HomeMy WebLinkAbout4.568 Original Contract
PROJECT MANUA
4. 5 lP8
ORIGINAL
#1
for
DOWNTOWN WATER MAIN PHASE III
PROJECT NO. 00-19
CITY OF PORT ANGELES
WASHINGTON
AUGUST 2007
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
prez C IJk
Project Engineer
PW 0407_01 Part01 [Revised 04/06]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
/\
.....\
CITY OF PORT ANGELES
NOTICE OF AWARD
September 5,2007
TO. IMCO General Construction, Inc.
Attn' Mr. Frank Imhof
4509 Guide Mendlam
Bellingham, WA 98226-9193
PROJECT Descnptlon' Downtown Water Main Phase III, Project No. 00-19
The Owner has considered the bid submitted by you for the above descnbed work in response to its
Advertisement for Bids dated August 27,2007
You are hereby notified that your bid, including Alternate No.1, has been accepted for items in the amount
of $2,418,736.99, including tax.
You are required, as stated In the Information for Bidders, to execute the contract and furnish the required
Contractor's Performance and Payment Bond and Certificates of Insurance within ten (10) calendar days from the
date of this notice to you. Two copies of the contract are enclosed for your execution and return.
If you fall to execute said contract and to furnish said bonds within ten (10) calendar days from the date of
this Notice, said Owner will be entitled to consider all of your rights anslng out of the Owner's acceptance of your
bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be
granted by law.
You are required to return an acknowledged copy of thiS Notice of Award to the Owner.
Dated this 5th day of September, 2007
CITY OF PORT ANGELES
By Stvitw ~~
Title Citv Enqineer
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award IS hereby acknowledged thiS 14-tl. day of S
.bv:;
ATURE
Print Name C-ottV-t rvL 0
Title r ..1lIf'OYocl:l See\" drw.j
Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: Eric Walrath,
Assistant Civil Engineer/Project Manager
cc: City Clerk
N.\PROJECTS\OO-19 Downtown WaterMaln Phase 3\14 Award\Award wpd
I
I
I
TABLE OF CONTENTS
DOWNTOWN WATER MAIN PHASE III
PROJECT NO. 00-19
PART I BIDDING REQUIREMENTS:
I. . Paqe No(s).
Advertisements for Bids.............................................................................. .................. 1-3
Information for Bidders................................................................ ................ .................. 1-4
I Bidder's Checklist............. .............................. .......................... ................ ..................... 1-5
Non-Collusion Affidavit.... ............... ........ ......................................................... .............. 1-6
Bidder's Construction Experience....... ................ ...... .................................................... 1-7
I Li.st of Proposed Subcontractors................................................................................... 1-8
Bid Form.................. ............................ ........................................................ ........... ..1-8-12
I Bid Security Transmittal form I Bid Bond. ................... ........................ ................... ...... 1-13
PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
I Contra ct................................................................................................... ..11-1-8
Performance and Payment Bond................................... .. . . . . . . . . . . . . . .. . .. . .. . ... . . . . . .11- 9
I Escrow Agreement for Retained Percentage......................................................11- 10
Certificate of Insurance..................................................................... [provided by bidder]
I PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS
PART IV ATTACHMENTS
I
I
I
I
I
I
I
I
A. Washington State Prevailing Wage Rates for Clallam County
B. Request For Information (RFI) and Construction Change Order (CCO) Forms
C. Request for Acceptance of Materials
D. Contractor's Application for Payment Form
E. Request to Sublet, Contractor and Subcontractor Certification Form
F. Amendments to the Standard Specifications
G. Applicable Permit( s)
H. Project Plans (40 pages)
I PW 0407_01 PartO 1 [Revised 04/06]
1- 1
I
ADVERTISEMENT FOR BIDS
DOWNTOWN WATER MAIN PHASE III
PROJECT 00-19
I
City of Port Angeles
I
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington
98362, until 2:00pm, August 27,2007, and not later, and will then and there be opened and publicly read at that time in the Engineering
Conference Room for the construction of the following improvements:
I
The work consists of the replacement of existing and the construction of new water lines of the following types:
Approximately 500 If of 6" ductile iron (01) water main, 2500 If of 8" 01 water main and 1200 If of 12" 01 water main.
The work also includes filling of some hollow sidewalk areas with structural fill, electrical work related to street lighting,
reconstruction of structurally supported sidewalk, and replacement of some existing utilities in the hollow area. Sidewalks
in the areas of waterline construction will be resurfaced with sidewalk pavers or standard concrete sidewalk. . The work is
located In the City of Port Angeles downtown business area.
The engineer's estimate for this project is $2.0 to $3.0 million. The time of completion (performance period) for this Project is 90 working
days.
I
I
I
Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc. at
http://www.bxwa.com.Click on: "Posted Projects", Public Works", "City of Port Angeles". Bidders are encouraged to "Register as a
Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders Lisf. Contact Builders
Exchange of Washington at (425-258-1303) should you require further assistance. Informational copies of any available maps, plans and
specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360-417-4700).
I All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement and in the Project Manual and
said bids shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port
Angeles in the amount of five percent (5%) of the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety
authorized and registered to issue said bonds in the State of Washington. The bond shall specify the surety's name, address, contact and
phone number, and shall include a power of attomey appointing the signatory of the bond as the person authorized to execute it. Should the
successful bidder fail to enter into the Contract and fumish satisfactory performance bond within the time stated in the Information for
Bidders, the bid deposit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds will not be accepted.
I
I
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be
discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or
subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have
contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as
potential subcontractors and material suppliers for this project.
I
I
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and
the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids received. Subject to the foregoing, the bid
may be awarded to the lowest responsible bidder. When awarded the Contract, the successful bidder shall promptly execute the Contract
and shall furnish a bond of faithful performance of the Contract in the full amount of the Contract price.
Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date and time, the project name and
number as it appears in this advertisement and the name and address of the bidder. Bids shall be addressed to the Director of Public
Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362.
I
I
Glenn A. Cutler, P .E.
Director of Public Works & UtJlitles
I
Publish: Peninsula Daily News 8/05/07 and 8/12/07, Daily Joumal of Commerce 8/06107
Copy to: NPBA
I
I
I
I
PW 0407_01 PartO 1 [ReVIsed 04/06]
1- 2
I
INFORMATION FOR BIDDERS
I Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362,
until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly
opened and read aloud.
I
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a
sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the
ADVERTISEMENT FOR BIDS.
I Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled
in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is
I required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a
sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check,
postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be
considered unless accompanied by such bid deposit.
I The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time
for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No
bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is
I delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and
the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect
I to re-advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder.
The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed
within the time as stated in the Advertisement for bids.
I The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder
shall fumish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject
any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is property qualified to carry
lout the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to
the lowest responsible bidder.
The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within
I ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the
Owner, specify the name, contact phone, and address of the surety, and shall include a power of attomey appointing the signatory of the
bond(s) as the person authorized to execute it (them).
I The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the
Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the
property of the Owner.
I The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party
to whom the Contract was awarded, will sign the Contract and retum to such party an executed duplicate of the Contract. Should the Owner
not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will
be effective upon receipt of the notice by the Owner.
I
The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons
why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and
Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon,
I the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules
and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout.
I
I
I
I PW 0407_01 PartO 1 [Revised 04/06]
1- 3
I
I
I'
_.
I.
f:
1.-
I'
8.
I.
1- }
BIDDER'S CHECKLIST
Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the
form of a postal money order, cashier's check or other security and filling out the part of the form
above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of
the form below the words "Bid Bond"?
Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid?
Have the bid forms been properly signed?
Do the written amounts of the bid forms agree with the amounts shown in figures?
Have you bid on all items?
If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form?
Has the non-collusion affidavit been properly executed?
Have you shown your contractor's state license number on the Bid Form?
Have you listed all proposed subcontractors that you will use for the project on the Listing of
Proposed Subcontractors form?
Have you filled out the Bidder's Construction Experience form?
Ihe following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
I
I
I
I
I
I
I
8.
Performance and Payment Bond - To be executed on the form provided by Owner, by the
successful bidder and its surety company. To include name. contact and phone number,
and address of surety and power of attorney of sionatorv.
C.
Insurance certificate( s).
I 0407_01 PartO 1 [Revised 04/06]
1- 4
I
I
ITATE OF WASHINGTON
JOUNTY OF Whatcom
I
NON-COLLUSION AFFIDAVIT
o
)
)
)
The undersigned, being first duly swom on oath, says that the bid herewith submitted is a genuine
~nd not a sham or collusive bid, or made in the interest or on behalf of any person not therein named;
nd (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on
e above work or supplies to put in a sham bid, or any other person or corporation to refrain from
iidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an
Idvantage over any other bidder or bidders.
IUbSCribed and sworn to before me this 2.. ~ '"'-day of
I
I
I
I
I
I
I
I
I
I
L 0407_01 PartOJ rRevist:d 041061
,2001
0'"
\,,,,,!
Not9ubliC in nd for the
State of was~Qton~ A
Residing at >\Cl..L>>UL) W
My Comm. Exp.: 5- \$- 0<6
,{i"."'f"'f'h""
I( .~':J
\:.:.y.l/
J- 5
* Add separate sheets if necessary.
Irhe undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the
City of Port Angeles.
IDate: August 24. 2007
I
I
12.
13.
4.
5.
16.
I
17
18.
11~.
I
111.
112.
I
13.
I
I
I
I
BIDDERtS CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
Name of bidder: IMCO General Construction, rnc.
Registration Number: IMCOGltr215R1
Permanent main office address:4509 Guide Meridian. Bellingham, tiTA 98226
When organized: April 17, 1978
Where incorporated: Bellingham, WA
How many years have you been engaged in the contracting business under your present firm name? 29 year!':
* Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated
dates of completion), contact name and phone number.
Please see the attached Current Projects Li!:;t
* General character of work performed by your company: General Heavy Construcf"i on Pun 1 i (' Works
Roadwork. earthwork. wastewater treatment plants. landfill!':, pf"('
* Have you ever failed to complete any work awarded to you? No
If so, where and why? N / A
* Have you ever defaulted on a contract? No
* List the more important projects recently completed by your company, stating approximate cost for each, the month
and year completed, contact name and phone number.
Please see the attached PRoject Resume
* List your major equipment available for this contract: Please see the attached IMCO Equipment
List
* Experience of bidder in construction Similar to thiS project In work and Importance: 29 years
Will you, upon request, fill out a detailed financial statement and furnish any other information that may be reqUIred
by the City? Yes
Bidder's Signature:
Print Name. Frank Imhof
Title: President
17_0 J PartO 1 [Revised 04/06)
I ~ 6
I
I
I
Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
r'~
(' )
~,:,:../
To Be Submitted with the Bid Proposal
I Project Name Downtown Water Main. Phase 3
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
I conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28
RCW will result in your bid being non-responsive and therefore void.
I Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning,
plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must
be listed below. The work to be performed is to be listed below the subcontractor(s) name.
Ilf no subcontractor is listed below, the bidder acknowledges that it does not intend to use any
subcontractor to perform those items of work.
ISubcontractor Name \""""-..0
Work to be Performed Heating
I
ISubcontractor Name
Work to be Periormed
I
ISubcontractor Name
Work to be Performed
I
ISubcontractor Name
Work to be Performed
I
ISubcontractor Name
Work to be Periormed
I
I
lw 0407_01 PartO 1 [Revised 04I06J
\~<-(O
Ventilation
O,t"."1
~., j
\J',,;,-k
\ M..c.. ~
Air-Conditioning
~LO
Plumbing
~~~c:...
Electrical
[f'~
(t, l\
~ A
j
I
I
h
f
IJ
1- 7
I
I
BID FORM
Page 1 of 5
IHonorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
IPort Angeles, W A 98362
BIDDER: IMCO General Construction
IDA TE:
REGISTRATION NO.: IMCOGI*215R1
August 24, 2007
UBI NUMBER: C600-320-655
the undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are
hose named herein; that the bid is in all respects fair and without fraud; and that it is made without any
connection or collusion with any other person making a bid on this project.
the bidder further declares that it has carefully examined the plan, specifications, and contract
documents, hereinafter referred to as the Project Manual, for the construction of the proposed project
Improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and
quantities of materials, the types of equipment, the conditions of the work involved, including the fact that
tthe description of and the quantities of work and materials, the types of equipment, the conditions of and
he work involved as included herein, are brief and are intended only to indicate the general nature of the
ork and to identify the said quantities with the corresponding requirements of the Project Manual; and
l4-h'1.t this bid is made in accordance with the provisions and the terms of the Contract included in the
Jject Manual.
:rhe bidder further agrees that it has exercised its own judgment regarding the interpretation of surface
Information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also
referred to as the City or Owner, and such other source of information as it determined necessary in
(iving at its conclusion.
e bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF
{ROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work:
~f the bidder is awarded a construction contract on this bid, the name and address of the surety who will
frovide the performance bond is:
Fidelity & Deposit Co. of Maryland Bratrud Middleton Insurance
I'urety Agent
~99 3rd Ave., Suite 3350,Seattle, WA 98401 PO Box 2990, Tacoma, WA 98401
a>urety address Agent Address
"Steve Lepere (206) 346-2640 Eric Zimmerman (253) 759-2200
Surety Contact and Phone Number Agent Contact and Phone Number
I
I
Iw 0407_01 PartOIlReviscd 04/06J
T- 8
Minor Change
Spill Prevention Control/Containment Plan
Mobilization
Temporary Traffic Control
Construction Signs Class A
Remove Cement Concrete Curb and Gutter
Remove Cement or Asphalt Concrete
7 Sidewalk
8 Remove Existing Tree
Remove Cement Concrete Sidewalk and
Supports
Remove Cement Concrete Pavement
Remove Asphalt Concrete Pavement
Remove Fence
Remove Existing Catch Basin
Roadway Excavation, Incl. Haul
Structure Excavation Class B, Incl. Haul
Controlled Density Fill
Gravel Base
HMA CI. %U PG 64-22
Remove and Replace Wooden Stairs
Solid Wall PVC Storm Sewer Pipe 3 In, Diam
Solid Wall PVC Storm Sewer Pipe 8 In. Diam
Catch Basin w/Curb Inlet Frame and Grate
Concrete Inlet and Solid Cover
Type I Catch Basin and Slotted Grate
Abandon EXisting Manhole
Downspout Drain
Resetting ExistinQ Hydrant
Inlet Protection
Structural Soil
Ductile Iron Tree Grate
Cement Cone. Barrier Curb
Concrete Unit Paver Sidewalk
Cement Conc. Drivewav
Chain Link Fence Type 6
Cement Conc. Sidewalk
Cement Concrete Sidewalk Ramp
Illumination System
Sign Relocation
Plastic Crosswalk Line
Plastic Stop Line
Plastic Traffic Letter ,
42 Removing Plastic Crosswalk Line
I rw 0407_01 PartOllRevised 04106J
I
I
I ITEM
I ~
3
I~
6
I
I
I
I
I
I
I
I
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
III 28
II 29
~ 30
It ;~
33
Il ~:
36
I~ ;~
39
I~ :~
Schedule A
Sales Tax Included in Unit Bid Prices
DESCRIPTION
I - 9
BID FORM
Page 2 of 5
SPEC.
SECTION
1-04
1-07
1-09
1-10
1-10
2-02
2-02
2-02
2-02
2-02
2-02
2-02
2-02
2-03
2-09
2-09
4-02
5-04
6-04
7-04
7-04
7-05
7-05
7-05
7-05
7-05
7-15
8-01
8-02
8-02
8-04
8-05
8-06
8-12
8-14
8-14
8-20
8-21
8-22
8-22
8-22
8-22
QTY.
5
1
1
1
41
2150
2200
31
1200
370
370
400
5
200
60
60
350
100
2
20
200
7
2
2
3
8
1
2
200
24
2250
2150
235
120
1000
17__
1
2
900
60
4
800
/'.-~
C;
UNIT
Each
LS
LS
LS
SF
LF
UNIT PRICE
Dollars Cents
5000 OC
~OO 00
~'JO._ CIIlt
; V.\ 1..00 C)o
4{') 00
I 30
AMOUNT
Doll ars Cents
25000 00
~OO 00
'U-O,o=. !:O
\4 L,{)Q 00
I. , ()40 DC)
is:<O%' 00
SY ,~O to cd.o.())O 00
Each \ ~ ~ DC 6,1,"2J5 on
Sy I \t> AiD ~.~ 00
SY JI[ ~o \~~,~ 00
SY ,,.. ~ to}lafl 00
LF 6" Clo 23lDo DO
Each l.o5O CO I.~.'ZED oc
CY ILa (ot)::i.7.2o CO
CY ?~ .~ to9cx 00
CY ....C Of) JI..CCO ..
TON -zoo <&0 1-. ~ ..
TON 2.ItO 0::. ~&CII:O ee
Each OOD C)O 4.000 00
LF ('2J. 00 ":.'&~ ctC)
LF ~.. IJ..~ oC
Each L 1.= ~ f> 0
Each ".Ou.. ~;eco ec
Each 1-\.1.eO oe:. "'l~~ ~
Each .FiOO 00 -4.600 DC)
Each .,c::;,-., (){) 11';, N"\O DO
Each~"oo .e. T.'" ..
Each ~.O 00 . '2.'tIC .0
Tone ~) f!JO ft ~ ecc ClO
Each 7~ ro (X) fnL <i\CO 00
LF ~ .6~" ta_ ~
SY ~ eo "'~:lMCI) 00
SY .~o. ca U:Kc 0"
LF 2.2. 00 l.1iaO CO
SY -6r"'f OC ~.OCC ..
Each ~'O 00 10.0\0 .~
LS Ni.- w. ~.- eo
Each ?;2S' CD (OS 0 00
SF U, 00 ~O~ tQ
LF IJ f\.. ~ LC>-4bQ 0::>
Each ,,~ ~ - ... ... o.
SF <.A CS 0 '.,.~ 4tQ
.
0':'-""'1
~ "
""<f,, fl1i"u
~ "I
&tl't.
6/2,1101
'U~'~ -.,
^ \
t: ..:., ,d
I
I
ITEM
43
44
45
I
I
BID FORM
Page 3 of 5
Schedule A Continued
Retail Sales Tax Included in Unit Bid Prices
SPEC.
SECTION
8-27
8-27
8-27
UNIT PRICE AMOUNT
QTY. UNIT Cents
15500 SF .0
330 LF 00
2500 Ton eo
1 LS ~
---
1 LS ~ .0 ~'.CIIID eM
46
DESCRIPTION
Modular Concrete Retainin Wall
Fence on Modular Concrete Retainin Wall
Modular Concrete Retaining Wall Backfill
Laurel Street Historic Reconstruction and
Structural Upg!ade~_.
Protection of Owest Lines on Laurel Street
Between Front and First Streets
8-30
8-30
47
Schedule B
Retail Sales Tax on Total Bid
Total Schedule A $-'\U"91!l.J'10 .d)
l LPt)~ Z4~ 0 D~ ~
\ \ ~C!tJ
f~ It?) f;<:'f
SPEC. UNIT PRICE AMOUNT
I ITEM DESCRIPTION SECTION QTY. UNIT Dollars Cents Dollars Cents
50 Minor Change 1-04 1 Each 5000 00 5000 OC
-
51 Mobilization 1-09 1 LS ~$c:Jo CIC ~.ClCC .0
II 5~ !Temporary Traffic Control 1-10 1 LS 1.Cl 00 00 ll. ~ 00 f"r.'
Construction SiQns Class A 1-10 164 SF 2-2 co 13.lneg 00
54 Ductile Iron Pipe for Water Main 6 In. Diam. 7-09 550 LF ":k!. .. I.. ___ .0
II ~~ Ductile Iron Pipe for Water Main 8 In. Diam. 7-09 2500 I LF If\. "I~- 00
Ductile Iron Pipe for Water Main 12 In. Diam. 7-09 1200 LF '''' eo 11#-"........ ..
IJ ;~ Gate Valve 6 In. 7-12 1 Each ,~ o~ 't'Mio ..
Gate Valve 8 In. 7-12 6 Each ~eo" \ ....0=.: Qc.I
59 Gate Valve 12 In. 7-12 4 Each 1.~ _ '1.t.oa .0
60 Hydrant Assembly 7-14 6 Each I" I-'Il\ oe · .-....0 ..
- ... "&-1.'
II 61 Service Connection 1 In. Diam. 7-15 18 Each ~~ce CIIa "r. """'" ..
~ 62 ------- 16--Each- '.100 -.0 li.:ke~ ..
Service Connection 2 In. Diam. 7-15
II ~~ Reconnect 6 In. Fire Service 7-15 I 5 Each ~...~ eeU.eo40 O.
Reconnect 8 In. Fire Service 7-15 I 2 Each 11II IA,.,. cao 4Q' .faNl ~
65 Fire Service 4 In. Diam. 7-15 11 Each II ~ ... ~.. ~ ..
.. 66 PVC Sanitary Sewer Pipe 8 In. Diam. 7-17 310 LF 1II,'h eo I'~.~ .
II 67 Sewer Cleanout 7-19 3 Each I~ ~ eQ .. "2~ .
68 Inlet Protection 8-01 14 Each (0. eo ...- o.
f'" rD
I
I
I
Subtotal i30':J .eco~ .00
Washington State Sales Tax (8.4%) $ ~~ I ~C\. ~
Total Schedule B L3<'~1 p..r:}-. \~~
Total Schedule A + Total Schedule 8 .$,-'ll~-C,.I.~b1-' =b'
~d4Lo11 ~0l, sq ~.
T- 10 t?1t(,.
1Jlnlp>{
t0407_01 PartOl [Rcvised04/06]
I
I
I
l,TEM
54
I 55
56
70
I 71
72
I
I
I
I
I
I
I
I
I
I
I
I
Alternate No. 1
Retail Sales Tax on Total Bid
BID FORM
Page 4 of 5
DESCRIPTION
Ductile Iron Pi e for Water Main 6 In. Diam.
Ductile Iron Pi e for Water Main 8 In. Dlam.
Ductile Iron Pi e for Water Main 12 In. Diam.
pve Pi e for Water Main 6 In. Diam.
pve Pi e for Water Main 8 In. Diam.
pve Pi e for Water Main 12 In. Dram.
SPEC.
SECTION
7-09
7-09
7-09
7-09
7-09
7-09
Ipw 0407_01 PartO I fRevllied 04/06]
QTY.
-550
-2500
I -1200
550
12500
AMOUNT
UNIT
LF
LF
LF
LF
LF
Washington State Sales Tax (8.4%) $
Total Alternate No.1 $
1- 11
o
~
00
..
o
<<\0
VlJ
I
I
BID FORM
Page 5 of 5
I"\&JDENDA ACKNOWLEDGMENT
Irhe bidder hereby acknowledges that it has received Addenda No(s). ~ to this-Project
Ilvtanual. The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the Contract shall be sent, are listed below.
iidders firm name IMCO General Construction. INc.
fomPlete address
ITe/ephone No.
~igned by
trinted Name:
4509 Guide Meridian
(Street address)
WA
(State)
98226
(Zip)
totes: (1) If the bidder is a partn rship, so state, giving firm name under which business is transacted.
(2) If the bidder is a corporation, this bid must be executed by its duly authorized officials.
Title President
I
I
I
I
I
I
I
I
I
I
t0407_01 P,utOI [Revist:u04/06]
1- 12
I.' 'j
,"
I
I
1
I
',~
~
BID SECURITY TRANSMITTAL FORM
Herewith find an executed Bid Bond or a deposit in the form of a cashier's check. postal money order or other security in lieu
of a bid bond in the amount of $ . which amount is not less than five
(5%) percent of the total bid.
SIGN HERE
BID BOND
KNOW ALl MEN BY THESE PRESENTS: F . d l't d D l't
IMGO,.GeneraT 1 e 1 y an epos
I Thatw8. Construction, Inc. as Principal and Company of Maryland p,s..5urelll, are hekkand f{mly bound unto
the CITY OF PORT ANGELES asObfigee, In lhe penal sum of l'lve t'ercen~ pl.) ot .l:$ld' oun
Dollars, for the payment of which the Principal and lhe Surety bind themselves, their heirs, executors, administrators,
I successors and assigns, jointly and severally, by these presents.
The condition of this obligation Is such that if the Obligee shall make any award to the Principal for:
I
DOWNTOWN WATER MAIN PHASE III
PROJECT 00"19
I according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the
Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with
Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee
?enal amount of the deposit specified in the advertisement for bids. then this obligation shall be nul[ and void; otherwise it
I J be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and
liquidated damages, the amount of this bond.
27th1~"~$e.~ August 07
IMCO SIGNED.,SEALED ANDtDATEDITHIS .~;\dqYrOf, iI"f. .20_.
I ' Genera.L ""Consl:ruc lon, nc ,," ~ ,..... ,,'VJ"07"r-, '"
....~ ~."l"''' ,'f'!UU~3".., ~T/~,p
". ,.' no n,. 0;.(.: ~
, .} ( :'''_~';'O~r -l?4n.. ~.~"",
Q, :.r.,. r~ "!l
;' :; ~.. ~:: r:., ~ \ 6 ~~
Principal F ank Mhof, PResiden: 9f ~1-o<= Ijt\\~ ~
I Fid lity and Deposit' ComR ~ 6f!Mar;Y;1ft6'!, E ~ ~ .
,........ <; C' '1\, ~"'\~ Bnfyrud Mlddleton Insurance
Surety Karen Swanson, AttorneY-'~nf:F'a..~~[I ?rA9.~lil O.l
I (e: 4 ~ ~'Jl'nf;"I}~~"\' ""2~t I:)~ . f' AS' 1000
999' 3rd' Ave, Suite 3350 "<,tf.P';\!'~~"'\];.:'9> PaCl lC ve., ulte
Seattle" WA 98104 ' , Tacoma, WA 98402-4321
I Surety address Agent Address
Steve Lepere 206 346-2622 ~aren Swanson 253 759-2200
Surety Contact and Phone Number
I
Agent Contact and Phone Number
IDated:
Received return of deposit In the sum of $
I
Iw 0407_01.PartDl (Revised 04106]
I. 13
I
1-
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. ~.
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUAL TV AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporatIOns o~the S ~aryland, by FRANK E.
MARTIN JR., VIce PresIdent, and GREGORY E. MURRAY, AssIstant Secreta In ~ )~thonty granted by
ArtIcle VI, SectIOn 2, of the By-Laws of said Compames, whIch~re se ~~ se SI fand are hereby
certIfied to be m full force and effect on the date hereof, doe i'n'a'te; co M ric A.
ZIMMERMAN, Kip W. VANDEVENTER, J ~a <> acy CUTBIRTH, Joanne
REINKENSMEYER, Vicki POLLY S , nn ~ ennifer SNYDER, all of Tacoma,
Washington, EACH Its ~~~nd - t, 0 make, execute, seal and dehver, for, and on Its behalf
as surety, and as Its ~~~~~ alfJi~ undertakings, and the executIOn of such bonds or undertakmgs m
pursuance of these p'ofs~, s l~\i&[i\\~lllg::rrpon Said Compames, as fully and amply, to all mtents and purposes, as If
they had been duly e ~UM~ledged by the regularly elected officers of the Company at ItS office m BaltImore,
Md, m theIr own pr r rsons. ThIS power of attorney revokes that Issued on behalf of Enc A. ZIMMERMAN, KIp W.
VANDEVENTER, James B. BINDER, Karen SWANSON, Stacy CUTBIRTH, Joanne REINKENSMEYER, Vicky POLLY,
Bonny SMITH, Anne STRIEBY, JennIfer SNYDER, dated January 31, 2007.
The saId ASSIStant Secretary does hereby certify that the extract set forth on the reverse SIde hereof IS a true copy of Article VI,
Secnon 2, of the By-Laws of said Compames, and IS now m force.
IN WITNESS WHEREOF, the Said Vice-President and ASSIstant Secretary have hereunto subscnbed their names and
affixed the Corporate Seals of the Said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY, this 12th day of February, A.D. 2007.
ATTEST.
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
12_jJ~-(- < /1/11-ky
~ - () (-)
~jZH<<iCd
By:
Gregory E. Murray Assistant Secretary Frank E Martm Jr
Vice President
State of Maryland } ss:
CIty of Balnmore
On thiS 12th day of February, A.D. 2007, before the subscnber, a Notary Pubhc of the State of Maryland, duly
comrmssIOned and quahfied, came FRANK E. MARTIN JR., VIce President, and GREGORY E MURRAY, ASSIstant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, to me personally known to be the indlVlduals and officers described m and who
executed the precedmg mstrument, and they each acknowledged the executIOn of the same, and bemg by me duly sworn,
severally and each for hImself deposeth and saIth, that they are the Said officers of the Compames aforesaid, and that the seals
affixed to the preceding mstrument IS the Corporate Seals of Said Compames, and that the said Corporate Seals and their
SIgnatures as such officers were duly affixed and subscnbed to the Said mstrument by the authonty and drrectIOn of the said
CorporatIOns. '
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my OffiCial Seal the day and year first above
wntten.
\\\111I11/1/
\.",~\ (~~j~:.~l~/'r:
~ '=....H(lt "':<.~
~ ! ( /~~/\~S
~ t. : ( !"':~
-;}~;t(, ": ~
-:,t... {'IIC. "'('':'
"'1'11~.q c'611"~~'~
III"IIH\\\
~D(jo,,~
Mana D Adamski Notary PubZzc
My ComrmssIOn Expires: July 8, 2007
POA-F 180-2849
.~
- .'
-I
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
I
"ArtIcle VI, Section 2 The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Seruor
Vice-Presidents or Vice-Presidents specially authonzed so to do by the Board of Directors or by the Executive COnlIUlttee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretanes, to appomt ReSident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-m-Fact as the busmess of the Company may reqmre, or to
authonze any person or persons to execute on behalf of the Company any bonds, underta~mg, recogruzances, stipulations,
pohcies, contracts, agreements, deeds, and releases and aSSignments of judgements, decrees';'mortgages and mstruments m
the nature ofmortgages,...and to affix the seal of the Company thereto."
I
I
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
I
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Seruor
Vice-Presidents or Vice-Presidents specially authonzed so to do by the Board of Directors or by the Executive Comnllttee,
shall have power, by and With the concurrence of the Secretary or anyone of the Assistant Secretanes, to appomt ReSident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the busmess of the Company may requrre, or to
authonze any person or persons to execute on behalf of the Company any bonds, undertakmg, recogruzances, stipulations,
pohcies, contracts, agreements, deeds, and releases and aSSignments of Judgements, decrees, mortgages and mstruments m
the nature ofmortgages,...and to affix the seal of the Company thereto"
I
I
I
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF -MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregomg Power of
Attorney is still m full force and effect on the date of thiS certificate; and I do further certify that the Vice-President who
executed the Said Power of Attorney was one of the additional Vice-Presidents speCially authonzed by the Board of Directors
to appomt any Attorney-m-Fact as proVided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
ThiS Power of Attorney and Certificate may be Signed by facslIUlle under and by authonty of the followmg resolutiOn of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meetmg duly called and held on
the 10th day of May, 1990 and of the Board of Drrectors of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at a meetmg duly called and held on the 5th day of May, 1994
RESOLVED' "That the faCSlTIllle or mecharucally reproduced seal of the company and faCSlTIllle or mecharucally
reproduced Signature of any VIce-President, Secretary, or ASSIstant Secretary of the Company, whether made heretofore or
hereafter, wherever appeanng upon a certIfied copy of any power of attorney Issued by the Company, shall be vahd and
bmdmg upon the Company With the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscnbed my name and affixed the corporate seals of the saId Comparues,
I
I
I
I
I
thIs~daYOf~~t
, W1
I
./
,~
~}),~
I
ASSistant Secretary
I
I
I
I
- -
- -
- - --
- -
-
- -
- -
-
- -
-
IMCO General Construction Current Workload
Award Date
Owner
Contact
Project
Engineer
Contact
Amount
Super.
Completion Date
12/5/2006 REC Solar Jim Flores FBR Building Complex & Area 12 Fluor Charlie Clark $6,202,812
Grade Silicon 509-766-9309 Compressors, Concrete & U1G Corporation 949-349-3090
Rick Knowles 9/30107
1/26/2007 REC Solar Jim Flores Concrete, UG Piping, Electric Duct Fluor Charlie Clark $9,395,475
Grade Silicon 509-766-9309 Banks in Process Area Corporation 949-349-3090
Kirt Chatterton 8/31/07
5/10/2007 REC Solar Jim Flores Control BUilding Fluor Charlie Clark $2,624,326
Grade Silicon 509-766-9309 Corporation 949-349-3090
Steve Lindstrom 9/30107
5/15/2007 REC Solar Jim Flores Pond Management & Sump Seg. Fluor Charlie Clark $1,968,557
Grade Silicon 509-766-9309 Corporation 949-349-3090 Rick Knowles 1/30/08
4/27/2007 WSDOT Chris Damltio SR 539-Horton Rd. to Ten Mile Rd Same as Same as Owner
Engineering 360-788-7403 Project Owner $31,466,232
Jeff Barcott 5/1/09
3/13/2006 WSDOT Chris Damltio SR 543- 1-5 to International Same as Same as Owner $28,315,136
Engineering 360-788-7403 Boundary Widening and Border Owner KELLY BROWN
Crossing Improvements 4/31/08
":....r
"":;..c-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
IMCO GENERAL CONSTRUCTION, INC.
PROJECT LIST
AWARD DATE COMP.DATE OWNER CONTACT 1 PROJECT ENGINEER CONTACT 1 CONTRACT CHANGE REVISED
PHONE NO. PHONE NO. AMOUNT ORDERS CONTRACT SUPER
AMT.
5/10/2007 In Progress REC Solar Grade J un Flores Control Bulldmg Fluor Charhe Clark $2,624,326 N/A
Silicon 509-766-9309 Corporanon 949-349-3090 KIRT
CHATTERTON
5/15/2007 In Progress REC Solar Grade Jun Flores Pond Management & Sump Seg Fluor Charhe Clark $1,968,557 N/A
Silicon 509-766-9309 Corporanon 949-349-3090 KIRT
CHATTERTON
4/27/2007 In Progress WSDOT Engmeenng Chns Darnino SR 539-Horton Rd. to Ten Mlle Rd Same as Owner Same as Owner N/A
360- 788- 7 403 Project 31,466,232.00 JEFF BARCOTT
1/26/2007 In Progress REC Solar Grade Jim Flores Concrete, UG Pipmg, Electnc Duct Fluor Charhe Clark $9,395,475 N/A
Silicon 509- 766-9309 Banks m Process Area Corporanon 949-349-3090 RICK KNOWLES
12/5/2006 In Progress REC Solar Grade Jun Flores FBR BUlldmg Complex & Area 12 Fluor Charhe Clark $6,202,812 r/N/A
Silicon 509-766-9309 Compressors, Concrete & UIG Corporanon 949-349-3090 Steve Lindstrom
11/2/2006 7119/2007 REC Solar Grade Jun Flores REC Underground Frrewater Loops Fluor Charhe Clark $1,231,733 N/A
Silicon 509-766-9309 Corporanon 949-349-3090 RICK KNOWLES
10/24/2006 6131107 M:Kov,lnc Bnckyard Cottages Project M.Kov,Inc Ted MischaIkov $625,000 N/A
Ted MischaIkov 360-734-7755 JEFF BARCOTT
360.734.7755
9/13/2006 7/19/2007 REC Solar Grade REC Concrete Work Fluor Charhe Clark $1,524,333 N/A
Silicon J un Flores Corporanon 949-349-3090 KIRT
509-766-9309 CHATTERTON
8/8/2006 8/14/2006 Alcoa, Inc. 412-553-4545 Alcoa Passage 16 North Fluor B W Thompson $20,952 $0 $20,952
Corporanon 864-281-4150 ROGER SNITIL Y
8/2/2006 Open for REC Solar Grade John P Hill Site Preparanon & Underground Fluor Charhe Clark $1,851,920 N/A
change Sllicon 509- 766-9309 Storm Dram Corporanon 949-349-3090 KIRT
orders CHATTERTON
7/7/2006 7/14/2006 REC Solar Grade John P H1l1 REC Silicon Access Road Same as Owner Same as Owner $261,586 $34,549 $296,135
Silicon 509- 766-9309 KIRT
CHATTERTON
6/19/2006 4/7/2007 Okanogan County Gregory Wllder Orovllle Eastlake Sewer ExtenslOn Varela & John Keene $2,850,687 N/A
509-422-7160 ASSOCiates 509-328-6066 GREG BURRESS
5/22/2006 6/30/2006 REC Solar Grade John P Hill REC Silicon PIpelme Project Same as Owner Same as Owner $198,365 N/A $198,365
Silicon 509- 766-9309 KIRT
CHATTERTON
3/13/2006 In Progress WSDOT Engmeenng Chns Dromno SR 543- 1-5 to IntemanonaI Boundary Same as Owner Same as Owner $28,315,136 N/A
360- 788-7 403 Widenmg and Border Crossmg KELLY BROWN
Improvements
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
AWARD DATE COMPo DATE OWNER CONTACT 1 PROJECT ENGINEER CONTACT 1 CONTRACT CHANGE REVISED
PHONE NO. PHONE NO. AMOUNT ORDERS CONTRACT SUPER
AMT.
2/27/2006 In Warranty WSDOT Engmeenng Chns DamitIo SR 9-Nooksack Rd. to Cherry St Same as Owner Same as Owner $8,999,378 N/A
Period 360-788-7403 Improvements JEFF BARCOTT
1/4/2006 8/1/2006 Snohomlsh County Steve DIckson Cathcart Mamtenance Center- Carter-Burgess Cathenne Bryant $813,099 $26,866 $839,965
Pubhc Works 425-388-6442 Vactor Decant Facility (206) 224-5655 GREG BURRESS
11/29/2005 11/28/2006 CIty of Buckley Dave SchmItt Buckley Wastewater Treatment Plant: Cosmopohtan Jrm Deaboy $925,585 $11,285 $936,870
360-829-1921 Dewatenng BUlldmg Engmeenng 253-272-7220 MIKE RUTGERS
Group
11/16/2005 1111/06 KIttItas County Pubhc Scott Bradshaw Arrport Access Improvements HUIbregtse Terry Alapeten, $2,329,697 N/A
Works 509-962-7523 Lauman, Asso PE 509-966- RICK KNOWLES
7000
9/21/2005 2/24/2006 SunnysIde Valley Donald Schramm SunnysIde Canal 2005 Check CH2M Hill, Inc Stan Schwelssmg $634,000 $19,995 $653,995
ImgatIon Dlstnct 509-837-6980 Structures 509- 735-9149 KIRT
CHATTERTON
9/16/2005 12/31/2006 Dept. of FIsh & Knsten Kuykendall Bush Pomt Access-Boat Launch Same as Owner Same as Owner $398,220 $1,000 $399,220
Wlldhfe 360-902-8300 Ramp Faclllty MIKE RUTGERS
8/13/2005 12/31/2005 Rosano U t1I1tIes Chns Vlerthaler WWTP Lagoon No 2 Blosohds Gray & Osborne Chad Newton $408,183 $75,479 $483,662
360-376-2700 Removal & Lmer Replacement 206-284-0860 DON GLADE
8/12/2005 7/1/07 Port of Everett John Klekotka, P E 12th St. Manna-Upland Work PND, Inc Jon KeIser $3,956,522 N/A KELLY BROWN
425-259-3164 206-624- 1387
7/27/2005 10/1/2005 W1lJJ.ams Gas Plpelme Tom Landry Cedar Hill RestoratIon Project Same as Owner Same as Owner $276,000 $0 $276,000
West 801-584-6863
KURT RUTGERS
6/8/2005 6/15/2006 Whatcom County MIchael Hannon Sunnse Rd Improvements Same as Owner Same as Owner $3,259,946 $3,723 $3,263,669
Pubhc Works 360-676-6730 KIRT
CHATTERTON
5/13/2005 1/9/2007 LOTI Wastewater Bnan TopolskI Hawks Prame Reclarmed Water Brown & Matt Gough $3,553,551 $373,597 $3,927,148
Alliance 360-664-2333 SatellIte, Conveyance Plpmg Caldwell 360-943-7525
RICK KNOWLES
5/2/2005 9/15/2005 Port of Bellmgham Susan French 2005 Taxlway Improvements W & H Engmeers 425-951-4800 $1,403,791 $76,533 $1,480,324
360-676-2500
MIKE RUTGERS
4/6/2005 7/25/2005 Port of Seattle JanIce Zahn Termmals 25/30 SSAT/Matson Same as Owner Same as Owner $6,035,000 $4,220,856 $10,255,856
206-728-3798 Improvements
KELLY BROWN
12/30/2004 12/112006 PIerce County MIchael Clark Hentage RecreatIon Center at South Bruce Dees and Bruce Dees $5,932,385 N/A
253-798-7456 HIll ASSOCIates 253-627-7947
KELLY BROWN
10/29/2004 11/1/2005 WA State Dept of Tony Rapozo Sun Lakes State Park-Meyer's Lake Same as Owner Same as Owner $1,199,369 $156,505 $1,355,874
Parks & Rec. 360-663-9750 Campground Improvements KIRT
CHATTERTON
10/26/2004 1/12/2006 CIty of Centrailia Jan StemkoskI Cooks HIll and Ham Hill Booster EconomIc & MIchael Nepple $3,018,123 $0 $3,018,123
360-330-7512 StatIons and ReservOIrs Engmeenng (360) 352-5090
ServIces MIKE RUTGERS
9/24/2004 11/1/2005 W A State Dept. of Tony Rapozo Sun Lakes State Park-Boat Launch Same as Owner Same as Owner $970,571 $183,060 $1,153,631
Parks & Rec 360-663-9750 and Dock Improvements KIRT
CHATTERTON
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
AWARD DATE COMPo DATE OWNER CONTACT / PROJECT ENGINEER CONTACT / CONTRACT CHANGE REVISED
PHONE NO. PHONE NO. AMOUNT ORDERS CONTRACT SUPER
AMT.
9/24/2004 2/112005 Qumcy Columbla Darvm Fales W 22 E. Slphon Replacement PrOject Kennedy Jenks Brad Bogus $551,683 $0 $511,765
Imgatlon D1StnCt P.E 503- 295-4911
509-787 -3591 JEFF BARCOTT
9/13/2004 5/30/2005 W A State Dept of Owen Loshbough, Smn1sh Pond Hatchery Renovatlon W A State Dept. Owen $747,048 $42,988 $790,036
Wlldhfe PE ofWlldhfe Loshbough, P E
360-902-2200 360-902-2200 KELLY BROWN
8/25/2004 2/112005 Washmgton State Dave Colman WSU Mt. Vernon Research & Washmgton Laurence E $163,808 $31,325 $195,133
Umverslty 509-335-9093 ExtenslOn Center, On-Slte Domestlc State Umverslty Davls 509-335
WWT & D1SpOSal 9000 ROGER WILLS
6/9/2004 10/6/2006 LOTI Wastewater Mlchelle Barnett Hawks Prame Recianned Water Brown & Matt Gough $6,072,598 $377,565 $6,450,163
Alhance 360-664-2333 Satellite, Wetland Ponds/Recharge Caldwell 360-943-7525 RICK KNOWLES
6/8/2004 1/14/2005 Clty of Lynden John Eley 2004 Artenal St Improvements Relchardt & Ebe Larry Lelcht $2,292,686 -$6,863 $2,285,823
360-354-3446 Project 360-354-3687
JEFF BARCOTT
5/25/2004 4/1/2005 Western Washmgton Davld Willett WWU Steamhne Improvements Anvll Coporatlon Steve Wnght $813,865 $265,876 $1,018,062
Umverslty 360-650-6813 360-671-1450 Roger Wills
3/17/2004 6/17/2004 KIttltas School D1StriCt Jerry Hardmg KIttltas School Earthwork Archltects West Stan Gnswold $483,000 $0 $483,000 KIRT
'509l968-3014 1208\ 667-9402 CHATTERTON
2/23/2004 7/21/2004 Clty of Bellmgham Ravyn Whltewolf Columbla Nelghborhood Watermam Same as Owner Same as Owner $1,063,438 $0 $1,063,438
360-676-6961 Replacement JEFF BARCOTT
2/3/2004 4/1/2004 Clty of Seattle Rocky Brannan Green Lake Alum Treatment Same as Owner Same as Owner $506,689 $9,125 $515,814
206-684-0444 TONY ANDERSON
11/25/2003 613012006 Clty of Duvall Steven Schuller, PE Wastewater Treatment Plant Parametnx, Inc Alan Maas $8,189,124 $291,819 $8,480,943
425-844-0655 253-863-5128
GREG BURRESS
9/23/2003 7/112004 Dept of Flsh & Owen Loshbough, Meseberg Warmwater Pond Addltlons Same as Owner Same as Owner $476,446 $21,227 $497,673
Wlldhfe PE Contract No FN-H82 02-1 KIRT
360-902-2200 CHATTERTON
8/25/2003 11/15/2004 Clty of Marysville Kevm Nlelson Wastewater Treatment Plant Upgrade Tetra Tech/KCM Denms Eckhardt, $8,088,764 $226,549 $8,315,313
360-651-5000 & ExpanslOn Phase II PE KELLY BROWN
7/28/2003 9/30/2004 Clty of Benton Clty Ron Rooks Wastewater Treatment Plant Economlc & B1l1 Pope $2,618,400 $32,771 $2,651,171
509-585-3322 Improvements Engmeenng 509-374-5224
Servlces RICK KNOWLES
4/28/2003 7/1/2004 Clty of Burlmgton Rod Grant Pump Statlon #8 and Force Mam Gray & Osborne BJarne Jacobson $3,483,210 $43,323 $3,526,533
360-755-9715 206-284-0860
KELLY BROWN
1/23/2002 11/1/2003 Mt Vernon School Carl Bruner, Mt. Vernon Hlgh School Slte Henry Klem Lowell Larson $5,005,568 $436,739 $5,442,307
DlstnCt #320 Supenntendent Improvements Phase I Partnerslp 360-336-2155
360-428-6188 GREG BURRESS
10/11/2002 7131/2003 LOTI Wastewater Bnan Topolskl Southern Connectlon P1pehne Project Parametnx, Inc RIck Hermes $2,155,045 $156,103 $2,311,148
Alliance 360-280-0659 Hentage Park Segment Contract No. 253-863-5128
00-04 KELLY BROWN
7/15/2002 9/1/2003 Western Washmgton Davld Willett WWU Commumcatlon Facility - Same as Owner Same as Owner $2,600,695 $479,659 $3,080,354
Umverslty 360-650-6813 Project No PW358
GREG BURRESS
10/17/2002 7/30/2003 Clty of Metohus Hal LlttleJohn Wastewater Treatment Plant ACE Consultants Bob Vlvlan $2,049,000 $19,330 $2,068,330
541-546-6688 503-626-2320 RICK KNOWLES
9/27/2002 9/30/2003 Water Envrronment Bolton 1 RIver Pump Statlon Water $1,340,207 $47,142 $1,387,349
Servlces Dewayne Kliewer, P.E. Envlronment Dewayne Kliewer, MARK
503-353-4572 Servlces P E. 503-353-4572 MONTGOMERY
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
AWARD DATE COMPo DATE OWNER CONTACT 1 PROJECT ENGINEER CONTACT I CONTRACT CHANGE REVISED
PHONE NO. PHONE NO. AMOUNT ORDERS CONTRACT SUPER
AMT.
6/26/2002 9{30/2002 Port of Bellmgham Adam Fulton Runway 16 Safety Area Improvements Port of Adam Fulton $1,267,660 $109,803 $1,377,463
360-676-2500 Bellingham International Arrport Bellmgham 360-676-2500 KIRT
CHATTERTON
5/21/2002 9/30/2002 Whatcom County Gary Goodall Lake Terrell Rd to MountaIn VIew Rd Whatcom Gary Goodall $2,259,495 -$66,150 $2,193,345
Publ1c Works 360-676-6730 Reconstruction County Pubhc 360-676-6730 KELLY BROWN
2001 May-02 OlympIC Water & Larry SmIth Port Ludlow Aeration Basm No.3 HR Esvelt RIchard Esvelt $200,003 $200,003
Sewer 360-437-2101 Engmeenng 206-842-7988
2001 9/1{2002 Kl1ckatat County Edward A Hoyle CIty of Dallesport Wastewater Kennedy Jenks Tom GIese $4,399,000 $396,40 I $4,795,401 MARK
509-773-3706 Treatment Facility MONTGOMERY
2001 Sept-02 Western Washmgton DaVId Willett Utility Improvements South Campus DaVId Evans DanIelle $7,089,330 $537,054 $7,626,384
UmversIty 360-650-6813 Project No PW337 Johnston 360- GREG BURRESS
2001 Jun-02 CIty of Klamath Falls Bill Hancock Klamath Falls AIrport Runway 14/32 $2,723,160 $844 $2,724,004
541-883-5372 South Safety Area RICK KNOWLES
2001 July-02 CIty of Auburn MIke Kamenzmd Coal Creek spnngs & Fulmer FIeld CIty of Auburn MIke Kamenzmd $5,018,063 $132,291 $5,150,354
253-931-3010 CorrosIon Control Treatment Facilities 253-931-3010 KELLY BROWN
2001 June-02 CIty of Prosser Tony Yost 509- Wastewater Treatment Plant Upgrade, Gray & Osborne Mone Block 509- $1,286,031 $150,195 $1,436,226
786-2332 Phase I 453-4833
2000 2001 NE SammamIsh Sewer Art Pnmeau 425- LIft Station No 3 RH2 Engineenng Jon Hendron $1,325,706 $77 ,345 $1,403,051
& Water DIstnct 868-1144 425-951-5400
2000 2001 CIty of Marysville Kevm Nelson Edward Spnngs Booster Pump CIty of MarysvIlle $315,908 $315,908
360-363-8100 Station KELLY BROWN
2000 March-02 CIty of GrandvIew Dave Lorenz 509- 1 5 MechanIcal WWTP HUlbregtse Ted Pooler $5,851,604 -$7,471 $5,844,133
882-9200 Louman, Asso 509-966- 7000
2000 2001 East Wenatchee Water Greg Bnzendme ReglOnal Booster Pump Station RH2 Engmeenng Ryan Peterson $644,525 $644,525
DIStnCt 509-884-3569 509-886-2900
2000 2000 CIty of Klamath Falls Lmda TIpper NW General AVIatiOn Parlmg SIte & Adkms Dave Adkm $89,990 $89,990
541-883-5372 Utilities 541-884-4666
2000 2000 CIty of Ocean Shores Miles Beach Trays & Catwalks 2000 Earth Tech, Inc RIck Schaulfer $88,800 $88,800
360-289-4210 425-455-9494
2000 2000 CIty of Ferndale Bob Cecile Ferndale Waste Water Treatment Berryman & J elf Kreshel $240,621 $240,621
360-384-4006 Plant BlOSOl1ds Removal Hemger 206-505-3400
2000 2000 CIty of Klamath Falls Mark W1llrett Klamath Falls Spnng Street WWTP URS Bob Denmng $9,374,870 $368,800 $9,743,670
541-850-9645 Rehability Improvement 541-850-2543
2000 2000 Georgta-Pactfic West, DICk Perry Demohtion of Knotter Storage Tank & Georgta- Pactfic Same as Owner $200,000 $200,000
Inc 360-733-4410 Chlonnation Tower
2000 2001 CIty of OrovIlle Rod Noel Oroville UltravlOlet DIsmfection & Gray & Osborne Maurey Block $262,797 $262,797
509-476-2106 Headworks Screenmg FacilitIes 509-453-4833
1998 2000 CIty of Ephrata Wes Crago, CIty Mgr Water Reclamation FacIhty Gray & Osborne Maury Block $5,588,507 $372,444 $5,960,951
509-754-4601 509-453-4833
1999 2000 Alderwood Water Bngette McCauly Reservorr No 1 Covenng & SeIsmIc Tetra TechlKCM Doug Genzlmger $1,747,805 $43,086 $1,790,891
DIStnct 425- 7 43-4605 Upgrades 206-443-5354
1999 2000 Cross Valley Water 425-485-8461 Gary Water Treatment Plant ST Engmeenng $1,947,232 $31,626 $1,978,858
DIStnCt Hajek
1999 1999 Wtlhams Gas Ptpelme Tom Landry W1Ihams Gas Clackamas RIver Wtlhams Gas Same as Owner $354,319 $354,319
West 832-794-0529 Ptpelme West
1999 1999 Wtlhams Gas Ptpelme Tom Landry Wtlhams Gas Lme Protection W1Ihams Gas Same as Owner $464,738 $464,738
West 832-794-0529 Ptpelme West
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
AWARD DATE COMPo DATE OWNER CONTACT I PROJECT ENGINEER CONTACT I CONTRACT CHANGE REVISED
PHONE NO. PHONE NO. AMOUNT ORDERS CONTRACT SUPER
AMT.
