinery thereon owned by Contractor; 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 architect and engineering services and expenses made necessary thereby; (2) any other costs or damages incurred by the 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. In no event shall the

C01269C18 page 51 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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. B. Termination for Convenience 1. Upon written Notice the County may terminate the Work, or any part of it, without prejudice to any right or remedy of the County, for the convenience of the County. 2. If the County terminates the Work or any portion thereof for convenience, Contractor may make a request for adjustment for: a. Reasonable direct costs for all Work completed prior to the effective date of the termination and not previously paid for by the County; 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 percentage amount set forth in the Contract and in provision 6.2, Method to Calculate Adjustments to Contract Price, subparagraph F4e, Overhead and Profit; and, c. Actually incurred reasonable administrative costs for “settlement of the Work”, i.e., costs directly caused by the termination for convenience, at a rate not to exceed 5% of what the Contractor has been actually paid prior to the date of termination. 3. The Contractor shall not be entitled to any other costs or damages, whatsoever. The total sum payable upon termination shall not exceed the Contract Price reduced by prior payments. Contractor shall be required to make its request for adjustment in accordance with Article 5, Changes to the Contract, and Article 6, Time and Price Adjustments. 4. If it appears that the Contractor would have sustained a loss on the entire Contract had it been completed, the County shall not reimburse Contractor any profit for the Work completed and shall reduce the settlement to reflect the indicated rate of loss. C. Contractor’s Obligations During Termination Unless the County directs otherwise, after receipt of a written Notice of termination for default or termination for convenience, Contractor shall promptly: 1. Stop performing Work on the date and as specified in the Notice of termination; 2. 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; 3. Cancel all orders and subcontracts, upon terms acceptable to the County, to the extent that they relate to the performance of Work terminated;

C01269C18 page 52 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 4. Assign as specifically requested by the County all of the rights, title, and interest of Contractor in all orders and subcontracts; 5. Take such action as may be necessary or as directed by the County to preserve and protect the Work, Site, and any other property related to this Project in the possession of Contractor in which the County has an interest; 6. Continue performance of Work only to the extent not terminated; and, 7. Take any other steps required by the County with respect to this Project. 8.1 THE COUNTY’S RIGHT TO STOP THE WORK FOR CAUSE A. If Contractor fails or refuses to perform its obligations in accordance with the Contract, the 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 Contract Time and/or Contract Price for any increased cost or time of performance attributable to Contractor’s failure or refusal to perform its obligations under the Contract. ARTICLE 9: CLAIMS AND LITIGATION 9.0 CONTRACTOR CLAIMS A. Condition Precedent to Filing a Claim. 1. The following actions are a condition precedent to filing a Claim: a. A Request for Change Order is denied or deemed denied by the County; or b. A Unilateral Change Order is issued by the County. B. Failure to file a Timely Claim. 1. At least seven (7) days prior to appropriate time to file a Claim, the Contractor may request an extension of time for filing its Claim. The Contractor shall state the reasons for the request and identify a date certain when the Contractor shall provide a fully documented Claim. Unless otherwise agreed to in writing by the Project Representative, a fully documented Claim shall be received by the Project Representative within thirty (30) days after: a. Denial or deemed denial of a Request for Change Order; or b. Contractor’s receipt of an Executed Unilateral Change Order. 2. Failure to comply with the time requirements set for filing a Claim shall constitute acceptance by the Contractor, on behalf of itself and its Subcontractors and Suppliers, of the Unilateral Change Order and/or the County’s denial or deemed denial of a Request for Change Order. Such acceptance shall be considered complete, full, and final settlement of all costs, damages, and Claims related to or arising from the Request for Change Order and/or Unilateral Change Order. C. Contractor’s Obligation to Continue to Work. Pending final decision of a Claim hereunder, the Contractor shall proceed diligently with the performance of the Contract Work, including that work associated with the Claim, and maintain its progress with the Work. D. Information required in a Fully Documented Claim. Every Claim must be submitted by the Contractor, in writing and clearly designated by the Contractor as a fully

C01269C18 page 53 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 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 details, locations, and items of Contract 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, Supplier, and/or the 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 on which the Claim is based; 6. If an adjustment in the Contract Price is sought, the exact amount sought, calculated in accordance with the Contract 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 the Contract Time is sought, the specific days and dates for which it is sought; the specific reason the Contractor believes an adjustment in the Contract Time should be granted; and the Contractor’s analyses of its Progress Schedule, any specific Schedule analysis as required by the Contract Documents, and all updates to demonstrate the reason for the adjustment in Contract Time; and, 8. A statement certifying, under penalty of perjury, that after the exercise or reasonable diligence and investigation 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 Contract Price or Contract Time for which the Contractor believes the County is liable. E. Contractor’s Duty to Cooperate. 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. F. The County’s Evaluation of the Claim. 1. 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. 2. After the Contractor has submitted a fully documented Claim that complies with this provision, the County shall respond, in writing, to the Contractor within sixty (60) days from the date the fully documented Claim is received with either: a. A decision regarding the Claim; b. Written Notice extending for another thirty (30) days the County’s time to respond to the Claim. 3. Absent a thirty (30) day extension, the Claim shall be deemed denied upon the sixty-first (61st) day following receipt of the Claim by the County. If the County

C01269C18 page 54 of 59 §00700 Rev (08/17/2015) General Terms and Conditions had a thirty (30) day extension, the Claim shall be deemed denied upon the ninety-first (91st) day following receipt of the Claim by the County. 4. The County will identify the Appeal Officer for each Claim within fifteen (15) days of the County’s receipt of a Claim. G. Appeal Process of a Denial or Deemed Denial of the Claim. 1. Contractor shall notify the County of its disagreement with the denial or deemed denial of the Contractor’s Claim and file a fully documented Appeal to the Appeal Officer within twenty-one (21) days after the deemed denial or receipt of the denial. 2. Failure to notify the County and file a fully documented Appeal constitutes acceptance of the denial or deemed denial and the Contractor waives any right to any adjustment in Contract Price and/or Contract Time with respect to the Claim. 3. A fully documented Appeal shall contain the following information: a. All documentation and information previously provided to the County in support of the Contractor’s Claim including but not limited to the documentation identified in provision 9.0, Contractor Claims, paragraph D; b. A copy of the County’s denial of the Claim; c. A detailed explanation why the Contractor believes the County’s decision is incorrect and why the Claim should be granted; and d. Any technical data or additional documentation supporting the Contractor’s position. 4. At the discretion of the Appeal Officer, the Appeal Officer may request additional information or a meeting with the Contractor. 5. After the Contractor has submitted a fully documented Appeal that complies with this provision, the Appeal Officer shall respond, in writing, to the Contractor within sixty (60) days from the date the Appeal is received. Absent a written response by the Appeal Officer, the Appeal shall be deemed denied upon the sixty-first (61st) day following receipt of the Appeal by the Appeal Officer. 6. Contractor shall notify the County of its disagreement with the denial or deemed denial of the Contractor’s Appeal within twenty-one (21) days after the deemed denial or receipt of the denial. Failure to notify the County constitutes acceptance of the denial or deemed denial and the Contractor waives any right to any adjustment in Contract Price and/or Contract Time with respect to the Appeal. 9.1 CONTRACTOR’S BURDEN OF PROOF ON CLAIM A. The Contractor shall have the burden of proof to demonstrate entitlement and damages. B. If the Contractor, on behalf of itself or its Subcontractors and Suppliers seeks an adjustment in the Contract Price or Contract Time not supported by Project cost records meeting the requirements of §00700 ¶3.10, Cost Records, the Claim is waived. C. Compliance with the record keeping requirements set forth in this Contract is a condition precedent to recovery of any costs or damages related to or arising from performance of the Contract Work. If the County establishes non-compliance of the

C01269C18 page 55 of 59 §00700 Rev (08/17/2015) General Terms and Conditions record-keeping requirement set forth in §00700 ¶ 3.10, Cost Records, no adjustment shall be made to the Contract Price and/or Contract Time with respect to that Claim. D. No Claim submitted to Alternate Dispute Resolution (ADR) or pursued by the Contractor in litigation shall seek damages greater than those set forth in the Contractor’s Claim, except for accrual of any interest owing under applicable law. 9.2 LITIGATION A. As a mandatory condition precedent to the initiation of litigation by the Contractor against the County, Contractor shall: 1. Comply with all provisions set forth in this Contract; 2. Enter into an Alternate Dispute Resolution (ADR) process agreeable to both parties at any time during Contract Time but no later than sixty (60) days after issuance of the Certificate of Substantial Completion for the entire Project or Final Acceptance if a Certificate of Substantial Completion for the entire Contract is not issued; and complete the ADR process within 240 days after issuance of Substantial Completion for the entire Project or Final Acceptance if no Certificate of Substantial Completion for the entire Contract is issued; and 3. Receive the Certificate of Substantial Completion for the entire Contract or Final Acceptance if a Certificate of Substantial Completion for the entire Contract is not issued. B. Any litigation brought against the County shall be filed and served on the County within 365 days from either the issuance of the Certificate of Substantial Completion for the entire Contract or Final Acceptance if no Certificate of Substantial Completion of the entire Contract is issued. The requirement that the parties participate in ADR does not waive the requirements of this subparagraph. C. Venue and jurisdiction shall vest solely in the King the County Superior Court. D. Failure to comply with these mandatory condition time 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 10: MISCELLANEOUS 10.0 CONTRACTOR’S PERFORMANCE AND PAYMENT BOND A. The Contractor shall execute and deliver to the County a performance and payment bond for 100% of the Contract Price, on a form acceptable to the County with an approved surety company and in compliance with Chapter 39.08 RCW. Contractor shall notify surety of any changes in the work. The Contractor shall promptly furnish additional bond security to protect the County and persons supplying labor or materials required by the Contract if: 1. The County has a reasonable objection to any surety; 2. Any surety fails to furnish reports on its financial condition pursuant to the County’s request; or, 3. The Contract Price increases beyond the bond amount. 10.1 INDEMNIFICATION/HOLD HARMLESS A. The Contractor shall protect, defend, indemnify, and hold 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

C01269C18 page 56 of 59 §00700 Rev (08/17/2015) General Terms and Conditions “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 the 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 the 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 the 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 COMPENSATION, WAGES, BENEFITS AND TAXES 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. 10.3 SUCCESSORS AND ASSIGNS 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.

C01269C18 page 57 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 10.4 THIRD PARTY AGREEMENTS Except as otherwise may be provided, the Contract shall not be construed to create a contractual relationship of any kind between: any architect, engineer, Subcontractor, Supplier, or any persons other than the County and Contractor. 10.5 NONWAIVER OF BREACH 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. 10.6 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 the 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. 10.7 LIQUIDATED DAMAGES AGAINST CONTRACTOR A. The liquidated damage amounts, set forth elsewhere in the Contract Documents, will be assessed for Contractor’s failure to achieve Substantial Completion within the Contract Time or Final Acceptance. 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 the 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 duties pursuant to the Contract Work. 1. Failure to Achieve Substantial Completion Timely performance and completion of the Work is essential to the County and the time limits stated in the Contract are of the essence. The County will incur serious and substantial damages if Substantial Completion of the Work does not occur within the Contract Time. 2. Failure to Achieve Final Acceptance Final Acceptance of the Work is essential to the County and the time limits as identified by the County are of the essence. The County will incur serious and substantial damages if Final Acceptance of the Work does not occur as the County requires. 10.8 HEADINGS 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.

C01269C18 page 58 of 59 §00700 Rev (08/17/2015) General Terms and Conditions 10.9 CHOICE OF LAW 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 the County, Washington. This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington. 10.10 SEVERABILITY 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

C01269C18 page 59 of 59 §00700 Rev (08/17/2015) 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 B. to Provision 1.2 ORDER OF PRECEDENCE as follows: “B. In the event there exists a conflict, inconsistency or ambiguity within the terms or conditions of one of the Contract Documents categories set forth above, the more stringent or more costly requirements shall be deemed to have been intended and to have been included in the original Contract Price.” 2. DELETE paragraph C. from Provision 3.8 SCHEDULE OF WORKING HOURS, OVERTIME, SHIFT AND TIDE WORK in its entirety and REPLACE with the following: “C. The Contractor shall provide written request to perform any Work outside the regular working hours specified in this Contract. The written request must be received by the Project Representative a minimum of 48 hours in advance of the proposed Work. The revised working hours must be approved by the Project Representative prior to proceeding with any Work outside the regular working hours. Any Work performed after regular working hours, shall be performed without additional expense to the County, except as otherwise provided in the Contract Documents.” 3. ADD paragraph G. to Provision 3.19 CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY, AND PERSONS follows: “G. 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.” 4. DELETE subparagraph A.3 to Provision 7.0 APPLICATION FOR PAYMENT and REPLACE with follows: “3. Certifications signed by all Subcontractors performing Work to date, stating that each of them has been paid, less earned retainage, as their interests appeared in the last preceding Application For Payment.”

C01269C18 page 1 of 6 §00800 Rev (05/31/2017) Supplemental Terms and Conditions 5. DELETE paragraph B. from Provision 7.9 WARRANTY AND GUARANTY in its entirety and REPLACE with the following: “B. Unless there are specified interim milestones as identified in Section 01014, the warranty for all work shall commence with the issuance of a Certificate of Substantial Completion for the Project. If there are interim milestones the warranty period shall start as specified in Section 01740. The warranty duration shall be the longer period of; one year from the issuance of Substantial Completion, or the duration of any special extended warranties required elsewhere in the Contract, or the duration offered by a supplier or common to the trade.” 6. ADD paragraph D. to Provision 8.0 COUNTY’S RIGHT TO TERMINATE CONTRACT follows: “D. 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 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. 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.” 7. DELETE Paragraph 9.2 A. 2, in its entirety, and REPLACE with the following: “2. Provide the Project Representative written notice of intent to participate in an Alternate Dispute Resolution (ADR) process agreeable to both parties within twenty-one (21) days from the date the Contractor received a written determination from the Appeal Officer on a submitted Appeal; or absent a written response by the Appeal Office, within eighty-one (81) days following the receipt of the Appeal by the Appeal Officer. The ADR process may be postponed by the County for the purpose of administrative efficiency to allow for all RCOs, Claims and Appeals to be processed pursuant to the Contract as provided in Articles 5, 6, and 9, so that all disputed Appeal determinations can be addressed in one ADR process. The ADR process must be initiated for all disputed Appeals within 300 days after issuance of the Certificate of Substantial Completion for the entire Project.”

C01269C18 page 2 of 6 §00800 Rev (05/31/2017) Supplemental Terms and Conditions 8. DELETE Paragraph 9.2C in its entirety, and REPLACE with the following: “C. 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 of King County, Washington or in the superior court of either of the two nearest judicial districts, in accordance with RCW 36.01.050.” 9. DELETE Paragraph 10.9 in its entirety, and REPLACE with the following: “10.9 Choice of Law This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington.” 10. ADD the following provision to Article 10: MISCELLANEOUS: 10.11 SHAREPOINT CONTRACT DOCUMENT MANAGEMENT

A. SUMMARY 1. This Section provides the requirements for transmitting all Contract Administrative Records, as defined in this Section, and documents to the County using the Contract SharePoint Site. 2. The requirements of this Section are applicable to all Sections of the Contract. B. SUBMITTALS 1. Procedures: Section 01300. 2. Any updates as to user information for the Contractor Representative identified in Section 00500. 3. Proposed schedule of attendance for SharePoint system training sessions. 4. Signed verification of training attendance for all users. C. DEFINITIONS 1. Contract Administrative Records: All documentation and communications required by the Contract including, but not limited to; correspondence, reports, notices, submittals, transmittals, Requests for Information, Request for Change Order, payment applications, claims, requests for change proposals, Field Directives, meeting agendas, meeting minutes, Requests for Change Orders, substitution requests, test reports, monitoring reports, punch lists, and all other Contract communications. 2. Contract SharePoint Site: Is a SharePoint Site hosted by the County for this Contract. 3. SharePoint: Is a Microsoft Office web application platform. The County will develop, manage and host a SharePoint site for this Contract. D. USER IDENTIFICATION INFORMATION 1. A single user account shall be established for transmittal of all Contract Administrative Records and communications from the Contractor’s Representative as identified in Section 00500 of the Contract. The user account shall be established with an e-mail account associated with a “Microsoft account.” A Microsoft account is the combination of an email address and a password that is used to sign in to services, for example

C01269C18 page 3 of 6 §00800 Rev (05/31/2017) Supplemental Terms and Conditions Hotmail, Messenger, SkyDrive, Windows Phone, Xbox LIVE, or Outlook.com. E. CONTRACT DOCUMENTATION 1. The Contractor’s Representative shall be responsible for the content of all Contract Administrative Records and communications and the transmittal of Contract Administrative Records submitted by the Contractor using the Contract SharePoint Site. 2. Unless otherwise specified, all Contract Administrative Records transmitted from the Contractor’s Representative shall be submitted and processed using the Contract SharePoint Site. Unless otherwise indicated, in writing, no other form of Contract Administrative Records or contractually required written communication will be recognized. 3. Contract Administrative Records that are not to be transmitted through the Contract SharePoint Site include the following: a. Executed Change Orders to the Contract must be transmitted as paper copies. b. As-Built drawings c. Product samples d. Color samples e. Full size shop drawings F. ACCESS REQUIREMENTS 1. The County will maintain user access for the Contractor’s Representative. 2. The Contractor and all agents of the Contractor’s Representative shall protect the security of the Contract SharePoint Site. 3. Access will only be permitted to certain modules, in accordance with permission levels configured by the County. The Contract Representative will be granted read and write access to necessary modules. Agents to the Contractor’s Representative that are approved by the County, will only be provided ‘read only’ access to necessary modules of the Contract SharePoint Site. G. USE REQUIREMENTS 4. Use the Contract SharePoint Site as the Contract document file storage system according to the file structure provided by the County. 5. Abide by all policies, procedures, and standards established by the County for the use and application of the Contract SharePoint Site. H. DOWNTIME 1. In the event that the Contract SharePoint Site is temporarily unavailable, continue with contract document communications utilizing other electronic means (email) or hard copies to transmit and receive Contract Administrative Records. 2. Retain all Contract Administrative Records during the Contract SharePoint Site downtime and upload the documents to SharePoint when it is operational. 3. Immediately notify the County by telephone or email when the Contract SharePoint Site is not functional. I. TRAINING

C01269C18 page 4 of 6 §00800 Rev (05/31/2017) Supplemental Terms and Conditions 1. Submit a proposed schedule of attendance for the SharePoint training sessions that may be needed to use the Contract SharePoint Site. 2. The County provided training shall be completed by the Contract Representative and any ‘read only’ agents of the Contractor’s Representative within 10 days following the County’s issuance of the Notice to Proceed. 3. The County training is expected to be about two hours in duration. J. CONTRACT DOCUMENT MANAGEMENT SYSTEM REQUIREMENTS 1. The County may implement minor modifications to the format of the Contract SharePoint Site during the time of this Contract. 2. Software, Hardware, and Internet Access: The Contractor shall be responsible for providing access for their use and all costs to provide the necessary software, hardware and Internet access. At a minimum the following shall be provided at all locations needed for the execution of the Contract Work. a. Minimum software requirements are as follows: 1) A 32-bit operating system such as Windows 7 second edition or later. 2) An Internet browser Explorer Version 9 or later. b. Minimum hardware requirements are as follows: 1) Intel Core based (or equivalent) workstation or laptop with a minimum of 4 GB of RAM. 2) A scanning device capable of scanning a minimum of 11- inch x 17-inch color document into electronic Portable Document Format (PDF) with a minimum density of 300 dpi. c. Minimum access requirements are as follows: 1) Broadband data connection. 2) For remote locations, a 4G based connection is acceptable only with the written approval of the County Project Representative. d. Software necessary to create documents in format compatible with SharePoint or to convert non-electronic documents to such formats. Compatible formats include: Word, Excel, AutoCAD, and PDF. K. RESTRICTIONS AND LIMITATIONS 1. All Contract Administrative Records submitted to the County through SharePoint after 3:00 PM, Monday through Friday, will be acknowledged no earlier than the following business day. 2. For Contract document management purposes, business days and hours are defined as Monday through Friday, 8:00 AM to 5:00 PM, Pacific Time, excluding the County’s holidays.

C01269C18 page 5 of 6 §00800 Rev (05/31/2017) Supplemental Terms and Conditions L. COUNTY RESPONSIBILITY 1. Provide the Contract Representative necessary user access to the SharePoint Site for the duration of the Contract. 2. Manage the permission levels for all users of the system. 3. Provide training for personnel using the system for the Contractor’s Representatives and County approved agents of the Contractor’s Representative. The training will include guidelines regarding the organization and format of the SharePoint modules and the access permission requirements for each module or element thereof. 4. Allow the Contractor’s Representative to upload, download, view, and markup files, based on the County’s assigned permission levels. 5. Track history of revisions and activities with respect to each document submitted or managed within SharePoint.

END OF SECTION

C01269C18 page 6 of 6 §00800 Rev (05/31/2017) Supplemental Terms and Conditions DIVISIONS 1-49

GENERAL REQUIREMENTS & TECHNICAL SPECIFICATIONS SECTION 01 10 00

SUMMARY

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Basic description of the Project, completion dates, hours of work and work restrictions.

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment: All work and costs of this Section are incidental to the Project and included in the total Bid.

1.3 TERMINOLOGY A. Specifications are written mostly in imperative and streamlined form. Unless indicated otherwise, this imperative language is directed to the Contractor. Additionally, the words "Contractor shall" are included by inference where a colon (:) is used within sentences or phrases. B. The term "Project Representative" refers to the Contracting Agency’s representative or Project Representative who directly supervises the engineering and administration of a construction contract.

1.4 SUMMARY OF WORK

A. Project Name: Tolt Pipeline Protection/Winkelman Revetment Reconstruction (Rebid) Project, King County, Washington.

B. Site Location: 12808 Carnation-Duvall Road NE, Duvall, WA 98019. (Primary Site access from NE 124th St).

C. Description of Work: Revetment reconstruction including: riprap installation; engineered log structures; bank and tributary regrading; new culvert; erosion control; and site restoration.

1.5 COMPLETION DATES

A. Milestones:

1. Milestone No. 1: Complete all work below the ordinary high water line (OHWL) by September 15, 2018, end of permitted work order OHWL.

2. Milestone No. 2: Complete all grading activities (except for cottonwood bole installation) and remove all stockpiled materials from the project site by October 1, 2018, beginning of flood season.

C01269C18 01 10 00 - 1 Summary 3. Milestone No 3: Complete cottonwood bole installation by November 30, 2018.

C. Substantial Completion:

1. Conform to General Terms and Conditions.

2. Substantial Completion includes all work necessary to allow permanent revegetation of site by seeding and plantings including full installation of all erosion control fabrics and hydroseeding.

3. Substantial Completion Date: October 1, 2018 assuming Notice to Proceed is given on or before June 6, 2018.

CI. Final Acceptance:

1. Conform to General Terms and Conditions.

2. Final Acceptance Date: January 31, 2019.

1.6 LIQUIDATED DAMAGES

A. Milestone No. 1 Liquidated Damages: The owner will deduct $3,000 per work day to complete Milestone No. 1 that exceeds the Milestone No. 1 completion date.

B. Milestone No. 2 Liquidated Damages: The owner will deduct $2,000 per work day to complete Milestone No. 2 that exceeds the Milestone No. 2 completion date.

C. Milestone No. 3 Liquidated Damages: The owner will deduct $2,000 per work day to complete Milestone No. 3 that exceeds the Milestone No. 3 completion date.

1.7 HOURS OF WORK

A. Work window hours for this Project are:

1. Weekdays: 7:00 AM to 7:00 PM

2. Saturdays: 8:00 AM to 6:00 PM

3. Work hours outside of the work window may be further restricted to daylight hours unless approved by the Project Representative.

4. Riprap installation, vibratory pile installation, and impact pile installation shall be further restricted to daylight hours over an 8-week period between July 1 and September 15.

5. Any weekend work after September 28th shall require written approval by the Project Representative. B. Request work hour variations in writing to the Project Representative a minimum of five working days prior to proposed change.

C01269C18 01 10 00 - 2 Summary 1.8 WORK RESTRICTIONS

A. Use of Site:

1. The location of construction facilities, staging areas, product stockpiles, material storage and temporary construction are shown on the Drawings and shall be removed upon completion of the Work. No material stockpiles or temporary fill may be left in the project site after October 1 of construction year without approval of the Project Representative due to flood risk.

2. Temporary stockpiles shall be limited as specified in Section 01 50 00 1.7.

3. The general in-water work window is July 1 to September 15. An exemption for early installation of the culvert surcharge material allows work for this element only to begin May 1.

4. Keep existing roads and entrances clear and available to the Owner.

5. Additional staging area may be requested on the project property. If the request is granted, soil decompaction and other site restoration actions as shown in the plans will be required on the additional areas. If additional space is needed, obtain and pay for such space off site.

6. The Contractor may use the existing barn and related structures for staging of small materials, equipment, and field offices. The Barn is equipped with a large conference room for use by the Contractor. If the Barn is used by the Contractor, the Contractor will establish adequate space to conduct regular progress meetings for up to 15 people. Access to the barn is from an existing drive that is on the West side of SR 203, being approximately 1,500 feet north of the roundabout at NE 124th Street. The drive is labeled on Sheet G4 as "Optional Access Route". Use of the route to access the site will be limited to restrictions noted on plan sheet G4. B. Access to Site: Contracting Agency shall have access to and along all roads between 7 PM to 7 AM. Private property owner access to road crossing property between NE 124th St and project site shall not be impeded at any time without prior notice. Any impacts to private property access from NE 124th St lasting more than 15 minutes will be coordinated at least 5 business days in advance. Use of locking gates with keys supplied to Contracting Agency and private property owners for site security is not considered to impede access.

C. Pile Driving: 1. Use of vibratory and impact pile driving equipment within 50 feet of the edge of water of the Snoqualmie River is limited to: a. Daylight hours within the allowed general daily work windows.

b. An eight-week work window for completion of all vibratory and impact pile driving work, started at the time of initial pile driving. 2. There is no timing restriction on piles that are directly pushed or augured into the ground.

C01269C18 01 10 00 - 3 Summary D. Other Work at Site: 1. The installation, relocation or temporary raising of electric power and telephone lines by private utilities is anticipated. a. Allow private utility crews free access to the Site and a reasonable amount of time to compete their work.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

END OF SECTION

C01269C18 01 10 00 - 4 Summary SECTION 01 10 16 LABOR MANAGEMENT PLAN PART 1: GENERAL 1.01 SUMMARY A. This section specifies the requirement for submittal of a Labor Management Plan on Contracts with a Contract Price of one million dollars ($1,000,000) or more at time of Contract execution by King County. 1.02 CONTRACTOR RESPONSIBILITIES A. The Contractor acknowledges that because this is a time of the essence contract, any work stoppage, strike, slow down, picket or other disruptive activity which impacts the timely and accurate completion of the Project may cause the County significant economic damage. B. Contractor shall comply with the provisions set forth within Section 00700 - General Terms and Conditions, Article 10.6 - Notice to County of Labor Disputes. 1.03 LABOR MANAGEMENT SUBMITTALS A. Contractor shall submit the following Labor Management Plan in accordance with Section 00700 - General Terms and Conditions, Article 4.4 - Submittals and 01-33-00 within ____15____ days following the Notice to Proceed with Work. B. Provide a copy of the Contractor's collective bargaining agreements, if any, and their expiration dates. C. Provide Contractor's labor relations history for both County and non-County projects of similar to types of work set forth in Contract Documents for this Project for the last five years. Include the following detail: 1. Name and dates of the project; 2. Description of the project. 3. Final cost of the construction contract for the project. 4. Description of any work stoppage, strike, picket, slow down or other labor disruption that occurred on the project, if any. 5. Description of impacts to contract price or schedule resulting from the labor disruption that occurred on the project, if any. 6. Description of the labor management methods used by the Contractor to prevent, mitigate or eliminate a labor disruption on the project. D. Provide a description of any activities or events Contractor, or its Subcontractors, reasonably believe may cause a potential or actual work stoppage, strike, slow down or other labor disruption on the Project which may either (a) impact worker's performance at the Site or (b) impact the Contract Time or Contract Price for the Project.

C01269C18 01 10 16- 1 Labor Management Plan Rev (11/9/2015) E. Provide the plan(s) the Contractor and its Subcontractors will follow to prevent, mitigate or eliminate labor disruptions if they occur on the Project. Provide copies of any policies and procedures which support this plan(s). F. Identify individual(s) responsible for implementing this Labor Management Plan for the Project. For each individual provide the following information. 1. Name of individual and job title 2. Description of individual(s) experience over the last 5 years implementing labor management plans on projects of Similar Scope and Complexity to the Project. This should include, a. Name of project. b. Description of project. c. Final cost of the construction contract for the project. d. Description of any labor problems or disruptions that occurred on the project and the impact the disruption had on the project. e. Description of the steps taken by the identified individual(s) to prevent, mitigate or eliminate the labor problem or disruption for the project. PART 2 PRODUCTS Not Used.

PART 3 EXECUTION Not Used.

END OF SECTION

C01269C18 01 10 16- 2 Labor Management Plan Rev (11/9/2015) SECTION 01 15 00

AVAILABLE INFORMATION

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: Listing of available information for the Contractor.

1. Reports known to the Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and

2. Reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site

3. Drawings known to the Owner of physical conditions relating to existing surface or subsurface structures at the Site (except underground facilities)

4. Technical Data contained in such reports and drawings.

B. Related Requirements: Due diligence prior to bidding.

1.2 DEFINITIONS

A. Information Documents: Information of any type and form related to the Project and identified in this Section as such.

B. Technical Data: Those items expressly identified as Technical Data in this Section, with respect to either (a) subsurface conditions at the Site, or physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) or (b) Hazardous Environmental Conditions at the Site. If no such express identifications of Technical Data have been made with respect to conditions at the Site, then the data contained in boring logs, recorded measurements of subsurface water levels, laboratory test results, and other factual, objective information regarding conditions at the Site that are set forth in any geotechnical or environmental report prepared for the Project and made available to Contractor are hereby defined as Technical Data with respect to conditions at the Site under this Section.

C. Underground Facilities: All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.

1.3 AVAILABILITY OF INFORMATION DOCUMENTS

A. Information documents are made available by the Owner for the purpose of providing the Contractor with access to available information.

C01269C18 01 15 00 - 1 Available Information B. Information contained in information documents may be time sensitive. Consider dates when interpreting information documents.

1.4 TECHNICAL DATA

A. Reliance by Contractor on Technical Data: Contractor may rely upon the accuracy of the Technical Data expressly identified in this Section with respect to such reports and drawings, but such reports and drawings are not Contract Documents. If no such express identification has been made, then Contractor may rely upon the accuracy of the Technical Data (as defined in Article titled “DEFINITIONS”) contained in any geotechnical or environmental report prepared for the Project and made available to Contractor. Except for such reliance on Technical Data, Contractor may not rely upon or make any claim against Owner, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to:

1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or

2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or

3. any Contractor interpretation of or conclusion drawn from any Technical Data or any such other data, interpretations, opinions, or information.

B. Documents are available to the Contractor on the procurement website for this Project as listed in the Invitation to Bid at: https://procurement.kingcounty.gov/procurement

1.5 OTHER INFORMATION DOCUMENTS A. The following documents are provided for informational purposes only and are not to be considered Contract Documents. The documents are made available to the Contractor on the procurement website for this Project as listed in the Invitation to Bid at: https://procurement.kingcounty.gov/procurement.

1. Tolt Pipeline Protection / Winkelman Revetment Reconstruction (Rebid) Basis of Design Report, [date], prepared by Carlstad Consulting, et. al.

2. Geotechnical Report – Phase 2, Project Design, dated March XX, 2018, prepared by GeoEngineers.

3. King County Gages: King County operates and maintains the following water level gages within the vicinity of the project site: wnkUp2, wnkUp, wnkDwn, WL5322, WL5322_OL. Data from these gages are periodically downloaded and posted to King County’s Hydrologic Information Center website. The data from these gages can be located and accessed using the Station Map feature (https://green2.kingcounty.gov/hydrology/GaugeMap.aspx) by zooming to the project site, then clicking on the gage “pins” to access their data. These gages can also be found using the Station Search feature (https://green2.kingcounty.gov/hydrology/GaugeTextSearch.aspx).

C01269C18 01 15 00 - 2 Available Information 4. USGS Gages: USGS operates and maintains two river gages in the lower Snoqualmie valley near the project site. These gages provide river level and flow data, both real-time and historic:

a. USGS 12149000 Snoqualmie River Near Carnation, WA (https://waterdata.usgs.gov/nwis/uv?site_no=12149000)

b. USGS 12140400 Snoqualmie River at Duvall, WA (https://waterdata.usgs.gov/nwis/uv?site_no=12150400)

END OF SECTION

C01269C18 01 15 00 - 3 Available Information SECTION 01 20 00

PRICE AND PAYMENT PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Administrative and procedural requirements for allowances, alternates, pricing of Work and request for payment procedures.

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment: All work and costs of this Section are incidental to the Project and included in the total Bid.

B. Description of Bid Items and their measurement and payment basis are described under their respective Specification Sections.

1.3 DEFINITIONS

A. Incidental: No direct compensation made.

B. Lump Sum Work: A described extent of work paid at an agreed upon amount.

C. Schedule of Values: Serves as a basis for estimating progress payments of partially complete lump sum work.

D. Unit Price Work: Work to be paid for on the basis of unit prices. Payment is made at the unit price rate multiplied by the quantity completed.

1.4 TERMINOLOGY

A. The following words or terms discussed in below are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning.

B. Defective: The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it:

1. does not conform to the Contract Documents; or

2. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or

3. has been damaged prior to Project Representative’s recommendation of final payment (unless responsibility for the protection thereof has been assumed by the Owner at Substantial Completion in accordance with the General Terms and Conditions).

C. Furnish, Install, Perform, Provide:

C01269C18 01 20 00 - 1 Price and Payment Procedures 1. The word “furnish,” when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition.

2. The word “install,” when used in connection with services, materials, or equipment, shall mean to use or place in final position said services, materials or equipment complete and ready for intended use.

3. The words “perform” or “provide,” when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials or equipment complete and ready for intended use.

4. When “furnish,” “install,” “perform,” or “provide” is not used in connection with services, materials or equipment in a context clearly requiring an obligation of Contractor, “provide” is implied.

D. Intent of Certain Terms or Adjectives:

1. The Contract Documents include the terms "as allowed," "as approved," "as ordered", "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Project Representative or technical representative. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Project Representative as to the Work. It is intended that such exercise of professional judgment, action or determination will be solely to evaluate, in general, the Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Project Representative any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of General Terms and Conditions or any other provision of the Contract Documents.

1.5 ALLOWANCES

A. Contingency allowance, if any, is for the sole use of the Owner to cover minor unanticipated costs. Allowance is defined in Section 01 70 00 - Execution and Closeout Requirements, if included on Bid Form.

1.6 UNIT PRICE WORK MEASUREMENT AND PAYMENT

A. Where the Contract Documents provide that all or part of the Work is to be unit Price Work, initially the Contract Price will be deemed to include for all unit price work an amount equal to the sum of the unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Agreement.

B. The estimated quantities of items of Unit price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price.

C01269C18 01 20 00 - 2 Price and Payment Procedures Determinations of the actual quantities and classifications of unit price work performed by Contractor will be made by Owner subject to the provisions of General Terms and Conditions.

C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item.

D. Provide access and assist the Project Representative in determining actual quantities of Bid Unit Price work.

E. Provide documentation to substantiate Bid Unit Price work.

F. If the Contractor delivers and places more of any material that is paid for on a Bid Unit Price basis than is required to perform the Work and thereby causes the materials to be wasted, that material will not measured for payment.

G. Measurements and calculations will be made as follows, unless otherwise directed in the Contract:

1. Hour: Measured for each hour that Work is actually performed. Portion of an hour will be rounded up to a half hour.

2. Area: Measurements of area computation will be made based on square yard (SY), square foot (SF) or acre (AC).

3. Length: Measured parallel to the structure’s base or foundation.

4. Mass: Measured by certified weights or weighed on calibrated, approved scales furnished or made available by the Contractor.

