CITY OF Seattle City Light

IMPROVEMENT OF: 2015 POLE REPLACEMENT

SPEC. No. 3593 FUNDED BY: SCL PW#: 2015-063 ORDINANCE #: 124648

VOLUME 1 OF 3

ADVERTISE: AUGUST 31, 2015

BIDS OPEN: SEPTEMBER 23, 2015

SEATTLE,

This page intentionally left blank

City of Seattle

2015 POLE REPLACEMENT

Bid Opening: September 23, 2015, 2:00 P.M.

Ordinance 124648

PW# 2015-063

PROJECT LOCATION: This Project is located in portions of the City of Seattle, WA and the City of Burien, WA.

PROJECT DESCRIPTION: This Project consists of the following elements of Work: Remove and replace 363 Wooden Local Electrical Distribution Poles, relocate the existing overhead conductor or replace with new conductor, and relocate or replace all applicable electrical equipment to the new poles.

The Owner may elect to add additional poles from SCL’s Pole Replacement Program list. Any additional work would be similar in nature and scope to the pole replacement work described in these Contract Documents. All additional work shall be in accordance with Section 1-04.4.

ESTIMATE: The Engineer's Estimate for this Project is $2,600,000.

PRE-BID MEETING: Bidders must attend one of the following mandatory pre-bid meetings, which will be held on the following dates:

1. September 10, 2015, at 10 A.M. at: Room 1940/46, 700 Fifth Avenue, Seattle, WA 98104

2. September 11, 2015 at 10 A.M. at: Room 1940/46, Seattle Municipal Tower 700 Fifth Avenue, Seattle, WA 98104

No bid will be accepted from any bidder who does not attend at least one of the mandatory pre-bid meetings.

This project does not have a WMBE utilization rate based on completed projects and does not require an Inclusion Plan

OBTAINING BID DOCUMENTS: Contract Documents, contacts and Bid instructions are available at https://www.ebidexchange.com/seattle.

Rev 4-29-11

2015 POLE REPLACEMENT

TABLE OF CONTENTS

Advertisement for Bids Signature Page Table of Contents

DIVISION 0 BID AND CONTRACT REQUIREMENTS

Bid Requirements

0-01.1 Instructions to Bidders 0-01.2 Bidders Checklist 0-01.3 Bid Form 0-01.3(1) Bid 0-01.3(2) Declaration 0-01.4 Inclusion Plan (Not Applicable This Project) 0-01.5 Bidder/Subcontractor List

Contract Requirements

0-02.1 Agreement Form 0-02.2 Amendments and Special Provisions 0-02.3 Plans and Specifications 0-02.4 Location of Project 0-02.5 Nature of Improvement

DIVISION 1 GENERAL REQUIREMENTS Page No.

1-02 Bid Procedures and Conditions ......

1-04 Scope of Work ......

1-05 Control of Work ......

1-06 Control of Materials ......

1-07 Legal Relations and Responsibilities to the Public ......

1-08 Prosecution and Progress ......

1-09 Measurement and Payment ......

1-10 Temporary Traffic Control ......

DIVISION 8 MISCELLANEOUS CONSTRUCTION

8-01 Construction Stormwater Pollution Prevention ......

8-34 Distribution Pole Replacement ......

Rev 8-22-2011

Appendix

SCL Construction and Materials Standards/Guidelines

Unanticipated Discovery Plan For Cultural Resources

Environmental Review Form

Permits Franchise Utility Field Inspection Worksheet Franchise Utility Non-Arterial Permit Issuance Worksheet Franchise Utility Field Inspection Worksheet Guideline

City Forms Social Equity Form Public Works WMBE Inclusion Plan Change Request Form Competent Person Evaluation Seattle King County Waste Characterization Form and Instructions Payment and Performance Bond Supplemental Bidder Responsibility Criteria Form Construction Contracts Teaming 360 Review Subcontractor and Supplier Approval Applications Subcontractor Payment Report Contractor’s Shop Drawing Review and Approval Request Project Labor List - Contractor Substitution Request Form Request For Approval Of Material Sources Seattle City Light Spill Notifications Procedures Recycling and Disposal Information Deficient Contractor Performance Evaluation Report Public Works Prevailing Wage Certification & Subcontractor List Request for Information/Design Clarification/Variation Request Submittal Transmittal and Response Construction Stormwater Pollution Prevention (CSWPP) Inspection Form

Wage Rates State Prevailing Wage Rates

Addenda and Modifications

Note: Drawings and Work Order Forms are under a separate cover in Volume 2 and Volume 3

Rev 8-22-2011

BIDDING REQUIREMENTS

INSTRUCTIONS TO BIDDERS SECTION 0-01.1 2015 POLE REPLACEMENT

I. GENERAL

This Contract will be administered by the Director of Seattle City Light, subject to the approval and acceptance of the Director of Finance and Administrative Services. ANY QUESTIONS REGARDING THIS PROJECT SHOULD BE DIRECTED TO THE FOLLOWING:

Before Bid Opening: Mark Fredrickson Public Works Contracts Section 700 5th Avenue, Suite 4900 P.O. Box 34018 Seattle, Washington 98124-4018 Phone (206) 684-7615 Fax (206) 684-8581 Email: [email protected]

After Bid Opening and Before Execution:

Judy Keefe City Purchasing and Contracting Services [email protected] 206-684-8032

After Execution: William Chin Seattle City Light 700 5th Avenue, Suite 4900 P.O. Box 34023 Seattle, Washington 98124-4023 Phone (206) 386-0094 Email:[email protected]

II. BID OPENING

The authorized Bid Form shall be submitted as specified in Section 1-02.9(1). In accordance with Section 1-02.12, Bids will be opened and read orally in:

City Purchasing & Contracting Services City of Seattle Department of Finance and Administrative Services Seattle Municipal Tower, Suite 4112 700 Fifth Avenue Seattle, Washington 98104 Telephone (206) 684-0444, immediately after 2:00 p.m. on the following date:

SEPTEMBER 23, 2015

Rev 4-1-2014 INSTRUCTIONS TO BIDDERS SECTION 0-01.1 2015 POLE REPLACEMENT

III. TIME OF COMPLETION

Work shall begin immediately on the Notice To Proceed Date in the Written Notice from the Engineer, Seattle City Light, and after the date of such notice shall be substantially completed within the following period per Section 3 of the Agreement:

OCTOBER 31, 2016

IV. LIQUIDATED DAMAGES

If the successful Contractor fails to complete Work within the time set forth above, he shall be charged Liquidated Damages per Section 4 of the Agreement Form.

If the Work is not Substantially Complete within the Contract Time, the Contractor shall pay to the Owner, as Liquidated Damages, the sum of $1,950 for each Working Day that the Work has not achieved Substantial Completion exclusive of those days where the Engineer has granted an extension of time.

After Substantial Completion, for each Working Day that the Contractor fails to achieve Physical Completion within the Contract Time, the Contractor shall pay to the Owner, as Liquidated Damages, the sum of $975 for each Working Day that the Work has not achieved Physical Completion exclusive of those days wherefore the Engineer has granted an extension of time.

See Section 1-08.9 for additional details.

Rev 4-1-2014 BIDDER'S CHECKLIST SECTION 0-01.2 2015 POLE REPLACEMENT

1. The authorized Bid Form must be submitted to:

Physical Address: City Purchasing & Contracting Services City of Seattle Department of Finance and Administrative Services Seattle Municipal Tower, Suite 4112 700 Fifth Avenue Seattle, Washington 98104

Mailing Address: City Purchasing & Contracting Services City of Seattle Department of Finance and Administrative Services P.O. Box 94687 Seattle, Washington 98124-4687

by 2:00 p.m. on the date designated for receipt of Bids in the Advertisement for Bids.

If sending by courier (UPS, FedEx, etc.) the physical street address must be used. If mailing by regular US mail, the Post Office Box must be used. Bidders are responsible for ensuring that the proper Zip code is used. The City of Seattle will not be responsible for a late bid.

2. With regard to Section 0-01.3(1) BID:

a. Have you enclosed with your Bid the Bid Guaranty for not less than 5% of the maximum Bid amount that could be awarded including retail sales tax? b. Have you Bid on all items including Additives, Alternates, and Deductives (when indicated)?

3. With regard to Section 0-01.3(2) DECLARATION:

a. Have you provided all information requested? b. Has the official authorized to represent the Bidder signed the declaration? c. Have you acknowledged all addenda?

ALL OF THE ABOVE ITEMS MUST BE COMPLETED OR YOUR BID MAY BE DECLARED NON- RESPONSIVE.

4. With regard to Section 0-01.4 INCLUSION PLAN: a. The Inclusion Plan is not required for this project.

ALL OF THE ABOVE ITEMS MUST BE COMPLETED OR YOUR BID MAY BE DECLARED NON RESPONSIVE.

5. With regard to Section 0-01.5 BIDDER/SUBCONTRACTOR LIST:

Have you completed and signed the Bidder/Subcontractor List? This list is required to be submitted if the Owner has estimated the Project will cost $1,000,000 or more.

FAILURE TO COMPLETE, SIGN, AND SUBMIT THE BIDDER/SUBCONTRACTOR LIST WITHIN ONE HOUR AFTER BID OPENING WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE.

Rev.5-14-12

BIDDER'S CHECKLIST SECTION 0-01.2 2015 POLE REPLACEMENT

6. With regard to Section 1-02.2 SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA: The Supplemental Bidder Responsibility Criteria Form and any additional documentation shall be submitted to CPCS within three (3) Business Days of receipt of request. See Section 1-02.2.

FAILURE TO COMPLETE, SIGN, AND SUBMIT THE ABOVE BY THE REQUIRED DEADLINE MAY RESULT IN THE BIDDER BEING DECLARED NOT RESPONSIBLE

Rev.5-14-12

BID FORM SECTION 0-01.3 2015 POLE REPLACEMENT Page 1

The Bid Form can be found as a separate document at: https://www.ebidexchange.com/seattle

BIDDER/SUBCONTRACTOR LIST SECTION 0-01.5 2015 POLE REPLACEMENT

The Bidder Subcontractor List can be found at: https://www.ebidexchange.com/seattle as part of the Bid Form.

CONTRACT REQUIREMENTS

AGREEMENT FORM SECTION 0-02.1 2015 POLE REPLACEMENT PAGE 1 OF 3

This agreement by and between the Director of Finance and Administrative Services, acting on behalf of The City of Seattle, a municipal corporation of the State of Washington, hereinafter referred to as the Owner, and , hereinafter referred to as the Contractor, witnesseth that in accordance with the terms and conditions of Contract PW# 2015-063 awarded the day of , 20 the parties agree as follows:

SECTION 1. That the Contractor shall do or cause to be done all Work and shall furnish or cause to be furnished all tools, Materials, Equipment, Supplies and labor necessary to improve

2015 POLE REPLACEMENT

as ordered by Ordinance No. 124648 in all respects, in accordance with and as described in the Contract now on file in the office of the Engineer for the following Awarded Contract Price:

Base Bid ...... $

State Sales Tax ...... $ N/A

Awarded Contract Price ...... $

The Contractor shall provide and bear the expense of all Equipment, Material, Supplies, work, and labor of any sort whatsoever that may be required for the transfer of Materials and for constructing and completing the Work provided for in this Contract and every part thereof, except such as are mentioned in the Contract furnished by the Owner.

SECTION 2. The parties shall be bound by the Constitution and Laws of the State of Washington and the Charter, Ordinances, Rules and Regulations of the City of Seattle and by all applicable federal laws and government regulations, which provisions are incorporated by reference herein. For the convenience of the parties of this Contract it is mutually agreed that any claims or causes of action which the Contractor has against the Owner arising from this Contract shall be brought within 180 calendar days from the Completion Date of the Contract. It is further agreed by the parties that any such claims, disputes, or causes of action which cannot be resolved pursuant to the procedures set forth in the Contract Documents shall be brought only in the Superior Court of King County. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action.

AGREEMENT FORM SECTION 0-02.1 2015 POLE REPLACEMENT PAGE 2 OF 3

SECTION 3. The Contractor shall begin the Work of the Contract on the Notice to Proceed Date stated in the Notice to Proceed issued to said Contractor by the Engineer, and to carry said Work on regularly and without interruption thereafter (unless the Engineer shall otherwise, in writing, specifically direct) with such forces as to substantially complete said Work in a manner acceptable to the Engineer by

OCTOBER 31, 2016 after such notice to begin Work; the time of beginning, rate of progress, and time of completion being essential and material provisions of the Contract.

SECTION 4. If the Work is not Substantially Complete within the Contract Time, the Contractor shall pay to the Owner, as Liquidated Damages, the sum of $1,950 for each Working Day that the Work has not achieved Substantial Completion exclusive of those days where the Engineer has granted an extension of time. After Substantial Completion, for each Working Day that the Contractor fails to achieve Physical Completion within the Contract Time, the Contractor shall pay to the Owner, as Liquidated Damages, the sum of $975 for each Working Day that the Work has not achieved Physical Completion exclusive of those days wherefore the Engineer has granted an extension of time.

The Owner and the Contractor agree that establishing the precise amount of actual damage incurred by the Owner due to delay would be difficult to determine. The Contractor hereby agrees the amounts set forth as Liquidated Damages are reasonable amounts and are not a penalty.

SECTION 5. The Owner agrees to employ the Contractor to complete the Work in accordance with the Contract and agrees to pay for the same according to the schedule of Bid item prices listed in the Bid Form, at the time and in the manner and upon the conditions provided for in the Contract. The Contractor shall inform all Subcontractors who work on the Improvement named in Section 1 of this Agreement of the manner and method of payment and the manner and method of measuring or computing the quantities of subcontracted work.

SECTION 6. In accordance with Chapter 39.12 RCW, the City Charter, and the Project Manual, the Contractor shall pay, or cause to be paid to persons employed on or in connection with this Work, not less than the prevailing rate of wage for an hour's work specified for the labor performed.

SECTION 7. The Contractor on behalf of his or her heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants to which the Contractor is obligated under the terms of the Contract.

SECTION 8. It is further provided that no liability shall attach to the Owner by reason of entering into this Contract except as expressly provided herein.

SECTION 9. If the Contractor violates any material covenant or provision of this Contract the Owner may: withhold payment due on any work done under the Contract until the Contractor complies with the Contract; order that the Work be stopped, terminate the Contract, debar the Contractor in accordance with SMC 20.70.

AGREEMENT FORM SECTION 0-02.1 2015 POLE REPLACEMENT PAGE 3 OF 3

Contractor shall declare option for management of statutory retained percentage of this Contract by checking applicable box below.

Contractor elects to submit a bond in lieu of retained funds.

Contractor hereby elects to have the retained percentage of this Contract held in a non- interest bearing fund by The City of Seattle until sixty (60) days following the Completion Date. Contractor hereby elects to have The City of Seattle invest the retained percentage of the Contract from time to time as such retained percentage accrues and in accordance with RCW 60.28.011, .021 and .051. Contractor hereby designates:

Name of Financial Institution

Street Address, City, State, Zip Code

City, State, Zip Code of Financial Institution

as the repository for the escrow of said funds. Contractor hereby further agrees to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The City of Seattle shall not be liable in any way for any cost or fees in connection therewith.

IN WITNESS WHEREOF, the Owner has caused these presents to be signed by the designee of Director of Finance and Administrative Services; and the Contractor has hereunto affirmed his or her signature.

THE CITY OF SEATTLE Director of Finance and Administrative Services

By Date Director, City Purchasing and Contracting Services

CONTRACTOR

Business name

By Date

Title

Rev 01-31-11

2015 POLE REPLACEMENT

0-02.2

AMENDMENTS AND SPECIAL PROVISIONS

0-02.3 PLANS, DRAWINGS AND SPECIFICATIONS (6-13-11)

The Work shall be performed in accordance with these amendments and Special Provisions together with the provisions, insofar as they are applicable, of the following documents:

1. The Engineering Drawings (Located in Volumes 2 and 3 of the Project Manual): WO No. 1403298 Sheet 1 through 5 Volume 2 WO No. 1403835 Sheet 1 through 9 Volume 2 WO No. 1413398 Sheet 1 through 6 Volume 2 WO No. 1417013 Sheet 1 through 8 Volume 2 WO No. 1411374 Sheet 1 Volume 3 WO No. 1411217 Sheet 1 Volume 3 WO No. 1409465 Sheet 1 Volume 3 WO No. 1417281 Sheet 1 Volume 3 WO No. 1416490 Sheet 1 Volume 3 WO No. 1419149 Sheet 1 through 2 Volume 3 WO No. 1418382 Sheet 1 Volume 3 WO No. 1419654 Sheet 1 Volume 3 WO No. 1419425 Sheet 1 through 2 Volume 3 WO No. 1415306 Sheet 1 Volume 3 WO No. 1412233 Sheet 1 Volume 3 WO No. 1411535 Sheet 1 Volume 3 WO No. 1412384 Sheet 1 Volume 3 WO No. 1319949-02,-03 Sheet 1 Volume 3 WO No. 1401684-02,-03 Sheet 1 Volume 3 WO No. 1403231 Sheet 1 through 2 Volume 3 WO No. 1414169 Sheet 1 Volume 3 WO No. 1415204 Sheet 1 Volume 3 WO No. 1413347 Sheet 1 Volume 3 WO No. 1419324 Sheet 1 Volume 3 WO No. 1400252-02,-03 Sheet 1 Volume 3 WO No. 1401522-02,-03 Sheet 1 Volume 3 WO No. 1414690-02,-03 Sheet 1 Volume 3 WO No. 1414709 Sheet 1 Volume 3 WO No. 1416328 Sheet 1 Volume 3 WO No. 1414114 Sheet 1 Volume 3 WO No. 1411473 Sheet 1 Volume 3 WO No. 1414883 Sheet 1 through 2 Volume 3 WO No. 1409718-02 Sheet 1 Volume 3 WO No. 1419741 Sheet 1 Volume 3 WO No. 1419872 Sheet 1 Volume 3

2. The City of Seattle Standard Plans and Standard Specifications, which are comprised of: a. "2014 edition City of Seattle Standard Specifications for Road, Bridge, and Municipal Construction" (hereinafter referred to as the Seattle Standard Specifications).

b. 2014 edition City of Seattle Standard Plans for Municipal Construction (hereinafter referred to as the Seattle Standard Plans).

c. City of Seattle Traffic Control Manual for In-Street Work, 2012 edition, which supplements and is to be utilized in conjunction with the 2009 edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD)," as published by the U.S. Department of Transportation, Washington, D.C.

3. The terms and conditions of such permits, agreements, ordinances, regulations, instructions and requirements as may be included in the appendix or otherwise attached hereto.

4. Street and Sidewalk Pavement Opening and Restoration Rules, Seattle Transportation Director’s Rule 5-2009, dated September 29, 2009. Director’s Rule may be found at: http://seattle.gov/transportation/stuse_pavementopen.htm

0-02.4 LOCATION OF PROJECT (6-13-11)

This Project is located in portions of the City of Seattle, WA and the City of Burien, WA.

0-02.5 NATURE OF IMPROVEMENT (6-13-11)

This Project consists of the following elements of Work: Remove and replace 363 Wooden Local Electrical Distribution Poles, relocate the existing overhead conductor or replace with new conductor, and relocate or replace all applicable electrical equipment to the new poles.

DIVISION 1

GENERAL REQUIREMENTS

SECTION 1-02 BID PROCEDURES AND CONDITIONS

1-02.2 SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA (6-13-11)

Delete this Section in its entirety and replace with the following:

The supplemental Bidder responsibility criteria are contained herein, in Section 1-03.1(4), the Supplemental Bidder Responsibility Criteria Form, and in any additional forms contained in the Appendix. 1. Submission and Evaluation of the Criteria Form The apparent low Bidder shall submit the Form and any additional documentation to CPCS within three (3) Business Days of receipt of request or as otherwise acceptable to CPCS. The documentation shall sufficiently demonstrate, in the sole judgment of the Owner, that the Bidder meets the supplemental responsibility criteria. The Bidder may provide any additional information the Bidder believes demonstrates the experience necessary to satisfy the City’s Bidder responsibility criteria. The Owner may consider this additional information in evaluating the Bidder. The Owner reserves the right to request further documentation as needed to assess Bidder responsibility. The Owner reserves the right to request the documentation from other Bidders. The basis for evaluation of the Bidder’s responsibility under the supplemental criteria shall be the Bidder’s responses and any documents or facts obtained by the Owner whether from Bidder or third parties which any reasonable Owner would rely on for determining responsibility, including but not limited to: (a) financial, historical, or operational data; (b) information obtained directly by the Owner from owners for whom the Bidder has worked, or other public agencies or private entities; and (c) any additional information obtained by the Owner which is believed to be relevant to the matter. In addition to contacting bonding companies, the Owner reserves the right to request financial statements from the Bidder to ensure that the Bidder has sufficient financing and financial capacity for the project.

2. Project-Specific Work Experience The Bidder shall document in Part B of the Form and on the required attachment that the Bidder and the Bidder’s Personnel have “successfully completed” projects of a similar type, size, and scope as required by the specifications and Form for this project; have appropriate equipment available and experience operating such equipment; and have available capacity to take on the work of the project. It is the Bidder’s responsibility to verify that the reference information provided (names and phone numbers) is current. If the Project Manager is unable to contact the individuals in order to verify Bidder or Subcontractor experience, the related experience may not be considered by the Project Manager.

A. Work Completed. Provide a list of all construction contracts completed which are similar in type, size and scope of work to this project as required by the Form and any attached Work Experience Form The Owner will evaluate it based on the criteria listed on the Form and in the specification.

For the purposes of meeting this criterion, the Owner has determined that “similar size and scope to this project” means projects that have the following characteristics:

To be considered a qualified and responsible Bidder, the Bidder shall provide proof that the Bidder has the experience requirements listed below for the specific work to be performed.

1 1. The Contractor shall have constructed or replaced a minimum of fifty (50) wooden and composite utility poles in each of the last three (3) years at voltages over 12 kV.

B. Personnel. 1. Bidder shall submit an organizational chart identifying the Key Personnel. 2. Bidder shall submit a company prepared resume for each Key Personnel identified. 3. The Key Personnel for this Contract shall be the Crew Chief and the Crew Lead. a. Crew Chief: Shall be a journey worker with a minimum of ten (10) years of line experience with projects greater than 12 kV and minimum of three (3) projects of voltages at 26.4 kV or greater. Projects shall include at least one complex overhead system and one complex underground power system. The Crew Chief should have experience working with at least one project with wire sizes from #4 cu or smaller and at least one project with 954 kcml ACSR or larger. b. Crew Lead: Shall be a journey worker with over six (6) years of line experience with projects greater than 12 kV and minimum of two (2) projects of voltages at 26.4 kV or greater. Projects shall include at least one complex overhead system and one complex underground power system.

By submitting the information required on the form regarding Bidder’s personnel, the Bidder certifies that it shall assign such personnel to the Project. In the event it becomes necessary for the Bidder to substitute personnel during the life of the Contract, the following provisions apply a. Prior to substituting a new Project Manager or Superintendent, the Contractor must submit qualifications for the new personnel which meet the criteria provided in the supplemental bidder qualifications specifications for the Engineer’s or Owner’s approval. b. The Engineer or Owner may suspend the project if the Contractor substitutes a Supervisor or Project Manager without the Engineer’s or Owner’s approval. The Contractor shall be fully liable for the additional costs resulting from the suspension of work and no adjustments in Contract time resulting from the suspension of wok will be allowed. 3. Compliance History, Social Equity Compliance, and Legal Criteria For the Bidder to be considered responsible under each criteria requiring a “Yes” or “No” answer, the Bidder shall either have a history of compliance or shall provide an explanation acceptable to the Owner of any extenuating circumstances that contributed to the Bidder’s non-compliance. The criteria apply to the Bidder, personnel listed, and any former companies identified in Part A. A “yes’ may not automatically mean that a Bidder is considered not responsible, but the burden is on the bidder to demonstrate that they should be considered responsible. 4. Failure to Disclose or False Information Failure to disclose information requested on the Form or attachments or the submission of false or misleading information may result in the Owner taking the following actions: a. Rejection of the Bidder’s bid under 1-02.14 b. Revocation of the contract award; c. Termination of the contract under 1-08.10; d. Proceeding with debarment under 1-08.10(8) and SMC 20.70.

2 1-02.4 EXAMINATION OF BID DOCUMENTS AND PROJECT SITE

1-02.4(1) GENERAL [3] (1-18-07)

Supplement this Section with the following:

There is a MANDATORY pre-bid site meeting for this project. All those that wish to bid on the project will need to attend one of the following.

The first pre-bid site inspection is scheduled for:

1. September 10, 2015, at 10 A.M. at: Room 1940/46, Seattle Municipal Tower 700 Fifth Avenue, Seattle, WA 98104

The second pre-bid site inspection is scheduled for:

2. September 11, 2015 at 10 A.M. at: Room 1940/46, Seattle Municipal Tower 700 Fifth Avenue, Seattle, WA 98104

No Bid will be accepted from any Bidder who does not attend at least one of the mandatory pre- bid meetings.

1-02.4(3) ENVIRONMENTAL REVIEW (New Section)

An Environmental Review was completed for this project. The review includes information on work in environmental critical areas, sites with potentially contaminated soil and groundwater, birds, storm water pollution prevention, and polychlorinated biphenyl (PCB) content of transformers.

The document is included in the Appendix of this Project Manual.

1-02.4(4) UNANTICIPATED DISCOVERY PLAN FOR CULTURAL RESOURCES (New Section)

An Unanticipated Discovery Plan for Cultural Resources was completed for this project. The document is included in the Appendix of this Project Manual.

1-02.9 BID SUBMITTAL

1-02.9(4) INCLUSION PLAN

This project does not have a WMBE utilization rate based on completed projects and does not require an inclusion plan.

3 SECTION 1-04 SCOPE OF WORK

1-04.2 COORDINATION OF CONTRACT DOCUMENTS

Supplement with the following:

2. j. Work Order Packages included in Volumes 2 and 3 of the Project Manual.

SECTION 1-05 CONTROL OF WORK

Delete this section and replace with the following:

1-05.3(5) EARLY SUBMITTALS (8-15-14)

The following shall be submitted prior to or at the preconstruction conference:

1. Preliminary CPM schedule; see Section 1-08.3 2. Initial Submittal Control Document; see Section 1-05.3(4) 3. List of waste, recycle and disposal sites; see Section 1-07.3 4. Social Equity Plan (including Apprenticeship Utilization Plan), as applicable; see Section 1-07.11(2)A.

When required by the Contract Documents, the following shall be submitted and approved by the Engineer prior to mobilization onto the Project Site:

1) Construction Stormwater and Erosion Control Plan (CSECP); see Section 8-01 2) Tree, Vegetation, and Soil Protection Plan (TVSPP); see Section 8-01 3) Spill Plan (SP); see Sections 1-07.15(1) and 8-01 4) Health and Safety Plan (if applicable); see Section 1-07.1(2) 5) SDOT Street Use Permit and approved Traffic Control Plan; see Sections 1-07.6 and 1-10.

1-05.3(13) AS-BUILT RECORD SUBMITTALS

Supplement this Section with the following:

Contractor shall provide as-built records in the Contract; the Contractor shall keep at the Project Site Shop Drawings and other drawings accurately detailing deviations from the original drawings. As-built records shall include all changes to the Work including, but not limited to: design changes, fabrications, assembly diagrams, and other as-built records as specified in the Contract and as required by the Engineer.

As-built records shall be kept up-to-date as the Work progresses and shall be available for review by the Engineer.

The Contractor shall submit to the Engineer an as-built record set showing all as-built information required in the Contract within ten (10) Working Days of completion of that portion of the Work. These as- built records shall be accurate, clean, clear, easily readable, and shall become the official as-built record set for the applicable portion of the Work. The Contractor is required to supply a full set of as-built records in order to achieve Physical Completion.

4 1-05.13 SUPERINTENDENTS, LABOR, AND EQUIPMENT

1-05.13(2) RESERVED (8-15-14)

Delete this Title and Section and replace with the following:

1-05.13(2) PERFORMANCE

The full Construction Contracts Teaming 360 Review Form and the Deficient Contractor Performance Evaluation Program and Form are located in the Appendix of the Project Manual.

1. The 360 Review A Teaming 360 Review process and form is required for all projects with an engineer’s estimate of $1,000,000 or more. This form and process will be utilized by the City for other projects if the City has determined that it may prove beneficial to the City and Contractor.

The 360 Review is intended to:

a. Support collaborative communications on City construction projects; and b. Share information at preconstruction, project midpoint, and project physical completion to team and facilitate a quality construction experience for both the Owner and the Contractor.

The 360 Review is provided for communication and collaboration, not for determinations of responsibility, debarment or performance. If a Contractor’s performance is so significantly below standards as to be deficient, follow Subsection 2 below.

2. Contractor Deficient Performance Evaluation If the administering department determines that the Contractor’s performance during the construction of the Project is so significantly below City standards as to be deficient, the department will follow the Deficient Contractor Performance Evaluation Program and Form. If the deficiency is regarding the Contractor’s compliance with social equity requirements during the Project, the evaluation will be provided by the City Purchasing and Contracting Services on a separate Deficient Contractor’s Performance Evaluation Form.

The Contractor’s Deficient Performance Evaluation Program is intended to: a. Provide the City with a rational basis when determining Bidder responsibility in awarding future Work; and b. Provide a history and an assessment of a Contractor’s performance on prior City Contracts for use in debarment proceedings as authorized by SMC 20.70.050.

SECTION 1-06 CONTROL OF MATERIALS

1-06.2 SAMPLES AND TESTS FOR ACCEPTANCE OF MATERIALS (8-15-14)

In the Second Sentence replace Section 1-03.1(4) 6) a) with Section 1-03.1(4) 8) a.

5 SECTION 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

1-07.5(6) ARCHAELOGICAL AND HISTORIC PRESERVATION

Delete the first paragraph and replace with the following:

The Contractor shall follow the SCL Unanticipated Discovery Plan while conducting any ground disturbing activities, including vegetation removal. Should the Contractor discover or observe any archaeological materials during project activities, all work in the immediate vicinity shall stop, and the Engineer shall be promptly notified. The Engineer will immediately notify Environmental Affairs Division and Environmental Affairs Division will notify the State Department of Archaeology and Historic Preservation, the County planning office, and affected Tribe(s).

Should the Contractor discover or observe human remains during project activities all work shall stop immediately, the area shall be secured and the Engineer shall be promptly notified. The Engineer will immediately notify Environmental Affairs Division and Environmental Affairs Division will notify law enforcement, the county medical examiner, the State Physical Anthropologist, Department of Archaeology and Historic Preservation, the County planning office, and the affected Tribe(s).

1-07.6 PERMITS

1-07.6(1) CONTRACTOR OBTAINED PERMITS (6-13-11)

Supplement this Section with the following:

For sites located within the City of Seattle, the Contractor shall obtain and pay all fees for a street use permit from: City of Seattle Seattle Department of Transportation Street Use Division 700 Fifth Avenue, Suite 2300 P.O. Box 34996 Seattle, Washington 98124-4996

Permit fees will be charged to the Contractor, comprised of a base permitting fee and mapping surcharge, plus a variable charge depending on the street designation, area occupied, and length of time occupied. All other fees associated with the Permit (including inspection fees) will be charged to the Contractor. Copies of sample worksheets for calculating the fee are included in the Appendix. Contact the SDOT Permits counter for further information concerning this permit:

SDOT Permits Counter Email: [email protected] Hours: M-W, F 8-5, Thurs, 10:30-5

Information on SDOT Street Use permits can be found at the Street Use, permit link at http://www.seattle.gov/transportation/stuse_permits.htm.

For sites located within the City of Burien, the Contractor shall obtain and pay all fees for permits from:

Permit Center/Community Development 400 SW 152nd Street Suite 300 Burien, WA 98166 Contact: Rick Atkinson, Right of Way Inspector, 206-439-3161

6 1-07.11 SOCIAL EQUITY IN CONTRACTING

1-07.11(5)C APPRENTICE UTILIZATION PLAN (05-19-15)

Delete the website listed and replace with the following website:

http://www.seattle.gov/city-purchasing-and-contracting/social-equity/apprenticeships

1-07.17 UTILITIES AND SIMILAR FACILITIES

1-07.17(1) UTILITIES AND SIMILAR FACILITIES, GENERAL (8-15-14)

In the end of the 9th paragraph, replace See Section 1-05.3(5) with 1-05.3(6).

1-07.18 INSURANCE

1-07.18(1)D RESERVED

Delete this Section in its entirety and replace with the following:

1-07.18(1)D IN-TRANSIT POLLUTION LIABILITY INSURED (1-31-11)

CA 99 48 and MCS 90 endorsements are required on the Automobile Liability insurance policy unless in- transit pollution risk is covered under a Pollution Liability insurance policy.

1-07.18(1)E RESERVED

Delete this Section in its entirety and replace with the following:

1-07.18(1)E XCU AND SUBSIDENCE PERILS NOT EXCLUDED (1-31-11)

The Contractor’s CGL insurance shall not exclude perils generally known as XCU (Explosion, Collapse and Underground Property Damage), Subsidence, Absolute Earth Movement (except as respects earthquake peril only) or any equivalent peril.

1-07.18(1)F RESERVED

Delete this Section in its entirety and replace with the following:

1-07.18(1)F PRODUCTS AND COMPLETED OPERATIONS ADDITIONAL INSURED (1-31-11)

The Contractor’s CGL insurance shall include the Owner as an additional insured for Products and Completed Operations by providing additional insured status on the ISO CG 20 10 11 85 or CG 20 37 endorsement, or by an equivalent policy or endorsement provision. The Products and Completed Operations additional insured status for the Owner shall remain in effect for not less than three (3) years following the Physical Completion Date or Final Acceptance of the Work (as applicable) by the Owner.

7 1-07.18(1)G RESERVED

Delete this Section in its entirety and replace with the following:

1-07.18(1)G CONTRACTOR’S POLLUTION LIABILITY INSURANCE (4-1-14)

The Contractor shall provide a Pollution Liability policy for pollutants that are or may be remediated on or off site covering claims, including investigation, defense, or settlement costs and expenses that involve bodily injury and property damage (including natural resources damages and loss of use of tangible property that has not been physically injured) covering:

1. Pollution conditions caused or made worse by the Contractor, including clean-up costs for a newly caused condition or a historical condition that is made worse. 2. The vicarious liability of subcontractors of any tier.

Such Pollution Liability insurance shall provide a minimum limit of liability of $1,000,000 each claim with a minimum aggregate limit of 200% of the each claim limit. There shall be no requirement for a dedicated project aggregate limit provided that the Contractor shall (1) cause to be submitted to the City prior to the Notice to Proceed date with its insurance certification a written statement from its authorized insurance representative that the full minimum aggregate limit is available and has not been impaired by any claims reserved on another project, and (2) thereafter, until the completion of the Work, the Contractor shall provide notice in writing to the City within ten (10) days of Contractor’s constructive knowledge of any pending or actual impairment of the aggregate limit. If In-Transit Pollution Liability is required but is not provided for under the Automobile Liability insurance per Section 1-07.18(1)B then the Contractor must provide evidence of transportation coverage under the Contractor’s Pollution Liability policy.

1-07.18(1)H RESERVED

Delete this Section in its entirety and replace with the following:

1-07.18(1)H UMBRELLA OR EXCESS LIABILITY INSURANCE (1-31-11)

The Contractor shall provide minimum Excess or Umbrella Liability coverage limits of $2,000,000 each occurrence in excess of the primary CGL and Automobile liability insurance limits specified in section 1- 07.18(1)A and 1-07.18(1)B. The minimum total limits requirement of $3,000,000 may also be satisfied with primary CGL and/or Automobile liability insurance limits or any combination of primary and excess/umbrella limits.

