495
Department of Natural Resources and Parks Wastewater Treatment Division Rainier Valley Wet Weather Storage Project Contract C00946C15 Funded in part by Washington State Department of Ecology Volume 1 of 7 DIVISION 0 Bidding Requirements and Forms General Terms and Conditions DIVISION 1 General Requirements November 2015

Rainier Valley Wet Weather Storage Project Contract …

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Department of Natural Resources and Parks Wastewater Treatment Division

Rainier Valley Wet Weather Storage Project

Contract C00946C15 Funded in part by Washington State Department of Ecology

Volume 1 of 7

DIVISION 0 Bidding Requirements and Forms

General Terms and Conditions

DIVISION 1 General Requirements

November 2015

Department of Natural Resources and Parks Wastewater Treatment Division

Rainier Valley Wet Weather Storage Project

King County Contract C00946C15

Dow Constantine King County Executive

Metropolitan King County Council

Rod Dembowski Larry Gossett Kathy Lambert Larry Phillips

Dave Upthegrove Jane Hague Pete von Reichbauer Joe McDermott

Reagan Dunn

NOVEMBER 2015

TABLE OF CONTENTS RAINIER VALLEY WET WEATHER STORAGE PROJECT

CONTRACT C00946C15

C00946C15 page 1 of 7 Table of Contents

VOLUME 1 OF 7

DIVISION 0 - BIDDING REQUIREMENTS, FORMS AND TERMS AND CONDITIONS 00020 INVITATION TO BID 00100 INSTRUCTIONS TO BIDDERS 00120 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, SMALL

CONTRACTOR & SUPPLIER (SCS), EPA FAIR SHARE GOALS, GOOD FAITH EFFORT REQUIREMENTS AND APPRENTICESHIP REQUIREMENTS

00130 DAVIS BACON ACT WAGE DETERMINATIONS AND WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORK CONTRACTS

00300 FORM OF BID 00310 BID GUARANTY BOND 00410 FORMS 00420 PERFORMANCE AND PAYMENT BOND 00430 INSURANCE REQUIREMENTS 00440 QUALIFICATIONS INFORMATION 00500 AGREEMENT 00600 ADDENDA 00700 GENERAL TERMS AND CONDITIONS 00800 SUPPLEMENTAL TERMS & CONDITIONS

DIVISION 1 - GENERAL REQUIREMENTS 01010 SUMMARY OF WORK 01012 REFERENCE MATERIAL 01014 MILESTONES AND CONSTRAINTS 01025 MEASUREMENT AND PAYMENT 01031 SEISMIC ANCHORAGE AND BRACING 01035 ASBESTOS AND LEAD INFORMATION 01036 GEOTECHNICAL INFORMATION 01050 SURVEY INFORMATION 01062 PERMITS AND EASEMENTS 01063 HEALTH AND SAFETY 01065 SEWER ACCESS 01130 ESCROW BID DOCUMENTATION 01195 PROTECTION AND MAINTENANCE OF PROPERTY AND WORK 01200 CONTRACT MEETINGS 01300 SUBMITTALS PROCEDURE 01310 PROGRESS SCHEDULES AND REPORTS 01410 CONSTRUCTION TESTING AND INSPECTION 01500 TEMPORARY CONSTRUCTION FACILITIES 01520 PROJECT REPRESENTATIVE'S FIELD OFFICE 01530 YOSHIMURA EASEMENT 01560 ENVIRONMENTAL MANAGEMENT

TABLE OF CONTENTS (CONT.) C00946C15

C00946C15 page 2 of 7 Table of Contents

01570 TRAFFIC REGULATION 01660 EQUIPMENT TESTING, TRAINING, AND COMMISSIONING 01710 FINAL CLEANING 01720 RECORD DRAWINGS AND INFORMATION 01725 ASSET DATA 01730 OPERATION AND MAINTENANCE INFORMATION 01740 WARRANTY AND GUARANTY 01750 SPARE PARTS 01999 STANDARD FORMS

VOLUME 2 OF 7

DIVISION 2 - SITE CONSTRUCTION 02045 CUTTING AND PATCHING 02050 DEMOLITION AND SALVAGE 02100 BAYVIEW - RAINIER AVENUE CONSTRUCTION 02105 SEWER BYPASSING 02110 SITE CLEARING AND GRUBBING 02120 GEOTECHNICAL INSTRUMENTATION AND CONDITION INSPECTIONS 02140 DEWATERING 02160 EXCAVATION SUPPORT SYSTEMS 02200 EARTHWORK 02221 TRENCHING, BACKFILLING AND COMPACTING 02270 EROSION AND SEDIMENT CONTROL 02271 SITE WATER DISCHARGE 02318 PIPE RAMMING 02335 CONTACT GROUTING 02452 GROUND STABILIZATION 02510 CONCRETE PAVING 02513 HOT MIX HMA PAVEMENT 02605 UTILITY STRUCTURES 02608 GRAVITY PIPING SYSTEMS 02610 SOLID WALL PVC PIPE 02611 PROFILE WALL PVC PIPE 02612 REINFORCED CONCRETE PIPE (RCP) 02616 DUCTILE IRON PIPE 02617 STEEL CASING PIPE 02626 FIBERGLASS REINFORCED POLYMER PIPE 02628 HIGH DENSITY POLYETHYLENE PIPE 02665 WATER SYSTEM 02720 STORM DRAINAGE SYSTEM 02721 BIORENTENTION PLANTER 02761 VIDEO INSPECTION OF SEWERS AND STORM DRAINS

TABLE OF CONTENTS (CONT.) C00946C15

C00946C15 page 3 of 7 Table of Contents

02767 LINING WITH CURED-IN-PLACE PIPE 02810 IRRIGATION SYSTEMS 02840 ARCHITECTURAL FENCES AND GATES 02900 LANDSCAPING 02920 LANDSCAPE SOIL MATERIALS

DIVISION 3 - CONCRETE 03100 CONCRETE FORMS AND ACCESSORIES 03200 CONCRETE REINFORCEMENT 03300 CAST IN PLACE CONCRETE 03302 MASS CONCRETE 03310 CONTROLLED DENSITY FILL (CDF) 03400 PRECAST CONCRETE VAULTS 03410 PRECAST STRUCTURAL CONCRETE 03600 GROUTS AND ADHESIVES 03610 ANNULAR SPACE GROUTING 03740 CONCRETE REPAIR CRACK INJECTION 03930 CONCRETE REHABILITATION

DIVISION 4 – MASONRY 04200 CONCRETE MASONRY UNIT

DIVISION 5 - METALS 05120 STRUCTURAL STEEL 05310 STEEL DECK 05400 COLD FORMED METAL FRAMING 05500 METAL FABRICATIONS 05501 ANCHORAGE TO CONCRETE 05520 METAL HANDRAILING 05530 SAFETY STAIR TREAD NOSINGS

DIVISION 6 - WOOD AND PLASTICS 06510 FIBERGLASS REINFORCED PLASTIC (FRP) 06540 FIBERGLASS REINFORCED PLASTIC (FRP) STRUCTURAL SHAPES 06660 FIBERGLASS REINFORCED PLASTIC (FRP) GRATING AND HANDRAILS

DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07210 BUILDING INSULATION 07221 ROOF INSULATION 07410 METAL ROOFING 07620 SHEET METAL FLASHING AND TRIM 07900 JOINT SEALERS

DIVISION 8 - DOORS AND WINDOWS 08110 STEEL DOORS AND FRAMES

TABLE OF CONTENTS (CONT.) C00946C15

C00946C15 page 4 of 7 Table of Contents

08310 ACCESS HATCHES 08450 TRANSLUCENT PANELS 08710 FINISH HARDWARE

DIVISION 9 - FINISHES 09110 METAL SUPPORT SYSTEMS 09260 GYPSUM BOARD SYSTEMS 09900 COATING SYSTEMS 09901 FINISHES AND COLORS

DIVISION 10 - SPECIALTIES 10200 LOUVERS AND VENTS 10405 SIGNS 10520 PORTABLE FIRE EXTINGUISHERS 10800 TOILET AND BATH ACCESSORIES

VOLUME 3 OF 7

DIVISION 11 - EQUIPMENT 11000 GENERAL REQUIREMENTS FOR EQUIPMENT 11002 SUPPORTS GROUTING AND INSTALLATION 11009 EQUIPMENT LIST 11020 VIBRATION AND CRITICAL SPEED LIMITATIONS 11021 VIBRATION ISOLATION SYSTEMS 11030 NOISE REQUIREMENTS AND CONTROL 11050 GENERAL EQUIPMENT MOUNTING 11060 ELECTRIC MOTORS 11083 LOW EMISSION DIESEL ENGINE STANDBY GENERATOR 150 KW AND LARGER 11102 COMPOSITE SLUICE GATES 11324 SUBMERSIBLE SUMP PUMPS 11347 SUBMERSIBLE PUMPS 11366 INSTRUMENT AIR COMPRESSOR SYSTEM AND APPURTENANCES 11710 SERVICE WATER SUPPLY

DIVISION 13 - SPECIAL CONSTRUCTION 13110 CATHODIC PROTECTION SYSTEM 13230 FIBERGLASS REINFORCED PLASTIC (FRP) FABRICATIONS 13231 FIBERGLASS REINFORCED PLASTIC (FRP) ODOR CONTROL TANK VERTICAL

CARBON BED HORIZONTAL AIRFLOW UNITS 13234 FIBERGLASS REINFORCED PLASTIC (FRP) DUCTWORK 13525 ACTIVATED CARBON 13600 TIPPING BUCKETS

DIVISION 14 - CONVEYING SYSTEMS 14310 MONORAIL HOISTS

TABLE OF CONTENTS (CONT.) C00946C15

C00946C15 page 5 of 7 Table of Contents

DIVISION 15 - MECHANICAL 15050 PIPING SYSTEMS 15061 STEEL PIPE 15062 DUCTILE IRON PIPE 15064 PLASTIC PIPING 15065 HIGH-DENSITY POLYETHYLENE PIPE 15066 COPPER PIPING 15067 STAINLESS STEEL PIPING 15075 JOINT GASKETS 15085 PIPING CONNECTIONS 15090 EXPANSION JOINTS AND FLEXIBLE METAL HOSE 15092 WALL PENETRATION SEALS 15095 PIPING APPURTENANCES 15096 PIPE HANGERS AND SUPPORTS 15097 SEISMIC RESTRAINTS FOR PIPING 15104 BALL VALVES 15107 ECCENTRIC PLUG VALVES 15110 SPRING-LOADED SWING CHECK VALVES 15120 REDUCED PRESSURE PRINCIPLE BACKFLOW PREVENTERS 15121 PRESSURE-REGULATING VALVES 15123 PRESSURE RELIEF VALVES 15135 CONTROL VALVE SCHEDULES 15140 VALVE AND GATE OPERATORS AND OPERATOR APPURTENANCES 15150 SPECIALTY VALVES 15200 HOSES AND NOZZLES FOR UTILITY STATIONS 15260 INSULATION FOR EXPOSED PIPING AND EQUIPMENT 15265 ELECTRIC HEAT TRACE TAPE 15330 AUTOMATIC SPRINKLER SYSTEM 15400 PLUMBING 15440 PLUMBING FIXTURES 15632 ELECTRIC UNIT SPACE HEATERS 15828 CENTRIFUGAL FIBERGLASS REINFORCED PLASTIC (FRP) FANS AND

BLOWERS 15859 IN-LINE CENTRIFUGAL FANS 15876 CENTRIVANE CENTRIFUGAL IN-LINE FANS 15877 SUPPLY AIR FILTER 15886 FOUL AIR SILENCERS 15887 IN-LINE SPIRAL SILENCERS 15889 MIST AND GREASE ELIMINATOR FILTERS 15891 SHEET METAL DUCTWORK 15892 ACOUSTICAL LINING FOR DUCTS 15911 DAMPERS AND DAMPER MOTORS

TABLE OF CONTENTS (CONT.) C00946C15

C00946C15 page 6 of 7 Table of Contents

15990 HVAC SYSTEM TESTING, ADJUSTING AND BALANCING

DIVISION 16 - ELECTRICAL 16000 GENERAL REQUIREMENTS FOR ELECTRICAL WORK 16030 ELECTRICAL TESTING 16110 RACEWAYS, BOXES, AND SUPPORTS 16120 600 VOLT CONDUCTORS AND CABLES 16140 WIRING DEVICES 16158 480 VAC VARIABLE FREQUENCY DRIVE 5 - 500 HORSEPOWER 16175 MISCELLANEOUS ELECTRICAL DEVICES 16176 LOCAL CONTROL PANELS 16250 AUTOMATIC TRANSFER SWITCH 16421 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) SYSTEM 16422 LOW VOLTAGE SURGE PROTECTION DEVICES (SPD'S) 16431 SHORT CIRCUIT AND PROTECTIVE DEVICE COORDINATION REPORT 16432 ARC FLASH REPORT 16440 INSTRUMENT TRANSFORMERS, METERS, SWITCHES, AND ACCESSORIES 16450 GROUNDING SYSTEM 16460 DRY-TYPE TRANSFORMERS (600 VOLTS AND LESS) 16470 LIGHTING AND POWER DISTRIBUTION PANELBOARDS 16500 LIGHTING FIXTURES 16621 DIESEL FUEL LEAK DETECTION AND INVENTORY SYSTEM 16660 FIRE ALARM SYSTEM - PERFORMANCE SPECIFICATION 16720 GENERAL COMMUNICATIONS 16740 TELEPHONE AND COMPUTER DATA PROVISIONS 16920 LOW-VOLTAGE MOTOR CONTROL CENTERS

DIVISION 17 - INSTRUMENTATION AND CONTROL 17000 PROCESS INSTRUMENTATION AND CONTROL 17110 PANELS 17120 ANNUNCIATOR SYSTEMS 17130 POWER SUPPLY AND CONDITIONING EQUIPMENT 17132 SINGLE PHASE UNINTERRUPTIBLE POWER SUPPLY EQUIPMENT 17211 PROCESS TAPS AND PRIMARY ELEMENTS 17212 TRANSMITTERS 17216 PROCESS SWITCHES 17271 SIGNAL CONDITIONING MODULE 17272 MISCELLANEOUS PANEL INSTRUMENTS 17275 MISCELLANEOUS INSTRUMENTS 17501 CONTROL STRATEGY DRAIN PUMPS 17502 CONTROL STRATEGY FLUSHING FACILITY 17503 CONTROL STRATEGY HVAC SYSTEMS 17504 CONTROL STRATEGY - MISCELLANEOUS SYSTEMS

TABLE OF CONTENTS (CONT.) C00946C15

C00946C15 page 7 of 7 Table of Contents

17800 PROGRAMMABLE LOGIC CONTROLLERS 17801 GRAPHICAL OPERATOR INTERFACE 17802 PROGRAMMING 17803 COMMUNICATIONS INTERFACES 17804 PLC TESTING 17900 SCHEDULES 17901 INSTRUMENT SCHEDULE 17902 ALARM SCHEDULE 17903 PLC I/O SCHEDULE 17904 METROTEL SCHEDULE 17905 SCADA SIGNAL SCHEDULE 17906 RELAY SCHEDULE

VOLUME 4 OF 7

GENERAL, CIVIL, LANDSCAPE, ARCHITECTURAL AND STRUCTURAL DRAWINGS

VOLUME 5 OF 7

MECHANICAL, ELECTRICAL, PROCESS, I&C AND REFERENCE DRAWINGS

VOLUME 6 OF 7

PERMITS, EASEMENTS AND RIGHTS OF ENTRY

VOLUME 7 OF 7

GEOTECHNICAL DATA REPORT

C00946C15 page 1 of 2 §00020Rev. 11/5/2015 Invitation to Bid

SECTION 00020 KING COUNTY INVITATION TO BID

Advertisement Date: NOVEMBER 20, 2015 Invitation To Bid (ITB) Title: Rainier Valley Wet Weather Storage Project

ITB Number C00946C15

Sealed Bid Time/Date: 1:30 p.m., December 17, 2015

Location Due: King County Procurement & Payables Section, Contracts Counter, 3rd Floor, 401 Fifth Avenue, Seattle, WA 98104

Contract Specialist Ruth Williamson, [email protected], 206-263-9333

Alternate Contract Specialist Darren Chernick, [email protected], 263-9321

Engineer’s Estimate: $14,000,000 to $15,000,000

Request for Information: Submit all inquiries in writing via email to the Contract Specialist. No verbal answers by any County personnel or its agents and consultants will be binding on the County.

Scope of Work: The purpose of this project is to reduce overflows at two King County Combined Sewer Overflow structures (Bayview North and Hanford@Rainier) to one overflow per year on a 20 year average to meet a consent decree agreement with the Environmental Protection Agency, Federal Department of Justice, and the Washington State Department of Ecology. The work of this Contract includes work at two separate sites that are approximately 0.5 mile apart. These sites are referenced as the Bayview Site and the Hanford Site in these Contract documents.

Work site: Bayview Site – 3247 Rainier Ave South, Seattle, WA and Hanford Site – 2700 S. Hanford Street, Seattle, WA.

MANDATORY Pre-Bid / Site Tour: December 2, 2015 at 3:30 p.m. OR December 3, 2015 at 3:30 p.m.; King Street Center, 201 S Jackson Street, Seattle, WA; 5th Floor. A site tour will not be conducted. The work sites are publicly accessible and site visits are encouraged. FAILURE TO ATTEND ONE OF THE MANDATORY MEETINGS WILL RESULT IN A NON-RESPONSIVE BID DETERMINATION. A sign in sheet will provide evidence of attendance. It is your responsibility to ensure your sign in and out.

Subcontracting Opportunities: Metals, masonry; HVAC, plumbing, fire suppression, thermal & moisture protection; electrical; instrumentation & controls.

Apprenticeship Requirements: 15% minimum Apprentice Utilization Requirement.

SCS Utilization Requirements. No minimum SCS Utilization Requirement.

Project Labor Agreement (PLA): King County reviewed this Project and determined that a PLA will apply due to the nature of the work and the estimated labor costs. See Section 00800.

MWBE Fair Share Goals: It is anticipated this project will be funded in part by State Revolving Funds (“SRF”) which may contain funds from the U.S. Environmental Protection Agency (EPA). In accordance with EPA’s policy on the utilization of socially and economically disadvantaged individuals and disadvantaged business enterprises in procurement, the Contractor shall make

C00946C15 page 2 of 2 §00020 Rev. 11/5/2015 Invitation to Bid

Good Faith Efforts as required in 40 CFR 33 Part C to ensure to the fullest extent possible that it subcontracts the Fair Share Goals of:

Minority Business Enterprise (MBE): 10% of the Contract Price

Women Business Enterprise (WBE): 6% of the Contract Price. See Section 00120 of the Contract Documents for more detailed information.

Permits: King County has applied for, but as of the date of advertisement, has not received all of the permits listed in Section 01062 of the Contract Document. If these permits are received during the bidding period, they will be issued by Addendum. If the County has not received all of the permits listed by the bid opening date, the County will evaluate whether to extend the bid opening, cancel the procurement or open bids. Award and execution of this Contract is conditional upon the County receiving all permits listed in Section 01062.

Bid Guaranty: Not less than five percent (5%) of the Total Bid Price.

Bid Documents Electronic copies of the plans, specifications, reference documents, and any addenda for this solicitation are available on the King County Procurement website shown below. Printed documents may be ordered from United Reprographics at 206-382-1177. Copies of documents are not available for purchase from King County, but are available for review 8:00 a.m. – 5:00 p.m. M thru F at the Contracts Counter: Chinook Bldg, 3rd Floor, 401 Fifth Avenue Seattle, WA 98104. To receive email notifications of addenda or other important information concerning this solicitation, you must register to be a planholder under the “Solicitations” tab at the following link:

https://procurement.kingcounty.gov/procurement_ovr/login.aspx?ReturnUrl=%2fprocurement_ovr%2fdefault.aspx

This information is available in alternate formats for individuals with disabilities upon advance request by calling 206-263-9400, TTY Relay: 711. Note: Bids received after Sealed Bid Time will not be considered. Bidders accept all risks of late delivery, regardless of fault. King County is not responsible for any costs incurred in response to this Invitation to Bid.

END OF SECTION

C00946C15 page i of i §00100 7-7-15 Instructions to Bidders

SECTION 00100 INSTRUCTIONS TO BIDDERS

PART 1 — GENERAL BIDDING CONSIDERATIONS ................................................................................ 1

1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS ..................................... 1 1.02 ADDENDA & CLARIFICATION OF CONTRACT DOCUMENTS ................................................ 1 1.03 INSPECTION OF WORK SITE ................................................................................................... 2 1.04 WAGES ....................................................................................................................................... 2 1.05 PROGRESS AND COMPLETION ............................................................................................... 2 1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC

NATURAL RESOURCES ............................................................................................................ 2 1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT

OF 1973, AS AMENDED ............................................................................................................. 3 1.08 NON-DISCRIMINATION IN CONTRACTING.............................................................................. 3 1.09 RECYCLED PRODUCTS POLICY .............................................................................................. 3 1.10 “OR EQUAL” REQUESTS ........................................................................................................... 3 1.11 PLANHOLDER LIST AND ELECTRONIC DOCUMENTS .......................................................... 3

PART 2 — PREPARATION AND SUBMITTAL OF BIDS ........................................................................... 4

2.01 GENERAL .................................................................................................................................... 4 2.02 TAXES – RULE 171 .................................................................................................................... 4 2.03 BID GUARANTY .......................................................................................................................... 5 2.04 ACKNOWLEDGMENT OF ADDENDA ........................................................................................ 5 2.05 PARTICIPATION BY EPA AND WSDOE .................................................................................... 5 2.06 BIDDER’S CERTIFICATION REGARDING SUSPENSION, DEBARMENT, INELIGIBILITY OR

VOLUNTARY EXCLUSION ......................................................................................................... 6 2.07 CERTIFICATION OF NON-SEGREGATED FACILITIES ........................................................... 6 2.08 CONTRACTOR’S COMPLIANCE STATEMENT WITH EXECUTIVE ORDER NO. 11246 ........ 6 2.09 LOBBYING DISCLOSURE .......................................................................................................... 6

PART 3 — BID EVALUATION AND REJECTION....................................................................................... 6

3.01 OPENING AND POSTPONEMENT OF OPENING .................................................................... 6 3.02 MODIFICATION AND WITHDRAWAL OF BIDS ......................................................................... 7 3.03 BID EXTENSION ......................................................................................................................... 7 3.04 BID ERRORS, INFORMALITIES AND IMMATERIAL IRREGULARITIES .................................. 7 3.05 BID EVALUATION AND RESULTS ............................................................................................. 7 3.06 QUALIFICATIONS OF BIDDER .................................................................................................. 9 3.07 BID EVALUATION CONFERENCE ............................................................................................. 9 3.08 SINGLE BID RECEIVED ............................................................................................................. 9 3.09 REJECTION OF BIDS ............................................................................................................... 10 3.10 COLLUSION .............................................................................................................................. 10 3.11 PROTEST PROCEDURES ....................................................................................................... 10

PART 4 — AWARD AND EXECUTION OF CONTRACT .......................................................................... 12

4.01 GENERAL .................................................................................................................................. 12 4.02 PERFORMANCE AND PAYMENT BONDS .............................................................................. 12 4.03 INSURANCE .............................................................................................................................. 12 4.04 RETURN OF BID GUARANTIES & ESCROW DOCUMENTATION ........................................ 13 4.05 EQUAL BENEFITS .................................................................................................................... 13

C00946C15 page 1 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

SECTION 00100 INSTRUCTIONS TO BIDDERS

PART 1 — GENERAL BIDDING CONSIDERATIONS 1.01 EXAMINATION OF CONTRACT DOCUMENTS AND REGULATIONS

A. Each Bidder shall thoroughly examine and be familiar with the Contract Documents including the terms and conditions, specifications, drawings, addenda (if any) and other requirements, which are contained in this solicitation package.

B. Each Bidder has an obligation to notify King County (herein after also referred to as “County”), in writing and prior to bid opening, of any ambiguity or inconsistency in or between the Contract Documents. Failure to notify the County prior to bid opening of any such ambiguity or inconsistency the Bidder discovered or should have discovered shall result in the waiver of any and all rights of the Bidder to claim additional time or compensation, if the County executes the Contract (i.e., the County signs the Agreement, §00500), relating to or arising from the ambiguity or inconsistency.

C. The submittal of a bid shall constitute an acknowledgment upon which King County may rely that the Bidder has obtained, thoroughly examined, and is familiar with the Contract Documents and has reviewed and inspected all applicable federal, state and local statutes, ordinances and regulations relating to the work and all permits which have been applied for and/or issued pertaining to the work.

D. The failure or neglect of a Bidder to obtain, receive, or examine any of the Contract Documents, statutes, ordinances, regulations and permits shall in no way relieve the Bidder from any obligations with respect to its bid or to the Contract. No claim for additional compensation or time will be allowed which is based upon a lack of knowledge or misunderstanding of any of the Contract Documents, statutes, ordinances, regulations, permit requirements, or other materials referenced or incorporated herein.

1.02 ADDENDA & CLARIFICATION OF CONTRACT DOCUMENTS A. No oral clarification or interpretations will be made to any Bidder as to the meaning of

the Contract Documents. Requests for clarifications shall be made in writing (via e-mail, fax, or delivery) to the Contract Specialist identified in §00020 at least seven (7) days before the bid opening date. King County may not respond to requests for clarifications that are received outside of this timeframe.

B. Clarifications by King County will be in the form of addenda to the Contract Documents. Upon issuance, such addenda for this solicitation will be posted on the Solicitation Details page, at the website following paragraph E below, and are part of the Contract Documents.

C. Bidders shall not rely upon any oral statements or conversations, whether at the pre-bid conference or otherwise, they may have with King County employees, agents, or representatives regarding the Contract Documents.

D. To receive email notifications of addenda or other important information concerning this solicitation, you must register to be a planholder under the “Solicitations” tab at the website following paragraph E below. Only registered planholders will be notified by email that an addendum has been issued.

E. If there is a need for special arrangements or sign interpreters at any pre-bid conference or bid opening, please call 206-263-9400, TTY Relay: 711, three (3) days in advance.

Website: http://www.kingcounty.gov/procurement/solicitations

C00946C15 page 2 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

1.03 INSPECTION OF WORK SITE A. Bidders shall carefully inspect and compare the work site and Contract Documents to

satisfy themselves, by personal examination, physical testing or by such other means as they may prefer, of the location of the work, the actual physical conditions of the site, surface and subsurface conditions, and conditions ordinarily encountered and generally recognized as inherent in the work. Bidders shall obtain written permission from property owner prior to entering the site and prior to conducting physical testing. If, during the course or as a result of such inspection, examination and testing, a Bidder finds facts or conditions which appear to conflict with the letter or spirit of the Contract Documents, or with any other data or material made available to the Bidder relating to the work, the Bidder shall promptly notify the King County Procurement & Payables Section (P&P) in writing for additional information and clarification before submitting a bid. Failure to so notify the County prior to bid opening of any such facts or conditions shall result in a waiver of any and all rights of the Bidder to claim additional time or compensation, if the Contract is executed, relating to or arising from such facts or conditions.

B. The submittal of a bid shall constitute the Bidder's acknowledgment, based on the Bidder’s own knowledge, examination, inspection and testing as well as review of the Contract Documents, that the Bidder has satisfied itself as to the following: (1) the quality, character and quantity of subsurface conditions materials or obstacles to be encountered insofar as this information is reasonably ascertainable from the inspection of the site and Contract Documents; (2) access to the site; (3) environmental factors and mitigation requirements; (4) all other data, matters and conditions requisite to the fulfillment of the work; (5) conditions ordinarily expected to be encountered or generally recognized as inherent in the work; (6) requirements imposed by easements and permits; and, (7) existing and available services and utilities at and in the vicinity of the site of the work and not on any representation or warranty of King County. No claim for additional compensation will be allowed which is based upon a misunderstanding or lack of knowledge, examination, inspection and/or testing of any of the above items by the Bidder.

1.04 WAGES A. This Contract is subject to the Davis-Bacon Act as well as Chapters 39.12 and 49.28

RCW, amendments thereto and regulations issued thereunder, relating to prevailing wages, benefits and other requirements. Bidders shall examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the Contractor or a failure to include in the Bidder's bid price adequate increases in such wages during the performance of this Contract. For the convenience of Bidders, a copy of the most recent prevailing wage and federal wage schedules are found in §00130. Bidders must comply with most current prevailing wage rates.

1.05 PROGRESS AND COMPLETION A. Time is of the essence for this Contract. Progress and completion of the work shall

comply with all requirements herein, and intermediate and final completion dates as may be set forth in the specifications. The submittal of a bid constitutes the Bidder's acknowledgment that such intermediate and final completion requirements have been taken into account in formulating its bid for this Work.

1.06 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES A. If a Contract is executed by the County, the Contractor shall fully comply with all

such environmental protection laws, ordinances and regulations dealing with prevention of environmental pollution and the preservation of public natural resources that may be applicable to this Project. The cost of such compliance shall be included in the bid prices.

C00946C15 page 3 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

1.07 REQUIREMENT FOR COMPLIANCE WITH SECTION 504 OF THE REHABILITATION ACT OF 1973, AS AMENDED A. A summary of the requirements and instructions is contained in §00120.

1.08 NON-DISCRIMINATION IN CONTRACTING A. It is the policy of King County to provide equal employment opportunities and an

equal opportunity for all businesses to participate in providing goods and services to King County.

B. King County has an affirmative action policy relating to employment (King County Code chapter 12.16), a non-discrimination in contracting policy (King County Code chapter 12.17), and a fair employment policy (King County Code chapter 12.18). A summary of the requirements, instructions, and submittals is contained in §00120. It is each Bidder's obligation to review this information and comply with all requirements when submitting a bid for this Contract.

1.09 RECYCLED PRODUCTS POLICY A. The Contractor shall use recycled paper for the production of all printed and

photocopied documents related to the fulfillment of this Contract. If the cost of recycled is more than fifteen percent higher than the cost of non-recycled paper, the Contractor shall notify the County, who may waive the recycled paper requirement.

B. The Contractor agrees to use both sides of paper sheets for copying and printing, and to use recycled/recyclable products wherever practical.

1.10 “OR EQUAL” REQUESTS A. Except as provided in sub-paragraph C below, when product, material or equipment

is specified by one or more patents, brand names, or catalog numbers proprietary name or name of manufacturer or any combination thereof, it shall be understood that this is for the purpose of defining the performance process, article desired or other salient requirements, and shall be deemed to be followed by the words "or equal," whether or not such words appear. Other products, materials or equipment, of equal or better capacities, quality and function, may be considered by the Project Representative upon the Contractor's request for “or equal” determination.

B. Bidders (no subcontractors, suppliers, or materialmen) may submit written requests for approval of an “or equal” determination during the bidding period. Requests must be submitted to the Contract Specialist, identified in §00020, not later than ten (10) days prior to the date of bid opening. Proposed “or equal” products, materials, or equipment not added to the technical specifications by addenda five (5) days before bids are due shall be considered having been rejected as not equal.

C. Under no circumstances will a substitution or a proposed “or equal” product be considered for an item which is identified as no equal, sole source, no substitutions and/or pre-qualified.

D. Bidders must provide sufficient documentation (information similar to that which is required for a substitution request (CSI form 13.1A)), to enable the County to review the product documentation and determine if the products, materials, or equipment are “equal”. Bidder shall provide any additional documentation requested by the County in a prompt and timely manner.

1.11 PLANHOLDER LIST AND ELECTRONIC DOCUMENTS A. Updated planholder lists may be obtained online. Interested parties must self-

register on the County’s On-Lin Vendor Registration to add themselves to the Holders List.

C00946C15 page 4 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

B. Electronic copies of the ITB package, reference documents, and any addenda for this solicitation are available online at:

http://www.kingcounty.gov/procurement/solicitations

PART 2 — PREPARATION AND SUBMITTAL OF BIDS 2.01 GENERAL

A. Bids shall be made on the forms in §00300. The completed forms constituting the bid shall be enclosed in a sealed envelope addressed to King County Procurement and Payables Section (“P&P”), M.S. CNK-ES-0340, 3rd Floor, Chinook Building, 401 Fifth Avenue, Seattle, WA 98104, and labeled with the Contract Number, Contract Title, and the Bidder's name. The remainder of the Contract Documents do not have to be submitted. Bidders are warned against making erasures or alterations of any kind to the bid. Bids which contain omissions, erasures or irregularities of any kind may be rejected. Any qualification, addition, limitation or provision attached to or contained in a bid may render the bid non-responsive. No oral, facsimile, telegraphic or telephonic bids or modifications will be considered.

B. All bids shall be signed by the Bidder, or the Bidder’s authorized representative. If the bid is made:

1. By an individual, the Bidder's name, signature, and address must be shown;

2. By a partnership or joint venture, it shall contain the names of each partner, the mailing address of the partnership or joint venture and shall be signed in the firm name, followed by the signature of the person signing, indicating that person's position in the partnership or joint venture; or

3. By a corporation, the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person who signs on behalf of the corporation must be shown.

C. King County is not responsible for any cost incurred in response to this Invitation to Bid.

D. Upon request of King County, the Bidder shall provide copies of the articles of incorporation, bylaws, resolutions of board of directors, partnership papers, joint venture agreements, and any other documents evidencing the legal status of the Bidder and the authority of the Bidder’s officer or representative who signed the bid on behalf of the Bidder.

2.02 TAXES – RULE 171 A. King County has determined that the Work to be performed under this Contract is

exempt from the retail sales taxes pursuant to RCW 82.04.050 and WAC 458.20.171 (“Rule 171”). Therefore, retail sales taxes (state and local) will not be paid by King County on the Contract Price. Bidders are advised that they may be considered the consumers of all materials, equipment, and supplies, including prefabricated and precast items, used or consumed by them in performing the Work and would be responsible for paying the retail sales/use tax to their materialmen and suppliers. Bidders shall include an amount equal to such taxes, if applicable, in their bids. If a Bidder has questions regarding the application of Rule 171, the Bidder should contact the Washington State Department of Revenue.

B. Other than state or local retail sales tax on the Contract Price as specified above and except as provided in subparagraph C of this paragraph 2.02, the Bidder shall include in the Bidder’s proposed price(s) all applicable taxes which the Contractor will be required to pay for the Work under this Contract. For example, the County will not add sales tax the Contractor pays on the purchase of tools, machinery, equipment or consumables not integrated into the Work. No adjustment will be made in the amount to be paid by King County under this Contract

C00946C15 page 5 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

because of any misunderstanding by or lack of knowledge of the Bidder/Contractor as to liability for, or the amount of, any taxes for which the Bidder/Contractor is liable or responsible by or under this Contract or because of any increases in tax rates imposed by any federal, state or local governments.

C. Should the Washington State Department of Revenue determine portions or all of the Work do not qualify for the exemption, the Contract will be amended to add any retail sales tax and deduct or otherwise adjust for retail sales/use taxes calculated by the successful Bidder as part of its bid price to be paid to materialmen/suppliers in performance of the Contract.

D. No increase will be made in the amount to be paid by King County under this Contract because of any misunderstanding by or lack of knowledge of the Contractor as to liability for, or the amount of any taxes for which the Contractor is liable or responsible by law or under this Contract or because of any increases in tax rates imposed by any federal, state or local government.

2.03 BID GUARANTY A. The bid shall be accompanied by a bid deposit in the amount equal to at least 5% of

the Total Bid Price. The bid deposit shall be in one of the following formats and made payable to KING COUNTY: (1) a bid guaranty bond, using either the form provided in §00310 or a form acceptable to King County which contains provisions substantially similar to those in §00310, duly completed by a guaranty company authorized to carry on business in the state of Washington; or (2) a postal money order, a certified check, or cashier's check drawn upon a banking institution with a branch office in the state of Washington. The surety signing the bid guaranty bond shall be registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington published by the Office of the Insurance Commissioner. Failure to submit the required bid guaranty shall render the bid non-responsive and the bid shall be rejected.

B. The amount payable to King County under the bid guaranty bond, or the certified or cashier's check or postal money order and the amount thereof, as the case may be, shall be forfeited to King County in case of a failure or neglect of the Bidder to furnish, execute and deliver to King County all the forms listed in §00410 within the number of days specified therein, following the issuance of the Notice of Selection. Forfeiture of the bid guarantee shall not limit the County’s right to recover damages from the Bidder caused by the Bidder’s failure to execute the Contract.

C. King County will return bid guarantees of all bidders in accordance with §00100¶4.04.

2.04 ACKNOWLEDGMENT OF ADDENDA A. Each Bidder shall include on the Form of Bid in §00300 specific acknowledgment of

receipt of all addenda issued during the bidding period.

2.05 PARTICIPATION BY EPA AND WSDOE A. King County anticipates being eligible to receive State Revolving Funds (“SRF”)

which may contain U. S. Environmental Protection Agency (“EPA”) money administrated by Washington State Department of Ecology (“WSDOE”).

B. Neither the United States nor any of its departments, the State of Washington nor any of its departments or employees are, or shall be, a party to this Invitation to Bid or any resulting contract. This procurement is subject to federal regulations contained in 40 Code of Federal Regulations (CFR) Part 31 as published in the Federal Register.

C00946C15 page 6 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

2.06 BIDDER’S CERTIFICATION REGARDING SUSPENSION, DEBARMENT, INELIGIBILITY OR VOLUNTARY EXCLUSION A. Pursuant to Executive Order 12549 and federal regulations contained in

40 CFR 32, entities and individuals who are debarred or suspended by the federal government are excluded from obtaining federal assistance funds under this Contract. To assure that such entities and individuals are not involved as participants on this EPA financed project, each Bidder shall complete and submit the Certification, located in the Form of Bid, §00300. A Bidder that is unable to provide a positive Certification as set forth in §00300, Form of Bid, must submit a complete explanation, attached to the Certification form, explaining why it cannot provide the certification. Failure to submit a certification or explanation will be cause for bid rejection. King County, in conjunction with EPA, will consider the certification or explanation in determining bid responsiveness.

B. The Certification is a material representation of fact upon which reliance is placed in determination of award of contract. If at any time the Bidder learns that its Certification was erroneous when submitted or has become erroneous by reason of changed circumstances, it shall immediately provide written notice to King County. If it is later determined that the Bidder knowingly rendered an erroneous Certification, King County may terminate the Contract for cause of default, in addition to other remedies available including EPA suspension and/or debarment.

C. By submitting a bid for this Contract, the Bidder agrees that, should it be awarded the Contract, it shall not knowingly enter into any subcontract in excess of $100,000 with an entity or person who is debarred, suspended, or has been declared ineligible from obtaining federal assistance funds. Pursuant to the §00300, Form of Bid, the Bidder, if awarded the Contract, agrees to keep proof in its agreement file, that it, and all lower tier recipients or contractors, are not suspended or debarred, and will make this proof available to the County upon request. Contractor must run a search in www.sam.gov and print a copy of completed searches to document proof of compliance.

2.07 CERTIFICATION OF NON-SEGREGATED FACILITIES A. The Bidder shall complete and submit the Certification of Non-Segregated Facilities,

located in the Form of Bid, §00300.

2.08 CONTRACTOR’S COMPLIANCE STATEMENT WITH EXECUTIVE ORDER NO. 11246 A. The Bidder shall complete and submit the Contractor’s Compliance Statement,

located in the Form of Bid, §00300.

2.09 LOBBYING DISCLOSURE A. Pursuant to 40 CFR Part 34 (which is by this reference incorporated herein), the

bidder to whom King County awards this Contract shall execute and return the Disclosure of Lobbying Activities form, within the number of days specified in §00410, following the issuance of the Notice of Selection.

PART 3 — BID EVALUATION AND REJECTION 3.01 OPENING AND POSTPONEMENT OF OPENING

A. At the time and place set forth in the Invitation to Bid for the opening and reading of bids, each and every bid (except those which may have been properly withdrawn) received prior to the scheduled closing time for receipt of bids will be publicly opened and read aloud by the King County P&P staff, irrespective of any irregularities or informalities in such bid. The time and place set forth in the Invitation to Bid for opening and reading the bids may only be changed by addendum.

C00946C15 page 7 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

B. King County reserves the right to postpone the date and time for opening of bids at any time prior to the opening of bids.

C. The time stamp clock located in the P&P’s reception area is the County’s official bid clock for this solicitation. Timeliness of bid submittals will be determined using only this clock.

3.02 MODIFICATION AND WITHDRAWAL OF BIDS A. Modifications or withdrawal of bids already received will be considered only if the

requested modification or withdrawal is made prior to the scheduled closing time for the receipt of the bids. All modifications or withdrawals must be made in writing, over the signature of the Bidder.

3.03 BID EXTENSION A. King County reserves the right to request Bidders to grant an extension of the

effective period of the bid. Such grant shall not be unreasonably withheld. If a Bidder pursues a protest and/or request for reconsideration, its bid is deemed extended until the County executes a contract, or until the protest or request for reconsideration is withdrawn by the Bidder.

3.04 BID ERRORS, INFORMALITIES AND IMMATERIAL IRREGULARITIES A. Prices set forth in the bid will be reviewed by King County for mathematical accuracy.

B. King County, in its sole discretion, reserves the right to waive minor bid errors, informalities, and immaterial irregularities when it is in the County’s best interest and does not result in displacement of a low bidder.

C. The County reserves the right to correct arithmetical errors and discrepancies between unit prices and extended amount and/or written words or numbers under the following circumstances:

1. The Bidder verifies the error and/or discrepancy;

2. Existence of the arithmetical error and/or discrepancy is ascertainable from the face of the bid;

3. The intended bid is ascertainable from the face of the bid; and

4. Correction of the arithmetical error and/or discrepancy does not result in displacement of a low Bidder.

D. Where the bid is readily susceptible of being interpreted as offering either one of two prices shown on the face of the bid, one of which is low and the other is not, the bid must be rejected. If the evidence of the arithmetical error or discrepancy is clear and convincing the Bidder may be permitted to withdraw its bid.

E. In the event a Bidder believes it made an error on its bid, the Bidder shall provide written notice of such claim. The Bidder shall provide to King County supporting evidence for such claim including cost breakdown sheets. King County reserves the right to require the submittal of other bid records or information as King County may deem necessary to evaluate the Bidder’s claim of error, or any error as may be identified by King County during its review of the bid.

F. Any review by King County of a bid and/or any review of such a claim of bid error (including supporting evidence) creates no duty or liability on King County to discover any other bid error or mistake, and the sole liability for any bid error or mistake rests with the Bidder or Contractor.

3.05 BID EVALUATION AND RESULTS A. Bids will be evaluated by King County to determine which bid is the lowest,

responsive bid submitted by a responsible Bidder.

C00946C15 page 8 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

B. Within the period after the opening of bids stated in the Form of Bid, King County will either issue a Notice of Selection, reject all bids, or take such other action as may be in its best interest. A written Notice of Selection delivered to the Bidder in person, by US mail or email, will evidence the selection of the lowest responsive and responsible bid.

C. Bid results will be posted on the P&P website, generally within 24 hours of bid submission, at http://www.kingcounty.gov/procurement/solicitations.

D. Reciprocal Preference for Resident Contractors

1. In accordance with RCW 39.04.380, King County is enforcing a Reciprocal Preference for Resident Contractors. Any public works bid received from a Nonresident Contractor from a state that provides a percentage bidding preference, a comparable percentage disadvantage must be applied to the bid of that Nonresident Contractor. States that currently provide bidding percentage preferences to resident contractors are: Alaska, Nevada, New Mexico and Wyoming.

2. A “Nonresident Contractor” is a contractor that:

(a) is from a state that provides a percentage bid preference to its resident contractors bidding on public works contracts; and

(b) at the time of bidding on a public works project, does not have a physical office located in Washington.

3. The state of residence for a Nonresident Contractor is the state in which the contractor was incorporated or, if not a corporation, the state where the contractor’s business entity was formed.

4. All Nonresident Contractors will be evaluated by the County for an out of state percentage bidding preference. If the state of the Nonresident Contractor provides a contractor percentage bidding preference, a Comparable Percentage Disadvantage (“CPD”) will be applied, by the County, to the Nonresident Contractor’s Total Bid Price during bid evaluation. The CPD is the percentage bidding preference advantage, provided by the Nonresident Contractor’s home state.

5. For the purpose of determining the low bidder, the County shall multiply the Nonresident Contractor’s Total Bid Price by the CPD. The CPD shall be added to the Nonresident Contractor’s Total Bid Price which equates to the Nonresident Contractor’s Disadvantage Total Bid. This Nonresident Contractor’s Disadvantage Total Bid shall be compared to the other bidder(s) Total Bid Price(s) for the solicitation and the bidder with the lowest total bid shall be the low bidder for this solicitation. See example below.

EXAMPLE: Alaska Nonresident Contractor’s Total Bid Price $100,000 Multiplied by the Alaska CPD x 0.05 Alaska CPD Total $ 5,000 Alaska Nonresident Contractor’s Total Bid Price +$100,000 Alaska CPD Total $ 5,000 Nonresident Contractor’s Disadvantage Total Bid $105,000* * NOTE: If the Nonresident Contractor’s Disadvantage Total Bid is lower than the

other bidder(s) Total Bid Price(s), the Alaska Nonresident Contractor will be

C00946C15 page 9 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

the low bidder, and if found responsible, will be awarded a contract for the Total Bid Price of $100,000. If the Nonresident Contractor’s Disadvantage Total Bid is higher than the other bidder(s) Total Bid Price(s), the bidder with the lowest Total Bid Price, if found responsible, will be awarded a contract for their Total Bid Price.

3.06 QUALIFICATIONS OF BIDDER A. In accordance with RCW 39.04.350 the low responsive bidder shall demonstrate, to

the satisfaction of King County, that the Bidder and/or its project team are responsible and qualified, at the time of bid submittal, to perform the Work under this Contract. §00440 of the Contract Documents contains the mandatory and supplemental criteria, if any, for Bidder responsibility. The Bidder shall promptly prepare, complete, and submit the required information to King County within the time specified. In the event a Bidder fails to provide qualification information as required in §00440, or other information requested by King County, the Bidder may be rejected as not responsible.

B. Following determination of the low responsive Bidder, the County may request the following:

1. W-9 Request for Taxpayer Identification Number (King County Substitute W-9).

(a) Form located at: http://www.kingcounty.gov/operations/procurement/Forms/Construction.aspx

2. Billing Information - current remittance information (location where King County is to send payments):

a) Remit-to Address: b) Contact Name: c) Contact Phone #: d) Contact Fax #: e) Contact Email:

3. Electronic Funds Transfer Authorization Agreement, if the prospective Contractor

selects to be paid electronically. Submit this form by fax or mail for security because it will contain the prospective Contractor’s bank account number, not email. (a) Form located at:

http://www.kingcounty.gov/operations/procurement/Forms/Construction.aspx

3.07 BID EVALUATION CONFERENCE A. Prior to Notice of Selection, if requested by King County, the low responsive Bidder

shall attend bid evaluation conference(s). King County will hold a bid evaluation conference only if King County deems it is necessary. The Bidder shall bring to the conference any documents or information required by King County as necessary for review.

B. By conducting a bid evaluation conference, King County does not waive its right to make determinations regarding responsiveness and responsibility of the Bidder.

3.08 SINGLE BID RECEIVED A. If King County receives a single responsive, responsible bid, King County shall have

the right, in its sole discretion, to extend the bid acceptance period for an additional 45 days and to conduct a price or cost analysis on such bid. The Bidder shall promptly provide all cost or pricing data, documentation, and explanation requested by King County to assist in cost and price analysis. By conducting such analysis, King County shall not be obligated to accept the single bid; King County reserves the right to reject such bid or any portion thereof.

C00946C15 page 10 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

B. By way of explanation but not as limitation, the terms "price analysis" and "cost analysis" are generally described as follows: (1) "price analysis" means the process of examining and evaluating a bid price without evaluating its separate cost elements and proposed profit; and (2) "cost analysis" means the review and evaluation of the separate cost elements and proposed profit of (a) the Bidder's cost or pricing data, and (b) the judgmental factors applied in projecting from the data to the estimated costs, in order to form an opinion on the degree to which the proposed costs represent what the contract should cost, assuming reasonable economy and efficiency.

3.09 REJECTION OF BIDS A. Bidders are advised that the King County reserves the right to reject any and all bids

at any time. King County also reserves the right to not execute the Contract even after the Notice of Selection has been issued.

B. King County may reject any bid, any portion of any bid or all bids for any reason including, but not limited to: any bid which contains any omission, erasure or irregularity; any bid which has any qualification, addition, limitation, or provision attached to or contained in the bid; any bid lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Form of Bid; any bid in which prices are unbalanced in the opinion of King County; any bid accompanied by insufficient or irregular bid guaranty; any bid found non-responsive by King County; any Bidder found by King County to be not responsible; any bid for which a Bidder fails or neglects to complete and submit any qualifications information within the time specified by King County and as may be otherwise required herein; and, any bid submitted by a Bidder who is not registered or licensed as may be required by the laws of the State of Washington. In consideration for King County's review and evaluation of its bid, the Bidder waives and releases any claims against King County arising from rejection of any or all bids.

C. In submitting a bid, a Bidder acknowledges and agrees that it is not entitled to any compensation, costs, or damages relating to bid preparation or resulting from the County’s decision to cancel the procurement or refusal to execute a contract.

3.10 COLLUSION If King County determines that collusion has occurred among the Bidders, none of the

bids of the participants in such collusion will be considered. King County's determination of collusion shall be conclusive.

3.11 PROTEST PROCEDURES A. Form of Protest: In order to be considered, a Protest shall be in writing, addressed to

the Chief Procurement Officer of the King County Procurement & Payables Section of the Department of Executive Services (“CPO”). A copy of the Protest shall be provided to the Contract Specialist identified in §00020. The protest shall include the following:

1. The name, address, and phone number of the Bidder protesting, or the authorized representative of the Bidder;

2. The Solicitation Number and Title under which the Protest is submitted;

3. A detailed description of the specific grounds for Protest and any supporting documentation. It is the responsibility of the Protesting Bidder to supplement its Protest with any subsequently discovered documents prior to the CPO’s decision; and

4. The specific ruling or relief requested.

B. Who May Protest.

C00946C15 page 11 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

1. Protests pertaining to the bid documents prior to bid opening: Any prospective Bidder.

2. Protests following bid opening: Any Bidder who submitted a Bid to the County.

C. Time to Protest.

1. Protests Prior to bid opening: Protests pertaining to the bid documents must be received by the County no later than ten (10) calendar days prior to the date established for submittal of Bids; provided however, if the tenth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day.

2. Protests Following bid opening: The County must receive protests based on all other circumstances within five (5) calendar days after the protesting Bidder knows or should have known of the facts and circumstances upon which the Protest is based; provided however, if the fifth calendar day is a weekend or County holiday, the Protest must be received by noon the following business day.

3. In no event shall a Protest be considered if all bids are rejected or after Contract Execution.

D. Determination of Protest. Upon receipt of a timely written Protest, the CPO shall investigate the Protest and shall respond in writing to the Protest prior to Contract Execution. Except as provided below, the decision of the CPO shall be final.

E. Reconsideration of CPO's Decision. The Protester may request that a CPO 's decision be reviewed by the Finance and Business Operations Division Director of the King County Department of Executive Services (“Finance Director”) on a reconsideration basis only. The only justifications for reconsideration are (1) new data, relevant to the underlying grounds for the Protest and unavailable at the time of the Protest to the CPO; or (2) the CPO made an error of law or regulation. The following procedures shall be followed for a reconsideration of the CPO 's decision:

1. Form of Request for Reconsideration. In order to be considered, a Request for Reconsideration must be filed with the Finance Director in writing, with copies provided to the CPO and Contract Specialist, and include:

(a) Name, address, and telephone number of the person protesting or their authorized representative;

(b) A copy of the original Protest, including supporting documents;

(c) A copy of the written decision of the CPO; and

(d) Include all pertinent facts and law on which the Protester is relying.

2. Time for filing Request for Reconsideration. The Protester seeking Reconsideration must file its Request no later than two (2) business days after receiving the CPO's written decision.

3. Review of CPO's Decision. Upon receipt of a Request for Reconsideration, the Finance Director or his/her designee shall review all information submitted with the Request and issue a final written determination.

4. Contract Execution. If a timely Request for Reconsideration is filed, the County will not execute a contract any sooner than two (2) business days after issuance of the final determination regarding the Request for Reconsideration.

C00946C15 page 12 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

F. Failure To Comply. Failure to comply with the procedures set forth herein may render a Protest or Request for Reconsideration untimely or inadequate and may result in the denial of the Protest or Request for Reconsideration by the County.

G. Exhaustion of Administrative Remedies. As a mandatory condition precedent to initiating a lawsuit against the County, a Protester shall comply with the Protest and Reconsideration Procedures defined herein.

H. Venue. By submitting a bid in response to the Invitation to Bid and for the convenience of the parties, the Bidder/Protester acknowledges and agrees that a lawsuit or action related to or arising out of this procurement shall be brought in accordance with State law.

PART 4 — AWARD AND EXECUTION OF CONTRACT 4.01 GENERAL

A. Within the number of days stated on the Form of Bid after the bid opening date, King County will accept a bid, reject all bids, or take such other action as may be in its best interest. King County reserves the right to request extensions of the bid acceptance period.

B. Within five (5) days the Bidder shall execute and deliver to King County all the forms listed in §00410 following the issuance of the Notice of Selection. After Contract Execution, one copy of the fully executed Contract Documents will be provided to the Contractor.

C. King County will presume that any person signing or modifying the bid prior to its submittal, or signing the contract on behalf of the Bidder is authorized to bind the Bidder.

4.02 PERFORMANCE AND PAYMENT BONDS A. The Bidder to whom King County issues the Notice of Selection for this Contract

shall furnish Performance and Payment Bonds, in accordance with §00410, only on the form provided in §00420 herein, each in the amount of 100% of the Contract Price, including any and all adjustments to the Contract Price, as security for the faithful performance and completion of the work. Such bond must be executed, dated and sealed by a duly licensed surety(ies) which is registered with the Washington State Insurance Commissioner, and the surety's(ies') name shall appear in the current Authorized Insurance Company List in the state of Washington published by the Office of the Insurance Commissioner. The surety should be bound by an attorney-in-fact, preferably a resident of this County, but certainly of the State of Washington. The scope of the Performance and Payment Bond or the form herein prescribed shall in no way affect or alter the liabilities of the Contractor to King County under the terms of the Contract Documents. King County may require the surety(ies) to appear and qualify themselves upon the bond. If at any time King County determines, in its sole judgment, that the surety(ies) are insufficient, King County may require the Contractor to furnish additional surety in form and arrangement satisfactory to King County and in an amount not exceeding that originally required. Payments will not be made on the Contract until sufficient surety as required is furnished.

B. The person signing the Performance and Payment Bond, as Principal, shall also sign the Contract. See §00100¶2.01B for the signature requirements.

4.03 INSURANCE King County has established certain insurance requirements set forth in §00430. The

Bidder to whom King County issues the Notice of Selection shall file with King County evidences of and certificates of insurance from insurer(s), as well as additional insured endorsements, certifying to the coverage of all insurance required herein. Any Bidder having questions about the insurance requirements should immediately contact the Contract Specialist identified in §00020. The County will not execute the Contract without approved Insurance documents. Failure to provide Insurance Documents will result in the rejection of the Bidder.

C00946C15 page 13 of 13 §00100 Rev (11/5/2015) Instructions to Bidders

4.04 RETURN OF BID GUARANTIES & ESCROW DOCUMENTATION A. All bid guaranties will be held until the Contract has been fully executed. Thereafter,

bid guarantees will be returned to the respective Bidders. If King County upholds a Bidder's claim of error, the Bidder's bid guaranty will be returned with King County's final determination on the claim of error. King County will also return Bid Guaranties if all bids are rejected.

B. Escrow Bid Documents, if required, will be returned to unsuccessful bidders along with bid guaranties. The successful bidder will have Escrow Bid Documents returned in accordance with the technical specification.

4.05 EQUAL BENEFITS A. In accordance with King County Ordinance 14823, as a condition of award of a

contract valued at $25,000 or more, the Contractor agrees that it shall not discriminate in the provision of employee benefits between employees with spouses and employees with domestic partners during the performance of this Contract. Absent authorization for delayed or alternative compliance as referenced below, failure to comply with this provision shall be considered a material breach of this Contract, and may subject the Contractor to administrative sanctions and remedies for breach.

B. When the contract is valued at $25,000 or more, by signing the Contract the Contractor is indicating compliance with this requirement or with the terms of an authorization for delayed or alternate compliance.

C. Delayed Compliance: If a Contractor is seeking authorization from King County Procurement and Payables Section to delay implementation of equal benefits due to a Collective Bargaining Agreement*, Open Enrollment* or internal Administrative* steps, an Equal Benefits Substantial Compliance Authorization Form must be submitted Prior to Contract Execution. The Substantial Compliance Authorization Form can be found at:

http://www.kingcounty.gov/operations/procurement/forms/equal_benefits.aspx

D. Alternative Compliance: If a Contractor is seeking authorization from King County Procurement and Payables Section for alternative compliance with the requirements of the equal benefits ordinance, the Contractor must complete and return an Equal Benefits Substantial Compliance Authorization Form to King County. The Substantial Compliance Authorization Form can be found at:

http://www.kingcounty.gov/operations/procurement/forms/equal_benefits.aspx

END OF SECTION

C00946C15 page i of i §00120

SECTION 00120 NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, SMALL CONTRACTORS AND SUPPLIERS (SCS) UTILIZATION, EPA FAIR SHARE GOALS, GOOD FAITH EFFORT

REQUIREMENTS AND APPRENTICESHIP REQUIREMENTS

TABLE OF CONTENTS

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

1.02 SMALL CONTRACTORS AND SUPPLIERS UTILIZATION ........................................................... 3 1.03 MINORITY AND WOMEN BUSINESS ENTERPRISES UTILIZATION REQUIREMENTS ............ 3

1.04 CONTRACTOR FAIR SHARE GOALS, GOOD FAITH EFFORT DOCUMENTATION, AND OTHER SUBMITTALS ..................................................................................................................... 4

1.05 SUBSTITUTION OF SUBCONTRACTORS AND/OR SUPPLIERS BEFORE AWARD.................. 7

1.06 REQUIREMENTS DURING CONTRACT PERFORMANCE ........................................................... 7 1.07 APPRENTICESHIP PROGRAM REQUIREMENTS ........................................................................ 9

1.08 ENVIRONMENTAL PROTECTION AGENCY REQUIREMENTS FOR FEDERALLY ASSISTED CONSTRUCTION CONTRACTS ................................................................................................... 14

C00946C15 page 1 of 20 §00120

1.01 NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY (EEO) A. The Contractor shall comply with all federal and state nondiscrimination laws,

including, but not limited to Title VI and VII of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, Title IX of the Education Amendments of 1972, the Age Discrimination Act of 1975, and Chapter 49.60 RCW, Washington’s Law Against Discrimination, and 42 U.S.C. 12101 et seq, the Americans with Disabilities Act (ADA).

B. State Revolving Funds (“SRF”) King County may be eligible to obtain State Revolving Funds (“SRF”) for this Project. These funds may contain United State Environmental Protection Agency (“EPA”) money administrated by Washington State Department of Ecology (“WSDOE”).

C. This Contract and any resulting contract or subcontract is subject to applicable EPA procurement regulations contained in 40 CFR Part 31 and Part 33. Neither the United States nor any of its departments, agencies, or employees is, or will be, a party to this Contract or any lower tier contract. The contractor shall carry out applicable requirements of 40 CFR Part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this Contract or other legally available remedies.

D. Nondiscrimination in Employment and Provision of Services. During performance of this Contract, the Contractor and all parties subcontracting under the authority of this Contract agrees that it will not discriminate against any employee or applicant for employment because of the employee or applicant's sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age except by minimum age and retirement provisions, unless based upon a bona fide occupational qualification.

E. Equal Employment Opportunity Efforts. The Contractor and all parties subcontracting under the authority of this Contract agree to undertake equal employment opportunity efforts to ensure that applicants and employees are treated, without regard to their sex, race, color, marital status, national origin, religious affiliation, disability, sexual orientation, gender identity or expression or age. The Contractor’s equal employment opportunity efforts shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. The Contractor agrees to post in conspicuous places available to employees and applicants for employment notices setting forth this nondiscrimination clause. In accordance with KCC 12.16.010.J, “equal employment opportunity efforts” shall mean active efforts to ensure equal opportunity in employment that is free from all forms of discrimination.

F. Labor Unions and Employment Referral Agencies Commitment. The Contractor shall take reasonable efforts to ensure that all labor unions or employment referral agencies furnishing workers under this Contract comply with King County Chapter 12.16. The Contractor shall notify the County promptly if a labor union or employment referral agency fails to comply with the nondiscrimination or equal employment opportunity efforts as defined by KCC 12.16. At the County’s request, the Contractor shall provide documentation that evidences compliance with King County Chapter 12.16.

G. Equal Benefits to Employees with Domestic Partners. See Section 00100

H. Nondiscrimination in Subcontracting Practices. During the term of this Contract, the Contractor shall not create barriers to open and fair opportunities to participate in County contracts or to obtain or compete for contracts and subcontracts as sources of supplies, equipment, construction and services. In considering offers from and doing business with subcontractors and suppliers, the Contractor shall not discriminate against any person because of their sex, race, color, marital status, national origin, religious affiliation, disability, sexual

C00946C15 page 2 of 20 §00120

orientation, gender identity or expression or age except by minimum age and retirement provisions, unless based upon a bona fide occupational qualification.

I. Compliance with Laws and Regulations. The Contractor and all parties subcontracting under the authority of this Contract shall comply fully with all applicable federal, state and local laws, ordinances, executive orders and regulations that prohibit discrimination. These laws include, but are not limited to, RCW Chapter 49.60, Titles VI and VII of the Civil Rights Act of 1964, the American with Disabilities Act, and the Restoration Act of 1987. In addition, King County Code chapters 12.16, 12.17 and 12.18 are incorporated herein by reference and the requirements in these code sections shall specifically apply to this contract. The Contractor and its subcontractors shall further comply fully with any equal opportunity requirements set forth in any federal regulations, statutes or rules included or referenced in the contract documents.

J. Compliance with Section 504 of the Rehabilitation Act of 1973, as amended (Section 504) and the American with Disabilities Act of 1990 as amended (ADA). Pursuant to Title II of the ADA, and Section 504, King County must not discriminate against people with disabilities in providing services, programs or activities even if those services, programs or activities are carried out by contractors. The Contractor agrees that it shall provide all programs, services, and activities to County employees or members of the public under this Contract in the same manner as King County is obligated to under Title II of the ADA, and Section 504 and shall not deny participation or the benefits of such services, programs, or activities to people with disabilities on the basis of such disability.

1. The Contractor agrees to provide to persons with disabilities access to programs, activities and services provided under the Contract or agreement, as required by the disability access laws as defined by KCC 12.16; and

2. The Contractor shall not discriminate against persons with disabilities in providing the work under the Contract. In any subcontracts for the programs, activities and services under their Contract or agreement with the County, the Contractor shall include the requirement that the subcontractor provide to persons with disabilities access to programs, activities and services provided under the Contract or agreement, as required by the disability access laws as defined by KCC 12.16, that the subcontractor shall not discriminate against persons with disabilities in providing the work under the Contract and that the subcontractor shall provide that the County is a third party beneficiary to that required provision.

K. Sanctions for Violations. Any violation of the requirements of the provisions of this Section 00120 shall be a material breach of contract, which may result in termination of this Contract or such other remedy as the County deems appropriate, including but not limited to damages or withholding payment, cancellation or suspension, in whole or in part, of the Contract by the County, or invoking the enforcement provisions of King County Code 12.16 that provide for penalties, liquidated damages or other remedies, and may result in ineligibility for County contracts.

L. Record-keeping Requirements and Site Visits. The County may visit, after reasonable notice, the Project Site, and Contractor and subcontractor offices to review records related to the solicitation, utilization, and payment to subcontractors and suppliers. This provision includes compliance with any other requirements of this Section. The Contractor shall provide all reasonable assistance requested by King County during such visits. The Contractor shall maintain, for at least 6 years after Final Acceptance of all work under this Contract, and permit access by the County to the following:

1. Records, including but not limited to written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate on this

C00946C15 page 3 of 20 §00120

Contract, and any other information necessary to document the actual use of and payment to subcontractors and suppliers on this Contract, including but not limited to data and records related to the Contract for the purpose of monitoring, audit and investigation to determine compliance with any equal opportunity requirements set forth in any federal regulations, statutes or rules included or referenced in the Contract documents; and

2. The Contractor shall make the foregoing records available to King County for inspection and copying upon request. If this Contract involves federal funds, the Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations or statutes included or referenced in the Contract documents.

Assistance with the Requirements of this Section. Obtain copies of KCC 12.16, 12.17, 12.18 and 12.19 at the following link: http://your.kingcounty.gov/mkcc/clerk/code/15_Title_12.pdf Address questions related to this Section 00120 by contacting King County Business Development and Contract Compliance (BDCC) Section at the address below. Please include the contract number in all correspondence.

Business Development and Contract Compliance Section King County 401 Fifth Avenue, 3rd Floor Seattle, WA 98104

1.02 SMALL CONTRACTORS AND SUPPLIERS UTILIZATION A. Policy. It is King County policy that Small Contractors and Suppliers (SCS) have

enhanced opportunities to participate in the performance of public works contracts issued by King County, and that Contractors and Subcontractors use Certified SCS Firms to provide materials, supplies, and services on County public works projects.

1.03 MINORITY AND WOMEN BUSINESS ENTERPRISES UTILIZATION REQUIREMENTS A. Consistent with the current United States Environmental Protection Agency’s

Procurement Under Assistance Agreements Regulation, Participation by Disadvantaged Business Enterprises (DBE) in the United States(40 CFR Part 33), all Bidders shall be required to comply fully with EPA these bid specifications toward the goal of equitable utilization of Minority Business Enterprises (“MBE”) and Women Business Enterprises (“WBE”).

Such utilization may be through the Contractor, subcontractor(s), joint-venture, procurement of supplies, material, or equipment, or other business participation utilized in performing this project. In this regard, all Bidders shall take all necessary and reasonable steps to ensure MBE(s) and WBE(s) have the maximum opportunity to compete for and/or perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of this Contract.

B. Acceptance of Certification. For the purposes of this section, King County will only accept any Minority Business Enterprise or Woman Business Enterprise that is certified by the State of Washington Office of Minority and Women’s Business Enterprise (“OMWBE”) as defined below.

C. Definitions. The following definitions shall apply throughout this Section.

1. Minority Business Enterprise (MBE) is a business concern that is:

a. At least 51% owned and/or controlled by a socially and economically disadvantaged individual as described by Title X of the Clean Air Act

C00946C15 page 4 of 20 §00120

Amendments of 1990 (42 U.S.C. 7601 note), and Public Law 102-389 (42 U.S.C. 4370d), respectively;

b. Who is a citizen of the United States, and

c. Certified as a Minority Business Enterprise (MBE) by the Washington State Office of Minority and Women’s Business Enterprise (“OMWBE”).

2. Women’s Business Enterprise (WBE) is a business concern that is:

a. At least 51% owned and controlled by a woman or women;

b. Who is a citizen of the United States, and

c. Certified as a Women Owned Business Enterprise (WBE) by the OMWBE.

3. Supplier. For purposes of this Section 00120, a supplier is a business that acts as a distributor of materials or equipment and provides a commercially useful function when such activity is traditional in the industry manufacturing the material or equipment supplied. In order to perform a commercially useful function, the firm will normally perform the following functions:

a. Provide technical assistance to the purchaser prior to the purchase, during installation and after the supplies or equipment are placed in service;

b. Manufacture or being first tier below manufacturer of the supplies or equipment supplied;

c. Provide functions other than just accepting and referring request for supplies or equipment to another party for direct shipment to a contractor.

1.04 CONTRACTOR FAIR SHARE GOALS, GOOD FAITH EFFORT DOCUMENTATION, AND OTHER SUBMITTALS

A. Fair Share Goals. To ensure that Minority Business Enterprises (MBE) and Women's Business Enterprises (WBE) receive a "fair share" of procurement opportunities funded by the Environmental Protection Agency (EPA), the EPA and the State of Washington have established the following Fair Share goals for MBE participation and for WBE participation on construction / public work. The Bidder shall ensure to the fullest extent possible that the following goals are met:

10% of the Contract Price to MBEs and 6% of the Contract Price to WBEs

B. Good Faith Efforts (“GFE”)

a. In order to meet the Fair Share Goals and ensure, when possible, the participation of MBE and WBE firms, collectively referred to as DBEs. The Bidder shall retain records documenting compliance with the following “Good Faith Efforts” as required in 40 CFR 33 Part C in awarding subcontracts for supplies, construction or services and equipment.

1. Ensure DBE firms are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities, including placing DBEE firms on solicitation lists and soliciting them whenever they are potential sources. Qualified WBE and MBE firms may be found on the Internet at www.omwbe.wa.gov or by contacting the Washington State Office of Minority and Women’s Enterprises at 1-866- 208-1064.

2. Make information on forthcoming opportunities available to DBE firms and arrange time frames for contracts and establish delivery schedules, where the requirements

C00946C15 page 5 of 20 §00120

permit, in a way that encourages and facilitates participation by DBE firms in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of thirty (30) calendar days before the bid or proposal closing date.

3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.

4. Encourage contracting with a consortium of DBE firms when a contract is too large for one of the firms to handle individually.

5. Use the services and assistance of the U.S. Office of Small Business Administration (SBA), the Washington State Office of Minority and Women Business Enterprises (OMWBE) and the Minority Business Development Agency of the Department of Commerce.

6. If a prime Bidder awards subcontracts, require the subcontractors to take the above GFE steps.

C. Contractor’s Compliance with Fair Share Goals and GFE Requirements and Required Forms and Submittals

a. Completion and submittal of all forms in Section 00300, Form of Bid, in accordance with the instructions on the forms, shall be reviewed as a matter of responsiveness.

b. A Bidder’s commitment to subcontract at least the specified Fair Share goals shall be documented on the Women, and Minority Business Enterprises Utilization Form in Section 00300, Form of Bid.

c. If a Bidder does not demonstrate a commitment to subcontract at least the specified Fair Share goals at the time of the Bid Opening, the Bidder shall provide a written description of the Good Faith Efforts made to comply with the Fair Share goals as identified herein and 40 CFR 33 Subpart C and submit the Good Faith Effort documentation either with the bid at the time set forth for opening of bids or no later than one (1) hour after the time and date set forth for opening of bids. The contractor / bidder shall retain records documenting compliance with the GFE requirements.

1. The County shall evaluate the quantity, quality and intensity of the Bidder’s Good Faith Efforts to meet the Fair Share Goals to subcontract with MBE and WBE firms to determine the Bidder’s responsiveness.

2. In the event the County finds the Bidder’s documentation does not demonstrate Good Faith Efforts or if the documentation is incomplete or lacking, the County may reject the Bidder as not responsive.

d. Determination concerning the sufficiency of good faith efforts is ultimately an informed judgment call, not a strict mechanical formula. When making its judgment, the County will consider two broad categories of actions by the Bidder: (1) the process of soliciting qualified M/WBE firms; and (2) the process of creating meaningful contract opportunities for M/WBE firms. Within these two categories, the County will be looking for documentation to demonstrate that the Bidder has made good faith efforts.

C00946C15 page 6 of 20 §00120

e. The County has developed a GFE Workbook and a GFE Guidance Document as optional tools to assist Bidders with documenting GFE. Use of these tools is not required and is voluntary. These tools are made available online on this Projects procurement web site and are attached for informational purposes only as an appendix to this section:

1. GFE Workbook http://www.kingcounty.gov/procurement/

2. GFE Guidance Document http://www.kingcounty.gov/procurement/

D. Calculating M/WBE Subcontractor/Supplier Participation

a. For purposes of calculating the Bidder’s documented intent to subcontract at least the Fair Share goals, the County will count the Bidder’s identified subcontractor/supplier participation as follows:

1. Whether a certified firm’s utilization will be counted towards the fair share goals is determined by the certified firm’s classification as an MBE, WBE, or M/WBE. The following classifications shall be counted toward the following goals:

(a) Participation by firm that is certified by OMWBE as a MBE will be counted only toward the MBE goal.

(b) Participation by firm that is certified by OMWBE as a WBE will be counted only toward the WBE goal.

(c) Participation by firm that is certified by OMWBE as a MWBE will be counted only towards either the MBE or the WBE goal, but not to both; the Bidder shall designate the goal to which the dollar value is applied with the bid.

2. The Bidder’s M/WBE subcontractor participation shall be calculated as a percentage of the Bidder’s total bid price. For example, a Bidder’s total bid price is $100,000 and that Bidder identifies that an M/WBE firm will do the mechanical work for a total value of $10,000. The Bidder’s M/WBE participation is 10%.

3. M/WBE participation shall be counted only for M/WBE firms performing a commercially useful function according to custom and practice in the industry. M/WBE firms that act as a broker in a transaction shall not count towards the Bidder’s good faith M/WBE participation. A broker is a firm that does not, itself, perform, manage, or supervise the work of its contract or subcontract in a manner consistent with the standard and customary business practices for contractors or subcontractors in its line of business. An M/WBE firm will be considered a broker if it subcontracts more than 49% of its work.

4. If the Bidder is an M/WBE firm, the Bidder shall comply with all requirements in this Section 00120. For purposes of calculating M/WBE participation if the Bidder (prime contractor) is a M/WBE firm, 100% of the total bid price shall be considered M/WBE only if the M/WBE Bidder (prime contractor) performs at least 51% of the work and proposes to subcontract work totaling 49% or less of the bid price. If an M/WBE firm proposes to subcontract work totaling more than 49% of the total bid price, only the value of the work subcontracted to M/WBE firms shall be calculated towards meeting the good faith M/WBE participation goals.

5. Joint ventures shall be counted towards the Bidder’s percentage of M/WBE participation by crediting the M/WBE partner’s portion of the dollar amount of the joint venture. For purposes of calculating M/WBE participation, if the Bidder is a joint venture, 100% of the total bid price shall be considered M/WBE only if the M/WBE firm that is participating in the joint venture will perform 51% or more of the work and only proposes to subcontract 49% or less of the work. If the joint venture proposes to subcontract work totaling more than 49% of the total bid

C00946C15 page 7 of 20 §00120

price, only the value of the work subcontracted to M/WBE firms shall be calculated towards meeting the good faith participation goals.

6. A Bidder will receive 60% credit towards its M/WBE participation of the subcontract value for a Supplier who provides supplies. A Bidder will receive 100% credit for the subcontract value towards its M/WBE participation of the subcontract value for a Supplier who manufactures or fabricates supply item or hauls their supplied material, equipment or supplies to the Project Site. For purposes of this Civil Rights Compliance section, a supplier is a business that acts as a distributor of materials or equipment, and provides a commercially useful function when such activity is traditional in the industry manufacturing the material or equipment supplied.

E. Evaluating Commercially Useful Function for a Bidder’s MBE and/or WBE Subcontractor/Supplier Participation

a. A commercially useful function includes, but is not limited to the performance of a distinct element of work by a firm that has the skill and expertise and the responsibility of actually performing, managing, and supervising the work using, its own work force and resources. No credit will accrue for a MBE and/or WBE firm acting merely as a passive conduit of funds to some other non-certified firm. An MBE and/or WBE firm may further subcontract a portion of the work provided that the MBE and/or WBE firm having the contract is actually performing the majority of work (at least 51% of the subcontract amount).

b. For purposes of evaluating commercially useful function for a Bidder’s MBE and/or WBE participation, and to verify that firms identified as MBE and/or WBE firm qualify as a MBE and/or WBE firm(s), the County may, at its discretion, perform verification or request supporting information.

1.05 SUBSTITUTION OF SUBCONTRACTORS AND/OR SUPPLIERS BEFORE AWARD A. If the Bidder determines, before award, that it is necessary to substitute a subcontractor

identified on the Women, and Minority Business Enterprises Utilization Form, the Bidder shall notify the County of such intent to substitute. For all substitutions, the Bidder shall explain in detail the reasons for the substitution. Every effort shall be made to meet the Fair Share Goals. The Good Faith Efforts identified herein and in 40 CFR 33 Part C shall be documented and provided. The County may investigate such substitution and make a determination of whether the Bidder is responsive.

1.06 REQUIREMENTS DURING CONTRACT PERFORMANCE A. Substitution of Subcontractors after Contract Award.

1. The Contractor may substitute subcontractors after award of the contract only with the written consent of the County.

2. If the Contractor proposes to substitute any subcontractor with M/WBE firms, the County may verify the proposed subcontractor’s M/WBE status. If the Contractor proposes to substitute any subcontractor with a non-M/WBE firm, the Contractor shall demonstrate the Good Faith Efforts it took to comply with the Fair Share Goals in this Section.

3. The Contractor’s compliance with the EPA requirements is an essential part of the Contract and a material condition and requirement of the Contract. Failure of the successful Bidder to comply with such requirements could cause the County to forfeit or lose funding. Accordingly, the Contractor’s failure to demonstrate the affirmative measures that it took to comply with the good faith requirements shall be considered reasonable grounds for the County to deny the Contractor’s request for substitution.

C00946C15 page 8 of 20 §00120

The Contractor’s non-compliance with these requirements shall constitute grounds to terminate the Contract for Default.

4. The County shall not be responsible or liable for any costs, delays, and/or damages resulting from the County denial or acceptance of the proposed substitution.

B. Contractor’s Obligations to Comply with SRF Loan Requirements during Contract Performance.

1. The Contractor and its subcontractors shall take Good Faith Efforts to ensure the maximum practicable opportunity for MBE and/or WBE firms to participate in the work under this Contract. During performance of the Contract, if the Contract Price is increased, the Contractor shall demonstrate the Good Faith Efforts taken to ensure that MBE and/or WBE firms were given an opportunity to compete and participate in the increased work.

C. Submit Standard Form 100 (EEO-1) to the US Equal Employment Opportunity Commission (EEOC) within 30 days of contract award, unless such a report has been filed within 12 months preceding the contract award date. The EEO-1 report is to be submitted annually during the life of the project (41 CFR 50-1.7(a).

D. State clearly and expressly in solicitations and advertisements for employees that all qualified applicants receive consideration for employment without regard to race, color, religion, sex, age, or physical handicap.

E. Executive Order 11246 must be complied with in the hiring of minorities and women on the construction project. Goals are established for the purpose. (Please contact Office of Federal Contract Compliance Programs for the goals in your area.)

F. Submit MBE and WBE subcontracts and supply contracts within 15 days of Notice to Proceed.

G. Notice to labor unions or other organization of worker's non-discrimination in employment (41 CFR 50-1.4(3)).

H. Required Submittals During Work. The Contractor shall collect, submit and update the submittals listed below for itself, all Subcontractors and Suppliers by the 10th of each month for previous month. Such subcontractor information shall be submitted prior to the county processing and paying any progress payment that includes such subcontractor work. The BDCC Reporting Website is located at http://www.kingcounty.gov/bdcc. Telephone 206-263-9734 if you require assistance. Report forms are available on the Website.

1. Updated Subcontractors and Suppliers List. The Contractor shall update its Subcontractor and Supplier Lists with any changes on the Contract electronically using the BDCC Reporting Website.

2. Monthly Utilization Reports. Labor hours (EEO Monthly Reports) shall be completed each month by the Contractor for themselves and each subcontractor for the month electronically using the BDCC Reporting Website.

3. Apprenticeship Utilization Reports. When applicable, the Contractor shall submit all apprenticeship reports electronically using the BDCC Reporting Website.

4. Affidavits of Amounts Paid. The Contractor shall submit with each progress payment request, an affidavit identifying amounts earned to all firms who performed work during the period for which payment is requested, Project Representative.

C00946C15 page 9 of 20 §00120

5. Final Affidavits of Amounts Paid. Upon completion of all work and as a condition precedent to final payment, the Contractor shall upload a final Affidavit of Amounts Paid electronically using the BDCC Reporting Website. Identify amounts actually paid, and any amounts earned, to each subcontractor firm and/or supplier for work performed on this Contract. Failure to submit such affidavits may result in withholding of payments or the final payment. King County will provide affidavit forms.

6. Reporting Requirements (EEO-1) On or before September 30 of each year, a contractor that is subject to Title VII of the Civil Rights Act of 1964, as amended, and that has 100 or more employees, shall file with the EEOC or its delegate an “Employer Information Report EEO-1”.

Instructions on how to file are available on the EEOC’s website at http://www.eeoc.gov/employers/eeo1survey/howtofile.cfm. The contractor shall retain a copy of the most recent report filed.

7. The contractor shall provide DBE Subcontractor Participation Form (6100-2) to all MWBE subcontractors. These subcontractors may submit Subcontractor Participation Form to the EPA Region 10 DBE coordinator in order to document issues or concerns with their usage or payment for a subcontract. This form is available at:

http://www.ecy.wa.gov/programs/wq/funding/GrantLoanMgmtDocs/Eng/GrantLoanMgmtEngRes.html

1.07 APPRENTICESHIP PROGRAM REQUIREMENTS A. Definitions

“Administrator” means the Director of King County Office of Business Relations and Economic Development.

“Apprentice” means a person who has signed a written Apprenticeship Agreement with and enrolled in a training program approved by the Washington State Apprenticeship and Training Council, hereinafter referred to as SAC, to learn a skilled craft or trade as an Apprentice.

“Apprentice Hiring Goal(s)” means the specific goals established by the County for qualified disabled persons, economically disadvantaged youth, minorities, and women to participate as Apprentices on County public work contracts. These goals shall be expressed as an overall annual goal for all projects subject to the apprenticeship requirements.

“Apprenticeship Program” means the County’s plan for administering King County Code 12.16.150-180 and setting forth compliance requirements for apprentice utilization on selected County public work contracts.

“Apprentice Utilization Requirement” means the overall percentage of Labor Hours established for the Contract to be worked by Apprentices. This requirement is expressed as a percentage of the total Labor Hours for the Contract.

“Apprenticeship Utilization Plan” means a plan submitted to the County by the contractor that outlines how the Apprentice Utilization Requirement will be met.

“Best Efforts” means the strongest possible efforts that Contractors can reasonably make to meet the Apprentice Utilization Requirement established for each public work contract selected for participation in the Apprenticeship Program.

“Disability” means any physical or mental impairment that substantially limits one or more major life activities.

C00946C15 page 10 of 20 §00120

“Economically Disadvantaged Youth” means a person 18-24 years old whose annual family income is at or below the income guidelines for Federal Free or Reduced Lunch Programs, and who have significant barriers to employment, as defined by the Federal Workforce Investment Act.

“Labor Hours” means the total number of projected hours or actual hours to be worked or that have been worked by workers receiving an hourly wage who are directly employed on the site of the public works project. Labor Hours shall also include hours worked by workers employed by subcontractors on the project. Labor Hours shall not include hours worked by supervisors, professionals, or clerical workers.

“Minority or Minorities” means a person who is a citizen of the United States and who is a member of one or more of the following historically disadvantaged racial groups:

1. Black or African American: Having origins in any of the Black racial groups of Africa;

2. Hispanic: Of Mexican, Puerto Rican, Cuban, or Central or South American culture or origin;

3. Asian American: Having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific Islands; or

4. American Indian or Alaskan Native: Having origins in any of the original peoples of North America.

“Qualified Disabled Person” means a person with a disability that, with reasonable accommodation, can perform the essential functions of the job in question.

B. Policy and General Requirements. In accordance with King County Code 12.16.150-180, which is incorporated herein by this reference, King County has established certain Apprentice Utilization Requirements for this Contract.

1. Specifically, the Contractor shall:

a. Utilize apprenticeship training programs registered with the Washington State Apprenticeship Training Council (“SAC”).

b. Meet the overall Apprentice Utilization Requirement established for this Contract unless reduced pursuant to King County Code 12.16.160.

c. Encourage participation by all subcontractors working on the project, with distribution across trade/craft where feasible, and where approved by the County.

d. Ensure that Best Efforts are made to meet the specific Apprentice Utilization Requirement.

2. If the Contractor is failing to meet the Apprentice Utilization Requirement during the term of the Contract, the Contractor shall work with resource-based organizations such as the Seattle/King County Building and Construction Trades Council to identify additional sources of Apprentices.

3. Questions concerning compliance with these requirements, including utilization goals, bidding and submittal requirements shall be directed in writing to PCSS at 401 Fifth Avenue, Third Floor, M/S CNK-ES-0340, Seattle, Washington 98104. If appropriate, such questions may be treated as requests for interpretation and answered by addenda to the Solicitation Document.

C. Apprentice Utilization Requirement.

C00946C15 page 11 of 20 §00120

1. Pursuant to King County Code 12.16. 150-180, King County has established a minimum Apprentice Utilization Requirement of 15% for this Contract. (Apprentices shall work 15% of the Labor Hours for this Project). The Contractor and Subcontractors shall use Apprentices at every opportunity.

2. The Contractor shall require each of its subcontractors to comply with the requirements of the Apprenticeship Program. Each Bidder shall notify each proposed subcontractor of the Apprentice Utilization Requirement for this project. At the Bid Evaluation Conference, or upon request, the Bidder shall submit written verification from each of its proposed subcontractors that the proposed subcontractor has been notified of the Apprenticeship Program requirements. The proposed subcontractors shall also submit written statements to the Bidder that indicate whether they will use Apprentices on the project.

3. The Contractor shall ensure compliance with the apprenticeship training standards for each trade or craft that is utilized, as set forth by the Washington State Apprenticeship and Training Council (SAC).

D. Apprentice Hiring Goals.

1. Based on the degree of evidenced underrepresentation within the trades, and in accordance with the standards set forth in King County Code Section 12.16.160 (C) the County has established the following overall annual individual Apprentice Hiring Goals for qualified disabled persons, economically disadvantaged youth, minorities and women:

a. Qualified Disabled Persons 2% of the Apprentice Utilization Goal

b. Economically Disadvantaged Youth

7% of the Apprentice Utilization Goal

c. Minorities 20% of the Apprentice Utilization Goal

d. Women 18% of the Apprentice Utilization Goal

E. Reporting Requirements.

1. Apprenticeship Utilization Plan.

a. The Contractor shall submit an Apprenticeship Utilization Plan to the County for approval, upon request, but no later than ten (10) days following Notice of Selection. The Apprenticeship Utilization Plan submitted by the Contractor shall demonstrate the distribution of Apprentices across the trades and crafts wherever feasible. King County may withhold progress payment from the Contractor if the plan is not approved. The Plan shall include the following elements:

(1) An estimate of the total contract Labor Hours by trade and craft to be worked by the Contractor and all subcontractors.

(2) An estimate of the total Labor Hours in each trade or craft to be worked by Apprentices and journey workers, and the anticipated dates when the work will start.

(3) A list that contains the names of all proposed subcontractors who will perform work on this Contract.

(4) Specific efforts proposed by the Contractor and all subcontractors to achieve the Apprentice Utilization Requirement.

C00946C15 page 12 of 20 §00120

(5) A rate of participation in each trade and/or craft, and an overall rate of participation that is not less than the Apprentice Utilization Requirement.

(6) King County encourages the Contractor to include in the Apprenticeship Utilization Plan an estimate of the projected labor hours that will be performed by qualified disabled persons, economically disadvantaged youth, minorities, and women as Apprentices.

b. King County reserves the right to request revisions to the Contractor’s Apprenticeship Utilization Plan and to withhold final approval of the plan until such time as the information contained in the plan meets the requirements of this section.

2. Apprentice Utilization Report (AUR).

a. The Contractor shall submit to the County an AUR on a monthly basis. The Contractor shall submit the AUR by the 10th of each month to report Apprentice utilization for the previous month. The Contractor shall also submit AURs for all its sub-contractors by the 10th of the month. The County may withhold progress payments to the Contractor for failure to provide AURs as specified in this section. The Contractor shall submit all AURs electronically using King County Business Development and Contract Compliance Reporting Website. Contact the Business Development and Contract Compliance Section at 206-263-9734 for assistance with the reporting website.

b. King County may visit at any time the work site(s) to determine the actual employment levels of Apprentices. The Contractor and the subcontractors shall provide every assistance requested by King County during such visits.

3. Changes in the apprenticeship utilization plan or apprentice utilization requirement. If, during the term of the Contract, the Contractor determines that it will be unable to comply with the Apprenticeship Utilization Plan or the Apprentice Utilization Requirement, the Contractor shall make a written request for a reduction or modification of the Requirement to the County consistent with King County Code Section 12.16.160(B). To the extent that the request is based upon King County Code Section 12.16.160(B) (1), the request shall include written documentation of the Contractor’s Best Efforts and inability to utilize Apprentices registered with SAC. Documentation provided by the Contractor must clearly demonstrate that the requested numbers of Apprentices or candidates for apprenticeship are not available to meet the Apprentice utilization percentages.

4. Best efforts.

a. The Contractor shall ensure that Best Efforts are made to meet the Apprentice Utilization Requirement. In fulfilling the Best Efforts requirement, the Contractor shall, at a minimum, take (or, where appropriate, require its subcontractors to take) the following steps:

(1) Contact SAC approved program sponsors to request Apprentices and notify the sponsor that this effort is in regard to the County’s Apprenticeship Program.

(2) If Apprentices are available, proceed with the hiring process.

(3) If Apprentices are not available through SAC approved program sponsors, contact other recruitment/referral agencies, including, but not limited to the Apprenticeship Opportunities Project and Seattle Vocational

C00946C15 page 13 of 20 §00120

Institute and request such candidates for the SAC apprenticeship program. If Apprentice candidates are available through these agencies, request direct entry into the SAC approved apprentice program and, proceed with the hiring process, and provide appropriate documentation to King County.