1999 1999 KIttItas Cnty Sohd Patty Johnson Ryegrass MUniCipal Landfill RW Beck Steve Baumgart $2,394,599 -$69,936 $2,324,663
Waste Programs 509-962- 7070 Contract #99-60 206-695-4700
1999 2000 WA St Dept of Pam Jenkms Newskah Creek Restoration WA St. Dept of Same as Owner $467,458 $467,458
Corrections 360-586-6131 Contract #94-047 Corrections
1999 2000 City of Centrailia Jan Stemkosla Hydroelectnc Project CH2M Hill, Inc. ShmJI Goto $4,707,222 $283,686 $4,990,908
360-330-7512 425-453-5000
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I AC0601 1982 JOY AI COMPRS M150 169322
AC0602 I-RAND AlCOMPRS 375 287841UCI413
I AC0662 1985 SULLAIR COMPRS 185Q 00487172
AC0689 1992 SULLIVAN COMPRS DSL 185Q 11862
AC1800 ERMACO COMPRS E1500 574
I AC1809 2003 SULLAIR COMPRS - PORT 004-141156
AC1810 2003 SULLAIR COMPRS - PORT 004-141234
I AC1811 2005 AIR COMPR. 15029 CFM GAS 2100000963
AC1813 Dewalt 15-20 CFM Gas Air Cmprs 00403
AC1814 2005 Cmprssr 15-20 CFM Gas 5KW 2501011494
I AP0603 1953 CESSNA AIRPLANE 30278
AP0661 1973 BEECHCRAFT AIRPLANE TH-376
I BDC024 GOTO MI0555j DON'T USE BDC024
BH0415 1997 CAT 416 - B/H 5YN01800
BH0417 1998 JD 310SE LOADER T03108E843735
I BH0419 2004 JD 310SG B/HOE 932387
BH0420 2004 JD 310SG B/HOE T03108G933408
I BH0430 2006 JD 310SG Backhoe Loader T03108G958514
BK0025 1.3 C BUCKET FOR LOADER I RC58882028
BK1203 12" DIG BKT FOR JD 5900 EXCAVA
I BK1215 12" DIG BKT -JD31 0 SG BACKHOE
BK1218 12" DIG BKT-JD310SG BACKHOE
I BK2413 24" DIG BKT- JD SE 310 BACKHOE
BK2416 24" DIG BKT -JD310SG BACKHOE
I BK2419 24" DIG BKT-JD 310 SG BACKHOE
BK3027 30" H.D. Dig Bkt for 05 200LC
BK3028 30" Dig Bucket for 892 EX0412
I BK3208 32: DIG BKT -JD200LC EXCAVATOR
BK3604 365" DIG BKT - JD 590D EXCA VAT
I BK3606 36: DIG BKT-HITACHI EXCAVATOR
BK3614 36" CLN OUT BKT -JDSE310 BACKHO
BK3617 36"CLN OUT BKT -JD310SG BACKHOE
I BK3620 36" CLN OUT BKT-JD 310 SG BACK
BK4209 42" DIG BKT-JD 200LC EXCAVATOR
I BK4225 42" H.D. Dig Bucket for 05 JD
BK4801 48" DIG BKT FOR 892 EXCAVTOR
BK5405 54: CLEAN OUT BKT - JD590D EXC
I 1 IMCO General Construction, Inc. Page 1 04/10/07 9:36:49 am
\\Viewpoint\Viewpolnt\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I BK5407 54" CLEAN OUT BKT- HITACHI EXC
BK5411 54: HD BKT -JD 450LC EXCAVATOR
.
I BK661 0 66" CLEAN OUT BKT -JD 200LC EXC
BK6626 66" Clean Up Bucket - 05 200LC
BK7202 72" SLOPE BKT FOR 892 EXCAVATO
I BK8412 84" GP BKT-JD450LC EXCAVATOR
CM0551 I-RAND DBL DRUM X70 7170
I CM0557 1997 BOMAG VIBRATORY RLR 219C1846U
I CM0561 BOMAG VIBRATORY RLR 109510120491
I CM0562 2000 CS 563DCat Vib. Compactor 09MW00230
I I CM0563 04 CS573E CAT Vibratory Roller CNN00213
I CM1401 STONE SVR-2811 COMPCT S 3081203
I I CM1403 STONE SVR2811 COMPCT S 3081209
I CM1405 STONE PLATE S35A COMPCT 681006
I CM1406 STONE SVR2811 COMPCT 2381151
I CM1407 BOMAG JUMPER COMPCT 3853
CM1408 BOMAG JUMPER COMPCT 13866
I CM1409 BOMAG PLATE BP15 4 COMPCT 1.02E+11
CM1410 MBW GP5500 PLATE COMPCT 5502258
I CM1411 BOMAG JUMPER COMPCT 101540041237
CM1412 WACKER BS60Y COMPCT 677906799
CM1415 RAMMER LG 30-3600 LBS/BLOWS 101540367447
I CM1416 RAMMER LG 30-3600 LBS/BLOWS 101540367456
CM1417 RAMMER LG 30-3600 LBS/BLOWS 101540367457
I CM1418 RAMMER LG 30-3600 LBS/BLOWS 101540367458
CM1419 2005 Rammr LG 30-3600 Ibs/blow 101540368732
CM1420 2005 VlbPlate MD 3400lb Impact N2579
I CM1421 2005 Air Pavement Breaker 90# 4407M190
CM1422 2005 Wacker Plate Compactor 5551783
I CM1510 2005 TC151 Compactor fpr 200LC
CR0200 1963 CRANE W/110FT BOOM 124496
CR0204 1968 20FT JIB CRANE W/110FT BM 127251
I CR0209 1979 MANITOWOC 2900 CRANE 29569
DZ0406 1998 CAT CRAWLER TRACTOR 04JN01448
I OZ0409 1998 JD-650G LGP WT DOZER 837748
OZ0422 2004 JD 650H-LGP DOZER T0650HX937288
OZ0428 2004 JD 850CWX CRAWLER DZR T0850CX935932
I 1 IMCO General Construction. Inc. Page 2 04110/07 9:36:49 am
\\ViewpointWiewpoint\Reports\EM\EMEM.rpt
I
I
EM Equipment Master
I Departments: 1 . 2 All Equipment
VIN Number
I DZ0429 JD 850C WXL T Hydro Crawler Doz T08850CX940664
EX0401 04 TAKEUCHI TB135 EXCAVATOR 13514981
I EX0402 05 Takeuchi TB135 Compact Excv 13515232
EX0403 05 Takeuchi TB145 Compact Excv 14514877
EX0404 2006 Takeuchi TB145 Excavator 14515482
I EX0412 1995 JD 892 EIC 11381
EX0413 1996 JD-590 D EXCAVATOR 2783
I EX0416 HITACHI EX CAVATOR 150 LC-5 13KPOO1844
EX0418 2000 JD 200LC EXCAVATOR FF0200X501589
EX0421 2003 JD 450C-LC EXCAVATOR FF450CX091223
I EX0423 2005 JD 200C.LC Excavator 505578
EX0424 05 JD 330C.LC Excavator FF330CX804532
I EX0425 Used Cat 320 CL Excavator PAB02664
EX0426 2005160CLC JD Excvtr FF160CX011914
I EX0427 05 JD 160CLC EXCAVATOR FF160CX044840
FL0416
FL0507 1985 HYSTER Z90B FORKLIFT A179C1609F
I FL0509 94 IR VR90 VAR REACH FRKLFT 5309
FL0510 96 Gehl FRKLFT w/OUTRIG 8000# JJ057439
I FL0511 98 VR-90C IR FRKLFT w/QUICK C 154858
FL0512 98 IR VR90BFRKLFT HI-REACH 4WD 152532
FL0515 1998 CASE 689G FORKLIFT 153495
I FL0516 19981R VR90C 4x4 Forklift 152563
FL0517 1998 IR VR90C 4x4 Forklift 152562
I FL0518 2002 IR VR843 Forklift 8000# 170579
FM0808 Perlform System 8,534 sq.ft
FM0825 25% all Periforms 2134 sq ft
I FM0850 50% of Periforms: 4267 sq. ft
FM0875 75% of Periforms: 6400 sq ft
I FM0881 50 12" Adjustable Kickers
GE1006 HONDA EB3500 GEN - PORT 1066344
GE1008 HONDA EB3500 GENERATOR EA6-3110897
I GE1009 HONDA EB3500 GENERATOR 1325796
GE1011 HONDA GENERATOR 1393453
I GE1017 HONDA EB3500 GENERATOR 3105876
GE1018 HONDA EB3500 GENERATOR EAG-31 05880
GE1019 HONDA EB3500 GENERATOR 3105872
I
1 IMCO General Construction, Inc. Page 3 04110/07 9:36:49 am
\\ViewpointWiewpoint\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Deparbnents: 1 - 2 All Equipment
VIN Number
I GE1020 COLEMAN40KW GENERATOR 9941825
GE1021 COLEMAN 40 KW GENERATOR 3941666
I GE1024 HONDA EB5000 GENERATOR EA7-3121568
GE1025 HONDA EB5000 GENERATOR EA7-3122243
GE1026 HONDA EB5000 GENERATOR EA7-3121566
I GE1028 HONDA EB3500X GENERATOR EA6-31 05876
GE1029 1998 HONDA EB5000X GENERATOR
I GE1031 1998 HOMELITE GENERATOR 10210005
GE1032 19974000 WATT GENERATOR FE250D022618
GE1033 MUL TIQUIP 20KW GEN-wl TRLR 7101215
I GE1035 01 HONDA EB5000XK1A GEN 3154193
GE1036 01 EB5000XK GEN w/cover 3059646
I GE1037 01 Honda EB5000XK GENERATOR 3059649
GE1038 Honda Generator EB5000 EA7-3154418
GE1039 Honda Generator EB5000 EA7-3154419
I GE1040 Honda Generator EB5000 EA8-3110882
GE1041 Honda Generator EB5000 EA6-3110897
I GE1042 2004 HONDA EB120A-12KGEN ECD1004972
GE1043 05 Honda Gen EB5000 .onST0188 EAKC-1013177
GE1044 05 Honda EM5000 Gen 5.0-5.4KW EANC-1000566
I GE1045 05Honda Gen. EM50000n ST0194 EANC-1007442
GE1046 05 Honda Gen EB6500 EALC-1002860
I GE1047 2005 Airman 25KV A Generator 1233A30509
GE1048 06 Honda EB5000 Generator EAKC-1022644
I GPBS01 GPS Base Station #1
GPBS02 GPS Base Station #2
GPBS03 GPS Base Station #3
I GPBS04 GPS base station #4 see Notes Ant.: 0220305875 more in notes
GPBS05 GPS Base Station #5 0220333499; see notes
I GPI514 GPS INACTIVE NOT ON GR0514 3975510
GPRS01 Trimble ATS Robotic Base Unit 6001475 and 6000734
GPRU01 GPS Rover Unit #1
I GPRU02 GPS Rover Unit #2
GPRU03 GPS Rover Unit #3
I GPRU04 GPS Rover Unit #4 4408131832 see notes
GPRU05 GPS Rover Unit #5
GPS406 Complete GPS kit on the 06
I
(Mea General Construction, Inc. Page 4 04/10/07 9:36:49 am
\WlewpointWiewpoint\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Departments; 1 - 2 All Equipment
VIN Number
I GPS409 Complete GPS kit-98 650 dozer
GPS412 Complete GPS kit-892 excavator
I GPS421 Complete GPS kit-new 450 excav
GPS422 Complete GPS kit-new 650 Dozer see notes
GPS423 GPS CAB KIT - for EX0423 6000891 (CAB KIT)
I GPS424 Complete Cab klt-330 excavator
GPS428 GCS900 GPS JD 850CWX Dozer Cab Kit: 6000473 - see notes
I GPS514 Complete GPS kit on 140 Grader see notes
GPS515 Cat 140G Grader Dual GPS Systm 6000474 MFG: 321 more in Notes
GR0513 1969 HUBER GRADER CM2203 M5210 B/M
I GR0514 MOTOR GRADER -140G 72V13211
GR0515 1989 140G Cat Motor Grader 72V11850
I HCX160 Hydraulic Compactor for EX0427 2005109-2
HCX426 04 HYDRAULIC COMPACTOR-EX0426 2004136-8
HCX427 Hydraulic Compactor for EX0427 2005109-2
I HE0688 96 Genie S40 Boom Manlift Dsl 664
HP0554 NPK HOE PAK 8836
I HP0556 Compactor Attachment 3853-97-14
HP0559 HOEPACK COMPACTOR
HP0560 VIBRATING PLATE COMPACTOR
I HP0561 BTI Teledyne Compactor
HT0123 90 GMC Chev Top Kick TMA Truck 1 GDL7H1 P3LJ6081 07
I HT0124 91 GMC Chev Top Kick TMA Trk 1 GDL 7H1 P9MJ504562
HT0125 2000 Intntl Water Tanker-3Kgal 1 HTSCABNOYH320885
I HT0126 2004 KW TaDDB Tractor 1 NKDXBTX24R051923
HTD128 Artic end dump truck A7991588
HT0130 Artie end dump truck A7991597
I HT0165 1997 Kenworth Dump Truck 1 NKDXBEXOVR751 034
I HT0166 1995 KENWORTH 3600 GAL 1XKDDR9X6SJ651144
I I HT0190 931NTNTL WATER TANKER-3750GAL 1 HTGGCKT8PH522862
I HT0195 1991 Fuel Trek wi DuaLAlum Tnk 1 NKEL59X4MJ378573
I HT0197 Artie. End DumpTruck 30 ton A7991586
I I HT0198 2004 KW W900B Dump Truck 1 NKWXBOX94R066254
I HT0199 87 International S230 Tractor 1 HSZEF7RXHH465664
I I HT0423 Hydraulic Thumb for 05 JD 200
I LC1000 Lifting Clamp
I LD0304 1997 VOLVO L70 RUBI WHL LOADER 12433
I
1 IMCO General Construction. Inc. Page 5 04110/07 9:36:49 am
\\Vlewpolnt\Viewpolnt\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I ME0700 ENVIRONMENTAL TANK
ME0707 1993 SKIPPER BOAT -SOLD WMA 19002L293
I ME0708 Calkins Boat Trailer -SOLD 1 CXBL2114PS300183
ME0709 OUTBOARD MOTOR
ME0711 '97 24' Sea sport wNolvo eng WN6652RW
I ME0712 Trailer for 24' Seasport 1ZEADRTG9V A008778
ME705A HONDA OUTBOARD MOTOR 1300989
I MI0555 BEDDING CONVEYOR 011-0698-477
MI0592 2003 AIR BREAKER 1762M190
MI0593 2004 JD RIDER MOWER W/38" DECK MOL150B508013
I MI0609 CLEMCO SANDBLASTER 27334
MI06ii RAMMER LG 30-3600 LBS/BLOWS 5186353
I MI0612 RIGID PIPE THREADER D 475 2
MI0614 FAULKBERG PRESI WSHR 305742
MI06i6 CRESCENT PIPE TONG
I MI0617 MTM PRESIWASHER 105836
MI0621 METAL DETECTOR 102073359
I MI0624 2004 HONDA PRESI WASHER 9 HP 2137506
MI0625 Solar Message Board MB4048408241
I MI0626 2001 Solar Message Board MB4048408242
MI0628 COREDRILL W/BITS EMEC20167
MI0630 2006 Straw Blower on Eagle trl 1661061018
I MI0637 LANDA PRES/WASHER PO 5906347
MI0638 POWER SCREED
I MI0643 1998 LANDA PRESI WASHER
MI0644 PIPE THREADER POWER PONY
MI0646 SCAFFOLD TOWER
I MI0647 SCAFFOLD TOWER
MI0648 GOTO MI0625 408241
I MI0649 GOTO MI0626 408242
MI0660 donotuse this code goto FM0808 as of 7/21/05 code is FM0808
MI0665 HUSKY BLOWER 23579
I MI0666 POWER TROWEL
MI0667 Paving Breaker 60#
I MI0674 GROOVING MACHINE 75498
MI0678 PLATFORM SCISSOR LIFT GS4318
I MI0681 BATTERY TESTER 29343
IMCO General Construction, Inc. Page 7 04/10/07 9:36:49 am
\\Viewpoint\Vlewpoint\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I MI0682 MIL CORE DRILL 7553 MOTOR
MI0683 BEAM SAW 44337
I MI0684 Air Post Driver Kit 90psl
MI0687 DUCT LIFT 0693 5 6326
MI0692 PRESI WASHER 23359
I MI0693 MOBILE FUEL TANK NONE
MI0695 PIPE TONGS
I MI0696 PIPE TONGS
MI1241 10" WOODWRKRS TABLE SAW BOOOO77CP6
MI2236 ROOF SYSTEM
I MWDK26 MOWER DECK W00516X002683
OT2200 1978 TRAILER 978 134
I OT2201 1987 TRAILER 887114
OT2202 1985 TRAILER 1085109
OT2203 1979 TRAILER CIDA0853
I OT2204 Office Trailer 287 102
OT2211 1988 OFF. TRAILER 188115
I OT2212 1985 OFF. TRAILER 685113
OT2213 1978 OFF.TRAILER 778126
I OT2218 Office Trailer (ATCO) 1052A88897
OT2219 Office Trailer (ATCO) 10529G3127S
OT2233 Office Trailer (1 of 3) 1184111
I OT2234 Office Trailer (2 of 3) 689112
OT2235 Office Trailer (3 of 3) 1289137
I OT2248 1997 JOBSHACK 397134
OT2251 1988 OFF. TRAILER 188117
OT2256 Evergrn Office Trlr 12 x 60 EVG-01733 (882-118)
I i . PC0404 Bkho Vibrtry Plate Cmpctor 350280
I PC0562 Bkh Vibratory Plate Cmpctr -05 300140A
I I PFK023 PALLET FORK-03 JD LOADER
I PM1515 MUL TIQUIP PUMP 301 TA 8076
PM1516 KUBOTA PUMP 553225
I PM1517 KUBOTA PUMP 553356
PM1518 HONDA TRASH PUMP GC02-2381381
I PM1519 HONDA PUMP GC 140-2665162
PM1520 HONDA WATER PUMP GC02-2956609
I PM1521 HONDA WATER PUMP WBZE-1013512
IMCO General Construction, Inc. Page 8 04/10/07 9.36:49 am
\WiewpointWiewpoint\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I PM1522 HONDA PUMP 672907738 I
PM1523 HONDA PUMP 672908392 I
I PM1524 HOMOLlTE PUMP HR470015 ' I
PM1525 SUBMERSIBLE PUMP I
PM1526 TSURUMI SUBMERSIBLE PUMP I
I PM1527 2003 MODY PUMP. 2.2 HP 2041739 I
PM1528 2003 MODY PUMP. 2.2 HP 2041740 I
I PM1529 "3" TRASH PUMP 5364736 I
PM1530 2004 SUBMERSIBLE PMP w/2 HOS I
PM1531 2003 SUBMERSIBLE PUMP 2041739 I
I PM1532 2003 SUBMERSIBLE PUMP 2041740
PM1533 "2"" TRASH PUMP" 798
I PM1534 2" SUBMERSIBLE 110 VOLT PUMP
PM1535 06 Honda WT30X Trash Pump 3" W ABJ-1113654- with suction hose
PM1536 6" Dri-prime Pumpset 0539445-57
I PM1537 Hydrostatic Test Pump 8KPSI 169
PM1538 EPT3-1 OOHA 4" 11 hp Trash Pump
I PM1614 Tsurumi 8" 20HP Pump B611745
PM1641 "1 1/2"" SUB PUMP w/2 1.5"" HO
I QFK021 QUICK ATTACH FORKS-
QFK022 QUICK ATTACH FORKS
SC2205 STORAGE CONTAINER
I SC2207 STORAGE CONTAINER
SC2214 STORAGE CONTAINER WE284709
I SC2220 STORAGE CONTAINER 50640
SC2221 STEEL CONTAINER
SC2237 STORAGE CONTAINER 513428
I SC2238 STORAGE CO NT AINER 513432
SC2241 STEEL CONTAINER 689248-2
I SC2242 RECYCLE BIN NW211
SC2243 RECYCLE BIN 629568
SF0670 AIR PAK 29 302696
I SF0688 IND SCIENTIFIC L TX 310 9309046-237
SF0690 IND SCIENTIFIC LTX 310 IS181017740080
I SH0658 12-24 MUNIBALL & TEST BALL 001
SH0659 HOSE CRIMPING TOOL FOR SHOP 04903C
I SP0607 USED SWEEPER
1 IMCO General Construction, Inc. Page 9 04110/07 9:36;49 am
\\Viewpoint\Viewpoint\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I SP0626 BALDERSON SWEEPER 3693
SP0627 2001 Broce 8 ft Sweeper 981055
I ST0121 97 Ford Super Duty Service Trk 3FELF47F1VMA49975
ST0127 2007 F550 4x2 SERVICE TRUCK 1FDAF56P57EA65827
ST0135 2000 Ford F450 Flat/Stake bed 1FDX46F5YEB36652
I ST0145 1994 FORD F450 - 1 TON 1 FDLF47FXREA37677
ST0152 1996 FORD F-350 - FLATBED 2FDKF37F9TCA65019
I ST0164 1999 INTERNTL 4700 4X2 SERVICE 1 HTSCAALXXH605897
ST0167 1999350 FORD SERVICE 1FDVVF36F3XEE78282
ST0168 1999 FORD 350 FLATBED 1FDVVF36F1XEE78281
I ST0169 1999 FORD F350 XL DRW 4X4 1 FDVVF37F1XEE78280
ST0174 2000 GAL. WATER TRUCK G76BUD42749
I ST0180 2003 FORD F550 1 FDAF56P33ED01417
ST0185 1991INTERNAT'L FUEL & LUBE 1 HSHEBYN1 MH379296
ST0188 2005 4x2 Cab I Chasis F550 1FDAF56P85EB96926
I ST0194 91 GMC 1 Ton Trk w/Service Bdy 1 GDJC34K1 ME518082
ST0196 1999 Ford F350 Super Duty 4x4 1FDVVX37F2XED48604
I SU1912 Dial Grade Pipe Laser 1160 7023
,
SU1923 Topcon DT 20B BZ0773
SU1924 DUAL GRADE LB4 LAZER 7203584
I SU1925 TOPCON ATG 6 LEVEL AU3691
SU1931 DAVID WHITE LASER H 29584
I SU1932 ZIESS NI-50 930149
SU1933 NIKON THEODOLITE 756734
I SU1934 SPECTRA PHYSICS A34054
SU1935 SINGLE SLOPE LALSER W/SEN HR1273
SU1936 LASER W/SENSOR
I SU1937 lASER W/SENSOR
SU1938 LASER W/SENSOR ASSY RE-4 710V-9375
I SU1939 LASER. LASERPLANE. LASER EYE
SU1943 PIPE DIALGRADE LASER 942211280
SU1945 Leica NA820 Laser 5030313
I SU1950 SPECTRA PRECISION LASER
SU1958 DUAL GRADE LASER
I SU1960 LASER LEVEL LL500 SYSTEM LvI: 21404 Rcvr: 31374
SU1961 Dual Slope Laser wi Remote, Laser: 4865 Remote: 87896
SU1962 Dual Grade LaserLevel wSensor Level: 5586 Sensor: 114246
I
1 IMCa General Conslruction, Inc. Page 10 04/10107 9:36:49 am
\\vlewpoinl\VIewpolnt\Reporls\EM\EMEM.rpl
I
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I SU1963 Laser Self Leveling RL - H3CS
SU1964 Topcon Green Beam Pipe Laser VH1509
I SW1242 2004 JTAS TABLESAW RAP/CUT
SW1243 "14" CUTQUICK TRIM CHOPSAW 3034312-B
SW1244 2004 STIHL CHOP SAW 160917597
I SW1245 2004 STIHL CHOP SAW 161109351
SW1246 "14" CUT OFF SAW
I SW1247 2004 STIHL CHAIN SAW
SW1248 2004 STIHL CHAIN SAW (10/04)
SW1249 2004 "14" CUT OFF SAW 161953564
I TC0501 1989 KUBOTA TRACTOR LOADER 54449
TC0502 *** SOLD*** RW9300H010718
I TC0503 Case IH Tractor MX270 JJA0117109
TE0590 ROAD SHEETS 1x96x140
TE0591 ROAD SHEETS 1x96x240
I TE0651 TRENCH BOX - 8'x24' 6" Wall 0-2102
TE0652 BEDDING BOX - 7YD 0-5037
I TE0653 TRENCH BOX - 8'x8' Q.2402
TE0654 TRENCH BOX 8x24 with 6"wall 94--7295
TE0655 6 STEEL TRENCH PLATES
I TE0656 8 x 8 MANHOLE BOX W/4 SPREADER 0-2261
TE0657 TRENCH BOX 6' X 8' 0-9012
I TE0658 Trench Box 4' x 24' 0-2173
TE0659 Bedding Box 7 Yard 5-5054
I TR2208 1967 TRAILER WA7649587
TR2209 1979 TRAILER 8L04515013
TR2210 1989 FREEWAY FLATBED FW5255
I TR2215 1993 WILSON FLATBED 4BMFH1827P1101485
TR2216 1993 WILSON FLATBED 4BMFH1829P1101486
I TR2222 95 TRAILMAX TIL TDECK 30' TRLR 65269
TR2239 1985 GREAT DANE VAN TRLR 1 GRBA5617FB056202
TR2240 1985 GREAT DANE VAN TRLR 1 GRBA5615FB056201
I TR2244 1984 TRAILER
TR2245 1979 TOOL TRAILER V90821
I TR2246 BULLDOG FLATBED TRLR 4RJFH1827X1101097
TR2247 BULLDOG FLATBED TRLR 4RJFH1829X1101098
TR2249 1985 CHARMAC TRAILER -SOLD
I IMCO General Construction, Inc. Page 11 04/10/07 9:36:49 am
\WiewpolntWiewpoint\Reports\EM\EMEM.rpt
I
I EM Equipment Master
I Departments: 1 - 2 All Equipment
VIN Number
I TR2252 1993 COLUMBIA PUP TRAILER 189AD1534PP003462
TR2253 1999 CHARMAC TRAILER-sold 4RYG16206XT110215
I TR2254 2005 TRAILMAX UTILITY TRAILER 1G9KS21265A065070
TR2255 8 X 20 FLATBED TRAILER 5DEFH202541002107
TR2257 98 Load King Lowboy -55 ton 5LKL52301VV1022180
I TR2258 2005 Spectre Dumptrailer 4VV8CD162651 004917
TR2259 1996 Betterweigh Pup Trailer 189PS4938TT260041
I TR2260 2000 SmithCo Side Dump Trailer 1S9SS4439YLA6697
TR2261 Freuhauf 40' Extndbl tri-axle FVVZ324303
TR2262 04 Platinum Horse Trailer, LQ 5HMXG22841 000727
I TR2263 2006 Trailmax T -12-UT trailer 1 G9KS21275A065725
UV0101 KAWASAKI-MULE USE UV064511111 JK1AFDA101 B504940
I UV0102 JD 6X4 GATOR 035659
UV0103 2005 4X4 Bob Cat 2353-11373.
UV0104 2004 HONDA ALL TERRAIN 478TE290444016853
I UV0105 1979 Jeep J9F16NC040700
UV0106 2006 RTV 900 Utiltiy Vehicle 61306
I UV0107 2006 RTV 900W6-H Utility Vehic 70709
UV0645 UTILITY VEHICLE-MULE JK1AFDA19Y8503490
WD0604 MILLER WELDER JD 693500
I WD0606 1986 MILLER WELDER JG030234
WD0671 BOB CAT WELDER RETIRED KD420528
I WD0679 2004 MILLER-GUN WELDER LE200859
WD0686 2001 TRAILBLAZER WELDER
I WD0691 BOB CAT WELDER F943183331
WD0697 MILLER WELDER KE746622
WD0698 MILLER WELDER KF798310
I WD0699 MILLER WELDER KE700607
WD0730 1999 MILLER - BOBCAT WELDER
I WD0731 MILLER WELDER LC432620
WD0732 Welder Arc 250 AMP -Bobcat 225 LE438268
WD0733 05 Welder 250amp AC/DC Bobcat LF326204
I ZE6035 Z-450 Excv - Pape' (RPO) 011564
I
I 1 fMCQ General Construction, Inc. Page 12 04/10/07 9:36:49 am
\WlewpointWlewpoint\Reports\EM\EMEM.rpt
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART II
CONTRACT FORMS SUBMITTED FOllOWING AWARD
OF CONTRACT
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate thisc21.5..4y of dP.. ~/)[)7, by and
between the City of Port Angeles, a non-charter code city of the State of Wasrtington, hereinafter
referred to as "the City", and !MCO General Construction, Inc., a Washington Corporation,
hereinafter referred to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained
herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Downtown Water Main Phase Ill, Project 00-19
in accordance with and as described in
A. this Contract, and
B. the Project Manual, which include the attached plans, Specifications, Special
Provisions, submittal requirements, attachments, addenda (if any), Bid Form,
Performance and Payment Bond, and
C. the 2006 Standard Specifications for Road, Bridge, and Municipal Construction
prepared by the Washington State Department of Transportation, as may be
specifically modified in the attached Specifications and/or Special Provisions,
hereinafter referred to as "the standard specifications", and
D. the current edition of the City of Port Angeles Urban Services Standards and
Guidelines,
and shall perform any alterations in or additions to the work provided under this Contract and every
part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in this Contract, except as may otherwise be provided in the
Project Manual.
2. Time for Performance and Liquidated Damages.
A. Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within ten (10)
PW 0407_02 Part02 [ReVised 5/12/06]
II - 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
calendar days after notice to proceed from the City, and said work shall be physically
completed within 90 working days after said notice to proceed, unless a different
time frame is expressly provided in writing by the City.
B. If said work is not completed within the time for physical completion, the Contractor
may be required at the City's sole discretion to pay to the City liquidated damages as
set forth in the Project Manual, for each and every day said work remains
uncompleted after the expiration of the specified time.
3. Compensation and Method ofPavrnent.
A. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, as incorporated in the Proj ect Manual.
B. Payments for work provided hereunder shall be made following the performance of
such work, unless otherwise permitted by law and approved in writing by the City.
No payment shall be made for any work rendered by the Contractor except as
identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the
City's standard payment request form.
D. Payments for any alterations in or additions to the work provided under this Contract
shall be in accordance with the Request For Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval
of the RFI and/or CCO, the Contractor shall submit the standard payment request
form(s).
E. The Contractor shall submit payment requests with a completed Application for
Payment form, an example of which is included in the Attachments to this Contract.
This form includes a lien waiver certification and shall be notarized before
submission. Applications for payment not signed or notarized shall be considered
incomplete and ineligible for payment consideration. The City shall initiate
authorization for payment after receipt of a satisfactorily completed payment request
form and shall make payment to the Contractor within approximately thirty (30) days
thereafter.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled to
any of the benefits the City provides for its employees. The Contractor shall be solely and entirely
responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance, workers
compensation insurance, social security, and income tax withholding.
PW 0407_02 Part02 [Revised 5/12/06]
II - 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. Prevailing Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the
State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public
Works Contracts, Clallam County, incorporated in this Contract have been established by the
Department of Labor & Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with
the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or suits, including attorney fees, arising out of or in connection with
the performance of this Contract, except for injuries and damages caused by the sole
negligence of the City.
B. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
7. Insurance.
The Contractor shall procure, and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall
constitute a material breach of contract upon which the City may, after giving five working days
notice to the Contractor to correct the breach, immediately terminate the Contract or at its
discretion, procure or renew such insurance and pay any and all premiums in connection therewith,
with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
A. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability
PW 0407_02 Part02 [ReVised 5/12/06]
II - 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
coverage. If necessary, the policy shall be endorsed to provide contractual
liability coverage.
11. Commercial General Liability insurance shall be written on ISO occurrence
form CG 00 Oland shall cover liability arising from premises, operations,
stop gap liability, independent contractors, products-completed operations,
personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85.
There shall be no endorsement or modification of the Commercial General
Liability insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under
the Contractor's Commercial General Liability insurance policy with respect
to the work performed for the City using ISO Additional Insured
endorsement CG 20 10 1001 and Additional Insured- Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing
equivalent coverage.
111. Workers' Compensation coverage as required by the Industrial Insurance
laws ofthe State of Washington.
IV. Builders Risk insurance covering interests of the City, the Contractor,
Subcontractors, and Sub-contractors in the work. Builders Risk insurance
shall be on a all-risk policy form and shall insure against the perils of fire and
extended coverage and physical loss or damage including flood and
earthquake, theft, vandalism, malicious mischief, collapse, temporary
buildings and debris removal. This Builders Risk insurance covering the
work will have a deductible of $5,000 for each occurrence, which will be the
responsibility of the Contractor. Higher deductibles for floor and earthquake
perils may be accepted by the City upon written request by the Contractor
and written acceptance by the City. Any increased deductibles accepted by
the City will remain the responsibility of the Contractor. The Builders Risk
insurance shall be maintained until final acceptance of the work by the City.
B. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of$I,OOO,OOO per accident.
11. Commercial General Liability insurance shall be written with limits no less
than $3,000,000 each occurrence, $3,000,000 general aggregate and a
$3,000,000 products-completed operations aggregate limit.
111. Builders Risk insurance shall be written in the amount of the completed value
of the project with no coinsurance provisions.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
PW 0407_02 Part02 [Revised 5/12/06]
ll- 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. The Contractor's insurance coverage shall be primary insurance with respect
to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
11. The Contractor's insurance shall be endorsed to state that coverage shall not
be cancelled or reduced as to coverage by either party, except after forty-five
(45) days prior written notice by certified mail, return receipt requested, has
been given to the City.
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
E. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the Automobile Liability and Commercial General Liability insurance of the
Contractor before commencement of the work. Before any exposure to loss may occur, the
Contractor shall file with the City a copy of the Builders Risk insurance policy that includes
all applicable conditions, exclusions, definitions, terms and endorsements related to this
project.
F. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause
whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or
motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or
subcontractors as well as to any temporary structures, scaffolding and protective fences.
G. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their subcontractors,
lower tier subcontractors, agents and employees, each of the other, for damages caused by
fire or other perils to the extent covered by Builders Risk insurance or other property
insurance obtained pursuant to the Insurance Requirements Section of this Contract or other
property insurance applicable to the work. The policies shall provide such waivers by
endorsement or otherwise.
8. Compliance with Laws.
A. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
B. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
PW 0407_02 Part02 [Revised 5/12/06]
II - 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C. The Contractor shall comply with all legal and permitting requirements as set forth in
the Project Manual.
9. Non-discrimination.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era
veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in
particular:
A. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above-stated minorities.
B. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring and employment practices and assuring the
service of all patrons and customers without discrimination with respect to the
above-stated minority status.
10. Assignment and Subcontractors.
A. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City.
B. The Contractor shall not subcontract any part of the services to be performed
hereunder without first obtaining the consent of the City and complying with the
provisions of this section.
C. In the event the Contractor does assign this contract or employ any subcontractor,
the Contractor agrees to bind in writing every assignee and subcontractor to the
applicable terms and conditions of the contract documents.
D. The Contractor shall, before commencing any work, notify the Owner in writing of
the names of any proposed subcontractors. The Contractor shall not employ any
subcontractor or other person or organization (including those who are to furnish the
principal items or materials or equipment), whether initially or as a substitute,
against whom the Owner may have reasonable objection. Each subcontractor or
other person or organization shall be identified in writing to the Owner by the
Contractor prior to the date this Contract is signed by the Contractor. Acceptance of
any subcontractor or assignee by the Owner shall not constitute a waiver of any right
of the Owner to reject defective work or work not in conformance with the contract
documents. If the Owner, at any time, has reasonable objection to a subcontractor or
assignee, the Contractor shall submit an acceptable substitute.
E. The Contractor shall be fully responsible for all acts and omissions of its assignees,
subcontractors and of persons and organization directly or indirectly employed by it
and of persons and organizations for whose acts any of them may be liable to the
same extent that it is responsible for the acts and omissions of person directly
employed by it.
PW 0407_02 Part02 [Revised 5/12/06]
II - 6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
F. The divisions and sections of the specifications and the identifications of any
drawings shall not control the Contractor in dividing the work among subcontractors
or delineating the work to be performed by any specific trade.
G. Nothing contained in the contract documents shall create or be construed to create
any relationship, contractual or othetwise, between the Owner and any subcontractor
or assignee. Nothing in the contract documents shall create any obligation on the
part of the Owner to payor to assure payment of any monies due any subcontractor
or assIgnee.
H. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in connection
with this Contract, except as to overcharges resulting from antitrust violations
commencing after the date of the bid or other event establishing the price of this
Contract. In addition, the Contractor warrants and represents that each of its
suppliers and subcontractors shall assign any and all such claims for overcharges to
the City in accordance with the terms of this provision. The Contractor further
agrees to give the City immediate notice ofthe existence of any such claim.
1. In addition to all other obligations of the contractor, if the contractor does employ
any approved subcontractor, the contractor shall supply to every approved
subcontractor a copy of the form, provided in the project manual, to establish written
proof that each subcontract and lower-tier subcontract is a written document and
contains, as a part, the current prevailing wage rates. The contractor, each approved
subcontractor and each approved lower-tier subcontractor shall complete and deliver
the form directly to the City.
11. Contract Administration.
This Contract shall be administered by Tyler Kimberly, Proi ect Manager, on behalf of the
Contractor and by Eric Walrath, Assistant Civil Engineer, on behalf of the City. Any written
notices required by the terms ofthis Contract shall be served or mailed to the following addresses:
Contractor:
City:
IMca General Construction, Inc.
Attn: Tyler Kimberley
4509 Guide Meridian
Bellingham,WA 98226
City of Port Angeles
Attn: Eric Walrath
321 East Fifth Street
P.O. Box 1150
Port Angeles, W A 98362-0217
12. Interpretation and Venue.
This Contract shall be interpreted and construed in accordance with the laws of the State of
Washington. The venue of any litigation between the parties regarding this Contract shall be
Clallam County, Washington.
PW 0407_02 Part02 [Revised 5/12/06]
II - 7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first set forth above.
CONTRACTOR:
CITY OF PORT ANGELES:
IHca General Construction. Inc.
Name of Contractor
BY.~
Courtney Imho
Title: Copporate Secretary
Attest:
PW 0407_02 Part02 [Revised 5/12/06]
II - 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
September 18, 2003
To whom it may concern:
At a regular meeting of the IMCO Board of Directors on September lBt 2003 it was decided to
put Courtney Imhof Into position on the Board of Directors. Courtney Imhof IS the Corporate
Secretary.
Courtney has authority to sign corporate documents that require the signature of an officer.
SlncerelYt
1/l h/?
Frank Imhof
President
~
Patt+ Imhof
Treasurer
~~~
Courtney Imhof
Corporate Secretary
4509 Grude Menchan . Bellmgham, \^lA 98226-9193
p. 360.671 3936 . f 360 671 8808 C V'.'WV-' lIDen-me eom
I
ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDIYYYY)
09/12/2007
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Bratrud Middleton Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Brokers, Inc.-Tac General HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A Zurich-American Insurance Company
IMCO General Construction Inc. INSURER B Great American Insurance Company
4509 Guide Meridian INSURER C Steadfast Insurance Group
Bellingham, WA 98226 INSURER 0
INSURER E
Client#. 68893
IMCOGENE
I
I
I
I
COVERAGES
I
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ>"L+~~.i~roeg,w,E P%~I.fl,~J,=N LIMITS
A GENERAL LIABILITY CP0399223703 12/31/06 12/31/07 EACH OCCURRENCE $1 000 000
I--'-" [!i~M!!~UO RENTED
~ OMMERCIAL GENERAL LIABILITY $300 000
I-- CLAIMS MADE [Kl OCCUR MED EXP (Anyone person) $10000
X PD Ded:3,000 PERSONAL & ADV INJURY $1.000 000
I-- GENERAL AGGREGATE $2.000 000
n'L AGGREGlJE ;~~ APPlS PER PRODUCTS.COM~OPAGG $2.000.000
POLICY X JECT LOC
A ~TOMOBILE LIABILITY CP0399223703 12/31/06 12/31/07 COMBINED SINGLE LIMIT
~ ANY AUTO (Ea aCCIdent) $1,000,000
I-- ALL OWNED AUTOS BODILY INJURY
(Per person) $
- SCHEDULED AUTOS
~ HIRED AUTOS BODILY INJURY
$
~ NON-OWNED AUTOS (Per acadent)
I- PROPERTY DAMAGE $
(Per acadent)
RRAGE UABILITY AUTO ONLY. EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
B :i]ESSIUMBRELLA LIABILITY TUE595594101 12/31/06 12/31107 EACH OCCURRENCE $15000000
X OCCUR D CLAIMS MADE AGGREGATE $15000.000
$
~ DEDUCTIBLE $
X RETENTION $ 10000 $
WORKERS COMPENSATION AND WC STATU- I 10J~'
A EMPLOYERS' LIABILITY CP0399223703 12/31/06 12/31/07 $1.000.000
ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? E l DISEASE. EA EMPLOYEE $1.000000
~~~tl~tS~~~~s1oNS below E L DISEASE - POLICY LIMIT $1.000,000
C OTHER Pollution CPL921716901 12/31/06 12/31/07 $1,000,000 each claim
Liabijity $1,000,000 aggregate
DESCRIPTION OF OPERATIONS' LOCATIONS 'VEHICLES' EXCLUSIONS ADDED BY ENDORSEMENT' SPECIAL PROVISIONS
RE: Downtown Water Main Phase III, Project No. 00-19
City of Port Angeles is additional insured per the attached endorsement.
CANCELLATION
I
I
I
I
I
I
I
I
I
I CERTIFICATE HOLDER
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Port Angeles DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -AS.... DAYS WRITTEN
Attn: Eric Walrath NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
321 East Fifth Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
PO Box 1150 REPRESENTATIVES.
Port Angeles, WA 98362-0217 ~~ESENTATIVE
. ;;:;' ~
.a
ACORD 25 (2001/08) 1 of 2
#S190716/M157583
BGSOO
@ ACORD CORPORATION 1988
I
I
I
I
I
I
IMPORTANT
I
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
I
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
I
DISCLAIMER
I
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatIvely or negatively amend, extend or alter the coverage afforded by the poliCies listed thereon.
I
I
I
I
I
I
I
I
I
I
I
ACORD 25-8 (2001/08) 2 of2
I
#S190716/M157583
I
I
(I
.ZURil:CH
I
Additional Insured - Automatic-Owners, Lessees Or
Contractors - Broad Form
I
Eff Date of Pol
Ex Date of Pol.
Eff Date of End
Producer
Add'] Prem
Return Prem
I
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
I
This endorsement modified insurance provided under the:
Commercial General Liability Coverage Part
I
A.
WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you
are required to add as an additional insured on this policy under a written contract or written agreement.
The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal
and advertising injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY
DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but
only if:
I
B.
I
I
1. The "bodily injury" or "property damage" results from your negligence; and
2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from:
I
a. Your ongoing operations; or
I
b. "Your Work" completed as included in the "products-completed operations hazard",
perfonned for the additional insured, which is the subject of the written contract or written
agreement.
C.
However, regardless of the provisions of paragraphs A. and B. above:
I
1. We will not extend any insurance coverage to any additional insured person or organization:
I
a. That is not provided to you in this policy; or
b. That is any broader coverage than you are required to provide to the additional insured person or
organization in the written contract or written agreement; and
I
2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the
lower of:
I
a. The Limits of Insurance provided to you in this policy; or
b. The Limits of Insurance you are required to provide in the written contract or written agreement.
I
D.
The insurance provided to the additional insured person or organization does not apply to:
I
1. "Bodily Injury", "property damage" or "personal and advertising injury" that results solely from negligence
of the additional insured; or
I
U-GL-1175-A CW (9/03)
Includes ropyrighted material ofInsurance Services Office, Inc. With Its permission Page - 1 _
I
2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or
failure to render any professional architectural, engineering or surveying services including:
I
a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
I
b. Supervisory, inspection, architectural or engineering activities.
I
E.
The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim:
I
2. We receive written notice of a claim or "suit" as soon as practicable; and
I
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued
by another insurer under which the additional insured also has rights as an insured or additional insured.
F.
The insurance provided by this endorsement is primary insurance and we will not seek contribution from any
other insurance available to any additional insured person or organization unless the other insurance is provided
by a contractor other than you for the same operations and job location. Then we will share with that other
insurance by the method described in paragraph 4.c of SECTION IV - COMMERCIAL GENERAL
LIABILITY CONDITIONS.
I
I Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written.
I
I
I
I
I
I
I
I
I
I
I
U-GL-1175-A CW (9/03)
Includes COPYrIghted matenal ofInsurance ServIces Office, Inc with Its permIssion Page - 2 _
I
I
I
I
I
I
I
POUCYNUMBE~ CPO 3992237-03
COMMERCIAL GENERAL LIABILITY
CG 25 03 03 97
TIllS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies msurance provided under the following:
COMMERCIAL GENERAL LIABll..ITY COVERAGE PART
SCHEDULE
Designated Construction Projects:
A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE
THE NAMED INSURED IS PERFORMING OPERATIONS; HOWEVER, A GENERAL
AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE
NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP-
UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM.
(lfno entry appears above) inrormationrequired to complete this endorsement will be shown in the Declarations as applicable
to thisendorsemenL)
A. For all sums which [be insured becomes legally
obligated to pay as damages cansed by "occur-
rences" under COVERAGE A (SECTION I), and
for all medical expenses caused by accidents under
COVERAGE C (SECTION I)) which can be att-
ributed only to ongoing operations at a single des-
ignated conslruction project shown in the Schedule
above:
1. A separate Designated Construction Project
General Aggregate Limit applies to each des-
ignated construction Project, and that limit is
equal to the amount of the General Aggregate
Limit shown in the Declarations.
2. The Desigt!ated Construction Proj~ct General
Aggregate Limit is the most we will pay for the
sum of all damages under COVERAGE A, ex-
cept damages because of "bodily injnry" or
"property damage" included in the "products-
completed operations hazard:" and for medical
expenses unaer COVERAG~ C regardless of
the number of:
a. Insureds;
b. Claims made or "suits" brought; or
Co Persons or organizations making claims or
bringing "suits".
3. Any payments made under COVERAGE A for
damages or under COVERAGE C for medical
expenses shall reduce the Designated Con-
struction Project General Aggregate Limit for
that designated construction {Jroject. Such pay-
ments shan not reduce the General Aggregate
Limit shown in the Declarations nor shall they
reduce any other Designated Construction Pm.
ject General Aggregate Limit for any other
designated construction project shown in the
Schedule above.
4. The limits shown in the Declarations for Each
OcctllTence) Fire Damage and Medical Ex-
pense continue to apply. However. instead of
being subject to the General Aggre&ate Limit
shown in the Declarations. such limits will be
subject to the applicable Designated Construc-
tion Project General Aggregate Limit
B. For all sums which the insured becomes legally
obligated to pay as damages ca1J5ed by "occur-
rences. under COVERAGE A (SECTION 1), and
for all medical expenses caused by accidents under
COVERAGE C (SECTION I)) which cannot be
attributed only to ongoing operations at a single
designated construction project shown in the Sched-
ule above:
1. Any payments mndeunder COVERAGE A for
damages or under COVERAGE C for medical
expenses shall reduce the amount available un-
der the General Aggregate Limit or the Prod-
ucts-Completed Operations Aggregate Limit)
whichever is applicable; and
2. Such payments shall not reduce any Designated
Construction Project General Aggregate Limit
C. When coverage for liability arising out of the
"products-completed operations hazard" is provided,
any payments for damages because of "liodily in-
jury" or .property damage" included in the "pro-
ducts-completed operations hazard" will reduce the
Products-Completed Operations Aggregate Limit,
and not reduce the General Aggregate Limit nor
the Designated Construction Project General Ag-
gregate Limit
CG 25 03 03 97
Copyright, Insurance Services Office, Inc., 1996
Page 10f2 0
AGENT COPf
I
I
D. If the applicable designated construction project
has been abandoned, delayed, or abandoned and
then restarted, or if the authorized contracting
parties deviate from plans, blueprints, designs,
specificatioDS or timetables, the project will sbll be
deemed to be the same construction project
E. The provisions of limits Of Insurance (SECTION
lll) not otherwise modified by this endorsement
shall continue to apply as stipulated.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 2 on
Copyright, Insurance Services Office.Ine., 1996
CG 25 03 03 97 0
I
AGENT COPY
I
DATE (MM/DDIYY)
COMPANY
Travelers Insurance Company
EFFECTIVE DATE
TERMINATED IF CHECKED
SUB CODE:
LOAN NUMBER
Construction Inc.
ATIMA
10/15/07
THIS REPLACES PRIOR EVIDENCE DATED.
All Risk, Builder's Risk, Including Earthquake & Flood
and Flood Deductible 2%/$50,000 Minimum
$2,418,737 $5,000
~EMAR.m'1Tnffi ,"'tn ~'s 'eeiltco~ail:lo !~."";~, <
""""M~,' . " J~\JXI!iJ~J!~L, 9 R ',w ,., ~< ",H ,=
J;At4mtA~leN' / '^ }r /'>
THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD
POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 4 5 DAYS
WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT
INTEREST, IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW
~D~Dljr;l~lo.NAI""~'N",7!R~ e/sw':r", ""v,"t;"::Z2;')> ro, '"
,~ vt;;L<~^^~ t ; ,t;W" > ~ 4' 'v,~-"'~ , ;;,,~;
NAME AND ADDRESS
City of Port Angeles
Public Works & Utilities Department
Attn: Eric Walrath
4509 Guide Meridian
Bellingham, WA 98226-9193
I
;lCP~[f~;7;f$/~~YIF1!qj;' .
LOSS PAYEE
LOAN #
ADDITIONAL INSURED
X Owner
SCANNED
t4/w u ./JL,
AUTHORIZED REPRESENTATIVE
~;;:;:-~~
>$
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond # 08899612
KNOW ALL MEN BY THESE PRESENTS: I
That we, the undersigned,IMCQ, General Construction, aJ1~rincipal, and Fidelity and
De osit Com an of Mar land a corporation, organized and existing under the
laws of the State of ,~fi y corporation, and qualified under the laws of the State
of Washington to ~ecome surety upon bonds of contractors with municipal corporations as surety,
are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of
$ 2.418.736.99 for the payment of which sum on
demand we bind ourselves and our successors, heirs, administrators or personal representatives,
as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington and the
ordinances of the City of Port Angeles.