1-07.30 DISCOVERIES OF CONTAMINATED MATERIAL(S), DANGEROUS WASTE(S) AND TSCA WASTE(S)

1-07.30(2) PRESENT SITE CHARACTERIZATION

Delete this Section and replace with the following:

1-07.30(2) PRESENT SITE CHARACTERIZATION

No contaminated soils or groundwater have been identified within the project area. However, some poles are located near areas that could contain soil or groundwater with hazardous constituents. Refer to the Owner’s Environmental Review available in the Appendix of this Project Manual.

If during excavation, unanticipated evidence of contamination is identified (e.g. staining, odors), the Contractor shall cease work in that location and the Engineer shall be notified. The Engineer will coordinate soil sampling and analysis prior to work continuing in that location. Potentially hazardous material cannot be transported from the site of discovery.

8 1-07.30(3) DISCOVERIES

Supplement the end of 5th paragraph with following:

The Contractor shall submit proof of training to the Engineer prior to starting any work which requires hazardous waste training (i.e. work in areas of contaminated soil or groundwater).

1-07.31 HEALTH, SAFETY AND ENVIRONMENTAL PROVISIONS (New Section) (4-1-14)

1-07.31(1) RESERVED

1-07.31(2) HEALTH AND SAFETY

1. The Contractor shall comply with the requirements of Section 1-07.1(2). 2. Contractor shall comply with all safety and health provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA), as amended, including DOSH Safety and Health Core Rules (Washington Administrative Code [WAC] 296-800) and Hazardous Waste Operations ((WAC 296-843), as applicable); all other applicable federal, state, county and local laws, ordinances and codes; the requirements set forth herein, and any regulations that may be specified in other parts of this Contract. In case of conflict or overlap, the provisions more protective of employee safety and health shall apply. Failure to become thoroughly familiarized with these safety and health provisions shall not relieve the Contractor of responsibility for compliance with the obligations and requirements set forth therein. 3. Definitions of terms used in this specification shall be those found in WAC 296-843-300. Refer also to 29 CFR 1910. 4. The Contractor shall inspect the Project Site to identify potential hazards for workers. 5. The Contractor shall have instituted a corporate health and safety program and have (when required based on Project Site conditions) workers who are trained in hazardous waste site health and safety issues in accordance with 29 CFR 1910.120 of the Federal Register and WAC Chapter 296-843, and personal protective equipment for employees as needed. 6. The Contractor shall ensure that all employees and/or subcontractors are aware and trained regarding Seattle City Light’s Arc Flash Electrical Safety Department Policy and Procedure (DPP). Provisions of contractor provided training and evaluation shall be included as part of the “Health and Safety Plan”; submitted to the Engineer for review and approval. 7. The Contractor shall have a designated health and safety officer present on site during soil excavation, dewatering, and loading of soils and water. 8. Submit proof of training and updated annual refresher prior to starting any Work, which requires hazardous waste training (i.e., work in areas of contaminated soil and/or groundwater). These materials shall be submitted to the Engineer with the Health and Safety Plan. 9. The Contractor shall identify hazards, and develop and implement an appropriate Health and Safety Plan for all activities involving contaminated materials as per WAC 296-843. The Engineer will review the Health and Safety Plan and reserves the right to comment on it, but the Engineer will not be responsible for approval of the Contractor's Health and Safety Plan. The Health and Safety Plan shall be submitted to the Engineer no later than ten (10) working days prior to the start of Project Site Work.

1-07.31(3) SUBMITTALS LIST

The Contractor shall submit to the Engineer for review all of the following documents:

1. Health & Safety Plan; See Section 1-05.3(5).

9 1-07.31(4) MEASUREMENT (New Section)

Measurement for “Health and Safety Program” will be by the lump sum.

1-07.31(5) PAYMENT (New Section)

Compensation for the expenses incurred to complete the work described in Section 1-07.31 will be made at the Contact unit prices Bid only for the pay items listed or referenced below:

1. “Health and Safety Program”, per lump sum.

The Bid item price for “Health and Safety Program” shall include all costs for the Work required by Section 1-07.31. Payments for “Health and Safety Program” will be pro-rated in equal monthly payments beginning in the month or pay period in which the Work begins and ending in the month or pay period in which the projected last Working Day occurs, not allowing for Work suspensions.

SECTION 1-08 PROSECUTION AND PROGRESS

1-08.1(2)A PRECONSTRUCTION CONFERENCE (8-15-14)

Delete everything after item 8 of the second paragraph and replace with:

9. Reserved.

10. To review the Social Equity Plan.

11. To start the 360 Review process for projects as applicable; see 1-05.13(2)

See section 1-05.3(5) for submittals due at the preconstruction conference.

1-09.6 FORCE ACCOUNT

1-09.6(3) MATERIALS (8-15-14)

In the second sentence, replace ” Materials” with “direct material costs”

1-09.9 PAYMENTS

1-09.9(4)A REQUEST FOR CONTRACT COMPLETION DATE (8-15-14)

Under 1. add g. and make the current g. the new h. g. The 360 Review is completed for all applicable projects; and

SECTION 1-10 TEMPORARY TRAFFIC CONTROL

1-10.2 TRAFFIC CONTROL MANAGEMENT

1-10.2(5)C GENERAL TRAFFIC CONTROL RESTRICTIONS (6-13-11)

Supplement this Section with the following:

The Traffic Control Plan shall be in accordance with the following street and lane closure restrictions:

Maintain local access at all times.

10 DIVISION 8

MISCELLANEOUS CONSTRUCTION

SECTION 8-01 CONSTRUCTION STORMWATER POLLUTION PREVENTION

8-01.3 CONSTRUCTION REQUIREMENTS

8-01.3(2) CONSTRUCTION STORMWATER POLLUTION PREVENTION SUBMITTALS

Delete this Section and replace with the following:

Required submittals for Construction Stormwater Pollution Prevention are:

a. Construction Stormwater and Erosion Control Plan (CSECP) b. Tree, Vegetation and Soil Protection Plan (TVSPP) c. Spill Plan (SP)

The submittals described in this section shall be submitted as individual plan(s) for review by the Engineer. Updates, phasing, and locations shall be coordinated among all plans. The Contractor shall allow 10 Working Days for review of the SWPPP, TVSPP, SP and qualifications for recycling and/or disposal facilities for soil.

8-01.3(2)C SPILL PLAN

Delete and replace the paragraph under “2. Spill Reporting” with the following:

The Contractor shall follow the instructions included with SCL’s Spill Notification Procedures table included in the Appendix. The project-specific contact information shall be provided in the table and included as part of the Spill Plan.

SECTION 8-34 DISTRIBUTION POLE REPLACEMENT (New Section)

8-34.1 DESCRIPTION

8-34.1(1) GENERAL

This Work shall consist of removal and replacement of wooden local electrical distribution poles, relocation of the existing overhead conductor or replacement with new conductor, and relocation or replacement of applicable electrical equipment to the new poles.

All work requiring qualified electrical workers shall be IBEW Local 77.

8-34.1(2) DEFINITIONS

Waste Poles and Crossarms: Shall be all sections of wood poles topped off above the communications or otherwise cut into sections or pieces, and all wood poles and wood crossarms removed during construction with either no identifiable brand or a brand indicating the pole or crossarm was manufactured more than fifteen (15) years before the Notice to Proceed of the Contract.

8-34.1(3) CUSTOMER RELATIONS

It is understood that the Contractor does not represent the Owner and has no authority to obligate the Owner for any reason or benefit of any kind to any person.

11 8-34.1(4) ENVIRONMENTAL COMPLIANCE

1. Hydrocarbon Spill Prevention and Clean Up: The Contractor is required to have spill prevention and cleanup plans and materials on site. Hydrocarbon spill prevention and cleanup shall be included in spill plans and plans must be followed in a spill event, reference Section 8-01.3(2)C for Spill Plan requirements. 2. PCB Handling and Disposal: The Contractor shall properly dispose of all possible hazardous materials not turned back in to the Owner in accordance with law and be properly trained to deal with all potentially hazardous materials. 3. Asbestos Abatement and Disposal: The Contractor is responsible for providing staff trained to identify Asbestos. If the Contractor identifies asbestos which was not previously identified by the Owner, the Contractor shall notify the Engineer in writing for a change request for additional payment for abatement and disposal. The Contractor shall include plans and protocols to safely removal and transfer and materials identified on site in the Health and Safety Plan, reference Section 1-07.1(2) for plan requirements. 4. Chemicals and Cleaning Solutions: The Contractor shall provide the Engineer with any and all applicable Material Data Safety Sheets for any chemicals and/or cleaning solutions that are used in the course of performing its work. 5. Hazardous Waste and Water Procedures and Disposal: Follow requirements defined in Section 1-07.30(2). 6. Methane Buffer Zone: The Owner has determined that one pole, 1337036, falls within an old landfill buffer area that could potentially leach methane or other chemicals into the air during ground disturbance. The Contractor is responsible for the safety of their team when working in this area. 7. Avian Sensitive Areas: A. The following poles fall within known Avian Sensitive Areas: 1342439; 1368155; 1339983; 1339984; 1348683; 1321203; 1332883; 1332882; 1332881; 1332781; 1364040; 1344951; and 1378571 B. Never move or relocate active nests without Engineer and Environmental approval. C. Nests that do not pose an operational, safety or electrocution hazard should not be removed. D. Install exclusion materials on replaced poles in Avian Sensitive Areas in accordance with SCL Standard Details: 0072.01 – Wildlife Protection, Small Birds and Animals 6910.10 – Wildlife Protection Products, Assorted 6912.07 – Plastic Bird Spikes D15-1 – Bird Guard Installation E. The following poles have known woodpecker holes: 1320344; 1319546; and 1389547. Information on how to determine if a nest is present in a woodpecker hole is included in the Environmental Review. 8. Two poles - 1321203 and 1378571 require poles liners to prevent the potential leaching of chemicals into the groundwater:

8-34.1(5) RECORD DRAWINGS

Contractor shall provide record drawings per section 1-05.3

12 8-34.2 MATERIALS AND EQUIPMENT

8-34.2(1) GENERAL

The Owner will furnish poles and all line related materials necessary to complete the pole replacement work at no cost to the Contractor.

Work Order packages included in the Project Manual quantify the various materials and contract requirements required and furnished by SCL in each Work Order. In addition to stock materials indicated in the Work Order packages, SCL will provide incidental items associated with completing the line related work.

Materials provided by the Owner do not include required backfill, BMP materials, civil restoration materials or any materials required to repair damage caused by the Contractor, except as otherwise specified in the Contract Documents.

The Contractor shall provide all labor, trucks, cranes, tools, material pans, appropriate backfill materials and equipment necessary to perform all work described in the Contract Documents.

8-34.2(2) DELIVERY

All hardware, insulators and associated materials furnished by the Owner shall be delivered to the Contractor between the hours of 9:00 a.m. to 12:00 p.m. and 12:30 p.m. to 3:30 p.m. to the Contractor’s pre- designated secured fenced yard. This includes all crossarms, conductor, transformers and/or poles.

Due to heightened security, the Contractor will not be allowed on SCL property under any circumstances. All material and equipment deliveries will only be made by authorized SCL personnel.

The Contractor shall pre-arrange a secured location(s) with the Owner near the project site and as close to SCL’s Service Center(s) as possible to deliver materials for job sites. The secured location(s) shall be located within Seattle City Lights Service Area Boundary. The Contractor shall be responsible for transporting materials to the individual job locations once in their possession. Should any materials become damaged by the Contractor, the Contractor’s employees or his assignees, the Contractor shall bear full responsibility for all costs associated with the replacement of these damaged materials.

8-34.2(3) SECURITY

The Contractor shall be responsible for the security of all of the materials provided to them by the Owner for the work until the materials have been installed and the installation has been approved by the Engineer. Any and all extra materials that were not used for the contract work are the Owner’s property and will need to be itemized by the Contractor for return to SCL’s material warehouse or to the closest SCL Service Center at the end of the contract. The Contractor shall be required to make arrangements with the Engineer representative for picking up these extra materials.

8-34.2(4) DEFECTIVE MATERIALS

All Owner furnished materials must be inspected and be receipted for by the Contractor on delivery and the Contractor shall be responsible for the proper use and safeguarding of all such materials until final acceptance of the work by the Engineer. If, at any time, the Contractor discovers any defects in the materials furnished by the Owner, the Contractor shall immediately notify and submit to the Engineer a written report describing such defect. The Contractor shall immediately cease to use such defective items pending receipt of instructions from the Engineer.

13 8-34.2(5) WASTE AND SALVAGABLE EQUIPMENT

The Contractor shall retain, store and secure all waste and salvageable equipment and materials generated as part of this pole replacement contract. The Contractor shall remove and take possession of all waste poles, crossarms, all salvaged equipment, and electrical materials removed from the old poles and store the salvaged materials in their secured yard until such time that the Owner can pick up the salvaged materials. Waste poles and crossarms are to become the property of the Contractor. The Contractor shall be responsible for the hauling and disposal of all waste poles and waste crossarms. No poles, crossarms or salvaged materials are to be given to the public or to the Contractor’s employees. The Contractor shall contact the Engineer to have all salvageable materials removed from their secured site.

8-34.2(6) RETURNED MATERIAL CATEGORIZATION

All returned material (except cable and transformers) shall be separated into the groupings listed below and placed in or on metal bins, cages, pallets, or reels, as appropriate. The Contractor shall contact the Engineer when a pickup is needed by the Owner at the same drop off area. All removed material shall be properly identified and tagged with Work Order and/or Task Number. All material shall specify either: over- issued, salvage, scrap, or retired, as appropriate.

1. Bare Aluminum Wire 2. Insulated Aluminum Wire 3. Iron - Guy Insulators and Guards removed and sorted separately 4. Meters 5. Brass 6. Bare Copper Wire and Solids 7. Insulated Copper Wire 8. Glass or Porcelain-Insulators 9. Scrap Crossarms-all hardware removed and sorted separately 10. Scrap Pole-all hardware removed and returned to the Pole Yard 11. Nuts, Bolts, Washers 12. Schedule 80 PVC lengths ten feet (10’) or more, Schedule 40 PVC twenty feet (20’) or more 13. Other returned materials

All new cable which exceeds the lengths set forth in the table below, shall be placed on individual reels, tagged by type of wire, Work Order and Task Number and returned to SCL’S Service Center Pole Yard for reuse by the Owner.

#2 Primary 200’ 1/0 Primary, bare neutral 200’ 1/0 Primary, jacketed 200’ 350 KCM Primary 300’ 750 KCM Primary 300’ 1000 KCM Primary 300’ All other wire 300’

All overhead transformers removed from poles shall have wire leads removed. A Transformer Report Card furnished by the Owner, shall be filled out and supplied with each transformer installed and a separate card for each transformer taken down. Transformers and cards will be picked up by the Owner upon notification of the Engineer.

Upon completion of the project, all Owner furnished materials not used in connection with the work and removed materials (except "waste poles and crossarms" and other waste as described in 8-34.2(5) Waste and Salvageable Equipment, shall be itemized and catalogued by the Contractor for pick up by the Owner for return to SCL’s warehouse. All materials that are to be returned to the Owner shall be identified with the applicable work order and task number. The cost of all materials that were originally delivered to the Contractor for this contract, but are unaccounted for (i.e., material furnished to the Contractor by the Owner which was either damaged or lost by the Contractor and not returned to the Owner) at the end of the contract shall be deducted from amounts due the Contractor under this Contract.

14 8-34.2(7) WOOD POLES

Poles shall be set and framed according to the Contract Documents and SCL’s Construction Guidelines. Poles shall be set at the locations specified, truly perpendicular within the following tolerances:

1. The Contractor shall set each pole within four inches (4”) of the correct location along the line or three inches (3”) across the line. 2. Contractor shall set each pole within four inches (4”) of perpendicular, except as noted below. 3. Poles or structures supporting conductor angles or angle dead-ends shall be raked one and one- half inches (1.5”) per ten feet (10’) of pole length or as directed by the Engineer. Raking shall not be accomplished by pulling guys.

Poles shall be handled with care to prevent damage to the wood, pole butt jacket or the preservative treatment. Cant hooks, peaveys or pole tongs shall not be used in the butt area to three feet (3’) above the ground line.

Setting depths and framing of poles shall be according to the Contract Documents and SCL’s Construction Guidelines.

All poles shall be properly aligned within the tolerances specified above, both before and after stringing and clipping-in or tying-in of the conductor.

All drilled holes and all cuts exposing untreated wood shall be treated generously with applications of a Owner approved preservative, and unused holes in the pole shall be tightly plugged with treated wood plugs. Owner approved treatment and wood plugs shall be furnished by the Owner.

Straightening any existing poles shall be done by methods acceptable to the Owner. Generally, poles shall be straightened by excavating around the butt, then re-tamping with select backfill.

The Contractor shall identify each pole with permanent metal letters and numbers (to be supplied by the Owner).

The Contractor shall manage all waste products and crossarms and all returnable poles and crossarms in accordance with Section 8-34.2, Materials and Equipment.

8-34.3 CONSTRUCTION REQUIREMENTS

8-34.3(1) GENERAL

Handling and Transportation of Materials: All materials shall be handled and transported by the Contractor in such a manner as to preserve their true shapes and values. Material handling pans shall be supplied by the Contractor and used during the process of construction. The Contractor shall be responsible for all materials stored at its secure storage area as well as the construction sites, and the Owner will have no responsibility or liability in connection therewith.

Equipment and Methods: 1. Assembly and erection of structures, equipment and materials shall be conducted in such a manner and by use of such equipment as not to cause damage to any part of the structures, equipment or materials. Care shall be taken to maintain the true geometric shapes of the structures, equipment and materials. 2. The use of force, which would distort members or damage galvanizing or paint is prohibited. 3. Wrenches used shall be of a type which will not deform nuts or cut or flake galvanizing. 4. When lifting structures, equipment and materials, care shall be taken to prevent damage or injury to existing conductors, equipment, property and persons. 5. Any structure(s), equipment and/or materials damaged by the Contractor during the performance of their work shall not be installed. The Contractor shall immediately inform the Engineer of such damage and arrange for replacement of the damaged structure(s), equipment and/or materials with the Engineer.

15 8-34.3(2) EXISTING DISTRIBUTION AND TRANSMISSION SYSTEM

All work done on SCL’s system shall be completed without power outages to customers whenever possible. If it becomes necessary to schedule an outage, outage time shall be kept to a minimum and advance approval from the Engineer shall be obtained at least ninety-six (96) hours prior to the outage. Upon approval, the Contractor shall give a minimum of forty-eight (48) hours’ notice to SCL’s customers using SCL approved door hangers.

8-34.3(3) REPORT OF ALL ACCIDENTS, PROPERTY DAMAGE AND UNAPPROVED OUTAGES

The Contractor shall be responsible for damage to public and private property resulting from the Contractor’s operations. The Contractor shall provide the Engineer with a formal report of any and all accidents, property damage and/or unapproved electrical outages that may have occurred during the course of performing the Work under this Contract. The report shall identify what occurred and what appropriate steps have been and/or will be taken to prevent future occurrences. The Contractor shall supply the report to the Engineer with the as-built information.

8-34.3(4) CLEARANCES

The Contractor shall be responsible for taking and holding their own electrical clearances when required. Individual clearance holders will be required to go through a training session based on the Owner’s System Operation Center (SOC) guidelines to familiarize the clearance holder with the Owner requirements for holding and maintaining a clearance on the SCL electrical system. The Engineer will provide the Contractor a Yellow Book (“System Operations Clearance Keep Open and Hold open Procedures”, Revised Oct 2007) that outlines procedures and guidelines to follow at all times during clearance.

SCL’s Chief Dispatcher, Dana Wheelock or designee at 206-706-0241 will be the contact for the Owner.

The Engineer reserves the right to review the crew’s qualifications and direct the Contractor to replace those employees who are not qualified and competent persons.

8-34.3(5) JOINT USE COORDINATION FOR POLE ATTACHMENT TRANSFERS

The Engineer will be responsible for coordinating and contacting SCL’s Joint Use Department after the Contractor’s work has been completed, and accepted by the Engineer, to advise that the other utilities or other renters on the old poles can begin to transfer their services to the new poles.

8-34.3(6) CONTRACTOR RESPONSIBILITIES

All work shall be done in a workman-like manner and be performed in accordance with SCL Standards and this Specification. Additional copies of the current Construction Standards can be obtained by contacting the OWNER at http://www.seattle.gov/light/engstd/es4_print.asp or through our distributor at https://docstore.kinkos.com/seattlecitylight/ .

Prior to beginning any construction, the Contractor shall inform the Engineer, of the name and contact information of the Contractor’s Crew Foreman assigned to this project. Such Crew Foreman shall not be changed by the Contractor during the course of the work without first obtaining approval from the Engineer. In the event of such a change in Crew Foreman, the Contractor shall thoroughly brief the new Crew Foreman on the status and progress of the work.

The Contractor shall be responsible for all damage and injury caused by the Contractor’s employees, agents or subcontractors to persons or property during the course of the work including, but not limited to, roads, sidewalks, driveways, lawns, landscaping, agricultural crops, signage, monuments, permanent and/or temporary structures, and animals. Any damage by the Contractor to the aforementioned items or to roads, sidewalks or other property must be corrected and the property restored to its original condition by the Contractor at the Contractor’s expense.

16 It is understood that any information concerning utilities or obstructions given to the Contractor by the Owner, and/or shown on the Contract Documents, is available to the Contractor for informational purposes only and is not represented or warranted by the Owner to be complete or accurate. Any incompleteness or errors in such information shall not be cause for any claim for extra payment under this Contract. Prior to bidding, the Contractor shall visit the construction site to acquire knowledge and familiarize itself with reasonably available information relative to the construction conditions.

At least two (2) business days before doing any excavation, the Contractor shall contact Utilities Underground Location Center (1-800-424-5555) to determine the location of any underground facilities. In addition, the Contractor shall locate and contact any utility which may have facilities in the area of the trench/excavation. The Contractor shall be responsible for, and shall repair at its sole cost and expense, any and all damage to other utility facilities (sewer clean outs, water services, TV cable, telephone cable, gas lines, etc…) caused by, resulting from or arising out of the acts or omissions of the Contractor or any of the Contractor’s subcontractors. The Contractor shall meet the requirements of SCL’s Construction Standards, Specifications, and other Contract Documents in maintaining proper clearances between SCL’s electrical facilities and other utilities.

The Owner has secured easements or permits over all portions of the right-of-way affected in connection with the work under this Contract, and for ingress and egress over adjacent lands. However, it shall be the Contractor’s responsibility to make any other necessary and appropriate arrangements with affected property owners in connection with the work including, but not limited to, access to property for construction work, property restoration, and scheduling of outages. The Owner will mark the boundaries of the construction easements, if requested by the Contractor, but the Owner makes no representation or warranty that any such boundary marking will remain in place.

The Contractor shall leave streets, roads, driveways and private property in a condition acceptable to the city or county engineer, property owners, and the Owner, as appropriate, upon completion of the work. The Contractor shall be responsible for the removal and proper disposal of construction spoils and all other waste generated as part of the project.

It shall be the responsibility of the Contractor to coordinate the Contractor’s work with the work of all public agencies and private companies that may be working in the project area. The Contractor shall coordinate its work with the City of Burien Municipal utilities’ inspector, the local fire and school, SCL, and any cities involved whenever the Contractor blocks a public road.

The Owner shall be solely responsible for coordinating the applicable relocation work of other franchise utility’s overhead lines and/or equipment. Including Telephone, CATV, and/or any other utilities that are currently located on the poles that have been replaced by the Contractor.

The Contractor shall be responsible for providing a secure location for holding all material and equipment received from the Owner or removed from the assigned project until installation or return of such materials and equipment to the Owner. The Contractor shall provide covered storage for all materials issued in cardboard boxes, and secured building storage for all copper materials issued. The Contractor will be required to re-box materials (issued in cardboard boxes) that are returned with their boxes having been destroyed from improper storage or handling. Removed or unused material must be returned to the Owner’s warehouse under the Work Order and Task Number specified on the Contract Documents.

It shall be the Contractor’s responsibility to coordinate work with SCL’s Vegetation Management Dept., tree trimming and/or other vegetation clearing contractors that may be working in the area. Other than minor vegetation removal, SCL shall be responsible for tree and vegetation trimming. To the extent such coordination results in an unavoidable delay or work interruption to the Contractor, the Owner may in its sole discretion, adjust the Contract completion date, provided, however, in no event shall the Contractor receive extra costs under this Contract due to delays resulting from such coordination efforts.

The Contractor shall provide qualified personnel to switch and verify de-energized conditions of SCL’s facilities and re-energize upon completion. The Engineer shall provide the Contractor a copy of SCL’s Switching and Clearance Procedure Manual upon request.

The Contractor shall review the manual with contract employee(s) that will need to hold a safe work clearance to conduct the work outlined in this contract. The Contractor shall provide the necessary training and ensure that such employee(s) completes the training and testing prior to starting work the Contractor 17 shall provide the Engineer with a list of the Contractor’s employee(s) that are trained to hold SCL’s Safe Work Clearance and a copy of the completed review. This list must be provided on the Contractor’s letterhead documenting that the clearance holders have completed the training on SCL’s Switching and Clearance procedure manual and have correctly answered all questions. The Contractor shall maintain records containing the results of said training to the Contractor’s employees. The Contractor shall be responsible for updating these records if additional clearance holders are needed. Said personnel shall be familiar with SCL’s underground distribution, overhead distribution and transmission system.

The Owner is providing the Contractor with SCL’s available system fault current by voltage class in amps to assist Contractor to be in compliance with WAC 295-45-325,c.

Minimum/Maximum Available Fault Current by Voltage Class In Amps

Transmission Primary Distribution Secondary 115 and 230 kV 4, 13.8, and 26.4 kV 120 to 480V 10,000 to 50,000 5,000 to 40,000 1,000 to 90,000

Electrical workers shall be in compliance with SCL DPP 500P Arc Flash Electrical Safety Procedure, and proper personnel protective equipment are in good condition and properly worn.

8-34.3(7) BREAKAGE AND LOSS ALLOWED

Allowable breakage and loss of materials shall be limited to two percent (2%) of the Owner’s cost of such materials. Breakage and loss in excess of two percent (2%) shall be at the Contractor’s sole expense as listed the Work Order packages’ material request forms.

8-34.3(8) QUALITY AND COMPLETION OF WORK

All work shall be performed in a workmanlike manner and shall comply with SCL’s Construction Standards, Specifications, and other Contract Documents. At the completion of the work, the Contractor shall insure that the work area is clear of any construction-related debris and that all material has been properly managed and all waste properly disposed of in accordance with applicable regulations and the terms of this Specification.

The work required to be performed by the Contractor hereunder shall not be considered complete until such work and the entire contract has been inspected and accepted by the Engineer.

All work, including, but not limited to, all testing performed under this Specification shall comply with the latest revisions of all applicable regulations, safety codes, specifications and standards, including accepted applicable technical definitions as acknowledged and accepted in the industry as of the date of this Contract, which shall include but not be limited to, applicable specifications, standards and requirements issued by the following entities:

ANSI American National Standards Institute NEMA National Electrical Manufacturer's Association ASTM American Society for Testing and Materials NESC National Electrical Safety Code

8-34.3(9) STORM WORK

During storms or other exigent circumstances requiring prompt Owner action in order to restore power following outages caused or expected to be caused by such circumstances, the Contractor’s crews performing work under this contract, at the time such work is required, shall be considered available to the Owner and may be reassigned by the Contractor to other utilities only after release by the Engineer.

The Owner will pay standby time in order to retain assigned crews during the period of time required to obtain a reassignment decision.

18 8-34.3(10) STAKING

The locations of structures and equipment to be installed hereunder shall be staked and/or painted by the Owner prior to the Contractor starting work, but no guarantee is made that such stakes will remain in place.

It shall be the Contractor’s responsibility to verify that all necessary location markers are in place and in the proper location prior to starting construction.

The Contractor shall give the Engineer a minimum of four-eight (48) hours prior notice of the need for location markers to be replaced.

Pole, vault, transformer, street light, and secondary pedestal locations will be marked with thirty inch (30”) white stakes.

Anchor stakes will mark the location of the anchor rod eye and will also be thirty inch (30”) white stakes marked "ANCHOR," with pink flagging.

8-34.3(11) EXCAVATION, TRENCHING, AND BACKFILL

The Contractor shall comply with all applicable laws, regulations and other requirements of state and local authorities including, but not limited to, the Seattle Department of Transportation Rules for Pavement Opening and Street Restoration,Seattle Public Utilities Standard Plans and Specifications and the Storm Water Management Manual for Western Washington including the BMP's referenced in that document when performing excavation, drilling (augering), backfilling and restoration work under or pursuant to this Specification.

The Contractor shall perform trench excavation in conformance with to SCL Construction Guideline U2-10. All primary trenches shall have a minimum depth of thirty-six inches (36”) of cover and all secondary trenches shall have a minimum depth of twenty-four inches (24”) of cover.

For any excavation and trenching requiring trench safety systems, the Contractor shall furnish the Engineer with a separate unit cost for all required safety systems.

After all trenching has been backfilled, the Contractor shall, in the presence of the Engineer, verify the integrity of any conduit installed for future facilities by running a mandrel through the conduit, installing mule tape, and capping the ends of the conduits. All equipment and materials necessary to accomplish this work shall be provided by the Contractor at the Contractor’s sole expense (except for the mandrel which will be supplied by the Owner for use by the Contractor).

The Contractor shall place all pavement patches per Section 5-04 of the City of Seattle Standard Specifications and Standard Plan 404. Pavement patches shall be HMA (CL ½ IN), minimum four inches (4”) thick, and machine rolled flush with existing pavement. All joints and seams shall be sealed with hot asphalt joint sealant.

If so directed by the Engineer, the Contractor shall provide backfill compaction tests performed by an Owner approved testing laboratory. The quantity and location of these tests shall be as specified by the Engineer. The Owner will, pursuant to a Change Order, executed by the Contractor and the Owner, reimburse the Contractor for the reasonable costs of any completed tests that demonstrate that the Contractor’s backfill compaction meets all applicable requirements of this Specification. However, if a compaction test demonstrates that any backfill compaction does not meet any applicable requirements of this Specification, the Contractor shall bear all costs and expenses of such test, and the Owner shall have no responsibility therefore or liability in connection therewith.

The Contractor shall replace, in their entirety, any sidewalks or driveway aprons that are damaged, excavated, sawed through, etc., during construction. All Mailboxes moved during construction shall be replaced in approximately the same location as before construction. Damaged drainage lines shall be replaced to the standards and specifications of the city or county involved. Damaged lawns and grass areas shall be restored with sod. Reseeding is not acceptable except under direct request from the property owner. The Contractor shall replace damaged trees or shrubs with the same type as originally existed, to the satisfaction of the customer, city and all others concerned. The Contractor shall leave streets, roads, 19 sidewalks, driveways and private property in a condition satisfactory to the Engineer, city or county engineer, property owners, and/or other concerned party’s upon completion of the work.

Other utilities, such as gas, telephone, and/or TV, may desire to install their facilities in the new trench. This would be described as a Joint Trench. Details of the Joint Trench will be worked out with the other utilities at an onsite Pre-Construction meeting. The Engineer will notify the Contractor of said utilities’ joint participation. It shall be the Contractor’s responsibility to notify the other utilities of the Contractor’s work dates and to coordinate activities with such other utilities at no additional cost to the Owner.

Any handholes that are required to be installed will be furnished by the Owner and shall be installed per SCL’s Construction Standards and Guidelines. Upon completion of the handhole installation, a SCL Electrical Reviewer shall be called out to test and verify that the installed grounding yields a resistance to ground of 25 ohms or less.

8-34.3(12) OVERHEAD CONDUCTORS

1. Stringing Conductor (as applicable): a. The handling, stringing, sagging and clipping-in or tying-in of the conductor shall be by methods, which will prevent damage to the conductors and line structures in any way. Prevailing safety regulations, SCL Construction Standards, the State of Washington regulations and the National Electrical Safety Code shall be observed where they are applicable. The conductor shall not be permitted to contact the ground at any time, nor to contact any object, other wires or cables (whether energized or de-energized) or any poles, guard structures, etc., which may damage the conductors and line structures in any way. Stringing shall be by the tension method, applied so that the conductor will be installed without damage, and stringing tension shall not exceed the sagging tension for the section of the line involved. b. Stringing sheaves shall run freely and be of sufficient strength to withstand, without damage, the loads imposed upon them. The sheaves shall be sized according to the conductor they are used for and shall be subject to approval by the Engineer. c. Stringing sheaves shall support the conductors at the same elevation as their final position on the insulator, unless otherwise directed by the Engineer. d. Come-a-longs and other gripping devices shall be approved as suitable for size and strength of the conductor being installed by the Engineer. e. Any damage caused by the Contractor to the new and existing conductor shall be called to the attention of the Engineer and shall be dressed, repaired, or the damaged section removed to the satisfaction of the Engineer. This work shall be completed at Contractor’s expense using Owner materials paid for by the Contractor, unless the Contractor can prove the damage was caused by Owner’s negligence, in which event the work and materials shall be completed at the Owner’s expense. f. Stringing lines shall be connected to the conductor with a swivel connection and a stocking-type grip approved by the Engineer. Tail wires of the grip shall be taped so that the grip will run freely in and not damage the sheave. g. Adequate guard structures of a material which will not damage the conductors shall be supplied by the Contractor under the direction of the Engineer to provide protection for crossing over electric supply and communications lines, railroads, roads and highways. Guard structures shall be removed following stringing, sagging and clipping-in. The Contractor shall give five (5) working days’ notice to the Owner and to the owner of any facility being crossed prior to the stringing. Supply lines with a potential of 2300 volts or above shall be guarded or de-energized. All lines de- energized for crossing shall be short-circuited and grounded at the site of the crossing. All work shall be done in a manner to protect the general public, other workers and the Owner’s employees who may be working on lines crossed over or on other tasks in the general project area.

20 2. Placing of Insulators and Insulator Hardware: a. The insulators and insulator hardware shall be carefully handled while being transported, assembled and installed. b. All insulators shall be thoroughly cleaned of all foreign material immediately before being installed. c. Chipped, cracked or broken insulators shall not be installed. All defective insulators shall be tagged as being bad order and returned to SCL’s Warehouse under the direction of the Engineer. d. Hardware shall be handled to prevent contact with the ground, and shall be cleaned prior to installation. e. Suspension and dead-end insulator assemblies shall be lifted near one end of the assembly only.

3. Sagging Conductors (If Applicable): a. Conductors shall be sagged within seventy-two (72) hours of stringing by the Contractor in spans approved by the Engineer and in accordance with the sag tables on the Contract Documents. b. Sagging operations shall not be conducted when, in the opinion of the Engineer, wind or other physical condition may prevent satisfactory sagging. Any delays of the sagging operation due to circumstances beyond the Owner’s control shall be at no additional cost to the Owner.. c. Snubs and tensioning equipment shall be located far enough from structures to avoid overloading of crossarms or insulators. Anchoring of snubs to any structure will be permitted only with the Engineer’s prior approval. d. Conductors shall be sagged by a method approved by the Owner. The Contractor shall provide one sagger for each span in which sags are to be measured. The Contractor shall provide accurate sagging instruments acceptable to the Owner, and shall complete and sign the appropriate Owner conductor sagging record. e. Conductors shall be sagged in one operation between dead-ends where, in the opinion of the Engineer, the length of the dead-end section will permit attainment of the correct sag. All conductors in a section between the dead-ends shall be treated uniformly with respect to tension and time intervals during stringing and sagging.

4. Tying-in/Clipping-in: a. Conductors shall be tied-in/clipped-in following sagging and dead-ending, preferably the same day as sagging, but no later than the third calendar day following sagging. b. Suspension clamps shall be installed so that the insulator strings, if used, shall hang in a vertical plane through the points of insulator string attachment to the structure with the structure properly aligned.