(4) If direct entry of the candidate(s) into the SAC approved apprentice program is denied, request documentation of the denial from the SAC approved program. Forward this documentation to King County.

(5) If Apprentice candidates are not available through recruitment/referral agencies, including, but not limited to the Apprenticeship Opportunities Project and Seattle Vocational Institute, request documentation of the unavailability from the recruitment/referral agencies and pursue any other reasonable recruitment methods including, but not limited to advertising in appropriate news media. Forward documentation of contacts with recruitment/referral agencies and other efforts to recruit targeted Apprentices to King County.

(6) If Apprentices are not available, document the request and obtain documentation from the SAC approved program sponsor of the fact that such persons are unavailable. Forward this documentation to King County with the next monthly AUR submittal, due by the 10th of each month.

b. The Administrator will evaluate the request for a reduction or modification in accordance with the provisions of King County Code Section 12.16.160(B). If appropriate, the administrator shall direct that a change order be prepared by the County reducing the Apprentice Utilization Requirement. If the Administrator determines that a reduction in the Apprentice Utilization Requirement is not justified, the Administrator shall provide a written response of its denial to the Contractor within ten (10) working days from the date of receipt of the Contractor’s written request.

F. Failure To Comply With The Apprenticeship Requirements.

1. Unless otherwise determined by the Administrator, in accordance with the standards established in King County Code 12.16.150-180, failure by a Contractor to comply with the Apprenticeship Program requirements shall be deemed a breach of Contract for which the County shall be entitled to all remedies allowed by law and under this contract. In the event the Contractor and/or its subcontractors fail to comply with the Apprenticeship Program requirements, King County may withhold progress payments, assess liquidated damages, and seek any other remedy allowed by law. Failure to comply with the apprenticeship utilization requirements may be considered evidence bearing on a contractor’s qualification for award of future Contracts. The Contractor may be debarred from being awarded King County contracts for a period not to exceed two years from the date of the Notice of Completion and Final Acceptance of this contract. The debarment procedures shall ensue as specified in King County Code 12.16.115. The following shall be considered in any debarment proceedings:

a. The Contractor’s degree of compliance with the apprenticeship requirements of current and previous King County contracts.

b. The Contractor’s Best Efforts to meet the apprenticeship requirement.

C00946C15 page 14 of 20 §00120

c. The Contractor’s contacts with approved apprenticeship training programs, such as ANEW, Apprenticeship Opportunities Project, the Seattle Vocational Institute, and the Washington State Apprenticeship and Training Council.

d. Neither the provisions of any collective bargaining agreement, nor the failure by a labor union or referral agency with whom the contractor or subcontractor have a collective bargaining agreement, to refer workers shall excuse the contractor's obligation to comply with the Apprentice requirements established for this contract in accordance with King County Code 12.16.150-180.

G. Liquidated Damages. This Contract hereby incorporates by reference King County Code 12.16 150-180 (King County Apprenticeship Program). The unexcused failure of the Contractor or any subcontractor to comply with any of the requirements of K.C.C. 12.16 150-180 shall be a breach of contract. The purpose of King County’s Apprenticeship Program is to provide the region with a well-trained work force. King County in general, and its Apprenticeship Program in particular, are damaged when Apprentice participation and training does not occur at the required levels. Because the actual amount of such damage is not reasonably calculable, the parties agree and stipulate that liquidated damages equal to the prevailing wage rate, including benefits, for 1st year general laborer Apprentice at the time of contract execution shall exist, for every short fall hour of Apprentice participation, as provided in Section 00700. This will fairly compensate King County for resulting delays in carrying out the purpose of the Apprenticeship Program, the costs of meeting utilization Requirements through additional contracts, the administrative costs of investigation and enforcement, and other damages and costs caused by the violation. The following example is for informational purposes only:

For this example assume the labor rate is $20.98

Total labor hours subject the apprenticeship requirement 10,000

Total labor hours to meet the apprenticeship requirement 1,500 (10,000 X 15% = 1,500)

Actual Apprentice hours reported: 1,000.

Shortfall in Apprentice hours: 500

Liquidated damages: $10,490.00 (500 hours X $20.98 = $10,490.00)

1.08 ENVIRONMENTAL PROTECTION AGENCY REQUIREMENTS FOR FEDERALLY ASSISTED CONSTRUCTION CONTRACTS

A. Equal Employment Opportunity -- Nondiscrimination

1. The Contractor shall comply with Executive Order 11246, entitled ‘Equal Employment Opportunity,’ as amended by Executive Order 11375, and as supplemented in Department of Labor regulations (41 CFR Part 60). Contractor’s compliance with Executive order 11246 shall be based on implementation of the Equal Opportunity Clause, and specific affirmative active obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4.

2. During the performance of this Contract, the Contractor agrees as follows:

a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, age, or national origin. Such action shall include but not be limited to the following: employment, upgrading, demotion, or transfer;

C00946C15 page 15 of 20 §00120

recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor; state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, or national origin.

c. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

d. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

e. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the County, EPA and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

f. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended, in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

g. The Contractor will include this nondiscrimination clause in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the County or EPA may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the County or EPA, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

B. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246 and 41 CFR part 60-4.3)

1. As used in this Paragraph:

C00946C15 page 16 of 20 §00120

a. ‘Covered Area’ means the geographical area described in the solicitation from which this Contract resulted.

b. ‘Director’ means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority.

c. ‘Employer Identification Number’ means the Federal social security number used on the employer's quarterly Federal tax return, U. S. Treasury Form 941.

2. Whenever the Contractor, or any subcontractor at any time, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of section Equal Employment Opportunity -- Nondiscrimination and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitation from which this contract resulted.

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a hometown plan approved by the U. S. Department of Labor in the covered area, either individually or through an association, its affirmative action obligations on work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such hometown plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any covered contractor's failure to make good faith efforts to achieve the plan goals and timetables.

4. The Contractor shall implement the specific affirmative action standards provided below in Subparagraph 7, items a through p, of this Paragraph. The goals set forth in the solicitation from which this Contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or Federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Federal Contract Compliance Program office or from Federal Procurement Contracting Officers. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under this Paragraph, Executive Orders 11246 and 11375, nor the regulations promulgated pursuant thereto.

6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their

C00946C15 page 17 of 20 §00120

training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these requirements shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority and female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral service from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area, which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under item 2 above.

f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations: by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these requirements with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory

C00946C15 page 18 of 20 §00120

personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of the Contractor's work force.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the EEO policy and the Contractor's obligations under these requirements are being carried out.

n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilets and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations that assist in fulfilling one or more of their affirmative action obligations set forth in Subparagraph 7, items a through p, above. The efforts of a contractor association, joint contractor-union, contractor community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under Subparagraph 7, items a through p, above of these requirements, provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and

C00946C15 page 19 of 20 §00120

women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's, and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

9. A single goal for minorities and separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goal for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

10. The Contractor shall not use the goals and timetables for affirmative action to discriminate against any person because of race, color, religion, sex, age, or national origin.

11. The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246, as amended by Executive Order 11375.

12. The Contractor shall carry out such sanctions and penalties for violation of these requirements and of the equal employment opportunity clause, including suspension, termination, and cancellation of existing subcontracts, as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these requirements and Executive Order 11246, as amended.

13. The Contractor, in fulfilling its obligations under these requirements, shall implement specific affirmative action steps, at least as extensive as those standards prescribed above, to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.

14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions herein as may be required by the Government, and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work is performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractor shall not be required to maintain separate records.

15. Nothing herein shall be construed as a limitation upon the application of other laws that establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the

C00946C15 page 20 of 20 §00120

Public Works Employment Act of 1977 and the Community Development Block Grant Program).

C. Segregated Facilities (41 CFR part 60-1.8)

1. The contractor shall ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensuring that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. This obligation extends to all contracts containing the equal opportunity clause regardless of the amount of the contract. The term “facilities,” as used in this section, means waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, wash rooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees; Provided, That separate or single-user restrooms and necessary dressing or sleeping areas shall be provided to assure privacy between the sexes.

D. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)

1. EEO Goals

a. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as follows:

Goals for Minority Goals for Female Participation for Participation for Timetable Each Trade (%) Each Trade (%)

Until further notice 7.25 6.9

These goals are applicable to all the Contractor's construction work (whether or not it is Federal or Federally assisted) performed in the covered area. As used in this Contract, ‘covered area’ is defined as Seattle, King County, Washington.

b. The Contractor's compliance with the Executive Order and the Regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals for the geographical area where the Contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and the Regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

END OF SECTION

Good Faith Efforts Guidance for Bidders

Page 1 of 4 Good Faith Efforts Guidance for Bidders Rev. 10/08/13

A. Locating MBE and WBE Firms/Solicitation Lists

1. More detailed information regarding Fair Share Goals and Good Faith Efforts may be found in Section 00120 of the Contract Document. Bidders are required to make Good Faith Efforts to contract with Minority Business Enterprises (“MBE”) and Women Business Enterprises (“WBE”) herein referred to as “M/WBE firms”.

2. The Bidder shall make every attempt to meet the Contract Fair Share Goals by following the Good Faith Efforts as required in 40 CFR 33 Part C and listed in Section 00120 of the Contract in awarding subcontracts for supplies, construction or services and equipment. If a Bidder does not demonstrate a commitment to subcontract at least the specified Fair Share goals at the time of the Bid Opening, the Bidder shall provide a written description of the Good Faith Efforts made to comply with the Fair Share goals and submit that Good Faith Effort documentation no later than one (1) hour after the time and date set forth for opening of bids.

1. Bidders shall provide notice to a reasonable number of M/WBE firms interested in participation in the contract as a subcontractor, or supplier for specific items of work. To qualify the firm must be certified as a MBE or a WBE by the Office of Minority and Women Business Enterprises (OMWBE). The OMWBE can assist in providing a basic list of M/WBE contractors meeting the certification criteria and specializing in the categories of work to be subcontracted.

Office of Minority and Women Business Enterprises (OMWBE) Toll Free: (866) 208-1064 Help Line: (360) 664-9770 Website: www.omwbe.wa.gov

B. Good Faith Efforts by the bidder include personal contacts, follow-ups and earnest negotiations with M/WBE firms. The County will consider, at a minimum, the required steps below as relevant efforts. These efforts are not exclusive or exhaustive and other factors and types of efforts may be relevant.

1. Ensure M/WBE firms are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities, including placing M/WBE firms on solicitation lists and soliciting them whenever they are potential sources.

a. INDIRECT COMMUNICATION - Use of indirect communication to solicit potential contractors can include advertising in one or more local, regional or statewide newspapers, trade association publications, minority and women media outlets, Internet or other website listings, and/or by notifying women and minority business organizations and chambers of commerce of these procurement opportunities. Newspaper advertisements must include a statement encouraging the participation of minorities and women submitting a bid. They are also required to include the applicable "M/WBE fair share goals” in all project bid documents when soliciting for subcontractors and suppliers. Including this information in the bid document ensures the potential bidder’s awareness of the requirement and notification to comply.

b. DIRECT COMMUNICATION - Use of direct communication as a means to solicit potential contractors can include written notice through letters, facsimile, e-mail and direct communication through meetings, conferences and by telephone. Direct communication implies that a contractor solicitation list has been established. The communication must include project information about plans, specifications, timing, “M/WBE fair share goals”, and other requirements, sufficient to permit the M/WBE firm to have an equal opportunity to compete for work as a subcontractor.

Follow-up contact must be made to determine if a bid will be submitted or if additional information is required by the M/WBE firm. Follow-up contact is not necessary if a response is made after the first contact by fax or letter. Note that blanket advertising in trade journals, newspapers or in other media alone is not considered sufficient effort. Bidders are required to provide copies of outreach letters, mailing lists, telephone, fax, and email tracking logs.

Good Faith Efforts Guidance for Bidders

Page 2 of 4 Good Faith Efforts Guidance for Bidders Rev. 09/17/2012

2. Make information on forthcoming opportunities available to M/WBE firms and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by M/WBE firms in the competitive process. This includes, whenever possible, posting solicitations for bids for a minimum of 50% of the County’s bid period before the bid closing date.

a. Delivery schedules can sometimes determine whether a firm will be able to participate in the procurement process. Short delivery schedules often favor larger firms that have more staff and more available resources to complete big projects in a short period of time. Advanced planning and adequate project management can allow for reasonable delivery schedules, lengthening response time to receive bids, and can even increase competition, which can lead to reduced cost to King County.

3. Where economically feasible, divide total requirements into smaller tasks to permit maximum M/WBE participation.

a. Reducing contract size increases the opportunity for M/WBE firm participation by dividing the work into smaller increments that may be more favorable to smaller businesses. Methods for reducing contract size could include, but are not limited to: reviewing the project for opportunities to stage work; dividing multiple-site work; dividing work by task; limiting “brand name requirements”; and soliciting multiple bid items.

4. Allow contracting with a consortium of M/WBE firms when a contract is too large for one of the firms to handle effectively.

a. Consider having M/WBE firms bid against each other and encourage major subcontractors to use M/WBEs on their subcontracts.

5. Use the services and assistance of the U.S. Office of Small Business Administration (SBA) , the Washington State Office of Minority and Women Business Enterprises (OMWBE) and the Minority Business Development Agency of the Department of Commerce

6. If a prime bidder awards subcontracts, require the subcontractors to take the above GFE steps.

C. Methods to Obtain M/WBE Participation

1. Bidders shall exert maximum efforts to solicit and to utilize M/WBEs for portions of the work. Such requirements may be satisfied by any one or combination of the following methods or by such other methods as may be approved by King County.

a. Joint Venture Method. The bidder may join with an M/WBE on a joint venture arrangement and submit a joint bid on the work. If a joint venture arrangement is used, the name of the M/WBE joint venture partner shall be identified on the “Women and Minority Business Enterprises To Be Utilized” form. In addition, all partners to the joint venture shall sign and submit the provisions of the Joint Venture Agreement for approval by King County before bid date.

b. Negotiated Subcontract Method. The bidder may utilize M/WBEs on a negotiated subcontract basis for a significant and meaningful portion(s) of the work typically reserved to be done by the bidder’s firm and for which the bidder does not intend to receive competitive bids. As used herein, the term “significant and meaningful portion(s) of the work” includes a portion of the work which meets the County’s policies and goals. Bidder is expected to negotiate in good faith with interested M/WBEs without rejecting them as unqualified without justifiable reasons based on a thorough investigation of their capabilities. Any rejection of bids that were prepared by any M/WBE should be noted in writing with a description as to why an agreement could not be reached.

c. Competitive Bidding Method: The bidder may utilize this method when an M/WBE submits the lowest bid to the bidder on a portion(s) of the work to be subcontracted. Bidders should use this method of solicitation first to ensure that M/WBEs are solicited whenever they are potential sources for construction, equipment, services or supplies. Bidders are cautioned, however, to not rely solely on competitive bids to meet the M/WBE goals.

Good Faith Efforts Guidance for Bidders

Page 3 of 4 Good Faith Efforts Guidance for Bidders Rev. 09/17/2012

i. EPA defines an M/WBE as a business 51% owned and/or controlled by a socially and economically disadvantaged individual whose ability to compete in the free enterprise system is impaired due to diminished capital and credit opportunities, as compared to others in the same business area who are not socially disadvantaged. Consequently, to utilize this method as the only method to meet the M/WBE goals may not result in goal attainment. Consider alternate methods to obtain M/WBE participation as described herein and/or having M/WBE firms bid against each other.

ii. The fact that the M/WBE firm’s quotation for subcontract work is not the lowest quotation received or that the bidder has the ability and/or desire to perform the contract work with its own forces will not in itself be considered as a sound reason for rejecting the quotation as unacceptable. However, this shall not be construed to require the bidder to accept unreasonable quotes in order to satisfy M/WBE contract goals.

d. Solicitation Method. In the event the bidder anticipates that it may not be able to meet the M/WBE goals established for this project by any of the methods described above, solicitation of M/WBEs via certified letters should be sent to give M/WBEs adequate time to develop and submit bids to the bidder for preparation and inclusion in the bidder’s bid submittal to King County. The bidder should send letters by traceable delivery method with return receipt, to M/WBEs, to ascertain their interest and availability to participate on a joint venture, negotiated subcontract, competitive or other basis of contract. The letters should specifically describe the portion of the work for which M/WBE participation is solicited and the basis for subcontracting on such portion of the work, and encourage inquiries for further details. The bidder shall utilize its best efforts in responding to requests for information or assistance by and from M/WBEs.

Bidders should not rely solely on one of the first three methods to fulfill the GFE requirements. Bidders are encouraged to commence the Solicitation Method efforts as soon as possible in order to complete at least that method in a timely manner prior to the bid submittal deadline, especially in the event other methods are insufficient to meet the M/WBE goals.

2. The Documentation of Good Faith Efforts by the bidder must in the end prove the bidder had actively and aggressively sought out M/WBEs to participate in the project. The best evidence of good faith efforts is the level of M/WBE participation sufficient to meet the Fair Share Goals.

D. Documentation of Good Faith Efforts All bidders not meeting the Fair Share Goals are required to document their Good Faith Efforts. Bidders must provide complete, accurate and detailed records of all efforts made to solicit M/WBE participation and documentation regarding all actions and efforts made to comply with the good faith efforts requirements. We have grouped the documentation guidelines into the two broad categories noted below:

1. Documentation of bidder’s solicitation, outreach and recruiting activities.

a. The names, contact persons, addresses, telephone numbers, email addresses, and MBE / WBE status of M/WBEs that were contacted, the dates of initial contact, method(s) of contact, including personal or phone contacts are expected.

b. Describe the methods used for following up initial solicitation to determine with certainty if the M/WBEs were interested, and the dates of the follow-up. Submit supporting documents such as copies of letters, memos, facsimiles sent, telephone billing statements, and other evidence of solicitation. Bidders are reminded to solicit M/WBEs through all reasonable means and provide sufficient time, to allow them to respond.

c. List of efforts made to provide interested M/WBEs with adequate information about the plans, specifications, and estimated quantities for portions of the work to be performed, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of each M/WBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate.

Good Faith Efforts Guidance for Bidders

Page 4 of 4 Good Faith Efforts Guidance for Bidders Rev. 09/17/2012

d. Name and date of each publication in which bidder requested M/WBE participation for the project. Attach copies of the published advertisements or proof of publication.

e. Names of agencies, organizations or groups and dates on which they were contacted to provide assistance in contacting, recruiting, and using M/WBE firms. If the agencies, organizations or groups were contacted in writing, provide copies of requests to these entities and any responses received, i.e., list, printed internet page downloaded, and other supporting documents.

2. Documentation of bidder’s efforts to create meaningful contract opportunities for M/WBEs.

a. List of efforts made to assist interested M/WBEs in obtaining necessary equipment, supplies, and materials required by the contractor, excluding supplies and equipment that the M/WBE purchases or leases from the prime contractor or its affiliate. If such assistance is provided by bidder, identify the names of the M/WBEs assisted, nature of assistance offered, and date. Provide copies of supporting documents, as appropriate.

b. An explanation of why additional agreements with M/WBEs were not reached. Documentation of each M/WBE contacted but rejected and the reasons for the rejection.

c. Documentation that qualified M/WBE firms is not available, or not interested.

d. Verify attendance at pre-bid or any other meeting scheduled by King County to encourage better contractor – M/WBE relationships.

e. List items of work made available to M/WBEs. Identify those items of work bidder might perform with its work forces and those items that have been broken down into economically feasible units to facilitate M/WBE participation. For each item listed, show the dollar value and percentage of the total contract. It is the bidder’s responsibility to demonstrate that sufficient work to meet the M/WBE goals was made available to M/WBEs, as appropriate.

f. Name of selected firm(s) and its status as an M/WBE for each item of work made available. Include name, address, and telephone number of each M/WBE that provided a quote and their price quote. If the firm selected for the item is not an M/WBE, provide a reason for the selection.

g. Any other efforts made to obtain M/WBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of King County and EPA.

h. Copies of the certified letters to M/WBE s and the corresponding return mail receipts.

i. M/WBE prime contractors are required to identify the work to be performed by its workforce and the corresponding dollar value of that work.

NOTE: King County has provided a GFE Workbook for the bidders use. Use of the GFE Workbook is optional The GFE Workbook is available at http://www.kingcounty.gov/procurement/ .

C00946C15 page 1 of 1 §00130 Rev (11/5/2015) Prevailing Wage Rates

SECTION 00130 WAGE RATES

FEDERAL WAGE DETERMINATIONS ESTABLISHED BY THE DEPARTMENT OF LABOR FOR THE STATE OF WASHINGTON

AND PREVAILING MINIMUM HOURLY WAGE RATES ESTABLISHED BY THE WASHINGTON

STATE DEPARTMENT OF LABOR AND INDUSTRIES

1. The following pages contain BOTH the federal wage determinations as well as the Washington State Prevailing wage rates.

2. In the event of a difference between federal and state rates and requirements, the Contractor shall pay the higher rate(s) and the cost of such compliance shall be deemed included in the Contract Price.

3. Any questions regarding the applicable wage determinations should be addressed to: Administrator of the Wage and Hour Division, Branch of Construction Contract Wage Determination, Employment Standards Administration, Washington, D.C. 20210.

4. Refer to the Supplemental Terms and Conditions, Section 00800 for additional information.

5. In accordance with Section 00700, the Contractor shall indemnify and hold King County harmless from any claims related to the payment or non-payment of such wages by the Contractor.

Obtain Davis Bacon rates at the hyperlink: http://www.wdol.gov/dba.aspx

END OF SECTION

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

General Decision Number: WA150001 09/04/2015 WA1

Superseded General Decision Number: WA20140001

State: Washington

Construction Type: Highway

Counties: Washington Statewide.

HIGHWAY (Excludes D.O.E. Hanford Site in Benton and FranklinCounties)

Note: Executive Order (EO) 13658 establishes an hourly minimumwage of $10.10 for 2015 that applies to all contracts subjectto the Davis-Bacon Act for which the solicitation is issued onor after January 1, 2015. If this contract is covered by theEO, the contractor must pay all workers in any classificationlisted on this wage determination at least $10.10 (or theapplicable wage rate listed on this wage determination, if itis higher) for all hours spent performing on the contract. TheEO minimum wage rate will be adjusted annually. Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/02/2015 1 01/09/2015 2 01/23/2015 3 02/27/2015 4 03/20/2015 5 04/03/2015 6 05/22/2015 7 05/29/2015 8 06/12/2015 9 07/03/2015 10 07/10/2015 11 07/24/2015 12 07/31/2015 13 08/21/2015 14 09/04/2015

CARP0001-008 06/01/2015

Rates Fringes

CARPENTER GROUP 1.....................$ 27.61 14.00 GROUP 2.....................$ 41.86 14.49 GROUP 3.....................$ 32.97 14.00 GROUP 4.....................$ 31.94 14.00 GROUP 5.....................$ 73.44 14.00 GROUP 6.....................$ 35.02 14.00 GROUP 7.....................$ 36.72 14.00 GROUP 8.....................$ 33.27 14.00 GROUP 9.....................$ 35.02 14.00

CARPENTER & DIVER CLASSIFICATIONS:

GROUP 1: Carpenter

GROUP 2: Millwright, machine erector

GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling

GROUP 4: Bridge carpenters

GROUP 5: Diver Wet

GROUP 6: Diver Tender, Manifold Operator, ROV Operator

GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure

GROUP 8: Assistant Tender, ROV Tender/Technician

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

GROUP 9: Manifold Operator-Mixed Gas

ZONE PAY:ZONE 1 0-40 MILES FREEZONE 2 41-65 MILES $2.25/PER HOURZONE 3 66-100 MILES $3.25/PER HOURZONE 4 OVER 100 MILES $4.75/PER HOUR

DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite).

DEPTH PAY FOR DIVERS BELOW WATER SURFACE:50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot221 feet and deeper $5.00 per foot

PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:0-25 feet Free26-300 feet $1.00 per Foot

SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours.

WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift.

HAZMAT PROJECTS:

Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows:

LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal.

LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing.

LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit".

LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line.

---------------------------------------------------------------- CARP0003-006 10/01/2011

SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,LEWIS(Piledriver only), PACIFIC (South of a straight line madeby extending the north boundary line of Wahkiakum County westto Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY

SEE ZONE DESCRIPTION FOR CITIES BASE POINTS

ZONE 1:

Rates Fringes

Carpenters: CARPENTERS..................$ 32.04 14.18 DIVERS TENDERS..............$ 36.34 14.18 DIVERS......................$ 77.08 14.18 DRYWALL.....................$ 27.56 14.18 MILLWRIGHTS.................$ 32.19 14.18 PILEDRIVERS.................$ 33.04 14.18

DEPTH PAY:50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET

Zone Differential (Add up Zone 1 rates):Zone 2 - $0.85Zone 3 - 1.25Zone 4 - 1.70Zone 5 - 2.00Zone 6 - 3.00

BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.)

ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities

---------------------------------------------------------------- CARP0770-003 06/01/2015

Rates Fringes

CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL...................$ 40.46 13.66 CARPENTERS.................$ 40.36 13.66 DIVERS TENDER..............$ 35.02 14.00 DIVERS.....................$ 73.44 14.00 MILLWRIGHT AND MACHINE ERECTORS...................$ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING.......$ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities:

Seattle Olympia Bellingham

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Auburn Bremerton AnacortesRenton Shelton YakimaAberdeen-Hoquiam Tacoma WenatcheeEllensburg Everett Port AngelesCentralia Mount Vernon SunnysideChelan Pt. Townsend

Zone Pay:0 -25 radius miles Free26-35 radius miles $1.00/hour36-45 radius miles $1.15/hour46-55 radius miles $1.35/hourOver 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center

Zone Pay:0 -25 radius miles Free26-45 radius miles $ .70/hourOver 45 radius miles $1.50/hour

---------------------------------------------------------------- CARP0770-006 06/01/2015

Rates Fringes

CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS..........$ 40.36 13.66 CARPENTERS ON CREOSOTE MATERIAL...................$ 40.46 13.66 CARPENTERS.................$ 40.36 13.66 DIVERS TENDER..............$ 44.67 13.66 DIVERS.....................$ 93.56 13.66 MILLWRIGHT AND MACHINE ERECTORS...................$ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING.......$ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities:

Seattle Olympia BellinghamAuburn Bremerton AnacortesRenton Shelton YakimaAberdeen-Hoquiam Tacoma WenatcheeEllensburg Everett Port AngelesCentralia Mount Vernon SunnysideChelan Pt. Townsend

Zone Pay:0 -25 radius miles Free26-35 radius miles $1.00/hour36-45 radius miles $1.15/hour46-55 radius miles $1.35/hourOver 55 radius miles $1.55/hour

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center

Zone Pay:0 -25 radius miles Free26-45 radius miles $ .70/hourOver 45 radius miles $1.50/hour

---------------------------------------------------------------- ELEC0046-001 02/04/2013

CALLAM, JEFFERSON, KING AND KITSAP COUNTIES

Rates Fringes

CABLE SPLICER....................$ 46.87 3%+15.96ELECTRICIAN......................$ 42.61 3%+15.96----------------------------------------------------------------* ELEC0048-003 01/01/2015

CLARK, KLICKITAT AND SKAMANIA COUNTIES

Rates Fringes

CABLE SPLICER....................$ 44.22 21.50ELECTRICIAN......................$ 40.20 21.50

HOURLY ZONE PAY:

Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities:

Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay:Zone 1: 31-50 miles $1.50/hourZone 2: 51-70 miles $3.50/hourZone 3: 71-90 miles $5.50/hourZone 4: Beyond 90 miles $9.00/hour

*These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus.

---------------------------------------------------------------- ELEC0048-029 01/01/2015

COWLITZ AND WAHKIAKUM COUNTY

Rates Fringes

CABLE SPLICER....................$ 44.22 21.50ELECTRICIAN......................$ 40.20 21.50---------------------------------------------------------------- ELEC0073-001 07/01/2015

ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMANCOUNTIES

Rates Fringes

CABLE SPLICER....................$ 34.10 16.68ELECTRICIAN......................$ 31.00 16.68---------------------------------------------------------------- ELEC0076-002 09/01/2014

GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTONCOUNTIES

Rates Fringes

CABLE SPLICER....................$ 37.94 23.36ELECTRICIAN......................$ 34.49 23.36---------------------------------------------------------------- ELEC0112-005 06/01/2015

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLAWALLA, YAKIMA COUNTIES

Rates Fringes

CABLE SPLICER....................$ 40.74 18.65ELECTRICIAN......................$ 38.80 18.59---------------------------------------------------------------- ELEC0191-003 06/01/2014

ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES

Rates Fringes

CABLE SPLICER....................$ 44.23 17.73ELECTRICIAN......................$ 40.21 17.73---------------------------------------------------------------- ELEC0191-004 06/01/2014

CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES

Rates Fringes

CABLE SPLICER....................$ 40.82 17.63ELECTRICIAN......................$ 37.11 17.63---------------------------------------------------------------- ENGI0302-003 06/01/2014

CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OFTHE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE120TH MERIDIAN) COUNTIES

PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, ASSHOWN BELOW)

Zone 1 (0-25 radius miles):

Rates Fringes

Power equipment operators: Group 1A...................$ 38.39 17.39 Group 1AA..................$ 38.96 17.39 Group 1AAA.................$ 39.52 17.39 Group 1.....................$ 37.84 17.39 Group 2.....................$ 37.35 17.39 Group 3.....................$ 36.93 17.39 Group 4.....................$ 34.57 17.39

Zone Differential (Add to Zone 1 rates):Zone 2 (26-45 radius miles) - $1.00Zone 3 (Over 45 radius miles) - $1.30

BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom

GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments

GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type

GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer

GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under

GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator

Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following:

1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract.

2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded.

3. Marine projects (docks, wharfs, etc.) less than $150,000.

HANDLING OF HAZARDOUS WASTE MATERIALS:

Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan.

H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.

H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.

H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.

Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator;

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACHGROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY APROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCEDRATES MAY BE PAID ON THE FOLLOWING:

1. Projects involving work on structures such as buildingsand bridges whose total value is less than $1.5million excluding mechanical, electrical, and utility portionsof the contract.2. Projects of less than $1 million where no building isinvolved. Surfacing and paving including, bututilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000.

HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craftclassifications subject to working inside a federally designedhazardous perimeter shall be elgible for compensation inaccordance with the following group schedule relative to thelevel of hazardous waste as outlined in the specific hazardouswaste project site safety plan.

H-1 Base wage rate when on a hazardous waste site when notoutfitted with protective clothing. H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour.

---------------------------------------------------------------- ENGI0370-002 06/01/2015

ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120THMERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMANAND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES

ZONE 1:

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1.....................$ 26.16 13.55 GROUP 2.....................$ 26.48 13.55 GROUP 3.....................$ 27.09 13.55 GROUP 4.....................$ 27.25 13.55 GROUP 5.....................$ 27.41 13.55 GROUP 6.....................$ 27.69 13.55 GROUP 7.....................$ 27.96 13.55 GROUP 8.....................$ 29.06 13.55

ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00

Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho

Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine

GROUP 2: A-frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog;

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable-concrete); Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator

GROUP 3: A-frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar); Elevating Grader-type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator

GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber-tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re-screening); Vacuum Drill (reverse circulation drill under 8 inch bit)

GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker

GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad-Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber-tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train)

GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic;

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber-tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator

GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot

BOOM PAY: (All Cranes, Including Tower)180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale

NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom.

HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification.

---------------------------------------------------------------- ENGI0612-012 06/01/2014

LEWIS,PIERCE, PACIFIC (portion lying north of a parallel lineextending west from the northern boundary of Wahkaikum Countyto the sea) AND THURSTON COUNTIES

ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACHGROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.

Zone 1 (0-25 radius miles):

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1A...................$ 38.39 17.40 GROUP 1AA..................$ 38.96 17.40 GROUP 1AAA.................$ 39.52 17.40 GROUP 1.....................$ 37.84 17.40 GROUP 2.....................$ 37.35 17.40 GROUP 3.....................$ 36.93 17.40 GROUP 4.....................$ 34.57 17.40

Zone Differential (Add to Zone 1 rates):Zone 2 (26-45 radius miles) = $1.00Zone 3 (Over 45 radius miles) - $1.30

BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments)

GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom

GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments

GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type

GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay

GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp

GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator

FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract.

2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded.

3. Marine projects (docks, wharfs, etc.) less than $150,000.

HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan.

H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour.H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

---------------------------------------------------------------- ENGI0701-002 01/01/2015

CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, ANDWAHKIAKUM COUNTIES

POWER RQUIPMENT OPERATORS: ZONE 1

Rates Fringes

POWER EQUIPMENT OPERATOR GROUP 1.....................$ 39.47 14.10 GROUP 1A....................$ 41.44 14.10 GROUP 1B....................$ 43.42 14.10 GROUP 2.....................$ 37.58 14.10 GROUP 3.....................$ 36.44 14.10 GROUP 4.....................$ 35.36 14.10 GROUP 5.....................$ 34.13 14.10 GROUP 6.....................$ 30.94 14.10

Zone Differential (add to Zone 1 rates): Zone 2 - $3.00Zone 3 - $6.00

For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED:

All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications.

All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications.

For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG

All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications.

All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications.

All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications.

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius

Group 1B

Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over

Group 2 Asphalt Plant (any type); Asphalt Roto-Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size

Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs.

Group 4

Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable-Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi-engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc.

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel-Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade-all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self-unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired Dozers and Pushers; Scraper, all types; Side-Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber-tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons

Group 5

Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumpcrete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber-tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self-Propelled; Tractor, Rubber-Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc.

Group 6

Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail,

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler-Driver

---------------------------------------------------------------- IRON0014-005 07/01/2015

ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,STEVENS, WALLA WALLA AND WHITMAN COUNTIES

Rates Fringes

IRONWORKER.......................$ 32.76 23.19---------------------------------------------------------------- IRON0029-002 07/01/2015

CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUMCOUNTIES

Rates Fringes

IRONWORKER.......................$ 34.12 23.04---------------------------------------------------------------- IRON0086-002 07/01/2015

YAKIMA, KITTITAS AND CHELAN COUNTIES

Rates Fringes

IRONWORKER.......................$ 32.76 23.19---------------------------------------------------------------- IRON0086-004 07/01/2015

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES

Rates Fringes

IRONWORKER.......................$ 40.04 23.19---------------------------------------------------------------- LABO0001-002 06/01/2014

ZONE 1:

Rates Fringes

Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1....................$ 22.49 10.30 GROUP 2....................$ 25.79 10.30 GROUP 3....................$ 32.29 10.30 GROUP 4....................$ 33.08 10.30 GROUP 5....................$ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1....................$ 18.95 10.30 GROUP 2....................$ 21.76 10.30 GROUP 3....................$ 23.85 10.30 GROUP 4....................$ 24.43 10.30 GROUP 5....................$ 24.85 10.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 - Projects within 25 radius miles of the respective

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $1.00ZONE 3 - $1.30

BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $2.25 LABORERS CLASSIFICATIONS

GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner)

GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car

GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer

GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer

GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line).

---------------------------------------------------------------- LABO0238-004 06/01/2014

PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120thMeridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA

SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,STEVENS & WHITMAN COUNTIES

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Rates Fringes

LABORER (PASCO) GROUP 1.....................$ 22.25 10.95 GROUP 2.....................$ 24.35 10.95 GROUP 3.....................$ 24.62 10.95 GROUP 4.....................$ 24.89 10.95 GROUP 5.....................$ 25.17 10.95LABORER (SPOKANE) GROUP 1.....................$ 21.95 10.95 GROUP 2.....................$ 24.05 10.95 GROUP 3.....................$ 24.32 10.95 GROUP 4.....................$ 24.59 10.95 GROUP 5.....................$ 24.87 10.95

Zone Differential (Add to Zone 1 rate): $2.00

BASE POINTS: Spokane, Pasco, Lewiston

Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office.

LABORERS CLASSIFICATIONS

GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner)

GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumpcrete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumpcrete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer

GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven)

GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all)

GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts)

---------------------------------------------------------------- LABO0238-006 06/01/2014

COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,WHITMAN

Rates Fringes

Hod Carrier......................$ 24.32 10.95---------------------------------------------------------------- LABO0335-001 06/01/2013

CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINEMADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTYWEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES

Rates Fringes

Laborers: ZONE 1: GROUP 1....................$ 28.65 10.05 GROUP 2....................$ 29.25 10.05 GROUP 3....................$ 29.69 10.05 GROUP 4....................$ 30.07 10.05 GROUP 5....................$ 26.15 10.05 GROUP 6....................$ 23.73 10.05 GROUP 7....................$ 20.53 10.05

Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65Zone 3 - 1.15Zone 4 - 1.70Zone 5 - 2.75

BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER

ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall.

LABORERS CLASSIFICATIONS

GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing,

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight-Man- Crusher (aggregate when used)

GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground)

GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster

GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel

GROUP 5: Traffic Flaggers

GROUP 6: Fence Builders

GROUP 7: Landscaping or Planting Laborers

---------------------------------------------------------------- LABO0335-019 09/01/2013

Rates Fringes

Hod Carrier......................$ 30.47 10.05---------------------------------------------------------------- PAIN0005-002 07/01/2015

STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),SKAMANIA, AND WAHKIAKUM COUNTIES

Rates Fringes

Painters: STRIPERS....................$ 27.44 14.09---------------------------------------------------------------- PAIN0005-004 03/01/2009

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

WHATCOM COUNTIES

Rates Fringes

PAINTER..........................$ 20.82 7.44----------------------------------------------------------------* PAIN0005-006 07/01/2015

ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,WHITMAN AND YAKIMA COUNTIES

Rates Fringes

PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting............$ 28.15 10.85 Over 30'/Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray....$ 23.05 10.85 Lead Abatement, Asbestos Abatement...................$ 21.50 7.98

*$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet.

---------------------------------------------------------------- PAIN0055-003 07/01/2015

CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUMCOUNTIES

Rates Fringes

PAINTER Brush & Roller..............$ 22.47 10.13 High work - All work 60 ft. or higher...............$ 23.22 10.13 Spray and Sandblasting......$ 23.07 10.13---------------------------------------------------------------- PAIN0055-006 11/01/2014

CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES

Rates Fringes

Painters: HIGHWAY & PARKING LOT STRIPER.....................$ 33.43 11.08---------------------------------------------------------------- PLAS0072-004 06/01/2015

ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PENDOREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMACOUNTIES

Rates Fringes

CEMENT MASON/CONCRETE FINISHER ZONE 1......................$ 27.01 12.59

Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00

BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office

---------------------------------------------------------------- PLAS0528-001 06/01/2015

CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES

Rates Fringes

CEMENT MASON CEMENT MASON................$ 38.52 15.43 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.......$ 39.02 15.43 TROWLING MACHINE OPERATOR ON COMPOSITION..............$ 39.02 15.43---------------------------------------------------------------- PLAS0555-002 06/01/2015

CLARK, KLICKITAT AND SKAMANIA COUNTIES

ZONE 1:

Rates Fringes

CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 30.58 18.18 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD............$ 30.58 18.18 CEMENT MASONS...............$ 29.98 18.18 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 31.18 18.18

Zone Differential (Add To Zone 1 Rates):Zone 2 - $0.65Zone 3 - 1.15Zone 4 - 1.70Zone 5 - 3.00

BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER

ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall.ZONE 5: More than 80 miles from the respective city hall

---------------------------------------------------------------- TEAM0037-002 06/01/2014

CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight linemade by extending the north boundary line of Wahkiakum Countywest to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES

Rates Fringes

Truck drivers: ZONE 1 GROUP 1....................$ 26.90 14.37 GROUP 2....................$ 27.02 14.37 GROUP 3....................$ 27.15 14.37 GROUP 4....................$ 27.41 14.37 GROUP 5....................$ 27.63 14.37 GROUP 6....................$ 27.79 14.37 GROUP 7....................$ 27.99 14.37

Zone Differential (Add to Zone 1 Rates):Zone 2 - $0.65Zone 3 - 1.15Zone 4 - 1.70Zone 5 - 2.75

BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER

ZONE 1: Projects within 30 miles of the respective city

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

hall.

ZONE 2: More than 30 miles but less than 40 miles from the respective city hall.

ZONE 3: More than 40 miles but less than 50 miles from the respective city hall.

ZONE 4: More than 50 miles but less than 80 miles from the respective city hall.

ZONE 5: More than 80 miles from the respective city hall.

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman

GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons

GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons

GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons

GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks

GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck

GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate)

----------------------------------------------------------------* TEAM0174-001 06/01/2015

CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,MASON, PACIFIC (North of a straight line made by extending the

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

north boundary line of Wahkiakum County west to the PacificOcean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON ANDWHATCOM COUNTIES

Rates Fringes

Truck drivers: ZONE A: GROUP 1:...................$ 32.18 17.27 GROUP 2:...................$ 31.34 17.27 GROUP 3:...................$ 28.53 17.27 GROUP 4:...................$ 23.56 17.27 GROUP 5:...................$ 31.73 17.27

ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIAEVERETT SHELTON ANACORTES BELLEVUESEATTLE PORT ANGELES MT. VERNON KENTTACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3,000 gallons and over capacity

GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks-less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment

GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only)

GROUP 4 - Escort or Pilot Car

GROUP 5 - Mechanic

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows:

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line.

---------------------------------------------------------------- TEAM0690-004 01/01/2014

ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PENDOREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMACOUNTIES

Rates Fringes

Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1....................$ 20.17 15.19 GROUP 2....................$ 22.44 15.19 GROUP 3....................$ 22.94 15.19 GROUP 4....................$ 23.27 15.19 GROUP 5....................$ 23.38 15.19 GROUP 6....................$ 23.55 15.19 GROUP 7....................$ 24.08 15.19 GROUP 8....................$ 24.44 15.19 AREA 2 GROUP 1....................$ 21.77 15.19 GROUP 2....................$ 24.31 15.19 GROUP 3....................$ 24.42 15.19 GROUP 4....................$ 24.75 15.19 GROUP 5....................$ 24.86 15.19 GROUP 6....................$ 25.02 15.19 GROUP 7....................$ 25.56 15.19 GROUP 8....................$ 25.88 15.19

Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)

BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material

GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment)

GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck

GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)

GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.)

GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons)

GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons);

GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials

Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing.

LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus.

Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours.

NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particular

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

rate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initial

http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=14[11/18/2015 12:40:51 PM]

contact is not satisfactory, then the process described in 2.)and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

http://www.wdol.gov/wdol/scafiles/davisbacon/WA3.dvb?v=0[11/18/2015 12:49:34 PM]

General Decision Number: WA150003 01/02/2015 WA3

Superseded General Decision Number: WA20140003

State: Washington

Construction Types: Heavy Dredging

Counties: Washington Statewide.STATEWIDE

SELF-PROPELLED HOPPER DREDGING

Note: Executive Order (EO) 13658 establishes an hourly minimumwage of $10.10 for 2015 that applies to all contracts subjectto the Davis-Bacon Act for which the solicitation is issued onor after January 1, 2015. If this contract is covered by theEO, the contractor must pay all workers in any classificationlisted on this wage determination at least $10.10 (or theapplicable wage rate listed on this wage determination, if itis higher) for all hours spent performing on the contract. TheEO minimum wage rate will be adjusted annually. Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/02/2015

SUWA1993-015 09/01/1991

Rates Fringes

Self-Propelled Hopper Dredge, Drag Tender............$ 8.78 4.23+a

FOOTNOTE: a. Nine paid holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Paul Hall's Birthday (August 20th), Veterans Day, Thanksgiving Day and Christmas Day.----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of the

http://www.wdol.gov/wdol/scafiles/davisbacon/WA3.dvb?v=0[11/18/2015 12:49:34 PM]

most current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

http://www.wdol.gov/wdol/scafiles/davisbacon/WA3.dvb?v=0[11/18/2015 12:49:34 PM]

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION?

http://www.wdol.gov/wdol/scafiles/davisbacon/WA36.dvb?v=7[11/18/2015 12:43:29 PM]

General Decision Number: WA150036 09/25/2015 WA36

Superseded General Decision Number: WA20140036

State: Washington

Construction Type: Building

County: King County in Washington.

BUILDING CONSTRUCTION PROJECTS (does not include single familyhomes or apartments up to and including 4 stories).

Note: Executive Order (EO) 13658 establishes an hourly minimumwage of $10.10 for 2015 that applies to all contracts subjectto the Davis-Bacon Act for which the solicitation is issued onor after January 1, 2015. If this contract is covered by theEO, the contractor must pay all workers in any classificationlisted on this wage determination at least $10.10 (or theapplicable wage rate listed on this wage determination, if itis higher) for all hours spent performing on the contract. TheEO minimum wage rate will be adjusted annually. Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/02/2015 1 05/29/2015 2 06/12/2015 3 06/26/2015 4 07/03/2015 5 07/24/2015 6 09/04/2015 7 09/25/2015

ASBE0007-002 06/01/2015

Rates Fringes

ASBESTOS WORKER/HEAT & FROST INSULATOR........................$ 46.21 16.97---------------------------------------------------------------- BRWA0001-011 06/01/2015

Rates Fringes

Bricklayers, Caulkers............$ 37.54 14.77---------------------------------------------------------------- CARP0770-020 06/01/2015

Rates Fringes

CARPENTER (Acoustical Installation)....................$ 40.36 13.66CARPENTER (Including Formwork, Drywall Hanging, Cabinet Installation; Insulator-Batt and Metal Stud Installation)....................$ 40.36 13.66MILLWRIGHT.......................$ 41.86 13.66PILEDRIVERMAN....................$ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities:

Seattle Olympia BellinghamAuburn Bremerton AnacortesRenton Shelton YakimaAberdeen-Hoquiam Tacoma WenatcheeEllensburg Everett Port AngelesCentralia Mount Vernon SunnysideChelan Pt. Townsend

Zone Pay:0 -25 radius miles Free

http://www.wdol.gov/wdol/scafiles/davisbacon/WA36.dvb?v=7[11/18/2015 12:43:29 PM]

26-35 radius miles $1.00/hour36-45 radius miles $1.15/hour46-55 radius miles $1.35/hourOver 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center

Zone Pay:0 -25 radius miles Free26-45 radius miles $ .70/hourOver 45 radius miles $1.50/hour

---------------------------------------------------------------- ELEC0046-006 02/04/2013

Rates Fringes

ELECTRICIAN......................$ 42.61 3%+15.96---------------------------------------------------------------- ELEC0046-007 02/03/2014

Rates Fringes

ELECTRICIAN (Alarm Installation Only)...............$ 29.34 3%+10.60ELECTRICIAN (Low Voltage Wiring Only).....................$ 29.34 3%+10.60---------------------------------------------------------------- ELEV0019-005 01/01/2014

Rates Fringes

ELEVATOR MECHANIC................$ 47.76 27.085+a+b

FOOTNOTE: a. Employer contributes 8% of the basic hourly rate for over 5 year's service and 6% of the basic hourly rate for 6 months to 5 years' of service as vacation paid credit. b. Eight paid holidays: New Year's Day; Memorial Day; Independence Day; Labor Day; Veteran's Day; Thanksgiving Day; Friday after Thanksgiving and Christmas Day

---------------------------------------------------------------- ENGI0302-019 06/01/2013

Rates Fringes

Power equipment operators: Group 1A...................$ 37.39 16.65 Group 1AA..................$ 37.96 16.65 Group 1AAA.................$ 38.52 16.65 Group 1.....................$ 36.84 16.65 Group 2.....................$ 36.35 16.65 Group 3.....................$ 35.93 16.65 Group 4.....................$ 33.57 16.65

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Excavator/Trackhoe: Over 90 metric tons

GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Loaders-overhead, 8 yards and over; excavator/Trackhoe: over 50 metric tons to 90 metric tons

GROUP 1 - Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Excavator/Trackhoe: over 30 metric tons to 50 metric tons; Loader- overhead 6 yards to, but not including 8 yards; Dozer D-10; Screedman; Scrapers: 45 yards and over; Grader/Blade

http://www.wdol.gov/wdol/scafiles/davisbacon/WA36.dvb?v=7[11/18/2015 12:43:29 PM]

GROUP 2 - Cranes, 20 tons thru 44 tons with attachments; Drilling machine; Excavator/Trackhoe: 15 to 30 metric tons; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Crane Oiler-100 Tons and Over; Compactor; Scraper: under 45 tons

GROUP 3 - Cranes-thru 19 tons with attachments; Dozers-D-9 and under; Motor patrol grader-nonfinishing; Roller-Plant Mix; Crane Oiler under 100 tons; Excavator/Trackhoe: under 15 metric tons; Forklift: 3000 lbs and over with attachments; Service Oiler; Concrete Pump; Outside Hoist (Elevators and Manlifts); Pump Grout

GROUP 4 - Roller-other than plant mix; Forklift: under 3000 lbs with attachments; Bobcat; Rigger/Bellman

---------------------------------------------------------------- IRON0086-010 07/01/2015

Rates Fringes

IRONWORKER (Reinforcing, Structural and Ornamental).......$ 40.04 23.19---------------------------------------------------------------- LABO0001-016 06/01/2014

ZONE 1:

Rates Fringes

Laborers: GROUP 2.....................$ 25.79 10.30 GROUP 3.....................$ 32.29 10.30 GROUP 4.....................$ 33.08 10.30 GROUP 5.....................$ 33.62 10.30

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $1.00ZONE 3 - $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: General Laborer; Mason Tender-Cement/Concrete; Chipping Gun (under 30 lbs.); Form Stripping; Roof Tearoff

GROUP 4: Chipping Gun (over 30 lbs.); Concrete Saw Operator; Grade Checker; Gunite; Pipe Layer; Vibrating Plate

GROUP 5: Mason Tender-Brick

---------------------------------------------------------------- PAIN0005-029 07/01/2015

Rates Fringes

DRYWALL FINISHER/TAPER...........$ 37.65 16.12---------------------------------------------------------------- PAIN0005-030 07/01/2013

Rates Fringes

Painters: Parking Lot and Highway Striping Only...............$ 28.00 14.33---------------------------------------------------------------- PAIN0005-031 07/01/2015

Rates Fringes

http://www.wdol.gov/wdol/scafiles/davisbacon/WA36.dvb?v=7[11/18/2015 12:43:29 PM]

PAINTER (Including Brush, Roller, Spray and Prep Work).....$ 29.15 10.78---------------------------------------------------------------- PAIN0188-005 07/01/2015

Rates Fringes

GLAZIER..........................$ 40.00 16.00----------------------------------------------------------------* PAIN1238-002 08/17/2015

Rates Fringes

SOFT FLOOR LAYER (Including Vinyl and Carpet)................$ 28.75 15.08---------------------------------------------------------------- PLAS0528-002 07/01/2015

Rates Fringes

PLASTERER........................$ 36.20 15.23---------------------------------------------------------------- PLAS0528-004 06/01/2015

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 38.52 15.43---------------------------------------------------------------- PLUM0032-009 01/01/2014

Rates Fringes

PIPEFITTER.......................$ 51.81 18.1PLUMBER (Including HVAC Pipe Installation)....................$ 51.81 18.1REFRIGERATION MECHANIC...........$ 51.32 18.25---------------------------------------------------------------- ROOF0054-008 06/01/2014

Rates Fringes

ROOFER (Includes Roof Tear Off, Waterproofing, and Installation of Metal Roofs).....$ 32.07 12.62---------------------------------------------------------------- SFWA0699-006 01/01/2014

Rates Fringes

SPRINKLER FITTER (Fire Sprinklers)......................$ 45.62 22.92---------------------------------------------------------------- SHEE0066-023 06/01/2012

Rates Fringes

Sheet Metal Worker (Including HVAC Duct Work and Installation of HVAC Systems)....$ 44.44 22.49----------------------------------------------------------------* TEAM0174-005 06/01/2015

Rates Fringes

Truck drivers: ZONE A: GROUP 2:...................$ 32.18 17.27

ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIAEVERETT SHELTON ANACORTES BELLEVUESEATTLE PORT ANGELES MT. VERNON KENTTACOMA PORT TOWNSEND ABERDEEN BREMERTON

http://www.wdol.gov/wdol/scafiles/davisbacon/WA36.dvb?v=7[11/18/2015 12:43:29 PM]

TRUCK DRIVERS CLASSIFICATIONS

GROUP 2 - Semi-Trailer Truck

HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line.

---------------------------------------------------------------- SUWA2009-024 05/22/2009

Rates Fringes

LABORER: Driller................$ 17.17 5.36 LABORER: Irrigation.............$ 11.58 0.00 LABORER: Landscape..............$ 9.73 0.00 LABORER: Overhead Door Installation.....................$ 22.31 3.44 OPERATOR: Backhoe...............$ 29.95 7.20 OPERATOR: Mechanic..............$ 24.33 4.33 ROOFER: Metal Roof..............$ 24.30 4.05 TILE SETTER......................$ 18.72 3.35 TRUCK DRIVER: Dump Truck........$ 27.43 0.00----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),a survey rate (weighted average rate) or a union average rate(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of the

http://www.wdol.gov/wdol/scafiles/davisbacon/WA36.dvb?v=7[11/18/2015 12:43:29 PM]

most current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

http://www.wdol.gov/wdol/scafiles/davisbacon/WA36.dvb?v=7[11/18/2015 12:43:29 PM]

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

http://www.wdol.gov/wdol/scafiles/davisbacon/WA105.dvb?v=4[11/18/2015 12:42:29 PM]

General Decision Number: WA150105 03/20/2015 WA105

Superseded General Decision Number: WA20140105

State: Washington

Construction Type: Heavy Dredging

Counties: Washington Statewide.

DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site inBenton and Franklin Counties)

Note: Executive Order (EO) 13658 establishes an hourly minimumwage of $10.10 for 2015 that applies to all contracts subjectto the Davis-Bacon Act for which the solicitation is issued onor after January 1, 2015. If this contract is covered by theEO, the contractor must pay all workers in any classificationlisted on this wage determination at least $10.10 (or theapplicable wage rate listed on this wage determination, if itis higher) for all hours spent performing on the contract. TheEO minimum wage rate will be adjusted annually. Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/02/2015 1 01/16/2015 2 02/27/2015 3 03/06/2015 4 03/20/2015

* ENGI0302-030 06/01/2014

CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OFTHE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE120TH MERIDIAN) COUNTIES

Rates Fringes

DREDGING GROUP 1.....................$ 35.93 17.40 GROUP 2.....................$ 36.93 17.40 GROUP 3.....................$ 37.35 17.40 GROUP 4.....................$ 38.39 17.40 GROUP 5.....................$ 36.93 17.40 GROUP 6.....................$ 37.35 17.40

ZONE 2 (26-45 radius miles) - Add $1.00 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.30 to Zone 1 rates

BASEPOINTS: Kent, Everett, Mt. Vernon, Bellingham, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, and Yakima

WORK PERFORMED ON HYDRAULIC DREDGES:

GROUP 1: Assistant Mate (DeckhandGROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and BoatmenGROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance

---------------------------------------------------------------- ENGI0370-006 06/01/2013

ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120THMERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMANAND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES

http://www.wdol.gov/wdol/scafiles/davisbacon/WA105.dvb?v=4[11/18/2015 12:42:29 PM]

WORK PERFORMED ON HYDRAULIC DREDGES

Rates Fringes

Hydraulic Dredge GROUP 1:....................$ 25.56 12.85 GROUP 2:....................$ 25.88 12.85 GROUP 3:....................$ 26.49 12.85 GROUP 4:....................$ 26.65 12.85 GROUP 5:....................$ 26.81 12.85 GROUP 6:....................$ 27.09 12.85 GROUP 7:....................$ 27.36 12.85

GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump)GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: OilerGROUP 7: Mates & Boatman

HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS.

---------------------------------------------------------------- ENGI0612-013 06/01/2014

LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF APARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OFWAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) ANDTHURSTON COUNTIES

PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shownbelow)

Rates Fringes

POWER EQUIPMENT OPERATOR WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1....................$ 35.93 17.40 GROUP 2....................$ 36.93 17.40 GROUP 3....................$ 37.35 17.40 GROUP 4....................$ 38.39 17.40 GROUP 5....................$ 36.93 17.40 GROUP 6....................$ 37.35 17.40

ZONE 2 (26-45 radius miles) - Add $1.00 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.30 to Zone 1 rates

BASEPOINTS: Tacoma, Olympia, and Centralia

CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded.3. Marine projects (docts, wharfs, etc.) less than $150,000

WORK PERFORMED ON HYDRAULIC DREDGES:

GROUP 1: Assistant Mate (DeckhandGROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and BoatmenGROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance

http://www.wdol.gov/wdol/scafiles/davisbacon/WA105.dvb?v=4[11/18/2015 12:42:29 PM]

HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS

HANDLING OF HAZARDOUS WASTE MATERIALS

H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour.H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.

----------------------------------------------------------------* ENGI0701-003 01/01/2015

CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, ANDWAHKIAKUM COUNTIES

DREDGING:

Rates Fringes

Dredging: ZONE A ASSISTANT ENGINEER.........$ 42.80 14.35 ASSISTANT MATE.............$ 37.44 14.35 LEVERMAN, DIPPER, FLOATING CLAMSHELL.........$ 45.96 14.35 LEVERMAN, HYDRAULIC........$ 45.96 14.35 TENDERMAN..................$ 41.31 14.35 ZONE B ASSISTANT ENGINEER.........$ 45.80 14.35 ASSISTANT MATE.............$ 40.44 14.35 LEVERMAN, DIPPER, FLOATING CLAMSHELL.........$ 48.96 14.35 LEVERMAN, HYDRAULIC........$ 48.96 14.35 TENDERMAN..................$ 44.31 14.35 ZONE C ASSISTANT ENGINEER.........$ 48.80 14.35 ASSISTANT MATE.............$ 43.44 14.35 LEVERMAN, DIPPER, FLOATING CLAMSHELL.........$ 51.96 14.35 LEVERMAN, HYDRAULIC........$ 51.96 14.35 TENDERMAN..................$ 47.31 14.35

ZONE DESCRIPTION FOR DREDGING:

ZONE A - All jobs or projects located within 30 road miles of Portland City Hall.ZONE B - Over 30-60 road miles from Portland City Hall. ZONE C - Over 60 road miles from Portland City Hall.

*All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project.

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),

http://www.wdol.gov/wdol/scafiles/davisbacon/WA105.dvb?v=4[11/18/2015 12:42:29 PM]

a survey rate (weighted average rate) or a union average rate(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)

http://www.wdol.gov/wdol/scafiles/davisbacon/WA105.dvb?v=4[11/18/2015 12:42:29 PM]

and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

http://www.wdol.gov/wdol/scafiles/davisbacon/WA95.dvb?v=5[11/18/2015 12:44:16 PM]

General Decision Number: WA150095 09/04/2015 WA95

Superseded General Decision Number: WA20140095

State: Washington

Construction Type: Heavyincluding water and sewer line construction

County: King County in Washington.

HEAVY CONSTRUCTION PROJECTS (including sewer/waterconstruction).

Note: Executive Order (EO) 13658 establishes an hourly minimumwage of $10.10 for 2015 that applies to all contracts subjectto the Davis-Bacon Act for which the solicitation is issued onor after January 1, 2015. If this contract is covered by theEO, the contractor must pay all workers in any classificationlisted on this wage determination at least $10.10 (or theapplicable wage rate listed on this wage determination, if itis higher) for all hours spent performing on the contract. TheEO minimum wage rate will be adjusted annually. Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/02/2015 1 06/12/2015 2 06/26/2015 3 07/03/2015 4 07/24/2015 5 09/04/2015

ASBE0007-001 06/01/2015

Rates Fringes

ASBESTOS WORKER/HEAT & FROST INSULATOR (Pipe and Duct Insulation)......................$ 46.21 16.97---------------------------------------------------------------- CARP0770-030 06/01/2015

Rates Fringes

CARPENTER (Including Formwork)...$ 40.36 13.66MILLWRIGHT.......................$ 41.86 13.66PILEDRIVERMAN....................$ 40.61 13.66

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS

Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities:

Seattle Olympia BellinghamAuburn Bremerton AnacortesRenton Shelton YakimaAberdeen-Hoquiam Tacoma WenatcheeEllensburg Everett Port AngelesCentralia Mount Vernon SunnysideChelan Pt. Townsend

Zone Pay:0 -25 radius miles Free26-35 radius miles $1.00/hour36-45 radius miles $1.15/hour46-55 radius miles $1.35/hourOver 55 radius miles $1.55/hour

(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY)

Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center

Zone Pay:

http://www.wdol.gov/wdol/scafiles/davisbacon/WA95.dvb?v=5[11/18/2015 12:44:16 PM]

0 -25 radius miles Free26-45 radius miles $ .70/hourOver 45 radius miles $1.50/hour

---------------------------------------------------------------- ELEC0046-006 02/04/2013

Rates Fringes

ELECTRICIAN......................$ 42.61 3%+15.96---------------------------------------------------------------- ELEC0077-001 02/01/2013

Rates Fringes

Line Construction: LINEMEN.....................$ 45.62 4%+12.90---------------------------------------------------------------- ENGI0302-026 06/01/2013

Rates Fringes

Power equipment operators: Group 1A...................$ 37.39 16.65 Group 1AA..................$ 37.96 16.65 Group 1AAA.................$ 38.52 16.65 Group 1.....................$ 36.84 16.65 Group 2.....................$ 36.35 16.65 Group 3.....................$ 35.93 16.65 Group 4.....................$ 33.57 16.65

Zone Differential (Add to Zone 1 rates):Zone 2 (26-45 radius miles) - $1.00Zone 3 (Over 45 radius miles) - $1.30

BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments);Tower crane over 175 ft in height, base to boom; Excavator/Trackhoe: Over 90 metric tons

GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments);Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; excavator/Trackhoe: over 50 metric tons to 90 metric tons; Backhoe- 6 yards and over with attachments

GROUP 1 - Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments);Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator/Trackhoe: over 30 metric tons to 50 metric tons; Loader- overhead 6 yards to, but not including 8 yards; Dozer D-10; Screedman; Scrapers: 45 yards and over; Grader/Blade; Paver

GROUP 2 - Cranes, 20 tons thru 44 tons with attachments;Crane-overhead, bridge type-20 tons through 44 tons; Drilling machine; Excavator/Trackhoe: 15 to 30 metric tons; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Crane Oiler-100 Tons and Over; Scraper: under 45 tons; Backhoe- 3 yards and under; Mechanic; Piledriver; Boring Machine

GROUP 3 - Cranes-thru 19 tons with attachments;A-frame crane over 10 tons; Dozers-D-9 and under; Motor patrol grader-nonfinishing; Roller-Plant Mix; Crane Oiler under 100 tons; Excavator/Trackhoe: under 15 metric tons; Service Oiler; Conveyors; Backhoe 75 hp and under; Boom Truck over 10 tons

GROUP 4 - Cranes-A frame-10 tons and under; Roller-other than plant mix; Rigger/Bellman; Grade Checker; Drill Assistant;

http://www.wdol.gov/wdol/scafiles/davisbacon/WA95.dvb?v=5[11/18/2015 12:44:16 PM]

Boom Truck 10 tons and under

---------------------------------------------------------------- IRON0086-010 07/01/2015

Rates Fringes

IRONWORKER (Reinforcing, Structural and Ornamental).......$ 40.04 23.19---------------------------------------------------------------- LABO0001-025 06/01/2014

ZONE 1:

Rates Fringes

Laborers: GROUP 2.....................$ 25.79 10.30 GROUP 3.....................$ 32.29 10.30 GROUP 4.....................$ 33.08 10.30 GROUP 5.....................$ 33.62 10.30

ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):ZONE 2 - $1.00ZONE 3 - $1.30

BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON

ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS

GROUP 2: Flagman

GROUP 3: General Laborer; Mason Tender-Cement/Concrete; Form Stripping;Sign Erector/Installer

GROUP 4: Grade Checker; Pipe Layer; Handheld Drill; High Scaler; Jackhammer

GROUP 5: Mason Tender-Brick

---------------------------------------------------------------- PAIN0005-008 07/01/2015

Rates Fringes

PAINTER (Brush, Roller and Spray)...........................$ 23.05 10.85---------------------------------------------------------------- PLAS0528-004 06/01/2015

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 38.52 15.43---------------------------------------------------------------- PLUM0032-011 01/01/2014

Rates Fringes

Plumbers and Pipefitters.........$ 51.81 18.1----------------------------------------------------------------* TEAM0174-003 06/01/2015

Rates Fringes

Truck drivers: ZONE A: GROUP 1:...................$ 31.34 17.27 GROUP 2:...................$ 32.18 17.27

ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add

http://www.wdol.gov/wdol/scafiles/davisbacon/WA95.dvb?v=5[11/18/2015 12:44:16 PM]

$1.00 per hour to Zone A rates.

*Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIAEVERETT SHELTON ANACORTES BELLEVUESEATTLE PORT ANGELES MT. VERNON KENTTACOMA PORT TOWNSEND ABERDEEN BREMERTON

TRUCK DRIVERS CLASSIFICATIONS

GROUP 1 - Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment.; Water Truck-3,000 gallons and over; Semi-Trailer Truck

GROUP 2 - Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Water Truck- less than 3,000 gallons HAZMAT PROJECTS

Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line.

---------------------------------------------------------------- SUWA2009-061 08/07/2009

Rates Fringes

LABORER: Landscape & Irrigation.......................$ 8.77 1.80 OPERATOR: Asphalt Plant.........$ 34.14 0.68 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 10.63 0.00 OPERATOR: Broom/Sweeper.........$ 30.39 3.77 OPERATOR: Forklift..............$ 28.03 7.28 OPERATOR: Power Shovel..........$ 25.12 7.83 TRUCK DRIVER: Flatbed Truck.....$ 22.74 6.29 TRUCK DRIVER: Lowboy Truck......$ 22.89 5.72----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is a union rate (current union negotiated rate for local),

http://www.wdol.gov/wdol/scafiles/davisbacon/WA95.dvb?v=5[11/18/2015 12:44:16 PM]

a survey rate (weighted average rate) or a union average rate(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)

http://www.wdol.gov/wdol/scafiles/davisbacon/WA95.dvb?v=5[11/18/2015 12:44:16 PM]

and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Effective Date: 9/2/15 1 of 15 Prevailing Wage Rates  

State of Washington Department of Labor & Industries

Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540

Washington State Prevailing Wage KING COUNTY

The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the

Benefit Code Key.

Prevailing Wage Rates published on: 8/3/2015 Effective Date: 9/2/2015

Trade Job Classification Wage Holiday Overtime Note

Asbestos Abatement Workers Journey Level $43.95 5D 1H Boilermakers Journey Level $64.29 5N 1C Brick Mason Journey Level $52.82 5A 1M Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M Building Service Employees Janitor $22.09 5S 2F Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F Building Service Employees Window Cleaner (Non-Scaffold) $24.94 5S 2F Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F Cabinet Makers (In Shop) Journey Level $22.74 1 Carpenters Acoustical Worker $54.02 5D 4C Carpenters Bridge, Dock And Wharf Carpenters $54.02 5D 4C Carpenters Carpenter $54.02 5D 4C Carpenters Carpenters on Stationary Tools $54.15 5D 4C Carpenters Creosoted Material $54.12 5D 4C Carpenters Floor Finisher $54.02 5D 4C Carpenters Floor Layer $54.02 5D 4C Carpenters Scaffold Erector $54.02 5D 4C Cement Masons Journey Level $53.95 7A 1M Divers & Tenders Diver $107.22 5D 4C 8A Divers & Tenders Diver On Standby $64.42 5D 4C Divers & Tenders Diver Tender $58.33 5D 4C Divers & Tenders Surface Rcv & Rov Operator $58.33 5D 4C Divers & Tenders Surface Rcv & Rov Operator Tender $54.27 5A 4C Dredge Workers Assistant Engineer $56.44 5D 3F Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Dredge Workers Boatmen $56.44 5D 3F Dredge Workers Engineer Welder $57.51 5D 3F Dredge Workers Leverman, Hydraulic $58.67 5D 3F Dredge Workers Mates $56.44 5D 3F Dredge Workers Oiler $56.00 5D 3F Drywall Applicator Journey Level $54.02 5D 1H Drywall Tapers Journey Level $54.07 5P 1E Electrical Fixture Maintenance Workers

Journey Level $26.59 5L 1E

Effective Date: 9/2/15 2 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Electricians - Inside Cable Splicer $66.76 7C 4E Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E Electricians - Inside Certified Welder $64.54 7C 4E Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E Electricians - Inside Construction Stock Person $37.19 7C 4E Electricians - Inside Journey Level $62.30 7C 4E Electricians - Inside Journey Level (tunnel) $66.76 7C 4E Electricians - Motor Shop Craftsman $15.37 1 Electricians - Motor Shop Journey Level $14.69 1 Electricians - Powerline Construction

Cable Splicer $69.95 5A 4D

Electricians - Powerline Construction

Certified Line Welder $63.97 5A 4D

Electricians - Powerline Construction

Groundperson $43.62 5A 4D

Electricians - Powerline Construction

Heavy Line Equipment Operator $63.97 5A 4D

Electricians - Powerline Construction

Journey Level Lineperson $63.97 5A 4D

Electricians - Powerline Construction

Line Equipment Operator $53.81 5A 4D

Electricians - Powerline Construction

Pole Sprayer $63.97 5A 4D

Electricians - Powerline Construction

Powderperson $47.55 5A 4D

Electronic Technicians Journey Level $31.00 1 Elevator Constructors Mechanic $82.67 7D 4A Elevator Constructors Mechanic In Charge $89.40 7D 4A Fabricated Precast Concrete Products

All Classifications - In-Factory Work Only

$15.90 5B 1R

Fence Erectors Fence Erector $15.18 1 Flaggers Journey Level $37.26 7A 3I Glaziers Journey Level $56.16 7L 1Y Heat & Frost Insulators And Asbestos Workers

Journeyman $63.18 5J 1S

Heating Equipment Mechanics Journey Level $72.83 7F 1E Hod Carriers & Mason Tenders Journey Level $45.32 7A 3I Industrial Power Vacuum Cleaner

Journey Level $9.47 1

Inland Boatmen Boat Operator $56.78 5B 1K Inland Boatmen Cook $53.30 5B 1K Inland Boatmen Deckhand $53.30 5B 1K Inland Boatmen Deckhand Engineer $54.32 5B 1K Inland Boatmen Launch Operator $55.57 5B 1K Inland Boatmen Mate $55.57 5B 1K Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Cleaner Operator, Foamer Operator $31.49 1

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Grout Truck Operator $11.48 1

   

Effective Date: 9/2/15 3 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Head Operator $24.91 1

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Technician $19.33 1

Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Tv Truck Operator $20.45 1

Insulation Applicators Journey Level $54.02 5D 4C Ironworkers Journeyman $63.53 7N 1O Laborers Air, Gas Or Electric Vibrating Screed $43.95 7A 3I Laborers Airtrac Drill Operator $45.32 7A 3I Laborers Ballast Regular Machine $43.95 7A 3I Laborers Batch Weighman $37.26 7A 3I Laborers Brick Pavers $43.95 7A 3I Laborers Brush Cutter $43.95 7A 3I Laborers Brush Hog Feeder $43.95 7A 3I Laborers Burner $43.95 7A 3I Laborers Caisson Worker $45.32 7A 3I Laborers Carpenter Tender $43.95 7A 3I Laborers Caulker $43.95 7A 3I Laborers Cement Dumper-paving $44.76 7A 3I Laborers Cement Finisher Tender $43.95 7A 3I Laborers Change House Or Dry Shack $43.95 7A 3I Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 3I Laborers Chipping Gun(30 Lbs. And Over) $44.76 7A 3I Laborers Choker Setter $43.95 7A 3I Laborers Chuck Tender $43.95 7A 3I Laborers Clary Power Spreader $44.76 7A 3I Laborers Clean-up Laborer $43.95 7A 3I Laborers Concrete Dumper/chute Operator $44.76 7A 3I Laborers Concrete Form Stripper $43.95 7A 3I Laborers Concrete Placement Crew $44.76 7A 3I Laborers Concrete Saw Operator/core Driller $44.76 7A 3I Laborers Crusher Feeder $37.26 7A 3I Laborers Curing Laborer $43.95 7A 3I Laborers Demolition: Wrecking & Moving (incl.

Charred Material) $43.95 7A 3I

Laborers Ditch Digger $43.95 7A 3I Laborers Diver $45.32 7A 3I Laborers Drill Operator (hydraulic,diamond) $44.76 7A 3I Laborers Dry Stack Walls $43.95 7A 3I Laborers Dump Person $43.95 7A 3I Laborers Epoxy Technician $43.95 7A 3I Laborers Erosion Control Worker $43.95 7A 3I Laborers Faller & Bucker Chain Saw $44.76 7A 3I Laborers Fine Graders $43.95 7A 3I Laborers Firewatch $37.26 7A 3I Laborers Form Setter $43.95 7A 3I

   

Effective Date: 9/2/15 4 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Laborers Gabian Basket Builders $43.95 7A 3I Laborers General Laborer $43.95 7A 3I Laborers Grade Checker & Transit Person $45.32 7A 3I Laborers Grinders $43.95 7A 3I Laborers Grout Machine Tender $43.95 7A 3I Laborers Groutmen (pressure)including Post

Tension Beams $44.76 7A 3I

Laborers Guardrail Erector $43.95 7A 3I Laborers Hazardous Waste Worker (level A) $45.32 7A 3I Laborers Hazardous Waste Worker (level B) $44.76 7A 3I Laborers Hazardous Waste Worker (level C) $43.95 7A 3I Laborers High Scaler $45.32 7A 3I Laborers Jackhammer $44.76 7A 3I Laborers Laserbeam Operator $44.76 7A 3I Laborers Maintenance Person $43.95 7A 3I Laborers Manhole Builder-mudman $44.76 7A 3I Laborers Material Yard Person $43.95 7A 3I Laborers Motorman-dinky Locomotive $44.76 7A 3I Laborers Nozzleman (concrete Pump, Green

Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla

$44.76 7A 3I

Laborers Pavement Breaker $44.76 7A 3I Laborers Pilot Car $37.26 7A 3I Laborers Pipe Layer Lead $45.32 7A 3I Laborers Pipe Layer/tailor $44.76 7A 3I Laborers Pipe Pot Tender $44.76 7A 3I Laborers Pipe Reliner $44.76 7A 3I Laborers Pipe Wrapper $44.76 7A 3I Laborers Pot Tender $43.95 7A 3I Laborers Powderman $45.32 7A 3I Laborers Powderman's Helper $43.95 7A 3I Laborers Power Jacks $44.76 7A 3I Laborers Railroad Spike Puller - Power $44.76 7A 3I Laborers Raker - Asphalt $45.32 7A 3I Laborers Re-timberman $45.32 7A 3I Laborers Remote Equipment Operator $44.76 7A 3I Laborers Rigger/signal Person $44.76 7A 3I Laborers Rip Rap Person $43.95 7A 3I Laborers Rivet Buster $44.76 7A 3I Laborers Rodder $44.76 7A 3I Laborers Scaffold Erector $43.95 7A 3I Laborers Scale Person $43.95 7A 3I Laborers Sloper (over 20") $44.76 7A 3I Laborers Sloper Sprayer $43.95 7A 3I Laborers Spreader (concrete) $44.76 7A 3I Laborers Stake Hopper $43.95 7A 3I Laborers Stock Piler $43.95 7A 3I

   

Effective Date: 9/2/15 5 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Laborers Tamper & Similar Electric, Air & Gas Operated Tools

$44.76 7A 3I

Laborers Tamper (multiple & Self-propelled) $44.76 7A 3I Laborers Timber Person - Sewer (lagger, Shorer

& Cribber) $44.76 7A 3I

Laborers Toolroom Person (at Jobsite) $43.95 7A 3I Laborers Topper $43.95 7A 3I Laborers Track Laborer $43.95 7A 3I Laborers Track Liner (power) $44.76 7A 3I Laborers Traffic Control Laborer $39.84 7A 3I 8R Laborers Traffic Control Supervisor $39.84 7A 3I 8R Laborers Truck Spotter $43.95 7A 3I Laborers Tugger Operator $44.76 7A 3I Laborers Tunnel Work-Compressed Air Worker

0-30 psi $74.29 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi

$79.32 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi

$83.00 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi

$88.70 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi

$90.82 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi

$95.92 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi

$97.82 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi

$99.82 7A 3I 8Q

Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi

$101.82 7A 3I 8Q

Laborers Tunnel Work-Guage and Lock Tender $45.42 7A 3I 8Q Laborers Tunnel Work-Miner $45.42 7A 3I 8Q Laborers Vibrator $44.76 7A 3I Laborers Vinyl Seamer $43.95 7A 3I Laborers Watchman $33.86 7A 3I Laborers Welder $44.76 7A 3I Laborers Well Point Laborer $44.76 7A 3I Laborers Window Washer/cleaner $33.86 7A 3I Laborers - Underground Sewer & Water

General Laborer & Topman $43.95 7A 3I

Laborers - Underground Sewer & Water

Pipe Layer $44.76 7A 3I

Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 Landscape Construction Landscape Equipment Operators Or

Truck Drivers $28.17 1

Landscape Construction Landscaping or Planting Laborers $17.87 1 Lathers Journey Level $54.02 5D 1H Marble Setters Journey Level $52.82 5A 1M Metal Fabrication (In Shop) Fitter $15.86 1 Metal Fabrication (In Shop) Laborer $9.78 1 Metal Fabrication (In Shop) Machine Operator $13.04 1

Effective Date: 9/2/15 6 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Metal Fabrication (In Shop) Painter $11.10 1 Metal Fabrication (In Shop) Welder $15.48 1 Millwright Journey Level $55.52 5D 4C Modular Buildings Cabinet Assembly $11.56 1 Modular Buildings Electrician $11.56 1 Modular Buildings Equipment Maintenance $11.56 1 Modular Buildings Plumber $11.56 1 Modular Buildings Production Worker $9.47 1 Modular Buildings Tool Maintenance $11.56 1 Modular Buildings Utility Person $11.56 1 Modular Buildings Welder $11.56 1 Painters Journey Level $37.80 6Z 2B Pile Driver Journey Level $54.27 5D 4C Plasterers Journey Level $51.68 7Q 1R Playground & Park Equipment Installers

Journey Level $9.47 1

Plumbers & Pipefitters Journey Level $74.69 6Z 1G Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P Power Equipment Operators Batch Plant Operator, Concrete $56.44 7A 3C 8P Power Equipment Operators Bobcat $53.57 7A 3C 8P Power Equipment Operators Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Power Equipment Operators Brooms $53.57 7A 3C 8P Power Equipment Operators Bump Cutter $56.44 7A 3C 8P Power Equipment Operators Cableways $56.94 7A 3C 8P Power Equipment Operators Chipper $56.44 7A 3C 8P Power Equipment Operators Compressor $53.57 7A 3C 8P Power Equipment Operators Concrete Pump: Truck Mount With

Boom Attachment Over 42 M $56.94 7A 3C 8P

Power Equipment Operators Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Power Equipment Operators Concrete Pump - Mounted Or Trailer

High Pressure Line Pump, Pump High Pressure.

$56.00 7A 3C 8P

Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$56.44 7A 3C 8P

Power Equipment Operators Conveyors $56.00 7A 3C 8P Power Equipment Operators Cranes Friction: 200 tons and over $58.67 7A 3C 8P Power Equipment Operators Cranes: 20 Tons Through 44 Tons With

Attachments $56.44 7A 3C 8P

Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments)

$57.51 7A 3C 8P

Power Equipment Operators Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments

$58.10 7A 3C 8P

Power Equipment Operators Cranes: 300 tons and over or 300’ of boom including jib with attachments

$58.67 7A 3C 8P

Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$56.94 7A 3C 8P

   

Effective Date: 9/2/15 7 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators Cranes: A-frame - 10 Tons And Under $53.57 7A 3C 8P Power Equipment Operators Cranes: Friction cranes through 199

tons $58.10 7A 3C 8P

Power Equipment Operators Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$56.00 7A 3C 8P

Power Equipment Operators Crusher $56.44 7A 3C 8P Power Equipment Operators Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P Power Equipment Operators Dozers D-9 & Under $56.00 7A 3C 8P Power Equipment Operators Drill Oilers: Auger Type, Truck Or

Crane Mount $56.00 7A 3C 8P

Power Equipment Operators Drilling Machine $57.51 7A 3C 8P Power Equipment Operators Elevator And Man-lift: Permanent And

Shaft Type $53.57 7A 3C 8P

Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment

$56.44 7A 3C 8P

Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments

$56.00 7A 3C 8P

Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments

$53.57 7A 3C 8P

Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc

$56.44 7A 3C 8P

Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P Power Equipment Operators Hard Tail End Dump Articulating Off-

Road Equipment 45 Yards. & Over $56.94 7A 3C 8P

Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$56.44 7A 3C 8P

Power Equipment Operators Horizontal/directional Drill Locator $56.00 7A 3C 8P Power Equipment Operators Horizontal/directional Drill Operator $56.44 7A 3C 8P Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And

Under $53.57 7A 3C 8P

Power Equipment Operators Loader, Overhead 8 Yards. & Over $57.51 7A 3C 8P Power Equipment Operators Loader, Overhead, 6 Yards. But Not

Including 8 Yards $56.94 7A 3C 8P

Power Equipment Operators Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P Power Equipment Operators Locomotives, All $56.44 7A 3C 8P Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P Power Equipment Operators Mechanics, All (leadmen - $0.50 Per

Hour Over Mechanic) $57.51 7A 3C 8P

Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P Power Equipment Operators Mucking Machine, Mole, Tunnel Drill,

Boring, Road Header And/or Shield $56.94 7A 3C 8P

Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator

$53.57 7A 3C 8P

Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato

$56.00 7A 3C 8P

Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$56.44 7A 3C 8P

Effective Date: 9/2/15 8 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over

$57.51 7A 3C 8P

Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons

$56.94 7A 3C 8P

Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P Power Equipment Operators Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P Power Equipment Operators Power Plant $53.57 7A 3C 8P Power Equipment Operators Pumps - Water $53.57 7A 3C 8P Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Power Equipment Operators Quick Tower - No Cab, Under 100 Feet

In Height Based To Boom $53.57 7A 3C 8P

Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment

$56.94 7A 3C 8P

Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P Power Equipment Operators Rigger/Signal Person, Bellman

(Certified) $56.00 7A 3C 8P

Power Equipment Operators Rollagon $56.94 7A 3C 8P Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P Power Equipment Operators Roller, Plant Mix Or Multi-lift

Materials $56.00 7A 3C 8P

Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P Power Equipment Operators Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Power Equipment Operators Scrapers - Concrete & Carry All $56.00 7A 3C 8P Power Equipment Operators Scrapers, Self-propelled: 45 Yards And

Over $56.94 7A 3C 8P

Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P Power Equipment Operators Shovel , Excavator, Backhoe, Tractors

Under 15 Metric Tons. $56.00 7A 3C 8P

Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$56.94 7A 3C 8P

Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$56.44 7A 3C 8P

Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$57.51 7A 3C 8P

Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons

$58.10 7A 3C 8P

Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P Power Equipment Operators Spreader, Topsider & Screedman $56.94 7A 3C 8P Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P Power Equipment Operators Tower Crane Up To 175' In Height Base

To Boom $57.51 7A 3C 8P

Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom

$58.10 7A 3C 8P

Power Equipment Operators Tower Cranes: over 250’ in height from base to boom

$58.67 7A 3C 8P

   

Effective Date: 9/2/15 9 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators Transporters, All Track Or Truck Type $56.94 7A 3C 8P Power Equipment Operators Trenching Machines $56.00 7A 3C 8P Power Equipment Operators Truck Crane Oiler/driver - 100 Tons

And Over $56.44 7A 3C 8P

Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons

$56.00 7A 3C 8P

Power Equipment Operators Truck Mount Portable Conveyor $56.44 7A 3C 8P Power Equipment Operators Welder $56.94 7A 3C 8P Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P Power Equipment Operators- Underground Sewer & Water

Asphalt Plant Operators $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Assistant Engineer $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Barrier Machine (zipper) $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Batch Plant Operator, Concrete $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Bobcat $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Brokk - Remote Demolition Equipment $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Brooms $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Bump Cutter $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cableways $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Chipper $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Compressor $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Over 42 M

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Concrete Finish Machine -laser Screed $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure.

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Conveyors $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes Friction: 200 tons and over $58.67 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes: 20 Tons Through 44 Tons With Attachments

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments)

$57.51 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments

$58.10 7A 3C 8P

   

Effective Date: 9/2/15 10 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Cranes: 300 tons and over or 300’ of boom including jib with attachments

$58.67 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes: A-frame - 10 Tons And Under $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes: Friction cranes through 199 tons

$58.10 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Crusher $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Deck Engineer/deck Winches (power) $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Derricks, On Building Work $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Dozers D-9 & Under $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Drill Oilers: Auger Type, Truck Or Crane Mount

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Drilling Machine $57.51 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Elevator And Man-lift: Permanent And Shaft Type

$53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Finishing Machine, Bidwell And Gamaco & Similar Equipment

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Forklift: 3000 Lbs And Over With Attachments

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Forklifts: Under 3000 Lbs. With Attachments

$53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Grade Engineer: Using Blue Prints, Cut Sheets, Etc

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Gradechecker/stakeman $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Guardrail Punch $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Locator $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Operator $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Hydralifts/boom Trucks, 10 Tons And Under

$53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Loader, Overhead 8 Yards. & Over $57.51 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Loader, Overhead, 6 Yards. But Not Including 8 Yards

$56.94 7A 3C 8P

   

Effective Date: 9/2/15 11 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Loaders, Plant Feed $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Loaders: Elevating Type Belt $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Locomotives, All $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Material Transfer Device $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic)

$57.51 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Motor Patrol Graders $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Oil Distributors, Blower Distribution & Mulch Seeding Operator

$53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Outside Hoists (elevators And Manlifts), Air Tuggers,strato

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 100 Tons And Over

$57.51 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 45 Tons Through 99 Tons

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Pavement Breaker $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Posthole Digger, Mechanical $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Power Plant $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Pumps - Water $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Remote Control Operator On Rubber Tired Earth Moving Equipment

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Rigger And Bellman $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Rigger/Signal Person, Bellman (Certified)

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Rollagon $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Roller, Other Than Plant Mix $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Roller, Plant Mix Or Multi-lift Materials

$56.00 7A 3C 8P

Effective Date: 9/2/15 12 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Power Equipment Operators- Underground Sewer & Water

Roto-mill, Roto-grinder $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Saws - Concrete $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Scrapers - Concrete & Carry All $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Scrapers, Self-propelled: 45 Yards And Over

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Service Engineers - Equipment $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Shotcrete/gunite Equipment $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons.

