INVITATION FOR BID (IFB) #3005: Hand Slashing Contract ...
Transcript of INVITATION FOR BID (IFB) #3005: Hand Slashing Contract ...
Washington State Department of Natural Resources ▪ Invitation for Bid # 3005 ▪ Hand Slashing ▪ Page 1 of 7
INVITATION FOR BID (IFB) #3005: Hand Slashing Contract
Olympic Region You are invited to bid on the following solicitation to contract with the Department of Natural Resources (DNR/AGENCY) for silvicultural land management services on state owned forestlands. Specific information on work requirements and locations can be found in the attached draft contract (Exhibit 1). You are advised to examine the treatment units prior to submitting a bid. The implied warranty of fitness for a particular purpose, and all other warranties, express or implied, are excluded. For example, the Department of Natural Resources (DNR/AGENCY) does not warrant the estimated quantity of each item described in this solicitation. Additional information can be found in the following Attachments to the Bid: Exhibit 1 – Drafts Contract and Exhibit 2 – Bid Documents.
BID PROCEDURES
Bid Delivery The bidder shall prepare one complete bid packet including the contents outlined in the Bid Contents Section of this IFB. The completed bid packet may be delivered using the following methods:
• Via mail to the address listed in the Bid Contents Section in its own envelope addressed to Bid Coordinator.
• Via an attachment to an email to the Bid Coordinator in the form of a scanned copy of original documentation submitted as a PDF or similar electronic document. The Bid Coordinator may request oringal documentation be submitted at any time. Zipped files cannot be accepted by DNR and cannot be used for submission of bids. DNR does not assume responsibility for problems relating to transmittal of emails.
Confirmation of receipt of bid packets for both delivery methods is the responsibility of bidder. The Bid Coordinator for this solicitation is: Matt Perry, Olympic Region Intensive Management Forest Phone 360-374-2800 Email [email protected] Bids will be accepted until 2:30PM, (PST), on July 8, 2021, at the address listed in the Bid Contents Section of this IFB. Questions pertaining to this Invitation to Bid can be answered by contacting the Bid Coordinator. Oral explanations, interpretation, or instructions given before the award will not be binding.
Washington State Department of Natural Resources ▪ Invitation for Bid # 3005 ▪ Hand Slashing ▪ Page 2 of 7
Individuals who wish to request special accommodations for the bid submission process or bid opening (e.g., sign language, interpreters, Braille, etc.) should contact the Bid Coordinator.
Bid Contents Each bid shall include all of the following items; including the signature of the individual within the organization authorized to bind the Bidder to the offer:
1) Exhibit 2: Bid Documents a) Bidder Information (Exhibit 2-B) b) Bidder Certifications and Assurances (Exhibit 2-C) c) Contractor Certifications (Exhibit 2-D) d) Bidder References* - (Exhibit 2-E)
(i) Reference work experience with other landowners or other DNR contracts (ii) The bidder must submit between 1 and 3 references.
e) Contractor’s Declaration of Industrial Insurance - (Exhibit 2-F) f) Solicitation to Offer and Contract Award - (Exhibit 2-G) g) Bid Form - (Exhibit 2-H)
(i) Bids shall include all costs related to the completion of the Work. (ii) An Item Bid Price and a Total must be entered on the Bid Form for all of the
Items in the draft contract (see Exhibit 1). All Item Totals for the contract must be summed and entered as the Total Price. In the event of a difference between the sum of all Item Totals and the Contract Price, the individual Item Totals shall prevail.
2) Photocopy of a current year Washington State Farm Labor Contractors License and/or proof of application for license renewal for the subsequent year. The license shall meet the following requirements (for more information visit http://www.lni.wa.gov):
a) License type – Forestation/Reforestation b) Surety Bond Amount – at least $10,000 for the coverage of greater than 10 workers
unless approval is granted for less coverage by the Bid Coordinator. c) A vehicle insurance authorization for the transport of workers.
3) Photocopy of a current United States Department of Labor Farm Labor Contractors License and/or proof of application for license renewal for the subsequent licensing period. A Driving and Transportation authorization is preferred. For more information visit https://www.dol.gov/whd/mspa/.
All documents must be legible and properly completed. For bids submitted using mail, each bid envelope should be prepared in the following manner:
Mailing address:
Washington State Department of Natural Resources c/o Kathy Potter 411 Tillicum Ln Forks, WA 98331
Upper left corner: Bidder’s Name Bidder's Address
Washington State Department of Natural Resources ▪ Invitation for Bid # 3005 ▪ Hand Slashing ▪ Page 3 of 7
Lower left corner: Hand Slashing Invitation to Bid #3005 Bidders choosing to mail proposals should allow normal mail delivery time to ensure timely receipt of their proposals by the Bid Coordinator. Bidders assume the risk for the method of delivery chosen. The DNR assumes no responsibility for delays caused by any delivery service. Any direct hand deliveries of Bid Documents should be sealed and prepared as described above, and delivered to the DNR Region Office during regular business hours (Monday through Friday 8:00am-4:30pm). Offer to Contract Your Invitation for Bid is a solicitation to offer to contract with the DNR. Your bid becomes part of a contract if it is officially awarded by DNR. Bidder Insurance
Refer to contract requirements outlined in Exhibit 1 – Draft Contract for specific information regarding the types and levels of insurance required to enter into the proposed contract with DNR. Bid Opening Bids will be accepted until the time and date specified in the bid delivery clause above. Bids may be reviewed by DNR as they are received, but bid evaluations will not occur and bid results will not be announced until after close of the solicitation period. Individuals who wish to request special accommodations for receiving bid results (e.g., sign language, interpreters, Braille, etc.) should contact the Bid Coordinator at least five (5) working days prior to the scheduled end of the solicitation period stated in the Bid Delivery Section of this IFB. Withdrawal of Bid A bidder’s authorized representative may withdraw a bid in person prior to the close of the solicitation period. Bidder’s representative will be required to show photo identification and sign on the bid summary sheet before the bid will be released. Bids may not be withdrawn following the close of the solicitation period.
Cost to Propose The DNR will not be liable for any costs incurred by the Bidder in preparation of a bid submitted in response to this IFB, in conduct of a presentation, or any other activities related to responding to this IFB.
No Obligation to Contract This IFB does not obligate the state of Washington or the DNR to contract for services specified herein.
Rejection of Bids The DNR 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 IFB.
Responsiveness All bids will be reviewed by the Bid Coordinator to determine compliance with administrative requirements and instructions specified in this IFB. The Bidder is specifically notified that failure to comply with any part of the IFB may result in rejection of the proposal as non-responsive. The DNR also reserves the right at its sole discretion to waive minor administrative irregularities.
Washington State Department of Natural Resources ▪ Invitation for Bid # 3005 ▪ Hand Slashing ▪ Page 4 of 7
Most Favorable Terms The DNR reserves the right to make an award without further discussion of the proposal(s) submitted. Therefore, the proposal should be submitted initially on the most favorable terms, which the Bidder can propose. There will be no best and final offer procedure. The DNR does reserve the right to contact a Bidder for clarification of its proposal.
The “Lowest Responsive and Responsible Bidder” should be prepared to accept this IFB for incorporation into a contract resulting from this IFB. It is understood that the proposal will become a part of the official procurement file on this matter without obligation to the DNR. Lowest Responsive and Responsible Bidder Award of this solicitation to the Lowest Responsive and Responsible Bidder shall be based on a qualitative assessment of the Bid Contents by the DNR. The Lowest Responsive and Responsible Bidder is not necessarily the bidder that submits the lowest bid price but is the bidder that receives the highest score during the bid evaluation process (see Bid Scoring section). Criteria used in the bid evaluation process, per RCW 39.26.160, include but is not limited to: (a) the bid price; (b) the bidder’s ability, capacity, and skill to perform the contract; (c) the bidder’s character, integrity, reputation, judgment, experience, and efficiency; (d) whether the bidder can perform the contract within the time specified; (e) the quality of the bidder’s previous contract performance with the DNR or other landowners; (f) the bidder’s previous and current compliance with laws relating to the contract or services; and (g) the bidder’s receiving of a citation, in the past three years, for violation of Washington State wage payment laws (RCW 49.46, 49.48, or 49.52). The DNR’s determination that a bidder is not qualified may result in rejection of the bid submitted. Any bidder who has had unsatisfactory performance resulting in the termination of a DNR contract, will not be considered a responsible bidder unless the bidder provides government or forest industry references demonstrating acceptable performance on at least one contract of work similar to that described in Exhibit 1 – Draft Contract attached to this IFB. DNR reserves the right to contact references and make its own judgment regarding their reliability. DNR will review situations on a case-by-case basis, and encourages interested bidders to contact DNR with any questions before the close of the bidding period. Bid Scoring The following weighting and points will be assigned to the bid for evaluation purposes:
Lowest Responsive and Responsible Bidder Criteria
Weight Assigned
Bid price (Exhibit 2-H - Bid Form) 8
Quality of previous work* 4
Productivity/crew size* 4
Other criteria described in RCW 39.26.160* 4
Total Points 20 * scoring of these categories will utilize references provided by the bidder (Exhibit 2-E) and prior performance evaluations on DNR silviculture contracts, when available. The bid that receives the highest score will be awarded the solicitation. DNR reserves the right to award the contract to the Bidder whose proposal is deemed to be in the best interest of the DNR and the state of Washington.
Washington State Department of Natural Resources ▪ Invitation for Bid # 3005 ▪ Hand Slashing ▪ Page 5 of 7
Bid Evaluation Process Responsive bids will be evaluated 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 DNR, which will determine the ranking of the proposals. The Bid Coordinator may contact the Bidder for clarification of any portion of the Bidder’s proposal. Complaint Procedure Bidders are expected to raise any questions, exceptions, or requested additions they have concerning the IFB requirements early in the IFB process. Bidders may submit specific complaints to the Bid Coordinator if the bidder believes the IFB unduly constrains competition or contains inadequate or improper criteria. The complaint must be made in writing to the Bid Coordinator before the bid due date. The solicitation process may continue. These complaints will not be handled through the protest procedures outlined below. However, the Bid Coordinator will forward a copy of the complaint to the Silviculture Operations Specialist for further review. Should a bidder complaint identify a change that would be in the best interest of the DNR to make, DNR may modify this IFB accordingly. The DNR decision is final; no further administrative appeal is available.
Debriefing of Unsuccessful Bidders Any bidder who has submitted a bid 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 Bid Coordinator within three (3) business days after the Unsuccessful Bidder Notification is initially sent to the bidder (whether via e-mail, fax, or other method). The Bid Coordinator must receive debriefing requests no later than 4:00 PM, local time, on the third business day following the transmittal of the Unsuccessful Bidder Notification. The debriefing must be held within three (3) business days of the request and may be conducted in person or on the telephone. Discussion at the debriefing conference will be limited to the following:
• Evaluation and scoring of the firm’s proposal; • Critique of the proposal based on the evaluation; • 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 or on the telephone and will be scheduled for a maximum of one hour. Protest Procedure Protests may be made only by bidders who submitted a response to this solicitation document and who have participated in a debriefing conference. Upon completing the debriefing conference, the bidder is allowed five (5) business days to file a protest of the acquisition with the Bid Coordinator. The Bid Coordinator must receive protests no later than 4:00 PM, local time, on the fifth business day following the debriefing. All protests must be in writing via email, addressed to the Bid Coordinator, by the protesting party or an authorized Agent. The protest must state the invitation for bid (IFB) number, the grounds for the protest with facts and complete statements of the action(s) being protested. A description of the relief or corrective action being requested should also be included.
Washington State Department of Natural Resources ▪ Invitation for Bid # 3005 ▪ Hand Slashing ▪ Page 6 of 7
Bidders protesting this procurement shall follow the procedures described herein. Protests that do not follow these procedures shall not be considered. This protest procedure constitutes the sole administrative remedy available to Bidders under this procurement. Only protests stipulating an issue of fact concerning the following subjects shall be considered: (a) A matter of bias, discrimination or conflict of interest on the part of DNR; (b) Errors in computing the score; and/or (c) Non-compliance with procedures described in the procurement document, DNR protest process, or requirements set forth by the Department of Enterprise Services (DES). Protests must be based on these factors to be considered.
