Regular Public Meeting Agenda 05/16/23

Page 4

Arne Mortensen, Commissioner District 1

Dennis Weber, Commissioner District 2

Richard R. Dahl, Commissioner District 3

Regular Public Meeting

May 16 , 202 3 , 9:00 a.m.

Board Meeting Convenes at 9:00 a.m.

 Pledge of Allegiance

 Minutes of May 8-10, 2023

 Consent Agenda of May 16, 2023

 Request for Proposals

 Motion Items

 Bid Opening

 Public Comments

o Citizen Participation may be anonymous. See RCW 42.30.040

Consent Agenda

Request for Proposals

1. Request for Proposal to reinstate the Cowlitz County DUI Education Program.

Agreements/Contracts/Bid Awards

2. Bid Award approval to Gardner Rock, Inc., L Rock Industries, LLC, Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry, and JL Storedahl & Sons, Inc for the purchase of road surfacing materials for the period of May 1, 2023 through April 30, 2024.

3. Bid Award approval to Lakeside Industries, Inc for asphalt materials for the period of May 1, 2023 through April 30, 2024

4. Contract execution with Longview Auto and Tire for overflow maintenance and repair services for County fleet vehicles. Total amount shall not exceed $150,000 for asneeded services.

Page 1 of 4 v
ZOOM Link KLTV Link Phone Option: (253) 215-8782 Webinar ID: 820 1961 3917 www.kltv.org

Regular Public Meeting

May 16, 2023, 9:00 a.m.

5. Interlocal Agreement approval with the City of Longview for joint bidding of Public Works projects.

6. Perpetual Right of Way and Utility Easement approval from Weyerhaeuser Timber Holdings for the Oswalt Lane turn around. No monetary consideration.

7. Completion letter approval with Pacific Northwest Fire Protection for the replacement of the fire suppression system at the Cowlitz County Event Center Indoor Arena. The total was $87,756.70 including tax.

8. Contract execution with Quigg Bros. Inc. for the Ostrander Road Culvert Replacement Project. Total amount is $2,457,651.60.

9. Affidavit of Resume Posting for April 2023

Resolutions

10. Resolution approval for the County Road Project Number 803 for the 46th Avenue Reconstruction project to design and construct a new roadway prism. Total project cost is $67,500.

11. Resolution approval for the County Road Project No. 757 for the Kalama River Road Culvert Replacement Project, located between Milepost 2.02 and Milepost 2.06 to replace the existing damaged and undersized culvert. Total project cost is $160,000.

12. Resolution approval for Project No. 758 for the Kalama River Road Culvert Replacement Project, located between Milepost 2.35 and Milepost 2.39 to replace the existing damaged and undersized culvert. Total cost is $180,000.

Board Correspondence

13. Letters/Notices

a. Federal Energy Regulatory Commission (FERC) notice dated 5/4/2023 regarding 2018 External Audit Recommendations Status Updates, PacifiCorp’s Owner’s Dam Safety Program

Vouchers

14. Voucher approval for Drainage Improvement District No. 1 ratified payment of the expenses incurred in February 2023 for $7,711.50.

The following vouchers/warrants are approved for payment:

Page 2 of 4
Fund Voucher Numbers Amount Claims 1000012717-1000012776 $ 282,222.24 Claims 1000046771-1000046854 317,466.61 Special Purpose District 01 5000015738-5000015775 96,058.77 Special Purpose District 01 5000001830-5000001846 24,929.18 Special Purpose District 02 7000003381-7000003383 22,935.90 Salary Fund 162420-162448 31,377.41 Salary Fund 258711-259241 1,117,715.43 Total $ 1,892,705.54

May 16, 2023, 9:00 a.m.

Motion Items

Facilities Maintenance

15. Alternate Bid Award approval with JH Kelly for replacement of the heat recovery coils at the Cowlitz County Jail. Total amount is $24,427.23 including Washington State Sales Tax.

Public Works

16. Rural Arterial Program Project Agreement with County Road Administrative Board (CRAB) for Cloverdale Road Drainage Culvert Replacement Project (Milepost 1.75 to 1.81). The agreement authorizes $500,000 of the Rural Arterial Trust Account (RATA) funds for the project.

17. Rural Arterial Program Project Agreement approval with the County Road Administration Board (CRAB) for the Powell Road Drainage Improvement Project (Milepost 0.56 to 0.66) to replace the existing culverts to reduce the frequency of flooding on this stretch of roadway. The agreement authorizes $500,000 of the Rural Arterial Trust Account (RATA) funds for the project.

18. Rural Arterial Program Project Agreement approval the County Road Administration Board (CRAB) for the Rose Valley Road Culvert Replacement Project (Milepost 11.76 to 11.84) to replace the existing culverts to reduce the frequency of flooding on this stretch of roadway. The agreement authorizes $500,000 of the Rural Arterial Trust Account (RATA) funds for the project.

Building & Planning

19. Interlocal Agreement with the Cowlitz Conservation District to provide coordination and support services to the Voluntary Stewardship Program (VSP) from 5/1/2023-6/20/2023 (Current Contract); 7/1/2023-6/30/2025 (New Contract). Total cost shall not exceed $50,000 for the current contract and $220,000 with the new contract without prior approval by the County.

Commissioners’ Office

20. Electronic Signature policy approval to send and accept electronic records and electronic signatures to and from other persons and otherwise create, generate, communicate, store, and process, electronic records and electronic signatures; and to promote efficiency, save resources, and provide parameters on the use of electronic signatures in contractual and other transactions involving Cowlitz County.

Page 3 of 4
Regular Public Meeting

Regular Public Meeting

May 16, 2023, 9:00 a.m.

Updates

Chairman Updates

 Wednesday May 17, 2023 at 1:30 p.m. Board of Health (BOH) Special Meeting

o Topic: Increasing BOH Meeting Frequency

Tabled Items:

 Coroner’s Office – Personal Service Agreement with Dr. Emmanuel Lacsina

Citizen Comments – Citizen participation may be anonymous. See RCW 42.30.040

Bid Openings – 11:00 a.m.

Conducted by the Clerk of the Board after Board Meeting is adjourned. Bids will not be accepted after 11:00 a.m.

21. 2023 Joint Agency Pavement Overlay Project

RCW 42.30.040 - Conditions to attendance not to be required. A member of the public shall not be required, as a condition to attendance at a meeting of a governing body, to register his or her name and other information, to complete a questionnaire, or otherwise to fulfill any condition precedent to his or her attendance. People may remain anonymous when logging on to Zoom by creating any name and email of their choosing. In a meeting, public comment will be received, either or both, orally (raise hand in Zoom or use *9 on phone) and by writing. Note: Written comments may be sent to the Board at any time. For oral presentations, the Board may set a time for comments and speakers.

All matters listed with the Consent Agenda were previously distributed to each Board Member for reading and study, were available for public viewing, are considered items of regular County business, and will be approved, without separate discussion, by one motion of the Board of County Commissioners. An item may be removed from the Consent Agenda and placed on the Regular Agenda for separate discussion and voting at the request of any Board Member.

The Board of Commissioners may add and take action on other items not listed on this Agenda.

 Agenda Online Address: https://www.co.cowlitz.wa.us/535/Agendas Regular-Public-Meetings

 ZOOM Invitation Address (for all meeting days):

o https://us06web.zoom.us/j/82019613917

 KLTV Live Feed Address: http://www.kltv.org

Page 4 of 4

AS-12810

BOCC Agenda

Meeting Date: 05/16/2023

Request for Proposal for Cowlitz County Corrections Department DUI Education Program

Submitted For: Jeremy Ehrmantrout

Department: Corrections

Subject and Summary Statement

Consent 1.

Submitted By: Jeremy Ehrmantrout

Information

Request for Proposal to reinstate Cowlitz County DUI Education Program.

Will Staff Attend - NAME OF STAFF

Yes - Marin Fox

Department Recommendation

Permission to submit RFP

Attachments

DEP RFP Final  Legal Notice

Inbox

Form Review

Reviewed By Date

Marin Fox, Corrections Marin Fox 05/09/2023 11:13 AM

Doug Jensen

Victoria Blosl

Form Started By: Jeremy Ehrmantrout

Started On: 05/09/2023 09:53 AM

Request for Proposals for Cowlitz County Corrections Department DUI Education Program

NOTE: If you have downloaded this RFP from the County website you are responsible for sending your name, address, e-mail address, and telephone number to the RFP Coordinator for your organization to receive future communications such as RFP amendments

PROPOSAL DUE DATE: June 12th, 2023 prior to 11:00 A.M. Pacific Time, Kelso, Washington, USA.

Only E-mailed bids will be accepted at EhrmantroutJ@cowlitzwa.gov

ESTIMATED TIME PERIOD FOR CONTRACT: September 1, 2023 – August 31, 2026. The County reserves theright to extend the contract for two (2) additional one-year periods at the sole discretion of the County.

CONSULTANT ELIGIBILITY: This procurement is open to those consultants that satisfy the minimum qualifications stated herein and that are available for work in Washington State.

CONTENTS OF THE REQUEST FOR PROPOSALS:

I. Introduction II. General Information for Consultants III. Proposal Contents IV. Evaluation and Contract Award V. RFP Exhibits
Table of Contents PURPOSE 3 QUALIFICATIONS AND MINIMUM REQUIREMENTS 3 COOPERATIVE PURCHASING 3 PERIOD OF PERFORMANCE 3 CONTRACTING WITH FORMER WASHINGTON PUBLIC EMPLOYEES .....................................3 DEFINITIONS....................................................................................................................................3 ADA 4 RFP COORDINATOR 5 ESTIMATED SCHEDULE OF PROCUREMENT ACTIVITIES 5 PRE-PROPOSAL CONFERENCE 5 SUBMISSION OF PROPOSALS ......................................................................................................5 PROPRIETARY INFORMATION/PUBLIC DISCLOSURE 6 REVISIONS TO THE RFP 6 MINORITY & WOMEN-OWNED BUSINESS PARTICIPATION 6 ACCEPTANCE PERIOD 6 RESPONSIVENESS 6 AMBIGUOUS STATEMENTS...........................................................................................................6 BACKGROUND INVESTIGATION....................................................................................................7 MOST FAVORABLE TERMS 7 CONTRACT AND GENERAL TERMS & CONDITIONS 7 ORAL AGREEMENTS 7 COSTS TO PROPOSE 7 NO OBLIGATION TO CONTRACT 7 REJECTION OF PROPOSALS.........................................................................................................7 COMMITMENT OF FUNDS 7 ELECTRONIC PAYMENT 7 INSURANCE COVERAGE 8 LETTER OF SUBMITTAL/CERTIFICATIONS AND ASSURANCES 10 PROPOSER’S QUALIFICATIONS AND PROJECT PLAN ............................................................10 PROPOSER’S CAPABILITIES .......................................................................................................10 DUI EDUCATION PROGRAM AGENDA 10 COST PROPOSAL 11 EVALUATION PROCEDURE 12 EVALUATION WEIGHTING AND SCORING 12 ORAL PRESENTATIONS...............................................................................................................12 NOTIFICATION TO PROPOSERS 12 DEBRIEFING OF UNSUCCESSFUL PROPOSERS 12 PROTEST PROCEDURE 13 EXHIBIT A – CERTIFICATIONS AND ASSURANCES 14 EXHIBIT B– SAMPLE PERSONAL SERVICES AGREEMENT .....................................................15

INTRODUCTION

PURPOSE

Cowlitz County is hereby soliciting proposals from qualified organizations for the creation and implementation of a DUI education program for Cowlitz County Corrections Department

The DUI Education Program [DEP] is a longstanding program that was started in the mid 90’s. It is unique to Cowlitz County and was created to be in lieu of jail time, with the thought being “information not incarceration ” The program allows the presenters to get to know the offenders as well as present valuable information regarding DUI and other alcohol related offenses, which ends up being a comprehensive in depth look at the DUI.

The County intends to award one (1) agreement to provide services outlined in this RFP.

QUALIFICATIONS AND MINIMUM REQUIREMENTS

All organizations submitting proposals under this RFP shall demonstrate the knowledge, skills, and experience necessary to meet or exceed the following minimum requirements:

1. Must be registered to conduct business in Washington State.

2. Must have demonstrated experience with community engagement initiatives that impact public safety and engagement with the community.

3. Must possess excellent organization, public speaking, and attention to detail.

4. Must provide all personnel, mobile equipment, transportation, supplies, tools, and materials necessary to successfully perform the services detailed in this RFP

5. Must maintain adequate resources and be capable and able to obtain the required materials and equipment to perform the required services necessary.

COOPERATIVE PURCHASING

Cowlitz County has made this Request for Proposal subject to Washington State statute RCW 39.34. Therefore, the proposer may, at the proposers’ option, extend identical prices and services to other public agencies wishing to participate in this RFP. Each public agency wishing to utilize the contract that results from this RFP will be binding only their agency. Each contract is between the proposer and the individual agency with no liability to Cowlitz County.

PERIOD OF PERFORMANCE

The period of performance of any contract resulting from this RFP is tentatively scheduled to begin on or about September 1, 2023 and continue August 31, 2026 The County reserves the right to extend the contract for up to two (2) additional one-year periods at the sole discretion of the County.

CONTRACTING WITH FORMER WASHINGTON PUBLIC EMPLOYEES

Washington State Department of Retirement System reporting requirements apply to public entities contracting with former Washington public employees pursuant to WAC 415-02-110, DRS Email 13-011 and DRS Email 09-001. Proposers should familiarize themselves with these reporting requirements to the County before submitting a proposal that includes former public employees. Information regarding these requirements can be found on the WA Department of Retirement System’s Independent Proposer Verification and State Retirement Status Reporting Form located on the last page of this document.

DEFINITIONS

Definitions for the purposes of this RFP include:

Page 3 of 26

Apparent Successful Proposer – The consultant selected as the entity to perform the anticipated services, subject to completion of contract negotiations and execution of a written contract.

COUNTY – COWLITZ is the COUNTY in the state of Washington that is issuing this RFP.

Proposal – A formal offer submitted in response to this solicitation.

Proposer - Individual or company that submits a proposal in order to attain a contract with the COUNTY. May also be seen in this document as Vendor, Proposer, Consultant, Licensee, etc.

Request for Proposals (RFP) – Formal procurement document in which a service or need is identified but no specific method to achieve it has been chosen. The purpose of an RFP is to permit the consultant community to suggest various approaches to meet the need at a given price.

ADA

Cowlitz County complies with the Americans with Disabilities Act (ADA). Consultants may contact the RFP Coordinator to receive this Request for Proposals in Braille or on tape.

Page 4 of 26

GENERALINFORMATIONFORCONSULTANTS

RFP COORDINATOR

The RFP Coordinator is the sole point of contact in the County for this procurement. All communication between the Consultant and the County upon release of this RFP shall be with the RFP Coordinator, as follows:

Name Jeremy Ehrmantrout, Cowlitz County Corrections Program Manager

E-mail Address EhrmantroutJ@cowlitzwa.gov

Phone Number 360-577-3118 ext. 7

Any other communication will be considered unofficial and non-binding on the County. Consultants are to rely on written statements issued by the RFP Coordinator. Communication directed to parties other than the RFP Coordinator may result in disqualification of the Consultant.

ESTIMATED SCHEDULE OF PROCUREMENT ACTIVITIES

Issue Request for Proposals

Question & answer period ends

Issue last addendum to RFP

Proposals due

Evaluation & Review Committee Evaluation of proposals

Evaluation & Review Committee Recommendations

Award RFP

Approve Contract by:

Contract in Place

The County reserves the right to revise the above schedule.

PRE-PROPOSAL CONFERENCE

There will be NO pre-proposal conference held for this RFP.

May 22, 2023

June 5, 2023

June 9, 2023

June 20, 2023

June 21 – 30, 2023

July 3, 2023

July 7, 2023

August 1, 2023

August 15, 2023

The County will be bound only to the County’s written answers to questions. Questions arising in subsequent communication with the RFP Coordinator will be documented and answered in written form. A copy of the questions and answers will be sent to each prospective Consultant that has made the RFP Coordinator aware of its interest in this procurement.

SUBMISSION OF PROPOSALS

Proposers are required to submit one electronic version of their proposal to EhrmantroutJ@cowlitzwa.gov no later than 11:00 AM Pacific Time on June 12, 2023

Proposals shall be attached as one PDF attachment and the subject line shall read “Proposal Submission: DUI Education Program.” Receipt of proposals will be acknowledged via email replay, but proposals will not be opened and/or reviewed until the proposal due date and time listed above.

Late proposals will not be accepted and will be automatically disqualified from further consideration. All proposals and any accompanying documentation become the property of the County and will not be returned.

Page 5 of 26

PROPRIETARY INFORMATION/PUBLIC DISCLOSURE

Proposals submitted in response to this competitive procurement shall become the property of the County and shall be deemed public records as defined in Chapter 42.56 of the Revised Code of Washington (RCW).

Any information in the proposal that the Consultant desires to claim as proprietary and exempt from disclosure under the provisions of Chapter 42.56 RCW, or other state or federal law that provides for the nondisclosure of your document, must be clearly designated. The information must be clearly identified and the particular exemption from disclosure upon which the Consultant is making the claim must be cited. Each page containing the information claimed to be exempt from disclosure must be clearly identified by the words “Proprietary Information” printed on the lower right hand corner of the page. Marking the entire proposal exempt from disclosure or as Proprietary Information will not be honored.

If a public records request is made for the information that the Consultant has marked as "Proprietary Information," the County will notify the Consultant of the request and of the date that the records will be released to the requester unless the Consultant obtains a court order enjoining that disclosure. If the Consultant fails to obtain the court order enjoining disclosure, the COUNTY will release the requested information on the date specified. If a Consultant obtains a court order from a court of competent jurisdiction enjoining disclosure pursuant to Chapter 42.56 RCW, or other state or federal law that provides for nondisclosure, the County shall maintain the confidentiality of the Consultant's information per the court order.

A charge will be made for copying and shipping, as outlined in RCW 42.56. No fee shall be charged for inspection of contract files, but twenty-four (24) hours’ notice to the RFP Coordinator is required. All requests for information should be directed to the RFP Coordinator.

REVISIONS TO THE RFP

In the event it becomes necessary to revise any part of this RFP, addenda will be provided via e-mail to all individuals who have made the RFP Coordinator aware of their interest. Addenda will also be published on http://www.co.cowlitz.wa.us/bids.aspx. For this purpose, the published questions and answers and any other pertinent information shall be provided as an addendum to the RFP and will be placed on the website. If you downloaded this RFP from the County website you are responsible for sending your name, e-mail address, and telephone number to the RFP Coordinator in order for your organization to receive any RFP addenda.

The County also reserves the right to cancel or to reissue the RFP in whole or in part, prior to execution of a contract.

MINORITY & WOMEN-OWNED BUSINESS PARTICIPATION

Cowlitz County encourages participation in all of its contracts by firms certified by the Office of Minority and Women’s Business Enterprises (OMWBE). Participation may be either on a direct basis in response to this solicitation or on a subProposer basis. However, no preference will be included in the evaluation of proposals, no minimum level of MWBE participation shall be required as a condition for receiving an award, and proposals will not be rejected or considered non-responsive on that basis.

ACCEPTANCE PERIOD

Proposals must provide 60 days for acceptance by County from the due date for receipt of proposals.

RESPONSIVENESS

All proposals will be reviewed by the RFP Coordinator to determine compliance with administrative requirements and instructions specified in this RFP. The Consultant is specifically notified that failure to comply with any part of the RFP may result in rejection of the proposal as non-responsive.

Proposers must respond to all sections to be considered The County also reserves the right at its sole discretion to waive minor administrative irregularities.

AMBIGUOUS STATEMENTS

All responses to Proposal requirements should be stated as concisely as possible. Ambiguous statements such as “all reasonable effort to provide" and the like may be grounds to declare the proposal non-responsive.

Page 6 of 26

BACKGROUND INVESTIGATION

By submitting a proposal in response to this Request for Proposals, you are giving permission to the County to investigate your company and background with regard to any matter bearing on the desirability of the County doing business with you. The results of the investigation may be taken into consideration by the County in making its decision.

MOST FAVORABLE TERMS

The County reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms which the Consultant can propose. There will be no best and final offer procedure. The County does reserve the right to contact a Consultant for clarification of its proposal.

The Apparent Successful Proposer should be prepared to accept this RFP for incorporation into a contract resulting from this RFP. Contract negotiations may incorporate some or all of the Consultant’s proposal. It is understood that the proposal will become a part of the official procurement file on this matter without obligation to the County, and that the public may view proposal documents

CONTRACT AND GENERAL TERMS & CONDITIONS

The apparent successful Proposer will be expected to enter into a contract which is substantially the same as the County’s standard personal services contract and in accordance with the general terms and conditions therein, attached as Exhibit C to this solicitation. In no event is a Consultant to submit its own standard contract terms and conditions in response to this solicitation. The Consultant may submit proposed exceptions as allowed in the Certifications and Assurances form, Exhibit B to this solicitation. All exceptions to the contract terms and conditions must be submitted by Consultant as an attachment to Exhibit B, Certifications and Assurances form, or the standard contract shall be deemed accepted, as attached. The County will review requested exceptions and accept or reject the same at its sole discretion in awarding the contract.

ORAL AGREEMENTS

No oral agreement or conversation with the County or any official, employee, or agent of Cowlitz County, either before or after execution of a contract, shall affect, modify, or add to any of the terms or obligations contained in the contract documents. Any such oral agreement or conversation shall be considered as unofficial information and in no way binding upon Cowlitz County, unless subsequently put in writing.

COSTS TO PROPOSE

The County will not be liable for any costs incurred by the Consultant in preparation of a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to responding to this RFP.

NO OBLIGATION TO CONTRACT

This RFP does not obligate the County to contract for services specified herein.

REJECTION OF PROPOSALS

The County reserves the right at its sole discretion to reject any and all proposals received without penalty and not to issue a contract as a result of this RFP.

COMMITMENT OF FUNDS

The Board of County Commissioners or duly elected official are the only individual(s) who may legally commit the County to the expenditures of funds for a contract resulting from this RFP. No cost chargeable to the proposed contract may be incurred before receipt of a fully executed contract.

ELECTRONIC PAYMENT

Page 7 of 26

Cowlitz County prefers to utilize electronic payment such as EFT (Electronic Funds Transfer) or ACH (Automated Clearing House) in its transactions. The successful Proposer will be provided a form to complete with the contract to authorize such payment methods.

INSURANCE COVERAGE

The Proposer is to furnish the County with a certificate(s) of insurance executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements set forth below.

The Proposer shall, at its own expense, obtain and keep in force insurance coverage which shall be maintained in full force and effect during the term of the contract. The Proposer shall furnish evidence in the form of a Certificate of Insurance that insurance shall be provided, and a copy shall be forwarded to the County within fifteen (15) days of the contract effective date.

The Proposer shall maintain in full force and effect during the term of this Agreement, and until final acceptance of the work, public liability and property damage insurance with companies or through sources approved by the state insurance commissioner pursuant to RCW Title 48, as now or hereafter amended. The County, its appointed and elected officials, agents and employees, shall be specifically named as additional insureds in a policy with the same company which insures the Proposer or by endorsement to an existing policy or with a separate carrier approved pursuant to RCW Title 48, as now or hereafter amended, and the following coverages shall be provided:

COMPREHENSIVE GENERAL LIABILITY: Bodily injury, including death, property damage

$1,000,000 per occurrence

$2,000,000 aggregate

WORKERS COMPENSATION: Statutory amount

AUTOMOBILE LIABILITY: coverage on owned, non-owned, rented and hired vehicles. Including bodily injury, death and property damage

UMBRELLA LIABILITY

$1,000,000 combined single limit

Applies over all liability policies without exception $5,000,000

EMPLOYER’S LIABILITY/STOP GAP

Can be endorsement or standalone policy

$1,000.000 per occurrence

All Proposer’s and Proposer’s subProposers’ insurance policies and additional named insured endorsements shall provide primary insurance coverage and be non-contributory.

Any insurance, self-insured retention, deductible, risk retention or insurance pooling maintained or participated in by the County shall be excess and not contributory to such insurance policies. All Proposer’s and Proposer’s subProposers’ liability insurance policies must be endorsed to show this primary coverage.

Upon request, the Proposer shall provide a full and complete certified copy of all requested insurance policies to the County. The County reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages and endorsements, or to reject any insurance policies which fail to meet the requirements of this Agreement. Additionally, the County reserves the right, but not the obligation, to review and reject any proposed insurer providing coverage based upon the insurer’s financial condition or licensing status in Washington. Any deductibles and/or self-insured retentions exceeding $10,000, stop loss provisions, and/or exclusions contained in such policies must be approved by the County in writing. For any deductibles or self-insured retentions exceeding $10,000 or any stop-loss provisions, the County shall have the right to request and review the Proposer’s most recent annual financial reports and audited financial statements as a condition of approval.

Proposer hereby agrees to waive subrogation with respect to each insurance policy maintained under this Agreement. When required by an insurer, or if a policy condition does not permit Proposer to enter into a preloss agreement to waive subrogation without an endorsement, then Proposer agrees to notify the insurer and obtain such endorsement. This requirement shall not apply to any policy which includes a condition expressly prohibiting waiver of subrogation by the insured or which voids coverage should the Proposer enter into such a waiver of subrogation on a pre-loss basis.

Page 8 of 26

With the exception of Professional Liability coverage, the County, its departments, elected and appointed officials, employees, agents and volunteers shall be named as additional insureds on Proposer’s and Proposer’s subProposers’ insurance policies by way of endorsement for the full available limits of insurance maintained by the Proposer and subProposer, and all coverage shall be primary and non-contributory. A statement or notation of additional insured status on a Certificate of Insurance shall not satisfy these requirements. [This endorsement shall not be required if the Proposer is a governmental entity and is insured through a governmental entity risk pool authorized by the State of Washington.]

The Proposer shall, for each required insurance policy, provide a Certificate of Insurance, with endorsements attached, evidencing all required coverages, limits, deductibles, self-insured retentions and endorsements and which is conditioned upon the County receiving thirty (30) days prior written notice of reduction in coverages, cancellation or non-renewal. Each Certificate of Insurance and all insurance notices shall be provided to the RFP Coordinator. This Agreement shall be void ab initio if the proof of coverage is not timely supplied.

The insurance maintained under this Agreement shall not in any manner limit or qualify the liabilities or obligations of the Proposer under this Agreement. All insurance policy deductibles and self-insured retentions for policies maintained under this Agreement shall be paid by the Proposer

Compensation and/or payments due to the Proposer under this Agreement are expressly conditioned upon the Proposer’s strict compliance with all insurance requirements. Payment to the Proposer shall be suspended in the event of non-compliance. Upon receipt of evidence of Proposer’s compliance, payments not otherwise subject to withholding or set-off will be released to the Proposer. This Agreement shall be void ab initio if the proof of coverage is not timely supplied.

If the Errors and Omissions or Professional Liability insurance obtained is an occurrence policy as opposed to a claims-made policy, the Extended Reporting Period Endorsement is not required.

The Proposer will at all times comply with all applicable workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable. The County will not be held responsible in any way for claims filed by the Proposer or their employees for services performed under the terms of this contract.

The fact that insurance (including, without limitation, self-insurance) is obtained by Licensee shall not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage.

Page 9 of 26

PROPOSALCONTENTS

Interested companies shall submit a proposal which exhibits and substantiates extensive knowledge of and experience providing the detailed scope of services to clients. Proposals must be clear, concise, and shall not exceed five (5) pages, excluding resumes, coversheet, and cost proposal. The proposal shall include all items below, in the following order:

LETTER OF SUBMITTAL/CERTIFICATIONS AND ASSURANCES

A Letter of Submittal and the attached Certifications and Assurances form [Exhibit A to this RFP] must be signed and dated by a person authorized to legally bind the Proposer to a contractual relationship, e.g., the President or Executive Director if a corporation, the managing partner if a partnership. Along with introductory remarks, the Letter of Submittal is to include the following information about the Proposer:

1. Name, address, principal place of business, telephone number, and fax number / email address of legal entity or individual with whom contract would be written.

2. Legal status of the Applicant [sole proprietorship, partnership, corporation, etc.] and the year the entity was organized to do business as the entity now substantially exists. Nonprofit organizations must verify their nonprofit status by providing a copy of their Internal Revenue Service [IRS] 501[c][3] determination letter.

3. Federal Employer Tax Identification number or Social Security number and the Washington Uniform Business Identification [UBI] number issued by the state of Washington Department of Revenue. If the Applicant does not have a UBI number, the Applicant must state that it will become licensed in Washington within thirty [30] calendar days of being selected as the Apparently Successful Proposer.

4. Location of the facility from which the Applicant would operate.

5. If the organizations’ staff includes a public employee from within the state of Washington during the past 24 months, or is currently a Washington public employee, identify the individual by name, the agency previously or currently employed by, job title or position held and separation date.

6. If the organization has had a contract terminated for default in the last five years, describe such incident. Termination for default is defined as notice to stop performance due to the Proposer’s nonperformance or poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the Proposer was in default.

PROPOSER’S QUALIFICATIONS AND PROJECT PLAN

Proposals shall demonstrate the qualifications of the organization and explain how the DUI Education Program will be successfully created and implemented.

PROPOSER’S CAPABILITIES

Please provide organization/individual resumes, total years in service, and how long your key staff have been with the organization, any relevant certifications, or licenses that are held by the business or staff and up to three (3) references that demonstrate similar work (e.g., work for a local government agency or work of a similar nature).

DUI EDUCATION PROGRAM AGENDA

The following is an example of a DUI Education Program agenda. Proposer must provide a detailed agenda similar to this format, to be agreed upon prior to contract execution with the County. Proposers may also include suggestions or ideas they feel will enhance the DUI Education Program.

06:00-07:00 Program Objective, Introductions, Rules. 07:00-07:10 Break

Proposed Speaker

Speaker – Department of Licensing

Break

Ignition Interlock Information 10:15-10:45 DVD – Fetal Alcohol Disorder 10:45-11:00

Prepare questions for the PA’s Office 11:00-11:15 Question and Answer period for the PA’s Office 11:15-11:30 Break 11:30-12:00 Worksheet – Cost of a DUI

Page 10 of 26
07:10-08:10
08:10-09:15
09:15-09:30
09:30-10:15

COST PROPOSAL

Identify all costs in U.S. dollars including expenses to be charged for performing the services necessary to accomplish the objectives of the contract. the consultant must provide a cost proposal that is structured at a fee per DUI class performed, as well as a fee that will be charged for classes that are scheduled but cancelled. The Consultant is to submit a fully detailed budget including staff costs and any expenses necessary to accomplish the tasks and to produce the deliverables under the contract.

Consultants are required to collect and pay Washington State sales and use taxes, as applicable.

Costs for subconsultants are to be broken out separately. Please note if any subconsultants are certified by the Office of Minority and Women’s Business enterprises.

Page 11 of 26 12:00-1:00 Lunch 1:00-2:00 Proposed Speaker 2:00-2:30 Video – Dead in 5 Seconds
Break
Proposed Speaker
Community Support Groups Speakers
Exercise – BAC Goggles
Break
DEP Questionnaire – Discussion
Dinner
St. John’s Trauma Nurses
Break
Videos – Intervention
2:30-2:45
2:45-3:15
3:15-4:00
4:00-4:30
4:30-4:45
4:45-5:15
5:15-6:00
6:00-8:00
8:00-8:15
8:15-10:00

EVALUATIONANDCONTRACT AWARD EVALUATION PROCEDURE

Responsive proposals will be evaluated strictly in accordance with the requirements stated in this solicitation and any addenda issued. The evaluation of proposals shall be accomplished by an evaluation team(s), to be designated by the County, which will determine the ranking of the proposals.

EVALUATION WEIGHTING AND SCORING

The following weighting and points will be assigned to the proposal for evaluation purposes:

The County reserves the right to award the contract to the Consultant whose proposal is deemed to be in the best interest of the County.

ORAL PRESENTATIONS

The County will schedule oral presentations after initial proposal review The County will contact the organization(s) from the written evaluation to schedule a date, time, and location. Commitments made by the Consultant at the oral interview, if any, will be considered binding. The oral presentation will help determine the apparent successful proposer

Proposers will be required to answer a variety of questions, including inquiries of their background and philosophies. Proposers will also be required to provide a demonstration of a proposed DUI Education Program which explains their objectives, as well as providing information on guest speakers and overall program content.

NOTIFICATION TO PROPOSERS

The County will notify the Apparently Successful Proposers of their selection in writing upon completion of the evaluation process. Individuals or firms whose proposals were not selected for further negotiation or award will be notified separately by e-mail or facsimile.

DEBRIEFING OF UNSUCCESSFUL PROPOSERS

Any Proposer who has submitted a proposal and been notified that they were not selected for contract award may request a debriefing. The request for a debriefing conference must be received by the RFP Coordinator within three (3) business days after the Unsuccessful Consultant Notification is e-mailed or faxed to the Consultant. Debriefing requests must be received by the RFP Coordinator no later than 5:00 PM, local time, in Kelso, Washington on the third business day following the transmittal of the Unsuccessful Consultant Notification. The debriefing must be held within three (3) business days of the request.

Discussion at the debriefing conference will be limited to the following:

1. Evaluation and scoring of the firm’s proposal;

2. Critique of the proposal based on the evaluation;

3. Review of proposer’s final score in comparison with other final scores without identifying the other firms.

Comparisons between proposals or evaluations of the other proposals will not be allowed. Debriefing conferences may be conducted in person, virtually, or on the telephone and will be scheduled for a maximum of one hour

Page 12 of 26
Credentials and Ability 15 maximum points Interview/Oral Presentation 25 maximum points Licensing 10 maximum points Proposed Agenda 15 maximum points Facilitation/Speaking Experience 20 maximum points Pricing 15 maximum points
100 points
TOTAL

PROTEST PROCEDURE

Protests may be made only by Consultants who submitted a response to this solicitation document and who have participated in a debriefing conference. Upon completing the debriefing conference, the Consultant is allowed three (3) business days to file a protest of the acquisition with the RFP Coordinator. Protests must be received by the RFP Coordinator no later than 4:30 PM, local time, at 1600 13th Avenue S, Kelso, WA 98626 on the third business day following the debriefing. Protests may be submitted by e-mail or facsimile but must then be followed by the document with an original signature.

Consultants protesting this procurement shall follow the procedures described below. Protests that do not follow these procedures shall not be considered. This protest procedure constitutes the sole administrative remedy available to Consultants under this procurement.

All protests must be in writing, addressed to the RFP Coordinator, and signed by the protesting party or an authorized Agent. The protest must state the RFP number, the grounds for the protest with specific facts and complete statements of the action(s) being protested. A description of the relief or corrective action being requested should also be included.

Only protests stipulating an issue of fact concerning the following subjects shall be considered:

1. A matter of bias, discrimination or conflict of interest on the part of an evaluator;

2. Errors in computing the score;

3. Non-compliance with procedures described in the procurement document or County policy.

Protests not based on procedural matters will not be considered. Protests will be rejected as without merit if they address issues such as: 1) an evaluator’s professional judgment on the quality of a proposal, or 2) County’s assessment of its own and/or other agencies needs or requirements.

Upon receipt of a protest, a protest review will be held by the County. The County Purchasing Manager or an employee delegated by the Purchasing Manager who was not involved in the procurement will consider the record and all available facts and issue a decision within five (5) business days of receipt of the protest. If additional time is required, the protesting party will be notified of the delay.

In the event a protest may affect the interest of another Consultant that also submitted a proposal, such Consultant will be given an opportunity to submit its views and any relevant information on the protest to the RFP Coordinator.

The final determination of the protest shall:

1. Find the protest lacking in merit and uphold the County’s action; or

2. Find only technical or harmless errors in the County’s acquisition process and determine the County to be in substantial compliance and reject the protest; or

3. Find merit in the protest and provide the County options which may include:

4. Correct the errors and re-evaluate all proposals, and/or

5. Reissue the solicitation document and begin a new process, or

6. Make other findings and determine other courses of action as appropriate.

If the County determines that the protest is without merit, the County will enter into a contract with the apparently successful Proposer. If the protest is determined to have merit, one of the alternatives noted in the preceding paragraph will be taken.

Page 13 of 26

EXHIBIT A – CERTIFICATIONS AND ASSURANCES CERTIFICATIONS AND ASSURANCES

I/we make the following certifications and assurances as a required element of the proposal to which it is attached, understanding that the truthfulness of the facts affirmed here and the continuing compliance with these requirements are conditions precedent to the award or continuation of the related contract:

1. I/we declare that all answers and statements made in the proposal are true and correct.

2. The prices and/or cost data have been determined independently, without consultation, communication, or agreement with others for the purpose of restricting competition. However, I/we may freely join with other persons or organizations for the purpose of presenting a single proposal.

3. The attached proposal is a firm offer for a period of 60 days following receipt, and it may be accepted by the COUNTY without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 60-day period.

4. I/we understand that the COUNTY will not reimburse me/us for any costs incurred in the preparation of this proposal. All proposals become the property of the COUNTY, and I/we claim no proprietary right to the ideas, writings, items, or samples, unless so stated in this proposal.

5. Unless otherwise required by law, the prices and/or cost data which have been submitted have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by him/her prior to opening, directly or indirectly, to any other Proposer or to any competitor.

6. I/weagreethatsubmissionoftheattachedproposalconstitutes acceptanceofthesolicitationcontents and the attached sample contract and general terms and conditions. If there are any exceptions to these terms, I/we have described those exceptions in detail on a page attached to this document.

7. No attempt has been made or will be made by the Proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition.

8. I/we grant the COUNTY the right to contact references and other, who may have pertinent information regarding the ability of the Consultant and the lead staff person to perform the services contemplated by thisRFP.

9. If any staff member(s) who will perform work on this contract has retired from the State of Washington under the provisions of the 2008 Early Retirement Factors legislation, his/her name(s) is noted on a separately attachedpage.

We (circle one) are / are not submitting proposed Contract exceptions. (See Section II, Contract and General Terms and Conditions.) If Contract exceptions are being submitted, I/we have attached them to this form.

On behalf of the Consultant submitting this proposal, myname below attests to the accuracyof the above statement.

Signature of Proposer

Page 14 of 26 RFP EXHIBITS
Date
Title

EXHIBIT B– SAMPLE PERSONAL SERVICES AGREEMENT

PERSONAL SERVICES AGREEMENT

Contract Number:

THIS AGREEMENT is entered into between COWLITZ COUNTY, a political subdivision of the State of Washington, (hereinafter called "County" or "Cowlitz County") and

Name:

Address:

Phone No:

(hereinafter called "Proposer").

This Agreement is comprised of:

Attachment A – Scope of Work

Attachment B – Compensation

Attachment C – General Conditions

Attachment D – Special Terms and Conditions and Retirement Status Form (signature required)

Attachment E – (specify)

copies of which are attached hereto and incorporated herein by this reference as if fully set forth.

The term of this Agreement shall commence on the day of 20 and shall, unless terminated as provided elsewhere in the Agreement, terminate on the day of , 20 .

IN WITNESS WHEREOF, the parties have executed this Agreement on this day of 20 .

PROPOSER:

Print name:

Title:

Date:

(Optional for Commissioner Approval ATTEST:

Kelly Dombrowsky, Clerk of the Board [2014_ver. 3]

COWLITZ COUNTY:

Dennis P. Weber, Chairman

Arne Mortensen, Commissioner

Richard R. Dahl, Commissioner

(BOCC approval subject to Board ratification or authorization)

CONTRACT HAS BEEN APPROVED AS TO FORM BY COWLITZ COUNTY PROSECUTING ATTORNEY

Page 15 of 26

The Proposer agrees to complete the professional services work for Cowlitz County, as described below (or in the attached document), including the following elements:

In the event the Proposer, or its agents or assigns, are unable to complete their work as scheduled, the contract period and compensation may be adjusted by mutual agreement of the County and Proposer.