5. All-aluminum and ACSR Conductor Splices and Compression Dead ends: a. The Engineer shall be given a minimum twenty four (24) hours prior notice that the Contractor is installing all-aluminum or ACSR splices and compression dead-ends so the Engineer may be present if desired. b. The Owner will furnish the splice material. The Contractor shall furnish compressor, tools and dies and shall be responsible to see that they are suitable for the conductor and splices. c. Unless otherwise specified by the Engineer, all conductor splices shall be at least twenty-five feet (25’) from supports after conductor is clipped-in and shall be at least fifty feet (50’) with respect to distribution, and one hundred feet (100’) with respect to transmission, from any compression fittings. Splices shall be avoided in crossing over major communication lines, railroads and highways as applicable. d. Before making a splice, the conductor shall be laid out in a straight line for twenty-five feet (25’) on either side of the splice. No splice shall be made within fifteen feet (15’) of any cable grip holding the conductor in full or partial tension. e. The ends of the conductor shall be cut back beyond any damaged or missing strands. Loose strands shall be tightened by twisting the outer layer in the direction of the lay and shall be seized with aluminum wire to prevent unraveling. The bore of all-aluminum sleeves and the surface of the conductor shall be thoroughly cleaned with a wire brush immediately prior to compression. f. The tension splices and dead-ends shall be installed and compressed in accordance with the manufacturer's printed instructions, and in accordance with the following: 1). Lay the conductor along side the splice or dead-end and mark the conductor with tape at the proper length so that when the conductor is inserted into the splice or dead-end up to the tape, the conductor will completely fill the body. 2). Inject filler compound into the barrel of the aluminum dead-end or splice body, using a caulking gun, until the filler shows at the end of the body. Slight bends in the aluminum

21 sleeve may be straightened by hammering, using a hardwood block to protect the barrel from direct hammer blows. g. Jumper terminals and connectors shall be installed in accordance with the manufacturer's printed instructions and according to the instructions specified by the Engineer. Prior to bolting the terminal dead-end connection, both tongues shall be thoroughly cleaned with a wire brush, coated with joint compound and again abraded with a wire brush through the compound. Aluminum bolts shall be tightened with a torque wrench to torque standards. h. At the completion of pressing operations, all wrapping, binding and excess grease or compound shall be removed. All corners, sharp projections and indentations resulting from the compression shall be carefully rounded. All other edges and corners of the fittings that have been damaged shall be carefully rounded to their original radius. Nicked or abraded surfaces shall be carefully smoothed. i. All secondary connections at poles with multiple services shall be connected using appropriate sized cylindrical aluminum compression sleeves and either a Stanley CT-06 hydraulic press or an Anderson VC-6 hand pump press. (no md-6 side by side sleeves). j. Insul-links can be used at the weather-head and at poles with single service connections. k. All copper to copper neutral connections shall be made with copper clad split bolts tightened and taped. l. All copper to aluminum neutral connections shall be made with appropriately sized ampacts or appropriately sized side by side two bolt clamps. A #2 copper stirrup can be ampacted to aluminum neutrals for the making of copper to copper connections using split bolts.

6. The existing conductors to be removed shall not be used to pull in the new conductors unless approved by the Engineer.

8-34.3(13) ANCHORING AND GUYING

A minimum of one (1) cubic yard of concrete, provided and installed by the Contractor, shall be used for each plate anchor unless otherwise specified. The Contractor shall tamp all other backfill to a uniform compaction with pneumatic tamping equipment. See details in SCL’s Construction Standard No. 4-6-2.0.

When necessary to break a concrete or asphalt surface, said surface shall be replaced or patched in a workman-like manner to their original condition as detailed in the Contract Documents and to the satisfaction of SCL Guying and Anchoring Standard D6-4.

When necessary to install anchors in seeded or grassy areas, these areas shall be restored, as nearly as possible, to their original condition and in a professional, quality manner as detailed in the Contract Documents and to the satisfaction of the Engineer.

Helix anchors shall be driven into the ground to a depth which will attain the required holding power. The Contractor’s equipment must be able to provide torque up to 8,000 foot-pounds when installing these anchors and must be equipped to use a torque indicator tool.

When the Contractor properly installs a helix anchor and submits proof in writing that the requirements of Section 8.4 were completely met, but does not achieve adequate depth as determined by the Engineer, the Engineer may direct the Contractor to remove the helix anchor and install a plate anchor.

The Contractor shall not apply tension to anchor rods or helix shafts that will damage their holding capabilities.

All guys shall be assembled and installed in accordance with the details shown on the Compatible Unit drawings in SCL’s Construction Standards.

Anchors set in solid rock shall extend into the rock a minimum of three feet (3’). The holes drilled in rock shall be completely filled with concrete grout or an equal that has been approved by the Owner and thoroughly rodded to fill all voids.

All anchoring and guying required in the contract shall be considered incidental to utility pole installation.

22 8-34.3(14) DRILLING AND BACKFILL OF WOOD POLE AND ANCHOR HOLES

All pole holes shall be drilled with straight sides eight (8”) to ten inches (10”) larger in diameter than the butts of the poles or as specified on the Contract Documents and to the proper depth as noted in SCL’s Construction Standards or as specified on the Contract Documents. Loose material shall be removed from the hole as much as practical.

Pole holes shall not be accomplished with a backhoe or similar equipment except in specific locations where, in the judgment of the Engineer, soil conditions make forming holes by pole hole digger (auger) or by hand impractical. The Contractor shall obtain the Engineer’s written approval before forming pole holes with a backhoe or other similar digging equipment.

Methods of drilling in rock shall be as approved by the Engineer.

After a pole is set into position, the suitable backfill shall be thoroughly tamped. Tamping of backfill shall be done in four inch (4”) lifts when hand tamping and in ten inch (10”) lifts when using hydraulic tampers.

Upon completion of the work, the Contractor shall leave streets, alleys, roads, driveways and private property in a condition satisfactory to the city or county engineer, the property owners and the Engineer.

Concrete backfill with a minimum strength of 3,000 psi shall be provided and installed by the Contractor when specified on the Contract Documents.

BMP's shall be used to properly drain any water from the construction site as referenced in Section 8-01 of this Specification.

8-34.4 MEASUREMENT

Bid items of work completed pursuant to the Contract will be measured as provided in Section 1-09.1, Measurement of Quantities, unless otherwise provided for by individual measurement paragraphs herein this Section.

Measurement for “Wood Pole, (Length)” will be by each pole installed.

Measurement for “Composite Pole, (Length)” will be by each pole installed.

23 8-34.5 PAYMENT

Compensation for the cost necessary to complete the work described in Section 8-34 will be made at the Bid item prices Bid only for the Bid items listed or referenced as follows:

1. “Wood Pole, (Length)”, per each.

The Bid item price for “Wood Pole, (Length)” shall include all costs for the work required to remove existing pole, install owner furnished pole, transfer/install electrical equipment and conductors, and successfully test all wooden utility poles in the number, size, type, and equipment specified and indicated in the Drawings, including but not limited to the following:

a. Storage and security of Owner furnished materials. b. Transportation and handing of Owner furnished materials. c. Excavation required to install poles. d. Backfill and compaction of suitable materials. e. Installation/relocation/terminations of electrical equipment/conductors. f. Avian protective devices g. Anchoring and guying h. Waste materials storage/handling and waste materials sorting and categorization. i. Disposal of waste pole and crossarms. j. Repair/replacement of adjacent structures. k. As-built drawings.

Costs for work required for cleaning and testing of electrical equipment/conductors shall be considered incidental to the Bid item price and no separate payment will be made.

2. “Composite Pole, (Length)”, per each.

The Bid item price for “Composite Pole, (Length)” shall include all costs for the work required to remove existing pole, install owner furnished pole, transfer/install electrical equipment and conductors, and successfully test all wooden utility poles in the number, size, type, and equipment specified and indicated in the Drawings, including but not limited to the following:

a. Storage and security of Owner furnished materials. b. Transportation and handing of Owner furnished materials. c. Excavation required to install poles. d. Backfill and compaction of suitable materials. e. Installation/relocation/terminations of electrical equipment/conductors. f. Avian protective devices. g. Anchoring and guying h. Waste materials storage/handling and waste materials sorting and categorization. i. Disposal of waste pole and crossarms. j. Repair/replacement of adjacent structures. k. As-built drawings.

Costs for work required for cleaning and testing of electrical equipment/conductors shall be considered incidental to the Bid item price and no separate payment will be made.

24

APPENDIX

SCL CONSTRUCTION & MATERIAL

STANDARDS/GUIDELINES

standard number: 5072.00 Seattle City Light superseding: July 20, 2010 effective date: July 25, 2013 MATERIAL STANDARD page: 1 of 3

WOOD POLES, BUTT-TREATED, CEDAR

1. Scope Class 2 and Class 4 poles have been determined to be redundant with Class 1 and Class 3 poles respectively, This material standard covers the requirements for and therefore no longer necessary. butt-treated, solid, western redcedar, wood utility poles. Length, ft Class 2 Class 4 This material standard applies to cedar poles up to 60 feet in length. 30 502030 504030 35 502035 504035 This material standard applies to the following Seattle City Light Stock Numbers: 40 011958 -

Length, ft Class 1 Class 3 50 502050 - 55 502055 - 30 501030 503030 40 501040 503040 60 502060 -

50 501050 503050 Thirty-five-foot poles have been determined to be 55 501055 - redundant with the availability of the thirty-foot and 60 501060 - forty-foot pole, and are therefore no longer necessary 2. Application Length, ft Class 1 Class 3 Wood poles are used in single-pole utility structures. The poles described herein are considered to be 35 501035 503035

simple cantilever members subject to traverse loads Each pole requires a pole liner. Refer to Material only. Standard 5092.00. In general, Class 1 poles should be used for any 3-phase construction regardless of wire size and Class 3. Industry Standards 3 poles should be used for 1-phase, secondary, Wood poles shall meet the applicable requirements streetlight and guy pole construction. Other pole of the following industry standards: classes may be required when a pole loading analysis using O-Calc or similar pole loading programs American Wood Protection Association determines a higher class of pole is needed. (AWPA) Book of Standards, published 2008, including, but not limited to: The poles cited below are given for historical purposes only and should not be ordered. AWPA A3-08 - Standard Methods for Determining Penetration of Preservatives and Fire Retardants

standards coordinator standards supervisor unit director

John Shipek John Shipek Darnell Cola

standard number: Seattle City Light 5072.00 superseding: July 20, 2010 MATERIAL STANDARD effective date: July 25, 2013 Wood Poles, Butt-Treated, Cedar page: 2 of 3

3. Industry Standards, continued 5.5 Poles 50 feet or less shall be burn-branded according to the requirements of ANSI O5.1 at AWPA A5-05 - Standard Methods for Analysis 10′ ± 2″ from the pole butt. of Oil-Borne Preservatives 5.6 Poles 55 feet or more shall be burn-branded AWPA P8-08 - Standard for Oil-Borne according to the requirements of ANSI O5.1 at Preservatives 14′ ± 2″ from the pole butt APWA P9-06 - Standards for Solvents and Formulations for Organic Preservative Systems 6. Preservative Treatment AWPA T1-08 - Use Category System: Wood poles shall be processed and treated according Processing and Treatment Standard to the requirements of AWPA T1. AWPA U1-08 - Use Category System: User 6.1 Incising Specification for Treated Wood Poles shall be deep incised in accordance with AWPA T1 to a depth of at least 5/8 inch. ANSI O5.1-2002 - American National Standard for Wood Products - Specifications and Incising shall extend 12 inches above and Dimensions [Note: This ANSI standard number 24 inches below the ground line. contains a leading letter “O” not zero, typical] ANSI O5.1c-2004 - American National Standard Figure 6, Pole Section for Wood Products - Supplement to ANSI O5.1- 2002 (and Consolidation of ANSI O5.1a-2003 and ANSI O5.1b-2003) ASTM D9-87 (Re-approved 1992) - Standard Terminology Relating to Wood

4. Conflict

Where conflict exists, the following order of precedence shall apply: 4.1 Seattle City Light Purchase Order (PO)

4.2 Seattle City Light General Terms and Conditions

4.3 This Material Standard 4.4 ANSI O5.1 and AWPA Standards

4.5 Other industry standards

5. Quality and Dimensions

Wood pole Use Category shall be UC4B according to the requirements of AWPA U1.

Wood pole species shall be western redcedar. Wood pole quality and dimensions shall meet the requirements of ANSI O5.1 with the following clarifications:

5.1 All wood shall be cut from live trees.

5.2 Poles shall be shaved according to the

requirements of ANSI O5.1, Section 7.4.

5.3 The tops of all poles shall be roofed at an angle of approximately 15 degrees, from the face of the pole to the back of the pole.

5.4 Poles shall have a two-inch wide by 1/2-inch deep notch on the pole face 12′ - 0″ from the pole butt. standard number: Seattle City Light 5072.00 superseding: July 20, 2010 MATERIAL STANDARD effective date: July 25, 2013 Wood Poles, Butt-Treated, Cedar page: 3 of 3

6. Preservative Treatment, continued Documentation shall utilize common industry terminology and well-understood Table 6, Ground Line Distance from Butt abbreviations.

Pole Length Ground Line Distance 8.2 Bidder’s Data (L) ft from Butt (G) ft Bidder shall return the following technical information with the bid: 30 5.5 35 6 . Manufacturer’s name 40 6 . Manufacturing plant location(s) (all possible) . Material Safety Data Sheet (MSDS) for the 50 7 preservative used in the treatment process 55 7.5 . Material Safety Data Sheet (MSDS) for the 60 8 solvent used in the treatment process

. All exceptions to Seattle City Light 6.2 Treatment requirements with reference to the requirement to which exception is taken; Wood poles shall be butt-treated with copper indicate if no exceptions taken naphthenate meeting the requirements of AWPA P8 compounded with hydrocarbon solvent, Type Bid information shall be presented in a clear A, carrier meeting the requirements of AWPA and consolidated manner for ease of review. P9. 8.3 Plant QA Process Carrier and co-solvent shall not contain greater than 15% bio-fuel product. Any deviation from Upon request, supplier shall provide information this requirement shall have the prior written describing the manufacturing plant’s quality approval of Seattle City Light. assurance processes. The carrier shall be free of polycyclic aromatic 9. Shipping and Handling hydrocarbons (PAH), and contain no chlorinated co-solvent. Poles shall be delivered by trucks with “self loading” capability. Poles shall be treated from butt of pole to the top of incise zone. Poles shall be handled according to AWPA M4 and ANSI O5.1. 6.3 Preservative Retention and Penetration 10. Issuance Net retention of copper naphthenate preservative in poles after treatment shall be not less than EA 0.120 pounds per cubic foot (UC4B), in accordance to AWPA U1. 11. Approved Manufacturer The depth of preservative penetration shall be Stella-Jones Corporation not less than 3/4-inch, in accordance with AWPA T1. 12. References

7. Testing and Test Methods 5092.00; “Pole Liner”; Material Standard; SCL Combs, Brad Test data that establishes compliance with the ; SCL Strategic Advisor and subject requirements of AWPA A5, AWPA A3 and this matter expert ([email protected]) Material Standard shall be provided upon request. Crume, Stephen; SCL Joint Use Manager and subject matter expert ([email protected]) Copper naphthenate concentration in wood shall be determined according to the requirements of IEEE 1217-2001, Guide for Preservative Treatment AWPA A5. of Wood Distribution and Transmission Line Structures; IEEE Copper naphthenate penetration in wood shall be determined according to the requirements of Shipek, John; SCL Standards Engineer; subject AWPA A3. matter expert and co-originator of 5072.00 ([email protected]) 8. Documentation Standards Engineering Directive No. 07-001; dated October 10, 2007, SCL; author, Chris Detter 8.1 General Wang, Quan; SCL Standards Engineer; subject Documentation shall be in English and use matter expert and co-originator of 5072.00 customary inch-pound units. ([email protected])

standard number: 5082.00 Seattle City Light superseding: October 1, 2001 effective date: July 25, 2013 MATERIAL STANDARD page: 1 of 5

WOOD POLES, PRESSURE-TREATED, DOUGLAS-FIR

1. Scope 2. Application This standard covers the requirements for pressure- Wood poles are used in single-pole utility structures. treated, solid, Douglas-fir, wood utility poles. The poles described herein are considered to be simple cantilever members subject to traverse loads This standard applies to Douglas-fir poles up to 110 only. feet in length. In general, Class 1 poles should be used for any This standard applies to the following Seattle City 3-phase construction regardless of wire size and Light stock numbers: Class 3 poles should be used for 1-phase, secondary, streetlight and guy pole construction. Length, Other pole classes may be required when a pole ft Class 1 Class H1 Class H2 Class 3 loading analysis using O-Calc or similar pole loading programs determines a higher class of pole 030 012904 - - 012910 is needed. 040 012906 - - 012912 The poles cited below are given for historical 050 012907 012436 012449 012913 purposes only and should not be ordered. 055 012908 012437 012450 - Class 2 poles have been determined to be 060 012909 012438 012451 - redundant with class 1 poles, and are therefore no longer necessary. 065 531065 012439 012452 - 070 531070 012440 012454 - Length, Length, 075 531075 012441 012455 - ft Class 2 ft Class 2 080 531080 012442 012456 - 65 531065 090 531090 085 531085 012443 012458 - 70 531070 095 531095 090 531090 012444 012459 - 75 531075 100 531100 095 531095 012445 012460 - 80 531080 105 531105 85 531085 100 531100 012446 012462 -

105 531105 012447 012463 - 110 531110 012448 012464 -

standards coordinator standards supervisor unit director

Quan Wang John Shipek Darnell Cola

Seattle City Light standard number: 5082.00 MATERIAL STANDARD superseding: October 1, 2001 effective date: July 25, 2013 Wood Poles, Pressure-Treated, Douglas Fir page: 2 of 5

2. Application, continued . This Material Standard Thirty-five-foot poles have been determined to be . ANSI O5.1 and AWPA Standards redundant with the availability of the thirty-foot and . Other industry standards forty-foot pole, and are therefore no longer necessary 5. Quality and Dimensions Wood pole Use Category shall be UC4B according Length, ft Class 1 Class 3 to the requirements of AWPA U1. 35 012905 012911 Wood pole species shall be Coastal Douglas-Fir.

Wood pole quality and dimensions shall meet the Each pole requires a pole liner. Refer to Material requirements of ANSI O5.1 with the following Standard 5092.00. clarifications:

3. Industry Standards 5.1 All wood shall be cut from live trees. Wood poles shall meet the applicable requirements 5.3 Poles shall be flat-roofed. of the following industry standards: 5.4 Poles shall have a two-inch wide by 1/2-inch American Wood Protection Association (AWPA) deep notch on the pole face 12′ - 0″ from the Book of Standards, published 2008, including, but pole butt. not limited to: 5.5 Poles 50 feet or less shall be burn-branded AWPA A3-08 - Standard Methods for according to the requirements of ANSI O5.1 at Determining Penetration of Preservatives and 10′ ± 2″ from the pole butt. Fire Retardants 5.6 Poles 55 feet or more shall be burn-branded AWPA A5-05 - Standard Methods for Analysis of according to the requirements of ANSI O5.1 at Oil-Borne Preservatives 14′ ± 2″ from the pole butt AWPA M4-06 - Standard for the care of 6. Preservative Treatment Preservative-treated Wood Products Wood poles shall be processed and pressure AWPA P8-08 - Standard for Oil-Borne treated according to the requirements of AWPA T1. Preservatives 6.1 Incising APWA P9-06 - Standards for Solvents and Poles shall be incised full-length after shaving Formulations for Organic Preservative Systems but before seasoning. Minimum incising depth AWPA T1-08 - Use Category System: shall be 1/2-inch. Processing and Treatment Standard 6.2 Boring AWPA U1-08 - Use Category System: User Poles shall be through-bored prior to treatment Specification for Treated Wood to enhance penetration of the preservative into ANSI O5.1-2002 - American National Standard for the pole according to Figures 6a through 6f Wood Products - Specifications and Dimensions and Table 6 [Note: This ANSI standard number contains a All through-bored holes shall have a nominal leading letter “O” not zero, typical] diameter of 7/16 inch or 1/2-inch. ANSI O5.1c-2004 - American National Standard for Ground Line (G) also known as Pole Setting Wood Products - Supplement to ANSI O5.1-2002 Depth, shall be in accordance with Table 6. (and Consolidation of ANSI O5.1a-2003 and ANSI Through-boring shall be done without charring O5.1b-2003) or glazing the inner surfaces. ASTM D9-87 (Re-approved 1992) - Standard All holes shall be through-bored from one Terminology Relating to Wood direction.

4. Conflict Through-Bore Zone B of the pole shall be done on the face of the pole. Where conflict exists, the following order of Through-Bore Zone T of the pole shall be precedence shall apply: done 45-degrees to the face of the pole. . Seattle City Light Purchase Order (PO) Edge Distance (ED) shall be 2 ± 1/2 inches. . Seattle City Light General Terms and Conditions

Seattle City Light standard number: 5082.00 MATERIAL STANDARD superseding: October 1, 2001 effective date: July 25, 2013 Wood Poles, Pressure-Treated, Douglas Fir page: 3 of 5

6. Preservative Treatment, continued Table 6, Ground Line Distance from Butt

6.3 Treatment Pole Length Ground Line Distance Wood poles shall be treated full length with (L) ft from Butt (G) ft copper naphthenate meeting the requirements of AWPA P8 compounded with hydrocarbon 30 5.5 solvent, Type A, carrier meeting the 40 6 requirements of AWPA P9. 50 7 Carrier and co-solvent shall not contain greater than 10% bio-fuel product. 55 7.5 The carrier shall be free of polycyclic aromatic 60 8 hydrocarbons (PAH), and contain no 65 8.5 chlorinated co-solvent. 70 9 Figure 6a, Pole Section 75 9.5 80 10

85 10.5 90 11 95 11

100 11 105 12 110 12

Figure 6b, Pattern for Through-Boring Template

Seattle City Light standard number: 5082.00 MATERIAL STANDARD superseding: October 1, 2001 effective date: July 25, 2013 Wood Poles, Pressure-Treated, Douglas Fir page: 4 of 5

6. Preservative Treatment, continued Figure 6e, Through-Bore Zone B – Section

Figure 6c, Through-Bore Zone

Figure 6f, Through-Bore Zone T – Section

Figure 6d, Through-Bore Zone – Side View

6.4 Preservative Retention and Penetration Net retention of copper naphthenate preservative in poles after treatment shall be not less than 0.095 pounds per cubic foot (UC4B), in accordance to AWPA U1. The depth of preservative penetration shall be not less than 2-1/2 inch, specified under AWPA T1.

Seattle City Light standard number: 5082.00 MATERIAL STANDARD superseding: October 1, 2001 effective date: July 25, 2013 Wood Poles, Pressure-Treated, Douglas Fir page: 5 of 5

7. Testing and Test Methods 9. Shipping and Handling Test data that establishes compliance with the Poles shall be delivered by trucks with “self loading” requirements of AWPA A5, AWPA A3 and this capability. Material Standard shall be provided upon request. Poles shall be handled according to AWPA M4 and Copper naphthenate concentration in wood shall ANSI O5.1. be determined according to the requirements of AWPA A5. 10. Issuance Copper naphthenate penetration in wood shall be EA determined according to the requirements of AWPA A3. 11. Approved Manufacturers

8. Documentation Pacific Wood Preserving of Oregon Stella-Jones Corporation 8.1 General Documentation shall be in English and use 12. References customary inch-pound units. 5092.00; “Pole Liner”; Material Standard; SCL Documentation shall utilize common industry IEEE 1217-2001 Guide for Preservative Treatment terminology and well-understood , of Wood Distribution and Transmission Line abbreviations. Structures; IEEE 8.2 Bidder’s Data Combs, Brad; SCL Strategic Advisor and subject Bidder shall return the following technical matter expert ([email protected]) information with the bid: Crume, Stephen; SCL Joint Use Manager and . Manufacturer’s name subject matter expert ([email protected]) . Manufacturing plant location(s) (all possible) Shipek, John; SCL Standards Engineer; subject . Material Safety Data Sheet (MSDS) for the matter expert and co-originator of 5082.00 preservative used in the treatment process ([email protected]) . Material Safety Data Sheet (MSDS) for the Standards Engineering Directive No. 07-001; solvent used in the treatment process dated October 10, 2007, SCL; author, Chris Detter . All exceptions to Seattle City Light Wang, Quan; SCL Standards Engineer; subject requirements with reference to the matter expert and co-originator of 5082.00 requirement to which exception is taken; ([email protected]) indicate if no exceptions taken

Bid information shall be presented in a clear and consolidated manner for ease of review. 8.3 Plant QA Process Upon request, supplier shall provide information describing the manufacturing plant’s quality assurance processes. standard number: 5214.14 SEATTLE CITY LIGHT superseding: March 25, 2011 effective date: May 10, 2012 MATERIAL STANDARD page: 1 of 5

COMPOSITE UTILITY POLES, MODULAR

1. Scope

This material standard covers the requirements for 2) Wetlands or other environmentally sensitive modular composite utility poles and their accessories. areas where the use of treated wood poles should be avoided. Composite utility poles are sometimes referred to as fiberglass or fiber-reinforced-polymer (FRP) poles. 30- and 40-foot poles are provided pre-drilled to accommodate a secondary spool insulator angle This material standard applies to the following Seattle bracket, stock number 690402. City Light Stock Numbers: 50- and 55-foot poles are provided pre-drilled to Stock accommodate a pole top insulator bracket, stock Number Description number 563253, and a secondary spool insulator angle bracket, stock number 690402. 013313 30 foot, class H1 assembly 013172 40 foot, class H2 assembly The 2007 National Electrical Safety Code (NESC) allows the same Strength Factors to be used as for 013173 50 foot, class 1, assembly steel and pre-stressed concrete poles, providing 013174 55 foot, class 1, assembly that the composite pole strengths are specified as 013175 jacking lug 5% Lower Exclusion Limit (LEL) values. 013176 climbing step Contact the Civil/Structural group for situations where a composite pole will be subjected to heavy 013177 climbing step hole plug vertical or combined (vertical and transverse) loads.

2. Application Composite utility poles are typically direct buried. Composite utility poles have at least two particular Jacking lugs and climbing steps are not included applications: with the pole assemblies. Climbing steps for above 1) Back lot sites where material and tools must the first ten feet must be ordered separately, while first be packed in or where it is not economical to climbing steps for the ten feet may be available employ a large crane to lift material over a home from the Tool Room. Jacking lugs may also be or other structure, and available from the Tool Room.

standards coordinator standards supervisor unit director

John Shipek John Shipek Darnell Cola

Seattle City Light standard number: 5214.14 superseding: March 25, 2011 MATERIAL STANDARD effective date: May 10, 2012 Composite Utility Poles, Modular page: 2 of 5

2. Application, continued 4. Pole Requirements Design engineers should refer to Table 2 for the Composite utility poles shall be made from ultra- recommended number of pole climbing steps to strong polyurethane resin and E-glass fiber. order for a given pole. Composite utility poles shall be ultraviolet-light Table 2 resistant, suitable for long-term outdoor exposure. Number of Composite utility poles shall be gray. Pole height, Total number of climbing steps For the purpose of this standard, NESC pole overall, ft climbing steps above first ten feet classification shall be Grade C. 30 13 07 Each composite utility pole assembly shall consist of: 40 21 15  top cap, Figure 4.1 50 28 22  top cap fastening screws (self-tapping #8) 55 32 26  pole modules

 pole module joining hardware kit (bolts, blind One pole assembly requires four (reusable) jacking nuts, and washers), Figure 4.2 lugs. Climbing steps are permanently installed in  pre-drilled holes, one every 15 inches, beginning base plate, Figure 4.3 approximately 10 feet above grade.  base plate fastening hardware kit (J-bolts, nuts, and washers), Figure 4.4 Climbing step hole plugs are for plugging the climbing step holes in the first ten feet of the pole.  jacking lug hole plugs Plugs are removable, reusable, and included with  climbing step hole plugs, set of five for first ten pole assembly. feet of the pole Individual pole modules range in weight from 142 to  assembly and installation guide in weather- 299 pounds. proof, ultra-violet light resistant envelope The manufacturer of this modular composite utility Poles shall be pre-drilled at the factory with climbing pole system can produce poles of any class up to step and bracket holes. 120 feet. Climbing step hole spacing shall be 15 inches +/- 3 Some field drilling is required to assemble modular inches and begin approximately two feet above grade composite poles. This work requires carbide drill and end approximately 6-1/2 feet from the tip end. bits available from the Tool Room. Bracket holes shall be drilled 90 degrees from step In some cases, five feet must be trimmed off the tip holes. end to attain the desired pole length. Bracket hole details shall be according to table 4.2 3. Industry Standards

Composite utility poles shall meet the requirements of the following industry standard: ASCE 104-2003 - Recommended Practice for Fiber-Reinforced Polymer Products for Overhead Utility Line Structures

Table 4.1

Stock Pole Length, NESC RStandard Pole Weight, Tip Diameter, Base Diameter, Number ft Class Modules Total, lb in in 013313 30 H1 M1, M2 312 8.21 12.56 013172 40 H2 M1, M2, M3 488 8.78 15.31 013173 50 1 M1L, M2, M3 599 7.71 15.31 013174 55 1 M1, M2, M3, M4 776 8.91 18.27

Seattle City Light standard number: 5214.14 superseding: March 25, 2011 MATERIAL STANDARD effective date: May 10, 2012 Composite Utility Poles, Modular page: 3 of 5

4. Pole Requirements, continued Figure 4.3, Base plate

Figure 4.1, Top cap

Figure 4.4, Base plate fastening hardware

Figure 4.2, Pole module joining hardware

Table 4.2, Bracket Notes

Stock number Pole length, ft Bracket hole details 013313 30 figure 4.5 013172 40 figure 4.5 013173 50 figure 4.6 013174 55 figure 4.6

Seattle City Light standard number: 5214.14 superseding: March 25, 2011 MATERIAL STANDARD effective date: May 10, 2012 Composite Utility Poles, Modular page: 4 of 5

4. Pole Requirements, continued 5. Pole Accessories Figure 4.5, Bracket holes, 30′ and 40′ pole Composite utility pole accessories:

 jacking lug with instructions, Figure 5.1

 climbing step, Figure 5.2  climbing step hole plug

Figure 5.1, Jacking lug

Figure 4.6, Bracket holes, 50′ and 55′ pole

Figure 5.2, Climbing step

Seattle City Light standard number: 5214.14 superseding: March 25, 2011 MATERIAL STANDARD effective date: May 10, 2012 Composite Utility Poles, Modular page: 5 of 5

6. Marking 8. Packaging Each composite pole section shall be permanently Each shipping package shall be marked with: and legibly marked with the following information:  Manufacturer's Name  Module number  Seattle City Light Purchase Order Number  Production serial number  Seattle City Light Stock Number  Module weight Top caps, top cap fastening screws, pole module Each complete composite pole assembly shall be joining hardware kits, base plates, base plate provided with an aluminum tag containing, but not fastening hardware kits (J-bolts, nuts, and limited to, the following information: washers), jacking lug hole plugs, climbing step hole  Manufacturer plugs, and assembly and installation guide shall be packaged together and labeled for the pole module  Length set to which they belong.  Class 9. Issuance  Month/year of manufacture Unit: EA The aluminum identification tag shall be permanently affixed to the pole at a minimum height of 3 feet above the ground line.

7. Testing and Test Data

Composite pole test data that establishes compliance with the requirements of this material standard shall be provided upon request.

Documentation shall be in English and use customary inch-pound units.

10. Approved Manufacturer

Stock Number Description RStandard, Calgary, AB 013313 30 foot, class H1, assembly RSP-0300-F-0102-C-GY-000 013172 40 foot, class H2, assembly RSP-0400-F-0103-C-GY-000 013173 50 foot, class 1, assembly RSP-0500-F-1L03-C-GY-000 013174 55 foot, class 1, assembly RSP-0550-F-0104-C-GY-000 013175 jacking lug with instructions RSK-JL-SS 013176 climbing step 7237 013177 climbing step hole plug H-HP-113-I

11. References Hodges, Norm; SCL Standards Engineer, subject Shipek, John; SCL Standards Engineer, subject matter expert for 5214.14 ([email protected]) matter expert and originator of 5214.14 ([email protected]) IEEE C2-2007; National Electric Safety Code (NESC); 2007 RS Technologies; www.grouprsi.com Lu, Curtis; SCL Standards Engineer, subject matter RS Technologies; www.rstandard.com expert for 5214.14 ([email protected])

Standard Number: 6910.10 Seattle City Light Superseding: August 28, 2014 Effective Date: October 10, 2014 MATERIAL STANDARD Page: 1 of 5

Wildlife Protection Products, Assorted

1. Scope 2. Application This standard covers the requirements for an The products specified in this standard are intended assortment of small wildlife protection products. to cover a variety of exposed high-voltage parts This standard applies to the following Stock commonly found on the 26.4 kV, overhead Numbers: distribution system for the purpose of protecting small birds, such as crows and pigeons, and other Stock No. Description wildlife from electrical shock. Stock number 013360 may also be effective in 013038 Raptor protection cover, single arm/pin diverting large birds such as swans, eagles, ducks, construction and geese. 013039 Raptor protection cover, double arm/pin Products are suitable for indoor or outdoor construction applications and are non-tracking. 013040 Line and insulator protector, single Operations personnel shall determine if products pin/arm may be installed on energized systems or if 013041 Pin insulator cover equipment must be de-energized and grounded first. It should not be necessary to disassemble system 013042 Cutout cover, Kaddas Enterprises, Inc. components to install protection products. 013043 Wildlife connector cap Protective products may be cut to improve fit. 580776 Wildlife guard Operations personnel are encouraged to try different products and report their experiences and findings 013359 Conductor marker/diverter, flapper to Standards. 013360 Conductor marker/diverter, round For additional information, refer to Construction 013582 Bushing cover, 15 – 35 kV Standard 0072.01 - Avian and Wildlife Protection, Small Birds and Animals.

Standards Coordinator Standards Supervisor Unit Director Brett Hanson John Shipek Darnell Cola

Standard Number: 6910.10 Seattle City Light Superseding: August 28, 2014 MATERIAL STANDARD Effective Date: October 10, 2014 Wildlife Protection Products, Assorted Page: 2 of 5

3. Product Requirements

3.1 Stock Number 013038 Description Raptor protection cover, single arm/pin construction Manufacturer Tyco Electronics/Raychem Catalog Number BCIC-G-PIN-556-01

Color Gray Material Track resistant, UV resistant, polymer Overall length 42 inches Specific application Product is installed over vertical, tie-top, "F" neck, Class 57-2 porcelain insulators or over vertical, clamp top, Class 57-12 porcelain insulators. Tie-top, "F" neck insulators are typically used with 397.5 kcmil (Chickadee) or smaller conductor. Clamp top insulators are typically used with 954 kcmil (Rail) conductor. Flexible cover allows conductors to exit up to 30 degree angles from any axis.

3.2 Stock Number 013039 Description Raptor protection cover, double arm/pin construction Manufacturer Tyco Electronics/Raychem Catalog Number BCIC-G-DPIN-556-01 Color Gray Material Track resistant, UV resistant, polymer Overall length 42 inches Specific application Product is installed over vertical, tie-top, "F" neck, Class 57-2 porcelain insulators or over vertical, clamp top, Class 57-12 porcelain insulators. Tie-top, "F" neck insulators are typically used with 397.5 kcmil (Chickadee) or smaller conductor. Clamp top insulators are typically used with 954 kcmil (Rail) conductor. Flexible cover allow conductors to exit up to 30 degree angles from any axis.

3.3 Stock Number 013040 Description Line and insulator protector, single pin/arm construction Manufacturer Kaddas Enterprises Catalog Number KE1039-F-GR, Reference 27017 Color Gray Material Fire retardant, flame resistant ABS/PVC blend with UV inhibitors

Overall length 32 inches Specific application Product is installed over vertical, tie-top, "F" neck, Class 57-2 porcelain insulators or over vertical, clamp top, Class 57-12 porcelain insulators. Tie-top, "F" neck insulators are typically used with 397.5 kcmil (Chickadee) or smaller conductor. Clamp top insulators are typically used with 954 kcmil (Rail) conductor.