Upon receipt of a protest, a protest review will be held by the DNR Office of Finance, Budget, and Economics and Silviculture Operations staff in Olympia. These DNR staff, that are not directly involved in this 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. The final determination of the protest shall:
• Find the protest lacking in merit and uphold the DNR’s action; or • Find only technical or harmless errors in DNR’s acquisition process and determine DNR to
be in substantial compliance and reject the protest; or • Find merit in the protest and provide DNR options which may include:
-- Correct the errors and re-evaluate all bids, and/or -- Reissue the solicitation document and begin a new IFB process, or -- Make other findings and determine other courses of action as appropriate.
If DNR determines that the protest is without merit, DNR will enter into a contract with the Lowest Responsive and Responsible Bidder. If the protest is determined to have merit, one of the alternatives noted in the preceding paragraph will be taken. The protest decision is final and no appeal process will be required. If a protesting bidder does not accept DNR’s protest response, the bidder may try to seek relief from Thurston County Superior Court. A copy of the original protest and DNR’s response will be provided to the Commissioner of Public Lands and the Director of the Department of Enterprise Services. Award Letter The DNR makes every effort to mail an award letter with instructions and the final contract to the successful bidder within five (5) business days of bid opening. Typical Solicitation Process Timeline
Event Time period
Complaint period Between IFB posting date and 1 business day prior to the close of the solicitation acceptance period
Bid evaluations Following the bid response date/time Announce “Lowest Responsive and Responsible Bidder” and send notifications to unsuccessful bidders
Within 5 business days following the conclusion of bid evaluation period
Period for requesting a debriefing conference Between transmittal of notifications to unsuccessful bidders and the end of the fourth business day following transmittal
Debriefing conference Within 3 business days of DNR's receiving of the debriefing request
Protest submission period Within 5 business days of the debriefing conference
Washington State Department of Natural Resources ▪ Invitation for Bid # 3005 ▪ Hand Slashing ▪ Page 7 of 7
Final determination of protest Within 5 business days of DNR's receiving of a protest
Sign contract & begin contract work Following the conclusion of the "Period for requesting a debriefing conference" if no requests were received or the protest period, whichever is sooner
Conditions on Award Within ten (5) business days after the bidder receives their award letter, DNR must receive an insurance certificate and other required documentation at the DNR office responsible for managing the contract. The Contract Manager, specified at the Pre-Work Conference, may extend this time upon written request. If the bidder fails to submit the above items within the time specified, the DNR may consider the contract award rescinded. Right to Amend Invitation for Bid The DNR reserves the right to amend this Invitation for Bid, in which case DNR will notify all known bidders prior to bid opening. Registration with the Department of Enterprise Services WEBs system All bidders should be registered with the Department of Enterprise Services “Washington Electronic Business Solution” (WEBs) system. Failure to register on WEBs may result in a disqualified bid. Please follow this link for more information on how to register https://fortress.wa.gov/ga/webs/ Registration with the Statewide Payee Desk Payments on this Invitation for Bid can only be paid out to contractors who are registered with the State of Washington Statewide Payee Desk. Please follow the link for instructions on how to register http://www.des.wa.gov/services/ContractingPurchasing/Business/VendorPay/Pages/default.aspx Or contact: Statewide Payee Desk P.O. Box 41450 Olympia, WA 98504-1434 Phone: 360-407-8180 [email protected]
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 1 of 12
EXHIBIT 2: Bid Documents
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 2 of 12
EXHIBIT 2-A: FORMS CHECKLIST This checklist is provided for Bidder's convenience only and identifies the bid documents that are required to be submitted with the Bid package for it to be accepted. Any Bid packages received without these documents may be rejected:
• Bidder Information - (Exhibit 2-B) ___________
• Bidder Certifications and Assurances (Exhibit 2-C) ___________
• Contractor Certifications (Exhibit 2-D) ___________
• Bidder References - (Exhibit 2-E) ___________
• Contractor’s Declaration of Industrial Insurance - (Exhibit 2-F) _________ _
• Solicitation to Offer and Contract Award - (Exhibit 2-G) ___________
• Bid Form - (Exhibit 2-H) ___________
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 3 of 12
EXHIBIT 2-B: BIDDER INFORMATION Identify the Authorized Representative by clearly filling out the table below. The Authorized Representative is the individual within the organization whose signature binds the Bidder to the offer. Authorized Representative
Name
Address
Contact phone number(s)
Fax
________________________________________________________
Authorized Representative Signature and Date
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 4 of 12
EXHIBIT 2-C: BIDDER CERTIFICATIONS AND ASSURANCES INVITATION FOR BID (IFB) # 3005:
Hand Slashing Contract
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(s):
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 DNR without further negotiation (except where obviously required by lack of certainty in key terms) at any time within the 60-day period.
4. In preparing this proposal, I/we have not been assisted by any current or former employee of the state of Washington whose duties relate (or did relate) to this proposal or prospective contract, and who was assisting in other than his or her official, public capacity. (Any exceptions to these assurances are described in full detail on a separate page and attached to this document.)
5. I/we understand that DNR will not reimburse me/us for any costs incurred in the preparation of this proposal. All proposals become the property of DNR, and I/we claim no proprietary right to the ideas, writings, items, or samples, unless so stated in this proposal.
6. Unless otherwise required by law, the prices and/or cost data that have been submitted have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by him/her prior to opening, directly or indirectly to any other Bidder or to any competitor.
7. I/we agree that submission of the attached proposal constitutes acceptance of the solicitation contents 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.
8. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition.
9. I/we grant DNR the right to contact references and others, who may have pertinent information regarding the Bidder’s prior experience and ability to perform the services contemplated in this IFB.
10. 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 attached page.
On behalf of the Bidder submitting this proposal, my name below attests to the accuracy of the above statement(s).
Bidder’s Signature Date
Bidder’s Printed Name and Title
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 5 of 12
EXHIBIT 2-D: CONTRACTOR CERTIFICATIONS
RESPONSIBLE BIDDER CRITERIA – WAGE LAW COMPLIANCE
WASHINGTON STATE PROCUREMENT OF GOODS & SERVICES CONTRACTS
Prior to awarding a contract, agencies are required to determine that a bidder is a 'responsible bidder.' See RCW 39.26.160(2) and (4). Pursuant to legislative enactment in 2017, the responsible bidder criteria include a contractor certification that the contractor has not willfully violated Washington's wage laws. See Chap. 258, 2017 Laws (enacting SSB5301).
SOLICITATION DATE: Month06, Day21, Year 2021
SOLICITATION NO.: ____3005___
I hereby certify, on behalf of the firm identified below, as follows (check one):
NO WAGE VIOLATIONS. This firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the above-referenced procurement solicitation date.
OR
VIOLATIONS OF WAGE LAWS. This firm has been determined by a final and binding citation and notice of assessment issued by the Washington Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the above-referenced procurement solicitation date.
I hereby certify, under penalty of perjury under the laws of the State of Washington, that the certifications herein are true and correct and that I am authorized to make these certifications on behalf of the firm listed herein.
PRINT FULL LEGAL ENTITY NAME OF FIRM SUBMITTING BID SIGNATURE OF AUTHORIZED PERSON DATE SIGNED
PRINTED NAME OF PERSON MAKING CERTIFICATION FOR FIRM TITLE OF PERSON SIGNING CERTIFICATE
______________________________________ PRINT COUNTY AND STATE WHERE SIGNED
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 6 of 12
EXHIBIT 2-D BIDDER CERTIFICATIONS (continued)
RESPONSIBLE BIDDER CRITERIA – WORKER’S RIGHTS EXECUTIVE ORDER 18-03 Pursuant to the Washington State Governor’s Executive Order 18-03 (dated June 12, 2018), the Washington State Department of Natural Resources is seeking to contract with qualified entities and business owners who certify that their employees are not, as a condition of employment, subject to mandatory individual arbitration clauses and class or collective action waivers.
SOLICITATION DATE: Month06, Day21, Year 2021
SOLICITATION NO.: ____3005___ I hereby certify, on behalf of the firm identified below, as follows (check one):
NO MANDATORY INDIVIDUAL ARBITRATION CLAUSES AND CLASS OR COLLECTIVE ACTION WAIVERS FOR EMPLOYEES. This firm does NOT require its employees, as a condition of employment, to sign or agree to mandatory individual arbitration clauses or class or collective action waivers.
OR
MANDATORY INDIVIDUAL ARBITRATION CLAUSES AND CLASS OR COLLECTIVE ACTION WAIVERS FOR EMPLOYEES. This firm requires its employees, as a condition of employment, to sign or agree to mandatory individual arbitration clauses or class or collective action waivers.
I hereby certify, under penalty of perjury under the laws of the State of Washington, that the certifications herein are true and correct and that I am authorized to make these certifications on behalf of the firm listed herein.
PRINT FULL LEGAL ENTITY NAME OF FIRM SUBMITTING BID, QUOTATION AND/OR PROPOSAL SIGNATURE OF AUTHORIZED PERSON DATE SIGNED
PRINTED NAME OF PERSON MAKING CERTIFICATION FOR FIRM
TITLE OF PERSON SIGNING CERTIFICATE
PRINT COUNTY AND STATE WHERE SIGNED
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 7 of 12
EXHIBIT 2-E: BIDDER REFERENCES
INVITATION FOR BID (IFB) #3005 OLYMPIC REGION GROUND HERBICIDE CONTRACT
Bidder shall furnish a minimum of one reference that bid evaluators can check in order to assure the Bidder is capable of performing the work described in Exhibit 1 – Draft Contract with a high level of quality and professionalism. A reference can be either 1) identifying information for a DNR silviculture contract completed in the past 2 years where the Bidder performed work similar to that described in Exhibit 1 – Draft Contract, and/or 2) contact information for a landowner the Bidder has recently completed work similar to that described in Exhibit 1 – Draft Contract. Bid evaluators will refer to past DNR silviculture contract performance reviews and information obtained through reference checks with other landowners in the bid scoring process. Failure to submit references will result in the bid packet being rejected. NAME OF FIRM SUBMITTING BID for whom this reference applies:___________________________________
(Note: Consultant submission of this form constitutes permission for AGENCY to contact the reference indicated herein.) Reference up to two (2) DNR silviculture contracts recently completed by the Bidder, if available. If possible, refer to contracts where similar work was performed.
Contract #:
DNR region:
Type of Services Performed:
Contract #:
DNR region:
Type of work:
Contact information and description of services provided for up to three (3) other landowners where the Bidder has recently completed similar types of work.