Page 16 of 26
SCOPE OF WORK

COMPENSATION

1 a FIXED FEE FOR SERVICE: For services rendered, the County shall pay to the Proposer a fixed fee of DOLLARS ($ ) for the completed work set forth in Attachment “A.”. Payments for completed tasks shall be made no more frequently than bi-monthly; quarterly; semi-annually; annually; at completion of project; other (specify):

Each request for payment shall be supported by an invoice specifying the tasks completed up to the request for payment and the payment amount requested. In no event shall payment be sought in an amount which represents a percentage of the fee greater than the percentage of completed tasks.

b. HOURLY RATES: For services rendered, the County shall compensate the Proposer at the following hourly rates:

Name/Position

Hourly Rate

Payments for completed tasks shall be made no more frequently than monthly; quarterly; semi-annually; annually; at completion of project; other (specify):

Each request for payment shall be supported by an invoice specifying: the name/position of the Proposer’s employee if two or more are identified above; number of hours worked; completed tasks for which compensation is sought and; payment amount requested.

In no event shall Proposer be compensated in excess of DOLLARS for the completed work set forth in Attachment “A.”

2. AND

a. The compensation set forth herein includes, without limitation: labor, materials, equipment, travel, telephone, computer, copiers and the like.

b The County shall reimburse the Proposer for actual expenses incurred for travel, telephone, copiers and computer. Reimbursement for airfare, mileage, meals and/or accommodations shall be at the same rate as that applicable to county employees traveling on county business.

c. Other (specify) The County, in addition to the compensation herein set forth shall provide to the Proposer the following:

Page 17 of 26
OR
OR
OR

GENERAL CONDITIONS

1. Scope of Proposer's Services. The Proposer agrees to provide to the County services and materials set forth in the project narrative identified as Attachment A during the agreement period. No material, labor, or facilities will be furnished by the County, except as provided for herein.

2. Accounting and Payment for Proposer Services. Payment to the Proposer for services rendered under this Agreement shall be as set forth in Attachment B. Unless specifically stated in Attachment B, the County will not reimburse the Proposer for any costs or expenses incurred by the Proposer in the performance of this contract.

3. Delegation and Subcontracting Proposer's services are deemed personal and no portion of this contract may be delegated or subcontracted to any other individual, firm or entity without the express and prior written approval of the County Project Manager.

4. Independent Proposer. The Proposer's services shall be furnished by the Proposer as an independent Proposer and nothing herein contained shall be construed to create a relationship of employer/employee or master/servant.

The Proposer acknowledges that the entire compensation for this Agreement is specified in Attachment B and the Proposer is not entitled to any county benefits including, but not limited to: vacation pay, holiday pay, sick leave pay, medical, dental or other insurance benefits, or any other rights or privileges afforded to Cowlitz County employees. The Proposer represents that it maintains a separate place of business, serves clients other than the County, will report all income and expense accrued under this contract with the Internal Revenue Service on a business tax schedule, and has a tax account with the State of Washington Department of Revenue for payment of all sales and use and Business and Occupation taxes collected by the State of Washington.

In the event that either the state or federal government determines that an employer/employee or master/servant relationship exists rather than an independent Proposer relationship such that Cowlitz County is deemed responsible for federal withholding, social security contributions, workers compensation and the like, the Proposer agrees to reimburse Cowlitz County for any payments made or required to be made by Cowlitz County. Should any payments be due to the Proposer pursuant to this Agreement, the Proposer agrees that reimbursement may be made by deducting from such future payments a pro rata share of the amount to be reimbursed.

Notwithstanding any determination by the state or federal government that an employer/employee or master/servant relationship exists, the Proposer, its officers, employees and agents, shall not be entitled to any benefits which Cowlitz County provides to its employees.

5. No Guarantee of Employment. The performance of all or part of this contract by the Proposer shall not operate to vest any employment rights whatsoever and shall not be deemed to guarantee any employment of the Proposer or any employee of the Proposer or any subProposer or any employee of any subProposer by the County at the present time or in the future.

6. Regulations and Requirements. This Agreement shall be subject to all federal, state and local laws, rules, and regulations.

7. Right to Review. This contract is subject to review by any federal or state auditor. The County shall have the right to review and monitor the financial and service components of this program by whatever means are deemed expedient by the County Project Manager. Such review may occur with or without notice, and may include, but is not limited to, on-site inspection by County agents or employees, inspection of all records or other materials which the County deems pertinent to the Agreement and its performance, and any and all communications with or evaluations by service recipients under this Agreement. The Proposer shall preserve and maintain all financial records and records relating to the performance of work under this Agreement for six (6) years after contract termination, and shall make them available for such review, within Cowlitz County, State of Washington, upon request, during reasonable business hours.

8. Modifications. Either party may request changes in the Agreement. Any and all agreed modifications shall be in writing, signed by each of the parties.

9. Termination for Default. If the Proposer defaults by failing to perform any of the obligations of the contract or becomes insolvent or is declared bankrupt or makes an assignment for the benefit of creditors, the County

Page 18 of 26

may, by depositing written notice to the Proposer in the U.S. Mail, postage prepaid, terminate the contract, and at the County's option, obtain performance of the work elsewhere. If the contract is terminated for default, the Proposer shall not be entitled to receive any further payments under the contract. Any extra cost or damage to the County resulting from such default(s) shall be deducted from any money due or coming due to the Proposer. The Proposer agrees to bear any extra expenses incurred by the County in completing the work, including all increased costs for completing the work, and all damage sustained, or which may be sustained by the County by reason of such default.

If a notice of termination for default has been issued and it is later determined for any reason that the Proposer was not in default, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Public Convenience paragraph hereof.

10. Termination for Public Convenience. The County may terminate the contract in whole or in part whenever the County determines, in its sole discretion that such termination is in the interests of the County. Whenever the contract is terminated in accordance with this paragraph, the Proposer shall be entitled to payment for actual work performed for completed items of work. An equitable adjustment in the contract price for partially completed items of work will be made, but such adjustment shall not include provision for loss of anticipated profit on deleted or uncompleted work. Termination of this contract by the County at any time during the term, whether for default or convenience, shall not constitute a breach of contract by the County.

11. Termination Due to Insufficient Funds. If sufficient funds for payment under this contract are not appropriated or allocated or are withdrawn, reduced, or otherwise limited, the County may terminate this contract upon thirty (30) days written notice to the Proposer. No penalty or expense shall accrue to the County in the event this provision applies.

12. Termination Procedure. The following provisions apply in the event that this Agreement is terminated:

(a) The Proposer shall cease to perform any services required hereunder as of the effective date of termination and shall comply with all reasonable instructions contained in the notice of termination, if any.

(b) The Proposer shall provide the County with an accounting of authorized services provided through the effective date of termination.

(c) If the Agreement has been terminated for default, the County may withhold a sum from the final payment to the Proposer that the County determines necessary to protect itself against loss or liability.

13. Defense and Indemnity Agreement To the fullest extent permitted by law and except to the extent caused by the sole negligence of the County, the Proposer shall indemnify, defend and hold the County and its appointed and elected officers, agents and employees, and volunteers, harmless from and against any and all claims for any injuries, death or damage to persons or property (including any loss of use resulting therefrom), directly or indirectly arising out of, resulting from, or in connection with performance of this Agreement. Proposer’s obligation to indemnify, defend and hold harmless includes any claim by Proposer’s agents, employees, representatives, or any subProposer or its employees. Proposer expressly agrees to indemnify, defend and hold harmless the County from any claims arising out of or incident to either Proposer’s or its SubProposer’s performance or failure to perform the Agreement.

It is further agreed by and between the parties that in no event shall any County appointed or elected officer, agent, employee, or volunteer, when executing their official duties in good faith, be in any way personally liable or responsible for any agreement or performance contained herein, whether express or implied, nor for any statement or representation made herein or in any connection with this Agreement.

14. Industrial Insurance Waiver. With respect to the performance of this Agreement and as to claims against the County, its appointed and elected officers, agents and employees, the Proposer expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, as now or hereafter amended, or other worker’s compensation act, disability benefit act, or other employee benefit act of any jurisdiction otherwise applicable, for injuries to its employees and agrees that the obligations to indemnify, defend and hold harmless provided in this Agreement extend to any claim brought by or on behalf of any employee of the Proposer. Along with the other provisions of this Agreement, this waiver is mutually negotiated by the parties to this Agreement.

15. Venue and Choice of Law. In the event that any litigation should arise concerning the construction or interpretation of any of the terms of this Agreement, the venue of such action shall be in the courts of the

Page 19 of 26

State of Washington in and for the County of Cowlitz. This Agreement shall be governed by the law of the State of Washington.

16. Withholding Payment. In the event the County Project Manager determines that the Proposer has failed to perform any obligation under this Agreement within the times set forth in this Agreement, then the County may withhold from amounts otherwise due and payable to Proposer the amount determined by the County as necessary to cure the default, until the County Project Manager determines that such failure to perform has been cured. Withholding under this clause shall not be deemed a breach entitling Proposer to termination or damages, provided that the County promptly gives notice in writing to the Proposer of the nature of the default or failure to perform, and in no case more than ten (10) days after it determines to withhold amounts otherwise due. A determination of the County Project Manager set forth in a notice to the Proposer of the action required and/or the amount required to cure any alleged failure to perform shall be deemed conclusive, except to the extent that the Proposer acts within the times and in strict accord with the provision of the Disputes clause of this Agreement. The County may act in accordance with any determination of the County Project Manager which has become conclusive under this clause, without prejudice to any other remedy under the Agreement, to take all or any of the following actions: (1) cure any failure or default, (2) to pay any amount so required to be paid and to charge the same to the account of the Proposer, (3) to set off any amount paid or incurred from amounts due or to become due the Proposer. In the event the Proposer obtains relief upon a claim under the Disputes clause, no penalty or damages shall accrue to the Proposer by reason of good faith withholding by the County under this clause.

17. Rights and Remedies. The duties and obligations imposed by this Agreement and the rights and remedies available hereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available bylaw.

18. Proposer Commitments, Warranties and Representations. Any written commitment received from the Proposer concerning this Agreement shall be binding upon the Proposer, unless otherwise specifically provided herein with reference to this paragraph. Failure of the Proposer to fulfill such a commitment shall render the Proposer liable for damages to the County. A commitment includes, but is not limited to any representation made prior to execution of this Agreement, whether or not incorporated elsewhere herein by reference, as to performance of services or equipment, prices or options for future acquisition to remain in effect for a fixed period, or warranties.

19. Patent/Copyright Infringement Proposer will defend, indemnify and save harmless County, its appointed and elected officers, agents and employees from and against all loss or expense, including but not limited to claims, demands, actions, judgments, settlements, attorneys' fees and costs by reason of any and all claims and demands upon the County, its elected or appointed officials or employees for damages because of the Proposer’s alleged infringement on any patent or copyright. The Proposer will pay those costs and damages attributable to any such claims that are finally awarded against the County, its appointed and elected officers, agents and employees in any action. Such defense and payments are conditioned upon the following:

(a) That Proposer shall be notified promptly in writing by County of any notice of such claim.

(b) Proposer shall have the right, hereunder, at its option and expense, to obtain for the County the right to continue using the information, in the event such claim of infringement, is made, provided no reduction in performance or loss results to the County.

20. Disputes

(a) General. Differences between the Proposer and the County, arising under and by virtue of the contract documents shall be brought to the attention of the County at the earliest possible time in order that such matters may be settled or other appropriate action promptly taken. The records, orders, rulings, instructions, and decision of the County Project Manager shall be final and conclusive thirty (30) days from the date of mailing unless the Proposer mails or otherwise furnishes to the County Project Manager a written notice of appeal. The notice of appeal shall include facts, law, and argument as to why the conclusions of the County Project Manager are in error.

In connection with any appeal under this clause, the Proposer and County shall have the opportunity to submit written materials and argument and to offer documentary evidence in support of the appeal. Oral argument and live testimony will not be permitted. The decision of the County Project Manager for the determination of such appeals shall be final and conclusive. Reviews of the appellate determination shall be brought in the Superior Court of Cowlitz County within fifteen (15) days of mailing of the written

Page 20 of 26

appellate determination. Pending final decision of the dispute, the Proposer shall proceed diligently with the performance of this Agreement and in accordance with the decision rendered.

(b) Notice of Potential Claims. The Proposer shall not be entitled to additional compensation or to extension of time for (1) any act or failure to act by the County Project Manager or the County, or (2) the happening of any event or occurrence, unless the Proposer has given the County a written Notice of Potential Claim within ten (10) days of the commencement of the act, failure, or event giving rise to the claim, and before final payment by the County. The written Notice of Potential Claim shall set forth the reasons for which the Proposer believes additional compensation or extension of time is due, the nature of the cost involved, and insofar as possible, the amount of the potential claim. Proposer shall keep full and complete daily records of the work performed, labor and material used, and all costs and additional time claimed to be additional.

(c) Detailed Claim. The Proposer shall not be entitled to claim any such additional compensation, or extension of time, unless within thirty (30) days of the accomplishment of the portion of the work from which the claim arose, and before final payment by the County, the Proposer has given the County a detailed written statement of each element of cost or other compensation requested and of all elements of additional time required, and copies of any supporting documents evidencing the amount or the extension of time claimed to be due.

21. Ownership of Items Produced and Public Disclosure. All writings, programs, data, art work, music, maps, charts, tables, illustrations, records or other written, graphic, analog or digital materials prepared by the Proposer and/or its consultants or subProposers, in connection with the performance of this Agreement shall be the sole and absolute property of the County and constitute "work made for hire" as that phrase is used in federal and/or state intellectual property laws and Proposer and/or its agents shall have no ownership or use rights in the work. Except as to data or information in the public domain or previously known to Proposer or required to be disclosed by law, subpoena or other process, the following shall apply:

(a) Correspondence, emails, reports and other electronic or written work product will be generated between the Proposer and County during the course of this Contract. This Contract and such work product in the possession of Proposer may be deemed public records subject to disclosure under the Washington State Public Records Act, Chapter 42.56 RCW (Public Records Act). Thus, the County shall be required, upon request, to disclose this Contract and all documents related to it unless an exemption under the Public Records Act or other laws applies. Proposer shall fully cooperate with and assist the County with respect to any request for public records received by the County related to the services performed under this Contract.

(b) Should County receive a request for disclosure, County agrees to provide Proposer ten (10) days written notice of impending release, and to cooperate with any legal action which may be initiated by Proposer to enjoin or otherwise prevent such release, provided that all expense of any such litigation shall be borne by Proposer, including any damages, attorney’s fees or costs awarded by reason of having opposed disclosure, and further provided that County shall not be liable for any release where notice was provided and Proposer took no action to oppose the release of information. Notice of any proposed release of information pursuant to Chapter 42.56 RCW, shall be provided to Proposer according to the “Notice” provision herein. If the Proposer has not obtained an injunction and served the County with that injunction by the close of business on the tenth business day after the County sent notice, the County will then disclose the record unless it makes an independent determination that the record is exempt from disclosure. Notwithstanding the above, the Proposer must not take any action that would affect (a) the County’s ability to use goods and services provided under this Contract or (b) the Proposer obligations under this Contract. The Proposer will fully cooperate with the County in identifying and assembling records in case of any public disclosure request.

(c) Proposer’s failure to timely provide such records upon demand shall be deemed a material breach of this Contract. To the extent that the County incurs any monetary penalties, attorneys’ fees, and/or any other expenses as a result of such breach, Proposer shall fully indemnify and hold harmless County as set forth in Section 13. For purposes of this section, the terms “public records” and “agency” shall have the same meaning as defined by Chapter 42.56 RCW, as said chapter has been construed by Washington courts. The provisions of this section shall survive the expiration or termination of this Agreement.

22. Recovery of Payments to Proposer. The right of the Proposer to retain monies paid to it is contingent upon satisfactory performance of this Agreement, including the satisfactory completion of the project described in the Scope of Work (Attachment A). In the event that the Proposer fails, for any reason, to perform obligations required of it by this Agreement, the Proposer may, at the County Project Manager's sole discretion, be

Page 21 of 26

required to repay to the County all monies disbursed to the Proposer for those parts of the project that are rendered worthless in the opinion of the County Project Manager by such failure to perform.

Interest shall accrue at the rate of 12 percent (12%) per annum from the time the County Project Manager demands repayment of funds.

23. Project Approval. The extent and character of all work and services to be performed under this Agreement by the Proposer shall be subject to the review and approval of the County Project Manager. For purposes of this Agreement, the County Project Manager is:

Name:

Title:

Address:

Phone: E-Mail:

In the event there is a dispute with regard to the extent and character of the work to be done, the determination of the County Project Manager as to the extent and character of the work to be done shall govern subject to the Proposer's right to appeal that decision as provided herein.

24. Non-Discrimination. The Proposer shall not discriminate against any person on the basis of race, creed, political ideology, color, national origin, sex, marital status, sexual orientation, age, or the presence of any sensory, mental or physical handicap.

25. SubProposers. In the event that the Proposer employs the use of any subProposers, the contract between the Proposer and the subProposer shall provide that the subProposer is bound by the terms of this Agreement between the County and the Proposer. The Proposer shall insure that in all subcontracts entered into, County is named as an express third-party beneficiary of such contracts with full rights as such.

26. Third Party Beneficiaries. This agreement is intended for the benefit of the County and Proposer and not for the benefit of any third parties.

27. Standard of Care. The Proposer shall perform its duties hereunder in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession as Proposer currently practicing under similar circumstances. The Proposer shall, without additional compensation, correct those services not meeting such a standard.

28. Time is of the Essence. Time is of the essence in the performance of this contract unless a more specific time period is set forth in either the Special Terms and Conditions or Scope of Work.

29. Notice. Except as set forth elsewhere in the Agreement, for all purposes under this Agreement, except service of process, any notices shall be given by the Proposer to the County Project Manager. Notice to the Proposer for all purposes under this Agreement shall be given to the person executing the Agreement on behalf of the Proposer at the address identified on the signature page.

30. Severability. If any term or condition of this contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this contract are declared severable.

31. Precedence. In the event of inconsistency in this Agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order:

(a) Applicable federal, state and local statutes, ordinances and regulations;

(b) Scope of Work (Attachment A) and Compensation (Attachment B);

(c) Special Terms and Conditions (Attachment D); and

(d) General Conditions (Attachment C).

32. Waiver. Waiver of any breach or condition of this contract shall not be deemed a waiver of any prior or subsequent breach. No term or condition of this contract shall be held to be waived, modified or deleted except by an instrument, in writing, signed by the parties hereto.

Page 22 of 26

33. Attorney Fees. In the event that litigation must be brought to enforce the terms of this agreement, the prevailing party shall be entitled to be paid reasonable attorney fees.

34. Construction. This agreement has been mutually reviewed and negotiated by the parties and should be given a fair and reasonable interpretation and should not be construed less favorably against either party.

35. Survival. Without being exclusive, Paragraphs 4, 7, 13-19, 21-22 and 30-35 of these General Conditions shall survive any termination, expiration or determination of invalidity of this Agreement in whole or in part. Any other Paragraphs of this Agreement which, by their sense and context, are intended to survive shall also survive.

36. Contract Documents. The Contract Documents for this Agreement, except for modifications issued after execution of this Agreement, form a contract and all are as fully a part of the contract as if attached to this Agreement or repeated herein. The contract represents the entire and integrated Agreement between the parties and supersedes any prior statements, discussions or understandings between the parties except as provided herein. An enumeration of the contract documents is set forth below:

1. Notice of Award; and

2. Addenda; and

3. Agreement; and

4. Conditions of Cowlitz County Request For Proposals No. ; and

5. Quoted proposal of Proposer dated

Page 23 of 26

SPECIAL TERMS AND CONDITIONS AND RETIREMENT STATUS FORM

1. Reporting. The Proposer shall submit written progress reports to the County Project Manager as set forth below:

With each request for payment.

Monthly.

Quarterly.

Semi-annually.

Annually.

Project completion.

Other (specify):

Progress reports shall include, at a minimum, the following:

Reports shall include any problems, delays or adverse conditions which will materially affect the Proposer's ability to meet project objectives or time schedules together with a statement of action taken or proposed to resolve the situation. Reports shall also include recommendations for changes to the Scope of Work, if any. Payments may be withheld if reports are not submitted.

2. Insurance. The Proposer shall maintain in full force and effect during the term of this Agreement, and until final acceptance of the work, public liability and property damage insurance with companies or through sources approved by the state insurance commissioner pursuant to RCW Title 48, as now or hereafter amended. The County, its appointed and elected officials, agents and employees, shall be specifically named as additional insureds in a policy with the same company which insures the Proposer or by endorsement to an existing policy or with a separate carrier approved pursuant to RCW Title 48, as now or hereafter amended, and the following coverages shall be provided:

LIABILITY with an Extended Reporting Period

WORKERS COMPENSATION: Statutory amount

coverage on owned, non-owned, rented and hired vehicles

All Proposer’s and Proposer’s subProposers’ insurance policies and additional named insured endorsements shall provide primary insurance coverage and be non-contributory. Any insurance, self-insured retention, deductible, risk retention or insurance pooling maintained or participated in by the County shall be excess and not contributory to such insurance policies. All Proposer’s and Proposer’s subProposers’ liability insurance policies must be endorsed to show this primary coverage.

Upon request, the Proposer shall provide a full and complete certified copy of all requested insurance policies to the County. The County reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages and endorsements, or to reject any insurance policies which fail to meet the requirements of this Agreement. Additionally, the County reserves the right, but not the obligation, to review and reject any proposed insurer providing coverage based upon the insurer’s financial condition or licensing status in Washington. Any deductibles and/or self-insured retentions exceeding $10,000, stop loss provisions, and/or exclusions contained in such policies must be approved by the County in writing. For any

Page 24 of 26
COMPREHENSIVE GENERAL LIABILITY: Bodily injury, including death. $1,000,000 Per occurrence Property damage $1,000,000 Aggregate ERRORS AND OMISSIONS or PROFESSIONAL
Endorsement (two
$1,000,000 Per occurrence $2,000,000 Aggregate
year tail).
Bodily
$1,000,000
AUTOMOBILE:
injury, including death, and property damage
Combined Single Limit

deductibles or self-insured retentions exceeding $10,000 or any stop-loss provisions, the County shall have the right to request and review the Proposer’s most recent annual financial reports and audited financial statements as a condition of approval.

Proposer hereby agrees to a waive subrogation with respect to each insurance policy maintained under this Agreement. When required by an insurer, or if a policy condition does not permit Proposer to enter into a preloss agreement to waive subrogation without an endorsement, then Proposer agrees to notify the insurer and obtain such endorsement. This requirement shall not apply to any policy which includes a condition expressly prohibiting waiver of subrogation by the insured or which voids coverage should the Proposer enter into such a waiver of subrogation on a pre-loss basis.

The County, its departments, elected and appointed officials, employees, agents and volunteers shall be named as additional insureds on Proposer’s and Proposer’s subProposers’ insurance policies by way of endorsement for the full available limits of insurance maintained by the Proposer and subProposer, and all coverage shall be primary and non-contributory. A statement or notation of additional insured status on a Certificate of Insurance shall not satisfy these requirements. [This endorsement shall not be required if the Proposer is a governmental entity and is insured through a governmental entity risk pool authorized by the State of Washington.]

The Proposer shall, for each required insurance policy, provide a Certificate of Insurance, with endorsements attached, evidencing all required coverages, limits, deductibles, self-insured retentions and endorsements and which is conditioned upon the County receiving thirty (30) days prior written notice of reduction in coverages, cancellation or non-renewal. Each Certificate of Insurance and all insurance notices shall be provided to: ATTN: Risk Manager, Cowlitz County Administrative Svc., 207 4th Ave. N., Kelso, WA 98626. This Agreement shall be void ab initio if the proof of coverage is not timely supplied. The insurance maintained under this Agreement shall not in any manner limit or qualify the liabilities or obligations of the Proposer under this Agreement. All insurance policy deductibles and self-insured retentions for policies maintained under this Agreement shall be paid by the Proposer

Compensation and/or payments due to the Proposer under this Agreement are expressly conditioned upon the Proposer’s strict compliance with all insurance requirements. Payment to the Proposer shall be suspended in the event of non-compliance. Upon receipt of evidence of Proposer’s compliance, payments not otherwise subject to withholding or set-off will be released to the Proposer. This Agreement shall be void ab initio if the proof of coverage is not timely supplied.

If the Errors and Omissions or Professional Liability insurance obtained is an occurrence policy as opposed to a claims-made policy, the Extended Reporting Period Endorsement is not required.

2. Liquidated Damages. For delays in timely completion of the work to be done or missed milestones of the work in progress, the Proposer shall be assessed Dollars ($ ) per day as liquidated damages and not as a penalty because the County finds it impractical to calculate the actual cost of delays. Liquidated damages will not be assessed for any days for which an extension of time has been granted. No deduction or payment of liquidated damages will, in any degree, release the Proposer from further obligations and liabilities to complete the entire project.

3. Other (specify):

Page 25 of 26

COUNTY RETAINS THIS FORM

Individual Proposers and service providers must complete and sign

4. WA Department of Retirement Systems: Independent Proposer Verification and State Retirement Status Reporting Form [WAC 415-02-110; DRS Email 13-011; DRS Email 09-001]

SECTION 1: INDIVIDUAL PROPOSER COMPLETES THIS SECTION AND SIGNS:

Did you retire from one of the State of Washington Retirement Systems? YES NO

Did you retire before age 65 using the 2008 early retirement factors (ERF)? YES NO

Will you be receiving direct compensation for your services? YES NO

Will you be receiving indirect compensation for your services? YES NO

PROPOSER (Full, individual name of Proposer):

Signature: ______ ___ Social Security No. : Date:

SECTION 2: COUNTY COMPLETES THIS SECTION AND RETAINS FOR AUDIT PURPOSES:

[Use Member Reporting Verification (MRV) to verify the past retirement membership]

1. Proposer has been a member of a Washington State Retirement System YES NO If YES, what system and plan?

2. Is the Proposer a retiree of a Washington State Retirement System? Yes No

3. Did the Proposer retire before age 65 using the 2008 ERF? Yes No

I have verified the information above using MRV or by contacting DRS, and I have evaluated the individual Proposer, Independent Proposer or Service Provider under WAC 415-02-110 and/or DRS Form-MS 344 (R 5/09), and the Internal Revenue Service rules governing independent Proposer status.

COUNTY OFFICIAL/DEPARTMENT REPRESENTATIVE:

Signature: ______ ___ Date:

COUNTY RETAINS THIS FORM

Page 26 of 26
Teachers’ Retirement System (TRS) Plan1 Plan 2 Plan 3 School Employees’ Retirement System (SERS) Plan 2 Plan 3 Public Employees’ Retirement System (PERS) Plan 1 Plan 2 Plan 3 Public Safety Employees’ Retirement System (PSERS) Plan 2 Law Enforcement Officers’ & Fire Fighters’ Retirement System (LEOFF) Plan 1 Plan 2 Washington State Patrol Retirement
(WSPRS) Plan 1 Plan 2
System
Judicial Retirement System (JRS)

COWLITZ COUNTY REQUEST FOR PROPOSALS

D.U.I. Educaon Program INVITATION

Cowlitz County Correcons Department is seeking proposals for D.U.I. Educaon Program. Proposals must arrive prior to 11:00 a.m. PDT p.m. on June 12, 2023 at the following locaon.

An: Clerk of the Board

Board of County Commissioners

207 N. 4th Avenue Room 305

Kelso WA 98626

Proposal requirements and details may be obtained from:

Cowlitz County Correcons Department

312 SW First Ave

Kelso, WA. 98626

Email: EhrmantroutJ@cowlitzwa.gov

Fax 360-414-5541

The request is being made available electronically. If accepted by such means, the Bidder acknowledges and accepts full responsibility to ensure that no changes are made to the Request for Proposals documents. In the event of a conflict between a version of the Request in the Bidder’s possession and the version maintained by the County, the version maintained by the County shall govern.

A copy of the Request is also on file with the Clerk of the Board and may be viewed on the Cowlitz County website at: hp://www.co.cowlitz.wa.us/bids.aspx

The Board reserves the right to reject any and all bids, to waive any informalies in the bids, and to accept other than the low bid if it appears to be in the best interests of the county.

All documents received in response to this invitaon to bid will become a maer of public record and subject to the Washington public disclosure act under chapter 42.56 RCW.

DATED this 16th day of May 2023.

BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

PUBLICATION REQUIREMENT: To be published in one issue.

BILLING INFORMATION:

1) AFFIDAVIT TO: Cowlitz County Commissioners

An: Clerk of the Board

2) BILL TO: Cowlitz County Correcons Department

312 SW First Ave.

Kelso, WA 98626

BOCC Agenda

Meeting Date: 05/16/2023

BID AWARD - Road Surfacing Materials for the Period of May 1, 2023 through April 30, 2024

Submitted For: Shawn Roewe, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

On May 2, 2023, the Board of County Commissioners opened bids for road surfacing materials for the period of May 1, 2023 through April 30, 2024.  Bids were submitted as outlined on the attached bid tabulation.  This is an open-ended bid as materials will be purchased as needed between May 1, 2023 and April 30, 2024.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to award the bid for the purchase of road surfacing materials for the period of May 1, 2023 through April 30, 2024, to all responsive bidders listed below:

Gardner Rock, Inc.

L Rock Industries, LLC

Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry JL Storedahl & Sons, Inc.

APPROVED this ___ day of ___________, 2023  BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

Richard R. Dahl, Chairman

_________________-_________________ Arne Mortensen, Commissioner

Dennis P. Weber, Commissioner

ATTEST: ______________________________

Kelly Dombrowsky, Clerk of the Board

Attachments

Bid Tabulation

AS-12799 B. 2.
__________________________________

Form Review

Inbox Reviewed By Date Susan Eugenis Susan Eugenis 05/03/2023 05:37 PM Mike Moss, Public Works Mike Moss 05/04/2023 12:55 PM Form Started By: Emilie Cochrane Started On: 05/03/2023 09:58 AM

Cowlitz County Department of Public Works

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 1
Road Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Vendor Notes Vendor Notes Vendor Notes Ballast - WSDOT Sec. 9-03.9 18.00 Shoulder Ballast - WSDOT Sec. 9-03.9 18.00 Crushed Surfacing Base Course - WSDOT Sec. 9-03.9 18.00 11.00 Crushed Surfacing Top Course - WSDOT Sec. 9-03.9 18.00 Quarry Spalls - WSDOT Sec. 9-13.6 18.00 Non-WSDOT Spec. Materials 5/8" Top Course 18.00 13.00 1 1/4" Base Course 18.00 11.00 3" Minus Rock 18.00 13.00 4" - 6" 19.00 17.00 8" - 2" 19.00 Pit Run Rock 16" minus 16.00 Select Pit Run 12" shot rock 18.00 Product All Loaded by SupplierProduct All Loaded by Supplier Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton WSDOT Spec. Materials per 2020 Standard SpecificationsWSDOT Spec. Materials per 2020 Standard Specifications

Cowlitz

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 2
Road Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Vendor Notes Vendor Notes Vendor Notes Product All Loaded by SupplierProduct All Loaded by Supplier Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Select Riprap 24.00 Jaw Run 13.00 Drain Rock 1 1/4" - 5/8" 18.00 Sand Common Fill 9.00 2.00 Other Materials 6" Minus Crushed Concrete 3" Minus Structural Fill (Cowlitz Co. Sieve Analysis) 13.00 Supplier Added - Other Materials Fill Sand Select Wall Rock 1'-2' Excavator Loaded 42.00 Select Wall Rock 2'-3' Excavator Loaded 42.00 Select Wall Rock 3'-4' Excavator Loaded 42.00 3/4" - 0 Crushed 14.00
County Department of Public Works

Cowlitz County Department of Public Works

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 3
Road Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Vendor Notes Vendor Notes Vendor Notes Product All Loaded by SupplierProduct All Loaded by Supplier Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton 1 1/4" - 0 Crushed 14.00

Cowlitz

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 4
Road Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Vendor Notes Vendor Notes Vendor Notes Product All Loaded by SupplierProduct All Loaded by Supplier Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Gardner Rock 800 Block Luebke Rd Toutle, WA 98649 (360) 274-6720 Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry Harold Sorensen Trucking, Inc. dba Kalama River Road Quarry 460 Kalama River Road Kalama, WA 98625 (360) 864-4921 : Office (360) 673-0795 : Quarry JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 JL Storedahl & Sons Tower Road Quarry 2150 Tower Rd Castle Rock, WA 98611 (360) 274-3158 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton 3" - 0 Crushed 14.00 1-1/2" - 3/4" Crushed 16.00 2-1/2" - 1-1/2" Crushed 16.00 2" - 4" Crushed 18.00 3" - 8" Crushed 18.00 2-1/2" - 1-1/2" Fractured Drain Rock 15.00 1-1/4" - 5/8" Fractured Drain Rock 15.00 1' - 2' Rip Rap 30.00 2' - 3" Rip Rap 35.00 3' - 4' Rip Rap 40.00 Reject 10.00 1 1/4" Screenings 9.50 3" - 5" Screened Quarry Rock 18.00
County Department of Public Works

Cowlitz County Department of Public Works

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 5
Road Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Ballast - WSDOT Sec. 9-03.9 Shoulder Ballast - WSDOT Sec. 9-03.9 Crushed Surfacing Base Course - WSDOT Sec. 9-03.9 Crushed Surfacing Top Course - WSDOT Sec. 9-03.9 Quarry Spalls - WSDOT Sec. 9-13.6 Non-WSDOT Spec. Materials 5/8" Top Course 1 1/4" Base Course 3" Minus Rock 4" - 6" 8" - 2" Pit Run Rock Select Pit Run Product All Loaded by SupplierProduct All Loaded by Supplier WSDOT Spec. Materials per 2020 Standard SpecificationsWSDOT Spec. Materials per 2020 Standard Specifications Vendor Notes Vendor Notes Vendor Notes 14.00 14.00 14.00 13.00 14.00 13.00 18.00 14.00 13.00 14.00 13.00 14.00 18.00 JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton

Cowlitz County Department of Public Works

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 6
Road Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Product All Loaded by SupplierProduct All Loaded by Supplier Select Riprap Jaw Run Drain Rock Sand Common Fill Other Materials 6" Minus Crushed Concrete 3" Minus Structural Fill (Cowlitz Co. Sieve Analysis) Supplier Added - Other Materials Fill Sand Select Wall Rock 1'-2' Excavator Loaded Select Wall Rock 2'-3' Excavator Loaded Select Wall Rock 3'-4' Excavator Loaded 3/4" - 0 Crushed Vendor Notes Vendor Notes Vendor Notes JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton 35.00 8" - 0 13.00 16.00 1 - 2" 14.00 8.00 20.00 11.00 9.00 13.00 14.00 8.00 14.00 1-1/2"-3/4" 2-12"-1-1/2"

Cowlitz County Department of Public Works

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 7
Road Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Product All Loaded by SupplierProduct All Loaded by Supplier 1 1/4" - 0 Crushed Vendor Notes Vendor Notes Vendor Notes JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton 14.00

Cowlitz County Department of Public Works

@BCL@8CA02BED.xlsx Printed on: 05/03/2023 Page 8
Surfacing Materials 05-01-23 Through 04-30-24 BID TAB Product All Loaded by SupplierProduct All Loaded by Supplier 3" - 0 Crushed 1-1/2" - 3/4" Crushed
- 1-1/2" Crushed 2" - 4" Crushed 3" - 8" Crushed 2-1/2" - 1-1/2" Fractured Drain Rock 1-1/4" - 5/8" Fractured Drain Rock 1' - 2' Rip Rap 2' - 3" Rip Rap 3' - 4' Rip Rap Reject 1 1/4" Screenings 3" - 5" Screened Quarry Rock Vendor Notes Vendor Notes Vendor Notes JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Longview Pit 6150 Ocean Beach Hwy Longview, WA 98632 (360) 425-4068 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 JL Storedahl & Sons Owl Creek Sand Pit 3000 Old Pacific Hwy N Kelso, WA 98626 (360) 578-2140 L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871L Rock Industries, LLC 451 Mandy Rd Toledo, WA 98591 (360) 864-8871 Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton Price per Cubic YardPrice per Cubic Yard Price per TonPrice per Ton 14.00 16.00 16.00 18.00 18.00 30.00 35.00 40.00 10.00
Road
2-1/2"

AS-12800 B. 3.

BOCC Agenda

Meeting Date: 05/16/2023

BID AWARD - Asphalt Materials for the Period of May 1, 2023 through April 30, 2024 - Lakeside Industries, Inc.

Submitted For: Shawn Roewe, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Bids were received and opened on May 2, 2023 for asphalt materials for the period of May 1, 2023 through April 30, 2024.  Bids were received as noted on the attached bid tabulation.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to award the bid for asphalt materials to the sole responsible bidder, Lakeside Industries, Inc..

Attachments

Bid Tabulation

Form Review Inbox Reviewed By Date Susan Eugenis Susan Eugenis 05/03/2023 05:37 PM Mike Moss, Public Works Mike Moss 05/04/2023 12:54 PM Form Started By: Emilie Cochrane Started On: 05/03/2023 10:16 AM

Cowlitz County Department of Public Works

Asphalt

BID TAB

05-01-23 through 04-30-24

@BCL@4480CA36.xlsx Printed on: 05/03/2023 Page 1
Materials
Vendor Notes Asphalt Treated Base - WSDOT Sec. 4-06 76.00 HMA Class 3/4" P.G. 64-22 - WSDOT Sec. 5-04** 82.00 HMA Class 1/2" P.G. 64-22 - WSDOT Sec. 5-04** 80.00 HMA Class 3/8" P.G. 64-22 - WSDOT Sec. 5-04** 86.50 Asphalt Cold Mix Patch Material (Non-Spec.) 1,036.00 142.00 Tack Coat CSS-1 - WSDOT Sec. 9-02.1(6) 2,532.96 Product All Loaded by Supplier Lakeside Industries, Inc. PO Box 576 Longview, WA 98632 (360) 423-6882 Price per Pallet Price per Ton WSDOT Spec. Materials per 2021 Standard Specifications

AS-12802

BOCC Agenda

Meeting Date: 05/16/2023

Contract Execution: Vehicle Maintenance Services #2023-0003-01

Submitted For: Shawn Roewe

Department: Public Works

Subject and Summary Statement

Consent B. 4.

Submitted By: Ashley Claussen

Information

On April 25, 2023, the Board of County Commissioners voted to award agreement #2023-0003-01 for overflow maintenance and repair services for County fleet vehicles to Longview Auto and Tire (AS-12763). The agreement has been signed and returned by the contractor and now requires final signature and execution.

The agreement shall not exceed $150,000 for as-needed services.

Will Staff Attend - NAME OF STAFF No.

Department Recommendation

It is the recommendation of the Public Works Department that the Board sign and execute the agreement with Longview Auto and Tire in the amount of $150,000.

Fiscal Impact

Expenditure Required $: 150,000.00

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? : ERR

Grant Y-N: N

Attachments

Agreement

Form Review Inbox

Form Started By: Ashley Claussen

Reviewed
Date
Mike Moss 05/08/2023 07:46 AM
By
Mike Moss, Public Works
Started On: 05/05/2023 08:37 AM

AS-12805 B. 5.

BOCC Agenda

Meeting Date: 05/16/2023

INTERLOCAL AGREEMENT - Cowlitz County and the City of Longview - Public Works Construction of Transportation Infrastructure

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Attached is an Interlocal Agreement with the City of Longview that allows for joint bidding of Public Works projects.  This agreement will be used when cooperative bids are beneficial to both agencies.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

The recommendation of the Department of Public Works is for the Board to move to enter into this agreement with the City of Longview.

Attachments

Interlocal Agreement Infrastructure

Form Started By: Emilie Cochrane

Form Review Inbox Reviewed By Date Susan Eugenis Susan Eugenis 05/08/2023 05:30 PM Mike Moss, Public Works Mike Moss 05/09/2023 08:13 AM
Started On: 05/08/2023 11:50 AM

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW WASHINGTON AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE

This Interlocal Agreement(" Agreement") is made this 7 day ofApril, 2023, by and between the City of Longview (" CITY"), a Washington municipal corporation, and Cowlitz County (" COUNTY"), a Washington political subdivision, individually referred to as ` Party' and collectively referred to as ` Parties' where applicable.