Standard Number: 6910.10 Seattle City Light Superseding: August 28, 2014 MATERIAL STANDARD Effective Date: October 10, 2014 Wildlife Protection Products, Assorted Page: 3 of 5

3. Product Requirements, continued 3.4 Stock Number 013041 Description Pin insulator cover Manufacturer Midsun Group Catalog Number 126-00-01 Color Gray Material Silicone rubber Overall length 15 inches Specific application Product is installed over vertical, tie-top, "F" neck, Class 57-2 porcelain insulators. Tie-top, "F" neck insulators are typically used with 397.5 kcmil (Chickadee) or smaller conductor.

3.5 Stock Number 013042 Description Cutout cover with fastener pin Manufacturer Kaddas Enterprises, Inc. Catalog Number KE1183-BR or KE1138-GR Color Brown or Gray

Material Fire retardant, flame resistant base material with UV inhibitors Specific application Product is installed over 100 ampere, open type, porcelain cutouts, Seattle City Light Stock Number 682099, and locked with a pin.

3.6 Stock Number 013043 Description Wildlife connector cap Manufacturer Central Moloney Catalog Number 70380326 Color Gray

Material Molded glass-filled polyester Specific application Product is used to add wildlife protection to overhead distribution transformer primary bushings. Unscrew the original connector and install new connector in its place. Connector will accept copper or aluminum conductor up to 2/0 AWG. Note: All new overhead transformers are already provided with this type of protective connector.

3.7 Stock Number 580776 Description Wildlife guard Manufacturer Colt Industries/Central Moloney Catalog Number 703803-85 Color Gray

Material UV stabilized polypropylene Specific application Hinged cover snaps and locks around overhead distribution transformer primary bushings. This cover is approximately 5 inches in diameter and may be used with other types of equipment.

Standard Number: 6910.10 Seattle City Light Superseding: August 28, 2014 MATERIAL STANDARD Effective Date: October 10, 2014 Wildlife Protection Products, Assorted Page: 4 of 5

3. Product Requirements, continued 3.8 Stock Number 013359 Description Conductor marker/diverter, flapper Manufacturer P&R Technologies, Inc. Catalog Number FF-HW Color Combination of fluorescent, highly reflective, and glow-in-the-dark surfaces Material Weather resistant ABS Makrolon plastic and stainless steel spring

Specific application Product is attached along spans of primary conductor to protect birds in flight from colliding with overhead power lines, guy wires, communications towers, and other thin profile obstructions. The device can also be used to haze birds from buildings and structures. Fits conductor 0.375″ – 2.75″ in diameter. Device can be installed on live power lines with a hot stick and a (non-stock) proprietary P&R Technologies “SnapFast” installation tool. Recommended spacing is every 30 feet.

3.9 Stock Number 013360 Description Conductor marker/diverter, round Manufacturer P&R Technologies, Inc. Catalog Number BM-AG Color See Application Section below. Material Weather resistant ABS plastic and stainless steel spring Specific application Product is attached along a span of primary conductor. Device stand out like a beacon against background features, letting birds see where the power lines are. When swaying in the wind, the device also make a noise that birds can hear. Highly reflective orange and yellow tape is positioned in the center of each device to further assist in warning birds. Device glows up to 10 hours after the sun has set, providing extended protection for at risk birds. Fits conductor 0.375″ – 2.50″ in diameter. Device can be installed on live power lines with a hot stick and a (non- stock) proprietary P&R Technologies “SnapFast” installation tool. Recommended spacing is every 30 feet.

3.10 Stock Number 013582 Description Animal Protection Bushing Cover Manufacturer TE Connectivity Catalog Number BCAC-5D/8 Color Gray Material Cross-linked polymer

Specific application Hot-stickable insulating cover designed to prevent animal-related outages on pole-top transformer bushings. Fits bushing sizes ranging from 15 to 35 kV. Standard Number: 6910.10 Seattle City Light Superseding: August 28, 2014 MATERIAL STANDARD Effective Date: October 10, 2014 Wildlife Protection Products, Assorted Page: 5 of 5

4. Packaging Midsun Group; Pin Insulator Cover, Drawing Part Products shall be packaged to prevent damage No. 126-00-01, dated 8/10/2005 during shipping, handling, and storage. P&R Technologies, Inc.; www.pr-tech.com

5. Issuance 8. Sources Stock Unit: EA (for all products) 4-1773455-0 E361; “Energy Ready Reference 6. Approved Manufacturers Guide, Generation, Distribution, Transmission,” Approved manufacturers and catalog numbers are Tyco Electronics; 12/09 cited in Section 3 of this standard. KE1039; Revision C; “Line Protector,” Drawing; Kaddas Enterprises; Released 05-11-08 7. References Shipek, John; SCL Standards Engineer, SCL Construction Standard 0072.01; “Avian & subject matter expert and originator of 6910.10 Wildlife Protection, Small Birds and Animals” ([email protected]) SCL Material Standard 6820.90 ; “27 kV, Cutout, TE Connectivity; www.te.com Open Type, Porcelain”

SEATTLE CITY LIGHT STANDARD NUMBER: D13-1 PAGE: 1 of 1 CONSTRUCTION GUIDELINE SUPERCEDING: April 3, 2003 EFFECTIVE DATE: November 18, 2005

SECONDARY SERVICE DETAILS

Material List Stock Material Item Quantity Description No. Standard 1 as required CLAMP, wedge #4-#2 581340E 5813.3 Note: Ignore manufacturers’ markings, #2-1/0 581342E 5813.3 follow this table instead. 2/0-4/0 581344E 5813.3 2 2 DEADEND, automatic, #4 581308E 5813.1 3 1 NUT, oval eye, 5/8˝ 565252E 5652.1 4 2 CONNECTOR, tap, split bolt, #4-#4 668864E 6688.7 5 as required WIRE #4, bare, Cu, hard drawn or 610008 6100.1 #4 poly, Cu, medium hard drawn 611392 6114.5 6 as required SERVICE CABLE*, triplex or quadruplex #2 triplex (#4 neutral) 600672 6007.5 #2 quadruplex (#2 neutral) 600734 6007.5 #2 triplex, coil (#4 neutral) 600673 6007.5 1/0 triplex, coil (#2 neutral) 012580 none 1/0 triplex (#2 neutral) 600664 6007.5 1/0 quadruplex (1/0 neutral) 600735 6007.5 4/0 triplex (2/0 neutral) 600669 6007.5 4/0 quadruplex (4/0 neutral) 600738 6007.5 * For services larger than 4/0, contact Engineering.

STANDARDS COORDINATOR STANDARDS SUPERVISOR UNIT DIRECTOR

SEATTLE CITY LIGHT STANDARD NUMBER: D15-1 PAGE: 1 of 1 CONSTRUCTION GUIDELINE DATE: July 15, 1971 REV: March 17, 2000

BIRD GUARD INSTALLATION

151.TIF

Item Quantity Description Stock Number 1 As Required Wire #4 Solid S.D. Poly. 611442 2 1 Bird Guard 580776 1 Tie Strap, 20” Black 735812E 3 or 2 Tie Strap, 14” Black 735811E

ORIGINATOR STANDARDS COORDINATOR STANDARDS SUPERVISOR UNIT DIRECTOR

SEATTLE CITY LIGHT STANDARD NUMBER: D16-2 PAGE: 1 of 1 CONSTRUCTION GUIDELINE SUPERSEDING: September 23, 2002 EFFECTIVE DATE: December 21, 2006

GROUNDING ROD INSTALLATION

1. Material List

Stock Item Quantity Description No. 1 as required plastic moulding 582060E 1/2″ X 8′ 2 as required moulding staples 583200E 3/4″ X 2-3/4″ 3 as required #4 bare copper-clad 012702 steel conductor 4 1 ground rod clamp 5/8″ 564012E 5 1 ground rod 5/8″ X 8′ 564238E

2. Procedure 2.1 Ground Wire Moulding: Moulding shall be installed over the ground wire to protect the lineworker, the wire and the public. See Detail 1. Extend the plastic moulding at least two inches below the ground line. 2.2 Ground Wire: The ground wire shall be one continuous length. Insert ground wire from the bottom of the ground clamp and bend over the clamp before tightening. Connect to secondary or service neutral. On the pole, place the ground wire in the quadrant between the pole face and the secondary or service neutral. See Detail 1. 2.3 Ground Rod: Drive the ground rod in firm undisturbed earth. See Detail 2.

Detail 1 Detail 2

STANDARDS COORDINATOR STANDARDS SUPERVISOR UNIT DIRECTOR

Chris Detter John Barnett Hardev Juj

standard number: D2-1.1 Seattle City Light superseding: September 17, 2008 effective date: November 19, 2008 CONSTRUCTION GUIDELINE page: 1 of 4

ATTACHMENTS ON STANDARD UTILITY POLES

1. Attachment Spacing 1.1 Figure 1

1.2 Attachment Spacing Notes: A. See Construction Guideline D2-1 for spacing of D. Ground fiber optic duct messenger (Stock No. arms. 012257). B. Increased spacing may be required when using E. Height for luminaire head should be determined 954 conductors. by design engineer. Acceptable range, 25 to 35 C. Attach City Light fiber optic duct with serpentine feet, depending on wattage and design but messenger suspension clamp (Stock No. 010314). attachment point not higher than the secondary.

standards coordinator standards supervisor unit director

John Shipek John Shipek Pam S. Johnson

standard number: Seattle City Light D2-1.1 superseding: September 17, 2008 CONSTRUCTION GUIDELINE effective date: November 19, 2008 Attachments on Standard Utility Poles page: 2 of 4

2. Typical Spacing Details Figure 2

3. Standard Utility Pole 3.3 Identification tags shall be applied by the Attachment Identification organization with the SCL agreement (see 3.2) to equipment at every location to which the 3.1 Identification of attachments is necessary to assist in equipment is attached including all cables, risers, repair of third party or storm damage to cables, handholes, equipment boxes, etc.(see section 4). equipment cabinets, conduit risers and other pole attachments. 3.4 Nothing herein shall be construed so as to require Seattle City Light to tag or label any 3.2 For this purpose, a unique three digit identification electrical distribution circuit or facilities. The number shall be assigned by Seattle City Light Joint tagging code for Seattle City Light pertains to Use to those organizations that have a master pole fiber optic and other communications facilities. attachment agreement (Renter) with Seattle City Light SCL fiber optic and communications are tagged (see section 5). with 001. standard number: Seattle City Light D2-1.1 superseding: September 17, 2008 CONSTRUCTION GUIDELINE effective date: November 19, 2008 Attachments on Standard Utility Poles page: 3 of 4

4. Identification Tag Requirements 5. Identification Codes, continued 4.1 Tags shall be applied at every pole to which Code Organization cable is attached. 015 Fred Hutchinson Research Center 4.2 Tags shall be applied on all conduit risers. 016 - 4.3 Tags shall be applied on all pole mounted 017 Comcast (formerly Teleport Comm. Group) equipment enclosures. 018 University of Washington 4.4 Tag shall be securely attached and be clearly 019 WRQ Inc. visible from the ground. 020 Seattle University 4.5 All marking tags, carriers (holders) and attaching 021 Cinnabon/Restaurant Unlimited devices shall be durable and ultraviolet (UV) 022 XO Comm. Inc. (formerly XO Wash and Nextlink) resistant – (non UV inhibited plastic tie wraps not acceptable). 023 Time Warner Telecom 024 Olympic Pipeline 4.6 The numbers shall be one inch high black on yellow background. 025 Cell Net 026 Seattle Pacific University 4.7 The number carriers (holders) shall be non- conductive. 027 GTE Wireless 028 Mehrer Drywall 4.8 A sample of proposed tagging shall be submitted to SCL Pole Asset Management for 029 - approval along with the attachment application. 030 WSDOT SCL crews should use cable maker labels, SCL 031 Adelphia Business Solutions Stock No. 012510, for all fiber attachments. 032 T-Mobile - Voicestream PCS III 4.9 Pre-approved tags (no submission required – 033 Children’s Hospital paragraph 4.8 above) include: 034 Huling Buick, Inc.  Tech Products “Everlast” with type ELHY letters in a PH103 holder. 035 Seattle Public Utilities SPU  Tech Products “Wrap-Around Marker,” item 036 Cingular Wireless no. MMOM4Y. 037 King County Public Works  ACP International “Poly-V Cable Marker,” 038 Swedish Medical Center item no. PV-4. 039 Ygnition Networks  Electromark (details, see SCL Stock No. 040 City of Shoreline 012510). 041 CSS Communications 5. Identification Codes by Code Number 042 SEA-MAR 043 St. Therese Parish Code Organization 044 ZymoGenetics 001 Seattle City Light 045 The Bush School 002 Dept. of Information Technology (DoIT) 046 Marco Global Inc. 003 SDoT 047 Crown Castle Solutions Corporation 004 Comcast (formerly TCI Cablevision/AT&T) 048 PolyClinic 005 VerizonBusiness (formerly MCI and MFS) 049 The NW School 006 Alpac Corp. 050 Proscribe, Inc. 007 American Music Co. 051 McKinstry Co. 008 Atlantic Richfield Co. 052 OnFiber Communications 009 Broadstripe (formerly MDM and Summit) 053 Trammel Crow Residential 010 Boeing 054 Museum of Flight 011 Burlington Northern 055 Renton School District 012 Comcast (formerly Chambers Cable/AT&T) 056 Congregation Ahaarei Tefilah Lubavitch (ERUV) 013 Cascade Design 057 King County Fire District 20 014 Electric Light Wave

standard number: Seattle City Light D2-1.1 superseding: September 17, 2008 CONSTRUCTION GUIDELINE effective date: November 19, 2008 Attachments on Standard Utility Poles page: 4 of 4

6. Identification Codes by Organization Code Organization (Renter) 048 PolyClinic Code Organization 050 Proscribe, Inc. 031 Adelphia Business Solutions 055 Renton School District 006 Alpac Corp. 003 SDoT 007 American Music Co. 042 SEA-MAR 008 Atlantic Richfield Co. 001 Seattle City Light 010 Boeing 026 Seattle Pacific University 009 Broadstripe (formerly MDM and Summit) 035 Seattle Public Utilities SPU 011 Burlington Northern 020 Seattle University 013 Cascade Design 040 Shoreline, City of 025 Cell Net 043 St. Therese Parish 033 Children’s Hospital 038 Swedish Medical Center 036 Cingular Wireless 045 The Bush School 021 Cinnabon/Restaurant Unlimited 049 The NW School 040 City of Shoreline 023 Time Warner Telecom 012 Comcast (formerly Chambers Cable/AT&T) 032 T-Mobile - Voicestream PCS III 004 Comcast (formerly TCI Cablevision/AT&T) 053 Trammel Crow Residential 017 Comcast (formerly Teleport Comm. Group) 018 University of Washington 056 Congregation Ahaarei Tefilah Lubavitch (ERUV) 005 VerizonBusiness (formerly MCI and MFS) 047 Crown Castle Solutions Corporation 019 WRQ Inc. 041 CSS Communications 030 WSDOT 002 Dept. of Information Technology (DoIT) 022 XO Comm. Inc. (formerly XO Wash and Nextlink) 014 Electric Light Wave 039 Ygnition Networks 056 ERUV (Congregation Ahaarei Tefilah Lubavitch) 044 ZymoGenetics 015 Fred Hutchinson Research Center 027 GTE Wireless 034 Huling Buick, Inc. 7. References 057 King County Fire District 20 C2-2007; National Electrical Safety Code; Institute of 037 King County Public Works Electrical and Electronics Engineers, Inc. (IEEE); 2007 046 Marco Global Inc. edition 051 McKinstry Co. Crume, Steve; SCL Joint Use Manager, subject matter 028 Mehrer Drywall expert ([email protected]) 054 Museum of Flight D2-1; “Standard Spacing of Arms;” Construction 049 NW School, The Guideline; SCL 024 Olympic Pipeline 052 OnFiber Communications

standard number: D3-3 Seattle City Light superseding: March 22, 2002 effective date: September 10, 2008 CONSTRUCTION GUIDELINE page: 1 of 1

POLE SETTING DEPTH 26.4 KV LOOPED RADIAL SYSTEM

1. Scope Minimum Set Minimum Set Length of Depth in Earth, Depth in This construction guideline provides the minimum Pole, ft ft Rock, ft set depth for wood poles. 20 5.0 3.0 2. Application 25 5.0 3.0 This document is used by SCL crews and 30 5.5 3.5 contractors to set poles to the required depth, 35 6.0 4.0 providing the necessary holding power of the soil for the given length of pole. 40 6.0 4.0 50 7.0 4.5 3. Notes: 55 7.0 5.0 3.1 The brand on City Light poles is 12΄ 6˝ from 60 7.5 5.0 the pole base. The butt gain is 12΄ 0˝ from the pole base. 65 8.0 6.0 3.2 The brand on telephone company poles is 70 8.0 6.0 10΄ 0˝ from the pole base. 75 8.5 6.0 3.3 For western redcedar poles, do not cover the 80 9.0 6.5 preservative treated area of the pole butt. 85 9.0 6.5 The treated area should extend 12˝ above normal ground line. Note: Douglas-fir poles 90 9.5 7.0 treated along the entire length. 95 10.0 7.5 3.4 Trim pole wrap (liner) 6˝ to 12˝ above normal ground line.

3.5 When tall poles are replaced with shorter poles, the proper setting depth must be obtained by the partial backfilling of the old hole.

4. References:

5072.0, “Poles, Butt-Treated Western Red Cedar”; Material Standards; SCL

5082.0, “Poles, Pressure-Treated, Douglas Fir”; Material Standards; SCL

standards coordinator standards supervisor unit director

Uzma Siddiqi John Shipek Pam S. Johnson

STANDARD NUMBER: SEATTLE CITY LIGHT D6-4 PAGE: 1 of 11 CONSTRUCTION GUIDELINE DATE: February 19, 1992 REV: December 15, 2003

GUYING AND ANCHORING

GUYING AND BRACING When the loads to be imposed on supporting structures are greater than can be safely supported by the structures alone, additional strength shall be provided by the use of guys, braces, or other suitable construction. Such measures shall also be used where necessary to prevent undue increase of sags in adjacent spans as well as to provide sufficient strength for those supports on which the loads are considerably unbalanced, for example, at corners, angles, dead ends, large differences in span lengths, and changes of grade of construction. Guys shall be installed prior to stringing conductors, but shall not be tightened excessively to the point where the poles are pulled out of line. Following the stringing, they shall be checked and, if necessary, adjusted to hold the pole in the plumb position. The number and size of guys required at a particular structure will depend on: the total conductor tension for all wires, the anchor lead, the deflection angle in the line and the pole height. Charts have been included which specify the number of guys required and the recommended distance from anchor to pole for various conditions. Where a joint use distribution and communication circuit is being built, the anchoring requirements of each circuit should be considered and combined where possible. POINT OF ATTACHMENT The guy or brace should be attached to the structure as near as is practical to the center of the conductor load to be sustained. However, on lines exceeding 8.7 kilovolts the location of the guy or brace may be adjusted to minimize the reduction of the insulation offered by nonmetallic support arms and supporting structures. GUY FASTENINGS Guys having an ultimate strength of 20,000 Ibs. or more and subject to small radius bends should be stranded and should be protected by suitable guy thimbles or their equivalent. GUY INSULATORS Properties of Guy Insulators: 1. Material: Insulators shall be made of wet process porcelain, glass fiber reinforced plastic or other material of suitable mechanical and electrical properties. 2. Electrical Strength: The guy insulator shall have a rated dry flashover voltage at least double the nominal line voltage and a rated wet flashover voltage at least as high as the nominal line voltage between conductors of the guyed circuit. A guy insulator may consist of one or more units. 3. Mechanical Strength: The rated ultimate strength of the guy insulator shall be at least equal to the rated breaking strength of the guy in which it is installed. 4. Guy Grounding: If required the minimum ground wire size shall be #8 AWG copper wire. Insulators shall be installed as follows: 1. All insulators shall be installed at least 8 ft. above the ground. 2. Where hazard would exist with one insulator, two or more guy insulators shall be placed so as to include, in so far as is practical, the exposed section of the guy between them. 3. Insulators shall be so placed that in case any guy sags down upon another, the insulators will not become ineffective. GUY MARKERS The ground end of anchor guys, exposed to pedestrian traffic, shall be provided with a substantial and conspicuous marker not less than 8 ft. long. NOTE: Visibility of markers can be improved by the use of color or color patterns which provide contrast with the surroundings. ANCHOR RODS 1. Anchor rods should be installed so as to be in line with the pull of the attached guy when under load. EXCEPTION: This is not required for anchor rods installed in rock or concrete. 2. The anchor rod assembly shall have an ultimate strength not less than that of the guy.

ORIGINATOR STANDARDS COORDINATOR STANDARDS SUPERVISOR UNIT DIRECTOR

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 2 of 11 CONSTRUCTION GUIDELINE

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 3 of 11 CONSTRUCTION GUIDELINE

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 4 of 11 CONSTRUCTION GUIDELINE

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 5 of 11 CONSTRUCTION GUIDELINE

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 6 of 11 CONSTRUCTION GUIDELINE

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 7 of 11 CONSTRUCTION GUIDELINE

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 8 of 11 CONSTRUCTION GUIDELINE

COMMONLY USED GUYING HARDWARE

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 9 of 11 CONSTRUCTION GUIDELINE

Matl. Material Description Std. Stock No. Aluminum Covered Steel, 566406 - GUY WIRE 5664.1 5/16” – 9/16” 566425 565048E - DEAD END Automatic, Feed Through 5650.3 565052 565122E - GRIPS, Guy Wire Preformed Deadend 5651.4 565126 GUY HOOK Spur Type 5651.15 565195E 3/4” Bolt & Pin, 20,000 lbs POLE EYE PLATE 5651.15 565198 @ 45º & 90º 1” bolt, 36,000 lbs @ 45º 5651.15 565199 7/8” pin, 30,000 lbs @ 90º GUY MARKER Plastic, 8’ Lengths 5651.8 565168E 690104E& INSULATOR Porcelain, Guy Strain 6901.1 690106E Fiberglass, Guy Strain, 690090- INSULATOR 6900.5 12” – 108” 690096 565337 & SPLICE Automatic, Full Tension 5653.4 565338 3/4” & 7/8” pin, can be 696604 - SHACKLE used to compensate for 6966.1 696618 misalignment. GUY CLAMP Sidewalk Guy Fitting 5650.1 565054 POLE PLATE Sidewalk Guy Fitting 5650.1 565105 565252E& Oval, 5/8” & 3/4” 5652.1 565254E 565258E& Strand, 5/8” & 3/4” 5652.1 EYE NUT 565260E Twin strand, 3/4”. 5652.1 565266E Triple eye for 1” anchor – 565274 rod. CLEVIS, Anchor Links to existing anchor Rod Extension rod eye. Use with Stock – 562070 No. 562290 3/4” x 8’ rod. ANCHOR, Cross 20”, use Stock No. 5620.7 562058 Plate 562290 - rod. ANCHOR, Plate “Manta Ray” – 562050 3/4” x 8’ For plate ROD, Triple Eye 5622.5 562290 anchors. ANCHORS, Single 6”, 10,000 ft. lb. – 562030 Helix, Screw 10”, 15,000 ft. lb. – 562028 1" x 1-1/2' Round – 562090 ROD, Single Helix 1" x 3-1/2' Round – 562096 ANCHORS, Triple Diameters 10”, 11-5/16”, – 562043 Helix, Screw and 13-1/2”. ROD, Triple Helix 1-1/2" x 5' square. – 562102 COUPLING, Extension Rod For 3/4" or 1" rod. – 562110

SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 10 of 11 CONSTRUCTION GUIDELINE

STRAIN INSULATOR INSTALLATIONS

Material List Item Material, As Required Stock No. Rated Strength WIRE 1 5/16” Aluminum Covered Guy 566406 10,270 LB 1a 7/16” Aluminum Covered Guy 566408 20,000 LB GRIPS, GUY 2 5/16” Aluminum Covered 565122E 10,270 LB 2a 7/16” Aluminum Covered 565124E 20,000 LB 3 Insulator, 506 Guy Strain 690106E 20,000 LB 4 108” Insulator, Fiberglass Strain 690094 21,000 LB *5 12” Insulator, Fiberglass Strain 690092E 11,000 LB 6 35” Insulator, Fiberglass Strain 690090 21,000 LB *Do not use with 7/16” aluminum covered guy.

POLE AND ANCHOR ATTACHMENTS

Material List on the following page. SEATTLE CITY LIGHT STANDARD NUMBER: D6-4 PAGE: 11 of 11 CONSTRUCTION GUIDELINE

POLE AND ANCHOR ATTACHMENTS - CONTINUED

Material List Item Description Stock No. 1 Guy Grip, 5/16" Aluminum Covered 565122E 1a Guy Grip, 7/16" Aluminum Covered 565124E 2 Deadend, Automatic, for 10M Guy 565048E 2a Deadend, Automatic, for 20M Guy 565051 3 Wire, 5/16", Aluminum Covered Guy (10M) 566406 3a Wire, 7/16", Aluminum Covered Guy (20M) 566408 4 Hook, Guy, 10M 565195E 780875E- PIPE BRACE FIXTURE 5 Bolt, 3/4" x Length 780878E 6 Washer, 2-1/4"x 2-1/4" Flat 585135E 7 Nut, 3/4" Strand Eye 565254E 8 Marker, Plastic Guy 565168E 9 Rod, 3/4"x 8'-0" Galvanized Anchor 562290 10 Nut, Triple Eye, Galvanized 565274 11 Plate, Pole Eye 565198 12 Washer, Curved, 4x4 584775E 13 Insulator, Fiberglass, Strain 20M 690090 14 Clamp, Galvanized Guy Pipe, 2-1/2" 565054 15 Pipe, Galvanized Water, 2-1/2"x (As Req'd) 710370 16 Plate, Galvanized Guy Pole, 2-1/2" 565105

STANDARD NUMBER: D9-11.4 SEATTLE CITY LIGHT PAGE: 1 of 2 DATE: CONSTRUCTION GUIDELINE October 2, 1981 REV: June 19, 2003

26 kV DEADENDS

For salt spray areas, see the second alternate method on page 2.

MATERIAL LIST

Item Quantity Description Stock Number 1 2 or 3 Insulator, Suspension, Porcelain 690208 2 1 Insulator, Deadend, Composite, 21" 690233 3 1 Eyebolt, 5/8" x Length 561110 thru 561122 #4 581332E #2 581333 4 1 Deadend, Automatic Feedthrough – Cu. #2/0 581334 #4/0 581335 300 581337 Clamp, Deadend - Strain #3/0 - 477 694292 5 1 For ASCR and AL Wire 795 - 954 694294 6 1 Bolt, Double Arming, 5/8" x Length 560518E thru 560530E 7 1 Hook, Guy, Spur Type 565195E 8 1 or 2 Washer, Coiled, Helical Spring Lock 584267E 9 1 Nut, Oval Eye - 5/8" 565252E 10 1 or 2 Washer, Flat 2 1/4" x 2 1/4" 585135E 11 1 Nut, Clevis 5/8" 565280 16 1 Bolt, 3/4" x Length 780875E thru 780880E

ORIGINATOR STANDARDS COORDINATOR STANDARDS SUPERVISOR UNIT DIRECTOR

Bill Challender

SEATTLE CITY LIGHT STANDARD NUMBER: D 9-11.4 PAGE: 2 of 2 CONSTRUCTION GUIDELINE

MATERIAL LIST

Item Quantity Description Stock Number 1 2 or 3 Insulator, Suspension, Porcelain 690208 2 1 Insulator, Deadend, Composite, 21" 690233 3 1 Eyebolt, 5/8" x Length 561110 thru 561122 #4 581332E #2 581333 4 1 Deadend, Automatic Feedthrough – Cu. #2/0 581334 #4/0 581335 300 581337 Clamp, Deadend - Strain #3/0 - 477 694292 5 1 For ASCR and AL Wire 795 - 954 694294 6 1 Bolt, Double Arming, 5/8" x Length 560518E thru 560530E 7 1 Hook, Guy, Spur Type 565195E 8 1 or 2 Washer, Coiled, Helical Spring Lock 584267E 9 1 Nut, Oval Eye - 5/8" 565252E 10 1 or 2 Washer, Flat 2 1/4" x 2 1/4" 585135E 11 1 Nut, Clevis 5/8" 565280 16 1 Bolt, 3/4" x Length 780875E thru 780880E

standard number: D9-52 Seattle City Light superseding: June 4, 2001 effective date: September 9, 2009 CONSTRUCTION GUIDELINE page: 1 of 1

15/26 KV DISTRIBUTION CROSSARM DETAILS

MATERIAL LIST Item No. Description Size Stock No. 1 Arm, 8 Pin, 26 kV 10'-0" 540220 2 Brace 32" 563005 3 Screw, Galv. Lag 1/2" X 4" 785261E 4 Insulator, Bracket 563253 5 Insulator 34.5 kV 690157 6 Bolt, Galv. Mach. 1/2" x 5" 780804E 7 Bolt, Galv. Mach. 5/8" x L As Spec. 8 Bolt, Double Arming 5/8" x L As Spec. 9 Washer 2-1/4" Square 585135E 10 Washer 1/2" Round 585025E 11 Washer, Spring 3/4" Coiled 584267E 12 Stud, Short 3/4" x 1-3/4” 696826E 13 Stud, Long 3/4" x 7" 696828E 14 Washer, Spring 5/8" 584261E

standards coordinator standards manager unit director

John Shipek John Shipek Pamela S. Johnson

STANDARD NUMBER: D9-53.1 SEATTLE CITY LIGHT PAGE: 1 of 1 DATE: CONSTRUCTION GUIDELINE November 14, 1962 REV: February 8, 1999

26 KV HORIZONTAL POST CONSTRUCTION

MATERIAL LIST REQ'D ITEM VERTICAL TRIANGULAR DESCRIPTION STOCK NO. 1 3 3 Insulator, line post 690157 23 3Stud, insulator, 3/4" x 1-3/4" 696826E 3 1 1 Bracket, galv, pole top post-ins. 563253 780840E to 4 6 4 Bolt, mach., galv, 5/8" x L 780847E 5 6 2 Washer, 2-1/4" x 2-1/4" flat 585135E 6 6 4 Washer, 3/4" coil spring lock 584267E 7 2 2 Washer, 3" x 3" flat 584945E 780810E to 8 1 1 Bolt, Mach, Galv, 1/2" x L 780817E 9 2 2 Bracket, insulator pin 580510

ORIGINATOR STANDARDS COORDINATOR STANDARDS SUPERVISOR UNIT DIRECTOR

STANDARD NUMBER: D9-58 SEATTLE CITY LIGHT PAGE: 1 of 1 DATE: CONSTRUCTION GUIDELINE October 3, 1962 REV: September 30, 2002

26KV HEADPIN PRIMARY AND LR SECONDARY CONSTRUCTION

MATERIAL LIST PROCEDURE: Item Req'd Description Stock

1. Determination of LR location (Item 12). 1 1 INSULATOR, Line-Post 690157 A. On conversion work, place LR on street side. 2 1 STUD, Insulator 696826E B. LR to be placed to fit field conditions, such as 3 1 BRACKET, Galv. Pole Top 563253 sharp angles, bolted telephone cables on side 4 3 BOLT, 5/8" Galv. 780840E of pole, streetlight, etc. Thru C. Adequate and clear climbing space must be 780847E maintained. 5 3 WASHER, 2-1/4" X 2-1/4” 585135E 2. A duplicate neutral is used on radial (lateral) leads 6 2 WASHER, 3/4" Coil Spring Lock 584267E only and ties to the common neutral at the remote end. 8 as req'd BRACKET, Extension 580505E 3. At the feed point the duplicate neutral must tie 9 as req'd BRACKET, Sec. Spool Insulator 690402E separately to either the primary or main secondary neutral. The primary and secondary neutrals must be bonded together. 11 as req'd BOLT, 5/8" X 2", ASTM 307 780827E 12 2 BRACKET, Sec. Spool insul., 690404E Large 13 2 SCREW, Lag, 1/2" 785259E

ORIGINATOR STANDARDS COORDINATOR STANDARDS SUPERVISOR UNIT DIRECTOR

Standard Number: 0072.01 Seattle City Light Superseding: August 25, 2014 Effective Date: October 10, 2014 CONSTRUCTION STANDARD Page: 1 of 6

Wildlife Protection, Small Birds and Animals

1. Scope Wildlife protection devices are needed when structures This construction standard provides the requirements are located in avian sensitive areas as described on the and details for the installation of wildlife protection SCL Environmental Affairs’ avian protection map. This devices on SCL structures and equipment for small map can be found at http://lc543WAM/AvianProtection birds and animals. and contains the sensitivity zones and the location of existing avian protection equipment. 2. Application Criteria for avian sensitivity include areas falling within This document provides direction to SCL crews about 200 feet of the following: when, where and how to properly install wildlife protection devices on SCL structures and equipment. • parks • Wildlife protection devices are intended to be used on Sensitive Areas Ordinance (SAO) wetlands new construction or at existing locations with repeated • riparian areas avian or wildlife caused outages. The devices may also • lakes be applied at the direction of engineering or • coastal waters management. • wildlife areas • Priority Habitat and Species (PHS) spatial view.

Standards Coordinator Standards Supervisor Unit Director Brett Hanson John Shipek Darnell Cola

Standard Number: 0072.01 Seattle City Light Superseding: August 25, 2014 CONSTRUCTION STANDARD Effective Date: October 10, 2014 Wildlife Protection, Small Birds and Animals Page: 2 of 6

3. Construction Notes 4. Figures, Location of Wildlife Protection Devices 3.1 Install wildlife protection devices on all three phases. Figure 4.1, Pole Top Transformer 3.2 Outage may be necessary to do installation.

3.3 Install wildlife guard (580776) on transformer

bushing if not already installed.

3.4 If wildlife connector cap (013043) is damaged, replace with new.

3.5 Use insulating tape when wildlife protection devices cannot be installed or applied. 3.6 Use insulating tape on exposed connections.

3.7 Self amalgamating, insulating tape may only be installed on de-energized and grounded systems. Upon application, the tape amalgamates the overlapped layers together, producing a complete seal. A single layer of tape, two- thirds overlapped, will provide an AC voltage withstand rating of 15 kV. A second layer will increase the AC voltage withstand rating to 35 kV. Surface should be free of sharp edges or burrs and thoroughly cleaned and degreased before applying. Use sufficient tension to provide snug fit, but do not stretch more than 10 percent. Although insulating tape will stick to itself and other insulating materials, it will not adhere to metal or porcelain allowing easy removal.

3.8 Plastic bird spikes may be glued, nailed, screwed, or tied down. One standard tube of outdoor rated adhesive (not silicone based) will secure approximately 24 feet of spike

sections to steel, brick, stone, or concrete. Use rust-proof, #8 wood screws for mounting to wood, ten screws per two-foot section. Use UV protected tie-wraps for mounting to curved surfaces.

Standard Number: 0072.01 Seattle City Light Superseding: August 25, 2014 CONSTRUCTION STANDARD Effective Date: October 10, 2014 Wildlife Protection, Small Birds and Animals Page: 3 of 6

4. Figures, Location of Wildlife Protection Devices, continued

Figure 4.2, Terminal Pole

Standard Number: 0072.01 Seattle City Light Superseding: August 25, 2014 CONSTRUCTION STANDARD Effective Date: October 10, 2014 Wildlife Protection, Small Birds and Animals Page: 4 of 6

5. Material List Item No. Item Description Application Stock No. Image 1 Wildlife Guard – Installed on top of wildlife 580776 connector cap on pole top transformer’s primary bushing (see note 3.3).