Contact Name of Reference #1: Contact's E-mail:
Contact's Phone Number: Name of Bidder’s lead ‘foreperson’ who is known to this Reference:
Time Frame of Services Provided: Budget for Services Performed by Bidder:
Type of Services Performed:
(This space reserved for AGENCY use)
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 8 of 12
EXHIBIT 2-E BIDDER REFERENCES (continued)
Contact Name of Reference #2: Contact's E-mail:
Contact's Phone Number: Name of Bidder’s lead ‘foreperson’ who is known to this Reference:
Time Frame of Services Provided: Budget for Services Performed by Bidder:
Type of Services Performed:
(This space reserved for AGENCY use)
Contact Name of Reference #3: Contact's E-mail:
Contact's Phone Number: Name of Bidder’s lead ‘foreperson’ who is known to this Reference:
Time Frame of Services Provided: Budget for Services Performed by Bidder:
Type of Services Performed:
(This space reserved for AGENCY use)
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 9 of 12
EXHIBIT 2-F: CONTRACTOR'S DECLARATION OF INDUSTRIAL
INSURANCE STATUS INVITATION TO BID NUMBER 3005 (For Bidder Use Only) The undersigned represents that they operate as (check one)____ an individual, as____ a partnership, or as____ a corporation incorporated in the State of________________________. The undersigned further certifies that they will not be assisted by other individuals in the performance of this contract. For the purpose of Industrial Insurance premiums payable to the Department of Labor and Industries, every individual in a partnership or joint venture must sign this bid sheet. Individuals not signing the bid sheet but assisting with the Work will be considered workers for the purpose of Industrial Insurance except at the express approval of the Department of Labor and Industries. Bidder’s Name Labor & Industries Account # _________________________________ Signature Washington Business License # ________________________________ Title Additional Signatures ________________________________________ Address __________________________________________________________ City and State Business Phone __________________________________________________________ Home Phone Email Address
To whom it may concern: The purpose of this form is to inform persons engaged in contracting activities of their liabilities under the mandatory provisions of the Industrial Insurance Act, Title 51 RCW. The law provides benefits for a worker, injured in the course of his employment, or his family or dependents in case of death of the worker. Worker is defined in the law as every person engaged in the employment of an employer under Title 51 RCW or every person working under an independent contract. RCW 51.08.180. As one whom contracts to perform activities, you may require the assistance of other individuals to complete this contract. In that case, you are required to establish an industrial insurance account with the Department of Labor and Industries and pay the prescribed premium on behalf of your workers. In the event you obtain the assistance of another person or persons to perform Work in connection with this contract, regardless of the circumstances, you should contact the Department of Labor and Industries at one of its statewide service locations or its Olympia headquarters. You will then be provided with the necessary information regarding opening an account, premium rates, and reporting requirements. NOTE: Return one (1) copy of this form with each Bid Form (Exhibit 2-H) as per the Invitation to Bid.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 10 of 12
EXHIBIT 2-G: SOLICITATION TO OFFER
SOLICITATION TO OFFER (For Bidder Use Only) On condition of a bid award for the Bid Price, the undersigned hereby offers and agrees to furnish services in compliance with all terms, conditions, and specifications of Invitation to Bid #3005. Submittal of this offer with authorized signature constitutes complete understanding of all terms and conditions. Further, submittal of this offer constitutes acceptance of and agreement to comply with all terms and conditions of the contract if awarded, and verifies that all services will be available throughout the period of the contract. (Bidder’s Name)
(Address)
(City) (State) (Zip)
(UBI No.) By:
(Signature) (Date)
(L & I Industrial Insurance Account No.)
(Typed or Printed Name)
(Farm Labor Contractor License No.)
(Title) (Federal I.D. No.)
(phone No.)
(Email address) SOLICITATION AWARD (For Dept. of Nat. Resources Use Only) Invitation to Bid #3005 is hereby awarded to __________________
State of Washington, Department of Natural Resources By: (Signature) (Date) Mona Griswold
NOTE: Return one (1) copy of this form with each Bid Form (Exhibit 2-H) as per the Invitation to Bid guidance.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 11 of 12
EXHIBIT 2-H: BID FORM
Invitation to Bid # 3005 Hand Slashing Contract
INSTRUCTIONS: Bids should include all costs related to the completion of the Work. A Bid Price per Item and an Item Total must be entered for all of the Items on the Bid Form. Each Item Total is calculated by multiplying the Acres by the Bid Price Per Acre. All Item Totals must be summed and entered as the Total Bid Price. In the event of a difference between the sum of all Item Totals and the Total Bid Price, the individual Item Totals shall prevail. All Bid Forms must be signed in ink. If the bid is made by a corporation, it shall be signed by the corporation’s authorized designee. Incomplete or unsigned bids may be rejected. Actual payment is determined by work performance described in the Draft Contract (Exhibit 1). At the following rates, the undersigned hereby offers and agrees to furnish materials, equipment, supplies, supervision, and services in compliance with all terms, conditions and specifications of Invitation to Bid #3005.
Item Number Item Name Acres Bid Price Per Acre Item Total
1 MCDUCK U2 76
2 COYLE RETREAT U1 55
3 COYLE RETREAT U2 8
4 COYLE RETREAT U3 15
5 COYLE RETREAT U7 18
6 THOMPSON CENTER U3 43
7 CAPE LAKE SORTS U1 14
8 EAST RADAR 96
9 SIEVE TEST U3 33
10 NORTH TEXAS BD U2 5
11 SOUTHWEST TEXAS U1 85
12 SOUTHWEST TEXAS U3 44
13 SOUTHWEST TEXAS U4 23
14 DEER TOWN U1 59
15 DEER TOWN U2 9
16 DEER TOWN U3 53
17 DEER TOWN U4 55
18 DAWN LOOKOUT SORT U1 47
19 DAWN LOOKOUT SORT U2 88
20 RIVER VIEW TOO U3 87
21 STRIPED RIVER SO U1 93
22 SAD GERBER U1 2
23 SAD GERBER U2 25
24 SAD GERBER U3 16
25 SAD GERBER U4 2
26 PINK ELEPHANT U2 30
27 SADIE U1 81
28 SADIE U3 11
29 PINK ELEPHANT U3 18
30 SADIE U4 38
31 BOUNDARY CR MIX U1 4
32 Chum U5 95
Total Acres: 1328 Total Bid Price:
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 2 Bid Documents ▪ Page 12 of 12
Bidder’s Name: Signature:______________________________________ Title: __________________________________________ Company:______________________________________
Note: Detach and return this Section as per Invitation to Bid.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 1 of 20 Template Revised: 1/13/2021
Olympic Region
HAND CUTTING
Contract Number #3005
Contract Digest: Release Hand Cutting Definitions 1328 acres in Clallam and Jefferson Counties Term July 22, 2021 to September 6, 2021
SECTION I – CONTRACT CLAUSES
A. General Provisions B. Specifications for the Activity C. Compliance Inspection and Payments
SECTION II – MAPS AND UNIT INFORMATION
A. Unit Descriptions B. Unit Maps C. Vicinity Map
SECTION III – CONTRACT SIGNATURES PAGE
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 2 of 20 Template Revised: 1/13/2021
DEFINITIONS
‘Compliance Forester(s)’ means the DNR staff person(s) identified in the Pre-Work Conference who perform the compliance inspections, approve Work, recommend payment to the Contract Manager, manage the Work Schedule, and assist with Seedling distribution. ‘Conifer’ means a tree that is a Douglas-fir, true fir, pine, hemlock, spruce, or cedar. ‘Contract Manager’ means the DNR staff person who processes this contract, makes payments, provides and facilitates dispute resolution, provides technical advice to the Compliance Forester, and is the first point of contact for questions relating to this contract or interpretation of Work. The Contract Manager may perform the duties of the Compliance Forester. ‘Contractor’ means the business entity engaged with DNR to complete the terms of this contract. ‘DNR’ means the Washington State Department of Natural Resources, acting through an authorized employee. ‘Designated Contract Representative(s)’ means those individual(s) designated by Contractor on the Pre-Work Form during the Pre-Work Conference. ‘Force Majeure’ means those acts that are unforeseeable and beyond the control of either party to the contract. Acts of Force Majeure include, but are not limited to acts of God, the public enemy, fire, or other casualty. ‘Hardwood’ means any tree or tall shrub with broad leaves. Examples include alder, elderberry, bigleaf maple, vine maple, madrone, cottonwood, cherry, and willow. ‘Inspection Plot’ is a systematic field measurement used by the Compliance Forester to assess and rate Contractor performance. ‘Leader’ is the topmost shoot of a tree. While some trees may have multiple tops, the ‘Leader’ is the tallest and most dominant. ‘Pre-Work Conference’ is the meeting between DNR and Contractor after award of the contract and before commencement of Work. Its purpose is to agree upon logistics and the Work Schedule. ‘Region Manager’ means the designated DNR staff person responsible for managing the affairs of DNR in designated large geographic areas. The Region Manager may perform the duties of the Contract Manager. ‘Severely Suppressed Conifer’ means a Conifer which is unlikely to respond to release treatment or likely to be damaged during the felling of Hardwood trees less than 5” dbh. These typically are found under a heavy canopy of Hardwood trees and are less than half the height the Hardwood trees, and are often spindly, sparsely needled, and leaning. Douglas-fir, true fir, or white pine with drooping or bending stems (other than fresh new growth) should be considered ‘Severely Suppressed’. ‘Unit’ is the individual geographical area on which Work will be done. Each Unit is specifically identified by number on the Unit Description (Section II-A), corresponding Unit Map (Section II-B), and Bid Form (IFB Exhibit 2-H). ‘Unit Bid Price’ is the rate per acre, written in the Unit Bid Price column of the Bid Form (IFB Exhibit 2-H). ‘Unit Total’ is the total amount (in dollars) that Contractor agrees to be paid for each Unit, written in the Unit Total column of the Bid Form (IFB Exhibit 2-H).
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 3 of 20 Template Revised: 1/13/2021
‘Work’ means the services Contractor is required to satisfactorily complete to fulfill terms of this contract. These services are described in Section I - Specifications for the Activity and Section II - Unit Description. ‘Work Schedule’ means the approved order and timeline for how the requirements of this contract, including Work on individual Units or groups of Units, will be fulfilled by the Contractor.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 4 of 20 Template Revised: 1/13/2021
SECTION I-A: GENERAL PROVISIONS
A-01 Contractor’s Warranty Contractor warrants that it has had an opportunity to fully inspect the contract area and enters this contract based upon its own judgment of the costs of performing the Work, formed after its own examination and inspection. Contractor also warrants to DNR that it enters this contract without any reliance upon the Seedling estimates, acreage, pre-bid documentation, or any other representation by DNR, including but not limited to:
A. Conditions bearing upon transportation, disposal, handling, and storage of materials; B. Availability of labor, water, electric power, and road; C. Uncertainties of weather, river stages, tides, or similar physical conditions at the Unit(s); D. The confirmation and conditions of the ground; E. Seasonal conditions that may affect the timing and use of materials needed for the Work; and F. The character of equipment and facilities needed to complete the Work. Any failure of Contractor to take the actions described in this Clause will not relieve Contractor from responsibility for properly estimating the cost of completing this contract.
A-02 Modifications Waivers, modifications, or amendments of the terms of this contract must be in writing signed by Contractor and DNR to become effective.
A-03 Contract Complete This contract is the final expression of the parties’ agreement. There are no understandings, agreements, or representations, expressed or implied, which are not specified in this contract
A-05 Scope of DNR Advice
No advice by any agent, employee, or representative of DNR regarding the method or manner of performing shall constitute a representation or warranty that said method, manner or result thereof will conform to the contract or be suitable for Contractor's purposes under the contract. Contractor's reliance on any DNR advice regarding the method or manner of performance shall not relieve Contractor of any risk or obligation under the contract. Contractor retains the final responsibility for its operations under this contract and DNR shall not be liable for any injuries resulting from Contractor's reliance on any DNR advice regarding the method or manner of performance.
A-06 Performance Security
Contractor agrees to furnish, within ten (10) business days of receipt of the award letter, security in the amount of ten percent (10%) of the total awarded contract price. The security shall be in the form of certified check or cashiers’ check made payable to the Washington State Department of Natural Resources, an irrevocable letter of credit, a performance bond, or a savings account assignment. A letter of credit must comply with Title 62A RCW, Article 5. Performance bonds should be issued by companies admitted to do business within the State of Washington and have a rating of A-, Class VII or better in the most recently published edition of Best’s Reports; any exception shall be reviewed and approved by DNR’s risk manager before the contract is accepted. This security guarantees performance of this contract and payment of any damages resulting from Contractor’s noncompliance with any contract provisions, negligent or imprudent actions, or the law. Performance security must remain in full force over the duration of the contract. In the event DNR needs to utilize the security, Contractor may be required to replace the portion(s) utilized within five (5) business days of receiving written notice from DNR. Contractor shall not operate unless the performance security has been accepted by DNR. If at
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 5 of 20 Template Revised: 1/13/2021
any time DNR decides that the security document or amount has become unsatisfactory, Contractor agrees to suspend operations and, within 30 days of notification, to replace the security with one acceptable to DNR or to supplement the amount of the existing security.
A-07 Contract Cancellation
The Region Manager reserves the right to cancel this contract at any time, in part or whole, without cause or consent from the Contractor. Contractor shall be paid only for Work performed satisfactorily prior to cancellation of the contract.