RECITALS

1. Pursuant to Chapter 39.34 RCW( Interlocal Cooperation Act), one or more public entities may contract with one another to perform government functions or services which each is by law authorized to perform. CITY, pursuant to RCW 35A.11. 020 and RCWs 35.68 through 35. 79, and 35. 68, and COUNTY, pursuant to RCWs 36.75 through 36.87, have the authority to enter into an Agreement for the collaborative and coordinated processes on the construction of respective transportation infrastructure.

2. CITY and COUNTY regularly engage in the contracting for construction ofpublic works for transportation projects pursuant to the competitive bidding requirements of RCW 39.04, and wish to enter into an Agreement to collaborate and cooperate in joint bidding and construction processes for both incorporated and unincorporated lands to improve local public safety while providing savings on administration and management of the competitive bidding for public works projects.

3. CITY and COUNTY propose to work cooperatively when efficiency and economy of scale dictate that it is in the best public interest to include public works projects and bidding needed by one party within the other party' s public works projects and bidding.

4. CITY and COUNTY wish to enter into this Agreement to set forth the processes and responsibilities of CITY and COUNTY in coordinating and cooperating in the drafting of specifications, bidding, award, administration and construction of public works projects.

NOW, THEREFORE, in consideration of these shared purposes, the Parties agree as follows:

I. Purpose.

The purpose of this Agreement is to permit CITY and COUNTY to make the most efficient use of their resources to carry out public works projects subject to competitive bidding under Chapter 39.34 RCW by enabling each party to be included in the other' s public works bidding processes. This Agreement also authorizes the design and/ or construction of the of a public works of one party in connection with a public works project(s) ofthe other, contracting party and its duly-bid and duly- authorized third party contractor( s), by separate agreements and approvals, following the procedures and the terms set forth in this master Agreement.

II. Recitals Adopted.

The recitals set forth above are hereby adopted as the factual basis for this Agreement.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 1 of 17

Add-On means Work requested by a User to the Contracting Party, and to be adequately documented and prepared by a User to be included in the Contracting Party' s bid packet, and thereafter to be independently contracted, managed and funded with a successful bidder by the User.

Agreement means this document, together with its terms, conditions, covenants, and performances contained therein, as well as any attached Exhibits, which shall be incorporated herein and become a part hereof.

Approved Bid Packet means the design, purchasing, bidding, advertising, review and award of the CITY' s and COUNTY' s public works projects that conform to the purposes and intent of this Agreement.

Business Days means Monday through Friday, inclusive, except for official state holidays.

CITY means the City of Longview, a Washington municipal corporation, and its officials, employees, agents, assign, and its contractors and subcontractors.

City Project Manager means the person designated by CITY to act as CITY' s coordinator and primary representative, both legal and contractual, in all matters arising during the course of preparations for and the performance of public works projects under this Agreement.

City Facilities means City of Longview, owned or regulated facilities, including city streets, utilities, infrastructure and public works improvements, and including facilities impacted by, or constructed as part of any public works that are owned or will be owned or are controlled by CITY as set forth in this Agreement.

City Standards means all City of Longview ordinances, rules, regulations and standards and all applicable federal and state laws, rules, regulations and standards, including but not limited to the following, except as otherwise provided in this Agreement: City Municipal Code; City standard specifications for road, bridge and municipal Construction, and including the City right of way improvement standards

City Street means a public, incorporated municipal street, bridge and right- of-way, or any part thereof, pursuant to RCW 46. 04. 120 and RCW 47. 04. 010( 6), and acquired, established, constructed, maintained, used or vacated as provided in RCW 35A. 47. 020, and RCWs 35. 68 through 35. 79, and 35. 68, and under the jurisdiction of City of Longview.

Contract Award means COUNTY' s and CITY' s joint, written decision accepting a bid(s) the design, purchasing, bidding, advertising, and review of the CITY' s and COUNTY' s public works projects.

Contracting Party means the respective CITY or COUNTY party which has solicited for and/or effected the public works contracts, and who has assumed the responsibility for the

III. Definitions.
INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 2 of 17

administration and implementation of the public works project, including but not limited to initiation of the public works bidding process pursuant to Chapter 39.04 RCW; overseeing bidding advertising, review, award and contracting; collecting, reviewing and approving required documentation in furtherance of this Agreement.

County Engineer means the licensed professional civil engineer empowered and obligated under RCW 36.80 to supervise the establishing, laying out, constructing, altering, improving, repairing, and maintaining all county roads of COUNTY.

County Road means a public, unincorporated, county roadway and bridge, and right-of-way, improved or unimproved, or any part thereof, pursuant to RCW 46.04. 150 and RCW 47.04.010( 9), and acquired, established, constructed, maintained, used or vacated as provided in RCWs 36.75 through 36. 87, and under the jurisdiction of COUNTY.

County Standards means all COUNTY laws, rules, regulations and standards and all applicable federal and state laws, rules, regulations, and standards, including but not limited to the following, except as otherwise provided in this Agreement: County Code; County standard specifications for road, bridge, and municipal Construction, and including the County right of way improvement standards.

Designated Representative means the legal and binding representative of a Party, lawfully empowered by statute or official designation to sign Task Orders, MOU' s or contracts or to receive official communications, as set forth below.

Environmental Law( s) means any environmentally related local, state or federal law, regulation, ordinance or order ( including without limitation any final order of any court of competent jurisdiction of which the parties have knowledge), now or hereafter in effect including, but not limited to: the Federal Clean Air Act; the Federal Water Pollution Control Act; the Federal Safe Drinking Water Act; the Federal Comprehensive Environmental Response Compensation and Liability Act, as amended by the Superfund Amendments and Reauthorization Act of 1986; the Federal Resource Conservation and Recovery Act, as amended by the Solid and Hazardous Waste Amendments of 1984; the Federal Occupational Safety and Health Act; the Federal Emergency Planning and Right-to-Know Act of 1986; the Federal Hazardous Materials Transportation Control Act of 1980; the Federal Clean Water Act of 1977; the Federal Insecticide, Fungicide and Rodenticide Act; the Federal Waste Management Recovery and Recycling Act; the Washington Hazardous Waste Management Act; the Washington Hazardous Waste Fees Act; Washington Model Toxics Control Act; the Washington Nuclear Energy and Radiation Act; the Washington Radioactive Waste Storage and Transportation Act; the Washington Underground Petroleum Storage Tanks Act; and any regulations promulgated thereunder from time to time.

Letter ofProject Approval means the letter provided to CITY by COUNTY, or by COUNTY to CITY following the completion of the joint public works specifications review process, but before public bid proceedings by the Contracting Party, signifying the specifications stated in the competitive bid, to be awarded and contracted for, are jointly approved.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 3 of 17

Letter of Award for Work means the written document provided to CITY by COUNTY, or by COUNTY to CITY, following the completion of the public works bidding and review processes, in advance of the bid award by the lead agency as the CITY or as the COUNTY, respectively, that signifies the other party' s acceptance of the review of the joint bids for accuracy, content, and compliance with the specifications, and approval ofa contract award on the public works project( s).

Project means the public works project( s) specified within a given bid packet, generated for the Contracting Party pursuant to Chapter 39.04 RCW, for the purpose of securing a materials vendor or a contractor, or both, to complete the specified public works project( s) of the respective parties and comprehensively labeled ' the Project'. When the parties proceed under this master Agreement, the Project will also include the respective User' s Work when requested, and the bid packet shall include all drawings, specifications, documents, estimates, forms, bid bonds, User performance bond and insurance certification, and contracting form, relevant to the contracting for and performance of the User' s Work.

User means the party requesting that its specified Work be included and/or completed in connection with the Project, when requested by the User to the Contracting Party.

Work means all survey and engineering( including plans and specifications, and design process on the Project), materials, equipment, labor, contract administration, construction inspection, and any other matters necessary to complete additions to the Project as were requested by User.

IV. Term and Termination

A. This Agreement will become effective on the date the Agreement is recorded or posted pursuant to RCW 39.34.040.

B. This Agreement shall remain in effect until the completion of the last of the joint Projects entered into under this Agreement, unless terminated earlier as provided below. Any early termination shall be in writing and shall be based upon the following:

1. VOLUNTARY. In the event that either CITY or COUNTY determines that termination of this Agreement is in its, respective best interest, that terminating party shall give the other party thirty ( 30) days' notice of termination of this Agreement. Upon a party' s notice of termination ofthe Agreement, that party be released from any future funding or other obligations regarding the completion ofany bid-award-pending Work or future Project under the Agreement

2. DEFAULT. By reason of a breach of this Agreement by a Party, the other Party may terminate this Agreement; provided that written notice specifying the breach, and thirty 30) days to cure the breach is given, and thereafter, in the absence of a substantial cure, the dispute resolution procedures set forth below are followed. The notice and dispute resolution requirements do not apply where protection of the public' s health, welfare, or safety requires immediate termination.

a. Dispute resolution: In the event that a dispute arises under this Agreement, it will be resolved in the following manner: CITY and COUNTY will each individually appoint one member to a Dispute Board and jointly appoint a third member. The

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 4 of 17

Dispute Board will evaluate the dispute and make a determination of the dispute. The decision of the Dispute Board may be appealed to the Superior Court for de novo review.

3. LACK OF APPROPRIATION. Any Party' s obligation under this Agreement that may extend beyond the current appropriation year is expressly conditioned upon that Party's legislative appropriation of sufficient funds to support the Work and Project activities described in this Agreement. If the Party' s legislative body does not appropriate sufficient funds and resources for those purposes, then that Party' s participation under this Agreement shall terminate automatically at the end of the current appropriation year.

V. Work Request of the Parties.

A. Communication. The respective departments of Public Works of CITY and COUNTY have historically worked together to coordinate public works construction and maintenance. The parties agree to continue to exercise reasonable efforts to keep one another informed of Projects that may fall under this Agreement, and the projected timetables and time restrictions on such Projects.

B. Initiation of Work Request. A User shall request and the Contracting Party shall process such request on a Project as follows:

1. PRE-BID. Unless otherwise mutually agreed to by the parties as an Amendment to this Agreement, a User shall deliver a written Work request to the Contracting Party for the User' s Work to be integrated into the Contracting Party' s planned Project, not less than 6 mos. prior to the date that the bid package will be issued, unless such submission time deadline is waived at the sole discretion of the Contracting Party.

2. CHANGE ORDER. In the event that a Work request has not been submitted as a prebid in the preceding subsection, the User may still request that the Contracting Party integrate Work into Contracting Party' s planned project though use ofa` change order' on a Project that is currently in progress, if such change order is properly within the scope of an accepted bid by Contracting Party, and as addressed in WSDOT Local Agency Guidelines, § 52. 5- Changes and Extra Work ( 06- 2021) and in Ofc. of Wash. State Auditor, Best Practices for Change Orders ( 09- 2020): https:// portal. sao. wa. gov/ PerformanceCenter/#/ address?mid=6& rid= 18531). The decision to include such Work request as a change order on a Project shall be in the sole discretion of the Contracting Party, as is the manner and time deadline for submission by User ofsuch Work at the sole discretion ofthe Contracting Party.

3. WORK REQUEST FORM. Each Work request shall be in writing and shall specify in detail the Work for integration into the Project. To the extent practicable, the Work request shall specify the purposes, amounts and types of labor, equipment, materials required, location of the Work, estimated cost of the Work, and any other pertinent information to the request for pre- bid or change order. The Work request shall be substantially in the form of the Work request form attached as Exhibit 1; provided, however, the Work request form may be revised by consent of the parties as necessary to implement this Agreement and without modification of this Agreement.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 5 of 17

C. Agreement to Perform. The Parties agree to work cooperatively and in good faith with one another to timely and expeditiously perform their responsibilities and obligations under this Agreement, including, but not limited to the following terms:

1. DISCRETION TO ACCEPT OR REJECT. Acceptance or rejection of a User' s Work request in connection with each Project shall be within the sole discretion of the Contracting Party. All parties to this Agreement acknowledge and agree that the work of the Contracting Party on a Project takes priority in making the determination of whether a Work request is accepted or rejected.

2. TIMELINES. Upon receipt of a User' s Work request, the Contracting Party shall, within 10 business days, indicate acceptance or rejection of the Work request and acknowledge the User' s estimated cost of the Work ( if made available), and expeditiously obtain an authorized approval signatures of both the Contracting Party and the User on the Work request form ( returning a signed copy to User).

3. COST OF WORK. For each Project, the Contracting Party may accept the bid of the lowest responsible and responsive bidder for the Project, in accordance with the statutory processes for the Contracting Party, or may accept the change order cost for any Work under the terms of the particular Project contract governing such change orders. Both parties acknowledge there is a possibility that the cost to perform the User' s Work under these circumstances may not reflect to lowest possible cost to the User. The User' s sole remedy in these circumstances is to opt out of performance of the Work under this Agreement under subsection 5, in the User' s sole discretion.

4. REIMBURSABLE WORK. If the Contracting Party and the User agree to proceed with bidding and performance of the User' s Work, they shall both document that agreement by completing a Work Order in a form required by the Contracting Party and execute any respective, individual party' s vendor and contractor agreements).

5. OPT-OUT

a. Opt-Out Prior to Bid Award. Prior to an award of the bid, either party( ies) may opt- out ofperformance ofWork under this Agreement by timely notifying the other party in writing prior to the award of the bid for the Work. " Timely notifying" means sufficient notice for the Contracting Party to procedurally facilitate the optout of performance of Work prior to Bid Award. Opting- out shall only be allowed if the Work is included as an Add-On. The User is responsible for determining, prior to bid advertisement that budgeted funds are and will be available to cover the cost ofthe Work included as an Add-On. Such budgeted funding amounts will be applied when determining whether or not the Work will be included as a Add-On to the bid, and thereafter if the Work will be awarded under the bid. If the bid for the Add-On is greater than such budgeted funding amounts, then the User may opt out by timely notifying the Contracting Party. Ifthe Work is awarded from the bid, then the Work will proceed under User' s contract and be completed in accordance with such contact and change order terms.

b. Opt- Out Prior to Approval of Change Order Under Section V. B. 2. Prior to approval ofa change order to add Work on a Project that is in progress, using the process set forth in Section V. B. 2 of this Agreement, either party( ies) may opt- out of performance of the change order under this Agreement by notifying the other party in writing prior to approval of the change order.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 6 of 17

c. Opt- Out After Approval of Change Order Under Section V.B.2. After award of the bid or approval of a change order for any contracted portion ofthe Work, a party may opt-out ofperformance ofthe Work and its obligations for the Work under this Agreement only in event of Default as defined herein.

d. Reimbursements for Opting- Out. If either party opts out of performance of the Work and its obligations for the Work under this Agreement prior to the fulfillment of any of the terms stated herein, the party opting out shall reimburse and make whole the other party for all of the other party' s direct and reasonably-related indirect costs incurred due to the party' s Work request, including but not limited to: fines, penalties, judgments, fees, costs and expense, and including but not limited to those incurred: for design, survey, engineering work, mobilization, construction engineering, contract administration and overhead, and contracted- for labor and services, non- cancelable, pending obligations, and for labor and materials, and redesign, re-engineering or re-estimating or re-bidding, and any contractor or vendor claims payable. Each party agrees to timely provide the other party all Work-related documents upon final payment by the obligated party.

VI. Responsibilities of Parties.

A. The Contracting Party is responsible for compiling, publishing, and awarding the contract and any Work as required under this Agreement for the purpose of securing a materials vendor or a contractor, or both, to complete ' the Project'. If the User does not separately execute vendor and contractor agreements for User' s Work, the Contracting Party is responsible for contracting after bid award or issuance a change order for performance of the Work as required in this Agreement. The Contracting Party' s bid package or change order shall include all drawings, specifications, documents, estimates, paperwork, bid forms, contract forms, and bid bonds relevant to User' s Work. The User shall have the opportunity to review the above documents and make changes. The Contracting Party will exercise good faith efforts to oversee and facilitate the inclusion and application of the User' s plans, specifications, preferences, and documents.

B. The User is responsible for determining, prior to award of a bid or approval of a change order for its Work, that budgeted funds are available and dedicated to cover the cost of the Work. The User shall fully compensate the Contracting Party as required under this Agreement for all costs and expenses of the Work.

VII. Plans, Specifications and Bids.

A. The Contracting Party, acting on behalf of the User, agrees to contract for performance of the User' s Work, in accordance with the Plans and Specifications. The Project amendments, any Special Provisions and Plans for User' s Work will be developed either by the User or by the Contracting Party, under the guidance ofthe User with User-provided information and documentation, as agreed to by the parties on a case- by- case, Project- byProj ect basis.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 7 of 17

B. The requirements for construction and materials requested for Work shall be as set forth in the most current version ofthe Washington State Standard Specifications for Road, Bridge, and Municipal Construction, as well as Project amendments, the Special Provisions, City Standards, and the Plans.

C. The process by with the Project amendments, Special Provisions and Plans are developed shall be as follows:

The party designing the Work, as agreed to by the parties on a case- by-case, Projectby- Project basis, shall timely provide the other party an engineering design for the proposed Work. The other Party' s engineering stall shall have up to three ( 3) weeks to review the Project design, including plans, specifications and materials, and return with redline comments to the designing party' s engineering staff. The designing party shall address those comments, make change, and provide a revised design to the other party within three ( 3) weeks of such return. Then the receiving party shall have up to three 3) weeks to provide a final review with redline comments. The designing party shall make the final revisions and provide a final design to the other party for review and approval within three ( 3) weeks of this latest return. The other, receiving party will then have three( 3) weeks to approve the final design for the Work. Project amendments and Special Provisions will be developed and submitted using the same review process and procedure. The User' s engineer must provide written approvals for the final Plans, Project amendments and Special Provisions, or the design for the requested Work will not be included in the Contracting Party' s bid packet, bid award or contracting. The timelines under this review process and procedure may be amended or changed by mutual written agreement ofthe parties.

D. The Contracting Party will incorporated the Plans, Project Amendments and Special Provisions into the Project. The User agrees that it is solely responsible for ensuring that all of User' s submitted requirements are sufficiently set forth in the adopted Plans, Project amendments and Special Provisions, and that it has provided the Contracting Party with all applicable standards, codes, regulations, and other requirements for the Project that the User is obligated to meet.

E. The Contracting Party will include the User' s Work in the bid advertisement for the Project. The User' s Work shall be prepared as a separate Addition in the bid packet. The Contracting Party will be the User' s representative during the procurement process, beginning with advertisement and through award ofthe bid. Ifthe User does not separately contract and bond with the vendor or contractor for the User' s requested Work, the Contracting Party will continue such representation through contract closeout. When requested by the Contracting Party, the User shall timely assist the Contracting Party in responding to bid questions and resolving any design issues related to the Work. All comments and clarifications of the User related to the bidding process must go through the Contracting Party and not directly to the prospective bidders. The Contracting Party will provide the User with written notifications of the bid price( s) no later than two ( 2) days after the bid opening for all Work items for which the User is responsible. The User shall respond in writing to the Contracting Party, stating its acceptance or opt out ofthe Work, within two ( 2) working days of the written notification time deadlines under this Section

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 8 of 17

VII. As above, the timelines under this subsection may be amended or changed by mutual written agreement of the parties.

F. Should the User opt out ofthe Work, the Contracting Party will delete the User' s requested Work from the Project. The User agrees to reimburse the Contracting Party for its engineering and legal costs, and other direct and indirect costs incurred for deleting the User' s requested Work from the Project, and to timely pay such costs in accordance with the billing and payment process set forth below.

VIII. Construction, Inspection and Acceptance.

A. If the User does not separately contract and bond with the vendor or contractor for the User' s requested Work, the Contracting Party agrees to administer the Work on behalf of the User.

B. All materials removed by the Contracting Party in administering the Work shall be reclaimed or disposed of by the Contracting Party, and shall become the property of the Contracting Party or the vendor or contractor if so designated in the Project amendments or Special Provisions.

C. If the User does not separately contract and bond with the vendor or contractor for the User' s requested Work, all formal contacts between the User and the Contracting Party' s vendor or contractor shall be through the Contracting Party' s representatives. The parties agree to cooperate in allowing the User to have such informal contact with the vendor or contractor as may be useful in the efficient and timely completion ofthe Work and Project. In such instances and in the event of a disagreement arising from such contacts, the Contracting Party' s determinations shall be final and binding.

D. The Contracting Party shall promptly notify the User in writing with the Work and Project is completed.

E. Upon the request of the User, the Contracting Party in administering the Work will provide the User with inspection documentation, including but not limited to inspection reports, backfill test results, samplings, and materials and testing submittals.

F. The Users shall, within two (2) weeks of being notified that the User' s requested Work is completed, conduct any necessary walk-through or inspection of such Work and( a) deliver a written letter of acceptance to the Contracting Party, or (b) deliver to the Contracting Party a detailed, written explanation in punch list format fully addressing the reasons why the a Work does not comply with the approved Plans and Specifications. The User agrees to work diligently and in good faith with the Contracting Party to resolve any issues relating to the requested Work so as not to delay the Contracting Party' s completion and closeout of the Project. If issues raised by the User are resolved, the User is obligated to immediately deliver to the Contracting Party its letter ofacceptance.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 9 of 17

G. If the User does not respond within two (2) weeks of being notified, as provided in the above subsection, the Work and all administration thereof by the Contracting Party shall be deemed accepted by the User, and the Contracting Party shall be released from any further obligations herein and from any future claims and demands thereto.

H. Upon completion and acceptance of the User' s requested Work, the User agrees that is shall be solely responsible for all future construction, ownership, operation, maintenance and inspection obligations and costs of any public works or public works materials provided under the User' s requested Work, without further responsibility or expense to the Contracting Party.

I. The Contracting Party will prepare the final construction and purchasing documentation in general conformance with the Contracting Party' s public works practices. This final documentation will not include or address the User' s requested Work unless specifically, further requested by the User. Ifthe User so requests, the Contracting Party will maintain one set of Plans and Specifications as an official ' as built' record, and make identifiable notations of all plan and specification revisions typically recorded per standard practice of the Contracting Party. One the User has accepted the requested Work per the preceding subsections herein, the Contracting Party upon request by the User will provide on true copy of the record to the User.

IX. Cost of Work.

A. The User shall be responsible for the actual direct and reasonably-related indirect fines, penalties, judgments, fees, costs and expenses of the User' s requested Work, including but not limited to those incurred: for design, survey, engineering work, mobilization, construction engineering, contract administration and overhead, and contracted-for labor and services. The parties agree that the estimates and bidding on costs of the User' s requested Work to be bid and performed by the Contracting Party on behalf of the User were provided to initiate the Project, and were provided for informational and process purposes only. User' s total financial responsibilities may be more or less than amounts indicated in any cost estimates, and are dependent upon the actual, ultimate costs of the User' s requested Work.

B. The parties' respective contract managers designated below may adjust the scope and amount of compensation to correspond with the parties' respective performance under this Agreement, allowing for inflation, materials and labor cost and services increases or reductions, being equal to or less than twenty- five percent ( 25%) of the original Project cost( including taxes).

X. Billing Method and Process.

A. The User, in consideration of the requested Work to be done by the Contracting Party, agrees to pay the Contracting Party for the actual direct and reasonably- related indirect fines, penalties, judgments, fees, costs and expenses of the User' s requested Work, as set forth above. The Contracting Party shall invoice the User, providing with such invoicing

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 10 of 17

sufficient documentation and information to support the invoice figures. The User agrees to pay the Contracting Party within thirty ( 30) calendar days following receipt of an invoice. If the User disagrees with any portion of the invoice, the User shall notify the Contracting Party of the specifics of any disagreement within two (2) weeks of receipt of the invoice. The User' s notification of disagreement shall include a detailed explanation, together with supporting documentation and information. The User shall remain obligated to pay within thirty days any portions of the invoice which were not expressly included within its detailed explanation of disagreement. After the disagreement on any portion of the invoice is resolved, the User shall pay any remaining invoiced sums within thirty days. Billing by the Contracting Party will continue monthly until the Project is complete.

B. Payments that are not satisfied by User within the applicable time periods set forth above shall be considered delinquent. Delinquent payments shall accrue interest from the date of delinquency, until paid, at a rate of one percent( 1%) interest per month, and that a charge of twenty- five dollars ($ 25.00) shall be assessed as late fees for administering to payments which are delinquent, or which remain delinquent.

C. Payments will be remitted to the following address: City of Longview Public Works Department PO Box 128 Longview, WA 98632

D. Should the User fail to make a payment according to the terms of this Agreement, the Contracting Party shall have the right to terminate this Agreement, charging the User for the Contracting Party' s associated costs of termination, and including: non-cancellable items, costs resulting from any delays attendant to termination, and unpaid contractor and supplier charges for the User' s Work, including costs referenced in the following Section.

XI. Change in Work or Cost Increases.

A. If unforeseen conditions cause the cost of the User' s Work to exceed the bid amount or change order approval amount ( including sales tax, engineering, and other cost contingencies) by more than twenty- five percent ( 25 %), the Contracting Party will notify the User of such increase within five (5) working days of the date the Contracting Party is able to confirm information ofa pending cost(s) increase.

B. If the Contracting Party desires to add to or change the User' s Work, it shall give advance notice to the User, except as set forth in the subsection below. The User shall respond to the Contracting Party' s notification as soon as practicable, but not later than five ( 5) working days from notice. The Contracting Party will not proceed with the addition or change to the Work unless the User approves the addition or change in writing;

HOWEVER, if the User agrees to any User-approved addition or change to the Work, or the User denies the request for fails to respond— which shall be deemed a denial of the request— the User agrees to pay all costs associated with any User-approved addition or change to Work, or to pay the additional costs of delays to both Project and User' s Work,

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 11 of 17

and to pay all Contracting Party- prevailing contractor or supplier claims associated with the User' s failure to timely respond to a request( s).

C. When the Contracting Party determines that an addition or change to the User' s Work is more immediately required to mitigate or remediate a Project emergency or a health or safety threat, the Contracting Party may authorize the addition or change without the User' s approval. The Contracting Party shall notify the User of such addition or change, and the basis ofthe emergency or threat as soon as possible and no later than 48 hours thereafter.

D. The User may request additions or changes in writing to User' s Work. If the Contracting Party accepts the User- request, it shall provide its approval in writing to the User. The Contracting Party will then implement the requested additions or changes as change orders, as long as the change does not negatively impact the Contracting Party' s Project, and complies with the Special Provisions, Plans, Project Amendments, Standard Specifications, Project permits, and applicable Contracting Party' s policies or such laws, rules and regulations regarding such change orders, and does not negatively impact or unreasonably delay scheduled Project activities and milestones.

E. The User agrees to pay for the increases in Project cost attributable to elective additions and changes approved by the User, subject to the ` Billing Method and Process' set forth above. The Contracting Party will make available to the User all change order documentation related to User' s Work and to increased costs.

F. Any contractor or supplier request submitted to the Contracting Party for permission to utilize different materials or structure or specifications for the User' s Work will be immediately provided to the User for review. The User will have five ( 5) working days to advise the Contracting Party as to whether it accepts the different materials or structures or specifications. If no response is received by the Contracting Party from the User within that five ( 5) working days, the User waives it rights to object to the determination of the Contracting Party on such matters. The Contracting Party' s Project engineer will make a final, contractual determination on the User' s behalf.

XII. Franchising, Condemnation, Right of Entry and Permits.

A. The User shall be responsible to apply for or to grant any franchise required for the User' s Work. The User shall be responsible for acquiring title or sufficient interests in lands associated with User' s Work, and responsible for condemnation proceedings to acquire necessary interest in the lands associated with User' s Work within the User' s jurisdiction. The User shall also be responsible for obtaining necessary permits and approvals for the User' s Work, and to grant any permits required for the Project and User' s Work within User' s jurisdiction. A copy of such franchising, acquisition of interests in lands, and permitting shall be provided to the Contracting Party a minimum of forty-five (45) days prior to the bid publication date for the Project or the Contracting Party need not include or consider the User' s Work within a bid packet.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 12 of 17

B. If necessary to carry out the User' s Work, the User shall secure adequate rights- of-entry for the Contracting Party, and its contractors and agents upon all privately- owned and publicly- owned( by other than the parties herein) lands, and upon lands for which the User has a claimed property right. The rights- of-entry may provide for reasonable and ordinary entry and usage restrictions for such Work. The User will provide the Contracting Party such adequate rights- of-entry within five ( 5) working days prior to the date of Notice to Procced to the Contracting Party' s contractor or agent. The User shall be responsible for all costs and delays attendant to its failure to timely obtain such rights- of-entry.

XIII. Administration and Contact.

A. No separate legal entity is created under this Agreement. The Agreement represents a collaborative, multiagency public works, interlocal agreement that includes a component for collaborative funding by the Contracting Party and the User, and for coordination of the exercise of respective authority to design, prepare, and bid a public works or public works purchase, and select and award and administer a contract thereto, for purposes of timely completing the Project and the User' s Work.

B. The parties through their respective Contracting Party' s Engineer and User' s Engineer shall be the responsible officials for environmental reviews, and for securing or facilitating federal, state, and local permits and approval, and for securing bid approvals and contract award, The City Engineer and the County Engineer are designated Contract Managers to administer and monitor the Project and Work, and shall be the contact and notice agent for their respective parties under this Agreement.

XIV. Indemnification and Hold Harmless.

A. The Contracting Party' s participation in the review or approval of any of the User' s plans or specifications for the Work, or the inspection of the User' s Work, or any assistance provided to the User by the Contracting Party is for Contracting Party' s sole benefit and shall not constitute an opinion or representation by Contracting Party as to any compliance with any law, ordinance, rule, or regulation or any adequacy for other than Contracting Party' s own purposes; and such assistance, inspection, review or approval shall not create or form the basis of any liability on the part of Contracting Party or any of its officials, officers, employees, or agents for any injury, damage, or other liability resulting from, or relating to, any inadequacy, error, or omission therein or any failure to comply with applicable law, ordinance, rule, or regulation; and such assistance, inspection, review, or approval shall not relieve the User of any of its obligations under this Agreement, and contracts and their additions and change orders, and under applicable laws and regulations.

B. Excepting failures to act or other delays which are required under this Agreement or any agreed addition or change order responsibilities of the Contracting Party under this Agreement, the Contracting Party shall not be liable in damages for any failure to act within any time limits established by law or for any other delay to the User or User' s contractors, nor shall the Contracting Party have any liability for liquidated damages for such failures to act or for such delays, and, to the maximum extent allowed by law, the User shall protect,

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 13 of 17

defend, indemnify, and save harmless the Contracting Party, and its officials, officers, employees, and agents, from any and all costs, claims, demands, judgments, damages, or liability of any kind caused by, resulting from, relating to, or connected to delays. The parties agree that this Agreement is not to be construed as being or creating any jointventure, public works between the parties.

C. Except as provided above, and to the extent permitted by law, User shall protect, defend, indemnify, and save harmless the Contracting Party and its officers, officials, employees, and agents, while acting within the scope of their employment, from any and all costs, claims, demands, actions, suits, judgments, damages, or liability of any kind, including injuries to persons or damages to property, that arise out of, or in any way result from, or are connected to, or are due to any acts or omissions, or intentional misconduct, ofUser or User' s contractors, consultants, or agents including any and all claims and litigation arising out of, or resulting from, any state or federal environmental review process in any way relating to the User' s Work, and including any private utility relocations required for the User' s work. User' s obligations under this paragraph also extend to claims asserted by third parties against the Contracting Party arising out of, or in any way resulting from SEPA compliance related to the User' s portions of the Project.

The User further agrees that the Contracting Party shall have no liability to the User that in any way arises out of Contracting Party decision making processes in agreeing to go forward with the User' s Work within the Project. Where such claims, suits, or actions, et al., result from the concurrent negligence of the Parties the indemnity provisions provided herein shall be valid and enforceable only to the extent of User' s own negligence. In the event of any claims, demands, actions, or lawsuits, the User upon notice from the Contracting Party, shall assume all costs of defense thereof, including legal fees incurred by Contracting Party, and of all resulting judgments that may be obtained against the Contracting Party, to the extent of the User' s liability. In the event that the Contracting Party incurs attorneys' fees, costs, or other legal expenses to enforce the indemnity, acquisition or User funding provisions ofthis Agreement, all such fees, costs, and expenses shall be recoverable by the Contracting Party. Environmental protection and compliance, as provided elsewhere in this Agreement, and contracts and their additions and change orders, shall be in addition to the foregoing general indemnification.

D. Except as provided above, and to the extent permitted by law, the Contracting Party shall protect, defend, indemnify, and save harmless the User and its officers, officials, employees, and agents, while acting within the scope of their employment, from any and all costs, claims, demands, actions, suits, judgments, damages, or liability of any kind, including injuries to persons or damages to property, that arise out of,or in any way result from, or are connected to, or are due to any acts or omissions, or intentional misconduct, of the Contracting Party or the Contracting Party' s contractors, consultants, or agents including any and all claims and litigation arising out of, or resulting from, any state or federal environmental review process in any way relating to the Contracting Party' s Project, and including any private utility relocations required for the Contracting Party' s Project. The Contracting Party' s obligations under this paragraph also extend to claims

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 14 of 17

asserted by third parties against the User arising out of,or in any way resulting from SEPA compliance related to the Contracting Party' s portions of the Project.

Where such claims, suits, or actions, et al., result from the concurrent negligence of the Parties the indemnity provisions provided herein shall be valid and enforceable only to the extent of the Contracting Party' s own negligence. In the event of any claims, demands, actions, or lawsuits, the Contracting Party upon notice from the User, shall assume all costs ofdefense thereof, including legal fees incurred by the User, and of all resulting judgments that may be obtained against the User, to the extent ofthe Contracting Party' s liability. In the event that the User incurs attorneys' fees, costs, or other legal expenses to enforce the indemnity, acquisition or the Contracting Party' s funding provisions ofthis Agreement, all such fees, costs, and expenses shall be recoverable by the User. Environmental protection and compliance, as provided elsewhere in this Agreement, and contracts and their additions and change orders, shall be in addition to the foregoing general indemnification.

E. These indemnity and hold harmless provisions shall include any claim made against either Party by an employee, officer, contractor, subcontractor or agent of the other Party, even if the other Party is thus otherwise immune from liability pursuant to the workers' compensation statute, Title 51 RCW, except to the extent that such liability arises from the sole negligence of that Party. Both Parties specifically acknowledge that the provisions contained herein have been mutually negotiated by the Parties and it is the intent of the Parties that each party provide the other Party with the broadest scope of indemnity permitted by RCW 4.24.115.

F. Both Parties shall be deemed independent contractors for all purposes, and the employees ofeach Party and any of its contractors, subcontractors, consultants, and the employees thereof, shall not in any manner be deemed to be the employees of the other Party. Nothing in this Agreement shall make any employee ofthe Contracting Party an employee of the User or any employee of the User an employee of the Contracting Party for any purpose, including but not limited to, withholding oftaxes, payment ofbenefits, workers' compensation pursuant to Title 51 RCW, or any other rights or privileges accorded their respective employees by virtue oftheir employment.

XV. Miscellaneous Provisions.

A. This Agreement is the full and complete understanding of the parties on the subjects covered herein. This Agreement may be modified or amended only by mutual written agreement approved by the governing bodies ofthe parties.

B. Neither party will have the right to transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent ofthe other party.

C. Subject to the foregoing subsection, the rights and obligations of the parties will inure to the benefit ofand be binding upon their respective successors in interest, heirs, and assigns.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 15 of 17

D. This Agreement will be governed by and interpreted in accordance with the laws of the State of Washington. Any action or suit brought in connection with this Agreement will be filed in Cowlitz County Superior Court.

E. If any section of this Agreement is adjudicated to be invalid, such action will not affect the validity of any section not so adjudicated.

F. The failure of any party to this Agreement to insist upon strict performance of any ofthe covenants and agreements contained herein, or to exercise any option or right conferred by this Agreement, in any one or more instances will not be construed to be a waiver or relinquishment of any such option or right or of any other covenants or agreements which will remain in full force and effect.

G. All communications regarding this Agreement will be sent to the Designated Representative of each Party at the following addresses or such other address as may be hereafter specified in writing. Any written notice hereunder will become effective upon personal service or four( 4) business days after the date ofmailing by registered or certified mail, and will be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing.

To the User' s Engineer: Susan Eugenis, PE 1600 13th Ave Kelso, WA 98626

To the Contracting Party' s Engineer: Karl Enyeart, PE PO Box 128 Longview, WA 98632

H. This Agreement is made and entered into for the sole benefit of the Contracting Party and the User. No third party will be deemed to have any rights under this Agreement, and there are no third- party beneficiaries to this Agreement.

I. This Agreement may be executed in one or more counterparts, each of which will be deemed an original but all of which together will constitute one and the same document. The parties additionally acknowledge and agree that this Agreement may be executed and delivered by facsimile or email. Pursuant to RCW 39. 34. 040, the Parties will cause a copy of this Agreement to either be filed or to be posted on their respective websites.

INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 16 of 17

IN WITNESS WHEREOF, the authorized signatories of CITY and of COUNTY have caused this interlocal cooperation Agreement to be executed in their respective names by their duly authorized officers and have caused this Agreement to be dated as of the 02-7-1-44 day of April, 2023.

Dated: 4 -017 . 010,, x3

Dated:

ATTEST: Clerk of Board

Approved as to form: City Attorney for Longview, Wash. Cowlitz County Prosecuting Attorney

Approved as to form:

ve

M marc, City Attorney Douglas E. Jensen, Chief Civil Deputy

CITY OF LONGVIEW, WASH. COWLITZ COUNTY, WASHINGTON BOARD OF COMMISSIONERS 1Z.r S warts 0?.City Council Richard Dahl, Chairman Mistna9e_r Arne Mortensen , Commissioner Dermis P. Weber, Commissioner
INTERLOCAL AGREEMENT BETWEEN THE CITY OF LONGVIEW AND COWLITZ COUNTY FOR PUBLIC WORKS CONSTRUCTION OF TRANSPORTATION INFRASTRUCTURE Page 17 of 17
a es

AS-12801 B. 6.

BOCC Agenda

Meeting Date: 05/16/2023

EASEMENT - Perpetual Right of Way and Utility Easement - Weyerhaeuser Timber Holdings - Oswalt Lane Turn Around Project

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Attached is a Perpetual Right of Way and Utility Easement for County Road Purposes. This easement is from Weyerhaeuser Timber Holdings to Cowlitz County, dedicating land to establish a turn-around at the end of Oswalt Lane, for no monetary consideration.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to accept the Perpetual Right of Way and Utility Easement from Weyerhaeuser Timber Holdings for the Oswalt Lane turn around.

Attachments

Easement

Vicinity Map

Form Review Inbox Reviewed By Date Susan Eugenis Susan Eugenis 05/09/2023 11:18 AM Mike Moss, Public Works Mike Moss 05/09/2023 01:16 PM
Started On: 05/04/2023 02:29 PM
Form Started By: Emilie Cochrane
DATE APPROVED BY DESIGNED BY DRAWN BY SHEET OF DEPARTMENT OF PUBLIC WORKS 1600 13th AVENUE SOUTH KELSO, WASHINGTON 98626 OSWALT LN. VICINITY MAP SCALE: 1" = 2000' 1 1 A.M.L S.J.M 5/4/2023 PROJECT

AS-12814

BOCC Agenda

Meeting Date: 05/16/2023

Consent B. 7.

Contract Completion: Event Center Indoor Arena Fire Suppression System Replacement #2022-0045-01

Submitted For: Kim Bowcutt

Department: Events Center

Submitted By: Ashley Claussen

Information

Subject and Summary Statement

On November 1, 2022, the Board of County Commissioners executed Agreement No. 2022-0045-01 with Pacific Northwest Fire Protection for replacement of the fire suppression system at the Cowlitz County Event Center Indoor Arena. The amount of the Agreement was $87,756.70 including tax.

The work has been successfully completed in accordance with project plans and specifications. All equipment and materials used to complete the work conform to the criteria outlined by the project specifications and contractor’s proposal.

Will Staff Attend - NAME OF STAFF

No.

Department Recommendation

Staff recommends that the Board of County Commissioners move to accept Agreement No. 2022-0045-01 with Pacific Northwest Fire Protection as completed and sign the attached Letter of Acceptance.