2 Wildlife Connector – Installed on pole top 013043 Cap transformer’s primary bushing (see note 3.4).

3 Self-amalgamating 2-in wide by Installed on any exposed 013048 Silicone Rubber, 36-ft long roll connections or exposed Insulating Tape equipment (see notes 3.5, 3.6 and 3.7). 4 Split Silicone Rubber Up to 1.20 in Installed on exposed 013044 Insulating Hose jumper wire. 013045 013046 013047

5 Cutout cover – Installed on the line side of 013042 a cutout.

6 Plastic Bird Spikes 7-in coverage Installed on any equipment or 013049 by 2-ft section structure (see note 3.8).

7 Line protector Single arm/pin Installed on primary insulator 013040 and wire.

8 Pin insulator cover – Installed on primary insulator. 013041

9 Raptor protection Single or Installed on primary insulator Single: cover double arm/pin and wire. 013038 Double: 013039 Standard Number: 0072.01 Seattle City Light Superseding: August 25, 2014 CONSTRUCTION STANDARD Effective Date: October 10, 2014 Wildlife Protection, Small Birds and Animals Page: 5 of 6

5. Material List, continued Item No. Item Description Application Stock No. Image 10 Conductor Flapper Product is attached along spans 013359 marker/diverter of primary conductor to protect birds in flight from colliding with overhead power lines, guy wires, communication towers, and other thin profile obstructions. The device can also be used to haze birds from buildings and structures. Recommended spacing is every 30 ft. 11 Conductor Round Product is attached along a span 013360 marker/diverter of primary conductor. Device glows up to 10 hours after the sun has set. Recommended spacing is every 30 ft.

12 Animal Protection Hot stickable Used to prevent animal-related 013582 Bushing Cover insulating outages on transformer bushings cover rated from 15 to 35 kV.

Standard Number: 0072.01 Seattle City Light Superseding: August 25, 2014 CONSTRUCTION STANDARD Effective Date: October 10, 2014 Wildlife Protection, Small Birds and Animals Page: 6 of 6

6. References

SCL Material Standard 6910.10; “Wildlife Protection Products, Assorted”

SCL Material Standard 6910.30; “Split, Silicone Rubber, Insulating Hose” SCL Material Standard 6910.40; “Self Amalgamating, Silicone Rubber, Insulating Tape” SCL Material Standard 6910.07; “Plastic Bird Spikes” 7. Sources Lu, Curtis; SCL Standards Engineer, originator of 0072.01 ([email protected]) Nobles, Larry; SCL IT, subject matter expert of avian protection map ([email protected]) Seattle City Light Avian Protection Map Suggested Practices for Avian Protection on Power Lines: The State of the Art in 2006; Avian Power Line

Interaction Committee (APLIC), Edison Electric Institute, APLIC, and the California Energy Commission; Washington, D.C and Sacramento, CA; 2006 Tressler, Ron; SCL DEA and subject matter expert for 0072.01 ([email protected])

UNANTICIPATED DISCOVERY PLAN FOR

CULTURAL RESOURCES

UNANTICIPATED DISCOVERY PLAN FOR CULTURAL RESOURCES (INCLUDING HUMAN REMAINS) SEATTLE CITY LIGHT (SCL)

CAPITAL PROJECTS Seattle Service Territory King County, Washington March 4, 2013

1.0 INTRODUCTION It is standard procedure for SCL to conduct pre-project archaeological investigations for its undertakings that have the potential to affect cultural resources. However, in some cases it is possible that ground-disturbing activities could discover human remains, artifacts, or cultural resource sites during the course of project activities. This Unanticipated Discovery Plan (Plan) describes procedures by which SCL crew and contractors will deal with unanticipated discoveries and provides guidance to personnel of SCL to:

 Comply with applicable laws and regulations, including:  Title 27 Revised Code of Washington, including Chapter 27.44, Indian Graves and Records, and Chapter 27.53 Archaeological Sites and Resources

 Describe to agencies and tribes the procedure SCL will follow to deal with unanticipated discoveries, and

 Provide proper procedures to project personnel to be followed should an unanticipated discovery occur

Field crews and contractors working on capital projects should be informed of this UDP and a copy of it should be available in SCL vehicles at project sites.

2.0 Unanticipated Discovery Procedures The following two sections describe protocols to be followed for discovery of (1) human remains, and (2) other cultural resources. Personnel are required to follow the appropriate protocol when carrying out SCL activities.

2.1 Human Remains Discovery Protocol Although there is usually a very remote potential for discovering human remains, it is possible when activities involve excavation or ground disturbance in areas where native soils are still present. In the event that human remains are discovered by project personnel, whether during planned maintenance and project activities, authorized archaeological excavations, or as a result of natural processes, the following protocol will be strictly followed:

 Stop immediately all ground disturbing activity within 50 feet of the discovery.

 Secure the site immediately from any possible disturbance. The remains will be immediately covered and not removed from the ground.

 Ensure at all times that any discovered human remains and artifacts are treated with dignity and respect.

 Contact the Project Manager immediately. That person will be responsible for assuring that this protocol is followed.

Unanticipated Discovery Plan for SCL Capital Projects in Service Territory (page 1 of 6)

 The Project Manager will immediately contact SCL’s Cultural Resources Coordinator (Ron Tressler) and they will work together to implement the Department of Archaeology and Historic Preservation (DAHP)’s protocol below:

1. If ground disturbing activities encounter human skeletal remains, then all activity will cease that may cause further disturbance to those remains. The area of the find will be secured and protected from further disturbance. 2. The finding of human skeletal remains will be reported to the county medical examiner/coroner and local law enforcement in the most expeditious manner possible. 3. The remains will not be touched, moved, or further disturbed. 4. The county medical examiner/coroner will assume jurisdiction over the human skeletal remains and make a determination of whether those remains are forensic or non-forensic. If the county medical examiner/coroner determines the remains are non-forensic, then they will report that finding to the Department of Archaeology and Historic Preservation (DAHP) who will then take jurisdiction over the remains. 5. The DAHP will notify any appropriate cemeteries and all affected tribes of the find. The State Physical Anthropologist will make a determination of whether the remains are Indian or Non-Indian and report that finding to any appropriate cemeteries and the affected tribes. The DAHP will then handle all consultation with the affected parties as to the future preservation, excavation, and disposition of the remains, according to federal and state laws. 6. If the non-forensic remains are determined to be non-Indian, SCL will treat, or if the landowner is not SCL or a federal land manager, encourage the landowner to treat, the remains in accordance with applicable laws and regulations.

2.2 Cultural Resources Discovery Protocol If an on-site archaeological monitor is not present when a possible cultural resource is found, SCL’s CRC will work with Project Manager to have qualified archaeologist assess the find. A cultural resource discovery could be from the prehistoric or historic-period and consist of, but not be limited to, the following:  An area of charcoal or charcoal-stained soil in association with historic-period or prehistoric remains such as stone tools or chips;  An arrowhead, stone tool, or stone chips;  A historic bottle, old glass fragments, square nails, “hole in top” lead-soldered cans, building foundations, etc;  A shell midden or cluster of animal bones or burned rocks in association with stone tools or chips;  A cluster of tin cans or bottles, utensils, or industrial equipment older than 50 years

If archaeological artifacts or historical materials that appear to be older than fifty years of age are encountered by SCL staff or other contractors, the following protocol will be implemented:

 If any member of a construction, maintenance, or other field crew believes that he or she has made a cultural resource discovery, they will leave the object in place and flag for later location. Collecting artifacts is illegal, and a violation of federal and state laws.

 Personnel will immediately stop work adjacent to the discovery and notify the Project Manager, who will immediately contact the SCL CRC (Ron Tressler).

 The Project manager will take appropriate steps to protect the discovery site. At a minimum, the immediate area of the discovery site will be secured. Vehicles, equipment, and unauthorized

Unanticipated Discovery Plan for SCL Capital Projects in Service Territory (page 2 of 6) personnel will not be permitted to traverse the site.

 An area of work restriction will be established in consultation with the CRC and will be sufficient to provide for the security and protection of the cultural materials. SCL will enforce appropriate security measures. Depending on the situation, it may be necessary to cover or backfill a portion of the excavated area to protect the site.

 The CRC will have a qualified archaeologist inspect the site and determine whether the discovery is a historic or prehistoric/pre-contact resource. If prehistoric/pre-contact, then all resources of this age are protected under state statute and require a permit through the DAHP. If historic, it should be noted the DAHP has previously determined resources associated with historic Seattle are eligible to the National Register of Historic Places and therefore require a permit. The CRC and the archaeologist will immediately contact the DAHP, appropriate jurisdiction (e.g., City of Seattle Department of Neighborhoods, King County Office of Cultural Resources, etc.) to seek consultation regarding appropriate treatment. Treatment measures may include mapping, photography, limited probing, sample collection, protection of the site to avoid further impact, or other activity and will be implemented following federal (if applicable) and state regulations. Once the archaeologist has a DAHP permit to excavate the artifacts the they shall be given ample time to adequately record the find buried artifacts (up to 8 hours) after which construction can proceed and the cultural feature removed

 The archaeologist and CRC will prepare a report that documents the methods and results of the treatment measures within four months of completion of the measures. SCL will provide a review copy of the draft report to the DAHP, the land management agency, and affected Indian tribes. After a 30-day review period, SCL will make revisions that take into address review comments and provide a copy of the final report to each of these parties.

 If the discovery is a significant historic or cultural resource in the project area, it should be included in a Cultural Resource Management Plan for the Project for long-term management.

 If it is necessary to continue the project activities that led to the discovery, SCL will consult with the parties (landowner, DAHP, affected Indian Tribes, etc.) to determine appropriate protection and treatment.

Unanticipated Discovery Plan for SCL Capital Projects in Service Territory (page 3 of 6) Attachment A: Parties to Contact in event of HUMAN REMAINS discovery

City of Seattle Contacts Seattle, WA Seattle Police Department (206) 731-3232 610 Fifth Avenue Seattle, WA State Contacts (206) 625-5011 Department of Archaeology and Historic Preservation (DAHP) Seattle City Light (SCL) Stephenie Kramer Ron Tressler Assistant State Archaeologist Cultural Resource Coordinator [email protected] [email protected] PO Box 48343 (206) 386-4506; or Olympia, WA 98504-8343 (360) 586-3083; or SCL - Rebecca Ossa Historic Preservation Specialist Gretchen Kaehler [email protected] Local Government Archaeologist (206) 386-4519; or [email protected] (360) 586-3088; or SCL - Colleen McShane, Manager Natural Resources and Environ. Planning Guy Tasa, Ph.D. [email protected] State Physical Anthropologist (206) 684-4238 [email protected] (360) 586-3534 Dept of Neighborhoods-Cultural Resources Karen Gordon Archaeological Consultant for SCL Historic Preservation Officer [email protected] Historical Research Associates Lynn Compas King County Contacts (206) 343-0226 x12 King County Medical Examiner's Office (206) 660-7090 908 Jefferson St, 2nd Floor

Unanticipated Discovery Plan for SCL Capital Projects in Service Territory (page 4 of 6)

Attachment B: Parties to Contact in event of CULTURAL RESOURCE discovery

Unanticipated Discovery Plan for SCL Capital Projects in Service Territory (page 5 of 6)

City Of Seattle Contacts Gretchen Kaehler Seattle Police Department Local Government Archaeologist 610 Fifth Avenue [email protected] Seattle, WA (360) 586-3088; or (206) 625-5011 Guy Tasa, Ph.D. Dept of Neighborhoods-Cultural Resources State Physical Anthropologist Karen Gordon [email protected] Historic Preservation Officer (360) 586-3534 [email protected] King County Contacts Seattle City Light (SCL) King County Medical Examiner's Office Ron Tressler 908 Jefferson St, 2nd Floor Cultural Resource Coordinator Seattle, WA [email protected] (206) 731-3232 (206) 386-4506; or Tribal Contacts SCL - Rebecca Ossa Duwamish Tribe Historic Preservation Specialist Cecile A. Hansen, Tribe Chair [email protected] [email protected] (206) 386-4519; or Seattle, WA (206) 431-1582 SCL - Colleen McShane, Manager Natural Resources and Environ. Planning Muckleshoot Tribe [email protected] Laura Murphy, Archaeologist Cultural (206) 684-4238 Resources P.O. Box 34023 [email protected] Seattle WA 98124 39015 172nd Avenue SE Auburn, WA 98092 Archaeological Consultant for SCL (253) 876-3272; or Historical Research Associates Lynn Compas Warren KingGeorge, Historian (206) 343-0226 x12 (253) 876-3269 (206) 660-7090 Suquamish Tribe State Contacts Dennis Lewarch, THPO Cultural Resources [email protected] Department of Archaeology and Historic PO Box 498 Preservation (DAHP) Suquamish, WA 98392-0498 Stephenie Kramer (360) 394-8529 Assistant State Archaeologist [email protected] Tulalip Tribes PO Box 48343 Richard Young, Cultural Resources Staff Olympia, WA 98504-8343 [email protected] (360) 586-3083; or (360) 716-4635

Unanticipated Discovery Plan for SCL Capital Projects in Service Territory (page 6 of 6) ENVIRONMENTAL REVIEW FORM Environmental Review Form Please email the completed form to Megan Yoshida at [email protected] For questions, please call: (206) 733-9978

Project Name: 2015 Pole Replacements WO #/ WAMS # with task number: Multiple work orders; charge to 1402488-02 Date of Request: 5/21/2015 Project Start Date: 6/1/2015 Project End Date: 3/31/2016 Project Manager/ Engineer (provide name and phone number): William Chin (206) 684-7977 Customer Requested (Provide Contact Information): TBD Work done by: ☐ SCL ☒ Contractor ☐ Unknown at this time

Project type: ☐ Transmission ☒ Distribution ☐ Network

☒ Routine Maintenance ☐ New Construction ☐ Repair ☐ Replacement

☐ Substation ☒ Overhead ☐ Underground ☐ Other

Purpose of the Project: To replace 327 aging bad order distribution poles in various locations throughout south and north Seattle and the city of Burien

Provide Equipment to be Used: Auger truck, Vactor truck, pickup truck, boom/bucket truck, chainsaw, assorted handtools

Specific Location(s) of Work (attach vicinity/location map): Various locations in the southern and northern portions of City Light’s service territory and in the SCL franchise city of Burien (see attached)

Describe Staging and Storage Areas: The contractor will be responsible for maintaining a secure staging and storage area. The exact location is TBD.

Describe the Overall Project (include activity specifics): Seattle City Light will furnish and deliver all of the materials to the Contractor’s secure storage area. Materials that will be supplied to the contractor by City Light are to include but will not be limited to: wood and fiberglass distribution poles of varying lengths, transformers, conductor, ground wire, and all required miscellaneous truck stock and sundry electrical materials needed to transfer electrical services from the old existing pole to a new pole. The contractor will dig a new hole and set the new pole in close proximity to the existing bad order pole. The contractor will then transfer the electrical conductor and install new equipment onto the new pole. The contractor will be responsible to cut off the old pole just above the existing cable and communications lines (as applicable). The existing poles will remain in place until the other utilities transfer their services to the new pole. The cable and comm transfer work will be performed under a contract through City Light’s Joint Use group. The contractor will store any scrap and salvaged materials removed from the bad order poles (transformers, conductor, misc. electrical equipment) and store them in their secure staging yard. City Light will then pick the salvaged materials up and dispose/recycle this material in a proper manner. All other scrap, pole tops and refuse will be the contractor’s responsibility to dispose of.

City(s): Seattle and Burien County(s): King County

Environmental Review Form Page 1 of 4 Version 4.0 Check all that Apply:

☒ Land Disturbance (digging, grading, excavating, trenching, filling, etc.) Describe Activities: Digging pole holes Total Ground Disturbance (ft2): 4 * 327= 1308 sq ft Total Acres Disturbed: 0.03 Depth of Ground Disturbance (ft): approx. 7’ to 8’ Soils/Spoils in Cubic Yards: 327 poles @ 18.8 cu ft each = 6148 cu yards ☐ Used as Backfill ☒ Hauled Away

☒ Working near a Storm Drain Distance of Activities to closest storm drain (ft): This will be variable depending on the pole location

☒ Water Source within 200 feet of Project site (stream, lake, pond, wetland, ditch) Distance of Activities to water source (ft): This will be variable depending on location pole location

☒ Vegetation Removal (clearing, grubbing, trimming, maintenance) Describe Activities: Possible tree and/or shrub trimming depending on the location that the new pole will need to be set Vegetation Type: Trees and/or shrubs

☒ Waste Generation (wood poles, concrete, cable, transformers, oil-filled/SF6 equipment etc.) Describe Source(s): Pole topping with a chainsaw, removing old transformers and conductor Describe Disposal Method(s): Pole tops will be disposed of by the contractor. All other salvageable materials will be handled (recycled/disposed of) by City Light’s warehouse group List Transformer ID#s: Too many to list List Pole ID#s: Too many to list

☒ Use of Internal Combustion Engines Describe Activities: Pick up and bucket trucks, vactor trucks, augers, chainsaws ☒ Installation ☐ Stationary ☐ Temporary

☒ Transportation Disruptions Describe Activities: Work in some areas may disrupt traffic on residential streets. The contractor will be required to supply qualified flaggers and applicable traffic control measures

Environmental Hazard and Suggested Impact Controls

Potential Possible Hazards/Impacts Activity/ Cause Suggested BMPs or Mitigation Avoidance (Check all that apply) ☒ Noise/Vibration Trucks, auger Limit truck and/or equipment use to work hours. ☒ Air Emissions Trucks, chainsaw Do not let trucks and/or equipment idle. ☒ Sedimentation/ Digging Preserve vegetation/Mark clearing limits; Install Erosion sediment controls; Stabilize exposed soils; Contain all hazardous materials to prevent spills; and Protect drain inlets.

Environmental Review Form Page 2 of 4 Version 4.0 Potential Possible Hazards/Impacts Activity/ Cause Suggested BMPs or Mitigation Avoidance (Check all that apply) ☒ Water Quality Working in Specific areas around water bodies require pole mandatory pole liners on wood poles to prevent leaching of linear areas chemicals into the groundwater (see Table 4). ☒ Soil/Groundwater Some poles are near (see Table 1) If during excavation, unanticipated evidence of Contamination areas that could contamination is identified (e.g., staining soil, contain soil and odors), work must cease in that location and groundwater with contact City Light Environmental immediately; hazardous and City Light Environmental will coordinate soil constituents sampling and analysis prior to continuing work in that area. Do not transport any material that is potentially hazardous. ☒ Biological Working in a Only pole# During excavation, have a Combustible Gas Resources methane buffer 1337036 Indicator (CGI) and Hydrogen Sulfide zone (WO# 1415204) Indicator (HSI) on-site and in use. ANY detection on the meter(s), stop drilling and call Environmental immediately for next steps; Environmental will coordinate with Health and Safety Field Specialists. If the crew does not have proper training to use the meters, Environmental must be contacted prior to ground disturbance; If during excavation, unanticipated evidence of contamination is identified (e.g., staining soil, odors), work must cease in that location and contact Environmental immediately; No smoking within the construction site; Use explosion-proof tools in enclosed areas; Use construction equipment equipped with vertical exhausts and spark arrestors; Stay up wind of the project work, if possible; and If groundwater is encountered, a vactor truck will be needed to dewater; contact Environmental for assistance. Working in a steep Only pole# Protect and minimize disturbed areas; Use low slope critical area 1337470 impact, least destructive strategies to (WO# 1415204) accomplish the work; Protect vegetation and trees to maintain stability; Runoff from equipment, tools, or site materials is not allowed to enter the stormwater system. Working near a Only pole# Do NOT disturb local animal or bird species. potential wetland 1378571 (WO# 1403835) ☒ Avian Protection Working in avian Certain poles Never move or relocate active nests (with a bird sensitive areas and should be fitted and/or eggs) without Environmental approval; near woodpecker with appropriate and Nests that do not pose an operational, holes protection safety, or electrocution hazard should not be measures (see removed. If a nest is found within a Tables 2 & 3). woodpecker hole in the pole, contact Environmental prior to any work. For any Environmental Review Form Page 3 of 4 Version 4.0 Potential Possible Hazards/Impacts Activity/ Cause Suggested BMPs or Mitigation Avoidance (Check all that apply) possible woodpecker hole found in a pole, look for a nest inside if the hole is larger than a quarter to a half-dollar coin. If a nest is found within the pole, contact Environmental prior to any work. ☒ Waste Generation Removal of old All wood pole tops will be removed from the poles and other site and disposed of properly by the contractor. electrical equipment All salvaged equipment will be handled by City Light. ☒ Transportation Possible traffic The contractor will be responsible for filing impacts traffic control plans with the city and will provide appropriate traffic control measures as applicable. ☒ Other: Remove and replace (see Tables 5 & 6 Non-leaking transformers (with PCB waste) Transformers transformers for PCB content, shall be taken removed from the poles and if applicable) stored in the contractor’s yard until they can be handled by City Light personnel. Leaking transformers shall be placed in a metal container with absorbent pads prior to being transported. Containers with materials contaminated with unknown levels of PCBs or in concentrations of 50 ppm or greater must be labeled prior to transport.

Environmental Permit Needs: ☒ Critical Area Ordinances

See attached Environmental Review Summary Compliance Procedures: ☒ Dated: 6/17/2015

Environmental Review Reviewed by:

Engineer: Date: EAD Analyst: Megan Yoshida Date: 6/19/2015 Contractor: Date: (if applicable)

Environmental Review Form Page 4 of 4 Version 4.0 Environmental Review Summary Compliance Procedures June 17, 2015

Project: 2015 Pole Replacements WAMS: Multiple, but charge to 1402488-02 PM: William Chin

SEPA Determination: The project indicates that it is categorically exempt under the City of Seattle's and the State of Washington's environmental policies and procedures. The City of Burien has adopted Washington’s Administrative Code (WAC) regarding SEPA under the Burien Municipal Code. The following exemptions apply as provided below: . SMC 25.05.800 - (B) Other Minor New Construction, (C) Repair, Remodeling and Maintenance Activities, and (X) Utilities; . WAC 197-11-800 - (2) Other Minor New Construction, (3) Repair, Remodeling and Maintenance Activities, and (23) Utilities.

Cultural: A desktop review using the query of King County Cultural Resources database and Washington Dept. of Archaeology and Historic Preservation WISAARD databases was conducted on May 6, 2015. There are no known historic or pre-historic sites in the project area. The City Light Project Lead should ensure that the Unanticipated Discovery Plan is followed if any artifacts potentially more than 50 years old are uncovered. Even though the sites have been previously disturbed, if resources are discovered during excavation, follow the procedures listed below: . If any member of a construction, maintenance, or other field crew believes that he or she has made a cultural resource discovery, leave the object in place. Collecting artifacts is illegal, and a violation of federal and state laws; . Personnel will stop work within 50 feet of the discovery and immediately contact Ron Tressler in Environmental at (206) 386-4506; . The Project Lead will take appropriate steps to protect the discovery site. At a minimum, secure the discovery site. Vehicles, equipment, and unauthorized personnel will not be permitted to traverse the site; and . An area of work restriction will be established in consultation with Environmental and will be sufficient to provide for security and protection of the cultural materials. City Light will enforce appropriate security measures.

Environmental Critical Areas: A few of the poles fall within environmental critical areas in Seattle.

Methane Buffer Zone From WO 1415204, pole #1337036 falls within a 1000 foot methane buffer zone from the former Genesee Landfill, or Rainier Valley Dump, that closed in the 1960’s. New projects within 1,000 feet of the landfill need methane mitigation or a demonstration through geotechnical engineering that the project does not need a methane mitigation system. However, this is not a new project, but is described as a pole replacement project. Therefore, it does not need a geotechnical engineer to provide methane mitigation.

Methane has been detected at explosive levels in some areas of the landfill. Therefore, any construction, especially of conduits, vaults and utility lines, must make allowances for encountering the gas. Design and construction of underground utilities must be such as to preclude their serving as conduits for conducting methane gas away from the landfill and into the structures that they serve. Every effort must be made to design

Environmental Contact Information: Megan Yoshida (206) 733-9978 and construct structures in compliance with appropriate fire and electrical codes and in a manner that will not allow the accumulation of the lighter-than-air methane in enclosed spaces and along electrical lines.

The following procedures need to be followed specifically: . During excavation, have a Combustible Gas Indicator (CGI) and Hydrogen Sulfide Indicator (HSI) on- site and in use. ANY detection on the meter(s), stop drilling and call Environmental immediately for next steps; Environmental will coordinate with Health and Safety Field Specialists. o If the crew does not have proper training to use the meters, Environmental must be contacted prior to ground disturbance; . If during excavation, unanticipated evidence of contamination is identified (e.g., staining soil, odors), work must cease in that location and contact Environmental immediately; . No smoking within the construction site; . Use explosion-proof tools in enclosed areas; . Use construction equipment equipped with vertical exhausts and spark arrestors; . Stay up wind of the project work, if possible; and . If groundwater is encountered, a vactor truck will be needed to dewater; contact Environmental for assistance.

Steep Slope From WO 1415204, pole #1337470 is located on a Steep Slope, which is regulated as an environmental critical area. Steep slope areas are areas with a slope with an incline of forty (40) percent or more within a vertical elevation change of at least ten feet (10'). Steep slopes also have fifteen-foot (15') buffers from the top and toe of a slope.

Based on Seattle Municipal Code 25.09.045, this project meets the qualifications for an exemption as long as the project does NOT remove any vegetation or disturb local animal or bird species. Therefore, the project is exempt under: . SMC 25.09.045 (F) - Maintenance, repair, renovation, or structural alteration of an existing structure that does not increase the impact to, or encroach further within, or further alter an environmentally critical area or buffer. . SMC 25.09.045 (I) - Normal and routine operations, maintenance, remodeling, repair, and removal of existing public facilities and utilities.

The above exemption will apply only if all Best Management Practices (BMPs) are adhered to: . Protect and minimize disturbed areas; . Use low impact, least destructive strategies to accomplish the work; . Protect vegetation and trees to maintain stability; . Runoff from equipment, tools, or site materials is not allowed to enter the stormwater system.

Wetland From WO 1403835, pole #1378571 is located approximately 40 feet south of a potential wetland, which is protected federally and jurisdictionally as an environmental critical area. Wetlands are areas that are inundated or saturated by surface water or ground water at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions. Due to the proximity of the wetland, either a pole liner or a fiberglass pole should be installed instead of wood poles, given the potential for chemical leaching from a wood pole.

Based on Seattle Municipal Code 25.09.045, this project meets the qualifications for an exemption as long as the project does NOT disturb local animal or bird species. The project is exempt under SMC 25.09.045 (F) and (I) listed above in the ‘Steep Slope’ section.

Environmental Contact Information: Megan Yoshida (206) 733-9978 Hazardous Sites: The Department of Ecology Integrated Site Information System for contaminated sites was queried on June 17, 2015. Five confirmed and suspected contaminated sites (CSCS) and two leaking underground storage tank (LUST) sites were identified within 500 feet of the project area, which could contain soil and groundwater with hazardous constituents (Table 1). Two Leaking Underground Storage Tank (LUST) sites were also identified near the project area. Additionally, there were multiple Regulated Underground Storage Tank (RUST) and No Further Action (NFA) sites throughout the project area, but these sites should not impact the project.

TABLE 1: Ecology-Identified Hazardous Sites Pole Site WO Facility Address Site ID Status Soil Water Contaminates #(s) Type 9025 Delridge Benzene, Lenny’s Fuel Cleanup 1412233 1345681 Way SW, Seattle, CSCS 21915527 X X Petroleum West started 98106 products Seattle City 1364479 5952 Rainier Ave Cleanup Petroleum 1419324 Hillman CSCS 79855373 X 1364416 S, Seattle, 98134 started product shops Benzene, Non- 14656 Ambaum Cleanup halogenated ARCO 5236 Blvd SW, Burien, CSCS 13652871 X X started solvents, 98166 Gasoline Benzene, MTBE, 1370436 Non- 13515 Ambaum 1411217 Cleanup halogenated ARCO 0409 Blvd SW, Seattle, CSCS 22483258 X X started organics, 98146 Petroleum products 13624 Ambaum 1370339 Burien Cleanup Blvd SW, Seattle, CSCS 23722839 X Gasoline 1370336 Imports Ltd started 98166 14056 Benzene, 1362351 Cleanup 1403298 Unocal 5191 Greenwood Ave LUST 31533982 X Petroleum 1362365 started N, Seattle, 98133 products Non- Halogenated Transmission 10538 Aurora Ave Cleanup 1417013 1354435 LUST 1543551 X organics, Factory N, Seattle, 98133 started Petroleum product

Although none of the sites listed above fall directly next to the pole sites, there is a potential to encounter soil or groundwater with hazardous constituents. The following procedures need to be followed: . If during excavation, unanticipated evidence of contamination is identified (e.g., staining soil, odors), work must cease in that location and contact City Light Environmental immediately; and . City Light Environmental will coordinate soil sampling and analysis prior to continuing work in that area. . Do not transport any material that is potentially hazardous.

Nesting Birds: Some of the poles fall within an Avian Sensitive Area or have had a previous avian mortality associated with them (Table 2). The new poles should be fitted with appropriate protection measures to prevent avian-caused outages and bird mortality.

Environmental Contact Information: Megan Yoshida (206) 733-9978 TABLE 2: Poles in areas of Avian Concern and associated work order (WO) numbers WO # Pole # Avian Concern 1319949 1342439 Avian mortality (2013) 1401684 1368155 Avian mortality (2008) 1339983 Avian Sensitive Area 1409718 1339984 Avian mortality (2010) 1412233 1348683 Avian mortality (2011) 1414709 1321203 Avian Sensitive Area Avian Sensitive Area; Avian 1332883 mortality (2009) Avian Sensitive Area; Avian 1418382 1332882 mortality (2007) 1332881 Avian Sensitive Area 1332781 Avian Sensitive Area 1419324 1364040 Avian Sensitive Area 1411535 1344951 Avian mortality (2007) 1403835 1378571 Avian Sensitive Area

Be aware that the Migratory Bird Treaty Act, Endangered Species Act, and Washington State Regulations makes it illegal for anyone to harass, harm, pursue, trap, or kill birds for any reason. If project activities were to change, contact Environmental. The following BMPs should always be followed: . Never move or relocate active nests (with a bird and/or eggs) without Environmental approval; and . Nests that do not pose an operational, safety, or electrocution hazard should not be removed.

Woodpecker holes have been found in some of the poles (Table 3). Woodpeckers have been known to excavate nesting cavities in wooden power poles, and then the cavities can be used by other species in subsequent years. Nests can pose a risk of fire or an outage if nest material, prey remains, or excretment were to drop onto energized equipment. For any possible woodpecker hole found in a pole, look for a nest inside if the hole is larger than a quarter to a half-dollar coin. If a nest is found within the pole, contact Environmental prior to any work. Refer to City Light’s Avian Protection Plan (2014) for more information.

TABLE 3: Poles with known woodpecker holes and associated work order (WO) numbers WO # Pole # Woodpecker holes? 1400252 1320344 Yes 1401522 1319546 Yes 1419149 1389547 Yes

Special Status Species: Pacific Pond Turtles, a state listed endangered species, have been identified in the vicinity of all the poles in the following WOs: 1319949, 1401684, 1412233, 1413347, 1409465, 1411217, 1411374, and 1412384. However, the project is in an urban street environment. Work will not occur within or near a water source and therefore, should not interfere with or impact this species.

Shoreline: The project does not fall in a shoreline management area.

Environmental Contact Information: Megan Yoshida (206) 733-9978 Stormwater Pollution Prevention: Although the project does not trigger a NPDES permit and the need for a SWPPP, the project should still adhere to the Stormwater Management Manual for Western Washington (DOE, 2012). The following BMPs shall apply to this project: . Preserve vegetation/Mark clearing limits; . Install sediment controls; . Stabilize exposed soils; . Contain all hazardous materials to prevent spills; and . Protect drain inlets.

In addition, specific areas around water bodies require pole liners on wood poles to prevent leaching of chemicals into the groundwater. The poles listed in Table 4, if they are wood, require pole liners.

TABLE 4: Poles that require pole liners and associated work order (WO) numbers WO # Pole # Pole Liner Required? 1414709 1321203 Yes 1403835 1378571 Yes

Vegetation Removal: . Vegetation work should be minimal to trimming trees, brush, and/or the removal of grasses to only the areas that are absolutely necessary within the immediate project area; . Stay out of tree root zones; . If a tree needs to be removed or any additional vegetation needs to be landscaped, please contact Environmental immediately to obtain a permit; . Restore removed vegetation to pre-construction conditions; and . Replant vegetation as appropriate for the street location (in-kind).

Traffic: The contractor will provide and file a Traffic Control Plan with all proper authorities. The contractor will be required to provide a flagger.

Waste Generation: Wood Poles: . All wood poles and pole tops removed shall be taken to South Service Center for proper storage.

Transformers: See Tables 5 and 6 below for a list of transformers, pole numbers, their certifications, and work order numbers.

TABLE 5: Transformers with <1 ppm PCBs and associated pole and work order (WO) numbers WO # Pole # Transformer # Transformer Certified/Tested for PCBs? 1342441 Y52099 Mfg cert <1 ppm 1319949 1342435 Y52534 Mfg cert <1 ppm 1342436 Y52529 Mfg cert <1 ppm 1320242 Y48686 Mfg cert <1 ppm 1400252 1320248 Y55499 Mfg cert <1 ppm 1320137 Y14337 Tested 0 ppm 1368157 Y52504 Mfg cert <1 ppm 1401684 1368463 Y52536 Mfg cert <1 ppm 1403231 1319812 Y50623 Mfg cert <1 ppm 1409718 1339986 Y50922 Mfg cert <1 ppm 1413347 1378259 Y46441 Mfg cert <1 ppm

Environmental Contact Information: Megan Yoshida (206) 733-9978 TABLE 5 Continued … WO # Pole # Transformer # Transformer Certified/Tested for PCBs? 1342441 Y52099 Mfg cert <1 ppm 1319949 1342435 Y52534 Mfg cert <1 ppm 1342436 Y52529 Mfg cert <1 ppm 1320242 Y48686 Mfg cert <1 ppm 1400252 1320248 Y55499 Mfg cert <1 ppm 1320137 Y14337 Tested 0 ppm 1368157 Y52504 Mfg cert <1 ppm 1401684 1368463 Y52536 Mfg cert <1 ppm 1403231 1319812 Y50623 Mfg cert <1 ppm 1409718 1339986 Y50922 Mfg cert <1 ppm 1413347 1378259 Y46441 Mfg cert <1 ppm 1414169 1321311 Y52674 Mfg cert <1 ppm 1415204 1337470 Y51291 Mfg cert <1 ppm 1419741 1364010 Y51221 Mfg cert <1 ppm 1419872 1364003 Y15177 Tested 0 ppm 1409465 1370399 Y40079 Mfg cert <1 ppm 1411535 1344951 Y18493 Tested 0 ppm 1416490 1389818 Y49009 Mfg cert <1 ppm 1417281 1332895 Y44481 Mfg cert <1 ppm 1362032 Y17326 Tested 0 ppm 1362368 Y17154 Tested 0 ppm 1362371 Y16733 Tested 0 ppm 1403298 1362362 Y21545 Tested 0 ppm 1362361 Y17327 Tested 0 ppm 1362053 Y16861 Tested 0 ppm 1362169 Y12091 Tested 0 ppm 1378658 Y11997 Tested 0 ppm 1388209 Y41744 Mfg cert <1 ppm 1378503 Y11899 Tested 0 ppm 1378509 Y12023 Tested 0 ppm 1378672 Y11390 Tested 0 ppm 1378675 Y12018 Tested 0 ppm 1388121 Y17815 Tested 0 ppm 1388122 Y18387 Tested 0 ppm 1388123 Y17701 Tested 0 ppm 1388124 Y17707 Tested 0 ppm 1403835 1378549 Y11158 Tested 0 ppm 1378654 Y12180 Tested 0 ppm 1378632 Y12698 Tested 0 ppm 1378634 Y15181 Tested 0 ppm 1378636 Y12094 Tested 0 ppm 1378610 Y12196 Tested 0 ppm 1378612 Y12794 Tested 0 ppm 1378599 Y17509 Tested 0 ppm 1378597 Y17428 Tested 0 ppm 1378640 Y12025 Tested 0 ppm 1354023 Y14005 Tested 0 ppm 1354021 Y13569 Tested 0 ppm 1354002 Y18657 Tested 0 ppm 1417013 1354467 Y27658 Tested 0 ppm 1354127 Y14419 Tested 0 ppm 1354131 Y14759 Tested 0 ppm Environmental Contact Information: Megan Yoshida (206) 733-9978 TABLE 5 Continued … WO # Pole # Transformer # Transformer Certified/Tested for PCBs? 1354234 Y14684 Tested 0 ppm 1417013 1354449 Y14605 Tested 0 ppm

The transformers in Table 6 below have not been tested for PCB contaminates. The transformers need to be replaced with transformers that are manufacture-certified at <1 ppm for PCBs. Assume that there are PCBs of 50 ppm or greater. . Non-leaking transformers (with PCB waste) shall be taken removed from the poles and stored in the contractor’s yard until they can be handled by City Light personnel. . Leaking transformers shall be placed in a metal container with absorbent pads prior to being transported. . Containers with materials contaminated with unknown levels of PCBs or in concentrations of 50 ppm or greater must be labeled prior to transport.