Dated at Tacoma
, Washington, this 12t~ay of September
,2007 .
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said IMCQ, General
Construction, Inc. theabovebou'nded
Principal, a certain contract, the said contract being numbered 00-19, and providing for Downtown
Water Main Phase III (which contract is referred to herein and is made a part hereof as though
attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and
undertake to perform the"work therein provided for in the manner and within the time set forth; now,
therefore,
If the said Principal, IMCO General Construction, Inc. . shall faithfully
perform all of the provisions of said contract in the manner and within the time therein set forth, or
within such extensions of time as may be granted under said contract, and shall pay all laborers,
mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or
subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify
and hold the City of Port Angeles harmless from any damage or expense by reason of failure of
performance as specified in said contract or from defects appearing or developing in the material
or workmanship provided or performed under said contract within a period of one year after its
acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void;
but otherwise, it shall be and remain in full force and effect.
Signed this 12thdayof September
. Fidelity and Deposit
Company of Maryland
Surely ~
By. ~~ ~#-
,20~.
IMCQ General Construction, Inc.
Principal
..........9
,.' S I/o
,,<> CON TF1~ I/??,
,"'#; ",,,........ ~h "'~
." 0 It4 '" ,/"\ .,
1;<, .~ -.'.. ~i' ~
.~.. IA.... V .,
~ ,~. " - ....,
.. ~ ~~:;
: ,... ;,9 ......... ~ ,,;.. ~
'-'-v ~ 1\,\ .",
~ 0 i Se. ~\..o i. ,
~ O~ ~ ~ ; ('
'" ~1. ....8....- ~ ~
";,.. " '\ 97 9 ..J' ...'"
.t:.C\')"'. .~/.
0(1 14 ~ 'D"Doanofll)~f1\ ,-.:-......
Eri c Zimmerman 253-759-2200 vDQ/'trlj S~" I""
Agent Contact and Phone Number t''''l _-
" jZ~fen Swanson, Attorney-in,..Fact
, Title ", r
999 3rd--kJenue, Suite 3350
Seattle. WA 98104
Surety Address
l .. "
SS,eve Lepere 206-622-1101
Surety Contact and Phone Number
PW 0407_02 Part02 [Revised 5/12/06)
II - 9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations o~the S ~aryland, by FRANK E.
MARTIN JR., Vice President, and GREGORY E. MURRAY, ASSIstant SecretaR'rln SJ} )~thonty granted by
ArtIcle VI, Section 2, of the By-Laws of saId Comparues, WInCh~re se )~ se SI fand are hereby
certIfied to be m full force and effect on the date hereof, doe , co ~ ric A.
"
ZIMMERMAN, Kip W. VANDEVENTER, J ~a acy CUTBIRTH, Joanne
REINKENSMEYER, Vicki POLLY S , nn ~ ennifer SNYDER, all of Tacoma,
Washington, EACH ItS ~~~nd - t, 0 make, execute, seal and delIver, for, and on ItS behalf
as surety, and as ItS ~~~~ ~ a~~ undertakings, and the executIOn of such bonds or undertakmgs in
pursuance of these p\jS~, s 1~Wi\\~!~lllg:?pon said Compames, as fully and amply, to all mtents and purposes, as If
they had been duly e ~~ledged by the regularly elected officers of the Company at ItS office m Baltimore,
Md., m theIr own pr r rsons. ThIS power of attorney revokes that Issued on behalfofEnc A. ZIMMERMAN, Kip W.
VANDEVENTER, James B. BINDER, Karen SWANSON, Stacy CUTBIRTH, Joanne REINKENSMEYER, VIcky POLLY,
Bonny SMITH, Anne STRIEBY, Jennifer SNYDER, dated January 31,2007.
The saId ASSIStant Secretary does hereby certIfy that the extract set forth on the reverse side hereof IS a true copy of ArtIcle VI,
Section 2, of the By-Laws of saId Comparues, and is now m force.
IN WITNESS WHEREOF, the saId VIce-PresIdent and ASSIstant Secretary have hereunto subscnbed theIr names and
affixed the Corporate Seals of the saId FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY, thIS 12th day of February, A.D. 2007.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
4-{' !1/41-V~5
-J&t!t ZJ1~-c;)---
By:
Gregory E Murray ASSistant Secretary Frank E Martm Jr
Vice PreSident
State of Maryland } ss:
CIty of Baltimore
On tIns 12th day of February, A.D. 2007, before the subscnber, a Notary PublIc of the State of Maryland, duly
commissIOned and qualIfied, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, to me personally known to be the indIVIduals and officers descnbed m and who
executed the precedmg mstrument, and they each acknowledged the execution of the same, and bemg by me duly sworn,
severally and each for hImself deposeth and salth, that they are the saId officers of the Compames aforesaid, and that the seals
affixed to the precedmg mstrument IS the Corporate Seals of saId Compames, and that the saId Corporate Seals and theIr
SIgnatures as such officers were duly affixed and subscnbed to the saId mstrument by the authonty and directIOn of the saId
CorporatIOns.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my OffiCIal Seal the day and year first abm(e
wrItten.
,,\\\:; I \~ "",//
...,' \ \ ~:....... "~(~.z
$ ~""I~())/. "':<'~
:' .' ( .1,'1' :~ ~
~l\. c, I"i
r'~'~C: '. "-
1- t:... 'i', 1(' /(.~,
"i,.('l.~""""~~",~
'111'~,c;~~\~\\\\
/)
~D~
Maria D Adamski Notary Public
My ComnussIOn ExpIres July 8, 2007
POA-F 180-2849
I
I
I
I
I
I
I
I
I
I
I
I
I
I .aa"OOO~oo.
.~a PDp
~",,"~~!m~;~~~~~l Construction, Inc.
'to ,.,~/ ~"OiO PO~", '"
~ \;.J, J". , V ~
I O~.. r..p B ~~,
-. ~f sitj;~J:pa;~el>~r+nt. 'no{ ec.X0~
~, ~ - --. 'f"1 ~ ~.:;; >:> ,
~ C \ ~()~ i ~~ J
ICe ~ :oobc!.,f'Fl8'eli.tf:lmq5beposit Company of Maryland
. '? "'.".....~
~"<f'l/i\l p"'\ C? . .
c'UJBy:".l' ~ ~~n--
I Karen Sw~n~on
Attom€Y-ill.:.I:~~t
I
I
RELEASE OF RET AINAGE BOND OF CONTRACTOR
Bond No. 08899613
KNOW ALL MEN BY THESE PRESENTS; That we Imco General Construction, Inc.
(hereinafter called Principal), and Fidelity and Deposit Company of Maryland a corporation
organized and doing business under and by virtue of the laws of the state of Maryland, and duly,
licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or
undertakings required and authorized by the State of Washington, (hereinafter called Surety), as
Surety, are held firmly bound unto City of Port Angeles, (hereinafter called Obligee) in the just
and full sum of ONE HUNDRED TWENTY THOUSAND NINE HUNDRED THIRTY-SIX
AND 85/l00THS ($120,936.85) plus 5% of any increases in the contract amount that have
occurred or may occur, due to change orders, increases in the quantities of the addition of any
new item of work
THE CONDITIONS OF THIS OBIGATION ARE SUCH THAT, Whereas, the said Principal on
or about the 12th day of September, 2007, entered into a written contract with the said oblige for
Downtown Water Main Phase III which said contract is hereby referred to and made a part
hereof by reference.
WHEREAS, Pursuant to Chapter 60.28 RCW, the above named Principal has requested release
of retained percentage earned or which may be earned under said contract, and,
WHEREAS, the oblige is willing to release retained percentage in advance of contract terms
relating to payment provided the principal shall file bond to indemnify the oblige for all loss,
cost or damages which the oblige may sustain by reason of payment of retainage to the principal,
which bond shall be subject to all claims and liens in the same manner and same priority as apply
to the retainage percentage released, or to be released,
NOW, THEREFORE, the condition of this obligation is such that if the principal shall indemnify
the obligee for all loss, cost or damages which the oblige may sustain by reason of payment of
retained percentage to the principal then this obligation shall be null and void unless otherwise to
remain in full force and effect.
IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly
signed and sealed this 12th day of September, 2007.
- . I .
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporatlOnsafthe S ~aryland, by FRANK E.
MARTIN JR, Vice PreSIdent, and GREGORY E MURRAY, AssIstant Secreta 1 5!} lhNfithonty granted by
ArtIcle VI, SectIon 2, of the By-Laws of saId Compallles, whIc~hre se ~ se SI fand are hereby
certIfied to be in full force and effect on the date hereof, doe , co ~ ric A.
. 0
ZIMMERMAN, Kip W. VANDEVENTER, J ~a acy CUTBIRTH, Joanne
REINKENSMEYER, Vicki POLLY S , nn b. ennifer SNYDER, all of Tacoma,
Washington, EACH ItS ~~~nd - t, 0 make, execute, seal and deliver, for, and on ItS behalf
as surety, and as ItS~~~~ ~a~~ undertakings, and the executIon of such bonds or undertakmgs m
pursuance of these p't(s;~~, s alH50\~~ng;rpon saId Compallles, as fully and amply, to allmtents and purposes, as If
they had been duly e~ ~~ledged by the regularly elected officers of the Company at ItS office m BaltImore,
Md., III theIr own pr~r rsons. ThIS power of attorney revokes that Issued on behalf of Enc A. ZIMMERMAN, KIp W
VANDEVENTER, James B. BINDER, Karen SWANSON, Stacy CUTBIRTH, Joanne REINKENSMEYER, Vicky POLLY,
Bonny SMITH, Anne STRIEBY, JennIfer SNYDER, dated January 31,2007.
The said ASSIStant Secretary does hereby certify that the extract set forth on the reverse SIde hereof IS a true copy of Article VI,
SectIon 2, of the By-Laws of saId Compames, and is now ill force.
IN WITNESS WHEREOF, the saId VIce-PresIdent and Assistant Secretary have hereunto subscnbed theIr names and
affixed the Corporate Seals of the saId FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY, thIS 12th day of February, A.D. 2007.
ATTEST'
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
~-/f < f1/~~6
-Jltff!t Z J1?Zi-cJ/
By:
Gregory E Murray ASSistant Secretary Frank E. Martm Jr.
Vice PreSident
State of Maryland } 55:
CIty of BaltImore
On thIS 12th day of February, A.D. 2007, before the subscnber, a Notary PublIc of the State of Maryland, duly
comnusslOned and qualIfied, came FRANK E. MARTIN JR., VIce PreSIdent, and GREGORY E. MURRAY, ASSIstant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, to me personally known to be the IlldIvIduals and officers deSCrIbed m and who
executed the precedmg mstrument, and they each acknowledged the execution of the same, and bemg by me duly sworn,
severally and each for hImself deposeth and saIth, that they are the saId officers of the Compallles aforesaid, and that the seals
affixed to the precedmg mstrument IS the Corporate Seals of saId Compallles, and that the saId Corporate Seals and theIr
SIgnatures as such officers were duly affixed and subscnbed to the saId mstrument by the authonty and dIrection of the saId
CorporatlOns.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my OffiCIal Seal the day and year first above
wntten.
\\111111111/
\.\,,~\ ~.\' ..!~:.~(!II"I't:
$ \:....'H{Jt~ .{<.~
:- t 't.'J'\~~
~ \ 1 ( c _ !~:-
rr\~' ,,:.
'~:r...:('l' / , (. .' .~. ,~
"'"('l((.,...,,.~~,~
"III~~(:Wi~\\\\
~D~
Maria D Adamski Notary Public
My ComnusslOn ExpIres: July 8, 2007
POA-F 180-2849
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART III
SPECIAL PROVISIONS AND SUBMITTALS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
- SPECIAL PROVISIONS
The following Special Provisions are made a part of this contract and supersede any conflicting
provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, and the
foregoing Amendments to the Standard Specifications.
Several types of Special Provisions are included in this contract; General, Region, Bridges and
Structures, and Project Specific. Special Provisions types are differentiated as follows:
(date)
(******)
. General Special Provision
Notes a revision to a General Special Provision
and also notes a Project Specific Special
Provision.
Region Special Provision
Bridges and Structures Special Provision
(Regions 1 date)
(BSP date)
General Special Provisions are similar to Standard Specifications in that they typically apply to
many projects, usually in more than one Region. Usually, the only difference from one project to
another is the inclusion of variable" project data, inserted as a "fill-in".
Region Special Provisions are commonly applicable within the designated Region. Region
designations are as follows:
Regions 1
ER
NCR
NWR
OR
SCR
SWR
Eastern Region
North Central Region
Northwest Region
Olympic Region
South Central Region
Southwest Region
WSF
Washington State Ferries Division
Bridges and Structures Special Provisions are similar to Standard Specifications in that they
typically apply to many projects, usually in more than one Region. Usually, the only difference from
one project to another is the inclusion of variable project data, inserted as a "fill-in".
Project Specific Special Provisions normally appear only in the contract for which they were
developed.
INTRODUCTION/ORDER OF PRECEDENCE
Section 1-04.2 of the Standard Specifications for the general order of precedence for inconsistency
in the parts of the Contract is deleted and replaced with the following. The order of precedence in
the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or
other technical requirements of this Project Manual is as follows:
1. Addenda
2. Special Provisions
3. Project Plans, as set forth in Attachment H.
4. Project Manual
5. Washington State Department of Transportation 2006 Standard Specifications for Road,
Bridge, and Municipal Construction (English Units), referred to herein as the Standard
Specifications.
6. Current edition of the City of Port Angeles Urban Services Standards and Guidelines
7. Washington State Department of Transportation Standard Plans, as referenced on page 111-
42
8. Attachments (exclusive of Attachment H) as listed in the Table of Contents of the Project
Manual.
STANDARD SPECIFICATIONS
This Contract incorporates the Washington State Department of Transportation 2006 Standard
Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as
the Standard Specifications. Unless otherwise superseded as detailed above, the Standard
Specifications describe the general requirements, description, materials, construction requirements,
measurement and payment of work to be completed under this Contract.
SPECIAL PROVISIONS
The following Special Provisions supersede any conflicting provisions of the Standard
Specifications and are made a part of this contract. The Sections referenced in these Special
Provisions refer to Sections of the Standard Specifications.
REDEFINITIONS
The term "State" is redefined to mean the City of Port Angeles for this project.
The term "Commission" is redefined for this project to mean the City Council of the City of Port
Angeles.
The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of
Port Angeles.
The term "Department" is redefined to mean the City of Port Angeles Department of Public Works
and Utilities for this project.
The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City
Engineer for the City of Port Angeles.
The terms "Contracf' and "Project Manual" shall be interchangeable.
N IPROJECTSl00-19 DOWNTOWN WATERMAIN PHASE 3112 PROJEcr MANUALIP~T03 DOC
- 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995)
This contract provides for the improvement of water mains, sidewalk, and other work, all in accordance
with the attached Contract Plans, these Contract Provisions, and the Standard Specifications.
BID PROCEDURES AND CONDITIONS
PLANS AND SPECIFICATIONS
(******)
Section 1-02.2 of the Standard Specifications is supplemented with the following:
Information as to wbere Plans and specifications can be obtained or reviewed will be found in the
advertisement for the work placed in the Owner's official newspaper.
PROPOSAL FORMS
(******)
The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this
project.
Preparation Of Proposal
(March 13, 1995)
Alternative Bids
The bidding proposal on this project permits the bidder to submit a bid on one or more alternatives
for the construction of water main.
Bid Proposal
The bid proposal is composed of the following parts: Schedule A, Schedule B, and alternative
no. 1.
Schedule A includes items that do not change as to quantity, dimension, or type of
construction, regardless of the alternative bid.
The Alternative portion of the bid proposal contains all items which change as to material and
applies to Schedule B only.
Alternative No. 1
Alternative A 1 is based on constructing the water main with PVC pipe.
The bid items for Alternative No.1 are as listed in the bid proposal.
Bidding Procedures
The bidder shall submit a price on each and every item of work included in the bid Schedules
A and B. The bidder shall also submit prices on each and every item under the alternative.
The successful bidder may be determined by the lowest total of an alternative plus the base
bid. Award will be based on the lowest total subject to the requirements of Section 1-03.
DELIVERY OF PROPOSAL
(******)
N \PROJECTS\OO-19 DOWNTOWN WATE&'vlAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-4
Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now read
as follows:
Each proposal shall be submitted in accordance with the instructions outlined in the
ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK
LIST.
AWARD AND EXECUTION OF CONTRACT
PERFORMANCE BOND
In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall execute a
Performance Bond as provided in the Contract. The bond shall specify the surety name and
address and shall include a power-of-attorney appointing the signatory of the bond as the person
authorized to execute it.
SCOPE OF THE WORK
DESCRIPTION OF WORK
(****"'**)
Section 1-04.3 of the Standard Specification is supplemented by the following:
See Advertisement for bid opening instructions.
CHANGES IN WORK
(*******)
Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the following:
All revisions, clarifications, field requests and field authorizations for construction contracts shall be
documented using the "REQUEST FOR INFORMATION" form. A construction contract change
order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI
form, PW-404_02.
Defin itions:
RFI: Request for Information (City of Port Angeles' Document PW 404_02)
CCO: Construction Change Order (City of Port Angeles' Document PW 404_04)
CONTRACTOR LAY DOWN I STORAGE AREA
(*******)
Section 1-04.9, Use of Buildings or Structures shall be amended to add the following:
The Contractor may use the City owned lot just northeast of Jack Pot filling station as a laydown /
storage area. A ground wire system for KONP exists approximately 3"-4" below grade that shall be
protected. A guy wire support for the radio tower also exists in one corner of the lot and shall be
protected. If the ground wire system or guy wire are broken, they shall be repaired and restored at
the Contractor's expense. The Contractor must provide for their own site security. The site must be
cleaned up and restored to the original condition at the completion of the project.
PROTECTION, RESTORATION AND CLEAN-UP
(*******)
Section 1-04.11, Final Cleanup, and Section 1-07.16, Protection and Restoration of Property, of the
Standard Specifications shall be supplemented with the following:
The work done under this item consists of restoring, cleaning and repairing private property
impacted by the work, and restoration of other existing features of the landscape which are deemed
N \PROJEcrs\OO-19 DOWNTOWN W ATER..\!AlN PHASE 3\12 PROJECT MANUALIPART03 DOC
-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
necessary by the Engineer. During construction in hollow sidewalk areas the Contractor shall
protect the buildings adjacent to the opened hollow sidewalk areas from unauthorized entry and
weather related damage.
The Contractor shall follow its trenching operation as soon as possible with its restoration work.
The Contractor will not be permitted to leave any particular area un-restored for more than two
weeks except in the case where he may be doing repair work on a line which has failed to meet test
specifications. Such restoration shall follow immediately. If restoration is not completed within two
weeks, the City, at it's discretion can complete the restoration work and deduct the cost from
monies due to the Contractor.
CONTROL OF WORK
PLANS AND WORKING DRAWINGS
(-)
Unless otherwise required by the Submittal Requirements, Section 1-05.3, "Plans and Working
Drawings", of the Standard Specifications shall apply.
1-05.4 Conformity With and Deviations from Plans and Stakes
1-05.4(1) Roadway and Utility Surveys
(October 1,2005 APWA GSP)
The Engineer shall furnish to the Contractor one time only all principal lines, grades, and
measurements the Engineer deems necessary for completion of the work. These shall
generally consist of one initial set of:
1. Slope stakes for establishing grading;
2. Curb grade stakes;
3. Centerline finish grade stakes for pavement sections wider than 25 feet; and
4. Offset points to establish line and grade for underground utilities such as water, sewers, and
storm drains.
On alley construction projects with minor grade changes, the Engineer shall provide only offset
hubs on one side of the alley to establish the alignment and grade.
AS-BUILT DRAWINGS
(******)
Section 1-05.5 is supplemented with the following:
As-built drawings are required to be maintained by the Contractor. The as-built drawings shall be a
record of the construction as installed and completed by the Contractor. They shall include all the
information shown on the contract set of drawings and a record of all construction deviations,
modifications or changes from those drawings which were incorporated in the work; all additional
work not appearing on the contract drawings; all design submittals, including electrical schematics;
and all changes which are made after final inspection of the contract work.
The Contractor shall mark up a set of full size plans using red ink to show the as-built conditions.
These as-built marked prints shall be kept current and available on the job site at all times, and be
made available to the City Engineer upon request. The changes from the contract plans which are
made in the work or additional information which might be uncovered in the course of construction
shall be accurately and neatly recorded as they occur by means of details and notes. No
construction work shall be concealed until it has been inspected, approved, and recorded. The
drawings shall show at least the following:
N 'PROJECTS\OO-19 DOWNTOWN WATER.'MIN PHASE 3\12 PROJECT MANUAL'PART03 DOC
-6
a. The location and description of any utilities or other installations known to exist and or
encountered within the construction area. The location of these utilities shall include an
accurate description, dimensions, and at least 2 ties to permanent features for all utilities
encountered.
b. The location and description of all facilities and appurtenances installed by the Contractor.
The location of facilities and appurtenances shall include accurate dimensions and at least
2 ties to permanent features for all major components, including gate valves.
The City of Port Angeles has the right to deny progress payments for completed work if as-built
records, as required by this section, are not available on the job site for the work that has been
completed by the date of the payment request.
Final as-builts shall be delivered to the City Engineer at the time of final inspection for review and
approval. As-built drawings must be approved by the City Engineer before final payment will be
made. See Submittal Requirements for additional information.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be identified in
the written notice, with Contracting Agency forces or by such other means as the Contracting
Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to
be an emergency situation, the Engineer may have the defective and unauthorized work
corrected immediately, have the rejected work removed and replaced, or have work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy
could be potentially unsafe, or might cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to perform,
shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or
to become due, the Contractor. Such direct and indirect costs shall include in particular, but
without limitation, compensation for additional professional services required, and costs for
repair and replacement of work of others destroyed or damaged by correction, removal, or
replacement of the Contractor's unauthorized work. .
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights provided
by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's
right to pursue any other avenue for additional remedy or damages with respect to the Contractor's
failure to perform the work as required.
N 'PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUALIPART03 DOC
-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GUARANTEESIWARRANTIES
(-)
Section 1-05.10 is supplemented with the following:
The Contractor shall guarantee all materials and equipment furnished and work performed for a
period of one (1) year from the date of physical completion. The contractor shall warrant and
guarantee for a period of one (1) year from the date of substantial completion of the system that the
completed system is free from all defects due to faulty materials or workmanship and contractor
shall promptly make such corrections as may be necessary by reason of such defects including the
repairs of any damage to other parts of the system resulting from such defects. The City will give
notice of observed defects with reasonable promptness. In the event that the contractor should fail
to make such repairs, adjustments, or other work that may be made necessary by such defects, the
City may do so and charge the contractor the cost thereby incurred. The Performance Bond shall
remain in full force and effect through the guarantee period. All costs associated with this item shall
be incidental to the contract prices for the various bid items.
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so
notify the Enginee~ and request the Engineer establish the Substantial Completion Date. The
Contractor's request shall list the specific items of work that remain to be completed in order to
reach physical completion. The Engineer will schedule an inspection of the work with the
Contractor to determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will
set the Substantial Completion Date. If, after this inspection the Engineer does not consider the
work substantially complete and ready for its intended use, the Engineer will, by written notice,
so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. Tile Contractor
shall provide the Engineer with a revised schedule indicating when the Contractor expects to
reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion
Date and the Contractor considers the work physically complete and ready for final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection, the
Contractor by written notice, shall request the Engineer to schedule a final inspection. The
Engineer will set a date for final inspection. The Engineer and the Contractor will then make a
final inspection and the Engineer will notify the Contractor in writing of all particulars in which
the final inspection reveals the work incomplete or unacceptable. The Contractor shall
immediately take such corrective measures as are necessary to remedy the listed deficiencies.
Corrective work shall be pursued vigorously, diligently, and without interruption until physical
N IPROJEcrsIOO-19 DOWNTOWN WATERMAIN PHASE 3112 PROJECT MANUALIPART03 DOC
- 8
completion of the listed deficiencies. This process will continue until the Engineer is satisfied the
listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written
notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the work was considered physically complete. That
date shall constitute the Physical Completion Date of the contract, but shall not imply
acceptance of the work or that all the obligations of the Contractor under the contract have
been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete
and operable system. Therefore when the work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation
systems; buildings; or other similar work it may be desirable for the Engineer to have the
Contractor operate and test the work for a period of time after final inspection but prior to the
physical completion date. Whenever items of work are listed in the Contract Provisions for
operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and
following the test period, the Contractor shall correct any items of workmanship, materials, or
equipment which prove faulty, or that are not in first class operating condition. Equipment,
electrical controls, meters, or other devices and equipment to be tested during this period shall
be tested under the observation of the Engineer, so that the Engineer may determine their
suitability for the purpose for which they were installed. The Physical Completion Date cannot
be established until testing and corrections have been completed to the satisfaction of the
Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to sllccessfully
complete operational testing, shall be included in the unit contract prices related to the system
being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the contract.
(March 13, 1995)
Cooperation With Other Contractors
Section 1-05.14 is supplemented with the following:
Other Contracts Or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will be
performed by others during the course of this project and may require coordination of the work:
Port Angeles International Gateway
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
N IPROJECfS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECf MANUALIPART03 DOC
-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the work, unless the contract includes power and water as a pay
item.
Add the following new section:
1-05.17 Oral Agreements
(October 1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,
either before or after execution of the contract, shall affect or modify any of the terms or obligations
contained in any of the documents comprising the contract. Such oral agreement or conversation
shall be considered as unofficial information and in no way binding upon the Contracting Agency,
unless subsequently put in writing and signed by the Contracting Agency.
1-07 LEGAL RELATIONS AND RESPONSIBiliTIES TO THE PUBLIC
1-07.1 laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramolJnt
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the project site,
all articles necessary for providing first aid to the injured. The Contractor shall establish, publish,
and make known to all employees, procedures for ensuring immediate removal to a hospital, or
doctor's care, persons, including employees, who may have been injured on the project site.
Employees should not be permitted to work on the project site before the Contractor has
established and made known procedures for removal of injured persons to a hospital or a doctor's
care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from their
failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all persons and property in the
performance of the work. This requirement shall apply continuously, and not be limited to normal "
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor's performance does not, and shall not, be intended to include review and adequacy of
the Contractor's safety measures in, on, or near the project site.
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
State Sales Tax
(******)
Section 1-07.2(0)
State Department of Revenue Rule 171 applies to Schedule A of the Bid Form and requires the
Contractor to include State sales tax in the various unit bid prices. State Department of Revenue
Rule 170 applies to Schedule B of the Bid Form and Alternative No.1 and requires the Contractor
N 'l'ROJECTS\OO-19 DOWNTOWN W ATERMAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 10
to collect retail sails tax on the full contract prices for Schedule B and Alternative No 1 work actually
performed.
1-07.2 State Sales Tax
(October 1, 2005 APWA GSP)
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the State sales tax.
Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor sh041d
contact the Washington State Department of Revenue for answers to questions in this area.
The Contracting Agency will not adjust its payment if the Contractor bases a bid on a
misunderstood tax liability.
.,
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contmct
amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3)
describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract-
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its
payments to the Contractor any amount the Contractor may owe the Washington State
Department of Revenue, whether the amount owed relates to this contract or not. Any amount
so deducted will be paid into the proper State fund.
1-07.2(2) State Sales Tax - Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads,
etc., which are owned by a municipal corporation, or political subdivision of the state, or by the
United States, and which are used primarily for foot or vehicular traffic. This includes storm or
combined sewer systems within and included as a part of the street or road drainage system
and power lines when such are part of the roadway lighting system. For work performed in
such cases, the Contractor shall include Washington State Retail Sales Taxes in the various
unit bid item prices, or other contract amounts, including those that the Contractor pays on the
purchase of the materials, equipment, or supplies used or consumed in doing the work.
1-07.2(3) State Sales Tax - Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited to,
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system; and
installing or attaching of any article of tangible personal property in or to real property, whether
or not such personal property becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not include
the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule
170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable
N \PROJECTS\Oo..19 DOWNTOWN WATERIWAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I"
I
I
I
I
I
I
I
I
I
I
I
I
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item
prices or in any other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
PERMITS AND LICENSES
(******)
Section 1-07.6 is supplemented with the following:
No hydraulic permits are required for this project unless the Contractor's operations use, divert,
obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the
State or materials from gravel or sand bars, or from stream beds. A shoreline permit is required for
work under this project, and has been included in this contract as an attachment. All requirements
of the shoreline permit shall be adhered to by the Contractor. All costs related to adhering to the
shoreline permit shall be included in the overall cost of the contract - no addition~1 payment will be
made to the Contractor for work required to meet the requirements of the shoreline permit.
UTILITIES AND SIMILAR FACILITIES
Section 1-07.17 is supplemented by the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
The Contractor shall call the Utilities Underground Location Center (One Call Center), 1-800-
424-5555, for field location not less than two nor more than ten business days before the
scheduled date for commencement of excavation which may affect underground utility
facilities, unless otherwise agreed upon by the parties involved. A business day is defined as
any day other than Saturday, Sunday, or a legal local, State or Federal holiday.
The Contractor is alerted to the existence of Chapter 19.22 RCW, a law relating to
underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the
Contractor's expense.
No excavation shall begin until all known facilities in the vicinity of the excavation area have
been located and marked.
The following addresses and telephone numbers of utility companies known or suspected of having
underground facilities within the project limits are supplied for the Contractor's convenience:
Qwest Communications (telecommunications)
635 Oakridge Drive
Port Angeles, WA 98362
Telephone: 452-2184
City of Port Angeles - Department of Public Works & Utilities (water, sewer, stormwater, power)
321 East Fifth Street
Port Angeles, WA 98362
Telephone: 417-4807 (Underground utility location assistance)
Wave Broadband Television (cable TV)
725 East First Street
Port Angeles, WA 98362
Telephone: 452-8466
N IPROJECTSIOO-19 DOWNTOWN WATER.\fAIN PHASE 3112 PROJECT MANUALIPART03 DOC
- 12
Capacity Provisioning, Inc. (Telecommunications)
116% West Eighth Street
Port Angeles, WA 98362
460-9159
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6
and 7 of the City's standard Public Works Contract in Part II of the Project Manual.
PUBLIC CONVENIENCE AND SAFETY
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work
with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets,
sidewalks, and paths within the project limits, keeping them open, and in gl)od, clean, safe condition
at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's
expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor
when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also
maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the
Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all
projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The
Contractor shall perform the following:
1. Remove or repair any condition resulting from the work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the work
proceeds. (The Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the approval
of the Engineer. When the scope of the project does not require work on the roadway, the
Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cloaning of existing
drainage structures will be at the Contracting Agency's expense when approved by the
Engineer, except wheR flow is impaired due to the Contractor's operations.
(******)
Section 1-07.23 is supplemented with the following:
The construction safety zone for this project is 20 feet from the outside edge of the traveled way.
During the actual hours of work, unless protected as described above, only materials absolutely
necessary to construction shall be within the safety zone and only construction vehicles absolutely
necessary to construction shall be allowed within the safety zone or allowed to stop or park on the
shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park
within the safety zone at any time unless protected as described above.
Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each workday
N IPROJECTS\OO-I9 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUALIPART03 DOC
- 13
I
:1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I . Prior to cutting across driveways and business or parking accesses, the Contractor MUST NOTIFY
ALL OWNERS AT LEAST 24 HOURS IN ADVANCE or the closure will not be allowed. No extension
of time shall be granted for delays caused by closures not allowed for lack of advance notice
I
I
I
I
I
I
I
I
I
I
I
I
I
or sooner if there is an unanticipated adverse impact on the safety of the traveling public.
Deviation from the above requirements shall not occur without prior written approval from the Project
Engineer.
In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the following
provisions shall apply:
There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or
sirens. The Contractor shall alert all traffic control personnel and other workers of this requirement.
2. The Contractor shall notify the Engineer at least two work days in advance of the need to
restrict parking within the project limits.
Fvery effort shall be made to limit restrictions to access of businesses to short periods of time. The
Contractor may be required to address business access concerns on short notice. Modification(s) to
tile contract to compensate the Contractor for delays due to access concerns shall be limited to arl
extension of contract time and only be made if such change results in an impact on the delivery
schedule of more than one day and/or a significant change in anticipated labor or equipment
requirements.
1-07.24 Rights of Way
(October 1,2005 APWA GSP)
Delete this section in its entirety, and replace it with the following:
Street right of way lines, limits of easements, and limits of construction permits are indicated in the
Plans. The Contractor's construction activities shall be confined within these limits, unless
arrangements for use of private property are made.
, Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this
are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued
Addendum.
Whenever any of the work is accomplished on or through property other than public right of way, the
Contractor shaU meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements may be included in the Contract Provisions or made available to the Contractor as soon
as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are
so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where
right of way, easements or rights of entry have not been acquired until the Engineer certifies to the
Contractor that the right of way or easement is available or that the right of entry has been received. If
the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes
entry onto easements and private property where private improvements must be adjusted.
N.\PROJECTS\00-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MA.J.'iUAL'PART03 DOC
- 14
The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written
permission of the private property owner, and, upon vacating the premises, a written release from the
property owner of each property disturbed or otherwise interfered with by reasons of construction
pursued under this contract. The statement shall be signed by the private property owner, or proper
authority acting for the owner of the private property affected, stating that permission has been
granted to use the property and all necessary permits have been obtained or, in the case of a release,
that the restoration of the property has been satisfactorily accomplished. The statement shall include
the parcel number, address, and date of signature. Written releases must be filed with the Engineer
before the Completion Date will be established.
1~08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25,2006 APWA GSP)
!\dd the following new section:
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(May 25,2006 APWA GSP)
Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than a.n 8-
hour work shift on a regular working day, as defined in the Standard Specifications, such work
shall be considered as overtime work. On all such overtime work an inspector will be present,
and a survey crew may be required at the discretion of the Engineer. In such case, the
Contracting Agency may deduct from amounts due or to become due to the Contractor for the
costs in excess of the straight-time costs for employees of the Contracting Agency required to
work overtime hours.
The Contractor by these specifications does hereby authorize the Engineer to deduct such
costs from the amount due or to become due to the Contractor.
HOURS OF WORK
(******)
'7:00 AM to 8:00 PM, unless otherwise approved in writing by the City Engineer.
PROGRESS SCHEDULE
(******)
Section 1-08.3 is supplemented with the following:
The Contractor shall prepare and submit to the Engineer a Critical Path Method (CPM) schedule, in
both electronic and hard copy format. The CPM shall include all aspects of the contract, including
procurement of materials, construction, testing, submittals, and inspection.
The Contractor shall develop the CPM schedule using the most current version of SureTrak
software by Primavera Systems, Inc., which shall be capable of operating in a Windows NT
environment or other as approved by the Project Engineer.
The Contractor shall submit, within 21 calender days of award of the contract, 3 sets of
complete CPM time-scaled logic diagram on 22" x 34" sheets with accompanying schedule
reports. An electronic copy shall also be submitted. The schedule diagrams shall show
activity numbers, descriptions, early-start dates, float, and all relationships. The diagrams
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
I
I
I
I
I
I
I
I
shall also show the sequence, order, and interdependence of activities in which the work is to
be accomplished.
The Contractor shall submit to the Engineer updates to the CPM schedule monthly and with
each Payment Request. The CPM schedule shall be accompanied by a written narrative
report describing current status and identifying potential delays. This report shall, at a
minimum, state whether the contract is on schedule, note any milestones that will not be met,
and comment on the projecfs current critical path as it relates to previously submitted critical
path.
The CPM deliverables shall be incidental to the contract, and the City will provide no additional
payment for work related to developing and maintaining the CPM schedule as required in this
contract.
The City may withhold payment as a result of incomplete CPM updates, as well as assess
liquidated damages per Section 1-08.9 if the schedule shows that work will not be completed
in a timely manner to meet the performance period of the contract.
, PROSECUTION OF WORK
Revise this section to read:
1-08.4 Notice to Proceed and Prosecution of the Work
(October 1, 2005 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall
not commence with the work until the Notice to Proceed has been given by the Engineer. The
Contractor shall commence construction activities on the project site within ten days of the Notice to
Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work
to the physical completion date within the time specified in the contract. VOluntary shutdown or
slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
Section 1-08.4 is supplemented with the following:
Only one block at a time shall be open for construction activities unless otherwise approved in
writing by the Project Engineer: No work shall commence in areas to receive pavers until"all
necessary materials are onsite to complete the work.
No work shall be performed east of Oak Street prior to September 4, 2007.
No work, other than any required maintenance or repair, shall be allowed from
November 16, 2007, through January 6, 2008 at the following locations:
North and south sides of First Street between Oak and Cherry Streets
West side of laurel Street between Front and First Streets
North side of Front Street between laurel and Oak Streets
All work begun in the above areas shall be substantially completed prior to November 16,
2007. The Contractor shall diligently pursue any work remaining to be substantially completed
in the areas indicated above as well as be assessed damages. Damages shall accrue at the
rate of $500.00 per day per business along the length of any above indicated block until such
N \PROJECfS\OO-19 OOWNTOWN WATERMAIN PHASE 3\12 PROJECT MA.'lUAL\PART03 DOC
- 16
time as the Project Engineer notifies the Contractor in writing that the work is substantially
completed. Any damages assessed and provided for in this section shall be deducted from
payments due or to become due the Contractor.
The Contractor may perform project related work in other areas from November 16, 2007,
through January 6, 2008, or may elect to suspend all work for his convenience. If the
contactor elects to suspend all project work during this time period, he shall be responsible, at
his sole expense, for the maintenance and protection of all work in areaR not used by traffic as
well as maintenance of the traveled way, detours, temporary facilities, road drainage, and
signs, lights, and barricades necessary for directing traffic and pedestrians through the project
area.
TIME FOR COMPLETION
(******)
Section 1-08.5 is supplemented with the following:
Time is of the essence in the performance of this Contract and in adhering to thfl time frames
specified herein. The Contractor shall commence work within ten (10) calendar days alter notice to
proceed from the City, and said work shall be physically completed within 90 working days after said
notice to proceed, unless a different time frame is expressly provided in writing by the City.
If said work is not completed within the time for physical completion, the Contractor may be required
at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual,
for each and every day said work remains uncompleted after the expiration of the specified time.
1-08.7 Maintenance During Suspension
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the construction area a
safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as
required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour.
MEASUREMENT AND PAYMENT
PAYMENTS
(*~****)
Section 1-09.9 is supplemented with the following:
-The Contractor shall submit payment requests with a completed Application for PaymEJnt form, an
example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a
lien waiver certification, and shall be notarized before submission. Applications for payment not
signed or notarized shall be considered incomplete and ineligible for payment consideration.
TEMPORARYTRAFACCONTROL
TRAFFIC CONTROL MANAGEMENT
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, W A 98346
(360) 297-3035
Evergreen Safety COunCll
401 Pontius Ave. N.
N 'PROJECTS\OO-19 DOWNTOWN WATERMAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
Seattle, W A 98109
1-800-521-0778 or (206) 382-4090
(******)
TRAFFIC CONTROL PLANS
The first sentence of Section 1-10.2(2) is to be replaced with the following:
The Contractor shall develop a traffic control plan necessary for their method of periorming the work,
and submit it to the Engineer for approval before any work involving the plan begins. No work shall
occur that alters existing traffic control before approval of the plan. The plan shall be in accordance
with this section, the Standard Plans, and the Manual on Uniform Traffic Control Devices (MUTCD).
The following is a list of special traffic control requirements that shall be incorporated into the traffic
control plan:
1. If it is necessary to close a lane of traffic along Front or First Street, only one block shall be
closed at a time.
2. The traffic control plan shall incorporate temporary chain link fence barriers, or other barrier
approved by the Engineer, to be used for pedestrian barriers adjacent to roadways.
3. The use of existing parking lanes (i.e., indicate if parking lanes will be used as pedestrian
walkways, trqffic lanes, closed to all pedestrian and traffic travel, or a combination of uses).
4. The WSDOT Standard K Plans shall be used for this project for traffic control. The minimum
lane width shall be ten (10) feet. The Contractor shall provide alternate traffic control Plans for
approval by the Engineer, as necessary, to accommodate any changes.
The last sentence of Section 1-10.2(2) is revised to read:
The Contractor's letter designating and adopting the specific traffic control plan(s) or any
proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar
days in advance of the time the new plan will be implemented.
Measurement and Payment 1-10.5
"Project Temporary Traffic Control" lump sum. The lump sum payment shall be full
compensation for all costs incurred by the Contractor in periorming the contract work defined
in Section 1-10 and as modified by these Special Provisions.
CONSTRUCTION SIGNS
(******) ,
Section 1-10.3(3) is revised to read:
All signs required by the approved traffic control plan(s) as well as any other appropriate signs
prescribed by the Engineer, except for the project sign, shall be furnished by the Contractor.
The Contractor shall provide the posts or supports and erect and maintain the signs in a clean,
neat, and presentable condition until the necessity for them has ceased. All nonapplicable
signs shall be removed or completely covered with metal, plywood, or an Engineer approved
product specifically manufactured for sign covering during periods when they are not needed.
When the need for these signs has ceased, the Contractor, upon approval of the Engineer,
shall remove all signs, posts, and supports from the project and they shall remain the property
of the Contractor, except for the project sign.
All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All
signs shall utilize materials, and be fabricated in accordance with, Section 9-28. All signs shall
be constructed of Type I or II reflective background sheeting unless otherwise noted in the
N IPROJECTSIOO-19 DOWNTOWN WATERMAlN PHASE 3112 PROJECT MANUALIPART03 DOC
- 18
Plans.
Construction signs will be divided into two classes. Class A construction signs are those signs
that remain in service throughout the construction or during a major phase of the work. They
are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent
nature. Sign and support installation for Class A signs shall be in accordance with the
Contract Plans or the Standard Plans. The following Class A signs shall be installed by the
Contractor at locations designated at the pre-construction conference: _
"Construction Ahead" (10)
"End Construction" (10)
"Project Sign" (2)- provided by the City-dimensions are 4'x 8'
Class 8 construction signs are those signs that are placed and removed daily, or Rre used for
short durations which may extend for one or more days. They are rnounted on portable or
temporary mountings. In the event of disputes, the Engineer'wi!1 determine if a cOllstruction
sign is considered as a Class A or 8 construction sign.
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on
impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a
maximum weight of 40 pounds, and (3) be suspended no more than 1 foot,from t~e ground.
Fumishing Class A and 8 signs will be in accordance with Section 1-10.3(3). Payment for
furnishing and for setup and take down of Class 8 signs will be paid for under thE: lump sum
bid item "Project Temporary Traffic Control", Section 1-10.5 (1).
The condition of the signs shall be new or "Acceptable" as defined in the book, Quality
Standards For Work Zone Traffic Control Devices. The Engineer's decision on the condition of
a sign shall be final.
The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to
the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg,
VA 22407, telephone: (703) 898-5400, FAX: (703) 898-5510.
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer
deems to be unacceptable while their use is required on the project, shall be replaced by the
Contractor without additional compensation.
(******)
'fr:MPORARY PEDESTRIAN WALKWAY BARRIERS, FENCES AND BUSINESS AND RESIDf:NTIAL
ACCESS llRIDGES
This Work shall be considered included and incidental to the lump sum bid item "Project
Temporary Traffic Control". This work shall consist of furnishing, securing, and removing
temporary pedestrian walkways, barriers, fences, and business and residential acr.ess bridges
in accordance with the Specifications, Plans, and as directed by the Engineer.
The temporary barriers and fences shall protect pedestrians from the work area and adjacent
traffic. During normal business hours, no obstruction of primary access shall exceed 30
minutes. 24 hour advance notice shall be given by the Contractor to any affected business or
residence for restriction of access anticipated to be in excess of 30 minutes. Obstruction of
access to any business shall not exceed one day in any two-week period, with one week
advance notice provided by the Contractor to the affected business or businesses.
Temporary bridges shall be required at all business, residential, and parking entrances where
N\PROJECTS\OO-19llOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL'J'ART03 DOC
- 19
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
necessary for safe and ready access. Temporary accesses shall be provided at all business
and residential entrances where necessary for safe and ready access.
Temporary walkways, business and residential bridges, and temporary accesses shall be a
minimum of 4 feet wide and meet all applicable federal, state, and local regulations, codes,
and requirements, including but not limited to the American Disabilities Act and the Uniform
Building Codes.
Submittals
The Contractor shall submit a plan for the temporary pedestrian walkways, barriers fences,
business a"nd residential bridges, and temporary accesses to the Engineer seven (7) calendar
days prior to initial placement of the barriers, fences, and business, residential, and parking
bridges, and temporary accesses. The plan shall include, at a minimum:
1. Materials to be used for bridges and accesses
2. "' Dimensions of barriers; fences, bridges, and accesses
3. Supporting arid securing or fastening details of the bridges and accesses to the
business, residential, and parking entrances and the curb
Payment
This Work shall be considered included and incidental to the lump sum bid item "Project
Temporary Traffic Control" and shall include all labor, materials, tools, and equipment required
to "design, furnish, install, and relocate the temporary walkways, barriers, fences, business and
resid~ntial bridges and accesses necessary.
Costs associated with storing, repairing, or replacing temporary barriers, fences, bridges, and
accesses shall be at the Contractor's sole expense.
-' .
N 'PR01ECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PR01ECT MANUAL\PART03 DOC
- 20
"Remove Cement or Asphalt Concrete Sidewalk", per square yard.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 2
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Descri ption
(March 13, 1995)
Section 2-02.1 is supplemented with the following:
This work shall consist of removing miscellaneous items identified below.
< ,'1>-<0.
Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is supplemented with the following:
: The approximate thickness of the Concrete pavement is 8"-10".
The approximate thickness of the Asphalt pavement is 1" to 5"-
Measurement
(*****)
Section 2-02.4 is supplemented with the following:
Curb and gutter removal will be measured by the linear foot
Cement and Asphalt concrete sidewalk removal will be measured by the square yard.
Tree removal will be measured per each.
Cement concrete sidewalk and support removal will be measured by the square yard.
Cement concrete pavement removal will be measured per square yard.
Asphalt concrete pavement removal will be measured per square yard.
Fence removal will be measured by the linear foot.
Catch basin removal will be measured per each
Payment
(****")
Section 2-02.5 is deleted and replaced with the following:
"Remove Cement Concrete Curb and Gutter", per linear foot.
"Remove Existing Tree", per each..
"Remove Cement Concrete Sidewalk and Supports", per square yard.
"Remove Cement Concrete Pavement", per square yard.
"Remove Asphalt Concrete Pavement", per square yard.
"Remove Fence", per linear foot.
N IPROJECTS\OO-19 DOWNTOWN WATER.'MIN PHASE 3\12 PROJECT MANUALI!'ART03 DOC
- 21
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"Remove Catch Basin", per each.
No distinction shall be made between cement or asphalt concrete driveways and approaches
within any sidewalk and shall be considered as a portion of and measured as the type of sidewalk
removed.
Haul and. disposal of as well as any necessary equipment, labor, materials, sawing, breaking,
planing, and/or grinding shall be made and shall be included in the unit contract bid price for
removing any item identified for removal in this section and in the plans.
Removal of cast concrete and concrete block walls, concrete posts, concrete beams, concrete
riser tree pits and tree soil, wooden posts, wooden beams, wooden debris, vegetation, and trash
shall be included in per square yard price bid for "Remove Cement Concrete Sidewalk and
Supports" .
Removal of sidewalks and pavements shall include all costs associated with removing and either
disposing of, and/or salvaging, appurtenant facilities such as manhole lid and frames. handholes,
access portals, valve boxes and covers, conduit, etc., as indicated on the drawings or directed by
the Engineer.
All debris, saw slurry, and grindings shall be prevented from entering any drainage system and
shall be removed from the project area and shall be included in the unit bid contract price for
removing any item identified for removal in this section.
All work and material associated with any fill required per Section 2-02.3(2) shall be included in
the cost for removing any item identified for removal in this section.
No distinction shall be made between curbs with or without integral gutters or curbs that are an
integral part of the concrete roadway. If the gutter is not an integral part of the curb, or the curb is
an integral part of the roadway, a portion of the pavement, within the roadway and adjacent to the
cWb, one foot in width shall be removed and included in the unit bid contract price for "Removing
Cement Concrete Curb and Gutter."
"Remove Existing Tree" shall be full pay for removal and disposal of the tree, rootball, and
concrete riser tree pit when present.
ROADWAY EXCAVATION AND EMBANKMENT
Measurement
(******)
Section 2-03.4 is revised by following:
The third, fourth and fifth sentences of the first paragraph are deleted.
N IPROJECfSIOG-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUALlPART03 DOC
- 22
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
HOT MIX ASPHALT
Construction Requirements
Soil Residual Herbicide
(******) ~
The first sentence of Section 5-04.3(5)D is replaced with the following: .
Soil residual herbicide shall be applied in areas to be paved with granllli:uoase. Application of soil
residual herbicide shall not be required in areas of non-permeabre base such as paving over
cement concrete, asphalt treated base, or controlled density fill.
Acceptance Sampling and Testing - HMA Mixture
(January 5, 2004)
Section 5-04.3(8)A is supplemented with the following:
Commercial HMA Evaluation .
The following HMA will be accepted by commercial HMA evaluation:
HMA Class W' PG64-22
Joints
(January 5, 2004)
Section 5-04.3(12) is supplemented with the following:
HMA utilized in the construction of the feathered connections shall be modified by eliminating
the coarse aggregate from the mix at the Contractor's plant or the commercial source or by
raking the joint on the roadway, to the satisfaction of the Engineer.
All cold joints, whether they are butt or lap joints, shall be sealed on the suface at the joint with
CSS-1 emulsified asphalt.
Surface Smoothness
(January 5, 2004)
The second sentence of Section 5-04.3(13) is revised to read:
The completed surface of the wearing course shall not vary more than 'i/4 inch from the lower
edge of a 10-foot straightedge placed on the surface parallel to centerline.
N IPROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUALIPART03 DOC
- 23
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
;-
I
I
I
I
I
I
I
I
I
I
I
DIVISION 6
STRUCTURES
TIMBER STRUCTURES
Workmanship
(******)
The first sentence of Section 6-04.3(2) is replaced with the following:
The Contractor shall employ only competent carpenters.
Measurement
(******)
"Remove and Replace Wooden Stairs" shall be measured per each
Payment
(******)
Payment for "Remove and Replace Wooden Stairs", per each, shall be full compensation for all
necessary labor, materials, fasteners, hardware, equipment, tools, and incidentals to remove and
dispose of the existing wooden stairs and railings where indicated on the plans, and replace in kind
with new wooden stairs, hand railings, and slip resistant tread surfaces. All fasteners and hardware
shall be galvanized and all wood construction shall be with pressure treated material. The new stair
construction shall meet the applicable sections of the International Building Code.
N \PROJECTS\OQ.19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL'PART03 DOC
- 24
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
STORM SEWERS
Payment
(******)
Section 7-04.5 is supplemented with the fOllowing:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall
be full pay for pavement sawing and making connections to existing facilities.
MANHOLES, INLE,TS, CATCH BASINS, AND DRYWELlS
Description
(******)
Section 7-05.1 of the Standard Specifications shall be supplemented by the following:
The work also consists of installing downspout drains in accordance with the Plans,
Specifications, and in conformity to the lines and grades shown in the Plans or established by
the Engineer.
Materials
(******)
Section 7-05.2, Materials, is supplemented with the fOllowing:
Grates and solid covers shall be standard bolt down type.