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$57.51 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 90 Metric Tons

$58.10 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Slipform Pavers $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Spreader, Topsider & Screedman $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Subgrader Trimmer $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Tower Bucket Elevators $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Tower Crane Up To 175' In Height Base To Boom

$57.51 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Tower Crane: over 175’ through 250’ in height, base to boom

$58.10 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Tower Cranes: over 250’ in height from base to boom

$58.67 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Transporters, All Track Or Truck Type $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Trenching Machines $56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver - 100 Tons And Over

$56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver Under 100 Tons

$56.00 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Truck Mount Portable Conveyor $56.44 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Welder $56.94 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Wheel Tractors, Farmall Type $53.57 7A 3C 8P

Power Equipment Operators- Underground Sewer & Water

Yo Yo Pay Dozer $56.44 7A 3C 8P

Effective Date: 9/2/15 13 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Power Line Clearance Tree Trimmers

Journey Level In Charge $45.75 5A 4A

Power Line Clearance Tree Trimmers

Spray Person $43.38 5A 4A

Power Line Clearance Tree Trimmers

Tree Equipment Operator $45.75 5A 4A

Power Line Clearance Tree Trimmers

Tree Trimmer $40.84 5A 4A

Power Line Clearance Tree Trimmers

Tree Trimmer Groundperson $30.74 5A 4A

Refrigeration & Air Conditioning Mechanics

Journey Level $73.51 6Z 1G

Residential Brick Mason Journey Level $52.82 5A 1M Residential Carpenters Journey Level $28.20 1 Residential Cement Masons Journey Level $22.64 1 Residential Drywall Applicators Journey Level $40.64 5D 4C Residential Drywall Tapers Journey Level $54.07 5P 1E Residential Electricians Journey Level $30.44 1 Residential Glaziers Journey Level $37.30 7L 1H Residential Insulation Applicators

Journey Level $26.28 1

Residential Laborers Journey Level $23.03 1 Residential Marble Setters Journey Level $24.09 1 Residential Painters Journey Level $24.46 1 Residential Plumbers & Pipefitters

Journey Level $34.69 1

Residential Refrigeration & Air Conditioning Mechanics

Journey Level $73.51 6Z 1G

Residential Sheet Metal Workers

Journey Level (Field or Shop) $43.46 7F 1R

Residential Soft Floor Layers Journey Level $42.88 5A 3D Residential Sprinkler Fitters (Fire Protection)

Journey Level $42.48 5C 2R

Residential Stone Masons Journey Level $52.82 5A 1M Residential Terrazzo Workers Journey Level $47.46 5A 1M Residential Terrazzo/Tile Finishers

Journey Level $21.46 1

Residential Tile Setters Journey Level $25.17 1 Roofers Journey Level $45.71 5A 3H Roofers Using Irritable Bituminous Materials $48.71 5A 3H Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1E Shipbuilding & Ship Repair Boilermaker $39.82 7M 1H Shipbuilding & Ship Repair Carpenter $40.41 7T 2B Shipbuilding & Ship Repair Electrician $40.16 7T 4B Shipbuilding & Ship Repair Heat & Frost Insulator $63.18 5J 1S Shipbuilding & Ship Repair Laborer $40.19 7T 4B Shipbuilding & Ship Repair Machinist $40.47 7T 4B Shipbuilding & Ship Repair Operator $40.11 7T 4B Shipbuilding & Ship Repair Painter $40.16 7T 4B Shipbuilding & Ship Repair Pipefitter $40.11 7T 4B

   

Effective Date: 9/2/15 14 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Shipbuilding & Ship Repair Rigger $40.19 7T 4B Shipbuilding & Ship Repair Sheet Metal $40.14 7T 4B Shipbuilding & Ship Repair Shipfitter $40.19 7T 4B Shipbuilding & Ship Repair Trucker $40.03 7T 4B Shipbuilding & Ship Repair Warehouse $40.08 7T 4B Shipbuilding & Ship Repair Welder/Burner $40.19 7T 4B Sign Makers & Installers (Electrical)

Sign Installer $22.92 1

Sign Makers & Installers (Electrical)

Sign Maker $21.36 1

Sign Makers & Installers (Non-Electrical)

Sign Installer $27.28 1

Sign Makers & Installers (Non-Electrical)

Sign Maker $33.25 1

Soft Floor Layers Journey Level $42.88 5A 3D Solar Controls For Windows Journey Level $12.44 1 Sprinkler Fitters (Fire Protection)

Journey Level $69.74 5C 1X

Stage Rigging Mechanics (Non Structural)

Journey Level $13.23 1

Stone Masons Journey Level $52.82 5A 1M Street And Parking Lot Sweeper Workers

Journey Level $19.09 1

Surveyors Assistant Construction Site Surveyor $56.00 7A 3C 8P Surveyors Chainman $55.47 7A 3C 8P Surveyors Construction Site Surveyor $56.94 7A 3C 8P Telecommunication Technicians

Journey Level $22.76 1

Telephone Line Construction - Outside

Cable Splicer $37.60 5A 2B

Telephone Line Construction - Outside

Hole Digger/Ground Person $20.79 5A 2B

Telephone Line Construction - Outside

Installer (Repairer) $36.02 5A 2B

Telephone Line Construction - Outside

Special Aparatus Installer I $37.60 5A 2B

Telephone Line Construction - Outside

Special Apparatus Installer II $36.82 5A 2B

Telephone Line Construction - Outside

Telephone Equipment Operator (Heavy)

$37.60 5A 2B

Telephone Line Construction - Outside

Telephone Equipment Operator (Light) $34.94 5A 2B

Telephone Line Construction - Outside

Telephone Lineperson $34.93 5A 2B

Telephone Line Construction - Outside

Television Groundperson $19.73 5A 2B

Telephone Line Construction - Outside

Television Lineperson/Installer $26.31 5A 2B

Telephone Line Construction - Outside

Television System Technician $31.50 5A 2B

Telephone Line Construction - Outside

Television Technician $28.23 5A 2B

   

Effective Date: 9/2/15 15 of 15 Prevailing Wage Rates  

Trade Job Classification Wage Holiday Overtime Note

Telephone Line Construction - Outside

Tree Trimmer $34.93 5A 2B

Terrazzo Workers Journey Level $47.46 5A 1M Tile Setters Journey Level $21.65 1 Tile, Marble & Terrazzo Finishers

Finisher $38.29 5A 1B

Traffic Control Stripers Journey Level $43.73 7A 1K Truck Drivers Asphalt Mix Over 16 Yards (W. WA-

Joint Council 28) $49.85 5D 3A 8L

Truck Drivers Asphalt Mix To 16 Yards (W. WA-Joint Council 28)

$49.01 5D 3A 8L

Truck Drivers Dump Truck & Trailer $49.85 5D 3A 8L Truck Drivers Dump Truck (W. WA-Joint Council 28) $49.01 5D 3A 8L Truck Drivers Other Trucks (W. WA-Joint Council 28) $49.85 5D 3A 8L Truck Drivers Transit Mixer $43.23 1 Well Drillers & Irrigation Pump Installers

Irrigation Pump Installer $17.71 1

Well Drillers & Irrigation Pump Installers

Oiler $12.97 1

Well Drillers & Irrigation Pump Installers

Well Driller $18.00 1

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

1

************************************************************************************************************ Overtime Codes

Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker.

1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL

BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

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

C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and

the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a

four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or

equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.

J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.

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

hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be

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

N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of

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

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

2

Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All

hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and

one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

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

R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

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

Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage.

V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and

one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage.

W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the

employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on

Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage.

Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any

employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.

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

hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.

2. 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.

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

3

Overtime Codes Continued 2. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the

holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays

shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.

O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double

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

over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage.

3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

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.

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

4

Overtime Codes Continued 3. 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.

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.

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

5

Overtime Codes Continued

4. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

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

Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

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). 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.

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

6

Holiday Codes Continued 5. 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, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day. (9 1/2).

G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day,

Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11).

H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10).

I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7).

T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday.

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.

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

7

Holiday Codes Continued 7. 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.

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.

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

8

Holiday Codes Continued

7. 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

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.

Note Codes Continued

Benefit Code Key – Effective 9/2/2015 thru 3/1/2016

9

8. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level

C: $0.50, And Level D: $0.25.

P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50.

Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the

shift shall be used in determining the scale paid.

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

S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all

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

U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit:

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

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 1 of 16 §00300 Rev 11/5/2015 Form of Bid

SECTION 00300 FORM OF BID

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

The undersigned, as bidder, declares that we have examined the Contract Documents and that we will contract with King County on the Agreement form provided and at the prices and on the terms and conditions in the Contract Documents for: Rainier Valley Wet Weather Storage Project, CONTRACT C00946C15.

We agree that the Form of Bid constitutes our bid. To be responsive, a bid guaranty bond issued by a surety licensed to conduct business in the state of Washington, or a cashier’s check, certified check or money order payable to King County in the amount of 5% of the Total Bid Price must accompany our bid.

We agree that our bid constitutes an offer to King County which shall be binding for 90 days from the date of bid opening. If our bid is accepted, we agree to furnish, execute and deliver to King County all the forms in accordance with Section 00410, following the issuance of the Notice of Selection. We further agree if awarded a contract to plan and prosecute the work with such diligence that the work and portions thereof shall be completed and ready for use within the period set forth in these Contract Documents.

By submitting a bid we certify that we are currently registered as a Contractor in accordance with RCW 18.27 by the State of Washington and will remain so registered throughout the performance of the Contract. We further certify that we are skilled in the general class and type of work called for in the Contract Documents.

NON-DISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY & AFFIRMATIVE ACTION We affirm that we have read and understand the Contract Document setting forth the County’s non-discrimination policy in contracting and those sections related to providing equal employment opportunities to all persons, including minorities, women and persons with disabilities and corresponding forms.

WAIVER OF INDUSTRIAL INSURANCE IMMUNITY In accordance with the provisions of the Contract Documents and RCW 4.24.115, we waive any industrial insurance immunity and acknowledge this waiver was the subject of mutual negotiation.

TAXES Taxes shall be in accordance with §00100.

BID PRICE The bid price shall include everything necessary for the prosecution and completion of the work and fulfillment of the Contract including, but not limited to, furnishing all materials, equipment, tools, plant and other facilities and all management, superintendents, labor and services, and field design, except as may be provided otherwise in the Contract Documents.

Estimated quantities, if any, set forth on the Form of Bid are estimates only, being given only as a basis for the comparison of bids, and King County does not warrant, expressly or by implication, that the actual amount of Work will correspond to the estimated quantities. King County reserves the right to increase or decrease the amount of any class or portion of the

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 2 of 16 §00300 Rev 11/5/2015 Form of Bid

Work and to make changes in the Work as King County may deem necessary or appropriate. The basis of payment for unit price bid items for which estimated quantities were set forth on the Form of Bid shall be the actual number of unit items provided or performed under this Contract.

A Lump Sum, Unit Price, or Mark-up Percentage, as applicable, shall be offered for each Bid Item; failure to do so shall render the Bid non-responsive. All prices shall be in legible figures written in ink or typed. Lump sum bid items and unit price bid items shall be stated in United States of America dollars and cents omitting digits more than two places to the right of the decimal point (e.g. $720.74).

ABBREVIATIONS

Abbreviations in the Bidding Schedule shall be defined as follows: “Est.” means estimated; “Qty.” means quantity; “Dollar” or “$” means US Dollar, “LS” means lump sum; “CY” means cubic yard; and “TN” means ton as applicable.

The work of each Bid Item in the following Bid Schedule is specified or shown in the Contract Documents and described further in Section 01025, Measurement and Payment.

The Bidder is required to complete the Bidding Schedule; failure to do so will render the bid non-responsive.

Having carefully examined the Contract Documents, as well as the site of the work, and the availability of materials and labor, the Bidder proposes to perform the work identified in the Contract Documents under the terms and conditions contained herein for the prices set forth in the Bidding Schedule:

BIDDING SCHEDULE A lump sum or unit price, as applicable, shall be offered for each Bid Item specified or shown in the Contract Documents. Failure to do so shall render your bid non-responsive.

Lump Sum Items the bidder is to provide the price to perform all work as specified or shown herein, including labor, materials, supervision/management, equipment and all overhead and profit, as well as any other ancillary costs associated with completing this work. We agree that, if we are awarded this Contract, we will be entitled to a payment for the lump sum amounts as bid in accordance with the terms and conditions set forth in the Contract Documents.

Trench Excavation Safety System: For lump sum prices the bidder shall provide, for trench excavations that exceed four feet, protective systems, including shoring, shielding, and support systems as defined in WAC 296-155-657, conforming to the requirements of RCW 39.04.180 (Trench Excavations – Safety systems required), Chapter 49.17 RCW (Washington Industrial Safety and Health Act), and WAC 296-155-650 (Excavation, Trenching, and Shoring) for the lump sum price as indicated. The costs of these safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited.

Unit Price Items the bidder is to provide unit prices for each of the bid items set forth under Unit Price Items. The unit price should include all labor, materials, supervision/management, equipment and, all overhead and profit, as well as any other ancillary costs associated with completing a unit of work. The unit prices are to be utilized during construction to increase or decrease the total contract amount as construction conditions warrant.

The Extended Amount(s) for each Unit Price Item shall be calculated by multiplying the provided Estimated Quantity (Est. Qty.) by the bidders unit price for that Bid Item and enter the result as the Extended Amount.

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 3 of 16 §00300 Rev 11/5/2015 Form of Bid

The Total Bid Price shall be the sum of the Lump Sum amounts and extended amounts for the Unit Price Items.

Bid Item Item Description Unit

Est. Qty.

Unit Price

Lump Sum/ Extended Amount

1

Rainier Valley Wet Weather Storage Facilities - All work as specified in the Contract Documents with the exception of Bid Items 2 through 5. LS $

2

Trench Excavation Safety Systems in accordance with the Contract Documents. NOTE: Any attempt to include the trench excavation safety systems as an incidental cost is prohibited. LS $

3

Seattle Department of Transportation Street Use Right-of-Way Permit LS $

4 Stockpiling of Suspect Material CY 1500 $ $

5 Offsite Disposal of Contaminated Soil TN 625 $ $

TOTAL BID PRICE (Sum of Bid Items 1 through 5) $

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

BID EVALUATION AND CONTRACT AWARD In accordance with the provisions of these Contract Documents, bids will be evaluated to determine the lowest Total Bid Price and a contract will be awarded, if at all, to the responsive and responsible bidder with the lowest Total Bid Price.

King County reserves the right to reject any bid, any portion of any bid and/or to reject all bids. King County further reserves the right, but without obligation, to waive informalities and irregularities.

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 4 of 16 §00300 Rev 11/5/2015 Form of Bid

SUBCONTRACTOR LISTING FORM Pursuant to RCW 39.30.060, for every contract that is expected to cost one million dollars or more for the construction, alteration, or repair of any public building or public work, the Bidder shall list as part of its bid in the space provided below either itself or the names of the subcontractors with whom the Bidder, if awarded the contract, will directly subcontract (i.e., not 2nd/3rd tier subcontractor(s)) for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW.

The Bidder shall not list more than one subcontractor for each category of work, unless subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be used for which alternate. The Bidder's bid shall be nonresponsive and rejected for: (a) failure to submit the names of each HVAC, Plumbing or Electrical subcontractor or to name itself to perform such work; (b) naming two or more subcontractors to perform the same category of work; (c) failure to identify if the work is Not Applicable (“N/A”) to this project or the work will not be directly subcontracted by the Bidder; or (d) failure to submit this Subcontractor Listing Form with its bid.

Trade

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

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

(Heating, Ventilation,

and Air Conditioning) Bidder will self-perform this work

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

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

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

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

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

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 5 of 16 §00300 Rev 11/5/2015 Form of Bid

WOMEN AND MINORITY BUSINESS ENTERPRISES TO BE UTILIZED TO MEET FAIR SHARE GOAL

* * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * Name of Firm: ____ MBE Name of Contact: ____ WBE Address: ____ Subcontractor Email: ____ Supplier Phone: Joint Venture ____% OMWBE Certification No.: Description of Scope of Work or Supplies: Contract Amount: $ * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * Name of Firm: ____ MBE Name of Contact: ____ WBE Address: ____ Subcontractor Email: ____ Supplier Phone: Joint Venture ____% OMWBE Certification No.: Description of Scope of Work or Supplies: Contract Amount: $ * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * * Name of Firm: ____ MBE Name of Contact: ____ WBE Address: ____ Subcontractor Email: ____ Supplier Phone: Joint Venture ____% OMWBE Certification No.: Description of Scope of Work or Supplies: Contract Amount: $ * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * * * * * * * *

Use additional pages if necessary.

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 6 of 16 §00300 Rev 11/5/2015 Form of Bid

BIDDER’S LIST Per 40 CFR Part 33 part 33.501 Bidder shall submit the following information for all firms that bid or quote on subcontracts (including both M/WBEs and non-M/WBE firms).

Firm Name / Point of Contact Address / Phone / Email Certification

by OMWBE

MBE WBE Neither

Scope of Work Firm Bid:

Date Firm Submitted bid/quote:

MBE WBE Neither

Scope of Work Firm Bid:

Date Firm Submitted bid/quote:

MBE WBE Neither

Scope of Work Firm Bid:

Date Firm Submitted bid/quote:

MBE WBE Neither

Scope of Work Firm Bid:

Date Firm Submitted bid/quote:

Use additional copies of this form if necessary

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 7 of 16 §00300 Rev 11/5/2015 Form of Bid

CERTIFICATION REGARDING SUSPENSION, DEBARMENT, INELIGIBILITY OR VOLUNTARY EXCLUSION

1. The Bidder, by signing this Form of Bid, certifies that it is not suspended, debarred,

proposed for debarment, declared ineligible or otherwise excluded from contracting with

the federal government, or from receiving contracts paid for with federal funds. If the

Bidder is unable to certify to the statements contained in the certification, they must

provide an explanation as to why they cannot.

2. The Bidder shall provide immediate written notice to the Department if at any time the

Bidder learns that its certification was erroneous when submitted or had become

erroneous by reason of changed circumstances.

3. The terms covered transaction, debarred, suspended, ineligible, lower tier covered

transaction, participant, person, primary covered transaction, principal, proposal, and

voluntarily excluded, as used in this clause, have the meaning set out in the Definitions

and Coverage sections of rules implementing Executive Order 12549. You may contact

the department for assistance in obtaining a copy of those regulations..

4. The Bidder agrees it shall not knowingly enter into any lower tier covered transaction

with a person who is proposed for debarment under the applicable Code of Federal

Regulations, debarred, suspended, declared ineligible, or voluntarily excluded from

participation in this covered transaction.

5. The Bidder further agrees by signing this Form of Bid, that it will include this clause titled

“Certification Regarding Suspension, Debarment, Ineligibility Or Voluntary Exclusion”

without modification in all lower tier covered transactions and in all solicitations for lower

tier covered transactions.

6. Pursuant to 2CFR180.330, the Bidder is responsible for ensuring that any lower tier

covered transaction complies with certification of suspension and debarment

requirements.

7. Bidder acknowledges that failing to disclose the information required in the Code of

Federal Regulations may result in the delay or negation of this funding agreement, or

pursuance of legal remedies, including suspension and debarment.

8. Bidder agrees to keep proof in its agreement file, that it, and all lower tier recipients or

contractors, are not suspended or debarred, and will make this proof available to the

Department upon request. Contractor agrees to run a search in www.sam.gov and print

a copy of completed searches to document proof of compliance.

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 8 of 16 §00300 Rev 11/5/2015 Form of Bid

CERTIFICATION OF NONSEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding

$10,000 which are not exempt from the Equal Opportunity clause.)

The federally assisted construction contractor certifies by signing this Bid that he does not

maintain or provide for his employees any segregated facilities at any of his establishments, and

that he does not permit his employees to perform their services at any location, under his

control, where segregated facilities are maintained. The federally assisted construction

contractor certified, further that he will not maintain or provide for his employees any segregated

facilities at any of his establishments, and that he will not permit his employees to perform their

services at any location, under his control, where segregated facilities are maintained. The

federally assisted construction contractor agrees that a breach of this certification is a violation

of the Equal Opportunity clause in this contract.

As used in this certification, the term "segregated facilities" means any waiting rooms, work

area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms

and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment

areas, transportation, and housing facilities provided for employees which are segregated by

explicit directive or area, in fact, segregated on the basis of race, creed, color, or national origin,

because of habit, local custom, or otherwise. The federally assisted construction contractor

agrees that (except where he has obtained identical certifications from proposed contractors for

specific time periods) he will obtain identical certifications from proposed subcontractors prior to

the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the

Equal Opportunity clause, and that he will retain such, certification in this file.

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 9 of 16 §00300 Rev 11/5/2015 Form of Bid

CONTRACTOR'S COMPLIANCE STATEMENT (EXECUTIVE ORDER #11246)

This statement relates to a proposed contract with King County (Grantee) for the Rainier Valley Wet Weather Storage Project, CONTRACT C00946C15, who expects to finance the contract

with assistance from the Environmental Protection Agency. I am the undersigned bidder or

prospective contractor. I represent that:

I have ______ I have not ____ participated in a previous contract or subcontract subject

to Executive Order 11246 of September 24, 1965 (regarding equal employment

opportunity) or a preceding similar Executive Order. I agree to comply with all the

provisions of this Executive Order and the rules, regulations and relevant orders of the

Secretary of Labor. (60-1.4(b)(4))

x _________________________________________________ Name of Firm Submitting Bid

C00946C15 page 10 of 16 §00300 Rev 11/5/2015 Form of Bid

DBE (MBE / WBE) Subcontractor Performance Form EPA Form 6100-3 This form is to be filled out by all MWBE subcontractors on an SRF financed project. The subcontractor will provide the completed form to the prime contractor. The prime contractor / bidder will submit this form no later than one (1) hour after the time and date set forth for the opening of the bids.

EPA FORM 6100-3 (DBE Subcontractor Performance Form) C00946C15 page 11 of 16 §00300 Rev 11/5/2015 Form of Bid

OMB Control No: 2090-0030

Approved: 8/13/2013 Approval Expires: 8/31/2015

Disadvantaged Business Enterprise (DBE) Program

DBE Subcontractor Performance Form This form is intended to capture the DBE1 subcontractor’s2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractors bid or proposal package. Subcontractor Name Project Name

Bid/ Proposal No. Assistance Agreement ID No. (if known) Point of Contact

Address

Telephone No. Email Address

Prime Contractor Name Issuing/Funding Entity:

Contract Item Number Description of Work Submitted to the Prime Contractor

Involving Construction, Services , Equipment Price of Work Submitted to the Prime Contractor

DBE Certified By: ___DOT ___SBA ____Other: ____________

Meets / exceeds EPA certification standards? ___YES ___NO ___Unknown

1 A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2

Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance.

EPA FORM 6100-3 (DBE Subcontractor Performance Form) C00946C15 page 12 of 16 §00300 Rev 11/5/2015 Form of Bid

OMB Control No: 2090-0030

Approved: 8/13/2013 Approval Expires: 8/31/2015

Disadvantaged Business Enterprise (DBE) Program

DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).

Prime Contractor Signature Print Name

Title Date

The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address.

x _________________________________________________ Name of Firm Submitting Bid

EPA FORM 6100-4 (DBE Subcontractor Utilization Form) C00946C15 page 13 of 16 §00300 Rev 11/5/2015 Form of Bid

DBE (MBE / WBE) Subcontractor Utilization Form EPA FORM 6100-4 This form is to be filled out by the prime contractor / bidder on an SRF financed project. The prime contractor / bidder will list all MWBE firms to be used on the project. The prime contractor / bidder will submit this form no later than one (1) hour after the time and date set forth for the opening of the bids.

EPA FORM 6100-4 (DBE Subcontractor Utilization Form) C00946C15 page 14 of 16 §00300 Rev 11/5/2015 Form of Bid

OMB Control No: 2090-0030

Approved: 8/13/2013 Approval Expires: 8/31/2015

Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form

This form is intended to capture the prime contractor’s actual and/or anticipated use of identified certified DBE1 subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file.

Prime Contractor Name: Project Name:

Bid/ Proposal No. Assistance Agreement ID No. (if known) Point of Contact

Address

Telephone No. Email Address

Issuing/Funding Entity:

I have identified potential DBE certified subcontractors

___ YES ___ NO If yes, please complete the table below. If no, please explain:

Subcontractor Name/

Company Name Company Address/ Phone/ Email Est. Dollar

Amt Currently

DBE Certified?

1

A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2 Subcontractor is defined as a company, firm, joint venture, or individual who enters into an

agreement with a contractor to provide services pursuant to an EPA award of financial assistance.

EPA FORM 6100-4 (DBE Subcontractor Utilization Form) C00946C15 page 15 of 16 §00300 Rev 11/5/2015 Form of Bid

OMB Control No: 2090-0030

Approved: 8/13/2013 Approval Expires: 8/31/2015

Disadvantaged Business Enterprise (DBE) Program

DBE Subcontractor Utilization Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).

Prime Contractor Signature Print Name

Title Date

The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address.

C00946C15 page 16 of 16 §00300 Rev 11/5/2015 Form of Bid

FORM OF BID SIGNATURE

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

SIGNED this day of , 20

Name of Firm:

Address

City: State / Zip:

Telephone:

Email Address:

Federal Tax Identification Number:

State of Incorporation:

UBI Number / WA State Department of Revenue State Excise Tax Number:

WA State Contractor's License Number:

WA State Employment Security Department Number:

WA State Workers Compensation Account Number:

By: Signature Print Name

Title:

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

Contact Name: Title:

Email Address:

Telephone: END OF SECTION

C00946C15 page 1 of 1 §00310 Rev (11/5/2015) Bid Guaranty Bond

SECTION 00310 BID GUARANTY BOND

KNOW ALL BY THESE PRESENTS: That we, _____________________________________ , as Principal, and _____________________________________________________________ , as Surety, are jointly and severally held and firmly bound unto King County, hereinafter called the Obligee, each in the penal sum of five percent (5%) of the Principal’s Total Bid Price for the work, this sum not to exceed ___________________________________________ DOLLARS ($____________________ ) (hereinafter referred to as “penal sum”) of lawful money of the United States, for the payment whereof unto the Obligee.

WHEREAS, the Principal is herewith submitting its offer for the fulfillment of Rainier Valley Wet Weather Storage Project, Contract C00946C15

NOW, THEREFORE, the condition of this obligation is such that if the Principal is awarded the Contract, and if the Principal, within the time specified, fulfills all of the requirements of the Contract Documents which are conditions precedent to the execution of the Agreement, enters into, executes and delivers to the Obligee an agreement on the form provided herein complete with evidences of insurance, and if the Principal, within the time specified, gives to the Obligee the Performance and Payment Bond on the forms provided herein, then this obligation shall be void; otherwise, the Principal and Surety shall pay unto the Obligee the penal sum; provided however, in no event shall the Surety's liability exceed the penal sum.

AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable under this obligation as Principal, and that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety.

IT IS HEREBY FURTHER DECLARED AND AGREED that this obligation shall be binding upon and inure to the benefit of the Principal, the Surety and the Obligee and their respective heirs, executors, administrators, successors and assigns.

SIGNED this _________ day of ________________________ , 20________.

Principal: Surety:

By: By:

Title: Title:

Address: Address:

City/Zip: City/Zip:

Telephone: Telephone:

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

END OF SECTION

C00946C15 page 1 of 1 §00410 Rev (11/5/2015) Forms Due Prior to Contract Execution

SECTION 00410 FORMS AND DOCUMENTS

Bidders are not required to submit the forms and documents listed below with their bid. All forms and documents listed below must be submitted to the Contract Specialist identified in §00020 in the formats specified below.

Forms 1 & 2 will be provided by King County. Form 3 to be provided by Bidder’s Insurance Broker. Forms 4 - 10 are available for download at:

http://www.kingcounty.gov/operations/procurement/Forms/Construction.aspx Form 11 is to be provided by Bidder.

All forms must be submitted within five (5) days after receipt of the Notice of Selection. Contracts will not be executed prior to the receipt of the required forms and documents from the selected bidder.

1. Agreement, §00500 (4 hard copies and 1 electronic); 2. Performance and Payment Bond, § 00420 (4 hard copies and 1 electronic); 3. Insurance Certificates, §00430 (1 electronic pdf); 4. Retained Percentage Option (1 electronic pdf) 5. W-9 Request for Taxpayer Identification Number (King County Substitute W-9)

(1 electronic pdf); 6. Subcontractors and Suppliers List (1 electronic pdf); 7. Apprenticeship Utilization Plan (1 electronic pdf); 8. Disclosure of Lobbying Activities (1 electronic pdf); 9. Notice to Labor Unions or Other Organizations of Workers - Non-Discrimination in

Employment (1 electronic pdf); 10. MBE/WBE Procurements Made During Reporting Period. (1 electronic pdf); 11. Equal Employment Opportunity Employer Information Report EEO-1 (if required) (1

electronic pdf).

NOTE: The selected Contractor shall be required to contact the Joint Reporting Committee to obtain current EEO reporting forms and instructions: EEO-1 Joint Reporting Committee - Phone (toll free): 1-866-286-6440 P.O. Box 19100 TTY: 202-663-7184 Washington D.C. 20036-9100 Fax: 202-663-7185

END OF SECTION

C00946C15 page 1 of 1 §00420 Error! Unknown document property name. Rev (3/2/2015) Performance and Payment Bond

SECTION 00420 PERFORMANCE AND PAYMENT BOND

______________________________________________ ______________________ Contractor Bond Number

KNOW ALL BY THESE PRESENTS: That we, _________________________________ as Principal, and, _______________________________________________ as Surety, a corporation legally doing business in the State of Washington, are held and firmly bound and obligated unto the State of Washington and King County, pursuant to Chapter 39.08 RCW, in the full sum of ________________ ________________________Dollars ($_______________) (Contract Price), and including any and all adjustments to the Contract Price, for the faithful performance of the Agreement referenced below, and for the payment of which sum we do bind ourselves, and each of our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT the Principal entered into a certain Agreement with KING COUNTY, for Rainier Valley Wet Weather Storage Project Contract C00946C15 incorporated herein by this reference and including all Contract Documents. This bond shall cover all approved change orders, amendments and modifications as if they were in the original Agreement. Similarly, this bond shall cover payment to the state with respect to claims for taxes, increases and penalties imposed under Titles 50, 51, and 82 Revised Code of Washington (RCW).

NOW, THEREFORE, if the Principal shall faithfully perform all terms and conditions of such Agreement and pay all laborers, mechanics and subcontractors and materialmen, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and shall pay the State all taxes, increases and penalties under Titles 50, 51, and 82 RCW, which may be due, then this obligation is void, otherwise to remain in full force and effect until all claims filed in compliance with chapter 39.08, and all State claims under Titles 50, 51, and 82 RCW are resolved.

Provided, however, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to any subcontractor or other person in the performance of any such work.

IT IS FURTHER DECLARED AND AGREED that whenever the Principal shall be, and declared by Owner to be in default under the Agreement, the Owner having performed Owner’s obligations thereunder, the Surety, at the request of the Owner, shall promptly remedy the default in a manner acceptable to the Owner.

SIGNED this _________ day of ________________________, 20________.

Principal: Surety:

By: By:

Title: Title:

Address: Address:

City/Zip: City/Zip:

Telephone: Telephone:

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

END OF SECTION

C00946C15 page 1 of 4 §00430 2011 Rev 1 (03/22/11) Insurance Requirements

SECTION 00430 INSURANCE REQUIREMENTS

1.01 CONTRACTOR’S INSURANCE. A. Prior to Contract execution, the Contractor shall provide to the County Certificates of

Insurance and Endorsements acceptable to the County meeting the requirements of the Contract (specific insurance coverage limits are set forth below). Coverage shall be maintained without interruption from the commencement of the Contractor’s Work until Final Acceptance, or for such longer time as required by the Contract. Each policy obtained by Contractor shall be endorsed to provide County with 45 days notice of material changes to or cancellation of such policy.

B. If the scope of Work is significantly expanded, or if the aggregate limits on any of the Contractor’s policies are eroded, the County may require Contractor to obtain additional coverage or reinstate eroded coverage. If the need for additional coverage is due to the fault of the Contractor or any of its Subcontractors, the Contractor shall be responsible for the cost of such additional coverage or any of its Subcontractors coverage. The Contractor shall provide proof of additional insurance required because of changed Work (Change Orders).

C. If the Contractor is required to correct damaged, defective or incomplete Work after Final Acceptance, it shall obtain at its own expense such insurance coverage as is required by the Contract, for the construction period. Such coverage shall be maintained throughout the period in which corrective work is performed.

D. Review of Contractor’s insurance by County shall not relieve or decrease the duty of the Contractor to comply with the requirements of the Contract Documents.

E. Nothing contained within these provisions shall affect and/or alter the application of any other provision within this agreement.

1.02 WAIVER OF SUBROGATION The Contractor waives all rights against the County, County’s consultants, or any

separate contractors, and their agents and employees, for damages caused by fire or other perils to the extent such damage cost is actually paid by property insurance applicable to the Work. The Contractor shall require similar waivers from all Subcontractors. This provision shall be valid and enforceable only to the extent permissible by the applicable property insurance policies.

1.03 EVIDENCE OF INSURANCE. The Contractor shall furnish the County with Certificates of Insurance and endorsements

required by this Contract. All evidences of insurance must be certified by a properly authorized officer, agent, general agent or qualified representative of the insurer(s) and shall certify the name of the insured, the type and amount of insurance, the location and operations to which the insurance applies, the expiration date of the policy. The Contractor shall, upon demand of King County, make available to King County, in King County, certified copies of all such policies of insurance required in this Contract. Failure to provide such policies of insurance within a time acceptable to King County shall entitle King County to suspend or terminate the Contractor’s work hereunder. Suspension or termination of this Contract shall not relieve the Contractor from its insurance obligation hereunder.

All subcontractors shall be required to include the County and Contractor as additional insureds on all Liability policies except Workers’ Compensation and Professional Liability Errors and Omissions.

C00946C15 page 2 of 4 §00430 2011 Rev 1 (03/22/11) Insurance Requirements

1.04 MINIMUM SCOPE AND LIMITS OF INSURANCE. The Contractor shall obtain and maintain the minimum insurance set forth below. By

requiring such minimum insurance, King County shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor under this Contract. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. Each insurance policy shall be written on an “occurrence” form; excepting that insurance for professional liability, errors and omissions when required, may be acceptable on a “claims made” form. If coverage is approved and purchased on a “claims made” basis, the Contractor warrants continuation of coverage, either through policy renewals or the purchase of an extended discovery period, if such extended coverage is available, for not less than three years from the date of completion of the work which is the subject of this Contract Insurance coverage shall be at least as broad as stated below and with limits no less than:

A. General Liability. Coverage shall be at least as broad as Insurance Services Office form number CG 00 01 covering COMMERCIAL GENERAL LIABILITY. $5,000,000 combined single limit per occurrence, and for those policies with aggregate limits, a $5,000,000 aggregate limit.

B. Explosion & Collapse, Underground Damage (XCU). Coverages shall apply for the same limits as the General Liability. Evidence of Insurance must specifically state coverage has not been excluded.

C. Automobile Liability. Coverage shall be at least as broad as Insurance Services Office form number CA 00 01 covering BUSINESS AUTO COVERAGE, symbol 1 “any auto”; or the combination of symbols 2, 8, and 9. $1,000,000 combined single limit per accident. If the work involves the transport of pollutants (as defined by the standard auto policy exclusion of pollution) the auto policy shall be endorsed to include endorsement CA 9948 (or its equivalent) and MCS 90.

D. Workers’ Compensation. Statutory requirements of the State of residency. Coverage shall be at least as broad as Workers’ Compensation coverage, as required by the Industrial Insurance Act of the State of Washington, as well as any similar coverage required for this work by applicable Federal or “other States” State Law.

E. Employer’s Liability or “Stop Gap”. Coverage shall be at least as broad as the protection provided by the Workers Compensation policy Part 2 (Employers Liability) or, in states with monopolistic state funds, the protection provided by the “Stop Gap” endorsement to the general liability policy.

F. Builder's Risk/Installation Floater. The Contractor shall procure and maintain during the life of the Contract, or until acceptance of the project by King County, whichever is longer, “All Risk” Builders Risk or Installation Floater Insurance at least as broad as ISO form number CP0020 (Builders Risk Coverage Form) with ISO form number CP0030 (Causes of Loss – Special Form) including coverage for collapse, theft, and property in transit. The coverage shall insure for direct physical loss to property of the entire construction project, for 100% of the replacement value thereof. The policy shall be endorsed to cover the interests, as they may appear, of King County, Contractor and subcontractors of all tiers with King County and sub-contractors listed as a Named Insured. In the event of a loss to any or all of the work and/or materials therein and/or to be provided at any time prior to the final close-out of the Contract and acceptance of the project by King County, the Contractor shall promptly reconstruct, repair, replace or restore all work and/or materials so destroyed. Nothing herein provided for shall in any way excuse the Contractor or its surety from the obligation of furnishing all the required materials and completing the work in full compliance with the terms of the Contract.

C00946C15 page 3 of 4 §00430 2011 Rev 1 (03/22/11) Insurance Requirements

G. Professional Liability Errors and Omissions. $1,000,000 per claim/aggregate. In the event that services delivered pursuant to this Contract either directly or indirectly involve or require Professional services, Professional Liability Errors and Omissions shall be provided.

H. Pollution Liability. Contractor shall provide Contractor’s Pollution Liability coverage in the amount of $1,000,000 per occurrence and in the aggregate to cover sudden and non-sudden bodily injury and/or property damage to include the destruction of tangible property, loss of use, cleanup costs and the loss of use of tangible property that has not been physically injured or destroyed. If Asbestos, Lead or PCB’s are a potential exposure, such insurance shall not exclude pollution arising out of Asbestos, Lead and/or PCB operations. Evidence of Insurance must specifically state that coverage is included.

1.05 DEDUCTIBLES/SELF-INSURED RETENTIONS. Any deductibles or self-insured retention’s must be declared to, and approved by, the

County. The deductible and/or self-insured retention of the policies shall not limit or apply to the Contractor’s liability to the County and shall be the sole responsibility of the Contractor.

1.06 OTHER INSURANCE PROVISIONS. A. The insurance policies required in this Contract are to contain and be endorsed to

contain the following provisions:

1. With respect to all Liability Policies except Professional Liability and Workers Compensation:

(a) The County, its officers, officials, employees, and agents are to be covered as additional insureds as respects liability arising out of activities performed by or on behalf of the Contractor in connection with this Contract. Additional Insured status shall include Products-Completed Operations-CG 20 10 11/85 or it’s equivalent.

(b) The Contractor’s insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, agents, and representatives. Any insurance and/or self-insurance maintained by the County, its officers, officials, employees, agents and representatives shall not contribute with the Contractor’s insurance or benefit the Contractor in any way.

(c) The Contractor’s insurance shall apply separately to each insured against whom a claim is made and/or lawsuit is brought, except with respect to the limits of the insurer’s liability.

(d) A Per Project Aggregate shall apply to the General Liability policy.

1.07 ACCEPTABILITY OF INSURERS. A. Unless otherwise approved by the County:

1. Insurance is to be placed with insurers with a Best’s rating of no less than A:VIII, or, if not rated with Best’s, with minimum surpluses the equivalent of Best’s surplus size VIII.

2. Professional Liability, Errors and Omissions insurance may be placed with insurers with a Best’s rating of B+; VII.

B. If at any time the foregoing required policies shall fail to meet the above minimum requirements, the Contractor shall, upon notice to that effect from the County, promptly obtain a new policy, and shall submit the same to the County, with the appropriate certificates and endorsements, for approval.

C00946C15 page 4 of 4 §00430 2011 Rev 1 (03/22/11) Insurance Requirements

1.08 SUBCONTRACTORS. The Contractor shall include all subcontractors as insured under its policies, or shall

furnish separate certificates of insurance and policy endorsements from each subcontractor. Insurance coverages provided by subcontractors, as evidence of compliance with the insurance requirements of this Contract shall be subject to all of the requirements stated herein.

1.09 JOB SITE SAFETY. The Contractor shall have the “right to control” and bear the sole responsibility for the

job site conditions, and job site safety. The Contractor shall comply with all applicable federal, state, and local safety regulations governing the job site, employees and subcontractors. The Contractor shall be responsible for subcontractor’s compliance with these provisions.

END OF SECTION

C00946C15 page 1 of 5 §00440 Rev (08/17/2015) Qualifications Information

SECTION 00440 QUALIFICATION INFORMATION

1.0 RESPONSIBILITY EVALUATION A. In accordance with RCW 39.04.350, the low responsive Bidder shall demonstrate to

the satisfaction of King County that the Bidder, its subcontractors and/or project team members, are responsible and qualified, at the time of bid submittal, to perform the Work under this Project.

B. To demonstrate their experience and qualifications, the Bidder shall provide all information identified below using the attached Responsibility Detail & Attestation Form (Attachment 1).

1.1 SUBMITTAL INFORMATION A. Upon request by the County, the low responsive Bidder and the second low

responsive Bidder shall be required to complete and submit the Responsibility Detail & Attestation Form (Attachment 1) for this Project and provide any additional required information within three (3) business days. The completed and certified Form and any additional required information shall be submitted electronically via email to the Contract Specialist identified in Section 00020, Invitation to Bid.

B. If required, King County will contact references as identified in the Responsibility Detail & Attestation Form to help assess the qualifications of the Bidder, its subcontractors and/or project team members, or members of the joint venture. The County reserves the right to contact other references, including King County personnel not listed on the Responsibility Detail & Attestation Form, to further evaluate the Bidder qualifications for this Project. Poor reference(s) may be justification to determine a Bidder is not responsible.

C. If the County determines that the Bidder, its subcontractors and/or project team members, or members of the joint venture do not have the necessary experience, capabilities, past project performance and/or contract history to perform the project, the County may reject the Bidder as being not responsible.

D. The County may at its sole discretion grant the Bidder additional time to complete the Responsibility Detail & Attestation Form if circumstances justify such extension.

E. The Bidder shall not submit any additional information not required by the County. Any information submitted by the Bidder, beyond what is requested by the County, will be deleted.

F. Attestation Requirement: By completing the attached Responsibility Detail & Attestation Form (Attachment 1), the Bidder shall certify that the information contained within the Responsibility Detail & Attestation Form, and any additional information requested by the County, is true and complete. The Bidder’s failure to disclose the required information or the submittal of false or misleading information may result in the rejection of the Bidder’s bid, revocation of award, or contract termination, and/or may impact the Bidder’s ability to bid on future projects with King County.

G. If the Bidder is a legally created joint venture, the Bidder shall submit the following information with the Responsibility Detail & Attestation Form:

1. A copy of the joint venture agreement;

2. Description of the specific roles and responsibilities each member of the joint venture will have in relation to this Contract.

C00946C15 page 2 of 5 §00440 Rev (08/17/2015) Qualifications Information

1.2 MANDATORY RESPONSIBILITY REQUIREMENTS. A. The County will verify that the Bidder and its subcontractors meet the mandatory

responsibility requirements as described in RCW 39.04.350(1) for this Project, identified within the Responsibility Detail & Attestation Form. The Bidder shall be rejected as not responsible if it fails to meet any of these requirements.

B. Contract and Regulatory History.

1. The County will evaluate whether the Bidder’s and its subcontractors’ contract and regulatory history demonstrates an acceptable record of past project performance and consistent responsibility. The Bidder may be rejected as not responsible if any of the following events has occurred. The Bidder shall be required to identify if within the past 5 years the Bidder has:

a. Had a contract terminated for cause or default;

b. Been found by the Department of Labor and Industries to have violated a state wage payment law, including willful violation of a wage payment requirement as defined in RCW 49.48.082, or had a civil judgment entered against it for violation of a state wage payment law;

c. Been found to have violated a state or federal prevailing wage law while working on a public works project, or had a civil judgment entered against it for violating a state or federal prevailing wage law;

d. Failed to comply with commitments to and contractual requirements for Disadvantaged Business Enterprise (“DBE”) Utilization Requirements or Women/Minority Owned Business Enterprise (“WMBE”) Utilization Requirements on any public works project;

e. Failed to meet mandatory King County Small Contractors and Suppliers (“SCS”) Utilization Requirements on any public works project;

f. Been found to have violated ethical standards set forth in King County contracts (KCC 3.04);

g. Been in bankruptcy, reorganization and/or receivership;

h. Been disqualified by any federal, state or local agency from being awarded and/or participating in a public works project;

i. Required a surety to take over all, or a portion of a project to cure or respond to an asserted default or material breach on part of the Bidder.

j. Failed to meet apprenticeship utilization requirements on any public works project.

C. Criminal History.

1. The County will evaluate whether the Bidder’s criminal history demonstrates a lack of business integrity or business honesty. The Bidder may be rejected as not responsible if any of the following events has occurred. The Bidder shall be required to identify if within the past five (5) years the Bidder, or any of its corporate officers, or its subcontractors has been:

a. Convicted of a criminal offense related to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of the contract or subcontract;

C00946C15 page 3 of 5 §00440 Rev (08/17/2015) Qualifications Information

b. Convicted under federal or state law of a crime relating to wage payment, embezzlement, theft, forgery, bribery, antitrust, falsification or destruction of records, receiving stolen property, making false claims while working on a project;

c. Convicted of a crime involving willful violation a federal or state environmental law or regulation while working on a project.

D. Accident/Injury Experience.

1. The County will evaluate the Bidder’s accident/injury Experience Modification Factor (“EMF”) from the Washington State Department of Labor and Industries, or similar organization with jurisdiction in the United States, for the past five (5) years to assess whether the Bidder has an acceptable safety record preventing personal injuries on projects.

2. Bidders that have an EMF over 1.0 shall be required to explain the cause(s) of the designation and what remedial steps were taken to correct the EMF. The Bidder may be rejected as not responsible if the EMF is greater than 1.0 and sufficient remedial steps have not been implemented.

1.3 SUPPLEMENTAL BIDDER RESPONSIBILITY REQUIREMENTS. A. In accordance with RCW 39.04.350(2), the County has adopted relevant

supplemental criteria for determining whether the low responsive bidder has the necessary experience and qualifications to perform the Work on this Project. The Bidder may be rejected as not responsible if it fails to meet any of the following supplemental responsibility requirements outlined below and as more fully described within the Responsibility Detail & Attestation Form (Attachment 1):

1. Experience of the Bidder (Prime Contractor);

2. Experience of Subcontractors or Prime Contractor Performing Specific Work.

a. Pipe Ramming;

b. Concrete; and

c. Bayview Site Construction.

3. Project Team Members Experience:

a. Project Manager;

b. On-site Superintendent;

c. Pipe Ramming Superintendent;

d. Bayview Construction Project Manager;

e. Bayview Construction Superintendent; and

f. Concrete Superintendent.

B. The Bidder shall demonstrate on the Responsibility Detail & Attestation Form how, with its own forces, it shall perform work equivalent to at least 25% of the Contract Price, excluding taxes, insurance and bonding. The Bidder shall demonstrate this by identifying the work using the specification divisions (Divisions 0 through 17) or sections within a division it intends to perform with its own forces and the estimated dollar amount and percentage of its overall bid amount this itemized work constitutes.

C00946C15 page 4 of 5 §00440 Rev (08/17/2015) Qualifications Information

C. Organizational Chart. The Bidder shall submit an organizational chart with the Responsibility Detail Form identifying the project team members and any other position the Bidder deems essential to demonstrate the organizational structure.

D. Schedule. The Bidder shall submit with the Responsibility Detail & Attestation Form, a preliminary schedule which demonstrates the Bidder’s management and understanding of the Work. The preliminary schedule shall be in sufficient detail to demonstrate how the Bidder plans to comply with the Contract Milestones and the Substantial Completion Date. Include at least the following:

1. Mobilization

2. Completion of Milestones

3. Start and Finish for the following items:

a. Bayview Site Work

(1) Demolition

(2) Inlet Structure Construction

(3) Pipe Ramming

(4) Pipe Lining with Cured in Place Pipe (CIPP)

(5) Restoration Work

b. Hanford Site Work

(1) Hanford Diversion Installation

(2) Pipe Ramming

(3) Underground storage tank construction

(4) Building Construction

(5) Street Improvements

4. Substantial Completion

E. Accident Prevention Program. The Bidder shall submit with the Responsibility Detail & Attestation Form, a copy of the Bidder’s Accident Prevention Program “APP” that meets the requirements stated in Section 01063, Washington Administrative Code (WAC) 296-155-110, and the applicable portions of WAC 296-24, WAC 296-62, WAC 296-67, WAC 296-155 and WAC 296-800. The County will review the APP. Should the County have concerns about the information contained in the APP, the County may request additional information and/or a submission of a revised APP.

1. Pursuant to the WAC, the APP is to be tailored to the Contractor’s type of construction business.

2. Specific types of hazards related to the work under this Project shall be addressed in the site-specific Health and Safety Plan (HASP) which shall be submitted after Contract Execution.

3. The following website provides additional information regarding the APP: http://www.lni.wa.gov/Safety/Rules/Chapter/800/helpfultools/APPCoreRuleGuide.pdf

C00946C15 page 5 of 5 §00440 Rev (08/17/2015) Qualifications Information

1.4 ADDITIONAL INFORMATION A. If the County finds that the Bidder’s Responsibility Detail & Attestation Form is

incomplete, the Bidder may be required to provide additional explanation or information as required by the County.

B. If the County determines that the Bidder, @subcontractor(s) and/or @project team members is/are not qualified, the County may reject the Bidder, meet with the Bidder, request additional information and allow Bidder opportunity to correct the deficiency by (1) providing additional information and/or (2) proposing other project personnel or subcontractors, and/or take other appropriate measures to complete the evaluation.

C. Timeliness of Contract Execution is critical to the success of this Project; therefore, the County may give the Bidder limited or no opportunity and time to remedy the deficiencies in the submitted Responsibility Detail & Attestation Form. The County reserves the right, in its sole discretion, to proceed to the next low responsive bidder when a Bidder is deemed not responsible to perform this Project.

END OF SECTION

C00946C15 page 1 of 16 §00440 Responsibility Detail Form – Attachment 1

SECTION 00440 RESPONSIBILITY DETAIL FORM

Attachment 1 The low responsive Bidder and the second low Bidder shall be required to complete this Responsibility Detail Form as specified in Section 00440. This completed Responsibility Detail Form and corresponding Responsibility Attestation Form (Attachment 2) shall both be submitted electronically (pdf) via email to the Contract Specialist identified in Section 00020, Invitation to Bid. Bidder’s Company Name:

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

1.0 MANDATORY BIDDER RESPONSIBILITY CRITERIA A. The Bidder shall meet the following mandatory responsibility criteria as described in RCW

39.04.350(1). The Bidder shall be rejected as not responsible if any answer to questions 1 through 5 is “No” or any answer to questions 6 through 8 is “Yes”.

1. Does the Bidder have a Certificate of Registration in compliance with Chapter 18.27 RCW?

Yes No

2. Does the Bidder have a current Washington State Unified Business Identifier number?

Yes No

3. Does the Bidder have Industrial Insurance Coverage for the Bidder's employees working in Washington State as required in Title 51 RCW?

Yes No

4. Does the Bidder have an Employment Security Department number as required in Title 50 RCW?

Yes No

5. Does the Bidder have a Washington State Excise Tax Registration number as required in Title 82 RCW?

Yes No

6. Has the Bidder been disqualified from bidding on any public works project under RCW 39.06.010 or 39.12.065(3)?

Yes No

7. Has the Bidder violated RCW 39.04.370 more than one time as determined by the Washington State Department of Labor and Industries?

Yes No

8. Has the Bidder ever been found to be out of compliance with Apprenticeship Utilization requirements of RCW 39.04.320?

Yes No

If any answer to questions 1 through 5 is “No” or any answer to questions 6 through 8 is “Yes” - STOP HERE and notify the Contract Specialist. The Bidder is not responsible for this Project. Otherwise proceed to 1.1.

C00946C15 page 2 of 16 §00440 Responsibility Detail Form – Attachment 1

For remaining criteria below, check or fill-out the appropriate box. Based upon the answer provided by the Bidder, the County may request additional information or seek further explanation.

1.1 CONTRACT AND REGULATORY HISTORY A. The County will evaluate whether the Bidder’s contract and regulatory history demonstrates

an acceptable record of past project performance and consistent responsibility. The Bidder shall answer the following questions. The Bidder may be rejected as not responsible if any answer to questions 1 through 10 below is “Yes”.

1. Has the Bidder had a contract terminated for cause or default, in the last 5 years?

Yes No If Yes, explain below.

2. Has the Bidder been found by the Department of Labor and Industries to have violated a state wage payment law, including willful violation of a wage payment requirement as defined in RCW 49.48.082, or had a civil judgment entered against it for violation of a state wage payment law, in the last 5 years?

Yes No If Yes, explain below.

3. Has the Bidder been found to have violated a state or federal prevailing wage law while working on a public works project, or had a civil judgment entered against it for violating a state or federal prevailing wage law, in the last 5 years?

Yes No If Yes, explain below.

4. Has the Bidder failed to comply with commitments to, and contractual requirements for, Disadvantaged Business Enterprise (“DBE”) Utilization Requirements or Women/Minority Owned Business Enterprise (“WMBE”) Utilization Requirements on any public works project, in the last 5 years?

Yes No If Yes, explain below.

5. Has the Bidder failed to meet mandatory King County Small Contractors and Suppliers (“SCS”) Utilization Requirements on any public works project, in the last 5 years?

Yes No If Yes, explain below.

6. Has the Bidder been found to have violated ethical standards set forth in King County contracts (KCC 3.04), in the last 5 years?

Yes No If Yes, explain below.

7. Has the Bidder been in bankruptcy, reorganization and/or receivership on any public works project, in the last 5 years?

Yes No If Yes, explain below.

C00946C15 page 3 of 16 §00440 Responsibility Detail Form – Attachment 1

8. Has the Bidder been disqualified by any federal, state or local agency from being awarded and/or participating on any public works project, in the last 5 years?

Yes No If Yes, explain below.

9. Has the Bidder required a Surety to take over all, or a portion of, a project to cure or respond to an asserted default or material breach of contract on the part of the Bidder on any public works project, in the last 5 years?

Yes No If Yes, explain below.

10. Has the Bidder failed to meet apprenticeship utilization requirements on any public works project, in the last 5 years?

Yes No If Yes, explain below.

1.2 CRIMINAL HISTORY A. The County will evaluate whether the Bidder’s criminal history demonstrates a lack of business

integrity or business honesty. The Bidder shall answer the following questions. The Bidder may be rejected as not responsible if any answer to questions 1 through 3 below is “Yes”.

1. Has the Bidder or any Joint Venture Member been convicted of a criminal offense related to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of the contract or subcontract, in the last 5 years?

Yes No If Yes, explain below.

2. Has the Bidder or any Joint Venture Member been convicted under federal or state law of a crime relating to wage payment, embezzlement, theft, forgery, bribery, antitrust, falsification or destruction of records, receiving stolen property, making false claims while working on a project, in the last 5 years?

Yes No If Yes, explain below.

3. Has the Bidder or any Joint Venture Member been convicted of a crime involving willful violation a federal or state environmental law or regulation while working on a project, in the last 5 years?

Yes No If Yes, explain below.

1.3 ACCIDENT/INJURY EXPERIENCE A. The County will evaluate the Bidder’s accident/injury Experience Modification Factor (“EMF”)

from the Washington State Department of Labor and Industries, or similar organization with jurisdiction in the United States, to assess whether the Bidder has an acceptable safety record preventing personal injuries on projects.

B. List the Bidder’s accident/injury EMF for the last five (5) years. An experience factor is calculated annually by the Washington State Department of Labor and Industries.

C00946C15 page 4 of 16 §00440 Responsibility Detail Form – Attachment 1

Year Effective Year Experience Factor

2010

2011

2012

2013

2014

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

1.4 WORK PERFORMED BY BIDDER A. The Bidder shall demonstrate how, with its own forces, it shall perform Contract Work

equivalent to at least 25% of the Total Bid Price, excluding taxes, insurance and bonding. The Bidder may demonstrate this by identifying the work using the specification divisions (Divisions 0 through 17) or sections within a division it intends to perform with its own forces and the dollar amount and percentage to its Total Bid Price this itemized work constitutes. The Bidder may be rejected as not responsible if the appropriate percentage of self-performance is not demonstrated.

Division # / Section # Dollar amount for Contract Work performed with own

forces

Percent of Total Bid Price Base Bid Price

$ %

$ %

$ %

$ %

$ %

$ %

$ %

$ %

1.5 ORGANIZATIONAL CHART A. Did the Bidder include an Organizational Chart with its submittal?

Yes No If No, explain below.

1.6 SCHEDULE A. Did the Bidder include a Preliminary Schedule with its submittal?

Yes No If No, explain below.

C00946C15 page 5 of 16 §00440 Responsibility Detail Form – Attachment 1

1.7 ACCIDENT PREVENTION PLAN A. Did the Bidder include an Accident Prevention Plan with its submittal?

Yes No If No, explain below.

1.8 PROJECT EXAMPLE SHEETS A. As part of completing this Responsibility Detail Form, the Bidder shall be required to complete

the following Project Example Sheets. The Bidder shall provide one project example sheet for each project submitted.

B. If necessary, the Bidder shall print the appropriate number of additional Project Example Sheets in order to satisfy the project information requirements.

C. The Bidder’s failure to provide the required project information may result in a determination of the Bidder being declared non-responsible by the County.

D. The Bidder shall submit completed Project Example Sheets with its Responsibility Detail Form and Responsibility Attestation Form.

C00946C15 page 6 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Statement of Criteria: The Bidder shall demonstrate past experience and competence managing no less than two (2) substantially completed construction projects within the last ten (10) years, each with an initial contract price not less than $10,000,000. Project examples shall also meet the following:

1. Bidder was the prime contractor responsible for planning and managing the project work and coordinating procurements and submittals.

2. Bidder was the prime contractor responsible for managing and coordinating subcontractors.

3. Bidder planned and managed work involving the construction of a below grade (30 feet or greater), watertight, cast-in-place concrete structure of at least 250,000 gallons with temporary shoring and dewatering.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

BIDDER - Project Information

Project Name:

Project Summary / Scope of Work Performed:

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

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

Contract Price: Substantial Completion Date:

BIDDER - Project Detail Information For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Was this Bidder responsible for planning and managing the project work and coordinating procurements and submittals?

Was this Bidder the prime contractor responsible for managing procurements and submittals?

Was this Bidder the prime contractor responsible for managing and coordinating subcontractors?

Did the Bidder plan and manage work involving the construction of a below grade (30 feet or greater), watertight, cast-in-place concrete structure of at least 250,000 gallons with temporary shoring and dewatering?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 7 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form

Project Example Sheet

Bidder’s Company Name:

Name of Firm Performing Pipe Ramming Work:

Statement of Criteria: The Bidder shall demonstrate that the firm(s) responsible for performing the Pipe Ramming work has successful past experience and competence in performing at least three (3) pipe ramming projects in the last seven (7) years in similar soils to this contract. Project examples shall also meet the following:

1. Two projects in which 48-inches or greater diameter pipe was installed by pipe ramming at a minimum of 150 feet from launch pit.

2. One project in which 42-inches or greater diameter pipe was installed by pipe ramming at a minimum of 200 feet from the launch pit with the use of steerable supplemental equipment resulting in successfully installing the pipe to a grade of 0.5% or less.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

FIRM PERFORMING PIPE RAMMING - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Substantial Completion Date of Pipe Ramming work:

FIRM PERFORMING PIPE RAMMING - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Did the Pipe Ramming Contractor perform the pipe ramming work on this project and are the soils similar to those on this contract?

Did the work include 48-inches or greater diameter pipe that the firm installed by pipe ramming at a minimum of 150 feet from launch pit?

Did the work include 42-inches or greater diameter pipe that the firm installed by pipe ramming at a minimum of 200 feet from the launch pit with the use of steerable supplemental equipment resulting in successfully installing the pipe to a grade of 0.5% or less?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 8 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of Firm Performing Concrete Construction Work:

Statement of Criteria: The Bidder shall demonstrate that the firm(s) responsible for performing the cast-in-place concrete construction work has past experience in performing no less than five construction projects substantially completed within the last ten (10) years. Project examples shall meet the following:

1. For two of the projects, the cast-in-place structure was a minimum of 30 feet below grade with water-tight concrete and temporary shoring systems.

2. For two of the projects, the cast-in-place structure was a minimum of 20 feet below grade with water-tight concrete and temporary shoring systems.

3. For one of the projects, construction of watertight mass concrete similar in scope to this project.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

CONCRETE CONSTRUCTION FIRM - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Substantial Completion Date of Concrete work:

CONCRETE CONSTRUCTION FIRM - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Did the Concrete Construction Firm perform the cast-in-place concrete construction work on this project?

Was the cast-in-place structure a minimum of 30 feet below grade with water-tight concrete and temporary shoring systems?

Was the cast-in-place structure a minimum of 20 feet below grade with water-tight concrete and temporary shoring systems?

Was the construction of watertight mass concrete similar in scope to this project?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 9 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of Firm Performing Bayview Site Construction Work:

Statement of Criteria: The Bidder shall demonstrate that the firm(s) responsible for performing all the Bayview construction work (all work associated with siphon inlet, siphon discharge and siphon construction) has past experience and competence on no less than one project in the past seven (7) years in managing excavation work in a high volume (25,000 vehicles per day) major arterial city street right-of-way in a commercial environment (similar to Martin Luther King Way and Rainier Avenue) where the excavation work was substantially completed. Project example shall also meet the following:

1. Firm was responsible for planning and managing the work and coordinating procurements and submittals. 2. Firm was responsible for managing and coordinating subcontractors. 3. Excavation shall have been a minimum of 20 feet deep with similar scope and complexity to this contract. 4. Work shall have involved complex traffic control revisions.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

BAYVIEW SITE CONSTRUCTION FIRM - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Substantial Completion Date:

BAYVIEW SITE CONSTRUCTION FIRM - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Did the Bayview Site Construction Firm perform this project?

Did the project include excavation work in a high volume (25,000 vehicles per day) major arterial city street right-of-way in a commercial environment (similar to Martin Luther King Way and Rainier Avenue) for which the excavation work was substantially completed?

Was the Firm responsible for planning and managing the work and coordinating procurements and submittals?

Was the Firm responsible for managing and coordinating subcontractors?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 10 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Was the excavation work a minimum of 20 feet deep with similar scope and complexity to this contract?

Did the project involve complex traffic control revisions?

C00946C15 page 11 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of Project Manager:

Statement of Criteria: The Bidder shall demonstrate that the Project Manager (PM) has past experience and competence in managing the day-to-day activities on no less than two (2) substantially completed construction projects within the last ten (10) years, each with an initial contract price not less than $10,000,000. Project examples shall also meet the following for each construction project:

1. PM was responsible for planning and managing the project work and coordinating all subcontractors, procurements and submittals.

2. PM was responsible for managing work involving the construction of a below grade (30 feet or greater), cast-in-place concrete structure of at least 250,000 gallons with temporary shoring and dewatering.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

PROJECT MANAGER - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Contract Price: Substantial Completion Date:

PROJECT MANAGER - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible. Yes No

Did the PM manage the day-to-day activities on this project?

Was this PM responsible for planning and managing the project work and coordinating all subcontractors, procurements and submittals?

Was the PM responsible for managing work involving the construction of a below grade (30 feet or greater), cast-in-place concrete structure of at least 250,000 gallons with temporary shoring and dewatering?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 12 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of On-Site Superintendent:

Statement of Criteria: The Bidder shall demonstrate that the On-Site Superintendent has experience supervising the day-to-day on-site activities on no less than two (2) substantially completed construction projects within the last seven (7) years, each with an initial construction value not less than $5,000,000. Project examples shall also meet the following for each construction project:

1. On-site Superintendent supervised the day-to-day on-site activities for the construction of a below grade (30 feet or greater), cast-in-place concrete structure of at least 250,000 gallons.

2. On-site Superintendent supervised the day-to-day on-site activities on a project in a residential neighborhood setting.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

ON-SITE SUPERINTENDENT - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Contract Price: Substantial Completion Date:

ON-SITE SUPERINTENDENT - Project Detail Information For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Did the On-site Superintendent supervise the on-site day to day activities for this project?

Was the On-site Superintendent responsible for supervising the day-to-day on-site activities for the construction of a below grade (30 feet or greater), cast-in-place concrete structure of at least 250,000 gallons?

Was the On-site Superintendent responsible for supervising the day-to-day on-site activities on a project in a residential neighborhood setting?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 13 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of Pipe Ramming Superintendent:

Statement of Criteria: The Bidder shall demonstrate that the Pipe Ramming Superintendent has past experience and competence in managing the day-to-day activities on three (3) pipe ramming projects which were substantially completed within the last seven (7) years. Project examples shall also meet the following for each construction project:

1. For two of the projects, 48-inches or greater diameter pipe was installed by pipe ramming at a minimum of 150 feet from launch pit.

2. For one of the projects, 42-inches or greater diameter pipe was installed by pipe ramming at a minimum of 200 feet from the launch pit with the use of steerable supplemental equipment resulting in successfully installing the pipe to a grade of 0.5% or less.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

PIPE RAMMING SUPERINTENDENT - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Substantial Completion Date of Pipe Ramming work:

PIPE RAMMING SUPERINTENDENT - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Did the Pipe Ramming Superintendent manage the day-to-day activities for the pipe ramming work on this project?

Was 48-inches or greater diameter pipe installed by pipe ramming at a minimum of 150 feet from launch pit?

Was 42-inches or greater diameter pipe was installed by pipe ramming at a minimum of 200 feet from the launch pit with the use of steerable supplemental equipment resulting in successfully installing the pipe to a grade of 0.5% or less?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 14 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of Bayview Construction Project Manager:

Statement of Criteria: Project Manager (PM) responsible for performing all Bayview work has past experience and competence on no less than two (2) projects in the past seven (7) years in managing the day-to-day activities performing excavation work in a high volume (25,000 vehicles per day) major arterial city street right-of-way in a commercial environment (similar to Martin Luther King Way and Rainier Avenue) where the excavation work was substantially completed. Project examples shall also meet the following:

1. PM was responsible for planning and managing the work and coordinating procurements and submittals. 2. PM was responsible for managing and coordinating subcontractors. 3. Excavation shall have been a minimum of 20 feet deep with similar scope and complexity to this contract. 4. Work shall have involved complex traffic control revisions.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

BAYVIEW CONSTRUCTION PROJECT MANAGER - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Substantial Completion Date:

BAYVIEW CONSTRUCTION PROJECT MANAGER - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Did the Bayview Construction PM manage the day-to-day construction activities on this project?

Was the PM responsible for planning and managing the work and coordinating procurements and submittals?

Was the PM responsible for managing and coordinating subcontractors?

Was excavation a minimum of 20 feet deep with similar scope and complexity to this contract?

Did the work involve complex traffic control revisions?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 15 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of Bayview Construction Superintendent:

Statement of Criteria: The Bidder shall demonstrate that the superintendent responsible for performing all the Bayview work has past experience and competence in performing excavation work on no less than one project in the past seven (7) years in managing day-to-day activities in a high volume major arterial, city street right-of-way where the excavation work was substantially completed. Project example shall also meet the following:

1. Excavation shall have been a minimum of 15 feet deep. 2. Work shall have involved major traffic control revisions to complete the work. 3. Work shall have involved complex traffic control revisions.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

BAYVIEW CONSTRUCTION SUPERINTENDENT - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Substantial Completion Date:

BAYVIEW CONSTRUCTION SUPERINTENDENT - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Did the Bayview Construction Superintendent manage day-to-day construction activities in a high volume major arterial, city street right-of-way where the excavation work was substantially completed?

Was the excavation a minimum of 15 feet deep?

Did the work involve major traffic control revisions to complete the work?

Did the work involve complex traffic control revisions?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 page 16 of 16 §00440 Responsibility Detail Form – Attachment 1

Responsibility Detail Form Project Example Sheet

Bidder’s Company Name:

Name of Concrete Construction Superintendent:

Statement of Criteria: The Bidder shall demonstrate that the Concrete Construction Superintendent works for the Concrete Construction Firm and has past experience and competence performing cast-in-place concrete work supervising the day-to-day activities on two cast-in-place underground structure projects substantially completed within the last ten (10) years. Project examples shall meet the following:

1. Cast-in-place structure was at minimum 30 feet below grade with water-tight concrete and temporary shoring systems.

2. Cast-in-place structure was at least a 250,000-gallon structure. 3. For one of the projects, the cast-in-place structure shall include watertight mass concrete similar in scope to this

project.

Each identified project is not required to meet all of the criteria set forth above; however, examples shall be provided which demonstrate experience and competence as required above.

CONCRETE CONSTRUCTION SUPERINTENDENT - Project Information

Project Name:

Project Summary / Scope of Work Performed:

Project Owner’s Name: Project Owner’s

Telephone Number:

Owner’s Project Manager’s Name: (or person who can verify experience) Owner’s Project Manager

Telephone Number:

Owner’s Project Manager’s Email:

General Contractor’s Name: General Contractor’s Telephone Number:

Substantial Completion Date of Concrete work:

CONCRETE CONSTRUCTION SUPERINTENDENT - Project Detail Information

For each of the criteria identified below, please check the appropriate box. If your answer is “No”, the County may request additional information regarding the Bidder’s response or reject the Bidder as being not responsible.

Yes No

Does the Concrete Construction Superintendent work for the Concrete Construction Firm

Did the Superintendent supervise the day-to-day activities on this project?

Did the work include a cast-in-place structure at minimum 30 feet below grade with water-tight concrete and temporary shoring systems?

Did the work include a cast-in-place structure with a capacity of at least a 250,000-gallon?

Did the work include a watertight mass concrete cast-in-place structure similar in scope to this project?

The Bidder is required to complete a separate Project Example Sheet for each project identified.

C00946C15 1 of 1 §00440 2012 (09/24/2012) Responsibility Attestation Form Attachment 2

SECTION 00440 RESPONSIBILITY ATTESTATION FORM

Attachment 2

The low responsive Bidder and the second low Bidder shall be required to complete and sign this Attestation Form as specified in Section 00440. This completed and certified Attestation Form shall be submitted electronically (pdf) via email, with the completed Responsibility Detail Form (Attachment 1), to the Contract Specialist identified in Section 00020, Invitation to Bid.

Attestation Requirement: By completing this Responsibility Attestation Form, the Bidder is certifying that the information contained within the Responsibility Detail Form (Attachment 1), and any additional information requested by the County, is true and complete. The Bidder’s failure to disclose the required information or the submittal of false or misleading information may result in the rejection of the Bidder’s bid, revocation of award, or contract termination, and/or may impact the Bidder’s ability to bid on future projects with King County.

Project: Rainier Valley Wet Weather Storage Project, C00946C15

The information provided herein is true and complete.

_________________________________________________ _________________ Signature of Authorized Representative Date

Print Name and Title:_________________________________________________________________

Bidder General Information

Bidder’s Legal Name:

Contact Name and Title:

Address:

Contact Phone Number:

Contact Email: Legal Name and

Members of Joint Venture:

C00946C15 page 1 of 1 §00500 Rev (11/5/2015) Agreement

SECTION 00500 AGREEMENT

THIS AGREEMENT, by and between King County, and ________________________, hereinafter called the "Contractor," shall be effective upon the execution of this Agreement by the County.

In consideration of the mutual covenants, agreements, terms and conditions contained in this Agreement and in the Contract Documents (General Terms and Conditions as supplemented, Specifications, Drawings and Detail Drawings, Form of Bid and Addenda and Affidavits, Certifications and Bonds) which are attached hereto and made part of this Agreement for

RAINIER VALLEY WET WEATHER STORAGE PROJECT, CONTRACT C00946C15

1. The Contractor agrees to complete the work, furnish all tools, materials and equipment necessary on the terms and conditions specified in the Contract Documents. The Contractor further agrees to assume and perform all of the covenants and conditions required of the Contractor pursuant to the Contract Documents, for the Contract Price of ________________ ________________________Dollars ($_______________), pursuant to the lump sum and/or unit prices as stated in the Form of Bid.

2. King County agrees to pay the Contractor for fulfillment of the work and performance of the covenants set forth in the Contract Documents in accordance with the Contractor’s Form of Bid and the Contract Documents.

3. Except as expressly provided in the Contract Documents, no liability shall attach to the County by reason of entering into this Agreement.

4. King County agrees to pay the Contractor the applicable Washington State Retail Sales Tax in accordance with the terms and conditions set forth in the Contract Documents.

5. King County’s Project Representative is ___Casey Hayes___________________.

6. The Contractor’s Representative is __________________________________________.

7. The Contractor’s contract purchase agreement in the King County Oracle financial system for submitting and processing Applications for Payment is CPA# ______________.

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

KING COUNTY CONTRACTOR

By: By:

Pam Elardo, Director Wastewater Treatment Division For Dow Constantine, King County Executive Title:

Date Date:

END OF SECTION

C00946C15 page 1 of 1 §00600 Error! Unknown document property name. Rev Error! Unknown document property name. (11/5/2015) Addenda

SECTION 00600 ADDENDA

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

END OF SECTION

C00946C15 page i of ii §00700 Rev (08/17/2015) General Terms and Conditions

SECTION 00700 GENERAL TERMS AND CONDITIONS

TABLE OF CONTENTS Article 1: GENERAL PROVISIONS .......................................................................................................................... 1

1.0 Definitions ....................................................................................................................................... 1 1.1 Intent and Interpretation of the Documents .................................................................................... 5 1.2 Order of Precedence ...................................................................................................................... 6 1.3 Clarification of Drawings and Detail Drawings ............................................................................... 6

Article 2: COUNTY .................................................................................................................................................... 6 2.0 Authority ......................................................................................................................................... 6 2.1 Information Supplied by County ..................................................................................................... 8 2.2 Work by County or Separate Contractors ...................................................................................... 8

Article 3: CONTRACTOR ......................................................................................................................................... 8 3.0 Contractor Representations ........................................................................................................... 8 3.1 General Duties ............................................................................................................................... 9 3.2 Duty to Inspect Contract Documents ............................................................................................. 9 3.3 Communications ........................................................................................................................... 10 3.4 Contractor’s Supervision and Employees .................................................................................... 10 3.5 Contractor’s Duty When County Performs Work On-Site ............................................................ 10 3.6 Materials and Equipment Furnished by County ........................................................................... 11 3.7 Subcontractors and Suppliers ...................................................................................................... 12 3.8 Schedule of Working Hours ......................................................................................................... 12 3.9 Record Documents ....................................................................................................................... 12 3.10 Cost Records ................................................................................................................................ 13 3.11 Maintenance and Inspections of Documents ............................................................................... 14 3.12 Maintenance and Site Cleanup .................................................................................................... 16 3.13 Protection of Existing Structures, Equipment, Vegetation, Utilities, and Improvements .............. 17 3.14 Permits, Laws and Regulations .................................................................................................... 17 3.15 Patents and Royalties .................................................................................................................. 17 3.16 Contractor’s Certification .............................................................................................................. 18 3.17 Deviation from Contract................................................................................................................ 19 3.18 Operations, Material Handling, and Storage Areas ..................................................................... 19 3.19 Contractor’s Overall Responsibility For Protection of Work, Property, and Persons ................... 20 3.20 Protection of Persons ................................................................................................................... 20 3.21 Safety Program ............................................................................................................................ 21 3.22 Storage of Contractor’s Property .................................................................................................. 21 3.23 Archaeological and Historical Preservation ................................................................................. 21 3.24 Water Pollution Control Requirements ......................................................................................... 22 3.25 Rights of Way ............................................................................................................................... 22 3.26 Environmental Mitigation Plan ...................................................................................................... 23 3.27 SUBCONTRACTOR RESPONSIBILITY ...................................................................................... 23

Article 4: ADMINISTRATION OF THE CONTRACT .............................................................................................. 23 4.0 Time of Essence ........................................................................................................................... 23 4.1 Work Progress .............................................................................................................................. 23 4.2 Schedule of Values ...................................................................................................................... 24 4.3 Project Schedule .......................................................................................................................... 24 4.4 Submittals ..................................................................................................................................... 25 4.5 Requests for Information .............................................................................................................. 27 4.6 Tests, Inspections, and Access to the Work ................................................................................ 27 4.7 Correction of Work or Damaged Property .................................................................................... 29 4.8 Substitution of Products & Processes .......................................................................................... 30

Article 5: CHANGES TO THE CONTRACT ........................................................................................................... 30 5.0 General ......................................................................................................................................... 30 5.1 Contractor’s Request for a Change Order ................................................................................... 32

C00946C15 page ii of ii §00700 Rev (08/17/2015) General Terms and Conditions

5.2 Differing Site Conditions ............................................................................................................... 33 5.3 Acceleration .................................................................................................................................. 34 5.4 Suspension of Work ..................................................................................................................... 34 5.5 Force Majeure .............................................................................................................................. 36 5.6 Change Orders ............................................................................................................................. 36 5.7 County Request for a Change Proposal ...................................................................................... 38

Article 6: TIME AND PRICE ADJUSTMENTS ....................................................................................................... 38 6.0 Change in the Contract Time ....................................................................................................... 38 6.1 Change in the Contract Price ....................................................................................................... 39 6.2 Method to Calculate Adjustments to Contract Price .................................................................... 41

Article 7: PAYMENT AND COMPLETION ............................................................................................................. 45 7.0 Applications for Payment ............................................................................................................. 45 7.1 Payments ..................................................................................................................................... 46 7.2 Payment Withheld ........................................................................................................................ 46 7.3 Title ............................................................................................................................................... 47 7.4 Substantial Completion Procedure ............................................................................................... 47 7.5 Final Inspection and Final Punch List .......................................................................................... 48 7.6 Requirements for Final Application For Payment ........................................................................ 48 7.7 Completion/Final Acceptance ...................................................................................................... 49 7.8 Retainage. .................................................................................................................................... 49 7.9 Warranty and Guaranty ................................................................................................................ 50 7.10 Prior Occupation ........................................................................................................................... 50

Article 8: TERMINATION ........................................................................................................................................ 50 8.0 County’s Right to Terminate Contract .......................................................................................... 50 8.1 The County’s Right to Stop the Work for Cause .......................................................................... 53

Article 9: CLAIMS AND LITIGATION ..................................................................................................................... 53 9.0 Contractor Claims ......................................................................................................................... 53 9.1 Contractor’s Burden of Proof on Claim ........................................................................................ 55 9.2 Litigation ....................................................................................................................................... 56

Article 10: MISCELLANEOUS ............................................................................................................................... 56 10.0 Contractor’s Performance and Payment Bond ............................................................................ 56 10.1 Indemnification/Hold Harmless .................................................................................................... 56 10.2 Compensation, Wages, Benefits and Taxes ................................................................................ 57 10.3 Successors and Assigns .............................................................................................................. 57 10.4 Third Party Agreements ............................................................................................................... 58 10.5 Nonwaiver of Breach .................................................................................................................... 58 10.6 Notice to the County of Labor Disputes ....................................................................................... 58 10.7 Liquidated Damages Against Contractor ..................................................................................... 58 10.8 Headings ...................................................................................................................................... 58 10.9 Choice of Law ............................................................................................................................... 59 10.10 Severability ................................................................................................................................... 59

C00946C15 page 1 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

ARTICLE 1: GENERAL PROVISIONS 1.0 DEFINITIONS

A. “Addendum” or “Addenda” means alteration or clarification of the plans or specifications provided to bidders by the County prior to bid time, which becomes part of the Contract Documents when the Contract is executed.

B. “Claim” means a written demand by the Contractor seeking (1) a change to Contract Price; (2) a change of Contract Time; (3) a payment of money or damages; and/or, (4) any other relief arising out of or relating to this Contract.

C. “Change Order” means a written instrument designated to be a Change Order which alters the Contract, and identifies the following: (1) a change in the Work; (2) a change in Contract Price; and/or (3) a change in Contract Time.

D. “Change Proposal” means a document prepared by the Contractor at the request of the County, which proposes changes to the Work and/or changes to the Contract Price and/or Contract Time. County initiates all requests for Change Proposals.

E. The “Contract” or “Contract Documents” constitute the entire integrated agreement between King County and the Contractor for the performance of the Work. The Contract Documents are the following:

1. The signed Agreement between King County and Contractor (the “Agreement Form”);

2. Division 0, and all documents required therein, including the Contractors completed Responsibility Detail Form and Responsibility Attestation Form;

3. Technical Specifications (Divisions 1 through 17);

4. Drawings;

5. Addenda; and

6. Any Change Orders.

F. “Contract Execution” occurs when the County Executive or its designee signs the Contract, which shall only occur after the Contractor signs the Contract.

G. “Contract Price” means the total amount payable by the County to the Contractor for performance of the Work in accordance with the Contract.

H. “Contractor’s Representative” is the individual who has authority to obligate the Contractor and is identified in the Agreement (§ 00500).

I. “Contract Time” means the number of days or the specific date set forth in the Contract to achieve Substantial Completion of the Work.

J. “Contract Work” or “Work” refers to the labor, materials, equipment, supplies, services, other items, and requirements of the Contract necessary for the execution, completion and performance of all work within the Contract by the Contractor to the satisfaction of King County.

K. “Contractor” means the individual, association, partnership, firm, company, corporation, or combination thereof, including joint ventures, contracting with King County to do the Contract Work.

L. “Critical Path” is the longest, continuous sequence of interrelated activities that begins at the start of the Project (Notice to Proceed) and extends to Substantial

C00946C15 page 2 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

Completion of the Project. These activities are critical because delay to an activity on this path will extend Contract Time.

M. “Day” means calendar day, unless otherwise specified.

N. “Differing Site Conditions” are defined as: (1) Subsurface or latent physical conditions at the site which differ materially from those indicated in the Contract Documents (Type I), or (2) Unknown physical conditions at the Site, of an unusual nature, which differ materially from those ordinarily encountered and generally recognized as inherent in the construction activities of the character provided for in the Contract (Type II).

O. “Field Directive” is a document, titled Field Directive, prepared by the County directing the Contractor to proceed promptly with specific work and shall not, in and of itself, constitute a Change Order or entitlement to an adjustment in Contract Time and/or Contract Price.

P. “Final Acceptance” and/or “Completion” is written acceptance of the Project by the County.

Q. “Force Majeure” means an event that is unforeseeable at the time of Contract Execution and that is beyond the reasonable control of the Contractor and County and is limited to:

1. Natural Disaster declared by Governor of Washington or President of the United States, including but not limited to earthquakes;

2. Acts or omissions of any government entity acting within its governmental capacity;

3. Fire and/or flood for which the Contractor or its Subcontractors is not responsible;

4. Quarantine or epidemic;

5. Strike or defensive lockout; and,

6. Unusually Severe Weather Conditions.

R. “Hand and Other Small Tools” means any tool, piece of communication equipment, or piece of equipment with a wholesale value of less than $500.

S. “Hazardous Material” means any pollutant, contaminant, toxic or hazardous waste, dangerous substance, potentially dangerous substance, noxious substance, toxic substance, flammable material, explosive material, radioactive material, urea formaldehyde foam insulation, asbestos, PCBs, or any other substances the removal of which is required, or the manufacture, preparation, production, generation, use, maintenance, treatment, storage, transfer, handling, or shipment of which is restricted, prohibited, regulated, or penalized by any and all federal, state, county, or municipal statutes or laws and regulations promulgated thereunder, now or at any time hereafter in effect, including, but not limited to, the Comprehensive Environmental Response, Compensation, and Liability Act (42 U. S. C. §§ 9601, et seq.), the Hazardous Materials Transportation Act (49 U. S. C. §§ 1801, et seq.), the Resource Conservation and Recovery Act (42 U. S. C. §§ 6901, et seq.), the Federal Water Pollution Control Act (33 U. S. C. §§ 1251, et seq.), the Clean Air Act (42 U. S. C. §§ 7401, et seq.), the Toxic Substances Control Act, as amended (15 U. S. C. §§ 2601, et seq.), the Occupational Safety and Health Act (29 U. S. C. §§ 651, et seq., and the Model Toxics Control Act (RCW 70.105), or similar state or local statute or code), as the laws have been amended and supplemented.

C00946C15 page 3 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

T. “King County” or “County” or “Owner” may be used interchangeably and refers to the County of King, a municipal corporation and a home rule charter county of the state of Washington.

U. “Notice” means a written document issued by the Project Representative or Contractor’s Representative which is submitted to the other party and delivered by:

1. Depositing in the U. S. Mail (or other method of commercial express mail), which notice shall be effective on the date of receipt;

2. Service on the Parties’ representative or at the Contractor’s home office or field office, which notice shall be effective on the date of service; or,

3. Facsimile to the Parties’ representative or Contractor’s home office or field office, which notice shall be effective upon receipt.

V. “Notice To Proceed” is a written directive issued by the County authorizing the Contractor to perform some or all of the Work.

W. “Overhead” shall mean charges that may be incurred or allocated in support of the Contract but are not part of the cost of directly performing the physical Contract construction activity. Overhead includes Site or Field Overhead and Home Office Overhead.

1. Site or Field Office Overhead

Site or Field Overhead costs are typically those costs that are related to, but are not limited to supervision, including general foremen and their supervisors, planners, schedulers, engineers, managers, etc. and the direct payroll costs of their project-related service, clerical salaries and their direct payroll costs, the costs of all vehicles, travel, meal and lodging costs associated with those personnel, Site or Field office and utility expense, expenses associated with all regulatory compliance, Hand and Other Small Tools provided by the Contractor for the use of its forces, all expendable supplies, and all other items incidental to or integral in supporting the physical completion of the Work.

2. Home Office Overhead

Home office Overhead costs are typically those that include all general office expenses. Such costs include, but are not limited to those associated with officer and office salaries and related payroll taxes and benefits, costs of office occupancy and maintenance, all supporting services (such as utilities, office machines computers, and related items and support) related to the home office function, business taxes and licenses, and all such other costs necessary to operate the business entity. Home office overhead includes unabsorbed home office overhead.

3. In addition to the above, whether treated as Site or Field Overhead or as Home Office Overhead, costs of any and all bonds, insurance(s), and taxes associated with this Contract are to be considered as Overhead. All items as those identified above are to be treated as Overhead for this purpose regardless of how the Contractor chooses to account for them in its books of account.

4. Under no circumstances shall the County pay the Contractor for direct or allocated costs or charges for officer bonus and profit sharing, project personnel bonuses, charitable contributions, income taxes, or any costs relating to illegal activity.

C00946C15 page 4 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

X. “Parties” refers to the Contractor and King County.

Y. “Project” refers to all activity relative to this Contract including activity of the Contractor, its Subcontractors, and the County.

Z. “Request for Change Order” means a document, designated as a Request For A Change Order, prepared by the Contractor requesting either (1) a change in Contract Price; (2) a change in Contract Time; (3) a change in Contract Work; (4) a payment of money or damages; and/or, (5) any other relief arising out of or relating to this Contract.

AA. “Request for Information” is a request from the Contractor to the County seeking an interpretation or a clarification of some requirement of the Contract Documents.

BB. “Site” or “Project Site” shall be understood to refer to the location at which construction, equipment or services furnished by the Contractor under the Contract will be performed, completed and/or delivered.

CC. “Subcontractor” shall mean an individual, firm, partnership, or corporation having a contract, purchase order, or agreement with the Contractor, or with any Subcontractor of any tier for the performance of any part of the Contract. When the County refers to Subcontractor(s) in this document, for purposes of this document and unless otherwise stated herein, the term Subcontractor(s) includes, at every level and/or tier, all subcontractors and subconsultants.

DD. “Supplier(s)” The term Supplier(s) shall mean any person or firm who is not performing work or supplying labor on Site and is engaged in the business of supplying a manufactured product or resource to the County, Contractor, or Subcontractors. The term Suppliers includes materialmen, manufacturers, and fabricators.

EE. “Substantial Completion” means that stage in the progress of the Work where:

1. The County has full and unrestricted use and benefit of the Project for the purpose intended;

2. All the systems and parts of the Contract Work are functional;

3. Utilities are connected and operate normally;

4. Only minor incidental work or correction or repair remains to complete all Contract requirements; and,

5. At the County’s option, the Contractor has provided all occupancy permits and easement releases.

FF. “Unusually Severe Weather Conditions” shall be defined and calculated as follows:

1. Daily rainfall equal to, or greater than, 0.50 inch during a month when the monthly rainfall exceeds the normal monthly average by 15 to 100 percent.

2. Daily rainfall equal to, or greater than, 0.20 inches during a month when the monthly rainfall exceeds the normal monthly average by more than 100 percent.

3. Daily rainfall equal to, or greater than, 1.0 inch at any time.

4. Daily maximum temperature equal to, or less than, 20 degrees F during a week when the maximum daily temperature never exceeds 35 degrees F.

C00946C15 page 5 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

5. Daily maximum temperature equal to, or less than, 25 degrees F during a week when the maximum daily temperature never exceeds 30 degrees F.

6. Daily maximum temperature equal to, or less than, 15 degrees F at any time.

7. Daily maximum wind velocity equal to or greater than 50 mph at any time.

Ice, snow and other weather conditions, not described above, may be considered as unusually severe at the sole discretion of the County upon written request by the Contractor. Such written request shall describe in detail the weather conditions, identify the specific impacts resulting from the weather condition, and be submitted to the County within five (5) days of the onset of the unusually severe weather condition.

To preclude the difficulties of actual measurement, the parties hereto agree that weather data at the Site of the Work shall be expressly deemed to be the same as that measured at the Seattle-Tacoma International Airport by the Environmental Data and Information Service of the National Oceanic and Atmospheric Administration (“NOAA”) of the U. S. Department of Commerce, unless otherwise specified in the Contract Document’s technical specifications.

Precipitation (such as rain, hail or snow), low temperature, windstorms, ice, and other conditions which could reasonably have been anticipated from the National Weather Service historical records for the general locality of the Work shall not be construed as unusually severe weather.

For the purposes of this provision, a “month” shall mean a calendar month and a “week” shall mean a calendar week of Sunday through Saturday.

1.1 INTENT AND INTERPRETATION OF THE DOCUMENTS A. The Contract Documents constitute the entire and integrated agreement between the

parties hereto and supersede all prior negotiations, representations, or agreements, either written or oral.

B. The Contract Documents shall not be construed to create a contractual relationship between any parties other than the County and the Contractor. No contract between the County and a third party shall be construed to create any duty on the part of the County or such third party to the Contractor. The Contractor is not an intended or incidental beneficiary of any promises made in the County’s contract with a third party, if any.

C. The Contract Documents are intended to be complementary. What is required by one part of the Contract shall be as binding as if required by all. Should any conflict or inconsistency be found in the Contract Documents, the County shall resolve any such conflict or inconsistency in accordance with provision 1.2, Order of Precedence.

D. Where the words “similar,” “typical” (or their equivalents) are used in the Contract, they shall mean nearly corresponding or having a likeness. Such words shall not be construed to mean that all parts of the Work referred to are identical or substantially identical, or that such elements of the Work are connected identically or substantially identically to the rest of the Work. The Contractor has the responsibility to determine all details of the Work in relation to their location and connection to other parts of the Work. Words importing the singular number may also be applied to the plural of persons and things; words importing the plural may be applied to the singular; and words importing the male gender may be extended to females also.

C00946C15 page 6 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

E. The organization of the specifications into divisions, provisions and articles and the organization of the drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade.

1.2 ORDER OF PRECEDENCE A. Any conflict or inconsistency between the terms or conditions of the Contract

Document shall be resolved by the following descending order of precedence (with 1 taking precedence over 2, 3, 4, 5, 6 and 7; 2 taking precedence over 3, 4, 5, 6 and 7; and so forth):

1. The signed Agreement (§00500);

2. The Supplemental Terms and Conditions (§00800);

3. The General Terms and Conditions (§00700);

4. The Technical Specifications (“Specifications”) as modified by Addenda or Change Orders, Divisions 1 through 17: provisions in Division 1 shall take precedence over provisions of any other Division;

5. Detail drawings, as modified by Change Orders;

6. Drawings, as modified by Change Orders;

7. All other sections in Division 0 not specifically identified herein by Section including the Contractors completed Responsibility Detail Form and Responsibility Attestation Form; and

8. Affidavits, Certifications and bonds (§00410; §00420).

1.3 CLARIFICATION OF DRAWINGS AND DETAIL DRAWINGS A. Where on any drawing a portion of the Work is drawn out and the remainder is

indicated in outline, the drawn out parts shall apply also to other similar portions of the Work. Where ornament or other detail is indicated by starting only, such detail shall be continued throughout the courses or parts in which it occurs and shall apply to all other similar parts of the Work, unless otherwise indicated.