TABLE 6: Transformers with PCBs or unknown PCB content and associated pole and work order (WO) numbers WO # Pole # Transformer # Transformer Certified/Tested for PCBs? 1342445 Y19984 No mfg cert/test 1342443 Y19990 No mfg cert/test 1319949 1342442 Y19974 No mfg cert/test 1342439 Y19998 No mfg cert/test 1342434 Y6951 No mfg cert/test 1320241 Y37772 No mfg cert/test 1313669 Y12985 No mfg cert/test 1400252 1320147 Y10685 No mfg cert/test 1313885 Y11353 No mfg cert/test 1368154 Y14122 No mfg cert/test 1401684 1368155 Y13686 No mfg cert/test 1368467 Y13936 No mfg cert/test 1319815 Y11116 No mfg cert/test 1403231 1319814 Y3417 No mfg cert/test 1319813 Y10134 No mfg cert/test 1339983 Y14470 No mfg cert/test 1339984 Y12680 No mfg cert/test 1409718 1339985 Y14996 No mfg cert/test 1344775 Y11267 No mfg cert/test 1411535 1344573 Y1090 No mfg cert/test 1345681 Y26149 No mfg cert/test 1412233 1348683 Y57126 Unknown 1348686 Y6811 No mfg cert/test 1360104 Y35546 No mfg cert/test 1378459 Y32869 No mfg cert/test 1413347 1378491 Y11123 No mfg cert/test 1378419 Y35814 No mfg cert/test 1379681 Y4926 No mfg cert/test 1414114 1379691 Y9398 No mfg cert/test 1321015 Y19930 No mfg cert/test 1321202 Y19078 No mfg cert/test 1414169 1321208 Y16679 No mfg cert/test 1321223 Y16128 No mfg cert/test

Environmental Contact Information: Megan Yoshida (206) 733-9978 TABLE 6 Continued … WO # Pole # Transformer # Transformer Certified/Tested for PCBs? 1321315 Y17828 No mfg cert/test 1414169 1321303 Y19038 No mfg cert/test 1321066 Y19763 No mfg cert/test 1321059 Y28557 No mfg cert/test 1414690 1321056 Y17188 No mfg cert/test 1321447 Y19737 No mfg cert/test 1321226 Y26076 No mfg cert/test 1414709 1321228 Y26079 No mfg cert/test 1321456 Y15818 No mfg cert/test 1321468 Y19016 No mfg cert/test 1321470 Y6014 No mfg cert/test 1414883 1321383 Y4700 No mfg cert/test 1321378 Y6015 No mfg cert/test 1321300 Y20269 No mfg cert/test 1337036 Y34388 No mfg cert/test 1337469 Y33763 No mfg cert/test 1415204 1337449 Y34085 No mfg cert/test 1337436 Y30340 No mfg cert/test 1337068 Y29356 No mfg cert/test 1367823 Y26971 No mfg cert/test 1414709 1321260 Y20385 No mfg cert/test 1332883 Y7957 No mfg cert/test 1332882 Y5104 No mfg cert/test 1332881 Y4836 No mfg cert/test 1418382 1332781 Y26228 No mfg cert/test 1332885 Y34480 No mfg cert/test 1332889 Y14679 No mfg cert/test 1363078 Y24310 No mfg cert/test 1389543 Y2980 No mfg cert/test 1419149 1389542 Y19282 No mfg cert/test 1389538 Y17305 No mfg cert/test 1389537 Y32754 No mfg cert/test 1364040 Y15776 No mfg cert/test 1419324 1364039 Y16078 No mfg cert/test 1364049 Y15798 No mfg cert/test 1363120 Y3707 No mfg cert/test 1419425 1389533 Y3113 No mfg cert/test 1389532 Y3650 No mfg cert/test 1419654 1332578 Y7585 No mfg cert/test 1364013 Y16370 No mfg cert/test 1419741 1364011 Y3887 No mfg cert/test 1364002 Y27398 No mfg cert/test 1364001 Y19420 No mfg cert/test 1419872 1364493 Y16467 No mfg cert/test 1364494 Y16480 No mfg cert/test 1370390 Y33857 No mfg cert/test 1399235 Y2639 No mfg cert/test 1399275 Y2314 No mfg cert/test 1409465 1370402 Y37090 No mfg cert/test 1370414 Y12537 No mfg cert/test 1370412 Y12652 No mfg cert/test 1370408 Y12716 No mfg cert/test Environmental Contact Information: Megan Yoshida (206) 733-9978 TABLE 6 Continued … WO # Pole # Transformer # Transformer Certified/Tested for PCBs? 1399240 Y2957 No mfg cert/test 1399242 Y20858 No mfg cert/test 1409465 1399245 Y2326 No mfg cert/test 1399246 Y14019 No mfg cert/test 1399105 Y22114 No mfg cert/test 1411374 1399110 Y22112 No mfg cert/test 1378009 Y35169 No mfg cert/test 1412384 1360308 Y9371 No mfg cert/test 1389974 Y4628 No mfg cert/test 1389814 Y32385 No mfg cert/test 1389812 Y35618 No mfg cert/test 1416490 1389811 Y4619 No mfg cert/test 1389810 Y4636 No mfg cert/test 1389810 Y8089 No mfg cert/test 1389809 Y5095 No mfg cert/test 1332900 Y7393 No mfg cert/test 1417281 1332976 Y6047 No mfg cert/test 1332699 Y28746 No mfg cert/test 1403835 1378669 Y10143 Tested 6.9 ppm 1417013 1354445 Y14413 Tested 1.2 ppm

Environmental Contact Information: Megan Yoshida (206) 733-9978

PERMITS

City of Seattle Seattle Department of Transportation Street Use Division 700 Fifth Avenue, Suite 3700 Seattle, Washington 98104-5043 FRANCHISE UTILITY FIELD INSPECTION WORKSHEET

Date: Permit Number: Job Number/Work Order Number: Agency: Contractor: Construction Field Lead: Work Activity Address/Block Location: # days in rights-of-way:

INSPECTION RESULTS UNDERGROUND IMPROVEMENT DESCRIPTION Gas Electrical Telephone Sewer Drainage Water Telecommunication Other

CONDUIT/DUCT Conduit Size/Number: Conduit Material: DIRECT BURIAL HH Type: VAULTS Type: MH Type: C/B Type: INLET Type: Pipe Size: Material: Other

Traffic Control Description PASSED FAILED OTHER

Surface Improvement Description PASSED FAILED OTHER FORMS (Description/Type)

REINFORCEMENT (Description/Type) Dowel Size: Tie Bar Size:

BACKFILL TYPE Trip Ticket Collected Compaction Test Report

BASE TYPE Trip Ticket Collected Compaction Test Report

STREET PAVEMENT Trip Ticket Collected CONCRETE ASPHALT AC

OTHER (Description)

RIGHTS-OF-WAY USAGE AREA VERIFICATION ROW Usage Area Confirmed Corrected ROW Usage Area (SF)

PAVEMENT RESTORATION PERFORMED BY STREET MAINTENANCE Utility Cut (UC) # Time & Material (T&M) #

PAVEMENT RESTORATION PERFORMED BY PERMITTEE Final Pavement Restoration Accomplishment Measurement: WIDTH (FT) X LENGTH (FT)

CORRECTIONS REQUIRED CONDITIONS/AGREEMENTS NOTES

ST. USE INSPECTOR: DATE:

APPROVALS REQUIRED DATE APPROVED APPROVALS REQUIRED DATE APPROVED STREET MAINTENANCE STREET USE OTHER

¨ Certification of Occupancy Approved (If Applicable) ¨ Temporary Certification of Occupancy (If Applicable)

SIGNED: PHONE# PROJECT APPROVAL DATE: INSPECTOR

WHITE COPY: Street Use File YELLOW COPY—Inspector PINK COPY – Permittee City of Seattle Seattle Department of Transportation Street Use Division 700 Fifth Avenue, Suite 3700 Seattle, Washington 98104-5043 FRANCHIISE UTILITY NON - ARTERIAL PERMIT ISSUANCE WORKSHEET Date: Job Number/Work Order Number: Agency: Contractor: Project Manager/Engineer: Billing Address: Work Activity Address/Block Location: Permit Type: Arterial Utility Non-Arterial Utility # days in rights-of-way:

IMPROVEMENT DESCRIPTION IMPROVEMENT TYPE Gas Electrical Telephone Sewer Drainage Water Telecommunication Other

USE FEE” CALCULATION WORKSHEET NON – ARTERIAL Rights-of-way usage area: WIDTH (FT) X LENGTH (FT) TOTAL = (SF) Length of Project in 10 day increments No. of days in project ÷ 10 = #of 10 day periods

FEE CALCUATION (by 10 day units) Month 1 (No. of SF charge) Period 1 = 1 unit 2 = 2 units 3 = 3 units $0.00 x (SF) x (units) = $ 0.00

Month 2 & 3 (No. of SF charge) Period 4 = 1unit 5 = 2 units 6 = 3 units 7 = 4 units 8 = 5 units 9 = 6 units $0.10 x (SF) x (units) = $

Month 4 & 5 (No. of SF charge) Period 10 = 1 unit 11 = 2 units 12 = 3 units 13 = 4 units 14 = 5 units 15 = 6 units $0.20 x (SF) x (units) = $

Month 6 & 7 (No. of SF charge) Period 16 = 1 unit 17 = 2 units 18 = 3 units 19 = 4 units 20 = 5 units 21 = 6 units $0.40 x (SF) x (units) = $

Month 8 & 9 (No. of SF charge) Period 22 = 1 unit 23 = 2 units 24 = 3 units 25 = 4 units 26 = 5 units 27 = 6 units $0.80 x (SF) x (units) = $

Month 10 + (No. of SF charge) Period 28 + = 1 unit/period > 27 $1.20 x (SF) x (units) = $

Subtotal ...... $ + Base Fee ...... $ 135.00 + Mapping Surcharge ...... $ 30.00 + Restoration Deposit (If Applicable) ...... $ GDV # + Inspection Deposit (If Applicable) ...... $ GDV # + Other Deposit ...... (If Applicable) ...... $ GDV # TOTAL FEE ...... $

Agency’s Utility Coordination List Capital Improvement Project Corrections

Reviewer : DATE: Calculation prepared by: PHONE# ISSUER

WHITE COPY: Street Use File YELLOW COPY—Inspector PINK COPY – Permittee City of Seattle Seattle Department of Transportation 700 5TH Avenue, 37th Floor, Seattle, WA 98104 (206) 684-5253 UTILITY ISSUANCE NON-ARTERIAL “USE FEE” REPORT

Prepared Date: Calculations Approved by: REVIEWER City of Seattle Seattle Department of Transportation Street Use Division 700 Fifth Avenue, Suite 3700 Seattle, Washington 98104-5043 FRANCHISE UTILITY FIELD INSPECTION WORKSHEET GUIDELINE

Introduction

In order for us to accomplish the improvements that the new fee ordinance will support it is important for Street Use Franchise Utility Section to restructure the standard permit issuance and inspection practices. Beginning this year, Seattle’s Department of Transportation (SDOT) Franchise Utility Section is using a few new worksheets in order to align us with the new fee structure: · Ensures consistency and clear understanding · Provides more timely permit issuance

FRANCHISE UTILITY WORKSHEETS

There are four worksheets that were created. The worksheets are the following:

1. Franchise Utility Field Inspection Worksheet 2. Franchise Utility Permit Issuance Checklist for Non-Arterial 3. Franchise Utility Permit Issuance Checklist for Arterial 4. Franchise Utility Permit Application Checklist

Inspectors are required to complete the Franchise Utility Field Inspection Worksheet in order to consider the utility permit project complete and signed off.

FRANCHISE UTILITY PERMIT ISSUANCE CHECKLIST FOR ARTERIAL OR NON-ARTERIAL

There will be some cases where inspectors will be required to complete Franchise Utility Permit Issuance Checklist for Arterial or Non-Arterial at the Permittee’s request. Inspectors will be required to complete the Franchise Utility Permit Issuance Checklist for Arterial or Non-Arterial if:

1. Setting conditions for a utility permit requested by Permittee 2. Utility work that occur in non-arterial and it last for more than 30 days 3. Utility projects that does not a have a valid utility permit

When setting conditions for the any utility work, assigned inspector is limited to one-half hour (1/2) charge against time work authorization charge number TWA0050, activity 047.

Standard Introduction Fields to be complete

On each standard the Franchise Utility Permit Issuance Checklist for Arterial or Non-Arterial, if the Permittee decided to have Street Use to complete the worksheet information, the Permittee are notified that will be charging his or her time to complete the worksheet. Permittee are encouraged to follow-up with Street Use Division and inquire about the amount of time charged to the preliminary activities in order to complete the worksheet by the assigned inspector.

Date: To be completed by inspector Job Number/Work Order Number: (to be completed by Franchise Utility Permit Issuer) Agency: (to be completed by Franchise Utility Permit Issuer) Contractor: Project Manager/Engineer: (to be completed by Franchise Utility Permit Issuer) Billing Address: (to be completed by Franchise Utility Permit Issuer) Work Activity Address/Block Location: To be completed by inspector Permit Type: Arterial Utility (to be completed by inspector) Non-Arterial Utility (to be competed by inspector) # days in rights-of-way: To be completed by inspector

Page 1 of 6 Utility Improvement Fields to be completed

Permittee or inspectors will be required to identify what type of utility work is occurring. For example, utility installation type may be gas utility, electrical utility, and sewer utility. Detail description of the work will be needed in order to have a complete utility permit. The baseline information that is necessary is be type of infrastructure that will be installed (i.e. conduit, vault, MH, HH and their respective material type, and size and number if applicable). Plans may identify the needed

IMPROVEMENT DESCRIPTION

IMPROVEMENT TYPE (To be completed by inspector) Gas Electrical Telephone Sewer Drainage Water Telecommunication Other

Rights-of-Way Use Fee Calculation Worksheet Section

The assigned inspector will be required to complete the “Use Fee” Calculation Worksheet section for utility work located on arterial streets. If a utility work located on non-arterial streets last for more than 30 working days, the assigned inspector will be required to complete the “Use Fee” Calculation Worksheet for utility work located on non-arterial streets. Inspector will be required to complete the following fields:

ARTERIAL Rights-of-way usage area: (To be completed by inspector) WIDTH (FT) X (To be completed by inspector) LENGTH (FT) TOTAL = (To be completed by inspector) (SF)

Length of Project in 10 day increments (To be completed by inspector) No. of days in project ÷ 10 = (To be completed by inspector) #of 10 day periods

FEE CALCUATION (by 10 day units) Month 1 (No. of SF charge) Period 1 = 1 unit 2 = 2 units 3 = 3 units

$0.10 x (To be completed by inspector) (SF) x (To be completed by inspector) (units) = $ (To be completed by inspector) IF APPLICABLE

Month 2 (No. of SF charge) Period 4 = 1unit 5 = 2 units 6 = 3 units

$0.20 x (To be completed by inspector) (SF) x (To be completed by inspector) (units) = $ (To be completed by inspector) IF APPLICABLE

Month 3 (No. of SF charge) Period 7 = 1 unit 8 = 2 units 9 = 3 units

$0.40 x (To be completed by inspector) (SF) x (To be completed by inspector) (units) = $ (To be completed by inspector) IF APPLICABLE

Month 4 (No. of SF charge) Period 10 = 1 unit 11 = 2 units 12 = 3 units

$0.80 x (To be completed by inspector) (SF) x (To be completed by inspector) (units) = $ (To be completed by inspector) IF APPLICABLE

Month 5+ (No. of SF charge) Period 13 + = 1 unit/period > 12

$1.20 x (To be completed by inspector) (SF) x (To be completed by inspector) (units) = $ (To be completed by inspector) IF APPLICABLE

Subtotal ...... $ (To be completed by inspector ) + Base Fee ...... $ 135.00 + Mapping Surcharge ...... $ 30.00 + Restoration Deposit (If Applicable) ...... $ GDV # + Inspection Deposit (If Applicable) ...... $ GDV # + Other Deposit ...... (If Applicable) ...... $ GDV #

TOTAL FEE ...... $

Page 2 of 6 Confirmation and Sign-off of Franchise Utility Permit Issuance Checklist for Arterial or Non-Arterial

All submitted Franchise Utility Permit Application Checklist worksheets must have a signature by the individual who performed the Rights-of-Way “Use” Calculation section. A permit issuer in the Franchise Utility Permitting Section will review the calculation. If necessary clarification is need, the issuer will contact the Preparer.

Calculation prepared by: PHONE# PREPARER Prepared Date: Calculations Approved by REVIEWER

FRANCHISE UTILITY FIELD INSPECTION WORKSHEET

Every utility permit job need to have the Franchise Utility Field Inspection Worksheet completed by the inspector assigned to the project. The worksheet supports the following:

1. Consistency in field inspections 2. Confirm that the rights-of-way “use” submitted in the permitting phase is consistent in the construction phase

Standard Introduction Fields to be complete

On each standard Franchise Utility Field Inspection Worksheet, the inspector must complete the fields.

Date: (To be completed by inspector) Permit Number: (To be completed by inspector) Job Number/Work Order Number: (To be completed by inspector) Agency: (To be completed by inspector) Contractor: (To be completed by inspector) Construction Field Lead: (To be completed by inspector) Work Activity Address/Block Location: (To be completed by inspector) # days in rights-of-way: (To be completed by inspector)

Inspection Results

The Inspection Results Section contains the baseline information needed to confirm that the submitted and approved permitted work is work by the Permittee.

UNDERGROUND IMPROVEMENT DESCRIPTION

Inspectors will need to check off what type utility work is being performed in the field. In addition, the type of infrastructure is being installed will be confirmed.

TRAFFIC CONTROL DESCRIPTION

On projects that are located on arterial, Traffic Control Plans will be required to approved by Traffic Management, Traffic Control Program Division. Inspectors will need to confirm that an approved Traffic Control Plan has been completed by the Permittee and confirm that the contractor satisfy the conditions. If the contractor meets conditions per the Traffic Control Plan, the inspector will check off the “PASSED” box.

SURFACE IMPROVEMENT DESCRIPTION

If any surface restoration or improvement that was done in relation to the work, inspectors will be required to describe what type of surface restoration or improvement was performed by the contractor and confirm whether the restoration or improvement satisfied the City of Seattle Standard for Municipal Construction and the Pavement Opening Policy. In this section, the common standard surface improvement has been described as the following subsection:

· Forms · Reinforcement · Backfill Type · Base Type · Street Pavement · Other

Page 3 of 6 The inspector should collect trip Ticket from the contractor. In addition, a description of the material used need to be stated and whether the installation passed inspection.

RIGHTS-OF-WAY USAGE AREA VERIFICATION

Inspectors are required to confirm that the Rights-of-Way “Usage” area is correct as stated by the Permittee on the Franchise Utility Permit Application Checklist worksheet. If a correction is needed, the inspector will need to measure the correct area used. The Franchise Utility Permitting Section will advise the Permittee of the correction.

PAVEMENT RESTORATION PEFORMED BY STREET MAINTENANCE

If the Permittee is having SDOT’s Street Maintenance Department performing the street paving, the inspector must check off the box that identify that Street Maintenance is performing the street pavement restoration.

PAVEMENT RESTORATION PEFORMED BY PERMITTEE

If the Permittee is performing the street paving, the inspector must check off the box that identify that the Permittee is performing the work. The Inspector will need to measure the Final Pavement Restoration Accomplishment for each utility cut made. If the contractor performed multiple cuts in 1 block area, the inspector may hand write the measurement for the other cuts in the same section.

Page 4 of 6 INSPECTION RESULTS UNDERGROUND IMPROVEMENT DESCRIPTION To be completed by inspector) Gas Electrical Telephone Sewer Drainage Water Telecommunication Other

To be completed by inspector) CONDUIT/DUCT Conduit Size/Number: Conduit Material: DIRECT BURIAL HH Type: VAULTS Type: MH Type: C/B Type: INLET Type: Pipe Size: Material: Other

TRAFFIC CONTROL DESCRIPTION To be completed by inspector if applicable PASSED FAILED OTHER

SURFACE IMPROVEMENT DESCRIPTION To be completed by inspector if applicablePASSED FAILED OTHER FORMS (Description/Type)

REINFORCEMENT (Description/Type) To be completed by inspector if applicable Dowel Size: Tie Bar Size:

BACKFILL TYPE To be completed by inspector if applicable Trip Ticket Collected Compaction Test Report

BASE TYPE To be completed by inspector if applicable Trip Ticket Collected Compaction Test Report

STREET PAVEMENT Trip Ticket Collected To be completed by inspector if applicable CONCRETE ASPHALT AC

OTHER (Description)

RIGHTS-OF-WAY USAGE AREA VERIFICATION ROW Usage Area Confirmed To be completed by inspector if applicable Corrected ROW Usage Area SF)

PAVEMENT RESTORATION PERFORMED BY STREET MAINTENANCE To be completed by inspector if applicable Utility Cut (UC) # Time & Material (T&M) #

PAVEMENT RESTORATION PERFORMED BY PERMITTEE To be completed by inspector if applicable Final Pavement Restoration Accomplishment Measurement: WIDTH (FT) X LENGTH (FT)

Page 5 of 6 Utility Note Section The Utility Note section is for the Inspection’s Use for any correspondence made to the contractor.

CORRECTIONS REQUIRED CONDITIONS/AGREEMENTS NOTES

ST. USE INSPECTOR: DATE:

Approval Section There is some case where the inspector will be the approval from maintaining divisions from SDOT. If this is the case, the inspector will need to maintain a log of it.

Sign Off Once the job is complete, the inspector will need to sign the worksheet and submit the worksheet with the permit for completion.

¨ Certification of Occupancy Approved (If Applicable) ¨ Temporary Certification of Occupancy (If Applicable)

SIGNED: PHONE# PROJECT APPROVAL DATE: INSPECTOR

Page 6 of 6

CITY FORMS

City of Seattle City Purchasing and Contracting Services

PW#: Plan Date: Project Name: Award Amount: -$ NTP Date:

Social Equity Plan

Please complete this plan as appropriate to your project. This plan has two components, each component applies to only certain projects based on dollar value and federal standing. Return to the City Purchasing and Contracting Services (PCSD) Contract Analyst named below, on or before the Preconstruction meeting. The Analyst will discuss the social equity requirements and your plan at the meeting. Prominently mark the package/e-mail so it can be easily recognized and identified by the Contracting Analyst for your project. You will be asked to update these plans as the project progresses.

The City will withhold first payment until the Plan is received and accepted.

(courier) Street Address: 700 - 5th Ave, Room 4112, Seattle Municipal Tower, Seattle WA 98104 (mail) Post Office: Seattle Municipal Tower, PO Box 94687, Seattle WA 98124-4687 Questions?: (206) 684-0444

FAS 6/6/2013 Page 1/3 City of Seattle City Purchasing and Contracting Services

Contract WMBE Goal: % Award Amount:

WMBE Inclusion Plan Supplement For non-federal projects with a base-bid Engineers Estimate over $300,000.

Y/N Is the Approximate Scopes of Work that you Intend to Intended WMBE Sub/Supplier Is this a Spread the Is the sub/supplier Subcontract $ Award to WMBEs Name Guaranteed Work subcontract registered in Amount WMBE? WMBE? * Executed? VCR? -$ -$ $ - -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Total Amount Intended to be Performed by WMBEs to Date: -$ Percentage of Award Amount: #DIV/0!

Do you Is this a Can only a Approximate Scopes where the sub/supplier is anticipate Spread the Sole Source When do you anticipate making a selection? Subcontract $ not yet determined or committed using a Work do the Amount WMBE? WMBE? * work? -$ -$ $ - -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ Total Amount Not Yet Committed to a Sub/Supplier: -$

* These are WMBEs listed in the Spread the Work section or other WMBE firms you have not used in the previous 12 months. Page 2/3 City of Seattle City Purchasing and Contracting Services

Apprentice Utilization Plan For non-federal projects estimated over $1 million.

List the prime and all subcontractors scheduled to work on this project, and indicate the estimated number of hours to be performed by journey level and apprentice workers for each. Apprentice utilization must equal or exceed 15% of the total labor hours.

Estimated information Total Labor Journey Apprentice Apprentice Number of Prime Contractor and all Subcontractors Hours for Labor Hours Labor Hours Percentage Apprentices Project

TOTALS: 0 0 0 #DIV/0! 0 Apprenticeship Utilization Requirement: 15%

Page 3/3 City Purchasing & Contracting Services

PUBLIC WORKS WMBE INCLUSION PLAN CHANGE REQUEST FORM

Departments use this form to request modification to a project WMBE Inclusion Plan. Modifications are subject to advance approval from the department WMBE Advisor and City Purchasing and Contracting Services (CPCS).

PROJECT INFORMATION Project Name PW# Date of Request Prime Contractor Name of Requestor and Title

When the Prime seeks a change to the WMBE Inclusion Plan, the City Project Manager completes this form, routes to their WMBE Advisor, who then sends to CPCS for approval. Absent CPCS approval, changes to the Inclusion Plan are prohibited. This form is for public works projects with a WMBE Inclusion Plan that needs an adjustment or change to a Guaranteed firm. Check all that apply to this request:

Request to Remove a Guaranteed WMBE Firm

Request to Change WMBE Inclusion Plan Aspirational Goal

REMOVE A GUARANTEED WMBE WMBE Firm Proposed for Removal Guaranteed Amount $ Dollar amount of guaranteed work $ completed, if any

Reason for Removal (check all that apply and attach evidence).  Bankruptcy of Subcontractor  Failure of Subcontractor to provide the required bond  Subcontractor cannot perform the work because they are debarred, not properly licensed, or does not meet subcontractor approval criteria, or in some other way is ineligible to work.  Failure of Subcontractor to comply with a requirement of law applicable to subcontracting  The death or disability of Subcontractor (if Subcontractor is an individual)  Dissolution of Subcontractor (if Subcontractor is a corporation or partnership)  Failure by Subcontractor to perform under previous contracts  Failure or refusal of Subcontractor to perform the work for reasons other than contract term or pricing disputes

CPCS will review in collaboration with the appropriate department WMBE Advisor, request documentation as necessary to evidence the change, and will respond to the department Project Manager with direction.

The Prime must make good faith efforts to find another WMBE subcontractor to substitute.

August 8, 2014 Page 1 of 2

Reduce the Aspirational Goal Aspirational WMBE Goals The Total Aspirational WMBE Goal represents the percentage of base bid the Bidder intends to perform with WMBE contractors and also applies to the entire contract cost. If a contract change, addendum or additive merits modification to the Goals, the City and Prime will discuss whether a greater or lesser goal is appropriate and seek approval to amend the Plan.

 The City requires a change order for a body of work that has no WMBE opportunity. The goal would be adjusted based on the statistical impact that would have given the associated dollars compared to the total project spend.  Other:______

Original Goal Proposed Goal as a share of the entire contract value.

Reducing Goal Printed Name Approved Signature Date Denied Department Construction Representative Department WMBE Representative FAS/CPCS

Cc: Resident Engineer Contractor PM, Requestor Sub‐Contractor City WMBE Equity Office City Purchasing and Contracting, Contract Analyst

August 8, 2014 Page 2 of 2

Department of Labor and Industries COMPETENT PERSON WISHA Services EVALUATION Excavation & Trenching This is a check list which has been devised to help/assist the employer determine if the person he/she has designated as a COMPETENT PERSON is competent within the description and intent of the EXCAVATION & TRENCHING STANDARD. Employee’s name Occupation: What is job on site?

Date of evaluation by employer Length of time with employer Length of experience in excavation & trenching

TRAINING: KNOWLEDGE: Does the designated individual have training in: Does the designated individual have knowledge about: YES NO YES NO Soils analysis?   Soils analysis?   Use of protective systems?   Use of protective systems?   Requirements of the standard?   Requirements of the standard?  

AUTHORITY: Does the designated individual have authority to: YES NO Take prompt corrective measures to eliminate existing and predictable hazards?   Stop work until hazards are corrected or eliminated or controlled and remove employees from the hazardous area until proper systems are in place??  

INSPECTION: YES NO Has the competent person conducted a daily inspection of the excavation?   Of adjacent areas?   Of protective systems?   Were inspection conducted prior to start of work?   As needed during work?   After rainstorms or other hazard increasing occurrences?   Is there water in the trench?   Is water removal equipment being monitored to insure safe operation?   Has the soils analysis been verified allowing for the influence of water?   Is there evidence of failure of any portion of the protective system?   Is damage evident to structural members of the protective system?   If so, has the equipment been evaluated for suitability of use?  

Continued on reverse

SOILS CLASSIFICATION: YES NO Has the employer selected a protective system which relies an soils classification??   What types of soils have been identified? What visual tests were performed? What manual test(s) were performed? Who performed the tests? Have the conditions changed since the classification was made?   Has the proper soils classification been made?   If YES, does the protective system selected comply with or exceed the performance criteria outlined in the standard?   Are utilities involved?   If YES, are they properly protected?   Are ramps involved?   If YES, are they constructed according to standard?   Are confined spaces involved?   If YES, has a competent person evaluated the environment in question?  

COMMENTS: Do you consider the individual to be COMPETENT within the requirements of the YES NO EXCAVATION AND TRENCHING STANDARD?   IF NOT, WHY? Areas to be strengthened:

Employer/Representative Signature

SEATTLE/KING COUNTY WASTE CHARACTERIZATION FORM WC#______

Please Type or Print in Ink Initial _____ Renewal _____ Previous #______

A. WASTE GENERATOR

Company:______Phone #:______

Contact:______E-mail:______

WAD/EPA ID #:______Fax #:______

Address of Waste Generation:______City:______

Mailing Address:______

City:______State:______ZIP:______

Preferred Communication: Phone E-mail Fax Mail

APN ______B. CONSULTANT (If Applicable)

Company:______Phone #:______

Contact: ______Fax #:______

E-mail: ______

C. WASTE HAULER

Company:______Phone #:______

Contact: ______Fax #:______

Mailing Address:______

City:______State:______i ZIP:______

Waste Packaging: Drum Bulk Solid Other:______

D. WASTE STREAM INFORMATION

Name of Waste:______

Process Generating Waste: ______

Annual Amount in pounds or tons:______Estimated Amount per Delivery:______

Frequency of Disposal: One time only Weekly Monthly Other:______

Special Handling Instructions/Supplemental Information: ______

______

E. PHYSICAL CHARACTERISTICS OF WASTE (See Instructions) 1. Color:______2. Does the waste have a strong incidental odor? No Yes, if so, describe:______3. Physical State: Solid Liquid Semi-Solid Powder Other:______4. Free Liquids: No Yes - Volume:______% 5. pH: ≤2 > 2-4 4-7 7 7-10 10- <12.5 ≥12.5 NA 6. Flash Point: NA <140°F/60°C 140-199°F/60-93°C ≥200°F/93°C

F. CHEMICAL COMPOSITION RANGE (MIN-MAX) 1. ______-_____% 2. Does the waste contain any of ______-_____% following? (provide concentration ______-_____% if known): ______-_____% NO LESS THAN ACTUAL ______-_____% PCBs <50 ppm ____ppm ______-_____% Cyanides <30 ppm ____ppm ______-_____% Sulfides <500 ppm ____ppm ______-_____% Total: ______%

3. Method used to determine composition: Analytical Data MSDS Other:______

G. SAMPLING INFORMATION (If Applicable) 1. Source of Sample (eg. drum, stockpile, sump/catch basin; tank)______2. Sampling Method: Composite Discrete/grab Other:______3. Number of samples:______

H. GENERATOR CERTIFICATION By signing this Waste Characterization Form, the Generator certifies: 1. This waste is not a "Hazardous Waste" as defined by USEPA and/or the state. 2. This waste does not contain regulated radioactive materials or regulated concentrations of PCBs (Polychlorinated Biphenyls). 3. All information provided is a true and accurate description of the waste material. All relevant information regarding known or suspected hazards in the possession of the Generator has been disclosed. 4. This waste complies with the regulations of the Seattle-King County Department of Public Health and the local solid waste division. 5. The analytical data presented herein, attached hereto, or otherwise submitted for the purpose of completing or supplementing any or all of the information on this form were derived from testing a representative sample taken in accordance with 40 CFR 261.20(c) or equivalent rules. 6. If any changes occur in the character of the waste (e.g., physical characteristics, chemical composition, process of generation, etc.), the Generator shall notify the Seattle-King County Department of Public Health.

7. Signature:______8. Title:______(not required if submitted electronically)

9. Name: ______10. Date:______Type or Print Page 2 February 12, 2009

WASTE CHARACTERIZATION FORM INSTRUCTIONS

Information on this form, is used to determine if questionable wastes may be disposed as solid waste in a legal, safe, and environmentally sound manner. Answers must be provided for all sections of this form, and must be printed in ink or typed. A response of "NONE", or "NA" (not applicable) can be made if appropriate. If additional space is needed, indicate on the Waste Characterization Form and attach. If you have questions concerning this form, please contact the Waste Characterization Program at (206) 296-4633.

PARTS A. – C. Enter appropriate contact information. If you have waste generator ID number issued by the USEPA or Washington Department of Ecology, enter it in section A.

PART D. WASTE STREAM INFORMATION Name of Waste - Enter the name generally descriptive of this waste (e.g., paint sludge, contaminated soil, sharps) Process Generating Waste - List the specific process/operation or source that generates the waste (e.g., spray painting, spill clean up, process wastewater treatment, building maintenance). Annual Amount - Enter the amount of waste that will be generated and transported annually (expressed in pounds, or tons). If this waste is going directly to a transfer station or landfill enter an estimate of the amount to be delivered per trip. Frequency of Disposal - Enter how often this waste will be removed from the site. Special Handling Instructions/Supplemental Information - For all wastes, describe any special handling requirements and any additional information that you feel would assist in determining the proper method(s) for transportation, treatment, storage, and disposal of the waste.

In addition, for the following wastes include the information specified: Biomedical Waste (as defined by local ordinance): Describe the type of biomedical waste and the treatment method used. Empty drums or other containers: List the number, size of containers, materials they contained. Food Products/Containerized Liquids: Describe the products or containerized liquids (e. g., beef jerky, beer, shampoo). List the number and size of containers for any containerized liquids.

For the wastes listed above, skip Parts E, F and G. However, Part H must be completed.