A-08 Attachments The following attached documents are hereby incorporated by reference:
A. Invitation for Bid #3005 including final Bid Documents (Exhibit 2) with signatures A-09 Compliance with all Laws
Contractor shall comply with all laws and regulations of the United States, State of Washington, and counties where the Work is located. Contractor will make any payments, contributions, remittances, and reports or statements required under those laws.
A-10 Licenses and Permits
Contractor shall, without additional expense to DNR, obtain all required licenses and permits necessary for executing the contract.
A-11 Indemnity
To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless DNR and all officials, agents and employees of DNR, from and against all claims arising out of or resulting from the performance of the contract. "Claim" as used in this contract means any financial loss, claim, suit, action, damage, or expense, including but not limited to attorneys' fees, attributable for bodily injury, sickness, disease or death, or injury to or destruction of tangible property including loss of use resulting therefrom. Contractor’s obligations to indemnify, defend, and hold harmless includes any claim by Contractor’s agents, workers, or representatives. Contractor expressly agrees to indemnify, defend, and hold harmless DNR for any claim arising out of or incident to Contractor’s performance or failure to perform the contract. Contractor’s obligation to indemnify, defend, and hold harmless DNR shall not be eliminated or reduced by any actual or alleged concurrent negligence of DNR or its agents, agencies, employees and officials. Contractor waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend and hold harmless DNR and its agencies, officials, agents or employees.
A-12 Insurance Coverage
Before using any of said rights granted herein and its own expense, CONTRACTOR shall purchase and maintain the insurance described below for the entire duration of this Agreement. Failure to purchase and maintain the required insurance may result in the termination of the Agreement at DNR’s option. All insurance provided in compliance with this Agreement shall be primary as to any other insurance or self-insurance programs afforded to, or maintained by, the State of Washington, Department of Natural Resources. CONTRACTOR shall provide DNR with certificates of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements specified in this Agreement before using any of said rights granted herein. The description section of the certificate shall contain the Contract Number and the name of the DNR Contract Manager. Contractor shall also provide renewal certificates as appropriate during the term of this Agreement. CONTRACTOR shall include coverage for all agents as insured under all required insurance policies or shall provide separate certificates of insurance for agent. Failure of CONTRACTOR to have its agents comply with the insurance requirements contained herein does not limit CONTRACTOR’s liability or responsibility.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 6 of 20 Template Revised: 1/13/2021
INSURANCE TYPES & LIMITS: The limits of insurance, which may be increased by State, as deemed necessary, shall not be less than as follows: Commercial General Liability (CGL) Insurance: CONTRACTOR shall purchase and maintain commercial general liability insurance with a limit of not less than $1,000,000 per each occurrence. If such CGL insurance contains aggregate limits, the general aggregate limits shall be at least twice the "each occurrence" limit, and the products-completed operations aggregate limit shall be at least twice the "each occurrence" limit. All insurance must cover liability arising out of premises, operations, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract (including the tort liability of another party assumed in a business contract) and contain separation of insured (cross-liability) condition. Employer's liability ("Stop Gap") Insurance: CONTRACTOR shall purchase and maintain employer’s liability insurance and if necessary, commercial umbrella liability insurance with limits not less than $1,000,000 each accident for bodily injury by accident or $1,000,000 each employee for bodily injury by disease. Business Auto Policy (BAP) Insurance: CONTRACTOR shall purchase and maintain business auto insurance and if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 per accident, with such insurance covering liability arising out of "Any Auto". The policy shall be endorsed to provide contractual liability coverage and cover a “covered pollution cost or expense.” CONTRACTOR waives all rights of subrogation against State for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance. Industrial Insurance (Workers Compensation): CONTRACTOR shall comply with Title 51 RCW by maintaining workers compensation insurance for its employees. CONTRACTOR waives all rights of subrogation against State for recovery of damages to the extent they are covered by State for recovery of damages to the extent they are covered by Industrial Insurance, employer’s liability, Compliance Forester reserves the right to shut down the Work Site when any condition of imminent danger is present, during which time work shall not be performed. The Work Site will remain shut down until the danger has been removed. ADDITIONAL PROVISIONS: Additional Insured: The State of Washington, Department of Natural Resources, its officials, agents, and employees shall be named as additional insured by endorsement on all general liability, excess, and umbrella insurance policies. Cancellation: DNR shall be provided written notice before cancellation or non-renewal of any insurance referred to therein, in accord with the following specifications. A. Insurers subject to Chapter 48.18 RCW (Admitted and Regulated by the Insurance Commissioner): The
insurer shall give the State 45 days advance notice of cancellation or nonrenewal. If cancellation is due to non-payment of premium, the State shall be given 10 days advance notice of cancellation.
B. Insurers subject to Chapter 48.15 RCW (Surplus Lines): The State shall be given 20 days advance notice of cancellation. If cancellation is due to non-payment of premium, the State shall be given 10 days advance notice of cancellation.
Insurance Carrier Rating: All insurance shall be issued by companies admitted to do business in the State of Washington and have a rating of A-, Class VII, or better. Any exception must be reviewed and approved by the DNR Risk Manager or the DNR Contracts Manager, in the Risk Manager’s absence. If an insurer is not admitted to do business in the State of Washington, all insurance policies and procedures for issuing the insurance policies must comply with Chapters 48.15 RCW and 284-15 WAC. Self-Insurance: If CONTRACTOR is self-insured, evidence of its status as a self-insured entity shall be provided to State. The evidence should demonstrate that CONTRACTOR’s self-insurance meets all of the required insurance coverage of this Agreement to the satisfaction of State including the description of the funding mechanism and its financial condition. If the funding mechanism or financial condition of the self-insurance
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 7 of 20 Template Revised: 1/13/2021
program of CONTRACTOR is inadequate, then State may require the purchase of additional commercial insurance to comply with this Agreement. Waiver: CONTRACTOR waives all rights of subrogation against State for recovery of damages to the extent these damages are covered by general liability, excess, or umbrella insurance maintained pursuant to this Agreement.
A-13 Safety Compliance Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the Work.
A. During the contract performance, Contractor shall protect the lives and health of workers performing the
Work and other persons who may be affected by the Work and prevent damage to property at the Unit or adjacent to it. Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection.
B. In an emergency affecting the safety or life of its workers or adjoining property, Contractor is responsible to
act to prevent such threatened loss or injury. Within 24 hours of any emergency, Contractor shall notify the Compliance Forester. Contractor shall prepare an incident report and submit it to DNR’s Region Manager within five (5) business days following an emergency if directed to do so by the Compliance Forester.
C. The Compliance Forester reserves the right to shut down the work site when any condition of imminent danger is present. The work site will remain shut down until the danger has been removed by the contractor.
A-14 Venue
Disputes arising under this contract shall be brought in the State of Washington and the venue shall be Thurston County.
A-15 Dispute Resolution
Before initiating any litigation over the terms of this contract, Contractor commits to the following process:
A. Any concerns or disputes which Contractor has relating to this contract shall first be brought to the attention of the Compliance Forester.
B. If the Compliance Forester is unable to resolve the dispute to Contractor’s satisfaction, Contractor will notify
the Contract Manager in writing of its dispute with specificity. The Contract Manager will review and provide a written suggestion for resolution within ten (10) business days.
C. If Contractor is not satisfied with the Contract Manager’s response, it will notify the Region Manager in
writing of its dispute. The Region Manager will review and set a meeting with Contractor within fifteen (15) business days, unless Contractor agrees to a longer period. After the meeting, the Region Manager will provide a written response.
A-16 Subcontracting Contractor shall not enter into any subcontract or assignment of this contract. A-17 Nondiscrimination During the performance of this contract, Contractor shall comply with all federal and state nondiscrimination
laws, regulations, and policies. In the event of Contractor’s noncompliance or refusal to comply with any nondiscrimination law, regulation, or
policy this contract may be rescinded, canceled, or terminated in whole or in part, and Contractor may be declared
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 8 of 20 Template Revised: 1/13/2021
ineligible for further contracts with DNR. Contractor shall, however, be given a reasonable time in which to cure this noncompliance.
A-18 Pre-Work Conference
Contractor shall attend a Pre-Work Conference before beginning Work. The Compliance Forester will notify Contractor of the time and place of the Pre-Work Conference.
A-19 Purpose of the Pre-Work Conference
The purpose of the Pre-Work Conference is for DNR and Contractor to agree upon and document the following on the Pre-Work Conference Form: A. Name(s) and contact information for Contractor and Designated Contract Representative(s), including all
personnel authorized to sign Unit completion forms and payment invoices; B. Names(s) and contact information for the Contract Manager and Compliance Forester(s); C. The Work Schedule for this contract; D. Time interval(s) at which Units will be processed for payment; and E. Clarification of any unique requirements or conditions of the Work within this contract prior to commencing
Work. A-20 Work Delay
Contractor shall promptly notify the Compliance Forester of any actual or anticipated event which is delaying or could delay the Work, including the expected duration of the delay, the anticipated effect of the delay on the schedule, and the action being or to be taken to get back on schedule. The notification does not relieve Contractor of its obligation to complete the Work within the time required by this contract.
A-21 Non-conformances with Work Schedule
If Contractor is not in conformance with the Work Schedule for reasons other than acts of Force Majeure, Contractor shall bring its activities into conformance with the schedule or request the Compliance Forester to revise the schedule to reconcile with the actual progress of the Work. The Compliance Forester may require a meeting prior to granting a revision. A revision to the Work Schedule for one Unit shall not change the timing for any other Unit unless expressly authorized. In the event the Contractor stops Work or if the initial start-up is delayed for a period of one (1) week or more, a new Pre-Work Conference may be required.
A-22 Work Days
Work shall only proceed on regular Monday through Friday work days. Work on weekends or on designated State holidays requires written permission from the Compliance Forester.
A-23 Breach of Contract Contractor’s unsatisfactory performance of contract requirements shall constitute breach of contract. DNR may
require reworking of portions of Unit(s), or withhold funds from the performance security.
A. If Contractor violates any provision of this contract, Compliance Forester, by written notice, may suspend the Work that is in breach. If the breach is capable of being remedied, Contractor has 15 days after receipt of a suspension notice to remedy the breach. If the breach cannot be remedied or Contractor fails to remedy the breach within 15 days after receipt of a suspension notice, DNR may terminate the rights of Contractor under this contract and collect damages.
B. If the contract expires without Contractor having performed all its duties under this contract, Contractor's
right to operate is terminated and Contractor shall not have the right to remedy the breach. This provision shall not relieve Contractor of any payment obligations.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 9 of 20 Template Revised: 1/13/2021
C. DNR has the right to remedy the breach in the absence of any indicated attempt by Contractor or if Contractor
is unable, as determined by DNR, to remedy the breach. Any expense incurred by DNR shall be charged to Contractor and shall be paid within 30 days of receipt of billing.
A-24 Default of Contract Contractor’s breach of contract or failure to comply with the Work Schedule may lead to default of contract. If
DNR determines that the contract is in default, it may exercise its right to terminate the contract, with forfeiture of performance security, and/or make a claim for damages.
A-25 Washington State Forest Fire Protection Requirements
Contractor and workers shall be familiar with the Washington State Forest Fire Protection Requirements and adhere to them. These requirements are found in:
Revised Code of Washington Chapter 76.04 A-26 Fire Extinguishers
Personal fire extinguishers are required for each saw operator. A fire waiver may be granted by the DNR’s Region Fire Control Manager. If a fire waiver is granted, Contractor shall abide by the provisions of the waiver.
A-27 Spark Arresters
All of Contractor’s spark emitting engines will be equipped with spark arresters. The lists adopted by the agency are from the National Wildfire Coordinating Group (NWCG): NWCG approved spark arrestor lists
A-28 Inspection
DNR may inspect the Units for adherence to regulations, as well as presence, functionality, and serviceability of fire tools. Any inspections by DNR shall not limit Contractor’s liability for failure to adhere to applicable regulations.