5. Volume:

a. Excavated Volume (EV): Determined by cross-section method or digital surface model method of the material in its original position.

b. Compacted Volume (CV): Determined by cross-section method or digital surface model method of the material in its placed and compacted position.

c. Loose Volume (LV): Determined by the volume measured at the point of delivery. The Contractor shall level the load prior to measurement. Hauling vehicles may be of any size or type the Project Representative approves provided that the body is of such shape that the actual contents may be readily and accurately determined.

d. Stockpiled Volume (SV): Determined by cross-section method or digital surface model method of the material in its stockpiled position. The Contractor shall shape the stockpile as directed by the Project Representative prior to measurement.

e. Planned Volume (P): The quantity listed in the summary of quantities (in- place volume unless specified otherwise) in the Drawings. The intent is to C01269C18 01 20 00 - 3 Price and Payment Procedures avoid unnecessary expense in measuring dimensions where the original Drawing dimensions are still valid. When the original dimensions are in dispute or not valid, payment quantities shall be determined by EV or CV measurement. The Contractor may dispute the quantity determination by submitting a written request with sufficient detail to justify a review of that quantity by the Project Representative.

6. Structures: Measured according to neat lines shown on the Drawings or as altered to fit the field conditions. Individual structures or discrete structures or assemblies shall be paid for each (EA) individual unit constructed as directed on the Drawings.

1.7 LUMP SUM MEASUREMENT AND PAYMENT

A. Progress payments for lump sum work will be based on percentage of the work complete unless the pay item has a specified payment schedule or an approved Schedule of Values. Prepare and submit a Schedule of Values for Lump Sum payment items meeting the contract requirements when requested by the Project Representative. The Schedule of Values will be acceptable to the Project Representative if it provides a reasonable allocation of the Contract Price to component parts of the Work and is consistent with the General Terms and Conditions procedures for determining Contractor's rates, costs, profit and overhead.

1.8 INCREASED OR DECREASED QUANTITIES

A. Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a bid item varies from the original proposal quantity, payment will be at the unit contract price for all Work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity. In that case, payment for contract Work may be adjusted as described herein:

1. The adjusted final quantity shall be determined by starting with the final accepted quantity measured after all Work under an item has been completed. From this amount, subtract any quantities included in additive change orders accepted by both parties. Then, to the resulting amount, add any quantities included in deductive change orders accepted by both parties. The final result of this calculation shall become the adjusted final quantity and the basis for comparison to the original bid quantity.

2. Increased Quantities: Either party to the Contract will be entitled to renegotiate the price for that portion of the adjusted final quantity in excess of 125 percent the original bid quantity. The price for excessive quantities will be determined by agreement of the parties in accordance with Section 00700 – General Terms and Conditions.

3. Decreased Quantities: Either party to the contract will be entitled to an equitable adjustment if the adjusted final quantity of Work performed is less than 75

C01269C18 01 20 00 - 4 Price and Payment Procedures percent of the original bid quantity. The equitable adjustment shall be based upon and limited to three factors:

a. Any increase or decrease in unit costs of labor, materials or equipment, utilized for Work actually performed, resulting solely from the reduction in quantity.

b. Changes in production rates or methods of performing Work actually done to the extent that the nature of the Work actually performed differs from the nature of the Work included in the original plan.

c. An adjustment for the anticipated contribution to unavoidable fixed cost and overhead from the units representing the difference between the adjusted final quantity and 75 percent of the original plan quantity.

B. The following limitations shall apply to renegotiated prices for increases and/or equitable adjustments for decreases:

1. Labor, materials and equipment rates shall be actual costs but shall not exceed the rates set forth in Section 00700 - General Terms and Conditions.

2. No payment for consequential damages or loss of anticipated profits will be allowed because of any variance in quantities from those originally shown in the Proposal Form, Contact Provisions, and Contract Plans.

3. The total payment (including the adjustment amount and unit prices for Work performed) for any item which experiences an equitable adjustment for decreased quantity shall not exceed 75 percent of the amount original bid for the item.

4. If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25 percent then the Contractor and the Owner agree that all Work under that item will be performed at the original contract unit price and within the original time for completion.

5. When requested by the Construction Manager, the Contractor shall proceed with the Work pending determination of the cost or time adjustment for the variation in quantities.

C. All volumes indicated in Plans or Drawings represent estimated in-place quantities, unless otherwise stated.

1.9 PAYMENT PROCEDURES

A. Project Representative will provide initial Application for Payment form at the Preconstruction Conference.

B. Submit one preliminary copy of Application for Payment for review consistent with General Terms and Conditions . Submit 1 signed copy and 1 electronic copy of Application for Payment to the Project Representative prior to the dates identified at the Preconstruction Conference.

C01269C18 01 20 00 - 5 Price and Payment Procedures C. Attach the required supporting documentation under the General Terms and Conditions including:

1. Updated and approved project schedule consistent with Section 01 32 00 – Construction Progress Documentation.

2. Documentation to substantiate unit price work.

1.10 SCOPE OF PAYMENT

A. The payment provided in the Contract shall be full payment to the Contractor for:

1. Furnishing all material and for performing all work under the Contract in a complete and acceptable manner.

2. All risk, loss, damage or expense of whatever character arising out of the nature of the Work or its prosecution.

3. Compensation for any work essential for the completion of the item, whether or not the specific material or operation is indicated.

4. Full payment for all labor, materials, supplies, equipment and tools to completely incorporate the item into the Work.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

END OF SECTION

C01269C18 01 20 00 - 6 Price and Payment Procedures SECTION 01 31 00

PROJECT MANAGEMENT AND COORDINATION

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: General requirements for overall Project coordination

B. Related Requirements:

1. Section 01 32 00 – Construction Progress Documentation

2. Section 01 33 00 – Submittal Procedures

3. Section 01 35 29 - Health, Safety and Emergency Response Procedures

4. Section 01 40 00 – Quality Requirements

5. Section 01 71 23 – Field Engineering

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment: All work and costs of this Section are incidental to the Project and included in the total Bid.

1.3 SUBMITTALS

A. Meet the requirements of Section 01 33 00 – Submittal Procedures and the requirements of this section.

B. Contractor’s Contact List: typed list or table outlining 24 hour on-call contacts for the Project. This list shall include the Contractor’s Safety Officer, Erosion Control Supervisor, Traffic Control Supervisor including alternates and other key representatives from the Contractor, subcontractors, and suppliers. Include the following information for each contact:

1. Company name.

2. Contact person(s).

3. Local and mobile phone numbers.

4. Email address or Fax number.

C. Work Plan: Meet the requirements of this Section.

1.4

SURVEYING 01 31 00 - 1 Project Management and Coordination

C01269C18 A. Meet requirements of Section 01 71 23 – Field Engineering .

1.5 CONSTRUCTION OBSERVATION

A. The Project Representative may observe all Work and materials for compliance with the Contract.

B. Provide access to the Work and furnish reasonable facilities for obtaining such information as may be necessary to be informed of the quality and progress of the Work.

C. Furnish without charge to the Owner all samples required and provide such facilities and assistance for verification testing performed and samples collected by the Owner under Section 01 40 00 – Quality Requirements as required. The Owner may perform additional tests and collect additional samples as it deems necessary to verify compliance with the Contract requirements.

D. All Owner observations, tests, measurements or other actions do not take the place of the Contractor’s quality programs or assume responsibility for such programs or quality of the Work.

1.6 PROJECT MEETINGS

A. Administrative Requirements:

1. Project Superintendent or persons designated by the Contractor to attend and participate in the Project meetings shall have all required authority to commit the Contractor to solutions agreed upon in the Project meetings.

2. Project Representative will set the time, sites, and prepare the agenda for the meetings.

3. Project Representative will prepare meeting minutes and distribute 1 copy to the Contractor. Notify the Project Representative of inaccuracies or discrepancies in the meeting minutes within 5 working days of receipt of the minutes.

4. The attendance and cooperation of subcontractors and suppliers may be required.

B. Preconstruction Conference.

1. Before any Work at the Site is started, a conference attended by Owner, Contractor, Project Representative, and others as appropriate will be held. Discussion topics will include the following:

a. Introductions of Owner and Contractor representatives

b. Contractor’s project schedule

c. Procedures for handling submittals, processing Applications for Payment, and maintaining required records.

d. Review of Contractor’s Safety Program

C01269C18 01 31 00 - 2 Project Management and Coordination e. Review of Contractor’s work plan

2. The preconstruction conference will be scheduled after the Contractor has supplied a progress schedule to the Project Representative.

C. Progress Meetings

1. Weekly construction progress meetings will be held during the weeks that construction activity is occurring on the Project. The day, time and location of these reoccurring meetings will be determined at the preconstruction meeting.

2. The meetings will include Work progress assessment, identify and discuss Project related issues and discuss near-term construction activities.

3. Look-Ahead Schedule: Contractor shall furnish a look-ahead schedule at each progress meeting. The use of an updated project schedule meeting the requirements of Section 01 32 00 – Construction Progress Documentation or a bar chart with the following content below is acceptable.

a. Time Period: Past week, current week and following 2 weeks.

b. Content: Show work tasks that have occurred are occurring and are scheduled to occur over the time period and their duration.

1.7 CONSTRUCTION SEQUENCING AND SCHEDULING

A. Conform to applicable permit restrictions on schedule of Work.

B.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 AUTHORIZATION TO PROCEED WITH SITE WORK

A. The Notice to Proceed (NTP) is issued by the Owner when the contract is fully executed. The NTP authorizes pre-construction activities. The NTP does not does permit the Contractor to mobilize or begin work on the Site.

B. Authorization to begin work on the Site will be given in writing by the Project Representative after the preconstruction conference and the following submittals have been accepted by the Project Representative:

1. Baseline Schedule: Meet the requirements of Section 01 32 00 - Construction Progress Documentation

C01269C18 01 31 00 - 3 Project Management and Coordination 2. Safety Program: Meet the requirements of Section 01 35 29 – Health, Safety and Emergency Response Procedures.

3. Traffic Control Plan: Meet the requirements of Section 01 50 00 – Temporary Facilities and Controls.

3.2 WORK PLAN

A. Develop a work plan that fully describes how the Work will be accomplished. Work elements the plan must address include the following:

1. Material supplier quality and quantity control

2. Earthwork excavation and placement control

3. Earthwork conditioning and compaction procedures.

4. How the Contractor will adjust operations to respond to changing conditions and stay on schedule.

5. Process for constructing engineered log jams and riprap .

3.3 UTILITY COORDINATION

A. Notify the One-Call Utilities Locate Center before starting construction in a given area requesting utility locates in the Site.

B. Project Utility Owners: The following utilities are known to be on the Site and are shown on the Drawings in a general way:

1. Water: Seattle Public Utilities

2. Electric: Puget Sound Energy

C. Verify the accuracy of all utility locations shown on the Drawings and disclose and avoid other utilities not shown that may be affected by the Work. Utilities shown on the Drawings are shown for reference only.

D. During the performance of the work, take appropriate precautions when working near, around, and/or with utilities, in order to protect the health and safety of workers, the public, property, and the environment.

E. The locating, supporting, holding, protecting and coordinating the crossing of utilities is incidental to the Project unless a bid item(s) is provided in the Contract under Section 01 70 00.

F. Coordinate all utility interruptions with the utility companies in accordance with their requirements. Provide the County with a 48 hour prior notice of all utility interruptions.

END OF SECTION

C01269C18 01 31 00 - 4 Project Management and Coordination SECTION 01 32 00

CONSTRUCTION PROGRESS DOCUMENTATION

PART 1 GENERAL

1.1 SECTION INCLUDES

A. General requirements for Project Scheduling

1.2 PRICE AND PAYMENT PROCEDURES

B. Measurement and Payment: All work and costs of this Section are incidental to the Project and included in the total Bid.

1.3 DEFINITIONS

A. Critical Path: That sequence of activities sharing the following characteristics: (1) all activities in the critical path sharing the minimum float in the schedule and (2) the activities share a logical sequence from the start to the end of the project. There may be multiple critical paths in large networks. If there are milestone dates placed in the middle of the network the activities in the critical path may not share the same minimum total float.

B. Baseline Schedule: Fixed project schedule used in measuring project progress and contract performance established at the beginning of the project unless modified by approved change.

C. Float: The time an activity may be delayed (either through late start or increased actual duration) without impacting the overall project completion time or milestones.

D. Lag: May be positive or negative and impact the start of a task dependent on the preceding activity. Negative lag (also known as lead time) is the overlap between two tasks that are linked by a dependency. Positive lag is the delay between two tasks that are linked by a dependency.

Schedules using lag eliminate schedule activities that would otherwise be included within the CPM network. This elimination process reduces the transparency of the project schedule and makes use of schedule for communication more difficult. When activity durations change, activities with negative lag can be scheduled unrealistically.

E. Pacing: Contractor deceleration of critical path work to account for anticipated or actual Owner delays.

F. Project Schedule: At the beginning of the Project, the project schedule is the same as the baseline schedule. As work is done on the project, the actual progress is updated on the project schedule. The latest version of the actual (project) schedule is referred to as the “Project Schedule”.

C01269C18 01 32 00 - 1 Construction Progress Documentation G. Schedule Performance: Measure of the project schedule compared to the baseline schedule

1.4 SUBMITTALS

A. Submit Project Schedule consistent with the requirements of Section 01 33 00 – Submittal Procedures and this Section.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 GENERAL

A. Meet the requirements of the General Terms and Conditions

B. Prepare a project schedule as described below. The Contractor is responsible for the scheduling of all work.

C. The approved Project Schedule shall be used to measure the progress of the Work, aid in evaluating time extensions and to provide the basis for progress payments.

3.2 SOFTWARE

A. Computer software systems utilized by the Contractor to produce the project schedule shall be capable of providing all requirements of this Section.

B. Critical Path Method:

1. The project schedule shall clearly show the critical path.

2. The Project Representative may also request the schedule in either the Precedence Diagram Method (PDM) or the Arrow Diagram Method (ADM).

C. Level of Detail Required:

1. Include the appropriate level of detail in the Project Schedule. The Contractor will use but is not limited to the following conditions to determine the appropriate level of detail to be used in the Project Schedule.

2. Activity Durations: Provide sufficient number of activities to allow progress to be accurately determined between payment periods. Limit activity durations to 2 weeks or less unless approved by the Project Representative.

3. Procurement Activities: Include tasks related to the procurement of long lead materials or equipment as separate activities in the Project Schedule. Long lead

C01269C18 01 32 00 - 2 Construction Progress Documentation materials and equipment are those materials that have a procurement cycle of over 60 calendar days. Examples of procurement process activities include: submittals, approvals, procurement, fabrication, and delivery.

4. Work Restriction Windows: Schedule work to comply with work restriction windows as required by the Contract and permit conditions.

5. Owner Activities: Shown Owner and other agency activities that could impact progress. These activities include approvals, inspections, utility tie-in, Owner furnished property, and notice to proceed for phasing requirements.

6. Lag: Show lag assumptions (if any) for each task. Negative lag is not allowed unless approved by Project Representative.

7. Other Utilities: The Contractor is responsible for scheduling utility re-locates and bringing in primary utility services.

8. Responsibility: Identify all activities in the Project Schedule by the party (Contractor, subcontractor, etc.) responsible to perform the work.

9. Feature of Work: Identify all activities in the Project Schedule according to the feature of work to which the activity belongs. Feature of work refers but is not limited to a work breakdown structure for the Project Schedule.

D. Scheduled Project Completion:

1. Schedule Period: Develop from Notice to Proceed to the Contract Completion Date.

2. Constraint of Last Activity: Constrain the completion of the last activity in the project schedule to the Contract Completion Date. If the early finish of the last activity falls after the Contract Completion Date, then the critical path shall show a negative float.

3. Project Completion: Assist the Project Representative in evaluating the Contractor's ability to actually complete prior to the Contract Completion Date.

E. Milestone Dates:

1. Show Milestones.

2. Constrain contractually specified milestone dates to show negative float if the early finish date of the last activity in that phase falls after the interim completion date.

3. Provide a minimum of 1 week of float in front of each milestone date (including substantial completion) as part of the baseline schedule.

F. Out-of-Sequence Progress:

C01269C18 01 32 00 - 3 Construction Progress Documentation 1. Notify the Project Representative prior to work on any activities that are out-of- sequence with the Project Schedule. Update the Project Schedule to correct any out-of-sequence work.

2. Notify the Project Representative when “pacing” of work elements is occurring.

G. Non-Work Periods:

1. Extended Non-Work Periods: Identify non-work periods of over 5 working days by addition of activities that represent the delays.

2. Weather Delays: Include allowance for weather delays based on the monthly number of 75th percentile days of anticipated adverse weather delays based on period of record precipitation data from the Trilogy Golf Course, Redmond, Washington weather station (shown in the table below). Schedule must identify and reflect these anticipated adverse weather delays for all-weather dependent activities.

Trilogy Golf Course, Redmond, Washington (https://green2.kingcounty.gov/hydrology/GaugeMetaData.aspx?G_ID=798) Period of Record (2005-2018) Precipitation Summary Number of Days Per Month with >=0.25 Inches of Precipitation Month Mean # 75% Percentile # May 4 6 June 3 4 July 1 2 August 1 2 September 3 5 October 6 9 November 10 14 December 8 13

3. Flow Delays: Include allowance for flows delays based on the following. Schedule must identify and reflect these anticipated river flow delays for all river flow dependent activities.

a. River flow dependent activities/work are defined to be work occurring below elevation 29 and above the low water shown on the plans. This work primarily includes grading, roughened channel construction near the alcove outlet, existing riprap removal and bank roughening jam construction.

1) Underwater riprap placement and Ballasted Wood Jack placement are not considered river flow dependent activities as they are anticipated to occur below the low water elevation. However, the contractor shall anticipate flow conditions as outlined in the plans and shown in the table below when scheduling all work activities including underwater riprap and ballasted wood jacks. C01269C18 01 32 00 - 4 Construction Progress Documentation b. The threshold for requesting a flow dependent work activity delay due to river flows is 3,000 cfs or greater, measured at the USGS Snoqualmie River near Carnation Gage (12149000), which correlates to water surface elevations of 29 feet at the project site.

c. The following table gives statistics for summer river flow. The Contractor’s schedule shall show flow dependent activities occurring when flows are anticipated to be below 3,000 cfs for the 75th percentile as shown in the table. Alternatively, the Contractor’s schedule shall include float days equal to the number of work days shown during flows that are anticipated to be above 3,000cfs for the 75th percentile (subject to other work period restrictions).

Dates at which flow crosses threshold, Snoqualmie River at Carnation Gage WY 1929-2017 Percentile Date 25% 50% 75% 95% Drops Below 3,000 cfs 14-Jun 30-Jun 15-Jul 31-Jul Rises Above 3,000 cfs -- 4-Nov 20-Oct 9-Sep Note: In-water work window - July 1 to September 15

d. The contractor may submit a revised start/finish date for flow dependent work if justified with documentation from observed 2018 snowpack or long-term river forecasts from the National Weather Service and/or National Resource Conservation Service.

3.3 SUBMISSION REQUIREMENTS

A. The following items shall be submitted for each project schedule submission.

B. Gantt Chart:

1. Generate the project schedule using Critical Path Method (CPM) of network calculation in Gantt Chart format.

2. The network diagram shall depict and display the order and interdependence of activities and the sequence in which the work is to be accomplished. The network diagram shall be constructed to meet the following conditions:

a. Continuous Flow: Diagrams shall show a continuous flow from left to right with no arrows from right to left. The activity or event number, description, duration, and estimated earned value shall be shown on the diagram.

b. Project Milestone Dates: Show dates on the diagram for start of Project, any Contract required interim completion dates, and Contract Completion Dates.

c. Critical Path: Clearly show the critical path.

C01269C18 01 32 00 - 5 Construction Progress Documentation d. Banding: Group activities to assist in the understanding of the activity sequence. Typically, this flow will group activities by category of work, work area, and/or responsibility.

C. Plot Size: 11" x 17" except when schedule requires more than two sheets submit, then also as one large sheet. Electronic submission in portable document format (PDF) is preferred over paper copies.

3.4 REQUEST FOR TIME EXTENSION

A. Furnish justification, project schedule data and supporting evidence as the Project Representative may deem necessary for a determination as to whether or not the Contractor is entitled to an extension of time under the provisions of the Contract.

B. Justification of Delay:

1. Clearly display on the Project Schedule that the Contractor has used all the float time available.

2. Rain data will be collected and compared to the anticipated weather delay as defined above for monthly weather time evaluations.

3. The Project Representative's determination as to the number of allowable days of Contract extension shall be based upon an approved Project Schedule and other factual information. Delays that are caused by the Contractor's own actions will not be a cause for a time extension to the Contract Completion Dates.

3.5 DIRECTED CHANGES

A. Change Orders:

1. Reflect the approved change in the next construction schedule submittal.

3.6 OWNERSHIP OF FLOAT

A. Float available in the project schedule, at any time, may be used by the Owner or the Contractor.

END OF SECTION

C01269C18 01 32 00 - 6 Construction Progress Documentation SECTION 01 33 00 SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. General procedures and requirements for submittals during the course of construction.

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment: All work and costs of this Section are incidental to the Project and included in the total Bid.

1.3 DEFINITIONS

A. Delivery Tickets: Contain the following information:

1. Date and time of issuance

2. Name of product weighed, measured or counted

3. Name of supplier and address where product was weighed, measured or counted

4. Accurate weight, measure or count of product including entry of gross, tare and/or net weight where applicable.

5. Weight Tickets:

a. Identifying numerals or symbols, if any, of each container separately weighed and the motor vehicle license number of each vehicle separately weighed.

b. Complete signature of licensed weighmaster who weighted the product on certified weight tickets.

6. Other available information as may be necessary to distinguish or identify the product.

B. Shop Drawings: All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work.

C. Submittals: Term referring to shop drawings, manufacturers’ information, drawings, test results and other submittal information requested within the Contract Documents.

D. Submittal Log: A register of submittals required for each Specification Section., ordered by Section, submittal number and status of each submittal.

C01269C18 01 33 00 - 1 Submittal Procedures PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 SUBMITTALS

A. Conform to the General Terms and Conditions.

B. Provide submittals required in the Specification Sections.

C. Electronic submissions are required whenever possible

1. Electronic submittals will be uploaded to SharePoint by the Contractor. The Project Representative will upload reviewed submittals to SharePoint.

2. Electronic submissions will be in portable document format (PDF) formatted for printing to sheet size 8-1/2 by 11 inches or 11 by 17 inches.

3. Paper Submittals: If electronic submission is not possible, a minimum of three (3) copies printed to sheet size 8-1/2 by 11 inches or 11 by 17 inches, plus the quantity of copies that Contractor wants returned.

4. Non-legible copies, either electronic or paper, will be rejected for re-submittal.

5. Contractor shall verify submittals have reached the designated recipient (e.g. electronic submittals have not been blocked as spam).

D. Submittal Procedures:

1. Submittal Transmittal Cover: Bound to each submittal copy using the form provided by the Owner. Project Representative will provide Submittal Transmittal form at the Preconstruction Conference.

2. Resubmittal: Make corrections required by Owner and resubmit for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Owner on previous submittals

E. Owner’s Review:

1. The Project Representative shall review the Contractor’s Submittals only for conformance with the design of the Work and compliance with the Contract. Review of Submittals is not conducted to verify the accuracy of dimensions, quantities, or calculations, the performance of materials, systems, or equipment. Review will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents).

C01269C18 01 33 00 - 2 Submittal Procedures 2. The review of Submittals shall not alter or waive the requirements of the Contract unless the Owner has issued prior written approval of such change of the Contract Requirements.

3. The Contractor’s failure to identify any error, deviation, or omission and subsequent acceptance of the Submittal by the Owner shall not relieve the Contractor from complying with the Contract requirements.

4. Project Representative’s comments and requirements for Contractor’s review or re- submittal are:

a. “Reviewed No Exceptions” – Appears that items covered by the submittal will, after installation or incorporation into the Work meet requirements of the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole.

b. “Reviewed Exceptions Noted” – Appears that items covered by the submittal will, except for the noted exceptions, meet requirements of the Contract Documents. Contractor shall address the exceptions noted to bring the entire submittal into conformance with the Contract Documents, but a resubmittal is not required.

c. “Revise and Resubmit” – Appears that items covered by the submittal will not meet requirements of the Contract Documents or be compatible with the design concept of the completed Project as a functioning whole. Work cannot proceed until the submittal is revised and resubmitted conforming to the resubmittal procedures described in the General Terms and Conditions.

d. “Rejected” – The submittal is not complete or it does not conform to the Contract Documents and will not be compatible with the design concept of the completed Project as a functioning whole. Contractor shall conform to the resubmittal procedures described in the General Terms and Conditions.

F. Project Representative will return reviewed submittals to Contractor by email, or U.S. Postal Service general delivery

3.2 SUBSTITUTIONS

A. Submit in a separate package conforming to the General Terms and Conditions

B. Project Representative will provide Substitution Request form at the Preconstruction Conference

3.3 SAMPLES

A. Submit samples required in the Specifications.

3.4 WARRANTIES

A. Conform to the requirements of Section 01 70 00 – Execution and Closeout Requirements.

END OF SECTION C01269C18 01 33 00 - 3 Submittal Procedures SECTION 01 35 29

HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES

PART 1 GENERAL 1.1 SECTION INCLUDES A. Requirements for workforce health and safety provisions and spill prevention and control. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: All work and costs of this Section are incidental to the Project and included in the total Bid. 1.3 DEFINITIONS A. Dangerous Waste: Means any liquid, solid, gas, or sludge, including any material, substance, product, commodity, or waste, regardless of quantity, that exhibits any of the characteristics or criteria of dangerous waste (RCW 70.105.010 definition). B. Hazardous Substance: Means any liquid, solid, gas, or sludge, including any material, substance, product, commodity, or waste, regardless of quantity, that exhibits any of the characteristics or criteria of hazardous waste (RCW 70.105.010 definition). C. Hazardous Waste: Means and includes all dangerous and extremely hazardous waste, including substances composed of both radioactive and hazardous components (RCW 70.105.010 definition) D. HAZMAT: Term referring to hazardous materials and items. E. HAZWOPER: Acronym for OSHA Standard 1910.120 “Hazardous Waste Operations and Emergency Response.” The standard contains the safety requirements to be met while conducting five types of hazardous waste operations. OSHA recognizes several levels of training, based on the work the employee will be performing and the level of hazard the employee will be facing. F. Near Miss Incident: An incident or failure that had the potential for serious injury or death. 1.4 SUBMITTALS A. Submit a Safety Program in conformance to the General Terms and Conditions and WAC 296-800-14005 before beginning the Work. The Safety Program shall address all requirements for general health and safety and shall include: 1. Description of Work to be performed and anticipated chemical and physical hazards associated with the Work and Site. 2. In water safety procedures 3. Signage appropriate to warn site personnel and visitors of anticipated site hazards. 4. Spill prevention, control and countermeasures 5. Engineering controls/equipment to be used to protect against anticipated hazards.

C01269C18 01 35 29 - 1 Health, Safety and Emergency Response Procedures 6. If hazardous substances are encountered, prepare and submit a Health and Safety Plan (HASP) component that meets the requirements of WAC 296-843-12005. B. Notify the Owner and applicable government agencies of any oil or product discharges into public waters, or onto land with the potential for entry into public water or groundwater body. C. Report all claims against the Contractor or any subcontractor on account of any accident in writing within 24 hours after occurrence, to the Project Representative, giving full details of the claim. 1.5 QUALITY ASSURANCE A. Designate a Safety Officer and alternate Safety Officer who are thoroughly trained in safety and rescue procedures, and the use of all necessary safety and monitoring equipment. The person must be present at all times while work is being performed and conduct testing as necessary. 1. The Safety Officer shall be empowered with the delegated authority to order any person or worker on the project site to follow the safety rules. Failure to observe these rules is sufficient cause for removal of the person or worker(s) from this project. 2. The Safety Officer is responsible for determining the extent to which any safety equipment must be utilized, based on conditions encountered at the Site. B. Maintain the safety plan at the Site, accessible to the Contractor’s work force at all times. C. Comply with all federal, state and local health, safety and emergency requirements.

PART 2 PRODUCTS NOT USED

PART 3 EXECUTION 3.1 PREPARATION A. Comply with health and safety rules, regulations, ordinances promulgated by the local, state, and federal government, the various construction permits, and other sections of the Contract Documents including the following. 1. Compliance shall include, but not be specifically limited to: any and all protective devices, equipment and clothing; guards; restraints; locks; latches; switches; and other safety provisions that may be required or necessitated by state and federal safety regulations. 2. Determine the specific requirements for safety provisions and shall cause inspections and reports by the appropriate safety authorities to be conducted to ensure compliance with the intent of the regulations. B. Provide spill prevention and clean-up kits. 3.2 HEALTH AND SAFETY

C01269C18 01 35 29 - 2 Health, Safety and Emergency Response Procedures A. Perform work necessary for health and safety of workforce. B. Inform employees and subcontractors and their employees of the potential dangers on the site including: equipment use, open water, hazardous substances and contaminated media. C. Provide all workers with training necessary to protect their health and safety. D. Protect the health and safety of other persons who may be affected by the work. Erect and maintain all necessary safeguards for such safety and protection and notify owners of adjacent property and utilities when the work may affect them. 3.3 SPILL PREVENTION AND CONTROL A. The Contractor shall be responsible for prevention, containment and cleanup of spilling oil, fuel and other petroleum products used in the Contractor's operations. B. The Contractor is advised that discharge of oil from equipment or facilities into state waters or onto adjacent land is not permitted under state water quality regulations. C. Regularly inspect fuel hoses, lubrication equipment, hydraulically operated equipment, oil drums and other equipment and facilities for drips, leaks or signs of damage, and proper maintenance and storage to prevent spills. D. In-Water or Near-Water Work Requirements: When conducting in-water work or within 25 feet of a waterbody the following requirements apply 1. Hydraulic Fluids: Use vegetable oil within hydraulic lines to minimize impacts of potential spills and leaks. The contractor may propose other best management practices (e.g. low-hour machinery, new hydraulic hoses) to the Project Represented if the use of vegetable oil can be demonstrated to be not practicable. 2. Equipment Inspection and Repair: Check equipment daily for leaks and make all necessary repairs prior to beginning work around the water. E. Staging: 1. When not in use, store vehicles and equipment containing oil, fuel and chemicals in a staging area located at least at least 150 feet from waterbodies (e.g. wetlands, ponds, rivers, channels). 2. Locate storage tanks containing oil, fuel and chemicals in diked, containment areas, lined with impervious material. 3. Provide for the segregation of hazardous substances such that contamination is not spread on-site or off-site. F. Spills: Notify the Owner in the event of any oil or product discharges, begin cleanup, and comply with applicable local, state and federal regulations 1. Immediately contain all visible floating oils with booms, dikes or other appropriate means. 2. Remove spilled material using sand, ground clay, sawdust or other absorbent material. 3. Temporarily store waste material in drums or other leak-proof containers after cleanup and during transport to disposal. 3.4 IN WATER SAFETY C01269C18 01 35 29 - 3 Health, Safety and Emergency Response Procedures A. Provide appropriate safety and rescue training and equipment when work is performed in or near open water. 3.5 FIELD QUALITY CONTROL A. The Contractor is completely responsible for conditions of the job site, including safety of all persons and property during the Contract period. This requirement applies continuously and is not limited to normal working hours. B. Dispose of waste material off site in accordance with applicable local, state and federal regulations and the General Terms and Conditions.

END OF SECTION

C01269C18 01 35 29 - 4 Health, Safety and Emergency Response Procedures SECTION 01 40 00 QUALITY REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Abbreviations, acronyms, use of reference standards, Contractor’s quality assurance and control and regulatory requirements.

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment

1. All work and costs associated with preparation and implementation of the Stormwater Pollution Prevention Plan (SWPPP) as required for the NPDES Construction Stormwater General Permit shall be incidental to the Project and included in the total Bid.

2. All work and costs associated with preparation and implementation of the Spill Prevention and Containment Plan as required in Washington Department of Ecology: 401 Water Quality Certification #14025 shall be incidental to the Project and included in the total Bid.

3. All work and costs associated with flagging the Project’s clearing limits as required in King County Clearing and Grading Permit, No. GRDE 15-0193 shall be incidental to the Project and included in the total Bid.

B. Costs for Owner 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 at the discretion of the Project Representative.

C. All other work and costs of this Section are incidental to the Project and included in the total Bid.

1.3 REFERENCES

A. Abbreviations and Acronyms: Whenever, in the Contract Documents, or elsewhere in the Project Manual, the following abbreviation, words and defined terms are used, the meaning will be as follows:

AASHTO American Association of State Highway & Transportation Officials ACI American Concrete Institute ANSI American National Standards Institute ASTM ASTM International, formerly known as: American Society for Testing and Materials AWWA American Water Works Association CPM Critical Path Method of Project Scheduling HWL High Water Level C01269C18 01 40 00 - 1 Quality Requirements MLLW Mean Lower Low Water MHHW Mean Higher High Water MSDS Material Safety Data Sheet NEC National Electrical Code NIOSH National Institute of Occupational Safety and Health OSHA Occupational Safety and Health Act RCW Revised Code of Washington UL Underwriter’s Laboratory WSDOT Washington Department of Transportation

B. Reference Standards

1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents.

2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of Owner, Contractor, or Project Representative, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, or Project Representative, or any of, their Related Entities, any duty or authority to supervise or direct the performance of the Work of any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents.

3. Where there is a conflict or discrepancy between reference standards and the specifications or another referenced standard, the more stringent requirements shall apply.

4. For Products or workmanship specified by association, trade or other consensus standards, comply with requirements of the standard, except where more rigid requirements are specified or are required by applicable codes.

1.4 DEFINITIONS

A. Quality Assurance: Process-centered approach focused on examining, enhancing and improving the process used to create the end result, rather than focusing on the end result itself.

B. Quality Control: The monitoring and recording of results of executing quality activities to assess performance. Concerned with examining the product or service – the end result.

1.5 REGULATORY REQUIREMENTS

A. Meet the requirements of the General Terms and Conditions

C01269C18 01 40 00 - 2 Quality Requirements B. Owner Furnished Permits: Read all permits and retain copies of all permits on site.

1. US Army Corps of Engineers Section 404 Permit, No. NWS-2015-00913 Individual Permit Terms and Conditions.

2. National Marine Fisheries Service (NMFS), NMFS Reference No. WCR-2017- 6316 – Terms and Conditions of Biological Opinion from ESA Section 7 consultation.

3. United States Fish and Wildlife Service (USFWS), USFWS Reference No. 01EWFW00-2015-F-0133 – Terms and Conditions of Biological Opinion from ESA Section 7 consultation.

4. Washington Department of Ecology: NPDES Construction Stormwater General Permit (CSWGP), No. WAR303777.

5. Washington Department of Ecology: 401 Water Quality Certification #14025 and Project Water Quality Protection and Monitoring Plan (WQMPP).

6. Washington Department of Ecology: Email approval of in-water work extension to the period of June 20 to September 15.

7. Washington Department of Fish and Wildlife: Hydraulic Project Approval (HPA) Permit Control, No. 2017-4-191 +01.

8. Washington Department of Natural Resources: Aquatic Lands Easement, No. 51- 082787, Exhibit B Plan of Operations and Maintenance.

9. King County Clearing and Grading Permit, No. GRDE 15-0193

10. King County Shoreline Substantial Development Permit, No. SHOR15-0038.

11. King County: Archaeological Resources and Inadvertent Discovery Plan (IDP).

12. Seattle Public Utilities: Permit for Temporary Use of SPU Property

C. Contractor Furnished Permits and Notifications:

1. Prepare, submit to the Owner and implement a Project Stormwater Pollution Prevention Plan (SWPPP) required for the NPDES Construction Stormwater General Permit.

2. Prepare, submit to the Owner and implement a Spill Prevention and Containment Plan as required in Washington Department of Ecology: 401 Water Quality Certification #14025.

3. Prepare and submit to the Owner the appropriate form verifying that the 401 WQ certification conditions and all related permits have been read and understood.

C01269C18 01 40 00 - 3 Quality Requirements 4. Flag the Project’s clearing limits as required in King County Clearing and Grading Permit, No. GRDE 15-0193, and notify the Owner when flagging is complete.

5. Apply for, obtain and comply with other permits, licenses and approvals which may be required for the Project.

1.6 QUALITY ASSURANCE

A. Conform to the General Terms and Conditions

B. Monitor quality control over suppliers, manufacturers, products, services, site conditions and workmanship to produce Work of specified quality.

C. Comply with manufacturer’s instructions. Should manufacturer’s instructions conflict with the Contract Documents, request clarification from the Project Representative before proceeding with Work.

D. Comply with specified requirements as minimum quality for the Work except where more stringent tolerances or codes indicate higher standards or more precise workmanship.

E. Maintain copies of all permits on the Site.

F. Perform work by persons qualified to produce workmanship of specified quality.

G. Laboratory Accreditation: Obtain services of an independent testing laboratories accredited by AASHTO Material Reference Laboratory (in accordance with R18) or American Association for Laboratory Accreditation in accordance with ISO/IEC 17025 or a comparable accreditation program approved by the Owner for all test procedures performed.