Fiscal Impact

Expenditure Required $: 87,756.70

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? : Grant Y-N: Y

Attachments

Contract Completion Letter

Form Review

Inbox Reviewed By Date

Kim Bowcutt Kim Bowcutt 05/11/2023 10:22 AM

Form Started By: Ashley Claussen

Started On: 05/09/2023 02:51 PM

COMMISSIONERS

Arne Mortensen District 1

Dennis P. Weber

District 2

Richard R. Dahl District 3

CLERK OF THE BOARD

Kelly Dombrowsky

Board of Commissioners

County Administration Building

207 Fourth Avenue North

Kelso, WA 98626

TEL (360) 577-3020

FAX (360) 423-9987

www.co.cowlitz.wa.us

Washington Relay Service 711 or (888) 833-8633

May 16, 2023

Pacific Northwest Fire Protection 116 NE 153rd Avenue Vancouver, WA 98684

SUBJECT: Cowlitz County Event Center Indoor Arena Contract Completion

We have received certification from the Cowlitz County Event Center that you have satisfactorily completed the replacement of the fire suppression system at the indoor horse arena Therefore, we accept your project as being complete.

Very truly yours,

BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

BOCC:cs

cc: County Auditor Accounting

Arne

BOCC Agenda

Meeting Date: 05/16/2023

CONTRACT DOCUMENTS - Ostrander Road Culvert Replacement - Project No. 1209 - CRP No. 765 Quigg Bros., Inc.

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Attached are the contract documents with Quigg Bros., Inc. for the Ostrander Roak Culvert Replacement Project.  The project consists of the removal of the existing culvert and installation of a new precast concrete bridge. The project was awarded to Quigg Bros., Inc. on May 2, 2023.  The Certificate of Liability Insurance has been submitted and is being reviewed by the Risk Manager.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to enter into the contract with Quigg Bros., Inc., for the Ostrander Road Culvert Replacement Project, in the bid amount of $2,457,651.60.

Fiscal Impact

Expenditure Required $: 2,457,652

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? : Roads

Grant Y-N: Y

Attachments

Contract Document

Inbox

Emilie Cochrane (Originator)

Roger Maurer

Susan Eugenis

Mike Moss, Public Works

Form Started By: Emilie Cochrane

Form Review

Reviewed By Date

Emilie Cochrane 05/09/2023 10:39 AM

Roger Maurer 05/09/2023 11:00 AM

Susan Eugenis 05/09/2023 11:16 AM

Mike Moss 05/09/2023 01:16 PM

Started On: 05/09/2023 09:42 AM

AS-12809 B. 8.

Cowlitz County Department of Public Works

CONTRACT DOCUMENTS FOR

OSTRANDER ROAD CULVERT REPLACEMENT PROJECT (M.P. 0.61 to 0.62, Road Number 53700)

NW ¼ SEC. 12, T8N, R2W

Cowlitz County Project No. 1209

C.R.P. No. 765

March 2023

COWLITZ COUNTY

Department of Public Works 1600-13th Avenue South Kelso, Washington 98626 Phone (360) 577-3030

BOARD OF COUNTY COMMISSIONERS

ARNE MORTENSEN District No. 1

DENNIS P. WEBER District No. 2

RICHARD R. DAHL District No. 3

CONTRACT
CONTRACT
OSTRANDER ROAD CULVERT REPLACEMENT PROJECT CALL FOR BIDS Page 1 BIDDER’S CHECKLIST.......................................................................................................... Page 3 BID PROPOSAL Page 5 INSTRUCTIONS TO BIDDERS........................................................................................... Page 5 PROPOSAL Page 7 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS............................................... Page 14 BID DEPOSIT FORM Page 15 E-VERIFY DECLARATION .................................................................................................... Page 16 COMPLIANCE WITH WAGE PAYMENT LAWS DECLARATION Page 17 AGREEMENT....................................................................................................................... Page 18 PERFORMANCE BOND Page 22 SPECIAL PROVISIONS......................................................................................................... Page 23 DIVISION 1 – GENERAL REQUIREMENTS Page 23 BID ITEMS ...................................................................................................................... Page 60 BID ITEM 1: MISCELLANEOUS CONSTRUCTION Page 60 BID ITEM 2: REPLACEMENT STAKING SERVICES ................................................... Page 60 BID ITEM 3: STRUCTURE SURVEYING Page 60 BID ITEM 4: MOBILIZATION .................................................................................. Page 60 BID ITEM 5: PROJECT TEMPORARY TRAFFIC CONTROL Page 60 BID ITEM 6: CLEARING AND GRUBBING................................................................ Page 62 BID ITEM 7: REMOVAL OF STRUCTURES AND OBSTRUCTIONS Page 63 BID ITEM 8: ROADWAY EXCAVATION AND DISPOSAL INCLUDING HAUL............. Page 64 BID ITEM 9: CHANNEL EXCAVATION INCLUDING HAUL Page 64 BID ITEM 10: UNSUITABLE FOUNDATION EXCAVATION INCLUDING HAUL........... Page 64 BID ITEM 11: STRUCTURE EXCAVATION CLASS A INCLUDING HAUL Page 66 BID ITEM 12: SHORING OR EXTRA EXCAVATION CLASS A INCLUDING HAUL......... Page 66 BID ITEM 13: TRIMMING AND CLEANUP Page 67 BID ITEM 14: CONSTRUCTION GEOTEXTILE FOR SEPARATION............................... Page 67 BID ITEM 15: STRUCTURAL FILL INDLUDING HAUL Page 68 BID ITEM 16: CHANNEL FILL MATERIAL INCLUDING HAUL..................................... Page 70 BID ITEM 17: CRUSHED SURFACING BASE COURSE Page 71 BID ITEM 18: HMA CLASS 3/8 INCH PG 58H-22...................................................... Page 71 BID ITEM 19: HMA CLASS 3/8 INCH PG 58H-22 FOR APPROACH Page 71 BID ITEM 20: ASPHALT COST PRICE ADJUSTMENT ................................................. Page 71 BID ITEM 21: CONCRETE CLASS 5000 FOR BRIDGE Page 101 BID ITEM 22: ST. REINF. BAR FOR BRIDGE .............................................................. Page 101 BID ITEM 23: SUPERSTRUCTURE (OSTRANDER ROAD) Page 101 BID ITEM 24: GRAVEL BACKFILL FOR FOUNDATION CLASS A ................................. Page 101 BID ITEM 25: GRAVEL BACKFILL FOR WALL Page 101 BID ITEM 26: SINGLE SLOPE CONCRETE BARRIER................................................... Page 102 BID ITEM 27: SINGLE SLOPE CONCRETE BARRIER - BRIDGE Page 102 BID ITEM 28: REMOVING AND RESETTING EXISTING PERMANENT BARRIER ........ Page 102 BID ITEM 29: UNDERDRAIN PIPE, 6-INCH DIAMETER Page 103
TABLE OF CONTENTS
CONTRACT TABLE OF CONTENTS - CONTINUED BID ITEM 30: CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12-INCH DIAM . Page 104 BID ITEM 31: CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18-INCH DIAM . Page 104 BID ITEM 32: STORMWATER POLLUTION PREVENTION Page 105 BID ITEM 33: EROSION CONTROL BLANKET............................................................ Page 106 BID ITEM 34: SILT FENCE Page 106 BID ITEM 35: TOPSOIL TYPE C................................................................................. Page 107 BID ITEM 36: FINE COMPOST Page 107 BID ITEM 37: PSIPE, ACER MACROPHYLLUM.......................................................... Page 107 BID ITEM 38: PSIPE, ALNUS RUBRA Page 107 BID ITEM 39: PSIPE, CORNUS SERICEA.................................................................... Page 107 BID ITEM 40: PSIPE, RUBUS PARVIFLORUS Page 107 BID ITEM 41: PSIPE, SALIX LUCIDA.......................................................................... Page 107 BID ITEM 42: PSIPE, SALIX SITCHENSIS Page 107 BID ITEM 43: SEEDING AND MULCHING................................................................. Page 107 BID ITEM 44: FLEXIBLE GUIDE POST Page 108 BID ITEM 45: BEAM GUARDRAIL TYPE 31............................................................... Page 109 BID ITEM 46: BEAM GUARDRAIL TYPE 31 – 8-FOOT LONG POST Page 109 BID ITEM 47: BEAM GUARDRAIL TRANSITION SECTION TYPE 24........................... Page 109 BID ITEM 48: BEAM GUARDRAIL ANCHOR TYPE 11 Page 109 BID ITEM 49: BEAM GUARDRAIL NON-FLARED TL-2 TERMINAL............................. Page 109 BID ITEM 50: REMOVING GUARDRAIL Page 109 BID ITEM 51: QUARRY SPALLS................................................................................. Page 110 BID ITEM 52: MAILBOX SUPPORT, TYPE 1 Page 110 BID ITEM 53: MAILBOX SUPPORT, TYPE 2 .............................................................. Page 110 BID ITEM 54: PAINT LINE Page 111 BID ITEM 55: LARGE WOODY MATERIAL ................................................................ Page 111 BID ITEM 56: DEADMAN ANCHOR Page 111 BID ITEM 57: TEMPORARY CREEK DIVERSION ........................................................ Page 112 BID ITEM 58: DUCTILE IRON PIPE FOR WATER MAIN – 8 INCH DIAM Page 115 BID ITEM 59: DUCTILE IRON PIPE FOR WATER MAIN – 8 INCH DIAM ON BRIDGE .... Page 115 BID ITEM 60: TEMPORARY WATER MAIN Page 115 BID ITEM 61: GAVE VALVE 8 INCH .......................................................................... Page 116 BID ITEM 62: COMB, AIR RELEASE/AIR VACUUM VALVE ASSEMBLY 2 INCH Page 116 BID ITEM 63: HYDRANT ASSEMBLY......................................................................... Page 116 BID ITEM 64: SERVICE CONNECTION 1 INCH DIAM Page 116 STANDARD PLANS (JANUARY 9, 2023)......................................................................... Page 117 PREVAILING MINIMUM HOURLY WAGE RATES*** Page 126 APPENDICES .................................................................................................................. Page 127 Appendix A – Plans*** Page 128 Appendix B – Geotechnical Report***..................................................................... Page 129 Appendix C – HPA from Washington State Department of Fish and Wildlife*** Page 130 Appendix D – Nationwide Permit 14 from US Army Corps of Engineers***............ Page 131 Appendix E – Floodplain Permit from Cowlitz County Department of Building and Planning*** ................................................................... Page 132
CONTRACT TABLE OF CONTENTS - CONTINUED Appendix F – Construction Stormwater General Permit from Department of Ecology*** Page 133 Appendix G – Applicable Standard Plans*** ............................................................ Page 134 Appendix H – Gas Main As-Built Drawings*** Page 135 CALL BEFORE YOU DIG .................................................................................................. Page 136
***Included as indicated but numbered independently.

CALL FOR BIDS

The Board of County Commissioners of Cowlitz County, Washington will receive sealed bids until April 25, 2023, prior to 11:00 a.m., for the following work: OSTRANDER ROAD CULVERT REPLACEMENT PROJECT.

Work performed under this contract consists of the following:

Removal of existing culvert and installation of new precast concrete bridge including excavation, cast-in-place concrete, precast concrete bridge girders, grading and embankment construction, HMA paving, guardrail and traffic barrier installation, streambed reconstruction, waterline, and associated work.

At that time all bids will be publicly opened and read in the Board's hearing room. Bids must be addressed to:

Board of County Commissioners

Attn: Clerk of the Board

207 Fourth Avenue North Kelso WA 98626

Project bid documents (Plans, specifications, addenda, bid documents, bidders list and plan holders list) for this project are available online for inspection during the bidding period through the Builders Exchange of Washington (BXWA) website at www.bxwa.com. Click on Posted Projects, then Public Works, then Cowlitz County and then Projects Bidding. These documents are available for viewing, downloading and printing on your own equipment free of charge. This service is provided to Prime Bidders, Subcontractors, and Vendors bidding on this project. Bidders will need to “Register as a Bidder” through the BXWA in order to receive automatic e-mail notification of future addenda and to be placed on the Bidders List. Bidders should contact Builder’s Exchange of Washington at (425) 258-1303 for questions regarding access or registration.

It is the sole responsibility of the Bidder to obtain Addenda, if any. Addenda information will be available on the BXWA web site at www.bxwa.com. Cowlitz County accepts no responsibility or liability and will provide no accommodation to bidders who fail to check for addenda and thereby submit inadequate or incomplete responses.

Cowlitz County will not provide paper copies of the Project bid documents for this project for bidding purposes. A copy of the plans and specifications may be reviewed at the office of the Clerk of the Board of County Commissioners.

All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, or surety bond in an amount equal to five percent (5%) of the amount of such

Call for Bids Page 1 Ostrander Road Culvert Replacement Project No. 1209

BIDDER’SCHECKLIST

(Informational only – not required to be submitted with the BID)

OSTRANDER ROAD CULVERT REPLACEMENT PROJECT

Name of Project

ITEMS TO BE INCLUDED WITH BID

The following checked items are required to be completed and submitted with the BID, except as noted otherwise:

Required if Checked:

☒ 1. PROPOSAL FORM – To be completed and signed by bidder. Provide all information pertaining to BIDDER’S organization on the first page. Fill in all unit prices and amounts for each bid item. Fill in all subtotals, sales tax and the total bid amount in the spaces provided. List the addenda in the spaces provided to indicate acknowledgement. Sign, date, and provide requested information in the spaces provided on the last page.

☒ 2. CERTIFICATION OF APPRENTICESHIP – In the spaces provided on the PROPOSAL FORM,provide information on the BIDDER’S Apprenticeship Programs.

☒ 3. NON-COLLUSION DECLARATION – required on all projects.

☒ 4. PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT – required on all road construction projects

☐ 5. CERTIFICATION FOR FEDERAL AID CONTRACTS – required on FHWA-funded projects.

☐ 6. UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION –required on FHWA-funded projects with a goal of greater than 0%.

☐ 7. UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE (UDBE) WRITTEN CONFIRMATION DOCUMENT – required on FHWA-funded projects with a goal of greater than 0%. This form is required to be submitted within 24 hours after the time for delivery of the bid proposal.

☐ 8. LOCAL AGENCY SUBCONTRACTOR LISTS – To be filled in and signed by BIDDER.

☐ 9. CONTRACTOR’S PROJECT INFORMATION STANDARD QUESTIONNAIRE - The BIDDER shall complete this form.

☒ 10. BID DEPOSIT FORM - This form is to be executed by the BIDDER and the Surety Company unless bid is accompanied by cash, cashier’s check, or a certified check. The amount of the deposit or bid bond shall be not less than 5% of the total amount of the bid and may be shown in dollars or on a percentage basis. Bid Bond forms other than the enclosed form may

Checklist Page 3
Road Culvert Replacement Project No. 1209
Bidder’s
Ostrander

be accepted providing it has been approved by the OWNER prior to bid submittal.

☒ 11. E-VERIFY DECLARATION – The BIDDER shall complete and sign this form.

☒ 12. CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES – The BIDDER shall complete and sign this form. This form is required to be submitted within 24 hours after the time for delivery of the bid proposal.

Bidder’s Checklist Page 4 Ostrander Road Culvert Replacement Project No. 1209

TO: Board of County Commissioners County Administration Building 207 Fourth Avenue North, 3rd Floor Kelso, WA 98626

FOR: OSTRANDER ROAD CULVERT REPLACEMENT PROJECT

INSTRUCTIONS TO BIDDERS

1. Contract Documents. See Section 1-04.2 of the Special Provisions for a list ofthe "contract documents" that make up the contract. Be sure that you have a copy of the 2023 Standard Specifications for Road, Bridge, and Municipal Construction, by the Washington State Department of Transportation and the American Public Works Association, Washington State Chapter. Such specifications are sometimes referred to as the "Standard Specifications."

2. Submission of Bid. Fill out this Proposal Form completely, in accordance with Section 1-02.6 of the Standard Specifications. Enclose your Proposal Form and bid deposit in an opaque sealed

PROPOSAL FORM
Name
PO Box 1707 Bidder' s Business Name Mailing Address qbibid@quiggbros. com Aberdeen, WA 98520 Email Address City, State and Zip Charles Quigg 360- 533- 1530 Name of Bidder' s Representative for Bid Telephone QUIGGBI022RT 91- 0615779 Washington Registration No. Tax I. D. No. 18177400 A16 6993 19 Employment Security Department No. State Excise Tax Registration No. 096, 612- 00- 7 144- 002- 313 Industrial Insurance Coverage Account No. UBI No.
of Project FROM:. Quigg Bros. , Inc.
Proposal Form Page 5 Ostrander Road Culvert Replacement Project No. 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see bxwa. com - Always Verify Scal

envelope addressed to:

Cowlitz County Board of County Commissioners

Attn: Clerk of the Board County Administration Building, 3rd Floor 207 Fourth Avenue North Kelso, WA 98626

Mark the outside of the envelope with the name ofthe bidder, the name of the project, and the date and time of the bid opening. It is your responsibility to make sure that your bid is physically received by the Clerk ofthe Board by the time set for the bid opening. Bids not so received will not be considered. Bids may not be submitted by facsimile machine.

The County' s determination of when a bid was received shall be final and non-appealable.

3. Bidder Responsibility Standards. It is the intent of the Owner to award a contract to the lowest, responsible and responsive bidder for all described Work. Before award, the bidder must meet all criteria and satisfy all requirements of the following bidder-responsibility standards to be considered a responsible and a responsive bidder. The bidder may be required by the Owner to submit documentation demonstrating compliance with these standards to be qualified to be awarded a contract. The bidder must:

a. Have a current certificate of registration as a contractor in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal;

b. Have a current Washington Unified Business Identifier( UBI) number;

c. If applicable:

i. Have Industrial Insurance ( workers' compensation) coverage for the bidder' s employees working in Washington, as required in Title 51 RCW;

ii. Have a Washington Employment Security Department number, as required in Title 50 RCW;

iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW;

d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39. 12.065(3).

4. Execution ofContract. The successful bidder must use the performance bond form and other forms provided by Cowlitz County to be considered both a responsible and responsive bidder.

Proposal Form Page 6 Ostrander Road Culvert Replacement Project No. 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa. com - Always Verify Scal

5. Apprenticeship Program. This project has been determined to have an estimated labor cost in excess of$ 200,000, thereby requiring the use of an apprentice program in accordance with Cowlitz County RESOLUTION NO. 00-058. This resolution states" Forcontracts involving labor costs in excess of 200,000, as determined by county estimates, qualification shall include being a participant in good standing of an apprentice program pertaining to any of the construction crafts to be utilized in the contract. The apprentice program will be certified bythe Washington State Apprenticeship and Training Council or an equivalent Oregon or regional body. This qualification shall not apply ifno such apprentice program is generally available to contractors in Cowlitz County. It shall be the responsibility of the bidder to provide evidence of qualification under this policy." The Contractor is required to fill out the Certification of Apprenticeship, listing the craft covered by an apprentice program as described above.

6. Sales Tax Code. In computing and reporting sales taxes payable to the Washington State Department of Revenue on this project, the following code number shall be used: 0800.

The undersigned bidder proposes to perform the project named above in strict compliance with the contract documents, for the following amounts:

PROPOSAL
Item Approximate ITEM UNIT PRICE AMOUNT No. Quantity SCHEDULE A— COUNTY ROAD 1 Force Account Miscellaneous Construction 30, 000.00 30, 000. 00 2 1 Hours Replacement Staking Services 200. 00 200. 00 3 Lump Sum Structure Surveying 25, 000. 00 'l j O00. 00 4 Lump Sum Mobilization 2.20joco Cfv 21-0, 000. ao 5 Lump Sum Project Temporary Traffic Control 40,o0o. 00 401Olx0. 00 6 Lump Sum Clearing and Grubbing O, 000. oO - O, OCA.)• 00 7 Lump Sum Removal of Structures and Obstructions 15 OLx . 00 15, 0tb. cO Proposal Form Page 7 Ostrander Road Culvert Replacement Project No. 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa. com - Always Verify Scal
Item Approximate ITEM UNIT PRICE AMOUNT No. Quantity 8 382 Roadway Excavation and Disposal 00 A(.00, 0) C. Y. Including Haul 9 2, 180 Channel Excavation Including Haul So. a CDS/ 400• o0 C.Y. 50 Unsuitable Foundation Excavation CPS• i 2SD. 00 10 C. Y. Including Haul 782 Structure Excavation Class A Including ck(ap• pp 11 2)0. 00 C. Y. Haul 23, 12 Lump Sum Shoring or Extra Excavation Class A 1' c W. O 15' 0,c 13 Lump Sum Trimming and Cleanup ap.o. t S/ Oa)• co 3, 580 D 14p,op 14 S. Y. Y Construction Geotextile for Separation 3. 0D i 4, 920 72. ZQU. QD 15 Ton Structural Fill Including Haul 55• OD i 16 Ton7 Channel Fill Material Including Haul 10.0D I2./S' 0. QO 2, 370 17 Ton Crushed Surfacing Base Course 2)2. 00 1 S)$ 40. OD 18 TonO HMA Class 3/ 8 Inch PG 58H- 22 45, eo 05,5rav,ov 19 20 HMA Class 3/ 8 Inch PG 58H- 22 For 3 II,4,0O. 00 Ton Approach 20 Calculation Asphalt Cost Price Adjustment 0. 00 0.00 21 237 Concrete Class 5000 for Bridge t 0 0• 0o Ott. DD C.Y. 22 46, 939B 6, 9B39 St. Reinf. Bar For Bridge 2 .op at 51 ).co 23 Lump Sum Superstructure ( Ostrander Road) 100)000. 00 ioo,000& o 24 36 Gravel Backfill for Foundation Class A Bd• 0 i ( 0O. C. Y. Proposal Form Page 8 Ostrander Road Culvert Replacement Project No, 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa. com - Always Verify Scal
Item Approximate ITEM UNIT PRICE AMOUNT No. Quantity 25 162 Gravel Backfill for Wall SS. 00 $ ia f O. 00 C. Y. 3 26 F Single Slope Concrete Barrier 00. 00 Lk/ MO. 00 L. 27 193 Single Slope Concrete Barrier- Bridge 300. 00 57 41 00. 00 L. F. I 28 130 Removing and Resetting Existing 45. 00 s, sso. o0 L. F. Permanent Barrier 29 190 Underdrain Pipe, 6- inch Diameter 30. 00 5, 700. 00 L. F. 30 Corrugated Polyethylene Storm Sewer 30 L. F. Pipe, 12- Inch Diam 70. 00 2, 100. 00 80 Corrugated Polyethylene Storm Sewer 31 90. 00 7, 200. 00 L. F. Pipe, 18- Inch Diam 32 Lump Sum Stormwater Pollution Prevention 10, 000. 00 10, 000. 00 1, 370 33 Erosion Control Blanket 8. 50 11, 645. 00 S. Y. 34 613 Silt Fence 7. 00 4, 291. 00 L. F. 35 330 Topsoil Type C 85. 00 28, 050. 00 C. Y. 36 406 Fine Compost 12. 00 4, 872. 00 S.Y. 8 37 Each PSIPE, Acer Macrophyllum 15. 00 120. 00 8 38 Each PSIPE, Alnus Rubra 15. 00 120. 00 39 22 PSIPE, CornusSericea 15. 00 330. 00 Each 4 22 0 PSIPE, Rubus Parviflorus 15. 00 330. 00 Each 22 41 Each PSIPE, Salix Lucida 15. 00 330. 00 Proposal Form Page 9 Ostrander Road Culvert Replacement Project No. 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa. com - Always Verify Scal
Item Approximate ITEM UNIT PRICE AMOUNT No. Quantity 4 42 22 PSIPE, Salix Sitchensis 15. 00 330. 00 Each 0. 45 43 Seeding And Mulching 5, 000. 00 2, 250. 00 Acre 44 26 Flexible Guide Post 200. 00 5, 200. 00 Each 45 125 Beam Guardrail Type 31 40. 00 5, 000. 00 L. F. 413 Beam Guardrail Type 31- 8- Foot- Long 46 L. F. Posts 45. 00 18, 585. 00 5 Beam Guardrail Transition Section Type 47 3, 000. 00 15, 000. 00 Each 24 48 1 Beam Guardrail Anchor Type 11 1, 500. 00 1, 500. 00 Each 2 49 Each Beam Guardrail Non- Flared TL- 2 Terminal $ 4, 000. 00 8, 000. 00 50 265 Removing Guardrail 10. oo 2, 650. 00 L. F. 52 51 Ton Quarry Spas 50. 00 2, 600. 00 4 52 Each Mailbox Support Type 1 1, 200. 00 4, 800. 00 1 53 Each Mailbox Support Type 2 1, 750. 00 1, 750. 00 2, 100 54 Paint Line 5. 00 10, 500. 00 L. F. 55 6 Large Woody Material 1, 000. 00 6, 000. 00 Each 2 56 Each Deadman Anchor 1, 500. 00 3, 000. 00 57 Lump Sum Temporary Creek Diversion rj0 ,00 C0i000. SUBTOTAL SCHEDULE A 344,A:41. 00 Proposal Form Page 10 Ostrander Road Culvert Replacement Project No. 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa. com - Always Verify Scal
Item Approximate ITEM UNIT PRICE AMOUNT No. Quantity SCHEDULE B— WATER DISTRIBUTION 240 Ductile Iron Pipe for Water Main 8 Inch S8 so. oo 19, Boo. o0 L. F. Diam. 100 Ductile Iron Pipe for Water Main 8 Inch 400. oo 40, 000. o0 59 L. F. Diam. On Bridge 60 Lump Sum Temporary Water Main 15, 000. 00 15, 000. 00 2 3, 000. 00 6, 000. 00 61 Each Gate Valve 8 Inch 62 1 Comb. Air Release/ Air Vacuum Valve 7, 500. 00 7, 500. 00 Each Assembly 2 inch 63 1 Hydrant Assembly 8, 000. 00 8, 000. 00 Each 64 2 Service Connection 1 Inch Diam. 3, 500. 00 7, 000. 00 Each SUBTOTAL SCHEDULE B 102, 700. 00 WASHINGTON SALES TAX ON SCHEDULE B ( 7. 8%) 8, 010. 60 TOTAL COST TO COWUTZ COUNTY( SCHEDULES A AND B INCLUDING SALES TAX) $ 2/ LiS?. i• 6'0 Certification of Apprenticeship. The bidder certifies that, in the performance of the
they are
in
to
construction craft
by
in Cowlitz County Resolution No. 00-058. CRAFT PROGRAM CERTIFIED BY Construction Industry Training State of Washington - Workforce Training Laborers & Council of Washington and Education Coordinating Board. Operators Addenda. The bidder acknowledges receipt of
addenda: # 1 ,_# 2 , and
Proposal Form Page 11 Ostrander Road Culvert Replacement Project No. 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa. com - Always Verify Scal
project named above,
a participant
good standing of an apprentice program pertaining
the
identified below as certified
the body identified below, all as described
the following
Insert numbers of any addenda received.)

Non-Collusion. Each bidder must submit a declaration of non-collusion completely executed with their bid. Reasonable grounds for believing that any bidder(s) have engaged, either directly or indirectly, into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with this bid will cause rejection of all proposals which said bidder(s) has shown interest, and none of the participants to such direct or indirect actions will be considered.

The person( s) signing this bid on behalf ofthe bidder declares) under penalty of perjury under the laws of the United States and the State of Washington that this bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with . '•.

4 25 2023 Date Signature of Per: on 1 th• ized to Bind Bidder Quigg Bros. , Inc. Vice- President Bidder' s Business Name Title of Person Signing Bid t 4 Ii Signed in Aberdeen Washington Mg X• Proposal Form Page 12 Ostrander Road Culvert Replacement Project No. 1209 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www. bxwa. com - Always Verify Scal

Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award.

NON- COLLUSION DECLARATION

I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct:

1. That the undersigned person( s), firm, association or corporation has have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted.

2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration.

NOTICE TO ALL BIDDERS

To report rigging activities call:

1- 800-424-9071

The U. S. Department of Transportation ( USDOT) operates the above toll-free hotline" Monday through Friday, 8: 00 a. m. to 5: 00 p. m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the" hotline" to report such activities.

The " hotline" is part of USDOT' s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.

DOT Form 272-0361 EF 07/ 2011 Non- Collusion Declaration Page 13 Ostrander Road Culvert Replacement Project No. 1209

Proposal for Incorporating Recycled Materials into the Project

In compliance with a new law that went into effect January 1, 2016 ( SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21( 1) E, Table on Maximum Allowable Percent( By Weight) of Recycled Material, of the Standard Specifications.

Proposed total percentage: 0- percent.

Note: Use ofrecycledmaterials is highly encouraged within the limits shown above, butdoes not constitute a Bidder Preference, and will not affect the determination ofaward, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie-breaker, per the APWA GSP in Section 1- 03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1- 06.6 ofthe Special Provisions.

Bidder:

Signature of Authorized Official:

Date: April 25, 2023

APWA- WA Division 1 Committee rev. 1/ 8/ 2016
Q ' Bros., Inc.
Proposal for Incorporating Recycled Materials into the Project Page 14 Ostrander Road Culvert Replacement Project No. 1209

OSTRANDER ROAD CULVERT REPLACEMENT PROJECT

Name of Project

Quigg Bros., Inc.

Name of Bidder

The bidder named above hereby submits its bid deposit in the form of a certified check, cashier' s check, cash or bid bond in the amount of$ which amount is not less than five ( 5) percent of the total bid.

PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, That we, Quigg Bros., Inc. as Principal and Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the state of Connecticut and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto Cowlitz County as Obligee, in the full and penal sum of five (5) percent of the total amount ofthe bid proposal of said Principal for the work hereinafter described, for the payment ofwhich the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents.

The condition of this bond is such, that whereas the Principal herein is herewith submitting his or its sealed proposal for the following public works project, to wit: Ostrander Road Culvert Replacement

Said bid and proposal, by reference thereto, being made a part hereof.

1t i! THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be awarded to s #' Prince l;`and if the said Principal shall duly make and enter into and execute said contract and shall C, f iilsh 6 d:as' required by the contract documents within a period of ten ( 10) days from and after said a ard, ex t ofthe day of such award, then this obligation shall be null and void, otherwise it shall be r r

in ff Di I force and effect.

SIGNED A 4LED this 11th day of April 2023.

Name of S rety Aillir- . ...- —

Authorized Si: i 1 VICL PRE5 t OE.)4 -

Autho r.,

Heather Jacobsen, Attorney- in- Fact_ Title Title

Attach Power of Attorney

BID
DEPOSIT FORM
itaieoca4
<-,
i (., r, f .,. . fi al+ er' h 0'}' Qt .--
A,
Qui-gg Bros., Inc. Travelers Casualty and Surety Company of America N. a of Bidder
K
f M1 4
Date
Bid Deposit Form Page 15 Ostrander Road Culvert Replacement Project No. 1209
414 23

iA

TRAVELERS J

Travelers Casualty and Surety Company of America

Travelers Casualty and Surety Company

St. Paul Fire and Marine Insurance Company

POWER OF ATTORNEY

KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut ( herein collectively called the" Companies"), and that the Companies do hereby make, constitute and appoint HEATHER JACOBSEN of SEATTLE Washington their true and lawful Attorney( s)- in- Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.

IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021.

State of Connecticut

City of Hartford ss.

On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.

IN WITNESS WHEREOF, I hereunto set my hand and official seal.

My Commission expires the 30th day of June, 2026

20,44 Xeled

This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows:

RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys- in- Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is

FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is

FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when ( a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company' s seal by a Secretary or Assistant Secretary; or ( b) duly executed ( under seal, if required) by one or more Attorneys- in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is

FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-inFact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached.

I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. 4.

Dated this 11 day of April 2023

g ypw AQry J1' A*. kRvoliDActol iven T I ]] ff ya COIMt + f MOM RK
fN J
40. 1
t ; t} C4: HIATF0RD F! ,,. CONK 0a r,, Hughes' itantSecretary e .. To verify the authenticity of this Power ofAt ase call us at 1- 800- 421- 3880. Please refer to the above- named Attomey( s)- in-Fact and the' det, yl, ,g the bond to which this Power ofAttorney is attached.
.

E- VERIFY DECLARATION

OSTRANDER ROAD CULVERT REPLACEMENT PROJECT

Cowlitz County Project No. 1209

Firm Name: Quigg Bros., Inc.

The undersigned declares, under penalty of perjury under the laws of Washington that:

1. That the above-named firm is currently enrolled in and using the E- Verify system implemented on October 25, 2011 as outlined in Resolution No. 11- 118 and will continue to use the E- Verify system for so long as work is being performed on the above named project.

2. I certify that am duly authorized to sign this declaration on behalf of the above- named bidder/ proposer.

3. I acknowledge that Cowlitz County reserves the right to require a copy of the Memorandum of Understanding between the contractor listed above and the Department of Homeland Security certifying enrollment in the E-Verify program at any time. Failure to provide the required Memorandum of Understanding within 10 days of request could lead to suspension of this contract.

Dated at Aberdeen State of WA on this 25th day of April 2023. Signature aS)—* ,
Charles Quigg THIS PAGE MUST BE RETURNED WITH THE BID DOCUMENTS E- Verify Declaration Page 16 Ostrander Road Culvert Replacement Project No. 1209
2SPrinted Name

COMPLIANCE WITH WAGE PAYMENT LAWS DECLARATION

OSTRANDER ROAD CULVERT REPLACEMENT PROJECT

Cowlitz County Project No. 1209

Firm Name: Quigg Bros., Inc.

1. The bidder hereby certifies that, within the three- year period immediately preceding the bid solicitation date April 4, 2023, the bidder is not a" willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

2. I certify that I am duly authorized to sign this declaration on behalf of the above-named bidder/ proposer.

3. I acknowledge that Cowlitz County is required to receive this declaration as a condition to awarding the public works contract pursuant to RCW 39. 04.350.

The undersigned declares, under penalty of perjury under the laws of Washington, that the foregoing is true and correct. Signed

Signature

Printed Name Charles Quigg

and dated at Aberdeen in State of WA, on this 25th day of
April 2023.
THIS PAGE MUST BE RETURNED BEFORE THE PUBLIC WORKS CONTRACT CAN BE AWARDED Page 17 Compliance with Wage Payment Laws Declaration Ostrander Road Culvert Replacement Project No. 1209

THIS AGREEMENT is entered into between COWLITZ COUNTY and QUIGG BROTHERS, INC. ("Contractor") for the following project: OSTRANDER ROAD CULVERT REPLACEMENT PROJECT ("the Project").

The Parties Agree as Follows:

1. Acceptance of Bid Proposal. Cowlitz County accepts Contractor's bid proposal for the Project. Such acceptance is limited to the following items of the bid proposal: 1-64

2. Contractor to Accomplish Project. Contractor shall do all work and furnish all labor, materials, equipment, tools, services, and incidentals necessary to accomplish the Project in strict compliance with the contract documents.

3. Contract Amount. Cowlitz County shall pay Contractor in accordance with the contract documents, based on the unit prices and lump sums stated in the Proposal Form. The total contract amount for the Project shall not exceed $2,457,651.60, including sales taxes.

4. Contract Documents. (a) This Agreement shall be governed by and incorporates by reference the 2023 Standard Specifications for Road, Bridge, and Municipal Construction, by the Washington State Department of Transportation and the American Public Works Association, Washington State Chapter (the “Standard Specifications”). All provisions of the Standard Specifications apply unless specifically modified herein. (b) The contract documents constitute the parties' entire and integrated agreement concerning the Project, and supersede all prior and contemporaneous negotiations, representations, or agreements, both written and oral.

5. Contractor Registration. By submitting a bid, each bidder warrants that it is currently a registered contractor in accordance with RCW 18.27. Continuous registration throughout the performance of the project is a requirement of the contract. The bidder shall promptly furnish proof of registration whenever requested.

6. Performance of Work. (a) The Contractor warrants that all work performed shall be free from defects in material and workmanship, shall conform to the contract documents, and shall be fit for Cowlitz County's intended purposes. If the Engineer determines that the work or any portion thereof fails to conform to the foregoing warranty, the Engineer shall give the Contractor written notice thereof and the Contractor shall then take corrective action as directed by the Engineer. The purpose of the

Agreement Page 18 Ostrander Road Culvert Replacement Project No. 1209
AGREEMENT

corrective action will be to remedy all nonconforming work and any damage caused by the nonconforming work. The Contractor shall begin the repair or replacement within 10 days after receiving the notice and shall complete the work within such reasonable time as determined by the Engineer. If the Contractor fails to carry out the corrective action as required by this section, Cowlitz County may perform the corrective action with its own resources or by contract, and the Contractor shall pay all the costs thereof.

(b) If other provisions of the contract documents contain different performance requirements, the more stringent requirements shall apply.

(c) No inspection, acceptance, use, or occupancy of the work, or payment for the work, shall relieve the Contractor from its responsibilities.

(d) The Contractor warrants good title to all materials, supplies, and equipment incorporated into the work.

7. Uniformity of Equipment and Materials. Like items of equipment and materials to be incorporated into the work shall be products of one manufacturer.

8. Substitution of "Equal" Products. Unless otherwise provided, any reference in the contract documents to any product by a brand name, model, or catalog number shall be understood as establishing a standard of quality, and products equal in quality may be substituted if approved in advance by the Engineer. If the Contractor wishes to propose a substitution, it shall submit a written proposal in a form approved by the County, warranting and guarantying the substitute product will be, including but not limited to, at least equal to or better than the specified product in terms of quality, function, performance, compatibility and reliability, to the Engineer, whose decision shall be final. The proposal shall identify the proposed substitute product, and the Contractor shall upon request and at its expense furnish the Engineer with such detailed specifications, test results, and other data as are helpful to the Engineer. The Engineer will not consider any proposed substitution if there is inadequate time available to fully evaluate the proposal. If the Engineer approves a substitution proposed by the Contractor, it is understood that such approval is in reliance upon the Contractor’s written warranty and guaranty the substitute product to be, including but not limited to, at least equal to or better than the specified product in terms of quality, function, performance, compatibility and reliability. There will be no additional compensation or extensions to the time for completion. If the installation, application or performance of the substitute product is not equal to the specified product, the Engineer may direct the Contractor to remove the substitute product and replace it with the specified product, and to remedy any damage and delay caused by the use of the substitute product, all at the Contractor's expense. The County has a right to a deductive Change Order if the substituted product proves less costly than the contractually required product.

Agreement Page 19 Ostrander Road Culvert Replacement Project No. 1209

9. Utilities. The Contractor shall comply with the provisions of RCW 19.122, Standard Specification 1-07.17, and this paragraph. The telephone number of the Cowlitz County Utilities Coordinating Council is (800) 424-5555. The Special Provisions and/or contract plans identify all underground facilities known by Cowlitz County to be located within the area of excavation required as part of the work. Locations and dimensions shown in the Special Provisions or on the plans are in accordance with available information without uncovering, measuring, or other verification. If a utility is known or suspected of having underground facilities within the area of the excavation, and that utility is not a subscriber to the Cowlitz County Utilities Coordinating Council, the Contractor shall give individual notice to that utility.

10. Prevailing Wages and E-Verify. The Contractor shall pay all fees required by the Department of Labor and Industries in connection with the administration of the prevailing wage requirements. No increase in prevailing wage rates or fringe benefits shall be grounds for any additional compensation to the Contractor.

Cowlitz County requires that all businesses which contract with the County for contracts awarded by formal competitive procedures be enrolled in the Federal E-Verify Program. The requirement extends to every subcontractor meeting the same criteria. The Prime Contractor must provide certification of enrollment with bid submittal. The Prime Contractor is responsible for verification of every applicable subcontractor. Cowlitz County reserves the right to require a copy of a Memorandum of Understanding between the Prime or any Subcontractor and Department of Homeland Security upon request at any time during the project verifying the contractor’s enrollment. Failure to provide this document could result in suspension of the project.

A copy of Resolution No. 11-118 is available at the Offices of the Board of County Commissioners. Federal E-Verify Program is a web-based application that can be accessed at www.dhs.gov/everify

11. Air Pollution Regulations. The Southwest Washington Air Pollution Control Authority has adopted regulations to control the emission of contaminants into the air by sources within the Authority's jurisdiction, which includes Cowlitz County. The Contractor shall comply with all regulations and orders of such Authority.