A-29 Open Fires
Contractor shall not build any open fires at any time of the year in the contract area without first obtaining written permission from the Compliance Forester.
. A-30 Removal of Merchantable Products
Contractor is prohibited from removing merchantable or potentially merchantable products from the Units for commercial use. Separate approval by agreement or contract with DNR is required for removal of firewood, poles, posts, and other merchantable or potentially merchantable material.
A-31 Garbage Contractor shall dispose of garbage brought onto DNR lands in garbage disposal areas meeting all state, county, and local requirements. Garbage includes materials used for equipment maintenance, abandoned equipment, containers, and other expended materials.
A-32 Camping Contractor is prohibited from using or authorizing its workers to camp on DNR managed lands outside of
designated camp grounds.
A-33 Abbreviations The following Seedling species abbreviations will be used: AF = Supalpine fir; AS = Quaking aspen; BC = Black
cottonwood; DF = Douglas-fir; GF = Grand fir; LP = lodgepole pine; MA = Bigleaf maple; MH = Mountain hemlock; NF = Noble fir; PP = Ponderosa pine; RA = Red alder; RC = Western redcedar; SF = Pacific silver fir; SS = Sitka spruce; WH = Western hemlock; WL = Western larch; WO = Willow; WP = Western white pine; YC = Alaska yellow cedar.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 10 of 20 Template Revised: 1/13/2021
A-34 Term of Contract The term of this contract is from July 22, 2021 to September 6, 2021. The contract shall not be extended without written permission from the DNR Region Manager.
A-35 State Suspends Operation The Contract Manager may suspend any operation of Contractor under this contract when the State is suffering, or there is a reasonable expectation the State will suffer environmental, monetary, or other damage if the operation is allowed to continue.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 11 of 20 Template Revised: 1/13/2021
SECTION I-B: SPECIFICATIONS FOR THE ACTIVITY B-01 Precedence between Sections
Section I-B covers the general standards that apply over the whole contract. If a change is required on a site by site basis those differences will be outlined on the Unit Description Form (Section II). The site specific details found on the Unit Description Form should take precedence over these general guidelines when they exist. If special requirements noted in the Unit Description (Section II) conflict with requirements in this Section, the special requirements will prevail.
B-02 Workers, Supervision, and Equipment
Contractor shall provide: A. A minimum crew size of 8 workers, and a maximum crew size of 25 workers, unless otherwise approved by
the Compliance Forester; B. Adequate crew supervision, including at least one qualified, English speaking foreperson per crew, unless
otherwise allowed by the Compliance Forester. The foreperson must have one season (at least three (3) months) of hand cutting experience in a forest setting. Documentation of a foreperson’s experience shall be provided to DNR upon request; and
B-03 Boundaries
The boundaries depicted on Unit Map (Section II-B) delineate the Work area. Contractor is responsible for completing all Work to boundaries. The Work boundaries will consist of easily identifiable features (including but not limited to roads, streams, or abrupt changes in forest type or age). Flagging will be used for areas where identifiable features are absent. Contractor is responsible for understanding the location of all boundaries. Failure to complete Work to boundaries in any Unit renders Work in that Unit incomplete, and no payment will be made to Contractor for any Work on that Unit. No payment will be provided for Unit(s) with Work that extends beyond Unit boundaries. Work extending beyond Unit boundaries will be considered breach of contract.
B-04 Treatment Specifications Contractor shall accomplish all of the following:
A. Sever and fell all Hardwood trees greater than two (2) feet tall that are within fifteen (15) feet of Conifers that are not Severely Suppressed, except for Hardwoods over five (5) inches in diameter, which shall be girdled as described in B-04-E below.
B. Sever and fell all woody shrubs greater than four (4) feet tall that are within six (6) feet of Conifers that are not Severely Suppressed.
C. Sever main stems or sprouts of shrubs, brush, Hardwood trees and living stump sprouts no closer than four (4)
inches but not further than twelve (12) inches from their point of origin. Sever all live limbs and branches on the remaining stump at their point of origin.
D. Refrain from physical damage to Conifers on the Unit while severing and felling shrubs, brush, and Hardwood trees.
E. Girdle any Hardwood tree with a DBH greater than five (5) inches by removing the bark from the main stem in a two (2) inch wide band completely around the stem below the lowest live branch.
F. Refrain from pruning or otherwise damaging Conifer trees while cutting Hardwoods.
G. Refrain from leaving any Hardwoods in contact with the top one-half (1/2) of any Conifer after cutting. Refrain from bending or damaging Conifer Leaders when felling Hardwoods.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 12 of 20 Template Revised: 1/13/2021
H. Where no Conifers or only Severely Suppressed Conifers exist, leave Hardwoods in twelve (12) foot by twelve (12) foot spacing. Red alder is the preferred Hardwood tree to be left when hand cutting is implemented, followed by bigleaf maple, paper birch, bitter cherry and then cottonwood. Contractor shall select the largest, best-formed Hardwood trees to be left. If bigleaf maple clumps are left in Hardwood thinning areas, only 3 or less stems shall be left on each clump.
B-05 General Specifications
Contractor shall accomplish all of the following: A. Keep all roads free of debris and slash for a distance of ten (10) feet from each side of road.
B. Immediately remove any debris or soil deposited in ditches, culverts, or roadways.
C. Refrain from activities that will result in excessive deterioration of ditches, culverts, or roadways.
D. Preserve any legal land subdivision survey corners and/or witness objects. If Contractor destroys or disturbs
such monuments, DNR will utilize a licensed land surveyor to re-establish any affected survey corners and/or witness objects in accordance with the U.S. General Land Office Standards at Contractor’s expense.
E. Refrain from damaging fences or any other improvements adjacent to or within the Unit during hand cutting work. Any such damage will be repaired at Contractor’s expense. Contractor shall remove any slash that falls onto lands not owned by the State and distribute it back into the Unit.
F. Refrain from reopening blocked roads without prior written approval from the DNR.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 13 of 20 Template Revised: 1/13/2021
SECTION I-C: UNIT COMPLIANCE INSPECTION AND PAYMENT
C-01 Field Inspections The Compliance Forester will conduct periodic inspections. Inspections may be done concurrently with release hand cutting Work but will be completed no later than five (5) business days after Work completion on the Unit.
C-02 Inspection Plots The Compliance Forester will establish inspection plots to determine the Contractor’s Unit Performance Rating (Clause C-05). Inspection Plots shall be circular and be between one fiftieth (1/50th, 16.7 foot radius) and one one-hundredth (1/100th, 11.8 foot radius) of an acre in size. The Unit Performance Rating will be determined from a minimum sample of five (5) plots, or two (2) plots for every five (5) acres of Unit, whichever is greater. In large Units a maximum of 40 plots will be used to determine compliance percentage. The inspection plots will be well distributed over the Unit. The Compliance Forester will examine each inspection plot.
C-03 Inspection Procedures The compliance forester will use the following procedures on each inspection plot: A. Total Number of Trees
The number of Conifer trees within the plot will be determined. This number will serve as the total number of trees.
B. Deductions The following deductions will be counted: • The number of Hardwoods incorrectly cut within the plot; • The number of Hardwood trees in contact with Conifer trees; • The number of damaged Conifers.
C. Compliance Percentage
Compliance percentage on each plot will be determined by dividing the total number of Conifer trees minus the sum of incorrectly cut trees, Hardwoods in contact with Conifers, and damaged Conifers by the total number of trees and multiplying times 100. Compliance percentages calculated below 0 percent will be assigned a value of 0 percent.
Total number of trees – All deductions Compliance percentage = x 100
Total number of trees D. Inspection plots with no Conifer or only Severely Suppressed Conifers
Where inspection plots with no or only Severely Suppressed Conifers are found, the plot percentage will be determined based on the correct thinning of existing Hardwood trees. If the inspection plot is fully stocked with Hardwood trees, treated plots with five to seven (5-7) trees will be assigned a value of 100 percent. Those with 8 will be assigned a value of 95 percent. Plots with 4 or 9 will be assigned a value of 90 percent. Plots with 10 will be assigned a value of 80 percent. Plots with less than 4 or more than 10 will be assigned a value of 0 percent. Areas of the plot where no Hardwood trees were growing will be considered as having correctly thinned Hardwood trees.
C-04 Inspection Procedure Example
An inspection example is as follows: • 8 Conifer trees (none Severely Suppressed) found on plot. • 3 Hardwoods incorrectly cut. • 2 Hardwoods in contact with Conifers. • 1 damaged Conifer; pruned limbs, broken tops, etc.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 14 of 20 Template Revised: 1/13/2021
(8 - 3 - 2 - 1)
Compliance percentage = x 100 = 25% 8
When the area is reworked and all Hardwood problems are corrected, the compliance percentage is calculated as follows because the damaged Conifer cannot be corrected.
(8 - 1) Compliance percentage = x 100 = 87.5%
8 C-05 Unit Performance Rating
The Unit Performance Rating for each Unit will be determined by summing the compliance percentages for all plots established in the treated Unit, then dividing by the number of plots that were established.
C-06 Unit Performance Rating Example A Unit Performance Rating example is as follows:
• 5 plots were taken on a ten acre Unit. • The compliance percentages on these plots were: 80%, 80%, 90%, 85%, and 90%
(80% + 80% + 90% + 85% + 90%) Unit Performance Rating = = 85% 5
C-07 Visual Inspection Option The Compliance Forester may, in consultation with the Contract Manager, award a Unit Performance Rating of 90% or above based on a visual inspection of the completed work Unit without performing inspection plots. Unit Performance Ratings below 90% require the plot inspection procedure described in Clause C-03.
C-08 Determination of Payment
The acceptability and the rate of pay for hand cutting Work performed will be based on the Unit Performance Rating. The Compliance Forester’s inspection will determine the rating. A. Satisfactory Work Performance: The Work is satisfactory if the Unit Performance Rating is between 90
and 100 percent. B. Unsatisfactory Work Performance: The Work is considered unsatisfactory if the Unit Performance
Rating is less than 90 percent. C. Reduction in Payment: The reduction in payment for unsatisfactory work will be based on the Unit
Performance Rating. If the Unit Performance Rating is less than 90 percent but equal to or greater than 80 percent, then the rate of pay will be equal to the Unit Bid Price reduced by three (3) percent for every one (1) percent the Unit Performance Rating is less than 90 percent. If the Unit Performance Rating is 79 percent or less, there will be no payment for the Unit.
C-09 Contract Compliance Basis
Contract compliance inspection of Work performed and payment for Work performed will be based on acreage completed.
C-10 Subdivision of Inspection Units
The Compliance Forester has the option to subdivide and inspect Units to determine the acceptability of work performed. Subdivisions for this purpose will be a minimum of ten (10) acres in size.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 15 of 20 Template Revised: 1/13/2021
C-11 Re-work of Unsatisfactory Units The Compliance Forester may require the Contractor to re-work a Unit which is not rated satisfactory. The Compliance Forester may require the rework to be completed prior to starting Work on a new Unit. Reworked areas will be reexamined for contract compliance, and will replace the previous Unit Performance Rating. If the Contractor refuses to re-work the Unit, the DNR may terminate the contract and retain the damage and performance deposit. If the Contractor re-works the Unit and it is rated unsatisfactory, the DNR may terminate the contract and the Contractor will be paid only for satisfactorily completed Work prior to termination.
C-12 Payment Schedule
The default payment schedule will be one monthly payment to Contractor, following completion of each full calendar month, unless otherwise approved by Contract Manager. If a different schedule is requested by either party, it will be agreed upon during the Pre-Work Conference (Clause A-19) and will be set forth in the Work schedule. Payment shall be made as follows:
A. Registration with Office of Financial Management
In order to receive any payment the contractor must be registered with the Office of Financial Management (OFM) http://www.ofm.wa.gov/isd/vendors.asp. The contractor will select whether payment will be made monthly as a partial payment for all successfully completed Units, or by one total payment at the end of the contract, unless an alternate payment schedule is agreed upon in the pre-work conference. The DNR will attempt to comply with the desires and needs of the Contractor but assumes no legal duty or obligation to adhere to the schedule of payment so arranged.