1.7 MANUFACTURER’S CERTIFICATES

A. When specified or requested by Project Representative, submit manufacturer’s certificates documenting that product(s) meet or exceed the specified requirements.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.01 QUALITY CONTROL

A. Perform quality control inspections and tests as necessary to ensure compliance with the Contract requirements.

B. Notify Project Representative a minimum of 24 hours prior to each day’s field sampling or testing with expected time and location unless otherwise specified. C01269C18 01 40 00 - 4 Quality Requirements C. Conduct aggregate, rock, asphalt and concrete material testing using independent accredited testing laboratories.

D. Test Reports: Within five days after completion of testing performed by or for the Contractor, submit test results to the Project Representative. Identify test reports with the information specified for submittals in Section 01 33 00 – Submittal Procedures. Include the following information on the test reports:

1. Name and address of the organization performing the test

2. Project title and number

3. Date issued and date and time of sampling

4. Identification of product and specification section

5. Location in the Project

6. Type and date of test

7. Actual test results compared with Contract requirements and identification of all non-conforming items

8. Calibration certificates

E. The Owner will conduct verification testing of its own at various locations and depths throughout the Site as directed by the Project Representative. Copies of tests performed by the Owner will be made available to the Contractor upon request.

1. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests including excavating for density tests and obtaining material samples.

2. The Contractor shall not cover any fill soils until the fill has been tested and the results accepted by the Project Representative.

3. The Contractor shall notify the Project Representative 24 hours in advance of need for Owner testing.

F. Schedule of Materials Control: The schedule below outlines the minimum sampling and testing required unless adjusted by the Project Representative. Items not shown on the schedule are covered in specific specification sections.

C01269C18 01 40 00 - 5 Quality Requirements Schedule of Materials Control Contractor Owner Verification Spec. Sample Material QC Testing (Acceptance) Testing No. Size Rate (min.) Rate (typical) Gradation – from source One per material type 1/source Borrow Material varies before - 30 lb delivery on project. Gradation - In-place • < 500 TN (~280 CY) = no tests required Aggregate for • 500 to 4,000 TN = 1/1000 Ballast and 1/1000 TN TN1 1/source Crushed 32 11 23 (~1/550 CY) 30 lb Surfacing • 4,000 to 10,000 TN = 1/2,000 TN1 • > 10,000 TN = 1/2,500 TN1 1/10,000 CY 1/source Select Borrow 31 23 00 1/20,000 CY (CV) (CV) 30 lb 1 per major 1/source Embankment 31 23 00 One per major soil type soil type 30 lb

Moisture –Density Curves (Proctor) Aggregate for Ballast and One per 1/source Crushed 32 11 23 source 30 lb Surfacing

One per 1/source Embankment 31 23 00 major soil 30 lb type One per 1/source Trench Backfill 31 23 33 major soil 30 lb type.

C01269C18 01 40 00 - 6 Quality Requirements Schedule of Materials Control - continued Contractor Owner Verification (Acceptance) Spec. Material QC Testing Testing No. Rate (min.) Rate (typical) Size In-place Density/Compaction Tests Aggregate for Ballast and 32 11 23 1/1,800 TN 1/1,800 TN NA Crushed Surfacing

1/100 LF of embankment for Embankment 31 23 00 each compaction lift, or at a NA change in backfill material 1/10 LF of pipe/culvert, beginning 2 feet above Trench Backfill 31 23 33 NA geofoam backfill every compaction lift thereafter.

Notes: 1. Average gradation results to determine compliance

END OF SECTION

C01269C18 01 40 00 - 7 Quality Requirements SECTION 01 50 00

TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL

1.1 SECTION INCLUDES

1. Temporary utilities and miscellaneous temporary facilities required during construction along with traffic control.

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment:

1. Bid items have been provided to furnish and install or perform the following:

a. Project Temporary Traffic Control: Measurement is Lump Sum. Partial payment of the Lump Sum Bid Item “Traffic Control” will be made using a percentage based on the following:

Cumulative Percent of Traffic Control Item Paid First Partial Payment- 50% Percent of original contract amount earned – 25% - 70% Percent of original contract amount earned – 50% - 90% Percent of original contract amount earned – 90%- 100%

b. Plastic Construction Fence: Incidental to the Project

c. Field Office: Incidental to the Project

d. Dewatering and Isolation: Measurement is Lump Sum.

e. By-Pass Pumping: Incidental to the Project

f. Security Fence: Incidental to the Project.

g. Crane Access Road/Other Temporary Haul Roads not shown on the drawings: Incidental to the project. Submit planned alignment and configuration of crane access road in accordance with Excavation and Fill, Section 31 23 00, Submittals.

B. All other work and costs of this Section shall be incidental to the Project and included in the total Bid.

1.3 REFERENCES

A. The Manual on Uniform Traffic Control Devices (MUTCD) – latest edition.

C01269C18 01 50 00 -1 Temporary Facilities and Controls B. Washington State modifications to the MUTCD.

C. WSDOT 2018 Standard Specification 2-09.3(3)D Shoring and Cofferdams

1.4 DEFINITIONS

A. By-pass Pumping: A pumping system for the purpose of diverting existing flow around the work area.

B. Cofferdam: A cofferdam is any watertight enclosure, sealed at the bottom and designed for the dewatering operation, that surrounds the excavated area of a Structure.

C. Dewatering: The process of lowering the water table by wells and pumps allowing work to be carried out in a relatively dry environment. Dewatering in this Section does not include removing accumulated surface water from a depression or excavated hole.

D. High Haul: When more than 10 trucks are accessing the Site per hour.

E. Isolation: The process of routing water around a work site by temporary , blockages, pumps, channels, conduits, or other means allowing work to be carried out in a relatively dry environment.

F. Low Haul: When 10 trucks or less are accessing the Site per hour.

G. Sumps: Provide localized, very shallow dewatering. Sumps are typically used for by- pass pumping, small scale dewatering and/or sites with tight, fine grained soils. A high turbidity level in untreated discharge is typical.

H. Wells: Large diameter (typically >= 6 inches) borehole fitted with a slotted and screened casing and an electric submersible pump. Can effectively dewater large areas to much greater depths than is typically feasible with wellpoints. A well system consists of one or more individual wells, each of which has its own submersible pump at the bottom of the well, connected to a gathering line(s) for discharge.

I. A wellpoint is a small-diameter (typically about 2 inch) tube with slots or perforations near the bottom which are covered with a screen mesh. At the tip of the pipe is an orifice which permits jetting of the pipe into the ground during installation. A wellpoint dewatering system consists of a series of wellpoints closely spaced in a line along or around the edge of an excavation, connected to a header from which water is drawn by a vacuum generated by a dewatering pump(s).

1.5 SUBMITTALS

A. Traffic Management and Control Plan consistent with Section 01 33 00 – Submittal Procedures. Plan shall include the following information:

1. Tolt Pipeline Protection / Winkelman Revetment Reconstruction Basis of Design Report, April 2018, prepared by Carlstad Consulting, et. al.

C01269C18 01 50 00 -2 Temporary Facilities and Controls 2. Appendix I., Geotechnical Report – Phase 2, Project Design, dated March 2018, prepared by GeoEngineers.

B. Permits or applications required by local authorities

C. Temporary facilities required

D. Bypass & Dewatering Plan consistent with Section 01 33 00 – Submittal Procedures. Plan shall include the following information:

1. Bypass and dewatering approach for the culvert installation, including bypass during temporary surcharge period, narrative and drawing of proposed system and discharge locations. The following table is provided as an aid to planning for the bypass system, subject to the following notes:

a. Streamflows are estimated using scaling from a nearby gage and have significant uncertainty due to multiple factors including differences in watershed, beaver activity, and floodplain storage factors.

b. The table assumes full diversion of South Duvall Creek into Deer Creek due to beaver activity: if there is no diversion estimated flows are approximately one-half of those shown here. However, significant uncertainty remains in the estimates.

Deer Creek Monthly Estimated Average Peak Flow Streamflow Flow (cfs) (cfs) March 8.7 63.9 April 6.0 54.7 May 3.6 23.0 June 2.6 29.6 July 0.7 6.6 August 0.8 13.6 September 1.8 30.2 October 3.8 83.8 November 9.6 178.4

2. Sediment and erosion control measures with drawing details and product information for control of water discharge in compliance with permit conditions

E. Proposed location of security fence and gates if utilized.

C01269C18 01 50 00 -3 Temporary Facilities and Controls 1.6 QUALITY ASSURANCE

A. Traffic Control Supervisor: Designate a Traffic Control Supervisor (TCS) and alternate TCS to direct traffic control operations. The TCS shall be responsible for the placement and maintenance of traffic control devices. The TCS shall be “on call” 24 hours per day, 7 days per week during the time any traffic control devices provided by the Contractor are in place.

PART 2 PRODUCTS

2.1 TRAFFIC CONTROL DEVICES

A. Use traffic control devices meeting the MUTCD.

B. Assure all traffic control devices are clean, legible, reflective for night-time use, and operable.

2.2 TEMPORARY FENCE

A. Plastic Construction Fence

1. Fence Fabric: Orange, UV stabilized, high density polypropylene, 4 foot width

2. Tensile strength (minimum): 110 lbs/ft (1600 N/m) in each direction Posts: Studded steel T-post, weight: 0.9 lbs/lf (min.), length: 5 feet (min.)

4. Fasten fence securely to posts with 14 gage wire or UV stabilized plastic zip ties of 50 lbs tensile strength.

2.4 DEWATERING AND ISOLATION

A. Cofferdam 1. Sandbags shall be filled with streambed gravel, see Section 31 23 00 for streambed gravel specification. 2. Follow standard WSDOT specifications for cofferdam location, installation and removal.

2.5 SANITARY FACILITIES:

A. Comply with all governing regulations, including safety and health codes, for sanitary fixtures and facilities.

B. Provide self-contained toilet units, or water and sewer connected temporary toilet facilities consistent with governing regulations. Contractor may not use Owner’s toilet facilities.

C. Provide an adequate supply of toilet tissue, sanitizer and other materials appropriate for each facility. Provide appropriate covered waste containers for used material.

C01269C18 01 50 00 -4 Temporary Facilities and Controls PART 3 EXECUTION

3.1 TEMPORARY UTILITIES

A. Provide and maintain all temporary facilities, utilities and controls as long as needed for the safe and proper completion of the Work. Remove all temporary facilities, utilities and controls as rapidly as progress will permit or as directed by the Project Representative.

B. Temporary Water for Construction:

1. Obtain and pay for water for construction from City of Duvall or other approved source.

2. Use of new or existing hydrants is prohibited, except for testing and flushing of newly installed water mains.

C. Temporary Electricity:

1. Provide all necessary temporary electric service and temporary wiring needed for construction activities. Contractor shall pay for all temporary electricity.

2. Contractor may use permanent electric service after service is installed. Contractor shall pay for all electrical usage until Substantial Completion. After Substantial Completion, Owner will pay for electricity. 3.2 CONSTRUCTION FACILITIES

A. Sanitary Facilities: Maintain facilities and provide an adequate supply of toilet tissue and hand cleanser. Remove refuse from waste containers on a regular basis.

3.3 WATER MANAGEMENT

A. Flow Bypass:

1. Provide gravity bypass or pump stormwater and stream around work area.

B. Dewatering:

1. Provide draining, pumping, dewatering and cleaning operations necessary to complete the Work. Dewater by wells or wellpoints only when authorized by Project Representative.

2. Provide all necessary pumping to remove all surface water and groundwater from structures as required for the Work.

3. Provide sediment and erosion control measures for discharge of water in compliance with permit conditions.

C01269C18 01 50 00 -5 Temporary Facilities and Controls 4. Protect Site and adjacent property to avoid damage.

3.4 TRAFFIC CONTROL

A. Provide and maintain all traffic control devices needed to guide, warn, control, and protect traffic throughout the Site. All traffic control devices and other protective measures shall conform to MUTCD.

B. Remove traffic control devices at the conclusion of the Work.

C. Flaggers will be required on NE 124th Street during High Haul (as defined on the Drawings) periods. Conform to the requirements of the MUTCD and the Drawings. While on duty flaggers shall wear hard hats and reflectorized fluorescent vests; and flaggers shall be fully clothed when on duty with shirt or blouse, slacks or trouser, and sturdy shoes.

D. Flaggers will not be required during Low Haul periods but traffic control shall conform to the current edition of the MUTCD and the Drawings.

E. Field Quality Control:

1. Daily inspect and insure that all traffic control devices required by the construction are in accordance with the MUTCD. Any discrepancy between the actual devices in use and the required devices shall be immediately rectified.

2. Provide access for emergency vehicles to residences at all times.

3. Respond to any request from the Project Representative to improve or correct the usage of traffic control devices on or related to this Project within 1 hour of the time of notification.

4. Keep all traffic control signs and devices in a legible condition. This shall include but not be limited to removing grime and dust deposited on any device by traffic, natural causes, or when requested by Project Representative. 3.5 TEMPORARY FENCE

3.6 Plastic Construction Safety Fence

A. Posts: Space posts 8 feet on center or as needed to support evenly fence – 1 foot embedment (minimum).

B. Ties: Attach fence to post beginning at top, followed by 18 inch (typical) spacing.

3.7 Security Fence:

A. If considered necessary by Contractor, erect a temporary fence with gates and locks around the construction storage site. Maintain and repair fence throughout the duration of the Project.

C01269C18 01 50 00 -6 Temporary Facilities and Controls B. Provide Owner and Project Representative with keys or combinations to any locks that may be used to secure fencing gates.

C. Promptly repair damage to the Site caused by removal of temporary fencing, including postholes. At no time will the Work remain unattended if a dangerous condition exists because of incomplete removal.

3.8 TEMPORARY BARRIERS AND ENCLOSURES

A. Provide temporary covers, enclosures, markers and barriers as necessary to protect Work.

3.9 BARN AREA

A. A barn with two covered areas may be utilized by the Contractor for the duration of the project. Should the Contractor utilize the Barn and surrounding areas, they must be restored at the completion of the Work. The Contractor is responsible for any damage to the existing facilities.

3.10 STAGING AREAS

A. Subgrade Disturbance

1. Limit subgrade disturbance to the extent practical using geotextiles and construction haul roads for heavy traffic areas

3.11 Perform site restoration and permanent erosion control per Section 32 92 00, TURF and GRASSES

3.12 Stockpiles

A. Limit stock pile heights to approximately 4 feet in height for rock and 6 feet in height for other materials to reduce consolidation settlement and restoration fill thicknesses.

B. Stockpiles shall be offset from the crest of steep slopes a minimum distance equal to 1.5 times the height of the slope, measured from top of slope to channel thalweg. Stockpiles shall be located more than 12 feet from the Tolt Pipeline right-of-way.

3.13 Tolt Pipeline Protection Setbacks

A. Stockpiles shall be located more than 12 feet from the Tolt Pipeline rightof-way.

B. Cranes, including outriggers, shall not be operated within 12 feet of the Tolt Pipeline right of way.”

END OF SECTION

C01269C18 01 50 00 -7 Temporary Facilities and Controls SECTION 01 57 00

TEMPORARY EROSION AND SEDIMENT CONTROL

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: Managing the Site and installation and maintenance of best management practices (BMPs) for the control of erosion, sedimentation and fugitive dust during the Work.

B. Related Requirements:

1. Section 31 22 00 - Grading

2. Section 32 92 00 – Turf and Grasses

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment:

1. Bid Items have been provided for temporary measures to control soil erosion and sedimentation. Payment at the Bid Unit Price will be considered compensation for all work necessary to complete the Bid Item in full, including installation, maintenance, sediment removal, repairs, and removals.

a. Silt Fence: Payment will be by linear foot. Measurement will be along the base of the fence, from outside to outside of the end posts for each section of fence.

b. Wood Chip Filter Berm: Measurement and payment will be by the linear foot.

c. Coir Blanket: Payment will be by type installed. Measurement will be by square yard.

d. Turbidity Curtain: Payment will be by type and is lump sum. No measurement will be taken. Payment includes anchors.

2. Construction entrance and farm access road construction and maintenance, including turnouts:

a. Quarry spalls and rock top course will be measured and paid for as defined in Section 32 11 23 Aggregate Base Course. b. Geotextile will be measured and paid for as defined in Section 32 23 13 Subgrade Preparation c. Removal of turnouts and construction entrance in excess of original road, and ground restoration, shall be incidental to the project.

C01269C18 01 57 00 - 1 Temporary Erosion and Sediment Control 3. Soil trackout cleanup on paved roads shall be incidental to the project.

4. Dust control, and all erosion control stabilization efforts not listed in section 1.2.1 that may be required within the project extents such as straw mulch, plastic sheeting, and temporary seeding will be paid for as a Minor Work/Small Project Element Allowance as specified in Section 01 70 00 - Execution and Closeout Requirements.

5. All other work and costs of this Section shall be incidental to the Project and included in the total Bid.

1.3 REFERENCES

A. Washington State Department of Ecology (DOE) National Pollutant Discharge Elimination System (NPDES) Construction Stormwater General Permit

B. American Association of State Highway and Transportation Officials (AASHTO)

1. AASHTO M288: Standard Specification for Geotextile Specification for Highway Applications

C. ASTM International

1. ASTM D4355: Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus

2. ASTM D4397: Standard Specification for Polyethylene Sheeting for Construction, Industrial, and Agricultural Applications

3. ASTM D4491: Standard Test Methods for Water Permeability of Geotextiles by Permittivity

4. ASTM D4632: Standard Test Method for Grab Breaking Load and Elongation of Geotextiles

5. ASTM D4751: Standard Test Method for Determining Apparent Opening Size of a Geotextile

6. ASTM F2160: Standard Specification for Solid Wall High Density Polyethylene (HDPE) Conduit Based on Controlled Outside Diameter (OD)

1.4 DEFINITIONS

A. Best Management Practices (BMPs): Means erosion prevention and sediment control and water quality management practices intended to control, prevent and minimize degradation of surface water, including avoiding impacts, construction-phasing, minimizing the length of time soil areas are exposed, prohibitions and other management practices, procedures and physical structures used to prevent pollution of stormwater runoff.

C01269C18 01 57 00 - 2 Temporary Erosion and Sediment Control B. Stabilization: Means the exposed ground surface has been covered by appropriate material including mulch, erosion control blankets, riprap, plastic covering, sod or other material that prevents erosion from occurring. Grass seeding by itself is not stabilization.

C. Power Broom: Hydraulically-driven, rotating, polypropylene, poly/wire, or wire brush attached to skid steer or larger piece of equipment.

1.5 SUBMITTALS

A. Stormwater Pollution Prevention Plan: Prepare and submit a SWPPP complaint with the NPDES permit requirements.

B. Erosion and Sediment Control Schedule: Prepare and submit a weekly schedule of proposed erosion and sediment control activities for the Engineer’s review. The Project Representative may require schedules to be submitted orally or in writing. The schedule will include the following:

1. Proposed erosion control installations and when they will be installed.

2. Grading operation and how erosion control will be incorporated into the work.

3. Areas ready for permanent vegetation establishment and when it will be accomplished.

4. Repair or maintenance required on erosion control installations and when it will be accomplished.

5. Proposed erosion control measures during periods of suspension of Work.

C. Manufacturer’s Product Data: Provide the following items consistent with Section 01 33 00_Submittal Procedures:

1. Silt Fence

2. Coir blanket

3. Hydroseed - Include documentation that tackifier type is permitted by the State for intended application and safety data sheet (SDS) on tackifier.

4. Turbidity curtain

1.6 QUALITY ASSURANCE

A. Erosion Control Supervisor: Provide an Erosion Control Supervisor and designated alternate to direct the erosion control operations and insure compliance with Federal, State and Local ordinances and regulations.

B. Erosion Control Supervisor shall be a Certified Erosion and Sediment Control Lead (CESCL) or a Certified Professional in Erosion and Sediment Control (CPESC).

C01269C18 01 57 00 - 3 Temporary Erosion and Sediment Control C. Conformance to NPDES permit is required. The Project disturbs one or more acres and discharges stormwater to surface waters of the state.

1.7 SEQUENCING AND SCHEDULING

A. Install sediment control measures prior to ground disturbing activities.

B. Schedule and coordinate the Work so that permanent erosion and sediment control BMPs are directly incorporated into the work. Supplement permanent erosion and sediment control BMPs with temporary BMPs. Place temporary BMPs when permanent erosion control cannot be achieved.

C. Coordinate construction operations so that erosion and sediment control measures (permanent or temporary) are installed and maintained concurrently with the rest of the work of the Project.

D. Coordinate and schedule the work of subcontractors such that erosion and sediment control measures are fully executed for each operation and in a timely manner over the duration of the Project. Develop a chain of responsibility for all subcontractors and operators on the Project to ensure that Contract requirements are adhered to.

E. Soil Stabilization Timeframes: No soils shall remain exposed and un-worked beyond the following time periods without stabilization:

. 7 days during the dry season (May 1 – Sept 30) . 2 days during the wet season (Oct 1 – April 30)

F. If the Contractor fails to install erosion or sediment measures, the Project Representative may withhold payment from related work until the control measures are undertaken by the Contractor:

1. When the Contractor fails to conduct the quality control program, does not conduct the inspection required in the NPDES permit, or fails to take action ordered by the Project Representative to remedy erosion or sediment control problems, the Project Representative shall issue a Written Order to the Contractor.

2. The Contractor shall respond within 24 hours with sufficient personnel, equipment, materials, and conduct the required work or be subject to a $500 per calendar day penalty for noncompliance.

G. Removal of Temporary Devices: Remove all temporary devices upon completion of the Work unless otherwise directed by the Project Representative. All removed materials become the property of the Contractor

PART 2 PRODUCTS

2.1 SILT FENCE

A. Silt Fence Types: C01269C18 01 57 00 - 4 Temporary Erosion and Sediment Control 1. Silt Fence: Consists of posts, geotextile, and fasteners assembled on Site.

2. Silt Fence (Wire Backed): Consists of wire mesh backing, posts, geotextile, and fasteners assembled on Site.

3. Preassembled Silt Fence: Silt fence delivered to Site pre-stapled to wood posts.

B. Conform to the following requirements:

Silt Fence Requirements Minimum Silt Fence Preassembled Silt Silt Fence Requirements (wire backed) Fence Conform to Paragraph 2.2 – Geotextile Per manufacturers Geotextile specifications Steel T-Post with welded plate, 1.25 lbs per 2 x 2 wood posts, 5 Posts lineal foot, 4 feet long feet long Post Spacing 6 feet maximum, 4 8 feet maximum, 4 6 feet maximum (max.) feet for ditch checks feet for ditch checks Post Embedment 18 inches (minimum) 18 inches 5 staples per Geotextile 14 gage wire or UV stabilized plastic zip ties, manufacturers Fastener to Post 50 lb tensile strength specifications 2 foot wide, 14 gauge wire, maximum mesh Wire Backing NA NA opening of 6 sq. inches

1. Post requirements for silt fence used not for sediment control, but for work area exclusion or other purposes may, upon approval by the Project Representative, be adjusted to conform to the following:

a. Posts: Steel T-Post, 0.9 lbs per lineal foot.

b. Mark lighter weight posts with paint to assist in differentiating between posts. 2.2 GEOTEXTILE

A. Conform to the following requirements for each application

C01269C18 01 57 00 - 5 Temporary Erosion and Sediment Control Geotextile Property Requirements (Minimum Average Roll Value except for AOS) Test Application Geotextile Property Method Silt Fence Construction Entrance AASHTO M 288 ---- Not Applicable Class 2 Class 2 Geotextile Class Woven Nonwoven Woven Fabric ---- (Elongation < (Elongation (Elongation <50%) ≥ 50%) 50%) Width ---- 36 inches minimum Not specified ASTM 247 lbs 202 lbs Grab Tensile Strength 124 lbs (550 N) D4632 (1100 N) (700 N) ASTM 90 lbs 56 lbs Tear Strength Not specified D4533 (400 N) (250 N) ASTM 495 lbs 310 lbs Puncture Strength Not specified D6241 (2200 N) (1375 N) ASTM Permittivity 0.05/sec. 0.02/sec. D4491 Max. Apparent ASTM 0.6 mm 0.6 mm (#30 sieve) Opening Size (AOS) D4751 (#30 sieve) UV Resistance ASTM 70% 50% % retained at 500 hrs D4355 All MARV values represent the weaker principle direction. Sieve sizes for AOS increase with smaller opening size (e.g. 0.42 mm = #40 sieve, 0.6 mm = #30 sieve)

2.3 HYDRAULIC SEED (HYDROSEED)

A. Mulch:

1. Mulch may be made up of 100 percent fibers made of wood, recycled cellulose, compost or blends of these. Any mulch product used shall be installed per manufacturer’s instructions.

2. Dyed with a biodegradable nontoxic coloring agent to allow for visual metering of its application.

3. Moisture Content: Not to exceed 15% at the time of delivery.

B. Tackifier: Organic that is not harmful to plants, animals and aquatic life.

1. Tackifier: Shall be plant-based, derived from plant materials including guar, psyllium (from plantago), pitch, rosen or other plant starches. Any tackifier product used shall be installed per manufacturer’s instructions.

2. Tackifier Application Rate: Per manufacture’s recommendations

C01269C18 01 57 00 - 6 Temporary Erosion and Sediment Control C. Seed: See Section 32 92 00 – Turf and Grasses for seed specification

2.4 EROSION CONTROL BLANKET

A. Conform to the requirements in the table below:

Erosion Control Blanket Criteria Category 1 Category 2 Category 3 Category 4 Straw Wood Fiber Straw Wood Fiber Straw/Coir Coir ST1 EX 1 ST2 EX 2 STC C Property 100% 100% 70% Straw 100% 100% 100% Excelsior Excelsior 30% Coconut Coconut Straw Straw Fibers Fibers Fiber Weight 1.29 lb/SY 0.5 lb/SY 0.64 lb/SY 0.5 lb/SY 0.64 lb/SY 0.5 lb/SY (min.) (700 g/m2) Netting & 6 – 9 months 6 – 9 months 18 - 24 months n/a Stitching Life Netting & Photodegradable Photodegradable Stitching Polypropylene n/a Polypropylene Polypropylene Material* Top Netting 1.5 lb/1000 SF 1.5 lb/1000 SF 3.0 lb/1000 SF n/a Weight (min.) Bottom Netting NA 1.5 lb/1000 SF 1.5 lb/1000 SF n/a Weight (min.) * Natural biodegradable netting and stitching required when “biodegradable netting and stitching” is specified on the Drawings.

2.5 NETTING AND BLANKETS (MATTING)

A. Jute Netting: Minimum weight of 0.70 lb/SY with 60 to 65% open area.

B. Coir Mat: Minimum weight: 20.6 oz/sy(700g/m2), 50% open area. 11.8 oz/sy(400g/m2), 65% open area.

C.

2.6 WOODEN STAKES – 2 x 2 x 24 inches

2.7 TURBIDITY CURTAIN (FLOATING SILT FENCE)

A. The following types are for the specified uses:

1. Still Water (Type 1): Waterbodies with little or no current (< 1 foot/sec) or wave action

2. Moving Water (Type 2): Waterbodies with moderate current (up to 3 feet/sec) or mild wave action (< 2 feet).

C01269C18 01 57 00 - 7 Temporary Erosion and Sediment Control 3. Rough Water (Type 3): Waterbodies with strong currents (up to 5 feet/sec), moderate wave action or tidal action.

B. Conform to the following requirements:

Turbidity Curtain Requirements Curtain Curtain Type Property Still Water (Type I) Moving Water (Type II) Rough Water (Type III) 6-inch expanded 8-inch expanded polystyrene, 12-inch expanded Floatation Size polystyrene, solid, solid, enclosed in fabric polystyrene, solid, enclosed (min.) enclosed in fabric pocket pocket in fabric pocket 5/16-inch (8mm) galvanized Two 5/16-inch (8mm) Top Tension Not specified steel cable, 9,200 lb break galvanized steel cables, Line (min.) strength 9,200 lb break strength 0.7 lb/ft (1 kg/m) enclosed 1.1 lb/ft (1.6 kg/m) enclosed 1.5 lb/ft (2.2 kg/m) enclosed Bottom Ballast 1/4-inch dia. (6 mm) 5/16-inch dia. (8mm) 3/8-inch dia. (10mm) (min.) galvanized chain, 5,000 lb galvanized chain, 7,500 lb galvanized chain, 10,500 lb break strength break strength break strength Aluminum collar reinforced Aluminum collar reinforced Connection Laced grommets, ballast quick disconnects. Laced quick disconnects. Laced Between chain ends shackled grommets on lower skirt. grommets on lower skirt. Sections section-to-section Ballast chain ends shackled Ballast chain ends shackled section-to-section. section-to-section. Fabric – 18 oz/sq yd, grab tensile 22 oz/sq yd, grab tensile 22 oz/sq yd, grab tensile Impervious strength > 300 lbs (ASTM strength > 500 lbs (ASTM strength > 500 lbs (ASTM (min.) D4632) D4632) D4632) Skirt Depth as required (see below) As necessary, sufficient to hold the curtain in the same position relative to the bottom of Anchor the watercourse, without interfering with the action of the curtain Furling/Reefing As necessary, capable of raising and lowering curtain skirt to match the depth requirements System of the project and facilitate removal for reuse on Site.

C. Curtain Depth:

1. Still Water: Provide sufficient slack to permit the curtain to rise to the maximum expected high water level, including wave action, without being overtopped and still be in continuous contact with the bottom or extend to a depth of 10 feet whichever is less.

2. Moving & Rough Water:

a. Extend down from water surface to within 0.0 to 1.5 feet of watercourse bottom or 10 feet, whichever is less.

CI. Anchor:

a. Curtain Anchor: Sufficient to hold the curtain in the same position relative to the bottom of the watercourse, without interfering with the action of the curtain. The anchor may penetrate into the bottom or be weighted.

b. Submit anchor type and method for approval by Project Representative prior to use. C01269C18 01 57 00 - 8 Temporary Erosion and Sediment Control 2.8 TEMPORARY SEED

A. Conform to Section 32 92 00 – Turf and Grasses.

2.9 DEWATERING SEDIMENT CAPTURE

A. General – Sizing, configuration, capacity, and selection of dewatering sediment capture techniques shall be based on Site and flow conditions.

B. Submit the means and methods for review by the Project Representative.

C. Adjust sizing of the sediment capture systems such that the ultimate discharge water conforms to NPDES permit requirements.

2.10 DUST CONTROL

A. Water shall be clear and free from suspended fine sediment.

B. Spray Truck: Equipped with spray nozzle and flow meter to track volume of water or solution applied.

PART 3 EXECUTION

3.1 GENERAL

A. Comply with all applicable laws, ordinances, regulations, permit requirements, orders and decrees pertaining to erosion/sediment control and stormwater discharge during the conduct of the Work.

B. Take necessary precautions against damage to the Project by action of the elements.

C. Implement the Project’s NPDES Stormwater Pollution Prevention Plan (SWPPP) and take necessary actions to prevent off Site damage resulting from Work conducted on the Project or Project related stormwater runoff.

D. Minimize the amount of disturbed land that is susceptible to erosion at any time. Delineate areas not to be disturbed:

1. Exclude vehicles and construction equipment from areas not to be disturbed to preserve natural vegetation.

2. Maintain and preserve riparian and naturally vegetated buffer strips along water courses. Maintain BMPs as specified below in this Section.

3.2 INSTALLATION

A. General: Install temporary stormwater management and sediment control devices in conformance with the details, typical sections, and elevations shown on the Drawings.

C01269C18 01 57 00 - 9 Temporary Erosion and Sediment Control B. The location of temporary stormwater and sediment control devices may be adjusted from that shown on the Drawings, with approval of the Project Representative, to accommodate actual field conditions and increase the effectiveness of the installation.

C. Prepare soils for seeding prior to installation of soil coverings (mulch and blankets) in conformance to Section 32 92 00 – Turf and Grasses.

3.3 SILT FENCE

A. Install in the locations shown on the Drawings and as directed by the Project Representative.

B. Trenching:

1. Install 8 – 12 inches of fabric below surface ensuring a compacted condition to avoid washout.

2. Slice fabric into the ground using a machine for continuous lengths greater than 100 feet, unless directed otherwise by the Project Representative.

C. Use additional measures, such as rock aggregate, placed along the base of the silt fence where the silt fence cannot be trenched due to tree roots, frost or bedrock.

D. Fasten geotextile and backing (based on type) to posts with a minimum of 2 ties along the top 8-inches of fence.

E. Use short sections of silt fence placed in a J-hook pattern to:

1. Supplement the perimeter silt fence at corner locations and areas where sediment deposition will occur. Install no more than 100 feet of silt fence per 1 acre of drainage.

2. Break up flow path along silt fence running across contours to be no more than 100 feet between hooks or as directed by the Project Representative.

F. Avoid splices whenever possible. If necessary, make splices at an opposing fence post and according to the manufacturer’s specifications.

G. Maintain as specified below in this Section. 3.4 SLOPE TRACKING

A. Slope tracking consists of operating tracked equipment or a lugged roller up and down slopes so that the cleats of the tracks create grooves perpendicular to the slope. The soil surface is firmed up, miniature drainage checks are created and depressions formed to hold seed.

B. Required on all slopes between 2.5:1 to 4:1 (H:V).

C. Perform slope tracking before seeding operations.

3.5 SOIL PREPARATION, SEEDING AND MULCH

C01269C18 01 57 00 - 10 Temporary Erosion and Sediment Control A. Meet the requirements of Section 31 22 00 - Grading.

B. Meet the requirements of Section 32 92 00 – Turf and Grasses.

3.6 WOOD CHIP FILTER BERM

A. For perimeter drainage control or filtration applications, place 3 – 5 ft3 of mulch per linear foot to form a berm meeting dimensions shown in the plans.

B. In higher flow areas, back up mulch berms as necessary with plastic construction safety fence meeting the requirements of Section 01 50 00 – Temporary Facilities and Controls.

C. Remove berms after finishing the Work as directed by the Project Representative. At project locations where mulch or compost is approved for incorporation into soil, spread out mulch to less than 2 inches in thickness and till into soil.

3.7 HYDRAULIC SEED (HYDROSEED)

A. Install in two lifts:

1. Lift 1 – Install all seed and 25 to 30 percent mulch and tackifier onto the soil in the first lift;

2. Lift 2 – Install the remaining mulch and tackifier over the first lift.

B. No fertilizer is to be used.

C. Apply hydroseed in at least 2 opposing directions so that a shadowing effect leaving the back side of a soil clod unprotected is minimized and achieve at least 75% coverage. D. Application Rate: Based on dry weight.

1. Slopes 3:1 (H:V) and steeper: 3,500 lbs. of mulch per acre, with 10% tackifier.

2. All other slopes apply at a rate of 2,500 lbs. per acre, with 3% tackifier.

E. Schedule application to allow for the minimum cure time before a precipitation event as directed by the manufacturer (typically 24 hours), conforming to Section 32 92 00 – Turf and Grasses for sequencing and scheduling.

F. Install seed at specified quantities and rates. G. Correct areas where coverage is thinner than specified or hydroseed has run off soils before curing at no expense to the Owner. 3.8 COIR BLANKET

A. General: Deliver, store, handle and install blanket in accordance with the manufacturer’s specifications. Replace blanket damaged or found defective upon delivery or storage.

C01269C18 01 57 00 - 11 Temporary Erosion and Sediment Control B. Orientation: Install with the machine direction parallel to the direction of water flow, as shown on the plans.

C. Place geotextile in intimate contact with the soils without wrinkles. Shingle/overlap blankets a minimum of 8 inches with downstream edge overlapping the successive blanket(s). Anchor blanket to soil.

D. If permanent seeding is not available at the time of blanket installation, this material will have to be removed, re-seeded, and installed again as a permanent erosion control measure.

E. Secure with 2x2x24 inch wooden stakes at the spacing shown on the Drawings, driven 20 inches into the ground perpendicular to the slope.

F. If coir blanket is laid around previously installed boles or wildlife snags cut coir as necessary to fit. Stake coir blanket around each bole/snag with minimum 4 stakes and stake cuts at 3 feet o.c.

3.9 PLASTIC COVERING

A. Install plastic with a minimum 12-inch overlap along seams.

B. Maintain cover tightly in place using sandbags.

C. All seams shall be weighted down their full length. Maximum 10-foot spacing between sandbags.

D. Tie sandbags together as needed to prevent their sliding down a slope.

3.10 TEMPORARY SEDIMENT TRAPS

A. Temporary sediment traps are excavated to capture or detain runoff as directed by the Project Representative. The typical trap is approximately 2 feet in depth, 6 feet long and the width of a backhoe bucket.