B. With regard to drawings the following shall apply:

1. Written dimensions shall be followed; drawings may not be to scale.

2. Figure dimensions on drawings shall govern over scale dimensions; and detail drawings shall govern over general drawings.

ARTICLE 2: COUNTY 2.0 AUTHORITY

A. Unless the County, in writing, indicates otherwise, the authority to (1) commit to or bind the County to any Change Orders or change in Contract Work, Contract Price and/or Contract Time; or (2) sign the Contract or Change Orders rests solely in the King County Executive or its designee.

B. The County shall identify the Project Representative in the Contract prior to Contract Execution.

1. The Project Representative shall provide the Contractor with a written Notice of delegation of authority, which identifies the person who has authority to sign

C00946C15 page 7 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

Change Orders and/or bind the County to changes in Contract Work, Contract Price, and Contract Time.

2. In the event the Project Representative is no longer assigned to the Contract, the County shall notify the Contractor in writing of the change providing the name of the new Project Representative and effective date of the change.

C. The Project Representative shall have the authority to administer the Contract. Administration of the Contract by the Project Representative includes but is not limited to:

1. Receiving all correspondence and information from the Contractor;

2. Issuing Field Directives;

3. Issuing request for Change Proposals;

4. Responding to Requests For Information;

5. Reviewing the schedule of values, project schedules, submittals, testing and inspection reports, substitution requests, and other documentation submitted by the Contractor;

6. Negotiating Change Proposals and Change Orders;

7. Recommending Change Orders for approval by the King County Executive or its designee;

8. Issuing decisions with respect to Requests for Change Orders and Claims;

9. Processing payment requests submitted by the Contractor, and recommending payment;

10. Monitoring the quality of the work, rejecting noncompliant work, and recommending acceptance of the work;

11. Transmitting executed Change Orders, amendments, and other Contract correspondence to the Contractor, and

12. Performing all other contract administrative functions.

D. All correspondence, questions, and/or documentation shall be submitted to the Project Representative.

E. The Project Representative may designate Technical Representatives to perform functions under the Contract, such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical or administrative nature.

1. The Project Representative will provide a written Notice of its designation to the Contractor. The designation letter will set forth the authority of the Technical Representatives under the Contract.

2. The Project Representative may add to or modify in writing these designations from time to time.

3. The Project Representative cannot grant a Technical Representative greater authority than the authority of the Project Representative.

C00946C15 page 8 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

2.1 INFORMATION SUPPLIED BY COUNTY A. Unless otherwise specifically provided in the Contract, surveys and site information

provided by the County are intended to describe the general physical characteristics of the Site. The County does not represent that this information is complete or sufficient for the Contractor’s performance of the Work.

B. The County shall furnish to the Contractor five copies of the Contract Documents (including half-size copies of the Contract drawings), one full-size set of Contract drawings, and one copy of any permits obtained by the County. The Contractor shall pay the County for any additional copies of Contract Documents.

C. All drawings, models, and specifications furnished by the County are solely for use on this Contract and are not to be used by the Contractor on any other work or project.

2.2 WORK BY COUNTY OR SEPARATE CONTRACTORS The County reserves the right to perform work not included in the Contract or to let other contracts in connection with this Project.

ARTICLE 3: CONTRACTOR 3.0 CONTRACTOR REPRESENTATIONS

The Contractor makes the following representations to the County:

A. Before submission of its bid, the Contractor has:

1. Carefully reviewed the Contract Documents, and visited and examined the Site;

2. Become familiar with the general and local conditions in which the Work is to be performed, and satisfied itself as to the nature, location, character, quality and quantity of Contract Work, the labor, materials, equipment, goods, supplies, work, services and other items to be furnished and all other requirements of the Contract Documents, as well as the surface and reasonably ascertainable subsurface conditions and other matters that may be encountered at the Site or affect performance of the Contract Work or the cost or difficulty thereof;

3. Become familiar with and satisfied itself as to the conditions bearing upon transportation, disposal, handling, and storage of materials; and

4. Become familiar with and satisfied itself as to the availability of labor, water, electric power, and roads; and the uncertainties of traffic, weather, river stages, tides, or similar physical conditions at the site. Any failure of the Contractor to take the action described in this provision or elsewhere in the Contract Documents will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the Work, or for proceeding to successfully perform the Work without additional expense to the County;

B. The Contract Price is reasonable compensation for the Work and the Contract Time is adequate for the performance of the Work as represented by the Contract, site visit, and the general conditions (including but not limited to weather, site, soil) known or reasonably anticipated for the Site;

C. The Contractor is financially solvent, able to pay its debts as they mature, and possesses sufficient working capital to complete the Work and perform the Contractor’s obligations required by the Contract;

C00946C15 page 9 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

D. The Contractor is able to furnish plant, tools, material, supplies, equipment, and labor required to complete the Work and perform the obligations required by the Contract and has sufficient experience and competence to do so; and

E. The Contractor shall perform at the Site, and with its own forces, work equivalent to at least twenty-five percent (25%) of the Contract Price.

3.1 GENERAL DUTIES A. The Contractor shall give sufficient supervision to the Work, using its best skill and

attention. The Contractor is hereby given notice that the County will be relying on the accuracy, competence and completeness of the Contractor’s work. The Contractor shall supervise and be solely responsible for the proper performance of the Work in accordance with the Contract, including the construction means, methods, techniques, sequences, procedures, and for coordination of all portions of the Work.

B. Unless specified elsewhere in the Contract, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction machinery, utilities, transportation, and other facilities and services (including federal and state tax, industrial insurance, social security liability and all other applicable taxes) necessary for the proper execution and completion of the Work.

C. The Contractor shall also provide sufficient staffing and supervision to process Requests for Information, Change Proposals, Submittals, Change Orders, close out documentation, and to perform all other requirements of the Contract and all Work.

D. The Contractor shall lay out its Work from baselines and benchmarks indicated in the Contract and shall be responsible for the accuracy of all field measurements used in the lay out.

3.2 DUTY TO INSPECT CONTRACT DOCUMENTS A. The Contractor shall carefully study and compare all Contract Documents and check

the conditions, dimensions, and instructions as stated therein. Contractor will not be required to provide professional services which constitute the practice of architecture and engineering except to the extent provided for in the technical specifications and drawings.

B. The Contractor shall immediately notify in writing the County of any:

1. Error, inconsistency, or omission in the Contract Documents that a reasonable contractor knew or through the exercise of reasonable diligence should have discovered under the same and similar circumstances;

2. Requirement in the Contract Documents that conflict with any local, state, and federal laws, regulations and/or permits, licenses, and easement conditions that a reasonable contractor knew or through the exercise of reasonable diligence should have discovered under the same and similar circumstances.

C. The Contractor should not proceed with the work in question until the Contractor receives written direction from the Project Representative.

D. If the Contractor proceeds with the work in question without written direction from the Project Representative, the Contractor shall be responsible for any costs or damages associated with:

1. Fines or penalties;

C00946C15 page 10 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

2. Demolition, tear out, removal, cleanup, remediation, or fixing the work in question; and

3. Delay, disruption, and loss of productivity.

E. The Contractor’s failure to timely discover and immediately report such reasonably ascertainable errors, inconsistencies, or omissions and conflicts in regulatory requirements, permits, license or easements to the County shall preclude the Contractor’s recovery of costs and time resulting from the Contractor’s failure to timely discover and/or immediately notify the County of such errors, inconsistencies, or omissions.

3.3 COMMUNICATIONS A. The Contractor must designate, in writing, its Contractor’s Representative who is

responsible for administering the Contract and has the authority to bind and obligate the Contractor in the performance of the Work. The Contractor’s Representative shall be identified in the Contract.

B. Communication with the Contractor shall be through the Contractor’s Representative.

C. The Contractor shall notify the County immediately if the Contractor’s Representative is changed and identify the name of the new Contractor’s Representative and effective date of the change.

3.4 CONTRACTOR’S SUPERVISION AND EMPLOYEES A. Contractor has an obligation to provide qualified and competent people to administer

the contract and perform all the Work.

B. During performance of the Work the Contractor shall have supervisory personnel on-site and available to administer, manage and coordinate the Work. The County shall not be responsible for the acts or omissions of the supervisory personnel or their assistants.

C. The Contractor shall at all times enforce good order among all persons furnishing labor or materials on-site and shall only employ workers skilled in the work assigned. If requested by the Project Representative, Contractor shall provide the Project Representative with copies of licenses, registrations, and certifications.

1. The County shall have the right to require the Contractor to remove personnel from the Site that do not have the appropriate qualifications and experience to meet or uphold the requirements of the Contract. The County shall also have the right to order the Contractor to replace personnel who demonstrate unprofessional behavior.

2. Failure by the County to require removal of any Contractor personnel shall not be deemed an admission that any such personnel are satisfactory, nor shall such failure relieve the Contractor from any contractual responsibility.

3.5 CONTRACTOR’S DUTY WHEN COUNTY PERFORMS WORK ON-SITE A. The Contractor shall coordinate its Work with the County and other County

contractors and, at the County’s request, participate in meetings for the purpose of coordinating the Contractor’s construction schedule with those of other contractors at no additional cost to the County. To the extent a direct conflict exists with regard to access to the Site, if the contractors cannot work out a resolution that has no impact on Contract Price, Contract Time, and any milestones in the Contract Documents, the Project Representative shall issue written direction to resolve the conflict.

C00946C15 page 11 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

B. The Contractor shall not cut, excavate, alter, impair, or otherwise engage in work activity that inhibits the work of any other contractors without the prior written consent of the County.

C. If any part of the Contractor’s Work depends, for proper execution or results, upon the prior work of the County or any other contractor, the Contractor shall, before performing the affected Work, inspect and give prompt written Notice of any apparent discrepancies or defects in the prior work that renders it unsuitable for the reception of Contractor’s Work. Contractor’s failure to so inspect and to give such prompt Notice shall constitute acceptance of the prior work as fit for reception of its Work, except as to defects not then reasonably discovered.

3.6 MATERIALS AND EQUIPMENT FURNISHED BY COUNTY A. Unless otherwise specifically provided in the Contract Documents, if the Contract

requires that the Contractor install materials and equipment provided by the County, in the absence of a reasonably apparent defect, such materials and equipment shall be considered compliant with the Contract Documents.

1. If the Contractor discovers defects in the County-furnished material or equipment the Contractor shall immediately notify the County in writing.

2. After such discovery, the Contractor shall not proceed with Work involving such County materials and equipment unless otherwise authorized in writing by the County.

3. Contractor’s failure to provide immediate written Notice of any defects in material or equipment shall constitute acceptance of such materials and equipment as fit for incorporation into the Work.

4. Contractor shall be responsible for any damages or delays resulting from Contractor’s failure to provide timely written Notice or Contractor’s improper incorporation of such defective materials or equipment into the Work.

B. Unless otherwise specifically provided in the Contract Documents, materials and equipment furnished by the County, which are not of local origin, are considered to be Free On Board “FOB” to the point of destination which is the railroad, truck or port terminal nearest to the Site.

1. The County shall inspect the equipment at the point of destination and notify the Contractor that the County-furnished material and equipment is available for immediate receipt, possession, and inspection at the point of destination.

2. Upon such notice, the Contractor shall, within seven (7) days, inspect such County-furnished material and equipment at point of destination and provide immediate written Notice of rejection of said material and equipment if it is defective or does not meet the requirements of the Contract.

a. The Contractor shall identify the causes for its rejection, including but not limited to the specific defect or nonconformance with the Contract.

b. Failure to provide such written rejection shall result in a presumption that the Contractor accepts the County-furnished material and equipment, except as to defects not then reasonably discovered.

3. After receipt by the Contractor at the point of destination all risk of loss and damage to such materials and equipment shall be borne by the Contractor. The

C00946C15 page 12 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

Contractor shall promptly unload, transport, store and/or protect such material and equipment from damage.

3.7 SUBCONTRACTORS AND SUPPLIERS A. This Contract is between King County and the Contractor.

1. The Contractor’s subcontracting shall create no contract between King County and the Subcontractor and Suppliers. Subcontractors and Suppliers are not intended or incidental third party beneficiaries to the Contract. The Subcontractor and Suppliers shall have no rights against King County by reason of its subcontract with the Contractor.

2. The Contractor will be responsible for performing all Work as required by the Contract. The Contract has not been written with the intent of, and King County shall not be a party to, defining the division of work between the Contractor and its Subcontractors and Suppliers.

3. The Contractor shall be responsible for all Work and material furnished, and no subcontract shall in any case release the Contractor of its obligations or liability under this Contract and the Performance and Payment Bond.

B. Selection of Subcontractors and Suppliers

1. Subcontractors and Suppliers shall be properly licensed, registered or certified, as applicable, and capable to perform the assigned work.

2. If requested by the County, the Contractor shall provide documentation that the proposed Subcontractors and Suppliers are experienced and equipped to do the Work.

3. The Contractor shall require each Subcontractor and Supplier to comply with all provisions of this Contract. At the request of Subcontractors or Suppliers, Contractor shall make available for copying all Contract Documents.

C. Responsibility for Work of Subcontractors and Suppliers

The Contractor shall be responsible for the acts and omissions of Subcontractors and Suppliers. The Contractor shall also be responsible for the suitability of any materials, components, equipment or supplies furnished by a Subcontractor and/or Supplier irrespective of whether such were designated or approved by the County.

3.8 SCHEDULE OF WORKING HOURS A. As specified in the Contract, the Contractor shall submit a schedule of working hours,

including overtime and shift work, to the County for acceptance. This schedule shall comply with RCW 49.28 and all other Contract requirements.

B. The schedule of working hours accepted by the County shall be the only schedule used by the Contractor during performance of Work in the Contract, unless amended to maintain Work progress.

C. The Contractor shall provide 48 hours advance written Notice of any intent to work outside of regular working hours as defined in the Contract Documents or on Sundays or legal holidays. Any Work performed after regular working hours, or on Sundays or legal holidays, shall be performed without additional expense to the County, except as otherwise provided in the Contract Documents.

3.9 RECORD DOCUMENTS A. The Contractor shall keep a copy of the Contract Documents on the Site.

C00946C15 page 13 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

B. The Contractor shall keep at the Site an accurate, readable, and orderly set of drawings and specifications, updated as the job progresses to show all approved changes, options, alternates, and all actual deviations from the original Contract Documents. This set of drawings and specifications shall be the Record Documents.

1. The Record Documents shall be maintained in hard copy and at the County’s option, in electronic format meeting the County’s requirements. The technical specifications shall state the electronic format.

2. In addition to all approved changes, options, alternates, and all actual deviations from the original Contract Documents, the Record Documents shall be marked as follows:

a. Record all materials used where options, alternates and/or change orders were indicated, specified and/or authorized;

b. Accurate measurements referenced to two permanent structures shall be recorded to show the exact location and changes in direction of all underground services and utilities, as well as their approximate depth below finished grade;

c. Update the Record Documents with information about each item of capital equipment or other fixed asset installed, including type of equipment, make, model, serial number, and acquisition cost;

d. Update the Record Documents identifying each item of capital equipment or other fixed asset removed from the Project, including type of equipment or fixed asset, make, model, serial number and description of location from which it was removed; and

e. Record all other requirements as specified in the Technical Specifications.

C. The Record Documents shall be kept up-to-date and be available for review by the County at all times, including but not limited to at each job progress meeting. Failure to have the record set up-to-date shall be sufficient reason for the County to withhold payment in accordance with provision 7.2, Payments Withheld, until all such information is recorded.

D. Record Documents may be used to assist the County to verify the appropriate progress payment.

3.10 COST RECORDS A. The Contractor, Subcontractors, and Suppliers shall maintain Project cost records by

cost codes and shall segregate and separately record at the time incurred all costs (1) directly associated with each work activity and (2) directly or indirectly resulting from any event or condition for which the Contractor seeks an adjustment in the Contract Price, Contract Time, and/or damages.

1. Any costs claimed to result from any such event or condition, including, but not limited to, delay and impact costs, acceleration costs, loss of productivity or efficiency, and increased or extended overhead shall be recorded at the time incurred and be fairly and reasonably allocated to each such event or condition and to other causes of such costs.

2. The County shall be provided with a detailed description of all such costs and the basis of allocation. The Contractor, Subcontractors, and Suppliers shall maintain a monthly summary of all costs and shall make all underlying cost records and

C00946C15 page 14 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

monthly summary of costs available for review, inspection, and copying by the County upon request.

3. Any work performed for which the Contractor intends to seek an adjustment in Contract Price and/or Contract Time shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work.

B. In addition to the requirements set forth in Articles 5, Changes to the Contract, and 6, Time and Price Adjustments, the Contractor shall be entitled to extra compensation for an event or condition and/or the recovery of damages only to the extent that the Project cost records are kept in full compliance with all Contract requirements and the cost allocations support entitlement to such compensation.

3.11 MAINTENANCE AND INSPECTIONS OF DOCUMENTS A. All Contractor’s, Subcontractors’, and Suppliers’ documents and records relating to

the Contract shall be open to inspection, audit, and/or copying by the County or its designee:

1. During the Contract Time; and

2. For a period of not less than six years after the date of Final Acceptance of the Contract (“Preservation Period”); or if any Claim, audit or litigation arising out of, in connection with, or related to this Contract is initiated, all documents shall be retained until such Claim, audit or litigation involving the records is resolved or completed, whichever occurs later.

B. The Contractor shall also guarantee that all Subcontractor and Supplier documents shall be retained and open to similar inspection, audit and/or copying during the Contract Time and also the Preservation Period. The Contractor, Subcontractor, and Supplier shall use its best efforts to cooperate with the inspection, auditing, and/or copying.

C. Inspection, audit, and/or copying of all documents described herein, may be performed by the County or its designee at any time with not less than seven (7) days Notice. Provided however, if an audit or inspection is to be commenced more than sixty (60) days after the Final Acceptance date of the Contract, the Contractor will be given twenty (20) days Notice of the time when the audit or inspection is to begin.

D. The Contractor, Subcontractors, and Suppliers shall provide adequate facilities, acceptable to the County, for inspection, auditing, and/or copying during normal business hours.

E. If the Contractor is formally dissolved, assigns or otherwise divests itself of its legal capacity under this Contract, then it shall immediately notify the County and preserve such records, at its expense, as directed by the County.

F. The Contractor, Subcontractor, and Supplier, shall be subject to audit at any time with respect to this Contract. Failure to maintain and retain sufficient records to allow the County to verify all costs or damages or failure to permit the County access to the books and records shall constitute a waiver of the rights of the Contractor Subcontractor and Supplier to Claim or be compensated for any damages, additional time or money under this Contract.

G. At a minimum, the following documents, including the machine readable electronic versions, shall be available for inspection, audits, and/or copying:

C00946C15 page 15 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

1. Daily time sheets and all daily reports, Supervisor’s reports, and inspection reports;

2. Collective bargaining agreements;

3. Insurance, welfare, and benefits records;

4. Payroll registers;

5. Earnings records;

6. All tax forms, including payroll taxes;

7. Material invoices and requisitions;

8. Material cost distribution worksheet;

9. Equipment records (list of Contractor’s, Subcontractors’, and Suppliers’ equipment, rates, etc.);

10. Contracts, purchase orders and agreements between the Contractor and each Subcontractor and Supplier;

11. Subcontractors’ and Suppliers’ payment certificates;

12. Correspondence, including email, with Subcontractors and/or Suppliers;

13. All meeting notes by and between Contractor, Subcontractors, Suppliers and/or any third parties related to the Project;

14. Canceled checks (payroll and vendors);

15. Job cost reports, including monthly totals;

16. Job payroll ledger;

17. Certified payrolls;

18. General ledger;

19. Cash disbursements journal;

20. Escrow bid documents, take off sheets, and calculations used to prepare the bid and/or quotes;

21. Take off sheets, calculations, quotes, other financial data to support change proposals, request for change order and/or claims;

22. Financial statements for all years during the Contract Time. In addition, the County may require, if it deems appropriate, additional financial statements for 3 years preceding execution of the Contract and 6 years following Final Acceptance of the Contract;

23. Depreciation records on all Contractor’s, Subcontractor’s, and Supplier’s equipment, whether these records are maintained by the Contractor, Subcontractors, and Suppliers involved, its accountant, or others;

24. If a source other than depreciation records is used to develop costs for the Contractor’s internal purposes in establishing the actual cost of owning and operating equipment, all such other source documents;

25. All documents which relate to each and every Claim together with all documents which support the amount of damages as to each Claim;

C00946C15 page 16 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

26. Worksheets or software used to prepare the Claim establishing the cost components for items of the Claim including but not limited to labor, benefits and insurance, materials, equipment, Subcontractors, Suppliers, all documents which establish time periods, individuals involved, the hours for the individuals, and the rates for the individuals;

27. Worksheets, software, and all other documents used (a) by the Contractor to prepare its bid and schedule(s) and/or (b) to prepare quotes and bids to the Contractor;

28. All schedule documents, including electronic versions, planned resource codes, or schedules and summaries;

29. All submittals; and,

30. All other documents, including email, related to the Project, Claims, or Change Orders.

H. The Contractor shall mark any documentation it considers proprietary or confidential accordingly. Such information will be treated as such by King County; however, the County cannot ensure that this information will not be subject to release pursuant to a public disclosure request. In the event the County receives a request for such information, the County will immediately advise the Contractor and will not release the requested information for a period of not less than ten (10) days in order to give the Contractor an opportunity to obtain a court order prohibiting the release of the information in response to the public disclosure request.

3.12 MAINTENANCE AND SITE CLEANUP A. The Contractor shall at all times keep the Site, access points, and public rights-of-

way free from accumulation of dirt, mud, waste materials or rubbish caused by the Contractor or Subcontractors. At the completion of the Contract Work, the Contractor shall remove and lawfully dispose of all its dirt, mud, waste materials, rubbish, tools, scaffolding and surplus or partly used materials from the Site and shall leave the Site broom clean unless some stricter standard is specified in the Contract.

B. The Contractor shall obey all applicable laws and regulations relating to the storage, use, and disposal of Hazardous Materials. The Contractor shall promptly notify the County of all Contractor or Subcontractor caused spills or releases of Hazardous Materials, and pay the cost to promptly clean up all such spills or releases and any associated fines or penalties. The Contractor shall maintain documentation of the clean up and disposal all Contractor or Subcontractor caused spills or releases of Hazardous Materials.

C. In case of a dispute over clean up, the County may, after written Notice to the Contractor, sweep surfaces or remove the dirt, mud, waste materials, rubbish, or hazardous materials and charge all reasonable costs of such work to the Contractor. The County may charge the Contractor or deduct such costs from payments otherwise due the Contractor pending a resolution of the dispute or exercise its rights under the Performance and Payment Bond. In the event there are insufficient funds remaining, excluding retention, the Contractor shall pay the County for the costs associated with maintenance and site cleaning.

C00946C15 page 17 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

3.13 PROTECTION OF EXISTING STRUCTURES, EQUIPMENT, VEGETATION, UTILITIES, AND IMPROVEMENTS A. Contractor shall protect from damage all existing structures, curbs, gutters,

sidewalks, equipment, improvements, utilities, trees, and vegetation not shown in the Contract Documents to be removed or modified at or near the Site. Contractor shall repair, at no cost to the County, any such damage resulting from failure to comply with the requirements of the Contract or failure to exercise reasonable care in performing the Work. If Contractor fails or refuses to repair the damage promptly, the County may have the necessary work performed and deduct or charge the cost to Contractor or exercise its rights under the Performance and Payment Bond. In the event there are insufficient funds remaining, excluding retention, the Contractor shall pay the County for the costs associated with protection and repairing the damages.

3.14 PERMITS, LAWS AND REGULATIONS A. Except those permits, easements, and variances specified in the Contract as having

been previously obtained by the County, all permits, licenses, easements and variances necessary for the execution of the Work shall be secured and paid for by the Contractor. The Contractor shall identify and apply for such permits and licenses at the earliest possible time so as to avoid any delay to the Contract Work arising from the permitting and/or licensing process. No actions taken by the County to aid the Contractor in securing any permit or license shall relieve the Contractor of any obligations to secure any such permit or license.

B. The Contractor shall maintain all stamped permit sets of documents at the Site during construction, in good condition and as required by local ordinances.

C. The Contractor shall perform all work hereunder in full compliance with local, state and federal laws, ordinances, resolutions and regulations, and with permit, license, easement, and variance conditions pertaining to the conduct of the Work. The Contractor shall defend, indemnify, and hold the County harmless from any assessment of fines, penalties, or damages arising from violations of the same by the Contractor or Subcontractors. The Contractor shall pay and provide proof of payment for any assessments of fines, penalties or damages. The Contractor shall cooperate with all governmental entities regarding inspection of the Work and compliance with such requirements.

D. Taxes. The Contractor is required to pay all applicable taxes. No adjustment will be made in the amount to be paid by the County under the Contract because of any change in law or regulations covering any applicable taxes, or because of any misunderstanding by the Contractor as to its liability for or the amount of any taxes.

3.15 PATENTS AND ROYALTIES A. The costs or fees relating to royalties or claims for any patented invention, article,

process or method that may be used upon or in a manner connected with the Work under this Contract or with the use of completed Work by the County shall be paid by the Contractor. The Contractor and its sureties shall protect and hold King County, and its officers, agents and employees, harmless against any and all demands made for such fees or claims brought or made by or on behalf of the holder of any invention or patent. Before final payment is made on the account of this Contract, the Contractor shall, if requested by the County, furnish acceptable proof of a proper release from all such fees or claims.

C00946C15 page 18 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

B. Should the Contractor, its agent, representatives or employees, or any of them, be enjoined from furnishing or using any invention, article, material or appliances supplied or required to be supplied or used under the Contract, the Contractor shall promptly notify the County of the Contractor’s intent to substitute other articles, materials or appliances in lieu thereof which are of equal efficiency, quality, finish, suitability, and market value, and satisfactory in all respects to the County. In the event the County elects, in lieu of such substitution, to have supplied and to retain and use any such invention, article, material or appliances as may be required to be supplied by the Contract, the Contractor shall pay all royalties and secure such valid licenses as may be requisite and necessary for the County, its officers, agents, representatives and employees, or any of them to use such invention, article, material or appliance without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should the Contractor neglect or refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be necessary, then in that event the County shall have the right to make such substitution or the County may pay such royalties and secure such licenses and charge the Contractor, even though final payment under the Contract may have been made.

3.16 CONTRACTOR’S CERTIFICATION A. Conflict of Interest

Consistent with the King County Code of Ethics, Chapter 3.04, the Contractor certifies (and shall require each Subcontractor to certify) that it has no direct or indirect pecuniary or proprietary interest, and that it shall not acquire any such interest, which conflicts in any manner or degree with the work, services or materials required to be performed and/or provided under this Contract and that it shall not employ any person or agent having any such interest. In the event that the Contractor or its agents, employees or representatives acquires such a conflict of interest, the Contractor shall immediately disclose such interest to King County and take action immediately to eliminate the conflict or to withdraw from this Contract, as King County may require.

B. Contingent Fees and Gratuities

The Contractor, by entering into this Contract with the County to perform or provide work, services or materials, has thereby covenanted:

1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor has been or will be employed or retained to solicit or secure this Contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee may be paid; and,

2. That no gratuities, in the form of entertainment, gifts or otherwise, have been or will be offered or given by the Contractor or any of its agents, employees or representatives, to any official member or employee of King County or other governmental agency with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending thereof, or the making of any determination with respect to the performance of this Contract. The Contractor certifies that it has not made any contributions to any person or entity as a condition of doing business with the County and it has disclosed to the County all attempts by any person to solicit such payments.

C. Penalties

C00946C15 page 19 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

Contractors are advised that KCC 3.04.060 authorizes criminal liability, and civil penalties, including the cancellation of current contracts and disqualification from bidding for a two-year period, for any person who violates Chapter 3.04 KCC.

3.17 DEVIATION FROM CONTRACT A. The Contractor shall not make an alteration, variation, addition, deviation, or

omission from the requirements of the Contract without the written consent of the Project Representative.

B. Any such alteration, variation, addition, deviation, or omission by the Contractor shall not result in any extra compensation or extension of time.

C. The County shall have the right to treat any alteration, variation, addition, deviation, or omission from the requirements of the Contract as a contract breach if prior written consent is not obtained from the Project Representative, which may be justification for the County to withhold payment, stop work, or terminate the Contract for default.

3.18 OPERATIONS, MATERIAL HANDLING, AND STORAGE AREAS A. Operating Area

Contractor shall confine all operations, including storage of materials on the Site, to County-approved areas.

B. Temporary Buildings and Utilities

Temporary buildings (including storage sheds, shops, and offices) and utilities may be erected by Contractor on the Site only with the consent of the County and without expense to the County. The temporary buildings and utilities shall remain the property of Contractor and shall be removed by the Contractor at its expense upon completion of the Work.

C. Use of Roadways

The Contractor shall use only established roadways or temporary roadways authorized by the County. When materials are transported during prosecution of the Work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by federal, state, or local law or regulation.

D. Disposal/Removal of Materials

The Contractor shall be responsible for compliance with all laws governing the storage and ultimate disposal of all such materials and components. The Contractor shall provide the County with a copy of all manifests and receipts evidencing proper disposal when required by the County or applicable law.

E. Protection and Care of Contractor’s Materials and Equipment The Contractor shall be responsible for the proper care and protection of its materials and equipment delivered to the Site. Materials and equipment may be stored on the Site at the Contractor’s own risk and with prior written approval from the County. When the Contractor uses any portion of the Site as a shop, the Contractor shall be responsible for any repairs, patching, or cleaning arising from such use and for obtaining any necessary permits to establish such shop or temporary storage facilities.

C00946C15 page 20 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

3.19 CONTRACTOR’S OVERALL RESPONSIBILITY FOR PROTECTION OF WORK, PROPERTY, AND PERSONS A. The Contractor shall be responsible for conditions of the Site, including safety of all

persons and property, during performance of the Work. The Contractor shall maintain the Site and perform the Work in a manner which meets all statutory and common law requirements or other specific contractual requirements for the provision of a safe place to work and which adequately protects the safety of all persons and property on or near the Site. This obligation shall apply continuously and shall not be limited to normal working hours. The County’s inspection of the Work or presence at the Site does not and shall not be construed to include review of the adequacy of the Contractor’s safety measures in, on or near the site of the Work.

B. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including adequate safety training, in connection with the Work. The Contractor shall comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss.

C. Unless otherwise required in the Contract Documents the Contractor shall protect and be responsible for any damage or loss to the Work or to the materials and equipment associated with the Work until the date of Substantial Completion. The Contractor remains responsible for any damage or loss caused directly or indirectly by the acts or omissions of the Contractor, Subcontractors, Suppliers, or third parties authorized or allowed on the Site by the Contractor until Final Acceptance.

D. The Contractor shall also be solely and completely responsible for damages arising from the Work that affect property adjacent to the Site.

E. The Contractor shall repair or replace without cost to the County any damage or loss that may occur, except damages or loss caused by the acts or omissions of the County.

F. The Contractor shall erect and maintain adequate signs, fencing, barricades, lights or security measures and persons to protect the Work until the Project Representative authorizes in writing the removal of signs, fencing, barricades, lights or security measures.

3.20 PROTECTION OF PERSONS A. The Contractor shall take all reasonable precautions for the safety of all employees

working on this Contract and all other persons who may be affected by such Work. The Contractor shall designate a responsible member of its organization at the Site whose duty shall be to manage and coordinate the safety programs and to prevent accidents of the Contractor and Subcontractors.

B. Except as otherwise stated in the Contract, if the Contractor encounters, on the Site, material reasonably believed to be Hazardous Material including but not limited to asbestos, lead, or polychlorinated biphenyl (PCB), that Contractor shall immediately stop work in the area affected and give Notice of the condition to the County. Work in the affected area shall not be resumed without written direction by the County.

C. The Contractor shall maintain in a reasonable number of conspicuous and accessible places at the Site all materials necessary for giving first aid to the injured. The Contractor shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor’s care, of persons who may have been injured on the Site. Employees shall not be permitted to work on the Site

C00946C15 page 21 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

before the Contractor has: (1) provided all materials necessary for giving first aid at the Site; and, (2) established and made known procedures for removal of injured persons to a hospital or doctor’s care. The Contractor shall ensure that at least one of its employees on site has adequate training in first aid.

D. In order to protect the lives and health of persons performing work under this Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions, amendments and regulations issued thereunder, and the provisions of the Washington Industrial Safety Act of 1973 (WISHA), including all revisions, amendments and regulations issued thereunder by the Washington State Department of Labor and Industries. The WISHA regulations shall apply, without limitation, to all excavation, tunneling, trenching and ditching operations. In case of conflict between any such requirements, the more stringent regulation or requirement shall apply. There is no acceptable deviation from these safety requirements, regardless of practice in the construction industry. Any violation of OSHA, WISHA or other safety requirements applicable to the work may be considered a breach of this Contract.

3.21 SAFETY PROGRAM A. The Contractor shall prepare and provide to the County a written site specific “Safety

Program” demonstrating the methods by which all applicable safety requirements of this Contract will be met. The Contractor shall ensure its Subcontractors and Suppliers have a written “Safety Program” or formally adopt the Contractor’s site specific “Safety Program.” The Contractor shall designate a Safety Officer who shall be responsible for proper implementation of the “Safety Program.” The Contractor shall submit a copy of its “Safety Program” and the Subcontractor’s “Safety Program” to the County within fourteen (14) days after the Contractor signs the Contract. The County’s review of such programs shall not be deemed to constitute approval or acceptance thereof and shall not relieve or diminish the Contractor’s sole responsibility for Site safety.

B. The Contractor shall conduct a weekly safety meeting with all Subcontractors and others on the Site performing Work hereunder to discuss general and specific safety matters. The Contractor shall provide upon request, notice of each meeting to the County. At the County’s request the Contractor shall provide the County with a record of each meeting, including a sheet on which each attendee signed in and a list of the matters discussed.

3.22 STORAGE OF CONTRACTOR’S PROPERTY The Contractor’s tools and equipment and building materials to be incorporated into the Project may be stored on the Site but all such storage shall be subject to the requirements of the Contract. Any repairs, patching or cleaning of the Site that may be necessary to restore the Site to its previous condition due to storage of the Contractor’s materials, tools or equipment, or other aspects of the Contractor’s Work, shall be the responsibility of the Contractor.

3.23 ARCHAEOLOGICAL AND HISTORICAL PRESERVATION The Contractor shall comply fully with the requirements set forth in Chapter 27.53 RCW entitled Archaeological Sites and Resources. The Contractor shall immediately notify the Project Representative if any artifacts, skeletal remains or other archaeological resources (as defined under RCW 27.53.040 now and as hereinafter amended) are unearthed during excavation or otherwise discovered on the site of the work. If directed by the Project Representative, the Contractor shall immediately suspend any

C00946C15 page 22 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

construction activity, which, in the opinion of the Project Representative, would be in violation of Chapter 27.53 RCW. The suspension of Work shall remain in effect until permission to proceed has been obtained by the Project Representative from the State Historic Preservation Officer or private landowner, as applicable.

3.24 WATER POLLUTION CONTROL REQUIREMENTS The Contractor shall comply with and be liable for all penalties, damages and violations under Chapter 90.48 RCW in the performance of this work. By submitting a bid for and entering into this Contract, the Contractor has thereby assured King County that the Contractor has knowledge of, understands, and will comply with the provisions and requirements of Chapter 90.48 RCW, including any regulations issued pursuant thereto. The Contractor shall also perform its work in compliance with water pollution control requirements as may be set forth in this Contract and as may be a part of any permit or other authorization issued or obtained for this Contract.

3.25 RIGHTS OF WAY A. All rights of way to be provided by King County for use by the Contractor and for the

completed work shall be set forth in the Specifications and may be shown on the Drawings. The Contractor's construction activities shall be confined within the identified rights of way, unless the Contractor makes arrangements for use of additional public and/or private property and complies with the requirements of this provision. The Contractor shall comply with all requirements set forth in such rights of way documents and in the Contract applicable to the performance of work hereunder. The Contractor shall provide written Notice to the Project Representative of the dates of commencement and completion of work on each right of way provided by King County. If the Contractor fails to diligently prosecute and complete the work on each such right of way and, as a result of such failure, King County becomes obligated to pay additional amounts for the use of such right of way, the Contractor shall be charged such additional costs which shall be set off against any amounts owning to the Contractor or entitle the County to a reimbursement from the Contractor. Upon completion of use of each right of way, the Contractor shall provide the Project Representative with a written release signed by the landowner, or authorized agent therefor, stating that the landowner has no claims whatsoever against King County on account of the Contractor's use of such right of way. Such release shall be on the form set forth in the Specifications.

B. If the Contractor makes arrangements for use of such additional public and/or private property, the Contractor, prior to using such property, shall provide the Project Representative with written permission of the landowner, or duly authorized agent of such landowner, for such use. Upon completion of use of such property, the Contractor shall provide the Project Representative with a written release signed by such landowner or authorized agent therefor stating that the owner has no claims whatsoever against King County on account of the Contractor's use of such property. Such release shall be on the form set forth in the Specifications.

C. The Contractor shall save King County harmless from all suits and legal proceedings of every kind and description that might result from use of or damage to rights of way and public and/or private property by the Contractor. The Contractor shall comply with all laws, rules, regulations, ordinances, resolutions or directives relating to its use of public rights or way, streets or highways; and its use of same shall not disturb the rights and property of adjacent landowners.

C00946C15 page 23 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

3.26 ENVIRONMENTAL MITIGATION PLAN If required elsewhere in the Contract Documents, the Contractor shall prepare and submit to the Project Representative a plan by which the Contractor and its Subcontractors and Suppliers shall ensure all environmental mitigation requirements shall be complied with during performance of the Work under this Contract. The plan shall specifically address each such requirement. Failure to submit a complete environmental mitigation plan may result in suspension of work; delays, if any, resulting therefrom shall be considered caused by the acts of the Contractor, and any time delays or additional costs resulting therefrom shall be borne by the Contractor. Preparation of such a plan and compliance with all environmental mitigation requirements shall be deemed incidental to the work under this Contract and all costs therefor shall be included in the Contract Price.

3.27 SUBCONTRACTOR RESPONSIBILITY A. Prior to subcontract execution, the Contractor shall verify that each of its first tier

subcontractors meets the following responsibility criteria:

1. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal;

2. Have a current Washington Unified Business Identifier (UBI) number;

3. If applicable, have:

a. Have Industrial Insurance (workers’ compensation) coverage for the subcontractor’s employees working in Washington, as required in Title 51 RCW;

b. A Washington Employment Security Department number, as required in Title 50 RCW;

c. A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW;

d. An electrical contractor license, if required by Chapter 19.28 RCW;

e. An elevator contractor license, if required by Chapter 70.87 RCW.

4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3).

5. The Contractor shall require its first tier subcontractors and subcontractor of any tier verify the responsibility criteria for each of its subcontractors it hires.

ARTICLE 4: ADMINISTRATION OF THE CONTRACT 4.0 TIME OF ESSENCE

All time requirements set forth in the Contract Documents are of the essence.

4.1 WORK PROGRESS A. The Contractor shall be required to:

1. Prosecute the Work diligently with adequate forces;

2. Plan, coordinate, and layout the Work in advance so as to avoid delay;

3. Achieve Substantial Completion of the Work and Final Acceptance in accordance with the requirements of Contract Documents; and,

C00946C15 page 24 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

4. Complete all Contract close out requirements in accordance with all applicable Contract requirements within the time period established by the County in the Certificate of Substantial Completion.

4.2 SCHEDULE OF VALUES A. Unless otherwise specified, within fourteen (14) days after the date of Contract

Execution, the Contractor shall submit to the County a detailed Schedule of Values that identifies the various activities of the Contract Work and their values and quantities, including the overhead and profit for each activity. The Contractor warrants that the values identified in its Schedule of Values accurately reflect the value of each work activity. The Schedule of Values shall be used as a basis for calculating all Progress Payments. Payment for Contract Work shall be made only for and in accordance with those activities identified in the Schedule of Values.

B. The Contractor shall not be entitled to, nor shall the County be required to make, payment for any Contract Work until the Schedule of Values has been accepted by the County. Such acceptance shall not be unreasonably withheld.

C. The County shall review and accept the Schedule of Values or provide the Contractor with a written explanation of why the Schedule of Values was not acceptable. The County shall use reasonable efforts to review the Schedule of Values within thirty (30) days of the County’s receipt of the Contractor’s submittal of its Schedule of Values. The County’s acceptance of the Schedule of Values shall not relieve the Contractor from its sole responsibility for the accuracy of the Schedule of Values and its compliance with all Contract requirements. The Contractor shall revise the Schedule of Values as necessary to accurately reflect Change Orders.

D. Each Application For Payment shall include a current status of the Schedule of Values. No Application For Payment will be considered until the current status of the Schedule of Values has been submitted and accepted.

E. The activities, which the Contractor identifies within its Schedule of Values, shall be specifically referenced within, and conform and be consistent with the activities set forth within the Project Schedule.

4.3 PROJECT SCHEDULE A. Unless otherwise specified, within fourteen (14) days after the date of Contract

Execution, the Contractor shall submit to the County a Project Schedule. The Project Schedule shall show the sequence in which the Contractor proposes to perform the Work, indicate the Critical Path, identify the dates on which the Contractor proposes to start and finish the scheduled activities of the Contract Work, indicate Substantial Completion within the Contract Time, indicate a date for Final Acceptance, and meet all the requirements as maybe set forth more particularly in the Technical Specifications on Project Schedule.

B. The Project Schedule shall be prepared in the format as specified in the Technical Specifications.

C. Within thirty (30) days of the County’s receipt of the Contractor’s submittal of its Project Schedule or unless stated elsewhere in the Contract, the County shall review the Project Schedule and provide the Contractor with written comments. The County will review the Project Schedule only to determine whether the Project Schedule meets the requirements in the Technical Specifications on Project Schedule. To the extent the Project Schedule does not meet such Technical Specifications, the Contractor shall revise the Project Schedule to make it compliant.

C00946C15 page 25 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

D. By reviewing the Project Schedule and providing written comments, the County is not approving or adopting the Contractor’s plan, schedule, means, methods, techniques, sequences, or procedures required to perform the Work. Review and comment by the County of the Project Schedule shall not relieve the Contractor from the sole responsibility for the accuracy of a Project Schedule, and its compliance with all Contract requirements, and its responsibility to meet all required Contract completion dates. Failure by the County to indicate items on the Project Schedule that do not conform with the Contract requirements shall not alter or waive the Contract requirements or relieve the Contractor from complying with all Contract requirements.

E. The Contractor shall not be entitled to, nor shall the County be required to make payment for any Contract Work until the Project Schedule complies with all Contract requirements.

F. The Contractor shall schedule the Contract Work so that the Contract Work is completed within the Contract Time. Float in the project Schedule shall be defined as the period of time measured by the number of days each non-critical path activity may be delayed before it and its succeeding activities become part of the Critical Path. Contractor and Owner may both utilize float to offset delays to the Project Work.

G. The Contractor shall regularly enter the actual progress of the Work and Contract Time extensions approved by the County on the Project Schedule. Updated Project Schedules shall reflect actual progress and completion within the Contract Time and shall be provided to the County with each Application for Payment in format(s) as required by the Contract. Applications for Progress Payments will not be considered by the County and the Contractor will not be paid until the Contractor complies with these requirements. The updated Project Schedule shall be used to assist the County in verifying the appropriate payment.

H. If, in the opinion of the County, the Contractor falls behind in its progress of the Work due to acts or omissions of the Contractor, Subcontractors, and Suppliers, the Contractor shall take all necessary steps to improve its progress and bring its progress back in-line with the accepted Project Schedule, without additional cost to the County. In this circumstance the Contractor shall, as necessary, increase the number of shifts, overtime operations, and/or days of work, both on and off the Site, and submit for acceptance any supplementary schedule or schedules as the County deems necessary to demonstrate how the accepted rate of progress will be regained. Failure of the Contractor to comply with the requirements under these provisions shall be grounds for a determination by the County that the Contractor is not prosecuting the Work with sufficient diligence to ensure completion within the time specified in the Contract. Upon making this determination, the County may pursue any right it has under the law or the Contract, including but not limited to default termination.

4.4 SUBMITTALS A. Submittals include shop drawings, setting and erection drawings, schedules of

materials, product data, samples, certificates and other information prepared for the Work by the Contractor or a Subcontractor as set forth in the Technical Specifications (“Submittals”). The Contractor shall perform no portion of the Work requiring Submittals until the Submittals have been reviewed and returned by the

C00946C15 page 26 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

County with one of the following annotations: (1) no exceptions taken or (2) note markings.

B. Prior to furnishing the Submittals to the County, the Contractor shall: (1) review all Contractor and Subcontractor Submittals for accuracy, completeness, and compliance with the Contract; (2) coordinate all Submittals with all Contract Work by other trades and with field measurements; and (3) indicate approval on the Submittals as a representation that it has complied with its obligation to review and coordinate Submittals. Where required by law or by the Contract, Submittals shall be stamped by an appropriate licensed professional. Submittals lacking required stamps or evidence of Contractor review and approval will be returned without review by the County for resubmission. Submittals shall be sequentially numbered.

C. When submitting information, the Contractor shall identify and state reasons for any alteration, variation, addition, deviation, or omission from the Contract. The Contractor shall not perform work that alters, varies, adds, deviates, or omits Work without prior specific written acceptance by the County.

D. The Contractor shall provide Submittals with reasonable promptness and in such sequence as to facilitate the timely completion of the Contract. The Contractor shall prepare and keep current, for review by the County, a schedule of Submittals which is coordinated with the Contractor’s Project Schedule and allows the County reasonable time for review.

E. The County shall review the Contractor’s Submittals and respond in writing with reasonable promptness so as not to unreasonably delay the progress of the Work. Unless otherwise agreed, no delay to the Contractor’s Work shall be attributable to the failure by the County to respond to a Submittal until thirty (30) days after the Submittal is received by the County, and then only if failure by the County to respond is unreasonable and affects the Contract completion date.

F. If the Contractor is required to resubmit a Submittal, any revisions on resubmittals shall be specifically identified in writing and the resubmitted Submittal shall be sequentially alpha denoted and note revisions in numerical order. The cost of the review of the initial Submittal and the first revised submittal shall be borne by the County. The costs of all additional revised Submittals shall be charged to the Contractor. The cost of review shall include, without limitation, administrative, design, and engineering activities directly related to review of Submittals. The County may deduct these costs from any amounts due the Contractor.

G. The County shall review the Contractor’s Submittals only for conformance with the design of the Work and compliance with the Contract. Review of the Submittals are not conducted to verify the accuracy of dimensions, quantities, or calculations, the performance of materials, systems, or equipment, or construction means, methods, techniques, sequences, or procedures, all of which remain the Contractor’s responsibility. Failure by the County to take exception to a Submittal shall not relieve the Contractor from any duty, including its responsibility for errors or omissions in Submittals, its duty to make Submittals and duty to perform the Work according to the requirements of the Contract. The County’s review of a Submittal shall not alter or waive the requirements of the Contract unless the County has issued prior written approval of such change or alteration of the Contract requirements.

C00946C15 page 27 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

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

4.5 REQUESTS FOR INFORMATION A. If the Contractor determines that some portion of the drawings, specifications or

other Contract Documents require clarification or interpretation by the County because of an apparent error, inconsistency, omission, or lack of clarity in the Contract, the Contractor shall promptly submit a Request For Information (“RFI”) and, unless otherwise directed, shall not proceed with the affected Work until the County has responded to the RFI. The Contractor shall plan its work in an efficient manner so as to allow for timely responses to RFIs.

B. RFIs shall only be submitted by the Contractor on a RFI Form provided by the County or in a form acceptable to the County. The Contractor shall clearly and concisely set forth the issue for which clarification or interpretation is sought and why a response is needed by the County. In the RFI the Contractor shall set forth its own interpretation or understanding of the requirement along with reasons why it reached such an understanding.

C. The County will review RFIs to determine whether they meet the requirements identified above in paragraph B to qualify as an RFI. If the County determines that the document is not an RFI it will be returned to the Contractor unreviewed as to content. When appropriate the Contractor may resubmit the RFI on the proper form, with all required information and in the proper manner.

D. The County shall respond in writing with reasonable promptness to Contractor’s RFI.

1. At the request of the Project Representative, the Contractor shall prioritize its RFIs, identify a date by which the Contractor prefers the RFI be answered, and reasons for such priority.

2. If the Contractor submits a RFI on an activity less than thirty (30) days prior to the commencement of that activity, the Contractor shall not be entitled to any time extension or adjustment in Contract Price due to the time it takes the County to respond to the RFI provided that the County responds within thirty 30 days. No delay to the Contractor’s work or damages to the Contractor shall be attributable to the failure by the County to respond to the RFI until thirty (30) days after the County’s receipt of the RFI, and then only if the failure by the County to respond is unreasonable and affects the Contract completion date.

E. The County’s response to a RFI shall not be considered a change to the Contract requirements. To the extent the Contractor believes that the County’s response to the RFI constitutes changed work impacting Contract Price or Contract Time, the Contractor shall submit a Contractor’s Request For Change Order to the County in accordance with Articles 5, Changes to the Contract.

4.6 TESTS, INSPECTIONS, AND ACCESS TO THE WORK A. The Contractor shall document and maintain an adequate testing and inspection

program and perform such tests and inspections as are necessary or required to ensure that the Work conforms to the requirements of the Contract. The Contractor shall maintain all documentation related to testing and inspection and make such documentation available to the County at its request. Contractor shall be responsible for inspection and quality assurance of all its Work and all Work performed by any Subcontractor. Unless otherwise provided, Contractor shall make arrangements for

C00946C15 page 28 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to the County, or with the appropriate public authority. If any governmental, regulatory, or permitting authority requires any portion of the Work to be inspected, tested, or approved, the Contractor shall make all arrangements for and cooperate with such inspections, tests, and approvals so as not to delay completion of the Contract Work. The Contractor shall bear all related costs of tests, inspections, and approvals. The Contractor shall give the County at least three (3) days Notice of: (1) when the work is ready to be tested and inspected and (2) when and where tests and inspections are to be made. Contractor shall maintain complete inspection records and make them available to the County upon request.

B. The Contractor shall cooperate with the County in the performance of any tests and inspections of the Work. The Contractor has the duty to coordinate all tests and inspections in a manner, which does not negatively impact Contractor’s compliance with the Contract.

C. If any Work required to be inspected, tested, or approved is covered without such inspection, testing or approval being obtained, it must, if requested by the County, be uncovered for observation, and such uncovering shall be at Contractor’s expense.

D. Upon request by the County any Work, not otherwise required to be inspected or tested, shall be uncovered by the Contractor. If the Work is found to comply with the Contract or if any non-compliance was not caused by the Contractor, Subcontractor, or Supplier, the County will (1) pay the costs of testing and inspection; (2) pay the costs associated with the uncovering and recovering of the Work; and, (3) adjust the Contract Time to the extent the inspection and repair impacted the Project Schedule and delayed completion of the Work, otherwise the Contractor shall bear such costs as well as all costs of correction and the Contractor shall not be entitled to an adjustment in Contract Time.

E. The County may, at any reasonable time and at its own cost, conduct inspections and tests as it deems necessary to ensure that the Work is in accordance with the Contract. The County shall promptly notify Contractor if an inspection or test reveals that the Work is not in accordance with the Contract. The County inspection and tests are for the sole benefit of the County and do not:

1. Constitute or imply acceptance;

2. Relieve Contractor of responsibility for providing adequate quality control measures;

3. Relieve Contractor of responsibility for risk of loss or damage to the Work, materials, or equipment;

4. Relieve Contractor of its responsibility to comply with the requirements of the Contract; or,

5. Impair the County’s right to reject defective or nonconforming items, or to avail itself of any other remedy to which it may be entitled.

F. Neither observations by an inspector retained by the County, the presence or absence of such inspector on the Site, nor inspections, tests, or approvals by others, shall relieve Contractor from any requirement of the Contract. Inspectors are not authorized to change any term or condition of the Contract.

G. Contractor shall promptly furnish, without additional charge, all facilities, labor, material and equipment reasonably needed for performing such safe and convenient

C00946C15 page 29 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

inspections and tests as may be required by the County. The County may charge Contractor any additional cost of inspection or testing when Work is not ready at the time specified by Contractor for inspection or testing, or when prior rejection makes reinspection or retest necessary. The County shall perform its inspections and tests in a manner that will cause no undue delay in the Work.

4.7 CORRECTION OF WORK OR DAMAGED PROPERTY A. If material, equipment, workmanship, or Work proposed for, or incorporated into the

Work, does not meet the Contract requirements or fails to perform satisfactorily, the County shall have the right to reject such Work by giving the Contractor written Notice that such Work is either defective or non-conforming.

1. The County, at its option, shall require the Contractor, within a designated time period as set forth by the County, to either

a. Promptly repair, replace or correct all Work not performed in accordance with the Contract at no cost to the County; or

b. Provide a suitable corrective action plan at no cost to the County.

2. Once the corrective action plan is reviewed and returned by the County with the annotation “no exception taken” or “note markings” by the County, the Contractor shall implement the corrective action plan.

a. Review and providing comments on the corrective action plan is not an acknowledgement by the County that such plan is adequate to remedy the defective or non-conforming work.

b. If the corrective action plan does not remedy the defective or non-conforming Work, the Contractor shall remain responsible for remedying of the defective or non-conforming Work to the County’s satisfaction.

3. The Contractor shall also be responsible for all repairs to any property and work damaged by the Contractor.

4. Under no circumstances shall the Contractor be entitled to additional time or money for the correction of defective or non-conforming work or for the repair of damaged property. The County shall not be responsible for any costs to prepare corrective action plans, correct work or repair damaged property.

B. If the Contractor does not repair, replace or correct and/or remove defective or non-conforming Work or repair damaged property as required by the County, the County or County’s designee may repair, replace or correct and/or remove it and deduct the cost of such effort from any payment due the Contractor.

1. Under this provision, the County reserves the right to make use of the Contractor’s plant and equipment for this repair, replacement, correction or removed Work. If the remaining payments due the Contractor are not sufficient to cover the County’s cost of remedying the defective or non-conforming Work, the Contractor shall pay the difference to the County.

C. The County may elect to retain work if the County determines that such defective or non-conforming work is not of sufficient magnitude or importance to make the work dangerous or undesirable or that removal of such work is impractical or will create conditions, which are dangerous or undesirable.

C00946C15 page 30 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

1. Just and reasonable value for such defective or non-conforming work will be determined by the County and appropriate deductions will be made in the payments due or to become due to the Contractor.

2. The County’s exercise of the rights under this provision shall be without prejudice to any other remedy the County may have, and shall not constitute a termination of the Contract.

D. The Contractor shall be liable for all damages and costs incurred by the County caused by the Contractor’s or its Subcontractors’ and Suppliers’ defective or non-conforming work or workmanship, including but not limited to all special, incidental, or consequential damages incurred by the County. The Contractor agrees to indemnify and hold the County harmless from any personal injury or property damage caused by the Contractor or its Subcontractors defective or non-conforming Work or workmanship.

4.8 SUBSTITUTION OF PRODUCTS & PROCESSES A. Substitutions requested by the Contractor will be subject to the County’s prior written

acceptance and at the County’s sole discretion.

B. Requests for substitution must specifically identify:

1. Material, equipment, and labor costs included in the Contractor’s bid associated with the original item to be substituted;

2. All costs for material, equipment, labor associated with the proposed substitution, including any impact costs;

3. Proposed change to the Contract Price and/or Contract Time; and,

4. Compatibility with or modification to other systems, parts, equipment or components of the Project and Contract Work.

C. Contractor shall provide all documentation supporting its request as requested by the County.

D. All costs of any redesign or modification to other systems, parts, equipment or components of the Project or Contract Work, which result from the substitution, shall be borne by the Contractor.

E. When the County approves a substitution proposed by the Contractor, the Contractor shall guarantee the substituted article or materials to be equal to, or better than, those originally specified and shall be compatible with all other systems, parts, equipment or components of the Project and Contract Work. The County has the right to order an unaccepted, substituted article removed and replaced without additional cost to the County.

F. The County has a right to a deductive Change Order if the substituted product or process is less costly than the contractually required product or process.

G. If the County does not accept the substitution proposal the Contractor shall proceed, without delay or cost to the County, with the Contract Work as originally specified.

ARTICLE 5: CHANGES TO THE CONTRACT 5.0 GENERAL

A. All changes to the Contract must be made in writing and signed by the King County Executive or its designees. No oral statement by any person shall change or modify

C00946C15 page 31 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

the Contract. All changes to the Contract shall be made in accordance with the provisions of this Article.

B. All Change Order work shall be performed in accordance with the original Contract requirements unless modified in writing by the County.

C. Any written Field Directive, response to Request For Information, or other directive, direction, instruction, interpretation, or determination (hereinafter referred to as “Direction” for the purposes of Article 5), provided by the County is not considered a Change Order, a change to Contract requirements, and shall not constitute, in and of itself, entitlement to an adjustment in Contract Price and/or Contract Time.

D. To the extent the Contractor believes it is entitled to any additional money or time for any reason the Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract.

1. If the Contractor believes any of the following events entitles the Contractor or its Subcontractors or Suppliers to additional money or time, the Contractor must file a Request for Change Order in accordance with the requirements set forth in the Contract.

a. Written Field Directive

b. Response to a request for information

c. Comments on a submittal

d. Differing Site Condition

e. Acceleration or constructive acceleration

f. Suspension of the Work

g. Delay, inconvenience, disruption of schedule, loss of efficiency or productivity

h. County caused Stand-by

i. Force Majeure

j. Conflicts, ambiguities, inconsistencies, and/or problems arising from the Contract Documents

k. Any other directive or Direction, written or oral, from the County

l. Any other reason for which the Contractor believes it is entitled to additional money or time

E. The Contractor shall not be entitled to any change in the Contract Price and/or Contract Time under the following conditions or events:

1. They were foreseeable at the time the Contractor submitted its bid;

2. They were caused by the acts of the Contractor, Subcontractor and/or Supplier, including but not limited to the choice of means, methods, techniques, sequences, or procedures for the Work, failure to provide labor, materials or equipment in a timely manner, and failure to take reasonable steps to mitigate delays, disruptions, or conditions encountered.

F. The Contract requirements for time and price impacts related to Change Orders are set forth in Article 6, Time and Price Adjustments.

C00946C15 page 32 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

5.1 CONTRACTOR’S REQUEST FOR A CHANGE ORDER A. Notice of Intent to Submit a Request for Change Order.

1. The Contractor shall provide the Project Representative with the written Notice that the Contractor intends to submit a Request For Change Order no later than seven (7) days, except as specified below for Differing Site Conditions, after any direction, instruction, interpretation, determination by the County and/or the onset of any event or impact to the Project.

2. The Contractor shall include the following information in the Notice of intent to Request a Change Order:

a. The date, circumstances, and source of the direction, instruction, interpretation, determination by the County and/or the event or impact to the Project.

b. Reasonable order of magnitude estimate of the change to the Contract Price;

c. Reasonable order of magnitude estimate of the time impact to the Contract Time; and

d. Contractual provisions and substantive basis to support the Request.

B. Request for Change Order.

1. Within twenty-one (21) days after the Direction and/or the onset of the event or impact to the Project, the Contractor may request an extension of time for filing its Request for Change Order. The Contractor shall state the reasons for the request and identify a date certain when the Contractor shall provide all documentation required in its Request for Change Order.

2. Unless the Project Representative issues written Notice authorizing the Contractor additional time to submit the Request for Change Order, the Contractor shall provide, in writing, a detailed Request for Change Order to the Project Representative no later than thirty-five (35) days after the Direction and/or the onset of the event or impact to the Project.

3. The Request for a Change Order shall include:

a. Specific dollar amount covering all costs associated calculated in accordance with Article 6, Time and Price Adjustments;

b. Specific request for time extension (number of days);

c. A copy of the written Notice of intent, including all attachments; and

d. All documentation supporting the Request for a Change Order, including but not limited to all cost records, schedule analysis, and the documents identified in §00700, ¶ 3.11, Maintenance and Inspection of Documents, that are in any way relevant to the Contractor’s Request for Change Order.

C. County’s Response to Contractor’s Request for Change Order.

1. The County will make a written determination with respect to the Contractor’s Request For Change Order within thirty (30) days of receipt of said Request, unless one of the following activities occurs.

a. The County may request additional information and specify a time period for receipt of the information. The Contractor shall comply with the County’s request for additional information.

C00946C15 page 33 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

b. The County may inform the Contractor that additional time is needed to review the Contractor’s Request for Change Order and identify a date certain when a decision will be rendered.

2. If the County requests additional information, the County will make a written determination within thirty (30) days receipt of Contractor’s additional information.

3. If the County does not make a determination within the applicable time period, the Request For Change Order is deemed denied.

D. Approval of Request for Change Order and Execution of Change Order. If the County determines that a Change Order is necessary, the parties may negotiate acceptable terms and conditions and execute a Bilateral Change Order or the County may issue a Unilateral Change Order.

E. Contractor Procedure upon Denial or Deemed Denial of a Request for a Change Order. If the Contractor disagrees with the denial, the Contractor’s sole remedy shall be to file a fully documented Claim within thirty (30) days of deemed denial or the Contractor’s receipt of the denial in accordance with Article 9, Claims and Litigation.

F. Contractor’s Obligation to Continue to Work. Pending resolution of the Contractor’s Request for a Change Order, the Contractor shall continue to perform all Work including, at the written request of the County that work associated with the pending Request for Change Order. The Contractor shall maintain its progress with the Work.

G. Waiver. Failure to follow the provisions set forth herein shall constitute a waiver of the Contractor’s right to receive any additional time or money as a result of any alleged direction, instruction, interpretation, determination by the County and/or the event or impact to the Project.

5.2 DIFFERING SITE CONDITIONS A. Immediate Written Notice to the County. If the Contractor encounters a Differing Site

Condition the Contractor shall immediately, and before the conditions are disturbed, give written Notice to the County of Differing Site Conditions.

B. Request for Change Order based on Differing Site Condition. Unless otherwise agreed upon in writing by the Project Representative, within forty-five (45) days of the Contractor’s initial written notification of the Differing Site Condition to the County, the Contractor shall provide a Request for Change Order that includes all elements required for such a request and:

1. A detailed description of the Differing Site Condition; and

2. Substantive, contractual, and technical basis supporting the existence of the Differing Site Condition and its impacts.

C. Waiver.

1. If the Contractor’s actions disturb the Site such that the County or County’s designee cannot adequately and fully investigate the alleged differing site condition, the Contractor waives its right to receive any additional time or money as a result of the Differing Site Condition.

2. Failure by the Contractor to provide either (a) immediate Notice or (b) Request for Change Order shall constitute a waiver of the Contractor’s right to receive any additional time or money as a result of the Differing Site Condition.

C00946C15 page 34 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

3. The Contractor shall be responsible for any and all costs or damages incurred by the County resulting from the Contractor’s failure to provide appropriate notice and/or the Detailed Description and Request for Change Order.

D. County’s Response to the Differing Site Condition Request for Change Order. The County shall investigate the alleged Differing Site Conditions and respond to the Differing Site Condition in accordance with the Request for Change Order procedures set forth above.

E. Contractor’s Obligation to Continue to Work. The Contractor shall not disturb the condition until receipt of written authorization from the Project Representative that work can resume at the location of the alleged Differing Site Condition. The Contractor shall continue with performance of all other Work.

5.3 ACCELERATION A. Acceleration Directive.

1. The County reserves the right to direct the Contractor to accelerate Contract Work. In the event that the County directs acceleration, such directive will be in writing and specifically designated as “Acceleration Directive.”

2. The Contractor shall keep cost and other project records related to the Acceleration Directive separately from normal project costs and records and shall provide a written record of acceleration to the County on a daily basis.

B. Constructive Acceleration.

1. In the event that the Contractor believes that some action or inaction on the part of the County constitutes acceleration, the Contractor shall immediately notify the County in writing that the Contractor considers the actions an acceleration. This written notification shall detail the circumstances of the acceleration.

2. The Contractor shall not accelerate the Work until the Project Representative responds in writing issuing an Acceleration Directive or denying the constructive acceleration.

3. The Contractor shall keep cost and other project records related to the constructive acceleration separately from normal project costs and records and shall provide a written record of acceleration to the County on a daily basis.

C. To the extent the Contractor believes an acceleration directive or constructive acceleration constitutes a change in the Work impacting Contract Price and/or Contract Time, the Contractor shall submit a Request for a Change Order to the County pursuant to Article 5, Changes to the Contract.

D. Labor costs recoverable will be overtime or shift premium costs. Equipment costs recoverable will be only the rental cost of additional equipment or Contractor-owned additional equipment mobilized to the Site to accomplish the accelerated Work effort. Actual damages resulting from inefficiencies or loss of productivity may be recoverable to the extent the Contractor provides verifiable cost records and contemporaneous project documentation.

5.4 SUSPENSION OF WORK A. County Issues Directive Suspending Work

1. The County may order the Contractor, in writing, to suspend all or any part of the Work of this Contract for the period of time that the County determines

C00946C15 page 35 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

appropriate for the convenience of the County. The Contractor shall not suspend the Work without written direction from the County specifically authorizing the Suspension of Work.

2. Upon receipt of a written Notice suspending the Work, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize costs attributable to such suspension. Within a period up to 120 days after the suspension notice is received by the Contractor, or within any extension of that period which the County requires, the County shall either:

a. Cancel the written notice suspending the Work; or,

b. Terminate the Work for either default or convenience.

3. If a written notice suspending the Work is canceled or the period of the Suspension or any extension thereof expires, the Contractor shall resume Work as required by the County.

4. If the performance of all or any part of the Work is, for an unreasonable period of time, suspended by the written direction of the County, the Contractor may be entitled to an adjustment in the Contract Time, or Contract Price, or both, for increases in the time or cost of performance directly attributable to the suspension and provided that the Contractor sufficiently documents all costs and time impacts attributable to the suspension. No adjustments to Contract Price and/or Contract Time shall be allowed unless the Contractor can demonstrate that the period of suspension caused by the County impacted Critical Path and delayed the Contractor from completing the Contract Work on time.

B. Constructive Suspension of Work

1. In the event that the Contractor believes that some action or omission on the part of the County constitutes constructive suspension of Work, the Contractor shall immediately notify the County in writing that the Contractor considers the actions or omission a constructive suspension of Work. This written notification shall detail the circumstances of the constructive suspension of Work.

2. The Contractor shall keep cost and other project records related to the constructive suspension separately from normal project costs.

C. To the extent the Contractor believes it is entitled to any additional money or time as a result of the suspension of Work or constructive suspension, Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract. The Contractor shall provide a Request for Change Order within thirty-five (35) days of (1) the County’s Notice canceling the suspension or (2) termination of the Work.

1. The Contractor is compensated for Overhead, including unabsorbed home office overhead, through the Overhead and Profit markup described in provision 6.2, Methods to Calculate Adjustments to Contract Price. If the Contractor can demonstrate through verifiable cost records that the Overhead and Profit markup is insufficient to cover the Contractor’s costs for unabsorbed home office overhead, the Contractor may be entitled to additional compensation for unabsorbed home office overhead provided the Contractor demonstrates full compliance with all of the following:

a. The Contractor shall demonstrate that the work was suspended solely by actions for which the County is entirely responsible.

C00946C15 page 36 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

b. The Contractor shall demonstrate that the Project’s cash flow has been or will be substantially adversely impacted as a direct and sole result of such suspension.

c. The suspension was of an indefinite duration at the time the suspension arose;

d. The County required the Contractor to remain on standby during the suspension period;

e. The Contractor was unable to resequence or reorganize the Work in order to continue working and maintain cash flow for the Project;

f. The Contractor was ready, capable, and willing to perform Contract Work during the suspension;

g. The Contractor was unable to take on other work as a direct result of the suspension and the only reason the Contractor was unable to take on other work was because of the suspension; and

h. That the suspension to the Project’s completion date did not simply result from additional work caused by Change Orders which did not result in a substantial impact to the Project’s cash flow.

2. The Contractor’s recovery is limited to actual unabsorbed home office overhead minus the Overhead and Profit markup calculated in accordance with provision 6.2, Methods to Calculate Adjustments to Contract Price.

D. Failure to comply with these requirements shall constitute a waiver of Contractor rights to any adjustment in Contract Time and/or Contract Price.

E. No adjustment shall be made under this provision for any suspension to the extent that Contractor’s performance would have been suspended, delayed, or interrupted as a result of actions, omissions, fault or negligence caused, in whole or in part, by the Contractor or any of its Subcontractors.

5.5 FORCE MAJEURE A. To the extent the Contractor believes it is entitled to any additional time as a result of

Force Majeure, Contractor shall submit a Request For Change Order to the County as more fully described in Article 5, Changes to the Contract.

B. Contractor shall not be entitled to a change in Contract Price resulting from an act of Force Majeure.

C. Contractor is not entitled to an adjustment in Contract Time if the act of Force Majeure did not impact progress of the Work on the Critical Path and delay the Contractor from completing Contract Work within Contract Time.

D. When a Contractor experiences concurrent delay caused by either the County or Contractor and an act of Force Majeure, the Contractor shall only be entitled to an change in Contract Time. No change to the Contract Price shall be allowed as a result of such concurrent delay.

5.6 CHANGE ORDERS A. Bilateral Change Orders

1. If the County and Contractor reach agreement on the terms and conditions of any change in the Work, including any adjustment in the Contract Price and Contract

C00946C15 page 37 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

Time, such agreement shall be incorporated into a Change Order and signed by both Parties. Such Bilateral Change Orders shall represent full and complete payment and final settlement of all changes, Claims, damages or costs for all (a) time; (b) direct, indirect, and overhead costs; (c) profit; and (d) any and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, stand-by, and any other costs or damages related to any work either covered or affected by the Change Order, or related to the events giving rise to the Bilateral Change Order.

B. Unilateral Change Order

1. County’s Right to Issue Unilateral Change Order.

a. The County may unilaterally issue a Change Order in its sole discretion without invalidating the Contract and without notice to the sureties, making changes within the general scope of this Contract.

b. If any such Change Order causes an increase or decrease in the cost of, or time required for, performance of any part of the Contract Work, the County may make an adjustment in the Contract Price, Contract Time, or both, in accordance with Articles 5, Changes to the Contract, and 6, Time and Price Adjustments.

2. Contractor Disagreement with Unilateral Change Order. If the Contractor disagrees with the adjustment to the Contract Price and/or Time as indicated in the Unilateral Change Order, the Contractor’s only remedy shall be to file a fully documented Claim in accordance with Article 9, Claims and Litigation.

3. Contractor’s Obligation to Continue to Work. The Contractor is required to continue with performance of all Work, including work associated with the Unilateral Change Order.

C. Issuance of Change Order

1. Bilateral Change Order.

a. No later than 30 days from the Satisfactory Completion of any additional Work, the County shall prepare and issue to the Contractor a Bilateral Change Order in accordance with the agreed upon terms and conditions, including any adjustment in the Contract Price and Contract Time.

2. Unilateral Change Order.

a. If the County proceeds under Article 5.6.B or Article 5.7.E, then no later than 30 days from the Satisfactory Completion of any additional Work, the County shall prepare and issue to the Contractor a Unilateral Change Order, including any adjustment in the Contract Price and Contract Time.

3. Determination of Satisfactory Completion.

a. As used herein, "Satisfactory Completion" means that the Project Representative shall have confirmed in writing that all tasks have been completed to the reasonable satisfaction of the County, including submittal by the Contractor of all required time and cost documentation. Satisfactory Completion does not mean Substantial Completion.

C00946C15 page 38 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

b. The issuance and execution of a Bilateral or Unilateral Change Order by the County shall not relieve the Contractor of its obligations to comply with the requirements of Article 7, Payment and Completion.

5.7 COUNTY REQUEST FOR A CHANGE PROPOSAL A. Request. The County may request a written Change Proposal from the Contractor

for a change in the Contract Work.

B. Contractor’s Proposal. Contractor shall submit its written Change Proposal within the time specified in the County’s request. The Change Proposal shall represent the Contractor’s offer to perform the requested work, and the pricing set forth within the proposal shall represent full, complete, and final compensation for the proposed change and any impacts to any other Contract Work, including any adjustments in the Contract Time.

C. County’s Acceptance of Contractor Proposal.

1. If the County accepts the Change Proposal as submitted by the Contractor or as negotiated by the parties, the County shall notify the Contractor in writing of its acceptance of the Proposal and direct that the change in the Work be performed.

2. Contractor shall not perform the work identified in the Change Proposal until receipt of written authorization from the Project Representative.

3. Both parties shall acknowledge acceptance of the terms of a negotiated Change Proposal in writing.

4. Once the County and Contractor have agreed on the terms of a negotiated Change Proposal, the negotiated Change Proposal shall represent full and complete compensation and final settlement of all Claims for all (1) time; (2) direct, indirect, and overhead costs; (3) profit; and (4) costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and/or any other costs or damages related to any work either covered or affected by the Change Proposal, or related to the events giving rise to the Change Proposal.

D. Execution of a Bilateral Change Order. After acceptance of the Change Proposal or acceptance of the negotiated Change Proposal, the County shall direct the Contractor to perform the work in accordance with the agreed upon terms; thereafter, the Parties shall execute a bilateral Change Order in accordance with the terms of the Change Proposal or negotiated Change Proposal.

E. Execution of Unilateral Change Order. If the County does not accept the Change Proposal or the Parties cannot agree upon the appropriate price or terms for the Change Proposal, the County may issue a unilateral Change Order.

F. Issuance of Change Order. Any Bilateral Change or Unilateral Change Order shall be issued in accordance with Article 5.6.C. Issuance of Change Order.

ARTICLE 6: TIME AND PRICE ADJUSTMENTS 6.0 CHANGE IN THE CONTRACT TIME

A. The Contract Time shall only be changed by a Change Order.

B. Contractor shall include any request for a change in the Contract Time in its Notice of intent to submit a Request for Change Order, Request for Change Order, Change Proposal and Claim.

C00946C15 page 39 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

C. No change in the Contract Time shall be allowed to the extent the time of performance is changed due to the fault, act, or omission of Contractor, or anyone for whose acts or omissions the Contractor is responsible.

D. Contractor is not entitled to a change in Contract Time unless the progress of the Work on the Critical Path is delayed and completion of the Contract Work within Contract Time is delayed.

E. When a Contractor experiences concurrent delays which impact the Critical Path and are caused by (1) the County and the Contractor; (2) the County and an act of Force Majeure; or, (3) the Contractor and an act of Force Majeure, the Contractor shall only be entitled to an change in Contract Time. No change to the Contract Price shall be allowed as a result of such concurrent delay.

F. A Request for Change Order that includes a request for an adjustment in the Contract Time shall:

1. Be in writing and delivered to the County within the appropriate time period specified in Article 5, Changes in the Contract.

2. Include a clear explanation of how the event or conditions specifically impacted the Critical Path and overall Project Schedule and the amount of the adjustment in Contract Time requested.

3. Be limited to the change in the Critical Path of a Contractor’s Project Schedule, and any updates, attributable to the event or conditions, which caused the request for adjustment. No extension of time or compensation for damages resulting from delay will be granted unless the delay affects the timely completion of all Work under the Contract or timely completion of a portion of the Work for which time of completion is specific. Contractor shall be responsible for showing clearly on the Project Schedule, and any updates, that the event or conditions:

a. Had a specific impact on the Critical Path and was the sole cause of such impact;

b. Could not have been avoided by resequencing of the Work or other reasonable alternatives; and

c. Will prevent the Contractor from completing the Project within the current Contract completion date.

G. Contractor shall make all reasonable efforts to prevent and mitigate the effects of any delay, whether occasioned by an act of Force Majeure or otherwise.

6.1 CHANGE IN THE CONTRACT PRICE A. The Contract Price shall only be changed by a Change Order.

B. Contractor shall include any request for a change in the Contract Price in its:

1. Change Proposal;

2. Notice of intent to submit a Request for Change Order;

3. Request For A Change Order; and

4. Claim, provided the related Request for Change Order and/or Change Proposal included a request to adjust the Contract Price.

C. No change in the Contract Price shall be allowed when:

C00946C15 page 40 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

1. Contractor’s changed cost of performance is due to the fault, acts, or omissions of Contractor, or anyone for whose acts or omissions Contractor is responsible;

2. The change is concurrently caused by Contractor and County; or

3. The change is caused by an act of Force Majeure.

D. The County shall not be responsible for, and the Contractor shall not be entitled to any compensation for unallowable costs. Unallowable costs include, but are not limited to:

1. Interest or attorney’s fees of any type other than those mandated by Washington state statute;

2. Claim preparation or filing costs;

3. The cost of preparing or reviewing Change Proposals or Requests for Change Orders;

4. Lost profits, lost income or earnings;

5. Costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site;

6. Lost earnings or interest on unpaid retainage;

7. Claims consulting costs;

8. The costs of corporate officers or staff visiting the Site or participating in meetings with the County;

9. Any compensation due to the fluctuation of foreign currency conversions or exchange rates;

10. Loss of other business; and/or

11. Any other special, consequential, or incidental damages incurred by the Contractor, Subcontractor, or Suppliers.

E. A Request for Change Order that includes a request for an adjustment in Contract Price shall:

1. Be in writing and delivered to the County within the applicable time period specified in Article 5, Changes to the Contract.

2. Identify the following information:

a. The event or condition which caused the Contractor to submit its request for an adjustment in the Contract Price;

b. The nature of the impacts to Contractor and its Subcontractors, if any; and,

c. The amount of the adjustment in Contract Price requested.

3. Any requests by Contractor for an adjustment in the Contract Price and in the Contract Time that arise out of the same event or conditions shall be submitted together.

F. The adjustments to the Contract Price provided for in this Article represent full, final, and complete compensation for all work done in connection with the request for an adjustment in Contract Price and all costs related to, resulting from, or affected by such change in Work including, but not limited to, all direct and indirect costs,

C00946C15 page 41 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

overhead, profit, and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, dilution of supervision, inefficiency, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and any other costs or damages related to any work either covered or affected by the change in the Work, or related to the events giving rise to the change.

6.2 METHOD TO CALCULATE ADJUSTMENTS TO CONTRACT PRICE A. One of the following methods shall be used to calculate damages and/or adjustments

to the Contract Price that result from or relate to Change Proposal, Request for Change Order, and/or Claim.

B. Determination of the method to be used to calculate adjustments in the Contract Price shall be at the sole discretion of the County.

C. One of the following methods shall be used:

1. Unit Price Method;

2. Firm Fixed Price Method (also known as Lump Sum); or,

3. Time and Materials Method.

D. Unit Price Method

1. Whenever the County authorizes Contractor to perform Work on a Unit Price basis, the County’s authorization shall clearly state the:

a. Scope of work to be performed;

b. Applicable Unit Price; and,

c. Not to exceed amount of reimbursement as established by the County.

2. The applicable unit price shall include reimbursement for all direct and indirect costs of the Work, including Overhead and profit.

3. Contractor shall only be paid under this method for the actual quantity of materials incorporated in or removed from the Work and such quantities must be supported by field measurement statements verified by the County.

E. Firm Fixed Price Method

1. The Contractor and County may mutually agree on a fixed amount as the total compensation for the performance of changed work.

2. The Contractor shall provide a detailed cost breakdown supporting the Contractor’s requested adjustment to Contract Price and any other financial documentation requested by the Project Representative.

3. Any adjustments to the Contract Price using the Firm Fixed Price Method shall include, when appropriate all reasonable costs for labor, equipment, material, Overhead and profit. Such Overhead and profit shall be calculated in accordance with §00700 ¶ 6.2 F 4 e, Overhead and Profit.

4. Whenever the County authorizes Contractor to perform changed work on a Firm Fixed Price Method, the County’s authorization shall clearly state:

a. Scope of Work to be performed; and,

b. Total Fixed Price payment for performing such work.

F. Time and Materials Method

C00946C15 page 42 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

1. Whenever the County authorizes the Contractor to perform Work on a Time and Material basis, County’s authorization shall clearly state:

a. Scope of Work to be performed; and,

b. A not to exceed amount of reimbursement as established by the County.

2. Contractor shall:

a. Cooperate with the County and assist in monitoring the Work being performed;

b. Substantiate the labor hours, materials and equipment charged to work under the Time and Materials Method by detailed time cards or logs completed on a daily basis before the close of business each working day;

c. Present the time card and/or log at the close of business each day to the Project Representative so that the County may review and initial each time card/log;

d. Perform all Work in accordance with this provision as efficiently as possible;

e. Not exceed any cost limit(s) without the County’s prior written approval; and

f. Maintain all records of the work, including all records of the Subcontractor, Supplier, and Materialmen, and make such records available for inspection as required in provisions 3.9, Record Documents, 3.10, Cost Records, and 3.11, Maintenance and Inspection of Document.

3. Contractor shall submit costs and any additional information requested by the County to support Contractor’s requested price adjustment.

4. The Contractor shall only be entitled to be paid for reasonable costs actually incurred by the Contractor. The Contractor has a duty to control costs. If the County determines that the Contractor’s costs are excessive or unreasonable, the County, at its discretion, shall determine the reasonable amount for payment. Any adjustments to the Contract Price using the Time and Materials method shall be based on the following categories and shall incorporate markups for Overhead and profit as provided herein.

a. Labor. For all labor, including foreman supervision but excluding superintendents, the Contractor shall be reimbursed for labor costs provided herein. The labor cost of an event or condition shall be calculated as the sum of the following:

i. Labor Rate. The Labor Rate is the actual reasonable wage paid to the individual plus the actual reasonable costs incurred by the Contractor to cover costs associated with Federal Insurance Compensation Act (FICA), Federal Unemployment Tax Act (FUTA), State Unemployment Tax Act (SUCA), industrial insurance, fringe benefits, and benefits paid on behalf of labor by the Contractor. The applicable Labor Rates shall be multiplied by the number of hours reasonably expended in each labor classification because of the event or condition to arrive at a total cost of labor.

ii. Travel Allowance and/or Subsistence. The labor calculation shall include the actual costs of travel and/or subsistence paid to the Contractor’s employees engaged upon the Work when said payments are required by a labor agreement.

C00946C15 page 43 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

b. Materials. The cost of materials resulting from an event or condition shall be calculated in one or more of the following methods, at the County’s election:

i. Invoice Cost. The Contractor may be paid the actual invoice cost of materials including actual freight and express charges and applicable taxes less all available discounts, rebates, and back-charges, notwithstanding the fact that they may not have been taken by the Contractor. This method shall be considered only to the extent the Contractor’s invoice costs are reasonable and the Contractor provides copies of vendor invoices, freight and express bills, and other evidence of cost accounting and payment satisfactory to the County. As to materials furnished from the Contractor’s stocks for which an invoice is not available, the Contractor shall furnish an affidavit certifying its actual cost of such materials and such other information as the County may reasonably require;

ii. Wholesale Price. The Contractor may be paid the lowest current wholesale price for which the materials are available in the quantities required, including customary costs of delivery and all applicable taxes less all available discounts, rebates, and back-charges; or,

iii. County Furnished Material. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have no Claim for any costs, Overhead or profit on such materials.

c. Equipment. The additional cost, if any, of machine-power tools and equipment usage shall be calculated in accordance with the following rules:

i. Equipment Rates. The Contractor’s own charge rates may be used if verified and approved by the County and based on the Contractor’s actual ownership and operating cost experience. Rental rates contained in published rate guides may be used if their cost formulas and rate factors are identifiable, reflect the Contractor’s historical acquisition costs, utilization, and useful life, and do not include replacement cost, escalation contingency reserves, general and administrative expense, or profit. Rates shall be based on the Contractor’s actual allowable costs incurred or the rates established according to the Rental Rate Blue Book for Construction Equipment, published by Equipment Watch, PRIMEDIA, whichever is less. The Rental Rate Blue Book established equipment rate shall be the monthly rental rate for the equipment plus the monthly rental rate for required attachments, divided by 176, multiplied by the appropriate regional adjustment factor, plus the hourly operating cost. The established equipment rate shall apply for actual equipment usage up to eight hours per day. For all hours in excess of eight hours per day or 176 hours per month, the established equipment rate shall be the monthly rental rate plus the monthly rental rate for required attachments, divided by 352, multiplied by the regional adjustment factor, plus the hourly operating cost.

ii. Transportation. If the necessary equipment is not already at the Site and it is not anticipated that it would be required for the performance of other work under the terms of the Contract, the calculation shall include a reasonable amount for the costs of the necessary transportation of such equipment.

C00946C15 page 44 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

iii. Standby. The Contractor shall only be entitled to standby equipment costs if (a) the equipment is ready, able, and available to do the Work at a moment’s notice; (b) Contractor is required to have equipment standby because of an event or condition solely caused by the County and (c) the Contractor can demonstrate that it could have and intended to use the equipment on other projects/jobs. The Contractor shall be compensated at 50% of the monthly rental rate for the equipment, divided by 176, and multiplied by the appropriate regional adjustment factor, as identified in the Rental Rate Blue Book for Construction Equipment, published by Machinery Information Division of PRIMEDIA Information Inc. Standby shall not be paid during periods of Contractor-caused delay, concurrent delay, Force Majeure, during any seasonal shutdown, routine maintenance, down-time or broken equipment, late delivery of equipment or supplies, or other anticipated occurrence specified in the Contract Documents. No payment shall be made for standby on any piece of equipment, which has been used on the Project in any 24 hour period. Standby costs shall not be paid for weekends, holidays, and any time the equipment was not intended to be used on the Project as demonstrated by the Project Schedule.

d. Subcontractor & Supplier. Direct costs associated with Subcontractors and Suppliers shall exclude Overhead and Profit markups and shall be calculated and itemized in the same manner as prescribed herein for Contractor. Contractor shall provide detailed breakdown of Subcontractor and Supplier invoices.

e. Overhead and Profit Markup.

i. On a change to the Contract Price or any other claim for money by the Contractor, the County will only pay Overhead, including Home Office Overhead, Site or Field Office Overhead, and unabsorbed home office overhead, and Profit pursuant to the Overhead and Profit Markups set forth herein. The Overhead and Profit Markups cover all overhead regardless of how the Contractor chooses to account for various costs in its books of account.

ii. Overhead and Profit markups shall not be applied to Freight, delivery charges, express charges, and sales tax.

iii. The allowed Overhead and Profit markup shall not exceed the following:

1. If the Contractor is self-performing work: 18% combined Overhead and Profit markup on the Contractor’s Direct Costs; or

2. If a Subcontractor or Supplier is performing work: 18% for the Subcontractor’s Direct Cost for performing the work and 7% on the Direct Costs of the Subcontractors' or Suppliers'; provided that the 7% is to be divided among upper tier Subcontractors and the Contractor when a Subcontractor or Supplier is performing the work.

3. If the value of material and equipment is greater than 50% of the total value of the change, the Overhead and Profit Markup shall only be 10% for material and equipment.

C00946C15 page 45 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

4. In no event shall the total combined Overhead and Profit markup for the Contractor and all Subcontractors and Suppliers of any tier exceed 25% of the Direct Cost to perform the Change Order work.

iv. Direct Costs shall include Labor (as defined in §00700 ¶ 6.2 F4a), Materials (as defined in §00700 ¶ 6.2 F4b), Equipment (as defined in §00700 ¶ 6.2 F4c), and Subcontractor and Supplier Costs (as defined in §00700 ¶ 6.2 CFd).

G. Deductive Changes to the Contract Price

1. A deductive change to the Contract Price may be determined by taking into account:

a. Costs incurred and saved by the Contractor as a result of the change, if any;

b. The costs of labor, material, equipment, overhead and profit saved by the change. These costs shall be calculated following as closely as possible with the provisions identified in Article 6, Time and Price Adjustments; and/or,

c. At the discretion of the County, costs set forth in the documents used by the Contractor to develop its bid.

2. Where the County has elected not to correct incomplete or defective Work, the adjustment in the Contract Price shall take into account:

a. The decreased value to the County resulting from the incomplete or defective Work; and,

b. The increased future costs which the County may incur by reason of the incomplete or defective Work.

H. Full Compensation

An adjustment calculated in accordance with the provisions of this Article shall be full and complete payment and final settlement of all changes, claims, damages and costs for all (a) time; (b) direct, indirect, and overhead costs; (c) profit; and (d) any and all costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, standby, and/or any other costs or damages related to any Work either covered or affected by the changed work, or related to the events giving rise to the change.

ARTICLE 7: PAYMENT AND COMPLETION 7.0 APPLICATIONS FOR PAYMENT

A. On or about the first day of each month, the Contractor shall submit to the County an Application for Payment. Each application shall be on a form acceptable to the County and designated as an “Application For Payment.” The Contractor shall include with each Application For Payment:

1. Current status Schedule of Values;

2. Project Schedule and the most current updates; and

3. Affidavits signed by all Subcontractors performing Work to date, stating that each of them has been paid, less earned retainage, as their interests appeared in the last preceding Application For Payment.

C00946C15 page 46 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

4. The Contract Purchase Agreement number (CPA No.) shall be placed on each Application for Payment submitted by the Contractor to the County.

B. Inclusion of the required documentation is a condition precedent to payment. The Contractor is not entitled to payment for any work unless the Application For Payment includes all required documentation. The County reserves the right to withhold payment pursuant to provision 7.2, Payments Withheld if it is subsequently determined that all required documentation was not provided by the Contractor.

C. The application shall correlate the amount requested with the Schedule of Values and with the state of completion of the Work, as measured by the current Project Schedule. In addition to Work performed by the Contractor, applications may include (1) the invoiced cost of major materials or equipment (major material or equipment to be identified on the Schedule of Values) suitably stored on the Site, and (2) with the County’s consent, up to 75% of the invoiced cost of major materials or equipment suitably stored off the Site if the County’s interest in those major materials or equipment is protected through insurance and the Contractor provides documentation of such insurance.