B. Partial Payment
Contractor may request partial payment when part of a Unit is completed.
C. Unit Completion Form Contractor or Designated Contract Representative shall sign the Unit Completion Form after completion of each Unit or partial Unit being submitted for payment, or at the conclusion of Work and completion of the Compliance Inspection for each Unit. The Compliance Forester will make payment recommendations for the invoice and forward the Unit completion form to the Contract Manager for processing.
D. Final Payment
The Contract Manager shall sign the Contractor's Billing Invoice and Compliance Report form at the conclusion of work on each Unit or group of Units, as determined by the payment schedule agreed upon during the pre-work conference. Final payment will not be made to the Contractor unless the Compliance Report form is signed by the Contractor or Designated Contract Representative and the Contract Manager, and "final" payment is designated thereon.
E. Verification Traverse
If a Unit’s acreage is disputed, Contractor may request a verification traverse by DNR. The request must be in writing and signed by Contractor. DNR will base the rate of pay on the acres determined from the verification traverse. If the net acres specified in the Unit Description (Section II-A) are correct within plus or minus five percent (±5%) after the verification traverse, Contractor shall pay for the verification traverse at a rate of ten dollars ($10.00) per one hundred (100) feet of traversed boundary.
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 16 of 20 Template Revised: 1/13/2021
SECTION II-A: UNIT DESCRIPTION
Unit No. Activity Name Treated Acres Legal Description Gate Key 1 MCDUCK U2 76 T25-0N R2-0W S19 Yes AA1 2 COYLE RETREAT U1 55 T28-0N R1-0W S21 Yes AA1 3 COYLE RETREAT U2 8 T27-0N R1-0W S10 4 COYLE RETREAT U3 15 T27-0N R1-0W S10 5 COYLE RETREAT U7 18 T27-0N R1-0W S35 Yes AA1 6 THOMPSON CENTER U3 43 T29-0N R1-0W S36 Yes AA1 7 CAPE LAKE SORTS U1 14 T30-0N R2-0W S13 8 EAST RADAR 96 T29-0N R2-0W S16 9 SIEVE TEST U3 33 T29-0N R3-0W S28 Yes AA1
10 NORTH TEXAS BD U2 5 T29-0N R4-0W S17 Yes AA1 11 SOUTHWEST TEXAS U1 85 T29-0N R4-0W S17 Yes AA1 12 SOUTHWEST TEXAS U3 44 T29-0N R4-0W S17 Yes AA1 13 SOUTHWEST TEXAS U4 23 T29-0N R4-0W S17 Yes AA1 14 DEER TOWN U1 59 T29-0N R5-0W S16 15 DEER TOWN U2 9 T29-0N R5-0W S15 & 16 Yes AA1 16 DEER TOWN U3 53 T29-0N R5-0W S15 Yes AA1 17 DEER TOWN U4 55 T29-0N R5-0W S16 Yes AA1 18 DAWN LOOKOUT SORT U1 47 T30-0N R6-0W S29 Yes AA1 19 DAWN LOOKOUT SORT U2 88 T30-0N R6-0W S34 Yes AA1 20 RIVER VIEW TOO U3 87 T30-0N R6-0W S33 Yes AA1 21 STRIPED RIVER SO U1 93 T31-0N R8-0W S26 Yes AA1 22 SAD GERBER U1 2 T31-0N R9-0W S31 23 SAD GERBER U2 25 T31-0N R9-0W S31 24 SAD GERBER U3 16 T31-0N R9-0W S31 25 SAD GERBER U4 2 T31-0N R9-0W S31 26 PINK ELEPHANT U2 30 T30-0N R9-0W S06 27 SADIE U1 81 T30-0N R9-0W S06 Yes AA1 28 SADIE U3 11 T30-0N R9-0W S06 Yes AA1 29 PINK ELEPHANT U3 18 T30-0N R9-0W S06 Yes AA1 30 SADIE U4 38 T30-0N R9-0W S08 Yes AA1
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 17 of 20 Template Revised: 1/13/2021
Unit No. Activity Name Treated Acres Legal Description Gate Key 31 BOUNDARY CR MIX U1 4 T30-0N R9-0W S09 Yes AA1 32 Chum U5 95 T32-0N R13-0W S29 & 30
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 18 of 20 Template Revised: 1/13/2021
SECTION II-B: MAPS
PT-D-4000_26485
PT-D-4000_25440
PT-D-4000PT-D
-4000
_256
45
FS 2510-500
PT-D
-400
0_26
485.
1
FS 2510-50
0
19
MCDUCK U2T25R02W
¯
Hand SlashingMcDuck U2DNR Olympic Region
Jefferson CountyUnit Number: 1Acreage: 76
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 475 950237.5 Feet
DNR Ownership
Treatment Area
US 1
01
Wha
le Rd
ElkDrive
Salm
on S
t
Hilltop Ct
Can
alVi
ew S
t
Duckabush Rd
Kelly Rd
Elk Court W
Cree
kDr
PT-D
-400
0_25
440
PT-D-4000_17680
Gorge Ct
US Highway 101
Seal Dr
SeamountRd
Cliffline Ct
PT-D-4000_26485.1
Trailwood Dr
Elk Dr
FS-2510
PT-D-4000
Point
View Av
Ridge Rd
River Rd
PT-D-4000_16660
MountailTrail Rd
Mountain
Trail Rd
FS 2510
PT-D-4000_22150_490
FS 2510
-500
FS-2510-012
US
Hig
hway
101
29
17
28
21
21
25
19
16
30
47
45 18
20MCDUCK U2
T25R03W
T25R02W
¯
Hand SlashingMcDuck U2DNR Olympic Region
Jefferson CountyUnit Number: 1Acreage: 76
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 2,700 5,4001,350 Feet
DNR Ownership
Treatment Area
PT-O-1700.1
Dab
ob R
d
PT-O-1700
PT-O-1000
PT-O
-130
0.1
PT-O-1000
PT-O-1400
PT-O-1600
PT-O-1500
16
21
COYLERETREAT U1
T28R01W
¯
Hand SlashingCoyle Retreat U1DNR Olympic Region
Jefferson CountyUnit Number: 2Acreage: 55
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 510 1,020255 Feet
DNR Ownership
Treatment Area
PT-C-1330
PT-C-1300.2
Coyle R
d
PT-C-1300
PT-C-1310
PT-C-1320
10
11
COYLERETREAT U2
COYLERETREAT U3
T27R01W
¯
Hand SlashingCoyle Retreat U2 and U3DNR Olympic Region
Jefferson CountyUnit Number: 3 and 4Acreage: 8 and 15
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 525 1,050262.5 Feet
DNR Ownership
Treatment Area
PT-C
-226
0
PT-C-2240 PT-C-2245
PT-C-2241
35
26
COYLERETREAT U7
T27R01W
¯
Hand SlashingCoyle Retreat U7DNR Olympic Region
Jefferson CountyUnit Number: 5Acreage: 18
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 280 560140 Feet
DNR Ownership
Treatment Area
35
14
7
16
22
27
8
16
35
3536
23
13
34
23
2
11
18
6
31
20
27
10
14
25
1
18
30
19
18
8
2121
28
3
34
25
12 7
2019
17
28
3
26
13
11
35
24
31
30
17
32
29
33
999
15
35
24
35
13
36
24
29
3328
9
34
34
26
23 24
2
32
20
28
4
27 26
14
187 8
99
4
16
16
27
6
20
5
21
10
36
23
19
5
22
12
26
29
15 14
1
25
12
17
33
26
36
25
14
31
19 19
17
16
1616
33
22
11
26
13
32
30
21
22
15
23
2
23
COYLE RETREAT U7
COYLERETREAT U3
COYLERETREAT U1
T27R01E
T27R01E
T27R01E
T27R01W
T27R02W
T28R02W
T28R01ET28R01E
T28R01ET28R01W
¯
Hand SlashingCoyle Retreat U1, 2, 2 and 7DNR Olympic Region
Jefferson CountyUnit Number: 2-5Acreage: 55,8, 15 and 18
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 10,000 20,0005,000 Feet
DNR Ownership
Treatment Area
PT-V
-300
0
PT-V-3100
PT-V-3000.1
PT-V-3000.2
PT-V-3000.3
PT-V-3000_190
PT-V-3100_365
PT-V-3200
Egg & I Rd
35
1
36
2
THOMPSONCENTER U3
T29R01W
T28R01W
¯
Hand SlashingThompson Center U3DNR Olympic Region
Jefferson CountyUnit Number: 6Acreage: 43
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 670 1,340335 Feet
DNR Ownership
Treatment Area
WWW
WWW
WWW
WW
W
WW WW
W
WW
WW
W
WW
W
W
W
WWW
W
WW
W WW
W
W
W
WWW
WWW
W
WW
W
WWWW
W
W
WWWW
W
WWW
W WW
WWWWW
WWW
W
WWW
WW
WW
W
WWW
WWWW
W
WWWWW
W
W WW
WWWW
WWWW
WW
WW WWW
WW
WW
WWW
W
WWWW WWWWW
WWWW
W
WWWWWWWW
WWWWW
W WW
W
WW
WW
W
WW
WW
W
W WW
WWW
WW
W
W
W
W
WW
WW
WWW
WW
W
W WW
W
WW
W
W
WWW WW
W
WWWWWW
W
W
W
W
WWW
W
WW
W
W
W
W
W
WW
W
W
WWWWW
WW
WWW
W
27
16
3
11
32
27
10
28
2019
17
28
9 10
33 3435
24
29
9
51
36
18
7 8
16
16
33
33 33
21
23
24
22
15 14
25
12
6
31
22
4
26
13
30
21
15
THOMPSONCENTER U3 T29R01ET29R01E
T28R01ET28R01ET28R01ET28R01E
T28R01ET28R01ET28R01E
T29R01W
T28R01W
¯
Hand SlashingThompson Center U3DNR Olympic Region
Jefferson CountyUnit Number: 6Acreage: 43
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 5,900 11,8002,950 Feet
DNR Ownership
Treatment Area
Cape G
eorge Rd
PT-P
-260
0
PT-P-2500.1
PT-P-2200
PT-P-2700
Rd
PT-P-2400
PT-P-2500PT-P-2710
PT-P-2220
Goss Rd
24
13
19
18CAPE LAKESORTS U1
T30R02W
T30R01W
¯
Hand SlashingCape Lake Sorts U1DNR Olympic Region
Jefferson CountyUnit Number: 7Acreage: 14
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 570 1,140285 Feet
DNR Ownership
Treatment Area
WWWW
WW
W
WWWWW
WWW
WW
WWW
W
WWW
W
W
W
W
WW
W
WW W
24
12
6
5
28
3
12
13
1
32
30
24
25
13
8
16
4
34
27
22
2
6
30
3
2 1
20
15
35
35
35
29
7
5
43 1
1
3636
17
9
2
35
31
19
34
23
25
31
19
33
1
35
18
21
10
26
11
CAPE LAKESORTS U1 T30R01E
T30R01E
T31R01W
T30R02W
T30R02W
T30R01W
T30R01W
T30R01W
T29R01ET29R01E
T29R01W
T29R01W
T29R01WT29R01W
T29R02W
¯
Hand SlashingCape Lake Sorts U1DNR Olympic Region
Jefferson CountyUnit Number: 7Acreage: 14
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 7,600 15,2003,800 Feet
DNR Ownership
Treatment Area
PT-B-1300
PT-B-1342
PT-B-4750
PT-B-1400PT-B-1400_6585
PT-B-4800
PT-B-4821
PT-B
-481
0 Ti
e
PT-B-1400_7019
PT-B
-134
1
PT-B-1300_3422
PT-B-1300_6734
PT-B
-134
2_37
0
PT-B-4750_278
PT-B
-130
0_26
26
PT-B-1340
PT-B-1420
PT-B
-481
0
PT-B
-470
0_13
60
PT-B-1400_6798
PT-B
-470
0
PT-B-4820
17
16
8
9
EAST RADAR
T29R02W
¯
Hand SlashingEast RadarDNR Olympic Region
Jefferson CountyUnit Number: 8Acreage: 96
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 1,000 2,000500 Feet
DNR Ownership
Treatment Area
WWW
WWW
PT-B-1150
PT-J-1500PT-B-1300
US 1
01PT
-B-1
100
Blyn Rd
Zacc
ardo
Rd
PT-B-1150
PT-B
-170
0Ti
e
PT-M-2100
PT-B-1210Tie
PT-B-1342
PT-B
-500
0
PT-B-1200
Blyn
Crossing
Thompson R
d
Cor
riea
Rd
PT-J-15
70
Chicken Coop Rd
FS-2850-120
PT-B-4800
Pier
ce R
d
PT-B-1600.1
PT-B-1517PT-J-1540PT-J-5000
PT-J-1300
Casino Royale Rd
BPA-3714
PT-B-1343
PT-B
-481
0Ti
e
PT-M-2220
PT-B-1181
PT-B-1600
PT-B-1310
PT-B
-400
0
PT-B-1190
PT-B-1700
PT-B-1512
PT-B-1710PT-B-5100
PT-B-1515
Thompson
Rd Spur 4
PT-B-1514
PT-J-1518
Thom
pson
Rd
PT-B
-122
0
Woo
ds R
d.