12. Shoring. If in the performance of this contract, the Contractor or any subcontractor excavates any trench to a depth in excess of four feet, the Contractor shall provide adequate safety systems for the trench excavation that comply with the requirements of the Washington Industrial Safety and Health Act, RCW 39.04.180, and with all regulations thereunder. The costs associated with such trench safety systems are set forth as a separate bid item on each bidder's proposal. The costs of

Agreement Page 20 Ostrander Road Culvert Replacement Project No. 1209

SPECIAL PROVISIONS

INTRODUCTION TO THE SPECIAL PROVISIONS

(December 10, 2020 APWA GSP)

The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2023 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work.

These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply.

The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example:

(March 8, 2013 APWA GSP)

(April 1, 2013 WSDOT GSP)

(*******, COWLITZ COUNTY GSP)

Also incorporated into the Contract Documents by reference are:

• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any

• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition

Contractor shall obtain copies of these publications, at Contractor’s own expense.

- DIVISION 1GENERAL REQUIREMENTS

DESCRIPTION OF WORK

(March 13, 1995)

This contract provides for the improvement of ***Removal of existing culvert and installation of new precast concrete bridge including excavation, cast-in-place concrete, precast concrete bridge girders, grading and embankment construction, HMA paving, guardrail and traffic barrier installation, streambed reconstruction, waterline, *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications.

Special Provisions Page 23 Ostrander Road Culvert Replacement Project No. 1209

(******)

Appendices. The following appendices are hereby provided for the Contractor’s information:

Appendix A – Plans

Appendix B – Geotechnical Report

Appendix C – HPA from Washington State Department of Fish and Wildlife

Appendix D – Nationwide Permit 14 from US Army Corps of Engineers

Appendix E – Floodplain Permit from Cowlitz County Department of Building and Planning

Appendix F – Construction Stormwater General Permit from Department of Ecology

Appendix G – Applicable Standard Plans

Appendix H – Gas Main As-Built Drawings

(******)

Standard Specifications. All sections of the 2023 Standard Specifications not specifically modified below apply. Sections listed below but not modified are referenced for the Contractor's convenience only. Modified sections of the Standard Specifications shall be applicable for the purposes of a single bid item only and shall not represent a modification to all bid items, unless otherwise indicated.

1-01.3 Definitions

(January 19, 2022 APWA GSP)

Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following:

Dates

Bid Opening Date

The date on which the Contracting Agency publicly opens and reads the Bids.

Award Date

The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work.

Contract Execution Date

The date the Contracting Agency officially binds the Agency to the Contract.

Notice to Proceed Date

The date stated in the Notice to Proceed on which the Contract time begins.

Substantial Completion Date

The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract.

Physical Completion Date

The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date.

Special Provisions Page 24 Ostrander Road Culvert Replacement Project No. 1209

Completion Date

The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date.

Final Acceptance Date

The date on which the Contracting Agency accepts the Work as complete.

Supplement this Section with the following:

All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”.

All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise.

All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”.

All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted.

Additive

A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.

Alternate

One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work.

Business Day

A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5.

Contract Bond

The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond.

Contract Documents

See definition for “Contract”.

Special Provisions Page 25 Ostrander Road Culvert Replacement Project No. 1209

Contract Time

The period of time established by the terms and conditions of the Contract within which the Work must be physically completed.

Notice of Award

The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal.

Notice to Proceed

The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins.

Traffic

Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic.

(******)

"Contracting Agency" means Cowlitz County.

"Engineer" or "Project Engineer" means the Cowlitz County Engineer.

"Secretary" or "Secretary of Transportation" means the Board of County Commissioners of Cowlitz County.

"State" or “State of Washington” means Cowlitz County, except when referring to state departments other than the department of transportation, and except when referring to state publications, laws, etc.

1-02 BID PROCEDURES AND CONDITIONS

1-02.1

Prequalification of Bidders

Delete this Section and replace it with the following:

1-02.1

Qualifications of Bidder

(January 24, 2011 APWA GSP)

Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project.

1-02.2

Plans and Specifications

(June 27, 2011 APWA GSP)

Delete this section and replace it with the following:

Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work.

Special Provisions Page 26 Ostrander Road Culvert Replacement Project No. 1209

After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To

Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense.

1-02.5

Proposal Forms

(July 31, 2017 APWA GSP)

Delete this section and replace it with the following:

The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form.

The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified.

1-02.6 Preparation of Proposal

(December 10, 2020 APWA GSP, Option B)

Supplement the second paragraph with the following:

4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated.

5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid.

Special Provisions Page 27 Ostrander Road Culvert Replacement Project No. 1209
Prime Contractor No.
Sets Basis of Distribution Reduced plans (11" x 17") 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 34") 3 Furnished only upon request.
of

Delete the last two paragraphs, and replace them with the following:

The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.

The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.

A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign).

A bid by a partnership shall be executed in the partnership name and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement.

A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement.

Add the following new section:

1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP)

The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions.

1-02.9 Delivery of Proposal (January 19, 2022 APWA GSP, Option A)

Delete this section and replace it with the following:

Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery.

To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6:

• DBE Utilization Certification (WSDOT 272-056)

• DBE Written Confirmation Document (WSDOT 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification

• Good Faith Effort (GFE) Documentation

• DBE Bid Item Breakdown (WSDOT 272-054)

• DBE Trucking Credit Form (WSDOT 272-058)

Special Provisions Page 28 Ostrander Road Culvert Replacement Project No. 1209

DBE Utilization Certification

The DBE Utilization Certification shall be received at the same location and no later than the time required for delivery of the Proposal. The Contracting Agency will not open or consider any Proposal when the DBE Utilization Certification is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals. The DBE Utilization Certification may be submitted in the same envelope as the Bid deposit.

DBE Written Confirmation and/or GFE Documentation

The DBE Written Confirmation Documents and/or GFE Documents are not required to be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit Written Confirmation Documentation from each DBE firm listed on the Bidder’s completed DBE Utilization Certification and/or the GFE as required by Section 1-02.6.

DBE Bid Item Breakdown and DBE Trucking Credit Form

The DBE Bid Item Breakdown and the DBE Trucking Credit Forms (if applicable) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit a completed DBE Bid Item Breakdown and a DBE Trucking Credit Form for each DBE Trucking firm listed on the DBE Utilization Certification, however, minor errors and corrections to DBE Bid Item Breakdown or DBE Trucking Credit Forms will be returned for correction for a period up to five calendar days (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. A DBE Bid Item Breakdown or DBE Trucking Credit Forms that are still incorrect after the correction period will be determined to be non-responsive.

Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (DBE confirmations, or GFE documentation) that is received after the time specified above or received in a location other than that specified in the Call for Bids.

If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 102.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first workday on which the normal work processes of the Contracting Agency resume.

1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP)

Delete this section, and replace it with the following:

After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or

Special Provisions Page 29 Ostrander Road Culvert Replacement Project No. 1209

supplement it if:

1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and

2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and

3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals.

If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn.

Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.

(*******)

1-02.12 Public Opening of Proposal

Section 1-02.12 is supplemented with the following:

Date Of Opening Bids

Sealed bids are to be received at the following location prior to the time specified in the CALL FOR BIDS:

Board of County Commissioners

Attn: Clerk of the Board

County Administration Building

207 Fourth Avenue North, 3rd Floor Kelso WA 98626

1-02.13 Irregular Proposals (December 30, 2022 APWA GSP)

Delete this section and replace it with the following:

1. A Proposal will be considered irregular and will be rejected if:

a. The Bidder is not prequalified when so required;

b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered;

c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions;

d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract;

e. A price per unit cannot be determined from the Bid Proposal;

f. The Proposal form is not properly executed;

Special Provisions Page 30 Ostrander Road Culvert Replacement Project No. 1209

g. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-015), if applicable, as required in Section 1-02.6;

h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6;

i. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions;

j. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made;

k. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions;

l. The Bidder fails to submit DBE Trucking Credit Forms (WSDOT Form 272-058), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions;

m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or

n. More than one Proposal is submitted for the same project from a Bidder under the same or different names.

2. A Proposal may be considered irregular and may be rejected if:

a. The Proposal does not include a unit price for every Bid item;

b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency;

c. Receipt of Addenda is not acknowledged;

d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or

e. If Proposal form entries are not made in ink.

1-02.14 Disqualification of Bidders

(May 17, 2018 APWA GSP, Option A)

Delete this section and replace it with the following:

A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended.

The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria.

Special Provisions Page 31 Ostrander Road Culvert Replacement Project No. 1209

If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination.

1-02.15 Pre Award Information

(December 30, 2022 APWA GSP)

Revise this section to read:

Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder:

1. A complete statement of the origin, composition, and manufacture of any or all materials to be used,

2. Samples of these materials for quality and fitness tests,

3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work,

4. A breakdown of costs assigned to any bid item,

5. Attendance at a conference with the Engineer or representatives of the Engineer,

6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located.

7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder.

1-03 AWARD AND EXECUTION OF CONTRACT

1-03.1

Consideration of

Bids

(December 30, 2022 APWA GSP)

Revise the first paragraph to read:

After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the

Special Provisions Page 32 Ostrander Road Culvert Replacement Project No. 1209

Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond.

1-03.1(1) Identical Bid Totals

(December 30, 2022 APWA GSP)

Revise this section to read:

After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw.

1-03.3 Execution of Contract (January 19, 2022 APWA GSP)

Revise this section to read:

Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency.

Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency.

Within **10** calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15.

Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency.

Special Provisions Page 33 Ostrander Road Culvert Replacement Project No. 1209

If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of **10** additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it.

1-03.4 Contract Bond

(July 23, 2015 APWA GSP)

Delete the first paragraph and replace it with the following:

The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall:

1. Be on Contracting Agency-furnished form(s);

2. Be signed by an approved surety (or sureties) that:

a. Is registered with the Washington State Insurance Commissioner, and

b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner,

3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure:

a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or

b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work;

4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and

5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and

6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president).

Special Provisions Page 34 Ostrander Road Culvert Replacement Project No. 1209

1-03.7 Judicial Review (December 30, 2022 APWA GSP)

Revise this section to read:

All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.

1-04 SCOPE OF THE WORK

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 30, 2022 APWA GSP)

Revise the second paragraph to read:

Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):

1. Addenda,

2. Proposal Form,

3. Special Provisions,

4. Contract Plans,

5. Standard Specifications,

6. Contracting Agency’s Standard Plans or Details (if any), and

7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.

Interpretation of Contract Documents. The Contractor shall provide any work or materials clearly implied in the contract even if the contract documents do not mention it specifically. If the contract documents use words that are not defined therein but have a commonly accepted technical or trade meaning, the words shall be understood in accordance with that meaning.

1-04.4 Changes (January 19, 2022 APWA GSP)

The first two sentences of the last paragraph of Section 1-04.4 are deleted. Section 1-04.4 is supplemented with the following:

Interpretation of Contract Documents. The Contractor shall provide any work or materials clearly

Special Provisions Page 35 Ostrander Road Culvert Replacement Project No. 1209
(*******)
(*******)

implied in the contract even if the contract documents do not mention it specifically. If the contract documents use words that are not defined therein but have a commonly accepted technical or trade meaning, the words shall be understood in accordance with that meaning.

1-05 CONTROL OF WORK

1-05.1

Authority of The Engineer

Section 1-05.1 is supplemented with the following:

Additional Directions from Engineer. If the Engineer determines that the provisions in the contract documents are not sufficiently clear to permit the Contractor to proceed with the work, the Engineer shall, either on his own or upon written request from the Contractor, furnish such additional written directions as he deems appropriate. When the Contractor makes such a request, it must do so in writing and must allow ample time to permit the Engineer to review the request and prepare any additional directions before the Contractor begins any work affected by the request. Any additional directions issued by the Engineer shall not be inconsistent with the contract documents and shall have the same force and effect as if contained in the contract documents.

1-05.3 Plans and Working Drawings

Section 1-05.3 is supplemented with the following:

Shop Drawings. The Contractor shall submit five copies of all shop drawings and samples to the Engineer for review and approval in accordance with the schedule of shop drawing submissions approved at the Pre-Construction Conference. Contractor shall check and verify all field measurements prior to submitting shop drawings to Engineer for review and approval, shop drawings shall have been checked by and stamped with the approval of the Contractor and identified as the Engineer may require. The data shown on the Shop Drawings will be complete with respect to dimensions, design criteria, material or construction and like information to enable the Engineer to review the information as required.

At the time of each submission, the Contractor shall, in writing, call the Engineer’s attention to any deviations that the Shop Drawings or Samples may have from the requirements of the Contract Documents.

The Engineer will review and approve with reasonable promptness shop drawings and samples, but the Engineer’s review and approval shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contact Documents and shall not extend to means, methods, sequences, techniques or procedures of construction or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. The Contractor shall make any corrections required by the Engineer and shall return the required number of corrected copies of shop drawing and resubmit new samples for review and approval. The Contractor shall direct specific attention, in writing, to revisions other than the corrections called for by the Engineer on previous submittals. The Contractor’s stamp of approval on any shop drawings or samples shall constitute a representation to Owner and Engineer that

Special Provisions Page 36 Ostrander Road Culvert Replacement Project No. 1209
(*******)

Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that the Contractor has reviewed or coordinated each shop drawing or sample with the requirements of the work and the Contract Documents.

Where a shop drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer.

The Engineer’s review and approval of shop drawings or samples shall not relieve the Contractor from responsibility for any deviations from the Contract Documents unless the Contractor has, in writing, called the Engineer’s attention to such deviation at the time of submission and the Engineer has given written concurrence and approval to the specific deviation, nor shall any concurrence or approval by the Engineer relieve the Contractor from responsibility for errors or omissions in the shop drawings.

The following is a list of products and materials for which the Contractor shall submit shop drawings or samples. The list may not be inclusive and is subject to revision by the Engineer and Owner.

1.) Prestressed Girders

2.) Reinforcement

3.) Concrete Mix Designs

4.) Geotextiles

5.) HMA Mix Designs

1-05.4 Conformity With And Deviations From Plans And Stakes

Section 1-05.4 is supplemented with the following:

The Contracting Agency will provide construction surveying following a written request by the Contractor. The Contractor shall prepare the project site as necessary to accommodate the survey operations. This includes clearing and grubbing, and any excavation or placement of fill materials necessary for the stakes to be placed at the correct elevations. If the Contracting Agency’s survey personnel arrive at the project site and the site has not been adequately prepared for the specific surveying task, the survey request will be denied and returned to the Contractor. The Contracting Agency will not provide the requested surveying services until a new request has been submitted by the Contractor.

The Contractor shall provide sufficient, safe and adequate space for the surveyors to set points and elevations and shall use caution whenever it is necessary to have equipment working at the same time and the same vicinity as the Contracting Agency’s survey personnel. If the Engineer determines that sufficient, safe and adequate space is not provided, then survey personnel may be withdrawn until corrective action is taken by the Contractor to the satisfaction of the Engineer.

The Contractor shall assume full responsibility for the interpretation and measurements from the stakes, hubs or marks. If the Contractor notices any discrepancies in line or grade, the Contractor shall bring them to the immediate attention of the Engineer, prior to constructing the affected work.

Special Provisions Page 37 Ostrander Road Culvert Replacement Project No. 1209
(*******)

Replacement Staking Services

If at any time the Contracting Agency is required to replace survey staking previously done by the Contracting Agency, the Contractor shall bear the expense. The Contractor shall be charged by the hour at the rate set in the bid proposal form for each hour that the replacement staking requires.

Measurement

Replacement staking services shall be measured by the whole hour rounded up for any partial hour. The time for determining the hour charges will be from the time the Contracting Agency’s personnel leave their current work until they return to that work at the same point as the departure.

Payment

“Replacement Staking Services”, per hour, will be deducted off the regular and final progress payments at the rate per hour shown in the bid proposal form.

Add the following two new sub-sections:

1-05.4 Conformity With and Deviations from Plans and Stakes

Supplement this section with the following:

Roadway and Utility Surveys

(July 23, 2015 APWA GSP, Option 1)

The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of:

1. Slope stakes for establishing grading;

2. Curb grade stakes;

3. Centerline finish grade stakes for pavement sections wider than 25 feet; and

4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains.

On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade.

(October 3, 2022)

Contractor Surveying - Structure

The Contracting Agency has provided primary survey control in the Plans.

The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, retaining walls, and buried structures. Except for the survey control data to be furnished by the Contracting Agency, calculations,

Special Provisions Page 38 Ostrander Road Culvert Replacement Project No. 1209

surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility.

The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense.

Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift.

The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers.

The survey work by the Contractor shall include but not be limited to the following:

1. Verify the primary horizontal and vertical control furnished by the Contracting Agency and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points.

2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles.

3. Establish offsets to footing centerline of bearing for structure excavation.

4. Establish offsets to footing centerline of bearing for footing forms.

5. Establish wing wall, retaining wall, noise wall, and buried structure horizontal alignment.

6. Establish retaining wall top of wall profile grade.

7. Establish buried structure profile grade.

8. Establish elevation benchmarks for all substructure formwork.

9. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement.

10. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement.

Special Provisions Page 39 Ostrander Road Culvert Replacement Project No. 1209

11. Establish location and plumbness of column forms and monitor column plumbness during concrete placement.

12. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing.

13. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement.

14. Establish grout pad locations and elevations.

15. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies.

16. Establish box girder bottom slab grades and locations.

17. Establish girder and/or web wall profiles and locations.

18. Establish diaphragm locations and centerline of bearing.

19. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails.

20. Establish traffic barrier and curb profile.

21. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile.

The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer.

The Contractor shall submit the computed elevations at the top of bridge decks as a Type 2 Working Drawing. The elevations shall be computed at tenth points along the centerline of each girder web.

The Contractor shall ensure a surveying accuracy within the following tolerances:

1.

2.

3. Superstructure elevations

4. Substructure

0.01 feet variation from plan elevation

0.02 feet variation from Plan grades.

Buried structures shall be within the tolerances described in Section 6-20.3.

Special Provisions Page 40 Ostrander Road Culvert Replacement Project No. 1209
Vertical Horizontal
Stationing on structures
0.02 feet
Alignment on structures
0.02 feet

The Contracting Agency may spot-check the Contractor’s surveying. These spot-checks will not change the requirements for normal checking by the Contractor.

When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances:

Piles

Shafts

Footings

Columns

The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval.

Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes.

Payment

Payment will be made for the following bid item when included in the proposal:

"Structure Surveying", lump sum.

The lump sum contract price for "Structure Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts.

1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005

APWA GSP)

Supplement this section with the following:

If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary.

If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public.

Special Provisions Page 41 Ostrander Road Culvert Replacement Project No. 1209

Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work.

No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section.

The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required.

1-05.11 Final Inspection

Delete this section and replace it with the following:

1-05.11 Final Inspections and Operational Testing

(October 1, 2005 APWA GSP)

1-05.11(1) Substantial Completion Date

When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally.

If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore.

Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work.

The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection.

Special Provisions Page 42 Ostrander Road Culvert Replacement Project No. 1209

1-05.11(2) Final Inspection and Physical Completion Date

When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.

If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.

The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder.

Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled.

1-05.11(3) Operational Testing

It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing, they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer.

The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal.

Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract.

Special Provisions Page 43 Ostrander Road Culvert Replacement Project No. 1209

1-05.13 Superintendents, Labor and Equipment of Contractor

(August 14, 2013 APWA GSP)

Delete the sixth and seventh paragraphs of this section.

Add the following new section:

1-05.16 Water and Power

(October 1, 2005 APWA GSP)

The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item.

1-06 CONTROL OF MATERIAL

1-06.6 Recycled Materials

(January 4, 2016 APWA GSP)

Delete this section, including its subsections, and replace it with the following:

The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications.

Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting.

1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC

1-07.1 Laws To Be Observed

Section 1-07.1 is supplemented with the following:

(October 1, 2005 APWA GSP)

Supplement this section with the following:

In cases of conflict between different safety regulations, the more stringent regulation shall apply.

The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA).

Special Provisions Page 44 Ostrander Road Culvert Replacement Project No. 1209

The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing 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 doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care.

The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site.

1-07.2 State Sales Tax

Delete this section, including its sub-sections, in its entirety and replace it with the following:

1-07.2 State Sales Tax (June 27, 2011 APWA GSP)

The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.

The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception.

The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWAfunded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund.

1-07.2(1) State Sales Tax — Rule 171

WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts,

Special Provisions Page 45 Ostrander Road Culvert Replacement Project No. 1209

including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work.

1-07.2(2) State Sales Tax Rule 170

WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation.

For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception.

Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount.

1-07.2(3) Services

The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244).

1-07.6 Permits and Licenses

Section 1-07.6 is supplemented with the following:

(January 2, 2018)

The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these permits, including a copy of the Transfer of Coverage form, when applicable, are required to be onsite at all times.

Contact with the permitting agencies, concerning the below-listed permit(s), shall be made through the Engineer with the exception of when the Construction Stormwater General Permit coverage is transferred to the Contractor, direct communication with the Department of Ecology is allowed. The Contractor shall be responsible for obtaining Ecology’s approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved.

Special Provisions Page 46 Ostrander Road Culvert Replacement Project No. 1209

*** HPA from Washington State Department of Fish and Wildlife

Nationwide Permit 14 from US Army Corps of Engineers

Floodplain Permit from Cowlitz County Department of Building and Planning

Construction Stormwater General Permit from Washington State Department of Ecology ***

1-07.7 Load Limits

Section 1-07.7 is supplemented with the following:

(March 13, 1995)

If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes.

(*******)

1-07.14 Responsibility for Damage

Section 1-07.14 is supplemented with the following:

Indemnification. References in Standard Specification 1-07.14 to the Contractor's "agents" shall be understood to include the Contractor's subcontractors. The Contractor's responsibilities under Standard Specification 1-07.14 shall survive the termination or completion of the contract.

(April 2, 2007)

Utilities and Similar Facilities

Section 1-07.17 is supplemented with the following:

Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification.

The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience:

**Power: Cowlitz Public Utility District 961 12th Avenue

Longview, Washington 98632 (360) 577-7546

Gas: Nippon Dynawave Packaging Company

3401 Industrial Way

Longview, Washington 98632 (360) 425-2150

Telephone: CenturyLink

1305 Washington Way

Longview, Washington 98632

(360) 577-5023

Special Provisions Page 47 Ostrander Road Culvert Replacement Project No. 1209

Water/Sewer: Beacon Hill Sewer District

1121 Westside Highway

Kelso, Washington 98626

(360) 636-3860

Cable: Comcast 6916 NE 40th Street Vancouver, WA 98661 (360) 891-3204**

1-07.18 Public Liability and Property Damage Insurance

Delete this section in its entirety, and replace it with the following:

1-07.18 Insurance

(December 30, 2022 APWA GSP)

1-07.18(1) General Requirements

A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition.

B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below.

C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed.

D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, selfinsurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it.

E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice.

Special Provisions Page 48 Ostrander Road Culvert Replacement Project No. 1209

F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency

G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency.

H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made.

1-07.18(2) Additional Insured

All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:

▪ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers

The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor.

For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.

1-07.18(3) Subcontractors

The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors.

The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.

Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.

Special Provisions Page 49 Ostrander Road Culvert Replacement Project No. 1209

1-07.18(4) Verification of Coverage

The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance.

Verification of coverage shall include:

1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.

2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement.

3. Any other amendatory endorsements to show the coverage required herein.

4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted.

Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work.

1-07.18(5) Coverages and Limits

The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity.

All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor.

1-07.18(5)A Commercial General Liability

Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage.

Special Provisions Page 50 Ostrander Road Culvert Replacement Project No. 1209

The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.

Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work.

Such policy must provide the following minimum limits:

$1,000,000 Each Occurrence

$2,000,000 General Aggregate

$2,000,000 Products & Completed Operations Aggregate

$1,000,000 Personal & Advertising Injury each offence

$1,000,000 Stop Gap / Employers’ Liability each accident

1-07.18(5)B Automobile Liability

Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements.

Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident

1-07.18(5)C Workers’ Compensation

The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

1-07.18(5)K Professional Liability

(December 30, 2022 APWA GSP)

The Contractor and/or its subcontractor(s) and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions.

Such policy shall provide the following minimum limits: $1,000,000 per claim and annual aggregate

If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include coverage for Environmental Professional Liability.

If insurance is on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract.

Special Provisions Page 51 Ostrander Road Culvert Replacement Project No. 1209

1-07.23 Public Convenience And Safety

1-07.23(1) Construction Under Traffic

The second paragraph of Section 1-07.23(1) is supplemented with the following: (*******)

The Contractor shall limit the total delay to the public, to a maximum of *** 20 *** minutes, during travel through the project. If the delay becomes greater than *** 20 *** minutes, the Contractor shall immediately begin to take action to cease the operations that are causing the delays. If the *** 20 *** minute delay limit has been exceeded, as determined by the Engineer, the Contractor shall provide to the Engineer, a written proposal to revise his work operations to meet the *** 20 *** minute limit. This proposal shall be approved by the Engineer prior to resuming any work requiring traffic control.

Section 1-07.23(1) is supplemented with the following: (******)

Road Closure. The Contractor may close Ostrander Road to traffic for one continuous period not to exceed 80 working days. Access shall be maintained at all times for local traffic and all existing driveways.

The Contractor shall provide two (2) weeks’ notice to the Engineer prior to the start of the proposed road closure. The Contractor shall provide and maintain all temporary traffic control devices and signs adjacent to the work area. The County will provide and maintain all detour signs.

1-07.24 Rights of Way

(July 23, 2015 APWA GSP)

Delete this section and replace it with the following:

Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made.

Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum.

Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer.

Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If

Special Provisions Page 52 Ostrander Road Culvert Replacement Project No. 1209

the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract.

Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted.

The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established.

1-08 PROSECUTION AND PROGRESS

Add the following new section:

1-08.0

Preliminary Matters (May 25, 2006 APWA GSP)

Add the following new section:

1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP)

Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be:

1. To review the initial progress schedule;

2. To establish a working understanding among the various parties associated or affected by the work;

3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.;

4. To establish normal working hours for the work;

5. To review safety standards and traffic control; and

6. To discuss such other related items as may be pertinent to the work.

Special Provisions Page 53 Ostrander Road Culvert Replacement Project No. 1209

The Contractor shall prepare and submit at the preconstruction conference the following:

1. A breakdown of all lump sum items;

2. A preliminary schedule of working drawing submittals; and

3. A list of material sources for approval if applicable.

Add the following new section:

1-08.0(2) Hours of Work

(December 8, 2014 APWA GSP)

Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference.

All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances).

If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 10 am prior to the day(s) the Contractor is requesting to change the hours.

If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example:

1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.)

2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time.

3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period.

4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day.

Special Provisions Page 54 Ostrander Road Culvert Replacement Project No. 1209

5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll.

1-08.1 Subcontracting

Section 1-08.1 is supplemented with the following:

The Contractor shall ensure that each subcontractor (in any tier) agrees in writing to: (a) perform its work in strict compliance with these contract documents; and (b) defend, indemnify, and hold harmless Cowlitz County (and its officials, employees, and agents) from claims and liabilities arising from the subcontractor's acts and omissions, to the same extent provided in Standard Specification 1-07.14 for the Contractor. Upon request, the Contractor will promptly provide the Engineer with a copy of any subcontract.

The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier.

At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder 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).

Special Provisions Page 55 Ostrander Road Culvert Replacement Project No. 1209
(******)

1-08.3 Progress Schedule.

Add the following to Section 1-08.3:

(*******)

A critical path schedule shall be submitted by the Contractor for review and approval by the Engineer prior to the preconstruction meeting. Work shall not begin until the critical path schedule is approved. Any deviation from the approved critical path must be submitted to the Engineer with a modified critical path schedule two (2) working days prior to the proposed deviation. Approval must be received from the Engineer prior to proceeding with the deviation. Costs for the critical path schedule shall be included in the bid items of this contract and will not be paid for individually.

1-08.5 Time for Completion

Section 1-08.5 is supplemented with the following:

(March 13, 1995)

This project shall be physically completed within *** 110 *** working days.

1-08.9 Liquidated Damages

(March 3, 2021 APWA GSP, Option B)

Revise the second and third paragraphs to read:

Accordingly, the Contractor agrees:

1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and

2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor.

Liquidated Damages Formula

LD=0.15C/T

Where:

LD = liquidated damages per working day (rounded to the nearest dollar)

C = original Contract amount

T = original time for Physical Completion

When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as

Special Provisions Page 56 Ostrander Road Culvert Replacement Project No. 1209

promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract.

1-09 MEASUREMENT AND PAYMENT

1-09.6 Force Account

(December 30, 2022 APWA GSP)

Supplement this section with the following:

The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer.

1-09.9 Payments

(December 30, 2022 APWA GSP)

Section 1-09.9 is revised to read:

The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment.

The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final.

Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference.

The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment.

The value of the progress estimate will be the sum of the following:

1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price.

Special Provisions Page 57 Ostrander Road Culvert Replacement Project No. 1209

2. Lump Sum Items in the Bid Form based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination.

3. Materials on Hand 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer.

4. Change Orders entitlement for approved extra cost or completed extra work as determined by the Engineer.

Progress payments will be made in accordance with the progress estimate less:

1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;

2. The amount of progress payments previously made; and

3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents.

Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1.

Failure to perform obligations under the Contract by the Contractor may be decreed by the Contracting Agency to be adequate reason for withholding any payments until compliance is achieved.

Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the Contractor under the Contract will be paid based upon the final estimate made by the Engineer and presentation of a Final Contract Voucher Certification to be signed by the Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor unless a Certified Claim is filed in accordance with the requirements of Section 1-09.11 and is expressly excepted from the Contractor’s certification on the Final Contract Voucher Certification. The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final acceptance date (Section 1-05.12).

If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the Contract, the Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a Completion Date and unilateral final acceptance will be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day period will begin on the date the email with delivery confirmation is received by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of their

Special Provisions Page 58 Ostrander Road Culvert Replacement Project No. 1209

responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and regulations that affect the Work under the Contract.

Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be subject to controlling laws.

Section 1-09.9 is supplemented with the following:

Partial Payments. Partial payments shall be made once each month, based on estimates prepared by the Engineer. The Contractor shall prepare a document detailing work and labor performed and material furnished during each calendar month and shall deliver the document to the Engineer by the fifth day of the following month. The documentation shall be in a format prescribed by the Engineer. If the Contractor's documentation is timely submitted, the County Auditor will issue a warrant payable to the Contractor on the last working day of the month, based on the estimate prepared by the Engineer.

1-09.11(3)

Time Limitation and Jurisdiction

(November 30, 2018 APWA GSP)

Revise this section to read:

For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action.

1-09.13(3)A

Arbitration General

(January 19, 2022 APWA GSP)

Revise the third paragraph to read:

The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions.

Special Provisions Page 59 Ostrander Road Culvert Replacement Project No. 1209
(*******)

BID ITEMS

BID ITEM 1: MISCELLANEOUS CONSTRUCTION

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 109.6, except as modified below.

1-09.6 Force Account

Insert the following paragraph before the first paragraph of Section 1-09.6, which begins "The terms of the contract or of a change order may call...":

The Miscellaneous Construction bid item has been included for any additional work directed by the Engineer that is not required by the original contract. The amount indicated in the proposal for this bid item is to provide a common bid amount. The actual amount paid under this bid item may vary from no payment to the full amount of the bid item.

Add the following to Section 1-09.6:

In lieu of the preceding prescribed method of determining payment for force account work, payment may be made at unit prices or lump sum prices agreed to by the Engineer and the Contractor, prior to beginning the Miscellaneous Construction work.

BID ITEM 2: REPLACEMENT STAKING SERVICES

BID ITEM 3: STRUCTURE SURVEYING

These bid items shall be accomplished in accordance with the Plans, Standard Specification Section 105.4 and the Special Provisions for Section 1-05.4.

BID ITEM 4: MOBILIZATION

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 109.7.

BID ITEM 5: PROJECT TEMPORARY TRAFFIC CONTROL

This bid item shall be accomplished in accordance with the Plans and Standard Specification and Special Provisions Sections 1-07 and 1-10, except as modified below:

1-10 TEMPORARY TRAFFIC CONTROL

1-10.2 Traffic Control Management

General

Section 1-10.2(1) is supplemented with the following:

Special Provisions Page 60 Ostrander Road Culvert Replacement Project No. 1209

(October 3, 2022)

The Traffic Control Supervisor shall be certified by one of the following:

The Northwest Laborers-Employers Training Trust

27055 Ohio Ave.

Kingston, WA 98346

(360) 297-3035

https://www.nwlett.edu

Evergreen Safety Council

12545 135th Ave. NE

Kirkland, WA 98034-8709

1-800-521-0778

https://www.esc.org

The American Traffic Safety Services Association

15 Riverside Parkway, Suite 100

Fredericksburg, Virginia 22406-1022

Training Dept. Toll Free (877) 642-4637

Phone: (540) 368-1701

https://atssa.com/training

Integrity Safety

13912 NE 20th Ave.

Vancouver, WA 98686

(360) 574-6071

https://www.integritysafety.com

US Safety Alliance

(904) 705-5660

https://www.ussafetyalliance.com

K&D Services Inc.

2719 Rockefeller Ave.

Everett, WA 98201

(800) 343-4049

https://www.kndservices.net

1-10.3 Traffic Control Labor, Procedures, and Devices

1-10.3(3)A Construction Signs (******)

The first paragraph of Section 1-10.3(3)A is revised to read as follows:

All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts

Special Provisions Page 61 Ostrander Road Culvert Replacement Project No. 1209

or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. There shall be no intermixing of signs with non-fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same signpost.

The third paragraph of Section 1-10.3(3)A is supplemented with the following:

The Contractor shall furnish, install, and remove all construction signs and all cones, barricades, flashers, and other traffic control devises of a temporary and portable nature. The Contractor shall maintain all signs and other traffic control devices.

"MOTORCYCLES USE EXTREME CAUTION" signs per W21-1701 of the WSDOT Sign Fabrication Manual shall be supplied by the Contractor if there will be grooved pavement, abrupt lane edges, steel plates or gravel-or-earth surfaced roadways within the project limits. The Contractor shall include the signs in the Traffic Control Plan and install the signs in advance of the work zone and maintain the signs for as long as the above conditions are present. These signs are in addition to any other signs stating the condition of the roadway. MOTORCYCLES USE EXTREME CAUTION” signs shall be considered Class B signs.

The seventh paragraph of Section 1-10.3(3)A is revised to read as follows:

Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation.

1-10.4 Measurement

1-10.4(1) Lump Sum Bid for Project (No Unit Items)

Section 1-10.4(1) is supplemented with the following:

(August 2, 2004)

The proposal contains the item “Project Temporary Traffic Control,” lump sum. The provisions of Section 1-10.4(1) shall apply.

BID ITEM 6: CLEARING AND GRUBBING

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 201 except as modified below:

2-01.1 Description

Delete paragraph one of Section 2-01.1, which begins "The Contractor shall clear..." and replace with the following:

(*******)

The Contractor shall clear, grub, and clean the entire limits of clearing within the project area, unless otherwise noted or specified. The Contractor shall also clear, grub and clean areas designated to receive

Special Provisions Page 62 Ostrander Road Culvert Replacement Project No. 1209

fill materials, as specified herein. Existing trees outside the limits of clearing and specific improvements marked on the plans as remaining shall be protected from damage.

Delete paragraph two of Section 2-01.1 which begins “Clearing” means removing and...” and replace with the following: (*******)

“Clearing” means removing and disposing of all unwanted material from the surface, as determined by the Engineer, such as trees, brush, vines, down timber, lumber, concrete, miscellaneous trash, and other.

2-01.2 Disposal of Usable Material and Debris

Add the following to Section 2-01.2: (*******)

Trees shown on the Plans to be used in the Large Woody Material bid item shall be salvaged. These trees shall be removed from the ground, keeping the rootwad intact with the stem and meeting the length requirements shown on the Plans. Dirt, rocks and debris on the rootwads shall be removed as much as possible. No waste site has been provided by the County for this project.

2-01.5 Payment

Add the following to the third paragraph of Section 2-01.5 which begins “the unit Contract price per acre…”: (*******)

It has been calculated that there are approximately 1.0 acres of Clearing and Grubbing required for this project. This value has been provided for the purposes of bidding only. No adjustment to this lump sum bid item will be made.

BID ITEM 7: REMOVAL OF STRUCTURES AND OBSTRUCTIONS

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 202, except as modified below:

2-02.1 Description

Add the following to Section 2-02.1:

Removal of Structures and Obstructions shall consist of the following work:

1. Removal of existing concrete triple box culvert as shown on the Plans.

2. Removal of fencing as shown on the Plans.

3. Removal of existing pavement as shown on the Plans.

4. Removal of existing culverts as shown on the Plans.

5. Removal of abandoned gas main as shown on the Plans.

6. Removal of water pipes as shown on the Plans

Special Provisions Page 63 Ostrander Road Culvert Replacement Project No. 1209
(*******)

2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters

(*******)

Revise Item 2. of Section 2-02.3(3) which begins “Material that is..” to read as follows:

2. Material from excavated pavements shall be disposed of in accordance with applicable local and state regulations.

2-02.5 Payment

Add the following to Section 2-02.5:

(*******)

The lump sum contract price shall be full pay for excavating, loading, hauling, placing, or otherwise disposing of all items of this bid item designated for removal, salvage, or abandonment.

The contract price shall also include all backfilling as is necessary to bring the voids left by the removal of the items specified above to match the elevation of the sub-grade or surrounding grade.

It has been calculated that there are approximately 2,150 square yards of existing asphalt concrete pavement located within the project limits that are designated for removal in the Removal of Structure and Obstruction bid item. This value has been provided for the purposes of bidding only. No cost adjustment to the lump sum bid item for Removal of Structure and Obstruction will be made.

BID ITEM 8: ROADWAY EXCAVATION AND DISPOSAL INCLUDING HAUL

BID ITEM 9: CHANNEL EXCAVATION INCLUDING HAUL

BID ITEM 10: UNSUITABLE FOUNDATION EXCAVATION INCLUDING HAUL

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 2-03, except as modified below. The bid quantities listed for these items are approximate and are for the purposes of bidding only. Overruns and underruns in these bid items shall not be cause for adjustment in the unit prices. Section 1-04.6 “Increased or Decreased Quantities” does not apply to these bid items.

2-03 ROADWAY EXCAVATION AND EMBANKMENT

2-03.1 Description

Delete paragraph one of Section 2-03.1 which begins “The work described in...” and replace with the following:

(*******)

The work described in this section, regardless of the nature or type of materials encountered, includes excavation and grading the roadway, excavation below grade, excavating channels and ditches, removal of slide material, placement and compaction of excavated materials as directed by the Engineer, and disposal of all excess material. These activities may be performed in making cuts, embankments, slopes, roadway ditches, parking areas, driveways, and in completing other related work.

Special Provisions Page 64 Ostrander Road Culvert Replacement Project No. 1209

It is the County’s intent to maximize use of the material excavated in the Channel Excavation Including Haul bid item in the construction of the streambed in lieu of using the Channel Fill Material Including Haul specifications noted in this contract.

2-03.3

Construction Requirements

Add the following to Section 2-03.3:

2-03.3(7)A General

Delete the text of Section 2-03.3(7)A which begins “The Contractor shall haul...” and replace with the following:

(*******)

The excavated materials for this project shall become the property of the Contractor to be disposed of in accordance with Section 2-03.3(7)C. No waste site has been provided by the County.

The disposal of waste or excess materials from this project on private property requires a permit(s) from Cowlitz County Building and Planning Department. This includes the temporary stockpiling and processing/crushing of material (soil, rock, etc.). No adjustment in the time of completion will be made for the time required to obtain permits and/or the failure to obtain or qualify for a permit. It is recommended that the contractor contact the Building and Planning Department early in the bidding process to review potential sites to avoid problems and delays.