Material for the downspout drains shall meet the fOllowing requirements:
40 x 20 x 3/160 structural tubing or 40 x 40 x 3/160 structural tubing
Zinc for galvanizing to conform with ASTM 86, and specified in ASTM A 123. Weight of zinc
coating to conform to requirements specified under "Weight of Coating" in ASTM A 123. Storm
water curb openings shall be manufactured by Neenah Foundry Company or approved equal.
The Neenah catalog number for the curb opening is R-3262-3.
\Construction Requirements
(*****~)
Section 7-05.3, Construction Requirements, is supplemented with the fOIl,owing:
Where shown on the Plans, or directed by the Engineer, the Contractor shall instdll Gatch basin
Type I with a curb inlet frame & grate, Type I catch basin with slotted grate, and (:oncr~te inlet
with solid cover, to finished grade. The curb inlet hood and grate shall have stmnped on them
the words "Drains to Streams".
Downspout (roof) drains shall be constructed and installed as shown on the Plans. Exact
drain lengths will be field determined and cut to match. Drains shall be galvanized after
fabrication by hot-dip process in accordance with ASTM A 123. Fabrication of the drains shall
be conducted by a qualified welder. Welds shall conform to the American Welding Society
codes.
Drains shall be placed under existing downspouts and braced to prevent horizontal movement
prior to concrete unit paver sidewalk and concrete blending strip installation.
N IPROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUALIPART03 DOC
- 25
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Measurement
(******)
Section 7-05.4, Measurement, is supplemented with the following:
Catch Basin Type I with Curb Inlet Frame & Grate will be measured per each.
Concrete Inlet and Solid Cover will be measured per each
Type I Catch Basin and Slotted Grate will be measured per each
Downspout Drain will be measured per each
Payment
(******)
Section 7-05.5 Payment, is supplemented with the following:
"Catch Basin Type I, with Curb Inlet Frame & Grate", per each.
"Concrete Inlet and Solid Cover", per each
''Type I Catch Basin and Slotted Grate", per each
"Downspout Drain", per each
Pavement sawing, pavement removal, removal of existing concrete buttress wall when
necessary, and connecting to existing drain lines for "Catch Basin Type I, with Curb Inlet
Frame & Grate", ''Type I Catch Basin and Slotted Grate", and "Concrete Inlet and Solid Cover",
is considered incidental and shall be included in the unit contract price.
The unit contract price per each for "Downspout Drain" shall be full compensation for all costs
for furnishing all labor, equipment, tools, and materials to fabricate and install downspout
drains, sawcut and remove existing curb, install storm water curb openings, patch existing
curb, and connect existing downspouts to new downspout drains at required locations, in
accordance with the Plans and Specifications.
WATER MAINS
Materials
(******)
Section 7-09.2 of the Standard Specifications shall be supplemented by the following:
A. All water main pipe shall be ductile iron pipe with flexible gasketed joints and shall comply with
the following:
DUCTILE IRON PIPE: Ductile iron pipe shall conform to AWWA C151 Class 52 and have a
cement mortar lining conforming to AWWA C1 04 and WSDOT 9-30.1 (1), pressure class 200
minimum. All pipes shall be joined using non-restrained and restrained joints. Non-restrained
joints shall be rubber gaskets, push on type or mechanical joint conforming to AWWA C111.
Restrained joints shall be accomplished by the use of either a bolted or boltless system.
Mechanical joint retainer glands utilizing set screws or flange coupling adapters utilizing
anchor studs will not be allowed.
Restrained joints shall be placed at pipe connections that are located within a designated
horizontal distance from pipe bends, fire hydrant spools, tees, dead ends, and crosses. The
minimum designated horizontal distance that water main pipe shall be restrained from fittings,
based on pipe diameters, is as follows:
N \PROJECTS\OO-19 DOWNTOWN WA TER.'MIN PHASE 3\12 PROJECT MAIIDAL\PART03 DOC
- 26
12" diam. pipe - 42"
10" diam. pipe - 36"
8" diam. pipe - 30"
6" diam. pipe - 22"
Restrained joints shall be accomplished by the use of either a bolted or boltless system.
Mechanical joint retainer glands utilizing set screws or flange coupling adapters utilizing
anchor studs will not be allowed. No thrust blocking will be required where adequate joint
restraintis used.
B. All fittings for ductile iron pipe shall be ductile iron compact fittings conforming to AWWA C153
or Class 250 gray iron conforming to AWWA C110 and C111 and WSDOT 9-30.2(1). All shall
be cement mortar lined conforming to AWWA C104. Plain end fittings shall be ductile iron if
mechanicarjoint reta~ner glands are installed on the plain ends. All fittings shall be connected
by flanges, or mechanical joints, unless restrained joints are required as specified above.
C. All pipe and services shall be installed with continuous tracer tape installed 12" to 18" under
the final ground surface. The marker shall be plastic non-biodegradable, metal core or
backing marked "Water" which can be detected by a standard metal detector. Tape shall be
Terra Tape "0" or approved equal.
D. The minimum cover for all water mains from top of pipe to finished grade shall be 36 inches,
unless otherwise approved.
Construction Requirements
(******)
Removal of Existing Street Improvements
Section 7-09.3(4) of the Standard Specifications is deleted and replaced with the following:
Removal and disposal of existing cement and asphalt concrete street pavement, below grade
concrete buttress walls, curbing, sidewalks, and driveways, including any necessary pavement
sawing, concrete coring, and concrete breaking, shall be considered incidental to and included in the
unit contract price bid for water main construction.
(******)
Backfilling Trenches
The second paragraph of Section 7-09.3(10) is deleted and replaced with the following:
Backfill above the pipe zone shall be controlled density fill. Controlled density fill shall be placed to
within 4" of finished grape' outside the traveled way (parking lane and shoulder) and to within 6" of
finished grade in the traveled way. The remainder shall be filled with hot mix asphalt, placed and
compacted per t,he Standard Specifications, to finished grade. The edges abutting the HMA shall be
thoroughly tacked and the surface joint shall be sealed.
(******)
Connections to Existing Mains
Section 7-09.3(19A) is supplemented with the following:
The Contractor shall provide the City a minimum of 72 hours notice prior to scheduling a planned
cut-in, live tap or other connection to the existing system. The Contractor shall notify all customers
involved or affected by any water service interruption 24 hours prior to interrupting service. The
Contractor shall install temporary physical connections, or jumpers, from an adjacent water supply
pipe to the existing water service. In certain situations, the City may need to restrict the scheduling of
water main shutdowns, so as not to impose unnecessary shutdowns during specifiC periods to
existing customers. The Contractor shall bear the cost to install and maintain temporary service
connections during service interruptions.
The Contractor shall also notify the City of Port Angeles Fire Department before any shutoffs or
interruptions of service to fire hydrants or building sprinkler systems. Longer than temporary service
interruptions to building sprinkler systems may require temporary physical connections, or jumpers,
N \PROJECTSIOO-19 DOWNTOWN WA'fERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 27
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
from an adjacent water supply pipe to the sprinkler system. The Contractor shall bear the cost to
install and maintain any temporary service connections to building sprinkler systems, if required by the
Fire Department.
Existing and new fire hydrants that are either taken out of service, or have not been put into service,
shall be bagged by the Contractor.
The Contractor will have access and use of City-owned water to perform work required under the
contract, and provide employees and subcontractors water reasonably needed for personal
consumption during working days of the contract. All water provided to the Contractor will be metered
by the City. All material and equipment necessary to provide the metered water, excluding the
meter(s), shall be provided and paid for by the Contractor. Meter(s) will be provided by the City. Any
water used by the Contractor that is not metered by the City will be deducted from Contract at a
reasonable pro-rated commercial rate, based on the amount of water used as estimated by the City
Engineer. .
Section 7 -09.3(19)A of the Standard Specifications is supplemented by the following paragraphs:
Not less than 72 hours prior to the time that the extension is partially or fully completed and
connection to the City Water System is needed, the Contractor shall contact the City to schedule the
connection to the City System. The actual connection to the City system shall be made by a licensed
tapping Contractor. The connection shall not be made until the Contractor demonstrates through
acceptable test results that the extension has been properly hydrostatically tested and disinfected.
It shall be the Contractor's responsibility to field verify the location and depth of the existing main and
the fittings required to make the connections to the existing mains. The Contractor shall completely
excavate and patch in kind the area where the connection is to be made.
Existing water mains indicated on the plans to be abandoned shall be plugged with commercial
concrete. The concrete shall be placed within the pipe a minimum distance equal to two times the
inside diameter of the pipe to be plugged.
(******)
Payment
The third paragraph of Section 7-09.5 is deleted and replaced by the following:
All costs associated with connection of the new system to the existing system, abandoning mains
indicated to be abandoned, plugging of mains to be abandoned, CDF backfill, hot mix asphalt, and
haul and disposal of trench spoils shall be included in the unit contract price bid for " Pipe for
Water Main _ In. Diam)'.
Restoration shall be considered incidental to the work of constructing the new water main outside
areas to receive new ~urbing, cement concrete or paver sidewalk, and cement concrete driveway, and
all costs thereof shall be include in the unit contract price bid for" Pipe for Water Main
In. Diam."
VALVES FOR WATER MAINS
(******)
Materials
Section 7-12.2 of the Standard Specifications shall be supplemented by the following:
All valves and fittings shall be ductile iron with ANSI flanges or mechanical joint ends. All existing
valves are to be operated 9nly by City employees. Valves shall open counterclockwise and shall be
equipped with a 2-i.nch square AWWA standard operating nut.
a. Gate valves shall be resilient seat, double-disc, parallel seat, double "0" ring Stem Seal, or
resilient seat modified wedge disk gate valve with epoxy-coated interior. Opened by turning
counter-clockwise. Joints as indicated on the plan, conforming to those specified for cast iron
fittings.
N IPROJECTS\OO.19 DOWNTOWN WATE&"fAIN PHASE 3\12 PROJECT MA...'lUALlPART03 DOC
- 28
b. Gate Valves shall conform with the requirements of AWWA C509-87 for gate valves for
ordinary water works service, except as superseded by the following: They shall be iron body
with epoxy coating inside and out, resilient seat rubber attached to gate. fhe valves shall be
non-rising stem, open by turning counterclockwise, and shall be equipped with standard 2-inch
square operating nuts. Valves shall be equipped with "O-ring" packing. Valves to be Mueller,
M&H Kennedy, Clow R/W or Waterous Series 500. .
c. Valve Boxes shall be cast iron valve boxes, Olympic Foundry VB2B, VB2C, RICH 940A, 940B
or equal. Valve box ears shall be installed on valve box lids in line with the main or hydrant
lead.
HYDRANTS
(-****) .
Materials
Sectiol') 7-14.2 of the Standard Specifications shall be supplemented by the foUowing:
a. The lead from the service main to the fire hydrant shall be ductile iron cement mortar lined
Class 52 ductile iron no less than 6 inches in diameter. .
l). Fire hydrants shall be rated to 250 PSI operating pressure and in all other respects comply
with AWWA Standard C502 Standard for Dry-Barrel fire hydrants with 5-1/4 inch main valve
opening, two 2-1/2 inch hose nozzles (National Standard thread), one 4-inch pumper nozzle
(Pacific Coast Thread) with a "Storz" fitting compatable with a 5" Storz hose coupling that
meets the NFPA Fire Hose Connection Standard in Chapter 6 of the latest edition of NFPA
1963. The hydrant shall have a 6-inch mechanical joint shoe connection, with a minimum 42"
bury depth.
c. Hydrants shall be bagged until the system is accepted and approved.
d. Fire hydrants shall be set as shown in the Plans.
e. Fire hydrants must be installed, tested, and accepted per Section 7-14 prior to the project
acceptance. The City of Port Angeles Fire Department will flow test the hydrants prior to final
acceptance.
f. All hydrants shall be painted qhrome yellow.
(******)
Payment
1 he second paragraph of Section 7-14.5 of the Standard Specifications is revised to read:
The unit contract price per each for "Hydrant Assembly" shall be full pay JUT Cill costs for
furnishing all labor, equipment, tools, and materials to remove existing hy('~ranr (1 location) anrJ
install fire hydrant assemblies where indicated in the plans, including C111 costs for ~awcutting,
excavating, auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, pC1inting, and
roadway and sidewalk patch in kind required for the complete installation of the hydrant
assembly as specified. The connections to water mains and the six-inch water pipes
connecting hydrants to water mains shall be considered incidental to the bid item for "Hydrant
Assembly" .
(******)
SERVICE CONNECTIONS .
Section 7-15 of the Standard Specifications shall be supplemented by the following:
'1-15.1 General
Work in this section includes the abandonment of existing services and installation of both water and
fire service connections from the water main to, and including, the customer's service meter
connection and/or fire system service.
N IJ'ROJECTSIOO-l9 DOWNTOWN WATERMAIN PHASE 3112 PROJECT MANUALIJ'ART03 DOC
- 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The CQmractor shall contact each property owner to verify the exact location of the meter and serVice
to the business. All existing meters will be protected and reused by the Contractor, unless the existing
'meter is determined by the Engineer to be unsatisfactory for use in the re-connection. The Contractor
shall provide new meter boxes and setters with all new connections and reconnections'shown in the
plan. The City shall provide new meters at new services and when the existing meter is not suitable
for re-use
(******)
Materials
Section 7-15.2 is supplemented with the following:
For 1" Water Service:
A. Water service lines shaff be one inch high density polyethylene pipe, copper tube size,
minimum pressure class 200 psi Phillips Drisco 5100 Ultra-Line. No glued joints will be
accepted on 1" service lines. 1.5" and 2" PVC services may be glued. Service lines shall be
installed 45 degrees oft the main. Tracer tape and wire wrapped around the pipe shall be
"installed on all HOPE service lines.
B. Service saddles shall be painted ductile iron or nylon coated ductile iron with stainless steel
~traps and shall be Romac style 101 S on 1 II tap, 202S on 1.5" or larger tap. Romac 202N
Rockwell 313 or approved equal will be required for hot or corrosive soils. All clamps shall
have rubber gasket and iron pipe threaded outlets.
C. Corporation stops shaff be all bronze and shall be Ford Type F-500 or approved equal with
iron pipe threads conforming to AWWA caoo. Stainless steel inserts shall be used with pack
joints and polyethylene pipe.
D. 1" meter setters shall be Ford VH74-12 (Male swivel end) with Carson 1419B meter box with
inspection lid.
For 2" Water Service:
A. Water service lines shall be schedule ao PVC or brass pipe. 2" PVC services may be glued.
Service lines shall be installed 45 degrees off the main. Tracer tape and wire wrapped around
the pipe shall be installed on all 2" service lines.
B. Service saddles shall be painted ductile iron or nylon coated ductile iron with stainless steel
straps and shall be Romac style 2025. All clamps shall have rubber gasket and iron pipe
thread outlets.
C. Corporation stops shall be aff bronze with male x male iron pipe thread and conform to AWWA
caoo. Stainless steel inserts shall be used with pack joints and polyethylene pipe.
O. 2" meter setters shall be Ford VBH77-11-77, or equal, with ball valve inlet, check valve outlet,
by-pass, female iron pipe thread inlet and outlet service line connection. Meter box shall be
Mid-States plastic 1730-1aXL or equal.
E. Brass couplings shall be used to transition from brass fittings to PVC piping.
New'fire service lines shall be 4-inch ductile iron of the same class as the water main.
Construction Requirements
Section 7-15.3 of the Standard Specifications is supplemented with the following:
All water service taps shall be with saddles and corporation stops as specified above. No direct taps
will be allowed. All fire services shall be connected to the main with a tee of the appropriate size.
Existing water meter boxes will be inspected by the Engineer prior to disposal. The City will collect
and remove all water meter boxes deemed satisfactory for salvage by the Engineer. All rejected
meter boxes shall become the property of the Contractor. Wherever possible, meter boxes shall be
located in the concrete blending strip, without extending out into the concrete paver sidewalk.
Prior to relocating any water meter, the Contractor shall inspect the condition of the meter. The
Contractor shall notify the Engineer of any damage to the meter prior to relocation activities. If the
N \PROJECTS\OO-19 DOWNTOWN W ATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 30
Contractor damages the meter, the Contractor shall repair or replace the damaged part(s) at the
Contractor's expense. The City will supply a new meter when existing conditions dictate.
The plans indicate the 2" service lines to be abandoned. At a minimum, the existing 2" services shall
be disconnected as indicated on the plans and plugged. Removal and restoration of existing
improvements necessary for disconnection shall be considered a necessary and incidental to the
installation of the services from the new main. .
All fire service reconnections shall be in accordance with the current NFPA standards. Each fire
service connection to the new water main shall be by lateral tee of the appropriate size. From the tee,
iron pipe of the same type and class as the new main shall be installed, reducing or enlarging if
necessary to the sprinkler plumbing on the building side of the new retaining wall or existing building
wall, whichever is further from the water main. Alternately, if a stub-out is specified for future
connection, a lockable valve and end cap shall be installed inside or below the building as
appropriate.
Any work on a sprinkler plumbing system, including the main drain, shall be completed by a
Washington State Level 3 licensed sprinkler contractor. A Level 3 licensed sprinkler contractor will
make the final determination on what plumbing changes will be required for each sprinkler
connection.. The main drain for each sprinkler system shall be re-plumbed with appropriate pipe,
valve(s) and fittings to extend above ground through the concrete blending strip, adjacent to the Fire
Department Connection (FDC) if possible. Sprinkler system connections to new water main shall be
free of debris and will be inspected by the Fire Department or Engineer prior to connection to both the
water main and the existing fire sprinkler system.
Measurement
Section 7-15.4 is supplemented with the following:
Reconnect _ In. Fire Service will be measured per each
Fire Service 4 In. Diam. will be measured per each
Payment
Section 7-15.5 is deleted and replaced with the following:
"Reconnect _ In. Fire Service", per each
"Fire Service 4 In. Diam.", per each
"Service Connection _In. Diam.", per each
Removal, disposal, and restoration of existing improvements shall be considered incidental to the
work of constructing the water and fire services outside areas shown on the plans to receive new
curbing, cement concrete or paver sidewalk, and cement concrete driveway, and all costs thereof
shall be include in the unit contract price bid for "Reconnect _In. Fire Service", "Fire Service 4 In.
Diam.", and "Service Connection _In. Diam."
The unit contract price bid shall be considered full compensation for all labor, materials, tools, and
equipment necessary or incidental for the installation of "Service Connection _ In. Diam. including,
but not limited to, disconnection and plugging of existing services where indicated on the plans
including any necessary removal and restoration of existing improvements, pavement sawing,
concrete coring and/or breaking, excavation, laying, jointing and providing the saddle tap, pipe and
fittings, protection and relocation of the existing meter, new meter box, connecting to the existing
service line, backfilling, testing, flushing and disinfection of the service connections. Payment will also
include any pipe and fittings required to make the connection from the meter setter to the customer's
existing water service line.
"Reconnect _ In. Fire Service" shall be in accordance with Section 7-15 of the Standard
Specifications. In addition, the unit contract price bid shall be considered full compensation for all
labor, materials, tools, and equipment necessary or incidental for the installation of the fire service
connection including, but not limited to, pavement sawing, concrete coring and/or breaking,
N \PROJECTSIOO-19 OOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 OOC
- 31
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
excavation, laying, jointing and tee at the new main, pipe, valves and fittings of the required size, re-
plumbing of sprinkler system at service connection as necessary, temporary plugging existing service
line, backfilling, testing, and flushing of the fire service connections. Payment will also include any
pipe and fittings required from the meter/setter to the customer's existing fire service line.
The unit contract bid price for "Fire Service 4 In. Diam." shall be considered full compensation for all
labor, materials, tools, and equipment necessary or incidental for the installation of the fire service
connection including, but not limited to, pavement sawing, concrete coring and/or breaking,
excavation, laying, jointing and providing the saddle tap, pipe, valves and fittings of the required size,
backfilling, testing, and flushing of the fire service connections.
Backfill for any trench or excavation in the roadway shall be controlled density fill. CDF shall be
placed to within 4" of finished grade outside the traveled way (parking lane and shoulder) and to within
6" of finished grade in the traveled way. The remainder shall be filled with hot mix asphalt, placed and
compacted per the Standard Specifications, to finished grade. The edges abutting the HMA shall be
thoroughly tacked and the surface joint shall be sealed.
SANITARY SEWERS
Construction Requirements
(******)
Section 7-017.3is supplemented with the following:
A necessary element of the construction is to make the connection of the existing sanitary sewer
service from 125 West Front to the extended 8" sanitary sewer main. The existing service shall be
severed on the building side of the existing concrete basement wall. New PVC shall be attached and
extended through the wall and plumbed to the new main.
Payment
(******)
Section 7-017.5 is supplemented with the following:
All materials, labor, equipment, tools, and incidentals necessary to disconnect the existing sanitary
sewer service from 125 West Front Street and connect the sewer service to the 8" sanitary sewer
main as shown on the plans and per these specifications shall be included and incidental to the unit
contract bid price for"PVC Sanitary Sewer Pipe 8 In. Diam".
N 'PROJEcrS\OO-I9 OOWNTOWN WATERMAIN PHASE 3\12 PROJEcr MANUALIPART03 OOC
- 32
DIVISION 8
MISCELLANEOUS CONSTRUCTION
EROSION CONTROL AND WATER POLLUTION CONTROL
Measurement
(******)
The first sentence of section 8-01.4 is deleted.
Payment
(******)
Section 8-01.5 is revised as follows:
"ESC Lead", per day is deleted
The work performed by the ESC Lead shall be included in the unit contract price for "Inlet Protection".
(******) .
TREES, STRUCTURAL FILL FOR TREES, PITS, AND GRATES
Section 8-02 of the Standard Specifications shall be supplemented by the following:
. .
Description
This work shall consist of installation of structural fill for trees, tree well construction and fill, installing
tree grates, frames, and concrete tree grate collars as shown in the plans.
Materials
Tree well soil shall meet the following requirements, or an approved equal:.
Amsterdam Tree Soil consists of medium coarse sand containing 4-5 percent (%) organic matter and
between 2 and 4 percent (%) clay. It shall be made by mixing soils rich in well decomposed organic
matter and low in clay content (e.g., former topsoils of bog-peaty pastures) with medium coarse sand
using an industrial mixing device. The medium coarse sand must have a median M50 of 220 mm or
higher. The uniformity of the sand, called the D60/D10 number, must be lower than 2.5. It must
contain less than 2 percent particles below 2 mm. This soil shall also be free of Sodium Chloride
(NaCI). These parameters are known to the road engineer and can be given by any soil laboratory.
The controls of the industrial mixing device can be fine-tuned. The organic matter content of this mix
shall be checked regularly during mixing, to make sure that it keeps within 4-5 percent. Before using
a new batch of organic soil, the nutritional value of a test mix shall be tested. Deficient nutrients are
added (almost always potassium and phosphorus) to create a nutrient balance in the initial situation.
Nitrogen is not added. After establishing the plant site, no nutrients shall be added.
Filter Fabric Material
Non Woven filter fabric shall be installed as a separation layer directly above the compacted structural
soil mixture. Do not install fabric until adequate compaction of the structural soil mixture has been
confirmed.
Filter fabric shall be selected and designed to withstand wear and tear during construction without
deterioration of its strength and filtering properties. Conform to the following ASTM designations:
Grab Tensile StrengthASTM-D-4632 .400 kN
Tensile Elongation ASTM-D-4632 50%
Mullen Burst ASTM-D-3786 1270 kPa
Flow Rate ASTM-D-4491 6110 l/min/m2
Fabric shall be Amoco 4545 or pre-approved equivalent.
Tree Grates with Frames:
N \PROJECTS\OO-I9 DOWNTOWN WATE&\iIAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 33
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tree grates shall be manufactured by Olympic Foundry and distributed by Fairweather Site
Furnishings & Accessories, Port Orchard, WAil catalog designation SP-48 48" inch square tree grate,
frame, or approved equal. Grates shall be ductile iron and composed of two leaf sections. The two
sections shall constitute a single tree grate. The words "City of Port Angeles" shall be cast in each 1/2
of the tree grate.
Structural Fill for Trees in Sidewalk Areas:
Structural fill for trees shall be composed of the following components:
Growing Medium
Organic material in the growing medium must be well decomposed to prevent oxygen consumption
caused as a result of decomposition of the organic matter in the soil mixture.
TABLE ONE-COMPONENTS OF GROWING MEDIUM
PROPERTIES GROWING MEDIUM FOR
GAP-GRADED MIXTURE
TEXTURE:
Particle size Classes by the Canadian System of Soil Classification
Gravel: greater than 2 nun - less than 75 nun 0
Sand: greater than 0.05 nun -less than 2 nun maximum 60%
Silt: greater than 0.002 nun - less than 0.05 nun maximum 35%
Clay: less than 0.002 nun maximum 15%
Clay & Silt Combined maximum 40%
ACIDITY (Ph): 6.0 -7.0
DRAINAGE: 3.0
Minimum saturated hydraulic conductivity (cm/hr.) in place.
SALINITY: Saturated extract conductivity shall not exceed; 3.0 millimhos/cm at 25OC.
ORGANIC CONTENT:
Percent of Dry Weight (%) 8 - 12%
Aggregate
Clean stone of high angularity is required.
Stone dimension aspect ratio should approach 1:1:1 with a maximum of 2:1:1 length: width: depth.
Siogle size stone, 75mm clear sieve designation: Blasted Quarry Rock,
Aggregate to be used for structural soil shall be free of any foreign elements or material. Provide
samples and test reports as described in section 1.6 and 1 .8
Aggregate quality: Material shall be sound hard, durable, free from soft, thin, elongated or laminated
particles, organic material, clay lumps or material, or other substances that would act in a deleterious
manner for use intended.
Soil Stabilizer
A non-toxic organic binder.
Product: Stabilizer, The Natural Solution or approved equivalent.
''The Natural Solution" soil stabilizer is available from the following supplier:
Stabilizer Solutions, Inc.
33 South 28th Street
Phoenix, Arizona 85034
N IPROJEcrS\OO-19 DOWNTOWN WATERMAlN PHASE 3\12 PROJEcr MANUALIPART03 DOC
- 34
(800) 336-2468
The structural soil shall be mixed in the following manner:
Base Ratio of Materials:
4 cu metre of aggregate stone
1.5 cu metre of Growing Medium
2 kg Stabilizer
* water as required
*The amount of water required will vary according to moisture present m growing
medium.
Combine the stone, growing medium and Stabilizer product into a thorough, homogeneous mixture. If
materials are dry, moisten mixture with fine spray of clean potable water while mixing to activate
Stabilizer product. The ratio of components will vary and may require adjustment to ensure the soil
volume is adequate to fill all voids in the stone.
Mixing:
Do not over mix. Over handling can result in separation of the growing medium from the stone.
Further and final mixing will occur during the placement of the material.
All mixing shall be performed on a flat hard, level surface approved by the consultant, using
appropriate soil mixing equipment
Prepare sample Structural Soil Mix and submit to testing lab.
Submit sample with test results for approval by Engineer.
Construction Requirements
Install structural soil to the depth indicated in the plans. Where required, excavation of existing
material for placement of structural soil shall be paid as Roadway Excavation, Incl. Haul.
Placement of Structural Soil
Structural soil shall be moist, but not saturated with water when placed. Place in lifts not to exceed 1
foot depth and compact to 95 percent of the maximum density.
Installation of Filter Fabric
After approval of structural soil mixture compaction, install geotextile for soil separation.
Ensure minimum 60cm overlap of all fabric seams and beyond edge of structural soil.
Acceptance _
The Engineer shall inspect structural soil in place and determine acceptance of material, and finish
grading prior to paving. '
Surplus Material
Remove all excess fill soils and stockpiles and dispose of all waste materials, trash and debris from
the site.
Remove any soil or dirt spilled on any paved surface at the end of each working day.
Tree grate frames shall be set within a concrete frame and anchored in accordance with
manufacturer's recommendations and as shown in the Plans and shall be set to prevent tree grates
from rocking. " .
Tree pit locations may vary from plan locations. The Engineer may dictate new pit locations different
from Plan locations.
N IPROJEcrs,OO-19 DOWNTOWN WATER.'vlAIN PHASE 3\12 PROJECT MANUALIPART03 DOC
- 35
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All trees and materials removed from existing tree pits shall be properly disposed of by the Contractor.
Measurement
"Ductile Iron Tree Grate" will be measured per each.
"Structural Soil" will be measured by the ton.
Payment
"Ductile Iron Tree Grate," per each.
Payment for" Ductile Iron Tree Grate" shall be full compensation for the installation of the tree well
soil and drainage aggregate, pea gravel, concrete collar around frame, tree grate, and grate frame.
"Structural Soil" per ton.
Payment shall include compensation for all structural soil materials including mixing, haul, placement,
compaction, and installation of geotextile for soil separation.
CURBS, GUTTERS, AND SPILLWAYS
(******)
Payment
The second sentence of the first paragraph of Section 8-04.4 of the Standard Specifications is deleted
and replaced with the following:
Measurement of cement concrete barrier curb, cement concrete curb, and cement concrete curb and
gutter, when constructed across driveways, will include the width of the driveway.
Payment
Section 8-04.5 of the Standard Specifications is supplemented with the following:
"Cement Concrete Barrier Curb", per linear foot
(......)
8-05 CONCRETE UNIT PAVER SIDEWALK (New Section)
General
This work shall consist of installing concrete unit paver sidewalk in accordance with these
Specifications, and the details shown on the Plans.
Materials:
Con.crete Unit Pavers
Concrete unit pavers shall be the Holland type, manufactured by Westcon Pavers or approved equal.
The paver specifications shall be as follows:
Thickness 60 mm (2 3/8") for sidewalks
80 mm (3 1/8") for crosswalks
Length
Width
225 mm (87/8")
112.5 mm (47/16")
The laying patterns are as shown on the Plans.
Concrete pavers meeting the above specification are available from Mutual Materials Co., 13555 Bel-
Red Road, Ste. 232, Bellevue, Washington, 98005, phone (425) 603-0540.
Bedding and Joint Filler Sand
Bedding and joint filler sand shall be medium sand meeting the ASTM C-33 specification for fine
aggregate.
N \PROJECTS\00-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MA..'lUAL\PART03 DOC
- 36
Paver Joint Sealing Material
The joints between all of the roadway and pedestrian pavers including the joints between the pavers
and concrete curbs shall be covered with a liquid prepolymer having the following properties:
Type
Moisture cured prepolymer in white spirit solution
Appearance
Clear liquid
0.92 poise at 70 degree F
0.95 poise at 70 degree F
Viscosity
Specific gravity
Combined isocyanates
1.25%
Free isocyanates
0.2% maximum
Chloride content
nil
Flash point (Able)
115 degree F (flammable
85 sq. ft. per U.S. gallon
Coverage
Working temperature
40 degree Fahrenheit to 95 degree F
1 to 3 hours
Initial curing time
Final curing time
12 to 24 hours
Open to traffic
12 to 24 hours
A liquid prepolymer meeting the above specifications is ACM Pavseel available from ACM North
America, Box 33505, Dundum RPO, Hamilton, Ontario, Canada L8P4X4, phone (905) 570-1552, fax
(950) 570-0305 or approved equal.
Emulsified Asphalt
The emulsified asphalt shall be CRS-2 (rapid setting) and shall meet the requiremen~s of seGtion
9-02.1 (6) "Cationic Emulsified Asphalt" in the Standard Specifications.
Crushed Surfacing Top Course
Crushed surfacing top course material shall meet requirements of section 9-03.9(3) "Crushed
Surfacing" in the Standard Specifications.
Geotextile Fabric
Geotextile fabric shall be used as a base for the placing of the bedding sand. Textiles shall be
nonwoven pervious sheets of polyester or polypropylene fibers oriented into a stable network so that
the fibers retain their relative position with respect to each other. The textile shall be resistant to
mildew and rot, ultraviolet radiation, insects, and rodents. The material shall be composed of
continuous or discontinuous (staple) fabrics. If needle punching is part of the manufacturing process,
the manufacturer shall provide proof that analysis and removal of broken needles is ac~~_mplished as
part-of a qliality control program. Textiles shall be fumished in a protective wrapping.
Textiles shall be 8 ounces and meet the following minimum average roll properties:
Physical Properties
Test Method
Requirements
N IPROJECTSIOO-19 DOWNTOWN WATERMAIN PHASE 3112 PROJECT MANUALIPART03 DOC
- 37
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Weight, oz./sq.yd., nominal ASTM D 3776 8
Grab Tensile Strength Ibs., min. ASTM D 4632 200
Grab Elongation, % min. ASTM D 4632 50
Mullen Burst, psi, min. ASTM D 3786 300
Puncture Resistance, Ibs. ASTM D 4833 95
Trapezoidal Tear, Ibs. ASTM D 4533 75
Concrete Blending Strip
Materials for the concrete blending strip shall meet the requirements of section 8-14 and shall be
measured and paid as Cement Concrete Sidewalk under the appropriate bid item.
Construction Requirements
Delivery, Storage, and Handling of Pavers
The Contractor will supply all of the concrete unit pavers. The Contractor shall be responsible for
paver security and condition until they are installed and accepted by the Owner. The Contractor shall
be responsible for storage and transportation of all materials.
Pavers shall be stored on nonstaining wood skids or pallets set not less than 4 inches above ground,
covered with a nonstaining waterproof membrane but allow air to circulate around stones. Place and
stack skids and pavers to distribute weight evenly and to prevent breakage or cracking of pavers.
Bedding Sand Installation Technique
The bedding sand for sidewalk pavers shall be screeded and compacted to the thickness
recommended by the paver manufacturer.
Prior to placing the pavers on the bedding sand, the sand shall be compacted by a vibratory plate
compactor. The bedding sand shall be compacted by two passes of a vibratory plate compactor and
a smooth surface shall be obtained on this material. The bedding sand shall have a moisture content
that permits full compaction to be achieved by this method and shall not be so wet that water is forced
out of the material.
Following the compaction of the sand, approximately 1/4-inch thickness of sand shall be screened
over the compacted sand. This layer shall be left loose until the installation of the pavers.
Following the installation of the bedding sand, and prior to the installation of the pavers, the sand shall
be kept covered and no pedestrians or workers shall walk over the compacted sand.
Any disturbance of this sand shall be remedied prior to the installation of the pavers. Screeding
thickness shall be ensured by placing screeding rails in the bedding sand, and once these rails have
been removed, sand shall be placed in the gaps left by the rails.
All bedding sand material shall be covered prior to installation in order to prevent the surface parts of
the stockpile from becoming saturated. Should any sand become saturated, it shall be either
discarded or dried sufficiently prior to installation.
Installation of Sidewalk Pavers
Sidewalk pavers shall be installed by hand by the normally accepted practice for flexibly bedded paver
installation. This shall comprise of careful placement of the pavers on the compacted bedding sand.
The pavers shall be placed to string lines to ensure the surface pattern is reproduced accurately. YhG
pavers shall be installed according to the colors and patterns shown on the Plans to ensure that the
N IPROJECTSIOO-19 DOWNTOWN WATERMAIN PHASE 3112 PROJECT MANUALIPART03 DOC
- 38
~ pattern is as specified. If the existing walk does not drain toward the curb, the Engineer r1l3Y dir~ct the
Contractor to adjust the sidewalk paver cross slope to drain toward the street, when possible.
The pavers shall be placed such that gaps are left between neighboring units to allow sand to enter
either from beneath or from above to fill the gaps. The nominal gap shall be 3/32 of an inch.
All pavers placed within a working day shall be vibrated before the end of that day except for those
pavers within 2 feet of the laying face, which shall be left unvibrated. Any such pavers left in this state
that migrate prior to the eventual vibration shall be relayed. Prior to laying pavers at the start of each
day, string lines shall be used to ensure that those pavers previously laid are in their original locations.
The pavers shall be vibrated into the bedding sand by the use of a plate vibrator having a neoprene
sole plate. The plate vibrator shall have the following properties or alternatively shall provide
compactive effort equal to or greater than the specified machine.
Plate size
19.5 inches x 27.5 inches
Centrifugal force
6,520 pounds
5,900 Hz
Frequency
All of the above properties are achieved by the Wacker Model BPU2950R, which is commonly used
to vibrate pavers in this way.
Two passes of this plate vibrator shall be made over all of the laid pavers. Following this, joint filler
sand shall be spread over the surface and this sand shall be swept one pass ahead of the plate
vibrator so that the joints in the pavers are filled.
The paver surface shall be inspected 24 hours following the vibration and any joints that are not fully
filled with sand shall be filled and a further pass of the plate vibrator shall be undertaken. This shall
be repeated after 7 days.
All edge pavers that need to be cut shall be sawn. Where possible, previously cut and retrieved
pavers may form the edge. All cut paver pieces not reused are to be salvaged.
See Detail in drawings for installation of flagpole bases in sidewalk paver area. Locations of flagpole
bases shall be as shown on the plans or marked in the field prior to paver placement.
~;ield Cutting of Pavers
Pavers may be field cut as necessary for installation and shall comply with the following requirements.
For sidewalk p'avers, cut pavers are to be no smaller than 3 inches in any direction.
The paver cutting operation shall be shielded within a portable shed or similar-enclosure.
Protection of Pavers During Installation
The Contractor shall provide weather protection during placement of pavers. Within the construction
area, tarps or other suitable material shall be used to protect and maintain specified moisture
contents, prevent wind disturbance of bedding sand, and generally maintain optimum installation
conditions.
Application of Paver Joint Sealing Material
The joint sealing material shall be squeegeed across the surface and into the joints between the
pavers. The sealing material requires the presence of moisture to aid curing. If the jointing sand is
dry, the application of the sealing material shall be preceded by spraying the surface with water in
accordance with manufacturer's instructions. Water should be sprayed at the rate of 1 gallon per
square yard. All of the jointing sand shall be damp and none shall be saturated.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 39
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Following the applications of the jOint sealing material, the pavement shall be kept protected from the
weather for a period of 12 hours and attendants shall be provided by the Contractor to avoid any type
of foot or other traffic on this material. Precipitation shall not be allowed on the surface for 3 hours
following application.
Any surplus material shall be removed from the pavement surface within 1 hour of the matenal being
applied.
Forty-eight hours following the application of the sealing material, a further pass of the specified plate
vibrator shall be undertaken after joint filler sand has been sprinkled over the surface. The purpose of
this is to abrade away the sealant that has remained on the surface of the pavers. This shall be
repeated until all of the sealant has been removed.
The surface may be opened to traffic immediately following removal of the sealant from the surface.
Levels
Any conflict between the levels specified shall be resolved by the Engineer.
Where pavers abut other materials, the surface of the pavers shall be approximately 3/16 inch higher
than the neighboring materials including any obstruction within the pavement surface.
The levels have been developed in order to ensure that bedding sand thickness does not exceed 1 Y2
inches in any location. Any location where it appears that 1 Y2 inch thickness is being exceeded shall
be reported immediately to the Engineer.
Testing
At least one grading analysis of the bedding sand will be undertaken for each 3 tons of sand used.
These tests will be paid for by the Contracting Agency and undertaken by a qualified testing
laboratory selected by the Engineer. The sample of sand for testing shall be recovered by the
Engineer from deliveries to site.
Collars
Grout and concrete collars for poles, fire hydrants, etc., shall be installed as shown in the Plans
Measurement and Payment
"Concrete Unit Paver Sidewalk" will be measured by the square yard of completed sidewalks. The
area for measure shall be that area within and inclusive of the paver border with no deduction made
for any penetration through the pavers. Cement concrete placed for the blending strip, driveways, and
the concrete walk between the tree wells and the blending strip shall not be a part of the area
measured for payment. .
The unit contract price per square foot for "Sidewalk Concrete Unit Pavers" shall constitute full
compensation for all labor, materials, tools, and equipment required to construct the concrete unit
paver sidewalks as specified, including
Pavement sawing, placement of crushed surfacing material, placement of geotextile material, &ign
sleeves, snd constructing grout and concrete collars around water meters, etc. within the paver areas
as shown on the Plans, all costs associated with replacement of appurtenant facilities such as
manhole lid and frames, handholes, access portals, the H-20 hatch noted on sheet W-8, valve boxes
and covers, etc., as indicated on the drawings or directed by the Engineer and provision of extra
pavers as described below shall be included in the sidewalk concrete unit pavers contract unit bid
price. The H-20 hatch noted on sheet W-8 shall be 331/4"x66" Model No. 2-332 manufactured by
Utility Vault of Auburn WA, or equal as approved
The Contractor shall purchase and provide to the City additional concrete unit pavers for future
replacement of broken pavers. The cost to provide these pavers shall be included in the unit price for
"Concrete Unit Paver Sidewalk", The additional pavers shall be of the same type and from the same
manufacturer designated under the "materials" paragraph of this section and shall be delivered to the
NIPROJECTS\OO.19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 40
City of Port Angeles Corporation Yard located at 1703 South "B" Street. The quantity of the various
colored pavers to be purchased is as follows:
1.
2.
Antique Color Sidewalk Pavers (2-3/8" thick)
Charcoal Color Sidewalk Pavers (2-3/8" thick)
1 Bundle
2 Bundle
For informational purposes only, one bundle of 2-318" thick and 3-1/8" thick pavers covers
approximately 98 and 87 square feet, respectively. Also, the antique colored pavers will be placed
over the entire sidewalk areas except for the borders. The Charcoal colored pavers will be used for
the sidewalk borders.
RAISED PAVEMENT MARKERS
(******)
Section 8-09 of the Standard Specifications shall be supplemented by the following:
The Contractor shall replace, in kind, any raised pavement markers damaged, removed, or covered
during construction. Materials and construction requirements shall be in accordance with Standard
Specifications Section 8-09 "Raised Pavement Markers". All costs associated with replacing raised
pavement markers shall be incidental to and included in the unit contract price of the various other
items of work.
CHAIN LINK FENCE AND WIRE FENCE
Materials
(******)
Section 8-12.2 is supplemented with the following:
Chain link fabric shall consist of zinc coated 9 gage wire conforming to AASHTO M 181, Class C
Y2 inch diameter stainless steel Hilti anchor system (GR AISI 304/316)
Construction Requirements
(******)
Section 8-12.3 is deleted and replaced with the following:
The fence shall be mounted near the back of the cement concrete blending strip where indicated in
the plans. 2 W' diameter Class I round posts shall be cut to length and have a 6"x6"x3/8" galvanized
steel mounting plate attached with a %" fillet weld. The plates shall have 4 5/8" diameter holes to
allow for the anchor system. The anchors shall be embedded a minimum of 8 1/2" with a maximum
post spacing of 6'. The finished fence shall be of the height and above grade clearance as indicated in
the Standard Plans for Chain Link Fence Type 6.
Payment
(******)
Section 8-12.5 is supplemented with the following:
The per linear foot price for "Chain Link Fence Type 6" shall be full pay for installation at locations
indicated on the plans, provision of the base plates, welds, providing and setting anchors in
accordance with these specifications.
Cement Concrete Sidewalk
Construction Requirements
(******)
The fourth, fifth, and sixth paragraphs of Section 8-14.3(3) are deleted and replaced with the following:
The sidewalk ramps shall be as specified in the plans. The detectable warning panel installed in each
ramp shall be yellow 24"x48" "ADA Replaceable Tiles" available locally at United Rentals.
Measurement
(******) .
Section 8-14.4 is supplemented with the following:
The cement concrete blending strip and the cement concrete sidewalk adjacent to each tree well will
be measured and paid as "Cement Conc. Sidewalk".
N \PROJECTS\OO-19 DOWNTOWN W A TERMAIN PHASE 3\12 PROJECT MANUALIPART03 DOC
- 41
. ~
, -
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IllUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
Construction Requirements
(******)
Section 8-20.3 of the Standard Specifications is supplemented with the following:
The work to be completed under this section of the Contract is as described on Sheets E-1 through E-
8 of the Project Plans, All material shall be provided and installed by this Contractor and shall comply
with the standards of The City of Port Angeles Public Works and Utilities Department, Light Utility.
Except as noted otherwise, conduit shall be Underwriters Laboratories listed gray PVC electrical
conduit. Use schedule 40 in sidewalks, schedule 80 under roadways. Install conduit in straight runs,
parallel with or perpendicular to roadways. Conduit shall be continuous between junction boxes, and
full 10-foot section lengths where possible. All conduit joints shall be cut square, reamed smooth and
drawn up tight. Join sections with manufacturer approved solvent. Minimum elbow radius shall be 24
inches. No more than three 90-degree bends shall be in any conduit section.
Wire shall be of the size indicated on the plans, copper, with 600 volt type THHN or THWN insulation.
All insulation shall be integrally colored to indicate neutral (white), ground (green), or phases (black,
red, or blue). Color use shall be consistent throughout the project. Sizes of #10 or smaller shall be
solid conductor. Sizes of #6 or larger shall be stranded. Wire shall not be over 12 months old.
Provide green insulated ground conductor in each conduit, sized per NEC, continuous from source
panel to receptacle or light. Below-grade splices shall be waterproof.
Provide one duplex watertight receptacle in each tree planter, as shown on drawings. Receptacles
shall be watertight while in use when using approved plugs and have closures for unused receptacles.
Each receptacle shall have ground-fault circuit interrupter (GFI) protection, Woodhead
#70W47L 143GF, or equal. Install #14 Type SOW cord from outlet to lighting junction box as shown.
Coil box with 36-inches of cord in tree well.
The lump sum price for "Illumination System" shall constitute full compensation for all labor, materials,
tools, and equipment required to complete the work as described in the Plans and required in the
Standard Specifications. The "Electrical Work" lump sum bid item includes the following approximate
quantities:
Payment
(******)
Section 8-20.5 of the Standard Specifications is supplemented with the following:
Approximate quantities for the lump sum item "Illumination System" are as follows:
1" PVC Schedule 40 - 650 LF
2" PVC Schedule 40 - 2400 LF
2" PVC Schedule 80 - 80 LF
Handholes for Pedestrian Lights and Street Lights - 23 EA
Type I J-Box - 9
Duplex Receptacles in Tree Wells - 24 EA
12-2WG cu. U.F. wire, handhole to tree receptacles -750 LF
12-2WG, handhole to pedestrian/street light base -150 LF
#6 cu. THWNITHHN, handhole to handhole -7500 LF
Miscellaneous connectors, splice kits, 90 and 450 elbows, etc.
(******)
8-27 MODULAR CONCRETE RETAINING WAll (New Section)
8027.1 General
Work shall consist of furnishing and construction of a Keystone Retaining Wall System, or equal with
prior written approval from the Project Engineer, in accordance with manufacturers recommendations,
these specifications, and in conformity with the lines, design, and dimensions shown on the plans.
Work. includes preparing foundation soil, furnishing and installing leveling pad, unit drainage fill and
backfill between the retaining wall and the existing concrete roadbed retaining wall, to the lines and
N \PROJECTS\OO-19 DOWNTOWN WATERMAlN PHASE 3\12 PROJECT MANUALIPART03 DOC
- 42
grades shown on the construction drawings. Work shall also include furnishing and installing geogrid
soil reinforcement of the type, size, location, and lengths required by the details and manufacturers
design requirements.
Material and construction method specifications found in this Section are for Keystone Retaining Wall
Systems. If another type of retaining wall system is submitted and approved, material and
construction method specifications for that system shall be included in the approved design submittal
and will supercede the specifications found in this Section as applicable. The intent and requirements
of this section shall remain unchanged.
8-27.2 Materials
Blocks shall be Keystone Standard Units, concrete gray. Geogrid reinforcement and reinforced
backfill shall be as specified per the most current Keystone requirements for the type and height of
wall being constructed. The unreinforced concrete base leveling pad shall be Portland cement
concrete Class 3000.
The Contractor shall furnish all required wall components for the selected proprietary type of as
supplied by the following manufacturer:
Keystone Retaining Wall Systems, Inc.
4444 West 7th Street
Minneapolis, MN 55435
(800) 747-8971
8-27.3 Construction Requirements
The contractor shall excavate as necessary to allow for placement of the cement concrete base
leveling pad. The cement concrete base leveling pad shall be constructed to the dimensions
indicated in the plans. Block placement shall be as indicated in the plans and as directed by the
Engineer. Sheer connectors as supplied by the manufacturer shall be placed between successive
courses to achieve near vertical wall construction. Reinforced backfill shall be placed in a maximum
of 6" lifts followed immediately by 3 passes of a vibratory plate compactor over the entire surface to be
compacted. Geogrid placement shall be as indicated in the plans.
Placement of reinforced backfill shall not begin until the Contactor has provided to the Project
Engineer with gradation test(s) performed by a qualified testing laboratory indicating that the material
to be used meets the requirements of the following:
~ieve Size
2-inch
% inch
No. 40
No. 200
Percent Passing
100
100-75
0-60
0-35
8-27.4 Measurement
"Modular Concrete Retaining Wall" shall be measured by the square foot of completed face surface
"Fence on Modular Concrete Retaining Wall" shall be measured by the linear foot
"Modular Concrete Retaining Wall Backfill" shall be measured by the ton
8-27.5 Payment
"Modular Concrete Retaining Wall", per square foot.
Payment shall include all material, labor, equipment, excavation, removal of excavated material, tools,
testing, and incidentals required to construct "Modular Concrete Retaining Wall" per these
specifications and as indicated on the plans.
"Fence on Modular Concrete Retaining Wall", per linear foot
N IPROJEcrSl00-19 DOWNTOWN WATER...'-WN PHASE 3112 PROJEcr MA1'lUALIPART03 DOC
- 43
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Payment shall include all material, labor, equipment, tools, and incidentals required to construct
"Fence on Modular Concrete Retaining Wall" per these specifications and as indicated on the plans.
"Modular Concrete Retaining Wall Backfill", per ton
Payment shall include all material, labor, equipment and required testing for haul, placement, and
compaction of "Modular Concrete Retaining Wall Backfill" per these specifications and as indicated on
the plans.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUALlPART03 DOC
- 44
(******)
8-30 HOLLOW SIDEWALK RESTORATION (New Section)
All work shown on sheets A1-A3 and 51-53, including mobilization, removal of existing heating oil
tanks, traffic control, maintaining access to businesses and residences, protection of existing utilities,
electrical work, water work, and other work, shall be constructed in accordance with the Plans,
Standard Specifications, and the Special Provisions.
LAUREL STREET SPECIFICATIONS FOR HOLLOW AREA FROM FIRST TO FRONT
SECTION 03100 - CONCRETE FORMWORK
PART 1 - GENERAL
1.01 RELATED SECTIONS
03200 Concrete Reinforcement
03300 Cast in Place Concrete
05500 Miscellaneous Metals
1.02 BUILDING CODE
A. Conform to requirements of the latest edition of the International Building Code and ACI 318.
1.03 STANDARD SPECIFICATIONS
A. "ACI Standard Specification for Structural Concrete Buildings" (ACI 301), published by
American Concrete Institute. "Recommended Practice for Concrete Formwork" (ACI 347) latest
edition.
B. See Structural Drawings for additional requirements and specifications. If contradictory
requirements seem to arise, contact the Engineer for clarification. For bid purposes assume
most stringent requirements.
PART 2 - PRODUCTS
2.01 GENERAL
A. The Contractor is responsible for design, engineering and construction of formwork and shoring
in accordance with referenced ACI Specification, and building code, whlch'ilver more rigid. Size
of facing materials, studs, walers, shores, joists. etc., to safely carry loads at rate placed.
Design by Structural or Civil Engineer licensed, as applicable. to do work in Washington State.
Special inspection paid for by Owner when required by City. Provide Owner and ArchItect
copies of inspections prior to pouring.
B. Conform to shapes. lines. textures, and dimensions shown on drawings.
C. Build forms tight to prevent mortar leakage. Provide access openings as required for
reinforcement. cleaning, and inspection.