3.11 TEMPORARY SEDIMENT BASINS

A. Construct sediment basins as a first priority when grading begins on the Project.

B. Utilize on-site, permanent ponding basins as temporary sediment basins.

3.12 TURBIDITY CURTAIN

A. Expected Velocities: Anticipate near-bank velocities of 1-3 feet per second during low flow periods, and up to 6 feet per second at high flow.

B. Length Sizing: Extend curtain a minimum of 20 feet beyond in-water work zone. Allow an additional 10-20% variance in the straight-line measurements when sizing the length of the floating curtain. This will allow for measuring errors, make installation easier, allow for alignment curvature and reduce stress from potential wave and current action.

C01269C18 01 57 00 - 12 Temporary Erosion and Sediment Control C. General: Connect sections of curtain and install curtain per manufacturer’s recommendations. Align grommet holes, overlap and tightly lace skirt ends together to establish an effective seal between skirt ends.

D. Do not place the curtain across a channel or in such a manner to cause it to impound water.

E. Extend ends of the curtain, both floating upper and weighted lower ends, well up onto the shoreline. Secure ends firmly to the shoreline to enclose fully the area where sediment may enter the water and minimize wear on the curtain sleeve holding the ballast chain. Secure ends to rigid bodies such as trees or piles or “ecology blocks”.

F. Anchors:

1. Attach anchors as required to the curtain floatation device via an anchor line following the manufacturer’s recommendations.

2. Provide enough slack in anchor line to allow the buoy and curtain to float freely with water level changes without pulling the buoy or curtain down.

G. Inspect turbidity curtains on a regular basis. Confirm anchored profile is being maintained. Check anchor lines regularly to make sure they do not become entangled with debris.

H. Removal:

1. Allow a minimum of 2 hours for particles to settle before removing the curtain.

2. Remove curtain in such a manner as to minimize turbidity and re-suspension of sediment into the water.

3. Protect for Reuse: Protect the turbidity curtain skirt from damage by furling the curtain before it is removed from the water. If curtain has no furling system, run a small boat with a crew installing furling lines along its length before attempting to remove the curtain from the water.

I. Replace torn or otherwise damaged curtain due to Contractor neglect in setup, removal or repositioning at no charge to the Owner.

3.13 FIELD QUALITY CONTROL

A. Site Inspections: The Contractor’s Erosion Control Supervisor or designated alternate will review with the Project Representative all areas disturbed by construction activities, all BMPs, and all site stormwater discharge locations.

1. Inspection Frequency: At least once every calendar week and within 24 hours of any discharge from the site. The inspection frequency for temporarily stabilized, inactive sites may be reduced to once every calendar month.

C01269C18 01 57 00 - 13 Temporary Erosion and Sediment Control 2. Inspection Purpose: Evaluate the effectiveness of BMPs and determine if it is necessary to install, maintain, or repair BMPs to meet requirements of the Contract Documents and applicable permits.

3.14 MAINTENANCE

A. General: Maintain all temporary sediment control devices to keep them functioning properly until they are no longer necessary and are removed. Repair or replace plugged, torn, displaced, damaged or nonfunctioning devices to the satisfaction of the Project Representative. Comply with permit requirements.

B. Temporary Sediment Control Devices: Remove sediment from devices such as bale barriers and silt fences and ditch checks and wattles when the sediment reaches one- third of the height of the device. Reshape the area to Project Specifications.

C. Construction Entrances:

1. Inspect construction entrance daily for mud accumulation to minimize vehicle tracking of sediment onto public roadways.

2. When the entrance no longer functions adequately to prevent the track out of sediment or debris, rehabilitate the entrance to original condition or construct a new entrance.

3. Remove material tracked out on adjacent roadways daily using a power broom or vacuum sweeper as specified in this Section. Sweep access roads, driveways and haul routes of tracked debris as directed by the Project Representative.

END OF SECTION

C01269C18 01 57 00 - 14 Temporary Erosion and Sediment Control SECTION 01 70 00

EXECUTION AND CLOSEOUT REQUIREMENTS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Requirements for overall execution of the Work and closeout of the Contract for Final Payment.

1.2 PRICE AND PAYMENT PROCEDURES

A. Allowances

1. A Bid item has been provided for Minor Work Allowance: The cash allowance in dollars (DOL) is intended to pay for minor changes to the Work outside the Contract, unforeseen by the Owner. Payment will only be made for work approved by Project Representative prior to the Work.

B. Measurement and Payment:

1. Bid items have been provided for the following:

a. Mobilization. Measurement is Lump Sum. This will be considered payment in full for all work and costs of this Bid Item. The Owner has established the lump sum amount.

Partial payment of the Lump Sum Bid Item “Mobilization” will be made using a percentage based on the following: Cumulative Percent of Mobilization Item Paid

First Partial Payment 20 Percent of original contract amount earned – 25 50 Percent of original contract amount earned – 50 75 Percent of original contract amount earned – 75 90 Percent of original contract amount earned – 90 100

b. Minor Work/Small Project Element Allowance: The Contractor shall submit a Schedule of Values for the contractor's anticipated equipment and labor to be used on the project at the preconstruction meeting. When requested by the Project Representative, the Contractor shall submit a Schedule of Values for Minor Work/Small Project Element Allowance items meeting the contract requirements. The Schedule of Values will be acceptable to the Project Representative if they provide a reasonable allocation of the Contract Price to components parts of the Work and are consistent with the General Terms and Conditions procedures for determining the Contractor's rates, costs, profit, and

C01269C18 01 70 00 - 1 Execution and Closeout Requirements overhead. The Schedule of Values shall include, but not be limited to, the following:

1) Excavator With Operator. Measurement by the units of hours.

2) Crane With Operator. Measurement by the units of hours.

3) Dozer With Operator. Measurement by the units of hours.

4) Skidsteer (Bobcat) With Operator. Measurement by the units of hours.

5) General Laborer. Measurement by the units of hours.

6) Supervisor With Truck. Measurement by the units of hours.

2. All other work and costs of this Section shall be incidental to the Project and included in the total Bid.

1.3 SUBMITTALS

A. Submit the following items consistent with the General Terms and Conditions and Section 01 33 00_Submittal Procedures: Record Documents

2. Written Notification of Substantial Completion

3. Written Notification of Final Punch List Completion

4. Written Notification of Final Completion

5. Spare Parts, Operation and Maintenance Manuals, instructions, schedules, warranties, guarantees, Bonds, certificates, certificates of inspection and other documents.

6. Final Application for Payment, including accompanying documentations

PART 2 PRODUCTS

NOT USED

PART 3 EXECUTION

3.1 MOBILIZATION

A. Preparatory Work performed by the Contractor including procurement.

B. Move personnel, equipment, materials and all other items required to complete the Work at the Site.

C01269C18 01 70 00 - 2 Execution and Closeout Requirements C. Establish Contractor offices, building or other facilities necessary for Work on the Project.

D. Removal (demobilization) of personnel, equipment, materials and all other items at the completion of Work at the Site.

3.2 EXAMINATION

A. Acceptance of Conditions: By commencing Work, the Contractor construes acceptance of the adjacent work as satisfactory to receive subsequent Work.

B. Existing Conditions: Before commencing Work, inspect work completed by others that is adjacent to the Work. If adjacent conditions prevent completion of Work, the Contractor will not commence Work until the conditions are corrected.

C. Inspect each product immediately prior to installation. Remove damaged products from the Site.

3.3 GENERAL INSTALLATION REQUIREMENTS

A. Comply with the manufacturer’s instructions for installation of manufactured products to the extent that these instructions are applicable and more explicit or more stringent than requirements indicated in the Contract

B. Isolate each element of work from incompatible work as necessary to prevent deterioration.

C. Record installation details and prepare Record Documents consistent with the General Terms and Conditions.

3.4 SITE MAINTENANCE

A. Conform to the General Terms and Conditions.

B. Maintain stockpiles, excavations, access roads and all other work areas free from dust. Employ dust abatement techniques in conformance to Section 01 57 00 – Temporary Erosion and Sediment Control and this Section whenever a dust nuisance or hazard occurs, or as directed by the Project Representative. Comply with local ordinances.

C. Clean access roads and haul routes meeting the requirements of Section 01 57 00 – Temporary Erosion and Sediment Control.

D. If Contractor fails to maintain Site, Project Representative will provide Written Notice of Defective or Non-conforming Work. Contractor will be given 48 hours from the Notice to correct the Work. After the 48 hour period, Owner may correct the defective work consistent with the General Terms and Conditions.

3.5 CLEANING AND PROTECTION

C01269C18 01 70 00 - 3 Execution and Closeout Requirements A. Clean and protect work in progress and adjoining work during handling and installation. Apply protective covering on installed work where it is required to ensure freedom from damage or deterioration.

B. Clean and perform maintenance as frequently as necessary throughout construction period. Adjust and lubricate operable components to ensure operability without damage effects.

C. Prior to completion of the Work, remove from the Site all tools, surplus materials, equipment, scrap, debris and waste.

3.6 CUTTING AND PATCHING

A. Complete all cutting, fitting and patching as necessary to join the new work to existing conditions.

B. Remove or cut existing work only as necessary to join the new work to the existing construction or as required by the Contact Documents.

C. Patch defective and incomplete surfaces caused or exposed by Work of the Project unless removal is required by the Contract Documents.

D. Repair any damage to existing conditions and patch to match existing.

E. Existing construction designated by the Contract Documents to remain that is loosened, cracked, or otherwise damaged or defaced beyond repair as a result of Work by the Contractor will be considered unsuitable for the use intended and shall be removed and replaced by the Contractor.

3.7 SPECIAL TOOLS

A. Provide any special tools, jigs, fixtures, and lifting tackle which are necessary for assembly, erection, operation, maintenance, and repair of equipment.

B. Special tools and devices are those the design, purpose, and use of which are peculiar to the equipment furnished and which are not available from normal wholesale or retail outlets. Standard general purpose tools are not included in this requirement.

3.8 SPARE PARTS

A. Provide required spare parts listed under the individual Specification Sections.

END OF SECTION

C01269C18 01 70 00 - 4 Execution and Closeout Requirements SECTION 01 71 23 FIELD ENGINEERING

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: General requirements for construction layout and survey and for field measurement of work quantities.

1.2 PRICE AND PAYMENT PROCEDURES

A. Measurement and Payment: Bid items have been provided to provide the following:

1. Construction Surveying. Measurement is Lump Sum. Partial payment will be based on the Contractor’s Schedule of Values for this work

B. All other work and costs of this Section shall be incidental to the Project and included in the total Bid.

C. The Owner reserves the right to deduct from payment due the Contractor all costs to replace damaged Owner provided survey construction stakes or marks carelessly or willfully destroyed or disturbed by the Contractor.

1.3 DEFINITIONS

A. Bathymetric Survey: The measurement of the depth of water bodies from the water surface resulting in an underwater (aquatic) equivalent topographic survey.

B. Construction Survey: The stake out of reference points and markers that guide the Work.

C. Neat Line: The line or plane defining the limits of work, particularly in excavation of earth or rock.

D. Planimetrics: Features independent of elevation, such as roads, building footprints, rivers, trees, walkways, manholes, utility poles, retaining walls, etc.

E. Record (As-built) Survey: Survey conducted at the end of the construction project to document the work completed and will include an upland topographic survey and a complete bathymetric survey.

F. Topographic Survey: The measurement of ground surface elevations presented as contour lines on a plot along with natural and manmade planimetric features.

1.4 COORDINATION

A. The Owner will provide monuments and benchmarks for control points shown on the Drawings for the Contractor’s reference.

C01269C18 01 71 23 -1 Field Engineering B. The Owner will provide the CAD files for the Drawings for the Contractor’s use. The Contractor shall use the CAD files for locating the Work in accordance with Article 1.6.

C. Except for Owner provided construction layout and survey, the calculations, surveying and measuring required for setting and maintaining the necessary lines and grades is the Contractor’s responsibility.

D. Owner Provided Construction Layout and Survey:

1. The Owner has established survey control points, as shown in the Contract Drawings. The Contractor is responsible for all construction staking.

2. Provide the Project Representative a minimum of 48 hours notice in advance of the need for Owner provided survey; however, none is anticipated.

E. The Owner will perform a post-flood season bathymetric survey of the Site. The Contractor may accept this as part of their pre-construction survey or may perform their own pre-construction survey.

1.5 SUBMITTALS

A. Meet the requirements of Section 01 33 00 – Submittal Procedures and the requirements of this section.

B. Survey field notes and any calculations and staking data when requested.

C. Descriptions of control established including coordinates and elevations of all secondary control points.

D. Preconstruction survey.

1. The Contractor shall conduct a preconstruction bathymetric survey and provide a copy of this survey to the Owner. Alternatively, the Contractor can accept the County’s bathymetric survey in writing and field verify the survey data with current bathymetric field conditions. The Contractor shall perform a topographic survey of the riverbank extending from a minimum of 30 feet landward of the top of bank toward the river to tie in with the bathymetric survey prior to construction. Provide CAD surface files of the preconstruction surface (topographic and bathymetric), with cross sections, to scale, on a 50-foot interval along the project alignment.

2. The Contractor shall conduct a preconstruction topographic profile of the construction access road between NE 124th St. and the Project site and provide a copy of this survey to the Owner

3. If the Contractor elects to use the light-duty access road between the barn and the Project site, the Contractor shall conduct a preconstruction topographic profile of this access road and provide a copy of this survey to the Owner.

E. Post-Construction Survey C01269C18 01 71 23 - 2 Field Engineering 1. The Contractor shall conduct a post-construction topographic profile of the construction access road between NE 124th St. and the Project site and provide a copy of this survey to the Owner

2. If the Contractor elects to use the light-duty access road between the barn and the Project site, the Contractor shall conduct a post-construction topographic profile of this access road and provide a copy of this survey to the Owner.

F. Bathymetric Construction Monitoring Survey Plan. Submit plan with proposed equipment, expected accuracy, frequency of monitoring and types of deliverables subject to the conditions of this section for:

1. Underwater riprap placement

2. Underwater Ballasted Wood Jack Placement

G. Progress Surveys. Provide progress surveys of the rip rap placement survey for review and evaluation by the Owner. Provide CAD surface files of each of the riprap survey surfaces with cross sections, to scale, on a 50-foot interval along the project alignment. The cross sections will be used to calculate and show the volume of rip rap placed per area surveyed.

H. Record Drawings:

1. Stamped, signed and dated by licensed Professional Land Surveyor registered in the State of Washington of bathymetric Survey in pdf format.

2. CAD files of survey points (x, y, z) and topographic/bathymetric surface used to develop the record survey using AutoCAD or other approved software. The AutoCAD electronic file shall include a TIN-based digital terrain model (DTM) with plan view drawings with 0.5-foot contours intervals and spot elevations depicting high and low points plotted at 1 foot equal to 50 feet. Each data file shall include a descriptive header including, but not limited to, software and equipment information, client, project, horizontal and vertical datum, units, water level correction, survey type, alignment, and stations surveyed.

I. The Contractor shall submit a Survey Plan as part of the Construction Work Plan in accordance with Section 01 33 00 – Submittal Procedures. The Survey Plan shall detail the planned means and methods to be used to perform construction staking, layout, topographic surveys, and bathymetric surveys including equipment and personnel to be used.

J. The Contractor shall keep updated survey field notes in a standard field book. These field notes shall include all upland survey work performed by the Contractor’s surveyor in establishing line, grade, and slopes for the construction work. Keep separate updated field notes for in-water survey work performed by the Contractor. Copies of these field notes shall be provided to the Project Representative upon request.

1.6 QUALITY ASSURANCE

C01269C18 01 71 23 - 3 Field Engineering A. Qualifications: Perform all topographic, bathymetric and record surveys under the supervision of a Professional Land Surveyor (PLS) registered in the State of Washington. Perform all other work using skilled workers who are trained and experienced in the necessary craft and familiar with the specified requirements and methods for proper performance of the work of this Section

B. Standard of Practice: Perform all work under using accepted surveying practices.

C. Survey Datum:

1. Horizontal datum: NAD 83/91, Washington State Plane Coordinate System, North Zone

2. Vertical datum: NAVD 1988

D. Place each element of the Work at its designed location. Obtain coordinates for the Work from the Owner provided CAD files that are the basis for the printed Drawings. In the event of a conflict between any coordinate labels shown on the Drawings and the CAD files, the CAD files have precedence.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

3.1 PREPARATION

A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points furnished by the Owner before beginning the Work.

B. Use of Owner Established Control: Stakes, marks and monuments established by the Owner constitute field control. The Contractor assumes full responsibility for all measurements made from the established stakes and marks.

C. Provide the Project Representative a minimum of 48 hours notice in advance of the need for Owner provided survey.

D. Verify layout information shown on Drawings in relation to existing benchmarks.

E. Report any discovered errors or omissions to the Project Representative as soon as possible.

F. Establish other necessary controls, detail dimensions, and measurements for proper layout and performance of the Work.

3.2 CONSTRUCTION LAYOUT AND SURVEYING

A. Work to preserve stakes, marks and monuments set by the Owner. The Owner reserves the right to deduct from payment due the Contractor all costs to replace

C01269C18 01 71 23 - 4 Field Engineering damaged survey construction stakes or marks carelessly or willfully destroyed or disturbed by the Contractor.

B. Except for Owner provided construction layout and survey listed under Article 1.4 Coordination of this Section, calculations, surveying and measuring required for setting and maintaining the necessary lines and grades is the Contractor’s responsibility.

C. Surveys for Layout and Performance: Set construction stakes for the following and as the Contractor deems necessary for proper control of the Work:

1. Centerlines: Establish the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve point (PCs, Pts, and PIs) and at points on the alignments or offsets spaced no further than 50 feet. For the Revetment Alignment place additional bearing stakes to create lines perpendicular to the alignment at each offset stake location.

2. Clearing Limits: Placing stakes at all angle points and at intermediate points no more than 200 feet apart. Clearing and grubbing limits shall extend10 feet beyond the toe of a fill and top of a cut unless otherwise shown on the Drawings.

3. Slope Stakes: Place slope stakes at centerline increments not more than 50 feet apart. If Global Position Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted.

4. Roadbed and Surfacing: Establish elevations at the top of subgrade and at the top of each course of surfacing. Set stakes at grade changes and at horizontal intervals not greater than 50 feet except on curves. Curves with radius less than 15 feet limit staking interval to no greater than 10 feet and on curves with a radius less than 300 feet limit staking interval to 25 feet.

5. Surcharge: This survey shall also include necessary survey for the placement of the preloading (surcharge) and regular monitoring and reporting of settlement as described in Section 31 23 00 – Excavation and Fill.

6. Provide staking and layout as necessary for all other types of construction to adequately locate, construct and check the specific construction activity.

D. Bathymetric Surveys: At least weekly during placement of the riprap, perform bathymetric surveys of the riprap placed in Zones 1, 2, and 3 to confirm the extent and adequacy of the placement of the riprap prior to placement of ballasted wood jacks (BWJ). No BWJ shall be placed on the riprap, until the Project Representative has approved the extent of the riprap placement in a given area.

E. Provide surveyed positions for top of each of the BWJs (lift point) placed as part of the project. This may be performed using GPS control on the placement equipment, as defined in the Contractor’s survey plan.

F. Provide visual representation of BWJ coverage of river bed. This may be performed using side-scan sonar, multibeam or other method that provides assurance of complete coverage of river bend by BWJs within design limits. Method does not need

C01269C18 01 71 23 - 5 Field Engineering to provide geo-referenced coordinates for information. For instance, Contractor may provide boat, operator and side scan sonar to allow Project Representative to verify coverage in real-time.

1. Provide information daily during placement of first 100 feet of BWJs along revetment.

2. Thereafter, provide information weekly at a minimum.

G. Maintain a log of layout control work. Record deviations from required lines and levels.

H. Notify the Project Representative of deviations from required lines and levels exceed allowable tolerances.

I. Report any discovered errors or omissions in the Drawings to the Project Representative as soon as possible.

J. Survey for Measurement and Payment: Perform survey for measurement and payment of earthwork quantities as specified in the Contract Documents. The Contractor will conduct and provide a record survey.

3.3 SURVEY ACCURACY

A. Construction Survey Accuracy: Set survey stakes to the tolerances in the table below unless otherwise specified elsewhere in the Contract Documents

Construction Survey Accuracy Tolerances Item Vertical Accuracy Horizontal Accuracy Rough excavation and embankment for road and other +/- 0.10 feet +/- 0.10 feet work not otherwise provided for Slope Stakes +/- 0.10 feet +/- 0.10 feet Stationing on Roadway, Trail N/A +/- 0.10 feet Alignment on Roadway, Trail N/A +/- 0.10 feet Roadway Subgrade and Base +/- 0.05 feet +/- 0.10 feet Stakes Structures, building +/- 0.01 feet +/- 0.01 feet construction Piles for Log Structures +/- 0.5 feet +/- 0.5 feet Equipment Installation As required by manufacturer Bathymetry +/- 0.5 feet +/- 0.5 feet

B. Topographic and Bathymetric Survey Accuracy: Meet or exceed 1-foot contour United States National Map Accuracy Standard.

C01269C18 01 71 23 - 6 Field Engineering 3.4 CLOSEOUT ACTIVITIES

A. Record Survey: Perform record topographic and bathymetric survey for measurement and payment of earthwork quantities and confirmation of placement as specified in this Section and the Contract Documents.

END OF SECTION

C01269C18 01 71 23 -7 Field Engineering SECTION 02 42 00

REMOVAL AND SALVAGE

PART 1 GENERAL 1.1 SECTION INCLUDES A. Complete or partial removal and disposal or salvage and replacement of at grade, above grade and below grade structures and miscellaneous items. B. Related Requirements: 1. Section 31 10 00 - Site Clearing 2. Section 31 23 00 – Excavation and Fill 3. Section 32 95 00 – Wildlife Snags 4. Section 32 93 50 – Cottonwood Bolles 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided for the following: a. Removals (Concrete Debris, Culvert, Garbage): Measurement and payment will be by ton (TN) of material, vehicular measure, hauled in approved vehicles complying with Section 01 20 00 – Price and Payment Procedures. b. Remove Fence: Measurement and payment will be by linear foot (LF). c. Deciduous Tree Salvage: Measurement and Payment will be per each (EA) for salvage and storage on-site of whole deciduous trees for use onsite. 2. Existing Farm Road Removal: Payment for removing existing farm road, filling back to field grade with native material will be included in Section 21 23 00 – Excavation and Fill as Common Excavation and Common Fill 3. All other work and costs of this Section shall be incidental to the Project and included in the total Bid. 1.3 REFERENCES Not used. 1.4 DEFINITIONS A. Abandon: To fill, bulkhead, or close off pipes and structures so that no settlement or flow can occur. B. Decommissioning: To fill or plug a well so that it will not produce water, serve as a channel for movement of water or pollution, or allow the entry of pollutants into the well or aquifer(s). C. Remove: To remove and legally dispose of items, except those identified for use in recycling, re-use, and salvage programs.

C01269C18 02 42 00 - 1 Removal and Salvage D. Salvage: To dismantle, disassemble, or remove carefully without damage so the item can be re-assembled, replaced, or reused in a workable condition equal to that existing before removal. 1.5 SUBMITTALS Not used. 1.6 QUALITY ASSURANCE A. Disposal Site: Conform to all local regulations and acquire all permits and approvals required for use of the Contractor provided disposal site. B. Stockpile or temporarily store materials designated for salvage at locations approved by the Project Representative. C. The Contractor shall assume full responsibility for acceptable disposition of the material as well as for damages resulting from the disposal operations. Burying of material and debris is not allowed within the Site. 1.7 SCHEDULING A. Prior to starting work, submit for review by the Project Representative and approval by the Owner,a schedule showing the commencement, order, and completion dates of the various parts of this work.

PART 2 PRODUCTS Not used.

PART 3 EXECUTION 3.1 GENERAL A. Execute the work in a careful and orderly manner. B. Perform removals without damage to adjacent retained work. Where such work is damaged, the Contractor shall patch, repair or otherwise restore to its original condition at no expense to the Owner. C. Remove debris from the work area as often as necessary, at least once at the end of each workday. Place debris in approved containers to prevent loss of debris and maintain a clean and safe site. D. Dispose of all items to be removed, except for those items identified to be salvaged or recycled. 3.2 PROTECTION A. Take all necessary precautions to adequately protect personnel and public and private property in the areas of work. All Site fencing, including all temporary construction and security fencing, shall be in place prior to the start of any removal work. This protection does not include fence or gate to be reinstalled at the end of the project. B. Provide and maintain temporary protection of existing structures designated to remain where removal work is being done, connections made, materials handled, or equipment moved.

C01269C18 02 42 00 - 2 Removal and Salvage C. Take reasonable precautions to limit damage to existing turf and other vegetated areas. Tree protection areas shall be identified and fenced, per Section 31 10 00 Site Clearing. D. Trees identified for removal will be marked prior to removal, and approved by Project Representative. E. Fill holes or depressions created by removals within one day with suitable markings for those left open overnight. F. Avoid disturbance to any material beyond the limits required for new construction. 3.3 REMOVALS A. Remove and dispose offsite all existing culverts, waste concrete, and garbage identified on the Plans, and other deleterious materials that may be exposed during construction. Review removal limits with the Project Representative before beginning work. B. Remove existing farm road at locations identified on the Plans by excavating all crushed rock and gravel materials to a maximum depth of 12 inches. Fill excavation footprint to surrounding grade with on-site material (Common Fill). Compact with tracked equipment. No density testing or compaction specifications apply to this action. 3.4 SALVAGE AND REINSTALL A. Fences and Gate: 1. Install temporary fencing to provide equivalent function at location not in conflict with work and approved by Project Representative. Function may include livestock exclusion. 2. After completion of work, fence and gate shall be reinstalled by King County to the condition existing prior to removal at original or revised location, as directed by Project Representative. B. Deciduous Trees: 1. Project Representative shall mark trees designated for use as wildlife snags. All trees not marked shall be used as slash in the conifer bole fence. 2. For use as wildlife snags, cut designated trees at base and do not trim branches unless directed by Project Representative. Anticipate direction to keep multiple main branches on tree. Move and store trees while protecting branches until ready for installation. 3. For use as slash within the first two rows of conifer boles, push designated trees over, keeping the rootwad attached. Cut trunks and branches into 15-30 foot long 3.5 FIELD QUALITY CONTROL sections and stockpile until ready for use. A. Items damaged during removal or salvaging operations shall be replaced with new material of equal type and quality of the damaged item when it was new.

END OF SECTION

C01269C18 02 42 00 - 3 Removal and Salvage SECTION 03 41 00

PRECAST STRUCTURAL CONCRETE PRODUCTS

PART 1 GENERAL 1.1 SECTION INCLUDES: A. Fabrication and installation of pre-cast box culvert. Requirements of this section must be met if cast-in-place method is selected for construction of the box culvert. Cast in place elements are to be used if the pre-cast culvert sections, or the precast culvert connections and joints cannot tolerate the design settlement requirements listed in SUBMTTAL section 1.4 (4). B. Related Requirements: 1. Section 31 23 33 – Trenching and Backfill 2. Section 31 23 00 – Excavation and Fill 3. Section 35 49 26 – Hinged Floodgate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Precast Concrete Box Culvert, Wing Walls, Headwalls, Toe Walls and Concrete Aprons: Measurement will be Lump Sum and shall be considered full compensation for all design, manufacture, delivery, labor, materials, excavation, installation and appurtenances necessary to construct a fully functional and complete box culvert, including headwalls, wing walls, toe walls grouted joints, joint backing material and concrete aprons, as shown in the Drawings. b. Foundation Material: In accordance with Section 31 23 00 – Excavation and Fill. Considered incidental to the installation of the concrete box culvert. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) 1. LRFD Bridge Design Specifications (2014, including 2015 and 2016 interim revisions, or Current Version) 2. Standard Specification for Transportation Materials and Methods of Sampling and Testing B. American Concrete Institute (ACI) 1. ACI 211.1: Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete

C01269C18 03 41 00 - 1 Precast Structural Concrete Products 2. ACI 211.3: Guide for Selecting Proportions for No-Slump Concrete 3. ACI 304R: Guide for Measuring, Mixing, Transporting, and Placing Concrete 4. ACI 305R: Hot Weather Concreting 5. ACI 306R: Cold Weather Concreting 6. ACI 309R: Consolidation of Concrete 7. ACI 318: Building Code Requirements for Structural Concrete 8. ACI 350: Code Requirements for Environmental Engineering Concrete Structures and Commentary 9. ACI 517.2R: Accelerated Curing of Concrete at Atmospheric Pressure C. American Concrete Pipe Association (ACPA) 1. ACPA Concrete Pipe Handbook 2. ACPA Design Manual D. American Society for Testing and Materials (ASTM) 1. ASTM A 36: Specification for Carbon Structural Steel 2. ASTM A 82: Specification for Steel Wire, Plain, for Concrete Reinforcement 3. ASTM A 184: Specification for Fabricated Deformed Steel Mats for Concrete Reinforcement 4. ASTM A 185: Specification for Steel Welded Wire Reinforcement, Plain, for Concrete 5. ASTM A 496: Specification for Steel Wire, Deformed, for Concrete Reinforcement 6. ASTM A 497: Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete 7. ASTM A 615: Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement 8. ASTM A 706: Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement 9. ASTM A 767: Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement 10. ASTM A 775: Specification for Epoxy-Coated Reinforcing Steel Bars 11. ASTM A 884: Specification for Epoxy-Coated Steel and Welded Wire Fabric for Reinforcement 12. ASTM C 14: Standard Specification for Concrete Sewer, Storm Drain, and Culvert Pipe

C01269C18 03 41 00 - 2 Precast Structural Concrete Products 13. ASTM C 31: Standard Practice for Making and Curing Concrete Test Specimens in the Field 14. ASTM C 33: Specification for Concrete Aggregates 15. ASTM C 39: Test Method for Compressive Strength of Cylindrical Concrete Specimens 16. ASTM C 40: Test Method for Organic Impurities in Fine Aggregates for Concrete\ 17. ASTM C 70: Standard Test Method for Surface Moisture in Fine Aggregate 18. ASTM C 76: Specification for reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 19. ASTM C 117: Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing 20. ASTM C 123: Standard Test Method for Lightweight Particles in Aggregate 21. ASTM C 125: Standard Terminology Relating to Concrete and Concrete Aggregates 22. ASTM C 136: Test Method for Sieve Analysis of Fine and Coarse Aggregates 23. ASTM C 138: Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete 24. ASTM C 143: Test Method for Slump of Hydraulic Cement Concrete 25. ASTM C 150: Specifications for Portland Cement 26. ASTM C 172: Standard Practice for Sampling Freshly Mixed Concrete 27. ASTM C 192: Practice for Making and Curing Concrete Test Specimens in the Laboratory 28. ASTM C 231: Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 29. ASTM C 260: Specification for Air-Entraining Admixtures for Concrete 30. ASTM C 361: Specification for Reinforced Concrete Low-Head Pressure Pipe 31. ASTM C 403: Test Method for Time of Setting of Concrete Mixtures by Penetration Resistance 32. ASTM C 443: Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets 33. ASTM C 478: Specification for Precast Reinforced Concrete Manhole Sections 34. ASTM C 494: Standard Specification for Chemical Admixtures for Concrete 35. ASTM C 497: Test Methods for Concrete Pipe, Manhole Sections, or Tile

C01269C18 03 41 00 - 3 Precast Structural Concrete Products 36. ASTM C 506: Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe 37. ASTM C 507: Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe 38. ASTM C 566: Test Method for Total Evaporable Moisture content of Aggregate by Drying 39. ASTM C 595: Specification for Blended Hydraulic Cements 40. ASTM C 617: Standard Practice for Capping Cylindrical Concrete Specimens 41. ASTM C 618: Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete 42. ASTM C 655: Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain, and Sewer Pipe 43. ASTM C 805: Test Method for Rebound Number of Hardened Concrete 44. ASTM C 822: Standard Terminology Relating to Concrete Pipe and Related Products 45. ASTM C 825: Specification for Precast Concrete Barriers 46. ASTM C 857: Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 47. ASTM C 858: Specification for Underground Precast Concrete Utility Structures 48. ASTM C 877: Specification for External Sealing Bands for Concrete Pipe, Manholes and Precast Box Sections 49. ASTM C 890: Practice for Minimum Structural Design Loading for Monolithic or Sectional Precast Concrete Water and Wastewater Structures 50. ASTM C 891: Practice for Installation of Underground Precast Concrete Utility Structures 51. ASTM C 913: Specification for Precast Concrete Water and Wastewater Structures 52. ASTM C 920: Specification for Elastomeric Joint Sealants 53. ASTM C 923: Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals 54. ASTM C 924: Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure Air Test Method 55. ASTM C 985: Standard Specification for Nonreinforced Concrete Specified Strength Culvert, Storm Drain, and Sewer Pipe 56. ASTM C 990: Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants

C01269C18 03 41 00 - 4 Precast Structural Concrete Products 57. ASTM C 1018 : Test method for Flexural Toughness and First-Crack Strength of Fiber-Reinforced Concrete (Using Beam with Third-Point Loading) 58. ASTM C 1037 : Practice for Inspection of Underground Precast Concrete Utility Structures 59. ASTM C 1064 : Standard Test Method for Temperature of Freshly Mixed Concrete 60. ASTM C 1107 : Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink) 61. ASTM C 1116 : Standard Specification for Fiber-Reinforced Concrete 62. ASTM C 1214 : Standard Test Method for Concrete Pipe Sewer lines by Negative Air Pressure (Vacuum) Test Method 63. ASTM C 1227 : Standard Specification for Precast Concrete Septic Tanks 64. ASTM C 1231: Standard Practice for Use of Unbonded Caps in Determination of Compressive Strength of Hardened Concrete Cylinders 65. ASTM C 1240 : Standard Specification for Use of Silica Fume for Use as a Mineral Admixture in Hydraulic-Cement Concrete, Mortar, and Grout 66. ASTM C 1244 : Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill 67. ASTM C 1260 : Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) 68. ASTM C 1293 : Standard Test Method for Determination of Length Change of Concrete due to Alkali-Silica Reaction 69. ASTM C 1399 : Test Method for Obtaining Average Residual-Strength of Fiber- Reinforced Concrete 70. ASTM C 1433 : Standard Specification for Precast Reinforced Concrete Box Sections for Culverts, Storm Drains and Sewers 71. ASTM C 1478 : Standard Specification for Storm Drain Resilient Connectors Between Reinforced Concrete Storm Sewer Structures, Pipes and Laterals 72. ASTM C 1504 : Standard Specification for Manufacture of Precast Reinforced Concrete Three-Sided Structures for Culverts, Storm Drains 73. ASTM C 1550 : Standard Test Method for Flexural Toughness of Fiber Reinforced Concrete (Using Centrally Loaded Round Panel) 74. ASMT C 1582 : Standard Specification for Admixtures to Inhibit Chloride- Induced Corrosion of Reinforcing Steel in Concrete 75. ASTM C 1602 : Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete

C01269C18 03 41 00 - 5 Precast Structural Concrete Products 76. ASTM C 1611 : Standard Test Method for Slump Flow of Self-Consolidating Concrete 77. ASTM C 1613 : Standard Specification for Precast Concrete Grease Interceptors 78. ASTM G 109: Standard Test Method for Determining the Effects of Chemical Admixtures of the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments E. AMERICAN WELDING SOCIETY (AWS) 1. AWS D 1.1: Structural Welding Code - Steel 2. AWS D 1.4: Structural Welding Code – Reinforcing Steel F. CONCRETE REINFORCING STEEL INSTITUTE (CRSI) 1. Manual of Standard Practice 2. Placing Reinforcing Bars G. NATIONAL PRECAST CONCRETE ASSOCIATION (NPCA) 1. NPCA QC Manual: Quality Control Manual for Precast Concrete Plants H. PRECAST/PRESTRESSED CONCRETE INSTITUTE (PCI) 1. MNL-120: PCI Design Handbook 2. MNL-122: Architectural Precast I. Standard Specifications for Road Bridge and Municipal Construction. WSDOT Section 7-02 J. WSDOT Bridge Design Manual LRFD M23-50 1.4 DEFINITIONS A. Precast: A construction method where the concrete is formed, cast, and cured off-site prior to placement. 1.5 SUBMITTALS A. The following items shall be submitted prior to fabrication of the box culvert, including all appurtenances. 1. Quality Control Procedures a. Quality control procedures during manufacture, and the manufacturer's recommendations for cure times and handling procedures during manufacture, delivery and installation. 2. Drawings a. The design drawings for the concrete units, including the box culvert, headwalls, wingwalls, toe walls and concrete aprons shall be furnished by the precast concrete producer for approval. These drawings shall show that the design loads and standards have been met. Installation and construction

C01269C18 03 41 00 - 6 Precast Structural Concrete Products information shall be included on drawings. The drawings shall include details of steel reinforcing size and placement as well as all dimensions of the concrete units. All drawings shall be stamped by a Washington-licensed professional Project Representative. b. In addition to the requirements in 2a, the drawing for submittal shall show locations and dimensions to all penetrations and special embed items such as weld-ties. Product dimensions and thicknesses shall be shown. The drawing shall be to a common architectural scale with the precast producer’s information in the title block. 3. Precast Concrete Unit Data a. Anchorage, Lifting Inserts and Devices – For anchors, lifting inserts and other devices, the precast concrete producer shall provide product data sheets and proper installation instructions upon request. b. Accessory Items – For all items to be a part of the culvert, including, but not limited to sealants, gaskets, grout, welded joints and other items installed before or after delivery, the precast concrete producer shall include proper installation instructions and relevant product data. 4. Design Data a. The precast concrete producer shall supply design calculation submittals showing design loading and material specifications for supplied products. Culvert should be designed for a minimum 75-year service life. At a minimum, the following shall be shown on the submittals: 1) Live load used in design 2) Vertical and lateral earth loads used in design 3) Depth of soil fill on the structure 4) Water table depth used in calculations 5) Differential settlement calculations b. The precast concrete producer shall supply precast concrete unit design calculations and concrete mix design proportions and appropriate mix design test data. Structural design calculations shall be sealed by a Washington- licensed professional Project Representative. c. The precast culvert segments, wingwalls, toe walls, aprons and headwalls including all appurtenances shall be designed per the requirements in the most recent AASHTO LRFD Bridge Design Specifications. The following loads shall be used for design: 1) Live Load: HL-93 2) Live Load Surcharge (250 psf) 3) Geotechnical information as provided by the supplied geotechnical report

C01269C18 03 41 00 - 7 Precast Structural Concrete Products 4) Seismic lateral load: 11H psf rectangular distribution, where H is the height 5) Allowable bearing pressure at base: 3,000 psf 6) Anticipated construction equipment loads 7) Differential Settlement. The culvert should be designed for a minimum of ½ inch differential settlement between the ends of the culvert and the middle of the 30 ft length. 8) Live load for the Extreme Event 1 Limit state shall be in accordance with WSDOT Bridge Design Manual LRFD M23-50 Section 3.5 5. Test Reports a. The precast concrete producer shall supply copies of material certifications and/or laboratory test reports, including mill tests and all other test data, for Portland cement, blended cement, pozzolans, ground granulated blast-furnace slag, silica fume, aggregate, admixtures, and curing compound proposed for use on this project. b. The precast concrete producer shall submit copies of test reports showing that the mix has been successfully tested to produce concrete with the properties specified and will be suitable for the project conditions. Such tests may include compressive strength, plastic air content, temperature of freshly mixed concrete, and slump of freshly mixed concrete. Special tests for precast concrete items shall be clearly detailed in the specifications. c. The precast concrete producer shall supply copies of in-plant QA/QC inspection reports. 1.6 QUALITY ASSURANCE A. Qualifications, Quality Control and Inspection 1. The precast producer shall maintain a permanent quality control department. 2. The precast concrete producer shall have a quality control program which is audited for compliance annually by persons outside that plant’s employee structure. 3. Upon request, the precast concrete producer shall supply a copy of their quality control manual. B. Quality Control 1. The precast concrete producer shall show that the following quality control tests are performed as required and in accordance with the ASTM International standards indicated. a. Concrete Testing

C01269C18 03 41 00 - 8 Precast Structural Concrete Products 1) Slump: A slump test shall be performed at least once per day per mix design used. Slump tests shall be performed in accordance with ASTM C 1611 for self-consolidating concrete. 2) Temperature: The temperature of fresh concrete shall be measured each time a slump, air content, or compressive strength tests are made. Temperature shall be measured in accordance with ASTM C 1064. 3) Compressive Strength: At least four compressive strength specimens shall be made each day for each mix design unless otherwise specified. In accordance with ASTM C 31, C 39, C 192. 4) Air Content: Tests for air content shall be performed if the mix design specifies air entrainment. The air content will be measured in accordance with ASTM C 231. The Air Content shall be measured once per day per mix design. 5) Density (Unit Weight): Tests for Density (Unit Weight) shall be performed monthly for each mix design used at a minimum. Tests shall be in accordance with ASTM C 138. b. Aggregate Testing 1) A full set of aggregate tests shall be performed on each aggregate at least annually by an independent testing agency or an in-house test lab. These tests will include gradations (ASTM C136), Soundness (ASTM C 88), Organic Impurities (ASTM C 40), Sand Equivalent for fine aggregates only (ASTM D 2419). 2) Potential reactivity shall be performed once per each aggregate source, and when aggregate sources change (ASTM C 1260 or C 1293). 3) Monthly, at a minimum, gradations shall be performed per ASTM C 33. 4) Aggregate Moisture tests: Moisture tests on aggregates shall be performed in accordance with ASTM C 70 or ASTM C 566. Fine aggregate moisture content tests shall be performed at least once per day if there are no moisture meters, otherwise it shall be performed once per month. Alternatively, the speedy moisture test is acceptable (ASTM D 4944). c. Preplacement Check 1) All products shall be inspected for accuracy prior to placing concrete. Checks shall include, but not be limited to, form condition and cleanliness, form dimensions, joints, release agent, blockouts, inserts and locations, lifting devices, reinforcing steel size, spacing, clearances and proper placement. 2) Preplacement checks shall be documented and initialed by the inspector. A drawing with verifications of the above criteria can be used as documentation.