PART E. PHYSICAL CHARACTERISTICS OF WASTE 1. Color - Describe the color of the waste (e.g., blue, transparent, varies). 2. Odor - DO NOT SMELL THE WASTE. If the waste has a known incidental odor check "Yes" and describe it (e.g., acrid, pungent, solvent, sweet). 3. Physical State - Check the appropriate box for the physical state of the waste. Include a description if "other" is chosen (e.g., gas). 4. Free Liquids - Check "Yes" if liquid is usually present when packaging for shipment and estimate the percentage of liquid. Check "No" if there are no free liquids as determined by the Paint Filter Test (Method 9095 of SW-846) or direct observation. 5. pH - Check the appropriate box for the pH of the liquid portion of the waste. For solid or organic liquid wastes, indicate the pH of 10% aqueous solution of the waste, if applicable. Check "NA" for non-water soluble materials (e.g., foundry sand). 6. Flash Point - Check the appropriate box for the flash point of the waste and the method used to obtain the flash point, if applicable.

Page 3 February 12, 2009

PART F. CHEMICAL COMPOSITION 1. If known, list all organic and/or inorganic components of the waste using specific chemical names. If trade names are used, attach Material Safety Data Sheets or other documents which adequately describe the composition of the waste. For each component, estimate the range (in percents) in which the component is present. The total of the maximum values of the components must be greater than or equal to 100% including water, earth, etc. 2. If this waste contains PCBs, cyanides, or sulfides, indicate the concentration(s). If this waste does not contain these constituents, indicate by checking the "NO" box(es) which apply. If the concentration of these constituents is unknown, please indicate "UNK" under "ACTUAL". 3. Indicate the method(s) used to determine composition and attach supporting documents.

PART G. SAMPLING INFORMATION 1. Indicate where the sample of the waste was obtained. 2. Check the appropriate box indicating the method of sampling. 3. Indicate the number of samples taken.

If the sample was handled using Chain of Custody, attach the completed form.

PART H. GENERATOR CERTIFICATION By signing this Waste Characterization Form, the Generator certifies that the statements in numbers 1, 2, 3, 4, 5 and 6 are true and accurate with respect to the waste streams listed.

7. Signature - An authorized employee of the Generator must sign this form. 8. Title - Enter employee's title. 9. Name - Enter employee's name. 10. Date - Enter the date signed.

Send the completed application to -

Public Health – Seattle & King County Waste Characterization Program Chinook Building 401 5th Ave, Suite 1100 Seattle, WA. 98104

You may also fax the form to - (206) 296-0189

Questions? Contact Waste Characterization at –

Telephone: (206) 263-8528 or (206) 296-4633 E-mail: [email protected]

http://www.kingcounty.gov/healthservices/health/ehs/toxic/SolidWaste.aspx

Page 4 February 12, 2009 City of Seattle, Department of Finance and Administrative Services

Purchasing & Contracting Services Division Revised 06/05/08 Bond No.

PAYMENT AND PERFORMANCE BOND THE CITY OF SEATTLE

We, ______(“Principal”), and [Insert full legal name of Vendor / Contractor] ______, a______corporation [Insert legal name of Surety and its state of incorporation] authorized to transact surety business in the State of Washington, (“Surety”), are held and firmly bound unto The City of Seattle (“City”), as Obligee, in an amount equal to the total compensation and expense reimbursement payable to Principal for satisfactory completion of Principal’s work under Contract No. ______between Principal and City, which total is initially ______Dollars ($______), lawful money of the United States of America, for the payment of which sum Principal and Surety bind themselves, their heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. Said contract (hereinafter referred to as "the Contract") is for ______and is made a part hereof by this reference. The Contract includes the original agreement as well as all documents attached thereto or made a part thereof and all addenda, amendments, change orders, and any other document modifying, adding to or deleting from said Contract any portion thereof.

This Bond is executed in accordance with the laws of the State of Washington and is subject to all provisions thereof and the Charter and ordinances of City insofar as they are not in conflict therewith, and is entered into for the use and benefit of City, and all laborers, mechanics, subcontractors, and materialmen, and all persons who supply such person or persons, or subcontractors, with provisions or supplies for the carrying on of the work covered by the Contract.

THE CONDITION OF THIS OBLIGATION is such that if Principal faithfully performs all the provisions of the Contract and pays all laborers, mechanics, and subcontractors and materialmen, and all persons who supply such person or persons, or subcontractors, with provisions and supplies for the carrying on of such work; and pays all other just debts incurred in the performance of such work (provided, however, that the conditions of this obligation shall not apply to any money loaned or advanced to any such contractor or subcontractor or other person in the performance of such work); and to the extent permitted by law indemnifies, defends, and holds City harmless from all cost and damage by reason of Principal’s default, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

THE PARTIES FURTHER ACKNOWLEDGE AND AGREE AS FOLLOWS: (1) Surety hereby consents to, and waives notice of, any alteration, change order, or other modification of the Contract and any extension of time made by City, except that any single or cumulative change order amounting to more than twenty-five percent (25%) of the penal sum of this bond shall require Surety's written consent.

(2) Surety recognizes that the Contract includes provisions for additions, deletions, and modifications to the work or Contract Time and the amounts payable to Principal (i.e., Vendor/Contractor). No such change or any combination thereof shall void or impair Surety's obligation hereunder. (3) Whenever City has declared Principal (i.e., Vendor/Contractor) to be in default and City has given Surety written notice of such declaration, Surety shall promptly (in no event more than thirty [30] days following receipt of such notice) specify, in written notice to City, which of the following actions Surety intends to take to remedy such default, and thereafter shall: (a) Remedy the default within fifteen (15) days after its notice to City; or (b) Assume within fifteen (15) days following its notice to City, full responsibility for the completion of the Contract in accordance with all of its provisions, and become entitled to payment of the balance of the Contract sum as provided in the Contract; or (c) Pay City upon completion of the Contract, in cash, the cost of completion together with all other reasonable costs and expenses incurred by City as a result of Principal’s (i.e.,Vendor/Contractor's) default, including but not limited to those incurred by City to mitigate its losses, which may include but are not limited to attorneys' fees and the cost of efforts to complete the work prior to Surety's exercising any option available to it under this Bond; or (d) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon a

6-5-2008 RCK Page 1 of 3

Bond No. determination by City and Surety jointly of the lowest responsible bidder, arrange for one or more agreements between such bidder and City, and make available as work progresses (even though there is a default or a succession of defaults under such agreement(s) for completion arranged for under this paragraph) sufficient funds to pay the cost of completion of the Contract less the balance of the Contract price, but not exceeding, including other costs and damages for which Surety may be liable hereunder, the penal sum of this Bond. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by City to Principal (i.e., Vendor/Contractor) under the Contract, less the amount properly paid by City to Principal (i.e., Vendor/Contractor). In addition to (a) through (d) above, Surety shall pay City all other reasonable costs and expenses incurred by City as a result of Principal’s (i.e. Vendor/Contractor’s) default, and prior to Surety’s exercising any option available to Surety under this bond. (4) The venue for any action arising out of or in connection with this bond shall be in King County, Washington.

(5) No right or action shall accrue on this Bond to or for the use of any person or corporation other than The City of Seattle and, to the extent required under RCW Chapter 39, all laborers, mechanics, subcontractors, and materialmen, and all persons who supply such person or persons, or subcontractors, with provisions or supplies for the carrying on of the work covered by the Contract. (6) Nothing of whatever kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety, any law, rule of equity, or usage relating to the liability of sureties to the contrary notwithstanding. (7) No rider, amendment, or other document modifies this Bond unless made in writing and accepted by Principal, Surety and the City. (8) Surety shall give to Principal and to City not less than sixty (60) days’ prior written notice by certified mail, return receipt requested, of the effective date of the expiration or cancellation of this bond. Notice to City shall be mailed to: DEA, P. O. Box 94687, Seattle, WA 98124-4687or delivered to DEA at 700 5th Av., Ste. 4112, Seattle, WA 98104-5042. (9) Principal must provide City with a replacement bond, acceptable to City, not less than thirty (30) days before the effective date of this bond’s expiration or cancellation as specified in the Surety’s notice provided pursuant to Condition (8) above. (10) If Principal fails to provide the replacement bond not less than thirty (30) days before the effective date of this bond’s expiration or cancellation as specified in the Surety’s notice provided pursuant to Condition (8) above, such failure shall constitute a default under this bond, for which City may make a claim, and Surety shall be obligated to make immediate payment under this bond of all sums.

SURETY’S QUALIFICATIONS: Every Surety named on this bond must either appear on the United States Treasury Department's most current list (Circular 570 as amended or superseded) or have a current rating of at least A-:VII in A. M. Best’s Key Rating Guide. Additionally, every Surety named on this bond must be authorized by the Washington State Insurance Commissioner to transact business as a surety in the State of Washington.

INSTRUCTIONS FOR SIGNATURES: This bond must be signed by the president or a vice-president of a corporation; the managing general partner of a partnership; managing joint venturer of a joint venture; manager of a limited liability company (“LLC”) or, if no manager has been designated, a member of such entity; a general partner of a limited liability partnership (“LLP”); or the owner(s) of a sole proprietorship. If the bond is signed by any other representative, the Principal must attach written proof of that signer’s authority to bind the Principal, identifying and quoting the provision in the corporate articles of incorporation, bylaws, Board resolution, partnership agreement, certificate of formation, power of attorney, or other document authorizing delegation of signature authority to such signer, and confirmation acceptable to the ’s Office that such delegation was in effect on the date the bond was signed.

A NOTARY PUBLIC MUST ACKNOWLEDGE EACH SIGNATURE ON THIS BOND.

6-5-2008 RCK Page 2 of 3

Bond No.

FOR THE SURETY: FOR THE PRINCIPAL:

By By: _ (Signature of Attorney-in-Fact) (Signature of authorized signer for Principal)

(Type or print name of Attorney-in-Fact) (Type or print NAME of signer for Principal)

(Type or print telephone number for Attorney-in-Fact) (Type or print TITLE of signer for Principal)

STATE OF ) ) ss: ACKNOWLEDGMENT FOR PRINCIPAL COUNTY OF )

I certify that I know or have satisfactory evidence that ______is the person who appeared before me, said person acknowledged that he/she signed this bond, and on oath stated that he/she was authorized to execute the bond on behalf of the Principal as the Principal’s free and voluntary act for the uses and purposes mentioned therein. WITNESS my hand and official seal hereto affixed this _____ day of ______, ______.

(Signature of Notary Public) (Print or type name of Notary Public) Notary Public in and for the state of residing at My commission expires . SEAL

STATE OF ) ) ss: ACKNOWLEDGMENT FOR SURETY COUNTY OF )

I certify that I know or have satisfactory evidence that ______is the person who appeared before me as the Attorney-in-Fact for the Surety that executed the foregoing bond, acknowledged said bond to be the free and voluntary act and deed of the Surety for the uses and purposes therein mentioned, and on oath stated that he/she is authorized to execute said bond on behalf of the Surety, and that the seal affixed on said bond or the annexed Power of Attorney is the corporate seal of said Surety. WITNESS my hand and official seal hereto affixed this _____ day of ______, ______.

(Signature of Notary Public) (Print or type name of Notary Public) Notary Public in and for the state of residing at My commission expires . SEAL

6-5-2008 RCK Page 3 of 3 City of Seattle, Department of Finance and Administrative Services City Purchasing and Contracting Services

Revised 6/27/2012 Supplemental Bidder Responsibility Criteria

City Purchasing and Contracting Services (PCSD) will request this form from the apparent low bidder. This form is used by the City to finalize responsibility determinations before award. The bidder is to return this form within three (3) Business Days of the request or as otherwise acceptable to PCSD. The Owner’s evaluation may include further investigation to establish the responsibility, experience and/or qualifications of the bidder. PCSD reserves the right to request the Form from other bidders. Please provide all information relevant to the Owner for an informed responsibility determination Questions? Please contact the City staff that sent the initial request or contact PCSD at (206) 684 ‐0444.

If you are a national company or with multiple offices, please answer these questions in regard to the local office that is responsible for managing this project.

You may e-mail, fax or mail this form back to the City. Please clearly mark the package/email with the Public Works Number (PW#) and a title of “Supplemental Bidder Responsibility Criteria Form.”

Email (preferable): Submit via e‐mail to the City staff that sent the initial request Fax to: (206) 684‐4511 (courier) Street Address: 7 00 – 5th Ave, Room 4112, Seattle Municipal Tower, Seattle WA 98104 (mail) Post Office: Post Office Box: Seattle Municipal Tower, PO Box 94687, Seattle WA 98124‐4687

Your Signature: The information provided is correct and complete.

______Signature of Authorized Representative Date

Print Name and Title: ______

PW# Project Name Your Contact Name and Title Your Contact Phone Number Contact Email Company Legal Name DBA (if any) List any former company names under which the company, its Owners, and/or its principals has operated in the past 3 years Explain reason for name change(s) in the past 3 years

Page 1 of 6

Supplemental Bidder Responsibility Criteria

1. Work Completed: If this project required project specific supplemental bidder qualifications, the project specifications will define the type, size, and scope of work along with any other requirements for the number of projects and date of projects. If there is not a specific requirement in the bidding documents it is up to the Bidder to interpret the most appropriate projects to provide the Owner that demonstrate your experience. A Work Experience form is attached to this package. For the local office leading this project, list similar construction contracts completed in the past three years (or longer when required by the project specifications). Select project(s) that are similar in type, size and scope to this project. The Owner may check owner references for such previous projects to confirm the owner’s assessment of the Bidder’s performance, including but not limited to the following, so please be thorough in your descriptions: • Quality control; • Safety record; • Ability to meet to the project schedule; • Use of skilled personnel; • Management of subcontractors; • Availability of and use of appropriate equipment; • Compliance with contract documents; • Management of submittals process, change orders and close out; and • Any other criteria listed on this form. 2. Personnel: List the Superintendent and Project Manager who will be assigned to this project. Identify any concurrent projects that they are working on now or that are planned for them to work on concurrent to the City project, and how their time will be allotted among the projects.

Attach detailed resumes for each with a list of all projects that person supervised or managed within the past three (3) years (or longer if required in the specifications), with references and contact information for each project. Remember that you should show experience with any specific supplemental bidder qualifications that are unique to this project

Superintendent Project Manager

Note: The Owner may check owner references for previous projects and use the owner’s assessment of the personnel’s performance, including but not limited to the following, so please be thorough in your descriptions. As listed above, these include such things as quality control, safety record, ability to meet project schedule and other items.

3. Equipment: List all equipment owned or leased which you intend to use on this project: Type of Equipment Size or Capacity Owned or leased?

Page 2 of 6

Supplemental Bidder Responsibility Criteria

4. Work in Progress: List all construction contracts in progress for the office that will be managing this work. List project name, Owner, contract amount, percent of work performed with own forces, anticipated completion date. Owner and Contact % Self Completion Project Name Contract Amount Information Performed Date

For the following, please check the appropriate box. If your answer is “yes” the Owner will request additional information or seek further explanation. A “yes” answer does not automatically reject a bidder.

5. Performance Evaluation: Has your (local) firm, under present or past business name, received one or more “Deficient “or “Inadequate,” or similar, evaluations from the City of Seattle or another governmental agency on a construction project within the last three (3) years?

Yes No

6. WMBE Inclusion: If your firm has done business previously with the City of Seattle, have you received one or more “deficient” or “inadequate” evaluation scores on your social equity performance within the last (3) years?

Yes No

7. Termination: Has your (local) firm, under present or past business name, been terminated for “default or cause” on any public works project within the last three (3) years?

Yes No

8. Debarment: In the last three (3) years has your firm or any firm with which any of your company’s owners, officers or partners was associated, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing any public works project for any reason? NOTE: “associated with” refers to another construction firm in which an owner, partner or officer of your firm held a similar position.

Yes No

9. Safety: Has the Washington State Department of Labor and Industries, federal OSHA, or any other state’s occupational safety and health agency cited your (local) firm for any “serious,” “willful” or “repeat” violations of its safety or health regulations in the past three (3) years?

Yes No

Page 3 of 6

Supplemental Bidder Responsibility Criteria

10. OSHA Experience Factor: List the Experience Factor (Washington workers’ compensation insurance) of your firm for each of the past three years. NOTE: An Experience Factor is calculated annually by the Washington Department of Labor and Industries.

Current Year: Previous Year: Year to previous year:

11. Enviornmental: Has the EPA, Washington DOE, any Regional Clean Air Agency, or any other state’s equivalent environmental enforcement agency cited either your firm, or the owner of a project on which your firm was the contractor, in the past three (3) years? Yes No

12. Apprenticeship: Has your firm, within three (3) years of the bid submittal date, have unresolved citations issued by Washington Department of Labor and Industries?

Yes No

13. Prevailing Wages: Has your firm been required to pay either back wages or penalties for failure to comply with any state or federal prevailing wage laws in the past three (3) years?

Yes No

Page 4 of 6

Supplemental Bidder Responsibility Criteria

Equal Benefits: Please declare one (1) option from the list below that describes the Contractor’s compliance status with Seattle Municipal Code Chapter 20.45 and related rules. For additional information or explanations regarding the Equal Benefits Program with the City please visit our website at http://www.seattle.gov/contracting/equalbenefits.htm/

Option A The Contractor makes, or intends to make by the contract award date, all benefits available on an equal basis to its employees with spouses and its employees with domestic partners, and to the spouses and the domestic partners of employees, in every location within the United States where substantial work on contract will be performed.

Option B The Contractor does not make benefits available to either the spouses or the domestic partners of its employees.

Option C The Contractor has no employees.

Option D Collective Bargaining Delay. Benefits are available on an equal basis to non-union workers, but union workers are subject to a collective bargaining agreement that does not provide equal benefits.

Option E Open Enrollment Delay. The first open enrollment period for implementing Equal Benefits is not available until after contract execution

Option F Cash Equivalent Payment. The Contractor intends to provide a cash equivalent payment to eligible employees in lieu of making benefits available.

No United States Presence The Contractor does not perform substantial work for the contract in any United State location.

Non-Compliant The Contractor does not comply and does not intend to comply, and refuses all options provided above.

Page 5 of 6

Supplemental Bidder Responsibility Criteria

Attachment to Supplemental Bidder Responsibility Criteria

Work Experience Form

Please complete one form per project and include the minimum number of projects (and forms) as requested. You may include any additional work experience you deem relevant to determining bidder responsibility. Please be sure to provide a thorough description of the work in order to demonstrate how your firm meets any required experience detailed in the specifications. You may attach additional documentation if needed.

PAST PROJECT EXPERIENCE DETAIL

BIDDER’S COMPANY NAME BIDDER CONTACT NAME & PHONE NUMBER

PROJECT NAME PROJECT CONTRACT NUMBER

PROJECT OWNER PROJECT LOCATION

PROJECT OWNER CONTACT NAME & TITLE OWNER’S TELEPHONE NUMBER

CONTRACT DAYS ACTUAL CONTRACT AWARDED CONTRACT FINAL CONTRACT VALUE SPECIFIED AT BID: DAYS: VALUE PRIME CONTRACTOR NAME (IF NOT BIDDER) CONTRACTOR CONTACT NAME & PHONE NUMBER (IF NOT BIDDER)

BRIEF PROJECT DESCRIPTION

BRIEF SUMMARY OF TECHNICAL WORK COMPLETED BY BIDDER, INCLUDING ANY RELEVANT DETAILS TO DEMONSTRATE SIMILAR EXPERIENCE AND ANY REQUIRED EXPERIENCE DETAILED IN THE SPEC.

WMBE UTILIZATION RATES: DESCRIBE THE MINORITY AND WOMAN UTILIZATION ON THIS PROJECT, REGARDLESS OF WHETHER THE OWNER SOUGHT OR REQUIRED SUCH UTILIZATION.

Page 6 of 6

City of Seattle City Purchasing & Contracting Services

Construction Contracts Teaming 360 Review

Goal: This Teaming 360 Review supports collaborative communications on City construction projects. The review will share information at preconstruction, project midpoint, and project completion, to team and facilitate a quality construction experience. This review is provided for communication and collaboration, not for determinations of responsibility, debarment or performance.

Process: This Teaming 360 Review is required for all projects with an engineer’s estimate of $1,000,000 and up.  For all other projects, this Teaming 360 Review may be used by the City when the City has determined that it may prove beneficial to the City and Contractor (for example when a Contractor has not worked for the City or for a specific department before).  During the pre‐construction review, expectations and project approach strategies will be shared between the Owner and Contractor.  A midpoint review meeting will be scheduled during the middle of construction to provide an opportunity to review progress and identify areas for improvement and the steps to achieve it.  Additional reviews are optional and can and should be requested by either party whenever it may be helpful to project collaboration.  A final review is required for all projects at physical completion.

Participants: The Review will engage the Contractor Representative, City Department Representative, and the CPCS Social Equity representative at a minimum.

Project Name and PW#: ______

Contractor Name and PM:______

Contractor Representative: ______Name Title Owner Representative: ______Name Title CPCS Social Equity Representative: ______Name Title

PRECONSTRUCTION The Owner and Contractor will review expectations together at the preconstruction meeting, or at a meeting as otherwise agreed, and will agree upon the mid‐point review date. 1) Please briefly discuss how the Owner and the Contractor define success for this Project.

2) What does the Owner expect from the Contractor to ensure success?

3) What are the items that most concern the Owner about this project?

4) What are the items that most concern the Contractor on this project?

EXPECTATIONS

5 Exceptional Always over achieves, exceeds expectations 4 Superior Almost always, meets expectations, positive results 3 Solid Performance Sometimes, average 2 Inconsistent Rarely, below average, developing skills 1 Unsatisfactory Never, poor, requires constant guidance or reminding

MIDPOINT REVIEW

DATE: ______

OWNER’S FEEDBACK TO THE CONTRACTOR

Expectation Topics Scale Comments Management and Supervision Circle rating Project field supervision is knowledgeable, on‐site 1 2 3 4 5 and responsive, including keeping the Owner up‐ to‐date. Coordination and control of subcontractors and 1 2 3 4 5 suppliers is organized and efficient. Project field supervision is professional and 1 2 3 4 5 maintains good relationships with the public, other agencies and Owner staff. Schedule Performance Schedule is accurate, up‐to‐date, and well‐ 1 2 3 4 5 communicated to Owner staff, sub‐contractors and suppliers. Work is executed in accordance with the 1 2 3 4 5 schedule, substantially completed on time and punch list completed promptly. Submittals, Payments and Change Orders Submittals are timely, accurate and well‐ 1 2 3 4 5 organized. Payment requests, with support documentation, 1 2 3 4 5 are provided complete and on time. Requests for Information and Change Orders are 1 2 3 4 5 legitimate, timely and well‐documented. Quality Control and Workmanship Work is accomplished in accordance with plans 1 2 3 4 5 and specifications, including correction of deficient work in a timely manner. Workmanship reflects quality and pride in 1 2 3 4 5 performance so as to pass inspection the first time. Environmental and Safety Worksite is maintained clean and safe in 1 2 3 4 5 accordance with all applicable standards and regulations, and project Safety Plan.

Construction Contracts Teaming 360 Review Page 2 of 5 FAS Rev 8/15/2014 Compliance with environmental laws, ordinances 1 2 3 4 5 and regulations including TESC measures being effectively monitored for performance. Social Equity (Completed by CPCS) Contractor actively participates in recruitment 1 2 3 4 5 efforts for under‐represented scopes for WMBEs. All on‐line reports are accurate and up‐to‐date 1 2 3 4 5 each month. Ensure eligible subcontractors are receiving 1 2 3 4 5 prompt payments. Social Equity Plan/Inclusion Plan/Apprenticeship 1 2 3 4 5 Plan updated, complete and thoughtful at the start of construction and participation meets goals.

CONTRACTOR’S FEEDBACK TO THE CITY

Expectation Topics Scale Comments Management and Oversight Circle rating City processes allowed timely access to the 1 2 3 4 5 Owner’s rep or Engineer during construction. Communication and Responsiveness City processes allowed a responsive, timely, and 1 2 3 4 5 respectful resolution around issues. Documentation Review City processes allowed RFIs and Change Orders to 1 2 3 4 5 be reviewed and responded to in a timely way. City process allowed Change Orders to be 1 2 3 4 5 reviewed timely with clear directives on information and documentation needed for approval and signature. Social Equity The City provides appropriate support, guidance 1 2 3 4 5 and assistance to resolve social equity issues clearly and timely.

Follow Up: On any topics receiving a rating of 1 or 2, outline strategies for improvement. Use additional space as needed. Contractors may include responses here as well.

Construction Contracts Teaming 360 Review Page 3 of 5 FAS Rev 8/15/2014 FINAL REVIEW

DATE OF REVIEW: ______Physical Completion Date:______

OWNER’S FEEDBACK TO THE CONTRACTOR

Expectation Topics Scale Comments Management and Supervision Circle rating Project field supervision is knowledgeable, on‐site 1 2 3 4 5 and responsive, including keeping the Owner up‐ to‐date. Coordination and control of subcontractors and 1 2 3 4 5 suppliers is organized and efficient. Project field supervision is professional and 1 2 3 4 5 maintains good relationships with the public, other agencies and Owner staff. Schedule Performance Schedule is accurate, up‐to‐date, and well‐ 1 2 3 4 5 communicated to Owner staff, sub‐contractors and suppliers. Work is executed in accordance with the 1 2 3 4 5 schedule, substantially completed on time and punch list completed promptly. Submittals, Payments and Change Orders Submittals are timely, accurate and well‐ 1 2 3 4 5 organized. Payment requests, with support documentation, 1 2 3 4 5 are provided complete and on time. Requests for Information and Change Orders are 1 2 3 4 5 legitimate, timely and well‐documented. Quality Control and Workmanship Work is accomplished in accordance with plans 1 2 3 4 5 and specifications, including correction of deficient work in a timely manner. Workmanship reflects quality and pride in 1 2 3 4 5 performance so as to pass inspection the first time. Environmental and Safety Worksite is maintained clean and safe in 1 2 3 4 5 accordance with all applicable standards and regulations, and project Safety Plan. Compliance with environmental laws, ordinances 1 2 3 4 5 and regulations including TESC measures being effectively monitored for performance. Social Equity (Completed by CPCS) Contractor actively participates in recruitment 1 2 3 4 5 efforts for under‐represented scopes for WMBEs. All on‐line reports are accurate and up‐to‐date 1 2 3 4 5 each month. Construction Contracts Teaming 360 Review Page 4 of 5 FAS Rev 8/15/2014 Ensure eligible subcontractors are receiving 1 2 3 4 5 prompt payments. Social Equity Plan/Inclusion Plan/Apprenticeship 1 2 3 4 5 Plan updated, complete and thoughtful at the start of construction and participation meets goals.

CONTRACTOR’S FEEDBACK TO THE CITY

Expectation Topics Scale Comments Management and Oversight Circle Rating City processes allowed timely access to the 1 2 3 4 5 Owner’s rep or Engineer during construction. Communication and Responsiveness City processes allowed a responsive, timely, and 1 2 3 4 5 respectful resolution around issues. Documentation Review City processes allowed RFIs and Change Orders to 1 2 3 4 5 be reviewed and responded to in a timely way. City process allowed Change Orders to be 1 2 3 4 5 reviewed timely with clear directives on information and documentation needed for approval and signature. Social Equity The City provides appropriate support, guidance 1 2 3 4 5 and assistance to resolve social equity issues clearly and timely.

Final comments and feedback for future projects:

Provide a copy to each participating Representative at each stage in the review. Provide a copy of the final review to CPCS as part of the project close out documents. Reminder: these reviews are public documents subject to disclosure upon request.

Construction Contracts Teaming 360 Review Page 5 of 5 FAS Rev 8/15/2014 City of Seattle Seattle City Light Revision: 7/03/2014 SUBCONTRACTOR APPROVAL APPLICATION Prior to a subcontractor beginning work, this form shall be completed and signed by Prime Contractor and submitted to and approved by the owner’s authorized representative.

SECTION A Project Name P.W. Project No. Fed Aid No. Spec. No. (if applicable) (if applicable)

Contractor Business Name (Prime) Telephone Number

Address City State Zip

Approval is Requested to Sublet the Following Described Work to: Subcontractor Name Lower Tier Sub? (complete box to the right) Lower Tier Subcontractor To: **

Address Telephone Number City State Zip

Federal Tax ID# State UBI# Seattle Business License # Contractor's License # Expires: Expires:

Has this Company ever been disbarred by L&I? No Yes, Reason: Estimated Start Date Estimated Working Days (A) TOTAL CONTRACT AWARD (w/o Tax) **Lower Tier Subs: Enter Total Amount Sublet to First Tier Sub**

Bid Item # Bid Item Description Bid Item Amount Amount Sublet Partial Amount of (also include description of partial work if applicable) Bid Item?

(B) Total Amount This Request (Less Contractually Excluded Work): SECTION B Is the company listed in the City of Seattle’s Vendor and Contractor Registration System? Yes No (See http://web6.seattle.gov/fas/registration/)

Is the company listed in the WA State Office of Minority and Women’s Business Enterprises directory? Yes No (See http://www.omwbe.wa.gov/certification/certification_directory.shtml) Is the company listed in the WMBE Contract Commitment Log section of the inclusion plan?

Yes (Go to Section C)

No, Is subcontracting to this company going to negatively affect the Total estimated percentage of the base bid to all MWBE subcontractors and suppliers in the inclusion plan or does it affect the work that is committed to the WMBE business’ listed on the commitment log in the inclusion plan? No, Proceed to Section D. Yes, Provide a detailed explanation below for review by the owner’s representative (Note: Every attempt should be made to meet the percentage and to use the WMBE subcontractors/suppliers listed in the commitment log or substitute their work with another approved WMBE company.) SECTION C Does the dollar amount of the work match the dollar amount listed in the WMBE Contract Commitment Log? Yes, the form is complete and you do not need to go any further. No, please provide an explanation below for review by the owner’s representative.

Explanation: (Sections B & C)

SECTION D Is L&I Approved Intent to Pay Prevailng Wages for Subcontractor attached? Yes

By signing this form I certify that the subcontractor listed above is in compliance with all of the responsible bidder requirements under RCW 39.04.350, including: having a certificate of registration under RCW 18.27; a UBI number; industrial insurance coverage if required under Title 51 RCW; an employment security number under Title 50; and a state excise tax registration number under Title 82. I affirm that the subcontractor is not disqualified from working on any public works contract under RCW 39.06, or RCW 39.12.065(3) or on the Federal Excluded Parties List System (epls.gov).

I understand and will require that the subcontractor comply fully with the Contract under which this work is being performed. Prime Contractor's Signature Date

SECTION E For City of Seattle Administering Department Only

Cumulative % of all Work Subcontracted % of Total Contract Award, This Request - OR - (B)/(A): #DIV/0! **Cumulative % of all Work Sublet to First Tier Sub**

Authorized CITY OF SEATTLE Signature Date:

Printed Name of Signature Title:

Approved Rejected, Reason:

Instructions to the Contractor 1. Subcontractor or Lower Tier Subcontractor name and address must be the same as shown on the State License. 2. If the Subcontractor is requesting to Subcontract, check the box next to “Lower Tier Subcontractor” and fill out the name and dollar amount of the corresponding Subcontractor. 3. Fill in columns using Bid Item Numbers as shown in the Contract. 4. Mark the box for “partial amount of bid item” if a subcontractor is performing only part of the bid item work. A description of item work being performed must appear in the column headed “Bid Item Description.”; for example: “Handhole Type 2 less saw-cutting” or “Handhole Type 2 saw-cutting only”. If no work is partial, then use Bid Item Description only “Handhole Type 2”. 5. Enter total Contract Award Amount (including tax). If this form is for a lower-tier subcontractor, fill in the total amount sublet to the first-tier subcontractor instead. 6. Be sure your figures are accurate before submitting request. 7. Original “Subcontractor Approval Applications” must be signed and submitted by the Prime Contractor to the authorized owner’s representative (Engineer or Project Manager, as directed). City of Seattle, Department of Finance and Administrative Services Purchasing & Contracting Services Division

Revised 9/17/08

Subcontractor Payment Report

Project Name: PW# Contractor Name: Report Period: Start - m/d/y to End - m/d/y Report Status: Monthly Report Final Report Revised Report No Work Performed

Business name of ALL subcontractors and *WMBE Type *Amount Paid suppliers that provided work and/or materials on this Contract Yes No Sub Supplier

$

$

$

$

$

$

$

$

$

$

$

$

$

*Include taxes paid to subs, exclude retainage to be paid. Submitted by:

Name (signature) Title Date Signed **WMBE Definitions - WMBE: a business that is at least 51% owned by one or more minority women, and whose management and daily operations are controlled by one or more minority women. WBE: a business that is at least 51% owned by one or more women, and whose management and daily operations are controlled by one or more women. MBE: a business that is at least 51% owned by one or more minority males, and whose management and daily operations are controlled by one or more minority males. CBE: a business that is 50% owned and controlled by one or more minority men, and 50% owned and controlled by one or more non-minority women.

Purchasing & Contracting Services Division Post Office Box 94687, Seattle, Washington 98124-4687 Tel: (206) 684-0430 TDD: (206) 615-0476 Fax: (206) 684-4511

Website: www.seattle.gov/contracting SEATTLE CITY LIGHT

Construction Management

Contractor’s Shop Drawing Review & Approval Request

Date: To: Seattle City Light, Construction Management From: Contract: PW #:

Bid Items: Drawing Sheet #(s): Material Standard (ASTM, AWWA, etc.): Location/Intended Use:

Deviations from contract requirements and / or Standard Plans: <> This is to certify that the Contractor has reviewed and approved the Shop Drawing #(s) to for accuracy, completeness, and compliance with the Contract requirements:

Contractor’s signature Date

Contractor’s Name and Address:

Note: One Shop Drawing Review Form shall be submitted for each shop drawing submittal package.

Shop Drawing Review Form.doc Revised: 04/01/2008 Project Labor List - Contractor

The Project Labor Report submitted by the contractor and by any subcontractor before that firm commences force account work. They can either use this form or their own form with like information.

Contract Name: Fica: 7.65%

PW No: Futa: 0.60%

Contrator/Subcontr.: Suta: (0.4% to 5.42%)

Checked By: (SCL CE): Total:

Contractor must supply copy of "State Rate Notice" with this form. Note: Rate for Sup. Pen, Med Aid, Ind. Insur - Diff. Between " Your Tax Rate" and their "Payroll Deduction" columns. Fica; Sup. Pen. *0.5: Total Regular Base Overtime Futa; Med. Aid *0.5; Fringe Weighted Overtime * Labor Classification Rate Rate Suta Ind. Insur. Benefits Rate Weighted Rate

* Must match exactly with the occupation descriptions listed in wage schedule of the contract.

Contractor Project LaborList.xls Revised 12/12/2013 Substitution Request Form

To: Project:

Owner:

Specified Item:

Section Page Paragraph Description

The undersigned requests consideration of the following:

Proposed Substitution:

Attached data includes product description, specifications, drawings, photographs, performance and test data adequate for evaluation of the request. Applicable portions of the data are clearly identified.

The undersigned states that the following paragraphs, unless modified on attachments, are correct:

1. The proposed substitution does not affect dimensions shown on Drawings and will not require a change in any of the Contract Documents.

2. The undersigned will pay for changes to the design, including engineering design, detailing, and construction costs caused by the request substitution which is estimated to be $______.

3. The proposed substitution will have no adverse affect on other contractors, the construction schedule (specifically the date of substantial completion), or specified warranty requirements.

4. Maintenance and service parts will be locally available for the proposed substitution.

5. The incorporation or use of the substitute in connection with the work is not subject to payment of any license fee or royalty.

The undersigned further states that the function, appearance, and quality of the Proposed Substitution are equivalent or superior to the Specified item.

Submitted by Contractor: Reviewed by Engineer:

Accepted Accepted as Noted

Signature Not Accepted Received too Late

Firm By:

Title:

Date: Date:

Telephone: Remarks:

Attachments:

CM 1110 (Revised 10/22/01) Request for Approval of Material Sources SCL, Construction Management Division SF # ______Project No. ______Date: ______

Contract Name:

Bid Sources of Supply Approval Item # Description of Material Local Supplier Manufacturer or Pit # Action *

Contractor: Submitted by:

Seattle City Light or Seattle Public Utilities Materials Laboratory Use Only

* Sources of supply for all items checked ( ) in approval column are approved for use on the above improvement provided the materials delivered comply with all specifications.