2.02 CHAMFERS
A. Chamfer external corners of exposed concrete except at flush joints between masonry and
concrete. and as detailed. Use 3/4 inch triangular strip in form. Dimen~ion is parallel to face of
wall.
2.03 EMBEDDED ITEMS. PIPE SLEEVES. REVEALS, BOARD FORM INSERT
A. POSition in forms. location shown. Install board form insert, reglets, nailers, frames, etc.
N 'PROJECTS\OO-19 DOWNTOWN WATERMAlN PHASE 3\12 PROJECT MA1'IUAL\PART03 DOC
- 45
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Provide adequate support to prevent displacement.
C. Allow other trades ample time and facilities for placing and installing.
D. Provide sleeves and blockouts in foundations and footings for future installation of pipes.
conduits and other items to be installed by others.
E. Install 1 x 6 cedar board form material to inside of forms. Provide screws in concrete side of
form. set 12" o.C., so that cedar stays permanently attached to concrete. when plywood forms
are removed. Install cedar form boards in patterns approved by the Engineer.
F. ANCHOR BOLTS FOR ATTACHED ITEMS: As per referenced ASTM AF1554 Grade 36, hot-
dip galvanized in accordance with ASTM A 153-67. Embedment and projection as shown or as
required. Set perpendicular to surface of concrete.
G. Reveals - Where indicated on drawings reveals shall be provided using straight true lumber to
provide smooth continuous reveals in a 'v' profile or rectangular.
PART 3 - EXECUTION
3.01 Arrangement of joints and ties for board or plywood forms subject to Architect's approval. Forms for
exposed concrete will be inspected by the Engineer. .
3.02 Set forms true to line and grade and maintain so as to ensure completed work within the allowable
tolerances specified. and make mortar tight. Construct forms so that they can be removed without
damaging the concrete. Set and maintain concrete forms to ensure that after removal of the forms no
portion of the concrete work will exceed any of the tolerances specified in ACI 347.
A. Specified texture or finished product: Install board form 1 x6 cedar inserted on concrete side of
forms. Place 2n long stainless steel screws 12" o.c. at each 1 x6, with screw head left out to embed into
concrete approximately one inch. Cut or remove all nails exposed in 1x6 cedar after forms are
removed.
B. Clean and free of foreign materials.
C. Prior to concrete placement, footing and slab areas are to be protected from rain. Disassemble
and rebuild formwork in areas where subgrade is deteriorated by rain; replace/repair subgrade per
earthwork specifications.
3.03 FORM TREATMENT
A. APPLICATION
1. Apply in accordance with manufacturer's instructions.
2. Apply before placing reinforcement.
3. Apply for each re-use of form.
4. Use minimum quantity required.
5. Do not allow to contact concrete against which fresh concrete will be placed.
6. Use less toxic form releasers. Avoid using forms coated with fuel oil. Use less toxic releasers such
as "kick-hard", vegetable oil spray or waxing or painting.
B. BOARD AND PLYWOOD FORMS. "Nox-Crete" Form Coating manufactured by Nox-Crete
Company, 20th and Williams Streets, Omaha. Nebraska 68108; telephone: ME4-3000; or
approved.
C. METAL FORMS: "Nox-Crete Form" Coating, or approved.
3.04 FORMING TIES AND BRACING
N 'PROJECTS'OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 46
A. No wood ties or bracing shall be cast into the concrete. All permanent wood in contact with
concrete shall be pressure treated. Use cone ties on exposed work. Location and spacing of
cones to be coordinated with architect. Where indicated on drawings cone tie depressions are
not to be filled completely. Coordinate with the Engineer. All cone ties to be installed in level
and plumb lines.
3.05 RE-USE OF FORMWORK
A. Every attempt to re-use and recycle formwork should be considered by the contractor.
A. END OF SECTION
END OF SECTION
SECTION 03200 - CONCRETE REINFORCEMENT
PART 1 - GENERAL
A. References in this section to equipment, material. articles or patented processes by trade name. make.
or catalog number shall be regarded as establishing a standard of quality and shall not be construed as
limiting competition.
B. All concrete shall be reinforced. See drawings for specific requirements. . Confirm reinforcement
withthe Engineer.
1.01 RELATED WORK IN OTHER SECTIONS
A. Conventional Reinforcement Work in this section
02511 - Concrete Sidewalks, Curbs and Gutters
03300 - Cast-in-Place Concrete
1.02 STANDARD SPECIFICATION
A. "ACI Standard Specification for Structural Concrete Buildings" (ACI 301), published by American
Concrete Institute, except as otherwise shown or called for.
B. "ACI Detailing Manual Publication" SP-Iatest edition.
C. "Recommended Practices for Welding Reinforcing Steel. Metal Inserts and Connections in Reinforced
Concrete Construction," AWS D12.1latest edition.
D. See Structural Drawings for additional requirements and specifications. If contradictory requirements
seem to arise. contact the Engineer for clarification. For bid purposes assume most stringent
requirements.
PART 2 - PRODUCTS
2.01 BARS
A. Deformed billet steel bars for concrete reinforcement - ASTM A61S. Grade 60.
B. Deformed billet steel bars for concrete reinforcement - ASTM A61S, Grade 40.
C. All bars shall be clean and free from loose rust and scale.
2.02 TIE WIRE
A. No. 16 double annealed iron wire.
2.03 FIBER MESH
N \PROJECTS\OO-19 DOWNTOWN W A TERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 47
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A. Per ASTM A-185. Size and quantity per Structural Drawings.
2.04 ACCESSORIES
A. Provide devices for proper placing, spacing, supporting and fastening reinforcement. Use standard
steel chairs or well cured concrete blocks.
PART 3 - SUBMITTALS
A. Submit shop drawings in accordance with Section SR-02 and as directed by Engineer.
PART 4 -INSTALLATION
4.01 Clean. bend and splice reinforcement in accordance with Building Code and General Structural Notes.
4.02 Hooks shall conform to Table 2-1 of SP-66.
4.03 Welding shall be performed by welders certified by City and WAB.O.
4.04 Conform to ACI 301. latest edition, except as otherwise called for.
4.05 Place accessories as per SP-66. Include all necessary devices. Place steel accurately as per drawings
and plan. Fasten securely in place. Prevent displacement before and during concrete pour. Place to
provide sufficient concrete cover as shown on drawings. Do not drive nails in forms for supporting steel.
Place and secure dowels. studs and other projecting bars before pouring.
END OF SECTION
SECTION 03300 - CAST IN PLACE CONCRETE
PART 1 - GENERAL
1.01 SUMMARY
A. Work includes all cast in place concrete at and below sidewalk, including but not limited to footings.
foundation walls, and retaining walls.
1.02 RELATED WORK IN OTHER SECTIONS
03100 - Concrete Formwork
03200 - Concrete Reinforcement
1 .03 BUILDING CODE
A. Requirements of the IBC. latest edition amended and adopted by the City.
1.04 STANDARD SPECIFICATIONS
A. Conform to "ACI Standard Specification for Structural Concrete Buildings" (ACI 301 latest edition
published by American Concrete Institute. except as otherwise shown or called for.
B. See Structural Drawings for additional requirements and speCifications. If contradictory
requirements seem to arise, contact the Engineer for clarification. For bid purposes assume
most stringent requirements.
1.04 SUBMITTALS
A. Submit batch certificates for each concrete pour confirming test results required on drawings.
N 'PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL'PART03 DOC
- 48
B. Submit samples of colored concrete. Colors to be selected from full range.
PART 2 - PRODUCTS
2.01 CEMENT
A. Standard approved brand of Portland cement, conforming to IBC STD16-1, Type II normal. with
approval of Engineer. All cement by one manufacturer.
2.02 VAPOR BARRIER
A. Provide minimum 10 mil (.010mm) vapor barrier below slab. with maximum .30 perms vapor permeance
per ASTM E-174S. tensile strength rating per ASTM E-154, Section 9 of min. 29 IbJ/in and puncture
resistant. Moistop Underslab or approved equal. Joint tape as recommended by the manufacturer.
2.03 FL YASH
A. ASTM C 618, class F. Minimum cement replacement of 15%.
B. FOOTINGS - Allow fly ash contents of 15-20%.
C. BUILDING FRAME MEMBERS - Allow fly ash contents of 15-20%.
D. SLAB ON GRADE - Allow fly ash contents of 15-20%.
E. SUSPENDED SLABS - Allow fly ash contents of 1S-20%.
2.04 BLENDED CEMENTS
. A. ASTM C S95. Type IS, IP, I(PM), I(SM)
2.0S ADMIXTURES
A. All admixtures conform with IBC STD 26-9. No admixture shall be used without Architect's approval.
Air entrain as required in General Structural Notes.
2.06 AGGREGATES
A. Conform to IBC
B. Maximum size is 3/4", but not larger than one-fifth of the narrowest dimensions between the sides of
forms of the member for which concrete is intended. nor larger than three-fourths of the minimum clear
spacing between reinforcing bars.
C. May use recycled aggregate materials meeting the above standards
2.07 WATER
A. Use clean, fresh and potable water. Refer to Structural notes for water ratio.
2.08 READY-MIX
A. Ready-mix concrete, conform with IBC. See structural notes
2.09NON-SHRINK GROUT AND MORTAR
A. Embeco #602, #636 or #411-A mortar as manufactured by Master Builders. Sonneborn is an
approved manufacturer. Grout and mortar to match concrete in color.
2.10 EXPANSION JOINTS IN SLABS
A. Preformed non-extruding resilient material, ASTM D-1752, Type I, i/2 inch wide by depth
required to bring top to within 1/2 inch of slab surface. Sonoflex cane fiber expansion joint or
approved.
2.11 DAMPPROOFING
A. Xypex Modified or approved equal.
PART 3 - EXECUTION
N \PROJECTS\OO-19 DOWNTOWN WATERlvfAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 49
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.01 PLACEMENT PREPARATION
A. Place free draining rock material (minimum 1/4" in size with minimal fines) in depth indicated on
drawings and so that the top of the gravel is never saturated. even when accounting for capillary action.
Confirm that gravel is above the water table. Compact.
B. Place rigid insulation and tape joints.
C. Place vapor barrier with overlapping joints and lapping up sides of stem wall and tape to wall. Tape all
joints. Avoid penetrating vapor barrier with screed pins. by using screed pins mointed on flat plates or
use a small laser screed.
3.02 MIXING AND PLACING CONCRETE
A. Mixing and placing in accordance with IBC and ACI 301. See ACI Standard "Recommended Practice
for Measuring, Mixing and Placing Concrete", (AC/614 latest edition) for standard practice.
B. Mix in accordance with minimum stated proportions. Select ingredient proportions producing workable
mix and attaining required 28-day strength. Produce durable, abrasion resistant water-tight concrete.
uniform in appearance.
C. PLACING CONDITIONS
1. All conveying equipment shall be clean. All formwork, reinforcing and embedded items shall be
in place, and approval granted, before placing concrete.
2. Use conveying equipment of a size that ensures continuous concrete flow without separation or
loss of ingredients. Do not place any concrete pumping slurry in forms.
3. Consolidate all concrete by mechanical vibration. Vibration frequency shall be 7000 revolutions
per minute minimum. Insert and withdraw at many points, 18 to 30 inches apart. Insertion
duration shall be sufficient to consolidate concrete without causing segregation (5 to 15
seconds). Insert into the previous lift to ensure mixing of lifts. Have a spare vibrator on hand.
See ACI Standard "Consolidation of Concrete" for standard practice.
4. Do not use aluminum pipe for pumping concrete.
3.04 COLD WEATHER
A. See ACI Standard "Standard Specification for Cold Weather Concreting" (ACI 306.1 latest
edition) for standard practice.
B. Where possible. avoid pouring in rain to minimize porosity and avoid high temperatures to minimize
surface cracking.
3.05 HOT WEATHER
A. See ACI Standard "Recommended Practice for Hot Weather Concreting" (ACI 305. latest
edition) for standard practice.
B. Maximum temperature of fresh concrete at time of placing 80 degrees F.
C. Moist cure for 24 hours following placing whenever temperature exceeds 85 degrees F. After
24 hours concrete may be cured by conventional method.
D. Whenever temperature exceeds 85 degrees F.. use water fog spray as required during finishing
to prevent plastic shrinkage.
E. Do not add water to concrete unless additional cement is added to maintain approved water-
cement ratio.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MA1'iUAL\PART03 DOC
- 50
F. Wet all placing equipment, forms. reinforcing and subgrade prior to placing concrete.
3.06 PLACING CONCRETE MIXES WITH FLYASH CONTENT
A. Keep water/cement ratios low to limit wait time to finish.
B. Open slab surfaces with a wood float to allow concrete to bleed sooner in cold conditions.
C. Neglected, high fly ash slab surfaces can be prone to plastic shrinkage cracking - mitigate with
evaporation control materials
3.07 SLUMP
A. Maximum slump per structural notes. Measure slump per ASTM C-143.
3.08 CURING CONCRETE
A. Not less than 7 days for Type II cement. Review structural notes and foundation plans for
possible additional requIrements.
B. Use moisture-retaining cover: ASTM C 171, polyethelene film or white burlap.
C. Apply evaporation retarder to exposed concrete surfaces if hot, dry or windy conditions exist
according to manufacturers recommendations.
D. Confirm concrete is cured to flooring manufacturer's specifications prior to application of flooring
materials.
E. At end of curing process. apply crystalline waterproofing sealant over all new exposed concrete
areas, including trench drains. Apply at a rate of 1.25 lb. per square yard. Let cure for 3 days.
3.09 CONCRETE SLAB FINISHES
A. Screed all slabs for specified finish to true level or slopes. Protect against spackle. plaster and
paint stains. Protect slabs from rain. Slab protection shall not be in contact with slab.
B. NON-SLIP FLOAT FINISH: Screed and tamp to bring tine particles to surface; float with wood
or carpet float to true surfces. tolerances 1/4" in 10 feet. Leave slightly roughened surfaces; mark off
slabs as directed; round edges to 1/4" radius.
C. TROWELING FOR SLABS. Trowel by hand or machine to hard, dense surfaces, free from
trowel marks, finish to meet flooring manufacturer's standards. Do not absorb wet spots with neat
cement or mixture of cement and sand. Wait until surfaces are dry enough for proper troweling.
Chemical dryers are not permitted. Troweling must make ringing sound when drawn over surface of
concrete. Trowel slabs level or to true slopes, tolerance 1/8" in 10 feet.
D. BROOM FINISH EXTERIOR SLABS AND SIDEWALKS: Finish for non-slip float finish by
applying final broom surfacing; round edges to 1/4" radius. Provide sidewalk tooled joirlt pattern as
shown on drawings.
3.10 CLEANING AND REPAIRING CONCRETE
A. Finished Exposed Surfaces: Knock fins off smooth. Patch imperfec.tions to match adjacent
surfaces. Rub surfaces with carborundum stone where directed. Leave surfaces .clean and smooth. If
directed to correct imperfections, sack surfaces with grout mixed with 1 Cu. Ft. Portland cement. 1 Cu.
Ft. sand and sufficient water to allow grout to be rubbed into surface. Do sacking immediately after forms
are removed.
END OF SECTION
N \PROJECTS\OO-19 DOWNTOWN W ATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 51
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 05500 - METAL FABRICATIONS
PART 1 - GENERAL
1.01 RELATED WORK
A. Coordinate related requirements specified in other parts of the specifications including, but not
limited to the following:
03300 - Cast in Place Concrete
05521 - Pipe & Tube Railings
06070 - Wood Preservative Treatment
08800 - Glazing
09900 - Painting
1.02 SUBMITTALS
A. Submit shop drawings in accordance with the Section 01300. Prepare placing plan locating all structural
connectors, including embedded items. accessories, anchor bolts, structural steel. columns. etc.
B. Shop drawings are also required for all steel handrails and guardrails. Show the elevation of each
handrail or guardrail with typical installation details. Refer also to Section 05521.
C. Shop drawings are required for galvanized window wells. Show height, depth and method of
attachment. Refer also to Section 08800.
D. Product Data for trench grates.
1.03 PRODUCT STORAGE
A. Store job site steel on blocks. After erection remove any weld spatter. oil and grease. Clean
abraded. bolting and welded areas and touch up with specified primer.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Steel ASTM A-992 for Wide Flanges, A-36 for C, S. L and plates. Provide minimum 50 ksi yield
strength for all beams. Tubes to be ASOO GR B. Pipes to be AS3. Type E.
B. Light-Gauge Cold-Formed Steel: Steel shall be at least of commercial quality. ASTM A525. See
drawings for gauge and configuration.
C. Bolts: ASTM A307 for steel to other materials. ASTM A325 for steel to steel. Provide galvanized
fasteners where exposed to weather.
D. Metal Connectors: As noted in structural drawings.
E. Fasteners: For treated wood and where wood is in ground contact, subject to high relative humidity, or
exposed to weather, provide steel fasteners with hot-dip zinc coating per ASTM A 153/A.153M or-
stainless steel fasteners
N \PROJECTS\OO-19 DOWNTOWN W ATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 52
2.02 FABRICATION
A. General: Form steel and aluminum to the accurate shapes and sizes. with clean lines and
angles. Punch and shear to leave clean surfaces. Weld permanent connections. grind
exposed welds smooth. Do not use screws or bolts when they can be avoided. When used,
countersink heads and draw up tight. nick threads to prevent loosening. Provide holes and
connections for work of other trades.
2.03 SHOP TREATMENT
A All items indicated on the drawings or specified as "Galvanized" shall be hot-dipped galvanized after
fabrication. Do not field-fit or field-grind. Surfaces damaged in erection shall be touched up with "Gal-
Weld", "Galvicon", or approved. Coat other metal as follows:
B. Clean steel to SSPC-SP-2-63 requirements. Prime steel in accordance with Section 09900
2.04 MISCELLANEOUS STEEL AND IRON ITEMS
A. Such items as angles, channels and beam hangers and post caps: Standard structural steel
sections. Drill and tap, bolt or weld members together as required prior to finishing.
2.04 TRENCH GRATES
A 6" x 18" "TWS" trench grate from Olympic Foundry Inc.
B. Style "CI" trench grate frame from Olympic Foundry Inc.
PART 3. EXECUTION
3.01 Installation
A Install work of this section in accordance with shop drawings accurately to detail.
B. Miscellaneous: Install other steel and iron items shown on drawings or required to complete the work.
3.02 Clean-up
A. All work shall be clean and free of scratches or stains.
3.03 All welding shall be by welders certified by Washington Association of Building Officials (W _AB.O.).
END OF SECTION
SECTION 05521 - PIPE AND TUBE RAILINGS
1 GENERAL
1.01 SUMMARY
A. This Section includes the following:
1. Steel tube railings.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAVPART03 DOC
- 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1.02 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide railings capable of withstanding the effects of gravity loads and the
following loads and stresses within limits and under conditions indicated:
1.
a.
b.
c.
2.
a.
b.
c.
3.
a.
b.
c.
4.
Handrails:
Uniform load of SO Ibf/ ft. (0 73 kN/m) applied in any direction.
Concentrated load of 200 Ibf (0.89 kN) applied in any direction.
Uniform and concentrated loads need not be assumed to act concurrently.
Top Rails of Guards:
Uniform load of 50 Ibf/ ft. (073 kN/m) applied in any direction.
Concentrated load of 200 Ibf (0.89 kN) applied in any direction.
Uniform and concentrated loads need not be assumed to act concurrently.
Intill of Guards:
Concentrated load of 50 Ibf (0.22 kN) applied horizontally on an area of 1 sq. ft. (0.093 sq m).
Uniform load of 25 Ibf/sq. ft. (1.2 kN/sq. m) applied horizontally.
Infillload and other loads need not be assumed to act concurrently.
Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and
other materials from direct contact with incompatible materials.
1.03 SUBMITTALS
2. Shop Drawings: Include plans. elevations. sections, details, and attachments to other work.
1. Product Data: For mechanically connected railings, grout, anchoring cement. and paint products.
3. For installed products indicated to comply with design loads, include structural analysis data signed
and sealed by the qualified professional engineer responsible for their preparation.
4. Samples: For each exposed finish required.
5. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing
agency. according to ASTM E 894 and ASTM E 93S.
2 PRODUCTS
2.01 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements. manufacturers offering products that
may be incorporated into the Work include. but are not limited to, the following:
1. Steel Pipe and Tube Railings:
a. Pisor Industries. Inc.
b. Sharpe Products.
c. Wagner, R & B, Inc.; a division of the Wagner Companies.
d. Architectural Iron Company of Milford. PA. 18337, 800 442-IRON
N \PROJECTS\OO-19 DOWNTOWN W ATERMAIN PHASE 3\12 PROJECT MAl'IUAL\PART03 DOC
- 54
I. Grout and Anchoring Cement: Factory-packaged. nonshrink, nonmetallic grout complying
with ASTM C 1107; or water-resistant, nonshrink anchoring cement; recommended by
manufacturer for exterior use.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.02 METALS
A. Brackets. Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported
rails. unless otherwise indicated.
B. Steel and Iron:
1. Recycled Content of Steel Products: Provide products with an average recycled content of steel
products so postconsumer recycled content plus one-half of preconsumer recycled content is not
less than 25 percent.
2. Tubing: ASTM A 500 (cold formed) or ASTM A 513. Type 5 (mandrel drawn).
3. Pipe: ASTM A 53/A 53M. Type F or Type S, Grade A. Standard Weight (Schedule 40), unless
another grade and weight are required by structural loads.
4. Plates, Shapes, and Bars: ASTM A 36/A 36M.
5. Castings: Either gray or malleable iron. unless otherwise indicated.
a. Gray Iron: ASTM A 48/A 48M. Class 30, unless another class is indicated or required by
structural loads.
b. Malleable Iron: ASTM A 47/A 47M.
6. Woven-Wire Mesh: Intermediate-crimp. 2-inch (50-mm) woven-wire mesh. made from 0.135-inch
(3.5-mm) nominal diameter wire complying with ASTM A 510 (ASTM A 51 OM).
2.03 MISCELLANEOUS MATERIALS
A. Fasteners: Provide concealed fasteners, unless unavoidable or standard for railings
indicated.
B. Steel Railings: Plated steel fasteners complying with ASTM B 633, Class Fe/Zn 25 for
electrode posited zinc coating.
C. Anchors: Provide torque-controlled expansion anchors, fabricated from corrosion-resistant
materials with capability to sustain, without failure. a load equal to six times the load imposed
when installed in unit masonry and equal to four times the load imposed when installed in
concrete. as determined by testing per ASTM E 488.
D. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy
welded.
E. Shop Prlmers: Provide primers that comply with Division 9 Painting Sections.
F. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd
primer complying with MPI#79.
G. Zinc-Rich Primer: Complying with SSPC-Paint 20 or SSPC-Paint 29 and compatible with
topcoat.
H. Shop Primer for Galvanized Steel: Zinc-dust. zinc-oxide primer compatible with finish paint
systems indicated, and complying with SSPC-Paint 5.
2.04 FABRICATION
A. General: Fabricate railings to comply with design, dimensions, and details indicated.
B. Welded Connections: Cope com ponents at connections to provide close fit, or use fittings
designed for this purpose. Weld all around at connections, including at fittings.
N Il'ROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL'PART03 DOC
- 55
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C. Nonwelded Connections: Connect members with concealed mechanical fasteners and
fittings.
D. Form changes in direction by inserting prefabricated elbow-BALL JOINT - fittings.
E. Form curves by bending in jigs to produce uniform curvature; maintain cross section of
member throughout bend without cracking or otherwise deforming exposed surfaces.
F. Close exposed ends of railing members with prefabricated end fittings.
G. Provide wall returns at ends of wall-mounted handrails, unless otherwise indicated.
H. Brackets. Flanges. Fittings. and Anchors: Provide wall brackets, flanges. miscellaneous fittings.
and anchors to interconnect railing members to other work. unless otherwise indicated.
I. Woven-Wire Mesh 'nfill Panels: Fabricate infill panels from woven-wire mesh crimped into 1-by-
1 /2-by-1 /8-inch (2S-by-13-by-3-mm) metal channel frames.
2.0S FINISHES
A. Steel and Iron:
1. Galvanized Railings: Hot-dip galvanize exterior railings. after fabrication, to comply with
ASTM A 123/A 123M. Provide hot-dip galvanized fittings. brackets. fasteners, sleeves, and
other ferrous components.
2. Shop-Primed Galvanized Railings: After galvanizing, clean railings, treat with metallic-
phosphate process, and apply primer to comply with SSPC-PA 1.
3. Shop-Primed Steel Finish: Prepare to comply with SSPC-SP 7/NACE No.4. "Brush-off Blast
Cleaning" and apply primer to comply with SSPC-PA 1.
3 EXECUTION
3.01 INSTALLATION
A. General: Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in
location. alignment, and elevation.
B. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m).
C. Align rails so variations from level for horizontal members and variations from parallel with rake of
steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (S mm in 3 m).
D. Coat concealed surfaces of aluminum that will be in contact with grout, concrete, masonry. wood. or
dissimilar metals, with a heavy coat of bituminous paint.
E. Anchor posts in concrete by inserting into formed or core-drilled holes and grouting annular space.
F. Anchor posts to metal surfaces with oval flanges.
G. Anchor railing ends to concrete and masonry with round flanges connected to railing ends and
anchored to wall construction with anchors and bolts.
H. Attach handrails to wall with wall brackets.
1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger
bolt.
2. For wood stud partitions, use hanger or lag bolts set into wood backing between studs.
N \PROJECTS\OO-I9 DOWNTOWN WATER.\IAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 56
I. Adjusting and Cleaning:
1. Immediately after erection. clean field welds. bolted connections. and abraded areas of
shop paint. and paint exposed areas with the same material as used for shop painting.
2. Galvanized Surfaces: Clean field welds, bolted connections. and abraded areas and
repair galvanizing to comply with ASTM A 780.
END OF SECTION 05521
SECTION 06070 - WOOD PRESERVATIVE TREATMENT
PART 1 - GENERAL
A. This section covers requirements for preservative pressure-treatment of wood for use in
applications where protection from decay is required. Provide treated wood for all work designated in
this Section. specified elsewhere or noted on drawings.
1.01 RELATED WORK IN OTHER SECTIONS
06100 - Rough Carpentry
06220 - Finish Carpentry
09900 - Painting
1.02 STANDARDS
A. AWPA C1 - All Timber Products - Preservative Treatment by Pressure Processes; American Wood-
Preservers' Association.
B. AWPA C2 - Lumber, Timber - Preservative Treatment by Pressure Processes; American Wood-
Preservers' Association.
C. AWPA C9 - Plywood - Preservative Treatment by Pressure Processes; American Wood-Preservers'
Association
D. AWPA C14- Wood For Highway Construction- Preservative Treatment by Pressure Processes;
American Wood-Preservers' Association.
E. AWPA C1S - Wood for Commercial-Residential Construction - Preservative Treatment by Pressure
Processes; American Wood-Preservers' Association.
F. AWPA C17 - Playground equipment treated with Inorganic Preservatives - Preservative Treatment by
Pressure Processes; American Wood-Preservers' Association.
G. AWPA PS - Waterborne Preservatives; American Wood-Preservers' Association.
H. AWPA M4 - Standard for the Care of Preservative Treated Wood Products; American Wood-
Preservers' Association.
1.02 CERTIFICATION MARKS
A. Stamp label all treated members inconspicuously. Unlabeled treatments shall be delivered with
a treatment certificate which shall be transmitted to the Engineer.
1.04 TREATING PLANT
A. Wood shall be preservative pressure-treated by a lumber-treating company or mill authorized by
the preservative manufacturer and approved by the Engineer.
1.0S SUBMITTALS
N \PROJECTS\OO-19 DOWNTOWN WATER.\fAJN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 57
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A. Submit under provisions of Section SR-01.
B. Product Data: Treating plant's instructions for use. including requirements for storage, cutting, and
finishing.
C. Preservative Treatment Certification: Treating plant's certification of compliance with speCified
standards. process employed, and preservative retention values.
1.06 DELIVERY. STORAGE. AND HANDLING
A. Protect wood products against moisture and dimensional changes, in accordance with
instructions from treating plant.
1.07 WARRANTY
A. Manufacturer's Warranty: Provide manufacturer's standard lifetime warranty for pressure-
treated wood.
PART 2 - PRODUCTS
2.01 MANUFACTURERS
A. Provide wood treatment by or under license from Chemical Specialties, Inc.. One Woodlawn Green,
Suite 250, 200 E. Woodlawn Road, Charlotte, NC 28217. ASD. Tel: (800) 421-8661.
B. Substitutions: Other chromium- and arsenic-free products wifJ be considered. Requests for substitutions
wifJ be considered in accordance with provisions of Section 01600.
2.02 PRESSURE PRESERVATIVE WOOD TREATMENT
A. Wood treatments and treated wood shall contain no arsenic or chromium.
B. Preservative Treatment for Above Ground Use:
1. Treatment: "ACQ Preserve" (Alkaline Copper Quartenary) in accordance with AWPA C1 and
P5.
2. Use 0.25 Ib/cu ft (4.0 kg/cu m) of "ACQ Preserve" retention in accordance with AWPA C2, C9.
C14, C1S. C16, C17 or ICBO ER4981 as appropriate.
3. Kiln drying after treatment to 19 percent maximum moisture content for lumber and 18 percent
for plywood is recommended.
C. Preservative Treatment. Ground and .Fresh Water Contact:
1. Treatment: "ACQ Preserve" in accordance with AWPA C1 and PS.
2. Use 0.40 Ib/cu ft (6.4 kg/cu m) of "ACQ Preserve" retention in accordance with AWPA C2, C4,
C9, C14, C15, C16, C17 or ICBO ER4981 as appropriate.
3. Kiln drying after treatment to 19 percent maximum moisture content for lumber and 18 percent
for plywood is recommended.
2.03 MATERIALS TO BE PRESSURE PRESERVATIVE TREATED
A. Provide treated wood in the following locations unless noted otherwise on drawings:
1.. Wood cant strips and nailers in contact with flashing or waterproofing.
2. Wood contacting concrete or masonry such as (but not limited to) sill plates and studs
abutting concrete walls. All sill plates on concrete slabs.
3. Wood within 6 inches of grade.
4. Wood exposed to weather, such as (but not limited to) all exterior exposed framing
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 58
lumber at decks and porches, except trimwork.
5. Other locations as specified and as called for on drawings or specs.
2.04 FASTENERS FOR TREATED WOOD
A. For treated wood and where wood is in ground contact. subject to high relative humidity, or
expos1ed to weather, provide steel fasteners with hot-dip zinc coating per ASTM A 153/A 153M
or stainless steel fasteners.
PART 3 - EXECUTION
3.01 INSTALLATION OF TREATED WOOD: See applicable section.
3.02 CUTTING TREATED MATERIAL ON JOB SITE
A. Provide additional gallon containers of the same preservative solution for treating surfaces cut
in field. Field-treat all field cuts on members that provide structural support to a permanent
structure in accordance with AWPA M4.
END OF SECTION
SECTION 06100 - ROUGH CARPENTRY
PART 1 - GENERAL
A. ReferEinces in this section to equipment, material. articles or patented processes by trade name,
make, or catalog number shall be regarded as establishing a standard of quality and shall not
be construed as limiting competition.
1.01 RELATED WORK IN OTHER SECTIONS
03100 - Concrl:tte Formwork
06070 - Wood Preservative Treatment
0811 0 - Metal Doors
08700 - Finish Hardware
09900 - Painting
PART 2 - GENERAL
2.01 Lumber grading and wood species shall be in conformance with Voluntary Product Standard PS 20:
Grading Rules of following associations apply to materials furnished.
A. Western Wood Products Association (WWPA)
B. West Coast Lumber (WCLB)
2.02 Plywood grading Rules
A. Softwood Plywood: American Plywood Association PRP-108 Performance Standards and Policies for
structural use panels.
B. Hardwood: Voluntary Product Standard PS 51.
2.03 Grade marks
A. Identify all lumber and plywood by appropriate official grade marks.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MA1'IUAL\PART03 DOC
- 59
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
2.04 Moisture Content (when delivered)
A. Millwork and Finish: 9% maximum
B. Lumber: 19% maximum
C. Wood to be Embedded in Concrete: 12% maximum
2.05 Evidence of Grade
A. Each piece of lumber and plywood stamp with grademark and trademark of the association
having jurisdiction, or each shipment accompanied by official certificate of inspection.
2.06 Storage and Protection
A. Air drying material on the site; store under cover and out of direct sunlight with spacer
insertions. Frame over to provide minimum of 1'-0" clear air space at sides and end of pile. Provide 2'-
0" minimum air space from ground to lower edge of cover. Polyethylene film used as cover, shall be
black. Protect lumber. plywood, millwork and casework from weather.
2.07 Submittals
A. Submit in accordance with section SR-02. Show complete details of construction, method of
installation and other pertinent items, trusses.
PART 3 - PRODUCTS AND EXECUTION
3.01 Joist Hangers and Framing Connectors
A. Manufactured by Cleveland Building Specialties. Simpson, Timber Engineering Company, or
approved; of the type recommended by the manufacturer for the conditions of installation. Provide
where indicated or required; secure with nails. screws or bolts recommended by the manufacturer.
Structural drawings specify Simpson. Other manufacturer's substitutions shall be submitted for approval
to Engineer of record prior to use.
3.02 Exterior Finish/Moisture Barrier/ Weather Resistive Barrier:
A. Doors and Frames: except as otherwise noted, install all doors and frames called for on drawings or
under other sections.
3.03 Workmanship
A. Carefully layout. cut, fit and install carpentry items. Use sufficient nails, spikes. screws and
bolts to insure rigidity and permanence. Drive nails perpendicular to the grain of wood, rather than toe-
nailing. wherever feasible. Provide for installation and support of plumbing. heating, ventilating and
electrical work. Take care to isolate acoustically from other members. Install work to true lines. plumb
and level. unless indicated otherwise. Develop full length and width of bearing intended at all supports.
Members which are cut too short. or for any other reason do not develop this bearing. shall be replaced.
The minimum acceptable bearing depth is 2 inches.
END OF SECTION
SECTION 08110 - METAL DOORS
PART 1 - GENERAL
1.01 RELATED WORK
Coordinate related requirements specified in other parts of the specifications, including but not limited to
the following:
06100 - Rough Carpentry
N \PROJECTS\OO-19 DOWNTOWN WATER.'v1AlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 60
09900 - Painting
1.02 STANDARD SPECIFICATIONS
A, Conform to "Standard Stock Commercial" Steel Doors and Frames. US Commercial Standard
CS 242-62, modified as indicated. Insulated Steel Door Institute Standards (I.S.D.I.) for
residential work are also approved.
1.03 FIRE LABELS
A, Provide Underwriter's labels on door and frames where. and of class, indicated. Modify
standard specifications and Architect's details as required to secure labels. Frames will be labeled to
match rating of labeled doors. Doors must be labeled with manufacturer's name.
1.04 SUBMITTALS
A. Shop drawings: In accordance with Section SR-02, Design Submittals. Submit shop drawings
showing reinforcements, cutouts. joints. welding. anchorage, dimensions of each door type and
other pertinent items. See also 2.02 A,3 below.
B. Product Data: Door manufacturer's technical data for each type of door, including details of
core and edge construction. trim for openings and louvers. windows and factory-finishIng
specifications.
C. Door Schedule: Use the door schedule included in the drawings to reference each door per
number with all corresponding hardware. frame type and accessories.
1.0S- PRODUCT DELIVERY, STORAGE AND HANDLING
A, Protect at all times to prevent damage to doors, frames and finish. Store under cover in building
in protected, up-right position, set on wood sills. Prevent rust and damage. Clean abraded, scarred.
and rusty areas. Touch-up with paint used for shop painting. Replace units if repair is unsatisfactory or
impractical.
1.06 WARRANTY
A, Provide 2 year warranty. Warranty includes agreement to repair or replace doors with warping,
telegraphing of core construction, non-conforming tolerances, and other defects in construction and
performance.
PART 2 - PRODUCTS
2.01 MANUFACTURER
A. Ceco corp., Copco Door Co., Fenestra Corp., Pioneer Building, Benchmark II. Steel craft or
approved. Provide in profiles, fire-ratings and sizes as indicated on drawings. Provide
aluminum sill/threshold at all exterior metal doors.
2.02 DOORS
A. Exterior Insulated Doors:
The door slab shall be 1-3/4" laminated sandwich of expanded polystyrene or polyurethane foam and
steel. The foam core has a density of 1.00 - 1.2S Ibs. per cubic foot and has 16 gauge_continuous hinge
and latch stiles and rails or approved. An additional 1-S/8" x 2-1/4" x 15" block or approved system
serves as lock reinforcement. The steel shall be minimum 18 {:lauge in thickness and is specified to be
extra smooth, with both surfaces zinc galvanized and bonderized. Provide factory applied primer. heat
baked. Hinge side door edge shall be reinforced and drilled for hinges.
Building doors minimum U-value: 0.14, minimum R value: 5.
2.03 FRAMES
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 61
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A. Metal Frames:
1 . Door frames shall conform to the Steel Door Institute guide specification. ANSIISDI 100-91.
2. Frames for 1-3/4" doors to be from commercial quality cold rolled steel conforming to ASTM
A366 or A620 and A568 or hot-dipped galvanized steel conforming to ASTM A526 or A642 and
A525.
3. Frames are welded frame. field assembled type or welded unit type. Heat and jamb members
of K.D. frames have diecut mitered corners that interlock rigidly when field assembled. Integral door
stops are 5/8" high. Jambs to be sized to suit wall applications. Provide twist-in anchors at wood
stud. Provide floor anchors or extra jamb anchors to anchor sill.
4. Hardware Provisions: Provide 7 guage steel reinforcements welded in place and drilled and
tapped for fasteners in accordance with ANSI A156.7. The strike jamb is to be prepared for
hardware specified. Provide 3 door mutes per strike jamb and 2 for double swing heads.
5. Grout frames where required per fire rating requirements.
2.04 HINGES
A. See Hardware Schedule, Section 08700.
2.05 SILL/THRESHOLD
A. Provide extruded aluminum adjustable sill/threshold or approved system. Provide types as
required for door swing. Provide "Universal Sill Extender" where edge of subfloor would be
exposed using a standard sill. Provide thresholds at all exterior doors. Refer to section 08700.
All thresholds shalf be accessible with a maximum step of 1/2" per Washington State
Amendments to the IBC, Chapter 11.
2.06 HARDWARE PREPARATION
A. See DRAWINGS
2.07 FINISH
A. Doors and frames shall be factory primed. Finish paint to be per painting specification.
PART 3 - EXECUTION
3.01 Verify all door sizes and hardware types before ordering and installation.
3.02 Set backs and frames plumb and true. Install doors and hardware as late as pOSSible without
jeopardizing construction schedule. Adjust all moving parts to operate smoothly.
3.03 Touch-up after installation. Thoroughly clean surface prior to job painting.
'3.04 Install hardware specified in drawings. or as supplied by the manufacturer as part of a specified prehung
door assembly.
END OF SECTION
SECTION 08700 - FINISH HARDWARE
PART 1 - GENERAL
1.01 Related Work in Other Sections
N\PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 62
06100 " Rough Carpentry
08110 - Metal Doors
i .02 Work Included in This Section
A. The work in this Section shall include furnishing of all items of Finish Hardware as hereinafter
specified or as shown on draWings, excluding only such hardware as hereinafter specified to be
furnished by others. Any item of hardware not specifically mentioned hereinafter. but necessary
to complete the building as shown on the plans. shall be provided by this Contractor as though it
were specifically mentioned hereinafter and the cost of any such material shall be a part of the
contract price.
1.03 HARDWARE
A.' Unless otherwise specified, hardware shall conform in every respect to the specifications as
hereinafter set forth. Items of hardware not definitely specified. but required for completion and
proper operation of the work, shall be suitable in type, size. quality, finish, and function for tho
service intended and shall be comparable to the type specified for similar openings.
B. All keyed locks and cylinders shall be of one manufacturer unless otherwise noted in the
Hardware Schedule. 2.5 of this section.
C. All fire doors shall have hardware which meets U.S. Standards.
D. All hardware shall bear identification of Underwriter's approval.
E. Finish hardware shall be neatly and property installed by the Contractor in accordance with the
best practices and as approved by the Engineer. All hardware must be in new condition before
being turned over to Owner.
F. All hardware shall be supplied with necessary fastenings.
1.04 TEMPLATES
A. The hardware supplier shall provide all necessary templates of items being furnished. Template
information shall be furnished to all trades requiring same in order that they may properly
prepare material to receive the hardware items.
1.0S LIMITATIONS OF SCHEDULE
A. Approval of the hardware schedule shall not relieve the hardware supplier of responsibility for
errors or omissions therein.
1.06 MANUFACTURER'S NAMES AND NUMBERS
A. All catalog numbers herein specified have been used for the purpose of establishing a basis of
design, quality and operation. and in order to establish such a basis on quality, certain
processes, type of equipment, and kinds of material are specified by manufacturer's name,
brand, or catalog numbers.
1 .07 SUBSTITUTIONS
A. Hardware shall be exactly as listed or approved unless written approval is obtained from
Architect. Owner reserves the right to substitute hardware type and keying system of equal
quality and price.
1.08 DELIVERY
A. Hardware will be applied by Contractor furnishing work. as intended, and, unless othp.rwise
directed within a reasonable time, shall be delivered only to those Contractors, and at times and
N \PROJECTS\OO-I9 DOWNTOWN WATER.'oM!N PHASE 3\12 PROJECT MAl'IUAL\PART03 DOC
- 63
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
places mutually agreed upon.
1.09 WARRANTY
A. The hardware supplier shall guarantee all products furnished against defects in workmanship
and operation for a period of one year but without responsibility for damage caused by abusive
or improper usage. No liability to be assumed where faulty operation is due to either improper
installation or failure to exercise normal maintenance. Closers shall have a minimum five year
warranty.
PART 2 - PRODUCTS
2.01 GENERAL
A. Install hardware items with complete fasteners in accordance with operation requirements.
B. Template Hardware: Apply hardware to metal work with templates and secure with machine screws_
Furnish templates to metal fabricator.
C. Fastenings: Furnish finish hardware with necessary screws, bolts or other fastenings of suitable size
and type to secure hardware in position for heavy use and long life. Fastenings to harmonize with
hardware as to material and finish. Furnish fastenings where necessary with expansion shields, sex
bolts. or other approved anchors according to material to which it is applied and as recommended by the
manufacturer. Furnish hardware fastened to concrete or masonry with expansion sleeve anchors.
Fasten closers and exit bolts to doors with sex bolts. All screws normally exposed to view in finished
installations, including screws for hinges, to be Phillips head.
D. Omissions and Correction: Items required by the intent of the Drawings and Specifications. which are
not specifically indicated, and any omissions or corrections of the schedule, are to be listed and
submitted to the Engineer for review and approval.
2.02 Finish: Finish of hardware. unless otherwise indicated, shall be as follows:
1. Hinges:
2. Locks:
3. Closers:
4. Thresholds:
5. Door Stops:
6. Gaskets:
7. EXit device/trim:
Exterior: US32D
626
Spray finish to match other finish hardware
Aluminum unless otherwise noted
626
Dark Bronze
626
2.03 Hinges
A. Exterior outswinging doors with locks to have non-removable stainless steel pin.
B. Number of Hinges per Door Leaf:
Door Heiqht
5'-0" to 7'-6"
Over 7'-6"
No of Hinqes
3
3 plus 1 hinge for each additional
30" or fraction thereof
C. Hinge Size: Hinge sizes given are based on 1-3/4" thick doors. If thicker doors are used (including
doors with applied surfacing), follow manufacturer's directions.
Door Width Hinqe Sizes
1-3/8" thick doors to 36" 3-1/2 x 3-1/2
3'-0" or less 4-1/2 x 4-1/2
3'-1" to 4'_0" 5" x 4-1/2"
Hinges shall be of proper width to clear trim when door swings 180 degrees.
N \PROJECTS\OO-19 DOWNTOWN WATERMAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 64
D. Doors with surface closers shall have ball bearing hinges.
2.04 Lockset Design: Best. unless otherwise indicated.
2.05 Keying
A. Locks shall be Construction Keyed. Key cylinders/cores shall be "Best" or compatible to accept
"Best" key(s). Any cost for modification of compatible components shall be at the sole expense
of the Contractor.
B. Keying shall be done by the lock manufacturer as directed by the Owner.
C. Stamp permanent master keys "Do Not Duplicate". Stamp each change key with its broach and
cut number.
D. Locks installed during construction period and prior to acceptance by the Owner shall be
construction keyed. Owner shall be responsible for conversion of locks to regular change keys.
Ship permanent master keys and change keys directly to Owner. Provide two (2) copies of key
manifest showing cut number of change keys related to Owner's system of door/room numbers
and register number of master keys.
E. Keys required:
1. Change Keys: 4 each key set
2. Construction Keys: 10
3. Master Keys: 4 each
2.06 CLOSERS
A. Mount surface closers for 180 degree swing where possible.
B. Size closers in accordance with manufacturer's size charts according to conditions of use.
C. Allowable Closer Pressure:
1. Exterior Doors: 8.5 Ibs.
2. Fire Doors: 15 Ibs.
2.07 SILENCERS
A. Pneumatic rubber installed in metal frame stops. 3 for each door.
2.08 DOOR STOPS
A. Where wall stops are specified but cannot be used because of construction detailing, floor $tops
shall be furnished. Where neither can be used. provide overhead stops. On interior unit doors. use
base stop. Do not use hinge stops.
2.09 Manufacturer, as referred to in the Hardware Section.
1. Hinges: Ives, Hager. Bommer
2. Locksets: Best
3. Closers: LCN
4. Door Stops: Ives. Trimco
5. Thresholds/Weatherstrip: Pemko, National Guard
6. Door Pulls: Ives. Trimco
7. Bolts/Coordinators: Ives. DCI
8. Exit Device/Trim: Von Duprin, Yale
2.10 HANDRAIL BRACKETS
A. Provide with exterior handrails.
N \PROJECTS\OO-19 DOWNTOWN WATE&'-fAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 65
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.12 HARDWARE GROUPS
HW SET: 10
3
1
1
1
1
1
EA HINGE
EA CLASSROOM LOCK
EA SURFACE CLOSER
EA OVERHEADSTOP
SET SEALS
EA RAIN DRIP
SBB1 4.5 X 4.5 NRP
AL70PD JUP
1461 TJ FC X 1461-18
450S
S88D
346C
630
626
689
630
DKB
AL
IVE
SCH
LCN
GLY
PEM
PEM
PART 3 - EXECUTION
3.01 Installation
A. Install hardware in accordance with manufacturer's recommendations, using proper templates.
B. Hardware supplier to inspect and assist installer in correcting faulty installation of hardware and
adjusting of hardware for proper operation.
C. Mounting Heights: Location of hardware on doors and frames shall be as follows (distances
from finished floor):
1. Hinges:
a)
b)
c)
top -frame manufacturer's standard
bottom -frame manufacturer's standard
intermediate -centered between top and bottom hinges.
2. Locks/Latches _36" to center line of strike
3. Door Pulls -48" to center of grip
END OF SECTION
SECTION 08810 - PRISM SIDEWALK LIGHTS
1 GENERAL
1.01 SUMMARY
A. This Section includes glazing for the following products and applications, including those specified in other
Sections where glazing requirements are specified by reference to this Section: Prism Sidewalk Lights.
1.02 SUBMITTALS
A. Product Data: For each product and material indicated.
B. Samples: 18-inch-square minimum sample of complete prism and support system.
C. Provide complete shop drawings from Manufactures.
1.03 QUALITY ASSURANCE
A. Publications: Comply with published recommendations of product manufacturer.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MA.'lUAL\PART03 DOC
- 66
1 .04 WARRANTY
A. Manufacturer's Special Warranty on Prism Sidewalk Lights. Manufacturer's standard form, m~de
out to Owner and signed by the manufacturer agreeing to replace units that df'teriorate, f.o.b. the
nearest shipping point to Project site, within specified warranty period indi~ated below.
B. Warranty Period: 2 years from date of Substantial Completion.
2.01
2 PRODUCTS
MANUFACTURERS
2.02
A.
B.
In other Part 2 articles where titles below introduce lists, the following requirements apply to product
selection:
Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products that may be incorporated into the Work include, but are not limited to, marlufacturers
specified.
PRODUCTS
A.
Reinforced Concrete Prism Sidewalk Lights
1.
Prism lights by American Luxfer Prism Company, 346-348 Wabash Avenue, Chicago, ILL., with
branch office at 313 Cordova St., Seattle, WA.
2.
Architectural Iron Company, Milford, PA 18337, 800 442-IRON.
B.
Cast Iron & Glass Sidewalk Units:
1.
Provide glass prism embedded in reinforced concrete or set in cast iron frames, to match the
existing Port Angeles sidewalk lights as closely as possible.
2.
The Prisms shall be approximately 2" thick, 3" square and 4" on center at the sidewalk surface. Use
a Square Bland Lens pattern and match the existing pattern as closely as possible.
3.
The prisms shall be set in concrete or embedded in a cast iron frame using the manufactures
standard components and specifications for construction and installation. Provide the number of
prism lights as shown on drawings and locate as shown.
4. Provide Manufacturers abrasive surface finish to overcome slippery surfaces. Caulk all prism
lights to make a water tight installation.
2.03 FABRICATION OF GLAZING UNITS
A. Fabricate sidewalk prism light units in sizes indicated for Project, complying with written illstructions
of product manufacturer and referenced glazing publications, to comply with system performance
requirements.
3 EXECUTION
3.01 SIDEWALK PRISM LIGHTS
A. General: Comply with combined written instructions of manufacturers of glass, iron castings,
sealants, gaskets, and other materials, unless more stringent requirements are indicated, as
indicated on Drawings. Provide necessary edge and face clearances, and adequate sealant
thicknesses, with reasonable tolerances. Adjust as required by Project conditions during
installation.
N \PROJECTS\OO-19 DOWNTOWN WATE1U\4AlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 67
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.02 CLEANING AND PROTECTION
A. Protect exterior glass from damage immediately after installation. Remove nonpermanent labels, and
clean surfaces. Protect glass from contact with contaminating substances resulting from construction
operations. If, despite such protection, contaminating substances do come into contact with glass, remove
substances immediately as recommended by manufacturer.
B. Remove and replace glass that is broken, chipped, cracked, or abraded or that is damaged from natural
causes, accidents, and vandalism, during construction period.
END OF SECTION
SECTION 09900 - PAINTING
PART 1 - GENERAL
References in this section to equipment, material, articles or patented processes by trade name, make, or
catalog number shall be regarded as establishing a standard of quality and shall not be construed as limiting
competition.
WORK IN THIS SECTION: Painting of all surfaces including, but not limited to: pipe railings, exterior doors,
trim, stairwell walls, flashing, metals, etc. Contractor to protect basement level facades of existing buildings
and touch-up or repair any areas of damage caused by work of this project.
1.01 RELATED WORK IN OTHER SECTIONS
03300 - Concrete
06100 - Rough Carpentry
08110 - Metal Doors
1.02 SUBMITTALS
A. Submit color schedule, samples, Manufacturer Specification Data Sheets describing content of
paint per Section 01300.
1.03 FINISHED SURFACES
A. All damage to finish and equipment shall be touched up and renovated when required.
B. Mechanical and electrical equipment not factory finished and piping and conduit shall be painted
when exposed at exterior of buildings.
1.04 SURFACE CONDITION
A. All surfaces to be treated shall be in proper condition to receive same. If certain preparatory
work is not satisfactory, painting subcontractor shall register his objections. Commencement of
the work shall be evidence that all conditions are satisfactory and shall be so regarded and
accepted. Remove tacks, staples, stickers, etc. from surfaces to be painted.