7.1 PAYMENTS A. The County shall comply with RCW 39.76, as amended, and promptly review each

Application For Payment and identify in writing any cause for disapproval within 8 working days. In addition to withholding payment for unsatisfactory performance or failure to comply with Contract requirements, if the Contractor’s Application for Payment fails to recognize any back-charges, off-sets, credits, change orders, or deductions in payment made in accordance with provision 7.2, Payments Withheld, the County shall have the right to revise or disapprove Contractor’s Application For Payment because the Application For Payment is not considered a properly completed invoice.

B. If an Application For Payment is accepted by the County, it shall be paid within thirty (30) days of the County’s receipt of the properly prepared invoice (Application For Payment).

C. The Contractor shall ensure that Subcontractors [and Suppliers] are promptly paid to the fullest extent required by RCW 39.04.250, as may be amended.

7.2 PAYMENT WITHHELD A. In addition to moneys retained pursuant to RCW 60.28 and without waiver of any

other available remedies, the County has the right to withhold, nullify, or back-charge, in whole or in part, any payment or payments due or that have been paid to the Contractor as may be necessary to cover the County’s costs or to protect the County from loss or damage for reasons including but not limited to:

1. Failure of the Contractor to submit or obtain acceptance of a Progress Schedule, Schedule of Values, and any updated Schedules;

2. Defective or non-conforming Work;

3. Costs incurred by the County to correct, repair or replace defective or non-conforming Work, or to complete the Work;

4. A reasonable doubt that the Contract can be completed for the balance then unpaid;

C00946C15 page 47 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

5. A reasonable concern by the County that the materials, equipment or component parts are not in proper operating condition;

6. Assessment of Liquidated Damages;

7. Failure to perform in accordance with the Contract;

8. Cost or liability that may occur to the County as the result of the Contractor’s or Subcontractor’s acts, omissions, fault, or negligence;

9. Deduction in Contract Work;

10. Failure of Contractor to repair damaged materials, equipment, property, or Work;

11. Failure of the Contractor to provide or obtain review of Submittals;

12. Failure to pay Subcontractors or Suppliers;

13. Failure to keep Record Documents up to date;

14. Failure to comply with all applicable federal, state, and local laws, statutes, regulations, codes, licenses, easements, and permits;

15. Failure to obtain and maintain applicable permits, insurance, and bonds;

16. Failure to provide Statement of intent to Pay Prevailing Wage and/or Affidavits of Wages Paid; and

17. Failure to comply with the Contract safety requirements.

B. The withholding, nullification, or back-charge of any payment(s) by the County shall in no way relieve the Contractor of any of its obligations under this Contract.

7.3 TITLE Title to all Work and materials covered by an accepted and paid Application For Payment shall pass to the County at the time of such payment, free and clear of all liens, claims, security interest, and encumbrances. Passage of title shall not, however, (1) relieve Contractor from any of its duties and responsibilities for the Work or materials, (2) waive any rights of the County to insist on full compliance by Contractor with the Contract requirements, or (3) constitute acceptance of the Work or materials.

7.4 SUBSTANTIAL COMPLETION PROCEDURE A. When the Contractor considers that all Work or Work associated with Contract

milestones is substantially complete, the Contractor shall give written Notice to the County.

1. The County shall promptly inspect the Work and, if the County does not agree that the Work is substantially complete, the County will prepare a Punch List (list of items to be completed or corrected).

a. The County reserves the right to add to, modify, or change the Substantial Completion Punch List as circumstances dictate.

b. Failure by the County to include any items on such list does not alter the responsibility of the Contractor to complete or correct the Work in accordance with the Contract.

B. At the Contractor’s request, the County may identify those Punch List items that must be completed or corrected in order for the Contractor to achieve Substantial Completion.

C00946C15 page 48 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

1. When the County determines that those Punch List items have been completed or corrected by the Contractor, the County shall make a determination that the Work is Substantially Complete.

2. A Certificate of Substantial Completion will be issued by the County, which shall establish the date of Substantial Completion.

3. This Certificate of Substantial Completion shall state the responsibilities of the County and the Contractor for security, maintenance, heat, utilities, damage to the Work, insurance, and the time to complete remaining Punch List work before liquidated damages begin to accrue for the Contractor’s failure to achieve Completion/Final Acceptance in a timely manner.

4. The County shall assess liquidated damages for the Contractor’s failure to complete or correct the required Punch List items for Substantial Completion within the Contract Time.

C. As provided in the Contract, the County may grant Substantial Completion to specific subsystems or portions of the Work. The dates of Substantial Completion shall be determined, in writing, by the County

7.5 FINAL INSPECTION AND FINAL PUNCH LIST A. All remaining Punch List items that were not corrected prior to Substantial

Completion shall be successfully completed by the Contractor prior to the Contractor’s request for Final Acceptance. When the Contractor considers that all Contract Work is ready for final inspection and Final Acceptance, the Contractor shall give written Notice to the County.

B. County shall promptly perform a final inspection of the Work and, if necessary, prepare a Final Punch List (a list of items to be completed or corrected by the Contractor prior to the County granting Final Acceptance).

C. Punchlist items may include but are not limited to: Copies of the warranties and guarantees required by the Contract; Permit approvals and Certificates of Occupancy; Operation and Maintenance Manuals; Record Set of Drawings and Specifications; and Stamped permit set of documents; Right of Way, Easements and Property Releases, and any other documents called for elsewhere in the Contract;

D. The Contractor shall complete or correct the items identified in the Final Punch List within the time period as required in the Certificate of Substantial Completion. Should the Contractor fail to complete or correct all remaining Final Punch List items within the required time, the County may assess liquidated damages against the Contractor for failure to achieve Final Acceptance in a timely manner.

E. After the Contractor completes all items identified in the Final Punch List(s), the Contractor shall notify the County in writing that the Final Punch List items have been successfully completed. After verification by the County that such completion was satisfactory, the Contractor shall submit a Final Application for Payment.

7.6 REQUIREMENTS FOR FINAL APPLICATION FOR PAYMENT A. In addition to any other requirement identified in the Contract Documents, the Final

Application for Payment shall include the following documents:

1. Affidavit of Wages Paid for Contractor and all Subcontractors in accordance with state law;

C00946C15 page 49 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

2. Contractor’s release of claims against the County, except for Claims specifically described in the release document and submitted in accordance with Article 9, Claims and Litigation;

3. Contractor certification that all Subcontractors and Suppliers have been paid and there are no outstanding liens;

4. Right of Way, Easements and Property Releases; and,

5. All reports identified in the Affidavit and Certificate of Compliance with the King County Code 12.16.

7.7 COMPLETION/FINAL ACCEPTANCE A. Completion/Final Acceptance shall be achieved when all the obligations of the

Contract have been successfully performed by the Contractor in accordance with the Contract and accepted by the County.

B. Neither Final Acceptance, nor Final Payment, shall release Contractor or its sureties from any obligations under this Contract or the Performance and Payment Bonds, or constitute a waiver of any claims by the County arising from or related to Contractor’s performance or failure to perform the Work and to meet all Contractual obligations in accordance with the Contract, including but not limited to:

1. Unsettled liens, security interests or encumbrances;

2. Damaged, non-conforming, or defective Work discovered by the County;

3. Terms of any warranties or guarantees required by the Contract; and,

4. Payments made in error.

C. Except for any Claims properly submitted in accordance with Article 9, Claims and Litigation, acceptance of Payment on the Final Application for Payment by the Contractor shall, on behalf of itself and its Subcontractors or Sureties, forever and unconditionally release and discharge the County, it officers, agents, employees, from:

1. Any and all disputes or claims, including but not limited to claims for damages, fines, interest, taxes, attorney fees, or costs, demands, rights, actions or causes of actions, known or unknown, arising out of or in any way related to the parties’ performance under the Contract and/or Project; and

2. Any and all known and/or unknown liabilities, obligations, demands, actions, suits, debts, charges, causes of action, requests for money and/or payment under the Contract, outstanding invoices, or claims directly or indirectly arising out of or related to the Contract and/or Project.

7.8 RETAINAGE. A. RCW chapter 60.28, concerning the rights and responsibilities of Contractor and

County with regard to retainage are made a part of the contract by reference as though fully set forth herein.

B. Pursuant to RCW 60.28.011 and RCW 39.08.030, claims or “liens” by Subcontractors and Suppliers against the retained fund or the retainage bond must be in writing and submitted to the Project Representative at the address given for notices in this Contract, for filing with the Project documents. The Project Representative will maintain a copy of all claims “liens” against the retainage in the Project document files.

C00946C15 page 50 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

7.9 WARRANTY AND GUARANTY A. In addition to any special warranties provided elsewhere in the Contract, Contractor

warrants that all Work conforms to the requirements of the Contract and is free from any defect in equipment, material, design, or workmanship performed by Contractor or its Subcontractors and Suppliers.

B. The warranty period shall be for the longer period of: one year from the date of Substantial Completion of the entire Project or the duration of any special extended warranty offered by a supplier or common to the trade.

C. With respect to all warranties, express or implied, for Work performed or materials furnished according to the Contract, Contractor shall:

1. Obtain all warranties that would be given in normal commercial practice from the supplier and/or manufacturer;

2. Prior to Final Acceptance require all warranties be executed, in writing, for the benefit of the County;

3. Enforce all warranties for the benefit of the County; and,

4. Be responsible to enforce any warranty of a Subcontractor, manufacturer, or Supplier, should they extend beyond the period specified in the Contract.

D. If, within an applicable warranty period, any part of the Work is found not to conform to the Contract, the Contractor shall correct it promptly after receipt of written Notice from the County to do so. In the event the County determines that Contractor corrective action is not satisfactory and/or timely performed, then the County has the right to either correct the problem itself or procure the necessary services, recommendations, or guidance from a third party. All damages incurred by the County and all costs for the County’s remedy shall be reimbursed by the Contractor.

E. The warranty provided in this provision shall be in addition to any other rights or remedies provided elsewhere in the Contract or by applicable law.

7.10 PRIOR OCCUPATION County shall have the right to occupy such part or parts of the Project in or upon which the Work is being done, as it may see fit, before the Final Acceptance, and such occupation shall not be construed as acceptance by the County of the Work or constitute Substantial Completion of the Work.

ARTICLE 8: TERMINATION 8.0 COUNTY’S RIGHT TO TERMINATE CONTRACT

A. Termination for Default 1. County may terminate, without prejudice to any right or remedy of the County the

Work, or any part of it, for cause upon the occurrence of any one or more of the following events:

a. Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to ensure Substantial Completion of the Work within the Contract Time;

b. Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to ensure Final Acceptance of the Work in a timely manner;

C00946C15 page 51 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

c. Contractor is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency;

d. Contractor fails in a material way to repair, replace or correct Work not in conformance with the Contract;

e. Contractor repeatedly fails to supply skilled workers or proper materials or equipment;

f. Contractor repeatedly fails to make prompt payment to its employees or Subcontractors;

g. Contractor materially disregards or fails to comply with laws, ordinances, rules, regulations, permits, easements or orders of any public authority having jurisdiction;

h. Contractor fails to comply with all Contract safety requirements; or,

i. Contractor is otherwise in material breach of any provision of the Contract.

2. If the County reasonably believes that one of the aforementioned events has occurred, the County will provide the Contractor with written Notice of its intent to terminate the Contractor for default, specifying within such notice the ground(s) for such termination. The County, at its option, shall require the Contractor to either promptly correct the deficiencies noted in the County’s intent to terminate or provide the County with a corrective action plan as to how such deficiencies will be remedied or cured in a timely fashion. However, if after receipt of the proposed remedy, the County has a reasonable basis for concluding that the Contractor has (a) failed or is unwilling to repair, replace or correct the deficiencies, or (b) failed or is unwilling to provide a reasonable and satisfactory corrective action plan, the County shall thereafter have the right to terminate this Contract for default.

3. Upon termination, the County may at its option:

a. Take possession of the Site and possession of or use of all materials, equipment, tools, and construction equipment and machinery thereon owned by Contractor; and/or,

b. Finish the Work by whatever other reasonable method it deems expedient; or,

c. Call upon the surety to perform its obligations under the performance and payment bonds, if applicable.

4. The Contractor and its sureties shall be liable for all damages and costs, including but not limited to: (1) compensation for architect and engineering services and expenses made necessary thereby; (2) any other costs or damages incurred by the County in completing and/or correcting the Work; and (3) any other special, incidental or consequential damages incurred by the County which results or arises from the breach or termination for default.

5. In the event of termination for default the County shall only pay the Contractor for Work successfully completed and accepted by the County prior to the date of termination. The County shall not be responsible for any other Contractor costs, expenses, or damages including any consequential, special, or incidental damages or lost profits associated with this Contract. In no event shall the

C00946C15 page 52 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

County reimburse the Contractor for any costs directly or indirectly related to the cause of this termination for default.

6. If, after termination for default, it is determined that the Contractor was not in default, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the County.

7. The rights and remedies of the County in this provision are in addition to any other rights and remedies provided by law or under this contract.

B. Termination for Convenience

1. Upon written Notice the County may terminate the Work, or any part of it, without prejudice to any right or remedy of the County, for the convenience of the County.

2. If the County terminates the Work or any portion thereof for convenience, Contractor may make a request for adjustment for:

a. Reasonable direct costs for all Work completed prior to the effective date of the termination and not previously paid for by the County;

b. A reasonable allowance for Overhead and profit for Work actually performed and accepted by the County prior to the date of termination, at a rate not to exceed the percentage amount set forth in the Contract and in provision 6.2, Method to Calculate Adjustments to Contract Price, subparagraph F4e, Overhead and Profit; and,

c. Actually incurred reasonable administrative costs for “settlement of the Work”, i.e., costs directly caused by the termination for convenience, at a rate not to exceed 5% of what the Contractor has been actually paid prior to the date of termination.

3. The Contractor shall not be entitled to any other costs or damages, whatsoever. The total sum payable upon termination shall not exceed the Contract Price reduced by prior payments. Contractor shall be required to make its request for adjustment in accordance with Article 5, Changes to the Contract, and Article 6, Time and Price Adjustments.

4. If it appears that the Contractor would have sustained a loss on the entire Contract had it been completed, the County shall not reimburse Contractor any profit for the Work completed and shall reduce the settlement to reflect the indicated rate of loss.

C. Contractor’s Obligations During Termination

Unless the County directs otherwise, after receipt of a written Notice of termination for default or termination for convenience, Contractor shall promptly:

1. Stop performing Work on the date and as specified in the Notice of termination;

2. Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work not terminated;

3. Cancel all orders and subcontracts, upon terms acceptable to the County, to the extent that they relate to the performance of Work terminated;

C00946C15 page 53 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

4. Assign as specifically requested by the County all of the rights, title, and interest of Contractor in all orders and subcontracts;

5. Take such action as may be necessary or as directed by the County to preserve and protect the Work, Site, and any other property related to this Project in the possession of Contractor in which the County has an interest;

6. Continue performance of Work only to the extent not terminated; and,

7. Take any other steps required by the County with respect to this Project.

8.1 THE COUNTY’S RIGHT TO STOP THE WORK FOR CAUSE A. If Contractor fails or refuses to perform its obligations in accordance with the

Contract, the County may order Contractor, in writing, to stop the Work, or any portion thereof, until satisfactory corrective action has been taken.

B. Contractor shall not be entitled to any adjustment in the Contract Time and/or Contract Price for any increased cost or time of performance attributable to Contractor’s failure or refusal to perform its obligations under the Contract.

ARTICLE 9: CLAIMS AND LITIGATION 9.0 CONTRACTOR CLAIMS

A. Condition Precedent to Filing a Claim.

1. The following actions are a condition precedent to filing a Claim:

a. A Request for Change Order is denied or deemed denied by the County; or

b. A Unilateral Change Order is issued by the County.

B. Failure to file a Timely Claim.

1. At least seven (7) days prior to appropriate time to file a Claim, the Contractor may request an extension of time for filing its Claim. The Contractor shall state the reasons for the request and identify a date certain when the Contractor shall provide a fully documented Claim. Unless otherwise agreed to in writing by the Project Representative, a fully documented Claim shall be received by the Project Representative within thirty (30) days after:

a. Denial or deemed denial of a Request for Change Order; or

b. Contractor’s receipt of an Executed Unilateral Change Order.

2. Failure to comply with the time requirements set for filing a Claim shall constitute acceptance by the Contractor, on behalf of itself and its Subcontractors and Suppliers, of the Unilateral Change Order and/or the County’s denial or deemed denial of a Request for Change Order. Such acceptance shall be considered complete, full, and final settlement of all costs, damages, and Claims related to or arising from the Request for Change Order and/or Unilateral Change Order.

C. Contractor’s Obligation to Continue to Work. Pending final decision of a Claim hereunder, the Contractor shall proceed diligently with the performance of the Contract Work, including that work associated with the Claim, and maintain its progress with the Work.

D. Information required in a Fully Documented Claim. Every Claim must be submitted by the Contractor, in writing and clearly designated by the Contractor as a fully

C00946C15 page 54 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

documented Claim. At a minimum, a fully documented Claim must contain the following information:

1. A detailed factual statement of the Claim providing all necessary details, locations, and items of Contract Work affected;

2. The date on which facts arose that gave rise to the Claim;

3. The name of each person employed or associated with the Contractor, Subcontractor, Supplier, and/or the County with knowledge about the event or condition which gave rise to the Claim;

4. Copies of documents and a written description of the substance of any oral communications that concern or relate to the Claim;

5. The specific provisions of the Contract Documents on which the Claim is based;

6. If an adjustment in the Contract Price is sought, the exact amount sought, calculated in accordance with the Contract and accompanied by (a) all records supporting the Claim and (b) all records meeting the requirements of provision 3.10, Cost Records;

7. If an adjustment in the Contract Time is sought, the specific days and dates for which it is sought; the specific reason the Contractor believes an adjustment in the Contract Time should be granted; and the Contractor’s analyses of its Progress Schedule, any specific Schedule analysis as required by the Contract Documents, and all updates to demonstrate the reason for the adjustment in Contract Time; and,

8. A statement certifying, under penalty of perjury, that after the exercise or reasonable diligence and investigation the Claim is made in good faith, that the supporting cost and pricing data are true and accurate to the best of the Contractor’s knowledge and belief, that the Claim is fully supported by the accompanying data, and that the amount requested accurately reflects the adjustment in the Contract Price or Contract Time for which the Contractor believes the County is liable.

E. Contractor’s Duty to Cooperate. The Contractor shall cooperate with the County or its designee in the evaluation of its Claim and provide all information and documentation requested by the County or its designee.

F. The County’s Evaluation of the Claim.

1. To assist the County in the review of the Contractor’s Claim, the County or its designee may visit the Site, request additional information and/or documentation in order to fully evaluate the issues raised in the Claim and/or audit the Claim.

2. After the Contractor has submitted a fully documented Claim that complies with this provision, the County shall respond, in writing, to the Contractor within sixty (60) days from the date the fully documented Claim is received with either:

a. A decision regarding the Claim;

b. Written Notice extending for another thirty (30) days the County’s time to respond to the Claim.

3. Absent a thirty (30) day extension, the Claim shall be deemed denied upon the sixty-first (61st) day following receipt of the Claim by the County. If the County

C00946C15 page 55 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

had a thirty (30) day extension, the Claim shall be deemed denied upon the ninety-first (91st) day following receipt of the Claim by the County.

4. The County will identify the Appeal Officer for each Claim within fifteen (15) days of the County’s receipt of a Claim.

G. Appeal Process of a Denial or Deemed Denial of the Claim.

1. Contractor shall notify the County of its disagreement with the denial or deemed denial of the Contractor’s Claim and file a fully documented Appeal to the Appeal Officer within twenty-one (21) days after the deemed denial or receipt of the denial.

2. Failure to notify the County and file a fully documented Appeal constitutes acceptance of the denial or deemed denial and the Contractor waives any right to any adjustment in Contract Price and/or Contract Time with respect to the Claim.

3. A fully documented Appeal shall contain the following information:

a. All documentation and information previously provided to the County in support of the Contractor’s Claim including but not limited to the documentation identified in provision 9.0, Contractor Claims, paragraph D;

b. A copy of the County’s denial of the Claim;

c. A detailed explanation why the Contractor believes the County’s decision is incorrect and why the Claim should be granted; and

d. Any technical data or additional documentation supporting the Contractor’s position.

4. At the discretion of the Appeal Officer, the Appeal Officer may request additional information or a meeting with the Contractor.

5. After the Contractor has submitted a fully documented Appeal that complies with this provision, the Appeal Officer shall respond, in writing, to the Contractor within sixty (60) days from the date the Appeal is received. Absent a written response by the Appeal Officer, the Appeal shall be deemed denied upon the sixty-first (61st) day following receipt of the Appeal by the Appeal Officer.

6. Contractor shall notify the County of its disagreement with the denial or deemed denial of the Contractor’s Appeal within twenty-one (21) days after the deemed denial or receipt of the denial. Failure to notify the County constitutes acceptance of the denial or deemed denial and the Contractor waives any right to any adjustment in Contract Price and/or Contract Time with respect to the Appeal.

9.1 CONTRACTOR’S BURDEN OF PROOF ON CLAIM A. The Contractor shall have the burden of proof to demonstrate entitlement and

damages.

B. If the Contractor, on behalf of itself or its Subcontractors and Suppliers seeks an adjustment in the Contract Price or Contract Time not supported by Project cost records meeting the requirements of §00700 ¶3.10, Cost Records, the Claim is waived.

C. Compliance with the record keeping requirements set forth in this Contract is a condition precedent to recovery of any costs or damages related to or arising from performance of the Contract Work. If the County establishes non-compliance of the

C00946C15 page 56 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

record-keeping requirement set forth in §00700 ¶ 3.10, Cost Records, no adjustment shall be made to the Contract Price and/or Contract Time with respect to that Claim.

D. No Claim submitted to Alternate Dispute Resolution (ADR) or pursued by the Contractor in litigation shall seek damages greater than those set forth in the Contractor’s Claim, except for accrual of any interest owing under applicable law.

9.2 LITIGATION A. As a mandatory condition precedent to the initiation of litigation by the Contractor

against the County, Contractor shall:

1. Comply with all provisions set forth in this Contract;

2. Enter into an Alternate Dispute Resolution (ADR) process agreeable to both parties at any time during Contract Time but no later than sixty (60) days after issuance of the Certificate of Substantial Completion for the entire Project or Final Acceptance if a Certificate of Substantial Completion for the entire Contract is not issued; and complete the ADR process within 240 days after issuance of Substantial Completion for the entire Project or Final Acceptance if no Certificate of Substantial Completion for the entire Contract is issued; and

3. Receive the Certificate of Substantial Completion for the entire Contract or Final Acceptance if a Certificate of Substantial Completion for the entire Contract is not issued.

B. Any litigation brought against the County shall be filed and served on the County within 365 days from either the issuance of the Certificate of Substantial Completion for the entire Contract or Final Acceptance if no Certificate of Substantial Completion of the entire Contract is issued. The requirement that the parties participate in ADR does not waive the requirements of this subparagraph.

C. Venue and jurisdiction shall vest solely in the King the County Superior Court.

D. Failure to comply with these mandatory condition time requirements shall constitute a waiver of the Contractor’s right to pursue judicial relief for any Claim arising from work performed under this Contract.

ARTICLE 10: MISCELLANEOUS 10.0 CONTRACTOR’S PERFORMANCE AND PAYMENT BOND

A. The Contractor shall execute and deliver to the County a performance and payment bond for 100% of the Contract Price, on a form acceptable to the County with an approved surety company and in compliance with Chapter 39.08 RCW. Contractor shall notify surety of any changes in the work. The Contractor shall promptly furnish additional bond security to protect the County and persons supplying labor or materials required by the Contract if:

1. The County has a reasonable objection to any surety;

2. Any surety fails to furnish reports on its financial condition pursuant to the County’s request; or,

3. The Contract Price increases beyond the bond amount.

10.1 INDEMNIFICATION/HOLD HARMLESS A. The Contractor shall protect, defend, indemnify, and hold harmless the County, its

officers, officials, employees, and agents, from any and all claims, demands, suits, penalties, losses, damages, judgments, or costs of any kind whatsoever (hereinafter

C00946C15 page 57 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

“claims”), arising out of or in any way resulting from the Contractor’s officers, employees, agents, and/or subcontractors of all tiers, acts or omissions, performance or failure to perform this Contract, to the maximum extent permitted by law or as defined by RCW 4.24.115, now enacted or as hereinafter amended.

B. The Contractor’s obligations under this section shall include, but not be limited to,

1. The duty to promptly accept tender of defense and provide defense to the County at the Contractor’s own expense.

2. The duty to indemnify and defend the County from any claim, demand, and/or cause of action brought by or on behalf of any of its employees, or agents. The foregoing duty is specifically and expressly intended to constitute a waiver of the Contractor’s immunity under Washington’s Industrial Insurance Act, RCW Title 51, as respects the County with a full and complete indemnity and defense of claims made by the Contractor’s employees. The parties acknowledge that these provisions were mutually negotiated upon by them.

3. To the maximum extent permitted by law, the Contractor shall indemnify and defend the County from and be liable for all damages and injury which shall be caused to owners of property on or in the vicinity of the work or which shall occur to any person or persons or property whatsoever arising out of the performance of this Contract, whether or not such injury or damage is caused by negligence of the Contractor or caused by the inherent nature of the work specified.

C. King the County may, in its sole discretion, (1) withhold amounts sufficient to pay the amount of any claim for injury, and/or (2) pay any claim for injury of which King the County may have knowledge, regardless of the formalities of notice of such claim, arising out of the performance of this Contract.

D. Any amount withheld will be held until the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment on such claim. In addition, the Contractor shall reimburse and otherwise be liable for claims costs incurred by King the County, including, without limitation, costs for claims adjusting services, attorneys, engineering, and administration.

E. In the event the County incurs any judgment, award, and/or costs arising therefrom, including attorneys’ fees, to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the Contractor.

10.2 COMPENSATION, WAGES, BENEFITS AND TAXES The County assumes no responsibility for the payment of any compensation, wages, benefits, or taxes owed by the Contractor by reason of this Contract. The Contractor shall indemnify and hold the County, its officers, agents, and employees, harmless against all liability and costs resulting from the Contractor’s failure to pay any compensation, wages, benefits or taxes.

10.3 SUCCESSORS AND ASSIGNS The County and the Contractor each binds itself, its partners, successors, assigns and legal representatives to the other with respect to all covenants, agreements and obligations contained in the Contract. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other, nor shall the Contractor assign any moneys due or to become due to it hereunder, without the previous written consent of the County.

C00946C15 page 58 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

10.4 THIRD PARTY AGREEMENTS Except as otherwise may be provided, the Contract shall not be construed to create a contractual relationship of any kind between: any architect, engineer, Subcontractor, Supplier, or any persons other than the County and Contractor.

10.5 NONWAIVER OF BREACH No action or failure to act by the County shall constitute a waiver of any right or duty afforded to the County under the Contract; nor shall any such action or failure to act by the County constitute an approval of or acquiescence in any breach hereunder, except as may be specifically stated by the County in writing.

10.6 NOTICE TO THE COUNTY OF LABOR DISPUTES A. If Contractor has knowledge that any actual or potential labor dispute is delaying or

threatens to delay timely performance in accordance with the Contract, Contractor shall immediately give Notice, including all relevant information, to the County.

B. Contractor agrees to insert a provision in its Subcontracts and to require insertion in all sub-subcontracts, that in the event timely performance of any such contract is delayed or threatened by any actual or potential labor dispute, all Subcontractor or lower-tiered Subcontractor shall immediately notify the next higher tier Subcontractor. Subcontractor or Contractor, as the case may be, of all relevant information concerning the dispute.

10.7 LIQUIDATED DAMAGES AGAINST CONTRACTOR A. The liquidated damage amounts, set forth elsewhere in the Contract Documents, will

be assessed for Contractor’s failure to achieve Substantial Completion within the Contract Time or Final Acceptance. These Liquidated Damages are not a penalty, but will be assessed against the Contractor for failure to achieve these Contract requirements. These Liquidated Damage amounts are fixed and agreed upon by and between the Contractor and the County because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the County would in such events sustain. These amounts shall be construed as the actual amount of damages sustained by the County, and may be retained by the County and deducted from payments to the Contractor. Assessment of Liquidated Damages shall not release the Contractor from any further obligations or duties pursuant to the Contract Work.

1. Failure to Achieve Substantial Completion

Timely performance and completion of the Work is essential to the County and the time limits stated in the Contract are of the essence. The County will incur serious and substantial damages if Substantial Completion of the Work does not occur within the Contract Time.

2. Failure to Achieve Final Acceptance

Final Acceptance of the Work is essential to the County and the time limits as identified by the County are of the essence. The County will incur serious and substantial damages if Final Acceptance of the Work does not occur as the County requires.

10.8 HEADINGS The headings used in the Contract are for convenience only and shall not be considered a part of or affect the construction or interpretation of any contractual provision therein.

C00946C15 page 59 of 59 §00700 Rev (08/17/2015) General Terms and Conditions

10.9 CHOICE OF LAW In the event that either party shall bring a lawsuit or action related to or arising out of this Contract, such lawsuit or action shall be brought in the Superior Court, King the County, Washington. This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington.

10.10 SEVERABILITY The provisions of this Contract shall be effective in all cases unless otherwise prohibited by Washington State Law or applicable Federal Law. The provisions of this Contract are separate and severable. The invalidity of any sentence, paragraph, provision, section, Article, or portion of this Contract shall not affect the validity of the remainder of this Contract.

END OF SECTION

C00946C15 page 1 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

TABLE OF CONTENTS SUPPLEMENTAL TERMS AND CONDITIONS

1.0 DEFINITIONS (MODIFIED) ......................................................................................... 2 1.2 ORDER OF PRECENDENCE (MODIFIED) ............................................................... 2 3.8 SCHEDULE OF WORKING HOURS (MODIFIED) ....................................................... 3 3.11 MAINTENANCE AND INSPECTIONS OF DOCUMENTS (MODIFIED) ....................... 3 3.24 WATER POLLUTION CONTROL REQUIREMENTS (NEW) ....................................... 4 5.2 DIFFERING SITE CONSITIONS (MODIFIED) ............................................................. 4 6.2 METHOD TO CALCULATE ADJUSTMENTS TO CONTRACT PRICE. DELETE ......... 5 7.9 WARRANTY AND GUARANTY (MODIFIED) ............................................................... 6 9.2 LITIGATION (MODIFIED) ............................................................................................ 6 10.11 TRANSMITTAL OF CONTRACT DOCUMENTS (NEW) .............................................. 7 ARTICLE 11: ENVIRONMENTAL PROTECTION AGENCY REQUIREMENTS FOR FEDERALLY ASSISTED CONSTRUCTION CONTRACTS (NEW) ...................................... 7 11.0 PRIVITY OF CONTRACT ............................................................................................ 7 11.1 COMPLIANCE WITH STATE AND LOCAL LAWS ....................................................... 8 11.2 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA ........................... 8 11.3 ACCESS TO CONSTRUCTION SITE AND TO RECORDS ......................................... 8 11.4 PROJECT SIGNS ........................................................................................................ 8 11.5 MBE/WBE Reporting (40 CFR Part 33 Parts 33.302, 33.502 and 33.503). .................. 9 11.6 COVENANT AGAINST CONTINGENT FEES .............................................................. 9 11.7 GRATUITIES ............................................................................................................... 9 11.8 CONTRACT TERMINATION: DEBARMENT ............................................................... 9 11.9 CONTRACT ADMINISTRATION PROVISIONS (40 CFR PART 33.302) ..................... 9 11.10 SUBCONTRACTOR LOBBYING CERTIFICATION AND DISCLOSURE REVISED

2/23/98 ........................................................................................................................10 11.11 AUDIT REQUIREMENTS / COST PRINCIPLES .........................................................10 11.12 RECYCLED PAPER ...................................................................................................10 11.13 40 CFR PART 33 ........................................................................................................10 11.14 RETENTION OF PROJECT RECORD AND AUDIT OF PROJECT RECORDS .........10 11.15 QUARTERLY REPORTS ............................................................................................11 11.16 LAND ..........................................................................................................................11 11.17 EQUIPMENT ..............................................................................................................11 11.18 HOTEL / MOTEL FIRE SAFETY ACT .........................................................................11 11.19 LAWS, REGULATIONS, EXECUTIVE ORDERS ........................................................11 ARTICLE 12: SRF FUNDING (NEW) ...................................................................................12 12.0 THIRD PARTY BENEFICIARY ...................................................................................12 ARTICLE 13: WAGE RATE REQUIREMENTS – (TO BE INCLUDED IN FULL IN ANY CONTRACT IN EXCESS OF $2,000) (NEW) .......................................................................13 13.0 APPLICABILITY OF THE DAVIS- BACON (DB) PREVAILING WAGE

REQUIREtMENTS ......................................................................................................13 13.1 OBTAINING WAGE DETERMINATIONS. ...................................................................13 13.2 CONTRACT AND SUBCONTRACT PROVISIONS. ....................................................14 13.3 CONTRACT PROVISION FOR CONTRACTS IN EXCESS OF $100,000...................20 13.4 COMPLIANCE VERIFICATION ..................................................................................21

C00946C15 page 2 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

SECTION 00800 SUPPLEMENTAL TERMS AND CONDITIONS

These Supplemental Terms and Conditions supplement Section 00700, General Terms and Conditions as instructed. If any of the provisions in Section 00800, Supplemental Terms and Conditions conflict with the provisions found in Section 00700, General Terms and Conditions, the provisions set forth here in Section 00800 control and supersede the portions of Section 00700, General Terms and Conditions. Where any provision of Section 00700 is modified or deleted by these Supplemental Terms and Conditions, the unaltered portions of the provision remain in full force and effect.

1. The following defined terms shall be added to ARTICLE 1 – DEFINITIONS

HH. “Contractor Equipment” means any equipment, machinery, or vehicles owned by Contractor or its Subcontractors, inclusive of any such equipment, machinery or vehicles owned by an affiliate or subsidiary substantially owned or controlled by the Contractor or Subcontractor. Equipment under lease by Contractor or Subcontractor with an option to purchase is considered to be Contractor Equipment.

2. DELETE and REPLACE Provision 1.2 with the following:

1.2 ORDER OF PRECEDENCE (MODIFIED) A. Any conflict or inconsistency between the terms or conditions of the Contract

Document shall be resolved by the following descending order of precedence (with 1 taking precedence over 2, 3, 4, 5, 6, 7, 8, 9 and 10. With 2 taking precedence over 2, 3, 4, 5, 6 , 7, 8, 9 and 10 and so forth):

1. The signed Agreement (§00500);

2. The Supplemental Terms and Conditions (§00800);

3. The General Terms and Conditions (§00700);

4. The Technical Specifications (“Specifications”) as modified by Addenda or Change Orders, Divisions 1-17: provisions in Division 1 shall take precedence over provisions of any other Division;

5. Detail drawings, as modified by Change Orders;

6. Drawings, as modified by Change Orders;

7. Geotechnical Baseline Report (GBR);

8. Geotechnical Data Report (GDR);

9. All other sections in Division 0 not specifically identified herein by Section; and

10. Affidavits, Certifications and bonds (§00410; §00420, §00425).

B. In the event there is a conflict, inconsistency, or ambiguity within the Contract Document and EPA requirements, EPA requirements shall take precedence.

C. In the event there exists a conflict, inconsistency or ambiguity within the terms or conditions of one of the Contract Documents categories set forth above, the more stringent or more costly requirements shall be deemed to have been intended and to have been included in the original Contract Price.

3. Provision 3.8 SCHEDULE OF WORKING HOURS. DELETE Paragraph 3.8 C from Section 00700, in its entirety, and REPLACE with the following:

C00946C15 page 3 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

C. The Contractor shall provide written request to perform any Work outside the regular working hours specified in this Contract. The written request must be received by the Project Representative a minimum of 48 hours in advance of the proposed Work. The revised working hours must be approved by the Project Representative prior to proceeding with any Work outside the regular working hours. Any Work performed after regular working hours, shall be performed without additional expense to the County, except as otherwise provided in the Contract Documents.

4. Provision 3.11 MAINTENANCE AND INSPECTIONS OF DOCUMENTS, ADD the following new paragraph.

I. In addition to the requirements in Section 0700, Paragraph 3.11 A – H, inclusive, the Consent Decree affecting this Project requires that the Contractor preserve all non-identical copies of all documents, records or other information (including documents, records or other information in electronic form) in the Contractor’s possession or control or that come into the Contractor’s possession or control regarding this Project until the termination of the Consent Decree, expected to occur in the year 2035. If at any time prior to that date the Contractor proposes to dispose of any Contract Documents related to the Project, Contractor shall give Owner (Project Representative) and the King County Prosecuting Attorney’s Office at the address below at least 60 days advance written notice of its intention to dispose of such Contract Documents and shall thereafter either deliver the same to Owner upon its request or may dispose of such documents if Owner authorizes such disposal or fails to request delivery of the Contract Documents within such 60 day response period.

The address for written notice to the King County Prosecuting Attorney’s Office is:

Chief of the Civil Division King County Prosecuting Attorney’s Office King County Courthouse 516 3rd Avenue, Room W400 Seattle, WA 98104

5. Provision 3.24 WATER POLLUTION CONTROL REQUIREMENTS. ADD the following new paragraph:

No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to the state waters must have prior approval of the state of Washington Department of Ecology.

6. ADD the following new provision to Article 3: CONTRACTOR, 3.27 PROJECT LABOR AGREEMENT (PLA)

A. This Contract is subject to the terms and conditions contained in the Project Labor Agreement for the Combined Sewer Overflow Projects. The PLA is attached hereto and incorporated into the Contract. Contractor agrees to comply with all terms and conditions contained in the PLA and have incorporated any and all costs associated with compliance with the PLA into the Contract Price.

C00946C15 page 4 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

7. Provision 5.2 DIFFERING SITE CONDITIONS. ADD the following NEW paragraph F. following paragraph E OF PROVISION 5.2.

“F. DIFFERING SITE CONDITON DURING MICROTUNNEL INSTALLATION

1. Immediate Written Notice to the County. If the Contractor encounters a Differing Site Condition the Contractor shall immediately, and before the conditions are disturbed, give written notice to the County of Differing Site Conditions. a. If during pipe ramming the Contractor encounters a Differing Site Condition, the

Contractor shall immediately give written notice to the County and may continue tunneling; provided however, the Contractor shall submit all of the following documents and information to the Project Representative on a daily basis: i. Digital photographs (paper and electronic copy) that detail the Differing Site

Condition; ii. Contractor’s daily shift reports for previous 24 hours production for each day

that the Differing Site Condition exists; and iii. Detailed daily records describing the ground conditions and the impact the

Differing Site Condition is having on the pipe ramming including its operations and productivity.

b. Immediate written notice shall describe the specific ground conditions encountered and the measures taken to mitigate the impacts of the Differing Site Condition.

2. Request for Change Order based on Differing Site Condition. Unless otherwise agreed upon in writing by the Project Representative, within 45 days of the Contractor’s initial written notification of the Differing Site Condition to the County, the Contractor shall provide a Request for Change Order that includes all elements required for such a request and: a. A detailed description of the Differing Site Condition; and b. Substantive, contractual and technical basis supporting the existence of the Differing

Site Condition and its impacts. 3. Waiver.

a. If the Contractor’s actions disturb the Site such that the County or County’s designee cannot adequately and fully investigate the alleged Differing Site Condition, the Contractor waives its right to receive any additional time or money as a result of the Differing Site Condition.

b. Failure by the Contractor to provide both (a) immediate notice and (b) Request for Change Order shall constitute a waiver of the contractor’s right to receive any additional time or money as a result of the Differing Site Condition.

c. The Contractor shall be responsible for any and all costs or damages incurred by the County resulting from the Contractor’s failure to provide appropriate notice and/or the Detailed Description and Request for Change Order.

4. County’s Response to the Differing Site Condition Request for Change Order. The County shall investigate the alleged Differing Site Conditions and respond to the Differing Site Condition in accordance with the Request for Change Order procedures set forth above.

5. Contractor’s Obligation to Continue to Work. The Contractor shall not disturb the condition until receipt of written authorization from the Project Representative that work can resume at the location of the alleged Differing Site Condition, except as provided for in Section 00800, Article 5.2.F.1.a. The Contractor shall continue with performance of all other Work.”

C00946C15 page 5 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

8. Provision 6.2 METHOD TO CALCULATE ADJUSTMENTS TO CONTRACT PRICE. DELETE Paragraph F(4)(c)(i),(ii), and (iii) from Section 00700, in its entirety and REPLACE with the following:

“c. Equipment. The additional cost, if any, of machine-power tools and equipment usage

shall be calculated in accordance with the following rules: i. Equipment in Use Rates. Contractor Equipment in use shall be paid on

the basis of Actual Equipment Cost. Except as provided above, Equipment in use rented by Contractor or Subcontractor on an arms-length basis from an unaffiliated lessor shall be paid on the basis of actual rental costs, or the rates established according to the Rental Rate Blue Book for Construction Equipment, published by Machinery Information Division of PRIMEDIA Information Inc., whichever is less. For purposes of the preceding sentence, the Rental Rate Blue Book established rate shall be the monthly rate for the equipment plus the monthly rate for required attachments, divided by 176 hours per month, plus the hourly operating cost, multiplied by the appropriate area adjustment factor if appropriate, the rates shall apply for actual equipment usage up to eight hours per day and for all hours in excess of eight hours per day or 176 per month the established monthly rate shall be divided by 352 days per year, plus the hourly operating cost, multiplied by the area adjustment factor, if appropriate. Equipment in use rented from any affiliate or subsidiary substantially owned or controlled by Contractor or Subcontractor shall be paid at Actual Equipment Cost.

ii. Transportation. If the necessary equipment is not already at the Site and it is not anticipated that it would be required for the performance of other work under the terms of the Contract, the calculation shall include a reasonable amount for the costs of the necessary transportation of such equipment.

iii. Standby. Equipment is considered to be on standby only if: (a) the equipment is ready, able, and available to do the Work at a moment’s notice; (b) Contractor is required to have idle equipment because of an event or condition solely caused by the County; and (c) the Contractor can demonstrate that it could have and intended to use the equipment on other projects/jobs. Contractor Equipment on standby will be paid at 25% of Actual Equipment Cost. Equipment on standby rented by Contractor or Subcontractor on an arms-length basis from an unaffiliated lessor shall be paid on the basis of the lesser of actual rental costs or 25% of the adjusted hourly rate identified in the Rental Rate Blue Book for Construction Equipment, published by Machinery Information Division of PRIMEDIA Information Inc. Standby shall not be paid during periods of Contractor-caused delay, concurrent delay, Force Majeure, Unusually Severe Weather Conditions, seasonal shutdown, routine maintenance, down-time or broken equipment, late delivery of equipment or supplies, or other anticipated occurrence specified in the Contract Documents. No payment shall be made for standby on any piece of equipment which has been used on the Project in any 24 hour period. No payment shall be made for standby on any piece of equipment after such piece of equipment has been unused on the Project for seven (7) or more calendar days. Standby costs shall not be

C00946C15 page 6 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

paid for weekends, holidays, non-scheduled work days and any time the equipment was not intended to be used on the Project as demonstrated by the Project Schedule. Equipment on standby rented from any affiliate or subsidiary substantially owned or controlled by Contractor or Subcontractor shall be paid at 25% of Actual Equipment Cost.

iv. Actual Cost Determination. Failure of Contractor or Subcontractor to maintain, keep and/or present cost records sufficient to accurately establish Actual Equipment Cost shall operate to bar any right or remedy of Contractor for payment of additional compensation for any Contractor Equipment, whether in use or standby.

9. Provision 7.9 WARRANTY AND GUARANTY. DELETE Paragraph 7.9 B from Section 00700, in its entirety, and REPLACE with the following: B. Unless there are specified interim milestones as identified in Section 01014, the

warranty for all work shall commence with the issuance of a Certificate of Substantial Completion for the Project. If there are interim milestones the warranty period shall start as specified in Section 01740. The warranty duration shall be the longer period of; one year from the issuance of Substantial Completion, or the duration of any special extended warranties required elsewhere in the Contract, or the duration offered by a supplier or common to the trade.

10. Provision 9.2 LITIGATION. DELETE Paragraph 9.2 A. 2 from Section 00700, in its entirety, and REPLACE with the following:

2. Provide the Project Representative written notice of intent to participate in an Alternate Dispute Resolution (ADR) process agreeable to both parties within twenty-one (21) days from the date the Contractor received a written determination from the Appeal Officer on a submitted Appeal; or absent a written response by the Appeal Office, within eighty-one (81) days following the receipt of the Appeal by the Appeal Officer. The ADR process may be postponed by the County for the purpose of administrative efficiency to allow for all RCOs, Claims and Appeals to be processed pursuant to the Contract as provided in Articles 5, 6, and 9, so that all disputed Appeal determinations can be addressed in one ADR process. The ADR process must be initiated for all disputed Appeals within 300 days after issuance of the Certificate of Substantial Completion for the entire Project.

11. ADD the following NEW provision to Article 10: MISCELLANEOUS: 10.11 TRANSMITTAL OF CONTRACT DOCUMENTS

A. Email is not a replacement for Contract required documents. All documents must be addressed to the designated Project Representative. The Project Representative will provide to the Contractor the email address that the Contractor shall use when transmitting electronic documents.

B. The following documents, when required by Contract shall be submitted as a pdf document and transmitted to the Project Representative using the required email address:

1. Letters, memo, transmittals 2. Submittals 3. Request for Information (RFI) 4. Contract Clarification Request (CCR) 5. Request for Change Order (RCO) 6. Request for Change Proposal (RCP)

C00946C15 page 7 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

C. When information is transmitted digitally, one exact replica of the pdf documents (original documents) shall be hand-delivered or mailed to King County within seven calendar days.

D. The following documents, when required by Contract, are not acceptable for digital transmission. These documents shall be processed using paper. These include:

1. Change Orders 2. I&C documents reference in Section 17000 1.03, 1.04 and Section 17802 2.02. 3. Product samples 4. Color samples 5. full size shop drawings

E. When the contract uses digital communication, the Project Representative may send documents digitally to the Contractor’s designated representative after appropriate address are provided. (Section 00700 3.3).

F. The Contract requirements for accuracy and completeness of information shall apply to all documents transmitted digitally.

G. The date a party receives documents transmitted via e-mail will be as indicated by the party’s “Date Received” stamp

12. ADD the following NEW Articles 11, 12, and 13 ARTICLE 11: ENVIRONMENTAL PROTECTION AGENCY REQUIREMENTS FOR

FEDERALLY ASSISTED CONSTRUCTION CONTRACTS (NEW) 11.0 PRIVITY OF CONTRACT

A. This Contract is expected to be funded in part by the Washington State Department of Ecology (“WSDOE”). Neither the State of Washington nor any of its departments, agencies or employees; nor the United State EPA or any of its departments, agencies or employees, are, or will be, a party to this Contract or any lower tier contract.

11.1 COMPLIANCE WITH STATE AND LOCAL LAWS A. The Contractor shall assure compliance with all applicable federal, state, and local

laws, requirements, and ordinances as they pertain to the design, implementation, and administration of the approved project.

11.2 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA A. The following provisions apply to (1) any contract negotiated between the County

and its Contractor in excess of $100,000, (2) negotiated contract amendments or change orders in excess of $100,000 affecting the price of formally advertised, competitively awarded, fixed price contracts, or (3) any lower tier subcontracts or purchase orders in excess of $100,000 under a contract other than a formally advertised, competitively awarded, fixed price contract. Subparagraph 11.2 does not apply to contracts awarded on the basis of effective price competition.

B. The Contractor and subcontractors, where appropriate, assure that the cost and pricing data submitted for evaluation with respect to negotiation of prices for negotiated contracts, lower tier subcontracts and change orders are based on current, accurate and complete data supported by their books and records. If the County or EPA determines that any price (including profit) negotiated in connection with this Contract, lower tier subcontract or amendment thereunder was increased by any significant sums because the data provided were incomplete, inaccurate or not current at the time of submission, then such price or cost or profit shall be reduced accordingly and the County shall modify the Contract in writing to reflect such action.

C00946C15 page 8 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

C. Failure to agree on a reduction shall be subject to provision 5.3, Contractor Claims of the General Terms and Conditions, §00700 of the Contract Documents.

D. Since the Contract is subject to reduction under this clause by reason of defective cost or pricing data submitted in connection with lower tier subcontracts, the Contractor may elect to include a clause in each lower tier subcontract requiring the lower tier subcontractor to appropriately indemnify the Contractor. Lower tier subcontractors may elect to require substantially similar indemnification for defective cost or pricing data submitted by their lower tier subcontractors.

11.3 ACCESS TO CONSTRUCTION SITE AND TO RECORDS A. The Contractor shall provide for the safe access to the construction site and to the

Contractor's records by Washington State Department of Ecology and Environmental Protection Agency (EPA) personnel.

B. The Contractor shall maintain accurate records and accounts to facilitate the Owner’s audit requirements and shall ensure that all subcontractors maintain auditable records.

C. These Project records shall be separate and distinct from the Contractor’s other records and accounts.

D. All such records shall be available to the Owner and to Washington State Department of Ecology and EPA personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of five (5) years after the final audit.

11.4 PROJECT SIGNS A. The Contractor shall display Ecology’s and the EPA’s logo in a manner that informs

the public that the project received financial assistance from the Washington State Water Pollution Control Revolving Fund.

11.5 MBE/WBE Reporting (40 CFR Part 33 Parts 33.302, 33.502 and 33.503). A. The Contractor shall provide DBE (MWBE) Subcontractor Participation Form to all

DBE (MWBE) subcontractors. Subcontractors Subcontractor Participation Form to the EPA Region 10 DBE coordinator in order to document issues or concerns with their usage or payment for a subcontract.

This form is designated as EPA 6100-2 and is available at: http://www.ecy.wa.gov/programs/wq/funding/GrantLoanMgmtDocs/Eng/GrantLoanMgmtEngRes.html

11.6 COVENANT AGAINST CONTINGENT FEES A. The Contractor assures that no person or selling agency has been employed or

retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business; for breach or violation of this assurance, the County shall have the right to annul this Contract without liability or, at its discretion, to deduct from the Contract Price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee.

11.7 GRATUITIES A. If the County finds after a notice and hearing that the Contractor or any of the

Contractor's agents or representatives offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of the County, Washington State or EPA in an attempt to secure a contract or favorable treatment in

C00946C15 page 9 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

awarding, amending or making any determinations related to the performance of this Contract, the County may, by written notice to the Contractor, terminate this Contract. The County may also pursue other rights and remedies that the law or this Contract provides.

B. In the event this Contract is terminated as provided in Subparagraph A, the County may pursue the same remedies against the Contractor as it could pursue in the event of a breach of the Contract by the Contractor, and as a penalty, in addition to any other damages to which it may be entitled by law, be entitled to exemplary damages in an amount (as determined by the County) which shall be not less than three nor more than ten times the costs the Contractor incurs in providing any such gratuities to any such officer or employee.

11.8 CONTRACT TERMINATION: DEBARMENT A. A breach of the contract clauses in 29 CFR Part 5.5 may be grounds for termination

of the Contract, and for debarment as a Contractor and a subcontractor as provided in 29 CFR Part 5.12.

11.9 CONTRACT ADMINISTRATION PROVISIONS (40 CFR PART 33.302) A. The Contractor shall comply with the contract administration provisions of 40 CFR,

Part 33.302.

a. The Contractor shall pay its subcontractor for satisfactory performance no more than 30 days from the Contractor's receipt of payment.

b. The Contractor shall notify the County in writing prior to any termination of a DBE subcontractor.

c. If a DBE subcontractor fails to complete work under the subcontract for any reason, the Contractor shall employ good faith efforts when soliciting a replacement subcontractor.

d. The Contractor shall employ the good faith efforts even if the Contractor has achieved its fair share objectives.

11.10 SUBCONTRACTOR LOBBYING CERTIFICATION AND DISCLOSURE REVISED 2/23/98

A. Pursuant to 40 CFR Part 34 (which is by this reference incorporated herein), no appropriated funds may be expended by the Contractor or any subcontractor, regardless of tier, to pay any person (as defined in said Part 34) for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any of the following covered Federal actions: the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

B. The Contractor shall require that every subcontractor, regardless of tier, whose subcontract exceeds $100,000, shall execute and file a Disclosure of Lobbying Activities, located in §00410.

11.11 AUDIT REQUIREMENTS / COST PRINCIPLES A. The Contractor agrees that it will comply with the provisions of OMB Circular A-128,

governing the audit of State and local government and Indian tribe federal assistance recipients for fiscal years that begin after December 31, 1984.

B. The cost principles of OMB Circular A-87 are applicable to this contract. When indirect costs are included within the budget, the Contractor must be in compliance with A-87 and EPA regulations regarding allowable project costs. Actual indirect

C00946C15 page 10 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

costs charged to this Contract may not exceed the final approved rates as agreed upon by the Contractor and appropriate cognizant federal agency.

11.12 RECYCLED PAPER A. Pursuant to EPA Order 1000.25, dated January 24, 1990, the Contractor agrees to

use recycled paper for all reports, which are prepared as a part of this contract and delivered to the federal agency. This requirement does not apply to federal Standard Forms. These forms are printed on recycled paper as available through the General Services Administration.

11.13 40 CFR PART 33 A. The Contractor acknowledges that, in circumstances where the provisions of 40 CFR

Part 31 are ambiguous, EPA will generally look for guidance to the language of 40 CFR Part 33 and past determinations made pursuant to Part 33.

11.14 RETENTION OF PROJECT RECORD AND AUDIT OF PROJECT RECORDS A. The Contractor agrees to maintain its records in accordance with 40 CFR 31.42

(Retention of Records). Where federal and state/local records retention requirements are less stringent, the Contractor must maintain all project records in accordance with federal standards. The Contractor is advised to pay special attention to the requirements of 40 CFR 31.42(b) (1) and (2), “Length of retention period.”

B. EPA reserves the right to conduct an audit of this contract. The Contractor acknowledges that failure to maintain adequate records may result in costs being declared ineligible due to a lack of supporting documentation and the Contractor’s obligation to return to the County, on behalf of EPA, any unsupported costs (40 CFR Part 31, Subpart D).

11.15 QUARTERLY REPORTS A. Quarterly performance reports in accordance with 40 CFR 31.40 shall be submitted

to the Project Representative, on behalf of the EPA Project Officer. The quarterly performance reports must contain a status of the project that is a comparison of the actual accomplishments to the objectives established for that budget period and phase(s), as well as justifications for slippage and cost overruns. These reports will be due within 30 days of the end of the reporting period which is on March 31, June 30, September 30, and December 31 (40 CFR 31.40). Also, billings shall be submitted to the Project Representative monthly; updated cash flow projections and project schedules shall be submitted to the Project Representative on a quarterly basis or as significant deviations or project changes occur.

11.16 LAND A. If any eligible land is included, there will be a federal interest in the land and the land

must be purchased in accordance with applicable sections of 40 CFR Part 31, and any other applicable regulations.

11.17 EQUIPMENT A. In accordance with OMB Circular A-87, 40 CFR 31.3 and 31.22, all equipment with

an acquisition cost of $5,000 or more per unit must be submitted to the Project Representative for approval by the EPA Project Officer.

11.18 HOTEL / MOTEL FIRE SAFETY ACT A. Effective October 1, 1994, the Contractor agrees to ensure that all conference,

meeting, convention, or training space funded in whole or in part with federal funds, complies with the Hotel and Motel Fire Safety Act of 1990.

11.19 LAWS, REGULATIONS, EXECUTIVE ORDERS

C00946C15 page 11 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

A. The Contractor will comply with all federal laws, regulations, and Executive Orders, including those listed herein. To the extent these federal laws, regulations, and Executive Orders are less stringent than Washington State or King County laws or regulations, the State or County laws or regulations shall control.

B. LIST OF FEDERAL LAWS, AUTHORITIES, AND REGULATIONS

a. Grant Regulations

1. 40 CFR Part 31 – General Regulations (a copy is located in §00140) 2. 40 CFR Part 32, Subparts A–E – Debarment & Suspension Under EPA

Assistance, Loan & Benefit Programs 3. 40 CFR Part 32, Subpart F – Drug Free Workplace Requirements 4. OMB Circular A-87 – Cost Principles for State & Local Governments 5. OMB Circular A-128 – Audits of State & Local Governments

b. Environmental

1. Archeological and Historic Preservation Act of 1974, PL 93-291 2. Clean Air Act, 42 USC 1857(h) & 7506(c) 3. Coastal Barrier Resources Act, 16 USC 3501, et seq. 4. Coastal Zone Management Act of 1972, PL 92-583, as amended 5. Endangered Species Act, 16 USC 1531, et seq. 6. Executive Order 11593, Protection and Enhancement of the Cultural

Environment 7. Executive Order 11988, Floodplain Management 8. Executive Order 11990, Protection of Wetlands 9. Farmland Protection Policy Act, 7 USC 4201, et seq. 10. Fish and Wildlife Coordination Act, PL 85-624, as amended 11. National Historic Preservation Act of 1966, PL 89-665, as amended 12. Safe Drinking Water Act, Section 1424(e), PL 92-523, as amended 13. Wild and Scenic Rivers Act, PL 90-542, as amended 14. Requirements of the energy efficiency contained in the State energy

conservation plan issued in compliance with the Energy Policy and Conservation Act, PL 94-163, 89 Stat. 871

c. Economic

1. Demonstration Cities and Metropolitan Development Act of 1966, PL 89-754, as amended

2. All applicable standards, order, or requirements under Section 306 of the Clean Air Act and Section 508 of the Clean Water Act (33 USC 1368), including Executive Order 11738, Administration of the Clean Air Act and the Federal Water Pollution Control Act with Respect to Federal Contracts, Grants, or Loans, and EPA regulations 40 CFR Part 15

3. Copeland ‘Anti-Kickback’ Act, 18 USC 874, as supplemented in Department of Labor regulations (29 CFR Part 3)

d. Social Legislation

1. Age Discrimination Act, PL 94-135 2. Civil Rights Act of 1964, PL 88-352

C00946C15 page 12 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

3. Section 13 of PL 92-500; Prohibition against sex discrimination under the Federal Water Pollution Control Act

4. Executive Order 11246, Equal Employment Opportunity, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations (41 CFR Chapter 60)

5. Executive Orders 1162 and 12138, Women and Minority Business Enterprise Rehabilitation Act of 1973, PL 93-112 (including Executive Orders 11914 and 11250)

6. Sections 103 & 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330), as supplemented by Department of Labor regulations (29 CFR Part 5).

e. Miscellaneous Authorities

1. Uniform Relocation and Real Property Acquisition Policies Act of 1970, PL 91-646.

2. Executive Order 12549 – Debarment and Suspension.”

ARTICLE 12: SRF FUNDING (NEW) 12.0 THIRD PARTY BENEFICIARY

A. Partial funding of this project is being provided through the Washington State Department of Ecology Water Pollution Control Revolving Fund. All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. This provision shall not, however, be interpreted as creating any contract right on the part of the Contractor against the Department of Ecology, including any right of claim or suit by Contractor against the Department of Ecology.

ARTICLE 13: WAGE RATE REQUIREMENTS – (TO BE INCLUDED IN FULL IN ANY CONTRACT IN EXCESS OF $2,000) NEW

13.0 APPLICABILITY OF THE DAVIS- BACON (DB) PREVAILING WAGE REQUIREMENTS

A. Under the FY 2012 Appropriation, Davis-Bacon prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the recipient State before authorizing work on that site.

13.1 OBTAINING WAGE DETERMINATIONS. A. Subrecipients shall obtain the wage determination for the locality in which a covered

activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract.

a. While the solicitation remains open, the subrecipient shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The subrecipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination

C00946C15 page 13 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

less than 10 days prior to the closing date, the subrecipients may request a finding from the State recipient that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The State recipient will provide a report of its findings to the subrecipient.

b. If the subrecipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the State recipient, at the request of the subrecipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The subrecipient shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current.

B. If the subrecipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the subrecipient shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument.

A. Subrecipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime Contractor has required its subcontractors to include the applicable wage determinations.

B. As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a subrecipient’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the subrecipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the subrecipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The subrecipient’s Contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination.

13.2 CONTRACT AND SUBCONTRACT PROVISIONS. A. The Recipient shall insure that the subrecipient(s) shall insert in full in any contract in

excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in § 5.1 or the FY 2010 appropriation , the following clauses:

a. Minimum wages.

1. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics.

C00946C15 page 14 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

2. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

3. Subrecipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.dol.gov.

4. The subrecipient(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The State award official shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: a) The work to be performed by the classification requested is not performed

by a classification in the wage determination; and b) The classification is utilized in the area by the construction industry; and c) The proposed wage rate, including any bona fide fringe benefits, bears a

reasonable relationship to the wage rates contained in the wage determination.

5. If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the subrecipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the subrecipient (s) to the State award official. The State award official will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary.

6. In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the subrecipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA DB

C00946C15 page 15 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

7. The wage rate (including fringe benefits where appropriate) determined pursuant to this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

b. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

c. If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

d. Withholding. The subrecipient(s), shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

e. Payrolls and basic records.

1. Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program

C00946C15 page 16 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

2. The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the subrecipient, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, the subrecipient shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site or its successor site at:

http://www.dol.gov/whd/programs/dbra/wh347.htm

3. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the subrecipient(s) for transmission to the State or EPA if requested by EPA , the State, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the subrecipient(s).

4. Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: a) That the payroll for the payroll period contains the information required to

be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

b) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

C00946C15 page 17 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

c) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

5. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by this section.

6. The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

7. The Contractor or subcontractor shall make the records required under this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the Contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

f. Apprentices and trainees--

1. Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the

C00946C15 page 18 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

2. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

3. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

g. Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

h. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime

C00946C15 page 19 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

i. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a subcontractor as provided in 29 CFR 5.12.

j. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

k. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and Subrecipient(s), State, EPA, the U.S. Department of Labor, or the employees or their representatives.

l. Certification of eligibility.

1. By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

2. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

3. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

13.3 CONTRACT PROVISION FOR CONTRACTS IN EXCESS OF $100,000. A. Contract Work Hours and Safety Standards Act. The subrecipient shall insert the

following clauses set forth in this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

a. Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

b. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in this section the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty

C00946C15 page 20 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

hours without payment of the overtime wages required by the clause set forth in this section.

c. Withholding for unpaid wages and liquidated damages. The subrecipient, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in this section.

d. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section.

B. In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Subrecipient shall insert a clause requiring that the Contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Subrecipient shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the Contractor or subcontractor will permit such representatives to interview employees during working hours on the job.

13.4 COMPLIANCE VERIFICATION A. The subrecipient shall periodically interview a sufficient number of employees

entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request.

B. The subrecipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, the subrecipient should conduct interviews with a representative group of covered employees within two weeks of each Contractor or subcontractor’s submission of its initial weekly payroll data and two weeks prior to the estimated completion date for the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicates that there is a risk that the Contractor or subcontractor is not complying with DB. Subrecipients shall immediately conduct necessary interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence.

C. The subrecipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The subrecipient shall establish and follow a spot check

C00946C15 page 21 of 21 §00800 SRF 052114 Supplemental Terms and Conditions

schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the subrecipient should spot check payroll data within two weeks of each Contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract . Subrecipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or subcontractor is not complying with DB. In addition, during the examinations the subrecipient shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions.

D. The subrecipient shall periodically review contractors and subcontractors use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above.

E. Subrecipients must immediately report potential violations of the DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01010 - 1 SUMMARY OF WORK

SECTION 01010

SUMMARY OF WORK

PART 1 GENERAL

1.01 SUMMARY

A. This Section contains a summary of the work in this Contract and other known work in the vicinity of the Contract work.

B. The work to be performed under this Contract consists of furnishing all tools, equipment, materials, supplies, and manufactured articles; furnishing all labor, transportation, and services, including fuel, power, water, and essential communications; and performing all work or other operations required for the fulfillment of the Contract, in strict accordance with the Contract Documents. Provide work complete. Provide all work, materials, and services not expressly indicated in the Contract Documents that may be necessary for the complete and proper construction of the work and administration of the contract.

C. The project work is located at two separate sites:1. Bayview Site – 2345 Rainier Ave South, Seattle, WA2. Hanford Site – 2700 S. Hanford Street, Seattle, WA

D. The purpose of this project is to reduce overflows at two King County Combined Sewer Overflow structures (Bayview North and Hanford@Rainier) to one overflow per year on a 20 year average to meet a consent decree agreement with the Environmental Protection Agency, Federal Department of Justice, and the Washington State Department of Ecology.

1.02 WORK OF THIS CONTRACT

A. The work of this Contract includes work at two separate sites that are approximately 0.5 miles apart. These sites are referenced as the Bayview Site and the Hanford Site in these Contract documents.

B. Bayview Site work will include the following:1. Demolition of a 1,775-square foot building and regrading of the property for construction

staging.2. Cured-in-place pipe rehabilitation of 290 linear feet of 48-inch brick sewer.3. Pipe ramming of 125 linear feet of 52-inch diameter casing pipe to be lined with cured-in-

place pipe (CIPP).4. Construction of a cast-in-place siphon inlet structure in the middle lane of Rainier Avenue

South. This work will only occur on weekends.5. Shoring of existing building for which the pipe ramming will be aligned under a building

corner.6. Installation of a 120-inch diameter precast manhole for the siphon discharge structure.7. Traffic control in Rainier Avenue South.8. Restoration of sidewalks and street pavement including concrete panels under asphalt.

C. Hanford Site work will include the following:1. Construction of a new 132-inch manhole structure around the existing 48-inch sanitary sewer.

The 48-inch sewer’s crown will be removed to spring line in this structure, and a weir will be installed. The finished structure will be a diversion to the new CSO tank.

2. Two pipe ramming segments driven from one pit that will be lined with CIPP to achieve aminimum 36-inch minimum interior diameter. The two segments will be 32 and 165 linear feet in length.

3. Installation of two 72-inch diameter precast concrete manholes.

September 2015C00946C15Rainier Valley Wet Weather Storage 01010 - 2 SUMMARY OF WORK

4. Construction of an underground concrete storage tank with a mezzanine level that will contain an odor control unit, and an above ground 1,720 square foot building that will house a standby generator, electrical room, mechanical room, utility room, bathroom and stairway access.

5. The tank site will include permanent fencing, paving, and landscaping.6. Street improvements on Hanford Avenue South and 27th Avenue South.

D. And all other work as defined in the Contract Documents.

E. Accomplishment of work in the Contract Documents shall meet all requirements of the Contract including timeframes specified by Section 01014.

F. The above description is not intended to be complete. The work to be completed is provided for in the Contract Documents. The summary in this Section is not intended to relieve the Contractor of the responsibility for reading and understanding the Contract Documents.

G. Federal, State and Local Laws, Statutes and Regulations are not individually referenced. This provision incorporates by reference the latest version of statutes, laws and regulations. In case of conflict between the requirements of the specifications and requirements of the statutes and regulations, the contractor shall bring them to the attention of the Project Representative. Lacking a specific response, the more stringent shall control. In no case can this contract be interpreted to override statutes and regulations of governing authorities.

H. National and industry codes cited, such as IBC, NEC, NFPA, shall include amendments and supplements by the Authority Having Jurisdiction (AHJ) whether stated or not.

1.03 WORK UNDER OTHER COUNTY CONTRACTS OR BY COUNTY STAFF

A. Not used.

1.04 OTHER RELATED CONTRACTS

A. Cooperate and coordinate with all agencies, trades, and contractors involved in the execution of work of others not listed but requiring coordination.

1.05 SPECIFICATION LANGUAGE

A. Specifications are written mostly in imperative and streamlined form. Unless indicated otherwise, this imperative language is directed to the Contractor. Additionally, the words "shall be" shall be included by inference where a colon (:) is used within sentences or phrases.1. Examples:

a. Aggregate: ASTM C33.b. Adhesive: spread with notched trowel.

B. Related sections: Individual Specification sections may include a reference to other sections. Specification sections referenced are intended only to assist in identifying associated work and are not intended and shall not be considered to be all inclusive. The Contractor is responsible to perform all the work in the Contract Documents whether referenced in the specific specifications or not.

C. Whenever there is wording stating that an item is “as specified”, “as shown”, or “as indicated”, the reference is to all the Contract Documents. Stating “as specified”, “as shown”, or “as indicated” does not refer necessarily to a Drawing or Specification, but it refers to either.

D. The words “Provide” and “Furnish” shall mean supplying, installing, and incorporating into the Work including all labor, materials, supplies and equipment necessary to do so. The word “Supply” shall mean to acquire, deliver and transfer the item to the County as specified.

September 2015C00946C15Rainier Valley Wet Weather Storage 01010 - 3 SUMMARY OF WORK

E. Unless otherwise indicated, all materials and equipment incorporated into the Work shall be as specified and shall be new and free of defects.

F. Requirements for UL or FM label shall mean UL or FM label or other OSHA/Nationally Recognized Testing Lab [NRTL] agency when approved by Authority Having Jurisdiction.

1.06 REFERENCED SPECIFICATION

A. Whenever a Specification in this Contract references the specifications of WSDOT or Local Jurisdiction, it is to define the technical standards to be met for this Contract; only the technical standards are referenced. Administrative provisions such as Measurement and Payment of the referenced specification shall not apply to this Contract in any instance.

1.07 STANDARDIZED EQUIPMENT

A. Pursuant to King County Code 2.93, the Wastewater Treatment Division has conducted a process to standardize certain equipment to achieve overall system efficiencies. Equipment designated as ‘sole source’ or allowing ‘no substitutions’ or with similar designation have been selected and specified in accordance with this code provisions.

1.08 PRODUCT REGISTRATION

A. Register King County, Wastewater Treatment Division with the equipment manufacturer to receive manufacturer’s notices on product quality, defect or safety issues. Register in the name of Alden Wyma, Asset Management, Wastewater Treatment Division, King County; 201 South Jackson Street; Seattle, WA 98104.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01012 - 1 REFERENCE MATERIAL

SECTION 01012

REFERENCE MATERIAL

PART 1 GENERAL

1.01 SUMMARY

A. This Section lists reference documents for the Contract. The documents are available on the Procurement Website for this Project at: http://www.kingcounty.gov/procurement/.

B. Reference Documents are provided for informational purposes only and are not to be considered Contract Documents

C. For the work related to the Contract, the following are considered reference documents: 1. The Consent Decree in the case entitled United States of America and the State of

Washington v. King County (USDC Civil Action No. 2:13-cv-677 lodged on April 16, 2013).2. Video of Hanford Interceptor through the future location of the Bayview Siphon Inlet Structure3. Video of Brick Sewer to be lined with CIPP between the Siphon Discharge Structure and the

Bayview Tunnel4. Plan and Profile Drawings of the brick sewer at the future location of the Bayview Siphon Inlet

Structure5. Hanford Trunk MH12 Upstream survey notes6. Bayview Tunnel water level data7. Hanford Trunk flow and water level data8. Hanford Tunnel Flow and water level data

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01014 - 1 MILESTONES AND CONSTRAINTS

SECTION 01014

MILESTONES AND CONSTRAINTS

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies completion times, milestones, constraints, hours of work, and liquidated damages.

B. Schedule and conduct all work in a manner consistent with the Contract, and comply with the construction scheduling requirements, Contract milestones and constraints on the Work as specified.

1.02 COMPLETION TIMES

A. Achieve Substantial Completion within 540 days after the effective date of Notice to Proceed (NTP).

B. Achieve Final Acceptance within the time specified by the Project Representative and stated in the Certificate of Substantial Completion per Section 00700.

1.03 MILESTONES

A. Milestone 1: Substantial Completion of work associated with Bayview Siphon shall be complete within 350 days after NTP.

1.04 DEFINITIONS

A. Dry Weather: A period when no rainfall is occurring, no rainfall occurred in the previous 48 hours, and no rainfall is forecasted by the National Weather Service for Seattle for the scheduled length of the task activities plus one day.

B. Wet Weather: A period when rainfall is occurring or where sewer flow rates are higher due to rainfall that has occurred.

1.05 CONSTRAINTS

A. Bayview:1. Work in Rainier Avenue that requires (1) the trolley wires to be de-energized, and (2) work in

support of and for the Siphon Inlet structure, is limited to Saturday at 5:00 PM through Monday at 2:00 AM. Work in the right-of-way for the above work shall not commence prior to 5:00 PM. This includes mobilization and demobilization of resources and setup and removal of traffic control.

2. Except as indicated above, Rainier Avenue lane closures longer than 30 minutes are limited to 8:00 PM to 6:00 AM. This includes mobilization and demobilization of resources and setup and removal of traffic control.

3. Work shall be complete with sewage flowing through the Bayview Siphon to the Bayview Tunnel prior to work associated with the Hanford Overflow/Diversion Structure (ODS) on Hanford Street.

1.06 HOURS OF WORK

A. Unless otherwise indicated, conform with applicable jurisdictions and other pertinent ordinances regarding limitations on work hours or specific parts of the work.

September 2015C00946C15Rainier Valley Wet Weather Storage 01014 - 2 MILESTONES AND CONSTRAINTS

B. Unless otherwise indicated, request work hour variations in writing and obtain written approval from City of Seattle and the Project Representative prior to initiating work hours outside of the hours allowed by this Contract.

C. Hours of work may be further modified by Section 01062.1. Noise variances for Bayview have been obtained by the County that represents twelve

periods, fourteen days each. 2. Be responsible for obtaining other noise variances from the City of Seattle as required in

Section 01062 for all other work outside the City permitted Hours of Work.

D. Submit a schedule of working hours in accordance with Section 00700.

E. Work outside of the scheduled work hours shall be submitted and requires approval by the Project Representative 72 hours prior to the start of such work. If the Contractor works unscheduled hours and/or if the Contractor has not obtained Project Representative's approval at least 72 hours prior to the start of unscheduled work, the contractor shall be liable for the costs of King County's overtime inspection at the rate of $107 for each hour for each person performing such inspection for the County.

1.07 LIQUIDATED DAMAGES

A. Liquidated damages for failure to achieve Substantial Completion shall be in the amount of $2,300 per day.

B. Liquidated damages for failure to vacate Rainier Avenue South by Monday at 2:00 AM for each weekend of work shall be in the amount of $2,000 per occurrence.1. If the Contractor fails to prepare the street for traffic and vacate Rainier Avenue South by

2:00 AM Work will stop and time constraints renegotiated with King County Transit.2. The Contractor shall be responsible for all costs associated with a stoppage of work resulting

from a failure to meet the time constraint.

C. Liquidated damages for failure to achieve Milestone 1 shall be in the amount of $2,000 per day.

D. Additional Liquidated Damages:1. In addition to the Liquidated Damages assessed per this Section, additional Liquidated

Damages shall be assessed, as follows, for failure to obtain Substantial Completion of All Work by the following Dates:Date Additional Liquidated DamagesJanuary 1, 2020 to January 14, 2020 $3,000 per dayJanuary 15 to January 30, 2020 $4,000 per dayEach day after January 30, 2020 $5,000 per day

2. The dates indicated above are firm dates that are prescribed by Section 11(d) of the reference document entitled Consent Decree, in the case of United States of America and the State of Washington v. King County (USDC Civil Action NO. 2:13-cv-677JCC), lodged with the court on April 16, 2013. The dates will not be modified by the County for Change Orders in Contract Time or Contract Price related to this Contract. However, if a force majeure event occurs under 00700 Paragraph 5.5 of the Contract and if the County, in its sole discretion, elect to request an extension of a date from the United States Environmental Protection Agency and the Washington State Department of Ecology, and if such extension request is granted, then the County may issue a Change Order that modifies one or more dates in this paragraph. Nothing in this subparagraph shall be construed as creating a duty on the County’s part to request an extension upon the occurrence of a force majeure event or issue a Change Order if such an extension is granted.

E. Liquidated damages for failure to achieve Final Acceptance shall be in the amount of $200 per day.

September 2015C00946C15Rainier Valley Wet Weather Storage 01014 - 3 MILESTONES AND CONSTRAINTS

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 NOT USED.

END OF SECTION

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01025 - 1 MEASUREMENT AND PAYMENT

SECTION 01025

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 SUMMARY

A. Measurement is described under each bid item in this Section.

B. Payment for the various items on the Bidding Schedule, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto and including all costs of compliance with the regulations of public agencies having jurisdiction, including safety and health requirements of the Occupational Safety and Health Administration of the U. S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bidding Schedule, and all costs therefore shall be included in the prices named in the Bidding Schedule for the various appurtenant items of work.

C. Indirect costs, such as supervision and overheads, profit, the general conditions specified in the Contract, all shall be allocated to each bid item as applicable for work defined in the bid item. No separate payment will be made to the Contractor for these items.

D. All payment for the Work of this Contract is defined and included below. No other document, referenced or otherwise, shall be considered for payment.

E. Payment for Lump Sum bid items shall be based on the Schedule of Values percentage of completion method for each Schedule of Values line item. Schedule of Values shall include payment constraints listed elsewhere in the Contract.

1.02 BID ITEM MEASUREMENT AND PAYMENT

A. The Contract Bidding Schedule is divided into numerous bid items whose definitions follow. Bid Items 1 through 5 represent the entire scope of work covered by the Contract Documents.

B. Bid Item No. 1 – Rainier Valley Wet Weather Storage Facilities (Lump Sum): 1. This bid item shall include all work indicated in the Contract Documents except that included

in Bid Items 2 through 5. 2. Measurement shall be in accordance with a reasonable apportionment of the work as

established in the Schedule of Values. 3. Payment will be based upon the percentage of completion for each appropriate line item in

the Schedule of Values.

C. Bid Item No. 2: Trench Safety Systems -- (Lump Sum): 1. This bid item is for all work necessary for Trench Excavation Safety Systems in performing

work under this Contract for the installation and use of Excavation Support System to meet the requirements of RCW 39.04.180 and Chapter 49.17 RCW, in accordance with WAC 296-155-650.

D. Bid Item No. 3: Seattle Department of Transportation Street Use Right-of-Way Permit (Lump Sum): 1. This bid item is for all fees imposed by the City of Seattle under the SDOT Street Use Right-

of-Way Permit resulting from temporary use of the City of Seattle right-of-way.

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01025 - 2 MEASUREMENT AND PAYMENT

2. Measurement shall be one of the following scenarios which are dependent on the bid amount: a. When the invoiced amount has not reached the bid amount, measurement will be based

on the actual invoiced amount for street use related fees. b. When the total actual invoiced amount exceeds the amount bid, no additional payment

will be made above the bid amount. c. When the total actual invoiced amount is less than the amount bid and all Street Use

Permit related issues are closed out as determined by the City of Seattle, the difference between the amount bid less the total street use actual invoiced amounts, will be paid monthly in equal amounts over the remaining Contract Time.

3. Payment will be based on the Measurement and not include contractor markup of any kind.

E. Bid Item No. 4: Stockpiling of Suspect Material – (cubic yard): 1. This bid item is for all work necessary for setup and construction, operation, managing, and

maintenance of Suspect Material stockpiles, placing Suspect Material into the stockpiles after field screening and loading of soils for transport once Project Representative advises of test results as specified.

2. Measurement shall be per cubic yard based on the volume of Suspect Material placed in the stockpile; measure daily and obtain Project Representative’s concurrence of quantity.

F. Bid Item No. 5 – Offsite Disposal of Contaminated Soil – (Ton) 1. This bid item is for all additional (only that portion above transport and disposal of

Uncontaminated Soils) work necessary for disposal of Project Representative identified Contaminated Soils from the stockpile area and transporting off site to a Contractor-selected legally permitted disposal site, including hauling and all disposal records, disposal fees and special taxes.

2. Measurement shall be based on the weight of the actual amount of Contaminated Soil disposed of at the disposal facility (Subtitle D landfill) accepting the Contaminated Soil for disposal and verified by the tipping fee tonnage amount.

3. This bid item does not include the following items for handling, transport, and disposal which shall be part of Bid Item No. 1. a. Soil disposal from Boring B-7 requirements indicated; and b. Uncontaminated Soil.

1.03 PAYMENT PROVISIONS

A. The following paragraphs include payment provisions for certain elements of work, the cost for which is included in Bid Item No. 1. These elements of work shall be included in the Schedule of Values per Section 01310.

B. Mobilization: 1. The amount shall be five percent of the total original Contract Price. 2. Payments will be as follows:

a. One and one-half percent of the Contract Price will be paid in consideration of the Contractor’s furnishing of performance and payment bonds and specified insurance, and shall be included with the first Application for Payment.

b. When five percent of the total original Contract Price is earned from other Schedule of Value items excluding payments for Mobilization, materials, and equipment on hand, an additional one percent of the total original Contract Price shall be included in the next scheduled Application for Payment.

c. When ten percent of the total original Contract Price is earned from other Schedule of Value items excluding payments for Mobilization, materials, and equipment on hand, another one percent of the total original Contract price shall be included in the next scheduled Application for Payment.

d. No additional payments will be made for mobilization for any other work.

C. Demobilization:

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01025 - 3 MEASUREMENT AND PAYMENT

1. The amount shall be one and one-half percent of the total original Contract Price. 2. Payments will be made as follows:

a. When Substantial Completion of all Work is achieved per the Project Representative, 75 percent of the amount allowed for demobilization shall be included in the next scheduled Application for Payment.

b. When the Contractor has completed all documentation required for King County to release Final Payment, 25 percent of the amount allowed for demobilization shall be included in the next scheduled Application for Payment.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01031 - 1 SEISMIC ANCHORAGE AND BRACING

SECTION 01031

SEISMIC ANCHORAGE AND BRACING

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies the seismic anchorage and bracing requirements for mounted and suspended equipment over 200 pounds.

B. This Section specifies engineered design requirements for seismic anchorage and bracing for installation of equipment over 400 pounds.

1.02 QUALITY ASSURANCE

A. Reference Standards: This Section incorporates by reference the latest revisions of the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail.Reference TitleIBC International Building CodeASCE/SEI 7 Minimum Design Loads for Buildings and other StructuresSMACNA Seismic Restraint Manual Guidelines for Mechanical EquipmentUSGS USGS Ground Motion Parameter Calculator

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. List of freestanding equipment weighing 200 pounds or more.

C. Anchorage details for equipment and freestanding items weighing between 200 and 400 pounds.

D. Location of sway bracing for elevated or suspended items such as ceiling systems, ducting, conduits, cable trays and piping.

E. Engineered design: For items weighing over 400 pounds:1. Anchorage and bracing drawings and calculations, completed by a Professional Engineer

licensed in the State of Washington; showing the criteria used to determine seismic coefficients and forces applied to the equipment.

F. For equipment required to function after seismic event or containing hazardous materials, provide manufacturer’s seismic certification per ASCE/SEI 7 Section 13.2.2. This equipment and material includes:1. Raw Sewage Pumps.2. Raw Sewage Pump Motors.3. Electrical Switchboards.4. Motor Control Centers (MCC’s).5. Variable Frequency Drives (VFD’s).6. Electrical Generators7. Fuel storage tanks

September 2015C00946C15Rainier Valley Wet Weather Storage 01031 - 2 SEISMIC ANCHORAGE AND BRACING

1.04 DESIGN AND PERFORMANCE REQUIREMENTS

A. In accordance with current IBC accepted by the Authority Having Jurisdiction or local code, whichever is more stringent, all equipment shall be anchored and braced to resist seismic forces prescribed in the code and ASCE 7, Chapter 13. All equipment includes equipment that is free standing, supported by stand-frames, suspended, anchored to walls, and anchored to floors or slabs.

B. Seismic anchorage and bracing for ducts and pipes shall be in accordance with SMACNA.

C. Seismic anchorage and bracing for equipment shall be designed by a Professional Engineer licensed in the State of Washington using the site-specific seismic criteria.

1.05 SITE SEISMIC CRITERIA

A. Unless otherwise indicated, the SDS value (design, 5 percent damped, spectral response acceleration parameter for short periods) shall be determined for the equipment installation using the USGS Ground Motion Parameter Calculator found at:

http://earthquake.usgs.gov/hazards/designmaps/

B. Using the latitude and longitude of the location of the equipment installation expressed to two decimal points. Unless otherwise indicated, Site Class E shall be assumed.

C. SDS = 0.859

D. Importance Factor: Ip = 1.5

E. Component Amplification Factor: from ASCE/SEI 7, Table 13.6-1.

F. Component Response Modification Factor: from ASCE/SEI 7, Table 13.6-1.

PART 2 PRODUCTS

2.01 NOT USED

PART 3 EXECUTION

3.01 NOT USED

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01035 - 1 ABESTOS AND LEAD INFORMATION

SECTION 01035

ASBESTOS AND LEAD INFORMATION

PART 1 GENERAL

1.01 SUMMARY

A. This Section provides information pursuant to 29 CFR 1926.1101, WAC 296-62-077, WAC 296-65, WAC 296-155-176 and to all other applicable requirements concerning working on, working around and reporting on asbestos and lead containing materials.

B. The information in this Section is based on the results of a good faith review of the Contract Work requirements and a site inspection of the proposed work areas to determine the presence of asbestos or lead containing materials. This review and inspection were performed by King County's AHERA Certified Building Inspector in strict accordance with 29 CFR 1926, WAC 296-62-077, WAC 296-65, WAC 296-155-176, and with the accepted principles and protocol mandated by AHERA.

C. The reports are of investigations of piping, painted surfaces, building and structural materials. The reports do not apply to lead or asbestos which may be found in soils, vegetation or other environments.

D. Notify all employees and subcontractors who are on site or perform work subject to this Section of the contents of this Section.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revisions of the following documents. They are part of this Section insofar as specified and modified herein. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail.Reference Title

AHERA Federal Asbestos Hazard Emergency Response Act

29 CFR 1926.1101 Safety and Health Regulations for Construction: Asbestos

WAC 296-62-077 Occupational Health Standards: Asbestos, Tremolite, Anthrophyllite and

Actinolite

Chapter 296-65 WAC WISHA Asbestos Standards

WAC 296-155-176 Safety Standards for Construction Work - Lead

1.03 ASBESTOS INSPECTION

A. The County has not had access to and has not performed an inspection of the property at 2347 Rainier Avenue South (Yoshimura Property).

B. Except for the above, the County's Inspection has determined to the best of its ability that the proposed construction areas under this Contract and the materials therein, may or may not contain asbestos.

1.04 LEAD INSPECTION

A. The County has not had access to and has not performed an inspection of the property at 2347 Rainier Avenue South (Yoshimura Property).

B. The County's Inspection has determined to the best of its ability that the proposed construction areas, under this Contract and the materials therein, may or may not contain lead based paint.

September 2015C00946C15Rainier Valley Wet Weather Storage 01035 - 2 ABESTOS AND LEAD INFORMATION

1.05 CONTRACTOR'S RESPONSIBILITIES

A. Should suspect material not identified in this Section be encountered, immediately suspend all work that could disturb said material and notify the Project Representative who will implement the proper action. Do not proceed with work that could disturb the material until authorized by the Project Representative, in writing, to do so.

B. Take the necessary precautions for compliance with Local, State and Federal regulations.

C. When regulated substances are present, submit an abatement and disposal plan for review and approval by the Project Representative.

D. Comply with Section 01063.

E. Fully inform workers of the presence of hazardous materials.

1.06 COUNTY'S RESPONSIBILITIES

A. Upon notification by the Contractor of the existence of suspect material not identified in this Section, the Project Representative will have said material inspected and analyzed for the presence of asbestos or lead, as required.

B. If the results of the inspection and analysis confirm the presence of asbestos in the suspect material, the County will take the necessary actions for compliance with 29 CFR 1926.1101 and WAC 296-62-077. After compliance is obtained, the Project Representative will notify the Contractor in writing so that work suspended can proceed.

C. If the results of the inspection and analysis confirm the presence of lead in the suspect material, the County will take the necessary actions for compliance with WAC 296-155-176. After compliance is obtained, the Project Representative will notify the Contractor in writing so that work under this Contract can proceed.

D. If the results of the inspection and analysis confirm the presence of other dangerous, hazardous or regulated substances in the suspect material, the County will take the necessary actions for compliance with State and Federal regulations. After compliance is obtained, the Project Representative will notify the Contractor in writing so that work under this Contract can proceed.

E. If the results of the inspection and analysis confirm that the suspect material is free of asbestos, lead, or other regulated substances, the Project Representative will notify the Contractor in writing so that work suspended can proceed.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 HEALTH AND SAFETY

A. Comply with Section 01063

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01035 - 3 ABESTOS AND LEAD INFORMATION

Wastewater Treatment Division

KSC-NR-0509

201 S. Jackson St.

Seattle, WA. 98104-3855

May 19, 2015

TO: Mary Beth Gilbrough, Project Manager

FROM: Darrell Myers

Project Planning and Delivery Section

SUBJECT: Rainier Wet Weather Storage

Project # 1116802 Task 3

This project has been reviewed by Darrell Myers, AHERA Building Inspector Certificate #149642, (expires January

7, 2016). No inspection has been done on the properties, the project may or may not contain asbestos or lead based

paint in the area of the work.

September 2015C00946C15Rainier Valley Wet Weather Storage 01036 - 1 GEOTECHNICAL INFORMATION

SECTION 01036

GEOTECHNICAL INFORMATION

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies geotechnical information for the Contract.

1.02 DOCUMENTS

A. The geotechnical documents contained in Volume 7 are considered a part of the Contract and are incorporated as Contract Documents to provide Geotechnical Information:1. King County Rainier Valley Wet Weather Storage Project - Geotechnical Data Report (GDR),

September 2015

1.03 GEOTECHNICAL INFORMATION USE:

A. The Contractor shall make its own interpretations, evaluations and conclusions as to the nature of the geotechnical materials and conditions to determine the difficulties performing the Work affected by the geotechnical conditions.