1. Source Approved: Acceptance based upon 'Satisfactory' test report for samples of materials to be incorporated into project. 2. Source Approved: Submit manufacturer cerificate of compliance for 'Approval' prior to use of material. 3. Source Approved: Submit millcerts prior to use of material. 4. Source Approved: Submit catalog cuts and/or shop drawings for 'Approval' prior to use or fabrication of material. 5. Source Approved: Only stamped 'SCL, SPU, or WSDOT Inspected' material shall be used. 6. Source Approved: Request supplier to provide 'SPU' or 'WSDOT' Pipe Acceptance Report (PAR) with pipe upon delivery. 7. Source Approved: Submit mix design for 'Approval' prior to incorporation of material into project. 8. Approval Withheld: Submit samples for prelimary evaluation. 9. Approval Withheld: Submit brand name, name of manufacturer, treating plant, or WSDOT Pit number. 10. Approval Withheld: Submit catalog cuts and/or shop drawings for approval. 11. Approval Withheld: Submit bid item number. 12. Approval Withheld: 13. Conditionally Approved:

Review by: ______Date: ______SPU Lab Materials Engineer

Note: Forms not filled in completely will not be processed

Request for Approval of Mat'l Source.xls Revised 8/7/02 Seattle City Light Spill Notification Procedures

Notifications to regulatory agencies are required when a hazardous material is released to the environment (soil, water, air). All notifications to regulatory agencies will be performed by Seattle City Light's Environmental Affairs Division.

Contractor Spill Control Coordinator: ______Phone: ______Contractor's On-Call Spill Response Sub-Contractor: ______Phone: ______SCL Resident Engineer: ______Phone: ______What Who Responsible Person Contact/Additional Info Contact Number

1. Site personnel will perform containment and All Hazardous Material Contractor personnel on site Contractor Spill Control remediation of the release. Spills, independent of discovers spill, contacts the Coordinator (SCC): quantity released. Contractor SCC for assistance. ______2. Contractor's On-Call Spill Response Sub- Contractor will be called in.

1. Site personnel Will Contractor SCC determines Contractor Spill Control SCL Resident Engineer: perform containment and how spill is managed Coordinator (SCC): TBD remediation ______SCL Resident Engineer: 2. Site personnel Will Not TBD Contractor SCC determines Contractor Spill Control ______perform containment and how spill is managed Coordinator (SCC): remediation ______Contractor's On-Call Spill Response Sub-Contractor TBD

IF the Contractor is unable to reach the SCL Resident Engineer, the Contractor shall proceed with the following notifications to SCL Environmental Affairs. SCL Environmental Affairs 206/684-3270 SCL Resident Engineer SCL Resident Engineer SCL Resident Engineer: 8:00 AM – 5:00 PM contacted by Contractor contacts SCL Environmental After Hours Pager ______Spill Control Coordinator Affairs 5:00 PM - 8:00 AM , 206/995-2460 Weekends & Holidays SCL Environmental Affairs SCL Environmental Regulatory Agencies may SCL Environmental notifies regulatory agencies Affairs: include NRC, Ecology, WA Affairs contacted by SCL Various as required, dependent on the State DEM, EPA, Coast Resident Engineer ______material & release location Guard, NPS, USFS, F&W

What Types of Hazards Responsible Person Contact to Call Phone Number

Explosive, Reactive, Spills that are immediately Flammable, Any On-Scene Personnel Emergency 911 dangerous to life or health Corrosive and/or Toxic Materials

Seattle Public Utilities Recycling & Disposal Stations Rates and Information

Recyclables Hazardous Yard Waste Large Appliances Only Waste Garbage and (Limit 2 per load) Vehicle Tires Clean Wood (Limit 4 per Just With load) Appliance Garbage Trucks and like vehicles, Not $145 per ton $110 per ton $30 each $8 each + Flat fee of including those No Charge accepted ($30 min. ($20 min. garbage $13 per load with trailers charge) charge) tonnage rate

Please note that unsecured loads (not covered or securely tied down) are charged an additional fee – $3 for sedans, SUVs and station wagons; all other vehicles $5 (if less than one ton) or $10 (if greater than one ton).

*PLEASE NOTE: Concrete, bricks, and asphalt paving - recycling required: As of January 1, 2012, all construction and demolition sites shall separate out readily recyclable concrete, bricks, and asphalt paving… and… concrete, bricks, and asphalt paving shall not be deposited in construction and demolition site garbage containers…, railhead intermodal containers, or in the garbage disposal areas at the City’s Recycling and Disposal Stations…. Exceptions: The recycling requirement will not apply where concrete, bricks, and asphalt paving are painted, have hazardous constituents, are difficult to separate from other materials (such as wood), are present only in very small quantities, or are generated during disaster emergency situations where … recycling options are not available. (Seattle Municipal Code 21.36.089 )

Acceptable Materials  Aluminum and Tin Cans Collected  Glass Bottles and Jars (no lids) Commingled  Plastic Bottles (no lids)  Mixed Paper Recyclables  Cardboard (clean, dry and flattened.)  Motor Oil (5-gallons per day) and Drained Oil Filters Collected  Scrap Metal Separately  Vehicle Batteries  Water Heaters (only if all insulation removed)  Grass Clippings, Houseplants, Leaves and Brush  Branches (up to 4-inches in diameter and 8-feet long)  Rocks (up to 2 inches in diameter) Yard Waste and Clean Wood  Cedar Shingles (untreated, no tar paper)  Pallets  Lumber  Lath (no plaster)  Refrigerators/Freezers (empty and doors removed) Large Appliances  Air Conditioners (Residential Only)  Stoves, Washers, Dryers, Dishwashers  Water Heaters (If insulation is not removed)  Ashes (must be cooled and bagged or boxed)  Barrels or Drums (must be empty and cut in two) Miscellaneous  Hypodermic Needles/Syringes (must be in rigid container)  Latex Paint (must be dried/solidified) Unacceptable Materials To ensure the safety of our employees and customers and to comply with recycling laws, we do not accept the following items:  Furnace Parts, Woodstoves or Duct-Work  Asbestos (Loads containing asbestos will be turned away.)  Electronics  Explosives, Ammunition or Weapons  Material more than 8 feet long or more than 200 pounds  Dead Animals more than 15 pounds (call Animal Control)  Compressed Gas Cylinders (e.g. propane tanks, fire extinguishers)

January 2013 SAX FOM (IG) Unacceptable Materials Waste and Recycling Resources

Recycling and Disposal Station General Information 206-684-8400 http://www.seattle.gov/util/ForBusinesses/GarbageBusinesses/DumpTransferStation/Rates/index.htm (Recording) 206-386-9790 (Billing Info.) Construction Information and Recyclers http://www.seattle.gov/util/ForBusinesses/Construction/index.htm and Construction Recycling Directory searchable on-line: http://your.kingcounty.gov/solidwaste/wdidw/category.asp?CatID=17 or downloadable: http://your.kingcounty.gov/solidwaste/greenbuilding/documents/CDLguide.pdf Seattle Public Utilities Customer Service 206-684-3000 http://www.seattle.gov/util/AboutUs/ContactUs/index.htm Illegal Dumping and Graffiti Hotline 206-684-7587 Illegal dumping Graffiti

Puget Sound Clean Air Agency (Asbestos Disposal Information) 206-343-8800 http://www.pscleanair.org/regulated/asbestos/default.aspx

Waste Clearance Public Health - Seattle & King County's Waste Characterization Program reviews “questionable waste” and determines whether it will be cleared for disposal as municipal solid waste. Typical questionable wastes to review include contaminated soil, sludges, expired or off-spec products and chemicals, filters, blasting/grinding wastes, empty containers, and manufacturing wastes. Recycling and Disposal Stations may require completed Waste Clearance Forms before accepting questionable wastes. Waste Clearance Request Form Fill in the form then email it to: [email protected], or print it and mail it to: Environmental Health Division, Solid Waste- Waste Characterization 401 5th Avenue, Suite 1100, Seattle, WA 98104.

Recycling and Disposal Stations Hours of Operation: 8 am to 5:30 pm, 7 days a week Closed Thanksgiving, Christmas and New Years Day North Station also closed on July 4th

 North Recycling and Disposal Station 1350 North 34th Street Seattle, WA 98103

 South Recycling and Disposal Station 8105 5th Avenue South Seattle, WA 98108

For more information, including driving directions and tips on how to prepare your load, visit: www.seattle.gov/util.

January 2013 SAX FOM (IG) City of Seattle, Department of Finance and Administrative Services

City Purchasing & Contracting Services Division

DEFICIENT CONTRACTOR PERFORMANCE EVALUATION PROGRAM

I. POLICY The Department of Finance and Administrative Services (FAS) is authorized by SMC 3.39.020 to administer public works contracting processes in accordance with applicable state law and City ordinances. FAS developed a standardized Contractor Performance Evaluation Program (“Program”) for City staff to evaluate when a Contractor’s performance on public works project is deficient.

II. PURPOSE The Program is intended to: A. Provide the City with a rational basis for determining Contractor responsibility. B. Provide a history and an assessment of a Contractor's performance on prior City contracts for use in debarment proceedings as authorized by SMC 20.70.050.

The Program is not intended to determine whether a Contractor has breached a contract with the City.

III. PERFORMANCE EVALUATION The Performance Evaluation Report is only used to document deficient performance: DEFICIENT (Includes Prior Ratings of “Inadequate” and “Deficient”) The Contractor’s failure to perform was such that it seriously compromised the successful completion of the project resulting in termination, liquidated damages, third party (surety) intervention, significant violations, or other similar damages or corrective actions were required to bring the project to completion. While the project may have been accepted by the City, the Contractor's performance put the project or City in serious jeopardy.

IV. PERFORMANCE EVALUATION REPORT PROCESS If the Administering Department finds a contractor’s performance deficient, then the department will complete this form, have it signed for concurrence, and submit it to PCSD. Electronic signatures are acceptable. For a Contractor to be “Deficient”, the report must describe and provide examples of the work deficiencies or issues that demonstrate how the Contractor failed in contract performance. The Administering Department is responsible for keeping all supporting documentation in the project file (including photos, reports, copies of violations, correspondence, project notes, etc.)

PCSD shall provide a copy of the Deficient Performance Evaluation to the Contractor.

Page 1 of 3 FAS Rev 09/4/12

City of Seattle, Department of Finance and Administrative Services

City Purchasing & Contracting Services Division

V. SOCIAL EQUITY PERFORMANCE EVALUATIONS

The Contractor’s compliance with social equity requirements may be evaluated by the City Purchasing and Contracting Services Division as a separate performance evaluation form.

VI. NOTICE A. Notice. Contractors shall be provided a copy of their Performance Evaluation Report attached to the Certificate of Completion. B. Contractor’s Response. Within ten (10) calendar days of receipt of the Performance Evaluation Report, a Contractor may submit a written response to the City Purchasing and Contracting Services Division. The evaluation is not subject to a protest procedure but the Contractor’s written response will be included in the project file.

VII. DISQUALIFICATION FOR WORK ON SPECIFIC PROJECT The Director of the City Purchasing and Contracting Services Division or his/her designee may determine, from Performance Evaluation Reports and other public documents relating to the project in question, that a Contractor who has received one or more Overall Evaluations of "Deficient" or "Inadequate" is not a responsible Bidder and is therefore ineligible for Award of that contract.

VIII. DEBARMENT In accordance with SMC 20.70.050, the Director of the Department of Finance and Administrative Services or his/her designee may debar a Contractor and prevent the Contractor from entering into a Contract with the City or from acting as a Subcontractor on any Contract with the City for up to five (5) years. SMC 20.70.050 provides multiple reasons for debarment and includes whether or not the Contractor received Overall Evaluations of “Deficient,” or “Inadequate” on the Performance Evaluation Report on three (3) or more City Contracts. The Director may issue an Order of Debarment only after adhering to the procedures specified in SMC 20.70.050. The rights and remedies of the Owner under these debarment provisions are in addition to any other rights and remedies provided by law or under the Contract.

IX. PUBLIC DISCLOSURE Performance Evaluation Reports are public documents subject to public disclosure requests.

Page 2 of 3 FAS Rev 09/4/12

City of Seattle, Department of Finance and Administrative Services

City Purchasing & Contracting Services Division

Deficient Contractor Performance Evaluation Report (completed by the Administering Department) • Deficient means a Contractor’s failure to perform was such that it seriously compromised the successful completion of the project resulting in termination, liquidated damages, third party (surety) intervention, significant violations, or other similar damages or corrective actions were required to bring the project to completion. • If your department finds a contractor’s performance deficient, complete this form and submit to PCSD. • For a Contractor to be “Deficient”, clearly describe and provide examples of the work deficiencies or issues that demonstrate how the Contractor failed in contract performance. • Departments are responsible for keeping all supporting documentation in the project file (including photos, reports, copies of violations, correspondence, project notes, etc.)

CONTRACTOR AND PROJECT INFORMATION CONTRACTOR CONTRACTOR SUPERINTENDENT OR PROJECT MANAGER

PW NUMBER PROJECT NAME

CITY PROJECT MANAGER CITY ADMINISTERING DEPARTMENT

SCHEDULED ACTUAL SCHEDULED ACTUAL SUBSTANTIAL SUBSTANTIAL PHYSICAL COMPLETION PHYSICAL COMPLETION DATE COMPLETION DATE COMPLETION DATE DATE

AWARDED CONTRACT VALUE FINAL CONTRACT VALUE

BRIEF PROJECT DESCRIPTION AND ANY SPECIFIC WORK PERFORMED BY CONTRACTOR

DESCRIPTION OF DEFICIENCIES

Clearly state the deficiencies that rise to the definition provided above (Prepare a package of supporting documentation and retain in your Department’s contract file).

EVALUATED BY (NAME AND TITLE) DATE ONTRACTOR DDSSDTHESPERFORMANCE EVALUATION

CONCURRENCE BY (NAME AND TITLE) DATEONTCTOR DDSSDTHESPERFORMANCE EVALUATION

Page 3 of 3 FAS Rev 09/4/12

City Purchasing and Contracting Services Construction Contracting

PUBLIC WORKS PREVAILING WAGE CERTIFICATION & SUBCONTRACTOR LIST

Project: PW#: Contractor Name:

I certify that the prevailing wages have been paid in accordance with the pre-filed Statement(s) of Intent to Pay Prevailing Wages on file with the Contracting Services Division of Finance and Administrative Services. This statement covers all subcontractors of all tiers and suppliers who worked on the project.

PAYMENT PERIOD FROM TO Final Subcontractor Report MONTH/DAY/YEAR MONTH/DAY/YEAR No Subcontractors Subcontractor/Supplier Name Subcontractor UBI Intent Affidavit Prompt Total or Supplier? Number ID ID Pay Amount Eligible? Paid During Y/N Pay Period* ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier ☐ Sub ☐ Supplier In accordance with RCW 60.28, 18.27 and 19.28, for all public works contracts over $35,000 the Contractor shall submit with each Progress Payment a list of all Subcontractors, UBI numbers, Intent IDs, Affidavit IDs, WMBE statuses and dates worked. Moreover, the Contractor shall record the total amount paid to each Prompt Pay Eligible Subcontractor. This letter shall be signed by an authorized representative of the Contractor prior to payment pursuant to RCW 39.12.040. * If final, include final total amount paid for each subcontractor for the entire duration of the project. ______Print Name

______Signature Date

CPCS Rev. 02/25/2015

Request for Information/ Design Clarification/Variation Request SCL, Construction Management

RFI/DCVR No.: enter # Reference No.: enter #

Date: enter date Contract Name: enter name PW No.: enter # Contractor: enter name

Contractor Representative: name Response Requested By: date

Nature of Work: enter description Reference Drawings: enter number Reference Specification: enter number Bid Items: enter number

Description: Enter description of RFI

Engineer’s Response: (Leave blank for Engineer’s Response)

BY: DATE: THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the Contract Documents if any clarification, variation or Engineer’s response causes any change to the Contract.

RFI/DCVR.doc Revised Feb 2014

Seattle City Light Construction Management Submittal Transmittal & Response Shaded areas are for SCL use only Submittal Number: Date: (Contractor: give each submittal transmittal a consecutive number beginning with “001”. Resubmittals will be identified numerically, e.g., 001.1 ) Note: One form shall be filled out for each submittal item. The only exception will be if multiple items from the same supplier are submitted as a package for the same scheduled work.

Contract Name: PW #:

Contractor:

The Contractor submits the following noted attachments to Engineer for review and response: Sub SCL item Spec Sec. # DESCRIPTION Response # 1 2 3 4 Resubmittal Supplemental Submittal

Submitted by:

Signature Printed Name & Title Phone #

The Engineer has reviewed the above noted documents and responded as noted above, under “SCL Response”. Key: NE = NO EXCEPTIONS TAKEN MC = MAKE CORRECTIONS NOTED: No resubmittal required, but corrections noted are required SI = SUBMIT SPECIFIED ITEM: Resubmittal required – rejected, see comments below RR = REVISE AND RESUBMIT: Resubmittal required – rejected, see comments below RJ = REJECTED – see comments below Note: Review is only for conformance with the general design concept of the Project and does not extend to consideration of structural integrity, safety, detailed compliance with Contract requirements and any other obligation of the Contractor. Any action shown is subject to the requirements of the construction Contract. Contractor is responsible for confirming and correlating all dimensions; fabricating and construction techniques; coordinating its work with that of all other trades; and the satisfactory performance of its entire work in strict accordance with the construction Contract. The review is undertaken solely to satisfy Engineer’s obligations and does not relieve Contractor from its obligation fully to perform all Contract requirements, nor shall such review give rise to any right of action or suit in favor of Contractor or third persons, against the Owner. Comments or actions may not be complete, once non-compliance is documented, the review may be discontinued and the submittal rejected.

Engineer’s Comments and Sign-off:

# (key to Comment above) 1

Mario M. Babasa – SCL CM Office Engineer Signature Printed Name & Title Date See Attached Engineer’s Comments See Mark-Up of Submittal Documents See Other Attachments Cc: Project File Form (Rev. 4/13) Construction Stormwater Pollution Prevention (CSWPP) Inspection Form

Project Name Permit # Inspection Date Time

Name of Certified Erosion Sediment Control Lead (CESCL) or qualified inspector if less than one acre Print Name:

Approximate rainfall amount since the last inspection (in inches):

Approximate rainfall amount in the last 24 hours (in inches):

Current Weather Clear Cloudy Mist Rain Wind Fog

A. Type of inspection: Weekly Post Storm Event Other

B. Phase of Active Construction (check all that apply):

Pre Construction/installation of erosion/sediment controls Clearing/Demo/Grading Infrastructure/storm/roads Concrete pours Vertical Construction/buildings Utilities Offsite improvements Site temporary stabilized Final stabilization

C. Questions:

1. Were all areas of construction and discharge points inspected? Yes No 2. Did you observe the presence of suspended sediment, turbidity, discoloration, or oil sheen Yes No 3. Was a water quality sample taken during inspection? (refer to permit conditions S4 & S5) Yes No 4. Was there a turbid discharge 250 NTU or greater, or Transparency 6 cm or less?* Yes No 5. If yes to #4 was it reported to Ecology? Yes No 6. Is pH sampling required? pH range required is 6.5 to 8.5. Yes No

If answering yes to a discharge, describe the event. Include when, where, and why it happened; what action was taken, and when.

*If answering yes to # 4 record NTU/Transparency with continual sampling daily until turbidity is 25 NTU or less/ transparency is 33 cm or greater.

Sampling Results: Date:

Parameter* Method (circle one) Result Other/Note NTU cm pH Turbidity tube, meter, laboratory pH Paper, kit, meter *Sampling of the above parameters is only necessary if the project has an NPDES permit.

Page 1

Construction Stormwater Pollution Prevention (CSWPP) Inspection Form

D. Check the observed status of all items. Provide “Action Required “details and dates.

Element # Inspection BMPs BMP needs BMP Action Inspected maintenance failed required yes no n/a (describe in section F) 1 Before beginning land disturbing Clearing activities are all clearing limits, Limits natural resource areas (streams,

wetlands, buffers, trees) protected with barriers or similar BMPs? (high visibility recommended) 2 Construction access is stabilized Construction with quarry spalls or equivalent Access BMP to prevent sediment from being tracked onto roads? Sediment tracked onto the road way was cleaned thoroughly at the end of the day or more frequent as necessary. 3 Are flow control measures installed Control Flow to control stormwater volumes and Rates velocity during construction and do they protect downstream properties and waterways from erosion? If permanent infiltration ponds are used for flow control during construction, are they protected from siltation? 4 All perimeter sediment controls Sediment (e.g. silt fence, wattles, compost Controls socks, berms, etc.) installed, and maintained in accordance with the Stormwater Pollution Prevention Plan (SWPPP). Sediment control BMPs (sediment ponds, traps, filters etc.) have been constructed and functional as the first step of grading. Stormwater runoff from disturbed areas is directed to sediment removal BMP. 5 Have exposed un‐worked soils Stabilize been stabilized with effective BMP Soils to prevent erosion and sediment deposition?

Page 2

Construction Stormwater Pollution Prevention (CSWPP) Inspection Form

Element # Inspection BMPs BMP needs BMP Action Inspected maintenance failed required yes no n/a (describe in section F) 5 Are stockpiles stabilized from erosion, Stabilize Soils protected with sediment trapping Cont. measures and located away from drain inlet, waterways, and drainage channels? Have soils been stabilized at the end of the shift, before a holiday or weekend if needed based on the weather forecast? Has stormwater and ground water 6 been diverted away from slopes and Protect disturbed areas with interceptor dikes, Slopes pipes and or swales? Is off‐site storm water managed separately from stormwater generated on the site? Is excavated material placed on uphill side of trenches consistent with safety and space considerations? Have check dams been placed at regular intervals within constructed channels that are cut down a slope? 7 Storm drain inlets made operable Drain Inlets during construction are protected. Are existing storm drains within the influence of the project protected? 8 Have all on‐site conveyance channels Stabilize been designed, constructed and Channel and stabilized to prevent erosion from Outlets expected peak flows? Is stabilization, including armoring material, adequate to prevent erosion of outlets, adjacent stream banks, slopes and downstream conveyance systems? 9 Are waste materials and demolition Control debris handled and disposed of to Pollutants prevent contamination of stormwater? Has cover been provided for all chemicals, liquid products, petroleum products, and other material? Has secondary containment been provided capable of containing 110% of the volume? Were contaminated surfaces cleaned immediately after a spill incident? Were BMPs used to prevent contamination of stormwater by a pH modifying sources?

Page 3

Construction Stormwater Pollution Prevention (CSWPP) Inspection Form

Element # Inspection BMPs BMP needs BMP Action Inspected maintenance failed required yes no n/a (describe in section F) 9 Wheel wash wastewater is handled Cont. and disposed of properly. 10 Concrete washout in designated areas. Control No washout or excess concrete on the Dewatering ground. Dewatering has been done to an approved source and in compliance with the SWPPP. Were there any clean non turbid dewatering discharges? 11 Are all temporary and permanent Maintain erosion and sediment control BMPs BMP maintained to perform as intended? 12 Has the project been phased to the Manage the maximum degree practicable? Project Has regular inspection, monitoring and maintenance been performed as required by the permit? Has the SWPPP been updated, implemented and records maintained?

E. Check all areas that have been inspected. All in place BMPs All disturbed soils All concrete wash out area All material storage areas All discharge locations All equipment storage areas All construction entrances/exits

F. Elements checked “Action Required” (section D) describe corrective action to be taken. List the element number; be specific on location and work needed. Document, initial, and date when the corrective action has been completed and inspected. Element Description and Location Action Required Completion Initials # Date

Attach additional page if needed

Sign the following certification: “I certify that this report is true, accurate, and complete, to the best of my knowledge and belief”

Inspected by: (print) (Signature) Date: Title/Qualification of Inspector:

Page 4

WAGE RATES

Page 1 of 17

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 The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 8/21/2015

County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $42.67 5D 1H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level $51.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M King Building Service Employees Janitor $21.29 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers & Tenders Diver $105.37 5D 4C 8A King Divers & Tenders Diver On Standby $59.50 5D 4C King Divers & Tenders Diver Tender $54.82 5D 4C King Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C King Divers & Tenders Surface Rcv & Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F King Dredge Workers Boatmen $54.75 5D 3F King Dredge Workers Engineer Welder $55.79 5D 3F

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 2 of 17

King Dredge Workers Leverman, Hydraulic $56.92 5D 3F King Dredge Workers Mates $54.75 5D 3F King Dredge Workers Oiler $54.33 5D 3F King Drywall Applicator Journey Level $52.32 5D 1H King Drywall Tapers Journey Level $52.37 5P 1E King Electrical Fixture Maintenance Journey Level $26.59 5L 1E Workers King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $36.17 7A 3I King Glaziers Journey Level $54.91 7L 1Y King Heat & Frost Insulators And Journeyman $61.18 5J 1S Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1E King Hod Carriers & Mason Tenders Journey Level $44.00 7A 3I King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $54.57 5B 1K King Inland Boatmen Cook $50.95 5B 1K

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 3 of 17

King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer & Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $52.32 5D 4C King Ironworkers Journeyman $61.62 7N 1O King Laborers Air, Gas Or Electric Vibrating $42.67 7A 3I Screed King Laborers Airtrac Drill Operator $44.00 7A 3I King Laborers Ballast Regular Machine $42.67 7A 3I King Laborers Batch Weighman $36.17 7A 3I King Laborers Brick Pavers $42.67 7A 3I King Laborers Brush Cutter $42.67 7A 3I King Laborers Brush Hog Feeder $42.67 7A 3I King Laborers Burner $42.67 7A 3I King Laborers Caisson Worker $44.00 7A 3I King Laborers Carpenter Tender $42.67 7A 3I King Laborers Caulker $42.67 7A 3I King Laborers Cement Dumper-paving $43.46 7A 3I King Laborers Cement Finisher Tender $42.67 7A 3I King Laborers Change House Or Dry Shack $42.67 7A 3I King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 3I King Laborers Chipping Gun(30 Lbs. And $43.46 7A 3I Over) King Laborers Choker Setter $42.67 7A 3I King Laborers Chuck Tender $42.67 7A 3I King Laborers Clary Power Spreader $43.46 7A 3I King Laborers Clean-up Laborer $42.67 7A 3I King Laborers Concrete Dumper/chute $43.46 7A 3I Operator King Laborers Concrete Form Stripper $42.67 7A 3I King Laborers Concrete Placement Crew $43.46 7A 3I King Laborers $43.46 7A 3I

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 4 of 17

Concrete Saw Operator/core Driller King Laborers Crusher Feeder $36.17 7A 3I King Laborers Curing Laborer $42.67 7A 3I King Laborers Demolition: Wrecking & $42.67 7A 3I Moving (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 3I King Laborers Diver $44.00 7A 3I King Laborers Drill Operator $43.46 7A 3I (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 3I King Laborers Dump Person $42.67 7A 3I King Laborers Epoxy Technician $42.67 7A 3I King Laborers Erosion Control Worker $42.67 7A 3I King Laborers Faller & Bucker Chain Saw $43.46 7A 3I King Laborers Fine Graders $42.67 7A 3I King Laborers Firewatch $36.17 7A 3I King Laborers Form Setter $42.67 7A 3I King Laborers Gabian Basket Builders $42.67 7A 3I King Laborers General Laborer $42.67 7A 3I King Laborers Grade Checker & Transit $44.00 7A 3I Person King Laborers Grinders $42.67 7A 3I King Laborers Grout Machine Tender $42.67 7A 3I King Laborers Groutmen (pressure)including $43.46 7A 3I Post Tension Beams King Laborers Guardrail Erector $42.67 7A 3I King Laborers Hazardous Waste Worker $44.00 7A 3I (level A) King Laborers Hazardous Waste Worker $43.46 7A 3I (level B) King Laborers Hazardous Waste Worker $42.67 7A 3I (level C) King Laborers High Scaler $44.00 7A 3I King Laborers Jackhammer $43.46 7A 3I King Laborers Laserbeam Operator $43.46 7A 3I King Laborers Maintenance Person $42.67 7A 3I King Laborers Manhole Builder-mudman $43.46 7A 3I King Laborers Material Yard Person $42.67 7A 3I King Laborers Motorman-dinky Locomotive $43.46 7A 3I King Laborers Nozzleman (concrete Pump, $43.46 7A 3I Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $43.46 7A 3I

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 5 of 17

King Laborers Pilot Car $36.17 7A 3I King Laborers Pipe Layer Lead $44.00 7A 3I King Laborers Pipe Layer/tailor $43.46 7A 3I King Laborers Pipe Pot Tender $43.46 7A 3I King Laborers Pipe Reliner $43.46 7A 3I King Laborers Pipe Wrapper $43.46 7A 3I King Laborers Pot Tender $42.67 7A 3I King Laborers Powderman $44.00 7A 3I King Laborers Powderman's Helper $42.67 7A 3I King Laborers Power Jacks $43.46 7A 3I King Laborers Railroad Spike Puller - Power $43.46 7A 3I King Laborers Raker - Asphalt $44.00 7A 3I King Laborers Re-timberman $44.00 7A 3I King Laborers Remote Equipment Operator $43.46 7A 3I King Laborers Rigger/signal Person $43.46 7A 3I King Laborers Rip Rap Person $42.67 7A 3I King Laborers Rivet Buster $43.46 7A 3I King Laborers Rodder $43.46 7A 3I King Laborers Scaffold Erector $42.67 7A 3I King Laborers Scale Person $42.67 7A 3I King Laborers Sloper (over 20") $43.46 7A 3I King Laborers Sloper Sprayer $42.67 7A 3I King Laborers Spreader (concrete) $43.46 7A 3I King Laborers Stake Hopper $42.67 7A 3I King Laborers Stock Piler $42.67 7A 3I King Laborers Tamper & Similar Electric, Air $43.46 7A 3I & Gas Operated Tools King Laborers Tamper (multiple & Self- $43.46 7A 3I propelled) King Laborers Timber Person - Sewer $43.46 7A 3I (lagger, Shorer & Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 3I King Laborers Topper $42.67 7A 3I King Laborers Track Laborer $42.67 7A 3I King Laborers Track Liner (power) $43.46 7A 3I King Laborers Traffic Control Laborer $38.68 7A 3I 8R King Laborers Traffic Control Supervisor $38.68 7A 3I 8R King Laborers Truck Spotter $42.67 7A 3I King Laborers Tugger Operator $43.46 7A 3I King Laborers Tunnel Work-Compressed Air $64.99 7A 3I 8Q Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 3I 8Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 3I 8Q Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 3I 8Q Worker 54.01-60.00 psi

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 6 of 17

King Laborers Tunnel Work-Compressed Air $81.52 7A 3I 8Q Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 3I 8Q Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A 3I 8Q Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 3I 8Q Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 3I 8Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 3I 8Q Tender King Laborers Tunnel Work-Miner $44.10 7A 3I 8Q King Laborers Vibrator $43.46 7A 3I King Laborers Vinyl Seamer $42.67 7A 3I King Laborers Watchman $32.87 7A 3I King Laborers Welder $43.46 7A 3I King Laborers Well Point Laborer $43.46 7A 3I King Laborers Window Washer/cleaner $32.87 7A 3I King Laborers - Underground Sewer General Laborer & Topman $42.67 7A 3I & Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 3I & Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $52.32 5D 1H King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $52.57 5D 4C King Plasterers Journey Level $50.42 7Q 1R

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 7 of 17

King Playground & Park Equipment Journey Level $9.47 1 Installers King Plumbers & Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 8P King Power Equipment Operators Compressor $51.97 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3C 8P

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 8 of 17

Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $54.75 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P King Power Equipment Operators Dozers D-9 & Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco & Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. & $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment Operators Locomotives, All $54.75 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P King Power Equipment Operators $55.79 7A 3C 8P

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 9 of 17

Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution & Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P King Power Equipment Operators Rollagon $55.24 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P King Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete & Carry $54.33 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 10 of 17

King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P King Power Equipment Operators Spreader, Topsider & $55.24 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $54.33 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P Conveyor King Power Equipment Operators Welder $55.24 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer & Water Concrete King Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer & Water Equipment King Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer & Water

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 11 of 17

King Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P Underground Sewer & Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer & Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer & Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Dozers D-9 & Under $54.33 7A 3C 8P Underground Sewer & Water

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 12 of 17

King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer & Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer & Water And Gamaco & Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P Underground Sewer & Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer & Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P Underground Sewer & Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer & Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer & Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer & Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer & Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $55.79 7A 3C 8P Underground Sewer & Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer & Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer & Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P Underground Sewer & Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer & Water finishing

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 13 of 17

King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer & Water Finishing King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer & Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer & Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer & Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer & Water 45 Yards King $54.33 7A 3C 8P

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 14 of 17

Power Equipment Operators- Scrapers - Concrete & Carry Underground Sewer & Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer & Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Spreader, Topsider & $55.24 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer & Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P Underground Sewer & Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer & Water Truck Type King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer & Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer & Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer & Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 15 of 17

King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration & Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $51.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.14 5D 4C Applicators King Residential Drywall Tapers Journey Level $52.37 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers & Journey Level $34.69 1 Pipefitters King Residential Refrigeration & Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1R Workers King Residential Soft Floor Layers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $51.32 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E King Shipbuilding & Ship Repair Boilermaker $39.82 7M 1H King Shipbuilding & Ship Repair Carpenter $39.24 7T 2B King Shipbuilding & Ship Repair Electrician $40.16 7T 4B King Shipbuilding & Ship Repair Heat & Frost Insulator $61.18 5J 1S King Shipbuilding & Ship Repair Laborer $40.19 7T 4B King Shipbuilding & Ship Repair Machinist $40.18 7T 4B King Shipbuilding & Ship Repair Operator $40.11 7T 4B

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 16 of 17

King Shipbuilding & Ship Repair Painter $40.16 7T 4B King Shipbuilding & Ship Repair Pipefitter $40.11 7T 4B King Shipbuilding & Ship Repair Rigger $40.19 7T 4B King Shipbuilding & Ship Repair Sheet Metal $40.14 7T 4B King Shipbuilding & Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding & Ship Repair Trucker $40.03 7T 4B King Shipbuilding & Ship Repair Warehouse $40.08 7T 4B King Shipbuilding & Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) King Sign Makers & Installers Sign Maker $21.36 1 (Electrical) King Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $42.41 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor King Surveyors Chainman $53.81 7A 3C 8P King Surveyors Construction Site Surveyor $55.24 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer I $36.96 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside King Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Page 17 of 17

King Telephone Line Construction - Television $25.89 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble & Terrazzo Finisher $37.79 5A 1B Finishers King Traffic Control Stripers Journey Level $43.11 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck & Trailer $49.85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers

https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/21/2015 Benefit Code Key – Effective 3-4-2015 thru 9-1-2015

************************************************************************************************************ 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.

1

Benefit Code Key – Effective 3-4-2015 thru 9-1-2015

1. 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.

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 3-4-2015 thru 9-1-2015

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.

3

Benefit Code Key – Effective 3-4-2015 thru 9-1-2015

3. 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.

D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be 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.

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 3-4-2015 thru 9-1-2015

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.

Holiday Codes

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

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

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

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

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

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).

5

Benefit Code Key – Effective 3-4-2015 thru 9-1-2015

5. 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).

Holiday Codes Continued

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, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day. (9 1/2).

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

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

6

Benefit Code Key – Effective 3-4-2015 thru 9-1-2015

6. 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.

Holiday Codes Continued

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.

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. 7

Benefit Code Key – Effective 3-4-2015 thru 9-1-2015

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

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

M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

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

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

Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day.

R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

T. Paid Holidays: New Year's Day, The Day After Or Before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, and The Day After Or Before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

Note Codes

8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50’ To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet

8

Benefit Code Key – Effective 3-4-2015 thru 9-1-2015

8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50’ To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price

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

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

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

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

P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50.

Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid.

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

S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

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

ADDENDA AND MODIFICATIONS