B. Concrete must be cured for at least 30 days prior to coating applications, and as free from
moisture as possible. Remove all grease, dirt, oil, glaze, laittance, efflorescence, loose mortar
and cement. Hardeners, sealers and form release agents to be compatible with coatings.
C. Throughout clean all steel and other metal surfaces to receive coatings. Cleaning methods/
agents to be compatible with coatings.
D. Hardware, hardware accessories, plates, lighting fixtures and similar items in place prior to painting shall
be removed during painting operations and repositioned upon completion of each space or shall be
otherwise protected.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 68
E. All areas shall be broom clean before painting is started.
F. Temperatures where painting is being done or where it is drying shall be maintained above SO degrees
F. Painting of exterior surfaces shall be SO degrees F. or above, and as recommended by manufacturer,
moisture content of wood shall not exceed 1S% for exterior work or 13% for interior work unless noted
otherwise.
1 .OS Each coat of paint including primer shall have a slight variation of color to distinguish it from the
pr,eceding coat. Sufficient time shall be allowed between coats to ensure proper drying. Paints shall be
thoroughly stirred and kept at a uniform consistency during application and shall not be thinned in
excess of the printed directions of the manufacturer. Paint containers shall not be opened until required
for use. Floors, roofs and other adjacent work shall be properly protected by drop cloths or other
coverings.
1 .06 STORAGE
A. Store materials in one place. Such storage place shall be kept neat and clean and all damage
thereto or to its surroundings shall be made good, care being taken in the storage of paints, oil,
etc., to prevent all danger of fire. Oily rags shall be removed from the project area every day
upon stopping work and every precaution taken to reduce the danger of fire from spontaneous
combustion.
1.07 COLOR SCHEDULE
A. Colors shall be selected by the Engineer. Before any work is done, the Engineer will furnish the
Contractor with a color schedule showing where the various colors shall go.
B. Exterior: There will be a maximum of one (1) exterior railing color, one (1) stairwell wall color
and one (1) door color.
1.12 SAMPLES
A. Contractor shall submit three 12" x 12" samples to the Engineer for all selected paint colors, on
the same bases as the materials are to be applied, showing both color and finish of all classes
of work to be done by the painter. The various coats of samples shall be lapped and exposed,
shingle fashion, for identification. Contractor shall be required to paint several sample areas on
the job of color combinations selected to be approved by Engineer before final color selection.
B. Samples shall be completed in ample time by the owner to permit consideration and in all cases
before the material to be painted is delivered or in readiness for painting One each of the
samples as approved by the Engineer will be returned and the other two will be retained by the
Engineer.
C. Before final color selection, the contractor shall be required to paint several sample areas (one
for each color combination, and equivalent in size to a full wall) on the job of the proposed color
combinations selected by the Owner/Engineer before final color selection.
1.09 DRAWING SCHEDULE
A. When an item is scheduled to be painted, paint the entire surface affected by the construction.
1 .10 INSPECTIONS
A. All surfaces must be Inspected and approved by the Engineer prior to each coat.
N \PROJECTS\OO.19 DOWNTOWN WATER.'MlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 69
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 2 - PRODUCTS
2.01 MANUFACTURER
A. Painting and finishing products shall be the best or top brands produced for each particular kind
of material required and unless specifically specified otherwise hereinafter shall be by one or
more of the following manufacturers:
Kelly-Moore The Glidden Company
Sherwin-Williams Company Preservative Paint Company
Pratt and Lambert, Inc. Olympic Stain Products Co.
Parker Paint Company Best Paint Company
Tnemec Company, Inc. Cowman & Campbell Paint Co.
OPW Decks Superdeck Brand Products
Benjamin Moore
B. Unspecified materials, use "best" or "first line" grade materials of one of the listed
manufacturers for such unlisted materials such as turpentine, thinners, linseed oils, filler, and
other auxiliary materials.
2.02 DELIVERY
A. These materials shall be delivered in unbroken original containers bearing the manufacturer's
name and brand designation. With the exception of ready-mixed materials, all mixing shall be done at
the job site, and any material rejected shall be removed from the site at once.
PART 3 - EXECUTION
3.01 GENERAL
A. Painting must be done by certified contractors when required by manufacturer to preserve warranty,
and when not required by expert painters and the finishing by skillful cabinet varnishers and finishers in
conformance with the manufacturers directions. Become conversant with these directions. All work
shall be "premium grade".
3.02 COOPERATION
A. Carry on the work so as not to interfere with or delay other work in the building. The work will be
at the painter's risk until completed and finally accepted. On the completion of the work the
painter must leave everything neat and clean and must remove from glass, woodwork, floors,
walls, cabinetry,- siding, windows, doors, etc. all spots and stains made by painter.
3.03 APPLICATION
A. All materials shall be evenly applied so as to be free from sags, runs, crawls, defective brushing or
other defects. All coats shall be of the proper consistency and well brushed out so as to show minimum
of brush marks, except varnish and enamel which shall be uniformly flowed on. All brushes shall be
clean and in good condition. All materials shall be applied as recommended by the manufacturer.
B. No work shall be done under conditions that are unsuitable for the production of good results. No
painting shall be done while other work is in progress or is drying.
C. Drying Time: All coats shall be thoroughly dry before the succeeding coat is applied. Allow at least
24 hours between coats unless special paint is used that requires more or less time for drying.
D. Coverage: Painting coats as specified are intended to cover surfaces perfectly; if surfaces are not
covered to the satisfaction of the Engineer, further coats shall be applied at the Contractor's expense.
Primer and first coat of finish paint to be lighter tint than finish coat to confirm coverage. Provide
minimum mil thickness and maximum coverage as recommended by manufacturer. Thin only as
recommended by manufacturer. Back roll or brush to provide uniform coverage if spray equipment is
used.
N 'PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-70
E. Protection: Contractor shall exercise great care so as not to deface any adjacent work and all work
shall be carefully protected while painting is going on, using suitable cover cloth where necessary. Any
work damaged by the painting subcontractor shall be made good at his own expense in a manner
directed by the Engineer. -, .
F. Putty: No puttying shall be done until after the priming coat or first coat has been applied and is
thoroughly dry. All dents, cracks, joints, nail holes and defects in the surface shall be then puttied and
smoothed to match color of finish. Verify compatibility of sealants and paints prior to work.
3.04 EXTERIOR PAINTING
A. Perform work per manufacturer's written instructions and specific recommendations.
B. New galvanized metal and aluminum shall be treated and finished as follows (excluding
handrails):
1. When metal has not been given a shop priming coat, same shall be thoroughly cleaned by
sponging off with a 160 deg. Benzole, or other approved solvent.
2. Next, coat with solution of four ounces of copper sulphate to the gallon of water. Allow to
remain on surface at least twelve hours then dust off with stiff brushes.
3. Follow with a priming coat of zinc chromate primer as specified hereinbefore, well rubbed out.
4. Over priming coat and over all items furnished with shop priming coat, apply two coats of specified
exterior alkyd enamel, colors as selected. (Paint gutters, downspouts if metal, and metal doors.)
5. Pipe Railings: All exterior metal indicated on the drawings are to be provided with a galvanized finish
and shall be painted.
First Coat: Priming coat of approved metal primer.
Second and Third Coat: Selected exterior coating.
C. Ferrous metal surfaces: such as steel doors and frames, etc., shall be treated and finished as
follows:
1. First, all metal surfaces shall be washed with mineral spirits to remove any dirt or grease. Where rust
or scale is present, use wire brush or sandpaper, clean before painting. If surface has been given a
shop coat, and same is marred, it shall be cleaned and touched up with a specified metal primer
2. After cleaning and if surfaces are satisfactory, apply:
First Coat: Priming coat of approved rust inhibiting metal primer as specified above.
Second and Third Coat: Selected exterior coating.
3.06 RETOUCHING
A. All finished equipment furnished by other trades shall be retouched where damaged and left in a
finished condition by this Contractor.
3.07 CLEANING
A. Before final acceptance of work, go over the entire project area and clean off all paint or varnish spots
from floors, walls, hardware, glass, doors, windows, siding, etc., and leave all doors free to move and all
paint and other finishes clean and in perfect condition. Touch up and finish any part of the work requiring
same after other trades have finished and shall repair any damage to his work. Clean up and remove
every night, all dirt, rubbish, rags and waste material caused in the prosecution of this Contract.
3.08 EXTRA STOCK
A. Provide 2 gallons each color of exterior paint for storage on site by Owner.
N \PROJECTS\OO-19 DOWNTOWN WATER..'-!AlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
- 71
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3.09 PARKING SIGNAGE AND STRIPING
A. Paint curbs and striping as required by City, Fire Department and other regulatory agencies for the
project.
END OF SECTION
INSTALLATION OF FLAG POLE SOCKETS
Installation of ten (10) flag pole sockets shall be in accordance with the Plans and Specifications and
as directed by the Engineer. Locations to be determined in the field by the Project Engineer.
UNDERGROUND STORAGE TANKS
This section describes the requirements for the removal and abandonment of out-of-service
underground heating oil storage tanks. The Contractor shall conduct the requirements of this section
in accordance with the best practices of the profession and all applicable federal, state, and local
regulations, codes, and requirements.
Existing Conditions
Out-of-service heating oil storage tanks are located beneath the hollow sidewalk at the locations
shown on plan sheet A2. All heating oil tanks associated with this project shall be removed as
specified below. All underground heating oil tanks associated with this project are fully regulated
under WAC Chapter 173-360.
General Requirements
All heating oil tanks associated with this project shall be removed together with the associated piping
to the maximum extent possible as determined by the City Engineer. Any remaining piping left in place
shall be permanently capped at open ends. The under ground heating oil tank removal shall be in full
compliance with WAC Chapter 173-360, Washington State Department of Ecology Guidance for Site
Checks and Site Assessments for Underground Storage Tanks (90-52), Guidance for Remediation of
Petroleum Contaminated Soils, American Petroleum Institute (API) Publication 2015 Cleaning
Petroleum Storage Tanks, API Publication 1628. A Guide to the Assessment and Remediation of
Underground Petroleum Release, API Recommended Practice 1604. Removal and Disposal of Used
Underground Petroleum Storage Tanks, U.S. Environmental Protection Agency Publication
EPA/625/6-90/0166. Ground Water, Volume II, Sampling Methodology, Article 79 of the Uniform Fire
Code and National Fire Protection Association 30. Flammable and Combustible Liquids Code.
The following must be completed for each site:
1. Submittal of 30-day Notice of Intent to Close Underground Storage Tanks to the Washington
State Department of Ecology (DOE).
2. Completion of City of Port Angeles Permits for abandonment or removal of commercial
underground tanks.
3. Site visit.
4. Tank closure plan (see below).
5. An International Fire Code Institute (IFCI) certified site supervisor registered with Washington
State Department of Ecology for underground storage tanks, to be on site at all times during
the tank removal and decommissioning activities.
6. Soil and/or ground water samples to be collected in accordance with the above referenced
documents by a site assessor registered with DOE in accordance with WAC Chapter 173-360.
7. Completion of a site assessment (see below) to be prepared by a site assessor registered in
accordance with WAC Chapter 173-360.
N IPROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-72
5. Health and safety plan.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8. Soil and water samples shall be analyzed for total petroleum hydrocarbon1=; by method
NWTPH-DX or other method approved by the City Engineer.
9. Tank closure form and site check list (if required) shall be completed and filed with the
Washington State Department of Ecology.
Site Assessment
The site assessment shall include but not be limited to:
1. Vicinity map.
2. Summary of site visit.
3. Summary of the underground storage tank (UST) system.
4. Soil characteristics.
5. Was ground water encountered?
6. Surrounding land use (Commercial Business District).
7. Information on number, type and location of soil and ground water samples.
8. The name and address of the DOE-certified laboratory used to analyze thE:! samples.
Drawing showing the following:
a. Location and the numbers of all samples collected.
b. Tank and piping location and limits of excavation.
c. Adjacent structures, streets and alleys.
d. Locations of any nearby utilities.
e. Justification for sampling and analytical procedures used.
f. A table summarizing the analytical results.
g. Any factor that may have compromised the quality of the analytical data.
Tank Closure Plan
Additional items for closure plan:
1. Sampling and analysis plan.
2. Description of tank removal and inerting process.
3. Tank cleaning and recycling.
4. Product and waste disposal.
Tank Disposal
All tanks shall be cleaned and prepared for recycling within 48 hours of removal. The tank shall be
recycled in accordance with WAC Chapter 173-303. All products removed from any underground
storage tank shall be recycled in accordance with 40 CFR 279 and WAC Chapter 173-303. Any
waste generated during the tank cleaning process shall be disposed of in accordance with WAC
173-303. The contractor shall be the generator of any waste associated with this project. Copies of
all manifests, certificates of disposal, and reports and forms shall be supplied to the City before
final payment is made.
N \PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-73
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Removal of Contaminated Soil
If contaminated soil is found, the DOE, Fire Marshal and the City Engineer shall be notified within '1'2-
hours. All excavated material removed shall be immediately placed on a level surface previously
covered with 20 mil polypropylene sheeting and approved by the City Engineer. The excavated
stockpile of material shall be covered with 12 mil polyethylene sheeting and anchored in place.
Any excavated material contaminated above the Model Toxic Control Act (MTCA) method-A cleanup level
shall be disposed of at the City of Port Angeles landfill after an approved Port Angeles Landfill Waste
Disposal Permit has been received from the City Engineer. The contractor shall be responsible for
completing and filing the Port Angeles Landfill Waste Disposal Permit with the City Engineer. All costs
associated with completing the permit process, except the fee itself, shall be borne by the Contractor and
shall be considered incidental to the job. The permit fee, if any, will be paid by the City. See below for
payment provisions for Removal of Contaminated Soil.
Any changes to the Tank Closure Plan shall only be approved by the City Engineer or Port Angeles
Fire Marshal.
Measurement
The measurement for "Laurel Street Historic Reconstruction and Structural Upgrades" shall be lump
sum.
No specific unit of measure shall apply to the installation of ten (10) flagpole sockets within the area of
and as a part of "Laurel Street Historic Reconstruction and Structural Upgrades",
No specific unit of measure shall apply to the costs associated with the removal of the two (2) heating
oil storage tanks shown on plan sheet A2.
Yhe measurement for "Protection of Owest Lines on Laurel Street Between Front and First Streets"
shall by lump sum.
Payment
The contract price for "Laurel Street Historic Reconstruction and Structural Upgrades", Lump Sum,
shall be full compensation for all costs for furnishing all labor, temporary traffic control, temporary
access bridges, equipment, tools, and materials to construct all work shown on Sheets A 1-A3 and 51-
S3, in accordance with the Plans, the Standard Specifications, and these Special Provisions.
Installation of ten (10) flagpole sockets shall be considered incidental to and included in the lump sum
bid price for "Laurel Street Historic Reconstruction and Structural Upgrades".
The lump sum contract price for "Laurel Street Historic Reconstruction and Structural Upgrades" shall
constitute full compensation for all labor, materials, and equipment required to remove, placement and
compaction of backfill in void created by removal, transport, and dispose of the two (2) heating oil
storage tanks shown on sheet A2, tank contents, associated piping, and rinseate solutions, as
specified. The lump sum contract price for "Laurel Street Historic Reconstruction and Structural
Upgrades" shall further constitute full compensation for all costs associated with meeting the submittal
requirements related to this work, including but not limited to necessary permits, sampling, testing, &ite
assessment, tank closure plan and tank closure worksheet(s).
Payment for the removal and disposal of contaminated soil, if encountered, and all associated
costs thereof including placement of backfill in the area of removal, shall be by force account
per the provisions of Section 1-09.6 of the Standard Specifications.
The contract price for "Protection of Qwest Lines on Laurel Street Between Front and First Streets",
Lump Sum, shall be full compensation for all costs for associated with protecting Ute existing Qwest
telecommunications lines during construction, including removal from the existing supports, temporary
bracing, installation of new brackets, and re-hanging the lines. Should the Owest lines be buried or
relocated prior to construction in this area, no separate payment shall be made for their protection and
the provisions of Section 1-07.17 of the Standard Specifications shall apply to these lines.
N \PROJECTS\OO-19 DOWNTOWN WATE&\fAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-74
SUBMITTAL REQUIREMENTS
The following is an index of the section contained under Submittal Requirements:
SR-Ol Material Submittals
SR-02 Design Submittals
SR-03 Progress Schedule
SR-04 As-Built Drawings
SR-05 Other Post-Construction Submittals
SR-06 Itemized List Of Submittals
SR-07 Submittals Review Form
SR-Ol MATERIAL SUBMITTALS
The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed in SR-06, "Itemized List Of
SubIIllttals". All material submittals or resubmittals shall be accompanied by SR-07, "Submittals-Review Form". The
loclttion of the specification for each of these items in the Standard Specifications or Special Provisions is indicated in SR-
06. If the item description for the material submittal is not the exact brand or model specified in the Contract, then 3 copies
of the manufacturer's descriptive literature, catalog cut-sheets, etc., must also be included with the submittalpac;kage.
The Contractor shall clearly indicate on all material submittals and copies, the submittal review package numbei' (starting
with" 1" for the first submittal review package), submittal item number (from SR-06) and the exact item selected. In all
cases, the Contractor shall enter the exact brand and model on the "Submittal Review Form" ft)r that particular- item.
All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14
calender days from receipt by the City Engineer for review and approval or rejection. For each material resubmittal
required, the Contractor should allow an additional 7 calender days from date of receipt by the City Engineer for revie" T z:lld
approvalorrejection. Except as provided herein, all requirements of Section 1-05.3, "Plans and Working Drawings", or
the Standard Specifications shall apply.
NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE
CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. PAYMENT MAY BE
WITHHELD FOR MATERIALS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS
SECTION.
SR-02 DESIGN SUBMITTALS
Three copies of all design submittals and related shop drawings are required. Shop drawings and electrical schematic
details shall be of the size 22" x 34". Each design submittal or resubmittal and related shop drawings shall be listed on
the "Submittal Review Form" by the Contractor with an appropriate reference to the attachments submitted. All design
submittals shall be stamped by a Professional Engineer registered in the State of Washington.
All design submittals are required within 28 days after award of the Contract. The Contractor should allow 1 ~ calender
days from receipt by the City Engineer for review and approval or rejection. For each design resubmittal requued, the
Contractor should allow an additional 14 calender days from date of receipt by the City Engineer for leview and
approval or rejection.
The following are the required Design Submittals for this Contract:
N 'PROJECTS\OO-19 DOWNTOWN WA TERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-75
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM DESCRIPTION APPLICABLE
NO. SEc:nON
Design Submittals
1 Traffic Control Plan(s) 1-10
2 Temporary Pedestrian Walkway Barriers, etc. 1-10
3 Abandonment of Underground Storage Tanks 8-30
4 Permanent Retaining Walls 6-11
5 Concrete Reinforcement Shop Drawings 8-30 (03200)
6 Placing Plan for all Structural Connectors 8-30 (05500)
7 Shop Drawings for all Steel Handrails and Guardrails 8-30 (05500)
8 Shop Drawings for all Galvanized Window Wells 8-30 (05500)
9 Shop Drawings for all Pipe Tube Installations. Include plans, elevations, sections,
details, and attachments to other work 8-30 (05521)
Rough Carpentry Shop Drawings - Show complete details of construction, method of
10 installation and other pertinent items 8-30 (06100)
Metal Doors - submit shop drawings showing reinforcements, cutouts, joints, -
11 welding, anchorage, dimensions of each door type and other pertinent items. 8-30 (08110)
12 Prism Sidewalk Light shop drawings 8-30 (08810)
SR-02.1 Traffic Control Plans
See Section 1-10.2(2) of the Standard Specifications, as modified by the Special Provisions, for submittal requirements
for Traffic Control Plans.
SR-02.2 Temporary Pedestrian Walkways, Barriers, etc.
See Section 1-10 of the Standard Specifications, as supplemented by the Special Provisions, for submittal requirements
for t:h1s item.
SR-02.3 Abandonment of Underground Storage Tanks
See Section 8-30 of the Standard Specifications, as modified in the Special Provisions, for submittal requirements for
this item.
SR-02.4 Permanent Retaining Wall System
See Section 8-27 of the Standard Specifications, as revised above, for design submittal requirements for this item.
SR-03 PROGRESS SCHEDULE
See Section 1-08.3, as modified in the Special Provisions, for the submittal requirements for a Progress Schedule and
regular updates.
SR-04 AS-BUILT DRAWINGS
Requirements for maintaining As-Builts for the work completed under this Contract are specified in Section 1-05.5 of
the Special Provisions above. Final As-Builts shall be submitted to the City Engineer at or before the final inspection
for review and approval. As-built drawings must be approved by the City Engineer before final payment Wlll be made:
SR-05 OTHER POST -CONSTRUCTION SUBMITTALS
SR-06 ITEMIZED LIST OF POST CONSTRUCTION AND MATERIAL SUBMITTALS
N 'PROJECTS\OO-19 DOWNTOWN WATER.'vfAJN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-76
Post-Construction Submittals ~.=[~--
, ..
1 Final As-Builts 1-05.5
.-.
2 Tank Closure Worksheet, et.a!. 2-02.4
- ---
3 Compaction Test Results 6-11.5
4 Certification of Construction 6-11.9(8)
5 Disinfection Results 7-11
6 Extra Sidewalk Pavers 8-05
7 Concrete Batch Certificates 03300
--- ....----
I
I
I
I
I
I
I
I
Material Submittals
1 Bedding and Backfill Materials various
2 Structural Soil for Trees 8-02
3 Colored Concrete Samples 8-30 (03300)
4 Product Data for all Pipe Tube mechanically connected railings, grout, anchoring
cement, and paint products 8-30 (05521)
5 Pipe Tube Samples for each Exposed Finish RequITed. 8-30 (05521)
Pipe Tube Product Test Reports: Based on evaluation of comprehensive tests
6 performed by a qualified testing agency, according to ASTM E 894 and 8-30 (05521)
ASTM E 935
Wood Preservative Product Data: Treating plant's instructions for use, including 8-30 (06070)
7 requirements for storage, cutting, and finishing.
Wood Preservative Treatment Certification: Treating plant's certification of
8 compliance with specified standards, process employed, and preservative retention 8-30 (06070)
values
Metal Doors Product Data: Door manufacturer's technical data for each type of
9 door, including details of core and edge construction, trim for openings and 8-30 (08110)
louvers, windows and factory-finishml! suecifications.
I
I
I
I
I
I
I
I
I
I
N\PROJECTS\OO-19 DOWNTOWN WATERMAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
I
-77
I
II Prism Sidewalk Lights Product Data for each product and material indicated. 8-30 (08810)
12 Prism Sidewalk Lights Samples: 18-inch-square minimum sample of complete prism
and support system 8-30 (08810)
13 Paint color schedule, samples, Manufacturer Specification Data Sheets describing
content of paint. 8-30 (09900)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
N 'PROJECTS\OO-19 DOWNTOWN WATER.\ofAlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-78
SR-07, SUBMITTAL REVIEW FORM
I
I
I
SUBMITTAL PACKAGE NUMBER:
Contract Name: Downtown Water Main And Sidewalks. Phase II I
Contract Number: 00-19
Contractor:
I
I
ITEM ACTION BY
NO. DESCRIPTION CITY.
I
I
I
I
I
I
I
I
I
* Each submittal will either be Approved, Cond1tIOna11y Approved, or Rejected. The basis for rejection or conditIOns of
approval will be written on thts form or in an attached letter to the Contractor.
Contractor Signature:
Date:
Engineer Signature:
I
Date:
I
I
I
N \PROJECTS\OO-I9 DOWNTOWN WATEfu"IAIN PHASE 3\12 PROJECT MANUAL\PART03 DOC
I
- 80
I
I
I
I
I
I-
I
I
I
I
I
I
I
I-
I
I
I
I
I
STANDARD PLANS
The Washington State Department of Transportation Standard Plans for Road, Bridge and Municipal
Construction, up to and including any official changes to these Plans issued through December 15,
2006 are hereby made a part of this contract. Any conflicts between the Standard Plans and other
parts of this contract will be resolved as stated in the Order of Precedence at the beginning of Part III.
N \PROJECTS\OO-19 DOWNTOWN WATER.\1AlN PHASE 3\12 PROJECT MANUAL\PART03 DOC
-79
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
SO
51
STANDARD PLANS
April 2, 2007
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M2J-
01 transmitted under Publications Transmittal No. PT 07-008, effective April 2, 2007 is made
a part of this contract.
The Standard Plans are revised as follows:
All Standard Plans
All references in the Standard Plans to "Asphalt Concrete Pavement" shali be revised to
read "Hot Mix Asphalt".
All references in the Standard Plans to the abbreviation "ACP" shall be revised to read
"HMA".
C-11b Sheets 1 and 2
In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST-IN-PLACE
FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to
CONCRETE CLASS 4000.
In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding
symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints,
and the 1/2" End Gussets have 1/2" fillet weld joints.
D-1a Sheet 2 & D-1b Sheet 2
Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension l' - 2 1/2" is
revised to l' - 0 1/2".
G-8q Sheet 1
In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the
parenthetical specification "12 GAGE" is revised to "7 GAGE".
1-10
In NOTE 1: the reference to Standard Specification 8-01.3(5)A is revised to Standard
Specification 8-01.3(6)A.
The following are the Standard Plan numbers applicable at the lime this project was
advertised. The date shown with each plan number is the publication approval date shown
in the lower right-hand corner of that plan. Standard Plans showing different dates shall not
be used in this contract.
A-1...................10/24/06
A-2 ...................12/20/06
A-3....................5/30/02
A-5 ....................2/24/03
A-6.... ..... ......... 2J24/03
A-7................ 1 0/04/05
B-5.20-00 ...........6/01/06
B-5.40-00 ...........6/01/06
B-S.60-00 ...........6/01/06
B-1 0.20-00 ......... 6/01/06
B-1 0.40-00 ......... 6/01/06
B-1 0.60-00 ......... 6/08/06
B-15.20-00 ......... 6/01/06
B-30.50-00 ........6/01/06
B-30.70-00 ........ 6/01/06
B-30.80-00 ........ 6/08/06
B-30.90-00 ........6/08/06
B-35.20-00 ........ 6/08/06
B-35.40-00 ........6/08/06
B-40.20-00 ........6/01/06
B-75.20-00......6/01/06
B-75 .50-00......6/08/06
B-75.60-00 .....6/08/06
B-80 .20-00......6/08/06
8-80.40-00......6/01/06
B-82.20-00......6/01/06
13-85.10-00...... 6/01/06
I
I
I
I
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
B-15.40-00 .........6/01/06
B-15.60-00 ........ .6/01/06
8-20.20-01 .......11/21/06
B-20.40-01 ....... 11/21/06
B-20.60-01 .......11/21/06
B-25.20-00 .........6108/06
B-25.60-00 ........ .6/01/06
B-30.10-00 ......... 6/08/06
B-30.20-01 .......11/21/06
B-30 .30-00 .........6/01/06
B-30.40-00 .........6/01/06
C-1 .....................2/06/07
C-1a ...................7/31/98
C-1b .................10/31/03
C-1 c ....... ..... .......5/30/97
C-1d .................10/31/03
C-2 ..................... 1/06/00
C-2a ...................6/21/06
C-2b ................... 6/21/06
C-2c ...................6/21/06
C-2d ...................6/21/06
C-2e ....... ............6/21/06
C-2f ...... ....... .......3/14/97
C-2g ...................7/27/01
C-2h ................... 3/28/97
C-2i .................... 3/28/97
C-2j ....................6/12/98
C-2k ...................7/27/01
C-2n ...................7/27/01
C-20 ................... 7/13/01
C-2p .................10/31/03
C-2q ................... 3/03/05
C-2r ....................3/03/05
C-2s ................... 3/03/05
C-2t .................... 3103/05
C-3 ................... 1 0/04/05
C-3a .................10/04/05
D-1a ................... 1/23/02
D-1 b .................10/06/99
D-1 C ................. 1 0/06/99
D-1 d ................. 10/06/99
D-1e ................... 1/23/02
D-H .................. 1 0/06/99
D-2.02-00 ......... 11/10/05
0-2.04-00.........11/10/05
D-2.06-00 ......... 11/10/05
D-2.08-00 ......... 11/10/05
D-2.10-00.........11/10/05
0-2.12-00......... 11/10/05
. B-40.40-00 ........6/01/06
B-45.20-00 ........ 6/01 /06
B-45.40-00 ........6/01 /06
B-50 .20-00 ........ 6/0 1/06
8-55.20-00 ........6/01/06
B-60.20-00 ........6108/06
B-60 .40-00 ........6/01/06
B-65.20-00 ........6/01/06
8-65.40-00........6/01/06
B-70 .20-00 ........ 6/01 /06
B-70.60-00 ........6/01/06
C-3b ................ 1 0/04/05
C-3c ....... ...... .....6/21/06
C-3d .................. 3103/05
C-4 ......... .......... .2/21 /07
C-4a ..................2/21/07
C-4b ..................6/08/06
C-4e ..................2/20/03
C-4f ................... 6/30/04
C-5 .................. 1 0/31/03
C-6 .................... 5/30/97
C-6a ..................3/14/97
C-6c .................. 1 /06/00
C-6d ..................5/30/97
C-6f ................... 7/25/97
C-7..................10/31/03
C-7a ................10/31/03
C-8 .................... 4/27/04
C-8a ..................7/25/97
C-8b ..................1/11/06
C-8e .................. 2/21 /07
C-8f ................... 6/30/04
C-10 .................. 7/31/98
C-11...................5/20/04
C-11 a.......... ... ....5/20/04
C-11 b................. 5/20/04
C-12 ........ .......... 7/27/01
D-2.30-00 ........ 11/10/05
D-2.32-00 ........ 11/10/05
0-2.34-00........11/10/05
D-2.36-00 ........ 11/10/05
D-2.38-00 ........ 11/10/05
D-2.40-00 ........ 11/10/05
D-2.42-00 ........ 11/10/05
0-2.44-00........11/10/05
0-2.46-00........11/10/05
D-2.48-00 ........ 11/10/05
D-2_60-00 ........ 11/10/05
0-2.62-00........11/10/05
B-85 .20-00. . . ...6/01/06
B-85 .30-00.. . .. . 6/01/06
B-85.40-00......6/08/06
B-85.50-00......6/08/06
8-90.10-00......6108/06
8-90.20-00......6/08/06
B-90 .30-00......6/08/06
B-90 .40-00......6/08/06
8-90.50-00......6/08/06
B-95.20-00......6/08/06
B-95 .40-00.. . .. .6/0B/06
C-13...............4/Hi/99
C-13a .............4/16/99
C-13b .............4/16/99
C-14a ............. 7/26102
C-14b .............7/26/02
C-14c..............7/26/02
C-14d .............7/26/02
C-14e .............7/26/02
C-14f ..............9/02/05
C-14g ........... 11/21/06
C-14h .............1/11/06
C-14i ..... .. ...... 12/02/03
C-14j............. 12/02/03
C-14k..............1/11/06
C-16a ........... 11/08/05
C-16b ........... 11/08/05
C-20.14-00 .....2/06/07
C-20.40-00 .....2/06/07
C-22.40-00 .....2/06/07
C-23.60-00 .....2/06/07
C-25.18-00 .....2/06/07
C-25.20-00 .....2/06/07
C-25.22-00 .....2/21/07
C-28.40-00 .....2/06/07
0-2.80-00..... 1-1/10/05
D-2.82-00 ..... 11/10/05 .
D-2.84-00 ..... 11/10/05
D-2.86-00 .....11/10/05
D-2.88-00 ..... 11/10/05
D-2.92-00 .....11/10/05
D-3 .................7/13/05
0-3a ...............6/30/04
D-3b ............... 6/30/04
D-3c............. ... 6/30/04
0-4............... 12/11/98
0-6 ................ _ 6/19/98
I
1 D-2.14-00.........11/10/05 D-2.64-00 ........11/10/05 D-7 ............... 10/06/99 I
2 D-2.16-00 ......... 11/10/05 D-2.66-00 ........ 11/10/05 D- 7 a ............. 1 0/06/99
3 D-2.18-00.........11/10/05 D-2.68-00 ........11/10/05 D-9 ............... 12/11/98
4 0-2.20-00.........11/10/05 0-2.78-00 ........ 11/10/05 I
5
6 E-1 .....................2/21/07 E-4 ......... ........... 8/27/03
7 E-2 ..... ................5/29/98 E-4a ..................8/27/03 I
8
9 F-10.12-00........12/20/06 F-10.64-00.........1/23/07 F -40. 15-00......2/07 /Oi'
10 F-1 0.16-00........ 12/20/06 F-30.1 0-00......... 1/23/07 F-40.16-00......2/07/07
11 F-10.40-00..........1/23/07 F-40.10-00.........2/07/07 F-40.18-00......2/07/07 I
12 F-10042-00..........1/23/07 F-40.12-00.........2/07/07 F-80.1 0-00......1/23/07
13 F-10.62-00..........1/23/07 F-40.14-00.. .......2/07/07
'/4- " I
15 G-1.....................2/21/07 G-6 ....................8/27/03 G-8e ...............8/18/04
16 G-2 ...... ..... ..........6/04/02 G-6a .................. 8/27/03 G-8t .............. 11/09/05
17 G-2a........... ........6/04/02 G-6b ..................8/27/03 G -8g ............. 11/09/05 I
18 G-3 ................... 11/09/05 G-7 .................... 6/08/06 G-9a ...............6/25/02
19 G-3a ................. 11/09/05 G-8a ................12/15/04 G-9b ......:-.:......6/08/06
20 G-3b ................. 11/09/05 G-8b ................ 11/09/05 G-9d ...............6/08/06
21 G-4a................. 11/09/05 G-8c ..................8/18/04 I
22 G-4b .. ........ ......... 6/30/04 G-8d ................12/15/04
23
24 H-1 ......... ............ 1/10/02 H-4a .................. 2/25/05 H-12 ............... ?J25/05 I
25 H-1a ...................4/14/00 H-4b ................10/24/06 H-12a ..............2/2F./05 -
26 H-1b ...................6/21/06 H-6..................10/29/03 H-12b .............2/20/05
27 H-1 e .. .................3/04/05 H-7 .. .................. 8/10/98 H-13...............2/25/05
28 H-1 d ......... .... ...... 6/21/06 H-8 .................... 9/18/98 H-13a .............2/25/05 I
29 H-1 e .. ................. 6/21/06 H-9....................4/18/97 H-14...............2/09/05
30 H-4 ... ..................8/18/04 H-10 .. ............ ....5/29/98
31 I
32 1-1.......................7/18/97 1-6..... .............. ... 7/17/03 1-11 ................. 9/11/03
33 1-2.......................4/23/99 1-7. .............. ....... 7/17/03 '-12.................7/17/03
34 1-3....................... 8/20/99 1-8.. ....................7/17/03 1-13... ..............7/17/03 I
85 1-4.......................7/17/03 1-9......... _.. ___ _...... 7/17/03 1-14..... .... _....... 7/17/03
36 1-5.......................7/17/03 '-10............... ..... 7/17/03 1-15 .................1/~3/07
37
38 J-1 b .................. 1 0/08/99 J-6g .................12/12/02 J-11b ...........".9/02/05 I
39 J-1e ....................4/24/98 J-6h ...................4/24/98 J-11 e........ .......6/'2.1/06
40 J-1d ....................1/11/06 J-7a ...................9/12/01 J-12 .............. i1/08/05
41 J -1 e . ..... ......... .. ... 1/11/06 J-7e ....... ........ .... 6/19/98 J-15a .... ........ 1 0/04/05 I
42 J-1 t............. ........6/23/00 J-7d ................. ..4/24/98 J-15b ............ 'i0/0.:1./05
43 J-3 ...................... 8/01/97 J-8a ...................5/20/04 J-16a .............. ;J/04/05
44 J-3b .................... 3/04/05 J-8b ...................5/20/04 J-16b .............. 9/02/U5
45 J -3e .................... 6/24/02 J -8e ...................5/20/04 J-18 ................ 9/02/05 I
46 J-3d .................. 11/05/03 J-8d ................... 5/20/04 J-19................9/02/05
47 J-5 ...................... 8/01/97 J-9a ......... ...... ... .4/24/98 J-20 ................9/02/05
48 J-6e ........ ......... ...4/24/98 J-10 .. ................. 7/18/97 I
49 J-6f ..... .... ............ 4/24/98 J-11 a .................9/02/05
50
!11 K-10.20-00 .... ..... 2/15/07 K-26040-00 '" .....2/15/07 K-40.60-00......2/15/07 I
~2 K-10040-00 .........2/15/07 K-30.20-00 ........2/15/07 K-40.80-00......2/15/07
I
I
I
I
I
I
I
I.
I
I --.
I
I
I
I
I
I
I
I
I
I
I
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
K-20.20-00 .........2/15/07
K-20.40-00 .........2/15/07
K-20.60-00 .........2/15/07
K-22.20-00 .........2/15/07
K-24.20-00 .........2/15/07
K-24.40-00 .........2/15/07
K-24.60-00 .........2/15/07
K-24.80-00 .........2/15/07
K-26.20-00 .........2/15/07
L-1 0.1 0-00..........2/21/07
L-20.1 0-00..........2/07/07
L-30.1 0-00 ....... ...2/07/07
M-1.20-01...........1/30/07
M-1.40-01...........1/30/07
M-1.60-01...........1/30/07
M-1.80-01...........1/30/07
M-2.20-01...........1/30/07
M-2.40-01...........1/30/07
M-2.60-01 ........... 1/30/07
M-3.10-01...........1/30/07
M-3.20-01...........1/30/07
K-30.40-00 ........2/15/07
K -32.20-00 ........2/15/07
K-32.40-00 ........2/15/07
K-32.60-00 ........2/15/07
K-32.80-00 ........2/15/07
K-34.20-00 ........2/15/07
K-36.20-00 ........2/15/07
K-40.20-00 ........2/15/07
K-40.40-00 ........2/15/07
L-40.1 0-00 .........2/21/07
L-40.15-00 .........2/21/07
L-40.20-00.........2/21/07
M-3.30-01..........1/30/07
M-3.40-01..........1/30/07
M-3.50-01..........1/30/07
M-5.1 0-01..........1/30/07
M-7.50-01..........1/30/07
M-9.50-01..........1/30/07
M-11.10-01 ........1/30/07
M-15.10-01 ........2/06/07
M-17.1 0-01 ........1/30/07
K-55.20-00......2/15/07
K-60.20-00. .....2/15/07
K-60.40-0C.... ..2/15/07
K-70.20-00. .... .2/15/07
K -80.10-00...... 2/21 /07
K-80.20-00....12/20/06
K-80.30-00..... .2/21/07
K-80.35-00..... .2/21 /07
K-80.37-00. .... .2/?'~ /07
L-70.1 0-00 ...... 1/30/07
L-70.20-00 ......1/30/07
M-20.10-01.....1/30/07
M-20.20-0 i .....1/30/07
M-20.30-01.....1/30/07
M-20.40-01.....1/30/07
M-20.50-01.....1/30/07
M-24.20-01.....5/31/06
M-24.40-01.....5/81/06
M-24.60-02.....2/06/07
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PW 407_04 Part04 [Revised 5/27/04]
PART IV
ATTACHMENTS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT A
WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia. WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge benefits
On public works proJects, workers' wage and benefit rates must add to not less than this total A bnef
descnptlon of overtime calculation requirements IS provided on the Benefit Code Key
CLALLAM COUNTY
Effective 03-03-07
***************************************************************************************************~******~******
'::Iasslficstlon
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
J.\COUSTICAL WORKER
BRIDGE. DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWAI L -\PPLlCA1UR
FLOOR ~INISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE: (DECKHAND)
IJOATMEN
ENGINEER WELDER
I EVERMAN, HYDRAULIC
MAINTlI~ANCE
MATES
OILER
URYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
$34 36
$4747
$42.47
$14.67
$41 .43
$41 33
$41.27
$41.37
$41.31
$41 40
$41.40
$41 40
$42.27
$41.47
$41.40
$41 .40
$41.40
$41 .40
$34.36
$85 75
$44 22
$42 02
$4151
$42.02
$42 07
$43 64
$4151
$42.02
$41 64
$41 14
$937
(See Benefit Code Key)
Over
Time Holiday ~Iote
Code ~ode [.:'IQg
1M
50
1C
~N
1M
5A
1M 50
1M 5D
1M 50
1M 50
1M 5D
1M 5D
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50 8A
1M 50
1T 5D 8l
1T 50 8L
1T 5U 8L
1T 5D 8'-
1T 50 8l
1T 5[\ III
1T 50 8L
1T 50 8L
1E 5P
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code .Q..Qd~
ELECTRICIANS - INSIDE
CABLE SPLICER $52 30 10 5A
CABLE SPLICER (TUNNEL) $5621 10 5A
CERTIFIED WELDER $50.53 10 5A
CERTIFIED WELDER (TUNNEL) $54 26 10 5A
CONSTRUCTION STOCK PERSON $27.32 10 5A--
,JOURNEY LEVEL $48.75 10 SA
JOURNEY LEVEL (TUNNEL) $52 30 10 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $1537 2A ,,6C
JOURNEY LEVEL $1469 2A 6(;
ELECTRICIANS - POWERLlNE CONSTRUCTION
Cob BLE SPLICER $55 40 4A SA
CERTIFIED LINE WELDER $49.64 4A 5A
GROUNDPERSON $35.92 4A 5A
HEAD GROUNDPERSON $37 88 4A 5A
HF.AVY LINE EQUIPMENT OPERATOR $49 64 4A 5A
JACKHAMMER OPERATOR $37.88 4A 5A
JOURNEY LEVEL L1NEPERSON $49 64 4A 5A
LINE f:QUIPMENT OPERATOR $42.26 4A 5A
POLE SPRAYER $49 64 4A 5A
POWDERPERSON $37 88 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $57 88 4A 6Q
MECHANIC IN CHARGE $63 45 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50
FENCE ERECTORS
FENCE ERECTOR $13.80
FENCE LABORER $11 60
FLAGGERS
JOURNEY LEVEL $29 68 1M 5D
GI.AZIERS
JOURNEY LEVEL $42 41 1H 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $45.13 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $1600
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $34.84 1M 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $1565
INDUSTRIAL POWER VACUUM CLEANER
,IOURNEY LEVEL $910
INLAND BOATMEN
CAPTAIN $38 04 1K 5B
COOK $31 90 1K 5B
DECKHAND $31 59 1K 5B
ENGINEER/DECKHAND $34 37 1K 5B
MATE, LAUNCH OPERATOR $36 02 1K 5B
Page 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
Effective 03-03-07
*********************************************************************************************************w*******
I
PREVAILING
WAGE
Classification
INSPECTION/CLEANING/SEALING OF SEWER & WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY LEVEL
LAB0RERS
ASPHALT RAKER
BA'-LAST REGULATOR MACHINE
GATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMP MAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
fINAL DETAIL CLEANUP (I e., dusting, vacuuming, window cleamng, NOT
construction debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB ION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
I
$973
$11 48
$12.78
$793
$10 53
$20 50
$46 25
$34 84
$34 36
$29 68
$34 36
$34 36
$34.36
$34 36
$35.20
$34 84
$34 36
$34.36
$34 84
$34 36
$34.36
$34 36
$34 36
$34.84
$34 36
$34 84
$29 68
$34.36
$34.36
$34 36
$35 20
$34 84
$35 20
$34 36
$34 36
$34 36
$34 84
$27 36
$34 36
$29 68
$34 36
$34 36
$34 36
$34 84
$34 36
$34 36
I
I
I
I
I
I
I
I
I
I
I
I
Page 3
I
I
I
(See Benefit Code Key)
Over
Time Hobday Note
Code Code Code
10 SA
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 5D
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M "'D
1M 5D
1M 5D
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
I
CLALLAM COUNTY
Effective 03-03-07
I
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Cor;!g
GUARDRAIL ERECTOR $34 36 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $35 20 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $34 84 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $34 36 1M 5D
HIGH SCALER $35 20 1M 5D
HOD CARRIERlMORTARMAN $34 84 1M 5D
JACKHAMMER $34 84 1M 5D
LASER BEAM OPERATOR $34 84 1M 5D
MANHOLE BUILDER-MUDMAN $34.84 1M GD
MATERIAL YARDMAN $34 36 1M 5D
MINER $35 20 1M 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $34 84 1M 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $34 84 1M 5D
PILOT CAR $29.68 1M 5D
PIPE POT TENDER $34.84 1M 50
PIPE RELlNER (NOT INSERT TYPE) $34.84 1M 50
PIPELAYER & CAULKER $34.84 1M 5U
PIPELAYER & CAULKER (LEAO) $35 20 1M 50
PIPEWRAPPER $34 84 1M 50
POT TENDER $34 36 1M 50
POWDERMAN $35 20 1M 50
POWDERMAN HELPER $34 36 1M 50
POWERJACKS $34 84 1M 50
RAILROAO SPIKE PULLER (POWER) $34.84 1M 50
KE-TIMBERMAN $35 20 1M 50
RIPRAP MAN $34 36 1M 50
ROODER $34 84 1M 50
SCAFFOLD ERECTOR $34.36 1M 50
SCALE PERSON $34 36 1M 50
SIGNALMAN $34.36 1M 50
SLOPER (OVER 20") $34 84 1M 50
SLOPER SPRA YMAN $34 36 1M 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $34 84 1M 50
SPREADER (CONCRETE) $34.84 1M 50
STAKE HOPPER $34.36 1M 50
STOCKPILER $34.36 1M 50
TAMPER & SIMILAR ELECTRIC. AIR & GAS $34 84 1M 50
TAMPER (MULTIPLE & SELF PROPELLED) $34 84 1M 50
TOOLROOM MAN (AT JOB SITE) $34 36 1M 50
1 OPPER-TAILER $34 36 1M 50
TRACK LABORER $34 36 1M 50
TRACK LINER (POWER) $34 84 1M 50
TRUCK SPOTTER $34 36 1M 5D
TUGGER OPERATOR $34.84 1M 5D
VIBRATING SCREEO (AIR, GAS, OR ELECTRIC) $34.36 1M 50
VIBRATOR $34 84 1M 50
VINYL SEAMER $34 36 1M 50
WELDER $34 36 1M 50
WELL-POINT LABORER $34 84 1M 50
Page 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I CLALLAM COUNTY
Effective 03-03-07
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $34 36 1M 50
I PIPE LAYER $34 84 1M 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $793
I LANDSCAPING OR PLANTING LABORERS $793
LATHERS
JOURNEY LEVEL $4131 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $15.16
I LABORER $11.13
MACHINE OPERATOR $10.66
PAINTER $11 41
PAINTERS
I JOURNEY LEVEL $33.16 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
I JOURNEY LEVEL $793
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $55.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39 57 1M 50 8L
I BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $42.35 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $4284 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH $43 39 1M 50 8L
BACKHOES, (75 HP & UNDER) $41 93 1M 50 8L
I BACKHOES, (OVER 75 HP) $42 35 1M 50 8L
BARRIER MACHINE (ZIPPER) $42.35 1M 50 8L
BATCH PLANT OPERA TOR, CONCRETE $42.35 1M 50 8L
BELT LOADERS (ELEVATING TYPE) $41 93 1M 50 8L
I BOBCAT (SKID STEER) $39.57 1M 50 8L
BROOMS $39 57 1M 50 8L
BUMP CUTTER $42.35 1M 50 8L
CABLEWA YS $42 84 1M 50 8L
I CHIPPER $42 35 1M 50 8L
COMPRESSORS $39 57 1M 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $39 57 1M 50 8L
CONCRETE I'UMPS $41.93 1M 50 8L
I CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 50 8L
CONVEYORS $41.93 1M 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1M ~O ilL
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42.35 1M 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42.84 1M 50 8L
I JIB WITH ATACHMENTS)
CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 50 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43 96 1M 50 8L
I WITH ATTACHMENTS)
CRANES, A-FRAME. 10 TON AND UNDER $39 57 1M 50 8L
CRANES, A-FRAME, OVER 10 TON $41 93 1M 50 8L
I Page 5
I
I
I
CLALLAM COUNTY I
Effective 03-03-07 I
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note I
Classification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 1M 50 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42 35 1M 50 8L I
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $42 84 1M 50 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43 39 1M SO 8L
CRJ\NES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43.39 1M 50 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43 96 1M 50 8L I
CRUSHERS $42.35 1M 50 aL
DECK ENGINEER/DECK WINCHES (POWER) $42.35 1M 50 8L
DERRICK, BUILDING $42 84 1M 50 ~'-
DOZERS, 0-9 & UNDER $41.93 1M 50 8L I
DRILL OILERS - AUGER TYPE. TRUCK OR CRANE MOUNT $41.93 1M 50 8L
DRILLING MACHINE $42.35 1M 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $39.57 1M 50 8L
E:QUIPMENT SERVICE ENGINEER (OILER) $41 93 1M 50 8L I
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 50 8L
FORK LIFTS, (3000 LBS AND OVER) $41 93 1M 50 8L
FORK LIFTS. (UNDER 3000 LBS) $39 57 1M 50 8L
CRAD~ ENGINEER $41.93 1M 50 aL
GRADECHECKER AND STAKEMAN $39.57 1M 5D 8L I
GUARDRAIL PUNCH $42.35 1M 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $41.93 1M 50 -.8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M bD 8L
HORIZONTAUDIRECTlONAL DRILL OPERATOR $42 35 1M 5D 8L I
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1M 5D OL
HYDRALlFTSIBOOM TRUCKS (OVER 10 TON) $41 93 1M 5D 8L
LOADERS. OVERHEAD (6 YO UP TO 8 YO) $42.84 1M 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $43.39 1M 50 8t. I
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $42.35 1M 50 8L
LOCOMOTIVES, ALL $42.35 1M 50 8L
MECHANICS, ALL $42 84 1M 50 8L
MIXERS, ASPHALT PLANT $42.35 1M 50 8L I
MOTOR PATROL GRADER (FINISHING) $42.35 1M 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $41.93 1M 50 8L
MUCKING MACHINE, MOLE. TUNNEL DRILL AND/OR SHIELD $42 84 1M 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 50 8L I
OPERATOR
PAVEMENT BREAKER $39 57 1M 50 8t
PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1M 50 8L
PLANT OILER (ASPHALT. CRUSHER) $41 93 1M 50 8L I
POSTHOLE DIGGER, MECHANICAL $39 57 1M 50 8L
POWER PLANT $39.57 1M 50 8L
PUMPS. WATER $39 57 1M 50 8L
C~UAD 9,0-10, AND HD-41 $42 84 1M 50 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 50 8l. I
EQUIP
RIGGER AND BELLMAN $39 57 1M 50 8L
ROLLAGON $42.84 1M 50 8L
ROLLER. OTHER THAN PLANT ROAD MIX $39 57 1M 50 8L I
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $41.93 1M 50 8L
ROTO-MILL, ROTO-GRINDER $42 35 1M 50 8L
SAWS, CONCRETE $41.93 1M 50 8L
Page 6 I
I
I
I
I
I
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
I
Classification
SCRAPERS - SELF PROPELLED. HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED. HARD TAIL END DUMP. ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS. CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER. TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
rRACTORS, (75 HP & UNDER)
TRACTORS. (OVER 75 HP)
1nANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
mUCK CRANE OILER/DRIVER ( UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS,FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER &
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION &AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDEI\jTIAL LABORERS
JOURN~Y LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 7
I
I
I
PREVAILING
WAGE
$42.35
$42 84
$41 93
$42 35
$39 57
$42.84
$42 35
$42.35
$41.93
$41.93
$42 35
$42.35
$42.84
$41.93
$41.93
$42.35
$42.35
$39 57
$42.35
$35 62
$33.82
$34 27
$31.88
$24.03
$27.68
$42 47
$17.85
$25.63
$18.00
$27 78
$16 84
$986
$1808
$15.97
$1460
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L.