2-03.3(14)

Embankment Construction

2-03.3(14)M Excavation of Channels and Ditches

Section 2-03.3(14)M is supplemented with the following:

(*******)

Channel excavation shall be accomplished in accordance with the permits included in the appendices.

2-03.3(19)

Removal of Pavement, Sidewalks, and Curbs

Removal of pavement, sidewalks, curbs, or other similar materials that lie within the limits of excavation shall be included in the unit bid price for the Removal of Structures and Obstructions bid item of this document.

2-03.4

Measurement

Add the following to Section 2-03.4:

(*******)

Roadway excavation and disposal including haul - by the cubic yard. The quantities indicated on the proposal include an estimated 0 cubic yards of over excavation. The actual over excavation quantity will be determined by neat line measurement. All other materials will be measured in-place as determined by neat-line modeling.

Channel excavation including haul - by the cubic yard. The channel excavation quantity will be measured in-place as determined by neat line modeling.

Special Provisions Page 65 Ostrander Road Culvert Replacement Project No. 1209

Unsuitable Foundation Excavation Including Haul – by the cubic yard. The unsuitable foundation excavation quantity will be determined by neat line measurement.

2-03.5 Payment

Add the following to Section 2-03.5: (*******)

"Roadway Excavation and Disposal Including Haul", per cubic yard.

The unit contract price per cubic yard for Roadway Excavation and Disposal Including Haul shall be full pay for excavating, loading, hauling, and disposing of the materials as directed by the Engineer.

When the Engineer orders excavation below subgrade before subgrade preparation is complete, unit prices for Roadway Excavation, Embankment and Disposal Including Haul shall apply.

“Channel Excavation Including Haul”, per cubic yard.

The unit contract price per cubic yard for Channel Excavation Including Haul shall be full pay for excavating, loading, hauling, placing, compacting, or otherwise disposing of the materials as directed by the Engineer.

“Unsuitable Foundation Excavation Including Haul”, per cubic yard.

The unit contract price per cubic yard for Unsuitable Excavation Including Haul shall be full pay for excavating, loading, and disposing of the materials as directed by the Engineer.

BID ITEM 11: STRUCTURE EXCAVATION CLASS A INCL. HAUL

BID ITEM 12: SHORING OR EXTRA EXCAVATION CLASS A

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 2-09 except as modified below:

2-09 STRUCTURE EXCAVATION

2-09.3 Construction Requirements

2-09.3(1) General Requirements

Section 2-09.3(1) is supplemented with the following: (*******)

Explosives shall not be used for structure excavation.

2-09.3(1)D Disposal of Excavated Material

Section 2-09.3(1)D is supplemented with the following: (*******)

No waste site has been provided by the County. The disposal of waste or excess materials from this

Special Provisions Page 66 Ostrander Road Culvert Replacement Project No. 1209

project on private property requires a permit(s) from Cowlitz County Building and Planning Department. This includes the temporary stockpiling and processing/crushing of material (soil, rock, etc.). No adjustment in the time of completion will be made for the time required to obtain permits and/or the failure to obtain or qualify for a permit. It is recommended that the contractor contact the Building and Planning Department early in the bidding process to review potential sites to avoid problems and delays.

2-09.3(1)E Backfilling

Section 2-09.3(1)E is supplemented with the following:

(*******)

The Contractor shall place select backfill material within the structure excavation when so specified in the Plans

2-09.5 Payment

Delete the first sentence of the fourth paragraph of Section 2-09.5 which begins “If the Engineer orders…”, and replace with the following: (*******)

If the Engineer orders the Contractor to excavate below the lower limits of structure excavation, the quantity of excavation below the lower limits shall be paid under the bid item Unsuitable Foundation Excavation Including Haul

Add the following to 2-09.5: (*******)

The lump sum Contract price for Structure Excavation Class A shall include backfilling the excavation. Gravel Backfill for Wall, Gravel Backfill for Foundations, and Structural Fill placed within the limits of Structure Excavation shall be paid under their respective bid items. If extra excavation is performed in lieu of shoring, the extra excavation shall be backfilled with Structural Fill, which is included in the lump sum price for Shoring or Extra Excavation Class A.

BID ITEM 13: TRIMMING AND CLEANUP

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 211.

BID ITEM 14: CONSTRUCTION GEOTEXTILE FOR SEPARATION

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 212, except as modified below. The bid quantity listed for this item is approximate and is for the purposes of bidding only. Overruns and underruns in this bid item shall not be cause for adjustment in the unit price. Section 1-04.6 “Increased or Decreased Quantities” does not apply to this bid item.

Special Provisions Page 67 Ostrander Road Culvert Replacement Project No. 1209

2-12 CONSTRUCTION GEOTEXTILE

2-12.2 Materials

Add the following to Section 2-12.2:

(*******)

Construction Geotextile for Separation shall be nonwoven.

2-12.3 Construction Requirements

Add the following to Section 2-12.3:

(*******)

Geotextile shall be placed with the long axis parallel to the centerline of the road. Overlaps of the fabric shall be pinned with sod pins on intervals determined for the site by the Engineer. Pleats for changing directions of the fabric roll shall be pinned. Additional sod pins shall be used to prevent displacement of the fabric by the wind or other conditions. Fabric placed over benches cut in a slope shall be pinned at the bottom of the vertical cuts at 10-foot intervals, or as otherwise directed by the Engineer.

2-12.4

Measurement

Delete paragraph one of Section 2-12.4 which begins “Construction geotextile, with the...”, and replace with the following:

(*******)

Construction geotextile will be measured by the square yard of material installed.

BID ITEM 15: STRUCTURAL FILL INCLUDING HAUL

This bid item shall be accomplished in accordance with the Plans, Standard Specifications and the following Special Provisions Section 2-13. The bid quantity listed for this item is approximate and is for the purposes of bidding only. Overruns and underruns in this bid item shall not be cause for adjustment in the unit price. Section 1-04.6 “Increased or Decreased Quantities” does not apply to this bid item.

2-13 STRUCTURAL FILL

2-13.1 Description

The work described as Structural Fill Including Haul shall consist of providing from off-project sources, a manufactured rock meeting the requirements below and placing, shaping, and compacting those materials into the roadway embankment, as is indicated on the drawings.

2-13.2

Materials

Aggregate for Structural Fill shall meet the requirements of Section 9-03.10, Aggregate for Gravel Base with the following modifications:

Special Provisions Page 68 Ostrander Road Culvert Replacement Project No. 1209

In lieu of the grading requirements specified in Section 9-03.10, grading shall conform to the following gradation:

In addition to the requirements specified in Section 9-03.10, Structural Fill shall meet the following requirements:

70% of the aggregate retained on each of the 1-inch square and ¼-inch square sieves shall have at least one fractured face.

Structural Fill shall consist of unweathered, hard, angular, durable, free-draining material that is visibly well graded from course to fine.

2-13.3 Construction Requirements

Embankments shall be constructed in lifts not exceeding 8 inches. Verification of compaction for Structural Fill shall be accomplished by routing a loaded 10-yard minimum capacity dump truck over the compacted material in the presence of the Engineer. Compaction shall be determined to be adequate if there is no visual deflection of the material under the load. In locations where there is insufficient room for a dump truck, compaction shall be accomplished with a small roller, hoe pack, or by other methods as approved by the Engineer.

Structural Fill to be placed on construction geotextile shall not be dumped directly onto construction geotextile. Structural Fill shall be placed on previously placed materials then spread over the construction geotextile.

If traffic is to be routed over structural fill, a 0.17-foot thick (minimum) course of crushed surfacing base course shall be placed and compacted to provide a smooth roadway surface, prior to opening the road to traffic. The fill shall be graded as necessary to provide smooth horizontal and vertical roadway alignments prior to placing the crushed surfacing base course. Crushed surfacing base course placed below subgrade shall remain in place and shall be incorporated into the roadway embankment.

2-13.4 Measurement

“Structural fill including haul”, by the ton.

Only material imported from offsite sources and meeting the requirements of this Special Provision will be measured. Crushed surfacing base course that is placed below subgrade (to provide a smooth roadway surface) will be included in the measurement for Structural Fill Including Haul.

2-13.5 Payment

“Structural Fill Including Haul”, per ton.

Special Provisions Page 69 Ostrander Road Culvert Replacement Project No. 1209
Sieve Size Percent Passing by Weight 3-inch square 99-100 1-inch square 45-75 ¼-inch square 15-35 U.S. No. 200 5 max.

The unit contract price per ton shall be full pay for furnishing, processing, hauling, placing, and compacting the structural fill. Crushed surfacing base course that is placed below subgrade (to provide a smooth roadway surface) will be paid at the unit price per ton for Structural Fill Including Haul.

BID ITEM 16: CHANNEL FILL MATERIAL INCLUDING HAUL

The bid item shall be accomplished in accordance with the Plans and the following Special Provisions Section 2-14. The bid quantities listed for these items are approximate and are for the purposes of bidding only. Overruns and underruns in these bid items shall not be cause for adjustment in the unit prices. Section 1-04.6 “Increased or Decreased Quantities” does not apply to these bid items.

2-14 CHANNEL FILL MATERIAL INCLUDING HAUL

2-14.1 Description

This work consists of placing channel fill within the reconstructed creek channel segments and under the bridge.

2-14.2 Materials

Aggregate for Channel Fill Material shall meet the requirements of Sections 9-03.11(1), Streambed Sediment, 9-03.11(2), Streambed Cobbles, and 9-03.11(3), One Man Boulders mixed to the following proportions:

2-14.3 Construction Requirements

This work must be accomplished during the time allowed by the permits (see appendices). Prior to performing this work, the temporary diversion required under the bid item Temporary Creek Diversion must be in place. Dewatering is included in the bid item Temporary Creek Diversion. The Contractor shall comply with all requirements of the permits included in the appendices.

Channel fill material shall be placed within the culvert as shown on the Plans. All channel fill material shall be carefully placed to avoid segregation of the larger rocks. Channel fill material shall not be dumped from a height greater than five feet. Placed channel fill material shall be compacted with tracked equipment making a minimum of three passes. Alternatively, a hoe-pack may be used for compaction. Within the culvert, channel fill shall be compacted with small equipment.

2-14.4 Measurement

Measurement for channel fill material shall be by the ton of channel fill material actually placed.

2-14.5 Payment

“Channel Fill Material Including Haul” per ton.

The unit contract price per ton shall be full pay for furnishing, processing, hauling, placing and compacting the channel fill material.

Special Provisions Page 70 Ostrander Road Culvert Replacement Project No. 1209
Material Percent by Weight 8” Streambed Cobbles 45% - 55% Streambed Sediment 35% - 45% One Man Boulders 8% to 12%

BID ITEM 17: CRUSHED SURFACING BASE COURSE

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 404, except as modified below.

(*******)

4-04.3(4) Placing and Spreading

Delete item 2 of Section 4-04.3(4), which begins "Road Mix Method. Each..." and replace with the following:

2. Road Mix Method. The road mix method of mixing crushed surfacing base course and top course will not be allowed.

3. Placement on Construction Geotextile. Crushed surfacing base and top course to be placed on construction geotextile shall not be dumped directly onto geotextile. Crushed surfacing base and top course shall be dumped on previously placed materials then spread over the geotextile and compacted as required by the Plans.

(*******)

Delete the third paragraph of Section 4-04.3(4), which begins “The following nominal depth…” and replace with the following:

The following nominal depth of compacted material shall not be exceeded in any one course without the approval of the Engineer:

Crushed Surfacing 0.50-foot

4-04.3(5) Shaping and Compaction

Add the following to Section 4-04.3(5):

(*******)

The top surface of the compacted materials shall not deviate from the design grade in excess of the following:

Crushed Surfacing Base Course: + or – 0.02 foot.

BID ITEM 18: HMA CLASS 3/8 Inch PG 58H-22

BID ITEM 19: HMA CLASS 3/8 Inch PG 58H-22 FOR APPROACH

BID ITEM 20: ASPHALT COST PRICE ADJUSTMENT

These bid items shall be accomplished in accordance with the Plans, the following APWA GSP for Section 5-04, as modified by Cowlitz County, and the subsequently following WSDOT GSP for Asphalt Cost Price Adjustment. Cowlitz County modifications to the APWA GSP are shown as underlined text for additions and as strikethrough text for deletions.

Special Provisions Page 71 Ostrander Road Culvert Replacement Project No. 1209

5-04 Hot Mix Asphalt

(July 18, 2018 APWA GSP)

Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following:

5-04.1 Description

This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming.

HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture.

5-04.2 Materials

Materials shall meet the requirements of the following sections:

The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler.

The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile.

Special Provisions Page 72 Ostrander Road Culvert Replacement Project No. 1209
Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A

The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications.

The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted.

The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA.

Production of aggregates shall comply with the requirements of Section 3-01.

Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02.

5-04.2(1)

How to Get an HMA Mix Design on the QPL

If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).

5-04.2(1)A Vacant

5-04.2(2) Mix Design – Obtaining Project Approval

No paving shall begin prior to the approval of the mix design by the Engineer.

Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents.

Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation.

Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review;

• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below.

• The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer.

Special Provisions Page 73 Ostrander Road Culvert Replacement Project No. 1209

• The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.**

The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program.

Mix designs for HMA accepted by Nonstatistical evaluation shall;

• Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6).

• Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing.

At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design.

Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required.

For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use.

5-04.2(2)B Using Warm Mix Asphalt Processes

The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following:

• Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures.

• Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process.

5-04.3 Construction Requirements

5-04.3(1) Weather Limitations

Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer.

Special Provisions Page 74 Ostrander Road Culvert Replacement Project No. 1209

Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA.

5-04.3(2) Paving Under Traffic

When the Roadway being paved is open to traffic, the requirements of this Section shall apply.

The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic.

Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route.

During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23.

All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract.

5-04.3(3) Equipment

5-04.3(3)A

Mixing Plant

Plants used for the preparation of HMA shall conform to the following requirements:

1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to

Special Provisions Page 75 Ostrander Road Culvert Replacement Project No. 1209
Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F

ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer.

2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator.

3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive.

4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field-testing facilities of the Contracting Agency as provided for in Section 3-01.2(2).

5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods:

a. A mechanical sampling device attached to the HMA plant.

b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle.

5-04.3(3)B Hauling Equipment

Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA.

The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent.

5-04.3(3)C Pavers

HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans.

Special Provisions Page 76 Ostrander Road Culvert Replacement Project No. 1209

The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted.

The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way.

When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor.

The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment.

If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds.

5-04.3(3)D Material Transfer Device or Material Transfer Vehicle

A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless otherwise required by the contract.

Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due.

When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer.

Special Provisions Page 77 Ostrander Road Culvert Replacement Project No. 1209

To be approved for use, an MTV:

1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.

2. Shall not be connected to the hauling vehicle or paver.

3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.

4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine.

5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture.

To be approved for use, an MTD:

1. Shall be positively connected to the paver.

2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.

3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine.

4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture.

5-04.3(3)E Rollers

Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used.

5-04.3(4) Preparation of Existing Paved Surfaces

When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer.

Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer.

Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer.

Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer.

Special Provisions Page 78 Ostrander Road Culvert Replacement Project No. 1209

A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material.

Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA.

The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer.

5-04.3(4)A Crack Sealing

5-04.3(4)A1 General

When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater.

Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required.

Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured.

The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry.

In areas where HMA will be placed, use sand slurry to fill the cracks.

Special Provisions Page 79 Ostrander Road Culvert Replacement Project No. 1209

In areas where HMA will not be placed, fill the cracks as follows:

1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.

2. Cracks greater than 1 inch in width – fill with sand slurry.

Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material.

5-04.3(4)A2 Crack Sealing Areas Prior to Paving

In areas where HMA will be placed, use sand slurry to fill the cracks.

5-04.3(4)A3 Crack Sealing Areas Not to be Paved

In areas where HMA will not be placed, fill the cracks as follows:

A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.

B. Cracks greater than 1 inch in width – fill with sand slurry.

5-04.3(4)B

5-04.3(4)C

Vacant

Pavement Repair

The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer.

Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractorprovided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21.

Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area.

Special Provisions Page 80 Ostrander Road Culvert Replacement Project No. 1209

Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller.

5-04.3(5) Producing/Stockpiling Aggregates and RAP

Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant.

5-04.3(5)A Vacant

5-04.3(6) Mixing

After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured.

When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer.

Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift.

Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured.

Special Provisions Page 81 Ostrander Road Culvert Replacement Project No. 1209

5-04.3(7) Spreading and Finishing

The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following:

HMA Class 1”

0.35 feet

HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet

HMA Class ⅜” 0.150.17 feet

On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand.

When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF.

The internal temperature of the HMA mixture as measured immediately behind the paver screed should not be less than the minimum Compaction Temperature listed in the Mix Design Submittal Form or that listed in the WSDOT Mix Design Verification Report, whichever is greater.

All underground utilities testing shall be completed, and the installation of the underground utilities shall be accepted by the utility owner prior to placing HMA. All fill and crushed surfacing materials under the HMA pavement shall be placed, compacted and tested according to the Contract Documents prior to placing HMA. The HMA mixture shall be laid upon the prepared surface, spread, and struck off to the grade and elevation established.

The finish surface of the compacted HMA shall not deviate from the design grade in excess of the following:

Special Provisions Page 82 Ostrander Road Culvert Replacement Project No. 1209
Specified Depth Max. Allowable Deviation Ave. Depth Deviation At any point for entire project Single lift 0.08 – 0.15’ -0.045’ -0.015’ Multi lift 0.00 – 0.25’ -0.03’ -0.01’ 0.26 – 0.50’ -0.045’ -0.015’ 0.51 – 0.75’ -0.06’ -0.02’ over 0.75’ -0.075’ -0.025’

5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA

For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer.

5-04.3(9) HMA Mixture Acceptance

Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.

Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified.

Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer.

The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section.

HMA Tolerances and Adjustments

1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows:

For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2

For Aggregates in the mixture:

a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF.

Special Provisions Page 83 Ostrander Road Culvert Replacement Project No. 1209
Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A
Aggregate Percent Passing NonStatistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0%

b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 106.2(2)D2.

2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below.

a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6).

b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent.

5-04.3(9)A Vacant

5-04.3(9)B Vacant

5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation

HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots.

5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots

A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons.

All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced.

Special Provisions Page 84 Ostrander Road Culvert Replacement Project No. 1209

Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot.

Sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed:

i. If test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.

ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed.

5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling

Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested.

Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer.

For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF:

• If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.

• If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed.

5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing

Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731.

Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308.

Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.

5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors

For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will

Special Provisions Page 85 Ostrander Road Culvert Replacement Project No. 1209

determine a Composite Pay Factor (CPF) using the following price adjustment factors:

Table of Price Adjustment Factors

Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation.

5-04.3(9)C5 Vacant

5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments

For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.

If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).

5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests

The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample.

Special Provisions Page 86 Ostrander Road Culvert Replacement Project No. 1209
Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20

5-04.3 (9)D Mixture Acceptance – Commercial Evaluation

If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation.

For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.

If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).

5-04.3(10) HMA Compaction Acceptance

HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density.

Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling.

If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic.

Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.

Special Provisions Page 87 Ostrander Road Culvert Replacement Project No. 1209

If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores.

For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced.

HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving.

HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.

Test Results

For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot.

When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control.

5-04.3(10)A HMA Compaction – General Compaction Requirements

Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area.

Separate breakdown and finish rollers are required. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only

Special Provisions Page 88 Ostrander Road Culvert Replacement Project No. 1209

be operated in static mode on bridge decks. Approaches shall be compacted with vibratory plates or a small roller if determined necessary by the Engineer.

5-04.3(10)B HMA Compaction – Cyclic Density

Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density.

5-04.3(10)C Vacant

5-04.3(10)D HMA Nonstatistical Compaction

5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots

HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots.

A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738.

The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced.

HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving.

HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.

5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing

The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot.

5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments

For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine

Special Provisions Page 89 Ostrander Road Culvert Replacement Project No. 1209

the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation.

For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix.

5-04.3(11) Reject Work

5-04.3(11)A

Reject Work General

Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval.

5-04.3(11)B Rejection by Contractor

The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance.

5-04.3(11)C Rejection Without Testing (Mixture or Compaction)

The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed.

No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal.

5-04.3(11)D Rejection - A Partial Sublot

In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random

Special Provisions Page 90 Ostrander Road Culvert Replacement Project No. 1209

samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2).

5-04.3(11)E Rejection - An Entire Sublot

An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2).

5-04.3(11)F Rejection - A Lot in Progress

The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced:

1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or

2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or

3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75.

5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)

An entire lot with a CPF of less than 0.75 will be rejected.

5-04.3(12) Joints

5-04.3(12)A HMA Joints

5-04.3(12)A1 Transverse Joints

The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course.

A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving.

The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint.

5-04.3(12)A2 Longitudinal Joints

The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate

Special Provisions Page 91 Ostrander Road Culvert Replacement Project No. 1209

size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted.

5-04.3(12)B Bridge Paving Joint Seals

5-04.3(12)B1 HMA Sawcut and Seal

Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay.

Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure.

Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure.

5-04.3(12)B2 Paved Panel Joint Seal

Construct the paved panel joint seal in accordance with the requirements specified in section 504.3(12)B1 and the following requirement:

1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans.

5-04.3(13) Surface Smoothness

The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans.

When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods:

1. Removal of material from high places by grinding with an approved grinding machine, or

2. Removal and replacement of the wearing course of HMA, or

3. By other method approved by the Engineer.

Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances.

Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies

Special Provisions Page 92 Ostrander Road Culvert Replacement Project No. 1209

due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found.

When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving.

Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving.

5-04.3(14) Planing (Milling) Bituminous Pavement

The planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals.

Locations of existing surfacing to be planed are as shown in the Drawings.

Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay.

Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA.

Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method.

Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer.

A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer.

A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement.

After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled.

Special Provisions Page 93 Ostrander Road Culvert Replacement Project No. 1209

The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 504.3(14)A.

5-04.3(14)A Pre-Planing Metal Detection Check

Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects.

Should such metal be identified, promptly notify the Engineer.

See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement.

The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected.

5-04.3(14)B Paving and Planing Under Traffic

5-04.3(14)B1 General

In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following:

1. Intersections:

a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2).

b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof.

c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.

d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure.

Special Provisions Page 94 Ostrander Road Culvert Replacement Project No. 1209

e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer.

2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23.

3. Permanent pavement marking must comply with Section 8-22.

5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan

The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown.

The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing.

When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed.

At a minimum, the planing and the paving plan must include:

1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving.

2. A copy of each intersection’s traffic control plan.

3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations.

4. Names and locations of HMA Supplier facilities to be used.

5. List of all equipment to be used for paving.

6. List of personnel and associated job classification assigned to each piece of paving equipment.

7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines.

Special Provisions Page 95 Ostrander Road Culvert Replacement Project No. 1209

8. Names, job titles, and contact information for field, office, and plant supervisory personnel.

9. A copy of the approved Mix Designs.

10. Tonnage of HMA to be placed each day.

11. Approximate times and days for starting and ending daily operations.

5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing

At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to:

1. General for both Paving Plan and for Planing Plan:

a. The actual times of starting and ending daily operations.

b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers.

c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con-tractors who may operate in the Project Site.

d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. This includes notification of the public of areas where parking will be prohibited during planing or paving operations, including any necessary “TEMPORARY NO PARKING” signs.

e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving.

f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed

g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2.

h. Description of how flaggers will be coordinated with the planing, paving, and related operations.

i. Description of sequencing of traffic controls for the process of rigid pavement base repairs.

j. Other items the Engineer deems necessary to address.

2. Paving – additional topics:

a. When to start applying tack and coordinating with paving.

Special Provisions Page 96 Ostrander Road Culvert Replacement Project No. 1209

b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements.

c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF.

d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations.

e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing.

5-04.3(15) Sealing Pavement Surfaces

Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic.

5-04.3(16) HMA Road Approaches

HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04.

5-04.4 Measurement

HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured.

Roadway cores will be measured per each for the number of cores taken.

Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile.

Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal.

Pavement repair excavation will be measured by the square yard of surface marked prior to excavation.

Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.

Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal.

Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.

Special Provisions Page 97 Ostrander Road Culvert Replacement Project No. 1209

Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal.

Planing bituminous pavement will be measured by the square yard.

Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4.

Water will be measured by the M gallon as provided in Section 2-07.4.

No specific unit of measurement will apply to the calculated item of asphalt cost price adjustment.

5-04.5 Payment

Payment will be made for each of the following Bid items that are included in the Proposal:

“HMA Cl. ___ PG ___”, per ton.

“HMA for Approach Cl. ___ PG ___”, per ton.

“HMA for Preleveling Cl. ___ PG ___”, per ton.

“HMA for Pavement Repair Cl. ___ PG ___”, per ton.

“Commercial HMA”, per ton.

The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. The cost of asphalt for tack coat, preparation of existing surfaces, temporary striping and removal of existing buttons and all other costs in connection with performing the work in accordance with these requirements shall be included in the unit cost for the HMA bid item of this contract.

“Preparation of Untreated Roadway”, per mile.

The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4) , with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work.

“Preparation of Existing Paved Surfaces”, per mile.

The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the

Special Provisions Page 98 Ostrander Road Culvert Replacement Project No. 1209

Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work.

“Crack Sealing”, by force account.

“Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor.

“Pavement Repair Excavation Incl. Haul”, per square yard.

The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton.

“Asphalt for Prime Coat”, per ton.

The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4).

“Prime Coat Agg.”, per cubic yard, or per ton.

The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer.

“Asphalt for Fog Seal”, per ton.

Payment for “Asphalt for Fog Seal” is described in Section 5-02.5.

“Longitudinal Joint Seal”, per linear foot.

The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12).

“Planing Bituminous Pavement”, per square yard.

The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14).

“Temporary Pavement Marking”, per linear foot.

Payment for “Temporary Pavement Marking” is described in Section 8-23.5.

Special Provisions Page 99 Ostrander Road Culvert Replacement Project No. 1209

“Water”, per M gallon.

Payment for “Water” is described in Section 2-07.5.

“Job Mix Compliance Price Adjustment”, by calculation.

“Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 504.3(9)C6.

“Compaction Price Adjustment”, by calculation.

“Compaction Price Adjustment” will be calculated and paid for as described in Section 5-04..3(10)D3.

“Roadway Core”, per each.

The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made.

“Cyclic Density Price Adjustment”, by calculation.

“Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5-04.3(10)B.

(January 13, 2021)

Asphalt Cost Price Adjustment

The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal:

“HMA Cl. ___ PG ___”

“HMA for Approach Cl. ___ PG ___”

“HMA for Preleveling Cl. ___ PG ___”

“HMA for Pavement Repair Cl. ___ PG ___”

“Commercial HMA”

The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost.

The Contracting Agency will establish asphalt binder reference costs twice each month and post the information on the Agency website at: https://wsdot.wa.gov/business-wsdot/contracts/about-publicworks-contracts/payments-reporting/asphalt-binder-reference-cost. The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost.

Special Provisions Page 100 Ostrander Road Culvert Replacement Project No. 1209

Price adjustments will be calculated one time per month. No price adjustment will be made if the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects located in Eastern versus Western Washington shall be selected from the column in the WSDOT website table labeled “Eastern”, or “Western”, accordingly. The adjustment will be calculated as follows:

If the reference cost is greater than or equal to 105% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056).

If the reference cost is less than or equal to 95% of the base cost, then Asphalt Cost Price Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056).

Where: Current Reference Cost is selected from the website table based on the “Date Effective” that immediately precedes the current month’s progress estimate end date. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted.

Base Cost is selected from the website table based on the “Date Effective” that immediately precedes the contract bid opening date, and shall be a constant for all monthly adjustments.

Q = total tons of all classes of HMA paid in the current month’s progress payment.

“Asphalt Cost Price Adjustment”, by calculation.

“Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor.

BID ITEM 21: CONCRETE CLASS 5000 FOR BRIDGE

BID ITEM 22: ST. REINF. BAR FOR BRIDGE

BID ITEM 23: SUPERSTRUCTURE (OSTRANDER ROAD)

BID ITEM 24: GRAVEL BACKFILL FOR FOUNDATION CLASS A

BID ITEM 25: GRAVEL BACKFILL FOR WALL

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 6-02, except as modified below.

6-02 CONCRETE STRUCTURES

6-02.3(2)A Contractor Mix Design

The following new sentence is inserted after the first sentence of the third paragraph:

The mix design submittal shall also include test results no older than one year showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9-03.

Special Provisions Page 101 Ostrander Road Culvert Replacement Project No. 1209

6-02.3(2)A1 Contractor Mix Design for Concrete Class 5000 and 5000D

The following new sentence is inserted after the second sentence of the last paragraph:

Mix designs using shrinkage reducing admixture shall state the specific quantity required.

The following new sentence is inserted before the last sentence of the last paragraph:

Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal.

6-02.3(2)B Commercial Concrete

The last sentence of the first paragraph is revised to read:

Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures.

6-02.4 MEASUREMENT

Section 6-02.4 is supplemented with the following:

SUPERSTRUCTURE (OSTRANDER ROAD) contains the following approximate quantities of materials and work: Concrete:

The quantities are listed only for the convenience of the Contractor in determining the volume of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. No adjustments other than for accepted changes will be made in the lump sum Contract price for SUPERSTRUCTURE (OSTRANDER ROAD) even though the actual quantities required may deviate from those listed.

BID ITEM 26: SINGLE SLOPE CONCRETE BARRIER

BID ITEM 27: SINGLE SLOPE CONCRETE BARRIER – BRIDGE

BID ITEM 28: REMOVING AND RESETTING EXISTING PERMANENT BARRIER

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 6-10, except as modified below.

6-10.3(2) Cast-In-Place Concrete Barrier

The second paragraph is revised to read:

The barriers, cast-in-place single slope concrete, shall be made of Class 5000 concrete that meets the

Special Provisions Page 102 Ostrander Road Culvert Replacement Project No. 1209
(******)
5000D 149 Cubic Yards Reinforcement (uncoated): 5,500 Pounds Epoxy Coated Reinforcement: 37,153 Pounds PSPC Girders: 473.4 Linear Feet Bearing Pads 10 Each Bearing Pad Grout 2.5 Cubic Feet

requirement of Section 6-02.3(2)A, except that the fine aggregate gradation used for slip-form barrier may be either Class 1 or 2. The Contractor may use portland cement Type III at no additional expense to the Contracting Agency.

6-10.3(3) Removing and Resetting Permanent Concrete Barrier

Delete the second sentence of Section 6-10.3(3), which begins, "If resetting is impossible...", and replace with the following:

The existing precast barriers, designated by the plans or as otherwise designated by the Engineer for salvage and resetting, shall be disassembled and stored by the Contractor until resetting. Concrete barriers damaged during construction activities shall be replaced with identical barriers at no cost to the County. All salvageable precast concrete barriers not required in the relocation activities shall be delivered to the Cowlitz County Central Shop located at 2215 Talley Way, Kelso, Washington.

BID ITEM 29: UNDERDRAIN PIPE, 6-INCH DIAMETER

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 701, except as modified below.

7-01.1 Description

Add the following to Section 7-01.1:

The Underdrain Pipe, 6-Inch Diameter bid item consists of installing underdrain pipe, gravel backfill for drains and construction geotextile for underground drainage behind the bridge abutments and wingwalls, and extending to daylight downstream of the structure as shown on the Plans.

7-01.2 Materials

Add the following to Section 7-01.2:

Geotextile for underground drainage shall be Class A with moderate survivability meeting the requirements of Section 9-33.

(*******)

Delete paragraph two of Section 7-01.2, which begins, "Drain pipes may be..." and replace with the following:

All drain pipe shall be corrugated polyethylene drain pipe type S (smooth inner liner) meeting the requirements of Section 9-05.1(6), and listed on the WSDOT Qualified Product List, unless otherwise specified on the plans.

(*******)

Delete paragraph three of Section 7-01.2, which begins, "Underdrain pipe, other than..." and replace with the following:

Special Provisions Page 103 Ostrander Road Culvert Replacement Project No. 1209
(*******)
(*******)
(*******)

All underdrain pipe shall be perforated corrugated polyethylene underdrain pipe type SP (smooth inner liner – perforated) meeting the requirements of Section 9-05.2(7), and listed on the WSDOT Qualified Product List, unless otherwise specified on the plans. (*******)

Delete paragraph four of Section 7-01.2, which begins, "It is not necessary...".

7-01.4

Measurement

(*******)

Delete paragraph two and three of Section 7-01.4 which begin "Excavation of the trench..." and "Gravel backfill for drains...", respectively.

7-01.5 Payment (*******)

Add the following to Section 7-01.5:

The unit contract price per linear foot for the Drain Pipe or Underdrain Pipe of the type and size specified shall be full pay for furnishing and installing the underdrain pipe. Installation shall include excavation, removal of culverts to be abandoned or replaced, fittings, connections to existing and new facilities, cleaning, providing and placing all backfill, geotextile, compaction and all other work essential for the completion of the installation to the required lines and grades.

BID ITEM 30: CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12-INCH DIAM

BID ITEM 31: CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18-INCH DIAM

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 7-04 and 7-08, except as modified below.

7-04.3

Construction Requirements

(*******)

Add the following to Section 7-08, which is referenced by Section 7-04.3:

7-08.2 Materials (*******)

Delete the text of Section 7-08.2 and replace with the following:

Materials shall meet the requirements of the following sections:

Gravel Backfill for Pipe Zone Bedding ............... 9-03.9(3), Base Course

Gravel Backfill for Pipe Zone Backfill.................. 9-03.9(3), Base Course

Gravel Backfill Above Pipe.................................. 9-03.9(3), Base Course

7-08.3(2) Laying Pipe

Add the following to Section 7-08.3(2):

Special Provisions Page 104 Ostrander Road Culvert Replacement Project No. 1209

7-08.3(2)J Beveled Ends

All exposed ends of storm sewer pipes or culverts shall be beveled on a 3:1 slope beginning 6 inches above the pipe flow line, or beveled to match the embankment or ditch foreslope, not to exceed 4:1.

7-04.3(1)A General

Add the following to Section 7-04.3(1)A:

Testing will not be required if a section of storm sewer pipe is less than 75 feet long, has less than 5 feet of cover, and has no inlet or junction structures.

7-04.4 Measurement

Delete the second sentence of paragraph one of Section 7-04.4, which begins, “The number of linear...” and replace with the following:

The number of linear feet will be measured from the inside face of drainage structure to the inside face of drainage structure or from the inside face of drainage structure to the end of pipe, as is appropriate.

7-04.5 Payment

Delete paragraph two of Section 7-04.5, which begins, “The unit contract price...” and add the following:

The unit contract price per linear foot for storm sewer pipe of the type and size specified shall be full pay for furnishing and installing the pipe. Installation shall include excavation, removal of culverts or structures to be abandoned or replaced, fittings, jointing materials, beveling, backfilling to existing grade or subgrade, compaction, and all other items essential for completion of the installation to the required lines and grades.

BID ITEM 32: STORMWATER POLLUTION PREVENTION

This bid item shall be accomplished in accordance with the Plans, Standard Specification Section 8-01, and Appendix E – Construction Stormwater General Permit, except as modified below.

8-01 Erosion Control and Water Pollution Control

Section 8-01 is supplemented with the following:

Stormwater Pollution Prevention

The Contractor shall prepare a Stormwater Pollution Prevention Plan (SWPPP) for all construction activities required for the project. The SWPPP shall comply with all requirements of the State of Washington Department of Ecology Construction Stormwater General Permit (NPDES Permit) in Appendix E. The SWPPP shall be prepared prior to any construction activities, and shall be kept onsite at all times from the initial soil disturbance until final stabilization of the project site. A copy of the SWPPP shall be submitted to the Engineer.

Special Provisions Page 105 Ostrander Road Culvert Replacement Project No. 1209
(*******)
(*******)
(*******)
(*******)
(*******)

In the event that the SWPPP needs to be modified due to changes in the Contractor’s operations, the Contractor shall prepare a revised SWPPP. This revised SWPPP shall be kept onsite at all times from the initial soil disturbance until final stabilization of the project site. A copy of this revised SWPPP shall be submitted to the Engineer.

The Contractor shall implement all provisions of the SWPPP and the NPDES Permit throughout the project. This includes, but is not limited to, the installation of all necessary best management practices (BMP’s), monitoring and reporting on the BMP’s and stormwater discharges, and maintenance of the BMP’s.

Transfer of Coverage

Prior to the commencement of any construction activities, the Contractor and Contracting Agency shall complete a Transfer of Coverage form to transfer coverage of the Construction Stormwater General Permit. The Contractor shall become the new operator/permittee and shall assign an on-site contact person. After the Transfer of Coverage form has been completed and signed by both parties, the County shall submit the form to the Washington State Department of Ecology.

Measurement

No unit of measurement shall apply to the lump sum item of Stormwater Pollution Prevention.

Payment

Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal:

“Stormwater Pollution Prevention”, lump sum.

The lump sum contract price for Stormwater Pollution Prevention shall be full pay for preparing the SWPPP, revising the SWPPP as necessary, and keeping the SWPPP onsite at all times from the initial soil disturbance until final stabilization of the project site. It shall also be full pay for providing, installing and maintaining all necessary BMP’s other than those BMP’s shown on the Plans and included as separate bid items For the BMP’s included as separate bid items, the lump sum contract price for Stormwater Pollution Prevention will include all costs for any additional quantities not shown on the Plans, but required by the Contractor’s operations and/or the SWPPP. It shall also be full pay for all monitoring and reporting required by the SWPPP and the NPDES Permit.

BID ITEM 33: EROSION CONTROL BLANKET

BID ITEM 34: SILT FENCE

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 8-01, except as modified below:

8-01.3 Construction Requirements

8-01.3(3) Placing Erosion Control Blanket

Add the following to Section 8-01.3(3)

(*******)

Adjacent sections of the erosion control blanket shall overlap by a minimum of ten inches or as specified

Special Provisions Page 106 Ostrander Road Culvert Replacement Project No. 1209

in the manufacturer’s recommendations, whichever is greater.

BID ITEM 35: TOPSOIL TYPE C

BID ITEM 36: FINE COMPOST

BID ITEM 37: PSIPE, ACER MACROPHYLLUM

BID ITEM 38: PSIPE, ALNUS RUBRA

BID ITEM 39: PSIPE, CORNUS SERICEA

BID ITEM 40: PSIPE, RUBUS PARVIFLORUS

BID ITEM 41: PSIPE, SALIX LUCIDA

BID ITEM 42: PSIPE, SALIX SITCHENSIS

BID ITEM 43: SEEDING AND MULCHING

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 8-02, except as modified below.

8-02.2 Materials

Section 8-02.2 is supplemented with the following:

Fertilizer

Section 9-14.4 is supplemented with the following: (******)

Fertilizer tablets shall be slow release 20-10-5 with micronutrients, 21 grams each with a minimum 6month slow release duration. Install 1 tablet for each 1-gallon shrub or plug.

Fertilizer tablets shall be installed in accordance with the manufacturer’s written instructions.

Section 8-02.3(5)A Seeding Area Preparation

This Section is supplemented with the following:

Seed Mix: Grass seed, of the following composition, proportion, and quality shall be applied at the rate of **80** pounds of pure live seed per acre on all areas requiring permanent roadside seeding within the project limits.

Kind and Variety of Pounds Pure Live Seed

Special Provisions Page 107 Ostrander Road Culvert Replacement Project No. 1209
(*******)
Seed in Mixture (PLS) Per Acre Deschampsia elongata 0.32 Slender Hairgrass Elymus glaucus 34.43 Blue Wildrye Festuca idahonesis 5.61 Idaho Fescue

Seeds shall be certified “Weed Free”, indicating there are not noxious or nuisance weeds in the seed.

Section 8-02.3(6)A Compost

This Section is supplemented with the following:

(*******)

Compost shall be Fine Compost meeting the requirements of Section 9-14.4(8). Install fine compost blanket around trees and shrubs after planting, keeping compost away from crown of plant.

Section 8-02.3(11) Mulch

This Section is supplemented with the following:

(*******)

Wood Cellulose Fiber mulch shall be hydraulically applied at a rate 2,000 pounds per acre to produce 100% soil coverage.