B. In making interpretations, evaluations, and conclusions, use the Contract geotechnical documents and the available geotechnical information in a manner that includes a reasonable interpretation after consulting with a registered professional civil engineer with geotechnical expertise or a certified engineering geologist with applicable expertise.

C. The Contractor may also conduct other investigations and tests it deems appropriate. Any additional Contractor obtained investigation and test information shall be shared with the County.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01050 - 1 SURVEY INFORMATION

SECTION 01050

SURVEY INFORMATION

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies survey work requirements.

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications of the surveyor.

C. Cut sheets for pavement restoration work.

D. Survey field notes and all survey calculations.

E. Record drawings stamped by a State of Washington licensed surveyor for the tunneled portions of the pipeline and per Section 01720.

F. Licensed surveys as required by the Project Representative.

G. Settlement monitoring per Section 02120.

H. Daily record survey for tunneled sections.

1.03 SURVEY BY KING COUNTY

A. Control point(s) for vertical and horizontal control are indicated on the Drawings. Base all work on the Contract control points as listed on the Drawings.

1.04 SURVEY BY CONTRACTOR

A. Using the Contract control point(s), develop and make such additional surveys as needed for construction, such as control lines, slope stakes, settlement markers, batter boards, stakes for pipe locations, and other working points, lines and elevations. Re-establish any benchmarks and survey control points destroyed.

B. Complete the layout for the work and be responsible for all measurements that may be required for the execution of the work to the location and limits prescribed on the Drawings. Perform survey work under the supervision of a land surveyor licensed in the State of Washington.

C. Perform all survey monument referencing for tie-out prior to the work in the right-of-way and prior to pavement restoration. Check and restore monuments and their casings at completion of work.

D. Maintain and preserve all stakes and other marks established until authorized by the Project Representative to remove them.

E. The Project Representative may require that work be suspended at any time when location and limit marks established by the Contractor are not reasonably adequate to permit inspection of the work.

F. In advance of the restoration paving, produce survey information in order to check the line and grade which the Contractor will use for paving elevations and slopes.

September 2015C00946C15Rainier Valley Wet Weather Storage 01050 - 2 SURVEY INFORMATION

G. Comply with the survey requirements for all monitoring as specified in other Sections.

H. Provide new replacement monuments and boxes when removed or damaged during construction.

I. Re-establish all permanent survey control monuments prior to final inspection.

J. Provide correct line and grade of the pipelines to be installed.

K. Maintain control for line and grade within the tunneled sections of the pipeline and furnish record survey for review on a daily basis.

L. Provide preconstruction survey above the pipeline alignment, within 15 feet of either side of the tunneled areas, and for the roadway affected by the work if not specified otherwise.

M. Provide all requirements of the record drawings per Section 01720.

1.05 SURVEYOR QUALIFICATIONS

A. Surveyor shall be a professional land surveyor who is licensed in the State of Washington.

B. The Project Representative reserves the right to disallow the person(s) selected by the Contractor for surveying. If in the Project Representative's opinion, the person is not qualified to do the work, select another surveyor and submit qualifications until a qualified person is approved.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 GENERAL

A. Perform surveys based on control points as shown on the Drawings. Use surveys to establish base lines, line and grade hubs, stake elevations, and other reference and construction points.

B. Replaced monuments shall be set by a licensed land surveyor, registered in the State of Washington.

C. Offset reference stakes:1. Set at 50 feet intervals on tangents and 25 feet intervals on curves.2. Set additional points as required by the Project Representative.

D. In advance of the final or restoration paving, produce survey information required to establish paving elevations, slopes, and cross sections.

3.02 FIELD NOTES

A. Keep in standard bound survey field notebooks using a clear, orderly manner consistent with standard surveying practice. Include titles, numbering, and indexing.

B. Keep a copy of all field notes including references to monuments and property corners. Submit if required by the Project Representative.

C. Keep a copy of grade sheets completed prior to all permanent restoration paving.

END OF SECTION

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01062 - 1 PERMITS AND EASEMENTS

SECTION 01062

PERMITS AND EASEMENTS

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies permit, easements, and agreement acquisition, requirements, and conditions.

1.02 PERMITS

A. The County has acquired the following permits: 1. Master Use Permit # 3016336: Seattle Department of Planning and Development (DPD)

2700 Hanford Street Site 2. Construction Permit # 6380019: Seattle DPD – 2700 Hanford Street Site 3. Street Improvement Permit (SIP) #198168: Seattle Department of Transportation (SDOT) 4. Construction Permit #6475548: Seattle DPD – 3201 ML King Jr Way South Site (AKA Jorve) 5. Construction Permit #6475523: Seattle DPD – 3111 ML King Jr Way South Site (AKA Sound

Transit) 6. Major Discharge Authorization #4353-01: King County Industrial Waste Program 7. Noise Variances: Seattle DPD. King County has secured 12 permits (14 days each) for

Bayview Siphon work for a total of 168 consecutive days.

B. Copies of the permits obtained by the County are included in Volume 6. Unless otherwise indicated, comply and be responsible for applicable terms and conditions and permit requirements contained in such permits.

C. The following lists permit conditions which are not the responsibility of the Contractor: 1. Not used.

D. Permit milestones: Section 01014 and this Section.

E. County will acquire the following permits: 1. Master Use Permit #3019936: Seattle DPD 2337 Rainier Avenue South Site 2. Construction Permit # 6450929: Seattle DPD – 2347 (AKA 2337) Rainier Avenue South Site

1.03 EASEMENTS AND RIGHT OF ENTRIES

A. The County has acquired the following easements and right-of-entries: 1. Yoshimura - Temporary Construction Easement for staging at 2347 Rainier Avenue South. 2. Yoshimura/ Niro Investments - Permanent Easements for manhole and underground pipes at

2347 and 2335 Rainier Avenue South. 3. Worthington Real Estate LLC - Permanent Easement for existing 48-inch sewer. 4. South Winthrop Street Center LLC - Temporary Subsurface Easement- for shoring tie-backs

to extend onto the property at 2711 South Winthrop Street 5. South Winthrop Street Center LLC - Temporary Subsurface easement- for shoring tie-backs

to extend onto the property at 2705 South Winthrop Street 6. Theodore G. Jorve - Temporary Construction Easement for installation and construction of

shoring and excavation to access utility structures at 3211 Martin Luther King Jr. Way South. 7. CDK Investment Partnership – Right of Entry for Rainier Chiropractic, 2326 Rainier Avenue

South 8. Bill and Julie Buck – Right of Entry for Buck and Buck Quality Clothing, 3111 27

th Avenue

South

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01062 - 2 PERMITS AND EASEMENTS

9. Linda J. Shimizu – Right of Entry for Galaxy Building, 2329 Rainier Avenue South (Owner and Tenant Agreements)

10. 3211 MLK LLC – Right of Entry for Envitrum LLC, 3201 Martin Luther King Jr. Way South

B. Copies of the easement and right of entry terms and conditions are included in Volume 6. Unless otherwise indicated, comply and be responsible for applicable terms and conditions contained in such easements. The easement legal descriptions and surveys will be provided to the Contractor at the preconstruction conference and are not included.

C. Reference numbers of individual easements listed above are shown on the Drawings.

D. Easement milestones: Section 01014 and this Section.

E. County will acquire the following easements and right of entrance agreements: 1. Sound Transit - Temporary Construction Easement for construction staging at the property at

3133 – 3199 Martin Luther King Jr. Way South. 2. Worthington Real Estate LLC - Temporary Construction Easement for sewer bypass pumping

at 2345 Rainier Avenue South. 3. Worthington Real Estate LLC - Right of Entry for 2345 Rainier Avenue South 4. Yoshimura - Right of Entry for Mutual Fish Annex Building at 2347 Rainier Avenue South

F. The following lists easement conditions which are not the responsibility of the Contractor: 1. Not used.

1.04 PERMITS AND EASEMENTS OBTAINED BY CONTRACTOR

A. Be responsible for and obtain from the Authority Having Jurisdiction (AHJ) all other permits and easements required to perform the work not listed as County Acquired in accordance with Section 00700.

B. Department of Planning and Development Noise Variance: 1. Proposed Start Date listed on the variance is arbitrary. Notify DPD prior to Proposed Start

Date to establish the actual start date for the variance. 2. Be responsible for obtaining additional Noise Variance Permits, as needed, in excess of 168

days obtained by the County. DPD contact: David George at (206) 684-7843.

C. Seattle Department of Transportation Street Use Right-of-Way Permit (SUP): 1. Be responsible to prepare the Pre-Construction Material Transmittal Form and associated

documents and schedule the Pre-Construction Meeting. 2. Allow a minimum of 45 days for review and issuance of the SUP from the City of Seattle. 3. The 45 days assumes that the Contractor provides the information and payments required by

SDOT in a timely manner in order to obtain the permit. 4. Includes reviews and approvals from the City of Seattle for the Traffic Control Plans. 5. Be responsible for changes and additions associated with the SUP required to be reviewed

and approved by SDOT prior to implementation. 6. Be responsible for costs (initial and ongoing) associated with the permit including fees for

street use, permit reviews, permit inspections, and administrative work. 7. Use fees associated with the SUP can be substantial and are a function of several variables.

See the COS website, http://www.seattle.gov/transportation/stuse_docs.htm for Client Assistance Memos (CAMS) for SDOT. Some of the variables include: a. Classification of the type of right-of-way (ROW) associated with the SUP: arterial and

non-arterial. b. The amount of time and area the ROW is not available for public use as determined by

the COS. c. Street use fee schedule for the type of ROW being impacted.

8. Be responsible to plan and schedule means and methods for the work that impacts the ROW and therefore, the costs associated with the SUP.

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01062 - 3 PERMITS AND EASEMENTS

9. Be responsible to prepare a Construction Management Plan (CMP). The CMP must be approved by SDOT prior to any construction activities within the right-of-way. The submittal information and review process for CMP are described on the SDOT website at: http://www.seattle.gov/transportation/cmp.htm

D. Seattle Department of Planning and Development Side Sewer Connection Permit: 1. Research, prepare and submit side sewer permit application. 2. Work shall be performed by a registered side sewer Contractor.

http://web6.seattle.gov/DPD/RSSC/Default.aspx 3. Be responsible for changes and additions associated with the side sewer permit. 4. Be responsible for costs (initial and ongoing) associated with the permit including fees for

street use, permit reviews, permit inspections, and administrative work. 5. Be responsible to plan and schedule means and methods for the work that impacts the ROW.

E. Be responsible for impacts associated with not acquiring permits and agreements in a timely manner.

F. Unless otherwise indicated, be responsible for applying for permits, easements, or agreements with sufficient lead-time to allow the agency or authority to meet its internal process to enable issuance to meet the Contractor’s schedule.

G. Work performed shall be subject to rules and regulations of AHJ.

H. Unless otherwise indicated, prepare and submit to the proper authority or owner information required for the issuance of such permits, easements, or agreements. Unless otherwise indicated, pay costs thereof including agency permit, inspections, and easement costs. Pay costs thereof including: acquisition and execution of permit, easement, and agreement and work associated with the permit, easement, and agreement including inspections and acquisition costs.

I. When required by the permit, easement, or agreement and during work progress covered by the permit, easement, or agreement, the work shall be inspected by the issuing agency. If the Project Representative requests access to the work or area, access shall be provided immediately.

J. Submit a copy of the completed permit, easement, or agreement from the issuing authority prior to pursuing work covered by the permit, easement, or agreement.

1.05 SUBMITTALS

A. Procedures: Section 01300.

B. Permits, easements, agreements obtained by the Contractor.

C. Approvals when work is complete for permits obtained by the Contractor.

D. Easement releases.

1.06 POSTING PERMITS AND EASEMENTS

A. Permits and easements, including those obtained by the Contractor, shall be posted at the site of the work.

1.07 CONSTRUCTION RESTORATION ACCEPTANCE FORM

A. Whenever work is performed on property other than street right way, provide a written easement restoration acceptance form from the easement grantor or easement grantors agent for each property, parcel, or area certifying that the restoration of structures and/or surfaces has been completed to the satisfaction of the property owner, and that the owner has no claims for damages on account of such restoration.

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01062 - 4 PERMITS AND EASEMENTS

B. The easement restoration acceptance shall comply with the requirements as set forth in the form provided by the Project Representative. If, in the opinion of the Project Representative, the release is unreasonably withheld by the easement owner, the County may, at its sole discretion, not require the easement restoration acceptance to be completed.

PART 2 PRODUCTS

2.01 NOT USED

PART 3 EXECUTION

3.01 NOT USED

END OF SECTION

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 1 HEALTH AND SAFETY

SECTION 01063

HEALTH AND SAFETY

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies procedures for complying with applicable laws and regulations related to worker safety and health. Adhere to applicable federal, state and local safety and health standards

B. It is not the intent of the County to develop, manage, direct, and administer the safety and health programs of contractors or in any way assume the responsibility for the safety and health of their employees.

C. It is not the intent of the County to list and identify applicable safety codes, standards, and regulations requiring compliance by contractor and subcontractor groups. Contractor shall be solely responsible for identifying and determining all safety codes, standards, and regulations that are applicable to the work.

D. Wastewater conveyance and treatment systems are comprised of a vast array of structures and pipelines that carry a wide spectrum of residential and industrial waste substances and materials. As such, the Contractor's personnel may potentially be exposed to various hazards associated with wastewater sewerage systems and structures, including, but not limited to: active sewer flows, confined spaces, hazardous energy sources, fall hazards, flammable/explosive, toxic and suffocating gases; petroleum vapors; industrial discharges, rodents, insects and infectious biological organisms. Contractor and subcontractors shall inform and educate all personnel as to the hazards and shall require the necessary personal safety precautions associated with construction around live sewer systems and structures.

E. This Section addresses the Accident Prevention Program (APP) required in Chapter 296-800 WAC.

F. This Section describes the requirements for submittal of the Contractor's Site Specific Health and Safety Plan (HASP). A HASP is a supplement to a Contractor’s APP; however, it need not duplicate material in the APP. The HASP identifies all real and potential hazards during each phase of execution of the Work and provides a specific plan to deal with each hazard. Essentially, a HASP is a Job Hazard Analysis (JHA) of the entire project. A JHA is sometimes referred to as Job Safety Analysis (JSA) or Activity Hazard Analysis (AHA). The HASP shall clearly define responsibilities for Contractor and subcontractor employees per Chapter 296-155 WAC and WRD 27.00.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. These references are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail.Reference Title29 CFR 1910.146 Permit Required Confined Spaces29 CFR 1910.147 Control of Hazardous Energy (lockout/tagout)29 CFR 1926 Safety and Health Regulations for Construction (OSHA)Chapter 49.17 RCW Washington Industrial Safety and Health Act (WISHA)Chapter 296-24 WAC DOSH / WISHA General Safety and Health StandardsChapter 296-37 WAC DOSH / WISHA Safety Standards for Commercial DivingChapter 296-65 WAC DOSH / WISHA Asbestos Removal & Encapsulation

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 2 HEALTH AND SAFETY

Reference TitleChapter 296-67 WAC DOSH / WISHA Process Safety Management StandardsChapter 296-155 WAC DOSH / WISHA Construction SafetyChapter 296-800 WAC DOSH / WISHA Safety and Health Core RulesChapter 296-803 WAC DOSH / WISHA Lockout Tagout (Hazardous Energy Control)Chapter 296-809 WAC DOSH / WISHA Permit Required Confined SpacesChapter 296-823 WAC DOSH / WISHA Bloodborne PathogensWRD 27.00 DOSH / WISHA Regional DirectiveNFPA 820 Fire Protection in Wastewater Treatment and Collection FacilitiesRCW 39.04.180 Trench Safety Systems, Safety Systems Required

B. Qualifications:1. Site Health and Safety Officer:

a. Possess a minimum of five years progressive safety experience in the field of underground safety and demonstrate work experience on projects similar in nature to the work to be done on this Contract.

b. Be knowledgeable concerning all Federal and State regulations applicable to safety.c. Completed the OSHA 40-hour Safety and Health Course (OSHA 500).d. Possess competent person certification in construction safety disciplines related to the

work to be performed and be able to identify competent persons required by State and Federal safety standards for which they are not certified.

e. Training and current certification for CPR and First Aid.f. Possess training and be capable of performing accident investigations and developing a

concise report.g. Possess training in the development and presentation of safety training meetings.

2. Shift Safety Officers:a. Possess a minimum of three years progressive safety experience in the field of

underground safety and demonstrate work experience on projects similar in nature to the work to be done on this Contract.

b. Be knowledgeable concerning all Federal and State regulations applicable to safety.c. Completed the OSHA 10-hour Safety and Health Course.d. Possess competent person certification in construction safety disciplines related to the

work to be performed and be able to identify competent persons required by State and Federal safety standards for which they are not certified.

e. Trained in and possess current certification for CPR and First Aid.3. Although not required, the following qualifications may be considered as contributing to the

relevant experience required.a. Certified Safety Professional (CSP) certification from the American Society of Safety

Engineers.b. Degree from an institution of higher learning in Occupational Safety and Health.c. ASSE Certified Safety Technician (CST).d. Qualification as an instructor in CPR/First Aid or the OSHA 30 hour program.

C. Work shall meet the requirements of:1. 29 CFR 19262. Chapter 49.17 RCW

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications.

C. Company Accident Prevention Plan (APP): 1. Update to reflect responses to Section 00440 review comments in the bid evaluation.2. Submit within five days of the effective date of the NTP.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 3 HEALTH AND SAFETY

3. Submit revisions during the execution of the work.

D. Site Specific Health and Safety Plan (HASP):1. Submit specific to the scope of work prior to starting the related work.2. Revised HASP that addresses changes in the Work.

E. Accident/Incident Report(s): provide within 24 hours.

F. Minutes and list of attendees of the pre-job safety meeting: provide within three days of the meeting.

G. Minutes and list of attendees of weekly safety tailgate meeting: provide within three days of the meeting.

H. Monthly Contractor Injury Summary Report: provide each month on Form 01063-A within ten days of the end of each month.

I. Weekly summary of the daily site safety walk-through

J. Notice and listing of flammable liquids and liquefied petroleum gases when they are planned to be used on the Site.

1.04 SITE SPECIFIC HEALTH AND SAFETY PLAN (HASP)

A. A comprehensive HASP covers all aspects of the Contractor's work activities related specifically and distinctly to the Work and site conditions. The HASP shall be based on a site specific hazard analysis and shall explain how the APP elements and site specific safety procedures shall be applied to the identified hazards in the work.

B. At a minimum, provide the HASP detailing the safe work procedures and the safety preventive measures to be taken to provide an appropriate work environment for its employees, as well as County staff on site.

C. The HASP shall be descriptive in nature, to provide the appropriate level of understanding for the potential hazards associated with the work to be performed at all stages and phases.

D. The HASP shall provide an appropriate work environment for all persons on Site including Contractor and subcontractor employees, County staff, and authorized individuals.

E. The HASP shall address all necessary personal protective equipment (PPE), atmospheric/air monitoring, safety equipment and tools, safety planning and coordination necessary to perform work safely.

F. During the work, update as an addendum to the HASP, changes in conditions or scope of work before continuing work.

G. Before beginning the work addressed in the HASP, meet the requirements of Section 01300 that indicate a marking of a “1” or a “2”.

H. HASP organization:1. Organized and bound to readily accept revisions and additions.2. Outline form.3. Table of contents.4. Numbered pages.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 4 HEALTH AND SAFETY

I. Contractor and subcontractors are encouraged to use the consulting services of the State of Washington's Department of Labor and Industries (WISHA). The Seattle Field Office is located at:315 5th Avenue South, Suite 200Seattle, WA 98104-2607(206) 515-2800http://www.lni.wa.gov/wisha/Call or write for assistance with the requirements of this Section.

1.05 CONTRACTOR SAFETY QUALITY ASSURANCE

A. Review the entire scope of work and applicable Contract requirements.

B. Inspect the work site location and adjacent structures and systems to ensure that all safety considerations and requirements are addressed and planned prior to the start of work in the site specific HASP.

C. Ensure that all Contractor and subcontractor employees comply with the APP and HASP.

D. Designate a Site Health and Safety Officer on site with appropriate training, responsibility, and full authority to coordinate, implement, and enforce the Contractor's APP and HASP for the duration of the Work.

E. In the APP and HASP, provide the name and telephone number of the Site Health and Safety Officer and the resume reflecting experience and training for the position. If there will be an alternate or additional staff with safety responsibilities, provide name and telephone number and qualifications in the APP and HASP.

F. Ensure that safe work principles and practices are followed in completing work tasks.

G. Document a daily site safety walk-through noting observations and corrective actions.

H. If the Health and Safety Officer is to be changed during the Contract, submit Qualifications per this Section of the proposed officer prior to implementation on the Contract.

I. Be responsible to correct hazardous conditions and practices. When more than one contractor is working within a given area, identify which personnel have the authority to take action to prevent physical harm and property damage.

1.06 HASP CONTENT

A. The following describes certain minimum precautions for consideration in developing a HASP. Include in the HASP all of the items which may apply to the work. There may be other items not indicated below which shall be addressed in the HASP. The items indicated below do not cover every possible situation or hazard. Items that are not needed shall be noted in the HASP as not applicable (N/A).

B. Hazard Communication (Chapter 296-800 WAC):1. Contaminant gases that may be encountered include, but are not limited to: hydrogen

sulfide, methane, carbon monoxide, and carbon dioxide.2. Provide a written Hazard Communication Program and emergency management plan

addressing these and other potential hazardous substances that may exist and be brought on site during the work.

3. For work requiring use of hazardous materials and chemicals, provide a list and corresponding Material Safety Data Sheets (MSDS)/Safety Data Sheets (SDS) for hazardous chemicals to be used on site. If no hazardous chemicals are to be used, provide statement to that effect.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 5 HEALTH AND SAFETY

C. Confined Space (Chapter 296-809 WAC):1. All confined spaces identified in WTD wastewater treatment facilities, and in WTD structures

and conveyance lines, are designated and classified as Permit Required Confined Spaces.2. The nature of the work may expose workers to permit required confined spaces having

possible explosive, toxic, and oxygen deficient atmospheric conditions.3. Provide a written Permit Required Confined Space Safety Program that meets the

requirements of 29 CFR 1910.146 and Chapter 296-809 WAC.

D. Lockout Tagout (Hazardous Energy Control) (Chapter 296-803 WAC):1. The nature of the work may expose workers to hazardous energy sources that include, but

are not limited to, electrical, mechanical, pneumatic, hydraulic, thermal, and computerized systems.

2. Provide a written plan outlining safe work practices addressing hazardous energy control procedures that meet the requirements of 29 CFR 1910.147 and Chapter 296-803 WAC.

3. When working in existing WTD facilities, the written plan shall be coordinated and be compatible with WTD’s existing program for Lockout Tagout (Hazardous Energy Control).

E. Fall Prevention and Protection (Chapter 296-24 WAC Part J-1 and Chapter 296-155 WAC Part C-1):1. The nature of the work may expose workers to fall hazards.2. Provide a written Fall Prevention and Protection plan outlining safe work practices addressing

fall hazards that meet the requirements of Chapter 296-24 WAC Part J-1 and Chapter 296-155 WAC Part C-1.

F. Personal Protective Equipment (PPE) (Chapter 296-800 WAC):1. The nature of the work may expose workers to miscellaneous injury hazards that include, but

are not limited to: head, hands, feet, body, eyes, and ears.2. Provide a written PPE plan outlining safe work practices addressing the use of PPE and

clothing that meet the requirements of Chapter 296-800 WAC.

G. Biological Hazards and Bloodborne Pathogens (Chapter 296-823 WAC):1. Wastewater systems carry a wide spectrum of disease-producing organisms.2. Provide a written hazard communication and biological/bloodborne pathogen program

detailing the preventive measures to be taken to provide an appropriate work environment for all site employees as well as County staff on site. These may include, but are not limited to:a. Instruction in appropriate measures to avoid contamination.b. A preventative inoculation program (tetanus/diphtheria, etc.) available to all employees.c. PPE and clothing to protect against infection, including rubber boots with full sole and

heel steel insert-liners, safety glasses or goggles, and gloves.d. Facilities for workers to clean up, wash, and maintain good personal hygiene practices.

H. Fire Protection - Hot Work and Hot Work Permits (HWP):1. A HWP shall be utilized in all WTD facilities and on construction sites where the potential for

the ignition of explosive gases, liquids and flammable/combustible materials, and oxygen enriched atmospheres may potentially exist.

2. Identify any type of work that produces a possible source of ignition in the presence of a fuel and oxygen (Fire Triangle) including, but not limited to: sparks, static electricity, welding, torch cutting, flame heating, brazing, grinding, sanding, and drilling. These activities are considered extremely dangerous in areas where the potential for a Lower Explosive Limit (LEL) above 10% or oxygen-enriched atmosphere above 23% could be encountered.

3. A HWP is required for areas that are classified per the WAC or NFPA 820, as applicable.4. Permit-Required Confined Spaces.5. Process Safety Management (PSM) system areas.6. Class 1 Division 1/Division 2 hazardous locations.7. All other areas where the hot work would be in close proximity to combustibles or

flammables.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 6 HEALTH AND SAFETY

8. All sites under contractor control.9. Document how contractor HWP is established.10. Employ a system for issuing and monitoring HWP use.11. A HWP is valid only for:

a. The parties performing the work.b. The work shift when the work is conducted.c. Only for the conditions observed and evaluated when the permit is issued.

12. A HWP may also be required by the local Fire Department/ Fire Marshall Jurisdiction Having Authority (JHA).

I. Process Safety Management (PSM) of Highly Hazardous Chemical Systems (Chapter 296-67 WAC):1. Where the Contractor’s work involves modifications to the digester gas systems, provide

detailed Management of Change (WAC 296-67-045) documentation, drawings and operating procedures. This will be reviewed by WTD – Process Safety Management (PSM) Committee at the affected treatment plant.

2. The County generates digester gas (methane) at the wastewater treatment plants. This potentially explosive gas is generated by anaerobic digestion of organic wastewater material and is lighter than air.

3. Work performed that involves working within a wastewater digester gas system area that is specifically classified as a PSM Area regulated under Chapter 296-67 requires the Contractor’s compliance with the safe work provisions outlined under WAC 296-67-029.

4. For PSM work, be responsible shall specifically include, but not be limited to, the following per the Chapter 296-67 WAC requirements:a. Ensure that each employee is trained in the work practices necessary to safely perform

their job within areas regulated under Chapter 296-67 WAC.b. Ensure that each employee is instructed in the known potential fire, explosion, and toxic

release hazards associated with digester gas/methane gas systems, as related to their job and the process, and the applicable provisions of the emergency action plan.

c. Document that each employee has received and understood the PSM training required by this Section. Prepare a record which contains the identity of the employee, the date of training, and the means used to verify that the employee understood the training.

d. Ensure that each employee follows the safety rules of the facility including the safe work practices for working with digester gas/methane gas systems required by WAC 296-67-021.

e. Advise the Project Representative of any unique hazards presented by the Contractor’s work or of any hazards found by its employees work.

J. Underground Construction (Chapter 296-155 WAC Part Q):1. Requirements apply to all construction of underground tunnels, shafts, chambers, and

passageways, as well as cut-and-cover excavations that are physically connected to ongoing underground construction operations which are covered in such a manner as to create conditions characteristic of underground construction.

2. This subparagraph does not apply to excavation and trenching operations covered by Chapter 296-155 WAC Part N, such as foundation operations for aboveground structures that are not physically connected to underground construction operations, and surface excavation.

3. Provide a written program detailing how employees and County staff on the site will be protected from the dangers of underground construction. At a minimum, the program shall include the following where applicable to the work:a. Air Monitoringb. Emergency Procedures, including evacuation procedures and Check-in/check-out

systemsc. Ventilationd. Hazardous classificatione. Illumination

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 7 HEALTH AND SAFETY

f. Haulageg. Communicationsh. Electrical safetyi. Flood controlj. Hoistingk. Mechanical equipmentl. Designated personm. PPEn. Emergency lightingo. Use of explosivesp. Ground supportq. Fire prevention and protectionr. Pneumatic and hydraulic safetys. Access and egresst. Rescue

K. Commercial Diving Operations (Chapter 296-37 WAC):1. Due to the hazards associated with commercial diving operations, specific safety protocols

and procedures are required to ensure worker and diver safety.2. Provide a comprehensive Safe Practices Manual for Diving Operations that complies with

Chapter 296-37 WAC.

L. Flammable Liquids and Liquefied Petroleum Gases (LPG):1. No propane, propylene, butane, isobutane, and butylenes shall be stored inside buildings.2. Provide a written list of any of these materials that will be used on Site.

M. Excavation, Trenching and Shoring (Chapter 296-155 WAC Part N):1. Due to the hazards associated with excavation, trenching and shoring, specific safety

protocols and procedures are required to ensure worker safety.2. Each worker in a trench shall be protected from a cave-in by an adequate protective system. 3. A trench that is four feet or more in depth shall have a safe means for workers to get in and

out of the trench. A means of egress is required to be within 25 feet of lateral travel.4. When excavation operations approach the location of underground installations, the exact

location of the installations shall be determined by safe and acceptable means.5. Follow the requirements in Chapter 296-155 WAC Part N in developing an excavation,

trenching and shoring plan.

N. Heavy Equipment Operations, Staging:1. All vehicles shall have a service brake system, an emergency brake system, and a parking

brake system. These systems shall be maintained in operable condition and may use common components.

2. Before leaving a motor vehicle unattended the motor shall be stopped. The parking brake shall be engaged and the wheels turned into curb or berm when parked on an incline. If parking on an incline and there is no curb or berm, the wheels shall be chocked or otherwise secured.

O. Suspect Material:1. Unless otherwise indicated, promptly suspend work and notify the Project Representative of

unusual conditions, including oily soil found on the Site. Work shall remain suspended until the Project Representative authorizes, in writing, that the work may resume.

P. Traffic Control Plan:1. The needs and control of all road users (motorists, bicyclists, and pedestrians) within the

highway, or on private roads open to public travel, including persons with disabilities, through a temporary Traffic Control zone shall be an essential part of highway construction, utility work, maintenance operations, and the management of traffic incidents.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 8 HEALTH AND SAFETY

2. When the work requires the occupation of traffic lanes, parking lanes, parkways, or other public right-of way closures, it shall be per the Authority Having Jurisdiction See Section 01570 for requirements.

Q. Electrical Safety:1. Use either ground-fault circuit interrupters or assured equipment grounding conductor

program to protect employees on construction sites covering all cord sets, receptacles which are not a part of the building or structure, and equipment connected by cord and plug which are available for use or used by employees. These requirements are in addition to any other requirements for equipment grounding conductors per WAC 296-155-447.

2. In work areas where the exact location of underground electric power lines is unknown, no activity that may bring employees into contact with those power lines shall begin until the power lines have been positively and unmistakably de-energized and grounded.

3. Where overhead electric conductors are encountered in proximity to a work area be responsible for ascertaining the voltage and minimum clearance distance required and maintaining the minimum clearance distance per WAC 296-155-428.

4. Do not permit an employee to work in such proximity to any part of an electric power circuit that the employee could contact the electric power circuit in the course of work, unless the employee is protected against electric shock by de-energizing the circuit and grounding it or by guarding it effectively by insulation or other means.

5. Work on energized equipment:a. Only qualified persons shall work on electric circuit parts of equipment that have not been

de-energized under the procedures of WAC 296-155-429(4). Such persons shall be capable of working safely on energized circuits and shall be familiar with the proper use of special precautionary techniques, PPE, insulating and shielding materials, and insulated tools.

b. Use of an Energized Electrical Work Permit shall be required to ensure all shock and arc flash hazard have been considered.

1.07 UTILITIES

A. Call the Utilities Underground Location Center (UULC) before you dig, phone number 811.

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

C. Provide a flagged warning line for all work conducted in proximity to power lines. Coordinate and meet the requirements of the utility owner for this work.

D. Coordinate and meet the requirements of the utility owner and the Project Representative to obtain approval to disconnect or reconnect utilities.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 SAFETY AND HEALTH COMPLIANCE

A. Implement the written APP as required by Chapter 296-800 WAC, submitted in the bid evaluation per Section 00440 and accepted at the conclusion of the bid evaluation.

B. The Project Representative reserves the right to audit the Contractor's APP and implementation of the HASP.

C. Ongoing work and hazardous situations that are considered a health and safety risk by the Project Representative shall be corrected immediately.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 9 HEALTH AND SAFETY

D. Be responsible to stop that portion of the work that is determined to be an imminent or immediate threat to worker health and safety.

E. Ensure that necessary air monitoring, ventilation equipment; protective clothing, hazardous energy control devices, fall prevention, and other specified supplies and equipment are made readily available to employees to facilitate implementation of the APP and the HASP.

F. WTD facility entry:1. Protocols shall be followed.2. Enter all facilities in teams of two or more.3. With written approval of the Project Representative, Contractor may enter alone only for

short-term walk through inspections that do not involve working on ladders, with electrical equipment, or entering confined spaces.

4. Any work beyond short-term work that involves Contractor working alone requires written approval of the Project Representative.

G. Incidents:1. Notify the Project Representative immediately of all near miss incidents and all incident

accidents involving personal injury and property damage. 2. Provide a written report known as the Incident Report within 24 hours of any incident. Report

for each incident occurrence shall include:a. Description of the event.b. Names of personnel involved.c. Description of injuries and treatment required (short term and long term).d. Description of property damage.e. Site visits and inspections of other agencies as a result of an incident. Include names of

the persons, purpose of the visit, and any other pertinent information.

H. Conduct a pre-job safety meeting with Contractor staff and with all subcontractor staff. Submit list of attendees and minutes of pre-job safety meeting.

I. Conduct all weekly safety tailgate meetings. Submit list of attendees and minutes of weekly safety tailgate meetings.

J. Submit a Monthly Contractor Injury Report on Form 01063-A in Section 01999 consisting of a summary of the current month's injury accidents.

K. Use of intoxicants or of illegal or debilitating drugs while working on a County contract is prohibited.

L. Failure to comply with safety and health regulations may result in work suspension until adequate safety and health measures are implemented.

M. Use the Safety Officer that meets the requirements for implementation per Section 01300. No Safety Officer shall be assigned that does not meet the requirements of Section 01300 and this Section.

N. Submit all safety related citations received for Contract work immediately upon receipt. If appealed to the state of Washington, notify the Project Representative a minimum of every month updating the status of the appeal until resolved. Submit documentation of the findings when resolved.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01063 - 10 HEALTH AND SAFETY

3.02 SITE SPECIFIC HEALTH AND SAFETY PLAN REVISIONS

A. In the event that the Project Representative, regulatory agencies, or jurisdictions determine the HASP, associated documents, or organizational structure to be inadequate to protect employees and the public:1. Modify the APP and HASP to meet the requirements of said regulatory agencies,

jurisdictions, and the Project Representative.2. Provide submittal for revisions to the APP and HASP within seven days of the notice of a

required modification.3. The revision shall meet the requirements of Section 01300 prior to changing work practices.

3.03 POSTING

A. Provide and maintain a copy of the most up to date APP and the HASP at the Contractor's site office and at each of the subcontractors' offices.

3.04 COMPLIANCE

A. Failure to comply with this Section will result in work suspension until adequate safety and health measures are implemented.

3.05 TECHNICAL ASSISTANCE

A. Technical assistance is available from:Wastewater Treatment DivisionSafety and Hazardous Materials Program Office201 South Jackson St.Mail Stop: KSC-NR-0515Seattle WA 981041. Contacts:

a. Jim Faccone – WTD Safety and Hazardous Materials Program ManagerPhone (206) 477-5379

b. Terry Fiber – WTD Construction Safety CoordinatorPhone (206) 477-5383

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01065 - 1 SEWER ACCESS

SECTION 01065

SEWER ACCESS

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies access to existing sewers and requirements for that access.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. It is a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail.

Reference TitleWAC 296-809 Confined Space

1.03 PRECAUTIONS

A. Be cautioned that the County wastewater transport system will be in service during the entire duration and performance of this Contract. As such, the Contractor's personnel may be exposed to hazards associated with sewage works, including, but not limited to: flammable/explosive, toxic and suffocating gases; petroleum vapors; and infectious organisms. Monitor for hazardous gases and vapors. Educate all personnel as to the hazards, and safety and hygienic precautions associated with construction around sewer.

B. The work sites may require the Contractor's personnel to work in a confined space or hazardous environment. Educate all personnel in the recognition, evaluation and control of the hazards of a confined space as required by the WAC 296-62-145.

1.04 SHUTDOWNS

A. If, in the opinion of the Project Representative, the Contractor's work or operations are hazardous, dangerous, or unsafe in any way, the Project Representative may shut down the work until the condition is removed or rectified. Notification of work shut down can be done verbally by the Project Representative, effective immediately, with a letter following within 48 hours. No compensation or payment shall be made to the Contractor for any costs incurred by such shutdown or any corrective safety measure.

1.05 ACCESS TO MANHOLES

A. The majority of access manholes are in public right-of-way; however, some may be on private property within a sewer easement. When the sewer easement is not accessible from the public right-of-way, obtain permission for access from the property owners. If the Contractor is unable to obtain permission from the property owners, notify the Project Representative. For any work done within the permanent easement provided by the County or the access to the easement, restore the ground and features thereof to its original or better condition.

1.06 USE AND OPERATION OF EXISTING SEWER

A. In no way interfere with the proper operation of existing sewers and exercise every precaution to ensure that debris and material do not enter the sewer. Any debris or blockage entering into the sewer caused by the Contractor's work shall be removed immediately.

September 2015C00946C15Rainier Valley Wet Weather Storage 01065 - 2 SEWER ACCESS

B. Assume all responsibility for any raw sewage overflows or backups that occur for any reason related to the performance of this Contract. Bear all consequences and damages caused by any overflow due to its work activities.

C. It is essential to the public health and welfare, and vital to the County's goodwill, that sewage pumping operations continue during the performance of the work required under this Contract.

D. Be hereby cautioned that Contractor may encounter conditions which include, but are not limited to, sediments, rocks, lumber, low flow or high flow, which may hinder the work required under this Contract. Any costs due to delay or interruption are incidental to the Contract Price.

E. All coordination with the County by the Contractor on sewer operations will be conducted through the Project Representative.

1.07 ASSISTANCE BY PROJECT REPRESENTATIVE

A. As part of the initial schedule submittal, indicate problem areas such as access to manholes, uncovering of manhole lids, special tools that may be required to open certain manholes, or any other problems anticipated which may require the County's assistance. Coordinate operations with the appropriate departments of the cities and other agencies through the Project Representative, or individuals having jurisdiction over the right-of-way where the sewer access points are located.

1.08 SEWER BYPASS AND SEWER ACCESS WORKING HOURS

A. Sewer Bypass: Section 02105

B. The nature of a sewage collection system is such that low flows and flows suitable for inspection usually occur outside of normal daytime working hours.

C. The County cannot guarantee that all the work related to sewers and sewage can be performed satisfactorily during daylight hours. Schedule work to obtain the best possible results consistent with suitable flow conditions anticipated.

D. The Contract Price shall be for work performed at any time of day or night. No additional compensation will be allowed for working overtime, nights, weekends or holidays, etc.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 NOT USED.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01130 - 1 ESCROW BID DOCUMENTATION

SECTION 01130

ESCROW BID DOCUMENTATION

PART 1 GENERAL

1.01 SUMMARY

A. This section specifies the submittal, use, and preservation of Bidder's (Contractor's and subcontractor's) Escrow Bid Documentation, as defined herein at Section 1.03 below, (hereinafter also referred to as “Bid Documentation”, “Bid Document” or “Documents”). The Bid Documents provided by the Bidders(s) shall be specific enough that a third person could look at the Bid Documents and determine the labor, material and equipment costs for each Contract Division and Specification Section within the Division. The Bid Documents should also identify field and home office overhead and profit. The apparent low bidder shall execute the enclosed Escrow Bid Documentation Instruction Agreement and submit no later than the meeting to review the Bid Documents as set forth in this Section.

1.02 BIDDER RESPONSIBILITIES

A. The apparent low Bidder and second low Bidder shall submit a legible copy of any and all Escrow Bid Documentation used to prepare the bid for this Contract no later than the time set forth in this Section.

B. The County may also request Bid Documentation from any other Bidder and such Bid Documentation shall be provided to the County within two (2) business days of such request.

1.03 ESCROW BID DOCUMENTATION DEFINITION

A. The terms “Escrow Bid Documentation”, “Bid Documentation” and “Bid Documents” as used in this Section include but are not limited to the following documents:1. Quotes from subcontractors, suppliers, subconsultants, and materialmen with any and all

backup documentation;2. Takeoff sheets, cut and add sheets, and any and all backup documentation;3. Any and all writings, drafts, working papers, take off sheets, phone logs, computer printouts,

charts, electronic data, spreadsheets, drawings, scope of work narratives or outlines, photographs, and any other documentation or data compilations which contain or reflect any and all information, data, and calculations compiled to, referred to, related to, and/or used to:a. estimate and/or prepare the bid;b. estimate productivity, types of equipment and materials, and manpower; andc. estimate, determine, evaluate, and/or compare equipment rates, labor rates, efficiency or

productivity factors, and overhead and profit rates.1) Any and all survey notes or calculations, and/or site visit notes or documents; and 2) Any and all manuals, books, and/or reference guides which used by in determining

the bid for this Contract. If such manuals, books, and/or reference guides are standard in the industry, they may be included in the Bid Documentation by reference provided the reference includes the title, edition, publication date, and author. At the request of the County, the Bidder shall provide a copy of the manuals, books, and reference guides at no cost to the County.

B. If Bidders provide rolled up take off sheets or electronic data for any aspect of the Escrow Bid Documentation, Bidders must also provide the backup documentation supporting the rolled up take off sheets and electronic data.

C. The Bidder(s) shall provide the Escrow Bid Documentation as defined in this Section for all subcontractors, suppliers and material men.

September 2015C00946C15Rainier Valley Wet Weather Storage 01130 - 2 ESCROW BID DOCUMENTATION

D. The term Escrow Bid Documentation does not include the bid documents provided by King County for use by the Bidders in bidding on this Contract.

E. Unsuccessful Bidders shall not destroy, throw away, write over any Escrow Bid Documentation or any other documentation used in, referenced, referring to the Bidder's bid until the return of the Bidder's bid bond by King County.

1.04 DELIVERY OF BID DOCUMENTATION TO THE COUNTY

A. Within four (4) business days after bid opening the apparent low Bidder and second low Bidder shall submit Bid Documentation to:

C00946C15, Ruth WilliamsonKing County Procurement and Contract Services SectionChinook Building address: 401 Fifth Avenue, 3rd Floor, Contracts CounterSeattle, Washington 98104

B. If a Bidder has submitted Escrow Bid Documentation pursuant to this section, but does not become the Contractor, its Escrow Bid Documentation will be returned with its bid bond.

C. Escrow Bid Documentation shall be submitted as follows:1. All Escrow Bid Documentation shall be in folder(s) or three-ring binder(s). The folder(s) or

three ring binder(s) shall be clearly marked “Escrow Bid Documentation - Contract No. C00946C15” and shall contain the Bidder's name, contact person, phone number, and date of submittal. Such Escrow Bid Documentation shall be kept by King County Procurement and Contract Services Section (PCSS) in a separate sealed container for the duration of the Contract.

2. Bidders shall mark all pages of the Bid Documentation it considers proprietary or confidential accordingly. Such information will be treated as such by King County; however, the County cannot insure that this information would not be subject to release pursuant to a public disclosure request. In the event the County receives a request for such information, the County will immediately advise the Bidder and will not release the marked documents for a period of not less than ten days in order to give the Bidder an opportunity to obtain a court order prohibiting the release of the information in response to the public disclosure request.

3. The writing on the pages shall be legible.4. The paper shall be white in color or some other light (neutral) colored paper.

D. Bidders shall include with their Escrow Bid Documentation an affidavit signed under oath by an individual authorized by the Bidder to execute bids and contracts. 1. The affidavit shall list each document with sufficient specificity and reference page number(s)

so that a comparison can be made between the list, the Contract specification numbers, and the Bid Documentation to ensure that all Escrow Bid Documentation listed in the affidavit has been enclosed and that all documentation has been provided to the County.

2. The affidavit shall state that the affiant has personally examined the Escrow Bid Documentation and that any and all documentation that was used in preparing the bid and that supports how the bid price was calculated was provided to the County.

E. Documents listed in the affidavit but not included in the folder(s) or three ring binder(s) through error or oversight by the Bidder shall be submitted to the County within two business days after notification from the County that Bid Documentation is missing or within two business days after the Bidder becomes aware of the error.

F. Prior to Contract execution, the County and the apparent low Bidder shall meet to review the Bid Documentation to ensure that the submitted Bid Documentation satisfies the requirements of this Section 01130.

September 2015C00946C15Rainier Valley Wet Weather Storage 01130 - 3 ESCROW BID DOCUMENTATION

G. If the County determines that the Escrow Bid Documentation is illegible, not electronically accessible, or not submitted in accordance with this section, the Bidder shall:1. Provide legible copies of the Bid Documentation;2. Supply the software necessary to access the of the Bid Documentation; and,3. Comply with the requirements of this section within two business days of the County's request.

H. If the County believes that the Bidder has not provided all Escrow Bid Documentation, the Bidder must, within two business days of the County's request, supply additional documentation or an explanation as to why the documentation does not exist.

I. Failure to submit Escrow Bid Documentation within the times prescribed, failure to be cooperative with the County in providing the Bid Documentation, and destruction of Bid Documents is just reason for a Bidder to be found not responsible and the County may reject the Bidder as not responsible.

1.05 USE OF BID DOCUMENTATION

A. The Bidder(s)/Contractor agrees that the Escrow Bid Documentation shall contain all documentation used in preparing the bid. No other Bid Documentation concerning the Contractor's calculation of its bid shall be utilized by the Contractor during disputes and/or litigation of claims brought by the Contractor arising out of this Contract, unless otherwise approved by King County.

B. The Escrow Bid Documentation may be reviewed and used by the County to determine the Contractor's bid concept, to evaluate the Contractor's breakdown of contract price, evaluate productivity and schedule, negotiate price adjustments under the Contract, evaluate Requests For Information, Requests For Change Order, Change Proposals, Claims or for any other reason related to the Contract.

C. The County may copy the Escrow Bid Documents and may provide the working copy(s) to County personnel, agents, or consultants. The County, its agents, and consultants, may maintain such working copies of the Bid Documents and at the request of Project Representative, all copies of Escrow Bid Documents will be returned to PCSS or destroyed.

D. If a Disputes Review Board or mediator is used to resolve disputed claims, the Board members and/or mediator shall have unrestricted use and access to the Escrow Bid Documentation for purposes of evaluating, understanding, resolving and settling disputes/claims. The Dispute Review Board or Mediator shall maintain submitted documents in a sealed file, marked confidential and proprietary and returned to PCSS at the conclusion of the DRB or mediation process.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 NOT USED.

END OF SECTION

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 1 OF PROPERTY AND WORK

SECTION 01195

PROTECTION AND MAINTENANCE OF PROPERTY AND WORK

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies protection, relocation, and maintenance of underground and aboveground utilities, structures, fences, parking strips, sidewalks, driveways, streets, and other improvements which may be affected by the Work.

B. This Section also specifies requirements for Contractor disposition of third party claims in a timely manner, and requirements for Sound Transit and Metro Transit.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. These references are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail.Reference TitleChapter 19.122 RCW Underground UtilitiesWAC 296-155-657 Requirements for Protective SystemsWAC 296-155-53408 Power Line SafetyWAC 296-24-960 Working on or Near Exposed Energy Parts

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Listing of locations and schedule of potholing.

C. Listing of utilities/facilities to be protected and relocated. Include schedule for relocations.

D. Shoring and protection for affected structures and utilities.

E. Sound Transit permits

F. Disposition of third party claims.

1.04 DEFINITIONS

A. Conflict: An existing major underground utility is considered to be in Conflict if:1. It crosses or projects into the specified excavation at an elevation between the top (+ six

inches) and bottom (+ six inches) of the proposed Facility.2. When generally parallel to a proposed Facility within the Zone-of-Influence.3. If the proposed Facility does not meet the above listed requirements, then no Conflict exists.

B. Zone-of-Influence:1. For open cut excavations: the soil between the sides of the outside edge of the proposed

Facility projected vertically to the surface and five feet on all sides of the proposed Facility projected vertically to the surface.

2. For trenchless excavations: the soil within eight feet of the either side of the centerline of the casing.

C. Facility: As applicable to its use, real property entity consisting of one or more of the following: an underground or aboveground utility system or structure, pavement, or other improvement.

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 2 OF PROPERTY AND WORK

D. Major underground utility: A transmission, collection, fiber optic cable, or distribution line where it would be customary to expect the drawings would exist for the utility and the utility owner would be aware of the line location.

E. Minor underground utility: Services from a collection or distribution line such as irrigation lines and sleeves less than five inches, water service lines, gas service lines, traffic signal wiring, building drainage pipes, and direct burial cable.

F. Substantially Different Location: Related to existing major underground utilities when greater than 24 inches from its location indicated in the Drawings in either the horizontal or vertical direction.

1.05 LOCATION OF EXISTING UNDERGROUND FACILITIES

A. Drawings indicate the existence of underground facilities known to the County within the proposed area of excavation.

B. Abide by the applicable requirements of Chapter 19.122 RCW.

C. Utility Underground Notification Center:1. Call phone number 811 for the identification of the underground facilities.2. Provide the services of a utility locating service to locate privately owned utilities. Coordinate

access and the work with the owners of the privately owned utilities and the property owners.3. Promptly notify the Project Representative prior to work in the area of a utility where a utility

owner fails to meet its obligations under Chapter 19.122 RCW.4. Do not excavate until known facilities have been marked.5. Be responsible for damages resulting from failure to contact utility owners for location,

routing, and marking of a specific utility and its subsequent effects.6. Utility owners who do not locate their facilities in accordance with Chapter 19.122 RCW are

liable for costs incurred by the Contractor. Be responsible to obtain reimbursement for its costs from the utility owner.

7. If the Contractor discovers underground facilities that are not identified, immediately notify the Project Representative, owner of such facilities, and the Utility Underground Notification Center.

D. Coordinate efforts to locate existing underground utilities. Review with the Project Representative the locations of existing utilities in relation to the new construction and evaluate areas of potential Conflict.

E. Potholing:1. Unless otherwise indicated, be responsible to excavate and expose major and minor existing

utilities and Facilities prior to new construction to determine utility elevations and location in relation to the new Facilities:a. Within the Zone-Of-Influence.b. Utilities and structures marked by Utility Underground Notification Center.c. Utilities and structures on private property.d. Utilities that will be affected by the work.

2. Complete at each location a minimum of 60 days prior to work in the vicinity of the Facility. Be responsible for impacts as a result of failure to meet the 60 day minimum.

3. Submit listing of all potholing required by this Section including schedule for completion of the work. Coordinate this effort with requirements of the Contract.

4. Utilities that roughly parallel the new Facility shall be potholed a maximum of every 40 feet and at angle points and the start and end of all sweeps to determine location and alignment.

5. Examine and repair pipelines prior to pipelines being buried.6. Unless otherwise indicated, restore pothole area as required by the Authority Having

Jurisdiction (AHJ).

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 3 OF PROPERTY AND WORK

F. The following is a list of utilities that may serve the work area. The listing is provided for the Contractor's convenience. The utility/facility owner or operator and the name and telephone number of a contact person are indicated for each utility listed. The list shall not be considered to be comprehensive or complete. There may be other utilities in the area that are not listed and some of the names and telephone numbers in the listing may have changed since the information was compiled. The County assumes no responsibility for the accuracy or completeness of the information in the list.

UTILITY/FACILITY OWNER OR AGENCY CONTACT PERSON/TELEPHONE NUMBER

Cable Comcast Gary Cook/ 206-510-1337

Gas PSE Justine McConachie/ 425-457-5777

Power Seattle City Light Ken Houlder/ 206-233-0045

Sewer King County WTD KC Project Representative

Sewer Seattle Public Utilities Herman Wong/ 206-684-5142

Storm Drainage Seattle Public Utilities Herman Wong/ 206-684-5142

Traffic Seattle DOT Tammy Frederick/ 206-615-0927

Traffic Sound Transit Tam Swett/ 206-903-9670

Transit King County Metro Jayson Peterson/ 206-684-2792

Water Seattle Public Utilities Mark Holmes/ 206-684-5819

Phone Century Link Brandon Squyres/ 206-799-9336

1.06 EXISTING UTILITIES AND FACILITIES

A. General:1. Unless otherwise indicated, protect, modify, and relocate existing utilities required to

complete the work.2. Provide effective planning of the work to perform the work without outages, notify the utility

owners when work is planned adjacent to their facilities, and modify the work plan as required to reduce the risk of potential unplanned outages.

3. Be responsible for costs and damages from unplanned outages.

B. In general, the locations of existing major underground utilities are indicated in the Drawings with the exception of overhead power, traffic signaling, and other aboveground utilities supported on power/telephone poles. The County does not warrant the accuracy or completeness of this information and it is to be understood that other facilities not indicated in the Drawings may be encountered during the course of the work.

C. The locations of existing minor underground utilities may be indicated in the Drawings. The County does not warrant the accuracy or completeness of this information and it shall be understood that other minor underground facilities not indicated in the Drawings may be encountered during the course of the work.

D. Determine the requirements to complete the work and make provision for protection, modification, and relocation required to perform the work with full consideration of the Contractor's means and methods. Means and methods to be utilized by the Contractor are not known to the County. Therefore, be responsible for utility protection, modification, and relocation even when not indicated in the Drawings.

E. Coordinate protection, modification, and relocation work with the affected utility. Work shall be completed to the utility owners' requirements and standards.

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 4 OF PROPERTY AND WORK

F. Major Underground Utility:1. Be responsible for protection, effects, and damages of utilities not in Conflict with the new

Facility.2. When utility is not included in the Drawings and in Conflict with the new Facility, notify the

Project Representative and proceed as approved by the Project Representative.3. Be responsible for work when utility is not indicated in the Drawings and no Conflict with the

installation of the new Facility exists.4. Be responsible for work when utility is in a Substantially Different Location than indicated in

the Drawings and not in Conflict with the new Facility. 5. When the utility is in a Substantially Different Location and in Conflict with the new Facility,

notify the Project Representative and proceed as approved by the Project Representative.

G. Minor Underground Utility:1. Be responsible for protection, effects, and damages on minor utilities.2. Be responsible for costs and impacts resulting from Conflict with minor underground utilities.

H. Coordinate work of this Section with the geotechnical instrumentation and monitoring work of Section 02120.

I. Temporary Support Systems:1. Submit detail drawings of proposed methods to support, protect, and buttress utilities and

structures affected by the work.2. Methods proposed are required to be reviewed and approved by the affected utility owner

prior to submittal per Section 01300.

J. Storm and sanitary systems:1. Existing live storm and sanitary sewers shall remain in service.2. Unless otherwise indicated, storm and sanitary sewers that need to be removed during

construction shall be replaced in the same configuration and using materials required by the AHJ.

3. Be responsible for proper disposal of existing storm water and sewage flow.4. Unless otherwise indicated, immediately repair construction damage to the existing storm and

sanitary sewer systems and manholes to a condition equal to or better than that existing prior to the damage that meets the requirements of the AHJ.

5. Remove water accumulating during construction from the new storm and sanitary sewers and prevent it from entering existing lines.

6. Remove debris and clean existing pipes which have been affected by the construction to the point of the next upstream connection; repair pipelines and manholes damaged, and remove gravel, rocks, and other debris that has entered the existing system during construction.

7. Connection to an existing manhole or sewer line shall not be made until approved by the Project Representative. See Section 02608.

8. Repair and replace damaged storm systems per:a. City of Seattle Standard Plans

9. Repair and replace damaged sewer systems per the AHJ.

K. Aboveground electrical, cable, and communication facilities:1. Overhead items include, but not limited to, power and telephone lines, pole anchors,

temporary traffic signals, traffic signal mast arms, overhead sign bridges, sign support span wires, signs, and street lights.

2. Observe the location of overhead facilities and plan and conduct work operations accordingly.3. Protect and avoid damage to overhead facilities.4. Relocate facilities as required to meet the means and methods to be utilized by the

Contractor. Be responsible to meet the requirements of the utility owner for relocation and protection no matter who performs the work.

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 5 OF PROPERTY AND WORK

5. Consult with and rely on the information provided by utility owners and operators to determine the extent of hazards and measures required. Determine the extent of hazards created by facilities in areas and follow approved safety procedures during the work.

6. Support poles at risk of being undermined by the work and as requested by the utility having jurisdiction.

7. Follow the requirements of WAC 296-24-960 and WAC 296-155-53408 for energized conductors.

L. Underground Facilities:1. Determine the protection necessary to proceed safely to protect underground facilities.2. Meet the requirements of the utility owner for relocation and protection.

M. Gas:1. As required and approved by the utility owner, protect, maintain, support in place, or relocate

gas pipes crossing and paralleling the pipeline trench.2. Provide a minimum of 12 inches of clearance, measured from edge to edge, between gas

mains or gas service lines and new pipeline and facilities. If relocating of the new pipeline or facility is not practical, a protective wrap shall be provided for the entire distance where less than 12 inches of vertical clearance and less than six inches of horizontal clearance is provided. Wrapping material shall consist of either a split polyvinyl chloride (PVC) pipe or PVC wrapping of at least 0.04 inches in thickness, and shall be applied to either one of the pipes.

3. Remove abandoned gas mains encountered in the trench area.4. Temporary gas service slack lines shall be protected and maintained during pipeline

installation.5. Notify Puget Sound Energy (PSE) at least five business days in advance of excavation in the

vicinity of high-pressure gas main.

N. Water:1. See Section 02665 and the Drawings for water line work on both the Hanford Site and on the

Bayview Site.2. As required by the utility, protect, maintain, support in place, or relocate all water pipelines

affected by the work.3. Maintain water service along the alignment of work at all times.4. Thrust blocks are not indicated in the Drawings and shall be assumed to be present at all

water line deflections of 12.5 degrees or greater.5. Notify the Project Representative immediately of any damage. Begin repairs immediately

and work continuously until water service is restored.6. Unless otherwise indicated, be responsible for costs and damages

O. Roadways:1. Protect existing sidewalks, curbs, pavements, parking lots, utilities, adjoining property, and

structures, and avoid damage thereto.2. Protect and replace traffic signage, paint striping, and channelization.3. Unless otherwise indicated, maintain the existing illumination pattern for signs, roads, and

private property to meet the requirements of the AHJ4. Install temporary roadway lighting as necessary.5. Maintain access for emergency crews and equipment.

P. Outdoor signage and lighting:1. Protect lighting systems at buildings that may be impacted by work.2. Provide temporary electrical service when existing service is impacted by work.3. Replace damaged systems to the satisfaction of the property owner and business, and as

approved by the Project Representative.

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 6 OF PROPERTY AND WORK

Q. Sound Transit:1. Track Access Permit:

a. Sound Transit will require a Central Link Track Allocation Permit for work in close proximity of the elevated rail platform. Close proximity will be determined solely by Sound Transit. Contact Sound Transit to determine what work Sound Transit determines to be in the Sound Transit ROW.

b. Sound Transit permits are issued by the week starting each Monday just after midnight and end the following Sunday at midnight.

c. Subcontractors shall obtain their own permit.d. Follow Sound Transit requirements prior to the work and acquisition of the permit and

during the permitted work.e. Permits shall be activated with the Link Control Center (LCC) each day before work

begins and then closed with the LCC when the work is complete for each day.f. Submit a completed form directly to Sound Transit. Depending on the work, the submittal

may require to be done at least three weeks in advance of the week of the work.g. To obtain a permit request form, contact the Central Link Track Access Office at

([email protected]). (206-903-7692)h. When received, submit the approved permits to the County prior to the work.

2. Sound Transit Training:a. Every person who performs work within the Sound Transit ROW shall have taken the

ROW safety training course and obtained a card that demonstrates that the course was attended. The card is valid for one year.

b. The times and dates for the classes vary. Class attendees shall sign up with Technical Trainer Gabriel Rukeyser to attend the classes. Contact Gabe at [email protected] or 206-903-7787.

c. Contractor will not be issued a permit until all members of their crew have completed the Sound Transit ROW training and have cards issued to them.

3. Sound Transit requires a Safety Watch by a Sound Transit representative for work adjacent and in close proximity to the overhead rail structure.

4. No work shall occur within a 10-foot dynamic envelope of the overhead rail structure without the rail system being de-energized. The only time that rails can be de-energized is between 1:30 am and 4:00 am daily. Be responsible for means and methods of the work and for coordinating such work with Sound Transit as required.

5. Be responsible for costs required to obtain the permits and meet the requirements of Sound Transit.

6. Keep Project Representative informed of status a minimum of weekly or as requested

R. King County Metro Transit (Metro):1. Protect trolley and catenary lines during the work.2. Be responsible for costs and damages related to Metro from the work of this Contract.3. Notify the Project Representative and Metro immediately of damage to Metro facilities. Metro

is required to repair damaged trolley lines.4. Per Chapter 296-155 WAC, all non-qualified personnel and equipment shall maintain a 10-

foot clearance from the trolley overhead (TOH) lines. If the required clearance cannot be maintained, work shall be scheduled for weekends when Metro can deactivate the TOH lines and motorize routes.

5. If clearance cannot be maintained, a Motorization Request Form and a TOH Deactivation Form shall be submitted a minimum of ten business days before the work is to occur.

6. Trolley lines can be de-activated only by Metro on weekends from Saturday at 4:00 AM to Monday at 2:30 AM.

7. Metro costs:a. Be responsible for Metro costs of: de-activation; re-activation; catenary line work; and

alternate coach use.b. There are two fees associated with TOH Deactivations:

1) King County Ordinance 16943 requires prepayment of a $1000.00 fee before TOH deactivation requests can be fulfilled for each deactivation.

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 7 OF PROPERTY AND WORK

2) Metro Power & Distribution requires payment of $2000 for each deactivation of the TOH.

3) In summary for each weekend of deactivation, Metro will charge the Contractor $3000.

4) Additional information can be found at http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx.

8. All work in or impacting Rainier Avenue South shall be accomplished with de-activated trolley electrical lines in their existing location.

9. Deactivation:a. Notify Metro a minimum of two weeks prior to the first request for deactivation.b. Provide Metro a schedule for all work that requires de-activation of the trolley lines.c. Subsequent to the first request, weekly deactivations require confirmation a minimum of

72 hours prior to the start of the day the deactivation takes effect.d. Deactivation requests do not have to occur on consecutive weekends as long as the

Contractor properly notifies Metro.10. Temporary Wood Pole and Catenary Line Installation:

a. Existing catenary lines are in conflict with construction at the Bayview Site.b. Install temporary wood poles to the location indicated in the Drawings.c. Follow this sequence to have catenary lines moved by Metro:

1) After the installation of new temporary wood poles has been completed, provide 20 days working notice to Metro, Peter Duncan at 206-263-4607.

2) Metro will transfer catenary lines to the temporary wood poles and catenary lines will remain in this configuration for the duration of the work on the Bayview site.

3) After work at the Bayview site is complete, provide 20 days’ notice to Metro to transfer catenary lines back to the steel poles.

4) After the catenary lines have been transferred back to the steel poles remove the wood poles and restore the sidewalk area as required by the AHJ.

11. Keep Project Representative informed of status of the above weekly or as requested by the Project Representative.

1.07 SHORING AND BRACING

A. Shore up, brace, underpin, and protect as necessary, the foundations and other parts of existing structures and utilities adjoining the site of the work that may be affected by the work.

B. Be responsible for damages due to settlement and the loss of lateral or adjacent support of adjoining and adjacent structures, property, and utilities.

C. Identify and notify Project Representative where conditions exist that could result in damages and implement measures to complete the work prior to proceeding with pipeline installation.

D. Comply with the requirements of WAC 296-155-657 as applicable and Section 02165.

1.08 EMERGENCIES

A. Whenever work endangers the safety of life or property, including adjoining property or property in the immediate proximity of the work, take prudent actions to prevent loss or injury.

B. Unplanned outage of Utility:1. Time is of the essence. Provide immediate, continuous, and thorough actions and coordinate

as required.2. Immediately notify the Project Representative and the Utility owner.3. Protect as required.4. Be responsible to continuously provide the necessary resources to restore utility service as

quickly as possible.5. Be responsible for costs and damages.

September 2015C00946C15 PROTECTION AND MAINTENANCERainier Valley Wet Weather Storage 01195 - 8 OF PROPERTY AND WORK

1.09 PROTECTION OF TREES AND VEGETATION

A. Per Section 01560.

1.10 DISPOSITION OF THIRD PARTY CLAIMS

A. Be responsible for damage related to prosecution of the work.

B. The County may receive notification of damage and consequential damages in writing as third party claims as a result of the prosecution of the work.

C. When received, third party claims will be tendered to the Contractor.

D. The Contractor is required to contact the claimant within 30 days of receipt of the claim from the Project Representative.

E. Report to the Project Representative within 45 days of receipt with the Contractor’s proposed action on the claim. If the Contractor fails to contact the claimant within the time stipulated above or disposition the claim within 90 days of receipt, the County may disposition the claim with the third party claimant and may withhold the amount of the settlement from the disposition from the next Application for Payment.

F. During the procedural requirements listed above, keep the Project Representative informed of the plan and actual progress.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 GENERAL

A. Contact Utility Underground Notification Service (One-Call) prior to excavation.

B. Coordinate work with the geotechnical instrumentation and monitoring work of Section 02120.

C. Pothole:1. Locate and expose utility locations as required by this Section prior to new construction in the

zone-of-influence of the new underground Facility.2. Follow requirements of this Section when location of utility is different than indicated in the

Drawings and within the Zone-Of-Influence.

D. Protect and relocate Minor and Major Underground Utility required to complete the work.

E. If damage to a utility occurs, repair damage to the requirements of the utility owner prior to backfilling said utility.

F. If unplanned outage occurs, follow the requirements of this Section and be responsible to restore service as quickly as possible.

G. Replace damaged landscaping to the satisfaction of the property owner when impacted by the work.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01200 - 1 CONTRACT MEETINGS

SECTION 01200

CONTRACT MEETINGS

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies Contract meetings prior to and during construction.

1.02 PRE-CONSTRUCTION CONFERENCE

A. The Project Representative will chair a meeting of representatives of the Contractor, King County staff, and other affected agencies prior to beginning construction. The purpose of the meeting will be to:1. Establish lines of authority and communication within the Contract team.2. To discuss the administrative requirements of the Contract.3. Address project issues if needed.4. To define the duties and responsibilities of all parties.

B. Agenda:1. Schedules2. Health and safety 3. Mobilization plans4. Equal employment regulations5. Apprenticeship programs6. Administrative procedures of the Contract7. Permits, easements, community relations8. Archaeological Resources Monitoring Plan and Inadvertent Discovery Plan (ARMP/IDP)9. Other issues agreed between Contractor and King County10. Seattle Department of Transportation Street Use Right-of-Way Permit

C. Ensure that the Contractor’s Representative, superintendent, Safety Officer, and representatives of all major subcontractors are present at the meeting.

1.03 PRE-CONSTRUCTION MEETINGS

A. Attend pre-construction meetings with the Project Representative and others as required to discuss permit requirements and work plans for various elements of the Work, as specified in individual Sections and as requested by the Project Representative.

B. Ensure that the superintendent and representative of major subcontractors are present at the meetings. Major subcontractors shall include at a minimum mechanical, electrical, cured-in-place pipe, and pipe ramming.

C. The Project Archaeologist or Archaeological Monitor will provide a 10-minute on-site cultural resources orientation for construction crew members involved in ground disturbing construction work prior to commencement of their work on both Hanford and Bayview sites.

1.04 DPD PRE-CONSTRUCTION MEETING

A. Meet with the Project Representative, the assigned Special Inspectors, and DPD representatives at the Sites (one at Hanford and one at Bayview) prior to the start of the work to review, but not limited to, the following: responsibilities of all parties involved, work where Special Inspection is required, notification requirements, access requirements, and safety requirements.

September 2015C00946C15Rainier Valley Wet Weather Storage 01200 - 2 CONTRACT MEETINGS

B. Meeting at Hanford shall occur only after the City of Seattle approved shoring permit is received by the Contractor for work at Hanford associated with the work on the tank site.

1.05 SEATTLE DEPARTMENT OF TRANSPORTATION (SDOT) PRE-CONSTRUCTION MEETINGS

A. Obtain the SDOT Street Use Right-of-Way Permit (see Section 01062) prior to this preconstruction meeting.

B. Follow requirements of SDOT per Client Assistance Memo (CAM) 2216 (www.seattle.gov/transportation/cams/CAM2216.pdf) prior to and for the meeting.

C. Coordinate requirements of the SIP Construction Contact Form with the Project Representative (http://www.seattle.gov/transportation/stuse_sip.htm).

D. Be responsible to meet all requirements of SDOT prior to start of work in the ROW. Preconstruction Material Transmittal Form requirements are attached to the SIP in Section 01062 and can be found at: http://www.seattle.gov/transportation/stuse_sip.htm.

E. Be responsible to schedule and meet with SDOT representative and the Project Representative within 30 days prior to start of construction in the right-of-way (ROW).

1.06 PROGRESS MEETINGS

A. General:1. Attend weekly progress meetings to discuss the issues and progress of the project. 2. Arrange for attendance of subcontractors as necessary to discuss job progress.3. Meeting time to be mutually agreed to between the Project Representative and Contractor

Representative.

B. Attendance:1. Attendance may be required from:

a. Project Representative and other King County staffb. Contractor's representative and other Contractor staffc. Other contractors, as pertinent to agendad. Subcontractors, as pertinent to agendae. Contractor Safety Officerf. Representatives of governmental agencies, other regulatory agencies, or utilities

C. Agenda:1. In general, the agenda for each meeting shall be agreed to by Contractor and Project

Representative and may include items such as:a. Review and acceptance of previous meeting minutesb. Review progress on action items from prior meetingsc. Review work progress since last meeting compared to the look ahead scheduled. Look ahead schedule for upcoming periode. Identification of problems that might impede planned progressf. Construction deficienciesg. Contract administrative deficiencies including:

1) RFI status2) Submittal status3) RCO status4) RCP status

h. As-built statusi. Coordination of work with other contractorsj. Project Safetyk. Permit Statusl. SDOT Street Use Permit related use, inspections, and planned modifications

September 2015C00946C15Rainier Valley Wet Weather Storage 01200 - 3 CONTRACT MEETINGS

m. Other items as required by the Project Representative and the Contractor

D. Attend pre-construction and coordination meetings with subcontractors as requested by the Project Representative.

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

3.01 MEETING RECORD

A. The Project Representative will record results of the meeting including, but not limited to, the following:1. Issues discussed2. Agreements3. Follow-on action items required by either the Contractor or King County4. Construction deficiencies noted5. Contract administrative deficiencies noted6. Project safety issues7. Action items

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01300 - 1 SUBMITTALS PROCEDURE

SECTION 01300

SUBMITTALS PROCEDURE

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies procedures and requirements for all submittals, substitutions, deviations, and the master submittal list required by the Specifications.

B. In addition to submittals required by individual Section specifications, submit information on items shown on the drawings but not identified in the specifications and on Contractor chosen supplemental items to be included in the final product.

C. Submit information on all repair and corrective work required of or generated by the Contractor such that the acceptability of the quality of the repair or correction can be assessed before it is performed.

D. Submit descriptive information that will enable the Project Representative to assess whether the proposed materials, equipment, or methods of work are in general conformance with the work and in compliance with the Contract.

E. Specifically identify and annotate any deviation or substitutions in the submittal. If deviations or substitutions are not clearly identified or annotated, the original contract provisions shall prevail; if the item has been installed without specific acceptance of the deviation or substitution it shall be removed and the contract required item installed in its place.

F. No fabrication or construction work shall occur on a specific submittal item without a submittal Review Action of “1” NO EXCEPTIONS TAKEN or “2” NOTE MARKINGS. Any procurement or construction activity undertaken by the Contactor absent such a submittal Review Action will not be progress on project schedule or schedule of values.

G. Unless specified otherwise in this Contract, preparation, and revisions of submittals is to be an incidental expense and not a pay item.

1.02 MASTER SUBMITTAL LIST

A. Prepare and submit within 20 days after the effective date of the Notice to Proceed, a Master Submittal List listing of all items for which submittals are required by the Specifications. Organize the Master Submittal List by Specification Section number and include the following information for all listed items:1. Item identification.2. Specification Section number.3. Planned submittal date4. Identification of those items that are substitutions or contain deviations from the

Specifications.5. Identification of those items that require other jurisdictional agency review and approval.6. The List shall include columns for future use as information becomes available shall be

provided for the following items:a. Trade name, model, and catalog designation.b. The scheduled need dates for control purposes.c. Date submitted.d. The date approval is needed.e. The date on which material is needed.

September 2015C00946C15Rainier Valley Wet Weather Storage 01300 - 2 SUBMITTALS PROCEDURE

1.03 CONTRACTOR RESPONSIBILITIES

A. Be responsible for the accuracy and completeness of the information contained in each submittal. The cost to review the initial submittal and the first revised submittal shall be borne by the County. The cost to review all additional revised submittals shall be charged to the Contractor.

B. Verify that the material and equipment described in each submittal conforms to the requirements of the Contract prior to submittal.

C. Ensure that the material, equipment and methods of work used are described in the submittal.

D. Coordinate and integrate all submittal dates with the Baseline Schedule.

E. Annotate on the Submittal Transmittal Form 01300-A if the submittal conflicts or may affect the work with other submittals.

F. Ensure coordination of submittals among the suppliers, related crafts, subcontractors, and with the planned work. The Contractor will be held responsible for any cost or schedule impact caused by a submittal coordination failure.

G. Submit a request for all substitutions using Form 01300-B received from the Project Representative.

H. Call out all deviations from the Contract on the Submittal Form 01300-A transmitted to Project Representative and note where applicable in the body of the submittal.

I. Include Preliminary Operations and Maintenance information as required in Section 01730.

1.04 SUBMITTALS ON ITEMS DIFFERING FROM THAT REQUIRED BY THE CONTRACT

DOCUMENTS

A. APPROVED EQUAL1. Definition: An item of material or equipment proposed by the Contractor that has the same

function, quality, durability, appearance, strength, and design characteristics equal to that named, that meets the requirements of the Specification, and is sufficiently similar so that no change in related work is required. The item of material or equipment shall reliably perform at least equally well for the function imposed by the design concept of the completed work as a functioning whole. In general, approved equal applies to manufactured items.

2. Clearly note on the submittal Form 1300-A if any items are submitted as an equal3. Acceptance is at the Project Representative’s sole discretion and the decision regarding

acceptance or rejection shall be final. If the Contractor disagrees, a Request for a Change Order shall be filed in accordance with contract provisions. Do not assume acceptance at any time prior to the rendering of decision by the Project Representative.

B. SUBSTITUTION1. Definition: An item of difference in materials, equipment, means, method, technique,

dimension, sequence, or procedure which functionally meets the Contract requirements, but does not meet the Specification(s) and is equal to or better than the specified item.

2. Substitutions requested by the Contractor shall conform to the requirements of Section 00700 4.8. A submittal shall be provided for each substitution request, must be submitted using Form 01300 – B, and shall address all items on the form. The request shall include complete specifications or means and methods for the item including procurement, operational and maintenance cost data. Substitution Request forms shall be numbered sequentially beginning with the number No. 1.

3. Any Substitution not identified on a submittal is not accepted or approved regardless of any action taken on the submittal by the County. Action taken by the County on the submittal shall not relieve the Contractor from complying with the original Contract requirements.

September 2015C00946C15Rainier Valley Wet Weather Storage 01300 - 3 SUBMITTALS PROCEDURE

4. Acceptance is at the Project Representative's sole discretion and the decision regarding acceptance or rejection of the substitution shall be final. If the substitution is rejected, proceed with the contract specifications without delay. Do not assume acceptance at any time prior to the rendering of a written decision by the Project Representative.

C. DEVIATIONS1. Definition: A minor change or omission to a specified material, procedure or product

proposed by the Contractor that does not fully conform to the requirements specified, but conforms to dimensional, operational, and maintenance requirements and can be shown to accomplish the functional and operational and maintenance performance of the specified item.

2. Annotate in the submittal all deviations from stated requirements in the Contract. Any deviation not identified on the submittal is not accepted or approved regardless of any subsequent action on the submittal by the County. Failure of the County to comment on the deviation shall not relieve the Contractor from complying with the original Contract requirements.

3. Acceptance is at the Project Representative's sole discretion and the decision regarding acceptance or rejection shall be final. Do not assume acceptance at any time prior to the rendering of a decision by the Project Representative.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 TRANSMITTAL PROCEDURE

A. General:1. Submittals shall be accompanied by Submittal/Transmittal Form 01300-A. An electronic

blank copy of this form will be provided by the Project Representative. Equipment numbers shall be listed on Form 01300-A for items being submitted. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections for which a submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package, or are so functionally related that expediency indicates checking or review the group or package as a whole. No multiple-Section submittals will be allowed except where previously approved by the Project Representative.

2. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: “XXX”; where “XXX” is the sequential number assigned by the Contractor. Resubmittals shall have the following format: “XXX-Y”; where “XXX” is the originally assigned submittal number and “Y” is a sequential letter assigned for re submittals, i.e., A, B, or C being the 1st, 2nd, and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of Submittal 25.

3. Submit all proposed approved equals as a part of the submittal process.4. Transmit one electronic pdf document of each submittal or resubmittal to the Project

Representative. The electronic document must be accompanied with a completed Submittal/Transmittal Form 01300-A and include all submittal materials. The electronic documents may be attached to an e-mail. The Project Representative will provide the e-mail address. Digital files in excess of 5 MB will not be transmitted via e-mail and may be sent using a King County FTP site. The Project Representative will provide instructions for use of the King County FTP site.

September 2015C00946C15Rainier Valley Wet Weather Storage 01300 - 4 SUBMITTALS PROCEDURE

5. Transmit one reproducible exact replica of the electronic documents via hand delivery or mail to King County within seven days from transmittal of the electronic submittal document. The reproducible documents shall not exceed 22 inches x 34 inches. Product samples and color samples may not be transmitted electronically.

B. Samples: Submit the number requested in the Specification Section with the submittal form.

C. Certificates: Will be considered as information. No copy shall be returned.

D. “Submit for information only”: No copy shall be returned

3.02 REVIEW PROCEDURE

A. Unless otherwise specified in the Technical Specifications, within 30 days after receipt of each submittal or resubmittal, one electronic copy of the County’s identified Review Action and any review comments will be transmitted to the Contractor. This will be followed with one paper replica of the electronic document within seven days from the transmittal of the electronic document. The returned submittal will indicate one of the following actions:1. If the review indicates that the submittal is in general conformance with the Contract, the

submittal copies shall be marked "No Exceptions Taken" and given a Review Action of "1." In this case, implement the work covered in the submittal.

2. If the review indicates that the submittal requires limited corrections, the submittal copies will be marked "Note Markings" and given a Review Action of "2." In this case, begin to implement the work covered in the submittal in accordance with the markings noted. Where submittal information is to be incorporated in O&M data, a corrected copy shall be resubmitted; otherwise, no further action is required.

3. If the review reveals the submittal is insufficient and contains incorrect data and the comments are of a nature that can be confirmed, the submittal copies shall be marked "Comments Attached --Confirm" and given a Review Action of "3." A Review Action “3” does not allow implementation of the work covered by the submittal until the information requested to be confirmed in the submittal has been revised, submitted, and returned to the Contractor with a Review Action of either "1" or "2.”

4. If the review reveals the submittal is insufficient or contains incorrect data and the comments require that the submittal be revised and resubmitted, the submittal copies shall be marked "Comments Attached --Resubmit" and given a Review Action of "4.” A Review Action “4” does not allow implementation of the work covered by the submittal until the information in the submittal has been revised, resubmitted, and returned to the Contractor with a Review Action of either "1" or "2.”

5. If the review reveals that the submittal is not in general conformance with the Contract, or if the submittal is incomplete, the submittal copies shall be marked "Rejected" and given a Review Action of "5." Submittals containing deviations or substitutions from Contract which have not been clearly identified by the Contractor fall into this category. A Review Action “5” does not allow implementation of the work covered by the submittal until the information in the submittal has been revised, resubmitted, and returned with a Review Action of either "1" or "2.”

3.03 EFFECT OF REVIEW OF SUBMITTALS

A. Review of submittals shall not relieve the Contractor of its responsibility for errors or omission therein and shall not be regarded as an assumption of risks or liability by the County.

B. Unless Contractor specifically identifies and the County accepts a Deviation or Substitution on the submittal, no disposition of the submittal by the County changes the requirements of the Specification and Drawings.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-1 PROJECT SCHEDULES AND REPORTS

SECTION 01310

PROJECT SCHEDULES AND REPORTS

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies requirements and procedures for preparing project schedules, schedule of values, and reports.

B. Incorporate milestones and constraints including, but not limited to, those indicated on the drawings and in Section 01010 - Summary of Work, Section 01014 - Milestones and Constraints and Section 01062 – Permits and Easements.

C. Purpose:1. Project Schedule:

a. To assure planning to execute the work in the required Contract Time and avoid conflicts with other concurrent construction.

b. To establish and monitor the scheduling and progress of Contract work activities.c. To assist the Project Representative in monitoring progress and for the assessment of

Contract change impacts.d. To assist the Project Representative and Contractor in determining the completed work

for processing of the Application for Payment.2. Schedule of Values: To provide an allocation of the Contract Price for measurement of

monthly progress and payment.3. Reports: To provide a qualitative and quantitative record of work progress, planned progress,

project schedule changes, and monthly progress payment.

D. Use the scheduling technique known as the Critical Path Method (CPM). Use the Precedence Diagramming Method (PDM) in preparing the CPM diagrams and calculations.

E. Failure to comply with the requirements of this Section will be cause for delay in review and acceptance of the Application for Payment. See Section 00700.

F. It is understood by the Contractor that its failure to properly schedule the project and provide the required reports as set forth in this Section will adversely impact the ability of the County to manage its responsibility regarding time and cost management.

G. Use the scheduling software Primavera 3.0, P6, or SureTrak 3.0, or later versions.

1.02 DEFINITIONS

A. Float:1. Float in the Project Schedule is defined as the period of time measured by the number of

days each non-critical activity may be delayed before it and its succeeding activities become part of the Critical Path.

2. Contractor and County may both utilize float to offset delays to the project work.

B. Draft Project Schedule:1. The initial Critical Path Method schedule (CPM) for the Contractors’ work that includes the

early start/finish and late start/finish dates for each contract activity, milestone, constraint, significant contract activities and procurement of critical materials specified in Division 1 through Division 17.

C. Baseline Schedule:1. Includes revisions from the review comments of the Draft Project Schedule submittal.

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-2 PROJECT SCHEDULES AND REPORTS

2. A CPM cost loaded schedule that includes the Contractor’s complete plan and all the necessary activities to perform the Contract work within the Contract Time including milestones and constraints defined in the Contract.

D. Schedule of Values:1. Schedule of Values identifies the various activities of the Contract work and their values and

quantities including the overhead and profit of each activity.2. Cost information presented in a tabular Microsoft Excel 2010 or newer format to be used as a

tool to track status of each activity on a monthly basis.

E. Monthly Update Schedule:1. Updates to the Baseline Schedule show the current construction schedule that reflects actual

progress to date, updating all changes to the Contract, and the schedule plan to complete the work within the Contract Time.

F. Three Week Look-Ahead Schedule:1. A three week detailed look at work activities planned for this Period. Scope of detail is to

review the past week of progress and the future three weeks of planned work activities. 2. Provide this schedule with greater detail than the CPM and prepare it in a format that

includes references to appropriate CPM schedule activity numbers and work breakdown.3. The three week look-ahead schedule shall coordinate with the Monthly Update Schedule.

G. Cost Loaded Schedule:1. The Baseline and Monthly Update Schedule in which each individual schedule activity has

appropriate cost information in order to develop the required cash flow reports and to coordinate with the monthly Schedule of Values for the Application for Payment.

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications: Submit within seven (7) days after the effective date of the Notice to Proceed.

C. Schedules: Submit all schedules in hardcopy and accessible electronic data files in the software format in which it was created. At a minimum, the data files shall provide the CPM Network Diagram; tabular report listing of each activity by Early Start and Total Float sorts; logic tie report providing the predecessor and successor for each activity; precedence diagram; and earned value projections.

D. Draft Project Schedule: Submit at the Preconstruction Conference identified in Section 01200. This submittal will be reviewed by the County as required in Section 01300 to verify that the requirements of this Section have been met and may require more than one submission by the Contractor to attain a Review Action of 1 (No Exceptions Taken) or 2 (Note Markings). When the Draft Project schedule receives a review status of 1 or 2, compile and note all comments and submit as the Baseline schedule.

E. Baseline Schedule: Submit no later than 10 days after the dated return of the review comments from the County on the Draft Project Schedule. The Contractor is not entitled nor is the County required to make any progress payments for work until the Baseline Schedule has received a Review Action of 1 or 2. No more than one progress billing will be paid without an approved baseline schedule.

F. Monthly Update Schedule: Submit with each Application for Payment.

G. Three Week Look-Ahead Schedule: Submit during each progress meeting per Section 01200.

H. Schedule of Values:

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-3 PROJECT SCHEDULES AND REPORTS

1. Submit the initial Schedule of Values with the submission of the Draft Project Schedule. 2. Submit the final Schedule of Values with the submission of the Baseline Schedule.

I. Reports:1. Daily reports: Submit on the first working day of the week for past weeks’ work.2. Monthly cash flow reports: Submit with each Application for Payment.3. Monthly production reports: Submit with each Application for Payment when requested by the

Project Representative.4. Work Plan reports: Submit when requested by the Project Representative.5. Monthly progress reports: Submit with each Application for Payment.6. Recovery Schedule: Submit as described in this Section when requested by the Project

Representative.

1.04 QUALIFICATIONS

A. Submit names and qualifications of the personnel used for the preparation and maintenance of the schedule and reports. Demonstrate in the Statement of Qualifications that the individual(s) preparing the Baseline and Monthly Update Schedules are experienced and proficient in the use of the scheduling software. Changes in the person(s) named require submittal of the qualifications of the new person(s) to the Project Representative for acceptance.

1.05 SCHEDULES AND REPORT PREPARATION

A. The Project Representative may provide sample forms at the Preconstruction Conference for Contractor's use.

B. Any schedule having an early completion date (less than the Contract Time) shall show the time between the early completion date and the Contract Time date as “float.”

C. Resource loaded scheduled will not be allowed.

D. Schedule format:1. Each Baseline and Monthly Update Schedule in CPM format clearly showing the Critical path.2. Work breakdown structure:

a. Work breakdown structure is a project oriented tree subdivision of the activities required to produce the end product.

b. At a minimum, break the schedule down and band the activities together into the categories listed in the bid schedule and into the following categories:1) For each Section in Division 1 through Division 17.2) Procurement of major materials, including buy-out/issuance of purchase orders.3) Required Milestones, if any.4) Listed constraints, including permitting. 5) Preparation and submittal of all material and equipment as shown in the

Specifications.6) Submittal and review per Section 01300.7) Record drawing preparation and submission.8) City of Seattle Department of Transportation Street Use Right-of-Way Permit

indicated in Section 01062:a) Provide multiple activities and associated durations in the schedule

representative of the work area and times of street use related to the work in the right-of-way.

b) Activities shall be separate for work at Bayview and for work at Hanford.9) Asset management data list submission.10) Report and schedule preparation per this Section. 11) Operations and maintenance manuals preparation and submission.12) Manufacturer training for specified equipment.

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-4 PROJECT SCHEDULES AND REPORTS

13) Start-up and testing.14) Commissioning.15) Closeout Activities.

c. Track fabrication and delivery activities of major items to be incorporated into the work.d. Include all data files created by the software with the schedule. This shall include, but not

limited to, all required reports.3. In preparing the schedule, allocate the work into discrete activities such that the duration of

each activity does not exceed 21 calendar days and construction activity values do not exceed $50,000, unless approved otherwise by the Project Representative. Non-construction activities (e.g., submittals, procurement, fabrication, punch list, operations and maintenance manuals, training, etc.) may have durations in excess of 21 calendar days.

4. Activity master list includes the following information from each activity:a. Activity Number.b. Activity Description: Adequately describes the activity as if it were looked at by itself.c. Performing Organization: Identification of company or firm performing the activity.d. Activity Value: Rounded to nearest hundred dollars.

1) Prorated overhead and profit applied to each activity.e. Major Activity Identifier: Code for activity relationship to the work breakdown structure.

5. Activities related to submittals and procurement shall reflect subsets showing submittal preparation, submittal and review time for shop drawings, product data, samples, fabrication and delivery time, as-built drawings preparation, and preparation of submissions of operations and maintenance manuals.

6. Cost load for every activity:a. Each activity should have in its value as determined in the preparation of the activity. b. Certain activities have defined payment constraints in the specification.

1) Progress schedule and reports: Per Section 01310.2) Record drawings: Per Section 01720.3) Asset management form: Per Section 01725.4) Operation and maintenance manuals: Per Section 01730.5) Spare parts: Per Section 01750.6) Facility integration, testing and commissioning: Per Section 01660.7) Mobilization and demobilization: Not greater than five percent (5%) of the Contract

Price allocated for combined Mobilization plus Demobilization; paid at seventy percent (70%) mobilization and thirty percent (30%) demobilization.