C01269C18 03 41 00 - 9 Precast Structural Concrete Products d. Postplacement Check 1) All products shall be inspected for accuracy after the concrete forms have been removed. Checks shall include, but not be limited to, dimensional checks, finishing, insert locations, squareness, honeycombing, cracking, marking, coatings, racking, hole size and location. Postplacement checks may require a corrective action report. 2) Postplacement checks shall be documented and initialed by the inspector. A drawing with verifications of the above criteria can be used as documentation. 2. Copies of the test results and inspections above shall be available upon request. C. Outside Inspection 1. The customer or customer’s agent (specifier) may place an inspector in the plant when the units covered by this specification are being manufactured. The precast concrete producer shall give notice of 3 days prior to the time the precast concrete units will be available for plant inspection. 1.7 SEQUENCING AND SCHEDULING A. See Section 33 40 00 – Storm Drainage Utilities 1.8 DELIVERY, STORAGE, AND HANDLING A. Handling 1. Precast concrete units shall be handled and transported in a manner to minimize damage. Lifting devices or holes shall be consistent with industry standards. Lifting shall be accomplished with methods or devices intended for this purpose as indicated on the shop drawings. The precast concrete producer shall provide documentation on acceptable handling methods for the product. A temporary strut shall be placed between the interior walls of base segments during lifting and placement unless determined to not be needed by the manufacturer. B. Storage 1. Precast concrete units shall be moved from the casting bed into storage only after reaching a minimum of 70% required design strength and stored in a manner that will minimize potential damage. C. Delivery 1. Precast concrete units shall be delivered to the Site in accordance with the delivery schedule. Upon delivery to the jobsite, all precast concrete units shall be inspected by the customer’s agent for quality and final acceptance.

PART 2 PRODUCTS

C01269C18 03 41 00 - 10 Precast Structural Concrete Products 2.1 CONCRETE CULVERT, WING WALLS, HEADWALLS, TOE WALLS AND APRONS A. The concrete culvert, wingwalls, headwalls, toe walls and aprons shall conform to ASTM C1433. B. Design 1. The following items shall be accounted for in the design of the precast units. a. The concrete culvert segments shall be fabricated with weld-tie anchors to structurally connect the individual segments into a single box during on-site assembly. b. A minimum of 1 ½ inch of concrete cover shall be maintained over all steel reinforcing bars. Manufacturer to ensure cover adequately protects against freeze/thaw cycles. c. Steel reinforcing bars shall be epoxy-coated. d. Design standard precast concrete units to withstand design load conditions in accordance with HL 93 per the Design Data (above). Design must also consider stresses induced during long term settlement, handling, shipping, and installation in order to avoid product cracking or other handling damage. e. The concrete toe walls and concrete aprons shall be structurally connected to the box culvert. f. Design for box culvert and headwalls must incorporate the structural and operational requirements and weight of the Hinged Floodgate and the guardrails. g. Wingwalls and wingwall footings shall accommodate the site conditions outlined in the geotechnical report and be designed to ensure stable performance without overturning or settling. Wingwalls shall not be rigidly connected to the main culvert units. 2. Joints and Grout a. Joints between concrete box culvert and wingwalls shall be minimum of 6- inch width and conform to ASTM C877 Type 22/33, chemically bonded adhesive butyl bands. The joint between the wing walls and main culvert shall include bonded geotextile fabric as shown on the Plans. b. Grout joint between adjacent culvert segments and to fill all voids shall be non-shrink, non-corrosive, non-metallic, cement-based grout with a minimum compressive strength of 4,000 psi and conforming to ASTM C107. 3. Concrete Mix Design a. Concrete type

C01269C18 03 41 00 - 11 Precast Structural Concrete Products 1) For non-machine cast products, the concrete shall be self- consolidating concrete which produces minimal bugholes and does not segregate. b. Concrete Proportions 1) Selection of proportions for concrete shall be based on current self- consolidating concrete mix design techniques. At a minimum, ACI 211.1 shall be used. 2) The precast concrete producer shall submit a mix design for each strength and type of concrete that will be used. Submitted mix designs shall include the quantity, type, brand and applicable data sheets for all design constituents as well as documentation indicating conformance with applicable reference specifications. c. Durability and Performance Requirements 1) Concrete Compressive Strength a) Precast concrete units shall have a 28-day minimum compressive strength of 5000 psi for SCC. Concrete compressive strength may be higher as needed to achieve design loading as recommended by manufacturer. 2) Water-Cementitious Ratio a) Concrete that will be exposed to freezing and thawing shall contain air and shall have a water-cementitious ratio of 0.45 or less. Concrete which will not be exposed to freezing, but which is required to be leak resistant, shall have a water-cementitious ratio of 0.48 or less. For corrosion protection, reinforced concrete exposed to deicer salts, brackish water or seawater shall have a water- cementitious ratio of 0.40 or less. 3) Air Content a) The air content of concrete that will be exposed to freezing conditions shall be within the limits given below. Nominal Maximum Air Content % Aggregate size (in) Severe Exposure Moderate Exposure 3/8 6.0 to 9.0 4.5 to 7.5 ½ 5.5 to 8.5 4.0 to 7.0 ¾ 4.5 to 7.5 3.5 to 6.5 1 4.5 to 7.5 3.0 to 6.0 1-1/2 4.5 to 7.0 3.0 to 6.0

C01269C18 03 41 00 - 12 Precast Structural Concrete Products * For specified compressive strengths greater than 5000 psi, air content may be reduced 1% C. Materials 1. Materials shall conform to the following requirements: Cement Standard Specification for Admixtures to Inhibit ASTM C 150 (Type I, II, III, or V) ASTM C 595 (for Blended Cements) Silica Fume ASTMC 1240 Fly Ash and Pozzolans ASTM C 618 Ground Granulated Blast- ASTMC 989 Furnace Slag Water ASTM C 1602 (the use of reclaimed/recycled water shall be permitted) Aggregates ASTM C 33 (and aggregate specifications) Air Entraining Admixtures ASTMC 260 Accelerating, Retarding, Water ASTMC 494 Reducing Admixtures Corrosion Inhibitors ASTM C 1582 Reinforcing Bars ASTM A 615 or ASTM A 706 Plain, Welded Wire ASTMA 185 Reinforcement Deformed, Welded Wire ASTM A 497 Reinforcement Epoxy Coated Reinforcing ASTMA 775 Bars Epoxy Coated Welded Wire ASTM A 884 Reinforcement Hot-Dipped Galvanizing for ASTM A 152 Inserts Rubber Gaskets for Circular ASTMC 443 Pipe External Sealing Bands for ASTM C 877 Pipe Preformed Flexible Joint ASTMC 990 Sealants for Concrete Pipe,

C01269C18 03 41 00 - 13 Precast Structural Concrete Products Manholes, and Manufactured Box Sections Elastomeric Joint Sealants ASTM C 920 Pipe Entry Connectors ASTM C 923, ASTM C 1478 Non-shrink Grout ASTMC 1107 Joint Sealant Butyl Rubber Sealant conforming to ASTM C990 D. Manufacture 1. Forms a. Forms for manufacturing precast concrete units shall be of the type and design consistent with industry standards and practices. They should be capable of consistently providing uniform products and dimensions. Forms shall be constructed so that the forces and vibrations to which the forms will be subjected cause no damage to the precast concrete unit. b. Forms shall be cleaned of concrete build-up after each use. c. Form release agents shall be applied according to the manufacturer’s recommendations and shall not be allowed to build up on the form casting surface. 2. Reinforcement a. Cages of reinforcement shall be fabricated by tying the bars, wires or welded wire reinforcement. The tolerances for concrete cover shall be 1 ½” minimum. Welding shall be allowed only for ASTM A 706 rebar. b. Positive means shall be taken to assure that the reinforcement does not move significantly during the casting operations. 3. Embedded Items a. Embedded items shall be positioned at locations specified in the design documents. Inserts and other embeds shall be held rigidly in place so that they do not move significantly during casting operations. 4. Concrete a. Concrete Mixing 1) Mixing operations shall produce batch-to-batch uniformity of strength, consistency and appearance. 2) Batching weight and volume measurement devices shall be annually calibrated by an independent testing laboratory or more frequently if batching irregularities or concrete inconsistencies are observed. b. Concrete placing

C01269C18 03 41 00 - 14 Precast Structural Concrete Products 1) Concrete shall be placed in a manner in which it flows and consolidates without segregation or air entrapment. The freefall of concrete shall be kept to a minimum. 2) Cold Weather Concreting a) Recommendations for cold weather concreting are given in detail in ACI 306 R. Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near- freezing temperatures. All concrete materials, reinforcement, and forms shall be free from frost. In cold weather, the temperature of the concrete at the time of placement shall not be below 45 degrees F. Concrete that freezes before it reaches a compressive strength of 500 psi shall be discarded. 3) Hot Weather Concreting a) Recommendations for hot weather concreting are given in detail in ACI 305 R. During hot weather excessive concrete temperatures and water evaporation shall be minimized. The temperature of concrete at the time of placing shall not exceed 95 degrees F. c. Concrete Curing 1) Curing operations shall commence immediately following the initial set of the concrete and completion of surface finishing. 2) Curing by moisture retention a) Precast products shall be protected from drafts and wind to prevent plastic shrinkage cracking. b) Moisture shall be prevented from excessively evaporating from exposed surfaces until adequate strength for stripping the precast concrete unit from the form is reached. 3) Curing with Heat and Moisture a) Concrete shall not be subjected to steam or hot air until after the concrete has attained its initial set. If hot air is used, precautions shall be taken to prevent moisture loss from the concrete. The temperature of the concrete shall not be permitted to exceed 150 degrees F. The temperature gain shall not exceed 40 degrees F per hour. d. Surface Finish 1) The surface finish shall be as specified on the contract documents and/or approved shop drawings. e. Stripping Precast Concrete Units from Forms 1) Precast concrete units shall not be removed from the forms until the concrete reaches a minimum of 70% of maximum compressive strength or later if recommended by manufacturer. Stripping strengths shall be

C01269C18 03 41 00 - 15 Precast Structural Concrete Products routinely measured to ensure product has attained sufficient strength for safe handling. f. Patching and Repair 1) Repairing Minor Defects a) Defects that will not impair the functional use or expected life of the precast concrete unit may be repaired by any method that does not impair the product. 2) Repairing Honeycombed Areas a) When honeycombed areas are to be repaired, all loose material shall be removed and the areas cut back into essentially horizontal or vertical planes to a depth at which coarse aggregate particles break under chipping rather than being dislodged. Proprietary repair materials shall be used in accordance with the manufacturer’s instructions. Otherwise, the area shall be saturated with water. Immediately prior to repair, the area should be damp, but free of excess water. A cement- sand grout or an approved bonding agent shall be applied to the chipped surfaces, followed immediately by consolidating an appropriate repair material into the cavity. 3) Repairing Major Defects a) Defects in precast concrete products which impair the functional use or the expected life of products shall be evaluated by qualified personnel to determine if repairs are feasible and, if so, to establish the repair procedure. g. Shipping Precast Concrete Units 1) Precast concrete units shall not be shipped until they have reached at least 70% of their specified 28-day design strength. E. Marking 1. Each pre-cast segment identified with the name of the manufacturer and date of manufacture and any identifying markings to align with the design drawings and ensure correct installation. F. Contractor may propose cast-in-place design for all or some of the box culvert barrel, headwall, wing walls, toe walls and/or aprons that provide equivalent performance. G. Headwall 1. Headwall to meet requirements for proper function of Side Hinge Flood Gate. H. Side Hinge Flood Gate 1. See Section 35 49 26 – Hinged Floodgate. I. Steel Hardware (Fasteners)

C01269C18 03 41 00 - 16 Precast Structural Concrete Products 1. Carbon Steel Hardware: Meet the following standards: a. Bolts, Studs and Threaded Rod: ASTM A307. b. Eye Bolts: Meet requirements of ASME B30.26 or ASTM A489. c. Nuts: ASTM A563 Grade A Heavy Hex for ½” dia. And larger, Grade A otherwise. d. Washers: ASTM F844 e. Protective Coating: All hardware galvanized by hot-dip process meeting requirements of ASTM F2329 unless specified otherwise on the Drawings. f. Wedge Anchors: Approved by ICC-ES (cracked and uncracked concrete). Diameter as shown on the Drawings. Length as required to meet manufacturer’s minimum effective embedment depth. Stainless steel or hot- dipped galvanized with stainless steel sleeve.

PART 3 EXECUTION 3.1 SAFETY REQUIREMENTS A. Safety requirements for construction shall be in accordance with all federal, state, and local regulations. 3.2 EXCAVATING A. If unforeseen facilities or obstructions are encountered, stop excavation operations immediately. Expose the obstruction with wood handled digging tools and investigate them with caution. If there is any doubt as to the type of obstruction exposed, request positive identification from those suspected of owning the facility and then proceed as circumstances dictate. B. Inspect excavations after every rainstorm or other hazard-increasing occurrence, and increase the protection against slides and cave-ins, if necessary. C. In dewatering excavations, make certain that the discharge is carried to a suitable runoff point. Also verify the design accounts for the level of groundwater encountered. D. Excavation size shall be large enough to allow access around the structure after it is installed. 3.3 SHORING A. Shoring for construction shall be in accordance with all federal, state, and local regulations. 3.4 INSTALLATION A. Site Access

C01269C18 03 41 00 - 17 Precast Structural Concrete Products 1. The general contractor shall be responsible for providing adequate access to the Site to facilitate hauling, storage, and proper handling of the precast concrete units. B. Subgrade Bedding Materials and compaction 1. Conform to requirements of Section 31 23 33 – Trenching and Backfill. C. Subgrade Preparation for Precast Elements 1. In addition to the requirements listed above, a minimum of three (3) level screed rails (outside edges and centerline) shall be placed to verify the uniformity of the compacted surface. In lieu of rails a series of hubs spaced no further apart than 5’-0” on center may be used. Prior to placement of any precast foundation elements, the Contractor shall demonstrate for the Project Representative the profile of the compacted surface with the use of a straight edge and level across the screed rails. High or low areas greater than ½ inch shall be filled or trimmed as needed to provide a uniform level surface. Opposite corners of the gravel base area shall not differ in elevation by more than 0.02 feet. D. Installation 1. Precast concrete units shall be installed: to the lines and grades shown on the contract documents or otherwise specified; be lifted by suitable lifting devices at points provided by the precast concrete producer; in accordance with the precast concrete producer’s installation instructions. 2. All welded joints shall be cleaned of slag and painted with two coats of zinc rich galvanizing repair paint. 3. All joints and connections internal to the box culvert, toe walls and concrete aprons shall be filled with grout smoothed to be contiguous with adjacent surfaces. 4. All joints between the box culvert and the wingwalls (and the box culvert joints if recommended by the manufacturer) shall be sealed with sealing bands installed on the earthward side of the joint prior to backfilling. 5. The culvert shall not be backfilled until the grouted joints have been cured. All grouted joints shall be continuous moisture cured for three days.

3.5 FIELD QUALITY CONTROL A. Inspection 1. Final field elevations and compaction properties shall be verified and documented.

END OF SECTION

C01269C18 03 41 00 - 18 Precast Structural Concrete Products SECTION 31 10 00

SITE CLEARING

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Removal and trimming of vegetation and trees, and stripping, stockpiling and placement of topsoil. B. Related Requirements: 1. Section 01 57 00 – Temporary Erosion and Sediment Control 2. Section 01 50 00 – Temporary Facilities and Controls 3. Section 31 22 00 - Grading 4. Section 31 23 00 – Excavation and Fill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Clearing and Grubbing: Measurement and Payment will be by Lump Sum for all of the Project Clearing and Grubbing. B. Topsoil salvage is separate and considered part of Common Excavation as defined in Section 31 23 00. Salvage topsoil sourced from approximately 3” to 6” below existing soil surface in grass-covered areas that will be re-graded as part of the project. C. All other work and costs of this Section shall be incidental to the Project and included in the total Bid. 1.3 DEFINITIONS A. Brush: All bushes, shrubs, and other vegetation that can be cut with a brush scythe or mowing machine, including small trees not meeting the tree size definition of this Section. B. Clearing: Cutting, removing and disposing of trees, brush, shrubs, grasses, or other vegetation in the designated areas. C. Critical Root Zone: Minimum tree root protection area, the greater of the following: 1. A concentric circle around the trunk of the tree with a radius equal to the outer most extension of the canopy’s drip line.

2. One (1) foot radially from the trunk for each inch diameter of tree D. Debris: All-natural material produced by clearing, grubbing, salvaging or cleanup. E. Grubbing: Removing and disposing of stumps, roots and other remains in the designated areas. Salvage topsoil for use in Alcove ELJs, see Section 35 43 20 Engineered Log Jams.

C01269C18 31 10 00 - 1 Site Clearing F. Noxious Weeds: Non-native plant introduced to Washington State, highly competitive over native species and difficult to control or eliminate. The Washington State Noxious Weed Control Board http://www.nwcb.wa.gov/ adopts a state weed list every year in accordance with the state noxious weed law (Chapter 17.10 RCW). G. Tree: Having a trunk diameter greater than 4-inches at a point 4-feet above the ground surface. Smaller diameter trees are considered brush. H. Tree Trimming/Pruning: Cutting broken, damaged or obstructing branches. I. Windfall/Deadfall: Downed/fallen timber 1.4 SUBMITTALS A. Submit debris and noxious weeds disposal site location for approval by Project Representative. 1.5 QUALITY ASSURANCE A. Disposal Site: Conform to all local regulations and acquire all permits and approvals required for use of the Contractor provided disposal site. 1.6 SITE CONDITIONS A. Work consists of removing trees and brush generally within grading limits. B. The Drawings generally show all trees to be removed. Trees may be added or removed as directed by the Project Representative. C. Protect trees close to the Work that are designated to remain but may be damaged by the Work. 1.7 SCHEDULING A. Install erosion and sediment control measures prior to ground disturbing activities. B. Complete work in this Section before or sufficiently ahead of on-going grading and excavation activities.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION 3.1 GENERAL A. Mark and review clearing and grubbing limits in the field with the Project Representative prior to doing work.

B. Stockpile debris to eliminate contamination with other onsite materials. Limit stockpile heights as specified in Section 01 50 00, TEMPORARY FACILITIES AND CONTROLS.

C. Protect trees to remain by installing temporary construction fencing around the Critical Root Zone or as directed by the Project Representative.

C01269C18 31 10 00 - 2 Site Clearing 3.2 CLEARING AND GRUBBING

A. Clearing Trees: In the areas designated to be cleared, salvage and stockpile trees per Section 02 42 00. When grubbing is not required, trim stumps to no more than 6-inches above original ground level. B. Clearing Brush: Cut even with the ground surface. C. Grubbing: Remove all stumps, large roots, buried logs, grass roots, and other vegetative material to a minimum depth of 6 inches below the deepest grading depth, as directed by the Project Representative. D. Backfill all depressions resulting from the grubbing operations meeting requirements of Section 31 23 00 – Excavation and Fill. 3.3 TRIMMING AND PRUNING A. Prune all trees that are to be saved but interfere with the proposed Work or are damaged due to Work per USDA Forest Service publication NA-FR-01-95 How to Prune Trees (http://www.na.fs.fed.us/spfo/pubs/howtos/ht_prune/htprune.pdf) as directed by the Project Representative. 3.4 DISPOSAL/SALVAGE A. Dispose of all debris at an approved Contractor provided disposal site. B. Topsoil salvage comes from about 3” to 6” below existing surface of graded grass areas, and is considered part of Common Excavation and Haul – Section 31 23 00. C. Onsite burial of debris is not permitted. D. Segregate invasive plant material, stockpile on staging area, and dispose of separately. E. Salvage of wood on Site for reuse as provided below: 1. Provide wildlife snags conforming to requirements of Section 32 95 00 - Wildlife Snags. 2. Logs not used as wildlife snags shall be incorporated into Conifer Bole flood fence. F. Non-invasive brush disposal or salvage is at Contractor option: 1. Dispose of material offsite at a Contractor provided disposal site 3.5 FIELD QUALITY CONTROL A. Conduct operations so as not to damage surrounding private property. B. Protect trees intended to be saved from injury or defacement during operations. C. Install temporary construction fencing, meeting the requirements of Section 01 50 00 – Temporary Facilities and Controls, along critical root zone of trees to be protected prior to any construction activities in order to protect vegetation.

END OF SECTION

C01269C18 31 10 00 - 3 Site Clearing SECTION 31 22 00

GRADING

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Stockpiling of existing site topsoil, ripping of graded and staging area soils, tilling compost into soils, and spreading compost in preparation of soils for planting of container and live stake plants (note: container and live stake planting is separate from this contract). B. The scope of work in this section includes, but is not limited to, the following: 1. Harvest and stockpile existing site topsoils for reuse in Alcove ELJs. 2. Rip soils 3. Locate, purchase, deliver and install compost. 4. Clean up and disposal of all excess and surplus material. C. Related Requirements: 1. Section 01 57 00 – Temporary Erosion and Sediment Control 2. Section 31 10 00 – Site Clearing 3. Section 31 23 00 – Excavation and Fill 4. Section 32 92 00 – Turf and Grasses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided for the following: a. Soil Preparation: Measurement will be by the square yard (SY) of soil area that is ripped, compost-tilled, and composted. 2. All other work and costs of this Section shall be incidental to the Project and included in the total bid, including soil installation mockup. 1.3 REFERENCES A. ASTM International: 1. ASTM D2974 - Standard Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils B. Washington Administrative Code (WAC): 1. WAC 173-350-220: Composting Facilities 1.4 DEFINITIONS A. Compost Amendment: Mixing compost into soils.. B. Grading: Preparation of soils for compost amendment.

C01269C18 31 22 00 - 1 Grading C. Subgrade: A general term denoting the top surface or foundation after stripping and excavation on which base, surfacing, pavement, topsoil or layers of similar materials are placed. D. Compost: Organic matter that has undergone biological degradation and transformation under controlled conditions designed to promote aerobic decomposition for use as a fertilizer or soil amendment. E. Soil Decompaction: A process of tilling or ripping soils which have high soil compaction values, which are specific to soil type. F. Engineered Log Jam: Constructed logs structure intended to mimic natural accumulation of downed-wood in, or along, a river or stream channel. 1.5 SUBMITTALS A. Submit the following items consistent with Section 01 33 00 - Submittal Procedures: 1. Compost: a. Copy of manufacturers US Composting Council’s (USCC) Seal of Testing Assurance (STA) program certification. b. Statements that the compost meets federal and state health safety regulations, and that the composting process has met time and temperature requirements. c. Lab analysis (not more than 3 months old) by a STA program certified lab that the compost meets the specified product parameters listed below. d. 5-gal compost sample to Project Representative in accordance with this Section. B. Provide tickets documenting material delivered to the Site with the required information specified under Section 01 33 00 – Submittal Procedures. 1.6 SOIL PREPARATION MOCKUP A. A soil preparation mockup may be requested by Project Representative prior to ripping and compost amendment of soils. B. If requested, prior to preparation of site soil, construct at the Site, a mockup of prepared soil using the means and methods and equipment proposed by the Contractor to complete the work. Installation of the mockup shall be in the presence of the Project Representative. The purpose of the mockup is to test the soil preparation methods and to serve as a benchmark for completed soil preparation. The mockup shall be as follows: 1. Following acceptance of the submittals, in areas that can be protected from disturbance, install mockup of prepared soil, 20-foot X 20-foot X the full depth of the deepest installation, using the requirements of these specifications. Ripping and tilling methods, including the type of equipment and number of passes required to achieve the desired result, shall be evaluated. 2. Submit a report of the final methods of soil preparation to the Project Representative. 3. The mockup area may remain as part of the installed work at the end of the project if protected from further compaction, contamination or other disturbance. 4. Provide a protective 4-foot high fence on metal posts around each mockup to keep all work and equipment from entering the surface of the mockup area.

C01269C18 31 22 00 - 2 Grading Soil Preparation Types – see plans for Coir Blanket and steep slope (>4:1) locations. Soil Preparation Type Bottom Layer Middle Layer Top Layer Soil Preparation N/A Compost Top Coir Blanket Areas with Steep Dressing Slopes and Coir Blanket Soil Preparation Ripping/Tilled Compost Top Coir Blanket Areas with Coir Compost Dressing Blanket Soil Preparation Ripping/Tilled Compost Top Hydroseed Areas without Coir Compost Dressing Blanket Relocated Farm Road N/A N/A Hydroseed Shoulders, Misc. Disturbed Soils

1.7 OBSERVATION OF THE WORK A. The Project Representative may observe the work at any time. They may remove samples of materials for conformity to specifications. Rejected materials shall be immediately removed from the Site and replaced at the Contractor's expense. The cost of testing materials not meeting specifications shall be paid by the Contractor. 1. The Project Representative may utilize the Contractor’s penetrometer and moisture meter at any time to check soil compaction and moisture. B. The Project Representative shall be informed 48 hours prior to start of the work so the work may be observed at the following key times in the construction process. The Project Representative shall be afforded sufficient time, 48 hours, to schedule visit to the Site. Failure of the Project Representative to make field observations shall not relieve the Contractor from meeting all the requirements of this specification. 1. SOIL MOCKUP REVIEW (IF REQUIRED BY Project Representative): At the time of construction of all soil mockups. 2. EXISTING SOIL CONDITIONS REVIEW: Prior to the start of any soil preparation that will utilize or modify the existing soil. 3. SOIL RIPPING REVIEW: Observe each area of ripped soils prior to the installation of any compost. 4. COMPLETION of SOIL PREPARATION REVIEW: Upon completion of all soil preparation and prior to installation of Coir Blanket or hydroseed. 1.8 QUALITY ASSURANCE Not used.

C01269C18 31 22 00 - 3 Grading PART 2 PRODUCTS 2.1 COMPOST A. General: Mature, stable, weed free, and produced by aerobic decomposition of organic matter with no objectionable odors. Moisture levels such that no visible water or dust is produced when handling the material. B. Composition: Compost feedstock may include, but is not limited to: agricultural, food or industrial residuals; class A biosolids as defined in the EPA CFR Title 40, Part 503; yard trimmings, or source-separated municipal solid waste. The product must not contain any visible refuse or other physical contaminants, substances toxic to plants, or over 5% sand, silt, clay or rock material by dry weight. The product must meet all applicable USEPA CFR, Title 40, Part 503 Standards for Class A biosolids. C. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for Aggregate Size Classification. D. Physical Requirements: Meet the requirements in the table below.

Compost Physical Requirements Parameter Range Test Method1 pH 6.0-8.5 TMECC 4.11A Soluble Salt Concentration2 < 4.0 dS/m (mmhos/cm) TMECC 4.10-A Moisture 30-60% wet weight basis Organic Matter 30-65% dry weight basis TMECC 5.07-A 98% pass through ¾” Particle Size TMECC 2.02-B screen or smaller Stability3 (Carbon Dioxide evolution <8 mg CO2-C/g OM/day TMECC 5.08-B rate) Maturity >80% relative to positive (Seed emergence and seedling TMECC 5.05-A control vigor) Physical contaminants (man- <.05% dry weight basis TMECC 3.08-A made inerts) Chemical contaminants Meet WAC 173-350-220 levels Biological contaminants Meet WAC 173-350-220 levels: (pathogens) < 1,000 MPN4 per gram of Fecal coliform TMECC 7.01 total solids (dry weight) < 3 MPN per 4 grams of or Salmonella TMECC 7.02 total solids (dry weight) 1.Recommended test methodologies are provided in Test Methods for the Examination of Composting and Compost (TMECC, The US Composting Council) http://compostingcouncil.org/tmecc/ or Composter Manufacturer Alliance - Composter Approved test 2. Conforms to WSDOT Spec. 9-14.4(8) which has a lower maximum than the USCC guide of <10. 3.Stability/Maturity rating is an area of compost science that is still evolving, other various test methods may be considered. 4. MPN = most probable number C01269C18 31 22 00 - 4 Grading PART 3 EXECUTION 3.1 EXAMINATION A. Verify that intended elevations for the Work are as indicated. B. Provide Compost sample – see Submittals C. Notify Project Representative at least 3 days in advance of hauling compost on Site so Project Representative may visually review and sample for testing. 3.2 PREPARATION A. Protect vegetation and site features from damage by grading equipment and vehicular traffic. B. Identify required lines, levels, contours and datum. C. Stake and flag locations of known utilities. D. Project Representative shall stake and flag areas for soil preparation. 3.3 GRADING AND RIPPING A. Grade to finish grade elevations. B. Staked and flagged areas shall be ripped to a depth of 18”, using a tracked dozer or similar large grading equipment, loosen the soil by dragging a ripping shank, subsoiler or chisel through the soil in two directions to a minimum depth of 18 inches with ripping shanks spaced 12-18 inches apart. Soil shall not be ripped when the soil is saturated. 3.4 COMPOST AMENDMENT A. Review grade and elevations of rough graded soils with Project Representative. B. Remove debris, roots, branches, stones in excess of 2-inches in size. C. Place compost material during dry weather. Compost amendment shall not be incorporated when soils are saturated. D. Place compost to thickness and extent specified on the Drawings. E. Near existing trees and plants, spread compost manually to prevent damage. F. Till amount of compost specified on Drawings into the top 6 inches of finish grade. G. Add top dressing of compost to depth specified on drawings. 3.5 TOLERANCES A. Finish Grade: plus, or minus 0.5 feet from required elevation. 3.6 COMPACTION REQUIREMENTS FOR PREPARED SOIL A. Do not drive motorized equipment over previously prepared soil except as authorized below. B. Light weight and low ground pressure equipment such as trenching machines or motorized wheel barrows is permitted to pass over finished soil work. 3.7 SEEDING

C01269C18 31 22 00 - 5 Grading A. Meet the requirements of Section 32 92 00- Turf and Grasses. 3.8 COIR BLANKET A. Meet the requirements of Section 01 57 00 – Temporary Erosion and Sediment Control. 3.9 CLEANING A. Remove unused stockpiled soil or compost. B. Leave Site clean, raked and ready to receive erosion control fabrics, seeding, hydroseeding or landscaping.

END OF SECTION

C01269C18 31 22 00 - 6 Grading SECTION 31 23 00

EXCAVATION AND FILL

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Excavation and fill for , roadways, revetments, embankments, foundations, channels, ponds and other areas. B. Related Requirements: 1. Section 31 10 00 – Site Clearing 2. Section 31 22 00 – Grading 3. Section 31 23 33 - Trenching and Backfill 4. Section 32 11 23 - Aggregate Base Course 5. Section 32 23 13 – Subgrade Preparation

1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Surcharge: Measurement will be by Lump Sum (LS). A partial payment of 50% will be made when the surcharge placement, including temporary piping and erosion control measures, is complete. The remainder will be paid when the surcharge and temporary pipe are fully removed. Payment shall be considered full compensation for design, installation and removal of the surcharge fill and associated appurtenances, including temporary geogrid reinforced slope and wall and temporary stream bypass pipe. b. Common Excavation (EV): Measurement will be by excavated volume (EV) of material in its original position, including topsoil and riprap. This item will also include any haul required of the material off for removal, storage, and/or disposal. Volume will be computed by cross-sections or digital terrain modeling survey techniques. c. Select/Common (CV): Measurement and Payment will be by cubic yard (CY) of compacted volume (CV) in its placed and compacted position, regardless of whether select or common borrow is used. Volume will be computed by cross- sections or digital terrain modeling survey techniques. Alternatively, if consistency can be demonstrated through field quality control density testing, and at the discretion of the Project Representative, the compacted volume may be determined from weight tickets delivered daily and correlated to the compacted volume. Consistency is defined as one material source, meeting moisture and compaction requirements for five (5) consecutive density tests. This alternative payment method can be rescinded by the Project Representative for lack of consistency.