PT-B
-400
0
PT-B-4840PT-B-1410_471
PT-B-1620
FS-2850-120
PT-B-1300.1
PT-M
-211
0
PT-B-4810
PT-B
-500
0.20
PT-M-2200
PT-B-1420
FS 2
855-
070
PT-J-1560
BPA-3712
PT-B
-163
0Zaccardo R
d
PT-B-1500
Thom
pson
Rd
Spur
3
PT-J-1530PT
-B-4
700
BPA-3707
PT-B-1400_6798
CHICKEN
COUP RD
PT-B-1711
PT-B
-470
0_13
60
PT-J-1400
PT-B-1340
PT-B-4700_3922
PT-B-4900
Old
Bly
n H
ighw
ayPT
-B-1
180 PT-B-1510
PT-B-5000_2540.1
US Highway 101
PT-B-1400
PT-J
-510
0
FS 2
850
US Highway 101
PT-B-4820
PT-B-1000
14
12
19
31
24
2
33
10
1
22
3
13
11
35
36
20
17
37
32
21
4
23
6 5
15
34
18
7 8
16
9
EASTRADAR
T30R02W
T29R02WT29R03W
T30R03W T30R03W
¯
Hand SlashingEast RadarDNR Olympic Region
Jefferson CountyUnit Number: 8Acreage: 96
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 4,500 9,0002,250 Feet
DNR Ownership
Treatment Area
PT-J-5200PT-J-5210
40 39
2827
2122
SIEVE TEST U3
T29R03W
¯
Hand SlashingSieve Test U3DNR Olympic Region
Jefferson CountyUnit Number: 9Acreage: 33
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 490 980245 Feet
DNR Ownership
Treatment Area
WWW
WWW WW
WWWWW
WWW
W
W
WW
W
W
W W
John
son
Cre
ek R
dPT-J-3000
Old
Blyn
High
way
Jim
my
Tie
Rd
PT-J-1500
PT-J-1100
US Highway 101
Zacc
ardo
Rd
J-12
00
Palo
Alto
Sub
2
PT-J-1200
PT-J-1620
PT-J-1710
PT-J
-225
0
PT-B
-500
0
PT-J
-300
0
Happy Valley Rd
PT-J-1630
Palo
Alto
Sub 6
Cor
riea
Rd
PT-J-1660
PA-A-3000
PT-J-2260
PT-J-2210
PT-J
-155
0
PT-J
-225
4PT
-J-2
400
J-2252 PT-J-2230
PT-J-5000
PT-J-1300
PT-J-25
00
PT-J-1
515
Casino
Royale Rd
BPA-3714
PT-J
-224
4
PT-J
-161
0
Jimmy ComeLately Rd
PT-J-1510
PT-J-2216
BPA-3720
PT-J-2210.4
PT-J-1810
PT-B-5100
FS-2850-120
PT-J-
1640
PT-J-2215
PT-J-2240
PT-J-2700
PT-J-1720
PT-J
-224
3
PT-J-1518
Woo
ds R
d.
PT-J-3100
PT-J-2213
PT-B
-500
0.20
PT-J-22
65
PT-J
-200
0PT-J-2000_1
PT-J-152
0
PT-J-1820
FS 2855-07
0
PT-J-1560
PT-J-1200_3475
PT-J
-160
0PT
-J-5
200
PT-J
-111
0PT-J-1530
PT-J-2220
Palo
Alto
Rd
Don
Schm
ith R
d
PT-J-1700
PT-J-1400
FS 2855
PT-J-2600
PT-J
-110
0 Ti
e
PT-J
-510
0
PT-J-2300
PT-J
-320
0
PT-J
-220
0
PT-J-1800
FS 2850
30
24
4039 38
14
25
12
19
1318
12
36
17
7
2827
2
24
16
9
4
37
1
2122
10 11
35
13
36
6
31
15
34
38
37
41
32
3
23
26
6
29
1
20
8
5
33
18
7
SIEVE TEST U3
T29R04W
T30R04W
T29R02W
T29R03W
T30R03WT30R03W
¯
Hand SlashingSieve Test U3DNR Olympic Region
Jefferson CountyUnit Number: 9Acreage: 33
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 5,500 11,0002,750 Feet
DNR Ownership
Treatment Area
PA-L-4005
PA-L-5000
PA-L
-423
0
PA-L-4220
PA-L
-400
3
PA-L-4301
PA-L-4031
PA-L-4210
PA-L-5000
PA-L-4000
PA-L
-400
8
PA-L-5500
PA-L
-400
6
PA-L-4401
PA-L-5300
PA-L
-400
7
PA-L-
4009
PA-L-4400
PA-L-4200
PA-L-4200
PA-L-4300
PA-L-4300
PA-L-4030
17
37
18
38
SOUTHWESTTEXAS U1
NORTHTEXAS BD U2
SOUTHWESTTEXAS U3
SOUTHWESTTEXAS U4
T29R04W
¯
Hand SlashingNorth Texas BD U2, SW Texas U1, U2 and U4DNR Olympic Region
Clallam CountyUnit Number: 10-13Acreage: 5, 85, 44 and 23
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 1,300 2,600650 Feet
DNR Ownership
Treatment Area
"
"
"
"
"
"
"
WWWW
WW WW
WW
W WWW
261260
262
259
264263
13
35
7
19
17
9
4
22
2423
14
23
10
14
13
12
36
19
18
19
26
14
3
26
7
24
11
37
33
28
21
41
2
25
13
18
6
30
20
39
15
23
18
25
24
13
38
8
34
11
24
6
31
30
1
36 31
18
32
29
17
16
15
14
2
12
5
16
40
27
35
23
1
SOUTHWESTTEXAS U1
NORTHTEXAS BD U2
SOUTHWESTTEXAS U3
T29R04W
T30R05WT30R04W
T29R05W
T29R03W
T30R03W
¯
Hand SlashingNorth Texas BD U2, SW Texas U1, U2 and U4DNR Olympic Region
Clallam CountyUnit Number: 10-13Acreage: 5, 85, 44 and 23
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 7,500 15,0003,750 Feet
DNR Ownership
Treatment Area
PA-F-2800
PA-F-2710
PA-F-2600
PA-F-2900
Dee
r Par
k R
d
PA-F
-250
0
PA-F-2850
PA-F-2805 Deer Park
Rd_42743
Deer ParkRd_43158
PA-F-2705
PA-F-2510
PA-F
-290
2
PA-F-2706
PA-F
-285
1
PA-F
-280
5_24
15
PA-F-2615
PA-F-2711B
PA-F
-281
0
PA-F-2830
PA-F
-260
5
PA-F
-284
0
PA-F-2610
Marmot
Loop Rd
PA-F
-281
5
PA-F
-271
1PA-F-2901
PA-F
-260
3
PA-F
-261
1
PA-F-2860
PA-F-2700
PA-F
-200
0
15
21 22
16
109
DEERTOWN U1 DEER TOWN U2
DEER TOWN U3
DEER TOWN U4
T29R05W
¯
Hand SlashingNorth Texas BD U2, SW Texas U1, U2 and U4DNR Olympic Region
Clallam CountyUnit Number: 14-17Acreage: 59, 9, 53 and 55
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 1,500 3,000750 Feet
DNR Ownership
Treatment Area
""
"
""
"
"
"
WWWW
WWWWWW
WW W
WW W
W
W
WWWW
WWWW
W WWWW
WW
WWW WW
W
W
255255256
254254
257 258
256
26
7
32
8
15 13
35
7
19
1743
13
25
24
18 17
21
9
23
14
22
15
23
7
11
13
30
7
4
28
21
27 26
14
11 8
50
42
12
2
14
38
40
11
34
2449
35
37
20
22
18
6
30
20
36
23
39
6 5
29
16
33
25
24
13
8
12
19
17
8
16
10
1
36 31
18
12
32
29
17
1
31
9
3 2
10
12
5
SOUTHWESTTEXAS U1
DEER TOWN U1DEER TOWN U2
DEER TOWN U3
DEER TOWN U4
T29R04W
T30R05W
T30R04W
T29R05WT29R06W
T30R06W
¯
Hand SlashingDeer Town U1-U4DNR Olympic Region
Clallam CountyUnit Number: 14-17Acreage: 59, 9, 53 and 55
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 8,200 16,4004,100 Feet
DNR Ownership
Treatment Area
PA-H-1000_8765
H-1500
PA-H-1051
PA-H-1070_976
PA-H-1400
Little River Rd
PA-H
-100
0E
PA-H
-132
1
Little
River
Rd_26497
PA-H-1000
LittleRiver
Rd_27690
PA-H
-106
5
PA-H
-105
0
PA-H-1063
PA-H-1300
PA-H-1065.1
PA-H-1000_11984
PA-H-1063.2
Littl
e R
iver
Roa
d_33
409
PA-H-1000.1
PA-H-1052.1PA-H-1022
PA-H-1020
PA-H-1310 PA-H-1410
PA-H
-106
0
PA-H-1052
PA-H-1320
PA-H
-107
0PA-H-1000_9688
PA-H-1200
PA-H-1220
4
34
35
27
3332
2928
RIVERVIEW
TOO U3
DAWNLOOKOUTSORT U1
T29R06W
T30R06W
¯
Hand SlashingDawn Lookout Sorts U1 & U2, Riverview Too U3DNR Olympic Region
Clallam CountyUnit Number: 18-20Acreage: 47, 88 and 87
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 1,900 3,800950 Feet
DNR Ownership
Treatment Area
DAWN LOOKOUT SORTS U2
"
"
""
WW
WWW
W
W W
W
WW244
246245
250
Mt A
ngel
es R
d
E Simm
ons
Rd_4525
PA-H-3200
BPA-3794
PA-H
-200
PA-H-1051
PA-H-3220
WalkingHorse Ln
PA-H-1400
US 101
S La
urel
St
Little
River
Rd_33409
PA-H-1020
PA-H-3230
BakerFarm Rd
Old Mill
Rd
PA-H-3027
Little
River
Rd_19295
PA-H-3250
PA-F-1040
PA-H
-100
0
PA-H-1050
PA-H-1100
Red
dick
Rd
PA-F-1022
Bens
on R
d
Fors Rd
PA-F-1200
PA-H-3250.12
PA-F-1045
PA-H-1063
PA-F-1014
Lake
Dawn Rd
PA-H-3222
PA-H-3000
PA-H-1300
PA-F-1201
US 101
PA-H-1059
PA-H-1065.1
PA-H
-200
0
Black D
iamon
d Rd
RED
DIC
KR
D.