7. Schedule shall include hours of work, identification of the holidays and non-work days applicable to the schedule, constraints and milestones defined in Sections 01014 and 01062, and other sections within the Contract Documents.

8. Prepare network diagrams on 11-inch x 17-inch or larger sheets. Network diagrams shall include the following contents for each activity:a. Number.b. Description.c. Duration.d. Early Start/Late Start.e. Early Finish/Late Finish.f. Predecessors.g. Successors.h. Float.

9. Contractor warrants that the value in the activity accurately reflects the value of that work activity.

10. Dates imposed on the schedule are not binding on the County and the Project Representative unless specified in the Contract.

11. Failure to include any element of work required for the performance of the Contract does not excuse the Contractor from completing the work as described in the Contract.

12. Requests from the Project Representative:

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-5 PROJECT SCHEDULES AND REPORTS

a. When requested by the Project Representative, submit a written narrative of the Contractor's determination of durations for critical and near critical activities. Include in such explanation the number of crews, crew composition, number of shifts per day, number of hours in a shift, the number of work days per week, production curves for major commodities (e.g., below grade pipe, concrete, piping, wire and cable), construction equipment and supplier and delivery requirements.

b. If required by the Project Representative, present documentation substantiating the cost allocations of those activities considered, in the opinion of the Project Representative, to be unbalanced.

13. Monthly Schedule updates shall include:a. Activity dates and earned value:

1) Last Month Percent Complete.2) Current Percent Complete.3) Earned Value, rounded to the nearest dollar.4) Duration, in workdays.5) Actual Start.6) Expected Finish.7) Actual Finish.

b. Add or revise duration of activities and new activities so that the Monthly Schedule Update(s) are consistent with executed change orders. Cost load the added activities. When revised or new activities change the Contract Price, add these activities to the Schedule of Values.

1.06 DRAFT PROJECT SCHEDULE

A. Prepared by Contractor and submitted at the Preconstruction Conference. Schedule submittal to include the electronic information on the data files of the software so the necessary reports can be printed out for assistance in reviewing the submitted data.

B. The Draft Project Schedule is the complete Contractor’s plan to perform the Contract in accordance with milestones and constraints and within the Contract Time as defined in the contract documents. The Contractor shall complete all tasks defined in this Section.

C. The Draft Project Schedule shall include a print out of the cash flow forecast presented in the schedule.

1.07 BASELINE SCHEDULE

A. Work to be scheduled for completion within the amount of Contract Time specified. No change in the Contract Price for delay will be allowed based on an early completion schedule.

B. Shows Contractor’s complete plan for the work in the Contract. Completes all the requirements of this Section, including cash flow requirements. Includes all data files in the software so necessary reports can be accessed.

C. Incorporate into the Baseline Schedule the Project Representative requests for clarification or additional information from the review of the Draft Project Schedule. The Project Representative comments shall not be construed as establishing the Contractor’s schedule.

D. Utilized as the initial schedule for the start of monitoring the progress of the work.

1.08 MONTHLY UPDATE SCHEDULE

A. The Monthly Update Schedule is the most current update and a requirement of the Application for Payment, defined in Article 7.0 of Section 00700. Monthly Update Schedule(s) shall comply with requirements of Article 7 and the following:1. Include a status of all activities through the last day of the month being progressed.

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-6 PROJECT SCHEDULES AND REPORTS

2. Include all executed change order work to date.3. Include all the requirements and information, as required in this Section.4. The latest agreed upon Monthly Update Schedule and the accepted Baseline Schedule will

be used by the Project Representative to review requests for changes in contract.

1.09 SCHEDULE OF VALUES

A. Submit Schedule of Values in a tabular Microsoft Excel 2010 or newer format, including the following:1. Contract Price allocated as specified in this Section. 2. Dollars earned and percent complete for prior month.3. Dollars earned and percent complete for current month.4. Dollars earned and percent complete-to-date.5. Balance Remaining.

B. Schedule of Values breakdown shall be taken from the task activities in the cost loaded schedule.

C. The total value of the activities shall be equal to the Contract Price.

D. Monthly Update Cost:1. Submit with the Application for Payment as a condition precedent to receiving payment for

work accomplished each month. 2. Update cost loading to reflect added activities in the new Monthly Update Schedule.

1.10 DAILY REPORTS

A. Submit daily reports including as a minimum, the day of the week, date, weather conditions, groundwater conditions (if applicable to the work), number and type of personnel working on the Contract (including subcontractor personnel) by trade, major equipment on site, materials delivered and materials installed, for each of the Schedule activities worked on by personnel, and progress for the day.

B. Daily reports to be signed as a certification of the information by an authorized Contractor’s Representative.

C. Daily reports shall be submitted to the Project Representative on first day of the next work week for the reports of the previous week.

1.11 THREE WEEK LOOK-AHEAD SCHEDULE

A. Prepare the three-week look-ahead schedules to show the last week’s progress and the work plan for the next three weeks. The three week look-ahead schedule shall have a direct tie to the accepted baseline schedule to demonstrate the work plan’s relationship to the Monthly Updated Schedule.

B. Distribute the three-week look-ahead schedule to the Project Representative at each weekly progress meeting.

1.12 APPLICATION FOR PAYMENT AND MONTHLY REPORTS

A. Application for Payment is the Contractor’s notice of the progress performed since the previous payment application. Cost of major materials or equipment may be included in the Application for Payment, as described in Section 00700, Article 7. The progress on each activity performed since the last request is submitted to the Project Representative for review. The Application for Payment will be processed as specified in Section 00700, Article 7.1.

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-7 PROJECT SCHEDULES AND REPORTS

B. Include an updated network diagram, cash flow projection, narrative monthly summary, and schedule data files. The update shall be as of the last day of the month being progressed.

C. Narrative Summary: Briefly describe the progress of the work. Describe how the work is progressing towards its completion. Identify schedule activities and milestones completed, major equipment deliveries, problems arising during the month, changes to the Total Project Float and any anticipated impacts on the schedule. If the updated schedule is showing that the Contract Time requirements will not be met, describe the Contractor’s action plan to return the contract to a timely completion. Describe the work anticipated during the upcoming month, including major equipment deliveries and submittals.

D. Identify any changes in logic ties to the CPM Schedule, explain why the changes are needed and describe the impacts resulting from these changes.

E. Cash flow reports: 1. Cumulative (S Curve): This cash flow chart provides cumulative cash flow over the duration

of the project, and will show comparisons between the Baseline Project Schedule and the Updated Project Schedule. The comparison curves illustrate the Baseline Early and Late Starts cash flow in comparison to the actual progress, and updated revised Early and Late Starts.

2. Monthly Histogram (Column Type): This cash flow chart provides monthly cash flow projections over the duration of the project and shows comparison columns for each month on the chart. The comparison histogram illustrates the Baseline Early and Late Starts Cash Flow in comparison to the Actual Progress and Updated Revised Early and Late Starts.

3. Monthly data report showing each scheduled activity with previous progress, progress this period and cost remaining for each activity.

F. Production and Work Plan report(s):1. Submit planned and actual monthly progress curve or chart depicting construction units

installed for concrete, pipe, conduit, wire, and such other items as required by the Project Representative.

2. Provide detailed Work Plan(s) as required by the Project Representative.

PART 2 PRODUCTS

2.01 NOT USED

PART 3 EXECUTION

3.01 GENERAL

A. Submit Draft Project Schedule, Revised Draft Project Schedule, Baseline and Monthly Update Schedules as required. Include schedule data files.

B. Submit schedule, reports, and updates by hard copy and electronic format.

C. Failure to comply with the requirements of this Section could be a cause for delay in the processing of the Application for Payment.

3.02 MONTHLY UPDATES

A. Prepare and submit a Monthly Update Schedule and graphic network diagram including cash flow reports with the monthly Application for Payment. When work is behind schedule, submit a written plan for completing the work within the milestones and Contract Time.

B. Include revisions in the Project Schedule’s logic, along with a written statement and rationale. Use the same form and method employed in the Baseline Schedule.

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-8 PROJECT SCHEDULES AND REPORTS

C. Reflect the executed change order in both time and value in the next submission of the Application for Payment, the Schedule of Values, and schedule updates following the execution of the change order. Incorporate executed Contract Time changes and schedule revisions into the Monthly Update Schedule and Schedule of Values for each work change executed in the change order.

D. Submit the various reports specified above in the required time frame.

3.03 SCHEDULE ADJUSTMENTS

A. If, in the opinion of the Project Representative, the Contractor’s progress is not in alignment with the Project Schedule, the Project Representative may ask the Contractor to make appropriate adjustments as required independently of the next Monthly Update Schedule and/or at the time of the next monthly update.

B. If, in the opinion of the Project Representative, the Contractor’s progress shows that the contract completion will be later than the current date of a Milestone, Substantial Completion and/or Final Acceptance, the Project Representative may request that the Contractor provide the following:1. The Contractor shall determine the cause of this slippage and inform the County in the

current month’s narrative the cause for the delay.2. Once the Contractor identifies the cause for the delay and informs the Project

Representative, the Contractor prepares a written Recovery Plan proposing actions to correct the delay and demonstrating how the corrective actions will complete the Contract work within the required Contract Time. This plan and its initial results shall be included in the Contractors next Monthly Schedule Update. The actions could include increase to the number of shifts, overtime operations, and/or days of work, both on and off the site.

3. Corrective actions will be shown on the following Monthly Update Schedule along with their effect on bringing the project back to timely completion of the work. The schedule and narrative shall describe these actions and the projected results.

4. If the Contractor fails to make necessary effort and does not demonstrate returning the project to completion within the Contract Time other actions, as defined in Section 00700, may be taken.

C. When the Contractor is preparing a change to the Contract and within this request for change asks for additional time, the Contractor shall support this request as defined in Section 00700 of the General Terms and Conditions of the Contract, along with the following information:1. Include any request for a change in the Contract Time in its Notice of Intent to submit a

Request for Change Order and Change Proposal.2. Demonstrate that the Contract Time to extend the time of performance is not due to the fault,

act, or omission of the Contractor, or anyone for whose acts or omissions the Contractor is responsible.

3. Demonstrate that entitlement is due to a change in Contract Time because the progress of the Work on the Critical Path is delayed and completion of the Contract Work within Contract Time is delayed.

4. Demonstrate that the delay is not a concurrent delay. Concurrent delays are defined in Section 00700 and are delays which impact the Critical Path and are caused by:

1) The County and the Contractor, 2) The County and an act of Force Majeure, or3) The Contractor and an act of Force Majeure.

b. When delays are concurrent the Contractor shall only be entitled to a change in Contract Time. No change to the Contract Price shall be allowed as a result of such concurrent delay.

D. A Request for Change Order or a Request for Change Proposal that includes a request for an adjustment in the Contract Time shall:

September 2015C00946C15Rainier Valley Wet Weather Storage 01310-9 PROJECT SCHEDULES AND REPORTS

1. Be in writing and delivered to the Project Representative within the time period required in the Contract Documents.

2. Include a clear explanation of how the event or conditions specifically impact the Critical Path and overall Project Schedule and the amount of the adjustment in Contract Time requested.

3. Be limited to the change in the Critical Path of a Contractors’ Project Schedule and any updates attributable to the event or conditions, which caused the request for adjustment. No extension of time or compensation for damages resulting from a delay will be granted unless the delay affects the timely completion of all Work under the Contract or timely completion of a portion of the Work for which time of completion is specific.

4. Contractor shall be responsible for showing clearly on the Project Schedule and any updates that the event or conditions:a. Had a specific impact on the Critical Path and was the sole cause of such impact;b. Could not have been avoided by resequencing of the Work or other reasonable

alternatives;c. Prevent the Contractor from completing the Project within the current Contract completion

date.5. Demonstrate that all reasonable efforts were made to prevent and mitigate the effects of this

delay, whether occasioned by an act of Force Majeure or otherwise.

3.04 PAYMENT

A. Payment for the work specified in this Section shall be shown as a dedicated activity in the Baseline Schedule and in the Schedule of Values with a minimum value of one percent (1%) of the Contract Price. Progress items associated with this Section shall be distributed equally on a monthly basis over the Contract Time for the work.

B. Progressing of the monthly application for payment will be contingent upon satisfactory submissions of all reports. Payment for Monthly Update Schedule(s) could be denied and deducted if in the opinion of the Project Representative the information requested does not meet the requirements of Contract documents.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01410 - 1 CONSTRUCTION TESTING AND INSPECTION

SECTION 01410

CONSTRUCTION TESTING AND INSPECTION

PART 1 GENERAL

1.01 SUMMARY

A. This Section is supplementary to the applicable testing and inspection requirements in Section 00700. Additional testing and inspection requirements are also specified in individual specification sections.

B. Special Inspection and related testing performed by the County are in addition to, and do not replace, all other testing and inspection requirements indicated in the Contract.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. These references are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail.Reference TitleASTM E329 Standard Specification for Agencies Engaged in

Construction Inspection, Testing, or Special InspectionIBC International Building Code

B. Qualifications:1. Independent Testing Company:

a. Company and Personnel:1) Services include, but are not limited to, reinforced concrete, precast concrete,

structural steel erection, welding, bolting, soil and rock, foundations, masonry, sprayed fire-resistive materials, fire stops, exterior insulation and finish system (EIFS), and Special Cases.

2) Use ASTM E329 to assess the competency of agencies in the fields covered by ASTM E329.

3) Meet the certification and experience requirements indicated in ASTM E329.

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Qualifications: provide documentation demonstrating accreditation as specified in ASTM E329.

C. Testing and Inspection Plan:1. Identify tests and inspections, their timing and frequency, to meet the requirements of the

Contract, the IBC, and the Local Authority Having Jurisdiction for completion of the Work.2. Include weekly a listing of the status of tests and inspections, including status of their

submittal, to the Project Representative.

1.04 INSPECTIONS AND TESTING

A. Be Responsible for:1. Controlling the quality of the Work.

September 2015C00946C15Rainier Valley Wet Weather Storage 01410 - 2 CONSTRUCTION TESTING AND INSPECTION

2. Testing, demonstrating, and documenting compliance with the Contract requirements, Specifications, Drawings, codes, and referenced standards for constructed items including earthwork, concrete, paving, piping systems, equipment, site utilities, electrical systems, control systems, mechanical systems, instrumentation systems, and other supplied and constructed systems.

3. Demonstrating and documenting compliance with permits and regulatory agency requirements including requirements for Contractor obtained permits as required by the permitting authority.

4. Inspections for Contractor-obtained permits as required by the local building officials. If required by the permitting authority to be performed by the County, be responsible for costs of the inspections.

5. Obtaining the services of a certified Independent Testing Company to conduct quality control tests. Testing company to conform to ASTM requirements.

B. Testing and inspections shall not be cause for claims for delay or extra work.

1.05 CONFLICTING TEST RESULTS

A. In the event of conflicting test results, test results shall be re-run and compared.

B. Contractor and the Project Representative shall agree on the independent agency that will perform the retest.

C. Costs of the retest:1. If the retest shows that the Contractor’s initial test results were acceptable as per the

requirements indicated in this Contract, then the County will be responsible for the costs of the retest.

2. If the retest shows that the Contractor’s initial test results were unacceptable as per the requirements indicated in this Contract, then the Contractor shall be responsible for the costs of the retest.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 PAYMENT OF CONTRACT WORK

A. Submit documentation of test results and inspections with Application for Payment that verifies that work is in conformance with Specifications.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01500 - 1 TEMPORARY CONSTRUCTION FACILITIES

SECTION 01500

TEMPORARY CONSTRUCTION FACILITIES

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies the following Contractor temporary construction facilities and construction requirements:1. Utilities: power, heating, ventilation, telephone, water, and sanitary facilities.2. Work site access control: concrete barriers, fencing, and security.3. Miscellaneous items: parking, staging, cleaning, project signage, and Contractor office.4. Roads: haul roads, haul routes, and access roads. 5. Disposal sites: certifications.

B. Unless otherwise noted, be responsible for all costs for utility usage and permitting associated with the requirements of this Section.

C. Unless otherwise noted, the County will not furnish any materials, facilities, utilities, or services.

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. Access and Haul Plan:1. Transportation routes.2. Haul Summary Report..

C. Certifications of disposal locations.

D. A plan to meet each of the requirements of this Section.

1.03 POWER

A. Connect to existing utility owned power service.

B. Provide power requirements and coordinate with the electrical utility for power takeoff points, voltage and phasing requirements, transformers, and metering installation.

1.04 HEATING

A. Provide temporary heating of the buildings and enclosures as necessary to protect work and material against damage by dampness and cold, and to facilitate completion of the work. Supply the fuel, equipment, and materials required for temporary heating.

1.05 VENTILATION

A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gasses.

1.06 TELEPHONE

A. Provide for Contractor's own use, telephone service at the construction site office.

B. In order that the Project Representative can coordinate with the Contractor on a local exchange, provide a telephone number contact where long distance does not apply for Project Representative’s calls to field personnel.

September 2015C00946C15Rainier Valley Wet Weather Storage 01500 - 2 TEMPORARY CONSTRUCTION FACILITIES

1.07 WATER

A. Provide necessary water, piping, and special connections to an existing water supply.

1.08 SANITARY FACILITIES

A. Provide toilet and wash-up facilities for the work force at the site. Comply with applicable laws, ordinances, and regulations pertaining to the public health and sanitation of dwellings and camps.

1.09 CONCRETE BARRIERS

A. Erect and maintain concrete barriers to limit access to excavations, hazardous areas, and to protect existing facilities from damage during construction and demolition operations and at locations shown on the Drawings.

1.10 FENCING

A. Maintain at all times during the construction period, fences which shall enclose the areas of the site and prevent unauthorized entry to construction areas. Fences shall be chain link and a minimum of 6-feet high. Gates shall be provided at access points where required and these shall be kept locked during off-work hours. A key lock shall be given to the Project Representative.

B. In addition to the above requirement, provide fencing as shown on the Drawings.

C. If fencing is not shown on the Drawings, at a minimum, provide construction limit fencing on the construction limits or private property lines where easements have not been obtained prior to the work. The fence shall consist of a high density polyethylene, 4-foot high, oval mesh opening of 3 1/2 x 1 1/2 inches with a minimum breakload of 740 lbs or approved equal. Maintain the construction limit fencing vertical at all times.

1.11 TEMPORARY SIDEWALKS

A. Unless noted on the plans, the Contractor shall maintain sidewalks to provide safe pedestrian access around work sites.

1.12 CONTRACTOR'S SECURITY

A. Provide security and facilities to protect the work, all temporary and existing facilities from unauthorized entry, vandalism, or theft.

1.13 HAUL ROADS AND DISPOSAL LOCATIONS

A. Provide as necessary for the work.

B. Submit all haul locations for all types and classification of material to be removed from the worksite. If haul locations are to be added or location of material haul location is changed, submit new haul location and types and classification of material.

C. Submit weekly in the haul summary report the type, amount, and location of disposal of material removed from the site.

D. Repair any damage to roadway surfaces from the direct or indirect result of the Contractor's operation to the requirements of the responsible agency.

E. Obtain all necessary street use permits in connection with Contractor's operations. 1. When hauling is done over highways or city streets, the loads shall be trimmed and the

vehicle shelf areas shall be cleaned after each loading. The loads shall be watered after trimming to minimize dust.

September 2015C00946C15Rainier Valley Wet Weather Storage 01500 - 3 TEMPORARY CONSTRUCTION FACILITIES

2. Maintain traffic patterns in the existing structural filled areas which preserve the stability of the soil under all future structural foundations or paved areas.

F. Haul roads:1. Construct haul roads required to transport materials on site.2. Select haul road alignment to avoid interference with facility operations.3. Remove haul roads after completion of construction.4. Submit Haul Summary Report weekly within 72 hours of the end of the weekly reporting

period. Haul Summary Report shall consist of the following:a. Material type.b. Material weight.c. Identity of each truck.d. Total number of trucks per day leaving the Site.e. Origin of the material for material brought on Site.f. Location of material disposal removed from Site.

G. Disposal locations:1. Provide a legal, off-site disposal location for material that leaves the Site.2. Submit on Form 01500-A per Section 01999 the certification of each disposal location for all

types and classifications of material to be removed from the Site. Certify that the disposal location is legally permi9tted for the type and content of the material to be disposed of as indicated on the form.

3. When disposal locations are added or location of disposal is changed, submit addition Form 01500-A for new disposal location prior to disposing of the material.

1.14 RESTORATION OF ROADS

A. Clean and repair roads used by the Contractor as required during and completion of the work.

B. Unless otherwise noted, resurface paved roadways, and bring to original grade and section roads which are not paved, where the surface is removed, broken, damaged, caved, or settled during the work.

1.15 MAINTENANCE OF TRAFFIC

A. Conduct the work to interfere minimally with public travel, whether vehicular or pedestrian.

1.16 PARKING AND STAGING AREA

A. Be responsible for obtaining and maintaining parking and staging areas unless otherwise specified.

1.17 CLEANING

A. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space.

B. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust.

C. Clean the exposed surfaces of piping, ductwork or equipment which has become soiled with dirt, mortar, or other materials before covering with insulation, painting, or enclosing in the building structure.

1.18 CONTRACTOR'S OFFICE

September 2015C00946C15Rainier Valley Wet Weather Storage 01500 - 4 TEMPORARY CONSTRUCTION FACILITIES

A. Maintain a suitable office near the site of the work to be the headquarters of the representative authorized to receive drawings, instructions or other communication or articles.

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

C. Copies of the Drawings, Specifications, permits, APP and HASP per Section 01063, regulatory required items, and other Contract Documents shall be kept at the site office and available for use at all times.

1.19 TRANSPORTATION ROUTE

A. Select transportation route for hauling materials and equipment without creating traffic congestion. Construction traffic flow scheme for the entire work is required in Section 01570.

1.20 ROAD CLOSURES

A. Temporary detours and road closures due to work of others shall be anticipated by the Contractor. Contractor is responsible to plan and coordinate all its operations to work with possible temporary detours and road closures.

B. Be responsible for all additional costs resulting from temporary road closures.

1.21 PRIVATE ACCESS (GENERAL)

A. Where required by the Contract, or by choice of the Contractor, access may be over private land, in which case the access shall be maintained by and at the expense of the Contractor. Comply with all requirements of Section 01062.

1.22 CONSTRUCTION SIGNS

A. Commercial or advertising signs shall not be allowed on the site.

1.23 TEMPORARY UTILITIES

A. All temporary utilities required in the paved roadway shall be buried under the pavement. Pavement shall be restored per City of Seattle Pavement opening policy.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 RESPONSIBILITIES

A. Ensure all subcontractors, suppliers and individuals associated with Contract activities use approved routes.

B. Provide required signage and Contractor oversight for approved route to ensure compliance with traffic routing requirements. If Contractor fails to abide by the approved haul routes, Project Representative will assign City off-duty police officers for enforcement of haul route restrictions at the expense of the Contractor.

C. Inspect haul routes daily to assure compliance with Section 01560.

D. Provide certification as indicated in this Section for disposal location prior to disposal of the material at the certified location.

September 2015C00946C15Rainier Valley Wet Weather Storage 01500 - 5 TEMPORARY CONSTRUCTION FACILITIES

E. Submit Haul Summary Report in the frequency required by this Section.

3.02 IMPROVEMENT, MAINTENANCE AND RESTORATION OF HAUL ROUTES

A. Be responsible for any improvements, maintenance and restoration of haul routes related to construction use.

B. Share haul routes with business traffic and maintain in good condition. Haul routes shall remain smooth, level and suitable for owner or the public to drive passenger cars on without damage to vehicles. If pavement damage is minor due to Contractor's work, plane existing asphalt and resurface. If pavement damage is major due to Contractor's work, remove existing pavement and restore based on City of Seattle Pavement Restoration standards.

C. Restore haul routes to their initial condition after they are no longer needed for construction purposes.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01520 - 1 PROJECT REPRESENTATIVE’S FIELD OFFICE

SECTION 01520

PROJECT REPRESENTATIVE’S FIELD OFFICE

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies the requirements for the Project Representative’s field office.

B. The County owns a building adjacent to the Hanford CSOT site that will be utilized for the Project Representative’s project office. This building can also be utilized for the Contractor office if desired.

C. The specification addresses the conversion of the existing building to Construction offices.

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. Field office plan layout.

C. Field office product data.

1.03 FIELD OFFICE

A. Install and have fully functional fifteen days prior to the start of project field construction.

B. Field office requirements:1. Convert the main floor of the existing building into the Project Representative’s office.2. Provide a conference area with 4 tables and chairs for 16 people.3. Provide suitable reception area with space for administrative support work station, office

equipment, and files.4. Provide monitored security for the duration of the Contract.

C. Obtain all other required permits and comply with all federal, state, and local requirements including the American Disabilities Act (ADA).

D. The Contractor can use all space except the main floor for their separate construction office.

1.04 POWER

A. Provide power requirements and outlet for one copier.

B. Meet all current electrical code requirements.

C. Provide connections for computer (desk top) at each work station.

1.05 COMMUNICATION AND TELEPHONE SERVICE

A. Meet with the Project Representative and King County ITS representative to coordinate for Local Area Network installation and discuss telephone needs.

B. Provide and install Local Area Network (LAN) Backbone and horizontal cabling that meets the following:

September 2015C00946C15Rainier Valley Wet Weather Storage 01520 - 2 PROJECT REPRESENTATIVE’S FIELD OFFICE

1. Cable circuits between the Telephone/LAN closet and 6 locations within the office as directed by the Project Representative. Provide and install one (1) circuit for each data/voice jack in the office. All wall outlets shall be quad connection, two data and two telephone circuits. Cabling and terminations shall meet the requirements of EIA/TIA-568, Category 5.

2. Provide and install complete with all terminations in the closet; include the following:a. One (1) wall mounted, 24 port Patch Panel, Category 5, approximately 6” H x 19” W

Modular RJ45 to CAT 5 Connections.b. One (1) Sturdy shelf sufficient to support data equipment approximately 12” deep x 36”

long.3. All equipment and installation work shall meet or exceed the requirements and recommended

wiring practices of the EIA/TIA-568 Standard.

C. Provide 6 telephone lines and service.

D. Provide 6 multi-line touch-tone office telephones with hold, transfer, memory, and speaker phone features.

1.06 SECURITY

A. Contractor will be responsible for all site security.

B. All exterior doors shall provide suitable and appropriate security.

C. Provide an electronic security system, with automatic call-out of security service that covers all exterior doors, windows, and potential locations of ingress.

D. All exterior office space windows shall correctly operate with a secure locking system.

E. Exterior windows shall be secured with bars to prevent entry from the outside.

F. Provide exterior lighting at entry and parking areas controlled by photocell.

1.07 MAINTENANCE

A. Provide maintenance including:1. Twice weekly vacuuming, wet mopping, trash removal, and recycle removal.2. Twice weekly cleaning of restrooms and provide restroom supplies on an as-needed basis.3. HVAC, plumbing, electrical, and communication line maintenance as required.4. Service and maintenance of all Contractor supplied office equipment.5. Maintenance and monitoring services for the electronic security system.

B. Maintain the area free of waste materials, debris and rubbish. Keep walkways free of mud and ice. Maintain site in a clean and orderly condition, including vegetation and landscape areas.

1.08 OFFICE EQUIPMENT AND FURNISHINGS

A. Provide and maintain office equipment and furnishings. Provide the following items:1. Provide 6 desks, 6 ergonomically adjustable computer tables, 6 ergonomically adjustable

office chairs, stationary chairs, and 6 waste baskets.2. Photocopy machine equivalent to a Ricoh FT 7670 with sorting and collating rack and

equipped with paper trays for letter, legal, and 11” X 17” paper. 3. Three four-drawer legal size filing cabinets, two-drawer legal size filing cabinets, and four

two-shelf bookcases.4. A drawing layout table and plan rack.5. Evenly distributed, quality office lighting.6. Provide Venetian type blinds for all windows.7. Full size refrigerator with freezer and full size microwave oven.

September 2015C00946C15Rainier Valley Wet Weather Storage 01520 - 3 PROJECT REPRESENTATIVE’S FIELD OFFICE

8. Bottled drinking water service with hot and cold water dispenser.

PART 2 PRODUCTS

2.01 NOT USED

PART 3 EXECUTION

3.01 NOT USED

END OF SECTION

September 2015C00946C15

Rainier Valley Wet Weather Storage 01530 - 1 YOSHIMURA PROPERTY

SECTION 01530

YOSHIMURA EASEMENT

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies requirements associated with work on the Yoshimura property at 2347 Rainier Ave South related to the permanent easement (PE) and the temporary construction easement (TCE).

B. Order of Precedence: This Section 01530 Subpart 1.07 takes precedence over the Yoshimura Easement contained in Volume 6. In the event that anything in the Yoshimura Easement contained in Volume 6 is in conflict with Section 01530 Subpart 1.07, this Section 01530 Subpart

1.07 will govern.

1.02 QUALITY ASSURANCE (NOT USED)

1.03 SUBMITTALS

A. Procedures: Section 01300

B. Chiller Unit Plan

C. Materials: Product data

1.04 EXISTING CONDITION OF PROPERTY

A. Building:1. Supported on timber piling that contains creosote.2. Contains personal items such as files, filing cabinets, furniture, and garbage.3. Existing utilities are connected to the building.

B. Billboard:1. Assume the foundation consists of reinforced 12-inch diameter piles a minimum of ten feet

deep at each location.2. Existing electricity service serves the billboard.

C. Property is not level and contains areas lower than the surrounding grade.

1.05 CHILLER UNIT

A. Chiller unit on the TCE is associated with an ongoing fish business to the north of the property. Protect the unit to ensure service is not disrupted or degraded. Be responsible for damage to the unit and the impacts if it is not properly working.

B. Allow access to the unit at all times for Mutual Fish representatives.

C. Ensure that the unit is accessible both from an access stairway from 27th Avenue South and from Rainier Avenue South across the TCE.

D. Stairway:1. Provide access stairway to the chiller unit to allow frequent access from 27th Avenue South by

modifying the existing fencing.2. Provide a locked secure metal gate similar to the existing fencing.

September 2015C00946C15

Rainier Valley Wet Weather Storage 01530 - 2 YOSHIMURA PROPERTY

3. Provide safely constructed stairs, not supported by the existing building, down to the chiller unit that allows access to the chiller unit at all times.

4. Provide two keys to the lock to the Project Representative.5. Stair access from 27th Avenue South shall be used exclusively by Mutual Fish representatives

and its agents.

E. Provide protection around the chiller unit that provides the following:1. Allows unimpeded access to the chiller unit from the constructed stairway from 27th Avenue

South.2. Allows access to the chiller unit by Mutual Fish representatives to complete maintenance and

repairs.3. If access requires a mobile vehicle, provide access. Reinstall protection when Mutual Fish

representatives are complete with their work.

F. Submit a Chiller Unit Plan that shows how the above requirements will be met. Plan shall include layout, drawings, and details.

G. When work is complete, remove stairway and protection and restore the aboveground area around to the chiller unit to its existing condition.

1.06 EASEMENT ACCESS RESTRICTION

A. Property access to the TCE and PE by the County will not occur until February 1, 2016.

B. Property access to the TCE and PE by the Contractor is restricted as follows:1. Restricted Property Access:

a. Contractor shall not access the TCE and may not perform work on the TCE until the existing building remediation is completed by the County.

b. Due to property owner access restrictions, the existing one story building has not been inspected by an AHERA inspector nor has it been remediated.

c. King County’s AHERA Certified Building Inspector in strict accordance with 29 CFR 1926, WAC 296-62-077, WAC 296-155-176, and with the accepted principles and protocol mandated by AHERA will perform inspection after property access is provided.

d. Within ten business days after February 1, 2016, the County will provide inspection of the building and arrange for remediation services.

C. Unrestricted access will be provided to the Contractor by the County to the TCE and PE no later than March 15, 2016.

1.07 CONTRACT REVISED EASEMENT ITEMS

A. Amount of weekends of work in Rainier Avenue South is not restricted in the Contract to that as indicated in the TCE and PE.

B. Shoring may be left in place and remain buried in the TCE as indicated in this Section.

C. Fencing fronting the property at Rainier Avenue South is not required on the TCE and PE as part of the restoration.

PART 2 PRODUCTS

2.01 MATERIALS

A. Asphalt Concrete: Section 02513

B. Backfill: Section 02200

September 2015C00946C15

Rainier Valley Wet Weather Storage 01530 - 3 YOSHIMURA PROPERTY

PART 3 EXECUTION

3.01 GENERAL

A. Complete work as indicated in the Drawings.

3.02 DEMOLITION OF BUILDING

A. See Section 02050.

B. Remove the personal items in the building.

C. Remove and dispose of the pilings appropriately.

D. Remove front gate and associated fencing.

E. Be responsible to disconnect and remove all utilities on the property, including the billboard, and notify the utility purveyor of the termination of service. Pay fees associated with this disconnection. Coordinate with the Authority Having Jurisdiction.

3.03 DEMOLITION OF BILLBOARD

A. Billboard and its vertical supports above grade shall be demolished.

B. Foundation for the billboard shall be removed as required to complete the Work. Protect the existing adjacent building during this work.

C. If the foundation is not removed as a result of the work required, the pile shall be left in place but removed a minimum of four feet below the final grade.

3.04 GRADING OF THE EASEMENT

A. Provide backfill to fill the TCE to grade prior to use. Backfill shall meet requirements of Section 02200.

3.05 RESTORATION OF TCE AND PE

A. Unless otherwise indicated, restore TCE and PE as indicated in the Drawings and as indicated in Section 01062, Attachment B for the TCE and the PE documents.

B. Channel roof drains from the adjacent buildings to drain to a permanent storm drain.

C. Install subbase and asphalt as indicated in the Drawings. If not indicated, compact subgrade to a minimum of 90% compaction.

D. Shoring may be left in place in the PE and the TCE. Shoring shall be removed a minimum of four feet below finished grade.

E. Remove 27th Avenue South stairway access and replace fencing and razor wire to meet existing to secure the property.

F. Remove chiller unit protection.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 1 ENVIRONMENTAL MANAGEMENT

SECTION 01560

ENVIRONMENTAL MANAGEMENT

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies environmental controls and requires a plan to describe how Contractor will manage environmental mitigation and temporary environmental controls required to be maintained during construction.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail.Reference TitleKCC Title 9 KC Surface Water Design ManualKCC Title 9 King County Stormwater Pollution Prevention ManualKCC Title 12 King County Noise OrdinanceWAC 173-201A Water Quality Standards for Surface Waters of the State of WashingtonRCW 90.48 Water Pollution Control StandardsWSDOE Stormwater Management Manual for Western WashingtonWAC 173-60 Noise LevelsRCW 70.105 Hazardous Waste Management36 CFR 800 National Historic Preservation Act of 1966, 36 CFR 800 Executive Order 05-05 on cultural resourcesSMC Title 22.800 Seattle Municipal Code: Stormwater CodeSMC Title 25.08 Seattle Municipal Code: Noise ControlSSM V.2 Seattle Stormwater Manual Volume 2: Construction Stormwater Control

Technical Requirements Manual

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Environmental Mitigation Plan and all its revisions.

C. Waste disposal logs.

1.04 ENVIRONMENTAL MITIGATION PLAN (PLAN)

A. Develop and maintain for the duration of the Contract a Plan which will effectively describe methods to incorporate and implement all required environmental protection precautions. Use the form provided by the Project Representative

B. Appoint an employee who is qualified and authorized to supervise and enforce compliance with the Plan. Ensure that all necessary pollution control equipment, supplies, or materials are available to implement the Plan.

C. Plan: Address the issues in the format provided which include:1. Person Responsible2. Site Maintenance Program per requirements of this section and permits3. Waste Disposal per Contract requirements and requirements of the Authority Having

Jurisdiction [AHJ] and permits.

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 2 ENVIRONMENTAL MANAGEMENT

4. Street Cleaning per requirements of this Contract, the Authority Having Jurisdiction [AHJ] and permits

5. Water and Erosion Control6. Air Pollution Control Measures per the requirements of this Contract, the Authority Having

Jurisdiction [AHJ] and permits.7. Noise Control Measures per requirements of this Contract, the Authority Having Jurisdiction

[AHJ] and permits8. Vibration Control and Settlement Monitoring.9. Tree and Plant Protection10. Water Quality Protection and Stormwater Control11. Petroleum Spill Prevention Measures per requirements of this Contract, the Authority Having

Jurisdiction [AHJ] and permits12. Chemical Storage per requirements of this Contract, the Authority Having Jurisdiction [AHJ]

and permits13. Cultural Resources per requirements of this Contract, the Authority Having Jurisdiction [AHJ]

and permits14. Archaeological Resources Monitoring Plan and Inadvertent Discovery Plan (ARMP/IDP)

(provided by King County).15. Erosion and Sediment Control per requirements of Section 02270 and other sections of this

Contract, the Authority Having Jurisdiction [AHJ] and permits.16. Traffic Control per requirements of Section 01570 and other sections of this Contract, the

Authority Having Jurisdiction [AHJ] and permits.17. Worker Protection per requirements of Section 01063 and other sections of this Contract, the

Authority Having Jurisdiction [AHJ] and permits18. Lighting19. Other issues specific to the Contract Work.

D. Submit Plan prior to initiating work activities.

E. In the event that the County, regulatory agencies or jurisdictions determine the Plan or the Contractor's activities to be inadequate to protect environment:1. Stop the work in progress until adequate environmental protection measures are

implemented.2. Modify the Plan to meet the requirements of regulatory agencies, jurisdictions, and the

County.3. Submit the revisions to the Plan prior to restarting work.

PART 2 PRODUCTS

Not Used.

PART 3 EXECUTION

3.01 PERSON RESPONSIBLE

A. Provide a person responsible for environmental management with authority to take appropriate action to safeguard the environment.

B. Provide person's name and 24 hour access phone number.

3.02 SITE MAINTENANCE

A. Keep the work site, including staging areas and Contractors' facilities, clean, neat and free from rubbish and debris. Remove materials and equipment from the site when they are no longer necessary. Upon completion of the work and before request for inspection, clear the work site of equipment, unused materials, and rubbish to present a clean and neat appearance.

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 3 ENVIRONMENTAL MANAGEMENT

B. Do not allow waste material to remain on the site of the work or on adjacent streets. Collect, carry off the site and legally dispose of such materials daily, weekly, or as otherwise specified by the Project Representative.

C. Potentially contaminated soils (Suspect Materials) shall be stockpiled, sampled, and tested in compliance with the specifications in Section 02060.

D. Be responsible for obtaining necessary permits or approval for the Contractor's disposal sites.

E. In the event that waste material, refuse, debris, and rubbish are not removed from the work site, the County reserves the right to have the waste material, refuse, debris and rubbish removed with all cost withheld from the Application for Payment.

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

G. Unless otherwise indicated, restore ground surface to its pre-construction condition. Restore disturbed areas by replanting or repaving as soon as practical after construction.

3.03 WASTE DISPOSAL

A. Be responsible for managing and disposal of all waste generated by Contractor's activities including existing site materials required to be removed, waste from excess materials brought to the site and not incorporated into the work and waste products from the Contractor's operation such as contaminated waste solvents.

B. Identify an employee who is responsible for managing wastes and their proper, legal disposal.

C. Identify all wastes leaving the project site and the disposition of the waste.

D. Submit record logs of disposition of all disposal material leaving the site

3.04 STREET CLEANING

A. Use sealed trucks for the removal of all contaminated or flowing running spoils from the construction site.

B. Prevent dirt and dust from escaping trucks departing the work site, by covering dusty loads, washing truck tires before leaving the site, using crushed rock at entrances, or other reasonable methods.

C. When working dump trucks and other equipment on paved streets and roadways, clean the streets no later than at the end of each day's operations and at such additional interim periods as required. Clean the area using a vacuum sweeping truck. Cleaning equipment shall be available 24 hours per day, while haul routes are in use.

D. Contractor may use power washing trucks to clean street surface only after receiving approval from the Project Representative and only if following the best management practices to prevent exceedance of Washington State Water Quality Standards.

E. All streets in the construction area used by Contractor's trucks or any other equipment hauling material to and from the area, whether within the Contract limits or adjacent thereto, shall be kept clean and shall be continuously serviced by the Contractor's use of sprinkling trucks to control dust.

F. Violations of the above requirements are sufficient grounds for the Project Representative to order the streets in question to be cleaned by others with all cost withheld from the Application for Payment.

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 4 ENVIRONMENTAL MANAGEMENT

G. Flush no untreated solid material or soils or water containing solid material or soils into receiving waters including catch basins, ditches, streams, lakes or wetlands.

3.05 WATER AND EROSION CONTROL

A. Do not allow site erosion to cause violation of the Washington State Water Quality Standards.

B. Temporary drainage: conform to the regulations and requirements of legally authorized surface water management agencies.

C. Prevent solids or turbid runoff from entering storm drains or local surface waters. Cover excavated areas, spoil piles, and imported or stored fill materials. Cut and cover techniques, sediment barriers around storm drains and construction sites, siltation fencing, and similar erosion control measures shall be employed as required to prevent contamination of local surface waters.

D. Erosion control measures shall be installed prior to excavation, clearing, or grading activities.

E. Erosion and sedimentation control measures shall be in place prior to any clearing or grading activity. Disturbed areas and spoils piles shall be covered, bermed, or otherwise secured when runoff from rain is or would be likely to cause turbid water that may enter local water bodies. Work shall be suspended if it cannot be performed without causing turbid runoff to leave the construction area or enter local water bodies.

F. Comply with additional requirements of Section 02270 and Section 02060.

G. Temporary Dams1. Except in times of emergency, earth dams are not acceptable at catch basin openings, local

depressions, or elsewhere.2. Temporary dams of sand bags, asphaltic concrete, or other acceptable material will be

permitted when necessary to protect the work; however, their use should not create a hazard or nuisance to the public.

3. Remove such dams from the site as soon as they are no longer necessary.

3.06 AIR POLLUTION CONTROL

A. Do not discharge smoke, dust, and other contaminants into the atmosphere that violate the regulations of legally constituted authorities. Do not allow internal combustion engines to idle for prolonged periods of time. Maintain construction vehicles and equipment in good repair. When exhaust emissions are determined to be excessive, repair or replace equipment.

B. Use electrically-powered equipment where practical.

C. Minimize dust nuisance by cleaning, sweeping, and sprinkling with water, or other means. The use of water, in amounts which result in mud on public streets, is not acceptable as a substitute for sweeping or other methods. Make equipment for this operation available at all times.

3.07 NOISE CONTROL

A. Noise complaints received by the Project Representative during the Work will be shared with the contractor. Work with the Project Representative, as required, to resolve noise related complaints.

B. Noisy operations shall be scheduled to minimize their impact.

C. Unless otherwise indicated through a noise variance, comply with local controls and noise level rules, regulations and ordinances, which apply to work performed.

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 5 ENVIRONMENTAL MANAGEMENT

D. Each internal combustion engine, used on the job or related to the job, shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated without said muffler.

E. Noise levels for scrapers, pavers, graders and trucks shall not exceed 90 dBA and pile drivers shall not exceed 95 dBA at 50 feet as measured under the noisiest operating conditions. For other equipment, noise levels shall not exceed 85 dBA. Equipment that cannot meet these levels shall be quieted by use of improved exhaust mufflers, noise attenuation barriers or other means.

F. Use electric or hydraulic tools whenever practical to reduce noise.

G. Provide notification of special circumstances or emergency conditions that require work beyond the hours specified as follows:1. Notify the Project Representative and local authority in advance of any proposed extended

work hours for preauthorization. Include a written request for authorization per Section 01014 to perform work specified and the circumstances that warrant this request. Include any additional measures to mitigate noise generated by this construction activity if deemed necessary by the Project Representative.

2. If an emergency situation occurs that warrants extended hours, notify the Project Representative immediately upon determining the need for this work.

3.08 VIBRATION CONTROL AND SETTLEMENT CONTROL

A. Coordinate construction activities with business operations within the work corridor that may be sensitive to construction-related vibrations.

B. Limit construction activities around vibration-sensitive businesses or buildings. Where appropriate, use construction techniques that modify the propagation paths of the ground waves associated with vibration.

3.09 TREE AND PLANT PROTECTION

A. Unless specified to be removed, protect existing trees from damage by construction activities. Include a perimeter barrier fence (polyfence) at each tree, located at the drip-line of the tree. Unless otherwise indicated, trees may not be removed within construction limits without written approval from the Project Representative. Unless otherwise indicated, if a tree is damaged or destroyed by construction, replace in species, size and grade with a healthy tree. Should it not be practical to replace the tree, pay for damages to trees in accordance with requirements of the owner or the County, as required by the Project Representative.

B. Restore damaged landscaped areas and other surface improvements as nearly as possible to their original condition.

C. Minimize vegetation removal. Do not clear areas until construction activities require the work.

D. Additional requirements of Section 02900 and as shown on the Drawings

3.10 WATER QUALITY PROTECTION AND STORMWATER CONTROL

A. See Section 02270 – Erosion and Sediment Control.

B. See Section 02271 – Site Water Discharge.

C. Conform to the regulations and requirements of legally authorized surface water management agencies. Do not allow any discharge to exceed the state Water Quality Standards.

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 6 ENVIRONMENTAL MANAGEMENT

D. If water quality standards or permit conditions are violated, shut down work causing the violation until protection and remediation is completed. Be responsible for all associated impacts.

E. Be responsible for the overflow of any storm drains resulting from the addition of flow from Contractor's activities and any damages associated with such overflow.

F. Conduct operations in such a manner as to prevent sediment, construction equipment wash water, and other pollutants from reaching existing sewers, storm drains, wetlands, and surface waters.

G. Inspect, maintain, and repair all BMPs on a weekly basis to assure continued performance of their intended function. The Department of Ecology requires all on-site erosion and sediment control measures be inspected at least once every seven days and within 24 hours after any storm event of greater than 0.5 inches of rain per 24 hour period measured at SeaTac International Airport. Keep a weekly log of the inspections for review by the Project Representative.

H. Water in contact with uncured concrete is toxic to aquatic life. Do not discharge water contaminated with fresh concrete into surface water bodies or storm or sewer pipes. Water in contact with concrete may only be discharged when it complies with WAC 173-201A and it has necessary permits from authority having jurisdiction.

I. Prevent additional construction wastes such as paper, wood, garbage, sanitary wastes, and fertilizer, from leaving the site and entering waterways. Dispose of all debris on land in such a manner that it cannot enter a waterway or cause water quality degradation.

3.11 PETROLEUM SPILL PREVENTION AND CONTROL

A. Prevent, contain, and clean the spilling of oil, fuel, and other petroleum products used. Discharge of oil from equipment or facilities into state waters or onto adjacent land is not permitted and violates state water quality regulations.

B. At a minimum, perform the following measures regarding oil spill prevention, containment and clean-up:1. Inspect fuel hoses, lubrication equipment, hydraulically-operated equipment, oil drums, and

other equipment and facilities regularly for drips, leaks, or signs of damage, and maintain and store properly to prevent spills. Maintain proper security to discourage vandalism.

2. Dike or locate all land-based oil and products storage tanks so as to prevent spills from escaping into the water. Line dikes and subsoils with impervious material to prevent oil from seeping through the ground and dikes.

3. Immediately contain all visible floating oils with booms, dikes, or other appropriate means and remove from the water prior to discharge into state waters. Immediately contain all visible oils on land using dikes, straw bales, or other appropriate means and remove using sand, ground clay, sawdust, or other absorbent material, and properly dispose of waste materials. Temporarily store waste materials in drums or other leak-proof containers after clean-up and during transport to disposal. Dispose of waste materials off property at a legal site.

4. In the event of any oil or product discharges into public waters, or onto land with a potential for entry into public waters, immediately notify the following agencies at their listed 24-hour response numbers:a. WDOE, Northwest Regional Office: (425) 649-7000.b. U.S. Coast Guard: (206) 286-5540.

5. As a minimum, maintain at each work site, and restock as necessary to ensure an adequate and continuous supply, the following materials: a. Oil-absorbent booms: 4 each, 5 feet long.b. Oil-absorbent pads or bulk material, adequate for coverage of 200 square feet of surface

area.

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 7 ENVIRONMENTAL MANAGEMENT

c. Oil-skimming system, if appropriate.d. Hay bales.e. Oil absorbent material, such as kitty litter or sawdust, for material spills on land, gloves

for use when performing the work and plastic bags to collect the used material.

3.12 CHEMICAL STORAGE

A. Store solid chemicals, liquid chemicals, paints, petroleum products, caustic solutions, and waste materials including batteries and electronic components to prevent entry of contaminants into all waters including groundwater.

B. Store to prevent spillage in the event of overfilling, tipping or rupture.

C. Store on impervious surfaces with impervious berms able to contain 110% of the storage volume.

D. Protect from vandalism

E. Cover stored liquids

F. Designate waste storage areas with the appropriate hazardous labels.

G. Segregate non-compatible or reactive chemicals to prevent possibility of mixing

H. Store all 'empty' containers not cleaned in upright secure manner.

3.13 CULTURAL RESOURCES

A. Attention is directed to the National Historic Preservation Act of 1966, 36 CFR 800 and Governor's Executive Order 05-05 which provide for the preservation of potential historical, architectural, archaeological or cultural resources (herein termed "cultural resources").

B. King County intends to conform to the applicable requirements of the National Historic Preservation Act of 1966 as it relates to the preservation of cultural resources and fair compensation to the Contractor for delays resulting from such cultural resources investigations.

C. King County will provide a professional archaeologist to monitor excavation activities associated with construction in accordance with the project ARMP/IDP.1. Hanford

a. See Section 01200.b. Allow time for archaeological monitoring as described in Attachment A.

2. Bayviewa. See Section 01200.

D. In the event potential cultural resources are uncovered during subsurface excavations at the worksite, notify the Project Representative (and Archaeological Monitor, if present) and follow inadvertent discovery protocols in accordance with the ARMP/IDP (Attachment A). 1. See Attachment A for possible impacts to construction if cultural resources are found.2. In the event that human remains are discovered, the Contractor will immediately stop work in

the area of discovery and secure the area 50 feet (15 meters) in all directions.3. King County will issue a Work Suspension Order directing the Contractor to cease all

construction operations at the location of a potential cultural resources discovery. King County will contact a professional archaeologist to evaluate the significance of the find.

4. Such Work Suspension Order will be effective until such time as the qualified archaeologist can evaluate the potential cultural resources for their significance and make recommendations to the State Historic Preservation Officer. Any Work Suspension Order will contain the following:a. A clear description of the work to be suspended.

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 8 ENVIRONMENTAL MANAGEMENT

b. Any instructions regarding issuance of further orders by the Contractor for material services.

c. Guidance as to action to be taken by subcontractors.d. Specific direction to the Contractor to minimize the work suspension costs (i.e., work

elsewhere while archaeologist is evaluating find).e. Estimated duration of the temporary suspension.

5. If the archaeologist determines that the cultural resource is eligible for the National Register of Historic Places, King County will extend the duration of the Work Suspension Order in writing.

3.14 FINES

A. Be responsible for all fines incurred from non-compliance with regulations of governing authorities.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01560 - 9 ENVIRONMENTAL MANAGEMENT

ATTACHMENT A

Archaeological Resources Monitoring and Inadvertent Discovery Plan (ARMP/IDP)

DRAFT - KING COUNTY WASTEWATER TREATMENT DIVISION, RAINIER VALLEY WET WEATHER STORAGE PROJECT, KING COUNTY, WASHINGTON

Archaeological Resources Monitoring Plan and

Inadvertent Discovery Plan (ARMP/IDP)

Prepared for June 2015

King County Wastewater Treatment

Division

Prepared for King County Wastewater Treatment Division

201 South Jackson Street, Room 505 Seattle, Washington 98104-3855

Prepared by Chris Lockwood, Ph.D.

Contains Confidential Information – Not for General Distribution

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page i

March 2015

TABLE OF CONTENTS 1.0 INTRODUCTION.......................................................................................................................... 1

2.0 REGULATORY ENVIRONMENT ............................................................................................. 1

3.0 PROJECT LOCATION AND DESCRIPTION .......................................................................... 1

3.1 HANFORD ............................................................................................................................................. 1

3.2 BAYVIEW .............................................................................................................................................. 2

4.0 AREAS OF POTENTIAL EFFECTS .......................................................................................... 4

4.1 ARCHAEOLOGICAL RESOURCES APE ................................................................................................... 4

4.2 VIEWSHED APE .................................................................................................................................... 6

5.0 ARCHAEOLOGICAL RESOURCES MONITORING PROTOCOLS .................................. 8

5.1 ARCHAEOLOGICAL TEAM QUALIFICATIONS AND STRUCTURE .............................................................. 8

5.2 HEALTH AND SAFETY ........................................................................................................................... 8

5.3 ARCHAEOLOGICAL MONITORING APPROACH ....................................................................................... 8

5.3.1 Hanford.................................................................................................................................. 8

5.3.2 Bayview.................................................................................................................................. 9

5.4 GENERAL ARCHAEOLOGICAL MONITORING TECHNIQUES .................................................................... 9

6.0 RESPONDING TO ARCHAEOLOGICAL DISCOVERIES ................................................. 10

6.1 ELIGIBLE/POTENTIALLY ELIGIBLE DISCOVERIES ................................................................................ 10

6.2 CONTRACTOR RESPONSIBILITIES ........................................................................................................ 10

6.3 FIELD ASSESSMENT OF DISCOVERIES ................................................................................................. 11

6.4 ARCHAEOLOGICAL RESOURCES .......................................................................................................... 11

6.4.1 Isolated Finds ...................................................................................................................... 11

6.4.2 Artifact Clusters and Features ............................................................................................. 12

7.0 SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN REMAINS ................... 12

8.0 COMMUNICATIONS AND REPORTING .............................................................................. 13

8.1 PRE-CONSTRUCTION MEETING ........................................................................................................... 13

8.2 TAILGATE ORIENTATION .................................................................................................................... 13

8.3 ON-GOING COMMUNICATIONS ........................................................................................................... 13

8.4 ON-SITE COMMUNICATIONS ............................................................................................................... 14

8.5 WEEKLY PROGRESS SUMMARIES ........................................................................................................ 14

8.6 MONTHLY PROGRESS REPORTS .......................................................................................................... 14

8.7 MONITORING REPORT ......................................................................................................................... 14

8.8 DISSEMINATION OF COMMUNICATIONS .............................................................................................. 14

9.0 ARCHAEOLOGICAL RESOURCES COLLECTION AND CURATION .......................... 15

10.0 REFERENCES ............................................................................................................................. 15

RWWS PROJECT CULTURAL RESOURCES CONTACTS ................................................................ 16

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page ii ESA

March 2015

LIST OF FIGURES

Figure 1. Project Location............................................................................................................... 3

Figure 2. Archaeological Resources Area of Potential Effects. ...................................................... 4

Figure 3. Archaeological Resources Area of Potential Effects: Hanford Location. ....................... 5

Figure 4. Archaeological Resources Area of Potential Effects: Bayview Location. ...................... 5

Figure 5. Viewshed Area of Potential Effects. ............................................................................... 6

Figure 6. Viewshed Area of Potential Effects: Hanford Location. ................................................. 7

Figure 7. Viewshed Area of Potential Effects: Bayview Location. ................................................ 7

LIST OF TABLES

Table 1. Archaeological Find Types and Response. ..................................................................... 11

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 1

March 2015

1.0 INTRODUCTION

The purpose of this Archaeological Resources Monitoring Plan and Inadvertent Discovery Plan

(“ARMP/IDP”) is to establish archaeological resources monitoring and inadvertent discovery

protocols to be used during ground disturbing construction associated with King County

Wastewater Treatment Division’s (“WTD”) Rainier Valley Wet Weather Storage Project

(“Project”).

2.0 REGULATORY ENVIRONMENT

WTD anticipates the Project will receive funding through the Clean Water State Revolving Fund

(“CWSRF”). CWSRF funds are provided by the US Environmental Protection Agency (“EPA”),

making the project an undertaking subject to Section 106 of the National Historic Preservation

Act of 1966 (“Section 106”). Section 106 requires Federal agencies to take into account the

effects of their undertakings on historic properties, and afford the Advisory Council on Historic

Preservation (“ACHP”) a reasonable opportunity to comment. The historic preservation review

process mandated by Section 106 is outlined in 36 CFR Part 800. For the Rainier Valley Wet

Weather Storage Project, EPA is the lead Federal agency for consultation under Section 106, and

has delegated Section 106 responsibility to the Washington State Department of Ecology

(“Ecology”).

This Project is also subject to King County’s Executive Procedures for Treatment of Cultural

Resources (LUD 16-1 [AEP]) as part of due diligence to ensure compliance with relevant State

and Federal laws pertaining to cultural resources. Archaeological laws that apply to projects

conducted within the State of Washington include: Archaeological Sites and Resources Law

(RCW 27.53), Indian Graves and Records Law (RCW 27.44), Human Remains Law (RCW

68.50), and Abandoned and Historic Cemeteries and Historic Graves Law (RCW 68.60). As part

of the LUD-16 (AEP) process, King County Historic Preservation Program (HPP) has reviewed

the Project (LeTourneau and Sundberg 2014, 2015).

3.0 PROJECT LOCATION AND DESCRIPTION

The Project involves two locations in Seattle, King County, Washington. The Hanford location is

situated on the northeast corner of S. Hanford Street and 27th

Avenue S. The Bayview location is

situated on the northwest corner of S. Bayview Street and Rainier Avenue S. The Project

locations are in Section 9, Township 24 North, Range 4 East on the Seattle South, WA 7.5′ series

topographic map (Figure 1).

3.1 Hanford

Work at Hanford will involve construction of a new 0.36-million-gallon, underground, concrete

storage tank with a mezzanine level that will contain an odor control unit, and an above-ground

1,720-square-foot building that will house electrical and mechanical control rooms and a standby

generator. Excavation for the 85-foot L x 54-foot W (4,536-square-foot) storage tank will reach a

depth of approximately 48 feet below ground surface (bgs). A 72-inch-diameter caisson will be

installed in the intersection of S. Hanford Street and Martin Luther King Way S., and will be

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 2 ESA

March 2015

converted into a manhole (“Manhole 3/Diversion Structure”). Excavation for the Manhole

3/Diversion Structure will extend to 30 feet bgs. Two 40-inch-diameter conveyance pipes will be

pipe-rammed between the Manhole 3/Diversion Structure and the new storage tank. A sump with

a 36-inch-diameter connection to the existing Rainier Combined Sewer Overflow (CSO)

structure on S. Hanford Street will be constructed. Two 72-inch-diameter precast concrete

manholes (Manholes 1 and 2) will be installed at an approximate depth of 30 feet bgs.

3.2 Bayview

Work at Bayview will involve construction of a new concrete vault (approximately 20-foot L x

20-foot W x 30-foot D), installation of a new precast manhole structure, pipe ramming of

approximately 120 linear feet of 48-inch-diameter pipe between the new vault and the new

manhole, and open-cut installation of approximately 10 linear feet of 48-inch-diameter pipe

between the new manhole and an existing brick lined sewer. Construction will involve

excavation of two open-cut pits with soldier pile shoring measuring approximately 30-foot L x

20-foot W x 30-foot D at the new vault (receiving pit), and 30-foot L x 27-foot W x 30-foot D at

the new manhole (jacking pit).

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 3

March 2015

Figure 1. Project Location.

Project Location

Project Location

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 4 ESA

March 2015

4.0 AREAS OF POTENTIAL EFFECTS

Two Areas of Potential Effects (APEs) – an Archaeological Resources APE and a Viewshed

APE – have been defined for this Project.

4.1 Archaeological Resources APE

For both the Hanford and Bayview locations, the Archaeological Resources APE (Figures 2

through 4) for the Project is defined as the horizontal and vertical extent of the ground

disturbance associated with building demolition and construction excavation. Potential effects

within the Archaeological Resources APE include immediate and cumulative impacts on any

buried archaeological artifacts or features that may be present including, but not necessarily

limited to, removal, displacement, breakage, exposure, burial, inundation, and contamination

(e.g., biological or chemical). Any effects to Archaeological Resources would be permanent.

Figure 2. Archaeological Resources Area of Potential Effects.

Bayview

Hanford

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 5

March 2015

Figure 3. Archaeological Resources Area of Potential Effects: Hanford Location.

Figure 4. Archaeological Resources Area of Potential Effects: Bayview Location.

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 6 ESA

March 2015

4.2 Viewshed APE

The Viewshed APE is defined as the project parcels and adjacent parcels on all sides (Figures 5

through 7). For the Hanford location, the parcels are 1282300280, 3085002295, 5058300005,

5058300025, 5058300030, 5058300045, 5058300100, 5058300110, 5058300135, 8116100005,

8116100015, and 8116100160. For the Bayview location, the parcels are 1594600115,

1594600130, 1594600175, 5394600175, 9122000975, 9122000980, and 9122001025. Work at

the Hanford location will result in construction of a new, permanent, above-ground 1,720-

square-foot building; however, nearby buildings do not appear to be National Register or City

Landmark eligible, as they are nondescript and have no obvious associations of significance. At

the Bayview location, surrounding parcels contain office and commercial buildings that also

appear not eligible, with the possible exception of the Mutual Fish Company (parcel

9122000175). However, since work at Bayview involves below-ground construction with in-kind

replacement of existing ground surfaces, impacts to the viewshed are expected to be temporary

and non-permanent.

Figure 5. Viewshed Area of Potential Effects.

Bayview

Hanford

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 7

March 2015

Figure 6. Viewshed Area of Potential Effects: Hanford Location.

Figure 7. Viewshed Area of Potential Effects: Bayview Location.

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 8 ESA

March 2015

5.0 ARCHAEOLOGICAL RESOURCES MONITORING PROTOCOLS

The purpose of archaeological monitoring is to identify the presence of archaeological resources

and to rapidly assess their potential eligibility. To fulfill these goals, archaeological monitoring

uses a range of tools, methods, and strategies, including variable levels of effort and modes of

communication.

5.1 Archaeological Team Qualifications and Structure

The Project Archaeologist will oversee the implementation of the ARMP/IDP and day-to-day

archaeological monitoring. The Project Archaeologist will meet National Park Service,

Department of the Interior qualifications for professional archaeologists set forth in the Federal

Register (1983, Volume 48, No. 190:44739). All Archaeological Monitors will be capable of

providing cultural resource orientation to construction personnel.

5.2 Health and Safety

Prior to construction, WTD will provide a copy of the site Health and Safety Plan (“HASP”) to

the Project Archaeologist.

No Archaeological Monitor will conduct work within the Project Area until he/she has

completed all mandatory site-specific safety training. WTD (or its designee) will provide site-

specific safety training to Archaeological Monitors as needed. Archaeological Monitors will

follow all safety regulations and requirements at all times. Only Hazardous Waste Operations

and Emergency Response-certified (“HAZWOPER”) Archaeological Monitors will be allowed

to work in areas in which the WTD Project Representative has identified a probability for, or

verified the presence of, hazardous materials. If a discovery is made in association with

hazardous materials, the Project Archaeologist will make a recommendation to the WTD

Environmental Planner and WTD Project Representative regarding the extent of examination

feasible and warranted for evaluation of the resource. Safety concerns will take precedence at all

times.

5.3 Archaeological Monitoring Approach

5.3.1 Hanford

Prior to construction at Hanford, the Project Archaeologist will provide Tailgate Orientation to

construction personnel (see Section 8.2).

HPP identified general vicinity stratigraphic conditions as approximately 3 feet of fill overlying

27 feet of Holocene lacustrine and alluvial sediments overlying Pleistocene glacial sediments.

The Department of Archaeology and Historic Preservation’s Statewide Predictive Model

classifies Hanford as Very High Risk for archeological sites. Based on the Very High Risk, the

presence of deep Holocene soils, and the absence of evidence for previous deep disturbance,

HPP recommended: “A representative sample of open-cut excavations that will extend below fill

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 9

March 2015

should be monitored by an archaeologist until they have extended ~20 cm into Pleistocene

sediments” (LeTourneau 2015; LeTourneau and Sundberg 2015).

To fulfill HPP's recommendation, active archaeological monitoring will be conducted at two test

pit locations for each level of monitoring within the storage tank excavation cell. The precise

location of the test pits will be determined by the WTD Project Representative, but will generally

be located at each end of the excavation cell. Each test pit will be approximately 3-feet W by 15-

feet L by 5-feet D. Soils shall be dewatered prior to excavation. Monitoring will continue until

contact of the Holocene soils is reached. The Contractor is responsible to provide a minimum of

48-hour notice to the WTD Project Representative prior to starting excavation for all levels of

monitoring.

NO Archaeological Monitor will be present during the remainder of storage tank cell

excavation or within areas outside of the storage tank cell. The Project Archaeologist will be

available on an On-Call basis in the event archaeological resources are discovered by

construction personnel. As outlined in Section 6.0 below, the Project Archaeologist will first

attempt to resolve a suspected archaeological discovery before dispatching an Archaeological

Monitor to further investigate.

5.3.2 Bayview

Prior to construction at Bayview, the Project Archaeologist will provide Tailgate Orientation to

construction personnel (see Section 8.2).

HPP identified general vicinity stratigraphic conditions as approximately 12 feet of fill overlying

Pleistocene glacial sediments; Holocene soils were not identified. Furthermore, HPP noted that

previous WTD pipe construction has caused substantial ground disturbance. HPP concluded that,

although the Bayview Site “has a high probability of containing archaeological resources based

upon environmental and other factors….It has a low probability of containing intact

archaeological sites because the ground disturbance associated with this project will be located in

areas that have been previously disturbed by installation of the existing sewer lines. HPP

recommended: “Work crews should be trained to recognize archaeological materials and human

remains and should follow proper procedures should either be found during the project”

(LeTourneau and Sundberg 2014, 2015).

NO Archaeological Monitor will be present during construction ground disturbance at the

Bayview site. The Project Archaeologist will be available on an On-Call basis in the event

archaeological resources are discovered by construction personnel. As outlined in Section 6.0

below, the Project Archaeologist will first attempt to resolve a suspected archaeological

discovery before dispatching an Archaeological Monitor to further investigate.

5.4 General Archaeological Monitoring Techniques

Archaeological Monitors will observe ground disturbances from multiple perspectives around

working equipment, requiring close communication with Project Representative. Excavated

spoils may be examined in concert with monitoring excavations. Occasionally, Archaeological

Monitors may make a request through the WTD Project Representative for permission to enter

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 10 ESA

March 2015

properly-shored excavation areas to clean and examine profile walls, obtain matrix samples, or

record stratigraphy at locations where archaeological resources may be present. They may

request through the WTD Project Representative that the Contractor temporarily conduct

excavation in thin lifts or otherwise modified excavation procedures. They may request through

the WTD Project Representative limited assistance from the Contractor in exposing and securing

archaeological discovery locations. All requests to the Contractor will be made through the WTD

Project Representative.

Archaeological Monitors will keep a daily log of activities, including communications, on standard

forms. Archaeological Monitors will record areas of native soil and fill in order to develop a

chronology and understanding of fill placement. Archaeological Monitors may use various methods

of recordation, including written description, mapping, photography, GPS, and video.

Archaeological Monitors will wear appropriate personal protection equipment (PPE) at all times,

and have appropriate archaeological equipment, including camera and phone (or smartphone),

shovel and trowel, ¼-inch screen, flagging/pin flags, tarp, bags, ruler/tape measure, and monitoring

forms. Archaeological Monitors will have a copy of the ARMP/IDP and HASP while on site.

6.0 RESPONDING TO ARCHAEOLOGICAL DISCOVERIES

In the event that precontact (prior to AD 1851) or historic (after AD 1851) archaeological

resources are discovered, the procedures in this section will be followed.

6.1 Eligible/Potentially Eligible Discoveries

Examples of discoveries that may be considered eligible (or potentially eligible) include, but are

not limited to:

• HUMAN REMAINS (see Section 7.0 for special procedures);

• stone tools;

• concentrations of shell or animal bone;

• concentrations of charcoal, burned soils and/or fire modified rocks;

• basketry, netting, planks or other wooden objects or structures;

• undisturbed clusters of historic objects (e.g., bottles, dishware, metal);

• building foundations, or unusual or complex infrastructure, that is older than 50 years.

6.2 Contractor Responsibilities

If a discovery is made at any time during the Project, the Contractor is responsible for taking the

following steps:

1. Immediately securing and protecting the discovery by suspending ground disturbing

activities and cordoning off the discovery area;

2. Securing all spoils piles or trucks that may contain archaeological remains;

3. Collecting basic information (date/time/location/depth of discovery, personnel/equipment

involved, general description of discovery); and

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 11

March 2015

4. Notifying the WTD Project Representative (and Archaeological Monitor, if present).

6.3 Field Assessment of Discoveries

If the Archaeological Monitor is present at the time of a discovery, he/she will assess the

discovery and confer with the Project Archaeologist regarding the prehistoric or historic

significance of the discovery. The Archaeological Monitor will thoroughly document discoveries

using photographs, sketch maps, and written descriptions.

If no Archaeological Monitor is present at the time of a discovery, the WTD Project

Representative will contact the Project Archaeologist. The Project Archaeologist will make a

reasonable attempt to assess the discovery using information provided by WTD/Contractor. If

the Project Archaeologist is unable to adequately assess a discovery, a field visit will be made by

an Archaeological Monitor.

Apart from actions required to assess or protect a discovery, ground disturbing construction

activities likely to cause further disturbance to the discovery may not resume until the

discovery has been:

1. determined not eligible; or

2. determined eligible and resolved by WTD, Ecology/EPA, State Historic Preservation

Office (“SHPO”), HPP, and affected Tribes.

6.4 Archaeological Resources

Eligibility criteria for archaeological remains are based on the types of artifacts and the integrity

of the deposit. Table 1 summarizes archaeological resources find types, field procedures,

potential impact on construction, and required post-field actions.

Table 1. Archaeological Find Types and Response.

Find Type Field Procedure Expected Impact on Construction Near Find

Post-Field Action

Isolated Find

Describe, photo, measure, map. Brief halt (~5 min.), unless diagnostic

Note in monitoring report. Prepare Isolate form, if necessary.

Artifact cluster or feature

Collect information needed to assess eligibility.

Temporary work halt (30 min) up to STOP WORK for consultation (~1-7 days)

WTD refer eligibility recommendation to Ecology/EPA. If determined eligible/potentially eligible, consultation between WTD, Ecology/EPA, SHPO, HPP and affected Tribes.

Human remains

WITHOUT FURTHER DISTURBANCE protect until Medical Examiner and Police arrive.

STOP WORK for crime scene investigation, possible reg. consultation

Crime scene investigation by police/medical examiner; possible involvement of State Anthropologist, and further consultation if Native American

6.4.1 Isolated Finds

Isolated artifacts are generally not expected to meet eligibility criteria, and it is unlikely that

discovery of an isolated artifact will require a formal Stop Work order. If an Archaeological

Monitor is already on site, evaluation and recording of an isolated find usually will require no

more than 5 minutes. Isolated finds will be documented on standard monitoring forms and in the

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 12 ESA

March 2015

report of monitoring results. An isolated find with traits diagnostic to a particular time or place of

manufacture, or ethnicity or culture may be recorded on an Archaeological Isolate Form.

6.4.2 Artifact Clusters and Features

If artifact clusters or features are discovered, the Archaeological Monitor and Project

Archaeologist will assess the potential eligibility of the discovery. Precontact artifact clusters and

features will be recommended to be potentially eligible. Historic artifact clusters and features

will require additional consideration. Artifact clusters and features that are disturbed may be

recommended eligible if the artifacts themselves would be eligible, if large volumes of artifacts

are found, or if the discovery is only partially disturbed. Disturbed clusters of historic artifacts,

remnants of utilities, and materials younger than 50 years will not be considered eligible. Artifact

clusters and features will be recorded on an Archaeological Site Form.

If an Archaeological Monitor is already on site, recording and evaluating an artifact cluster or

feature usually takes no more than 30 minutes. The Archaeological Monitor may conduct limited

probing to determine if additional remains are present and to further evaluate the discovery.

Within one (1) hour of recordation and evaluation by the Archaeological Monitor, the Project

Archaeologist will provide the WTD Environmental Planner with a description of the discovery,

as well as a preliminary recommendation regarding its eligibility. The WTD Environmental

Planner will convey this information to Ecology/EPA to request concurrence with the

recommendation; the WTD Environmental Planner will also notify HPP. Concurrence from

Ecology/EPA may require several hours or more, since Ecology/EPA will consult with the

SHPO. During this communication process, no work that is likely to cause further disturbance to

the discovery may occur. The Project Archeologist will confer with the WTD Project

Representative to assess the likelihood that various construction tasks will disturb archaeological

discoveries.

If Ecology/EPA determines an artifact cluster or feature not eligible, ground disturbing work

may resume once any additional documentation requirements have been fulfilled.

If Ecology/EPA determines an artifact cluster or feature eligible or potentially eligible, WTD

will issue a formal Stop Work order. Ecology/EPA, WTD, SHPO, HPP, and affected Tribes will

determine the appropriate course of action, including avoidance, minimizing impacts, and/or

mitigation of the discovery. If an eligible or potentially eligible discovery cannot be avoided, a

Supplemental Treatment Plan and Memorandum of Agreement may be required.

7.0 SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN REMAINS

In the event that human remains are discovered, the Contractor will immediately stop all work

within 50 feet (15 meters) of the discovery, secure the area, and notify the WTD Project

Representative.

Human remains will not be handled, removed, reburied, or covered. The area of discovery will

be flagged and secured. Construction equipment and personnel will not enter the discovery area.

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 13

March 2015

Assumptions must not be made concerning the origin of human remains and public disclosure of

the discovery will be avoided. Construction may resume elsewhere provided it is no closer than

50 feet (15 meters) from the area of discovery.

The WTD Project Representative will notify the King County Medical Examiner and Seattle

Police in the “most expeditious manner possible” (RCW 27.44; RCW 86.50; RCW 68.60). After

notifying the Medical Examiner and Seattle Police, the WTD Project Representative will notify

the WTD Environmental Planner and Project Archaeologist. The WTD Environmental Planner

will notify Ecology/EPA and HPP. The Medical Examiner, with the assistance of law

enforcement personnel, will determine if the remains are human, whether the discovery site

constitutes a crime scene.

If the Medical Examiner determines the remains are human but are not forensic, the State

Physical Anthropologist will make a determination of whether the remains are Native American

or Non-Native American and report that finding to the affected parties. If the human remains are

determined to be Native American, specific procedures required by the Washington State Indian

Graves Act (WAC 27.44) will be followed. Implementation of these procedures will be

developed by Ecology/EPA and SHPO in consultation with affected Tribes. The procedures may

involve removal of the remains and associated cultural items, as well as reburial off-site. Study,

measurements, analysis, and cleaning of the human remains will be conducted subject to

approval by the affected Tribes.

8.0 COMMUNICATIONS AND REPORTING

The following discussion outlines communication procedures for archaeological resource issues

during the Project. A project contact list is provided in Appendix A.

8.1 Pre-Construction Meeting

A pre-construction meeting will be held between the Project Archaeologist, representatives of

WTD, and Contractor/Subcontractor project managers/supervisors responsible for directing

ground disturbing construction. Meetings will serve to: 1) review construction plans and

schedules; 2) review the ARMP/IDP; 3) establish a chain of command for communication and

decision-making among WTD, the Project Archaeologist, and construction personnel; 4) provide

personal introductions among WTD, the Project Archaeologist, and construction personnel who

will be working together; and 5) clarify any questions about schedules, construction locations,

construction techniques, or notification procedures.

8.2 Tailgate Orientation

The Project Archaeologist or Archaeological Monitor will also provide a 10-minute on-site

cultural resources orientation for construction crew members involved in ground disturbing

construction work prior to commencement of their work; the number of these trainings that will

be needed is to be determined.

8.3 On-Going Communications

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 14 ESA

March 2015

The Project Archaeologist will remain in regular communication with WTD Environmental

Planner and WTD Project Representative during the Project via email, phone, and on-site

discussions. WTD will provide current project schedules and plans to the Project Archaeologist

as they are updated. This communication will accomplish the following:

1. Determine the appropriate level of archaeological monitoring effort;

2. Provide advance notice of hazardous waste situations and need for HAZWOPER-trained

Archaeological Monitors;

3. Ensure the Project Archaeologist receives up-to-date information regarding construction

schedule and planned ground disturbances;

4. Inform WTD of potentially eligible discoveries so that they can be adequately protected.

8.4 On-Site Communications

Archaeological Monitors will communicate with the WTD Project Representative to make

general requests about equipment movement, placement of spoils for examination, access to

exposures, and temporary halts in excavation for the purpose of examining potential

archaeological resources.

8.5 Weekly Progress Summaries

Each week, the Project Archaeologist will summarize monitoring activities in an email to the

WTD Environmental Planner. The summaries will be based on the daily log of activities

maintained by Archaeological Monitors.

8.6 Monthly Progress Reports

Each month, the Project Archaeologist will prepare a report of monitoring activities for the WTD

Environmental Planner. The monthly reports will include projections of future work.

8.7 Monitoring Report

The Project Archaeologist will prepare and submit to WTD a draft report of monitoring results

within sixty (60) days of completion of monitoring. This report will discuss monitoring methods,

observed site conditions, discoveries of archaeological remains, and relevant recommendations.

WTD will distribute the draft report for comment by Ecology/EPA, SHPO, HPP, and affected

Tribes. The Project Archaeologist will submit the final report within fourteen (14) days of

receiving a consolidated set of comments from WTD. WTD will be responsible for distributing

copies of the final report to Ecology/EPA, SHPO, HPP, and affected Tribes.

8.8 Dissemination of Communications

Consultation among WTD, Ecology/EPA, SHPO, HPP, and affected Tribes will be initiated

under the circumstances previously noted concerning the discovery of significant archaeological

Rainier Valley Wet Weather Storage Project ARMP/IDP

ESA Page 15

March 2015

remains or human remains. The Project Archaeologist will be informed of decisions made during

the consultation process.

9.0 ARCHAEOLOGICAL RESOURCES COLLECTION AND CURATION

If a Supplemental Treatment Plan is required during the course of the Project, archaeological

resources collection and curation procedures will be specified in the Supplemental Treatment

Plan.

10.0 REFERENCES

LeTourneau, Philippe

2015 Email from Philippe LeTourneau, King County Historic Preservation Program, to

Meredith Redmon, King County Wastewater Treatment Division, regarding RWWS

(Hanford). Dated January 9, 2015.

LeTourneau, Philippe, and Charlie Sundberg

2015 King County Historic Preservation Program Cultural Resources Review, Rainier Valley

Wet Weather Storage Facility. Dated March 5, 2015.

2014 King County Historic Preservation Program Cultural Resources Review, Bayview

North CSO Control Project. Dated March 2, 2014.

Rainier Valley Wet Weather Storage Project ARMP/IDP

Page 16 ESA

March 2015

RWWS PROJECT CULTURAL RESOURCES CONTACTS

UPDATE PRIOR TO PROJECT

King County Medical Examiner’s Office (206) 731-3232

Seattle Police Department (non-emergency) (206) 625-5011

Washington State Department of Ecology

TBD

State Historic Preservation Office

Dr. Rob Whitlam, State Archaeologist (360) 586-3080

Stephenie Kramer, Assistant State Archaeologist (360) 586-3083

Dr. Guy Tasa, State Physical Anthropologist (360) 586-3534

King County Wastewater Treatment Division

Heidi Sowell, Planner (206) 477-5548

Glen Hiraki, Project Representative (206) 263-1783

King County Historic Preservation Program

Philippe D. LeTourneau, Archaeologist (206) 477-4529

Charlie Sundberg, Preservation Planner (206) 477-4538

Project Archaeologist

TBD

September 2015C00946C15Rainier Valley Wet Weather Storage 01570 - 1 TRAFFIC REGULATION

SECTION 01570

TRAFFIC REGULATION

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies the requirements for Traffic Control Plans, Notification schedules, temporary barricades, signs, flaggers, lights, road surfaces, detours, and maintenance thereof; and other safeguards necessary to protect life, health and safety.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revisions of the following documents. They are part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of a listed document, the requirements of this Section shall prevail.Reference TitleMUTCD U.S. Department of Transportation, Federal Highway Administration:

Manual on Uniform Traffic Control Devices, Part VI "Work Zone Traffic Control Standards and Guidelines"

STCM City of Seattle “Traffic Control Manual for In-Street Work”

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Traffic control plans: 1. Submit to Seattle Department of Transportation (SDOT) a minimum of 30 days prior to

needed use for review and approval by the City.2. Submit copy to Project Representative.

C. Notification schedules.

1.04 TRAFFIC CONTROL PLAN

A. Comply with the requirements of SDOT.

B. This project could require three separate traffic control plans: Bayview site, Hanford ODS site, and Hanford CSOT site.

C. Identify specific streets which the Contractor determines will have a traffic impact.

D. Annotate proposed location of barricades, lighting, signing, temporary striping and other traffic control devices.

E. Show access to buildings, emergency exiting, or property within and immediately adjacent to the construction site.

F. Anticipate traffic, bus zone and driveway relocation resulting from construction operations. Include anticipated loss of bus, passenger and truck loading zones.

G. Provide location of on street parking.

September 2015C00946C15Rainier Valley Wet Weather Storage 01570 - 2 TRAFFIC REGULATION

1.05 TRAFFIC CONTROL REQUIREMENTS

A. On Rainier Avenue during morning rush hour (6 AM to 9 AM weekdays), all Northbound lanes shall be kept open, and during evening rush hour (3PM to 6 PM weekdays) all Southbound lanes shall be kept open. At other weekday times, the center turn lane needs to remain as a turn lane at all times and accessible in both directions and one lane northbound and one lane southbound needs to be open to unobstructed to traffic. Traffic control needs to meet the requirements of SDOT.

B. Truck trips will not be allowed from 4 PM to 6 PM on weekdays in order to not impact peak hour traffic.

C. When the existing configuration of the traffic lanes of traffic are to be impacted, provide a minimum of one off-duty Seattle police officer or more when required by the Authority Having Jurisdiction (AHJ).

D. Work crews shall not impact two consecutive street intersections at the same time.

E. Maintain pedestrian and bicycle access at all times. Work with the Project Representative if pedestrian and bicycle pathways require temporary rerouting or closure.

F. Traffic flow on streets where work is not being performed shall not be revised.

G. Minor arterial streets shall be maintained in each direction at all times.

H. Unless otherwise indicated, provide for passage and access of emergency vehicles, police, fire, and disaster units at all times. Assume liability for damages resulting from failure to provide said access.

I. Vehicular and pedestrian routing on streets where the work is not being performed shall not be revised.

J. At each site where a two-way roadway is restricted to one lane of two-way traffic provide a minimum of two certified flaggers in order to insure safe and effective planning of traffic through the constricted zone. Provide three certified flaggers when the construction zone length causes sight distance or communication problems between a two member team of flaggers to operate safely.

K. Provide a minimum of one week notice when driveway access will be restricted. Provide cleared residential driveway access at the end of every work day. Provide businesses, public service buildings, and industrial sites driveway access during their operating hours. Provide and maintain signage in accordance with this Section and as shown on the traffic control plan.

L. Notify and obtain appropriate approvals from both the Police Department and the Fire Department of street closures.

M. Within the construction zones, provide parking restrictions and easels in accordance with the requirements of SDOT. Keep parking restrictions to a minimum.

N. Provide local access to all businesses, industrial sites and residences. Provide a certified flagger to prevent any conflicts between local access traffic and construction crews and/or heavy equipment whenever local access is required into/out of the construction zone.

O. Provide road closure plans and provide for the type of traffic impacted. Provide design of the detour route for local access.

P. Provide concrete barriers to separate traffic flow from construction work.

September 2015C00946C15Rainier Valley Wet Weather Storage 01570 - 3 TRAFFIC REGULATION

Q. Channel traffic flow through the work zone per approved Traffic Control Plan.

R. Provide a temporary 7.5-foot wide alternate pathway with 4-foot pinch points allowed on the same side of the street when construction interferes with the usual pedestrian/cyclist pathways. Alternative has to be ADA accessible. Keep pedestrian/ cyclist, vehicles and open excavations along the arterial all separate from one another to meet safety requirements. Maintain minimum of three crosswalks at all affected intersections.

S. Meet requirements of RCW 47.36.200.

1.06 JOB COORDINATION

A. Coordinate construction to offer the least possible obstruction and inconvenience to public.

B. Coordinate with property and business owners in order to maintain convenient access for local traffic to private properties along the line of work at all times and/or as specified in this Section and on the Drawings.

C. Keep existing street lighting systems in operation during progress of the work at all times.

D. Do not open up sections of work and leave them unfinished. Finish work in process insofar as practicable.

E. Have under construction no greater length or amount of work than can be prosecuted properly with due regards to the rights of the public.

F. Coordinate revisions to existing traffic control with the affected agencies. Keep traffic controls in operation, unless otherwise required by the Project Representative, for the benefit of the traveling public during progress of the work.

G. As work progresses and as conditions permit, reset temporarily relocated or removed traffic and street name signs in their permanent location. Replace or repair signs and other traffic control devices damaged or lost.

H. Coordinate with property owners or designated representatives and service providers for uninterrupted garbage/recycling collection, mail and other delivery services.

1.07 NOTIFICATIONS PLANS

A. Submit a Notification Plan and Schedule within 30 days of the effective date of the Notice to Proceed. Update this Notification Plan weekly for Contract meetings.

B. Notification Plan and Schedule shall include:1. Name of affected business/property owner.2. Mailing address of business or property owner.3. Address of affected property if different.4. Contact name and phone number.5. Estimated week of construction within 150 feet of affected property.6. Estimated number of days that construction will be fronting the property.7. Special issues for maintaining access.

C. Request and obtain written approval from the Project Representative and SDOT before partially or completely closing any street.

D. Notifications regarding work performed in street areas shall be in such detail as to give the time of commencement and completion of the work, names of streets to be closed, schedule of operation, and routes of detour.

September 2015C00946C15Rainier Valley Wet Weather Storage 01570 - 4 TRAFFIC REGULATION

E. To accommodate emergency vehicle rerouting, notify in writing, local fire and law enforcement authorities and other affected agencies not less than 72 hours prior to construction operations which deviate or delay traffic from the existing traffic patterns.

F. Notify the appropriate Transit Construction Coordinator at least 72 hours in advance of any construction that may disrupt transit service or park and ride operations. Cooperate with Metro Transit and assist in the relocations of the bus stop locations when access is prevented to existing bus stop locations during the construction.

G. Notification of the residents living adjacent to the work will be by the County two weeks in advance of the construction in the area of work.

H. Directly inform individual owners or household residents at least 48 hours in advance of beginning the work to minimize or eliminate inconveniences to the public. Inform owners of work which blocks the use of the property in any way by construction or equipment, blocks the side sewer service connection, or shuts down the potable water system.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 TRAFFIC MAINTENANCE

A. Traffic control staff and flaggers required to be dedicated to traffic control and safety and not be performed by workers performing other work.

B. Take necessary measures to maintain a normal flow of vehicular and pedestrian traffic to prevent accidents and to protect the work throughout the construction stages until completion of the work. Make necessary arrangements to reroute traffic, provide and maintain barriers, cones, guards, barricades, and construction warning and regulatory signs. Regulatory devices provided by the Contractor shall be suitable for nighttime operation. Take effective measures necessary to protect other portions of the work during construction and until completion. This includes providing and maintaining necessary barricade lights, construction signs, guards, temporary crossovers, and flaggers in accordance with the standards referenced in this Section.

C. Maintain emergency exiting from homes within and immediately adjacent to construction site.

D. Maintain vehicular traffic at all locations to the greatest extent possible and reduce and reroute traffic only for the shortest time possible consistent with effective construction operations. Required travel lanes shall not be blocked by the Contractor's activities, including trucks delivering materials unless approved by the Project Representative. Material deliveries and other related trucking activities shall occur in the Contractor's protected work or staging areas. Upon completion of a segment of work in streets, traffic shall be restored to normal flow as soon as possible. Maintenance of existing directional operation of street systems shall be maintained as much as possible.

E. When pavement markings are obliterated due to construction activities or pavement restoration, temporary pressure sensitive pavement marking tape, traffic buttons or delineators shall be installed where designated by the Project Representative. These temporary features shall be removed only upon installation of permanent traffic channelization.

F. Maintain access by emergency vehicles at all times in all roadways. Use temporary covers over cuts to accommodate traffic. Notify the Project Representative and the fire chief prior to limitation of access in any section of the roadway.

September 2015C00946C15Rainier Valley Wet Weather Storage 01570 - 5 TRAFFIC REGULATION

G. Maintain pedestrian movements through construction areas. Facilities for pedestrians include provisions for the safe movement of mobility and sight-impaired individuals. This includes temporary ramps.

3.02 ACCESS

A. Unless otherwise indicated, provide local access at all times.

B. Maintain access to private properties and businesses at all times including the work area; if access is required in the immediate work area, make provision in the Contractor operations to provide requested access.

C. Where, during some urgent stages of construction, the Project Representative concurs that temporary closure of an access to a property is unavoidable, coordinate the closure with the property owner and provide alternative access, if required. The existing access shall not be closed until the replacement access is available.

D. When it is necessary to close the adjacent property, backfill immediately after laying the pipe and place an interim surface to restore access. Arrange schedules so that access is available to properties daily when work is not occurring.

3.03 SAFETY

A. Use adequate safeguards, safety devices and protective equipment and take other needed actions to protect life, health and safety and to protect property in connection with the performance of the work.

B. Use flaggers, signs, and other devices, and erect and maintain barricades, guards, signs, warning signs, and detour signs, as are necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations, which may occur on streets affected by such operations.