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 . 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8t
1M 50 8L
1M 50 8L
4A SA
4A SA
4A SA
4A SA
4A 5A
1M
SA
I
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL $53 01 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $32 09 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $1088
RESIDF:NTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
ROOFERS
,JOURNEY LEVEL $35 78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $49 97 1E 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LE:VEL $19.29
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12.15
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.76 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 1[3 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
STAGE RIGGING MECHANICS (NON STRUCTURAL)
.JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $11.40
PARTY CHIEF $13.40
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31.15 10 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $29 89 2B SA
HOLE DIGGER/GROUND PERSON $1681 2B SA
INSTALLER (REPAIRER) $28 68 2B SA
JOURNEY LEVEL TELEPHONE L1NEPERSON $27 82 2B SA
SPECIAL APPARATUS INSTALLER I $29 89 2B SA
SPECIAL APPARATUS INSTALLER II $29.30 28 SA
TELEPHONE EQUIPMENT OPERATOR (HEAW) $29 89 2B SA
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27 82 2B 5A
TEI_EVISION GROUND PERSON $15.96 28 5A
TELEVISION L1NEPERSON/INSTALLER $21.17 28 SA
TELEVISION SYSTEM TECHNICIAN $25 15 2B SA
TEl.EVISION TECHNICIAN $22 64 2B 5A
TREE TRIMMER $27 82 26 5A
-I ERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $40 33 1B 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHCR $34 16 1B SA
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $34 90 1K 5A
Page 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
Effective 03-03-07
*~*************************************************************************************************k~************
Classification
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK & TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
'JoJELL DRILLER
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$39 04
$39 62
$20 23
$20 23
$39 62
$23 73
$11.60
$945
$11 60
1T
1T
1
1
1T
1
50
50
8L
8L
50
8L
Page 9
***.*..***.*.**********.*...*..*.***....*....***....*.....*..........*....*...........****..*...*.....*.****.*...*..****
BENEFIT CODE KEY - EFFECTIVE 03-3-07
I
OVERTIME CODES _ I
OVERTIME CALCULA nONS ARE BASED ON THE HOURL Y RATE ACfUALL Y PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURL Y RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF W AGE MINUS THE
HOURL Y RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE I
AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
A
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND O]\lE-HALF
TIMES THE HOURLY RATE OF WAGE
B
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
C
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAG'3- AL;
OTHER OVERTIME HOURS WORKED SHALL BE P AID AT DOUBLE THE HOURL Y RATE OF WAGE
D
THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL ADDITIONAL tlOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURL Y RATE OF WAGE
E
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLlDA YS SHALL BE P AID AT DOUBLE THE HOURL Y RATE OF WAGE
F
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
W AGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL Y RATE OF WAGE
G.
THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY TIIROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
H
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
J
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURL Y RATE OF WAGE
K
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALFTIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
L
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SA TURDA Y AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE.
M
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED
ON SI.JNDA YS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
N
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE
o
THE FIRST TEN (10) HOURS WORKED ON SA TURDA Y SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER 1 WEL VE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDA Y SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
P
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID ATONE AJ'\jD ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-2-
Q
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE
R
ALL HOURS WORKED ON SUNDAYS AND HOLIDA YS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
S
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
T
ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONi::-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6 OOPM SA TURDA Y TO 6 OOAM MONDAY AND ON
HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
U
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURL YRA TE OF WAGE
V
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
W
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURL Y RATE OF WAGE.
X.
THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SA TURDA Y, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLIDA Y AND ALL WORK PERFORMED SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE.
A.
THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDA YS SHALL BE P AID AT TWO TIMES THE HOURL Y RA IE OF WAGE
B ALL HOURS WORKED ON HOLIDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
C
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE.
D
ALL HOURS WORKED ON SA TURDA YS AND SUNDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
E
ALL HOURS WORKED ON SA TURDA YS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
F
THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
G
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY
H
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE A1'lD ONE-HALF TIMES THE HOURLY RATE OF WAGE
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-3 -
2
L
ALL HOURS WORKED ON SA TURDA YS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID AT ONE AJ'-ID ONE.
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
K
ALL HOURS WORKED ON SUNDAYS SHALL BE PAlD AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDA Y PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE P AID AT TWO TIMES THE
HOURLY RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAlD AT TWO TIMES THE HOURL Y RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY
M
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
o ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-I-;ALF TIMES THE HOURLY
RATE OF WAGE
P
THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDA YS AND HOLIDAYS SHALL BE PAlD AT TWO TIMES THE HOURLY RATE OF WAGE
4A
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURL Y RATE OF WAGE
HOLIDA Y CODES
5
HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, fRIDA Y
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
A
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
F HOLlDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DA Y, AND CHRISTMAS DAY (I I)
G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVINC DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6)
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6)
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY. FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
N HOLlDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, VETERANS'
DA Y, THAi\IKSGIVING DAY, THE FRIDAY AFTER THAi\IKSGIVING DAY, AND CHRISTMAS DAY (9)
P HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SA TURDA Y AFTER THAi\IKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTNlAS DAY (6)
R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THAi\lKSGIVING DAY, DAY
AFTER THANKSGIVING DAY, ONE-HALF DA Y BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5
6
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-4-
S
PAID HOLIDAYS NEW YEAR'S DAY, PRESlDENTS' DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T
PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, AND THE DAY BEFORE OR
AFTER CHRISTMAS (10)
v
PAID HOLIDA YS SIX (6) PAID HOLIDA YS
W
PAID HOLIDA YS NINE (9) PAID HOLIDA YS
HOLIDA YS AFTER 520 HOURS . NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080
HOURS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DA Y AND A FLOATING HOLIDAY (8)
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DA Y, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8)
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (!?).
PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9)
HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
X
Y
z
A.
B
C.
D
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9). .
F
PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (I I)
PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
L
HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (8)
Q
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDA Y_
PRESIDENTS' DAY
T
PAID HOLIDAYS NEW YEAR'S DAY, PRESlDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DA Y (9)
HOLIDA YS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9)
PAID HOLIDAYS NEW YEAR'S DA Y, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING
DA Y, DAY AFTER THANKSGIVING DAY, CHRISTNlAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9)
U
V
W
PAlD HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY (10)
x
PAID HOLlDA YS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THAt"lKSGIVING DAY, DAY AFTER THANKSGIVING
DA Y, CHRISTMAS DAY, DA Y BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II)
8
I
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-5-
I
NOTE CODES
A
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PA Y IT-J ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPL Y TO DEPTHS OF FIFTY FEET
OR MORE
OVER 50' TO 100' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' - $2 25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' - $5 50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
I
I
I
C
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPL Y TO DEPTHS OF FIFTY FEET
OR MORE
OVER 50' TO 100' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' - $150 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' - $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
I
I
D
WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR
L
WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075,
LEVEL B $050, AND LEVEL C: $025
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $100,
LEVELS C & D $0 50
I
I
M
N
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS.. LEVEL A- $1 00,
LEVEL B $0 75, LEVEL C $0 50, AND LEVEL D $0 25
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT B
Request for Information (RFI) and Construction Change Order (CeO) Forms
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME: Downtown Watermain Phase "'
PROJECT/CONTRACT NUMBER: 00-19
ORIGINATOR:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
DOwner
o Contractor
DATE REPLY REQUESTED:
CRITICAL TO SCHEDULE: 0 YES 0 NO
ORIGINATOR SIGNATURE:
DATE:
COMMENTS:
RFI Number:
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
CONTRACT CHANGE ORDER (CCO) NO.
Project Name
Downtown Watermain Phase III
Date
I
Contractor
Project No. 00-19
I
I
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receIpt of an approved copy of this Change
Order:
1. Describe work here
2. Additional work, etc....
I
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [
Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing
contract items andlor adds andlor deletes bid items as follows:
I
I
Item Description RFI# ~"'.:Y~Jr~ Qty. Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days
No, ,;,l,
~ ~ f~;~~ :~~~~~,:~;~ ~:' ~ ~~:: ,.' "':;}~'./
1 aria. ':->;'\<:'; ,/?
Rev.
~~ i!~~ ~); ~~J~':\{ ;,: ~':~~;~:'~~ ,,' '::,:~;}- >.i
I ~, ...',l"" ~,
2 Ong. ,;,,>,< ;,":'
Rev.
I
I
ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
. . . . .
DAYS XX DAYS. yy DAYS: zz DAYS' XX+ZZ.YY DAYS. YY+ZZ
I
I
I
I
* Amount with applicable sales tax included
All work, materials and measurements to be In accordance WIth the proviSions of the original contract and/or the standard specifications
and special prOVISions for the type of construction Involved. The payments and/or additional time specified and agreed to in thiS order
Include every claim by the Contractor for any extra payment or extension of time with respect to the work descnbed herein, including
delays to the overall project.
I
APPROVED BY: SIGNATURE: DATE:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE:
I
I
I
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT C
Request for Approval of Materials
PW 407_04 Part04 [Revised 5/27/04]
I
~
ili
Washington State
Department of Transportation
Contractor
Request for Approval of Material
I SR I Date
J County
___n _______ _ _ _n
I
Contract
i FA Number
I
I
Section
I
I S~bcontractor
I
For /lssistance in completing, see Instructions and Example
[-~- ',' Matenal or I Name and Location of Fabncator,
Ite~~o.+-_Manuf~cturer's ProductJType Manufactu~er or Pit Number
I I
ForWSDOT Use Only
RAM #
I SpeCIfication
I Reference
PE
Appr'l
Code
I Hdqtr I
Appr'1 I File
cOd4___NO'______
I I
I -----
--
I
--
I
I
---
---
I
--+
r---l-----
---- --
I
I
-I
I
Project Engineer
I Date
I State Materials Engineer
I
--
1___._
i
--- ----1-.--- ----
+-- --
I I
I I
I Date
-----
I
I
I
I
-. -
I
Approval Action Codes for use by Project Engineer and State Materials Laboratory
1. ConditJonally Approved: Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project.
I 2. Conditionally Approved: Submit Mfg. Cert. of Compliance for 'Approval' pnor to use of material.
3. CondltJon~lIy Approved: Submit Catalog Cuts for 'Approval' pnor to use of material.
I
I 4 CondltJonaJly Approved: Submit Shop DraWIngs for 'Approval' prior to fabncatJon of material.
,
i 5. Conditjona!ly Approved: Only 'Approved for Shipment' or 'WSDOT Inspected' matenal shall be used
I 6 CnrditJonally Approved. Submit Matenals Certificate of Origin to Project Engmeer
I 7. Approval Pending: Request Transmitted to State Matenals Laboratory for Approval Action.
8 Source Approved
I
I
9. Approval Withheld:
10 Approval Withheld.
11.
Submit samples for preliminary evaluation
I
Remarks'
I
I
?roject Engineer Distribution
o Contractor
o Region Operations Engineer
o Region Materials
o State Materials Lab
State Materials Engineer Distribution
o General File 0 Signing Inspection
o Fabrication Inspection 0 Other
I
DOT Fonn 350-071 EF
ReVised 8/04
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT 0
Contractor's Application for Payment
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
DOWNTOWN WATERMAIN PHASE III, PROJECT NO. 00-19
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works & Utilities Department
P.O. Box 1150
Port Angeles, W A 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax] $
2 Approved Change Order No(s). [Excluding Sales Tax] $
3 Adjusted Contract Amount (1+2) $
4 Value of Work Completed to Date [per attached breakdown] $
5 Material Stored on Site [per attached breakdown] $
6 Subtotal (4+5) $
7 8.3% Sales Tax [at 8.3% of subtotal], As Applicable $
8 Less Amount Retained [at 5% of subtotal] $
9 Subtotal (6+7-8) $
10 Total Previously Paid [Deduction] $
11 AMOUNT DUE THIS REQUEST (9-10) $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives
and releases, up through the date hereof, any and all claims for costs or item extensions
arising out of or relating to extra or changed work or delays or acceleration not specifically
identified and reserved in the amounts identified below or previously acknowledged in
writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value
of accomplishment under the terms of the contract (and all authorized changes) between
the Applicant and the City of Port Angeles, relating to the above referenced project, and
that the remaining contract balance is sufficient to cover all costs of completing the work in
accordance with the contract documents.
Continued on Page 2
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
I also certify that aI/lower-tier payments, less applicable retention, have been made by the
Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower-
tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection
with the performance of this contract. I further certify that I have complied with all federal, state
and local tax laws, including Social Security laws and Unemployment Compensation laws and
Workmen's Compensation laws, insofar as applicable to the performance of this work, and have
paid all such taxes, premiums and/or assessments arising out of the performance of the work.
I further certify that, to the best of my knowledge, information and belief, all work for which previous
payment(s) have been received shall be free and clear of liens, claims, security interests and
encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or
entities making a claim by reason of having provided labor, materials and equipment relating to the
work.
Within seven (7) days of receipt of the payment requested herein, all payments, less applicable
retention, will be made through the period covered by this pay request to all my lower-tier
subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out
of the performance of all said lower-tire work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this
day of
,20_.
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL:
Project Manager
Date
City Engineer
Date
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATION OF
WORK COMPLETION AND ACCEPTANCE
PROJECT:
PROJECT NO.:
All work on the above referenced project has been completed in accordance with the
contract documents and the final inspection and the warranty provision included therein or
relating thereto.
The final estimate in the amount of $ , including any applicable taxes, has
been reviewed and is in agreement with our records. I further certify that the final estimate
amount shown above is a true and correct statement showing all the monies due me from
the City of Port Angeles for work performed and material furnished under this contract.
City Council acceptance and final payment, including retained percentages, is hereby
respectfully requested.
, Contractor, hereby releases the City of Port Angeles,
Washington, from any and all liens arising out of this Contract or is, herewith, providing a
bond covering all unpaid obligations for work, materials, equipment or any other liens
outstanding on this Contract.
CONTRACTOR:
ADDRESS:
AUTHORIZED OFFICIAL:
DATE:
PW-402_03 [Revised 03/30/04]
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT E
Request to Sublet, Contractor and Subcontractor Certification Form
PW 407_04 Part04 [Revised 5/27/04]
Prime Contractor I Federal Employer (D Number * State Contract Number
Job Descnptlon (Title) Request Number
-- Approval is Requested to Sublet the Following Described Work to:
Subcontractor or Lower Tier Subcontractor Federal Employer I. D Number.
Address Telephone Number
City State Zip Code Estimated Startmg Date
If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I 0 Number,
Use Owner's Social Secunty Number
--
Item No Partial Item Descnpbon Amount
.
I
I understand and Will Insure that the subcontractor WIll Pnme Contractor Signature Date
comply fully with the plans and specificatIons under
whIch thIs work IS bemg perfonned
--
Department of Transportation Use Only
Percent of Total Contract DBE Status Venficatlon
This Request %
PrevIous Requests %
Sublet to Date % I
I
Project Engineer Date Approved - Region Construction Engineer Date
o Approved (When Required)
--
I
I
.......
yg
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I.
DOT Form 421-012 EF
Revised 7102
I
Washington State
Department of Transportation
Request to Sublet Work
o Subcontractor 0 Lower Tier Subcontractor 0 DBE
Dlstnbution. White (Onginal) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Contractor and Subcontractor or
Lower Ti~r Subcontractor
Certification for City of Port Angeles Projects
(Required for each Subcontractor or Lower Tier Subcontractor on all projects)
I Project Number I I Project Name I
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include the minimum prevailing wage rates.
1 certify the above statement to be true and correct.
Company
By Date
Title
Contractor Certification
To be completed and signed by the contractor
1. o A written agreement has been executed between my firm and the above subcontractor.
2.0 A written agreement has been executed between (the subcontractor)
and the above lower tier subcontractor.
The contract documents for (1) or (2) marked above include the minimum prevailing wage rates.
1 certify the above statements under Contractor Certification to be true and correct.
-
Company -
By Date
Title
PW - 0407_25 [New 07/05]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT F
Amendments to the Standard Specifications
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2006
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational purposes,
the date following each Amendment title indicates the implementation date of the Amendment or
the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
SECTION 1-04, SCOPE OF THE WORK
April 3, 2006
1-04.6 Variation in Estimated Quantities
The third paragraph beginning with "If the adjusted final quantity of any items", is revised to read:
If the adjusted final quantity of any item does not vary from the quantity shown in the proposal
by more than 25%, then the Contractor and the Contracting Agency agree that all work under
that item will be performed at the original contract unit price.
SECTION 1-06, CONTROL OF MATERIAL
April 3, 2006
1-06.1 Approval of Materials Prior To Use
The second sentence in the first paragraph is revised to read:
The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval
(ASA) Database, or the Request for Approval of Material (RAM) form.
Number 1 under the second paragraph is revised to read:
1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise;
1-06.1(1) Qualified Products List (QPL)
This section is supplemented with the following:
The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPUQPL.cfm
The following new sub-section is inserted to follow 1-06.1 (2).
1-06.1(3) Aggregate Source Approval (ASA) Database
The ASA is a database containing the results of WSDOT preliminary testing of aggregate
sources. This database is used by the Contracting Agency to indicate the approval status of
these aggregate sources for applications that require preliminary testing as defined in the
contract. The ASA 'Aggregate Source Approval Report' identifies the currently approved
applications for each aggregate source listed. The acceptance and use of these aggregates is
contingent upon additional job sampling and/or documentation.
PW 407_04 Part04 [Revised 5/27/04]
Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not
conforming to the specifications, not fulfilling the acceptance requirements, or improperly
handled or installed, shall be replaced at the Contractor's expense.
For questions regarding the approval status of an aggregate source, contact the WSDOT
Regional Materials Engineer for the Region the source is located in. The Contracting Agency
reserves the right to make revisions to the ASA database at anytime.
If there is a conflict between the ASA database and the contract, then the contract shall take
precedence over the ASA database in accordance with Section 1-04.2. The ASA database
can be accessed on-line at www.wsdot.wa.gov/bizlmats/ASA
1-06.2(2)0 Quality Level Analysis
Item 9 under the first paragraph is revised to read:
9. Determine the Composite Pay Factor (CPF) for each lot.
CPF = f1 (PF1) + f2(PF2) +..+ fi(PFI)
Lf
I
i = 1 to j
where:
fi = price adjustment factor listed in these
Specifications for the applicable material
j = number of constituents being evaluated
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
April 2, 2007
1-07.9(1) General
The fifth paragraph is revised to read:
If employing labor in a class not listed in the contract provisions on state funded projects only,
the Contractor shall request a determination of the correct wage and benefits rate for that
class and locality from the Industrial Statistician, Washington State Department of labor and
Industries (State l&I), and provide a copy of those determinations to the Engineer.
The fifth paragraph is supplemented with the following new paragraph:
If employing labor in a class not listed in the contract provisions on federally funded projects,
the Contractor shall request a determination of the correct wage and benefits for that class
and locality from the U. S. Secretary of labor through the project engineer's office. Generally,
the Contractor initiates the request by preparing Standard Form 1444 Request for
Authorization of Additional Classification and Rate, available at
htto://www.wdOl.gov/docs/sf1444.0df. and submitting it to the Project Engineers' office for
further action.
1-07.10 Worker's Benefits
The fourth paragraph is revised to read:
The Public Works Contract Division of the Washington State Department of labor and
Industries will provide the Contractor with applicable industrial insurance and medical aid
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
classification and premium rates. After receipt of Revenue Release from the Washington
State Department of Revenue, the contracting agency will verify through the Department of
Labor and Industries that the Contractor is current with respect to the payments of industrial
insurance and medical aid premiums.
1-07.15 Temporary Water Pollution/Erosion Control
The first paragraph is revised to read:
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
protecting the work, nearby land, streams, and other bodies of water, the Contractor shall
perform all work in strict accordance with all Federal, State, and local laws and regulations
governing waters of the State, as well as permits acquired for the project.
1-07.17 Utilities and Similar Facilities
This section is revised to read:
The Contractor shall protect all private and public utilities from damage resulting from the
Work. Among others, these utilities include: telephone, telegraph, and power lines; pipelines,
sewer and water lines; railroad tracks and equipment; and highway lighting and signing
systems. All costs required to protect public and private utilities shall be at the Contractor's
expense, except as provided otherwise in this section.
Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In
accordance with this RCW, the Contractor shall call the One-Number Locator Service for field
location of utilities. If no locator service is available for the area, notice shall be provided
individually to those owners of utilities known to, or suspected of, having underground facilities
within the area of the proposed excavation.
This section is supplemented with the following two new sub-sections:
1-07.17(1) Utility Construction, Removal or Relocation by the Contractor
If the Work requires removing or relocating a utility, the contract will assign the task to the
Contractor or the utility owner. When the task is assigned to the Contractor it shall be
performed in accordance with the Plans and Special Provisions. New utility construction shall
be performed according to the appropriate contract requirements.
To ease or streamline the Work for its own convenience, the Contractor may desire to ask
utility owners to move, remove, or alter their equipment in ways other than those listed in the
Plans or Special Provisions. The Contractor shall make the arrangements and pay all costs
that arise from work performed by the utility owner at the Contractor's request. Two weeks
prior to implementing any such utility work, the Contractor shall submit plans and details to the
Engineer for approval describing the scope and schedule of all work performed at the
Contractors request by the utility owner.
In some cases, the Plans or special provisions may not show all underground facilities. If the
Work requires these to be moved or protected, the Engineer will assign the task to others or
issue a written change order requiring the Contractor to do so as provided in Section 1-04.4.
1-07.17(2) Utility Construction, Removal or Relocation by Others
Any authorized agent of the Contracting Agency or utility owners may enter the highway right-
of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall cooperate
with such efforts and shall avoid creating delays or hindrances to those doing the work. As
needed, the Contractor shall arrange to coordinate work schedules.
If the contract provides notice that utilities will be adjusted, relocated, replaced, or constructed
by others during the prosecution of the work, the Special Provisions will establish the utility
PW 407_04 Part04 [Revised 5/27/04]
owners anticipated completion. The Contractor shall carry out the Work in a way that will
minimize interference and delay for all forces involved. Any costs incurred prior to the utility
owners anticipated completion (or if no completion is specified, within a reasonable period of
time) that results from the coordination and prosecution of the Work regarding utility
adjustment, relocation, replacement, or construction shall be at the Contractor's expense as
provided in Section 1-05.14.
When others delay the Work through late removal or relocation of any utility or similar facility,
the Contractor shall adhere to the requirements of Section 1-04.5. The Contracting Agency
will either suspend Work according to Section 1-08.6, or order the Contractor to coordinate the
Work with the work of the utility owner in accordance with Section 1-04.4. When ordered to
coordinate the Work with the work of the utility owner, the Contractor shall prosecute the Work
in a way that will minimize interference and delay for all forces involved.
SECTION 1-08, PROSECUTION AND PROGRESS
May 29, 2007
1-08.1 Subcontracting
The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds
and Federal assistance ...) is supplemented with the following:
The Contractor has the option of submitting actual MBEfWBE or DBE payment data, on
Federally assisted, Federally assisted and Contracting agency funded, and Contracting
Agency funded only contracts to the contracting agency on a monthly basis using the Contract
Monitoring and Tracking System (CMATS) through the BizWeb application located at
htto://www.omwbe.wa.oov/bizwebatwashinoton. Use of CMATS will become a requirement for
all contractors effective January 7, 2008.
1-08.3 Progress Schedule
Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following:
1-08.3 Progress Schedule
1-08.3(1) General Requirements
The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates
to the Engineer for approval. Schedules shall show work that complies with all time and
order of work requirements in the contract. Scheduling terms and practices shall conform
to the standards established in Construction Planning and Scheduling, Second Edition,
published by the Associated General Contractors of America. Except for Wee1dy Look-
Ahead Schedules, all schedules shall meet these General Requirements, and provide the
following information:
1. Include all activities necessary to physically complete the project.
2. Show the planned order of work activities in a logical sequence.
3. Show durations of work activities in working days as defined in Section 1-08.5.
4. Show activities in durations that are reasonable for the intended work.
5. Define activity durations in sufficient detail to evaluate the progress of individual
activities on a daily basis.
6. Show the physical completion of all work within the authorized contract time.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contracting Agency allocates its resources to a contract based on the total time
allowed in the contract. The Contracting Agency may accept a Progress Schedule
indicating an early physical completion date but cannot guarantee the Contracting
Agency's resources will be available to meet an accelerated schedule. No additional
compensation will be allowed if the Contractor is not able to meet their accelerated
schedule due to the unavailability of Contracting Agency's resources or for other reasons
beyond the Contracting Agency's control.
If the Engineer determines that the Progress Schedule or any necessary Schedule Update
does not provide the required information, then the schedule will be returned to the
Contractor for correction and resubmittal.
The Engineer's approval of any schedule shall not transfer any of the Contractor's
responsibilities to the Contracting Agency. The Contractor alone shall remain responsible
for adjusting forces, equipment, and work schedules to ensure completion of the work
within the time(s) specified in the contract.
1-08.3(2) Progress Schedule Types
Type A Progress Schedules are required on all projects that do not contain the bid item for
Type B Progress Schedule. Type B Progress Schedules are required on all projects that
contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and
Schedule Updates are required on all projects.
1-08.3(2)A Type A Progress Schedule
The Contractor shall submit five copies of a Type A Progress Schedule no later than
10 days after the date the contract is executed, or some other mutually agreed upon
submittal time. The schedule maybe a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.3(2)B Type B Progress Schedule
The Contractor shall submit a preliminary Type B Progress Schedule no later than
five calendar days after the date the contract is executed. The preliminary Type B
Progress Schedule shall comply with all of these requirements and the requirements of
Section 1-08.3(1), except that it may be limited to only those activities occurring
within the first 60 working days of the project.
The Contractor shall submit five copies of a Type B Progress Schedule no later than
30 calendar days after the date the contract is executed. The schedule shall be a
critical path method (CPM) schedule developed by the Precedence Diagramming
Method (PDM). Restraints may be utilized, but may not serve to change the logic of
the network or the critical path. The schedule shall display at least the following
information:
Contract Number and Title
Construction Start Date
Critical Path
Activity Description
Milestone Description
Activity Duration
PW 407_04 Part04 [Revised 5/27/04]
Predecessor Activities
Successor Activities
Early Start (ES) and Early Finish (EF) for each activity
Late Start (LS) and Late Finish (LF) for each activity
Total Float (TF) and Free Float (FF) for each activity
Physical Completion Date
Data Date
The Engineer will evaluate the Type B Progress Schedule and approve or return the
schedule for corrections within 15 calendar days of receiving the submittal.
1-08.3(2)C Vacant
1-08.3(2)D Weekly Look-Ahead Schedule
Each week that work will be performed, the Contractor shall submit a Weeldy Look-
Ahead Schedule showing the Contractor's and all subcontractors' proposed work
activities for the next two weeks. The Weekly Look-Ahead Schedule shall include
the description, duration and sequence of work, along with the planned hours of work.
This schedule may be a network schedule, bar chart, or other standard schedule
format. The Weekly Look-Ahead Schedule shall be submitted to the Engineer by the
midpoint of the week preceding the scheduled work or some other mutually agreed
upon submittal time.
1-08.3(3) Schedule Updates
The Engineer may request a Schedule Update when any of the following events occur:
1. The project has experienced a change that affects the critical path.
2. The sequence of work is changed from that in the approved schedule.
3. The project is significantly delayed.
4. Upon receiving an extension of contract time.
The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15
calendar days of receiving a written request, or when an update is required by any other
provision of the contract. A "significant" delay in time is defined as 10 working days or
10 percent of the original contract time, whichever is greater.
In addition to the other requirements of this Section, Schedule Updates shall reflect the
following information:
1. The actual duration and sequence of as-constructed work activities, including
changed work.
2. Approved time extensions.
3. Any construction delays or other conditions that affect the progress of the work.
4. Any modifications to the as-planned sequence or duration of remaining activities.
5. The physical completion of all remaining work in the remaining contract time.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Unresolved requests for time extensions shall be reflected in the Schedule Update by
assuming no time extension will be granted, and by showing the effects to follow-on
activities necessary to physically complete the project within the currently authorized time
for completion.
1-08.3(4) Measurement
No specific unit of measurement shall apply to the lump sum item for Type B Progress
Schedule.
1-08.3(5) Payment
Payment will be made in accordance with Section 1-04.1, for the following bid item when
it is included in the proposal:
"Type B Progress Schedule", lump sum.
The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress
Schedule and preliminary Type B Progress Schedule.
Payment of 80 percent of the lump sum price will be made upon approval of the
Progress Schedule.
Payment will be increased to 100 percent of the lump sum price upon completion of
80 percent of the original total contract award amount.
All costs for providing Type A Progress Schedules and Weeldy Look-Ahead
Schedules are considered incidental to other items of work in the contract.
No payment will be made for Schedule Updates that are required due to the
Contractors operations. Schedule Updates required by events that are attributed to the
actions of the Contracting Agency will be paid for in accordance with Section 1-09.4.
1-08.4 Prosecution of Work
The first sentence is revised to read:
The Contractor shall begin work within 21 calendar days from the date of execution of the
contract by the Contracting Agency, unless otherwise approved in writing.
1-08.5 Time for Completion
This section is revised to read:
The Contractor shall complete all physical contract work within the number of "working days"
stated in the Contract Provisions or as extended by the Engineer in accordance with Section
1-08.8. Every day will be counted as a ''working day" unless it is a nonworking day or an
Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday,
a whole or half day on which the contract specifically prohibits work on the critical path of the
Contractor's approved progress schedule, or one of these holidays: January 1, the third
Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day,
November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any
of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day.
When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking
day. The days between December 25 and January 1 will be classified as nonworking days.
PW 407_04 Part04 [Revised 5/27/04]
An unworkable day is defined as a half or whole day the Engineer declares to be unworkable
because of weather or conditions caused by the weather that prevents satisfactory and timely
performance of the work shown on the critical path of the Contractor's approved progress
schedule. Other conditions beyond the control of the Contractor may qualify for an extension
of time in accordance with Section 1-08.8.
Contract time shall begin on the first working day following the 21 st calendar day after the date
the Contracting Agency executes the contract. If the Contractor starts work on the project at
an earlier date, then contract time shall begin on the first working day when onsite work
begins. The contract provisions may specify another starting date for contract time, in which
case, time will begin on the starting date specified.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the Engineer
will provide the Contractor a statement that shows the number of working days: (1) charged to
the contract the week before; (2) specified for the physical completion of the contract; and (3)
remaining for the physical completion of the contract. The statement will also show the
nonworking days and any half or whole day the Engineer declares as unworkable. Within 10
calendar days after the date of each statement, the Contractor shall file a written protest of any
alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient
detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing
such detailed protest in that period, the Contractor shall be deemed as having accepted the
statement as correct.
The Engineer will give the Contractor written notice of the physical completion date for all work
the contract requires. That date shall constitute the physical completion date of the contract,
but shall not imply the Secretary's acceptance of the work or the contract.
The Engineer will give the Contractor written notice of the completion date of the contract after
all the Contractor's obligations under the contract have been performed by the Contractor.
The following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required
by law, to allow the Contracting Agency to process final acceptance of the contr~ct.
The following documents must be received by the Project Engineer prior to
establishing a completion date:
a. Certified Payrolls (Federal-aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBEIWBE Participants or Quarterly
Report of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification
1-08.8 Extensions of Time
Section 1-08.8 is revised to read:
The Contractor shall submit any requests for time extensions to the Engineer in writing no later
than 10 working days after the delay occurs. The requests for time extension shall be limited
to the affect on the critical path of the Contractor's approved schedule attributable to the
change or event giving rise to the request.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
To be considered by the Engineer, the request shall be in sufficient detail (as determined by
the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested.
The request shall include an updated schedule that supports the request and demonstrates
that the change or event: (1) had a specific impact on the critical path, and except in cases of
concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by
resequencing of the work or by using other reasonable alternatives. If a request combined
with previous extension requests, equals 20 percent or more of the original contract time then
the Contractor's letter of request must bear consent of Surety. In evaluating any request, the
Engineer will consider how well the Contractor used the time from contract execution up to the
point of the delay and the effect the delay has on any completion times included in the special
provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the
request.
The authorized time for physical completion will be extended for a period equal to the time the
Engineer determines the work was delayed because of:
1. Adverse weather causing the time requested to be unworkable, provided that the
Engineer had not already declared the time to be unworkable and the Contractor has
filed a written protest according to Section 1-08.5.
2. Any action, neglect, or default of the Contracting Agency, its officers, or employees,
or of any other contractor employed by the Contracting Agency.
3. Fire or other casualty for which the Contractor is not responsible.
4. Strikes.
5. Any other conditions for which these Specifications permit time extensions such as:
a. In Section 1-04.4 if a change increases the time to do any of the work
including unchanged work.
b. In Section 1-04.5 if increased time is part of a protest that is found to be a
valid protest.
c. In Section 1-04.7 if a changed condition is determined to exist that caused a
delay in completing the contract.
d. In Section 1-05.3 if the Contracting Agency does not approve properly
prepared and acceptable drawings within 30 calendar days.
e. In Section 1-07.13 if the performance of the work is delayed as a result of
damage by others.
f. In Section 1-07.17 if the removal or the relocation of any utility by forces
other than the Contractor caused a delay.
g. In Section 1-07.24 if a delay results from all the right of way necessary for
the construction not being purchased and the special provisions does not
make specific provisions regarding unpurchased right of way.
PW 407_04 Part04 [Revised 5/27/04J
h. In Section 1-08.6 if the performance of the work is suspended, delayed, or
interrupted for an unreasonable period of time that proves to be the
responsibility of the Contracting Agency.
1. In Section 1-09.11 if a dispute or claim also involves a delay in completing
the contract and the dispute or claim proves to be valid.
J. In Section 1-09.6 for work performed on a force account basis.
6. If the actual quantity of work performed for a bid item was more than the original
plan quantity and increased the duration of a critical activity. Extensions of time will
be limited to only that quantity exceeding the original plan quantity.
7. Exceptional causes not specifically identified in items 1 through 6, provided the
request letter proves the Contractor had no control over the cause of the delay and
could have done nothing to avoid or shorten it.
Working days added to the contract by time extensions, when time has overran, shall only
apply to days on which liquidated damages or direct engineering have been charged, such as
the following:
If substantial completion has been granted prior to all of the authorized working days
being used, then the number of days in the time extension will eliminate an equal number
of days on which direct engineering charges have accrued. If the substantial completion
date is established after all of the authorized working days have been used, then the
number of days in the time extension will eliminate an equal number of days on which
liquidated damages or direct engineering charges have accrued.
The Engineer will not allow a time extension for any cause listed above if it resulted from
the Contractor's default, collusion, action or inaction, or failure to comply with the
contract.
The Contracting Agency considers the time specified in the special provisions as sufficient to
do all the work. For this reason, the Contracting Agency will not grant a time extension for:
. Failure to obtain all materials and workers unless the failure was the result of
exceptional causes as provided above in subsection 7;
. Changes, protests, increased quantities, or changed conditions (Section 1-04) that do
not delay the completion of the contract or prove to be an invalid or inappropriate
time extension request;
. Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3;
. Rejection of faulty or inappropriate equipment as provided in Section 1-05.9;
. Correction of thickness deficiency as provided in Section 5-05.5(1)B.
The Engineer will determine whether the time extension should be granted, the reasons for the
extension, and the duration of the extension, if any. Such determination will be final as
provided in Section 1-05.1.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 1-09, MEASUREMENT AND PAYMENT
December 4, 2006
1-09.6 Force Account
The last paragraph under "3. For Equipment" is revised to read:
Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the
Contracting Agency's web site at www.wsdot.wa.gov.
1-09.9(1) Retainage
The fourth paragraph is revised to read:
Release of the retainage will be made 60 days following the Completion Date (pursuant to
RCW 39.12, and RCW 60.28) provided the following conditions are met:
1. On contracts totaling more than $20,000, a release has been obtained from the
Washington State Department of Revenue.
2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the
Contracting Agency (RCW 39.12.040).
3. A certificate of Payment of Contributions Penalties and Interest on Public Works
Contract is received from the Washington State Employment Security Department.
4. Washington State Department of Labor and Industries (per section 1-07.10) shows the
Contractor is current with payments of industrial insurance and medical aid
premiums.
5. All claims, as provided by law, filed against the retainage have been resolved. In the
event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the
Contractor will be paid such retained percentage less an amount sufficient to pay any
such claims together with a sum determined by the Contracting Agency sufficient to
pay the cost of foreclosing on claims and to cover attorney's fees.
SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
April 2, 2007
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Item 3. is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
3. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, or
gutter that is to remain and the portion to be removed. For portland cement concrete
pavement removal, a second vertical full depth relief saw cut offset 12 inches to 18 inches
from and parallel to the initial saw cut is also required, unless the Engineer approves
otherwise.
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
August 7, 2006
2-03.3(2) Rock Cuts
This section is revised to read:
1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down,
loosen, or damage the rock under the subgrade line, except as provided by Section 2-
03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that
will remain. The Contractor shall be responsible for methods used and for any damage
caused to the roadbed, regardless of any previous approvals by the Engineer.
2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall
scale and dress them, removing all loose fragments and rocks not firmly fastened to the
rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as
a hazard to roadway users.
If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying
outside the slope stakes. Payment for such extra work shall be by force account as
provided in Section 1-09.6. The Contracting Agency will pay for loading and hauling
these materials at the unit contract prices that apply or as provided in Section 1-04.4.
3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting
operations or at any time the Contractor proposes to change the drilling and blasting
methods, the Contractor shall submit a blasting plan to the Engineer for review. The
blasting plan shall contain the full details of the drilling and blasting patterns and controls
the Contractor proposes to use for both the controlled and production blasting. The
blasting plan submittal is required for all blasting operations and shall contain the
following minimum information:
a) Station limits of proposed shot.
b) Plan and section views of proposed drill pattern including free face, burden, blast
hole spacing, blast hole diameter, blast hole angles, lift height, and sub drill depth.
c) Loading diagram showing type and amount of explosives, primers, initiators, and
location and depth of stemming.
d) Initiation sequence of blast holes including delay times and delay system.
e) Manufacturer's data sheets for all explosives, primers, and initiators to be
employed.
Review of the blasting plan by the Engineer shall not relieve the Contractor of the
responsibility for the accuracy and adequacy of the plan when implemented in the field.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, the
Contractor shall use controlled blasting. The Engineer may require the Contractor to use
controlled blasting to form the faces of other slopes, even if the slopes could be formed by
nonblasting methods.
Controlled blasting refers to the controlled use of explosives and blasting accessories in
carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock
along the specified backslope. Controlled blasting techniques covered by this
specification include presplitting and cushion blasting.
In addition to the blasting plan submittal, when using controlled blasting the Contractor
shall:
a) Prior to commencing full-scale blasting operations, the Contractor shall
demonstrate the adequacy of the proposed blast plan by drilling, blasting, and
excavating short test sections, up to 100 feet in length, to determine which
combination of method, hole spacing, and charge works best. When field
conditions warrant, the Contractor may be ordered to use test section lengths less
than 100 feet.
Unless otherwise approved by the Engineer, the Contractor shall begin the tests
with the controlled blast holes spaced 30-inches apart, then adjust if needed, until
the Engineer approves the spacing to be used for full-scale blasting operations.
b) The Contractor shall completely remove all overburden soil and loose or
decomposed rock along the top of the excavation for a distance of at least 30 feet
beyond the end of the production hole drilling limits, or to the end of the cut,
before drilling the presplitting holes.
c) The controlled blast holes shall be not less than 21h inches nor more than 3 inches
in diameter.
d) The Contractor shall control drilling operations by the use of the proper
equipment and technique to ensure that no hole shall deviate from the plane of
the planned slope by more than 9 inches either parallel or normal to the slope.
Drill holes exceeding these limits shall not be paid for unless satisfactory slopes
are being obtained.
e) Controlled blast holes shall extend a minimum of30 feet beyond the limits of the
production holes to be detonated, or to the end of the cut as applicable.
f) The length of controlled blast holes for any individual lift shall not exceed 20 feet
unless the Contractor can demonstrate to the Engineer the ability to stay within
the above tolerances and produce a uniform slope. If greater than 5 percent of
the presplit holes are misaligned in anyone lift, the Contractor shall reduce the
height of the lifts until the 9-inch alignment tolerance is met. Upon satisfactory
demonstration, the length of holes may be increased to a maximum of 60 feet
with written approval of the Engineer.
g) When the cut height requires more than one lift, a maximum 2-foot offset
between lifts will be permitted to allow for drill equipment clearances. The
Contractor shall begin the control blast hole drilling at a point that will allow for
PW 407_04 Part04 [Revised 5/27/04]
necessary offsets and shall adjust, at the start of lower lifts, to compensate for any
drift that may have occurred in the upper lifts.
h) Before placing charges, the Contractor shall determine that the hole is free of
obstructions for its entire depth. All necessary precautions shall be exercised so
that the placing of the charges will not cause caving of material from the walls of
the holes.
i) The maximum diameter of explosives used in presplit holes shall not be greater
than 1/2 the diameter of the presplit hole.
j) Only standard explosives manufactured especially for controlled blasting shall be
used in controlled blast holes, unless otherwise approved by the Engineer. Bulk
ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the
presplit holes.
k) If fractional portions of standard explosive cartridges are used, they shall be
firmly affixed to the detonating cord in a manner that the cartridges will not slip
down the detonating cord nor bridge across the hole. Spacing of fractional
cartridges along the length of the detonating cord shall not exceed 30 inches
center to center and shall be adjusted to give the desired results.
1) Continuous column cartridge type of explosives used with detonating cord shall
be assembled and affixed to the detonating cord in accordance with the explosive
manufacturer's instructions, a copy of which shall be furnished to the Engineer.
m) The bottom charge of a presplit hole may be larger than the line charges but shall
not be large enough to cause overbreak. The top charge of the presplitting hole
shall be placed far enough below the collar, and reduced sufficiently, to avoid
overbreaking and heaving.
n) The upper portion of all presplit holes, from the top most charge to the hole
collar, shall be stemmed. Stemming materials shall be sand or other dry angular
material, all of which passes a 3 Is-inch sieve.
0) Ifpresplitting is specified, the detonation of these holes shall be fired first.
p) If cushion blasting is specified, the detonation of these holes shall be fired last on
an instantaneous delay after all other blasting has taken place in the excavation.
q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast
line, unless approved by the Engineer. The bottom of the production holes shall
not be lower than the bottom of the controlled blast holes. Production holes shall
not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of
production holes shall be on a delay sequence toward a free face.
r) The use of horizontal blast holes for either production or controlled blasting is
prohibited.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 2-09, STRUCTURE EXCAVATION
April 2, 2007
2-09.3(1)E Backfilling
Paragraphs three through nine including the Controlled Density Fill (CDF) chart are deleted and
replaced with the following:
Alternative Sources. When material from structure excavation is unsuitable for use as
backfill, the Engineer may:
1. require the Contractor to use other material covered by the contract if such
substitution involves work that does not differ materially from what would otherwise
have been required;
2. require the Contractor to substitute selected material in accordance with Section 2-
03.3(10);
3. require the Contractor to use Controlled Density Fill (CD F) also known as Controlled
Low Strength Material (CLSM)), or;
4. require the Contractor to obtain material elsewhere. Material obtained elsewhere will
be paid for in accordance with Section 1-04.4.
Controlled Density Fill (COF) or Controlled Low-Strength Material (CLSM). CDF is a self
compacting, cementitious, flowable material requiring no subsequent vibration or tamping to
achieve consolidation. The Contractor shall provide a mix design in writing to the Engineer on
WSDOT Form 350-040 and utilize ACI 229 as a guide to develop the CDF mix design. No
CDF shall be placed until the Engineer has reviewed the mix design. CDF shall be designed
to have a minimum 28-day strength of 50 psi and a maximum 28-day strength not to exceed
300 psi. The CDF consistency shall be flowable (approximate slump 3 to 10 inches).
The following testing methpds shall be used by the Contractor to develop the CDF mix design:
28 day compressive strength - ASTM D 4832,
Unit weight, yield, and air content - ASTM D 6023,
Test for slump shall be in accordance with WSDOT FOP for AASHTO T 119.
The water/cement ratio shall be calculated on the total weight of cementitious material. The
following are considered cementitious materials: Portland cement, fly ash, ground granulated
blast furnace slag and microsilica fume.
Admixtures used in CDF shall meet the requirements of Section 9-23.6, Admixtures for
Concrete, and foaming agents, if used, shall meet the requirements of ASTM C 869.
Admixtures shall be used in accordance with the manufacturer's recommendations and non-
chloride accelerating admixtures may be used to accelerate the hardening of CDF.
CDF shall meet the requirements of Section 6-02.3(5)C and shall be accepted based on a
Certificate of Compliance. The producer shall provide a Certificate of Compliance for each
truckload of CDF in accordance with Section 6-02.3(5)B.
Item 1 of the first paragraph under Compaction is revised to read:
1. Backfill supporting roadbed, roadway embankments, or structures, including backfill
providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal
PW 407_04 Part04 [Revised 5/27/04]
standards, and roadside and overhead sign structure foundations - placed in horizontal
layers no more than 6 inches thick with each layer compacted to 95 percent of the
maximum density determined by the Compaction Control Test, Section 2-03.3(14)0.
2-09.3(3)8 Excavation Using Open Pits - Extra Excavation
This section is revised to read:
The Contractor may dig open pits or perform extra excavation without shoring or cofferdams,
if:
1. Footings can be placed in dry material away from running water.
2. The integrity of the completed structure and its surroundings is not reduced.
3. Worker safety is ensured as required by law.
4. The excavation does not disturb the existing pavement or any other adjacent structural
elements.
If a slide occurs in an open pit, the Contractor shall remove the slide material. If the slide
disturbs an area over which a highway will be built, the Contractor shall backfill and compact
the site to the original ground line as approved by the Engineer. If the slide damages an
existing facility such as a roadway or structure, the Contractor shall repair the damage caused
by the slide. The Contractor shall pay all costs related to removing slide material and restoring
the slide area, including the repair of any pavement or structural elements damaged by the
slide.
The Contractor shall drain or pump any water from the pit, taking care not to stir up or soften
the bottom. If equipment in the pit or inadequate water removal makes the foundation material
unstable, the Contractor shall, at no expense to the Contracting Agency, remove and replace it
with material the Engineer approves.
When the Engineer believes ground water flow may impair a concrete footing, the Contractor
shall place under it a layer of gravel at least 6 inches thick. Before placing the gravel, the
Contractor shall excavate to whatever grade the Engineer requires. This provision shall not
apply to the building of concrete seals.
The Contractor may omit forms when the earthen sides of a footing excavation will stand
vertically. In this case, the Contractor may excavate to the neat line dimensions of the footing
and pour concrete against the undisturbed earth. If the hole is larger than neat line
dimensions, the Contractor shall bear the cost of the extra concrete.
For open temporary cuts, the following requirements shall be met:
1. No vehicular or construction traffic, or construction surcharge loads will be allowed
within a distance of5-feet from the top of the cut.
2. Exposed soil along the slope shall be protected from surface erosion.
3. Construction activities shall be scheduled so that the length of time the temporary cut
is left open is reduced to the extent practical.
4. Surface water shall be diverted away from the excavation.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Submittals and Design Requirements. The Contractor shall submit working drawings and
calculations showing the geometry and construction sequencing of the proposed excavation
slopes. The Contractor shall not begin excavation operations until receiving the Engineer's
approval of the excavation submittal.
The excavation stability design shall be conducted in accordance with the WSDOT
Geotechnical Design Manual (M46-03). The stability of the excavation slopes shall be
designed for site specific conditions which shall be shown and described in the working
drawings. Examples of such items that shall be shown on the excavation submittal and
supported by calculations include, but are not limited to, the following:
1. Excavation geometry and controlling cross sections showing adjacent existing
foundations, utilities, site constraints, and any surcharge loading conditions that could
affect the stability of the slope;
2. A summary clearly describing subsurface soil and groundwater conditions,
sequencing considerations, and governing assumptions;
3. Any supplemental subsurface explorations made to meet the requirements for
geotechnical design of excavation slopes, in accordance with the WSDOT
Geotechnical Design Manual;
4. Supporting geotechnical calculations used to design the excavation, the soil and
material properties selected for design, and the justification for the selection for those
properties, in accordance with the WSDOT Geotechnical Design Manual;
5. Safety factors, or load and resistance factors used, and justification for their selection,
in accordance with the WSDOT Geotechnical Design Manual, and referenced
AASHTO design manuals;
6. Location and weight of construction equipment adjacent to the excavation top, and
location of adjacent traffic; and,
7. A monitoring plan to evaluate the excavation performance throughout its design life.
2-09.3(3)0 Shoring and Cofferdams
Paragraphs one through seven are revised to read:
Definitions. Structural shoring is defined as a shoring system that is installed prior to
excavation. Structural shoring shall provide lateral support of soils and limit lateral movement
of soils supporting structures, roadways, utilities, railroads, etc., such that these items are not
damaged as a result of the lateral movement of the supporting soils.
Structural shoring systems includes driven cantilever sheet piles, sheet piles with tiebacks,
sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier piles
with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback systems.
Trench boxes, sliding trench shields, jacked shores, shoring systems that are installed after
excavation, and soldier pile, sheet pile, or similar shoring walls installed in front of a pre-
excavated slope, are not allowed as structural shoring.
A cofferdam is any watertight enclosure, sealed at the bottom and designed for the dewatering
operation, that surrounds the excavated area of a structure. The Contractor shall use steel
PW 407_04 Part04 [Revised 5/27/04]
sheet pile or interlocking steel pile cofferdams in all excavation that is under water or affected
by ground water.
Submittals and Design Requirements. The Contractor shall submit working drawings and
calculations showing the proposed methods and construction details of structural shoring or
cofferdams in accordance with Sections 6-01.9 and 6-02.3(16). The Contractor shall not begin
construction of structural shoring or cofferdams, nor begin excavation operations, until
approval of the structural shoring submittal has been given by the Project Engineer.
Structural shoring and cofferdams shall be designed for conditions stated in this Section using
methods shown in Division I Section 5 of the AASHTO Standard Specifications for Highway
Bridges Seventeenth Edition - 2002 for allowable stress design, or the AASHTO LRFD Bridge
Design Specifications, Third Edition, 2004 and current interims for load and resistance factor
design. The USS Steel Sheet Piling Design Manuals, published by United States Steel, may
be used for shoring walls that do not support other structures and that are 15 feet in height or
less. Allowable stresses for materials shall not exceed stresses and conditions allowed by
Section 6-02.3(17)B. The shoring design shall also be in compliance with the WSDOT
Geotechnical Design Manual (M46-03). In the case of conflict or discrepancy between
manuals, the Geotechnical Design Manual shall govern.
For open temporary cuts associated with a shoring system, the requirements for open
temporary cuts specified in Section 2-09.3(3)B shall be met.
The structural shoring system shall be designed for site specific conditions which shall be
shown and described in the working drawings. The structural shoring system design shall
include the design of the slopes for stability above and below the shoring system. Except as
otherwise noted, the design height of all structural shoring in design calculations and working
drawings shall be for the depth of excavation as required by the Plans, plus an additional 2
feet to account for the possibility of overexcavation. If the Contractor provides written
documentation to the satisfaction of the Engineer that the soil conditions at the site are not
likely to require overexcavation, the Engineer may waive the requirement for two feet of
overexcavation design height.