8-02.5 Payment

Delete the paragraph of Section 8-02.5, which begins, “The unit Contract price for “PSIPE ___...” and replace with the following:

The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work to perform as specified within the planting area for weed control and planting area preparation, furnishing and installing the fertilizer tablet, planting, cleanup, and water necessary to complete planting operations as specified to the end of first year plant establishment.

BID ITEM 44: FLEXIBLE GUIDE POST

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 810, except as modified below.

Special Provisions Page 108 Ostrander Road Culvert Replacement Project No. 1209 Festuca ovina 0.93 Sheep Fescue Hordeum brachyantherum 29.71 Meadow Barley Koeler cristata 0.27 Prairie Junegrass Lolium multiflorum 8.73 Annual Ryegrass Total Pounds PLS Per Acre 80.00
(******)

8-10 GUIDE POSTS

8-10.1 Description

Delete Section 8-10.1 and replace it with the following:

(*******)

This work shall consist of furnishing and placing Flexible Guide Post – guardrail mount in accordance with these Specifications and the Standard Plans, at the locations as indicated in the plans or where designated by the Engineer.

8-10.3 Construction Requirements

Section 8-10.3 is supplemented with the following:

(*******)

Flexible Guide Posts shall be installed at every third section of guardrail including terminals and transitions, at a spacing not to exceed 37.5’, or as directed by the Engineer.

BID ITEM 45: BEAM GUARDRAIL TYPE 31

BID ITEM 46: BEAM GUARDRAIL TYPE 31 - 8 FOOT LONG POST

BID ITEM 47: BEAM GUARDRAIL TRANSITION SECTION TYPE 24

BID ITEM 48: BEAM GUARDRAIL ANCHOR TYPE 11

BID ITEM 49: BEAM GUARDRAIL NON-FLARED TL-2 TERMINAL

BID ITEM 50: REMOVING GUARDRAIL

These bid items shall be accomplished in accordance with the Plans and Standard Specification Section 8-11, except as modified below.

8-11 GUARDRAIL

8-11.2 Materials

Add the following to Section 8-11.2:

(*******)

Beam guardrail transitions and terminals shall be listed on the WSDOT Qualified Product List. Transitions and terminals shall have a TL-2 rating when so specified on the Plans. Otherwise, TL-2 transitions and terminals will not be allowed.

8-11.3(1)D) Removing Guardrail and Guardrail Anchor

Add the following to Section 8-11.3(1)D:

(*******)

All guardrail and associated posts, anchors, and terminal sections, as determined salvageable by the Engineer, shall be removed by the Contractor and delivered to the Cowlitz County Central Shop located at **2215 Talley Way, Kelso, Washington 98626**. All guardrail determined to be non-salvageable by the Engineer shall become property of the Contractor to be disposed of off-site in accordance with Section 2-03.3(7)C.

Special Provisions Page 109 Ostrander Road Culvert Replacement Project No. 1209

8-11.4 Measurement

Delete paragraph one of Section 8-11.4, which begins, “Measurement of beam guardrail...” and replace with the following:

(*******)

Measurement of beam guardrail and beam guardrail with long posts will be by the linear foot measured along the line of completed guardrail from end to end, but excluding transition and terminal sections as are covered by other bid items of this contract.

Delete paragraph seven of Section 8-11.4, which begins, “Measurement of removal of guardrail will be...” and replace with the following:

(*******)

Measurement of removal of guardrail will be by the linear foot measured along the line of guardrail removed including transition sections, expansion sections, anchors, and terminal sections.

BID ITEM 51: QUARRY SPALLS

This bid item shall be accomplished in accordance with the Plans and Standard Specification Section 815, except as modified below. The bid quantity listed for this item is approximate and is for the purposes of bidding only. Overruns and underruns in this bid item shall not be cause for adjustment in the unit price. Section 1-04.6 “Increased or Decreased Quantities” does not apply to this bid item.

8-15.3 Construction Requirements

8-15.3(6) Quarry Spalls

(*******)

Add the following to Section 8-15.3(6):

A hoe-pack may also be used for compaction.

BID ITEM 52: MAILBOX SUPPORT, TYPE 1

BID ITEM 53: MAILBOX SUPPORT, TYPE 2

These bid items shall be accomplished in accordance with the Plans, WSDOT Standard Plans H-70.10-00 and H-70.20-00, and Standard Specification Section 8-18, except as modified below.

8-18.3 Construction Requirements

(*******)

Delete the second paragraph of Section 8-18.3, which begins “The existing mailboxes shall…”, and replace with the following:

The Engineer will determine which mailboxes require new supports. Mailboxes not requiring new supports will be reinstalled with their existing supports at locations determined by the Engineer. Mailboxes requiring new supports shall be installed according to the Standard Plans. The Engineer will

Special Provisions Page 110 Ostrander Road Culvert Replacement Project No. 1209

determine the type of support to be installed for each mailbox. Each mailbox shall be installed within 24 hours of completion of the shoulder work at the mailbox location.

8-18.4 Measurement

(*******)

Add the following to Section 8-18.4: Mailboxes installed with their existing supports will not be measured for payment under this bid item.

8-18.5 Payment (*******)

Add the following to Section 8-18.5:

The costs associated with the removal and reinstallation of existing mailboxes that do not require new supports shall be included in the Removal of Structures and Obstructions bid item.

BID ITEM 54: PAINT LINE

This bid item shall be accomplished in accordance with the Plans and Standard Specifications Section 822.

BID ITEM 55: LARGE WOODY MATERIAL

BID ITEM 56: DEADMAN ANCHOR

These bid items shall be accomplished in accordance with the Plans and the following Special Provisions Section 8-30.

8-30 LARGE WOODY MATERIAL

8-30.1 Description

This work consists of placing rootwads and attached stems in the creek bank as shown on the Plans. This work must be accomplished during the time allowed by the permits (see appendices). The Contractor shall comply with all requirements of these permits.

8-30.2 Materials

Large woody material shall be obtained from the trees to be removed for the Clearing and Grubbing bid item. Large woody material shall have a rootwad intact with the stem and meeting the length requirements shown on the Plans. Dirt, rocks and debris on the rootwads shall be removed as much as possible.

Logs shorter than 30 feet shall be identified, and the length reported to the Engineer prior to placement. Deadman anchors as shown on the plans shall be installed as directed by the Engineer for logs that don’t meet the length minimum requirement.

Special Provisions Page 111 Ostrander Road Culvert Replacement Project No. 1209

8-30.3 Construction Requirements

Large woody material shall be pushed into the creek banks as shown on the Plans. If the large woody material hits an obstruction and cannot be advanced to the required penetration, the large woody material shall be placed in a trench. Trenches for large woody material shall be excavated to the minimum size necessary to accommodate installation of the large woody material. Large woody material shall be installed with the stem embedded into the creek bank, and oriented as shown on the Plans. Excavated material from the trenches shall be backfilled around the large woody material and compacted with a hoe pack or rammer compacter (“jumping jack”). Channel fill material will be placed within the creek as shown on the Plans.

8-30.4 Measurement

Large woody material will be measured by the unit for each rootwad with intact stem prepared and installed.

Deadman Anchors will be measured by the unit for each installed.

8-30.4 Payment

Payment will be made for the following Bid item included in the Proposal:

“Large Woody Material”, per each.

“Deadman Anchor”, per each.

The unit Contract price for “Large Woody Material” shall be full pay for preparing and installing the Large Woody Material as shown on the Plans and in accordance with these Special Provisions. All other work necessary for the complete large woody material installation is included in the unit price.

The unit Contract price for “Deadman Anchor” shall be full pay for installation of the anchor as shown on the Plans at the location directed by the Engineer and in accordance with these Special Provisions.

BID ITEM 57: TEMPORARY CREEK DIVERSION

This bid item shall be accomplished in accordance with the Plans and the following Special Provisions Section 8-31.

8-31 TEMPORARY CREEK DIVERSION

8-31.1 Description

This work includes isolating the work area from the creek flow, removing aquatic life from the work area and moving them to other areas of the creek, and dewatering the work area. It also includes maintaining the creek diversion for the duration of the in-water work and removing the creek diversion components at the end of the in-water work. This work must be accomplished during the time allowed by the permits (see appendices). The Contractor shall comply with all requirements of these permits.

8-31.2 Materials

The Contractor is responsible for selecting materials for use in the creek diversion. Materials selected shall be included in the temporary creek diversion plan. Materials used in the creek diversion remain

Special Provisions Page 112 Ostrander
Project No. 1209
Road Culvert Replacement

the property of the Contractor throughout the duration of this contract. The Contractor shall remove all materials used for the creek diversion at the time the new permanent creek channel is opened and the existing channel designated for abandonment has been filled and stabilized.

8-31.3 Construction Requirements

8-31.3(1)

Temporary Creek Diversion Plan

Prior to any in-water work, the Contractor shall submit and obtain approval for a temporary creek diversion plan. The plan shall include diagrams and narrative describing the sequence of construction of the creek diversion, dewatering the work area, and removal, care and transportation of aquatic life during all phases of in-stream work. The plan will include all phases of construction and transitions of the creek isolation from each construction phase to the next. The plan shall list the personnel that will be conducting the removal, care and transportation of aquatic life from within the work area. It shall describe the sequence and methods used for the removal, care and transportation of aquatic life from within the work area. Maintenance and repair procedures shall also be included in this plan.

8-31.3(2) Construction and Maintenance of the Temporary Creek Diversion

The Contractor shall construct and maintain the temporary creek diversion in accordance with the approved temporary creek diversion plan and all requirements of the permits included in the appendices. The Contractor shall monitor weather reports throughout the period of in-stream work, and shall inspect the creek diversion daily (including non-working days). The Contractor shall repair any damage to the creek diversion immediately.

8-31.3(3) Aquatic Life Removal Protocol

For each phase of the creek diversion, all aquatic life within affected creek segments and/or culvert shall be carefully captured and released into the creek outside of the project area in a pool or area which provides some cover and flow refuge. Fish rescue shall be accomplished using seine nets and dip nets until no more fish can be captured. Screened pumps may be used to dewater areas as needed in order to remove all fish and aquatic life. If this process does not remove all aquatic life, qualified personnel shall use electroshocking to capture any remaining aquatic life. All captured fish shall be kept in 5-gallon buckets filled with creek water until they are released back into the creek. The condition of all fish in the buckets shall be monitored at frequent intervals to minimize the risk of fish mortalities. All fish rescue operations shall be supervised by personnel possessing a Scientific Collection Permit issued by the Washington Department of Fish and Wildlife.

8-31.3(3)a Electroshocking

If electroshocking is necessary to remove all aquatic life, it shall be accomplished as follows:

After the entire work area has been electroshocked once, the water within the work area shall be pumped to an upland area for infiltration and biofiltration. Pumps used to dewater excavation areas shall be equipped with a fish screen meeting all permit requirements. Pumps shall be sized to dewater the entire work area without having the velocity through the screen exceed the maximum allowed by the permits. Additional rounds of electroshocking shall be conducted as the water level within the work area drops.

Special Provisions Page 113 Ostrander Road Culvert Replacement Project No. 1209

Electroshocking equipment shall be in good working condition and operators shall go through the manufacturer’s preseason checks, adhere to all provisions, and record major maintenance work in a logbook. Voltage shall be set according to the measured conductivity. Only Direct Current (DC) or Pulsed Direct Current (PDC) shall be used. Each session shall begin with pulse width and rate set to the minimum needed to capture fish. These settings should be gradually increased only to the point where fish are immobilized and captured. Start with pulse width of 500 seconds and do not exceed 5 milliseconds. Pulse rate should start at 15 Hz and work carefully upwards to a maximum of 60 HZ (in general, exceeding 40 Hz will injure more fish). Starting voltage should be 100V, and increase gradually. If the conductivity is 300 S/cm or less, the maximum voltage should be 800V. If the conductivity is 300350S/cm, the maximum voltage should be 400V.

The anode shall be placed more than 0.5m from any fish. Care shall be taken in shallow waters, undercut banks, near structures such as wood, or where fish can be concentrated in high numbers where fish are more likely to come into close contact with the anode. Electroshocking shall be performed in a manner that minimizes harm to fish. The stream segment shall be worked systematically, moving the anode continuously in a herringbone pattern through the water. No area shall be electroshocked for an extended period of time. Fish shall be removed from the electrical field immediately; rather than holding the fish in the net while capturing additional fish.

The condition of the excluded fish shall be carefully observed. Dark bands on the body and longer recovery times are signs of injury or handling stress. When such signs are noted, the settings for the electrofishing unit shall be adjusted. ESA specimens shall be released outside the isolated construction area in an area that provides refuge. Each fish shall be completely revived before releasing. A healthy environment for the stressed fish shall be provided, with no overcrowding in the buckets, and the holding time minimized. Large fish shall be kept separated from smaller prey-sized fish to avoid predation during containment. Shaded, dark containers shall be used in fish handling operations.

8-31.3(4) FPRP Fish Salvage Reporting Form

Within 30 days of completing each fish capture and release, the contractor shall provide the Engineer with a completed FPRP Fish Salvage Reporting Form prepared by the supervisory biologist (see Nationwide Permit 14 in Appendix D). The completed form will document methods used to isolate work areas and minimize disturbances to ESA-listed species. The completed form will describe the stream conditions prior to and following construction. The completed form will describe the means of fish removal, state the total number of fish removed by species, and describe the condition of all fish released. The completed form will document any incidence of observed injury or mortality.

8-31.3(5) FPRP Action Completion Reporting Form

Within 30 days of completing the permitted work in waters of the U.S., the contractor shall provide the Engineer with a completed FPRP Action Completion Reporting Form prepared by the Contractor’s Certified Erosion and Sediment Control Lead (CESCL).

8-31.4 Measurement

No unit of measurement shall apply to the lump sum bid item Temporary Creek Diversion

Special Provisions Page 114 Ostrander Road Culvert Replacement Project No. 1209

8-31.5 Payment

“Temporary Creek Diversion”, lump sum.

Payment for Temporary Creek Diversion at the lump sum cost shall be full pay for all materials, equipment, labor and other costs associated with the preparation of the temporary creek diversion plan, construction, maintenance and repair of all phases of the temporary creek diversion, conducting all aquatic life removal, care and transportation, and removal of all materials used in the temporary creek diversion following completion of the in-stream work. It shall also be full pay for providing completed FPRP Fish Salvage Reporting Forms and the FPRP Action Completion Reporting Form. In the event of damage caused by a storm event with flow greater or equal to a 2-year storm, repair of the creek diversion will be paid by force account under the bid item Miscellaneous Construction.

BID ITEM 58: DUCTILE IRON PIPE FOR WATER MAIN 8 INCH DIAM.

BID ITEM 59: DUCTILE IRON PIPE FOR WATER MAIN 8 INCH DIAM. ON BRIDGE

BID ITEM 60: TEMPORARY WATER MAIN

These bid items shall be accomplished in accordance with the Plans and Standard Specifications Section 7-09, except as modified below.

7-09.1 Description

Section 7-09.1 is supplemented with the following:

The Ductile Iron Pipe For Water Main 8 Inch Diam. On Bridge bid item consists of installing the water main through the bridge abutments and attached to the bridge superstructure.

The Temporary Water Main bid item consists of all installing and maintaining the temporary water main including the utility bridge. It includes relocating the utility bridge as necessary to accommodate each phase of streambed and bridge construction. It also includes removing the temporary water main when the permanent water main is installed and ready for use.

7-09.4 Measurement

Section 7-09.4 is supplemented with the following: (*******)

No unit of measure shall apply to the lump sum bid item Temporary Water Main.

7-09.5 Payment

Section 7-09.5 is supplemented with the following:

“Ductile Iron Pipe for Water Main 8 Inch Diam. On Bridge”, per linear foot.

The unit contract price for Ductile Iron Pipe for Water Main 8 Inch Diam. On Bridge includes providing and installing all necessary sleeves and hangers on the bridge. It also includes providing and installing all insultation and aluminum jacketing as shown on the Plans.

Special Provisions Page 115 Ostrander Road Culvert Replacement Project No. 1209
(*******)
(*******)

“Temporary Water Main”, lump sum.

The lump sum bid item for Temporary Water Main includes providing all materials, labor, and equipment necessary to install and maintain the temporary water main including the utility bridge. It includes relocating the utility bridge as necessary to accommodate each phase of streambed and bridge construction. It also includes removing and disposing of the temporary water main when the permanent water main is installed and ready for use.

BID ITEM 61: GATE VALVE 8 INCH

BID ITEM 62: COMB. AIR RELEASE/AIR VACUUM VALVE ASSEMBLY 2 INCH

These bid items shall be accomplished in accordance with the Plans and Standard Specifications Section 7-12.

BID ITEM 63: HYDRANT ASSEMBLY

This bid item shall be accomplished in accordance with the Plans and Standard Specifications Section 714, except as modified below.

7-14.5 Payment

Delete the paragraph under the bid item “Hydrant Assembly”, and replace with the following: (*******)

The unit Contract price per each for “Hydrant Assembly” shall be full pay for all Work to furnish and install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, and painting required for the complete installation of the hydrant assembly as specified. It shall also include the pipe connecting the hydrant to the main, and extending the hydrant location outside the limits of roadway excavation.

BID ITEM 64: SERVICE CONNECTION 1 INCH DIAM.

This bid item shall be accomplished in accordance with the Plans and Standard Specifications Section 715.

(January 9, 2023)

Standard Plans

The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01, effective September 30, 2022, is made a part of this contract.

Special Provisions Page 116 Ostrander Road Culvert Replacement Project No. 1209

The Standard Plans are revised as follows:

A-10.30

RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The RISER RING detail is deleted from the plan.

INSTALLATION detail, SECTION A: The “1/4”” callout is revised to read “+/- 1/4" (SEE CONTRACT ~ Note: The + 1/4" installation is shown in the Section A view)”

B-90.40

Valve Detail – DELETED

C-8 DELETED

C-8A DELETED

C-20.42

Plan View (Case 22A-31), callout, was; “BEAM GUARDRAIL ANCHOR TYPE 10 PAY LIMIT” is revised to read; “BEAM GUARDRAIL ANCHOR TYPE 11 PAY LIMIT”

C-23.60 DELETED

C-23.70

Sheet 1, Detail A, callout, was – “EIGHT 5/8” x 1/2" (IN) BOLTS W/ HEX NUTS AND WASHERS (SEE NOTE 5)”is revised to read: “EIGHT 5/8” x 1-1/2" (IN) BOLTS W/ HEX NUTS AND WASHERS (SEE NOTE 5)”.

Sheet 2, ANCHOR RAIL ELEMENT DETAIL and associated Enlarged Detail, 3/4" Diameter hole pattern (8 holes), callout, “3/4" DIAMETER HOLE (TYP.)” is revised to read: “29/32” x 1 1/8” (IN) SLOT (TYP.)”

D-2.04 DELETED

D-2.06 DELETED

D-2.08 DELETED

D-2.32 DELETED

D-2.34 DELETED

Special Provisions Page 117 Ostrander Road Culvert Replacement Project No. 1209

D-2.60 DELETED

D-2.62 DELETED

D-2.64 DELETED

D-2.66 DELETED

D-2.68 DELETED

D-2.80 DELETED

D-2.88 DELETED

D-3.15 DELETED

D-3.16 DELETED

D-3.17 DELETED

D-3.10

Sheet 1, Typical Section, callout – “FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.15” is revised to read; ”FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE CONTRACT PLANS”

Sheet 1, Typical Section, callout – “FOR WALLS WITH F-SHAPE TRAFFIC BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16” is revised to read; ”FOR WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT PLANS”

D-3.11

Sheet 1, Typical Section, callout – “”B” BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLANS D-3.15 OR D-3.16” is revised to read; ”B” BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS)

Sheet 1, Typical Section, callout – “TYPICAL BARRIER ON BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLANS D-3.15 OR D-3.16” is revised to read; “TYPICAL BARRIER ON BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS)

Special Provisions Page 118 Ostrander Road Culvert Replacement Project No. 1209

D-10.10

Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum.

D-10.15

Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum.

D-10.30

Wall Type 5 may be used in all cases.

D-10.35

Wall Type 6 may be used in all cases.

D-10.40

Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum.

D-10.45

Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum.

D-15.10

STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans.

D-15.20

STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans.

D-15.30

STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans.

F-10.18

Note 2, “Region Traffic engineer approval is needed to install a truck apron lower than 3”.” - DELETED

J-10.10

Sheet 4 of 6, “Foundation Size Reference Table”, PAD WIDTH column, Type 33xD=6’ – 3” is revised to read: 7’ – 3”. Type 342LX / NEMA P44=5’ – 10” is revised to read: 6’ – 10”

Special Provisions Page 119 Ostrander Road Culvert Replacement Project No. 1209

Sheet 5 of 6, Plan View, “FOR EXAMPLE PAD SHOWN HERE:, “first bullet” item, “-SPACE BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6” (IN)” IS REVISED TO READ: “SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL) AND 33x CABINET IS 6” (IN) (CHANNEL STEEL ADDS ABOUT 5” (IN)”

J-10.16

Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14

J-10.17

Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14

J-10.18

Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14

J-20.10

Elevation View, horizontal dimension to edge of sidewalk 10” (IN) OR LESS DESIRABLE ~ 18” (IN) MAXIMUM is revised to read: “10” (IN) MAXIMUM”

J-20.26

Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton post.”

J-20.16

View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE

J-21.10

Sheet 1, Elevation View, Round Concrete Foundation Detail, callout – “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS REVISED TO READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER ASSEMBLY”

Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar.

Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar.

Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar.

Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar.

Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts (see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts (see Note 1)”

Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” is revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 2)”

Special Provisions Page 120 Ostrander Road Culvert Replacement Project No. 1209

J-21.15

Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM.

J-21.16

Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE

J-22.15

Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0”

(2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM.

J-40.10

Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) S. S. FLAT WASHER”

J-40.36

Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover.

J-40.37

Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover.

J-75.20

Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel Bands”, add the following to the end of the note: “Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware.”

J-75.41 DELETED

J-75.55

Notes, Note A1, Revise reference, was – G-90.29, should be – G-90.20.

K-80.20 DELETED

L-5.10

Sheet 2, Typical Elevation, callout - “2’ – 0” MIN. LAP SPLICE BETWEEN (mark) A #3 BAR AND WALL REINFORCEMENT ~ TYPICAL” is revised to read: “2’ – 0” MIN. LAP SPLICE BETWEEN (MARK) A #4 BAR AND WALL REINFORCEMENT ~ TYPICAL”

Section C, callout; “(mark) A #3” is revised to read: “(mark) A #4”, callout - “(mark) B #3” is revised to read: “(mark) B #4”, callout - “(mark) C #3 TIE” is revised to read: “(mark) C #4 TIE”

Reinforcing Steel Bending Diagram, (mark) B detail, callout – “128 deg.” is revised to read: “123 deg.”, callout – “51 deg.” is revised to read: “57 deg.”

Special Provisions Page 121 Ostrander Road Culvert Replacement Project No. 1209

The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract.

Special Provisions Page 122 Ostrander Road Culvert Replacement Project No. 1209
A-10.10-00........8/7/07 A-30.35-00.......10/12/07 A-50.10-01……...8/17/21 A-10.20-00......10/5/07 A-40.00-01.........7/6/22 A-50.40-01……...8/17/21 A-10.30-00......10/5/07 A-40.10-04.........7/31/19 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.15-00.........8/11/09 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.20-04.........1/18/17 A-60.30-01..........6/28/18 A-30.30-01......6/16/11 A-40.50-02.........12/23/14 A-60.40-00..........8/31/07 B-5.20-03........9/9/20 B-30.50-03.........2/27/18 B-75.20-03..........8/17/21 B-5.40-02.........1/26/17 B-30.60-00……..9/9/20 B-75.50-02..........3/15/22 B-5.60-02.........1/26/17 B-30.70-04.........2/27/18 B-75.60-00............6/8/06 B-10.20-02........3/2/18 B-30.80-01..........2/27/18 B-80.20-00.........6/8/06 B-10.40-02........8/17/21 B-30.90-02........1/26/17 B-80.40-00.........6/1/06 B-10.70-02……8/17/21 B-35.20-00..........6/8/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-35.40-00..........6/8/06 B-85.20-00..........6/1/06 B-15.40-01........2/7/12 B-40.20-00..........6/1/06 B-85.30-00..........6/1/06 B-15.60-02........1/26/17 B-40.40-02........1/26/17 B-85.40-00..........6/8/06 B-20.20-02.......3/16/12 B-45.20-01..........7/11/17 B-85.50-01.........6/10/08 B-20.40-04.......2/27/18 B-45.40-01..........7/21/17 B-90.10-00….......6/8/06 B-20.60-03.......3/15/12 B-50.20-00..........6/1/06 B-90.20-00..........6/8/06 B-25.20-02........2/27/18 B-55.20-03..........8/17/21 B-90.30-00..........6/8/06 B-25.60-02.........2/27/18 B-60.20-02..........9/9/20 B-90.40-01..........1/26/17 B-30.05-00……..9/9/20 B-60.40-01..........2/27/18 B-90.50-00..........6/8/06 B-30.10-03.........2/27/18 B-65.20-01..........4/26/12 B-95.20-02..........8/17/21 B-30.15-00……..2/27/18 B-65.40-00..........6/1/06 B-95.40-01..........6/28/18 B-30.20-04.........2/27/18 B-70.20-01..........3/15/22 B-30.30-03.........2/27/18 B-70.60-01..........1/26/17 B-30.40-03..........2/27/18 C-1....................9/8/22 C-22.40-09........9/8/22 C-60.70-01……9/8/22 C-1b...................9/8/22 C-22.45-06........9/8/22 C-60.80-01……..9/8/22 C-1d................10/31/03 C-23.70-00……..8/22/22 C-70.15-00……..8/17/21 C-2c..................8/12/19 C.24.10-03........7/24/22 C-70.10-03........8/20/21 C-4f...................8/12/19 C-24.15-00…….3/15/22 C-75.10-02........9/16/20 C-6a................9/8/22 C-25.20-07........8/20/21 C-75.20-03........8/20/21 C-7.....................9/8/22 C-25.22-06........8/20/21 C-75.30-03........8/20/21 C-7a...................9/8/22 C-25.26-05........8/20/21 C-80.10-02........9/16/20 C-20.10-08.........9/8/22 C-25.30-01…….8/20/21 C-80.20-01........6/11/14 C-20.14-05..........9/8/22 C-25.80-05........8/12/19 C-80.30-02........8/20/21 C-20.15-02..........6/11/14 C-60.10-02…….9/8/22 C-80.40-01........6/11/14 C-20.18-04..........9/8/22 C-60.15-00……..8/17/21 C-85.10-00........4/8/12 C-20.40-09..........9/8/22 C-60.20-01……9/8/22 C-85.11-01........9/16/20 C-20.41-04..........8/22/22 C-60.30-01……8/17/21 C-85.15-02........8/27/21
Special Provisions Page 123 Ostrander Road Culvert Replacement Project No. 1209 C-20.42-05..........7/14/15 C-60.40-00……..8/17/21 C-85-18-03........9/8/22 C-20.43-00………8/22/22 C-60.45-00……..8/17/21 C-20.45.03..........9/8/22 C-60.50-00……..8/17/21 C-22.16-07........9/16/20 C-60.60-00……..8/17/21 D-2.36-03........6/11/14 D-4.................12/11/98 D-10.35-00.........7/8/08 D-2.46-02……8/13/21 D-6...................6/19/98 D-10.40-01......12/2/08 D-2.84-00........11/10/05 D-10.10-01......12/2/08 D-10.45-01......12/2/08 D-2.92-01........4/26/22 D-10.15-01......12/2/08 D-3.09-00........5/17/12 D-10.20-01.........8/7/19 D-3.10-01……5/29/13 D-10.25-01.........8/7/19 D-3.11-03……6/11/14 D-10.30-00.........7/8/08 E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03 F-10.12-04.......9/24/20 F-10.62-02........4/22/14 F-40.15-04........9/25/20 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-03.........3/28/22 F-30.10-04........9/25/20 F-45.10-03........8/13/21 F-10.40-04...........9/24/20 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07 F-40.14-03........6/29/16 G-10.10-00........9/20/07 G-26.10-00……7/31/19 G-20.10-03........8/20/21 G-30.10-04.......6/23/15 G-22.10-04..........6/28/18 G-50.10-03.......6/28/18 G-24.10-00......11/8/07 G-90.10-03……7/11/17 G-24.20-01......2/7/12 G-90.20-05……7/11/17 G-24.30-02......6/28/18 G-90.30-04……7/11/17 G-24.40-07.....6/28/18 G-95.10-02........6/28/18 G-24.50-05.....8/7/19 G-95.20-03........6/28/18 G-24.60-05.....6/28/18 G-95.30-03........6/28/18 G-25.10-05.......9/16/20 H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-02......8/17/21 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-02......8/17/21 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07 I-30.10-02.........3/22/13 I-30.30-02.........6/12/19 I-50.20-02..........7/6/22 I-30.15-02.........3/22/13 I-30.40-02.......6/12/19 I-60.10-01..........6/10/13 I-30.16-01.........7/11/19 I-30.60-02.........6/12/19 I-60.20-01..........6/10/13 I-30.17-01.........6/12/19 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16 J-05.50-00…….8/30/22 J-28.10-02......8/7/19 J-50.25-00…….6/3/11 J-10..................7/18/97 J-28.22-00.......8/07/07 J-50.30-00…….6/3/11 J-10.10-04……9/16/20 J-28.24-02.......9/16/20 J-60.05-01…….7/21/16
Special Provisions Page 124 Ostrander Road Culvert Replacement Project No. 1209 J-10.12-00……9/16/20 J-28.26-01......12/02/08 J-60.11-00…....5/20/13 J-10.14-00……9/16/20 J-28.30-03......6/11/14 J-60.12-00…....5/20/13 J-10.15-01........6/11/14 J-28.40-02......6/11/14 J-60.13-00…....6/16/10 J-10.16-02……8/18/21 J-28.42-01.......6/11/14 J-60.14-01……7/31/19 J-10.17-02……8/18/21 J-28.43-01.......6/28/18 J-75.10-02……7/10/15 J-10.18-02……8/18/21 J-28.45-03.......7/21/16 J-75.20-01……7/10/15 J-10.20-04……8/18/21 J-28.50-03.......7/21/16 J-75.30-02…….7/10/15 J-10.21-02……8/18/21 J-28.60-03.......8/27/21 J-75.50-00……8/30/22 J-10.22-02........8/18/21 J-28.70-04.......8/30/22 J-75.55-00……8/30/22 J-10.25-00……7/11/17 J-29.10-02.......8/26/22 J-80.05-00……8/30/22 J-10.26-00…….8/30/22 J-29.15-01.......7/21/16 J-80.10-01……8/18/21 J-12.15-00……6/28/18 J-29.16-02.......7/21/16 J-80.12-00……8/18/21 J-12.16-00……6/28/18 J-30.10-01…...8/26/22 J-80.15-00……6/28/18 J-15.10-01........6/11/14 J-40.01-00……..8/30/22 J-81.10-02……8/18/21 J-15.15-02……7/10/15 J-40.05-00……7/21/16 J-81.12-00……9/3/21 J-20.01-00…….8/30/22 J-40.10-04…...4/28/16 J-84.05-00……8/30/22 J-20.10-04........7/31/19 J-40.20-03…...4/28/16 J-86.10-00……6/28/18 J-20.11-03........7/31/19 J-40.30-04……4/28/16 J-90.10-03…….6/28/18 J-20.15-03........6/30/14 J-40.35-01……5/29/13 J-90.20-03…….6/28/18 J-20.16-02........6/30/14 J-40.36-02……7/21/17 J-90.21-02……6/28/18 J-20.20-02........5/20/13 J-40.37-02……7/21/17 J-90.50-00……6/28/18 J-20.26-01........7/12/12 J-40.38-01.......5/20/13 J-21.10-04......6/30/14 J-40.39-00……5/20/13 J-21.15-01......6/10/13 J-40.40-02……7/31/19 J-21.16-01......6/10/13 J-45.36-00……7/21/17 J-21.17-01......6/10/13 J-50.05-00……7/21/17 J-21.20-01......6/10/13 J-50.10-01…….7/31/19 J-22.15-02......7/10/15 J-50.11-02…….7/31/19 J-22.16-03......7/10/15 J-50.12-02…….8/7/19 J-26.10-03…..7/21/16 J-50.13-01…….8/30/22 J-26.15-01…..5/17/12 J-50.15-01…….7/21/17 J-26.20-01…..6/28/18 J-50.16-01…….3/22/13 J-27.10-01…..7/21/16 J-50.18-00…….8/7/19 J-27.15-00…..3/15/12 J-50.19-00…….8/7/19 J-28.01-00……8/30/22 J-50.20-00…….6/3/11 K-70.20-01.......6/1/16 K-80.32-00……8/17/21 K-80.35-01.......9/16/20 K-80.10-02.......9/25/20 K-80.34-00……8/17/21 K-80.37-01.......9/16/20 L-5.10-00……..9/19/22 L-20.10-03........7/14/15 L-40.20-02........6/21/12 L-5.15-00……..9/19/22 L-30.10-02........6/11/14 L-70.10-01.......5/21/08 L-10.10-02........6/21/12 L-40.15-01........6/16/11 L-70.20-01.......5/21/08 M-1.20-04.........9/25/20 M-11.10-04........8/2/22 M-40.20-00......10/12/07 M-1.40-03.........9/25/20 M-12.10-03……8/2/22 M-40.30-01......7/11/17 M-1.60-03.........9/25/20 M-15.10-01........2/6/07 M-40.40-00......9/20/07
Special Provisions Page 125 Ostrander Road Culvert Replacement Project No. 1209 M-1.80-03.........6/3/11 M-17.10-02........7/3/08 M-40.50-00......9/20/07 M-2.20-03.........7/10/15 M-20.10-04........8/2/22 M-40.60-00......9/20/07 M-2.21-00……..7/10/15 M-20.20-02........4/20/15 M-60.10-01......6/3/11 M-3.10-04.........9/25/20 M-20.30-04........2/29/16 M-60.20-03......8/17/21 M-3.20-04.........8/2/22 M-20.40-03........6/24/14 M-65.10-03......8/17/21 M-3.30-04.........9/25/20 M-20.50-02........6/3/11 M-80.10-01......6/3/11 M-3.40-04.........9/25/20 M-24.20-02.......4/20/15 M-80.20-00......6/10/08 M-3.50-03.........9/25/20 M-24.40-02.......4/20/15 M-80.30-00......6/10/08 M-5.10-03.........9/25/20 M-24.60-04.......6/24/14 M-7.50-01.........1/30/07 M-24.65-00……7/11/17 M-9.50-02.........6/24/14 M-24.66-00……7/11/17 M-9.60-00……..2/10/09 M-40.10-03......6/24/14
Prevailing Minimum Hourly Wage Rates Page 126 Ostrander Road Culvert Replacement Project No. 1209 PREVAILING MINIMUM HOURLY WAGE RATES

APPENDICES

The following appendices are hereby provided and are made a part of the Contract Documents. The Contractor shall perform all work in accordance with the plans and specifications subject to the requirements and conditions contained within the Appendices.

Appendix A – Plans

Appendix B – Geotechnical Report

Appendix C – HPA from Washington State Department of Fish and Wildlife

Appendix D – Nationwide Permit 14 from US Army Corps of Engineers

Appendix E – Floodplain Permit from Cowlitz County Department of Building and Planning

Appendix F – Construction Stormwater General Permit from Department of Ecology

Appendix G – Applicable Standard Plans

Appendix H – Gas Main As-Built Drawings

Appendices Page 127 Ostrander Road Culvert Replacement Project No. 1209

APPENDIX A Plans

Appendices Page 128 Ostrander Road Culvert Replacement Project No. 1209

APPENDIX B

Geotechnical Report

Appendices Page 129 Ostrander Road Culvert Replacement Project No. 1209

APPENDIX C

HPA from Washington State Department of Fish and Wildlife

Appendices Page 130 Ostrander Road Culvert Replacement Project No. 1209

APPENDIX D

Nationwide Permit 14 from US Army Corps of Engineers

Appendices Page 131 Ostrander Road Culvert Replacement Project No. 1209

APPENDIX E

Floodplain Permit from Cowlitz County Department of Building and Planning

Appendices Page 132 Ostrander Road Culvert Replacement Project No. 1209

APPENDIX F

Construction Stormwater General Permit from Department of Ecology

Appendices Page 133 Ostrander Road Culvert Replacement Project No. 1209

PO Box 47600, Olympia, WA 98504-7600 • 360-407-6000

April 4, 2023

Roger Maurer

Cowlitz County

1600 S 13th Ave

Kelso, WA 98626-2851

RE: Coverage under the Construction Stormwater General Permit

Permit number: WAR312336

Site Name: Ostrander Road and McGeary Road

Location: Ostrander Road and McGeary Road Kelso County: Cowlitz

Disturbed Acres: 1.67

Dear Roger Maurer:

The Washington State Department of Ecology (Ecology) received your Notice of Intent for coverage under Ecology’s Construction Stormwater General Permit (CSWGP). This is your permit coverage letter. Your permit coverage is effective April 4, 2023.

Retain this letter as an official record of permit coverage for your site. You may keep your records in electronic format if you can easily access them from your construction site. You can get the CSWGP, permit forms, and other information at Ecology’s CSWGP eCoverage Packet webpage1 . Contact your Permit Administrator, listed below, if you want a copy of the CSWGP mailed to you Please read the permit and contact Ecology if you have any questions.

Electronic Discharge Monitoring Reports (WQWebDMR)

This permit requires you to submit monthly discharge monitoring reports (DMRs) for the full duration of permit coverage (from the first full month of coverage to termination). Your first sampling and reporting period will be for the month of May and your first DMR must be submitted by June 15, 2023. 1

STATE OF WASHINGTON DEPARTMENT OF ECOLOGY
http://www.ecology.wa.gov/eCoverage-packet

April 4, 2023

Page 2

You must submit your DMRs electronically using Ecology’s secure online system, WQWebDMR. To sign up for WQWebDMR go to Ecology’s WQWebPortal guidance webpage2. If you have questions, contact the portal staff at (360) 407-7097 (Olympia area), or (800) 633-6193/Option 3, or email WQWebPortal@ecy.wa.gov

Appeal Process

You have a right to appeal coverage under the general permit to the Pollution Control Hearing Board (PCHB). Appeals must be filed within 30 days of the date of receipt of this letter. Any appeal is limited to the general permit’s applicability or non-applicability to a specific discharger. The appeal process is governed by chapter 43.21B RCW and chapter 371-08 WAC. “Date of receipt” is defined in RCW 43.21B.001(2). For more information regarding your right to appeal, please reference Ecology’s Focus Sheet: Appeal of General Permit Coverage3 .

Annual Permit Fees

RCW 90.48.465 requires Ecology to recover the costs of managing the permit program. Permit fees are invoiced annually until the permit is terminated. Termination conditions are described in the permit. For permit fee related questions, please contact the Water Quality Fee Unit at wqfeeunit@ecy.wa.gov or (800) 633-6193/Option 2.

Ecology Field Inspector Assistance

If you have questions regarding stormwater management at your construction site, please contact your Regional Inspector, Brian Johnson of Ecology’s Vancouver Field Office at brian.johnson@ecy.wa.gov or (360) 624-5741.

Questions or Additional Information

Ecology is here to help. Please review our Construction Stormwater General Permit webpage4 for more information. If you have questions about the Construction Stormwater General Permit, please contact your Permit Administrator, Joyce Smith at joyce.smith@ecy.wa.gov, or (360) 628-2138.

Sincerely,

2 https://ecology.wa.gov/Regulations-Permits/Guidance-technical-assistance/Water-quality-permitsguidance/WQWebPortal-guidance

3 https://apps.ecology.wa.gov/publications/summarypages/1710007.html

4 www.ecology.wa.gov/constructionstormwaterpermit

APPENDIX G

Applicable Standard Plans

Appendices Page 134 Ostrander Road Culvert Replacement Project No. 1209

APPENDIX H

Gas Main As-Built Drawings

Appendices Page 135 Ostrander Road Culvert Replacement Project No. 1209

ATTENTION PROPERTY OWNERS AND CONTRACTORS CALL BEFORE YOU DIG

1-800-424-5555

The Cowlitz County Utility Coordination Council is comprised of local utilities whose common purpose is to help prevent accidents and damages to their underground facilities. ONE TELEPHONE CALL, 1-800-424-5555, two (2) working days prior to digging will relay a message to these utilities. On the next page is a listing of utilities and entities belonging to the Council.