C. Where flaggers are employed, the flaggers' equipment and training shall be in accordance with the applicable laws and regulations. All required equipment shall be used by flaggers while actually flagging traffic

D. All flaggers are required to possess a current flagging certification card.

E. Provide standard signs as well as other appropriate signs prescribed by the Project Representative as applicable and necessary for the work. Erect signs on posts and supports and maintain them in a neat and presentable condition until the necessity for them has ceased. When the need for a sign has ceased, the Contractor, upon approval by the Project Representative, shall take down such sign. Control signs necessary for nighttime traffic control, or remaining in place during the night, shall be fully reflectorized.

F. Safeguard and direct traffic after the existing signs have been removed. Preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor.

G. Provide and maintain temporary and permanent pavement markings including traffic markers, delineators, thermoplastic stop bars and crosswalks to meet the SDOT current standards.

H. When required by the Project Representative, provide flaggers immediately, provide, erect, maintain and remove barricades and lights; and erect, maintain and remove standard signs.

September 2015C00946C15Rainier Valley Wet Weather Storage 01570 - 6 TRAFFIC REGULATION

I. In the event traffic signal or beacon is made inoperative by or at the request of the Contractor, provide an off-duty police officer as per laws and regulations, or provide suitable traffic control devices for control and movement of traffic during the time that the signal or beacon is inoperative.

J. Provide traffic control during the hours of construction and in a safe, prudent, operating manner. During the hours of non-construction, maintain all existing traffic lanes safe for vehicular traffic. Leave all unfinished work in a safe, non-hazardous condition to the public.

3.04 SIGNS

A. Check daily each item including weekends and holidays. Replace signs that are missing, vandalized, damaged, or not functioning properly within 24 hours of such act.

B. Non-applicable signs shall be removed or covered during periods not needed.

3.05 CONSTRUCTION AND MAINTENANCE OF DETOURS

A. Construct, maintain in a safe condition, and keep open to traffic detours that will accommodate traffic diverted from the roadway during construction.

B. Provide for all on-site or off-site detours required or necessitated by the work, including side street crossings, and temporary bridges over excavation or freshly placed concrete.

C. Keep roadways clean to assure the safe passage of pedestrians and vehicles.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 1 EQUIPMENT TESTING AND TRAINING

SECTION 01660

EQUIPMENT TESTING AND TRAINING

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies the requirements for achieving, verifying, and documenting the working condition of the facility, according to its planned function and operation, including the training of operating personnel. This process includes, but is not limited to, documentation and procedures, pre-installation and component testing, system and operational testing, and possession and use by the County. The process is applicable to mechanical, electrical, and instrumentation systems and completed portions of the work, functioning as integrated systems of a completed operational facility.

1.02 QUALITY ASSURANCE

A. Referenced Standards: This Section incorporates by reference the latest revision of the following documents. It is a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail.ReferenceAmerican Society for Testing and MaterialsHydraulic Institute StandardsInstitute of Electrical and Electronics EngineersInstrument Society of America

B. Qualifications1. Test Engineer

a. Experienced with instrumentation and controls, electrical, and mechanical equipment.b. Experienced with developing and implementing written start-up plans and procedures.c. Experienced with starting up and troubleshooting facilities of similar type and complexity

for a minimum of three similar industrial facilities.d. Excellent working knowledge of complex systems and how they relate to each other.e. Capable of understanding and analyzing control vendors operating systems,

troubleshooting, and recommending necessary modifications.f. Competent in system design and intent.g. Excellent oral and written communication skills and be highly organized and able to work

well with both management and trades contractors.h. Professional engineer registered in the state of Washington or extensive hands-on

practical field experience, with demonstrable relevant technical training and experience.i. Not financially associated with any subcontractors or vendors associated with this

Contract at the time of the Contract bid or during the assigned work to avoid potential conflicts of interest.

C. Install testing equipment and apparatus with personnel trained in the trades and professions required to assure competent workmanship.

D. Supervise the installation of specific equipment testing items specified to be accomplished by factory-trained installation specialists furnished or certified by the equipment manufacturers.

E. Document the skills and training of workers engaged in the installation of testing equipment furnished by the Contractor.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 2 EQUIPMENT TESTING AND TRAINING

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. 30 days after Notice to Proceed, a listing of all individual component and system testing to be performed.

C. Test phase plan submittals: 1. Pre-installation test phase2. Component test phase3. System test phase4. Operational test phase: An update of System Test Packages with Operational Test Phase

results and evaluations as related to other Systems, facilities, or contracts.

D. Test result report submittals:1. Component tests2. System tests3. Operational tests

E. Training Program submittals:1. Listing of all individual equipment and systems2. Training Plans3. Documentation of training performed.

1.04 TEST ENGINEER RESPONSIBILITIES

A. The Test Engineer shall be responsible for the following:1. Review and approve all functional and performance tests, results, and documentation for all

equipment and systems.2. Develop schedules for all testing, integrate testing into the master construction activity

schedule, and coordinate all required testing.3. Develop test procedures and forms for documentation of all equipment tests, system

functional tests, and cross system functional tests. Test procedures shall be in accordance with equipment manufacturer’s recommendations, where applicable. Test procedures shall fully describe system configuration and steps required for each test. The test procedures reflect actual procedures used. The test procedures shall be appropriately documented so that another party can repeat the test to verify test results.

4. Complete test procedure schedule, procedures, forms, and other documentation and submit for approval two months prior to starting any testing required by Division 17.

5. Coordinate directly with all subcontractor and vendors specific to their responsibilities and contractual obligations.

6. Observe the start-up and initial testing of equipment and then all final test of equipment and systems.

7. Coordinate all cross system testing. Some examples of cross system testing are process controls, HVAC, fire alarm, life and safety.

8. Note and document any inconsistencies or deficiencies in system operations and ensure system compliance or recommend modifications to system design which will enhance system performance.

9. Coordinate the participation in the required testing and approve procedures, after verifying that pretests have been satisfactorily conducted and the systems are ready for final tests.

10. Review as-built drawings provided by the various subcontractors and vendors for verification with as-built conditions.

11. Obtain all documentation of equipment and systems’ tests and assemble a final test report.12. Oversee training for the systems specified in the Specifications.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 3 EQUIPMENT TESTING AND TRAINING

1.05 DEFINITIONS

A. System:1. A defined part of the Contract requirements, consisting of an arrangement of items, such as

Equipment, structures, components, piping, wiring, materials, or incidentals, so related or connected to form an identifiable, unified, functional, operational, safe, and independent part of the Contract.

2. Systems include the main process equipment elements and associated:a. Control valves. b. Operatorsc. Monitoring equipmentd. Switchese. VFDf. PLC/IO and Logicg. Local controlh. Operator Interface [OI]i. Supervisory Control and Data Acquisition (SCADA) systemsj. Alarms and Annunciators

3. Specific systems may include, but are not limited to, the following:a. Storage Tank Drain Pumps Systems consisting of the following:

1) Drain pumps. 2) Variable frequency drives. 3) Discharge valves. 4) Storage tank level elements5) Flow meter6) All other incidentals necessary for a complete System

b. Tank Influent Sluice Gate System consisting of the following: 1) Slide gate.2) Electric actuator3) All other incidentals necessary for a complete System

c. C2 Water Supply System consisting of the following:1) Backflow preventers2) Pressure reducing valves3) Air gap tank fill valve and level controls.4) Air gap tank5) Water booster pumps. 6) Pneumatic tank7) All other incidentals necessary for a complete System

d. Engine Generator System consisting of the following:1) Diesel fuel day tank and accessories2) Fuel supply and return pumps, piping and valving.3) Leak detection system 4) Diesel powered engine and generator.5) Automatic transfer switch6) Automatic inlet and outlet dampers on ventilation system7) Exhaust silencers and noise attenuation. 8) Load bank receptacle9) All other incidentals necessary for a complete System

e. Instrument Air System consisting of the following:1) Instrument air compressors and receiver and accessories 2) Piping, valving, and accessories3) All other incidentals necessary for a complete System

f. Gas monitoring System consisting of the following:1) Gas monitors and alarms2) All other incidentals necessary for a complete System

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 4 EQUIPMENT TESTING AND TRAINING

g. Flushing Systems consisting of the following:1) Tipping buckets 2) Motor actuated tipping bucket fill valves3) Manual tipping bucket fill valves4) Position switches5) All other incidentals necessary for a complete System

h. Odor Control System consisting of the following: 1) Odor Control Unit2) Mist eliminator3) Inlet and outlet dampers4) Combined Sewer Overflow Tank (CSOT) exhaust fan5) Tipping Bucket Gallery supply fan6) Duct silencer7) CSOT pressure relief damper8) CSOT inlet barometric backdraft damper9) All other incidentals necessary for a complete System

i. Electrical Room HVAC Systems consisting of the following:1) Supply fan2) Unit heater 3) Exhaust fan 4) All other incidentals necessary for a complete System

j. Mechanical Room HVAC Systems consisting of the following:1) Supply fan2) Unit heater 3) Exhaust fan4) All other incidentals necessary for a complete System.

k. Generator Room HVAC Systems consisting of the following:1) Unit heater 2) Exhaust fan 3) Supply, exhaust and bypass dampers4) All other incidentals necessary for a complete System

l. Odor Control Room HVAC Systems consisting of the following:1) Supply fan2) Exhaust fan3) All other incidentals necessary for a complete System

m. Level monitoring equipment including bubbler system, level transmitters, high level switches and low level switches.

n. Intrusion monitor systemo. Fire suppression and alarm systemp. Power monitoring systemq. Sump pump systems

B. Pre-installation Test Phase:1. Factory testing as specified in individual Specification Sections.2. Standard factory tests of manufacturer and standard industry practice.3. Delivery acceptance tests and inspections.

C. Component Test Phase: Installed component tests and inspections.

D. System Test Phase: Complete Systems tests and evaluations to demonstrate the components of the system interact and operate as specified.

E. Operational Test Phase: Testing of the entire facility and interlocks. The full operation of the facility for a specified period that assures that all systems and processes operate to defined design criteria. Unless specified otherwise, this is clean water testing.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 5 EQUIPMENT TESTING AND TRAINING

1.06 TESTING - GENERAL

A. Testing and performance criteria are described in the Contract documents, manufacturer's literature and industry standards.

B. Prepare and submit test procedures, and schedules.

C. Document and submit test results.

D. Items and work required to complete the tests and inspections specified herein, unless otherwise specified.

E. If, under test, a portion of the work fails to meet the Contract requirements and is adjusted, altered, renewed, or replaced, tests on that portion, together with other portions of the work affected, shall be repeated within a reasonable time and in accordance with the specified conditions.

F. Test results to be within the tolerances set forth in the Specifications. If no tolerances have been specified, conform to tolerances established by recognized industry practice.

G. Where, in the case of an otherwise satisfactory installed test, doubt or dispute arises between the Project Representative and the Contractor regarding the test results or the methods or equipment used in the performance of such test, then the Project Representative may order the test to be repeated. The repeat test using such modified methods or equipment will be paid per the following:1. If the test results confirm the satisfactory installed test results, costs for the repeat test will be

paid by the County.2. If the test results of an installed test fail to comply with the Contract requirements, all costs

associated with the repeat tests and equipment necessary to achieve the Contract requirements are at the Contractor’s expense.

1.07 TRAINING

A. Submit Master schedule and training program for operations and maintenance staff training:1. Procedures: per Section 01300.2. Submit schedule 30 days prior to start of system test phase for first training presentation.3. Schedule to include:

a. Target date and time for each operating and maintenance training presentation for each system, both field and classroom.

b. Do not schedule training on weekends or holidays observed by the County.c. Coordinate training scheduling with applicable County staff work schedule.

4. After each training, submit completed Form 01660-B and Form 01660-C included in Section 01999.

PART 2 PRODUCTS – NOT USED

PART 3 EXECUTION

3.01 MATERIALS AND EQUIPMENT

A. Comply with the requirements of this Contract and the recommendations of the equipment manufacturers.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 6 EQUIPMENT TESTING AND TRAINING

B. Provide test gauges, meters, recorders and monitors as required to supplement or augment the instrumentation system provided under this Contract to properly demonstrate that equipment fully satisfies the specified requirements. Specifically select devices employed for the purpose of measuring the performance of the facility’s equipment and systems to be consistent with the variables to be monitored. Instruments are to be recently calibrated.

C. Demonstrate through re-calibration the accuracy of instruments employed for testing purposes.

D. Calibration procedures are in accordance with applicable standards of ASTM, ISA, and IEEE to insure the adequacy and calibration of gauges, meters, recorders and monitors.

3.02 INSTALLATION

A. Install test equipment in accordance with the manufacturer’s requirements. Notify the Project Representative of conflict between a manufacturer’s installation recommendations and specific requirements of the Contract Documents.

B. Install test equipment provided by the County as designated under this Contract, in accordance with the details shown and Specified in the manufacturer’s requirements. Notify the Project Representative of conflict between a manufacturer’s installation recommendations and specific requirements of the Contract Documents.

3.03 TESTING

A. General requirements:1. Test and inspect equipment and partially completed or fully completed portions of the work to

prove compliance with the Contract requirements.2. Unless otherwise noted, pay all costs of testing, including temporary facilities and

connections.3. Receive Project Representative’s approval for the application of all tests only after Project

Representative completes the inspection of equipment for conformance with the Specifications.

4. Tests and inspections, unless otherwise specified or accepted, are in accordance with the recognized standards of the industry. Allow for up to two additional setpoint changes during testing.

B. Procedures:1. Design testing procedures to duplicate, as nearly as possible, conditions of operation to

insure that the equipment is not damaged. Once the testing procedures have been reviewed and approved by the Project Representative, organize by system into test packages and include the proper checkout, alignment, adjustment, and calibration signoff forms (Form 01660A, included in Section 01999) for each item of equipment and system.

2. Jointly use forms with the Project Representative to ensure that documentation for each electrical, mechanical, and instrumentation equipment item has been properly recorded for installation and testing. Failure to follow the Project Representative approved procedure will result in non-acceptance of the equipment.

3. Fulfillment of the test and inspection requirements is by either of the following:a. Tests and inspections carried out in Project Representative's presence, orb. Certificates or reports of tests and inspections carried out by Project Representative

approved persons or organizations.4. Maintain the systems test packages, which contain tests and sign-off forms including, but not

limited to, piping, equipment, electrical, and instrumentation. Submit test packages to the County for inspection upon request.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 7 EQUIPMENT TESTING AND TRAINING

3.04 TESTING BY PHASES

A. Preinstallation Test Phase:1. As specified, test items at the place of manufacture during or on completion of manufacture.

Tests are comprised of hydraulic pressure tests, electric and instrumentation subsystem tests, performance and operating tests and inspections.

2. Perform in accordance with the relevant standards of the industry if not specified in the Contract Documents. Tests other than those specified are in accordance with Section 00700.

3. When items are delivered to the site, remove all coverings, containers, or crates in order to permit the Project Representative to conduct the inspection to determine if the items are of the specified quality and workmanship, and are visually in good order and condition at the time of delivery. Should the Project Representative find, in its opinion, indication of damage or deficient quality of workmanship, provide the necessary documentation or conduct such tests to demonstrate compliance.

B. Component Test Phase:1. General:

a. Obtain approval of operation and maintenance information as specified in Section 01730 prior to testing.

b. Equipment to be tested to the specified requirements before a system is placed into operation.

c. Incorporate requirements of the Specifications into the installed tests and inspection procedures and proceed in a logical, step-wise sequence to ensure that the installed equipment has been properly assembled, serviced, aligned, adjusted, connected, and calibrated prior to operation.

d. Perform all changes, adjustments, or replacements required to make the Equipment operate.

2. Component testing is required for all equipment, piping, electrical, Instrumentation, Controls including:a. Equipment specified in Divisions 11, 13, 14, and 15.b. Piping system pressure testing and cleaning as specified in Division 2 and Division 15.c. Electrical System testing as specified in Division 16.d. Instrumentation System testing as specified in Division 17.e. County supplied equipment as specified.

3. Provide and complete a checklist to verify discrete and analog inputs from field devices update PLC memory registers.

4. Provide and complete a checklist to verify PLC discrete and analog outputs are connected to field devices.

5. Test, check and correct deficiencies of:a. Power, control and monitoring circuits for continuity prior to connection to power source.b. Voltage of all circuits.c. Phase sequence.d. Cleanliness of connecting piping systems.e. Alignment of connected machinery.f. Vacuum and pressure of all closed systems.g. Lubrication.h. Valve orientation and position status for manual operating mode.i. Tankage integrity using clean water.j. Instrumentation and control signal generation, transmission, reception and response.k. Tagging and identification systems.l. Proper connections, alignment, calibration and adjustment.

6. Calibrate all safety equipment.7. Manually rotate or move moving parts to assure freedom of movement.8. Bump electric motors to verify power and direction of rotation.9. Perform other tests, checks, and activities required to make component ready for System

Test Phase.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 8 EQUIPMENT TESTING AND TRAINING

10. Obtain approval of operation and maintenance information as specified in Section 01730 prior to testing.

C. System Test Phase:1. General:

a. After the Project Representative has approved the Component Test Phase for each component within a system and has not found deficiencies in that portion of the work, test and operate all individual systems under operating conditions to determine as comprehensively as possible whether the equipment and system meet the requirements of the Specifications.

b. Except as otherwise specified, employ potable water in the testing of all water and wastewater systems. For other systems use the intended fluid or a compatible substitute. Disposal of test media must be in compliance with laws and regulations and with proper permits. Submit disposal manifest to the Project Representative.

c. When testing requires the use of auxiliary systems such as electrical power, compressed air, control air, or instrumentation which have not yet been placed in service, provide acceptable substitute sources, capable of meeting the requirements of the machine, device or system. County facilities are not available for this purpose.

2. Following system testing:a. Recheck machines for proper alignment; re-align if necessary and dowel in place.b. Check equipment for loose connections, unusual movement or other indications of

improper operating characteristics.c. Correct deficiencies to the requirements of the Project Representative.d. Disassemble and inspect equipment which exhibits unusual or unacceptable operating

characteristics. Repair or remove from the site and replace with new. Test until the equipment meets the requirements of the Specifications.

3. Field test to verify performance requirements:a. As part of system test phase, completely field test each equipment item specified in

Divisions 11 through 17 over the entire range of operating conditions.b. Record flow, suction pressure, and discharge pressure in field testing report.c. Perform vibration tests where specified in individual equipment specification. Vibration

tests shall be in accordance with Hydraulic Institute Standards and Section 11020.d. Provide necessary pressure and flow measuring equipment. Calibrate prior to use.e. Provide a complete field testing report on each equipment item and include in system

Test Package.4. System test procedures include, but are not limited to:

a. Provide and complete a checklist to demonstrate discrete and analog points are displayed on Ovation graphic screens at main control.

b. Provide and complete a checklist to demonstrate discrete and analog points are displayed on Metrotel graphic screen at main control.

c. Provide and complete a checklist to demonstrate operator entries via Ovation interface are communicated to PLC memory.

d. Provide and complete a checklist to demonstrate entries via Control System interface for the Equipment and Systems as described in Division 17.

e. Provide and complete a checklist to verify discrete and analog inputs from field devices update PLC operator interface panel.

f. Provide and complete a checklist to demonstrate operator entries via PLC interface panel control as described in Division 17.

g. Actuate all alarms from field devices by physically changing state of field device to cause alarm. Do not simulate conditions. Provide and complete a checklist to demonstrate that all alarms are received on annunciators, PLC interface, and Ovation displays.

h. Test systems to the Project Representative requirements prior to proceeding to Operational Test Phase.

5. Additional specific System test procedures include but are not limited to:a. C2 water system:

1) With air gap tank empty, verify that low level switch disables pump operation.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 9 EQUIPMENT TESTING AND TRAINING

2) Fill air gap tank and manually operate pump from each local control station.3) Verify high level alarm.4) Demonstrate PLC monitoring of the system.

b. Instrument air system:1) Confirm that each compressor will operate in hand mode.2) Configure system for automatic operation.3) Verify start setpoints for lead and lag compressors.4) As system pressure increases, confirm shutdown pressure setpoint for lead and lag

compressors.5) Confirm alternator switches lead and lag compressors on restart.6) Jumper out high pressure switch, allow system pressure to increase to confirm

setting of high pressure alarm. 7) Bleed off system pressure and confirm setting of low pressure switch. Verify low

pressure alarm.8) Demonstrate that the refrigerated air dryer will run continuously whenever the

instrument air system is on-line.9) Demonstrate that solenoid drain valves open at field set time interval to drain the air

receiver and refrigerated air dryer. 10) Simulate air compressor system failure and demonstrate that the low limit pressure

relay allows air to enter the system from the reserve air cylinder.11) Demonstrate that pressure regulation valves maintain pressure to supplied

instruments.c. Storage Tank Drain Pump system:

1) Using potable water, fill the sump and demonstrate all hand and automatic functions.2) Verify high level alarm is transmitted to the PLC.3) Demonstrate lead and lag alternation of pumps.

d. Flushing System:1) Simulate that the level in the storage tank sump has returned to a pump off condition

after a storage event.2) Demonstrate that the complete flushing cycle is initiated and completed by the PLC.

e. Tank Influent Sluice Gate System: Simulate a high tank level that initiates closure of the gate.

f. Gas monitoring systems: Test all alarms, indicators, and outputs by applying a calibration gas to combustible gas sensors.

g. Engine Generator Systems:1) Demonstrate the function of the engine generator and transfer switch by opening the

main breaker. 2) Simulate high and low fuel tank level alarms and verify alarms are transmitted to the

control panel and PLC as shown on the Drawings.3) Demonstrate that engine generator inlet and outlet dampers open and close at the

appropriate engine jacket water temperature.h. HVAC systems: Demonstrate complete manual and automatic operation of the systems. i. Building intrusion alarms system:

1) Enable alarms. 2) Open each door, one at a time.3) Verify Alarm for each door.

j. Odor Control systems:1) Demonstrate complete manual and automatic operation of the systems. 2) Demonstrate operation of the barometric backdraft damper.3) Simulate a rising level in the storage tank and demonstrate that the odor control fan

speed increases and the pressure relief damper opens.4) Performance tests specified in Section 13525. 5) Carbon tests specified in Section 13525.

k. Power monitoring system: Demonstrate function.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 10 EQUIPMENT TESTING AND TRAINING

l. Sump pump systems: Demonstrate complete manual and automatic operation of the systems.

m. Fire suppression and alarm system: Demonstrate alarms.6. Complete Manufacturer’s Installation Certification Form No. 11000-A included in Section

01999 following all testing.

D. Operational Test Phase:1. General:

a. Operational Testing for wastewater processing and handling equipment is performed with sewage. Testing for other equipment is performed with the service medium.

b. Provide four weeks notice to Project Representative prior to starting Operational Test in order that County staff may be coordinated to observe and provide support as needed.

c. Coordinate activities to ensure the County’s operation is not compromised.d. After completion of the System Test Phase and approval by the Project Representative

that systems and equipment comply with the requirements of the Specifications, configure all systems for complete automatic operation as required by Division 17.

e. Repeat the operational testing until the specified operating modes have been accomplished without interruption. Should the operational test mode be halted for any reason related to the facilities or the equipment constructed under this Contract, or the Contractor’s temporary testing of systems, the operational testing mode shall be repeated until it has been accomplished without interruption.

f. Bring process units to full operating conditions, including temperature, pressure, and flow.g. Test in a step-by-step method, in accordance with the Contractor’s approved written

testing procedures. Accomplish the testing work in an orderly, systematic testing of equipment, systems, structures, and the complete Facility as a unit. Project Representative to witness each individual step in the procedures.

h. Operate Equipment and Systems during the operational testing phase, to the greatest extent practical, at conditions which represent the full range of operating parameters as defined in the Contract Documents.

i. A time period of 30 days is to be allocated for the operational test phase. Operational testing shall be sequenced in coordination with the criteria specified in Section 01014 and this Section.

j. Provide potable water, fuel, power, and chemicals required during the operational test phase.

k. Submit operations phase test results in three compiled volumes (original and two copies) within 14 days of completion of this testing phase.

2. Operational Test Procedures include but are not limited to:a. Remove the plug from the 60-inch diversion sewer that isolates the atmosphere of the

storage tank from the influent sewer.b. Up to five storage events will be simulated to perform the operational testing of the

CSOT. c. To simulate a storage event King County personnel will block off flow to the Hanford

Tunnel and the CSO overflow weir to divert into the CSOT.d. To simulate the end of a storage event, King County personnel will restore flow to the

Hanford Tunnel. All systems in the Combined Sewage Storage Tank including the Storage Tank Drain Pumps, Flushing System, and Odor Control Systems will be monitored to verify automatic operation.

e. Clean the CSOT using a final flushing sequence with the tipping buckets.

September 2015C00946C15Rainier Valley Wet Weather Storage 01660 - 11 EQUIPMENT TESTING AND TRAINING

3.05 TRAINING

A. Conduct all personnel training after completion of Component Test Phase for the equipment for which training is being conducted, but no later than five working days after System Test Phase begins:1. Personnel training on individual Equipment or System will not be considered completed

unless:a. All training deliverables are received and approved before commencement of training on

the individual equipment or system.b. No system malfunctions occur during training.c. All provisions of field and classroom training are met.d. Training not in compliance with the above shall be performed again in its entirety by the

Contractor.2. Field and classroom training requirements:

a. Hold classroom training on-site.b. Training instructor: Factory certified trainer and familiar with giving both classroom and

hands-on instructions.c. Training instructors: Be at class on time. Session beginning and ending times to be

coordinated with the Project Representative and indicated on the master schedule. Normal time lengths for class periods can vary, but brief rest breaks shall be scheduled and taken.

d. Organize training into separate maintenance and operation sessions and identify on schedule.

e. Plan for minimum class attendance of 12 people at each session and provide sufficient classroom materials, samples, and handouts for those in attendance.

f. Instructors to have a typed agenda and well prepared instruction material. The use of visual aids, e.g. films, pictures, and slides is recommended for use during the classroom training programs.

g. Provide Equipment required for presentation of films, slides and other visual aids.h. Maintain a log of classroom training including: instructors, topics, dates, time, and

attendance. Use Form 01660-B and Form 01660-C included in Section 01999.3. Make available experienced factory-trained representatives of the manufacturers of the

various pieces of equipment to train the County's personnel in the operation and maintenance thereof. The time required for this training is as specified for each piece of equipment.

4. Notify the Project Representative of the time of the training at least ten days prior to the day of the training.

5. Training is identified in each individual section.

3.06 PAYMENT

A. Payment for work specified in this Section shall be listed as a line item in the Schedule of Values as not less than two percent of the Contract Price and paid monthly as completed portions of the system testing and training work are completed. Submit a representative breakdown of the two percent by system testing and training to the Project Representative for determining appropriate progress payments to be made monthly as work is completed.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01710 - 1 FINAL CLEANING

SECTION 01710

FINAL CLEANING

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies the final cleaning on the work performed or areas affected during performance of the work prior to completion of punch list items.

1.02 PURPOSE

A. The purpose of the cleaning is to clean up from the construction which occurred during the work of this Contract.

B. The site shall be maintained at the highest level of readiness and cleanliness. Take due care that materials purchased under this contract remain undamaged and free of dust and dirt at all times.

1.03 CLEANING REQUIREMENTS

A. Perform a wipe down with a wet towel and cleaning solvent as appropriate for the item being cleaned.

B. Clean all items affected by the work and ensure they are free of litter, trash, dust, dirt, stains, damage, or defects.

C. Wash, sweep, polish, or otherwise clean all new and existing finished wall surfaces, floors, windows, hardware, mirrors, lighting fixtures, and items of equipment.

D. Replace damaged, defaced, or marred items.

PART 2 PRODUCTS

2.01 CLEANING MATERIALS

A. Use cleaning materials and processes recommended by the manufacturers of the surfaces to be cleaned.

B. Use non-toxic clean agents when possible.

PART 3 EXECUTION

3.01 TIMING

A. Upon approval of schedule by the Project Representative, clean all rooms' materials, and equipment within the rooms including, but not limited to, all fixtures, equipment, flooring, piping, conduit, hand railing and tanks.

3.02 CLEANING

A. Use experienced workers or professional cleaners.

B. Remove dirt, stains, labels and foreign materials.

C. Repair and touch-up marred areas.

September 2015C00946C15Rainier Valley Wet Weather Storage 01710 - 2 FINAL CLEANING

D. Broom clean paved surfaces; rake clean other surfaces of grounds; vacuum, polish and mop floors.

E. Remove snow and ice from access to buildings.

F. Clean inside of electrical panels.

G. Touch up any scratches on equipment per Section 09900.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01720 - 1 RECORD DRAWINGS AND INFORMATION

SECTION 01720

RECORD DRAWINGS AND INFORMATION

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies providing record documents and information.

1.02 SUBMITTALS

A. Procedures: Section 1300.

B. Provide 2 copies of the final Record Drawings, which shall be mark-up full size contract drawings prepared electronically in CAD. One copy shall remain in the facility for O&M use. As-built drawings prepared for progress payments may be done manually with pen on full-size drawings.

C. CAD files shall be provided on an external USB flash drive. Each CAD drawing shall depict work in all disciplines prepared by the Contractor and all of its subcontractors and suppliers in accordance with this and other specific Sections.

D. Mark-up Contract Documents: 1. Submitted monthly with progress payment request2. Final set left in facility for O&M use during and after commissioning.

E. Portable Document Format (PDF) files shall be provided on an external USB flash drive.

PART 2 PRODUCTS

2.01 GENERAL

A. Mark-up Contract Documents: Continuously maintain, update and correct mark-up information per this Section on full sized Contract Documents to reflect the "as constructed" conditions. Alternately, these may be prepared in CAD and submitted as electronic files in dwg and pdf format. Record drawings shall be continuously updated to show: 1. Work accomplished in the prior month to verify payment due. 2. Field changes of dimensions and details made by contractor.3. Changes made by Change Order or Field Directive.4. Dimensional location of all embedded, buried and concealed features as placed by contractor

including mechanical pipe, electrical conduit, and structural embedment, and items not located or shown on the Drawings but placed by Contractor shall be recorded and provided to the County as prescribed in this Section. Conduit and piping shall be dimensioned relative to visible features whenever possible.

PART 3 EXECUTION

3.01 MARKING DEVICES

A. Waterproof felt tip pens as required to maintain as-built drawings described in this section using the following color coding:1. Red: Document changes2. Orange: Dimensional and other notations3. Green: Work deleted

September 2015C00946C15Rainier Valley Wet Weather Storage 01720 - 2 RECORD DRAWINGS AND INFORMATION

3.02 ELECTRONIC MEDIA DRAWINGS

A. All drawings provided in electronic format shall be provided on an external USB flash drive in AutoCAD, Release 2010 or newer, "dwg" and in “pdf” format files with borders and title blocks clearly identifying the Contract and drawing number. Each file shall include the drawing number and drawing title in the filename. The equipment and the scope of the drawing shall be as required in specific specifications.

B. Drawing quality and size of presentation legible at a 50 percent reduction of such drawings; reduced drawings will be used for insertion in operations and maintenance manuals.

C. Text size: 0.125 inch for 22 x 34 inch drawings, 0.063 inch for 11 x 17 inch drawings.

D. When requested by the Contractor, the Project Representative will provide electronic copies of the original Contract Drawings in AutoCAD “dwg” format.

3.03 RECORDING

A. Record information concurrently with construction progress. No work shall be concealed until the required information is recorded. Be cautioned against ordering concrete until items concealed by the placement of the concrete are recorded on the drawings specified in this Section. Should the concrete be placed without the concealed items recorded, payment may not be made for the concrete or the concealed items.

B. The following actual construction items shall be recorded on the drawings:1. Elevation of foundation using elevation datum specified on the contract drawings.2. Horizontal and vertical locations of underground utilities and appurtenances, referenced to

permanent surface improvements. Minimum requirements for accuracy specified in the following chart.

Description Horizontal location

Vertical location (elevation)

Notes

Site facility pressurized piping

CL +/- 1 ft CL +/- 0.1 ft Includes water and process lines except irrigation systems

Site facility gravity storm drains and sewer lines

CL +/- 1 ft I.E. +/- 0.01 ft Recalculate slope if shown

Site facility irrigation sprinkler systems including lines, valves, risers and drains

Plotted to scale or dimensioned +/-1 ft (see note)

Nominal depth of cover

Dimensions required when location cannot be established on surface by valves and risers

Sewer interceptors and trunks (alignment and profile drawings)

Coordinates, stations, and offsets +/-0.01 ft

I.E. +/- 0.01 ft Recalculate actual slopes

Conduits, cable and duct banks at beginning and end of straight runs

CL +/- 3 inches Nominal depth of cover to final grade or t.o.c. elevations +/-0.5 ft

Show actual conduit arrangement cross-sections and encasement width and height for encased duct banks

CL = centerlineI.E. = invert elevationt.o.c. = top of concrete

September 2015C00946C15Rainier Valley Wet Weather Storage 01720 - 3 RECORD DRAWINGS AND INFORMATION

3. The actual arrangement and routing of embedded conduit and piping relative to visible structural items. Conduit and piping shall be dimensioned off of walls, columns, or other similar features.

4. Precise survey measurements:a. Taken on all final locations of buried or concealed items. b. Coordinates and elevations of starting and ending points and at directional changes. c. List coordinates from the survey on the record drawings. d. Complete survey and recording before any burial by earthen, concrete or other materials.

3.04 DELIVERY TO PROJECT REPRESENTATIVE

A. Record drawings will be used to verify and document progress as stated in progress payment request per Section 01310. Work not included in the record drawings will not be included for payment in progress payment requests.

B. Prior to request for notice for substantial completion of any area or system on the project, the Contractor transmit Record Documents including Contract title, date, Contractor's name and address, index with title and number of each record document, statement indicating completion of record information for specific areas or, if for project close-out, that the documentation is completed and in compliance with Contract requirements attested by the signature of the Contractor or the Contractor's authorized representative.

C. Commissioning will not begin until draft copies of electronic and hard copy record documents are received and approved by the Project Representative. Revise documents as a result of any changes made or discovered during commissioning.

3.05 RECORD DOCUMENTS PAYMENT

A. Two percent of the awarded Contract Price shall be assigned for preparation and submittal of record documents. A maximum of one percent of the awarded Contact Price shall be progressed if the record drawings and information is up to date. The remaining one percent of the awarded Contract Price shall be retained and progressed only after all required documents are submitted to the Project Representative and are determined to be accurate and complete.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01725 - 1 ASSET DATA

SECTION 01725

ASSET DATA

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies providing asset data as specified in Part 3 for equipment and instruments installed under this contract

B. For this Section, Assets are defined as those items in the Equipment List, Section 11009, and the Instrument List, Section 17900.

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. Completed Data files on external USB memory device and paper copies as specified herein

PART 2 PRODUCTS

2.01 GENERAL

A. New Asset Data Form 01725-A1. A listing of data required to be provided is included in Part 3.2. The PR will deliver an electronic version of Form 01725-A in Excel format to the contractor. 3. Provide data required in electronic format readable by Excel and on 11 X 17 inch bond paper.

PART 3 EXECUTION

3.01 ELECTRONIC DATA FORM 01725A

A. ASSET DATA FORMS:1. Obtain the electronic form from Project Representative. 2. Complete applicable information required in items 15 through 87. Items 1 through 13 and

Items 88 through105 on all Asset Data Forms 01725-A will be completed by the County and shall not be changed by the Contractor.

3. For all assets: Items in columns 14 through 22 are required for all assets. Provide data as follows:a. Fill in Item 14 with the submittal number under which the equipment was approved.b. Fill in Item 15 to identify the equipment manufacturer's name.c. Fill in Item 16 with the equipment's model number.d. Fill in Item 17 with the equipment's serial number.e. Fill in Item 18 with supplier or vendor information including:

1) The supplier's or vendor's name.2) The supplier's or vendor's current phone number.

f. Fill in Item 19 with the equipment list price from the manufacturer, not what was actually paid for it.

g. Fill in Item 20 with the equipment installation date.h. Fill in Item 21 with the equipment warranty expiration date.i. Fill in Item 22 with the equipment weight, in pounds.

4. For different equipment/asset categories: Fill in items 23 through 87 as required for the specific equipment categories as follows:a. Pump, Blower or Compressor:

1) Item 23 - Rated Flow in gallons per minute or cubic feet per minute.

September 2015C00946C15Rainier Valley Wet Weather Storage 01725 - 2 ASSET DATA

2) Item 24 - Type (for example, centrifugal, positive displacement, reciprocal, rotary, lobe).

3) Item 25 - Drive Type (for example, shaft, belt, gear).4) Item 26 - Orientation (vertical, horizontal).5) Item 27- Size of Inlet X Outlet Flange Size (in inches)6) Item 28 - Number of Stages7) Item 29 - Impeller Size (in inches) and Material8) Item 30 - Rated Nominal RPM9) Item 31 - Rated Total Dynamic Discharge Head, Pressure (in feet or PSI)

b. Valves:1) Item 32 - Valve Size (in inches)2) Item 33 - Function (regulating, isolation, control)3) Item 34 - Operator Type (hydraulic, motor, pneumatic, manual)4) Item 35 - Valve Type (globe, gate, needle, ball, plug)5) Item 36 - Body Material (brass, 304L, CS)6) Item 37 - Disc or Gate Material7) Item 38 - Packing Material (Teflon, graphitic)8) Item 39 - Fail Position (as-is, FO, FS)9) Item 40 - Relief Set Point (relief and vacuum valves only)

c. Other Mechanical Equipment, as applicable1) Item 41 - Nameplate Rated CFM2) Item 42 - Nameplate Rated PSI3) Item 43 - Rated RPM4) Item 44 - Gear Drive Ratio5) Item 45 - Pressure in Inches of Water Column (in inches).6) Item 46 - Fan Diameter, Scroll Diameter, Gearbox size (in inches).7) Item 47 - HVAC Heating/Cooling Capacity (BTU, tons)8) Item 48 - System Relief Set Point9) Item 49 - Rated Lifting Capacity for Cranes and Lifting Equipment (in pounds).

d. Motors and Generators1) Item 50 - Motor Type (squirrel cage, induction)2) Item 51 - Rated Horsepower3) Item 52 - Nominal voltage required or produced (in VAC or VDC)4) Item 53 - Unit of Measure of volts (VAC or VDC)5) Item 54 - Nominal Rotation Speed (in RPM)6) Item 55 - Rated Amps at Full Load7) Item 56 - Rated Kilowatts for generators (in KW or KVA)8) Item 57 - Unit of Measure for Kilowatts (KW or KVA)9) Item 58 - Number of Phases required or produced (in PH)10) Item 59 - Actual Service Factor of the motor (in SF)11) Item 60 - Frame Size12) Item 61 - Number of Poles

e. VFDs and VSDs1) Item 62 - Control Signal (range)2) Item 63 - HP Rating3) Item 64 - Input-Output Voltage Rating4) Item 65 - Output Amps (min, max)5) Item 66 - Frequency (min, max)6) Item 67 - Speed (min, max)

f. Electrical Equipment1) Item 68 - Nominal Voltage Required for Equipment Listed, (in VAC)2) Item 69 - Secondary Voltage Provided, if transformer (in VAC)3) Item 70 - Number of Phases Required or Produced (in PH)4) Item 71 - Nameplate KVA, if appropriate.5) Item 72 - Motor Starter Class

September 2015C00946C15Rainier Valley Wet Weather Storage 01725 - 3 ASSET DATA

6) Item 73 - Control Fuse Numbers, for all switchgear7) Item 74 - Overload Type8) Item 75 - Transformer, specify if it is oil filled or air cooled9) Item 76 - Transformer, specify if “Y” or Delta

g. Instrumentation and Controls1) Item 77 - Scale2) Item 78 - Input Signal Range, Impulse, or Contact State3) Item 79 - Output Signal Range, Impulse or Contact State4) Item 80 - Engineering Unit (PSI, degrees, feet, etc.)5) Item 81 - Device Input Connection Type (ex. ¼” NPT)6) Item 82 - Unit of Measure for Device Input7) Item 83 - Device Output Connection Type (ex. 4-20 mA shielded)8) Item 84 - Unit of Measure for Device Output9) Item 85 - Power Required (in VAC or VDC)10) Item 86 - UOM for Power Required (VAC, VDC)11) Item 87 - Absolute Elevation in Inches that the sensing area of equipment is installed

(in inches)

3.02 SUBMIT TO PROJECT REPRESENTATIVE

A. Submit an initial completed Form 01725-A for all installed assets prior to Operational Testing of any equipment. Operational Testing may proceed during the County's review of the 01725-A Submittal and any required resubmittals.

B. Commissioning shall not commence on any equipment until the 01725-A Submittal has received a Review Action of either “1” (No Exceptions Taken) or “2” (Note Markings).

C. Prior to final acceptance, update Form 01725-A for any review markings and asset changes during testing or commissioning and submit the final version in electronic and hard copy. Final Acceptance for the contract shall not be granted until the final 01725-A Submittal has received a Review Action of “1” (No Exceptions Taken).

3.03 ASSET DATA PAYMENT

A. One percent (1%) of the awarded Contract Price shall be assigned in the Schedule of Values for preparation and submittal of asset data information. Seventy-five percent (75%) of this amount shall be paid upon receipt of an acceptable initial 01725-A Form containing the required information for the entire contract asset list; this may be prorated if the facility is commissioned in phases. The remaining twenty-five percent (25%) of the awarded Contract Price shall be retained and progressed on satisfactory submittal of updated documents per this Section before final acceptance.

END OF SECTION

September 2015C00946C15 OPERATION ANDRainier Valley Wet Weather Storage 01730 - 1 MAINTENANCE INFORMATION

SECTION 01730

OPERATION AND MAINTENANCE INFORMATION

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies operating and maintenance (O&M) information and manuals.

1.02 SUBMITTALS

A. Procedures: Section 01300.

B. Provide O&M Information from the OEM (original equipment manufacturer) at these project development phases.1. Provide preliminary O&M information with the original equipment product data submittal for all

assets listed on the Asset Data Form 01725-A (Section 01725). The preliminary submittal shall conform with this Section.

2. Prior to beginning System Testing per Section 01660, provide Initial O&M submittal including all components in the system being tested. The Initial O&M submittal shall conform with this Section.

3. After completion of commissioning but prior to final acceptance by the County, provide complete Final O&M manuals for all components in that system being accepted for beneficial use per this Section.

1.03 CONTENT

A. Where specified, provide O&M information for equipment and material. Provide the following items of information:1. Names and addresses of the manufacturer, the nearest representative of the manufacturer,

and the nearest supplier(s) of the manufacturer's equipment and parts.2. Significant design criteria including pertinent calculations used in designing, selecting, or

verifying the suitability of the installed equipment.3. Performance data and curves: manufacturer's certified performance data and curves when

specified in the Contract; otherwise, manufacturer's catalog performance data and curves.4. Lubrication information: manufacturer's recommendations regarding the lubricants to be

used and lubrication schedule to be followed.5. Control diagrams: include diagrams for internal and connection wiring.6. Installation and startup procedures: manufacturer's recommendations for installation,

adjustment, calibration, and troubleshooting.7. Operating procedures: manufacturer's recommended step-by-step procedures for starting,

operating, and stopping the equipment under specified modes of operation.8. Preventive maintenance procedures: manufacturer's recommended steps and schedules for

maintaining the equipment.9. Overhaul instructions and required parts and materials: manufacturer's directions for the

disassembly, repair, and reassembly of the equipment, parts and any safety precautions that must be observed while performing the work.a. Overhaul parts list: manufacturer's recommendations of manufacturer's part numbers

and quantity of parts which should be stored by the County and special storage precautions which may be required for a complete overhaul, as well as the generic title, description and manufacturer's part number of each component part of the equipment.

September 2015C00946C15 OPERATION ANDRainier Valley Wet Weather Storage 01730 - 2 MAINTENANCE INFORMATION

b. Exploded view or plan and section views: detailed plan and section views of equipment shall be provided when exploded views are not available. All views shall have detailed part callouts matching those callouts of the manufacturer's overhaul parts list. Exploded or cut views of equipment shall be provided, if available, as a standard item of the manufacturer's information.

10. Specific information: as necessary where items of information are not included in the above list but are required for operation and maintenance.

PART 2 PRODUCTS

2.01 BINDER MATERIALS

A. Binders for final bound O&M manuals:1. 3-post.2. Durable covers with metal piano hinges and locking slide bar assembly.3. Capable of extending to a maximum 5-inch thickness.4. Acceptable Manufacturers

a. Specialty Loose Leaf Inc. Model 98086b. Oxford Esselte C619-3c. Approved Equal

2.02 ELECTRONIC MATERIALS

A. Provide electronic copies of material on CD-R disk or USB flash drive

PART 3 EXECUTION

3.01 PRELIMINARY O&M INFORMATION SUBMITTAL

A. Provide OEM information adequate to insure the equipment:1. is packaged and shipped correctly, 2. is stored and maintained properly per manufacturer’s recommendations,3. is installed per manufacturer’s recommendations,4. is maintained properly prior to commissioning,5. is fully tested and started per manufacturer’s recommendation,6. is maintained properly until accepted by the County.

B. Maintain and provide all records documenting the maintenance provided by the Contractor prior to commissioning.

3.02 INITIAL O&M SUBMITTAL

A. Manufacturer's standard brochures and OEM manuals, used to describe the equipment and the O&M procedures, shall be modified to reflect only the model or series of equipment used. Extraneous material shall be crossed out neatly or otherwise annotated or eliminated.

B. Photocopies of manufacturer's standard brochures and manuals will not be approved for the final bound sets.

C. Facsimile paper or photocopies of facsimile information will not be allowed.

D. Disposition of O&M information will be noted on the returned submittals. Only O&M information with a disposition of “1” or “2” shall be included in the O&M final bound sets.

E. Operational Testing shall not start on any equipment until Initial O&M information for that equipment is submitted and receives a disposition of "1" or "2".

September 2015C00946C15 OPERATION ANDRainier Valley Wet Weather Storage 01730 - 3 MAINTENANCE INFORMATION

3.03 FIELD CHANGES

A. Following the accepted installation and operation of an equipment item, the item's instructions and procedures shall be modified and supplemented to reflect field changes or additional field data information.

3.04 INTERIM FINAL SUBMISSIONS

A. Required prior to Substantial Completion:1. One complete set of O&M information for all components of all systems.2. O&M information shall have previously been dispositioned with a “1” or “2” and shall have

been revised as needed from information learned from the Operational Testing.3. One complete copy in a bookmarked and searchable PDF file on CD-R or USB flash drive of

the O&M information. Bookmarks shall be the same as the items in the Table of Contents.4. Organize in numerical order by the Specification Sections.5. All brochures and manuals contained therein shall be appropriately labeled with the

applicable equipment name and equipment number as it appears in the Contract Documents and shall indicate the Specification Section.

6. Each electronic file shall contain a table of contents and shall be provided with tab sheets to permit easy location of the desired sections of the manual.

3.05 FINAL SUBMISSIONS

A. Provide: 1. Three complete individually bound sets of the approved O&M information2. Two complete copies in a bookmarked and searchable PDF file on CD-R or USB flash drive

of the approved, bound O&M information. Bookmarks shall be the same as the items in the Table of Contents.

3. The information shall be organized in the binders in numerical order by the Specification Sections. All brochures and manuals contained therein shall be appropriately labeled with the applicable equipment name and equipment number as it appears in the Contract Documents, and shall also indicate the Specification Section.

4. Each complete bound set and electronic file shall contain a table of contents and spare parts information and shall be provided with tab sheets to permit easy location of the desired sections of the manual.

5. Each complete bound set and electronic file shall contain an index that includes a complete equipment list in alpha-numerical order by the equipment numbers assigned in the Contract Documents with the information required in Section 01725. Each equipment number shall be cross-referenced to the applicable Specification Section tab located in the manuals.

3.06 PAYMENT

A. One percent of the awarded Contract Price shall be reserved for preparation and submittal of the final O&M manual. Payment will not be considered until the final O&M manual submittal is approved per this Section and Section 01300 requirements.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01740 - 1 WARRANTY AND GUARANTY

SECTION 01740

WARRANTY AND GUARANTY

PART 1 GENERAL

1.01 SUMMARY

A. This Section specifies Contractor responsibilities and procedures for product and equipment guaranty/warranty under this Contract. Requirements below are supplementary to those stated in Section 00700. Specific guaranty/warranty beyond that identified in Section 00700 is indicated in the individual Specification sections.

B. For the purpose of this Contract, the terms Warranty and Guaranty are interchangeable and use of one term shall mean the other as if it were used.

1.02 QUALITY ASSURANCE (NOT USED)

1.03 SUBMITTALS

A. Procedures: Section 01300.

B. Special Warranty Documentation

1.04 DETERMINATION OF WARRANTY DATES

A. Warranty dates for those portions of the work made available to King County for Possession and Use under the terms and conditions of the Contract shall be established at the time of availability provided that:1. The Possession and Use of that portion of the work is identified as a contractual milestone in

Section 01014.2. The procedures for Testing, Training and Commissioning are fulfilled for that portion of the

work as required in Section 01660.3. Final bound O&M manuals have been received for that portion of the work as required in

Section 01730.4. Spare Parts have been turned over for that portion of the work as indicated in Section 01750.

B. County-Furnished Equipment: Unless otherwise indicated, equipment purchased by the County and turned over to the Contractor for installation under this Contract shall have the warranty dates established in the same manner prescribed in Section 00700 and this Section.

C. Except for products and equipment which have been accepted for Possession and Use by the County as indicated in this Section, the guaranty/warranty date(s) shall be established as indicated in Section 00700 upon Final Acceptance.

1.05 SPECIAL WARRANTY

A. Duration of extended warranty (greater than that offered by Section 00700 of the Contract) offered by a supplier or common to the trade.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 GENERAL

A. Execute all Special Warranties for the Work of this Contract on a form mutually agreeable with the Project Representative.

September 2015C00946C15Rainier Valley Wet Weather Storage 01740 - 2 WARRANTY AND GUARANTY

3.02 DOCUMENTATION

A. Warranty dates and the durations of the warranty period shall be recorded and submitted on the New Assets Information form 01725 received from the Project Representative.

B. The warranty information shall be documented by Specification section in the same order as presented in the operations and maintenance manuals.

C. Vendor information including point-of-contact, company name, company address, and company emergency phone number shall be included for applicable equipment and components of the facility.

3.03 WARRANTY RESPONSE

A. The Project Representative shall be the point-of-contact for response to warranty related issues during the Warranty Period stated in Section 00700.

B. Upon notification of need for warranty response, provide written notification to the King County initiator, indicating scheduled time of response, so that King County personnel may be scheduled to be on hand to provide assistance and witness the response and repair.

C. Items requiring warranty response within the warranty period will have a completely new warranty period established from the time of repair. Upon completion of the repair, provide written verification of the newly established warranty period to the Project Representative.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01750 - 1 SPARE PARTS

SECTION 01750

SPARE PARTS

PART 1 GENERAL

1.01 SUMMARY

A. This Section summarizes the requirements for turnover of spare parts listed in Division 2 through Division 17. More specific information pertaining to types and quantities of the spare parts is provided in the individual Sections.

1.02 STORAGE

A. Until turnover, be responsible for the delivery, storage, and protection of spare parts and equipment required in accordance with manufacturer recommendations.

B. Store on pallets or shipping skids, and identify as follows:1. The pallets or skids shall be sequentially numbered, by Contract number. Each pallet or skid

shall have a single, unique numerical designation.2. Items or containers on each skid shall be alphabetically ordered and identified by a tag with

the following information. The containers or items on each pallet or skid shall always begin with "A", and proceed in alphabetical order. (Example: If pallet #007 has five items on it, the items would be individually tagged and identified as 007-A, 007-B, 007-C, 007-D, and 007-E.)

3. The information recorded on the tags shall be in the same order in which the spare parts are turned over. Any reorganization of parts or containers on pallets must be reflected in accurate identification tags. Pallets, parts, or equipment with inaccurate, incomplete, or missing tags, will not be accepted.

4. Spare parts subject to deterioration such as ferrous metal items and electrical components shall be properly protected by lubricants or desiccants and encapsulated in hermetically sealed plastic wrapping. The quality of protection shall be equal to that required for shipment overseas and storage in humid, tropical climates.

5. Those spare parts with individual weights less than 50 pounds and dimensions less than 2'-0" W x 1'-6" H x 3'-0" L shall be stored in a heavy wooden boxes, with a hinged wooden cover. The hinges shall be heavy-duty strap types. Paint and identify boxes with stenciled lettering indicating "Spare Parts". A neatly typed inventory of the parts contained within shall be taped inside in a heavy-duty plastic protective sleeve to the underside of the cover. The boxes shall be identified as per this Section, and the parts description shall reference the typed inventory list taped to the cover.

6. Provide access to spare parts for inspection while in storage.

PART 2 PRODUCTS

2.01 NOT USED.

PART 3 EXECUTION

3.01 TURNOVER OF THE SPARE PARTS

A. Provide 2 weeks written advance notification of intent to turn over all spare parts. The written notification shall be accompanied by a completed Spare Parts Release Form 01750-A as provided by the Project Representative.

B. Provide for the delivery and off-loading of spare parts at a County location, as determined by the Project Representative.

September 2015C00946C15Rainier Valley Wet Weather Storage 01750 - 2 SPARE PARTS

C. Jointly inspect spare parts with the Project Representative and verify condition and quantities. Mutual agreement and signoff on the Spare Parts Release Form shall constitute turnover of the spare parts.

D. The spare parts may be delivered only upon completion of the operational testing phase of the work, and prior to issuance of Substantial Completion. The only exception shall be the acceptance of spare parts for that portion of the work accepted for Possession and Use prior to issuance of Substantial Completion.

3.02 DOCUMENTATION

A. Provide an electronic copy of the Spare Parts Release Form in Microsoft Excel software 2010 or newer and one hard copy to the Project Representative with the spare parts.

B. Include the Spare Parts Release Form in the final bound operations and maintenance (O&M) manual. Include mention of the Spare Parts Release Form in the Table of Contents.

3.03 PAYMENT

A. Spare parts payment shall be considered separate from the equipment being supplied. This amount shall be a minimum of five percent of the equipment line item(s) on the schedule of values. No payment for spare parts will be released until the spare part is submitted and accepted per this Section.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 - 1 STANDARD FORMS

SECTION 01999

STANDARD FORMS

PART 1 GENERAL

1.01 SCOPE

A. Be responsible for completing the documentation forms for tests and evaluations required of the Contract.

B. Contractor-generated forms as otherwise required to document the work shall follow the format established on Form 01999-A.

1.02 SUBMITTALS

A. Completed forms as required.

PART 2 PRODUCTS

2.01 FORMS

The forms listed below are referenced from other sections of the contract document and are to be used to document the contract work. Forms not attached to this section can be obtained from the project representative upon request on or after the preconstruction meeting.

Division 101062-A Construction Restoration Acceptance Form01063-A Monthly Contractor Injury Summary Report01300-A Submittal/Transmittal Form01300-B Substitution Request Form01560-A Environmental Mitigation Plan01660-A Equipment Test Data Form01660-B Training Attendance Form01660-C Training Procedure Documentation Form01660-D System Testing Deficiency Documentation Form01660-E System Punchlist Documentation Form01725 New Assets Inventory Form01750-A Spare Parts Release Form01999-A Standard Form Format

Division 909900 Contractor Daily Coating Report

Division 1111000-A Manufacturer's Installation Certification Form11000-B Manufacturer's Instruction Certification Form11000-C Unit Responsibility Form11060-A Motor Data Form

Division 1515050 Pipe Test Data Form

Division 1616000-A Wire and Cable Resistance Test Data Form16000-B Installed Motor Test Data Form16000-C Dry Transformer Test Form

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 - 2 STANDARD FORMS

16000-D Motor Control Center Test Form16000-E Medium Voltage Starter Test Form16000-F Medium Voltage Switchgear Test Form16000-G Protective Relay Test Form16000-H Low Voltage Switchgear Test Form16000-I Medium Voltage Load Interrupter Switch Test Form16000-J Liquid-Filled Transformer Test Form16000-K Automatic Transfer Switch Test Form16000-L Neutral Grounding Resistor Test Form

Division 1717000-A Loop Wiring and Insulation Resistance Test Data Form17000-G Field Switch Calibration Test Data Form17000-H Transmitter Calibration Test Data Form17000-I Miscellaneous Instrument Calibration Test Data Form17000-J Individual Loop Test Data Form17000-K Loop Commissioning Test Data Form

As required for full documentation of the work

PART 3 EXECUTION

3.01 NOT USED.

END OF SECTION

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01062-A CONSTRUCTION RESTORATION ACCEPTANCE FORM

CONSTRUCTION CONTRACT NO. C C

EASEMENT NAME (Easement Name as identified in the Contract Documents)

EASEMENT GRANTOR:

EASEMENT AUTHORIZED REPRESENTATIVE:

DATE CONTRACTOR ON SITE:

DATE CONTRACTOR OFF SITE:

EASEMENT REPRESENTATIVE’S APPROVAL OF RESTORATION

I/We, the undersigned Owner(s) or Representatives of property identified as

(Address or Property Description)

accept as complete the restoration work pursuant to the Easement requirements.

BY REPRESENTATIVE: DATE

BY REPRESENTATIVE: DATE

CONTRACTOR SGINATURE: DATE:

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01063-A MONTHLY CONTRACTOR INJURY SUMMARY REPORT

Contract Name: Contract No: Month: Contractor:

OSHA RECORDABLE CASES

NUMBER OF CASESWORK GROUP Reporting Month Year-to-Date

Hourly Employees

Supervisory Personnel

TOTAL

LOST TIME ACCIDENTS

NUMBER OF CASES LOST WORKDAYSWORK GROUP Reporting Month Year-to-Date Reporting Month Year-to-Date

Hourly Employees

Supervisory Personnel

TOTAL

TOTAL HOURS WORKED AT CONTRACT SITE

Reporting Month

Year-to-Date

INCIDENT AND SEVERITY RATE

Date of last lost-time accident: Number of hours worked since last lost-time accident:

Total Number of OSHA Recordable Cases x 200,000Incident Rate = Total Hours Worked at King County Project Site

Total Number of Lost Workdays x 200,000Severity Rate = Total Hours Worked at King County Project Site

RATES Reporting Month Year-to-Date

Incident Rate

Severity Rate

Monthly Incident Summary

DATE NAME TRADE COMPANY INCIDENT Contributors and Preventive Measures

Subm

itta

l T

ransm

itta

l F

orm

01300-A

Co

ntr

act

Nu

mb

er:

C

_________C

Subm

itta

l N

o._

__

__

__

__

__

KIN

G C

OU

NT

YD

ate

__

__

__

__

__

_

WA

ST

EW

AT

ER

TR

EA

TM

EN

T D

IVIS

ION

Is this

a R

esubm

itta

l?Y

ES

N

O

If r

esubm

itta

l, p

rior

subm

itta

l num

ber

__

__

__

__

__

_

Does s

ubm

itta

l conta

in d

evia

tions fro

m the s

pecific

ations

YE

S N

O

CO

NT

RA

CT

OR

_________________________________________

Su

bco

ntr

acto

r o

r S

up

plier:

_____________________________

This

Section t

o B

e

Com

ple

ted B

y K

ing C

ounty

Ite

m N

o.

P/C

Sp

ec

. P

ara

gra

ph

Co

ntr

ac

tor'

s C

at.

or

Dw

g.

No

.D

es

cri

pti

on

of

Ite

m

Co

pie

s

Su

bm

it

Revie

w

Acti

on

Co

ntr

acto

r

Devia

tio

n

Co

ntr

acto

r ce

rtifie

s t

o r

evie

w o

f su

bm

itta

l, v

erifica

tio

n o

fL

eg

en

d-R

evie

w A

cti

on

Dis

trib

uti

on

:B

y (

Pri

nt)

Date

fie

ld m

ea

su

rem

en

ts,

an

d c

om

plia

nce

with

Co

ntr

act

Init

ial R

ev

iew

Co

mp

lete

d

Do

cu

me

nt

un

less n

ote

d o

the

rwis

e in

th

e s

ub

mitta

l.

By:

Da

te:

Re

vie

we

r R

em

ark

s

Pro

jec

t R

ep

res

en

tati

ve

Re

turn

ed

To

Co

ntr

acto

r

Date

Sta

mp

1

No e

xce

pti

on

s ta

ken

2

Note

Ma

rkin

gs

3

Com

men

ts A

tta

ched

-

Con

firm

4

Com

men

ts A

tta

ched

-

Resu

bm

it

5

Reje

cted

P -

Pa

rtia

l

C-

Com

ple

te

01300-A

(F

ront)

Subm

itta

l T

ransm

itta

l F

orm

01300-A

Pro

ject R

epre

senta

tive R

evie

wR

outing

Initia

lD

ate

No E

xceptions T

aken

Note

Mark

ings

Com

ments

Att

ached-C

onfirm

Com

ments

Att

ached-R

esubm

it

Reje

cte

d

Response R

equired o

f C

ontr

acto

rC

onstr

uction D

ivis

ion U

se O

nly

Revie

wed C

opie

s T

o:

Date

Constr

. D

ivis

ion F

iles

Pro

ject R

epre

senta

tive

Contr

acto

r P

roj. E

ng.

Pro

ject

Re

pre

se

nta

tive

's r

evie

w is f

or

ge

ne

ral co

nfo

rma

nce

with

th

e C

on

tra

ct.

M

ark

ing

s o

r co

mm

en

ts n

ot sp

ecific

ally

ad

dre

sse

d in

writin

g b

y th

e C

on

tra

cto

r a

nd

a

cce

pte

d b

y t

he

Pro

ject R

ep

rese

nta

tive

in

writin

g,

sh

all

no

t re

lieve

th

e C

on

tra

cto

r fr

om

co

mp

lian

ce

with

th

e C

on

tra

ct.

Th

e C

on

tra

cto

r re

ma

ins r

esp

on

sib

le fo

r d

eta

ils a

nd

accu

racy, fo

r co

nfirm

ing

an

d

co

rre

latin

g a

ll q

ua

ntitie

s a

nd

dim

en

sio

ns,

for

se

lectin

g f

ab

rica

tio

n p

roce

sse

s, fo

r te

ch

niq

ue

s o

f a

sse

mb

ly a

nd

fo

r p

erf

orm

ing

its

wo

rk in

a s

afe

ma

nn

er.

Co

nfirm

Re

su

bm

it

01300-A

(B

ack)

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

FORM 01300-B SUBSTITUTION REQUEST FORM PAGE 2 OF 2

E. List manufacturer's name and address, trade name of product, and model or catalog number.

_____________________________________________________________________ _____________________________________________________________________ ____________________________________________________________________ F. Other information as required by the Project Representative. _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________

G. The undersigned states that the function, appearance and quality of the proposed substitution are equivalent or superior to those of the specified item and authorizes the payment to the County for all design changes including Project Representative, detailing, and County processing costs.

_____________________________________________________________________ _____________________________________________________________________ H. The undersigned states that there is a waiver of all claims for additional costs related to the

substitution which may subsequently arise during the work. _____________________________________________________________________

I. Manufacturer's guarantees the proposed and specified items are:

_______ Same ______ Different (explain on attachment) Submitted by: For use by Project Representative

_______________________________ ____ Accepted ____ Accepted as Noted Contractor Signature

____ Not Accepted ____ Received Too Late ________________________________ Firm

By: ________________________________ Address Date:

________________________________ Remarks:

Date: ________ NOTE: WHEN REQUIRED BY THE PROJECT REPRESENTATIVE, ALL SUBSTITUTIONS

TO BE STAMPED AND SIGNED BY A PROFESSIONAL ENGINEER LICENSED IN

THE STATE OF WASHINGTON.

September 2015 C00946C15 Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

FORM 01300-B SUBSTITUTION REQUEST FORM TO: ___________________________________________________________ CONTRACT NO. C_________C: CONTRACT NAME: We hereby submit for your consideration the following item instead of the specified item or procedure: Section Paragraph Specified Item ________ Proposed Substitution: Attach complete data, including laboratory tests, if applicable. Include complete information on changes to Contract Drawings and/or Specifications which proposed substitution would require for its proper installation. Fill in blanks below:

A. How will substitution affect dimensions shown on Drawings? _____________________________________________________________________ ____________________________________________________________________

B. What effect does the substitution have on the Baseline or Update Schedule?

_____________________________________________________________________ _____________________________________________________________________

C. State quality and performance differences between proposed substitution and specified item or procedure.

_____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________

D. List the cost differences between proposed substitution and specified item or procedure. (Attach estimate/quote and indicate net change).

_____________________________________________________________________ _____________________________________________________________________

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01500-A DISPOSAL SITE CERTIFICATION FORM

Project:

Contract No:

Contract Title:

Name of Contractor:

Name of Disposal Site: NOTE: Submit a separate form for each disposal site location.

Materials to be Legally-disposed of at the Selected Location:

Disposal Location (County/State):

Disposal Location (City):

Disposal Site Owner:

Authorities Having Jurisdiction (Check all that apply, name the permit/authorization and expiration

date):

Department of Health:

State Department of Natural Resources:

State Department of Ecology (NPDES):

Water Quality Regulations (Chapter 173-201A):

Solid Waste Regulations (Chapter 173-350):

Dangerous Waste Regulations (Chapter 173-303):

City Code:

County Code:

Other:

Other:

Signature of Disposal Site Owners’ Authorized Representative Date

Signature of Contractor’s Representative Date

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

Form 01560-AEnvironmental Mitigation Plan

Project No.: Project Name:

Contractor: Date:

Complete the following checklist. Use Section 02270 and 02272 or 02274 as reference in preparing the Environmental Mitigation Plan.

In the event the Environmental Mitigation Plan is determined at any time to be inadequate to protect the

environment as determined by the Project Representative or any regulatory agency of jurisdiction, then the plan shall be modified to meet needed requirements.

Provide answers in the blank boxes on the right. The box will expand if longer than box. Please be specific with answers that reflect the environmental construction practices of your firm; do not copy the language from the specifications. Partial sentences are acceptable.

Checklist

Enforcement of Environmental Controls

Name and phone number of person responsible for enforcement of environmental controls (24-hour contact).

Site Maintenance

What types of contract construction materials will be stored on site?

Where and how long will wastes be stored on site before disposal?

Where will wastes, including hazardous wastes, be disposed? (Give name and location of landfills, etc.)

Waste Disposal

Identify the waste product Estimated Volume Disposal Site

Street Cleaning

How will dust and dirt on streets be controlled?

What methods will be used to eliminate transport of mud and dirt onto public roads by motor vehicles leaving the site?

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

Air Pollution Control

What measures will be taken by the contractor to ensure that vehicles do not emit excessive pollutants to the air?

How will vehicles be maintained?

How will dust on the construction site be controlled?

Noise Pollution Control

What hours will construction occur?

Where will air exchange fans/motors be located? How will you shield these from the residential areas?

Are all internal combustion engines to be used on this contract equipped with mufflers as required in the specifications (01560-3.03)?

The contract specifications limit noise emissions. What activities do you expect to exceed these limits so that sound barriers will be required to meet the specifications?

What other methods do you propose to use to control noise emissions (if necessary)?

Water Quality Protection

How will water from construction activities be treated and routed?

What materials will be used to prevent erosion and sedimentation of surface waters?

What other measures (besides placement of materials) are proposed for erosion control?

What is your schedule for installation of temporary erosion control structures? permanent erosion control structures?

What is your schedule for inspection and repair of erosion control structures?

How will catch basins and storm drains be protected from sedimentation?

How will catch basin protection structures be maintained? What is your maintenance schedule?

What materials will be used to cover exposed soils under rainy or other adverse conditions?

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

How will you prevent concrete and wash down residuals from reaching surface waters and storm drains? Where will concrete trucks be washed?

Where will fueling of equipment take place?

List specific spill sources (i.e., construction chemicals to be stored on site).

How will oil and other construction chemicals be prevented from reaching surface waters (e.g., will barriers be placed around fueling areas to prevent the spread of accidental spills)?

Describe the materials and facilities to be maintained on the work site to prevent and clean up spills.

Where will spill prevention and clean up materials be stored?

How will accidental spills on land be contained and cleaned up?

How will accidental spills in water be contained and cleaned up?

What is your plan for training employees on spill prevention and control?

Where will oil wastes be disposed?

What is your water quality monitoring plan (if required by the Department of Ecology Short Term Modification permit?

Traffic Control

How will park trails be modified during construction?

What special signage, flagging, etc. will be placed in the park to inform park users of changes in park trails?

How will trucks enter and leave the park? Will any vehicles be required to cross the park trails? If so when?

How will trucks enter and leave the Elliott West site?

When will removal of materials or deliveries occur during the day/night?

Will flaggers be required? If so, at what times of the day or night

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

Worker Protection

What measures will be implemented to alert and protect workers from potentially contaminated soils and groundwater in construction excavations?

Historic Structures Protection

What protective measures will be utilized when constructing near identified historic structures?

Cultural Resources Protection

What protective measures will be utilized if cultural resources are encountered during construction?

Site Plan

Submit a site plan or plans, which will be implemented on site. The submittal may consist of existing plans.

Include the following on plan or plans:

Staging areas showing areas of chemical storage, spoils storage, and spill response equipment.

Traffic ingress and egress

Pedestrian safety routes

Show locations of flaggers, if required.

All waterways, drainage ditches, and storm drains identified for protection.

Existing and final contours.

Critical erosion areas.

Existing drainage patterns.

Limits of clearing and grading.s

Cut and fill slopes.

Locations and details of erosion, sedimentation and stormwater control BMPs, including construction entrances and exits.

Conveyance details including locations of:

grass-lined swales

interceptor trenches/ditches

sediment ponds/traps

drainage pipes

ditches or cut-off trenches associated with erosion and sediment control

outlets of any possible dewatering systems

Add items as appropriate for the Contract.

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01660 A EQUIPMENT TEST REPORT FORM

Note: This example equipment test report is provided for the benefit of the Contractor and is not specific to any piece of equipment to be installed. The example is furnished, as a means of illustrating the level of detail required for the preparation of equipment test report forms.

Equipment Name:

Equipment Number:

Specification Reference:

Location:

PREOPERATIONAL CHECKLIST

MECHANICAL

Contractor Vendor Project Rep

Verified Date Verified Date Verified Date

Lubrication

Alignment

Anchor Bolts

Seal Water System Operational

Equipment Rotates Freely

Safety Guards

Valves Operational

O&M Manual Information Complete

Manufacturer’s Installation Certificate Complete

ELECTRICAL (Circuit Ring-Out and High-Pot Tests)

Contractor Vendor Project Rep

Verified Date Verified Date Verified Date

Circuits:

Power to MCC

Control to HOA

Indicators at MCC:

Red (Running)

Green (Power)

Amber (Auto)

Indicators at Local Control Panel

Wiring Labels Complete

Nameplates:

MCC

Control Station

Control Panel

Equipment Bumped for Rotation

PIPING SYSTEMS

Contractor Vendor Project Rep

Verified Date Verified Date Verified Date

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

Cleaned and Flushed:

Suction

Discharge

Pressure Tests

Temporary Piping Systems in Place

INSTRUMENTATION AND CONTROLS

Contractor Vendor Project Rep

Verified Date Verified Date Verified Date

Flowmeter Calibration:

Calibration Report No.

Flow Recorder Calibrated:

Against Transmitter

VFD Speed Indicator Calibrated Against:

Independent Reference

Discharge Over-Pressure Shutdown:

Switch Calibration

Simulate Discharge Over-pressure:

Shutdown

INITIAL OPERATION

MECHANICAL

Contractor Vendor Project Rep

Verified Date Verified Date Verified Date

Motor Operation Temperature Satisfactory

Pump Operating Temperature Satisfactory

Unusual Noise, Etc.

Pump Operation:

Measurement:

Flow

Pressure

Test Gauge Number

Alignment Hot

Doweled In

Remarks:

ELECTRICAL

Contractor Vendor Project Rep

Verified Date Verified Date Verified Date

Local Switch Function:

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

Runs in HAND

No Control Power in OFF

Timer Control in AUTO

Overpressure Protection Switch:

Functional in both HAND and AUTO

Overpressure Protection Switch Set at 75 psig

PLC Set at 24 Hour Cycle, 25 Minutes ON

OPERATIONAL TEST

48-hour continuous test. Pump cycles as specified, indicators functional, controls functional, pump maintains capacity, over pressure protection remains functional, hour meter functional.

RECOMMENDED

Contractor Representative Date

ACCEPTED

Project Representative Date

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01660-B TRAINING ATTENDANCE FORM Page of

Contract Name:

Contract No: Date:

TRAINING PROCEDURES FOR

Trainer: Company: Phone No.:

Name Company Phone No.

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01660-C TRAINING PROCEDURE DOCUMENTATION

Contract Name:

Contract No: Date:

TRAINING PROCEDURES FOR

Trainer: Company:

TOPIC DISCUSSION

Familiarization

Safety

Operations

Preventative Maintenance

Repairs

Parts

Contacts

Guarantees

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01660-D SYSTEM TESTING DEFICIENCY DOCUMENTATION FORM Page of

Contract Name:

Contract No: Date:

System:

ItemNo.

Dwg. or Spec.Reference Description/Response

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01660-E SYSTEM PUNCHLIST DOCUMENTATION FORM Page of

Contract Name:

Contract No: Date:

Title:

ItemNo. Date Location Description

King County Acceptance Date

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01750-A SPARE PARTS RELEASE FORM Page of

Contract Name:

Contract No: Place of Delivery: Date:

Pallet/SkidNumber

Container/Item No.

EquipmentI.D. No.

Spare Part Description

Signature of Contractor Date

Signature of Project Representative Date

Cc: Maintenance Supervisor Operations SupervisorProject Manager

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

01999-A STANDARD FORM FORMAT Page of

Contract Name:

Contract No: Date:

Form Title:

NOTE TO CONTRACTOR:

USE THE FOLLOWING SIGNATURE FORMATS AS APPROPRIATE

OR AS REQUIRED BY THE SPECIFICATION OR THE PROJECT REPRESENTATIVE.

SIGNATURE FORMAT A:

Signature of Manufacturer’s Representative Date

Signature of Contractor Representative Date

Signature of Project Representative Date

SIGNATURE FORMAT B:

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

09900 CONTRACTOR DAILY COATING REPORT

Contractor Daily Coating ReportPag

eof

Contractor : Date

Project / Job

No.Report No.

Foreman Job Day No.

Inspector LocationWastewater Treatment Division

County

InspectorWeather

Description of Work Performed:

Environmental Conditions: “Taken every 4 hours during work”

Time ActivityWind

Dir.

Wind

Speed Skies

Surf

temp

Lo/Hi. oF

Wet Bulb oF

Air

Temp oF

RH

%

Dew

PointoF

Coating Application Data:

TimeManufacturer

Product

No. Coating Batch No.s

Colo

r

Gal.

Used

Thinne

r No.Start Stop

A) B)

A) B)

A) B)For Abrasive Blasting Only:

Abrasive Manufacture, Type

and Size

Surfaces Clean and Dust

Removed?YES / NO

Surface Profile

Average

Date:Inspector Initials

Date:Inspector Initials

Place PRESS-O-FILM TM here Place PRESS-O-FILM TM here

Reading: mils Reading: mils

October 2014C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

Date:Inspector Initials

Date:Inspector Initials

Place PRESS-O-FILM TM here Place PRESS-O-FILM TM here

Reading: mils Reading: mils

Inspector Name: ________________________

Inspector Signature: ________________________

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

FORMS FOR DIVISION 11 – 17

11000-A MANUFACTURER'S INSTALLATION CERTIFICATION FORM

Contract Name:

Contract No: Specification Section:

Equipment name:

Contractor:

Manufacturer of equipment item:

The undersigned manufacturer of the equipment item described above hereby certifies that it has checked the installation of the equipment and that the equipment, as specified in the Contract, has been provided and installed in accordance with the manufacturer's recommendations and that the trial operation of the equipment item has been satisfactory.

Comments:

Signature of Manufacturer’s Representative Date

Signature of Contractor Representative Date

Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

11000-B MANUFACTURER'S INSTRUCTION CERTIFICATION FORM

Contract Name:

Contract No: Specification Section:

Equipment name:

Contractor:

Manufacturer of equipment item:

The undersigned manufacturer certifies that a service Project Representative has instructed maintenance and operating personnel in the proper maintenance and operation of the equipment designated herein.

Operations Check List (check appropriate spaces)

Safety procedures reviewedStart-up procedure reviewedShutdown procedure reviewedNormal operation procedure reviewedOthers:

Maintenance Check List (check appropriate spaces)

Safety procedures reviewedDescribed normal oil changes (frequency)Described greasing frequencyDescribed preventive maintenanceDescribed special tools requiredDescribed normal items to be inspected/reviewed for wearOthers:

Signature of Manufacturer’s Representative Date

Signature of Contractor Representative Date

Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

11000-C UNIT RESPONSIBILITY CERTIFICATION FORM

Project:

Contract No:

Master Equipment Item: -

Specification Section:

Related system components and sections:

-

-

-

-

Name of Contractor:

Responsible manufacturer of Master Equipment item:

In accordance with Section 11000 the contractor hereby certifies that it has required the manufacturer to coordinate components and accepts unit responsibility for compatibility and functionality of all components of the equipment system, as specified. This certification shall be reviewed and signed for concurrence by the responsible equipment manufacturer.

Comments:

Signature of Manufacturer’s Representative Date

Signature of Contractor’s Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

11060-A MOTOR DATA SUBMITTAL FORM

Contract Name:

Contract No: Specification Section: Equipment

Equipment Name: Number(s):

Site Location:

Project:

Nameplate Markings

Mfr: Model: Frame: HP:

Rated for Inverter Duty? Yes ____ / No ____

Volts: Phase: RPM: Service Factor:

FLA: LRA: Freq: Ambient Temp Rating: oC

Time Rating: Design Letter: Insulation Class: (NEMA MG1-10.36) (NEMA MG-1.19) (NEMA MG-1.66)

KVA Code Letter: NEMA nominal efficiency: (NEMA MG1-20.9) (NEMA MG-12.58)

The following information is required for explosion-proof motors only:

Approved by UL for installation in Class: Div:

UL frame temperature code: Group: Atmosphere: _____________(NEC Tables 500-2 and 500-2(b))

Data Not Necessarily Marked on Nameplate

Type of enclosure: Enclosure material:

Temperature rise: oC (NEMA MG1-12.42, 12.43) Weight: lbs

Space heater included? Yes No; if Yes, watts volts

Type of motor winding over temperature protection, if specified:

Use the space below to provide additional information on other motor modifications, if specified:

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

15050 PIPE SYSTEM TESTING FORM

Contract Name:

Contract No:

Site Location:

Test Date:

PIPESPEC System Number:

Piping Symbol/Service: Pipe Material:

Test Fluid: Test Pressure:

Test Duration:

Leaks (Type, location):

Repairs:

Signature of Contractor Representative Date

Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-A WIRE AND CABLE RESISTANCE TEST DATA FORM

Contract Name:

Contract No.:

Wire or Cable No. Date of test

Ambient temperature oF

Insulation ResistanceLocation of Test (megohms)

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-B INSTALLED MOTOR TEST FORM:

Contract Name:

Contract No.:

Motor Equipment Number Date of test

Equipment Driven Ambient temperature oF

MCC Location

a. Resistance:

Insulation resistance, phase-to-ground, megohms:

Phase A Phase B Phase C

b. Current at Full Load:

Phase Current, amps

Phase Current, amps

Phase Current, amps

c. Thermal Overload Device: Manufacturer/catalog # Amps

d. Circuit breaker (MCP) setting:

e. Motor Nameplate Markings:

Mfr Mfr type Frame HP

Volts Phase Rpm **Service factor

Amps Hz Ambient temp rating oC

Time rating **Design letter (NEMA 1-10.35) (NEMA MG-1.16)

Code letter Insulation class

**Required for 3-phase squirrel cage induction motors only.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-C DRY TRANSFORMER TEST DATA FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

Winding: Primary Secondary

a. Insulation-resistance test:

The test shall be made with a megohmmeter at the test voltage for a period of 1 minute.

Test results (megohms)Voltage rating Test voltage Phase Phase

0-600 1000 A-GRD A-B 601-5000 2500 B-GRD B-C 5000+ 5000 C-GRD C-A

Resistance readings less than the manufacturer's recommended value or less than 10 megohms shall be brought to the attention of the Project Representative.

b. Dielectric-absorption test:

The test shall be made with a megohmmeter at the test voltage for a period of 10 minutes.

Test results (megohms)Voltage rating Test voltage Phase Phase

0-600 1000 A-GRD A-B 601-5000 2500 B-GRD B-C 5000+ 5000 C-GRD C-A

c. Calculate polarization index:Polarization Index

Ten minute reading Phase Phase

= polarization index A-GRD A-B One minute reading B-GRD B-C

C-GRD C-A

Polarization index values less than 2 shall be brought to the attention of the Project Representative.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-D MOTOR CONTROL CENTER TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

A. Mechanical check:

All bolted connections either bus-to-bus or cable-to-bus shall be torqued to the manufacturer's recommendations.

B. Electrical tests:

1. Measure insulation resistance of each bus section phase to phase and phase to ground for 1 minute using a megohmmeter at 1,000 volts.

Test results (megohms)

Phase Phase

A-GRD A-B

B-GRD B-C

C-GRD C-A

2. Set the circuit breaker in the starter unit to comply with the requirements of NEC, Article 430-52 and Table 430-152.

3. Motor overload heater elements shall be sized and installed based on the actual nameplate full load amperes of the motor connected to the starter.

CERTIFIED Date Contractor Representative

WITNESSED Date Project Representative

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-E MEDIUM-VOLTAGE MOTOR STARTER TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

The protective devices shall be set in accordance with the specification before the tests are performed.

A. Measure contact resistance.

Phase A B C micro-ohms

Replace contacts if resistance exceeds 50 micro-ohms.

B. Perform an insulation resistance test (1,000 volts DC for 1 minute).

Phase A B C

Pole-to-ground megohms

Across-open-pole megohms

Pole-to-pole AB BC CA megohms

C. Perform minimum pickup voltage tests on trip and close coils.

D. Motor RTDs shall be tested by using a hot oil bath. The temperature at which the sensor trips shall be recorded for each RTD.

E. The contactor shall be tripped by operation of each protective device.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-F MEDIUM-VOLTAGE SWITCHGEAR TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

The protective devices shall be set in accordance with the specification before the tests are performed.

A. Measure contact resistance

Phase A B C micro-ohms

Replace contacts if resistance exceeds 50 micro-ohms.

B. Perform an insulation resistance test (1,000 volts DC for 1 minute).

Phase A B C

Pole-to-ground megohms

Across-open-pole megohms

Pole-to-pole AB BC CA megohms

C. Perform minimum pickup voltage tests on trip and close coils.

D. Verify the instrument transformer ratios. Check the transformer's polarity electrically.

E. The contactor shall be tripped by operation of each protective device.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-G PROTECTIVE RELAY TEST FORM

Contract Name:

Contract No.:

Location

Switchgear Breaker No.

Protective Relay Description

The protective relays shall be tested in the following manner:

A. Each protective relay circuit shall have its insulation resistance tested to ground.

B. Perform the following tests on the specified relay setting:

1. Pickup parameters on each operating element.

2. Timing test shall be performed at three points on the time dial curve.

3. Pickup target and seal-in units.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-H LOW-VOLTAGE SWITCHGEAR TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

The protective devices shall be set in accordance with the specification before the tests are performed.

A. Measure contact resistance

Phase A B C micro-ohms

Replace contacts if resistance exceeds 50 micro-ohms.

B. Perform an insulation resistance test (1,000 volts DC for 1 minute).

Phase A B C

Pole-to-ground megohms

Across-open-pole megohms

Pole-to-pole AB BC CA megohms

C. Minimum pickup current shall be determined by primary current injection.

D. Long time delay shall be determined by primary injection at 300 percent pickup current.

E. Short time pickup and time delay shall be determined by primary injection of current.

F. Instantaneous pickup current shall be determined by primary injection.

G. Trip unit reset characteristics shall be verified.

H. Auxiliary protective devices, such as ground fault or under voltage relays, shall be activated to insure operation of shunt trip devices.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-I MEDIUM-VOLTAGE LOAD INTERRUPTER SWITCH TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

A. Measure switch blade resistance

Phase A B C micro-ohms

Replace contacts if resistance exceeds 50 micro-ohms.

B. Perform an insulation resistance test (1,000 volts DC for 1 minute).

Phase A B C

Pole-to-ground megohms

Across-open-pole megohms

Pole-to-pole AB BC CA megohms

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-J LIQUID-FILLED TRANSFORMER TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

Weather Conditions

A. Perform the "Insulation-Resistance Test" and "Dielectric Absorption Test" using Form 16000-C, Dry Transformer Test Data Form.

B. Perform a turns ratio test between the windings for all tap positions.

C. Insulating oil shall be sampled and shall be laboratory tested for the following:

1. Dielectric strength.

2. Acid neutralization.

3. Interfacial tension.

4. Color.

5. Power factor.

6. An AC overpotential test shall be made on all high and low voltages winding to ground.

D. The temperature and pressure switches shall be tested using a hot oil bath and air pump.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-K AUTOMATIC TRANSFER SWITCH TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

A. Perform an insulation resistance test (1,000V DC for 1 minute):

Phase A B C

Pole-to-ground megohms

Pole-to-pole AB BC CA megohms

B. Perform the following operations and initial:1. Manual transfer 2. Loss of normal power; seconds delay3. Return to normal power; seconds delay

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

16000-L NEUTRAL GROUNDING RESISTOR TEST FORM

Contract Name:

Contract No.:

Equipment No. Date of Test

Location Ambient temperature oF

The pickup and time delay setting on the ground fault relay shall be set in accordance with Section 16431.

A. The transformer neutral insulation resistance shall be measured with and without the grounding resistor connected to insure no parallel ground paths exist.

B. The protective relay pickup current shall be determined by injecting test current into the current sensor. The pickup current should be within 10 percent of the dial setting. Record the dial setting and actual pickup tie.

C. The relay timing shall be tested by injecting 150 and 300 percent of pickup current into the current sensor. The relay timing shall be in accordance with the manufacturer's published time-current characteristic curves. Record the relay timing at 150 and 300 percent of pickup current.

D. The circuit interrupting device shall be operated by operating the relay.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

17000-A LOOP WIRING AND INSULATION RESISTANCE TEST DATA FORM

Contract Name:

Contract No.:

Loop No.:

List all wiring associated with a loop in table below. Make applicable measurements as indicated after disconnecting wiring.

ContinuityResistancea Insulation Resistanceb

Wire Panel Field Cond./ Cond./ Shield/ Shield/ Cond./ Shield/No. Tie TB Cond. Shield Gnd. Cond. Gnd. Shield

A — (A/SH)

B (A/B) —

C (A/C) —

D (A/D) —

etc.

A. Continuity Test. Connect ohmmeter leads between wires A and B and jumper opposite ends together. Record resistance in table. Repeat procedure between A and C, A and D, etc. Any deviation of +2 ohms between any reading and the average of a particular run indicates a poor conductor, and corrective action shall be taken before continuing with the loop test.

B. Insulation Test. Connect one end of a 500V meter to the panel ground bus and the other sequentially to each completely disconnected wire and shield. Test the insulation resistance and record each reading.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

17000-G FIELD SWITCH CALIBRATION TEST DATA FORM

Contract Name:

Contract No.:

Tag No. and Description:

Make and Model No.: Serial No.:

Input:

Range:

Set Point(s):

Simulate process variable (flow, pressure, temperature, etc.) and set desired set point(s). Run through entire range of switch and calculate deadband.

Increasing DecreasingInput Input Calculated Required

Set Point Trip Point Trip Point Deadband Deadband

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

17000-H TRANSMITTER CALIBRATION TEST DATA FORM

Contract Name:

Contract No.:

Tag No. and Description:

Make and Model No.: Serial No.:

Input:

Output:

Scale: Range:

Simulate process variable (flow, pressure, temperature, etc.) and measure output with appropriate meter.

Percent Expected Actualof Range Input Output Output % Deviation

0

50

100

Percent Deviation Allowed:

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

17000-I MISCELLANEOUS INSTRUMENT CALIBRATION TEST DATA FORM

Contract Name:

Contract No.:

(For instruments not covered by any of the preceding test forms, the Contractor shall create a form containing all necessary information and calibration procedures.)

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

17000-J INDIVIDUAL LOOP TEST DATA FORM

Contract Name:

Contract No.:

Loop No.:

Description:(Give complete description of loop's function using tag numbers where appropriate.)

P&ID No.: (Attach copy of P&ID.)

A. Wiring tested:(Attach test form 17000-A)

B. Instrumentation tubing/piping tested:(Attach test form 17000-B)

C. Instruments calibrated:(Attach test forms 17000-C through I)

D. List step-by-step procedures for testing loop parameters. Test loop with instruments, including transmitters and control valves, connected and functioning. If it is not possible to produce a real process variable, then a simulated signal may be used with the Project Representative's approval.

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date

September 2015C00946C15Rainier Valley Wet Weather Storage 01999 STANDARD FORMS

17000-K LOOP COMMISSIONING TEST DATA FORM

Contract Name:

Contract No.:

Loop No.:

A. Loop tested:(Attach test form 17000-J)

B. Controlled or connected equipment tests confirmed:

C. Give complete description of loop's interface with process.

D. With associated equipment and process in operation, provide annotated chart trace of loop response to changes in set points for verification of performance. This chart should demonstrate 1/4-amplitude damping as output adjusts to set point change. Show set points, starting and finishing times on chart, as well as any other pertinent data.

Connect 2-pen recorder to process variable (PV) and to controller output. Use 1-inch/second chart speed.

Pen 1 - PV - Connections:

Pen 2 - Output - Connections:

CERTIFIED Signature of Contractor Representative Date

WITNESSED Signature of Project Representative Date