PA-F
-100
1
PA-H-1052.1
PA-H
-325
0.1
PA-H-1021.1
PA-F-1020
PA-H-1058
PA-H
-210
PA-F-1031PA-H
-101
0
Walkabout
Way
Draper Rd
FS-3030
PA-H-3250.3
LittleRiver
Rd_24672
Old
Mill
Rd_
1153
3
PA-F-1010
E Ahlvers Rd
BPA-3799
Little River Rd
PA-F-1100
PA-H-1410
Rd O
ff Be
nson
Mon
roe
Rd
PA-H-1052
PA-H-1320
Hur
rican
e R
idge
Rd
PA-F-1000
PA-F
-100
2.1
PA-H
-100
0E
PA-H
-107
0
PA-H-3244 Old Mill
Rd_11961
PA-H
-100
PA-F-1030Li
ttle
Riv
erR
d_21
077
McC
lure
View
Rd
HurricaneRidge
Rd_19390
PA-H-3250.2
PA-H-1200
PA-H
-210
0
PA-H-1220
FS-3030-011
E Simmons Rd
40
7 8
15
9
26
24
1318
25
24
4
34
16
10 1111
1317
3 2
14
375
31
20
27
35
1921
23
36
37
25
12
33
22
12
30
32
2928
1
RIVER VIEWTOO U3
DAWN LOOKOUTSORT U1
T29R07W
T30R07W
T29R06W
T30R06W
¯
Hand SlashingDawn Lookout Sorts U1 & U2, Riverview Too U3DNR Olympic Region
Clallam CountyUnit Number: 18-20Acreage: 47, 88 and 87
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 5,400 10,8002,700 Feet
DNR Ownership
Treatment Area
DAWN LOOKOUT SORTS U2
PA-I-3010
PA-I-3000_6318
PA-I-3000
PA-I-3020
PA-I-3000_4340.3
PA-I-3000_4340
PA-I-3000_4
340.31
PA-I-3020_1840
PA-I-3000_4340.2
PA-I-3020_1450
PA-I-3012
PA-I-3000_4340.1
26
35
25
36
T31R08W
¯
Hand SlashingStriped River Sorts U1DNR Olympic Region
Clallam CountyUnit Number: 21Acreage: 93
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 925 1,850462.5 Feet
DNR Ownership
Treatment Area
"""
555756
VERT
RD
.
DURRWATCHERRD.
PA-I-3000
PA-I-2500
SR 112
FRESHWATERBAYRD.
PA-I-2703W
asan
kari
Rd
DURRWACHER
ROAD
PA-I-3020
PA-I-3000_4340
Eden
Valle
y R
d
PA-I-2703.1
Peters
Rd
OXEN
FOR
D
RD
.
Ger
ber R
dFR
ESH
WAT
ERBA
YR
D.
OXENFORDRD.
OXE
NFO
RD
RD
.
PA-I-3030
PA-I-3043
FRESH
WATER
BAY RD
.
Cougar
Ridge Rd
FRESHWATERBAY RD.
DODG
ER L
ANE
THO
MPS
ON
RD
LAWRENCERD.
PA-I-3000
FRESHWATERBAYRD.
HUDSON RD.
FRESHWATERBAY RD.
DAW
NPL
.
EagleHeights Rd
PA-I-2701
PETERSRD.
VERT RD
THOMPSON RD.
PA-I-
3000
Appr
oach
FRESH
WATER
BAY RD
11 8 9
26
2
35
65
12
31
4
36
25
7
32
1
T31R07W
T31R08W
T31R08W
T30R08WT30R07W
¯
Hand SlashingStriped River Sorts U1DNR Olympic Region
Clallam CountyUnit Number: 21Acreage: 93
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 3,400 6,8001,700 Feet
DNR Ownership
Treatment Area
"42
SR 112
PA-S-1153.7
PA-S-1101
Maintenance
Station Spur
PA-S-1200
PA-S-2600
PA-S-1100 FS-3040
PA-S-1153.5
PA-S-1140
PA-S
-114
2PA-S-1200_540
Four DoorU3 Spur-1
PA-S-1150
PA-S-1100_740
PA-S-2710
BPA-3859
Four Door
U3 Spur-1-2
PA-S
-1200
_103
2
PA-S
-120
0_72
4
Old
PA-S-1150
Maintenance
Wayside Spur
PA-S-1150_294
PA-S
-116
0
PA-S-2610
PA-S-1100FS-3040_3634
PA-S-1141
PA-S
-1153
PA-S-1122
PA-S-1120
1
6
31
36
SAD GERBER U4
PINKELEPHANT U2
SAD GERBER U2
SAD GERBER U1
SADIEU1
T30R10W
T31R10W
T30R09W
T31R09W
¯
Hand SlashingSad Gerber U1-U4, Pink Elephant U2DNR Olympic Region
Clallam CountyUnit Number: 22-26Acreage: 2, 25, 16, 2 and 30
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 1,100 2,200550 Feet
DNR Ownership
Treatment Area
SAD GERBER U3
PA-S-1170
PA-S-1152
PA-S-1153.6
PA-S-1200
PA-S-1153.11
PA-S-1050
PA-S-1140
PA-S
-114
2
PA-S
-115
0_58
25
Sadie Creek
Trail 2
PA-S
-100
0
PA-S-1200_3779
PA-S-1153.2
PA-S
-1153
.1
PA-S-1153.5
PA-S-1059
PA-S
-105
0_33
90
PA-S-1200_7342
PA-S-1160
PA-S-1100 FS-3040
PA-S-1100FS-3040_3634
PA-S-1060
PA-S-1150
PA-S-1141
PA-S-1200_8400
PA-S-1050_3165
PA-S-1200_7051
PA-S
-115
3
BPA-3859
PA-S-1050_635
BPA-3858
PA-S-1153.3
Old PA-S-1150
Sadie Creek Trail
5
7
8
1
12
6
3136SAD GERBER U4
PINKELEPHANT U2
SAD GERBER U2SAD GERBER U1
SADIE U1
SADIE U3
T30R10W
T31R10W
T30R09W
T31R09W
¯
Hand SlashingSadie U1, U3 and Pinke Elephant U3DNR Olympic Region
Clallam CountyUnit Number: 27-29Acreage: 81, 11 and 18
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 2,250 4,5001,125 Feet
DNR Ownership
Treatment Area
PINK ELEPHANT U3
PA-S-1081
PA-S-1082
PA-S
-146
0Sadie Creek Trail 1
PA-S-1080
Sadi
e C
reek
Trai
l 1.1
PA-S-1400
PA-S-1000_25149
PA-S-1400_995
PA-S-1090_4525PA-S-1000_19362
PA-S-1300
PA-S
-159
0
PA-S
-109
0_22
00
PA-S
-141
1PA-S-1091
PA-S-1410
PA-S-1300_4588
PA-S-1000
PA-S
-109
0
Sadie Creek Trail
17
5
9
3
8
16
4
10
SADIE U4
BOUNDARYCR MIX U1
T30R09W
¯
Hand SlashingSadie U4 and Boundary CR Mix U1DNR Olympic Region
Clallam CountyUnit Number: 30 and 31Acreage: 38 and 4
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 1,600 3,200800 Feet
DNR Ownership
Treatment Area
"
"
"
"
_T
4344
46
PA-S-1505
PA-S-1000
PA-S-4000 FS 3079
PA-S-1170
PA-S-1530
BPA-3855 BPA-3853
PA-S-1500
PA-S
-125
0PA-S-1200
PA-S
-146
0
Highw
ay
Alder 3
FS-3
079-
200
PA-S-2600
HighwayAlder 2
Hig
hway
Alde
r 5
PA-S-1100 FS-3040
PA-S-1050
SadieCreekTrail 1
PA-S-1140
Four DoorU3 Spur-1
PA-S-1510
PA-S-1080
Sadi
eC
reek
Trai
l 1.1
PA-S-1400
PA-S-4000FS 3079
PA-S
-270
0
SadieCreekTrail 2
SR 112
PA-S-1200_3779
PA-S-1153.2
PA-S-2555
PA-S
-1153
.1
HighwayAlder 4
PA-S-1010
PA-S-1150_294
PA-S-1059
PA-S-1300
South
Shad
ow A
lder
U3 Spu
r.1
PA-S-1200_7342
PA-S-1590
PA-S-1060
PA-S-1000_323
PA-S-1150
PA-S-1200_8400
PA-S-1050_3165
PA-S-2610
PA-S-1020
PA-S-1091
PA-S-1500_9935
PA-S
-115
3
PA-S-1030
PA-S-1500_9716
BPA-3857
PA-S-1050_6351
PA-S-2600_3023
BPA-3856
PA-S-1410
PA-S-1300_4588
PA-S-1520
SR 112PA-S-2600_3024
PA-S-1070
PA-S-2710
PA-S-1000_26175
PA-S-1153.3
BPA-3858
PA-S-2610_1074
Sadie Creek Trail
15
1817
5
9
33
3
7
30
8
1
16
4
12
29
6
31 32
28
10
36
34SAD GERBER U4
SADIE U4
PINKELEPHANT U2
SADGERBER U2
SADIEU1
SADIE U3
BOUNDARYCR MIX U1
T30R10W
T31R10W
T30R09W
T31R09W
¯
Hand SlashingSadie U4 and Boundary CR Mix U1DNR Olympic Region
Clallam CountyUnit Number: 30 and 31Acreage: 38 and 4
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 4,200 8,4002,100 Feet
DNR Ownership
Treatment Area
FR-S-1000
FR-S-1020
FR-S-1000_26050_1566
FR-S-1000_26050
FR-S
-140
0
FR-S-1300
2930
CHUM U5
T32R13W
¯
Hand SlashingChum U5DNR Olympic Region
Clallam CountyUnit Number: 32Acreage: 95
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 660 1,320330 Feet
DNR Ownership
Treatment Area
"
"
"
W
WW
WW WW
WW
W
WW
WW W
W
WW
W
W
W WWWW
WW
W
WWWWWWW
W
WW
W
W
WWWW
W
W
WW
W
W
W
W W
W
W
W
WW
W
W
WW
W
W
WW
WW
W
W
W
W
W
W
W
W
W
WW
W
WW
W
W
W
WWW
W
WW
W
W
WW
WW
W
WW
W
WW
WW
WW
W
W
W W
W W
11
12
10
630
CP-1100
FR-S
-102
0
FR-S
-125
0
FR-S-1256
FR-S-1000_12636
FR-S-1200
Hoko Ozette Rd
FR-S-1322
FR-S-1003
FR-S-1320
FR-S-1252
CP-1170
FR-S-1350
FR-S-1254_3637
Sekiu River Rd
FR-S-1251
FR-S-1257
CP-2000
CP-2000_7885
FR-S-1016
CP-2200
_222
3
FR-S
-100
0
FR-S-1018_480
FR-S-10
01
FR-S-1015
FR-S-1000_5200
FR-S
-131
0
SR 112
FR-S-1256_1187
FR-S-1255
FR-S
-125
4
FR-S-1300
FR-S-1000_26050
FR-S-1000_28252
CP-2200FR-S-1018FR
-S-1400
FR-S-1005_4158
FR-S
-136
0
FR-S-1017
FR-S-1005
FR-S-1000_9838
CP-
1100
_374
5
CP-1110
CZ-1000
FR-S-1003.1
FR-S-1000_7240
FR-S-1000L
12
21
27
13
20
28
10
25
24 19
29
18
22
8
1517
16
9
30
7
CHUM U5
T32R14W
T32R13W
¯
Hand SlashingChum U5DNR Olympic Region
Clallam CountyUnit Number: 32Acreage: 95
Contract 3005 Hand Slash Contract
RoadPublic Survey Lines
0 3,800 7,6001,900 Feet
DNR Ownership
Treatment Area
Washington State Department of Natural Resources ▪ IFB # 3005 Exhibit 1 Draft Contract Page 20 of 20 Template Revised: 1/13/2021
SECTION III: CONTRACT SIGNATURES PAGE IN WITNESS WHEREOF, the parties have executed this Agreement. CONTRACTOR STATE OF WASHINGTON DEPARTMENT OF NATURAL
RESOURCES
Signature Date Signature Date
Mona Griswold Name Name
Region Manager Title Title 411 Tillicum Ln Forks, WA 98331 Address Address
360-374-2800 Telephone Telephone