C01269C18 31 23 00 - 1 Excavation and Fill d. Streambed Gravel: Measurement will be by the ton, furnished and installed, based upon certified weight tickets delivered to the Project Representative. e. Boulder/Cobble Material: Measurement will be by the ton, furnished and installed, based upon certified weight tickets delivered to the Project Representative. f. Foundation Material Class A: Measurement will be by the ton, furnished and installed, based upon certified weight tickets delivered to the Project Representative. g. Boulder Cascade Sealing Material: Measurement will be by the ton, furnished, hauled, placed, and installed into the Boulder/Cobble Material, including providing, collecting, pumping, and disposing of the water used to wash the sealing material into the Boulder/Cobble Material.

2. If the Contractor places more borrow or fill material than is required or ordered by the Project Representative, the quantity wasted will be deducted from borrow or fill material measurements. 3. Payments of the accepted borrow quantities at the unit Contract Prices will be full compensation for furnishing and placing the material as specified, including final finishing operations. 4. Payment of the accepted excavation quantities at the unit Contract Prices will be full compensation for excavating, loading, hauling, placing or otherwise disposing of the material offsite. 5. Archeological Resources: Should the Contractor be directed by the Owner to stop or redirect their excavation activities, while an archaeologist completes an evaluation of an excavation area, the costs for each stoppage up to 1/2-hour shall be considered incidental to the Project. If an inadvertent archaeological discovery occurs, the Contractor may be required to stop ground disturbing work in the discovery area and move to other work until allowed by the Owner to return and continue work in the area. Schedule and cost impacts to the Contractor resulting from an inadvertent archaeological discovery, if any, will be addressed by Change Order as stated in the General Terms and Conditions of the Contract. 6. All other work and costs of this Section shall be incidental to the Project and included in the total Bid.

1.3 REFERENCES A. ASTM International: 1. ASTM C2487 – Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 2. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)) 3. ASTM D2216 - Standard Test Method for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass 4. ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 1.4 DEFINITIONS C01269C18 31 23 00 - 2 Excavation and Fill A. Borrow: Material required for embankment construction, fill or other specified purposes that is not available or is not to be obtained from Site excavations. B. Common Excavation: Excavation of all excavation materials except rock excavation but including muck excavation and subgrade excavation. C. Deleterious Material: Includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material. D. Embankment: A man-made ridge of earth or stone that carries a road, railway or confines a waterway. E. Muck Excavation: Swamp deposits, peat and organic clay (PT or OH per the Unified Soil Classification System). F. Proctor Test: Determines moisture content – soil density relationship G. Rock Excavation: Includes rocks exceeding 1 cubic yard that are not decomposed, weathered, or shattered, and cannot, in the Engineer’s opinion, be excavated without drilling, blasting, barring, wedging, or use of air tools for removal. H. Rotary Tiller: Tiller meeting the following minimum requirements: 60-inch tilling width, 7 inch working depth and 4 knives per rotating flange. I. Subgrade: A general term denoting the top surface or foundation after stripping and excavation on which base, surfacing, pavement, topsoil or layers of similar materials are placed. J. Subgrade Excavation: Excavation of unsuitable subgrade soil following common excavation at the direction of the Project Representative to remove soft or un-compactable material. K. USCS: Unified Soil Classification System as defined by ASTM D2487 – Practice for Classification of Soils for Engineering Purposes. L. Well Graded: A well graded soil is a soil that contains particles of a wide range of sizes and has a good representation of all sizes from the No. 4 (4.76 mm) to No. 200 sieves. The USCS includes specific criteria for grading gravel and sandy soils.

1.5 SEQUENCING AND SCHEDULING A. Perform Work under this Section after erosion and sediment controls (TESC) have been established and site cleared. B. Establish traffic control prior to excavations. C. Perform removals consistent with Section 02 42 00 – Removal and Salvage. D. Notify utility companies of progress schedule so they can accomplish relocations, removals and holding of lines as necessary. E. Coordinate sequence of work for excavation and fill work to not interfere with utility trenching and backfill work.

1.6 SUBMITTALS

C01269C18 31 23 00 - 3 Excavation and Fill A. Submit items consistent with Section 01 33 00 – Submittal Procedures and quality control requirements of Section 01 40 00 – Quality Requirements. B. Prior to importing soil or placing on-site soil submit the following information: 1. Gradation tests for borrow materials based on ASTM D422. 2. Tests results to determine the maximum density and optimum moisture based on ASTM D1557. C. Submit excavation sequencing plan including planned equipment type and location near steep slopes. Slope stability analysis results indicate scour hole shall be filled using a large crane offset a sufficient distance from the slope (75 feet) prior to using any equipment near and on the slope. Contractor submittal to include proposed access road alignment, geogrid reinforcement, and aggregate type and thickness. Refer to geotechnical report regarding slope stability and access constraints. Additional stability analyses shall be completed to confirm offset distance based on contractor’s equipment and excavation sequencing plan. D. Temporary Geogrid Wall and Slope to retain surcharge, to be designed and stamped by a Professional Project Representative licensed in Washington State. E. Temporary defishing and stream flow bypass plan is required for temporary pipe installation during surcharge period. F. After placing and compacting fill, submit all in-place density tests conducted with a nuclear moisture-density gauge meeting requirements of ASTM D6938. G. Provide compaction test results to be verified as in compliance prior to placing overlying fill. H. Deliver tickets to Project Representative daily. Tickets documenting material delivered to the Site shall provide the required information specified under Section 01 33 00 – Submittal Procedures.

1.7 QUALITY ASSURANCE A. Meet requirements of Section 01 40 00 – Quality Requirements for quality assurance. B. Perform quality control tests specified in this Section and Section 01 40 00 – Quality Requirements to document compliance with Contract requirements. C. Assist Owner’s QC testing laboratory by excavating for density tests and obtaining material samples.

1.8 SITE CONDITIONS A. Archaeological Resources: 1. Portions of the Site may contain archaeological resources. Those portions of the Site having potential are shown in the Archaeological Resources Monitoring Plan (ARMP) found in the appendix of the Project Manual. 2. The Owner will be conducting cultural resources monitoring during ground disturbing construction as outlined in the ARMP.

C01269C18 31 23 00 - 4 Excavation and Fill 3. The Contractor shall cooperate fully with the monitoring activities and provide assistance as necessary. PART 2 PRODUCTS 2.1 MATERIAL A. General: Material consists of granular or nongranular soil and/or aggregate which is free of deleterious material. B. Common Borrow: Inorganic soil capable of attaining specified compaction levels, excluding soils which contain organics, contain debris or are potentially expansive (CH or MH per the Unified Soil Classification System) and the following: 1. Maximum particle size of 4 inches 2. Maximum 30-percent fines content (percent passing the #200 [0.075mm] sieve). 3. Less than 3 percent organic material by volume. Where either common or select borrow is specified, common borrow is suitable during dry weather, provided it can be compacted to the minimum standard of 90 percent per ASTM D-1557. C. Select Borrow: Where either common or select borrow is specified, select borrow shall be used on wet subgrade conditions, or during wet weather, shall be compacted to the minimum standard of 90 percent per ASTM D-1557, and shall conform to the following: Sieve Size Percent Passing by Weight 6-inch 100 3-inch 75 – 100 No. 40 (0.475mm) 50 max. No. 200 (0.075 mm) 5 max.

D. Re-Use of On-Site Soils: On-site soils shall be permitted for re-use as topsoil or common borrow, provided they meet specification B above, and can be moisture conditioned to meet the specified compaction. If in-situ moisture contents are more than 3 points higher than the optimum moisture content, import select borrow may be required due to schedule constraints and weather conditions, to be confirmed by the Project Representative at the time of construction. E. Surcharge Fill: Surcharge fill shall meet the gradation of common or select borrow and shall be compacted to the extent to allow construction traffic and to provide a minimum density of 125 pounds per cubic foot. F. Streambed Gravel: Conform to the following: Sieve Size Percent Passing by Weight 3" 100 2" 84 - 50 1" 45 - 30 1/4" 16 - 5

G. Boulder/Cobble Material: Cobble Material: Conform to the following:

C01269C18 31 23 00 - 5 Excavation and Fill Sieve Size Percent Passing by Weight 24" 100 17" 84 - 50 8" 50 - 35 2" 16 - 5

H. Foundation Material Class A - Culvert Base and Concrete Pad Foundation Material: Shall consist of crushed aggregate conforming to the gradation for Foundation Material Class A, WSDOT specification 9-03.17 Sieve Size Percent Passing by Weight 2 ½” 98 -100 2” 92-100 1 ½” 72-87 ¾” 27-47 3/8” 3-14 No. 4 0-5

I. Boulder Cascade Sealing Material: The sealing material shall consist of a mix of small gravel and sand to be washed and worked into the voids of the Cobble/Gravel Material. The material shall be free from wood waste and other extraneous and objectionable materials. Sealing material shall meet the following gradation: Sieve Size Percent Passing by Weight #10 100 #30 75-90 #50 25-35 #200 5-15

PART 3 EXECUTION 3.1 PREPARATION A. Verify that survey benchmark and intended elevations for the Work are as indicated. B. Excavations completed near and on the slopes shall be in accordance with the excavation sequencing plan meeting minimum slope stability factors of safety as described in the geotechnical report and approved by the Project Representative. C. Identify required lines, levels, contours and datum. D. Locate, identify and flag locations of known utilities. E. Protect site features to remain, including but not limited to bench marks, survey control points, survey staking, vegetation, structures, fences, paving and curbs from damage by equipment.

3.2 EXCAVATION OPERATIONS C01269C18 31 23 00 - 6 Excavation and Fill A. Perform excavations to the alignment, cross-section and grade as shown on the Drawings. Remove topsoil for reuse in Alcove prior to excavation. B. Any excavating performed beyond the limits described by the Drawings that was not authorized or ordered by the Project Representative will be considered unauthorized work. C. Notify the Project Representative immediately of any large boulders or ledge rocks encountered so proper measurement or profile can be made for pay quantities. Excavate rock under road beds to at least 6-inches below the subgrade elevation. D. Provide and maintain temporary drainage facilities until permanent facilities are completed. E. After excavation is complete and prior to backfilling operations, notify the Project Representative at least 24 hours in advance so all excavation areas may be measured to determine quantities. F. Cut, fill and grade Site to elevations and contours shown on the Drawings with allowances for pavements, topsoil and structures.

3.3 FOUNDATION PREPARATION A. Grade exposed soil to a uniform, smooth surface and prepare subgrade to meet requirements of Section 31 23 133 – Subgrade Preparation. B. Obtain Engineer’s approval of subgrade where stripping and excavation work has been performed. Notify the Project Representative at least 24 hours in advance of backfilling operations, geotextile placement or riprap placement. C. Subgrade Excavation: Excavate unsuitable material below subgrade when directed by the Project Representative as subsurface conditions are disclosed. D. Keep subgrade areas free of standing water. E. Box culvert foundation preparation shall be completed following surcharge removal in accordance with Section 31 23 33, Trenching and Backfill.

3.4 DISPOSITION OF EXCAVATED MATERIAL A. Utilize excavated materials to the fullest extent practicable and so far as the material is suitable, for the construction of embankments or as otherwise indicated on the Drawings. B. Blending and Mixing of Soils: When the soils are so varied that selection and placement of uniform soils is not practical, use rotary disks, plows, graders or other equipment to blend and mix suitable soils to produce a uniform soil texture, moisture content and density. C. All surplus excavated soils and rock that are not wasted or stockpiled as specifically allowed or required by the Contract Documents becomes the property of the Contractor and shall be disposed of off-site.

3.5 BORROW

C01269C18 31 23 00 - 7 Excavation and Fill A. Furnish and place borrow material only to the extent that the required materials are not available or is not to be obtained from site excavations. B. All borrow material furnished from sources selected by the Contractor must be approved by the Project Representative prior to being delivered to the Site. C. Provide 48 hours notice to allow any required material testing for approval.

3.6 PLACEMENT OF BOULDER CASCADE A. Place boulder cascade at the locations as shown on the drawings. Locations and minor installation details may be field modified by the Project Representative to accommodate the materials delivered and Site. The boulder cascade shall be installed in approximately 18-inch lifts. The construction sequence shall be as follows: 1. Excavate or fill as needed to achieve required subgrade elevation. 2. Install lower boulder layer, selecting boulders from the Boulder/Cobble Material, embedding each boulder 1/3 to ½ of the boulder diameter and placing the boulders together as tightly as practical. It is anticipated that void spaces between the boulders will comprise less than 20% of the volume of each lift. 3. Fill spaces between the boulders with the smaller fraction from the Boulder/Cobble Material. Augment with Streambed Gravel as needed to fill voids. 4. Place a 2" layer of Boulder Cascade Sealing Material atop the lift of Boulder/Cobble Material. 5. Compact and/or wash the combined aggregate layers to cause the sealing material to flow into the boulder cascade to the maximum extent practical. The intent is to seal the stream bed by forcing the gravel particles into the spaces between the cobble and boulders and force the sealing mix into the voids between the stream gravel. Compaction methods may include use of rock bars, hand-operated compaction equipment such as a “jumping jack”, an equipment-mounted compactor (“hoe-pack unit”) and/or hydraulic methods. Contractor may suggest alternative methods to be reviewed and approved by the Project Representative. 6. Each lift is to be reviewed by Project Representative and adjusted as needed to accommodate site conditions. Subsequent lifts may be installed following Engineer’s approval. 7. Install additional lift(s) of boulders, continuing to fill and compact the spaces between the boulders with the smaller fraction of the Boulder/Cobble Material, adding sealing material, compacting/washing each lift and supplementing with stream gravel as needed until proposed profile is attained. The sides of the stream bed shall be raised as shown on the Plans to provide a low-flow channel near the center of the channel. Final profile and cross-section of each lift is to be reviewed and approved by the Project Representative. 8. Top lift to incorporate up to 6” of streambed gravel as indicated on the Drawings – this material is to be placed after compaction of lower layers and is not to be compacted. Depth to vary as directed by Project Representative. C01269C18 31 23 00 - 8 Excavation and Fill 3.7 PLACING EMBANKMENTS A. Do not place stumps, trees, logs, rubbish, vegetation, muck, frozen material, pockets of rock, rubble or other deleterious materials in embankments. B. Do not construct embankments during periods where the embankment material freezes while being placed and compacted. Nor shall any embankment material be placed on soil that is frozen C. When water fills an area after the removal of soft or unstable materials, drain or remove the water prior to placing backfill. If drainage is not possible coarse gravel or other materials may be used as backfill as approved by the Project Representative. D. Working on Existing Slopes: Terrace the original hillside or side of existing embankments and transitions from cuts to fills. Where the planned work will result in less than 3 feet of height added anywhere along the original hillside the Project Representative may allow “Thin Lift Placement” on the slope in lieu of hillside terracing as specified below: 1. Hillside Terracing: a. Penetrate the slope at least 5 feet and not more than 5 feet high with each terrace. b. Slope the horizontal face of the terrace outward approximately 0.05 foot per foot. 2. Thin Lift Placement: a. Scarify/roughen slope prior to placement of initial lift. b. Limit lifts to 8-inches thick and compact to requirements of this Section. c. Scarify/roughen top 1-3 inches of each lift before placing subsequent lifts. E. Lift Thickness: Deposit and spread embankment material in horizontal layers of uniform thickness over the full width of the embankment. Maximum lift thicknesses are controlled by the capability of the leveling and compaction equipment to uniformly compact the entire lift in accordance with the following: 1. Each layer (lift) shall not exceed 8 inches when using heavy equipment compactors and 4 inches for hand operated compaction equipment. The Project Representative may permit the Contractor to increase layer thickness up to 12- inches before compaction, provided the following: a. The layer is more than 2-feet below the top of embankment b. An approved vibratory roller is used. c. The required density is obtained throughout the full depth and width of each layer. F. Shape the surface of embankments and excavations to uniform cross-sections and eliminate all ruts and low places that could hold water. G. Place compost meeting requirements of Section 31 22 00 – Grading.

C01269C18 31 23 00 - 9 Excavation and Fill 3.8 COMPACTING EMBANKMENTS A. Prepare foundation meeting the above requirements. B. Compact the embankment materials sufficiently to meet the specified density requirements. Utilize heavy equipment compactors to compact the embankment materials of type(s) sufficient to meet the specified density requirements. Use of equipment to haul material shall not be considered in place of the specified compaction equipment. C. Moisture Content: 1. Moisture content shall not vary more than 3-percent above or below optimum determined by ASTM D1557. 2. The Contractor may use soils which are not at the specified water content provided the Contractor demonstrates the following: a. The excess moisture will not impair the embankment or skew density test results; and b. Moisture condition the soil (wet or dry) to a uniform condition such that the entire profile (entire lift thickness) is stable and attains the minimum specified compaction level. c. The Project Representative may at any time require the Contractor to return to specified moisture-content requirements. 3. Moisture content (wet or dry) variability of on-site soils are to be anticipated and will not be a claim for a changed condition. D. Compaction: Compact all embankment material meeting the following requirements, except as otherwise provided for specific materials or portions of embankments: 1. Compact each soil type to meet the following requirements. a. Common Borrow: Compact to a minimum 90 percent of the modified proctor maximum dry density (ASTM D 1557). b. Select Borrow: Compact to a minimum 90 percent of the modified proctor maximum dry density (ASTM D 1557). c. Topsoil: Meet requirements of Section 31 22 00 –– Grading. E. Density control shall not apply to waste materials (muck) utilized for incidental drainage or landscape filling outside the roadbed or embankment. However, such materials shall be consolidated to the satisfaction of the Project Representative. F. Contractor shall recognize that inclement weather occurs during the construction season, and the contractor is responsible for protecting the moisture content of soils during the construction phase. Such protection measures include sloping of exposed surfaces to promote runoff, avoid ponding, protecting stockpiles with plastic sheeting as practical, and compacting exposed surfaces prior to rain events to minimize infiltration. G. Perform in-place density and moisture testing with a nuclear moisture-density gauge meeting requirements of ASTM D6938.

C01269C18 31 23 00 - 10 Excavation and Fill 3.9 SURCHARGE FILL AND MONITORING A. Surcharge fill placed above the compacted embankment at the box culvert site shall meet criteria in 2.1.E. Box culvert foundation preparation and installation shall be completed following the surcharge period as specified in Section 31 23 33, Trenching and Backfill. B. Surcharge fill shall extend full height a minimum distance of at least 5 to 10 feet outside the edges of the box culvert as shown on the plans (10 feet along the roadway alignment and 5 feet along the creek alignment). The surface shall be crowned slightly to promote drainage of surface water. C. To evaluate the magnitude and time rate of settlement of the surcharge, settlement- monitoring plates shall be installed prior to placing any fill along the access road where the depth of fill will be 3 or more feet. Settlement plates shall be placed on the existing ground surface prior to placing any embankment fill or surcharge. At least 3 settlement plates shall be placed in the deepest fill area at the culvert site as directed by the Project Representative. Settlement plates shall be constructed as shown below:

D. Install settlement plates on firm ground or on sand pads if needed for stability. Take initial reading on top of rod and at adjacent ground level prior to placement of any fill. For ease in handling, rod and casing are usually installed in 5-foot sections. As fill progresses, couplings are used to install additional lengths. Continuity is maintained by reading the top of the measurement rod, then immediately adding the new section and reading the top of the added rod. Both readings are recorded. E. Record the elevation of the top of the measurement rod in each marker at the recommended time intervals to the nearest 0.005 feet. Each time, also record the elevation of the adjacent fill surface. The elevations should be referenced to a temporary benchmark located on stable ground at least 100 feet from the embankment. F. The elevations of the plates and the adjacent ground surface shall be recorded every other day during filling and twice weekly after completion of filling. The readings shall be taken by a licensed surveyor and the results forwarded promptly to the Project Representative after each reading for evaluation. C01269C18 31 23 00 - 11 Excavation and Fill G. If settlement-monitoring data indicates that settlement is occurring at a rate greater than that estimated, the duration of surcharging may be reduced appropriately by the Project Representative. Initial elevation readings of the settlement plates must be obtained when they are installed and before any fill is placed. If this is not done, the initial settlement behavior of the fill pad will not be recorded and the value of the observations diminished in that the total magnitude of settlement will be unknown. This may result in a longer surcharge period than would otherwise be necessary. H. The presence of the measurement rods that extend from the settlement plates through the fill will inhibit the mobility of earthmoving equipment to some extent. The contractor shall exercise care to avoid damaging the rods.

3.10 BORROW PLACEMENT OUTSIDE OF ROAD PRISM A. Common borrow used to fill the existing stream channel in alcove, and existing culvert removal excavation, and any other areas not within roadway embankments shall be bucket and track compacted in lifts not to exceed 18 inches to a minimum of approximately 85% percent of the modified proctor maximum dry density (ASTM D 1557) and/or to the satisfaction of the Project Representative. No in-place density measurements shall be required, but soils should be sufficiently firm to stand on without leaving a boot imprint greater than ½” deep. Stream channel to be fully dewatered and drained and banks cleared and grubbed prior to filling; soil moisture content of all soils in the stream channel to be less than 15%. Any soils deemed incompletely drained shall be excavated prior to filling the channel, the cost of which shall be incidental to the project.

3.11 FINISHING OPERATIONS A. Conduct earthwork finishing and topsoil covering operations concurrently to permit prosecution and completion of erosion control items at the earliest practicable time. B. Finish grading of road subgrade prior to placement of an aggregate base course meeting the tolerance requirements of Section 311 23 13 – Subgrade Preparation. C. Conduct grading preparation and finish grading of topsoil meeting requirements of Section 31 22 00 – Grading.

3.12 FIELD QUALITY CONTROL A. Contractor Testing: Sample and test placed material as necessary by an approved soils testing firm for conformance with the specified soil properties. Meet minimum testing frequencies as specified in Materials Control Schedule of Section 01 40 00 – Quality Requirements Density Tests. 1. Failed density test areas shall be excavated and re-compacted until the density requirements are met at no expense to the Owner and at no scheduling impact to the Project. B. Correction of Pumping or Rutting: Repair at no expense to the Owner any portion of an embankment that loses stability because of hauling (evidenced by pumping or

C01269C18 31 23 00 - 12 Excavation and Fill rutting). Correction criteria based on tire rut depth by loaded haul equipment are listed below. 1. 2 to 6 inches tire ruts: Contractor may continue to use the work area as a haul route or for other construction-related activities. Blade or scarify and re-compact rutted areas to meet specified compaction requirements and subgrade requirements of Section 32 23 13 – Subgrade Preparation before placing additional material over rutted area. 2. 6 to 12 inches: All transportation prohibited on these sections until the subgrade or fill area is stabilized. Stabilization shall include aeration to reduce moisture content, the addition of crushed rock to strengthen pumping subgrade, scarification and re-compaction, or some combination as required to return the subgrade to condition 1 or better. 3. Greater than 12 inches: Subgrade or fill areas deemed unsuitable and shall be replaced by the Contractor at no expense to the Owner.

END OF SECTION

C01269C18 31 23 00 - 13 Excavation and Fill SECTION 31 23 33 TRENCHING AND BACKFILL

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Trenching requirements for underground piping and appurtenances, including requirements for excavation, backfill and compaction. B. Related Requirements: 1. Section 31 23 00 Excavation and Fill 2. Section 32 23 13 – Subgrade Preparation 3. Section 33 40 00 – Storm Drainage Utilities

1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Trench Excavation: Excavation and backfilling of trench and associated culvert embedment material shall be paid for under Section 03 41 00 Precast Box Culvert. 2. Trench Safety System: Payment shall be lump sum, payable upon completion of successful use and complete removal. 3. Pipe Embedment Material: Shall be paid for under Section 03 41 00 Precast Box Culvert. 4. Geofoam: Measurement and payment will be based upon units of Cubic Feet (CF) of geofoam blocks installed. B. Geotextile Fabric: Shall be paid per Section 32 23 13 Subgrade Preparation. C. All other work and costs of this Section shall be incidental to the Project and included in the total Bid.

1.3 REFERENCES A. ASTM International: 1. ASTM C1479 – Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard Installations 2. ASTM D1557Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)) 3. ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications.

4. ASTM D2774 - Standard Practice for Underground Installation of Thermoplastic Pressure Piping 5. ASTMD2487 – Practice for Classification of Soils for Engineering Purposes C01269C18 31 23 33 - 1 Trenching and Backfill (Unified Soil Classification System) 6. ASTM D6938 - Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth).

1.4 DEFINITIONS A. Bedding: That part of the trench below and supporting the pipe, below the haunch zone (see Figure 1 below). The purpose of bedding is to secure the pipe to true line and grade, and to provide structural support to the pipe barrel. B. Correction Period: Upon identifying a deficiency in the Contractor’s work, a period of time granted by the Project Representative to the Contractor to fix and remedy the deficiency. C. Culvert Base Foundation Material: A minimum 1-foot thickness of base rock to provide uniform support for the culvert. D. Flexible Pipe: Pipe that under overburden loads deform (deflect) to develop support from the surrounding pipe embedment. Pipe embedment materials must be selected, placed and compacted so that pipe and soil act together to carry the applied loads without excessive strains from deflections or localized pipe wall distortions. Common pipe types include high density polyethylene (HDPE), polyvinyl chloride (PVC) and CMP (corrugated metal) pipe. E. Foundation: Soil material beneath bedding. F. Filter Aggregate: Free draining mineral aggregate used around drain tile pipe. G. Haunching: That part of the trench from the bottom of the pipe / top of the bedding up to the springline (centerline) of the pipe (see Figure 1 below). H. Improved Pipe Foundation: Foundation provided by replacing soft or unsuitable subgrade soil. I. Initial Backfill: That part of the trench from the springline (centerline) of pipe to 6 inches above top of pipe (see Figure 1 below). J. Pipe Embedment Zone: That part of the trench from a distance of 6 inches (minimum) above the top of pipe down to the foundation. Pipe Embedment Zone includes bedding, haunch zone and initial backfill. K. Final Backfill Zone: That part of the trench from the top of the pipe embedment up to the final grade (see Figure 1 below). L. Restricted Trench: Trench that requires shoring or shielding/boxes to limit excavation extents to Site and as specified on Drawings. M. Rigid Pipe: Pipe that relies on wall strength to support loading and is not intended to deform and gain support from the surrounding pipe embedment. Common pipe types include reinforced concrete (RCP) and ductile iron (DIP) pipe. N. Rock Excavation: Includes such rocks that are not decomposed, weathered, or shattered, and which will require blasting, barring, wedging, or use of air tools for removal. Also included are any boulders, concrete, or masonry structure (except concrete pavement, curb and gutter, and sidewalk) exceeding 1 cubic yard in size per boulder or concrete/masonry structure. C01269C18 31 23 33 - 2 Trenching and Backfill O. Sand Cushion: Aggregate bedding material used along pipe in areas where rock excavation is encountered, where pipe insulation is used, and when crossing existing utilities. P. Trench Safety System: Safety systems for the trench excavation on public works projects in which trench excavation will exceed a depth of four feet as required per RCW 39.04.180. Safety systems will meet federal and state requirements including WAC 296-155 Part N: Excavation, Trenching, and Shoring.

Figure 1 Trench Cross Section (ASTM D2321)

1.5 SUBMITTALS A. Submit items consistent with Section 01 33 00 - Submittal Procedures and quality control requirements of Section 01 40 00 – Quality Requirements. B. Submit a Trench Safety System design 48 hours prior to installation. C. Prior to importing soil or placing on-site soil submit the following information: 1. Gradation tests for borrow materials based on ASTM D422. No gradation testing is required when pipe embedment and backfill material consists of excavation spoils that are placed and compacted in their original position. 2. Tests results to determine the maximum density and optimum moisture (Moisture-Density or Proctor curves) based on ASTM D1557. D. After placing and compacting fill, submit all in-place density tests performed with a nuclear moisture-density gauge meeting requirements of ASTM D6938. E. Provide adequate time for test results to be received and verified as in compliance. F. Deliver tickets to Project Representative daily. Tickets documenting material delivered to the Site shall provide the required information specified under Section 01 33 00 – Submittal Procedures

C01269C18 31 23 33 - 3 Trenching and Backfill 1.6 QUALITY ASSURANCE A. Meet requirements of Section 01 40 00 – Quality Requirements for quality assurance. B. Perform quality control tests specified in this Section and Section 01 40 00 – Quality Requirements to document compliance with Contract requirements. C. Assist Owner’s QC testing laboratory by excavating for density tests and obtaining material samples.

1.7 SEQUENCING AND SCHEDULING A. Known existing underground utilities are shown on the Drawings in a general way. Owner does not guarantee the locations as shown on the Drawings. Contractor shall anticipate variations in the vertical and horizontal locations of underground utility lines from those shown on the Drawings. B. Notify the One-Call Utilities Locate Center before starting construction in a given area, requesting utility locations in the field. Locations must be marked prior to any ground disturbance. C. Uncover utilities and verify horizontal and vertical alignments sufficiently in advance of construction to permit adjustments in the work. Determine location of existing utilities and identify conflicts before excavating trench for pipe installation. D. Backfill and compact all trench excavations promptly after laying pipe. 1.8 WARRANTY A. Trench settlements that occur during the correction period and that are greater than 1- inch as measured by a 10-foot straight edge will be repaired in a manner acceptable to the Owner at the Contractor’s expense.

PART 2 PRODUCTS

2.1 CULVERT BASE FOUNDATION MATERIAL A. Provide a minimum of 1 foot of foundation base material beneath box culvert, to consist of Foundation Class A Material per Section 31 23 00, Excavation and Fill. Project Representative to approve subgrade and/or recommend additional excavation as needed. B. Woven Geotextile per Section 32 23 13 to be placed on subgrade prior to Foundation Class A Material. C. Geogrid placed in middle of foundation base material shall be a biaxial geogrid with properties and tensile strength equal or greater than Tensar Biaxial Geogrid Type 2.

2.2 BACKFILL MATERIAL A. Common or Select Borrow, Section 31 23 00. B. Sand Drainage Material and Leveling Course to meet following gradation.

C01269C18 31 23 33 - 4 Trenching and Backfill Sieve Size Percent Passing ½ inch 90 - 100 No. 4 57 – 100 No. 10 40 – 100 No. 50 3 – 30 No. 100 0 – 4 No. 200 0 – 3

C. EPS Geofoam Light Weight Fill 1. EPS geofoam block material must meet the requirements specified in ASTM D6817, Type EPS29. Manufacturer’s standard size EPS geofoam blocks measuring 2 by 4 by 8 feet are acceptable. Use custom-cut or field-cut blocks for backfill configuration shown on the plans.

EPS geofoam block must comply with:

Physical Property ASTM Designation Acceptance Value Density C 303 1.5 lb/ft3 min 2.0 lb/ft3 max Compressive Strength D 1621 10.9 psi min (at 1% deformation) Flexural Strength C 203 50 psi min Tensile Strength D 1623 20 psi min Water Absorption C 272 2.0% max by volume

Prevent mechanical damage to EPS block during delivery, storage and construction. Protect EPS blocks from petroleum products and ultraviolet light exposure. Cover EPS block with a temporary material to blocks ultraviolet light when EPS block in the fill area will exposed to sunlight more than 12 hours. Weigh down cover material completely to prevent exposure to sunlight.

Any damaged EPS block must be replaced at Contractor’s expense. Any replacement or performance of authorized repairs must be performed at Contractor’s expense.

Do not operate construction equipment directly on EPS block.

C01269C18 31 23 33 - 5 Trenching and Backfill PART 3 EXECUTION 3.1 GENERAL A. Rigid Pipe: Install pipe in accordance with ASTM C1479 and manufacturer’s installation guidelines. 3.2 EXAMINATION A. Prior to construction, inspect existing utility structures and surface features, and document condition. B. Re-inspect foundation soils if rain fall or snow has occurred after initial inspection but prior to placing pipe and bedding. 3.3 PREPARATION A. Perform removals consistent with Section 02 42 00 – Removal and Salvage. B. Notify Utility Owners to field mark their utility locations C. Clear and grub consistent with Section 31 10 00 – Site Clearing. D. Excavate to subgrade. E. Install Trench Safety System F. Dewatering: Setup dewatering system as necessary meeting requirements of this section and Section 01 50 00 – Temporary Facilities and Controls prior to placing pipe. G. Protect surface features, such as utility poles, trees, structures, pavement, etc., that are not designated on the Drawings to be removed. 3.4 CONSTRUCTION A. Box Culvert 1. Project Representative to approve subgrade prior to placing base foundation material and recommend additional excavation as needed. 2. Place woven geotextile on subgrade followed by one-half the thickness of foundation base material. Woven geotextile should extend up the temporary cut slope a minimum of 10 feet. 3. Place geogrid in the middle of the 12-inch-thickness of foundation base material as shown on the plans. 4. Install Box Culvert. See Section 03 41 00 Precast Box Culvert. 5. Place sand drainage material on outside of culvert to support geofoam blocks. Lay geofoam blocks in configuration as shown on plans below Elevation 39.3 feet. Place in brick-laying fashion with no common joints or voids. Use gripper plates, rebar, or other fasteners per manufacturers specifications to secure blocks. 6. Backfill above culvert and blocks with common or select borrow per Section 31 23 00.

C01269C18 31 23 33 - 6 Trenching and Backfill B. Existing Utilities: 1. Existing utilities of record, are shown on the Drawings. These are shown for reference only and the Owner assumes no responsibility for improper locations. 2. Use extreme care when excavating near underground utility lines to avoid damage to protective coatings or surfaces. 3. Excavate to expose existing utilities that cross near the planned pipe line to determine the utilities' exact locations sufficiently ahead of pipe installation to plan for the avoidance of grade conflict. Measure to determine the utilities' locations relative to the planned pipe line location. A deviation from the alignment, grade, and location to avoid conflict may be ordered by the Project Representative. 4. Provide temporary support, remove, relocate, or reconstruct existing utilities located within the trench excavation. Where existing utilities will remain securely support, excavate under, backfill under and around the utility line meeting the utility owner’s requirements. 5. Report and repair damaged utilities to the satisfaction of the utility owner prior to backfilling trench. C. Trench Excavation: 1. Perform excavations to the alignment and grade as shown on the Drawings. 2. Excavation Limits: a. Any excavating performed beyond the limits described by the Drawings that was not authorized or ordered by the Project Representative will be considered unauthorized work. b. Use Trench boxes or shoring to restrict trench slopes and protect property, vegetation or pavement noted on Drawings or outside work limits. 3. Correct any part of the trench that is inadvertently excavated below grade with approved material compacted to at least 90 percent modified proctor maximum dry density (ASTM D1557). 4. Trench Safety: Comply with applicable State Regulations relating to industrial safety to a safe angle of repose. Angle of repose may be no less than that required by the Occupational Safety and Health Act (OSHA). Brace, shore, or sheet trench as necessary. 5. Stockpile all excavated material in a manner that will not endanger the work or obstruct access roads. Stockpiles shall conform to requirements in Temporary Facilities, Section 01 50 00. 6. Segregate soil in the excavated material not suitable for trench backfill. 7. Dispose offsite all surplus excavated soil and rock that are not wasted, stockpiled or otherwise disposed of as specifically allowed or required by the Contract Documents.

C01269C18 31 23 33 - 7 Trenching and Backfill D. Dewatering of Trench: 1. When groundwater is present in the work area, dewater to maintain trench stability. 2. Maintain water level below pipe bedding and foundation to provide a stable trench bottom. 3. Maintain control of water in the trench before, during and after pipe installation and until sufficient backfill has been placed to prevent flotation of the pipe. E. Trench Bottom: 1. Provide a firm, stable and uniform bedding for the pipe barrel and any protruding features of its joint. Provide required depth for placement of bedding. 2. Trench Width: Sufficient width to permit proper installation and embedment of the pipe. F. Improved Pipe Foundation: 1. When unsatisfactory foundation conditions exist, excavate to a depth consisting of solid materials. 2. Fill to bedding grade with thoroughly compacted granular materials meeting the requirements of Foundation Class A Material.