Forty-eight (48) hours’ notice (excluding weekends and holidays) is requested to permit our locators to mark our facilities for you. ONE CALL answering service is available twenty-four (24) hours a day, seven (7) days a week. All calls are recorded. (EMERGENCY LINE LOCATES ARE AVAILABLE AT ALL TIMES).

RCW 19.122.010, Washington Laws, 1988, Chapter 99 on Underground Utilities states that utilities shall be assigned “...responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility services caused by damage to existing underground utility facilities.”

Callers are asked to use white paint to show their proposed path of excavation. Each locator uses a different color paint to show their underground facility (see reverse page). Digging should be done by hand 18” on either side of marking until utility is visible, before using other equipment.

PLAN FOR SAFETY – CALL BEFORE YOU DIG LOCATING SERVICES ARE FREE

Call Before You Dig Page 136 Ostrander Road Culvert Replacement Project No. 1209
Thank you, Cowlitz

THE FOLLOWING LOCAL UTILITIES, ENTITIES AND OTHERS FORM THE COWLITZ COUNTY UTILITY COORDINATION COUNCIL:

COLOR CODE

POWER P.U.D. OF COWLITZ COUNTY RED

GAS

TELEPHONE

CASCADE NATURAL GAS

NORTHWEST PIPELINE CORPORATION

OLYMPIC PIPE LINE COMPANY

AT&T

GENERAL TELEPHONE

KALAMA TELEPHONE

U.S. SPRINT COMMUNICATIONS

CENTURY LINK

VERIZON COMMUNICATIONS

FRONTIER

CASCADE NETWORKS

WATER BEACON HILL SEWER DISTRICT

CITY OF CASTLE ROCK

CITY OF KALAMA

CITY OF KELSO

CITY OF LONGVIEW

CITY OF WOODLAND

COWLITZ COUNTY PUBLIC WORKS

P.U.D. OF COWLITZ COUNTY

YELLOW

ORANGE

SEWER

BEACON HILL SEWER DISTRICT

CITY OF CASTLE ROCK

CITY OF KALAMA

CITY OF KELSO

CITY OF LONGVIEW

CITY OF WOODLAND

COWLITZ COUNTY PUBLIC WORKS (includes leachate pipeline)

T.V. CABLE COMCAST

WASHINGTON STATE DEPARTMENT OF TRANSPORTATION

(OTHER UTILITIES MAY JOIN IN THE FUTURE – PLEASE ASK THE OPERATOR)

BLUE

GREEN

ORANGE

REPORT ALL EMERGENCIES TO “911”. All other damages should be reported directly to the utilities involved.

Nicks in insulation of gas, power or telephone should be reported to utilities promptly, as failure later can cause serious injuries or damages.

Call Before You Dig Page 137 Ostrander Road Culvert Replacement Project No. 1209

END OF CONTRACT

AS-12820

BOCC Agenda

Meeting Date: 05/16/2023

Affidavit of Posting Resume for the Month of April 2023

Submitted For: Kelly Dombrowsky, Clerk of the Board

Submitted By: Kelly Dombrowsky, Clerk of the Board

Department: Commissioners Office

Information

Consent B. 9.

Subject and Summary Statement

Affidavit of Posting Resume for the Month of April 2023

Will Staff Attend - NAME OF STAFF

Department Recommendation

Attachments

Affidavit

Form Started By: Kelly Dombrowsky

Final Approval Date: 05/10/2023

Form Review

Started On: 05/10/2023 04:26 PM

AS-12811 10.

BOCC Agenda

Meeting Date: 05/16/2023

RESOLUTION - CRP NO. 803 - 46th Avenue Reconstruction - Project No. 1510

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Attached is County Road Project Number 803 for the 46th Avenue Reconstruction project. This project will design and construct a new roadway prism

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Public Works Department that the Board move to authorize CRP No. 803 for the 46th Avenue Reconstruction project.

Attachments

CRP No. 803

Vicinity Map

Form Started By: Emilie Cochrane

Form Review

Inbox Reviewed By Date Susan Eugenis Susan Eugenis 05/09/2023 03:45 PM Mike Moss, Public Works Mike Moss 05/10/2023 07:44 AM
Started On: 05/09/2023 01:14 PM

BEFORE THE BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

In the Matter of Initiating a County Road Project Designated as C.R.P. No. 803 ; Project No. 1510

IT IS HEREBY RESOLVED THAT 46th Avenue, State Road Log No. 11030 from Milepost 0.52 to Milepost 0.55 be improved as provided below:

) Arterial ( )

Reconstruct the roadway and associated drainage system.

) Collector ( X )

) Access ( )

This project is hereby declared to be a public necessity and the County Road Engineer is hereby ordered and authorized to report and proceed thereon as by law provided. (RCW 36.75.050, 36.80.030, 36.80.070)

IT IS FURTHER RESOLVED THAT an appropriation from the officially adopted road fund budget and based on the County Engineer's estimate is hereby made in the amounts and for the purposes shown:

( ) This project is included in the officially adopted annual road program as Item .

(X) The project is hereby made a part of the officially adopted annual road program in accordance with RCW 36.81.130.

IT IS FURTHER RESOLVED THAT:

(X) The construction is to be accomplished by interlocal agreement in accordance with RCW 39.34. et.seq.

( ) The construction is to be accomplished by county forces in accordance with RCW 36.77.060 and WAC 136-18.

ADOPTED this ______ day of _________________, 2023.

BOARD OF COUNTY COMMISSIONERS

ATTEST: OF COWLITZ COUNTY, WASHINGTON

Richard R. Dahl, Chairman

Arne Mortensen, Commissioner

Dennis P. Weber, Commissioner

Resolution No. ___________
PURPOSE AMOUNT OF APPROPRIATION Engineering $ 6,000.00 Right of Way Acquisition $ 0.00 TOTAL (Not subject to 36.77.060) $ 6,000.00 Construction $ 61,500.00 TOTAL PROJECT COST $ 67,500.00 Less Contributions from Other Funds $ 0.00 TOTAL
ROAD FUND ALLOCATION $ 67,500.00
COUNTY
DATE APPROVED BY DESIGNED BY DRAWN BY SHEET OF DEPARTMENT OF PUBLIC WORKS 1600 13th AVENUE SOUTH KELSO, WASHINGTON 98626 46th AVE, M.P. 0.52 TO M.P. 0.55 SCALE: 1" = 2000' 1 1 S.E.E. S.J.M. 5/9/2023 S.E.E. SITE

AS-12812 11.

BOCC Agenda

Meeting Date: 05/16/2023

RESOLUTION - Revised CRP No. 757 - Kalama River Road Culvert Replacement - Project No. 1317 Work by County Forces

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Attached is County Road Project No. 757 for the Kalama River Road Culvert Replacement Project, located between Milepost 2.02 and Milepost 2.06.  The project will replace the existing damaged and undersized culvert.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to authorize said county road project and publish the notice in the usual manner.

Fiscal Impact

Expenditure Required $: 160,000

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? :

Grant Y-N:

Revised CRP 757

County Forces Notice

Original CRP 757

Vicinity Map

Attachments

Form Review

Inbox Reviewed By Date

Roger Maurer

Emilie Cochrane (Originator)

Roger Maurer

Susan Eugenis

Mike Moss, Public Works

Form Started By: Emilie Cochrane

Emilie Cochrane 05/09/2023 02:06 PM

Roger Maurer 05/09/2023 02:13 PM

Susan Eugenis 05/09/2023 03:45 PM

Mike Moss 05/10/2023 07:44 AM

Started On: 05/09/2023 01:41 PM

BEFORE THE BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

In the Matter of Initiating a County Road Project Designated as C.R.P. No. 757; Project No. 1317

IT IS HEREBY RESOLVEDTHAT Kalama River Road, StateRoad Log No. 40000 from Milepost 2.02 to Milepost 2.06 be improved as provided below:

) Arterial ( ) Replace existing damaged and undersized culvert.

) Collector ( X )

) Access ( )

This project is hereby declared to be a public necessity and the County Road Engineer is hereby ordered and authorized to report and proceed thereon as by law provided. (RCW 36.75.050, 36.80.030, 36.80.070)

IT IS FURTHER RESOLVED THAT an appropriation from the officially adopted road fund budget and based on the County Engineer's estimate is hereby made in the amounts and for the purposes shown:

( ) This project is included in the officially adopted annual road program as Item .

(X) The project is hereby made a part of the officially adopted annual road program in accordance with RCW 36.81.130.

IT IS FURTHER RESOLVED THAT:

( ) The construction is to be accomplished by contract in accordance with RCW 36.77.020. et.seq.

(X) The construction is to be accomplished by county forces in accordance with RCW 36.77.060 and WAC 136-18.

ADOPTED this ______ day of _________________, 2023.

BOARD OF COUNTY COMMISSIONERS

ATTEST: OF COWLITZ COUNTY, WASHINGTON

Kelly Dombrowsky

Richard Dahl, Chairman

Arne Mortensen, Commissioner

Dennis P. Weber, Commissioner

Resolution No. ___________
PURPOSE AMOUNT OF APPROPRIATION Engineering $ 50,000.00 Right of Way Acquisition $ 10,000.00 TOTAL (Not subject to 36.77.060) $ 60,000.00 Construction $ 100,000.00 TOTAL PROJECT COST $ 160,000.00 Less Contributions from Other Funds $ 0.00 TOTAL COUNTY ROAD FUND ALLOCATION $ 160,000.00

NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Cowlitz County, Washington, have by Resolution No. ____________________ authorized the following county road project, to be accomplished by County Forces, at an estimated cost of $160,000:

Revised C.R.P. No. 757 – Kalama River Road Culvert Replacement from milepost 2.02 – 2.06, which will replace the existing damaged and undersized culvert A temporary repair has been completed to replace a section of pipe that had broken off, leaving a near vertical drop from the road shoulder to the culvert inlet. The new culvert will be upsized to allow passage of debris.

ADOPTED this ________ day of _______________, 2023

BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

Published: PUBLICATION REQUIREMENT: To be published in one issue.

N O T I C E
1) AFFIDAVIT TO: Cowlitz County Commissioners ATTN: Clerk of the Board 2) BILL TO: Cowlitz County Department of Public Works P.O. 000962 1600 – 13th Avenue S Kelso, WA 98626
BILLING INFORMATION:

BEFORE THE BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

In the Matter of Initiating a County Road Project Designated as C. R. P. No. 757; Project No. 1317

IT IS HEREBY RESOLVED THAT Kalama River Road, State Road Log No. 40000 from Milepost 2. 02 to Milepost 2. 06 be improved as provided below:

Arterial (_)

Replace existing damaged and undersized culvert. Collector ( X) Access ( )

This project is hereby declared to be a public necessity and the County Road Engineer is hereby ordered and authorized to report and proceed thereon as by law provided.( RCW 36.75. 050, 36.80.030, 36.80.070)

IT IS FURTHER RESOLVED THAT an appropriation from the officially adopted road fund budgetand based on the County Engineer's estimate is hereby made in the amounts and for the purposes shown:

This project is included in the officially adopted annual road program as Item . X) The project is hereby made a part ofthe officially adopted annual road program in accordance with RCW 36.81. 130.

IT IS FURTHER RESOLVED THAT:

X) The construction is to be accomplished by contract in accordance with RCW 36.77.020. et.seq. The construction is to be accomplished by county forces in accordance with RCW36.77.060 and WAC 136- 18.

ADOPTED this l-yj day of 2017.

BOARD OF COUNTY COMMISSIONERS

OF COWLITZ COUNTY, WASHINGTON

Dennis`P. Weber, Commissioner

Arne Mortensen, Commissioner

Resolution No. ( t' {
PURPOSE AMOUNT OF APPROPRIATION Engineering 40, 000. 00 Right of Way Acquisition 10, 000. 00 TOTAL( Not subject to 36. 77. 060) 50, 000. 00 Construction 0. 00 TOTAL PROJECT COST 50,000.00 Less Contributions from Other Funds 0. 00 TOTAL COUNTY ROAD FUND ALLOCATION 50, 000. 00
ATTEST:
4k Ti an i'u strei CL' r z ,, v f oe Gardner,
Clerk of the Board v' s TO,
Chairman

AS-12813 12.

BOCC Agenda

Meeting Date: 05/16/2023

RESOLUTION - Revised CRP No. 758 - Kalama River Road Culvert Replacement - Project No. 1337 Work by County Forces

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Attached is County Road Project No. 758 for the Kalama River Road Culvert Replacement Project, located between Milepost 2.35 and Milepost 2.39.  The project will replace the existing damaged and undersized culvert.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to authorize said county road project and publish the notice in the usual manner.

Fiscal Impact

Expenditure Required $: 180,000

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? : Grant Y-N:

Attachments

Revised CRP 758  County Forces Notice  Original CRP 758

Vicinity Map

Mike Moss, Public Works

Form Started By: Emilie Cochrane

Form Review

Inbox Reviewed By Date Roger Maurer Roger Maurer 05/09/2023 02:26 PM Susan Eugenis Susan Eugenis 05/09/2023 03:45 PM
Mike Moss 05/10/2023 07:44 AM
Started On: 05/09/2023 02:09 PM

BEFORE THE BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

In the Matter of Initiating a County Road Project Designated as C.R.P. No. 758; Project No. 1337

IT IS HEREBY RESOLVEDTHAT Kalama River Road, StateRoad Log No. 40000 from Milepost 2.35 to Milepost 2.39 be improved as provided below:

) Arterial ( ) Replace existing damaged and undersized culvert.

) Collector ( X )

) Access ( )

This project is hereby declared to be a public necessity and the County Road Engineer is hereby ordered and authorized to report and proceed thereon as by law provided. (RCW 36.75.050, 36.80.030, 36.80.070)

IT IS FURTHER RESOLVED THAT an appropriation from the officially adopted road fund budget and based on the County Engineer's estimate is hereby made in the amounts and for the purposes shown:

( ) This project is included in the officially adopted annual road program as Item .

(X) The project is hereby made a part of the officially adopted annual road program in accordance with RCW 36.81.130.

IT IS FURTHER RESOLVED THAT:

( ) The construction is to be accomplished by contract in accordance with RCW 36.77.020. et.seq.

(X) The construction is to be accomplished by county forces in accordance with RCW 36.77.060 and WAC 136-18.

ADOPTED this ______ day of _________________, 2023.

BOARD OF COUNTY COMMISSIONERS

ATTEST: OF COWLITZ COUNTY, WASHINGTON

Kelly Dombrowsky

Richard Dahl, Chairman

Arne Mortensen, Commissioner

Dennis P. Weber, Commissioner

Resolution No. ___________
PURPOSE AMOUNT OF APPROPRIATION Engineering $ 60,000.00 Right of Way Acquisition $ 20,000.00 TOTAL (Not subject to 36.77.060) $ 80,000.00 Construction $ 100,000.00 TOTAL PROJECT COST $ 180,000.00 Less Contributions from Other Funds $ 0.00 TOTAL
ROAD FUND ALLOCATION $ 180,000.00
COUNTY

NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Cowlitz County, Washington, have by Resolution No. ____________________ authorized the following county road project, to be accomplished by County Forces, at an estimated cost of $180,000:

Revised C.R.P. No. 758 – Kalama River Road Culvert Replacement from milepost 2.35 – 2.39, which will replace the existing damaged and undersized culvert A temporary repair has been completed to replace a section of pipe that had broken off, leaving a near vertical drop from the road shoulder to the culvert inlet. The new culvert will be upsized to allow passage of debris.

ADOPTED this ________ day of _______________, 2023

BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

Published: PUBLICATION REQUIREMENT: To be published in one issue.

N O T I C E
1) AFFIDAVIT TO: Cowlitz
Commissioners ATTN: Clerk of the Board 2) BILL TO: Cowlitz County Department of Public Works P.O. 000963 1600 – 13th Avenue S Kelso, WA 98626
BILLING INFORMATION:
County

BEFORE THE BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

In the Matter of Initiating a County Road Project Designated as C. R. P. No. 758. Project No. 1337

IT IS HEREBY RESOLVED THAT Kalama River Road, State Road Log No. 40000 from Milepost 2.35 to Milepost 2. 39 be improved as provided below: Arterial ( )

Replace existing damaged and undersized culvert. Collector ( X) Access ( )

This project is hereby declared to be a public necessity and the County Road Engineer is hereby ordered and authorized to report and proceed thereon as by law provided. ( RCW 36.75. 050, 36.80.030, 36. 80.070)

IT IS FURTHER RESOLVED THAT an appropriation from the officially adopted road fund budget and based on the County Engineer's estimate is hereby made in the amounts and for the purposes shown:

This project is included in the officially adopted annual road program as Item . X) The project is hereby made a part of the officially adopted annual road program in accordance with RCW 36. 81. 130.

IT IS FURTHER RESOLVED THAT:

X) The construction is to be accomplished by contract in accordance with RCW 36. 77. 020. et.seq. The construction is to be accomplished by county forces in accordance with RCW 36.77.060 and WAC 136- 18. ADOPTED this 1 3 day of , 2017.

Resolution No. 1 ' C.`. t ti-
PURPOSE AMOUNT OF APPROPRIATION Engineering 40, 000. 00 Right of Way Acquisition 10, 000. 00 TOTAL( Not subject to 36. 77. 060) 50, 000. 00 Construction 0. 00 TOTAL PROJECT COST 50, 000. 00 Less Contributions from Other Funds 0. 00 TOTAL COUNTY ROAD FUND ALLOCATION 50, 000. 00
f, 0J, C ;, kh BOARD OF COUNTY COMMISSIONERS ATTEST: f'' OF COWLITZ COUNTY, WASHINGTON UW1.I7, ; 2 u C- 0 1 : ( ) Ii PJTV V Ti an trei I ,e,-,,,,, ` ,, ,, 4c, TO, . J• Gardner, Chai Clerk of the Board b„ ,h, N. `,' J Dennis P. weber, Commissioner 4 ' I.A., Arne Mortensen, Commissioner

AS-12819

BOCC Agenda

Meeting Date: 05/16/2023

Consent a.

FERC Notice dated 5/4/23 2018 External Audit Recommendations Status Updates, PacifiCorp's Owner's Dam Safety Program

Submitted For: Kelly Dombrowsky, Clerk of the Board

Submitted By: Kelly Dombrowsky, Clerk of the Board

Department: Commissioners Office

Information

Subject and Summary Statement

Federal Energy Regulatory Commission (FERC) notice dated 5/4/2023 regarding 2018 External Audit Recommendations Status Updates, PacifiCorp’s Owner’s Dam Safety Program

Will Staff Attend - NAME OF STAFF

Department Recommendation

Attachments FERC Notice

Form Review

Form Started By: Kelly Dombrowsky

Final Approval Date: 05/10/2023

Started On: 05/10/2023 12:01 PM

AS-12806

BOCC Agenda

Meeting Date: 05/16/2023

APPROVAL OF EXPENDITURES – Drainage Improvement District No. 1 – March 2023 Vouchers

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Subject and Summary Statement

14.

Submitted By: Emilie Cochrane, Public Works

Information

On May 4, 2023, the Supervisor for Drainage Improvement District No. 1 ratified payments of the expenses incurred in March 2023 for $2,330.57. Attached is the Voucher Ratification outlining said expenses. These expenses are included in the 2023 Budget.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

Drainage Improvement District No. 1 recommends approval of the February 2023 ratification of the vouchers in the total amount of $7,711.50.   APPROVED this 14th day of March, 2023.

BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

Richard R. Dahl, Chairman

Arne Mortensen, Commissioner

Dennis P. Weber, Commissioner

Attest: ______________________________

Kelly Dombrowsky, Clerk of the Board

Fiscal Impact

Expenditure Required $: 2,330.57

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? : District

Grant Y-N:

Voucher Ratification

Attachments

Form Review

Form Started By: Emilie Cochrane Started On: 05/08/2023 12:00 PM

AS-12803

BOCC Agenda

Meeting Date: 05/16/2023

Alternate Bid Award: Jail HVAC Replacement #2022-0038-01

Submitted For: Will Tastad

Department: Facilities Maintenance

Submitted By:

Information

Motion Items 15.

Subject and Summary Statement

On November 1, 2022, the Board of County Commissioners voted to award agreement #2022-0038-01 in the amount of $593,950.05 for replacement of the HVAC system at the Cowlitz County Jail to JH Kelly (AS-12369). As part of the bidding process, contractors were also asked to provide alternate bids for replacement of the heat recovery coils, if found to be required once the project began.

JH Kelly provided an initial bid of $305,404.12 for replacement of the coils. Upon award of the original agreement and inspection of the system, it was found that the additional work can be completed for $24,427.23 including WA State sales tax.

Will Staff Attend - NAME OF STAFF

Yes - Will Tastad/Mike Moss

Department Recommendation

It is the recommendation of the Facilities Maintenance Department that the Board award the Alternate Bid from JH Kelly in the amount of $24,427.23 including WA State sales tax.

Fiscal Impact

Expenditure Required $: 24427.23

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? : CIP

Grant Y-N: N

Attachments

Alternate Bid Award

Form Review

Inbox Reviewed By Date

Will Tastad

Mike Moss, Public Works

Form Started By: Ashley Claussen

Started On: 05/05/2023 09:43 AM

AS-12808

BOCC Agenda

Meeting Date: 05/16/2023

AGREEMENT - Rural Arterial Program Project Agreement for construction Proposal - County Road Administration Board

16.

Submitted For: Susan Eugenis, Public Works

Submitted By: Emilie Cochrane, Public Works Department: Public Works

Information

Subject and Summary Statement

Attached is a Rural Arterial Program Project Agreement for Construction Proposal with the County Road Administration Board (CRAB) for Rural Arterial Trust Account (RATA) funding for the Cloverdale Road Drainage Culvert Replacement Project (Milepost 1.75 to 1.81).  This project will replace the existing undersized culvert to reduce the frequency of flooding on this stretch of roadway. The total authorized RATA funds for the project are $500,000.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to enter into the Rural Arterial Program Project Agreement for Construction Proposal for the Cloverdale Road Culvert Replacement Project and authorize the Chairman to execute the agreement.

CRAB requires return of the three original documents on their unaltered, watermarked form.  Please return these three forms to Public Works for transmittal to CRAB.  A fully executed original will be returned to the BOCC upon receipt.

Attachments

Agreement - CRAB  Form

Review Inbox Reviewed By Date Susan Eugenis Susan Eugenis 05/08/2023 05:30 PM Mike Moss, Public Works Mike Moss 05/09/2023 08:13 AM Form Started By: Emilie Cochrane Started On: 05/08/2023 03:22 PM

AS-12815 17.

BOCC Agenda

Meeting Date: 05/16/2023

AGREEMENT - Rural Arterial Program Project Agreement for Construction Proposal - Powell Road Drainage Improvement Project - County Road Administration Board

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Attached is a Rural Arterial Program Project Agreement for Construction Proposal with the County Road Administration Board (CRAB) for Rural Arterial Trust Account (RATA) funding for the Powell Road Drainage Improvement Project (Milepost 0.56 to 0.66).  This project will replace the existing culverts to reduce the frequency of flooding on this stretch of roadway.  The total authorized RATA funds for the project are $500,000.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to enter into the Rural Arterial Program Project Agreement for Construction Proposal for the Powell Road Drainage Improvement Project and authorize the Chairman to execute the agreement.

CRAB requires return of the three original documents on their unaltered, watermarked form.  Please return these three forms to Public Works for transmittal to CRAB.  A fully executed original will be returned to the BOCC upon receipt.

Attachments

Agreement - CRAB

Vicinity Map

Inbox

Susan Eugenis

Emilie Cochrane (Originator)

Susan Eugenis

Mike Moss, Public Works

Form Started By: Emilie Cochrane

Form Review

Reviewed By Date

Emilie Cochrane 05/09/2023 03:38 PM

Susan Eugenis 05/09/2023 03:46 PM

Mike Moss 05/10/2023 07:44 AM

Started On: 05/09/2023 03:27 PM

BOCC Agenda

Meeting Date: 05/16/2023

AGREEMENT - Rural Arterial Program Project Agreement for Construction Proposal - Rose Valley Road Culvert Replacement Project - County Road Administration Board

Submitted For: Susan Eugenis, Public Works

Submitted By: Emilie Cochrane, Public Works Department: Public Works

Information

Subject and Summary Statement

Attached is a Rural Arterial Program Project Agreement for Construction Proposal with the County Road Administration Board (CRAB) for Rural Arterial Trust Account (RATA) funding for the Rose Valley Road Culvert Replacement Project (Milepost 11.76 to 11.84).  This project will replace the existing culverts to reduce the frequency of flooding on this stretch of roadway.  The total authorized RATA funds for the project are $500,000.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recommendation of the Department of Public Works that the Board move to enter into the Rural Arterial Program Project Agreement for Construction Proposal for the Rose Valley Road Culvert Replacement Project and authorize the Chairman to execute the agreement.

CRAB requires return of the three original documents on their unaltered, watermarked form.  Please return these three forms to Public Works for transmittal to CRAB.  A fully executed original will be returned to the BOCC upon receipt.

Attachments

Agreement - CRAB

Vicinity Map

Form

AS-12816 18.
Review Inbox Reviewed By Date Susan Eugenis Susan Eugenis 05/09/2023 03:46 PM Mike Moss, Public Works Mike Moss 05/10/2023 07:44 AM Form Started By: Emilie Cochrane Started On: 05/09/2023 03:36 PM

AS-12804

BOCC Agenda

Meeting Date: 05/16/2023

Interlocal Agreement with Cowlitz Conservation District

Submitted For: Traci Jackson

Department: Office of Financial Management

Subject and Summary Statement

Motion Items 19.

Submitted By: Traci Jackson

Information

Interlocal Agreement with Cowlitz Conservation District to provide joint coordination and support services to the Voluntary Stewardship Program.

Will Staff Attend - NAME OF STAFF

Traci Jackson

Department Recommendation

The Building & Planning Department recommends the Board enter into the Interlocal Agreement with the Cowlitz Conservation District to provide coordination and support services to the Voluntary Stewardship Program.

Attachments contract  Form

Form Started By: Traci Jackson

Review
Started On: 05/08/2023 07:59 AM

AS-12818

BOCC Agenda

Meeting Date: 05/16/2023

Electronic Signature Policy

Submitted For: Kelly Dombrowsky, Clerk of the Board

Submitted By: Kelly Dombrowsky, Clerk of the Board

Department: Information Technology

Information

Motion Items 20.

Subject and Summary Statement

Electronic Signature policy approval to send and accept electronic records and electronic signatures to and from other persons and otherwise create, generate, communicate, store, and process, electronic records and electronic signatures; and to promote efficiency, save resources, and provide parameters on the use of electronic signatures in contractual and other transactions involving Cowlitz County.

Will Staff Attend - NAME OF STAFF

Department Recommendation

Attachments

Policy

Resolution

Form Review

Form Started By: Kelly Dombrowsky Started On: 05/10/2023 11:56 AM

Final Approval Date: 05/10/2023

BOARD OF COWLITZ COUNTY COMMISSIONERS ELECTRONIC

A PRIL 2023
SIGNATURE POLICY
Contents 1.0 General .................................................................................................................................................................. 3 1.1 Purpose ................................................................................................................................................................. 3 1.2 Definitions 3 Electronic Signatures.................................................................................................................................................3 Digital Signature ........................................................................................................................................................3 Electronically Signed Record .....................................................................................................................................3 Electronic Transaction 3 Authentication ..........................................................................................................................................................3 Optional Signature Transaction ................................................................................................................................3 Required Signature Transaction 3 1.3 Policy 4 1.3.1 Cowlitz County Departments and Elected Officials May Use and Accept Electronic Signatures and Electronically Signed Records (“Electronic Transactions”). ......................................................................................4 1.3.2 Judicial Officers exempt ...................................................................................................................................4 1.3.3 Authorization Applicable to Optional Signature Transactions as well as Required Signature Transactions. 4 1.3.4 Use, and Acceptance of, Electronic Signatures and Electronically Signed Records is Optional. 4 1.3.5 Signature Authority Unaffected. ................................................................................................................... 45 1.3.6 Retention of Electronically Signed Records Required. .....................................................................................5 1.3.7 Mutual Agreement by Parties Required for Contracts. 5 1.3.8 Authorized Electronic Signature Process Adopted. .........................................................................................5 1.4 Information Technology Department to Approve Digital Signature Platforms .......................................................... 6 1.4.1 6 1.4.2 6 1.4.3 .............................................................................................................................................................................. 6

1.0 General

1.1 Purpose

The purpose of this policy is to: a) comply with RCW 1.80.170 which states, in relevant part: “each governmental agency of this state shall determine whether, and the extent to which, a governmental agency will send and accept electronic records and electronic signatures to and from other persons and otherwise create, generate, communicate, store, and process, electronic records and electronic signatures”; and to b) promote efficiency, save resources, and provide parameters on the use of electronic signatures in contractual and other transactions involving Cowlitz County.

This policy codifies how the County will designate transactions that are eligible for electronic signature, what types of electronic signatures will be acceptable, and how electronic signatures will be recognized by the County. This policy also requires that the County establish security procedures pertaining to the use of electronic signature pursuant to existing, amended, and future Information Technology Policies.

1.2 Definitions

Electronic Signatures

An electronic sound, symbol, or process, attached to or logically associated with an electronic record and executed or adopted by a person with the intent to sign the record. As defined in RCW 1.80.010

Digital Signature

An cryptographically (mathematical technique) which generates a public and private key using algorithms that secures signed documents and verifies the authentication of the electronically signed record.

Electronically Signed Record

A record that is created and signed using an Electronic Signature. As defined in RCW 1.80.010.

Electronic Transaction

A business transaction or transaction involving governmental affairs in which both parties consent to signing documents using Electronic Signatures, and in which one or more documents integral to the transaction are in fact executed using an Electronic Signature.

Authentication

The assurance, using a security protocol appropriate for the purpose, that a given Electronic Signature is that of a person purporting to sign the record or conduct the Electronic Transaction so as to allow it to be properly attributed pursuant to RCW 1.80.010.

Optional Signature Transaction

A transaction for which there is no legal requirement of a valid written or electronic signature, but for which a valid written or electronic signature may be nevertheless desirable not to bind a party but to either signify the importance of a transaction or the demonstrate its validity. Examples of an Optional Signature Transaction include, but are not limited to , internal memos, or letter from one office to another.

Required Signature Transaction

A transaction governed by law or regulation that requires the inclusion of a valid written or electronic signature before it is considered legally effective. Examples include, but are not limited to, contracts, offers, financial instruments, payment vouchers, official authorizations required by county polices, and state or

federal legal instruments.

1.3 Policy

1.3.1 Cowlitz County Departments and Elected Officials May Use and Accept Electronic Signatures and Electronically Signed Records (“Electronic Transactions”).

Unless otherwise specified by law or County policy, the County recognizes that an Electronic Signature or Electronically Signed Record has the same force and effect as that of a signature affixed by hand, pursuant to RCW 1.80.160. Therefore, it is the determination of the Board of County Commissioners that Cowlitz County elected offices and departments may: send and accept Electronically Signed Records and Electronic Signatures to and from other persons and otherwise create, generate, communicate, store, and process Electronically Signed Records and Electronic Signatures in the course of conducting official County business. These types of instruments and documents authorized include, but is not limited to:

a. Board Resolutions

b. Professional services agreements

c. Services agreements

d. Construction and capital improvement agreements

e. Procurement agreements

f. Bid packets

g. Payment vouchers

h. Expense approvals

i. Payroll approvals

j. Applications by members of the public for licenses and permits

k. Human Resources related documents

1.3.2 Judicial Officers Exempt Judicial Officers and the County Clerk when acting in relation to the Court are exempt from this policy to the extent that Article IV, Section 6 of the Constitution of the State of Washington, court rules and or the decisions or rule of the Supreme Court of the State of Washington conflicts with any provision of this policy. The Superior Court for Cowlitz County will promulgate a Local Court Rule addressing court-required filing or signature. For procurement of good and services and other external interaction with County Department and Officials, this policy shall apply.

1.3.3 Authorization Applicable to Optional Signature Transactions as well as Required

Signature Transactions.

The authorization, contained in Section 1 of this policy, applies to both Optional Signature Transactions and Required Signature Transactions.

1.3.4 Use, and Acceptance of, Electronic Signatures and Electronically Signed Records is Optional.

The use, and acceptance of, Electronic Signatures and Electronic Signed Records (i.e. Electronic Transactions) is optional and is not mandated by this policy. Each independently elected office of Cowlitz County, and department reporting to the County Board of Directors, shall be free to determine whether or not they will use and accept Electronic Transactions and if so, the extent to which they will so use and accept. Departments reporting to the County Board of Directors shall abide by the County Board of Directors’ direction and policies regarding the use and acceptance of Electronic Transactions.

1.3.5 Signature Authority Unaffected.

The adoption of this Electronic Signature Policy does not affect otherwise applicable laws and

County policies regarding signature authority for County employees as to documents, instruments, and transactions. To the same extent as County employees are prohibited from physically signing or executing documents, instruments or transactions for which they have no signature authority, County employees would be similarly prohibited from Electronically Signing the same documents, instruments, or transaction.

1.3.6 Retention of Electronically Signed Records Required.

As required by Chapter 42.56, RCW, and clarified in RCW 1.80.110 Electronically Signed Records must be retained, for a period of time specified by the applicable retention schedule, in a form that (a) accurately reflects the information set forth in the record after it was first generated in its final form as an electronic record or otherwise; and (b) remains accessible for later reference. Information Technology recommends each department create an internal records retention procedure that specifically reflects retention values of the electronically signed documents.

1.3.7 Mutual Agreement by Parties Required for Contracts.

In any transaction of official County business that is of the type that (a) is approved pursuant to this policy; (b) is of the type that the applicable elected office or County department has approved the use of Electronic Signatures or Electronically Signed Records; and (c) is a contract with one or more parties other than County elected offices or department, the consent of the other party or parties to the contract anticipated to use Electronic Signatures or Electronically Signed Records must be obtained before the contract is fully executed by way of Electronic Signatures or Electronic Signed Records. Elected offices or County departments may not rely on this policy to mandate the use of Electronic Records or Electronically Signed Records in a contract over the objections of any other party to the transaction. Notwithstanding the preceding, nothing in this policy prevents elected offices or County departments from requiring the electronic submission of applications, documents, or other materials to the County (including, but not limited to, responses to RFPs, or RFQs, employment applications, or permit applications) as allowed by law or County policy.

1.3.8 Authorized Electronic Signature Process Adopted.

In conjunction with the Cowlitz County Information Technology Department, and pursuant to Resolution **-*** and RCW 1.80the Board hereby adopts policies regarding

1.3.8.1

The manner and format in which the electronic records must be created, generated, sent, communicated, received, and stored and the systems established for those purposes.

1.3.8.2

In transactions where an Electronic Signature is required or desired, the type of Electronic Signature required, the manner and format in which the Electronic Signature must be affixed to the Electronic Record, and the identity of, or criteria that must be met by, any third party used by a person filing a document to facilitate the process.

1.3.8.3

Control processes and procedures as appropriate to ensure adequate preservation, disposition, integrity, security, confidentiality, and auditability of electronic records.

1.3.8.4

Pursuant to Section 1.4 of this Policy, the authorized electronic signature platform or platforms for use in transacting county business.

Specifically:

1.3.8.5

A valid electronic signature meets the standards of a “digital signature” which is created when the signer uses their private signing key to create a unique mark (called a “signed

hash”) on an electronic document. The recipient of the document employs the signer’s public key to validate the authenticity of the attached private key and to verify that the document was not altered after signing. Digital signatures are often used with the context of a Public Key Infrastructure (PKI), in which a trusted third party known as a Certification Authority (CA) binds individuals to private keys and issues and manages certificates.

1.3.8.6

Information Technology may approve a hybrid solution which includes improved signature capture techniques combined with clickwrap, PINs, and password approaches. These solutions can enhance such signature by recording the entire transaction process, which is then bound to the signed document using hashing and SSL (Secure Socket Layer) encryption techniques to achieve document integrity and non-reputability.

1.4 Information Technology Department to Approve Digital Signature Platforms

Any Digital Signature Platform used by a County Department or Elected Office for County business or using the County network must be approved by the County’s Information Technology Department and thereafter shall be an “Authorized Electronic Signature Platform”. At a minimum, the Authorized Electronic Signature Platform must meet the following criteria:

1.4.1

It must provide the ability for all parties to an Electronic Transaction to signify the consent to using Electronic Signatures to execute the documents necessary for the transaction in compliance with Section 5 of this Policy;

1.4.2

It must allow for Electronically Signed Records to be retained in compliance with Section 4 of this Policy;

1.4.3

It must provide a sufficient audit trail and security features, using current industry-standard technology, so as to permit the County to easily conduct review and audits as to the Authentication of an Electronically Signed Transaction or Electronic Signature;

BEFORE THE BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON

In the Matter of Adopting an Electronic ) Signature Policy to designate transactions ) Eligible for Electronic Signatures , types ) Accepted, and Recognized by the County )

RESOLUTION NO. _____________

WHEREAS, Cowlitz County establishes a policy to generate, communicate, store, and process, electronic records and electronic signatures to promote efficiency, save resources, and provide parameters on the use of electronic signatures in contractual and other transactions involving Cowlitz County; and

WHEREAS, Cowlitz County establishes security procedures pertaining to the use of electronic signature pursuant to existing, amended, and future Information Technology Policies; and

WHEREAS, Cowlitz County codifies how the County will designate transactions that are eligible for electronic signature, what types of electronic signatures will be acceptable, and how electronic signatures will be recognized by the County;

WHEREAS, an Electronic Signature Policy is enclosed for consideration by the Board of County Commissioners.

NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Cowlitz County, Washington, that the enclosed Electronic Signature Policy is hereby adopted.

DATED this __________ day of _____________ , 2023

ATTEST:

BOARD OF COUNTY COMMISSIONERS OF COWLITZ

AS-12817 21.

BOCC Agenda

Meeting Date: 05/16/2023

11:00 A.M. BID OPENING - 2023 Joint Agency Pavement Overlay

Submitted For: Susan Eugenis, Public Works

Department: Public Works

Submitted By: Emilie Cochrane, Public Works

Information

Subject and Summary Statement

Bids for the 2023 Joint Agency Pavement Overlay project are scheduled to be opened at 11:00 a.m. on May 16, 2023. Attached is a bid results worksheet.

Will Staff Attend - NAME OF STAFF or No

Yes

Department Recommendation

It is the recomendation of the Department of Public Works that the Board open bids as scheduled.

Fiscal Impact

Expenditure Required $: 987,950

Budget Sufficient Y-N: Y

Amendment Required Y-N: N

Source of Funds - What Dept ? : Roads

Grant Y-N: N

Attachments

Bid Results Worksheet

Form Started By: Emilie Cochrane

Form Review

Started On: 05/09/2023 04:41 PM

DEPARTMENT OF PUBLIC WORKS

1600 – 13th Avenue South

Kelso, WA 98626

TEL (360) 577-3030

FAX (360) 636-0845

Washington Relay Service 711 or (888) 833-8633

www.co.cowlitz.wa.us/publicworks/

Board of County Commissioners

Arne Mortensen District 1

Dennis P. Weber District 2

Richard R. Dahl District 3

PRELIMINARY BID RESULTS1

2023 COUNTYWIDE OVERLAY PROJECT

PROJECT
ENGINEER’S ESTIMATE $2,110,218 LAKESIDE INDUSTRIES $ GRANITE CONSTRUCTION $ ......................................................$ ......................................................$ $
BIDS OPEN: MAY 16, 2023 @ 11:00 a.m.
NO. 2023
1 Preliminary bid results have not been reviewed and/or checked for mathematical errors.

Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.
Regular Public Meeting Agenda 05/16/23 by cowlitzwa.gov - Issuu