3.5 BACKFILL WITHIN PIPE EMBEDMENT ZONE A. Restrain pipe as necessary, place and compact material by methods that will not disturb or damage the pipe. B. Place pipe embedment material simultaneously on each side of the pipe to the top of the pipe. C. Use the same onsite soil adjacent to pipe embedment zone meeting the requirements of this Section where pipe runs parallel or underneath a as much as feasible. Avoid constructing a preferential groundwater flow path adjacent to pipe by using material that is less porous than native material. D. Bedding: 1. Provide and compact bedding in conformance to the Drawings and this section. Unless directed otherwise, provide a minimum of 4 inches of bedding except in areas of rock where a minimum of 6 inches is required. 2. Construct bedding uniformly over the full length of the pipe barrel to distribute the load bearing reaction uniformly on the pipe barrel and maintain the required pipe grade. E. Initial Backfill: 1. Place embedment in uniform layers not exceeding 6 inches in depth before compaction. Complete compaction of each layer before placing material for the succeeding layer.

C01269C18 31 23 33 - 8 Trenching and Backfill 3.6 FINAL BACKFILL ABOVE PIPE EMBEDMENT ZONE A. Use suitable materials meeting the requirements of Backfill Material and as shown on the plans. B. Place in uniform thickness layers not to exceed 12 inches before compaction with heavy compaction equipment and 6 inches before compaction with hand-operated compaction equipment. Complete compaction of each layer before placing material for the succeeding layer. C. Before using heavy compaction equipment or construction equipment directly over pipe, place sufficient backfill to prevent damage, excessive deflections or other disturbance of the pipe. D. Supply any deficiency in quantity of backfill material (caused by shrinkage or settlement) at no additional cost to the Owner. E. Dispose excavated material not suitable or required for backfill offsite.

3.7 COMPACTION B. Pipe Embedment Zone: Compact to at least 90 percent of modified proctor maximum dry density (ASTM D1557). C. Final Backfill (above Pipe Embedment Zone): 1. At locations under traffic areas: a. Below 2 feet of final grade: Compact backfill to a minimum of 90 percent of modified proctor maximum dry density (ASTM D1557). 2. All other areas: a. Compact backfill to a minimum of 85% modified proctor maximum dry density (ASTM D1557). D. The method and means of placement and type of compaction equipment used is at the discretion of the Contractor. However, all portions of the trench backfill must meet minimum specified compaction requirements.

3.8 FIELD QUALITY CONTROL A. Testing: The Owner will conduct in place density and moisture testing with nuclear moisture-density gauge in accordance with ASTM D6938. 1. To be performed by an approved soils testing firm or King County Lab at various locations and depths throughout the Site as directed by the Project Representative. At a minimum, one test shall be performed every 100 linear feet for each compaction lift, or at a change in backfill material. 2. The Contractor shall cooperate fully and provide assistance as necessary to complete these tests, including digging of excavation pits. B. Failed density tests: Excavate, replace material and re-compacted areas until the density requirements are met at no expense to the Owner.

END OF SECTION

C01269C18 31 23 33 - 9 Trenching and Backfill SECTION 32 11 23

AGGREGATE BASE COURSE

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Requirements for aggregate base courses on a prepared subgrade for permanent and temporary unpaved roads. B. Section references the Washington Department of Transportation “Standard Specifications for Road, Bridge, and Municipal Construction,” (WSDOT Spec.). In the event of a conflict between the WSDOT Spec. and this Section, this Section shall prevail. C. Related Requirements: 1. Section 31 23 13 – Subgrade Preparation

1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Crushed Surfacing Top Course: Measurement will be by the Ton (T) of material compacted in place as determined from weight tickets delivered to the Project Representative. b. Quarry Spalls: Measurement shall be by the Ton (T) of material compacted in place, regardless of gradation, as determined from weight tickets delivered to the Project Representative. 2. The bid items listed above will also be used to pay for maintenance of the existing farm road from NE124th St to the project site and the construction entrance. 3. If aggregate material is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of the Drawing thickness. Such quantities shall be based on material weighting 1.60 tons/cubic yard. 4. Work and costs to install and remove any crane pad or other temporary aggregate roads, including required surface preparation and geogrids, shall be incidental to the Project and included in the total Bid. 5. Work and costs to install required improvements to roadway on City of Seattle Right of Way, an optional item the Contractor may undertake for improved site access, shall be incidental to the Project and included in the total Bid. 6. All other work and costs of this Section shall be incidental to the Project and included in the total Bid. 7. Aggregate materials removed and disposed at the end of construction to meet post- construction access road profile requirements shall be measured and paid as Common Excavation per Section 31 23 00 – Excavation and Fill, based on material weighing 1.60 tons/cubic yard.

C01269C18 32 11 23 - 1 Aggregate Base Course 1.3 REFERENCES A. ASTM International: 1. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3))

2. ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). B. Washington State Department of Transportation “Standard Specifications for Road, Bridge, and Municipal Construction,” 2016 Edition (WSDOT Spec.): 1. 9-03 – Aggregates 1.4 DEFINITIONS A. Subgrade: Subgrade soils may be naturally occurring or prepared and compacted before placement of subbase and/or base layers. 1.5 SEQUENCING AND SCHEDULING A. Construct aggregate base after the following have been completed: 1. Subgrade has been corrected for instability problems and successfully passed a roll test meeting the requirements of Section 31 23 13 - Subgrade Preparation, performed by the Contractor and witnessed by the Project Representative. 2. Subgrade has been checked for conformance to profile and cross-section tolerances by the Project Representative. 3. Subsurface geogrid/geotextile fabric has been installed per manufacturer’s recommendations. 1.6 SUBMITTALS A. Submit items consistent with Section 01 33 00 - Submittal Procedures and quality control requirements of Section 01 40 00 – Quality Requirements: B. Prior to importing aggregate road materials submit the following information: 1. Gradation tests for aggregate materials based on ASTM D422. C. Provide adequate time for test results to be received and verified as in compliance. D. Deliver tickets to Project Representative daily. Tickets documenting material delivered to the Site shall provide the required information specified under Section 01 33 00 – Submittal Procedures. 1.7 QUALITY ASSURANCE A. Meet requirements of Section 01 40 00 – Quality Requirements for quality assurance. B. Perform quality control tests specified in this Section and Section 01 40 00 – Quality Requirements to document compliance with Contract requirements. C. Assist Owner’s QC testing laboratory by obtaining material samples.

PART 2 PRODUCTS 2.1 AGGREGATE

C01269C18 32 11 23 - 2 Aggregate Base Course A. Crushed Surfacing Base Course: See Drawings for Crushed Surfacing Top Course (CSTC) gradation. B. Quarry Spalls: 1. Construction Entrance and Turnouts: Gradation shall be 8" to 3" meeting the following: Sieve Size Percent Passing 8" 100 3" 40 max. ¾" 10 max 2. Farm Road: Gradation shall be 2” to 4” meeting the following: Sieve Size Percent Passing 4" 100 2" 30 max. ¾" 10 max.

2.2 GEOTEXTILE - FARM ROAD A. Meet the requirements for woven geotextile per Section 32 23 13 – Subgrade Preparation

PART 3 EXECUTION 3.1 PREPARATION A. Prepare subgrade and obtain approval of subgrade conditions by Project Representative prior to installation of aggregate base meeting requirements of Section 31 23 13 – Subgrade Preparation. B. Place no material in snow or on a soft, muddy or frozen subgrade. 3.2 GENERAL REQUIREMENTS A. Spread aggregate uniformly upon the prepared subgrade to the depth, width and cross- section shown on the Drawings. The maximum depths of each layer placed shall not exceed 6-inches. B. At the time of spreading the aggregate shall be so uniformly mixed that it will meet specified gradation requirements, based on gradation tests run on aggregate samples obtained after mixing and prior to compaction. 3.3 COMPACTING A. Spread and compact material for each layer with adequate moisture content, to the required cross section and density before placing aggregate for a succeeding layer. B. Compaction shall be determined by: 1. Visual Inspection Method: Compact each layer until there is no further evidence of consolidation using vibratory compactors, steel-wheeled rollers or pneumatic-tired rollers. The Project Representative may elect to perform density tests as needed to assist inspection.

C01269C18 32 11 23 - 3 Aggregate Base Course C. Maintain the surface of each layer true to line, grade and cross-section by grading, watering and rolling until placing the next succeeding layer (course) required by the Contract is placed or until the completed base is accepted if no other construction inrequired. Correct irregularities and re-compact the corrected area and the surrounding surface.

3.4 FIELD QUALITY CONTROL A. Maintain each base course to conform to the cross-sectional dimensions shown on the Drawings and the staked grades. B. Line and Grade Tolerance: The final aggregate base surface will be checked for conformance to the specified tolerances prior to approval to grade the surface. Constructed grade shall be +/- 0.05 feet of design or staked grade. C. Contractor Testing: Sample and test placed material as necessary. Meet minimum testing frequencies as specified in Materials Control Schedule of Section 01 40 00 – Quality Requirements. D. Repair at no expense to the Owner any portion of aggregate base that loses stability because of hauling (evidenced by rutting). 3.5 MAINTENANCE A. Maintain aggregate base, keep free of ruts and irregularities until project completion. Add materials as necessary to maintain roads. B. Place water on aggregate base for dust control as required for eliminating nuisance dust for adjacent properties.

3.6 FINAL ACCESS ROAD PROFILES A. Construction access road between NE 124th St. and the Project site: 1. At project completion, the post-construction topographic profile of the construction access road between NE 124th St. and the Project site shall not exceed the preconstruction profile. 2. Any road materials removed to meet post-construction profile requirements shall be disposed of offsite.

B. Light-duty access road between the barn and the Project Site: 1. If the Contractor elected to use the light-duty access road between the barn and the Project site: a. The post-construction topographic profile of the access road outside of the SPU Right-of-Way shall not exceed the preconstruction profile. b. The post-construction topographic profile of the access road within the SPU Right-of-Way shall not be greater than 0.5-ft above the preconstruction profile.

END OF SECTION

C01269C18 32 11 23 - 4 Aggregate Base Course SECTION 32 23 13

SUBGRADE PREPARATION

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Grading, shaping and compacting subgrade prior to placement of aggregate base or fill for trails, roads, and embankments. B. Related Requirements: 1. Section 32 11 23 – Aggregate Base Course 2. Section 31 23 00 – Excavation and Fill 3. Section 31 23 33 – Trenching and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following:

a. Geotextile Fabric: Measurement and payment will be based upon units of Square Yard (SY) 2. All other work and costs of this Section shall be incidental to the Project and included in the total Bid.

1.3 REFERENCES A. ASTM International: 1. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)) 2. ASTM D6938 - Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). B. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO M288 – Standard Specification for Geotextile Specifications for Highway Applications.

1.4 DEFINITIONS A. Proof-Rolling: Rolling with a fully loaded dump truck or other accepted equipment to identify the extents of unsuitable foundation material. B. Subgrade: A general term denoting the top surface or foundation that may be existing or prepared (stripped and excavated) and compacted before placement of subbase, aggregate base and pavement. C. Subgrade Excavation: Excavation of unsuitable subgrade soil at the direction of the Project Representative to remove soft or un-compactable material. C01269C18 32 23 13 - 1 Subgrade Preparation 1.5 SEQUENCING AND SCHEDULING A. Perform subgrade preparation prior to the following: 1. Placement of geotextiles and aggregate material if excavation and rough grading of subgrade is not performed under this Contract. 2. On existing aggregate base prior to placement of additional gravel base material. 3. Placement of embankment material. 1.6 SUBMITTALS A. Submit items consistent with Section 01 33 00 - Submittal Procedures and quality control requirements of Section 01 40 00 – Quality Requirements. B. Submit manufacturer’s certificate of compliance for geotextile fabric. C. After preparing subgrade submit all in-place density tests conducted with a nuclear moisture-density gauge meeting requirements of ASTM D6938. D. Provide adequate time for test results to be received and verified as in compliance. 1.7 QUALITY ASSURANCE A. Meet requirements of Section 01 40 00 – Quality Requirements for quality assurance. B. Perform quality control tests specified in this Section.

PART 2 PRODUCTS 2.1 GEOTEXTILE A. Seam Thread: 1. High strength polypropylene or polyester and resistant to ultraviolet radiation. Nylon thread is not allowed 2. Contrasting color to that of the geotextile itself. B. Conform to the following requirements: Subsurface Drainage Geotextile Requirements Geotextile Property Test Standard Minimum Average Roll Value (MARV) Fabric ---- Woven Nonwoven Grab Tensile Strength, minimum each ASTM D4632 247 lbs (1100 N) 157 lbs (700 N) principal direction Seam Breaking ASTM D4632 222 lbs (990 N) 142 lbs (630 N) Strength (min) CBR Puncture ASTM D6241 950 lbs (4228 N) 314 (1400 N) Strength Puncture Strength ASTM D4833 90 lbs (400 N) 56 lbs (250 N) Permittivity ASTM D4491 0.5/sec. Apparent Opening Size ASTM D4751 0.43 mm (#40 sieve) (max.) UV Resistance ASTM D4355 50% C01269C18 32 23 13 - 2 Subgrade Preparation % retained at 500 hrs

PART 3 EXECUTION

3.1 SUBGRADE PREPARATION A. General: Perform subgrade preparations to produce the required density, grade, and cross-section. B. Remove from subgrade immediately before placing materials all brush, weeds, vegetation, grass and other debris. C. Drain water from all low spots or ruts D. If necessary, process the subgrade in cut areas to remove materials too coarse for mechanical trimming and compaction. E. Tolerances: Shape the entire subgrade to a uniform surface true to line, grade and cross-section as staked meeting as specified within the following tolerances. 1. Embankment Subgrade: Uniform surface running reasonable true (within 0.25 feet) to the line, grade and cross-section as staked. 2. Aggregate Subgrade: Elevation of the finished surface shall not vary by more than 0.1 foot from the prescribed elevation at any point where measurement is made. F. Compact the subgrade as meeting the requirements of Section 32 11 23 – Aggregate Base Course and Section 31 23 3333 – Trenching and Backfill. 3.2 ROLL TEST (PROOF-ROLLING) A. Work consists of testing the subgrade bearing capacity by rolling of pneumatic tires. B. Equipment: Fully loaded tandem dump truck with a minimum total gross vehicle weight of 44,000 pounds or articulated dump truck. C. Protect all structures that may be damaged by a roll test (e.g. where a culvert or other structure has or will have insufficient protective cover to withstand roll test). D. Roll Test: Make two passes over each strip covered by the tire at an operating speed of 2 mph to 5 mph. Ensure that unrolled areas between each strip are no greater than 12-inches wide. Test roll the entire length and width of the subgrade or as directed by the Project Representative. E. Roll Test Acceptance Requirement: The subgrade is considered stable under the following roll test results: 1. Embankment Subgrade: Yielding and rutting is less than 2.0 inches. 2. Aggregate Subgrade: Yielding and rutting is less than 2.0 inches. F. Subgrade Stability Correction: If proof-rolling shows the presence of unsuitable soft, loose or wet zones, perform at no expense to the Owner the following as directed by the Project Representative: 1. Loosen, aerate and compact the subgrade until the top layer can be compacted as required.

C01269C18 32 23 13 - 3 Subgrade Preparation 2. Excavate subgrade to remove all or part of the unsuitable soil and replace material meeting requirements of Section 31 23 00 – Excavation and Fill.

3.3 GEOTEXTILE INSTALLATION A. General: Deliver, store, handle and install geotextile in accordance with the manufacturer’s specifications. Replace geotextile damaged or found defective upon delivery or storage. B. Place geotextile in intimate contact with the soils without wrinkles, trapped air bubbles if underwater or folds and anchored on a smooth graded surface. Install in such a manner that placement of the overlying materials will not excessively stretch or tear the geotextile. C. Orientation to Flow:

1. Where feasible, install with the machine direction parallel to the direction of water flow, which is normally down slope for erosion control runoff and shoreline wave action and parallel to the stream or channel in the case of stream bank and channel protection. 2. Should the Contractor request and obtain approval from the Project Representative to install geotextile in an alternative orientation, the joint overlap requirements specified below shall be increased 150 percent (e.g. 2-foot minimum overlap becomes 3 feet minimum).

D. Joints: 1. Place upstream and/or upslope geotextile as upper layer of overlap (i.e. on top of the downstream geotextile). 2. Join adjacent geotextile sheets by either sewing or overlapping. 3. Sewn Seams: Overlap material at least 6 inches before sewing. 4. Overlap Seams: Overlap a minimum of 2 feet, except when underwater then a 3- foot minimum is required. 5. Staple un-sewn splices and joints. E. Anchoring:

1. Top of Slope/Geotextile: Anchor geotextile firmly with a key trench. Construct key trench at least 3 feet from crest of slope (where riprap extends to slope crest) and at least 2 feet deep. Compact trench soil thoroughly after placement of geotextile. 2. Toe of Slope: Anchor the geotextile with a key trench or rock apron.

C01269C18 32 23 13 - 4 Subgrade Preparation F. Construction equipment shall not operate directly on top of the geotextile. Equipment is not permitted to operate on top of stones placed directly on the geotextile filter without a granular cushion.

G. Repair: Should the geotextile be damaged during placement, provide a sewn geotextile patch over the damaged area as per manufacturer’s recommendations.

3.4 FIELD QUALITY CONTROL A. Maintain and protect subgrade; keep free of ruts and irregularities until covered by material or surface pavement. B. Keep foundation area free of standing water C. Repair at no expense to the Owner any portion of subgrade that loses stability because of hauling (evidenced by rutting).

END OF SECTION

C01269C18 32 23 13 - 5 Subgrade Preparation SECTION 32 92 00 TURF AND GRASSES

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Stabilization of project site soils by installation of hydroseed. B. Related Requirements: 1. Section 01 57 00 – Temporary Erosion and Sediment Control 2. Section 31 22 00 - Grading 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Hydroseeding Pasture Mix: Measurement will be based upon units of acres (AC) for each seed mix installed in place regardless of seeding method. b. Hydroseeding Upland Mix: Measurement will be based upon units of acres (AC) for each seed mix installed in place regardless of seeding method. B. All other work and costs of this Section shall be incidental to the Project and included in the total Bid. 1.3 DEFINITIONS A. Bracts: Grass seeds are protected and enclosed by sets of bracts called the lemma and the palea. The lemma is the larger, outer covering and palea is the shorter, interior sheath. B. Bulk Seed: Desired seed plus inert material, weed seed, or other. C. Cover Crop: Seed that establishes quickly the first year and then fades away. It is included in the seed mix to provide the benefits of vegetated cover (such as, soil stabilization, moisture and nutrient retention, etc.) until the slower growing native species mature. D. Germination: Percent of desired seed able to grow into normal plants when given favorable conditions. E. Packer: Attachment used to prepare seed bed by breaking up clumps of dirt, remove air pockets and make a smooth planting bed to ensure shallow seed placement (when drill seeding) and good seed to soil contact. F. Purity: Percentage of actual desired seed by weight. The rest of the material in a seed lot may be made up of inert material, weed seed, or other. G. Pure Live Seed (PLS): A percentage determined by the percent of seed germination times the percent of seed purity (%Purity x %Germination/100). For example, 85% pure seed x 72% germination / 100 = 61% PLS.

C01269C18 32 92 00 - 1 Turf and Grasses H. Bulk Seeding Rate: To determine the bulk lb. of seed needed, divide the PLS lb. required by the PLS percentage. Thus, in the above example, for each pound of PLS specified in the desired seed mixture 1 lb./0.61(61% PLS) = 1.6 pounds of bulk seed would need to be planted. I. Pure Seed: Seed exclusive of inert matter and all other seeds not of the kind of seed being considered as defined by the rules of the Association of Official Seed Analysts for testing seeds. 1.4 SUBMITTALS A. Submit the following items consistent with Section 01 33 00 - Submittal Procedures. 1. Verify seed mix type and source with Project Representative prior to purchase. 2. Producer’s written documentation verifying compliance to this Section for seed furnished including when required certified origin. 3. Provide invoice for seed used on this Project. Include printed seed tags with the following: a. PLS percent for each mix component with PLS requirements. b. Total PLS weight for bags of seed mix with PLS requirements. c. Total bulk weight for the bag. 1.5 DELIVERY AND STORAGE A. Delivery: 1. Notify the Project Representative of the delivery schedule in advance so the seed material may be reviewed upon arrival at the job site. Remove unacceptable material from the job site immediately. B. Storage: 1. Keep seed in dry storage away from chemical contaminants. 1.6 SEQUENCING AND SCHEDULING A. The optimum seeding windows for western Washington are April 1 through June 30 and September 1 through October 1. Seeding that occurs between July 1 and August 30 will require irrigation until 75 percent grass cover is established. Seeding outside of the optimum seeding windows may only be done with approval from Project Representative.

PART 2 PRODUCTS 2.1 SEED A. Pasture Mix:

C01269C18 32 92 00 - 2 Turf and Grasses % % % Common & Name Species Weight Purity Germination Redtop (Agrostis alba) or Oregon bentgrass ( Agrostis 25 92 85 oregonensis)

Native Red fescue ( Festuca 75 98 90 rubra ssp. rubra)

1. Seed Mix shall be applied at rate of 120 pounds of pure live seed per acre. 2. For hydroseed applications, increase recommended seed quantity by 50%. B. Upland Native Seed Mix: Native seed sourced from the Puget Lowland Ecoregion only. Minimum 90% purity and 80% germination rates.

Upland Native Seed Mix

Common & Species Name PLS Rate (lb/ac) California brome ( ) or Bromus carinatus 5 Sitka (Alaska) brome (Bromus sitchensis) California oatgrass (Danthonia californica) 2 Slender hairgrass (Deschampsia elongata) 1 Blue wildrye (Elymus glaucus) 5 Native Red fescue (Festuca rubra ssp. rubra) 511 Roemer’s fescue (Festuca roemeri) 2 Meadow Barley (Hordeum brachyantherum) 5 Grass Total: 25 Forbs Total*: 3.5 Sterile winter wheat/slender wheat grass hybrid 25 (e.g. ReGreenTM)** Ryegrass, annual (Lolium multiflorum) 3 Cover Crop Total: 28 GRAND TOTAL 56.5 *See Forbs List for preferred species. Submit all seed mixes for approval by Project Representative prior to purchase. **Oats may be substituted for spring planting. Alternative ReGreen substitute is 90% Winter Wheat and 10% Slender Wheatgrass at the same total combined rate

Forbs List (5 species minimum): • Bigleaf lupine (Lupinus polyphyllus) • Cardwell's penstemon (Penstemon cardwelli), Davidson's penstemon (Penstemon davidsonii), or other native penstemon • White yarrow (Achilliea millefolium) • Yerba buena (Satureja douglasii) C01269C18 32 92 00 - 3 Turf and Grasses • Leafy peavine (Lathyrus polyphyllus) • Pearly everlasting (Anaphalis margaritacea) • Douglas aster (Syphotrichum subspicatum) • Fireweed (Chamerion angustifolium)

For hydroseed applications, increase manufacturer recommended seed quantity by 50%. 2.2 HYDROSEED FIBER & TACKIFIER: Conform to Section 01 57 00 – Temporary Erosion and Sediment Control. 2.3 COIR BLANKET: Conform to Section 01 57 00 – Temporary Erosion and Sediment Control.

PART 3 EXECUTION 3.1 EXAMINATION A. Review seeding areas with the Project Representative. Determine locations for seed. Schedule for seeding of areas may be revised to fit field conditions. B. Finish grades are to be reviewed by the Project Representative prior to start of soil preparation for planting or adding soil amendments. C. Measure seeding area prior to seeding to verify seeding rate and payment quantity. 3.2 PREPARATION A. Meet the requirements of Section 31 22 00- Grading, for planting soil preparation, including soil compaction, amendment and preparation for seeding. 3.3 SEEDING A. Seeding Dates: Perform the final application of seeding and mulching of slope during the following periods unless otherwise approved by the Project Representative: Region Seeding Time Period Western Washington March 1 – April 30 (West of Cascade Mtn Divide) September 1 – October 25 1. When environmental conditions are not conductive to satisfactory results, the Project Representative may suspend Work to complete grading of excavation and embankment slopes until such a time the desired vegetation establishment results are likely to be obtained. 2. Temporary seeding may be performed at any time approved by the Project B. SowRepresentative seed uniformly. at the rate specified in this Section. C. Seeding Methods: The following seed application methods are approved. 1. Drill Seeding: a. Use equipment that regulates the seed application rate and planting depth, 8- inch maximum row spacing.

C01269C18 32 92 00 - 4 Turf and Grasses b. Drill seed at a right angle to surface drainage. c. After seeding apply mulch or blankets as specified. 2. Broadcast (Drop) Seeding: a. Use equipment that regulates the seed application rate. Hand seeding is acceptable on 4:1 (H:V) slopes or steeper, when the seedbed is impractical to drill seed or seeding areas are less than one acre per seed mix. b. Scarify the soil after seeds are placed using hand racks or dragging anchor chains, disk chains, cables, pipe harrows, or other implements behind a tractor and/or press/imprint seeds into soil to achieve greater soil to seed contact and seed germination rate. Work to place seed deep enough to prevent rapid drying but shallow enough to allow natural emergence. A general rule for seed covering is to bury seeds at depths from twice to three times the seed diameter. c. After seeding apply mulch or blankets as specified. 3. Hydraulic Seeding (Hydroseed): a. Seed Condition: Only seeds with intact bracts may be used without approval of seed supplier and accounting for seed damage during application with PLS determination. b. Conform with specification Section 01 57 00 - Temporary Erosion and Sediment Control execution methods. c. Obtain a uniform material distribution, conforming with specification Section 01 57 00 - Temporary Erosion and Sediment Control. If a non-uniform distribution results (such as skipped areas or saw tooth patterns, reseed the affected areas at no expense to the owner. d. Empty the tank of seed mixture within one (1) hour after the seed is added to tank. Seed allowed to remain mixed in the tank for a period over 1 hour will not be accepted for use. 3.4 SOIL STABILIZATION A. Apply soil stabilization measures immediately after seeding as shown on Drawings and as directed by Project Representative. B. Hydroseed: Conform to Section 01 57 00 – Temporary Erosion and Sediment Control. C. Erosion Control Blanket: Conform to Section 01 57 00 – Temporary Erosion and Sediment Control. 3.5 MAINTENANCE A. Restore areas that have been damaged through any cause prior to being satisfactorily completed at no additional cost to the Owner. B. Restore areas, previously satisfactorily completed, disturbed by additional construction activity required by the timing and sequencing of the work at no additional cost to the Owner.

C01269C18 32 92 00 - 5 Turf and Grasses 3.6 REVIEW AND ACCEPTANCE A. Seeding work will be reviewed for acceptance in parts agreeable to the Project Representative, provided work offered for review is complete, including maintenance for the portion in question. B. When Work does not comply with requirements, replace rejected Work and continue specified maintenance until re-reviewed by Project Representative and found to be acceptable. Remove rejected materials from the Site.

END OF SECTION

C01269C18 32 92 00 - 6 Turf and Grasses SECTION 32 93 50

BOLES

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Procurement and placement of cottonwood and conifer boles. B. Related Requirements: 1. Section 01 57 00 – Temporary Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for the following: a. Cottonwood Boles: Measurement will be per bole each (EA), installed. b. Conifer Boles: Measurement will be per bole each (EA), installed. 2. All other work and costs of this Section shall be incidental to the Project and included in the total Bid. 1.3 DEFINITIONS A. Cottonwood bole: a freshly cut black cottonwood tree trunk segment, all branches and leaves removed, bark intact, installed vertically in the ground in its natural upright orientation (i.e. not upside-down). B. Conifer bole: A length of conifer trunk installed vertically in the ground. 1.4 SEQUENCING AND SCHEDULING A. Conifer boles may be installed any time during the construction period. B. Complete all other work including soil preparation and coir blanket prior to installation of cottonwood boles. C. Cottonwood Bole installation shall not begin before November 1. 1.5 SUBMITTALS A. Submit the following items consistent with Section 01 33 00 – Submittal Procedures. 1. Designated Sources(s) for cottonwood boles. 2. Specific cottonwood bole harvest, storage, and handling procedures. 1.6 QUALITY ASSURANCE A. Cottonwood and Conifer Boles

C01269C18 32 93 50 -1 Boles 1. Sources: It is the Contractor's responsibility to determine that the source or combination of sources selected is capable of providing the quality and quantities needed and at the rate needed to maintain the scheduled progress of the work. 2. Acceptance of boles: Acceptance of a source is not to be construed as acceptance of all material from that source. The right is reserved to reject materials when such materials are unsuitable as determined by the Project Representative. Any material rejected shall be removed or disposed of as specified and at the Contractor's expense. 3. Project Representative will be provided the opportunity to inspect the boles upon delivery and reject any that are damaged or don’t meet the requirements outlined in Part 2 PRODUCTS.

PART 2 PRODUCTS 2.1 Cottonwood Boles A. General: Cottonwood Boles shall be well formed from healthy, straight vigorous trees free from splits, scale, disease and defects such as knots, sunscald, injuries, serious abrasions of the bark, bark stripping or major disfigurement. They shall be sound, healthy specimens. Boles that have serious injuries, insect pests, diseases, will be rejected. B. Cutting: Both ends to be cut square. Remove all branches and leaves from bole immediately. C. Length: Lengths specified on Drawings are based on minimum lengths required to meet placement requirements. D. Diameter: 8-12 inches measured at the base of each bole. E. Marking: Paint tops of each bole with latex paint or use alternate method to indicate direction of growth. Additionally, separately mark each bole originating from the lowest portion of the donor tree with a paint mark. F. All boles to be from native Black Cottonwood Populus trichocarpa. G. Obtain from Western Washington harvest sites below 1000 feet in elevation. 2.2 Conifer Boles A. Species: Douglas Fir or Western Red Cedar only. Sitka Spruce may also be furnished subject to approval of the Project Representative. B. Quality: Freshly sawn, undried logs, in sound condition, free of insects, rot and decay. Not de-barked. No dimensional beams or timber. C. Diameter: 10-14 inches measured at the base of each bole. D. Length: Lengths specified on Drawings are based on minimum lengths required to meet placement requirements.

PART 3 EXECUTION

C01269C18 32 93 50 -2 Boles 3.1 GENERAL A. Cottonwood Bole Storage and Handling. 1. Keep boles wet and shaded from after harvest until installation. Do not use boles which have dried out. 2. Boles must be installed within 14 days of harvest as evidenced by written harvest date provided with each delivery. 3. Boles shall be handled from harvest through installation in such a manner that prevents damage to the bark. No bole shall be installed if the bark is girdled or damaged over more than 25% of the bole surface area. 4. Place stakes to mark bole layout. Project Representative to approve layout prior to bole installation. 3.2 PLACEMENT OF BOLES A. Conifer Bole Placement 1. If coir blanket has been installed, cut an “x” in the coir fabric at each approved bole location of sufficient size to allow installation and fold back fabric. 2. Use direct-push, vibratory pile driver, or auguring to install conifer bole. Bottom end may be sharpened to ease driving. If auguring, augur diameter shall not exceed bole diameter. 3. If coir blanket has been installed prior, unfold cut coir fabric to cover ground around bole. Stake coir with wooden stakes at four locations around each bole. Stakes to be within 6 inches of bole. 4. If not yet completed, install coir blanket around and 5 feet past the most landward of the bole rows. 5. Place salvaged deciduous trees and slash generated by site clearing around and between the conifer bole rows as directed by Project Representative. Logs and branches should be placed generally parallel to the boles on the riverward side of each row, and woven between boles within the same row. B. Cottonwood Bole Placement 1. Protect decompacted ground from compaction by using low ground pressure equipment. 2. Protect installed coir by using mats, rubber tracked equipment or other means. 3. Cut an “x” in the coir fabric at each approved bole location of sufficient size to allow augering and fold back fabric. Auger hole 4-6 inches larger than bole diameter and ten feet deep. 4. Verify top and bottom ends of bole. Cut 3 inches off of bottom end of bole. 5. Place bottom end of bole in hole. Use larger-diameter marked boles taken from bottom of tree preferentially in second row (top of bank) of boles. 6. Exercise care to ensure bark is not girdled or stripped significantly during installation. If boulders, large cobbles, or other obstructions are encountered while

C01269C18 32 93 50 -3 Boles advancing auger holes, that preclude full 10-foot depth, the bole shall be installed to the depth of the hole without forcing deeper penetration if a depth of 6 feet is achieved. For depths of less than six feet fill the augur hole and move the bole location several feet at the direction of Project Representative. 7. Use auger cuttings mixed with water to form slurry to fill the annular space between the bole and auger hole side wall. Water shall be supplied by the contractor by a water truck. Spread excess augur cuttings in a thin layer over coir fabric around bole. 8. Unfold cut coir fabric to cover ground around bole. Stake coir with wooden stakes at four locations around each bole. Stakes to be within 6 inches of bole.

3.3 FIELD QUALITY CONTROL A. Project Representative will observe the Work, including on-site storage and handling, for compliance with the Contract Documents.

END OF SECTION

C01269C18 32 93 50 -4 Boles SECTION 32 95 00

WILDLIFE SNAGS PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Procurement and placement of wildlife snags. B. Related Requirements: 1. Section 01 57 00 – Temporary Erosion and Sediment Control 2. Section 02 42 00 – Removal and Salvage 3. Section 35 43 20 – Engineered Log Jams 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided for the following: a. Wildlife Snag Installation – Nesting Snag: Measurement will be per nesting snag each (EA), installed. b. Wildlife Snag Installation – Foraging Snag: Measurement will be per foraging snag each (EA), installed. 1.3 DEFINITIONS A. Wildlife Snag: A dead deciduous or coniferous tree, installed vertically in the ground in its natural upright orientation (i.e. not upside-down). 1.4 SEQUENCING AND SCHEDULING A. Complete all grading work prior to installation of wildlife snags. 1.5 SUBMITTALS A. Submit the following items consistent with Section 01 33 00 – Submittal Procedures. 1. Meet Section 35 43 20 – Engineered Log Jam submittal requirements. 1.6 QUALITY ASSURANCE A. Sources: Designate in writing the source(s) proposed to furnish wildlife snags. It is the Contractor's responsibility to determine that the source or combination of sources selected is capable of providing the quality and quantities needed and at the rate needed to maintain the scheduled progress of the work. B. Acceptance of wildlife snags: Acceptance of a source is not to be construed as acceptance of all material from that source. The right is reserved to reject materials when such materials are unsuitable as determined by the Project Representative. Any material rejected shall be removed or disposed of as specified and at the Contractor's expense. C. Project Representative will be provided the opportunity to inspect the wildlife snags upon delivery and reject any that are damaged or don’t meet the requirements outlined in Part 2 PRODUCTS. C01269C18 32 95 00 -1 Wildlife Snags PART 2 PRODUCTS 2.1 WILDLIFE SNAGS A. Nesting Snags of salvaged black cottonwood (Populus trichocarpa), red alder (Alnus rubra) or bigleaf maple (Acer macrophyllum) and imported western red cedar (Thuja plicata), Sitka spruce (Picea sitchensis), or Douglas-fir (Pseudotsuga menziesii) shall be installed in locations identified in the field by Project Representative. 1. See Plans for wood-type (conifer or deciduous), diameter, branch condition, length, and bark condition. B. Foraging Snags shall be installed in clusters around Nesting Snags. 1. See Plans for wood-type (conifer or deciduous), diameter, length, and bark condition. 2.2 SOURCE A. Source deciduous wildlife snags from on-site tree removals. B. Conifer wildlife snags shall be sourced in same manner as ELJ logs, see Section 35 43 20 – Engineered Log Jams. PART 3 EXECUTION 3.1 GENERAL A. This Section refers to the installation of nesting conifer and deciduous snags and foraging conifer and deciduous snags (Snags). The Contractor shall place Snags at the depths shown on the Plans and in field directed locations, by the Project Representative. 3.2 PLACEMENT OF SNAGS A. Placement 1. Augur hole larger than snag diameter and at depth specified on Plans. 2. Verify top and bottom ends of wildlife snag. 3. Place bottom end of snag in hole. 4. Nesting snags shall be oriented within 10 degrees of vertical relative to plumb, or native ground. Foraging Snags shall be oriented within 20 degrees of vertical relative to plumb, or native ground. 5. Backfill around Snags to original grade minimizing void space. Compact backfill material with bucket thoroughly. 3.3 FIELD QUALITY CONTROL A. Project Representative will observe the Work, for compliance with the Contract Documents.

END OF SECTION

C01269C18 32 95 00 -2 Wildlife Snags SECTION 34 71 13

BEAM-TYPE GUARDRAIL

PART 1 GENERAL 1.1 DESCRIPTION OF WORK A. This specification covers the furnishing and installation of materials for beam-type guardrail. Products shall match existing materials and/or shall be as follows or as directed by the Owner. Installation procedures shall be in accordance with the product manufacturer's recommendations. Demolition and removal of materials shall be as required to support the work. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Beam Guardrail Type 1. Measurement of beam guardrail and beam guardrail with long posts will be by the Linear Foot (LF) measured along the line of the completed guardrail, including expansion section, and will also include the end section. 2. All other work and costs of this Section, including posts, anchors, hardware, and end sections, shall be incidental to the Project and included in the total Bid. 1.3 REFERENCES A. Materials shall meet the requirements of the following 2016 WSDOT Standard Specification sections: 1. Beam Guardrail 9-16.3 2. Rail Element 9-16.3(1) 3. Posts and Blocks 9-16.3(2) 4. Galvanizing 9-16.3(3) 5. Hardware 9-16.3(4) 6. Anchors 9-16.3(5) 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop drawings shall be submitted for approval.

PART 2 PRODUCTS 2.1 RAIL ELEMENTS, END SECTIONS, AND FASTENERS A. WSDOT Beam Guardrail Types 1~4 Standard Plan C-1, WSDOT Beam Guardrail Anchor Standard Plan C-6, WSDOT Beam Guardrail End Sections Standard Plan C-7, WSDOT Box

C01269C18 34 71 13 -1 Beam-Type Guardrail [Type here]

Culvert Guardrail Steel Post Standard Plan C-10, WSDOT Beam Guardrail Posts and Blocks Standard Plan C-1b. B. Plastic blocks shall be substituted for wood blocks shown on Plans. C. Galvanized Steel Posts per WSDOT Standard Plan C-1b shall be substituted for wood posts shown on Plans. D. Meet the requirements of WSDOT specification 9-16.3 Beam Guardrail.

PART 3 EXECUTION 3.1 ERECTION OF POSTS A. Meet requirements of WSDOT specification 8-11.3(1) A. B. The length of posts and post spacing shall be as shown in the WSDOT Beam Guardrail Types 1~4 Standard Plan C-1, included in plans. 3.2 ERECTION OF RAIL A. Meet requirements of WSDOT specification 8-11.3(1) B. 3.3 TERMINAL AND ANCHOR INSTALLATION A. Meet requirements of WSDOT specification 8-11.3(1) C.

END OF SECTION

C01269C18 34 71 13 -2 Beam-Type Guardrail SECTION 35 43 00

WATERWAY SCOUR PROTECTION

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Placement of riprap for permanent scour protection. B. Related Requirements: 1. Section 32 23 13 – Subgrade Preparation 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Bid Items have been provided to furnish and install or perform the following: a. Riprap, Underwater Placement, Class B: Riprap will be measured for payment by the Ton (T) of rock furnished and installed based upon certified weight tickets delivered to the Project Representative. b. Riprap, Above water Placement, Class B: Riprap will be measured for payment by the Ton (T) of rock furnished and installed based upon certified weight tickets delivered to the Project Representative. 2. Furnish only the projected riprap quantity needed to the Site. Monitor actual usage rate and adjust shipped quantities as necessary. Haul unused quantity of riprap in excess of 200 tons or 10% of final placed quantity, whichever quantity is less, off site at no expense to the Owner. 3. Deduction for Excess Stone Placement: If riprap is being wasted or placed excessively thick, the Owner reserves the right to deduct quantities that are in excess of the thickness or quantities indicated on the Drawings and specified thickness tolerance. Such quantities of excess stone will be based on material weighing 1.6 tons/CY. 4. All other work and costs of this Section shall be incidental to the Project and included in the total Bid. 1.3 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): 1. AASHTO T85 - Standard Method of Test for Specific Gravity and Absorption of Coarse Aggregate B. ASTM International (ASTM): 1. ASTM C127 – Standard Test Method for Relative Density (Specific Gravity) and Absorption of Coarse Aggregate 2. ASTM D4992 - Evaluation of Rock to be Used for Erosion Control

C01269C18 35 43 00 - 1 Waterway Scour Protection 3. ASTM D5240 - Standard Test Method for Evaluation of Durability of Rock for Erosion Control Using Sodium Sulfate or Magnesium Sulfate 4. ASTM D5519 – Standard Test Method for Particle Size Analysis of Natural and Man-Made Riprap Materials, 5. ASTM D75 - Standard Practice for Sampling Aggregates 1.4 DEFINITIONS A. Revetment: The term "revetment" applies to various types of stabilization structures that are constructed along a waterway or shoreline. Revetments are constructed of stone, wood or a combination of materials. B. Clam Shell: A bucket tool that is operated from a dragline or crane. The bucket is hinged at the top and opens like a clam so that rock can be placed without being dropped.

C. Dx: The particle diameter at which x% by dry weight (or size) of the particles of a particular sample are finer. D. Filter: Any substance, geotextile and/or aggregate, placed to provide separation and retention of soil while allowing water to pass, prevent the loss of the subgrade by turbulent flow through the voids in the riprap. E. Floater: An individual rock within a riprap layer that is not interlocked with the surrounding rocks. F. Minimum Average Roll Value (MARV): A manufacturing quality control tool used by manufacturers of geosynthetics to establish published values such that the user/purchaser will have a 97.7 percent confidence that the property in question will meet published values. G. Orange Peel: A bucket tool that is operated from a dragline or crane. The sides of the bucket lift up and out so that rock can be placed without being dropped. H. Riprap: Angular, well graded rock meeting the material requirements as specified in this Section. Mitigates erosion caused by wave action or strong currents thereby preserving the shape of a surface slope or underlying structure. Typically produced by mechanical methods, with a crusher and rock separator after the stone has been mined by blasting in a quarry. 1. Graded Riprap: Sizing established by controlling the borehole spacing and blasting technique, along with removal of small sizes by running the material over a rock separator and/or sizing it through a crusher or by physical separation. 2. Quarry Run Riprap: Sizing established by controlling the borehole spacing and blasting technique. Sorting required at the shot pile or a rock breaker may be used to reduce oversized rock to within the maximum size allowed. I. Stone Shape: Generally described by designating three axes of measurement: Major (length or longest axis), intermediate (width), and minor (thickness or shortest axis). A stone’s aspect ratio or shape factor is the ratio of major axis: minor axis (e.g. 3:1). 1.5 SEQUENCING AND SCHEDULING

C01269C18 35 43 00 - 2 Waterway Scour Protection A. Do not proceed with installation of riprap revetment until TESC measures are in place per Section 01 57 00. 1.6 SUBMITTALS A. Submit the following items consistent with Section 01 33 00 – Submittal Procedures. B. At least 10 days prior to delivery of rock on site submit the following information: 1. Test reports from designated source: a. Gradation Report. For each class of riprap supplied. Include for each gradation the total count of rock making up each test. Each sample volume shall be such that a single d100 stone of the specified riprap class shall not weigh more than 5% of the total sample tested. b. Specific Gravity (SSD) and water absorption. 2. Certificates a. Weigh Scale Certification. b. WSDOT Materials Testing Laboratory riprap certification (or US Army Corps Equivalent). 3. Monitoring plan for verifying correct placement of rock within the project footprint. Plan shall include the proposed survey or scanning equipment as well as frequency for monitoring placement. C. Certified weight scale tickets. D. Deliver tickets to Project Representative daily. Tickets documenting material delivered to the Site shall provide the required information specified under Section 01 33 00 – Submittal Procedures. 1.7 QUALITY ASSURANCE A. It is the Contractor's responsibility to determine that the stone source or combination of sources selected is capable of providing the quality, quantities and gradation needed and at the rate needed to maintain the scheduled progress of the work. B. Acceptance of Stone: Acceptance of a source of stone is not to be construed as acceptance of all material from that source. The right is reserved to reject materials from certain localized areas, zones, strata, or channels, when such materials are unsuitable for stone as determined by the Project Representative. The Project Representative also reserves the right to reject individual units of produced specified materials in stockpiles at the quarry, all transfer points, and at the project construction site when such materials are determined to be unsuitable.

PART 2 PRODUCTS 2.1 RIPRAP A. General: Durable quarried stone having angular (sharply defined edges) or sub- angular (between rounded and angular) shape free of defects such as seams, cracks or blast fractures that would increase its deterioration from natural causes.

C01269C18 35 43 00 - 3 Waterway Scour Protection 1. Hairline Cracks: If 20% or more of the stone produced contains hairline cracks, then all stone produced by the means and measures which caused the fractures shall be rejected. A hairline crack is defined as having a minimum width of 0.1mm that is continuous for one-third the dimension of at least two sides of the stone. 2. Clean stone free from soil, quarry fines and refuse. Stone that generates turbidity due to surface contaminants when placed in moving water may be rejected. B. Material Properties: 1. Specific Gravity: Minimum bulk specific gravity (saturated surface dry SSD) of 2.6 as determined by ASTM C127/AASHTO T85. 2. Gradation: Meeting the gradation specified below as determined by ASTM D5519 Test Method B. 3. Absorption: Less than 2-percent as determined by ASTM C127/AASHTO T85. C. Stone Shape: 1. Maximum aspect ratio (shape factor): 3:1. 2. Not more than thirty percent (30%) of the stones with an aspect ratio greater than 2.5:1. D. Gradation: Well graded and meeting the requirements in the following table for each class of riprap per WSDOT standard specifications.

E: Re-use of onsite riprap: Riprap salvaged from on-site may be reused where it meets all the requirements of section 2.1 except 1. Testing described in section 2.1 B is not required. 2. Rock placed above water may consist of up to 10% soil by volume.

C01269C18 35 43 00 - 4 Waterway Scour Protection 2.2 GEOTEXTILE FOR PERMANENT EROSION CONTROL A. Meet the requirements of Section 32 23 13 – Subgrade Preparation. EXECUTION 3.1 EXAMINATION A. Verify that areas on which geotextile and riprap are to be placed conform to the cross sections shown on the Drawings 1. Allowable tolerance of plus 2 inches and minus 4 inches from the specified lines and grades for above water placement. B. Ensure the surface is relatively smooth and free of stones, sticks and other debris or irregularities that might puncture or stress the geotextile fabric. Notify at least 3 days in advance of placing riprap on Site so the Project Representative may review placement area. C. See Section 01 71 23 – Field Engineering for performance/progress survey requirements. 3.2 PREPARATION A. Handle and selectively load rock into trucks in a manner that avoids segregation and provides a distribution of rock sizes. B. Construct stockpiles as necessary to minimize the segregation of dumped rock. 3.3 EQUIPMENT FOR PLACEMENT OF RIPRAP A. Cranes and Draglines: Equipped with clam shell or orange peel buckets. B. Dump Trucks: Not allowed for the placement of riprap without approval of the Project Representative 1. All dump trucks used in directly placing the riprap, as approved by the Project Representative, shall be equipped with bottom hinged tailgates. 2. Use of dump trucks may be allowed when material can be dumped at its final placed location. C. Backhoes and Excavators: Machine arm must have sufficient length and load capacity to place riprap directly in the designated location. Bucket volume must hold sufficient quantity of well graded riprap to place a full layer thickness with each bucket pass. The minimum bucket capacity for each class of riprap is as follows: 1. Class A riprap placement bucket capacity: 1 m3 (1.33 CY) 2. Class B riprap placement bucket capacity: 2.3 m3 (3 CY) D. Bulldozers and Loaders: Not allowed for placement of riprap. 3.4 GEOTEXTILE INSTALLATION A. Meet the requirements of Section 32 23 13 – Subgrade Preparation. 3.5 PLACEMENT OF RIPRAP A. General: 1. Place in systematic manner to produce a well graded mass of rock with the minimum amount of void space as practicable.

C01269C18 35 43 00 - 5 Waterway Scour Protection 2. Place stones by starting at the lowest elevations and working upwards. Place subsequent loads of material against previously placed material in such a manner as to ensure a relatively homogenous mass. 3. The desired finished surface is one free of pockets of small rocks and clusters of larger rocks. 4. Maintain the stone protection until accepted by the Project Representative; any material displaced by any cause shall be replaced, with no additional payment, to the lines and grades shown on the Drawings. B. Above Water: 1. Place riprap to its full course thickness in one operation in such manner to minimize segregation of rock sizes and avoid displacing underlying material. 2. Use equipment of sufficient capacity to deposit a full layer thickness in each pass. 3. Work loose pieces or pieces out of tolerance to interlock and stabilize them within the riprap layer. C. Placing Riprap on Geotextile: 1. Place rock on geotextile by methods that do not stretch, tear and puncture or reposition the fabric. 2. Drop no stone onto geotextile from a height greater than one foot. 3. Place riprap so stones do not roll downhill. 4. Repair or replace geotextile damaged during riprap placement at no expense to the Owner. D. Placing Riprap in Water: 1. Place clamshell or orange peel grapple directly over and within 5 vertical feet of the channel bed before releasing riprap. Place excavator bucket on channel bed before release. 2. Verify in-water placement of riprap per the schedule and survey methods described in Section 01 71 23. E. Restrictions: 1. Placing riprap of the same class above water level in layers is not permitted. 2. Placing riprap by dumping into chutes, allowing it to roll downhill or pushing it into place or by similar methods likely to cause segregation of the various sizes is not permitted. 3. Operation of equipment directly on the completed stone protection system is not permitted.

3.6 CONSTRUCTION TOLERANCES

C01269C18 35 43 00 - 6 Waterway Scour Protection A. The finished surface and stone layer thickness shall not deviate from the lines and grades shown by more than the tolerances listed in the table below. Tolerances are measured perpendicular to the surface grades. B. Remove and replace or rework material not meeting the tolerance limits as required by the specifications at no expense to the Owner.

Riprap Surface Tolerance ABOVE FINISH GRADE BELOW FINISH GRADE Location (inches) (inches) Riprap, above water One-fourth (1/4) the d50 One-half (1/2) the d50 stone size placement stone size Riprap, below water One-half (1/2) the d50 stone The d50 stone size placement size C. Additional sampling and testing shall be performed at the Contractor's expense when test results indicate that the materials do not meet specified requirements. D. During the course of the work, the stone may be tested by the Owner as deemed necessary by the Project Representative. Visual inspections and measurements of the stone materials may be performed by the Project Representative. If the Project Representative, during the inspections, finds that the stone quality, gradation or weights of stone being furnished are not as specified or are questionable, re-sampling and re-testing is required. Re-testing shall include, but not be limited to those methods listed here and in Section 1.6 (B). E. Field Gradation Verification: Gradation check of delivered riprap. 1. Supply a 15 cubic yard sample for each class of riprap required during initial delivery of each class riprap. 2. Spread out riprap on a hard surface such that all axes of each individual stone can be measured. In the presence of the Project Representative measure and record the intermediate axis of each stone. 3. The Project Representative may develop a gradation curve for each sample and compare to the gradation requirements of the project using the methods of ASTM D5519. 4. Provide all necessary equipment and operating personnel to help perform the testing. F. Gradation Test for In-place Riprap: Gradation check of installed riprap. 1. Installed above-water riprap shall have the gradation checked at various locations by the Project Representative. 2. Extend a measuring tape over the riprap surface such that only one specified riprap gradation is covered. Select a tape measurement interval on the order stone Dmax length ensuring few rocks are large enough to span a full interval. 3. At each interval along the tape, measure the intermediate rock dimension. If the intermediate axis is not accessible for measurement the average of the maximum and minimum axes will be recorded. Where a rock is large enough to span an interval the rock measurement shall be recorded twice. If necessary offset the tape by twenty feet and repeat until 50 measurements are obtained. C01269C18 35 43 00 - 7 Waterway Scour Protection 4. Develop a size gradation curve and compared to the specified gradation curve. G. The contractor shall remove and replace at no expense to the owner any portion of stockpiled or placed riprap that fails to meet the requirements of this Section.

END OF SECTION

C01269C18 35 43 00 - 8 Waterway Scour Protection SECTION 35 43 20 ENGINEERED LOG JAMS

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Engineered log jams (ELJ) including all log, wood and slash placement except for wildlife snags. B. Related Requirements: 1. Section 31 10 00 - Site Clearing; 35 43 00 – Waterway Scour Protection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Type A Log, Furnished: Measurement and payment will be per unit obtained (EA), furnished to and staged on the Site, as authorized by the Project Representative. b. Type B Log, Furnished: Measurement and payment will be per unit obtained (EA), furnished to and stored on the Site, as authorized by the Project Representative. c. Type C Log, Furnished: Measurement and payment will be per unit obtained (EA), furnished to and stored on the Site, as authorized by the Project Representative. d. Type D Log, Furnished: Measurement and payment will be per unit obtained (EA), furnished to and stored on the Site, as authorized by the Project Representative. e. Type R Log, Furnished: Measurement and payment will be per unit obtained (EA), furnished to and stored on the Site, as authorized by the Project Representative. f. Type W Log, Furnished: Measurement and payment will be per unit obtained (EA), furnished to and stored on the Site, as authorized by the Project Representative. Type D logs that meet minimum diameter on the small end may be furnished and cut on site and shall be credited as the equivalent of three Type W logs for each Type D log. g. Rack Log, Furnished: Measurement and payment will be per unit (EA) obtained, furnished to and stored on the Site, as authorized by the Project Representative. h. Ballast Boulder, Four-ton, Furnished: Measurement and payment will be per boulder obtained and furnished to the Site. i. Chain, Furnished: Measurement will be based upon lineal feet furnished by type. Payment will not be made for chain ordered but not used in excess of 500 lineal feet. j. Slash, Furnished: Measurement will be per cubic yards (CY) loose, measured in the truck or trailer used to transport the slash, or in a stockpile.

C01269C18 35 43 20 - 1 Engineered Log Jams k. Alcove ELJ Structure, Installed: Measurement will be per each (EA) installed. Payment includes placement of posts; positioning of logs and boulders; completion of chain connections; placement of all racking logs, slash and backfill. l. Bank Roughening Jam Unit, Installed: Measurement will be per each (EA) installed. Payment includes positioning of logs; trench excavation and backfill; furnishing of chain connection hardware; completion of log-log chain connections; installation of Type B logs as posts; attachment of boulders and placement of all rack logs and slash. m. Alcove In-Channel Log Unit, Installed: Measurement will be per each (EA) 3- log unit installed. Payment includes excavation; positioning of logs; and backfill. n. Alcove Floodplain Log, Installed: Measurement will be per each (EA) installed. Payment includes excavation; positioning of logs; and backfill. o. Ballasted Wood Jack, Installed: Measurement will be per each unit (EA) installed. Payment includes cutting logs to appropriate lengths; positioning of logs; log-log all-thread and log-boulder chain connections, bolt and chain connection hardware, slash bundle assembly and connection, and placement. 2. All other materials (including all-thread, bolts, nuts, washers, other chain connection hardware, and natural fiber rope), work and costs of this Section shall be incidental to the Project and included in the total Bid. 1.3 REFERENCES A. ASTM International: 1. ASTM A413 – Standard Specification for Carbon Steel Chain 2. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications 3. ASTM A194 - Standard Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both 4. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105- ksi Yield Strength 5. ASTM F436 - Standard Specification for Hardened Steel Washers 6. ASTM A563 - 15 - Standard Specification for Carbon and Alloy Steel Nuts 7. ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete B. National Association of Chain Manufacturers (NACM): 1. Welded Steel Chain Specifications 1.4 DEFINITIONS

C01269C18 35 43 20 - 2 Engineered Log Jams A. Ballasted Wood Jacks: A type of Engineered Log Jam used below the water surface of a river to provide hydraulic roughness and erosion resistance to the bank. B. Ballast Boulder: Also referred to as Boulder. Used to ballast wood structures providing vertical resistance to uplift forces such as buoyancy. C. Bank Roughening Jams (BRJs): A type of Engineered Log Jam used along the bank of a river to provide additional hydraulic roughness and erosion resistance. D. Butt: Base of tree just above the uppermost root. E. Centroid: For the solid, the point on which a solid would “balance.”. F. Conifers: Trees that keep their needle-like leaves throughout the year such as Douglas Fir or Western Red Cedar (softwoods). G. Deciduous: Trees that lose their broad leaves each year. H. Engineered Log Jams (ELJs): A group of logs connected to or touching each other arranged in a specific pattern. Brush and slash and rack logs are placed within the ELJ and the ELJ may be backfilled with soil. Some or all logs may be connected to posts or ballast boulders. I. Primary Log: A log type given a letter designation (i.e. ‘Type B’) on the Drawings. J. Rack Log: Smaller logs used to fill in and around Primary logs in an ELJ K. Sampling Lot: The total quantity of material or work produced determined to be represented by a sample. L. Tampers (Ram Type): Hand operated, capable of delivering at least 2,600 lbs of compaction force. M. Timber: Prepared wood for building, carpentry or other structural uses. N. Root Wad: Mass of roots attached to a tree. 1.5 SUBMITTALS A. Submit the following items consistent with Section 01 33 00 - Submittal Procedures 1. Chain, epoxy and connecting hardware. 2. Designated source(s) and harvest dates for logs. 3. Designated source(s) for ballast boulders. 4. Test Report for ballast boulders. 1.6 SEQUENCING AND SCHEDULING A. Complete grading necessary to provide foundation for wood placement prior to installation. B. Place riprap at appropriate locations and quantities as shown in the plans prior to the installation of Ballasted Wood Jacks. 1.7 QUALITY CONTROL

C01269C18 35 43 20 - 3 Engineered Log Jams A. Each load of logs delivered to the site shall be accompanied with certification verifying all the wood in the load meets the requirements of this Section. B. Drop Test of Ballast Boulders: Perform in presence of Project Representative after hole has been drilled. May be performed at quarry or job site. 1. Drop 4 boulders from a height of no less than half the average diameter of the stone onto a rigid surface or second stone of comparable size. Drop each boulder a total of 5 times for evaluation purposes. 2. Test Failure: Development of new cracks, opening of existing cracks or loss of a piece of stone greater than 20% of the original stone volume. 3. Contractor shall remove and replace at no expense to the Owner any boulder that fails the test and another 2 boulders shall be tested for each boulder that fails test. 4. Failure of more than 25 percent of tested boulders shall be considered as a failure of the entire represented lot and the lot subject to a price reduction or rejection. 5. Any boulder that cracks upon delivery to the site shall be removed and replaced at no expense to the Owner if that crack or loss of a piece of stone is or could result in a loss greater than 20% of the original stone volume. C. Weight and shape check of Ballast Boulders: Perform in presence of Project Representative. May be performed at quarry or job site. 1. Provide scale or load cell on project site capable of weighing boulders accurate to within 500 lbs. Provide sample boulder or other 4-6 ton weight with record from certified scale for use in verifying job site scale/load cell. 2. Verify scale/load cell accuracy using sample weight. 3. Obtain boulder sample. If entire boulder delivery is available on-site or in quarry obtain 60 boulders randomly selected from stockpile. If production and delivery is staged perform sampling of 20 boulders evenly spaced through delivery windows in order sample entire production run. 4. Weigh boulders on scale and simultaneously record three axis dimensions. 5. Project Representative will check stone shape ratio and will modify field weight formula given in section 2.4 B if warranted. D. Ballasted Wood Jack Boulder Lifting Eye Proof Load Test: Perform in presence of Project Representative. 1. Prepare five boulders of known weight with lifting eye per drawings. 2. Connect additional boulders or other weights to the test boulder without using the lifting eye to be testing such that the total weight exceeds 20,000 lbs. 3. Hoist the entire load by the lifting eye and leave suspended for five minutes to verify. Avoid side loading of the lifting eye at all times. 4. Repeat for all five boulders. All five boulders must pass the test before approval for lifting eye epoxy anchor system will be given.

C01269C18 35 43 20 - 4 Engineered Log Jams PART 2 PRODUCTS 2.1 LOGS A. Primary Log: Primary 1. Species: Douglas Fir or Western Red Cedar only. Sitka Spruce may also be furnished subject to approval of the Project Representative. 2. Quality: Freshly sawn, undried logs with or without root wads as specified in the Plans, in sound condition, free of insects, rot and decay. Intact bark shall cover a minimum of 70% of the trunk of each log. No dimensional beams or timber. 3. Root Wads: Cleaned of soil, but root structure retained intact. Root wad diameter shall be calculated as the average of the maximum and minimum diameters and shall be a minimum of 1.5 times the butt diameter. 4. Limbs trimmed to no more than 18 inches in length from stem, except Type B log limbs which shall be trimmed flush with trunk. 5. Size: as shown on the Drawings or Conform to the following size requirements: Primary Log Size Requirements Type Dia. (inches) 4- Length* Root Wad feet above Butt (ft) A 24 +/-2 40+/-2 No B 18 +/-2 20+/-2 No C 18 +/-2 20+/-2 Yes D 18 +/-2 40+/-2 No R 24 +/-2 40+/-2 Yes W 12-18 12.5-14 No *length measured from butt for logs without rootwads, from center of rootwad mass when present.

B. Rack Log: 1. Species: a. Rack Logs shall be coniferous. 2. Size: a. Diameter: Furnish a range of sizes between 6 inches to 12 inches in diameter, measured at the largest end, up to 14" maximum (12" + 2") may be acceptable. Approximately ½ shall be sized between 6 – 10". b. Length: 20 feet, plus or minus 2 feet. 3. The number of rack logs per ELJ shown on the Drawings is approximate and may vary depending on available rack log size and ELJ geometry as directed by the Project Representative. 2.2 SLASH C01269C18 35 43 20 - 5 Engineered Log Jams A. Composed of trees, limbs, roots, brush and tops imported and/or generated during site clearing activities. Imported slash shall be coniferous. Free of soil that would cause turbidity when placed in water. B. Size: Various sizes less than 6 inches in stem diameter with no more than 20% smaller than 1/2 inch stem diameter. Minimum length 6 feet. C. Free of noxious weeds per the Washington State Noxious Weed Lists and Monitor List (http://www.nwcb.wa.gov). 2.3 CHAIN, HARDWARE AND ANCHORING EPOXY A. All steel to be natural finish B. Chain: 1/2-inch diameter, grade 43 welded long-link chain conforming to NACM or ASTM A413. Natural finish. C. Allthread and Bolts: ASTM A193 Grade B7 or ASTM F1554 Grade 105. D. Nuts: Heavy Hex A563 Grade A or Heavy Hex A194 Grade 2/2H. E. Washers :Plate Washers, round or square, shall be low carbon steel with a min. 3/8” plate thickness. ASTM F 436 Round F. Eye Nuts: 1 ¼ - 7 UNC tapped, drop forged carbon steel, minimum base diameter 2 7/8” (Chicago Hardware Part 17290 5/ Ken Forging EN-12-HD or equivalent), minimum working load limit 28,000 lbs. G. Staple: 6 inch long, nominal 0.5 inch wire diameter, 1-2 inch interior width. H. Epoxy for anchoring steel rod in boulders shall be ASTM C881 Type IV, suitable for moist conditions. 2.4 BALLAST BOULDERS A. General: Meet the requirements of Section 35 43 00 - Waterway Scour Protection Part 1 Quality Assurance and Part 2 - Riprap except for the following: 1. Gradation requirement is waived. 2. Maximum aspect ratio (Max dimension/min dimension) 2:1. 3. Boulders may also be rounded in addition to angular or sub-angular. B. Weight: Between 4 to 6 tons (8,000 to 12,000 lbs). Field verification of weight determined by the formula W =0.85(Md)3 where W=weight (lbs), M=stone

C01269C18 35 43 20 - 6 Engineered Log Jams density(pcf) from submitted test reports, and d= intermediate axis diameter (ft) of the boulder. See section 1.7C for possible modification to this formula. C. Drill all boulders used for Bank Roughening Jam through the approximate centroid with a hole of sufficient diameter (2.5-3 inches maximum) to easily pass chain. Holes should be pre-drilled at the quarry. Not required for Ballasted Wood Jack boulders. D. Drop Test: Perform test as required under this Section. Contractor is encouraged to drill boulders and conduct drop test at quarry prior to site delivery. Notify Project Representative 48 hours prior to testing. 2.5 BACKFILL A. Backfill shall be native on-site soils generated during excavation activities unless otherwise specified in the Drawings.

PART 3 EXECUTION 3.1 PREPARATION A. Water Management: Contractor responsible for all items required to remove and appropriately manage standing water from excavations as necessary. All work and costs for water management is considered incidental to the Project, unless otherwise specified in Section 01 15 00 – Temporary Facilities and Controls. B. Stake locations of posts and base log layers shown on Drawings and adjust as directed by Project Representative. No installation of ELJs to be started without Project Representative approval of locations. C. Anticipate placement of logs and required connections below water table. D. Notify the Project Representative 48 hours before placement of backfill in the final layers of the ELJ. 3.2 BRJ BALLAST BOULDER CONNECTION AND PLACEMENT A. Connect chain to boulder and lift six inches off ground to proof test chain and connection. Note boulder weight may exceed chain working load limit. Use alternate means to hoist and move boulder into position. B. Secure boulders to logs with chain as shown on Drawings and described in Section 3.3. C. BRJ Placement: a. Orient ballasting boulders on upstream side unless adjacent boulders or other constraints require placement on downstream side of log. Place boulders on landward side of parallel-to-flow logs. b. BRJs shall be installed such that all ballast boulders are bearing on soil or a compressed layer of slash. Avoid placement resulting in suspended bottom log and ballast boulders. Necessary adjustments may include burying root wads, moving boulder connection points, and supporting boulders on fill as directed by Project Representative.

C01269C18 35 43 20 - 7 Engineered Log Jams 3.3 SECURING CHAIN A. Notch wood of logs 1 to 2-inches in depth and wide enough for chain minimum of one-half of log circumference to prevent chain from slipping. Use staples to secure chain to logs. B. Remove slack from chain and insert bolt through chain ends. Tension chain using nut and bolt connector. C. Peen threads or tack weld nut and bolt after installation to prevent removal. 3.4 ALCOVE ELJ AND BRJ INSTALLATION A. General 1. Anticipate field direction by Project Representative throughout installation. Field direction includes: approval of staked locations; up to three minor adjustments to each individual primary log and boulder position prior to connection; approval of individual chain connections; installation and adjustment of rack logs to ensure security under flood conditions; locations of brush and slash installation; and approval of backfill areas and compaction within the ELJ. 2. Drive the vertical posts (Type B logs) to the depths shown on the drawings. Driving shall be accomplished by pre-auguring holes (if needed), direct push, or vibrating posts to elevation. Augur diameter shall not exceed post diameter. 3. Chain the vertical posts to horizontal key logs for Alcove ELJs as shown on the Drawings. Do not chain BRJ primary logs to posts. 4. Logs shall be placed such that direct contact is made with other logs within the structure, acting to pin down the lower logs. 5. Add rack logs and slash/brush as direct by the Project Representative. Number of rack logs per ELJ shown on Drawings is approximate and may vary depending on rack log size and ELJ geometry. 6. Backfill around logs as shown on the Drawings minimizing void space and compact material thoroughly. Compact each layer of soil material until there is no visual evidence of further consolidation. Obtain compaction through use of excavator bucket, ram type tamper or suitable alternatives. 7. Anticipate field fitting, log cutting and variation in final location of logs because of natural variation in wood dimensions, adjacent structures and topography. 3.5 BALLASTED WOOD JACK INSTALLATION A. Construction 1. Assemble per the drawings. Follow manufacturer recommendations for hole diameter and hole cleaning prior to epoxy anchor use. 2. Contractor may substitute appropriate length bolts for all-thread for log-log connections. 3. Assembled ballasted wood jack must be approved by Project Representative.

C01269C18 35 43 20 - 8 Engineered Log Jams B. Installation 2. Once assembled and approved by the Project Representative, the ballasted wood jack shall be lowered into the water and placed at the appropriate location. Ballasted wood jacks shall be placed in a single layer on the river bed in contact with and interlocking with each other such that the river bed is completely covered. 3. Use of large excavator or crane is anticipated to lift and place jacks in the appropriate location. 4. Provide regular construction progress surveys per Section 01 71 23 to ensure contiguous placement of ballasted wood jacks within designated areas. 3.6 ALCOVE IN-CHANNEL LOG INSTALLATION A. Review placement locations in the field with the Project Representative. B. Place logs and backfill as shown on the Drawings. 3.7 ALCOVE FLOODPLAIN LOG INSTALLATION C. Review placement locations in the field with the Project Representative. D. Place logs and backfill as shown on the Drawings. 3.8 FIELD QUALITY CONTROL A. Project Representative will observe the Work for compliance with the Contract Documents. B. Provide Project Representative with 48-hour advance notice prior to assembly and installation of any ELJs, including: BRJs, Ballasted Wood Jacks, Alcove ELJs and Alcove In-Channel Logs, Floodplain Logs etc..

END OF SECTION

C01269C18 35 43 20 - 9 Engineered Log Jams SECTION 35 49 26

SIDE HINGE FLOODGATE

PART 1 GENERAL 1.1 SUMMARY A. Section Includes: Provide side hinge floodgate factory assembled with frame(s) and all hardware in accordance with the contract documents. 1.2 RELATED REQUIREMENTS A. Section 03 41 00 – Precast Box Culvert 1.3 STANDARDS A. Comply with the provisions of (as applicable). 1. AWS Structural Welding Code D1. 2. ASME Structural Welding Code Section 1X 3. ASTM A 167 - Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. 4. ASTM A 276 - Standard Specification for Stainless Steel Bars and Shapes. 5. ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 6. ASTM B 211 - Standard Specification for Aluminum and Aluminum-Alloy Bar, Rod, and Wire. 1.4 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Bid Items have been provided to furnish and install or perform the following: a. Side Hinge Flood Gate: Lump Sum. 2. All other work and costs of this Section shall be incidental to the Project and included in the total Bid. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer must demonstrate a minimum of ten years successful experience in design and manufacture of similar flood related closures. Upon request, provide supporting evidence including list of installations, descriptions, name and method of contact. 1.6 SITE CONDITIONS Not used. 1.7 SUBMITTALS A. Manufacturers Data: Submit installation and maintenance instructions for side hinge flood gate. C01269C18 35 49 26 - 1 Side Hinge Floodgate B. Shop Drawings: Submit shop drawings for side hinge flood gate including dimensioned plans and elevations, sections, connections and anchorage, and parts list. C. Calculations: Submit calculations, approved by a qualified Project Representative, to verify side hinge flood gate and anchoring system’s ability to withstand: 1. Hydrostatic loading with water elevation of 44 feet on river side and 36 feet on landward side. 2. With the gate fully open, the weight of the gate and an additional 2000-pound point load bearing on the top of gate at point 7 feet from the hinges at a design water level of 36 feet. D. Closeout Submittals: Provide Operation and Maintenance data to include methods for maintaining installed products, including field replacement of door seals. E. Manufacturer's Certificates: Certify products meet or exceed specified requirements. 1.8 SCHEDULING A. Install after concrete box culvert is fully installed, including headwalls, wing walls and sump is completed.

PART 2 PRODUCTS 2.1 GENERAL DESCRIPTION A. Side hinge flood gate shall be Model NSG10x10 with inset gate as manufactured by Nehalem Marine Manufacturing, or equal. 2.2 MATERIALS A. Arms and frames to be ASM 6061 T6 aluminum. B. All plates to ASM 5086 marine aluminum. C. All welds to be 5356 or better filler alloy. D. All hinge pins shall be 2” diameter 303 or 304 stainless steel alloy. E. Hinge pins to installed with UHMW bearing pads. F. Finish: Coating system to be Amerlock 2 by PPG or equivalent. G. Door Seals: Nehalem Marine rodent resistant type, attached with 3/8 stainless steel bolts in slotted tracks. Door seal to provide minimum tear strength of 150PLI. H. Mounting bolts shall be ¾” stainless steel type 304 or 316 with wedge or epoxy anchoring system. 2.3 DESIGN A. Frame shall include suitable stainless-steel anchors for embedment in concrete culvert. B. Inset Gate shall be fabricated with adjustable hinges or frame such that the gate can be adjusted to hang in an naturally open, neutral, or closed position when the main gate is in a closed position. 2.4 FABRICATION 35 49 26 - 2 Side Hinge Floodgate C01269C18 A. All Welding to conform to latest edition of AWS D1.2.

PART 3 EXECUTION 3.1 PREPARATION A. Ensure culvert face is plane, smooth and at correct angle. B. Verify gate attachment bolts will not interfere with reinforcing steel in culvert. 3.2 INSTALLATION A. Install in accordance with manufacturer's installations instructions, approved shop drawings, shipping, handling, and storage instructions. B. Sealants, water-stop, and grouting to be applied per product application directions and in accordance with manufacturer's instructions. C. Field Grouting to be completed by appropriate personnel, and in accordance with product application directions and manufacturer's instructions. D. Tolerances: All dimensional requirements must be in accordance with manufacturer's installation instructions and shop drawings. 3.3 FIELD QUALITY CONTROL A. Perform visual dry test for gasket alignment, continuity contact and precompression. B. Products to be operated and field verified including the sealing surfaces to assure that they maintain contact at the correct sealing points. C. Verify that hinging assemblies operate freely and correctly. Verify adjustable hinge on inset gate operates correctly and allows inset gate to hang open or closed with main gate in closed position.

END OF SECTION

C01269C18 35 49 26 - 3 Side Hinge Floodgate