Examples of such items that shall be shown on the structural shoring submittal and supported
by calculations include, but are not limited to, the following:
1. Heights; soil slopes; soil benches; and controlling cross sections showing adjacent
existing foundations, utilities, site constraints, and any surcharge loading conditions
that could affect the stability of the shoring system, including any slopes above or
below the shoring.
2. A summary clearly describing performance objectives, subsurface soil and
groundwater conditions, sequencing considerations, and governing assumptions.
3. Any supplemental subsurface explorations made to meet the requirements for
geotechnical design of excavation slopes, shoring walls, and other means of ground
support, in accordance with the WSDOT Geotechnical Design Manual.
4. Supporting geotechnical calculations used to design the shoring system, including the
stability evaluation of the shoring system in its completed form as well as
intermediate shoring system construction stages, the soil and material properties
selected for design, and the justification for the selection for those properties, in
accordance with the WSDOT Geotechnical Design Manual.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. Safety factors, or load and resistance factors used, and justification for their selection.
6. Location and weight of construction equipment adjacent to the excavation; location of
adjacent traffic; and structural shoring system material properties, spacing, size,
connection details, weld sizes, and embedment depths.
7. Structural shoring installation and construction sequence, procedure, length of time
for procedure and time between operations; proofload testing procedure if any;
deadman anchor design and geometry; no load zones; grouting material and strengths;
and a list of all assumptions.
8. Methods and materials to be used to fill voids behind lagging, when soldier piles with
lagging are used as structural shoring.
9. A monitoring/testing plan to evaluate the performance of the excavation/shoring
system throughout its design life, and
10. An estimate of expected displacements or vibrations, threshold limits that would
trigger remedial actions, and a list of potential remedial actions should thresholds be
exceeded. Thresholds shall be established to prevent damage to adjacent facilities, as
well as degradation of the soil properties due to deformation.
SECTION 2-12 CONSTRUCTION GEOTEXTILE
August 7, 2006
The section title is revised to read:
CONSTRUCTION GEOSYNTHETIC
2-12 CONSTRUCTION GEOTEXTILE
This heading is revised to read:
2-12 CONSTRUCTION GEOSYNTHETIC
2-12.1 Description
The word geotextile is revised to geosynthetic.
2-12.2 Materials
In the first and second paragraphs geotextile is revised to geosynthetic.
2-12.3 Construction Requirements
In the first, second, and third paragraphs geotextile is revised to geosynthetic.
PW 407_04 Part04 [Revised 5/27/04]
SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES
August 7, 2006
3-01.4(1) Acquisition and Development
The first paragraph is revised to read:
If, under the terms of the Contract, the Contractor is required to provide a source of materials,
or if the Contractor elects to use materials from sources other than those provided by the
Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all
necessary arrangements for obtaining the material and shall ensure the quantity of suitable
material is available. Preliminary samples shall be taken by or in the presence of the Engineer
or a designated representative unless the Engineer permits otherwise. Approval of the source
does not relieve the Contractor from meeting these specification requirements, nor does it
guarantee that the material will meet these requirements without additional or proper
processing. The Engineer may require additional preliminary samples at any time.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
April 2, 2007
5-01.3(2)B Portland Cement Concrete
The third paragraph beginning with "Acceptance testing" is supplemented with the following:
The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect
concrete cylinders in cure boxes from excessive vibration and shock waves during the curing
period in accordance with Section 6-02.3(6)0. Payment for cure boxes shall be in accordance
with Section 6-02.5.
5-01.3(4) Replace Portland Cement Concrete Panel
The fourth sentence in the second paragraph is revised to read:
A vertical full depth saw cut is required along all longitudinal joints and at transverse locations
and, unless the Engineer approves otherwise, an additional vertical full depth relief saw cut
located 12 inches to 18 inches from and parallel to the initial longitudinal and transverse saw
cut locations is also required.
The third paragraph is revised to read:
When new concrete pavement is to be placed against existing cement concrete pavement,
epoxy coated tie bars and epoxy coated dowel bars shall be drilled and grouted into the
existing pavement with either Type I or IV epoxy resin as specified in Section 9-26. Tie bars
are not required for panel replacement less than a full panel.
The seventeenth paragraph is revised to read:
The Contractor shall place polyethylene film or building paper in accordance with AASHTO M
171 along all existing concrete surfaces and between the bottom of the slab and treated bases
prior to placing concrete.
5-01.3(5) Partial Depth Spall Repair
The fifth paragraph is revised to read:
When a partial depth repair is placed directly against an adjacent longitudinal joint,
polyethylene film or building paper in accordance with AASHTO M 171 shall be placed
between the existing concrete and the area to be patched.
5-01.3(6) Dowel Bar Retrofit
The fourth and fifth sentences in the second paragraph are revised to read:
When gang saws are used, slots that are not used shall be cleaned and sealed with either
Type I or IV epoxy resin as specified in Section 9-26.
The sixth paragraph is revised to read:
All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall
remove all slurry, parting compound, and other foreign materials prior to installation of the
dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to the
Contracting Agency. Traffic shall not be allowed on slots where concrete has been removed.
5-01.3(10) Pavement Smoothness
This section is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
Perform the work described in Section 5-05.3(12), and the following:
Where the pavement is ground, calculation of the profile index shall exclude dips and
depressions in the existing roadway. The profilograph generated reports shall be provided
to the Engineer prior to payment.
5-01.5 Payment
This section is revised as follows:
The paragraph following "Replace Cement Concrete Panel", per square yard, is revised to
read:
The unit contract price per square yard shall be full payment for all costs to complete the
work as specified, including saw cutting full depth, removal and disposal of the existing
panels off of the Contracting Agency's right-of-way, preparing the surfacing below the
new panel, provide, place and compact the crushed surfacing or hot mix asphalt,
furnishing and placing polyethylene film or building paper, furnishing and placing the
portland cement concrete, drilling the holes, providing and anchoring the dowel bars and
tie bars, and for all incidentals required to complete the work as specified.
In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement
Concrete Pavement Grinding", per square yard.
At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per square yard.
The second sentence in the 16th paragraph is revised to read:
The costs of any additional pavement grinding and profiling required to complete the work
as specified is also included in this payment.
The 18th paragraph for Replace Uncompactable Material is supplemented with the following:
All costs associated with the containment, collection and disposal of concrete slurry and
grinding residue shall be included in the applicable concrete grinding or cutting items of
work.
SECTION 5-04, HOT MIX ASPHALT
April 2, 2007
5-04.3(1) HMA Mixing Plant
The first paragraph is supplemented with the following:
4. Sampling HMA. The HMA plant shall provide for sampling HMA by one of the following
methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without
entering the hauling vehicle.
5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture
Item 3 in this section is revised to read:
3. Sampling. Samples for acceptance testing shall be obtained by the Contractor when
ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence
of the Engineer and in accordance with WSDOT FOP for WAQTC/AASHTO T 168.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5-04.3(10)8 Control
The second paragraph in item 3. is revised to read:
For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or
rejection, the Contractor may request that cores be used for acceptance of HMA compaction.
When cores are taken by the Contracting Agency at the request of the Contractor, they shall
be requested by noon of the next workday after receiving the test results. The cores will be
taken at approximately the same locations as the nuclear density gauge tests in the
compaction lot being challenged. When the CPF for the lot based on the results of the HMA
cores is less than 1.00, the cost for the coring will be deducted from any monies due or that
may become due the Contractor under the contract at the rate of $125 per core.
SECTION 5-05, CEMENT CONCRETE PAVEMENT
April 2, 2007
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented with the
following:
The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect
concrete cylinders in cure boxes from excessive vibration and shock waves during the curing
period in accordance with Section 6-02.3(6)0. Payment for cure boxes shall be in accordance
with Section 6-02.5.
5-05.3(6) Subgrade
The first sentence in the second paragraph is revised to read:
The subgrade shall be prepared and compacted a minimum of 3 feet beyond each edge of the
area which is to receive concrete pavement in order to accommodate the slip-form equipment.
5-05.3(7) Placing, Spreading, and Compacting Concrete
The second paragraph is revised to read:
The average density of the cores shall be at least 97 percent of the approved mix design
density or the actual concrete density when determined by the Contractor using AASHTO T
121 with no cores having a density of less than 96 percent.
5-05.3(8)A Contraction Joints
The fifth paragraph is revised to read:
When cement concrete pavement is placed adjacent to existing cement concrete pavement,
the vertical face of all existing working joints shall be covered with polyethylene film or building
paper in accordance with AASHTO M 171.
5-05.3(10) Tie Bars and Dowel Bars
The second sentence in the seventh paragraph is revised to read:
The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section 9-26.
5-05.3(12) Surface Smoothness
The first sentence in the first paragraph is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
The pavement smoothness will be checked with equipment furnished and operated by the
Contractor, under supervision of the Engineer, within 48 hours following placement of
concrete.
5-05.4 Measurement
Item 3. is revised to read:
3. The depth will be determined from the reference cores. The depth utilized to calculate the
volume shall not exceed the plan depth plus 0.04 feet.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 6-02, CONCRETE STRUCTURES
April 2, 2007
6-02.3(2) Proportioning Materials
The third paragraph is revised to read:
The use of fly ash is required for Class 40000 and 4000P concrete, except that ground
granulated blast furnace slag may be substituted for fly ash at a 1: 1 ratio. The use of fly ash
and ground granulated blast furnace slag is optional for all other classes of concrete.
6-02.3(2)A Contractor Mix Design
The first paragraph is revised to read:
The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete
specified in the Plans except for those accepted based on a Certificate of Compliance. No
concrete shall be placed until the Engineer has reviewed the mix design. The required
average 28 day compressive strength shall be selected per ACI 318, Chapter 5, Section 5.3.2.
ACI 211.1 and ACt 318 shall be used to determine proportions. The proposed mix for Class
4000P shall provide a minimum fly ash or ground granulated blast furnace slag content per
cubic yard of 100 pounds, and a minimum cement content per cubic yard of 600 pounds. The
proposed mix for Class 40000 shall provide a minimum fly ash or ground granulated blast
furnace slag content per cubic yard of 75 pounds, and a minimum cement content per cubic
yard of 660 pounds. All other concrete mix designs, except those for lean concrete and
commercial concrete, shall have a minimum cementitious material content of 564 pounds per
cubic yard of concrete.
The first sentence of the second paragraph is revised to read:
The Contractor's submittal of a mix design shall be on WSOOT form 350-040 and shall provide
a unique identification for each mix design and shall include the mix proportions per cubic
yard, the proposed sources, the average 28 day compressive strength for which the mix is
designed, the fineness modulus, and the water cement ratio.
The following new sentence is inserted after the first sentence in the fourth paragraph.
An alternate combined aggregate gradation conforming to Section 9-03.1 (5) may also be
used.
6-02.3(4)A Qualification of Concrete Suppliers
The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with
the following:
Batch Plant Prequalification may be obtained through one of the following methods:
1. Certification by the National Ready Mix Concrete Association (NRMCA).
Information concerning NRMCA certification may be obtained from the NRMCA at
900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The
NRMCA certification shall be good for a two year period. When this method of
certification is used the following documentation shall be submitted to the project
engineer.
a. A copy of the current NRMCA Certificate of Conformance, the concrete mix
design(s) (WSDOT Form 350-040), along with copies of the truck list, batch
plant scale certification, admixture dispensing certification, and volumetric
water batching devices (including water meters) verification.
PW 407_04 Part04 [Revised 5/27/04]
2. Independent evaluation certified by a Professional Engineer using NRMCA checklist.
The Professional Engineer shall be licensed under title 18 RCW, state of Washington,
qualified in civil engineering. The independent certification using the NRMCA
checklist shall be good for a two year period. When this method of certification is
used the following documentation shall be submitted to the engineer.
a. A copy of the Professional Engineer's stamped and sealed NRMCA
Verification of Inspection and Application for Certificate page from the
NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-040),
along with copies of the truck list, batch plant scale certification, admixture
dispensing certification, and volumetric water batching devices (including
water meters) verification.
3. Inspection conducted by the Plant Manager, defined as the person directly responsible
for the daily plant operation, using the NRMCA Plant Certification checklist. The
Plant Manager certification shall be done prior to the start of a project, and every six
months throughout the life of the project, and meet the following requirements:
a. The Agreement to Regularly Check Scales and Volumetric Batching
Dispensers page in the NRMCA Plant Certification checklist shall be signed
by the Plant Manager and notarized.
b. The signed and notarized Agreement to Regularly Check Scales and
Volumetric Batching Dispensers page and a copy of the NRMCA Plant
Certification checklist cover page showing the plant designation, address and
Company operating plant shall all be submitted to the Project Engineer with
the concrete mix design (WSDOT Form 350-040), along with copies of the
truck list, batch plant scale certification, admixture dispensing certification,
and volumetric water bat ching devices (including water meters) verification.
c. The NRMCA Plant Certification checklists shall be maintained by the Plant
Manager and are subject to review at any time by the Contracting Agency.
e. Volumetric water batching devices (including water meters) shall be verified
every 90 days.
6-02.3(5)C Conformance to Mix Design
Item 2 under the first paragraph is revised to read:
2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of that
specified in the mix design.
6-02.3(5)H Sampling and Testing for Compressive Strength
This section including title is revised to read:
6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing
Acceptance testing for compressive strength shall be conducted at the same frequency as the
acceptance tests for temperature, consistency, and air content.
The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The
Contractor shall also provide, maintain and operate all necessary power sources and
connections needed to operate the curing box. Concrete cylinders shall be cured in a cure
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
box in accordance with WSOOT FOP for AASHTO T 23. The cure boxes shall maintain a
temperature between 60QF and 80QF for concrete with specified strengths less than 6000 psi
and between 68QF and 782F for concrete with specified strengths of 6000 psi and higher. A
minimum/maximum thermometer shall be installed to measure the internal temperature of the
cure box. The thermometer shall be readable from outside of the box and be capable of
recording the high and low temperatures in a 24-hour period. The cure boxes shall create an
environment that prevents moisture loss from the concrete specimens. The top shall have a
working lock and the interior shall be rustproof. A moisture-proof seal shall be provided
between the lid and the box. The cure box shall be the appropriate size to accommodate the
number of concrete acceptance cylinders necessary or the Contractor shall provide additional
cure boxes. Once concrete cylinders are placed in the cure box, the cure box shall not be
moved until the cylinders have been cured in accordance with these specifications. When
concrete is placed at more than one location simultaneously, multiple cure boxes shall be
provided.
The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and
shock waves during the curing period in accordance with Section 6-02.3(6)0.
6-02.3(6)A Weather and Temperature Limits to Protect Concrete
The section Cold Weather Protection is revised to read:
NOTE: Table 6-02.3(6) "Surface Evaporation from Concrete", remains unchanged.
Cold Weather Protection
This Specification applies when the weather forecast predicts air temperatures below 350 F at
any time during the seven days following concrete placement. Weather forecast is based on
predictions from the Western Region Headquarters of the National Weather Service. This
forecast can be found at http://www.wrh.noaa.gov/.
To achieve adequate curing, the temperature of the concrete shall be maintained above 500 F
during the entire curing period or seven days, whichever is greater. The concrete temperature
shall not be allowed to fall below 35 0 F during this time. Prior to placing concrete in cold
weather, the Contractor shall provide a written procedure for cold weather concreting to the
Engineer. The procedure shall detail how the Contractor will adequately cure the concrete
and prevent the concrete temperature from falling below 352 F. Extra protection shall be
provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners
and edges, thin sections, and concrete placed into steel forms). Concrete placement will only
be allowed if the Contractor's cold weather protection plan has been approved by the
Engineer.
The Contractor shall not mix nor place concrete while the air temperature is below 352 F,
unless the water or aggregates (or both) are heated to at least 70Q F. The aggregate shall not
exceed 150Q F. If the water is heated to more than 150Q F, it shall be mixed with the
aggregates before the cement is added. Any equipment and methods shall heat the materials
evenly. Concrete placed in shafts and piles is exempt from such preheating requirements.
The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying
flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other
heating methods may be used if aggregate quality is not affected. Live steam heating is not
permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase
mixing time enough to permit the super-dry aggregates to absorb moisture.
The Contractor shall provide and maintain a maturity meter sensor, continuously recording
time and temperature during the curing period, in the concrete at a location specified by the
Engineer for each concrete placement. The Contractor shall also provide recording
thermometers or other approved devices to monitor the surface temperature of the concrete.
PW 407_04 Part04 [Revised 5/27/04]
During curing, data from the maturity meter and recording thermometer shall be readily
available to the Engineer. The Contractor shall record time and temperature data on hourly
intervals. Data shall be provided to the Engineer upon request.
Starting immediately after placement, the concrete temperatures measured by the maturity
meter and recording thermometer shall be maintained at or above 502 F and the relative
humidity shall be maintained above 80%. These conditions shall be maintained for a minimum
of seven days or for the cure period required by Section 6-02.3(11), whichever is longer.
During this time, if the temperature falls below 502 F on the maturity meter or recording
thermometer, no curing time is awarded for that day. Should the Contractor fail to adequately
protect the concrete and the temperature of the concrete falls below 352 F during curing, the
Engineer may reject it.
The Contractor is solely responsible for protecting concrete from inclement weather during the
entire curing period. Permission given by the Engineer to place concrete during cold weather
will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete
placed under such conditions prove unsatisfactory in any way, the Engineer shall still have the
right to reject the work although the plan and the work were carried out with the Engineer's
permission.
6-02.3(6)0 Protection Against Vibration
The last sentence in the second paragraph is revised to read:
See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and
soldier pile shaft installation operations.
The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read:
(3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact
tools, pavement breakers, and other large pieces of equipment.
6-02.3(11) Curing Concrete
In item 1. under the first paragraph, "box culvert tops" is deleted.
The second paragraph is supplemented with the following:
Runoff water shall be collected and disposed of in accordance with all applicable regulations.
In no case shall runoff water be allowed to enter any lakes, streams, or other surface waters.
6-02.3(16) Plans for Falsework and Formwork
The address for FEDEX delivery following the fourth paragraph is revised to read:
Washington State Department of Transportation
Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-02.3(16)A Nonpreapproved Falsework and Formwork Plans
The address for FEDEX delivery following the first paragraph is revised to read:
Washington State Department of Transportation
Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, WA 98501-6504
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6-02.3(16)8 Preapproved Formwork Plahs
The address for FEDEX delivery following the second paragraph is revised to read:
Washington State Department of Transportation
Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, W A 98501-6504
6-02.3(17)N Removal of Falsework and Forms
The second through the fifth paragraphs are revised to read:
Concrete Placed In Percent of Specified Number
Minimum Compressive of Days
Strength
Columns, walls, non-sloping box girder - 3
webs, abutments, footings, traffic and
pedestrian barriers, and any other side
form not supporting the concrete weight.
Crossbeams, pier caps, struts, inclined 80 5
columns and inclined walls. 1
Roadway slabs supported on wood or 80 10
steel stringers or on steel or prestressed
concrete girders.1.2
Box girders, T-beam girders, and flat- 80 14
slab superstructure.1,2
Arches.1.2 - 21
1 Where forms support the concrete weight.
2Where continuous spans are involved, the time for all spans will be determined by the last
concrete placed affecting any span.
Before releasing supports from beneath beams and girders, the Contractor shall remove forms
from columns to enable the Engineer to inspect the column concrete.
The Contractor may remove the side forms of footings 24 hours after concrete placement if a
curing compound is applied immediately. This compound shall not be applied to that area of
the construction joint between the footing and the column or wall.
The Contractor may remove side forms not supporting the concrete weight 24 hours after
concrete placement if the concrete reaches a compressive strength of 1400 psi before form
removal. This strength shall be proved by test cylinders made from the last concrete placed
into the form. The cylinders shall be cured according to WSOOT FOP for AASHTO T 23.
6-02.3(24)C Placing and Fastening
The 14th paragraph is revised to read:
Clearances shall be at least:
4-inches between:
Main bars and the top of any concrete masonry exposed to the
action of salt or alkaline water.
PW 407_04 Part04 [Revised 5/27/04]
3-inches between:
Main bars and the top of any concrete deposited against earth
without intervening forms.
2lh-inches between:
Adjacent bars in a layer. Roadway slab bars and the top of the
roadway slab.
2-inches between:
Adjacent layers. Main bars and the surface of concrete
exposed to earth or weather (except in roadway slabs).
Reinforcing bars and the faces of forms for exposed aggregate
finish.
II h-inches between:
Main bars and the surface of concrete not exposed to earth or
weather. Slab bars and the top of the slab (except roadway
slabs). Barrier and curb bars and the surface of the concrete.
Stirrups and ties and the surface of the concrete exposed to
earth or weather.
I-inch between:
Slab bars and the bottom of the slab. Stirrups and ties and the
surface of the concrete not exposed to earth or weather.
6-02.3(24}E Welding Reinforcing Steel
This section is revised to read:
Welding of steel reinforcing bars shall conform to the requirements of ANSI/AWS 01.4
Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by the
Special Provisions, Plans, and these Specifications.
Before any welding begins, the Contractor shall obtain the Engineer's approval of a written
welding procedure for each type of welded splice to be used, including the weld procedure
specifications and joint details. The weld procedure specifications shall be written on a form
taken from AWS 01.4 Annex A, or equivalent. Test results of tensile strength, macroetch, and
visual examination shall be included. The form shall be signed and dated.
Welders shall be qualified in accordance with AWS 01.4. The Contractor shall be responsible
for the testing and qualification of welders, and shall submit welder qualification and retention
records to the Engineer for approval. The weld joint and welding position a welder is qualified
in shall be in accordance with AWS 01.4. The welder qualifications shall remain in effect
indefinitely unless, (1) the welder is not engaged in a given process of welding for which the
welder is qualified for a period exceeding six months, or (2) there is some specific reason to
question a welder's ability.
Filler metals used for welding reinforcing bars shall be in accordance with AWS 01.4 Table
5.1. All filler metals shall be low-hydrogen and handled in compliance with low-hydrogen
practices specified in the A WS code.
All welding shall be protected from air currents, drafts, and precipitation to prevent loss of heat
or loss of arc shielding. Short circuiting transfer with gas metal arc welding will not be allowed.
Slugging of welds will not be allowed.
The minimum preheat and interpass temperature for welding shall be in accordance with AWS
01.4 Table 5.2 and mill certification of carbon equivalence, per lot of reinforcing. Preheating
shall be applied to the reinforcing bars and other splice members within 6-inches of the weld,
unless limited by the available lengths of the bars or splice member.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Generally, post heating of welded splices is only required for direct butt welded splices of
AASHTO M 31/ASTM A 615 Grade 60 bars size No.9 or larger and shall be done immediately
after welding before the splice has cooled to 700QF. Post heating shall not be less than 800QF
nor more than 1,000QF and held at this temperature for not less than 10 minutes before
allowing the splice to cool naturally to ambient temperature.
For the purpose of compatibility with AWS 01.4, welded lap splices for spiral or hoop
reinforcing shall be considered Flare-V groove welds, indirect butt joints.
-
The Contractor is responsible for using a welding sequence that will limit the alignment
distortion of the bars due to the effects of welding. The maximum out-of-line permitted will be
1/4-inch from a 3.5-foot straight-edge centered on the weld and in line with the bar.
The following procedure for welding steel reinforcing bars is recommended:
Sheared bar ends shall be burned or sawed off a minimum of liz-inch to completely
remove the ruptured portion of the steel shear area prior to welding butt splices. Surfaces
to be welded shall be smooth, uniform, and free from fins, tears, cracks, and other defects.
Surfaces to be welded and surfaces adjacent to a weld shall also be free from loose or thick
scale, slag, rust, moisture, grease, paint, epoxy covering, or other foreign materials. All
tack welds shall be within the area of the final weld. No other tack weld will be permitted.
Double bevel groove welds require chipping, grinding, or gouging to sound metal at the
root of the weld before welding the other side. Progression of vertical welding shall be
upward. The ground wire from the welding machine shall be clamped to the bar being
welded.
Should the Contractor elect to use a procedure which differs in any way from the procedure
recommended, the Contractor shall submit the changes, in writing, to the Engineer for
approval. Approved weld procedures shall be strictly followed.
6-02.3(26}A Shop Drawings
The address for FEOEX delivery under Item 1 in the first paragraph is revised to read:
Washington State Department of Transportation
Bridge and Structures Engineer
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-02.3(28}A Shop Drawings
The first paragraph is revised to read:
Before casting the structural elements, the Contractor shall submit:
1. Seven sets of shop drawings for approval by the Department of Transportation Bridge
and Structures Engineer, Construction Support, addressed as follows:
If sent via US Postal Service:
Washington State Department of Transportation
Bridge and Structures Engineer, Construction Support
P. O. Box 47340
Olympia, W A 98504-7340
PW 407_04 Part04 [Revised 5/27/04]
If sent via F edEx:
Washington State Department of Transportation
Bridge and Structures Engineer, Construction Support
7345 Linderson Way SW
Tumwater, W A 98501-6504; and
2. Two sets of shop drawings to the Project Engineer.
6-02.4 Measurement
This section is supplemented with the following:
No specific unit of measure will apply to the lump sum item for cure box.
6-02.5 Payment
This section is supplemented with the following:
"Cure Box", lump sum.
The lump sum contract price for "Cure Box" shall be full pay for all costs for providing,
operating, maintaining, moving and removing the cure boxes and providing, maintaining and
operating all necessary power sources and connections needed to operate the curing boxes.
SECTION 6-03, STEEL STRUCTURES
April 2, 2007
6-03.3(7} Shop Plans
The first two sentences in the first paragraph are revised to read:
The Contractor shall submit for approval all shop detail plans for fabricating the steel. These
shall be sent to the Department of Transportation Bridge and Structures Engineer,
Construction Support, addressed as follows:
If sent via US Postal Service:
Washington State Department of Transportation
Bridge and Structures Engineer, Construction Support
P. O. Box 47340
Olympia, W A 98504-7340
If sent via FedEx:
Washington State Department of Transportation
Bridge and Structures Engineer, Construction Support
7345 Linderson Way SW
Tumwater, WA 98501-6504
6-03.3(21}A Web Plates
This section is revised to read:
If web plates are spliced, gaps between plate ends shall be set at Shop assembly to measure
1/4-inch, and shall not exceed 3/8-inch.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6-03.3(33} Bolted Connections
The first sentence in the second paragraph is revised to read:
All bolted connections are slip critical.
SECTION 6-05, PILING
August 7, 2006
6-05.3(11}H Pile Driving From or Near Adjacent Structures
The second paragraph is revised to read:
Freshly placed concrete in the vicinity of the pile driving operation shall be protected against
vibration in accordance with Section 6-02.3(6)0.
The third paragraph is deleted.
6-05.5 Payment
The paragraph following "Furnishing St. Piling", per linear foot is revised to read:
The unit contract price per linear foot for "Furnishing (type) Piling (_)" shall be full pay for
furnishing the piling specified, including fabricating and installing the steel reinforcing bar cage,
and casting and curing the concrete, as required for concrete piling. Such price shall also be
full pay, when measurement includes, for piling length ordered but not driven.
SECTION 6-07, PAINTING
August 7, 2006
6-07.2 Materials
The first sentence in the second paragraph is revised to read:
Material used for field abrasive blasting shall meet Military Specification MIL-A-22262B(SH) as
listed on QPL-22262-28 as maintained by the Department of the Navy.
6-07.3(2}A Bridge Cleaning
In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening size
(ASTM 04751) is revised to read:
#100 US Sieve
SECTION 6-09, MODIFIED CONCRETE OVERLAYS
April 2, 2007
6-09.3(2} Submittals
Number 3. is revised to read:
3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The Runoff
Water Oisposal Plan shall describe all provisions for the containment, collection, filtering,
and disposal of all runoff water and associated contaminants and debris generated by the
hydro-demolition process, including containment, collection and disposal of runoff water
and debris escaping through breaks in the bridge deck.
Number 7. is revised to read:
7. Paving equipment specifications and details of the screed rail support system, including
details of anchoring the rails and providing rail continuity.
PW 407_04 Part04 [Revised 5/27/04]
6-09.3(6) Further Deck Preparation
This section is revised to read:
Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
Contractor, with the Engineer, shall perform an inspection of the completed work and the
Contractor shall mark those areas of the existing bridge deck that are authorized by the
Engineer for further deck preparation by the Contractor. When hydro-demolition is used as
the method of scarification, the inspection for further deck preparation shall take place after
one pass of the hydro-demolition machine.
Further deck preparation will be required when anyone of the following conditions is present:
1. Unsound concrete.
2. Lack of bond between existing concrete and reinforcing steel.
3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for a
distance of 12-inches or more along the bar.
4. Existing non-concrete patches as authorized by the Engineer.
Further deck preparation performed beyond the areas authorized by the Engineer will be at
the Contractor's expense in accordance with Section 1-05.7. If the concrete overlay is placed
on a bridge deck as part of the same contract as the bridge deck construction, then all work
associated with the further deck preparation shall be performed at no additional expense to
the Contracting Agency.
6-09.3(6}C Placing Deck Repair Concrete
This section is revised to read:
Deck repair concrete for modified concrete overlays shall be either modified concrete or
concrete Class M.
Before placing any deck repair concrete, the Contractor shall flush the existing concrete in the
repair area with water and make sure that the existing concrete is well saturated. The
Contractor shall remove any freestanding water prior to placing the deck repair concrete. The
Contractor shall place the deck repair concrete onto the existing concrete while it is wet.
All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck repairs,
and all deck repairs of an area greater than ten square feet (measured at the top layer of steel
reinforcement) shall be repaired, and wet cured for 42 hours in accordance with Section 6-
09.3(13), prior to placing the concrete overlay. Ouring the curing period, all vehicular and foot
traffic shall be prohibited on the repair area.
Small deck repairs, defined as those of an area equal to or less than ten square feet
(measured at the top layer of steel reinforcement), shall be filled with concrete overlay material
during the placement of the concrete overlay.
6-09.3(14} Checking for Bond
The first paragraph is revised to read:
After the requirements for curing have been met, the entire overlaid surface shall be sounded
by the Contractor, in a manner approved by and in the presence of the Engineer, to ensure
total bond of the concrete to the bridge deck. Concrete in unbonded areas shall be removed
and replaced by the Contractor with the same modified concrete as used in the overlay.
Removal and replacement of the overlay in unbonded areas shall be performed at the
expense of the Contracting Agency, except as specified in Section 6-09.3(6) when the overlay
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
is placed on a bridge deck as part of the same contract as the bridge deck construction. All
cracks, except those that are significant enough to require removal, shall be thoroughly filled
and sealed as specified in Section 6-09.3(12).
6-09.4 Measurement
The last paragraph is revised to read:
When further deck preparation is measured by volume, it will be measured by the cubic foot of
material removed from the deck repair locations. The depth measurement at each deck repair
location will be the average depth beneath a straightedge placed at the level of the existing
deck surface. The area measurement at each deck repair location will be the surface area of
the removed concrete.
6-09.5 Payment
The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read:
The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for
furnishing the modified concrete overlay, including the overlay material placed into small deck
repairs in accordance with Section 6-09.3(6)C.
SECTION 6-10, CONCRETE BARRIER
December 4, 2006
6-10.2 Materials
The fourth paragraph is revised to read:
Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-06.5(4)
and be galvanized in accordance with AASHTO M 232. All other hardware shall conform to
Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232.
SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
April 2, 2007
This section including title is revised to read:
SECTION 6-11, REINFORCED CONCRETE WALLS
6-11.1 Description
This work consists of constructing reinforced concrete retaining walls, including those shown
in the Standard Plans, L walls, and counterfort walls.
6-11.2 Materials
Materials shall meet the requirements of the following sections:
Cement
Aggregates for Portland Cement Concrete
Gravel Backfill
Premolded Joint Filler
Steel Reinforcing Bar
Epoxy-Coated Steel Reinforcing Bar
Concrete Curing Materials and Admixtures
Fly Ash
Water
9-01
9-03.1
9-03.12
9-04.1(2)
9-07.2
9-07.3
9-23
9-23.9
9-25
PW 407_04 Part04 [Revised 5/27/04]
Other materials required shall be as specified in the Special Provisions.
6-11.3 Construction Requirements
6-11.3(1) Submittals
The Contractor shall submit all excavation shoring plans to the Engineer for approval in
accordance with Section 2-09.3(3)0.
The Contractor shall submit all falsework and formwork plans to the Engineer for approval in
accordance with Sections 6-02.3(16) and 6-02.3(17).
If the Contractor elects to fabricate and erect precast concrete wall stem panels, the following
information shall be submitted to the Engineer for approval in accordance with Sections 6-01.9
and 6-02.3(28)A:
1. Working drawings for fabrication of the wall stem panels, showing dimensions, steel
reinforcing bars, joint and joint filler details, surface finish details, lifting devices with
the manufacturer's recommended safe working capacity, and material specifications.
2. Working drawings and design calculations for the erection of the wall stem panels
showing dimensions, support points, support footing sizes, erection blockouts,
member sizes, connections, and material specifications.
3. Design calculations for the precast wall stem panels, the connection between the
precast panels and the cast-in-place footing, and all modifications to the cast-in-place
footing details as shown in the Plans or Standard Plans.
The Contractor shall not begin excavation and construction operations for the retaining walls
until receiving the Engineer's approval of the above submittals.
6-11.3(2) Excavation and Foundation Preparation
Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages shown
in the Plans. Foundation soils found to be unsuitable shall be removed and replaced in
accordance with Section 2-09.3(1 )C.
6-11.3(3) Precast Concrete Wall Stem Panels
The Contractor may fabricate precast concrete wall stem panels for construction of Standard
Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast concrete wall stem
panels may be used for construction of non-Standard Plan retaining walls if allowed by the
Plans or Special Provisions. Precast concrete wall stem panels shall conform to Section 6-
02.3(28), and shall be cast with Class 4000 concrete.
The precast concrete wall stem panels shall be designed in accordance with the requirements
for Load Factor Design in the following codes:
1. For all loads except as otherwise noted - AASHTO Standard Specifications for
Highway Bridges, latest edition and current interims. The seismic design shall use the
acceleration coefficient and soil profile type as specified in the Plans.
2. For all wind loads - AASHTO Guide Specifications for Structural Design of Sound
Barriers, latest edition and current interims.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The precast concrete wall stem panels shall be fabricated in accordance with the dimensions
and details shown in the Plans, except as modified in the shop drawings as approved by the
Engineer.
The precast concrete wall stem panels shall be fabricated full height, and shall be fabricated in
widths of 8 feet, 16 feet, and 24 feet.
The construction tolerances for the precast concrete wall stem panels shall be as follows:
11/4 inch
11/4 inch
+ 1/4 inch
-1/8 inch
+3/8 inch
-1/8 inch
Width of precast concrete wall stem panel joints 11/4 inch
Offset of precast concrete wall stem panels 11/4 inch
(Deviation from a straight line extending 5 feet on each side of the panel joint)
Height
Width
Thickness
Concrete cover for steel reinforcing bar
The precast concrete wall stem panels shall be constructed with a mating shear key between
adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 inches in
thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 inches
maximum. The shear key shall be continuous and shall be of uniform width over the entire
height of the wall stem.
The Contractor shall provide the specified surface finish as noted, and to the limits shown, in
the Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners
shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions.
Rolled on textured finished shall not be used. Precast concrete wall stem panels shall be cast
in a vertical position if the Plans call for a form liner texture on both sides of the wall stem
panel.
The precast concrete wall stem panel shall be rigidly held in place during placement and
curing of the footing concrete.
The precast concrete wall stem panels shall be placed a minimum of one inch into the footing
to provide a shear key. The base of the precast concrete wall stem panel shall be sloped 1h
inch per foot to facilitate proper concrete placement.
To ensure an even flow of concrete under and against the base of the wall panel, a form shall
be placed parallel to the precast concrete wall stem panel, above the footing, to allow a
minimum one foot head to develop in the concrete during concrete placement.
The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
concrete wall stem panel by 1-1/2 inches minimum.
All precast concrete wall stem panel joints shall be constructed with joint filler installed on the
rear (backfill) side of the wall. The joint filler material shall extend from two feet below the final
ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic
flexible material and shall be installed to create a waterproof seal at panel joints.
The soil bearing pressure beneath the falsework supports for the precast concrete wall stem
panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining
wall.
PW 407_04 Part04 [Revised 5/27/04]
6-11.3(4) Cast-In-Place Concrete Construction
Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured,
and finished in accordance with Section 6-02, and the details shown in the Plans and
Standard Plans. All cast-in-place concrete shall be Class 4000.
The Contractor shall provide the specified surface finish as noted, and to the limits shown, in
the Plans to the exterior concrete surfaces. Special surface finishes achieved with formliners
shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions.
Cast-in-place concrete for adjacent wall stem sections (between vertical expansion joints)
shall be formed and placed separately, with a minimum 12 hour time period between concrete
placement operations.
Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem expansion
joints in accordance with Section 6-01.14.
6-11.3(5) Backfill, Weepholes and Gutters
Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with
Standard Plan 0-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in
accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach
embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2-
03.3(14)C. All other backfill shall be compacted in accordance with Method B of Section 2-
03.3(14)C, unless otherwise specified.
Cement concrete gutter shall be constructed as shown in the Standard Plans.
6-11.3(6) Traffic Barrier and Pedestrian Barrier
When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and
Standard Plans.
6-11.4 Measurement
Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for retaining wall
will be measured as specified in Section 6-02.4.
Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for cast-
in-place concrete barrier.
6-11.5 Payment
Payment will be made in accordance with Section 1-04.1 for each of the following bid items
when they are included in the proposal:
"Conc. Class 4000 For Retaining Wall", per cubic yard.
All costs in connection with furnishing and installing weep holes and premolded joint filler
shall be included in the unit contract price per cubic yard for "Conc. Class 4000 for
Retaining Wall".
"S t. Reinf. Bar F or Retaining Wall", per pound.
"Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
"Traffic Barrier", per linear foot.
"Pedestrian Barrier", per linear foot.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The unit contract price per linear foot for "_ Barrier" shall be full pay for constructing
the barrier on top of the retaining wall, except that when these bid items are not included
in the proposal, all costs in connection with performing the work as specified shall be
included in the unit contract price per cubic yard for "Conc. Class 4000 For Retaining
Wall", and the unit contract price per pound for "_ Bar For Retaining Wall".
SECTION 6-12, NOISE BARRIER WALLS
April 2, 2007
6-12.3(6) Precast Concrete Panel Fabrication and Erection
Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 7.
The below new items 5 and 6 are is inserted ahead of renumbered item 7:
5. Precast concrete panels shall not be erected until the foundations for the panels have
attained a minimum compressive strength of 3,400 psi.
6. The bolts connecting the precast concrete panels to their foundation shall be tightened to
"snug tight" as defined in Section 6-03.3 (32).
SECTION 6-13, STRUCTURAL EARTH WALLS
April 2, 2007
6-13.3(2) Submittals
The fifth paragraph is revised to read:
The design calculation and working drawing submittal shall include detailed design
calculations and all details, dimensions, quantities, and cross-sections necessary to construct
the wall. The calculations shall include a detailed explanation of any symbols, design input,
material property values, and computer programs used in the design of the walls. All
computer output submitted shall be accompanied by supporting hand calculations detailing the
calculation process. If MSEW 3.0, or a later version, is used for the wall design, hand
calculations supporting MSEW are not required.
The sixth paragraph is supplemented with the following:
6. The minimum soil reinforcement length shall be the greater dimension of the following:
a. 0.7 times the wall design height H.
b. 6'-0".
c. That required by design to meet internal stability design requirements, soil
bearing pressure design requirements, and constructability requirements.
6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
This section is supplemented with the following:
Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-12.3 and
6-13.3(5).
6-13.3(7) Backfill
Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to "a plate
compactor".
PW 407_04 Part04 [Revised 5/27/04]
6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
This Section is revised to read:
The Contractor, in conjunction with the structural earth wall manufacturer, shall design and
detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6-13.3(2)
and the above ground geometry details shown in the Plans. The barrier working drawings and
supporting calculations shall include, but not be limited to, the following:
1. Complete details of barrier cross section geometry, including the portion below
ground, and accommodations necessary for bridge approach slabs, PCCP, drainage
facilities, underground utilities, and sign support, luminaire pole, traffic signal
standard, and other barrier attachments.
2. Details of the steel reinforcement of the barrier, including a bar list and bending
diagram in accordance with Section 6-02.3(24), and including additional
reinforcement required at sign support, luminaire pole, traffic signal standard, and
other barrier attachment locations.
3. Details of the interface of, and the interaction between, the barrier and the top layers
of structural earth wall reinforcement and facing.
4. When the Plans specify placement of conduit pipes through the barrier, details of
conduit pipe and junction box placement.
SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth
wall working drawings as approved by the Engineer.
SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
December 4, 2006
6-14.3(2) Submittals
Item 2 is revised to read:
2. The Contractor's proposed wall construction method, including proposed forming
systems, types of equipment to be used, proposed erection sequence and details of how
the backfill will be retained during each stage of construction.
6-14.3(4) Erection and Backfill
The first sentence in the eighth paragraph is revised to read:
The Contractor shall place and compact the wall backfill in accordance with the wall
construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, except as
follows:
Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised to "a
plate compactor".
6-14.4 Measurement
The first three paragraphs are revised to read:
Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
measured by the square foot of face of completed wall. Corner wrap area and extensions of
the geosynthetic wall beyond the area of wall face shown in the Plans or staked by the
PW 407 04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Engineer are considered incidental to the wall construction and will not be included in the
measurement of the s,quare foot of face of completed geosynthetic retaining wall.
Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in Section
2-03.4.
Shotcrete facing and concrete fascia panel will be measured by the square foot surface area
of the completed facing or fascia panel, measured to the neat lines of the facing or panel as
shown in the Plans. When a footing is required, the measurement of the fascia panel area will
include the footing.
6-14.5 Payment
The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are revised to
read:
"Gravel Borrow for Geosynthetic Ret. Walllncl. Haul", per ton or per cubic yard.
All costs in connection with furnishing and placing backfill material for temporary or permanent
geosynthetic retaining walls as specified shall be included in the unit contract price per ton or
per cubic yard for "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul".
SECTION 6-15, SOIL NAIL WALLS
August 7, 2006
6-15.3(8) Soil Nail Testing and Acceptance
The first sentence in the fourth paragraph is revised to read:
The pressure gauge shall be graduated in increments of either 100 psi or two percent of the
maximum test load, whichever is less.
SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
August 7, 2006
6-16.3(5) Backfilling Shaft
The first and second paragraphs are revised to read:
The excavated shaft shall be backfilled with either controlled density fill (CO F), or pumpable
lean concrete, as shown in the Plans and subject to the following requirements:
1. Dry shaft excavations shall be backfilled with CDF.
2. Wet shaft excavations shall be backfilled with pumpable lean concrete.
3. Pumpable lean concrete shall be a Contractor designed mix providing a minimum 28
day compressive strength of 100 psi. Acceptance of pumpable lean concrete will
conform to the acceptance requirements specified in Section 2-09.3(1) for CDF.
4. A wet shaft is defined as a shaft where water is entering the excavation and remains
present to a depth of six inches or more.
5. When the Plans or test hole boring logs identify the presence of a water table at or
above the elevation of the bottom of soldier pile shaft, the excavation shall be
considered as wet, except as otherwise noted. Such a shaft may be considered a dry
shaft provided the Contractor furnishes and installs casing that is sufficiently sealed
into competent soils such that water cannot enter the excavation.
PW 407_04 Part04 [Revised 5/27/04]
Placement of the shaft backfill shall commence immediately after completing the shaft
excavation and receiving the Engineer's approval of the excavation. CDF or pumpable lean
concrete shall be placed in one continuous operation to the top of the shaft. Vibration of shaft
backfill is not required.
6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
The first paragraph is revised to read:
The excavation and removal of CDF and pumpable lean concrete for the lagging installation
shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean
concrete are of sufficient strength that the material remains in placed during excavation and
lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or
caves or spalls from around the pile, the Contractor shall discontinue excavation and timber
lagging installation operations until the CDF and pumpable lean concrete is completely set.
The bottom of the excavation in front of the wall shall be level. Excavation shall conform to
Section 2-03.
SECTION 6-17, PERMANENT GROUND ANCHORS
August 7,2006
6-17.3(8) Testing and Stressing
The first sentence in the third paragraph is revised to read:
The pressure gauge shall be graduated in increments of either 100 psi or two percent of the
maximum test load, whichever is less.
SECTION 7-01, DRAINS
August 7, 2006
7-01.3 Construction Requirements
This section is revised to read:
A trench of the dimensions shown in the Plans or as specified by the Engineer shall be
excavated to the grade and line given by the Engineer.
Section 7-01.3 is supplemented with the following new sub-sections:
7-01.3(1) Drain Pipe
Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The
drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete drain pipe
shall be laid with the bell or larger end upstream. PVC drain pipe shall be jointed with a bell
and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall
be laid upstream. PE drain pipe shall be jointed with snap-on, screw-on, bell and spigot, or
wraparound coupling bands as recommended by the manufacturer of the tubing.
7-01.3(2) Underdrain Pipe
When underdrain pipe is being installed as a means of intercepting ground or surface water,
the trench shall be fine-graded in the existing soil 3 inches below the grade of the pipe as
shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill shall be
placed to the depth shown in the Plans or as designated by the Engineer. All backfill shall be
placed in 12-inch maximum layers and be thoroughly compacted with three passes of a
vibratory compactor for each layer. The Contractor shall use care in placing the gravel backfill
material to prevent its contamination.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations are
specified the perforated pipe shall be laid with the perforations down. Upon final acceptance
of the work, all drain pipes shall be open, clean, and free draining. Perforated pipe does not
require a watertight joint. PVC underdrain pipe shall be jointed using either the flexible
elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-
04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be
laid upstream. PE drainage tubing underdrain pipe shall be jointed with snap-on, screw-on,
bell and spigot, or wraparound coupling bands, as recommended by the manufacturer of the
tubing.
SECTION 7-02, CULVERTS
January 3, 2006
7-02.2 Materials
The fifth and seventh paragraphs are deleted:
SECTION 7-04, STORM SEWERS
January 3, 2006
7-04.2 Materials
The fourth and sixth paragraphs are deleted:
PW 407_04 Part04 [Revised 5/27/04]
SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
December 4, 2006
8-01.3(1} General
The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and
replaced with the following:
Erodible soil not being worked, whether at final grade or not, shall be covered within the
following time period, using an approved soil covering practice, unless authorized otherwise by
the Engineer:
In western Washington (west of the Cascade Mountain crest):
October 1 through April 30
May 1 to September 30
2 days maximum
7 days maximum
In eastern Washington (east of the Cascade Mountain crest.):
October 1 through June 30
July 1 through September 30
5 days maximum
10 days maximum
8-01.3(1}B Erosion and Sediment Control (ESe) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of
Training in Construction Site Erosion and Sediment Control from a course approved by the
Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency
Contact List required under Section 1-05.13(1).
The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan.
Implementation shall include, but is not limited to:
1. Installing and maintaining all temporary erosion and sediment control Best
Management Practices (BMPs) included in the TESC plan to assure continued
performance of their intended function. Damaged or inadequate TESC BMPs shall be
corrected immediately.
2. Updating the TESC plan to reflect current field conditions.
When a TESC plan is included in the contract plans, the Contractor shall inspect all on-site
erosion and sediment control BMPs at least once every calendar week and within 24 hours of
runoff events in which stormwater discharges from the site. Inspections of temporarily
stabilized, inactive sites may be reduced to once every calendar month. The Erosion and
Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each
inspection and a copy shall be submitted to the Engineer no later than the end of the next
working day following the inspection.
8-01.3(2}E Tacking Agent and Soil Binders
The third paragraph, (PAM) is revised to read:
Soil Binding Using Polyacrylamide (PAM)
The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as
a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated
with a non-toxic dye shall be applied with the dissolved PAM. Dry powder applications may be
at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor-mounted
spreader.
8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
The second paragraph under East of the summit of the Cascade Range, beginning with "The
Contractor will be responsible", is deleted.
8-01.3(9}A Silt Fence
The fifth paragraph is revised to read:
Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4
inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a
minimum weight of 0.90 Ibslft
8-01.4 Measurement
This section is supplemented with the following:
Coir log will be measured by the linear foot along the ground line of the completed installation.
8-01.5 Payment
The following bid item is inserted after "Compost Sock", per linear foot:
"Coir Log", per linear foot
This section is supplemented with the following:
"Mowing", per acre.
SECTION 8-02, ROADSIDE RESTORATION
April 3, 2006
8-02.3(8} Planting
The seventh and eighth paragraphs are deleted and replaced with the following:
All burlap, baskets, string, wire and other such materials shall be removed from the hole when
planting balled and burlapped plants. The plant material shall be handled in such a manner
that the root systems are kept covered and damp at all times. The root systems of all bare
root plant material shall be dipped in a slurry of silt and water immediately prior to planting.
The root systems of container plant material shall be moist at the time of planting. In their final
position, all plants shall have their top true root (not adventitious root) no more than 1" below
the soil surface, no matter where that root was located in the original root ball or container.
After planting, the backfill material and root ball shall be thoroughly watered in within 24 hours.
8-02.3(9} Pruning, Staking, Guying, and Wrapping
The first paragraph is revised to read:
Plants shall be pruned at the time of planting, only to remove minor broken or damaged twigs,
branches or roots. Pruning shall be done with a sharp tool and shall be done in such a
manner as to retain or to encourage natural growth characteristics of the plants. All other
pruning shall be performed only after the plants have been in the ground at least one year.
PW 407_04 Part04 [Revised 5/27/04]
SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
December 4, 2006
8-04.3(2} Extruded Asphalt Concrete Curbs, and Gutters
The first paragraph is supplemented with the following:
Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing pavement
surface at the rate ordered by the Engineer.
8-04.4 Measurement
The first paragraph is revised to read:
All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of
the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete
curb and cement concrete curb and gutter, when constructed across driveways or sidewalk
ramps, will include the width of the driveway or sidewalk ramp.
SECTION 8-06, CEMENT CONCRETE DRIVEWAY ENTRANCES
April 2, 2007
8-06.2 Materials
The second paragraph is deleted.
8-06.3 Construction Requirements
The following new paragraph is inserted in front of existing paragraph one.
Cement concrete driveway approaches shall be constructed with air entrained concrete Class
4000 conforming to the requirements of Section 6-02 or Portland Cement Concrete Pavement
conforming to the requirements of Section 5-05.
SECTION 8-08, RUMBLE STRIPS
April 3, 2006
8-08.1 Description
The first sentence is revised to read:
This work consists of constructing centerline and shoulder rumble strips by grinding hot mix
asphalt.
8-08.3 Construction Requirements
The first sentence in the first paragraph is revised to read:
The equipment shall have a rotary type cutting head or series of cutting heads capable of
grinding one or more recesses in the hot mix asphalt as detailed in the Standard Plans.
The third sentence in the third paragraph is revised to read:
All cuttings and other debris shall become the property of the Contractor and be disposed of
outside the project limits.
PW 407 04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 8-09, RAISED PAVEMENT MARKERS
April 3, 2006
8-09.3(5} Recessed Pavement Marker
This section is revised to read:
Construct recesses for pavement markers by grinding the pavement in accordance with the
dimensions shown in the Standard Plans. This work shall include cleanup and disposal of
cuttings and other resultant debris. Prepare the surface in accordance with Section 8-09.3(1).
Install Type 2 markers in the recess in accordance with the Standard Plans and Section 8-
09.3(4).
SECTION 8-11, GUARDRAIL
April 2, 2007
8-11.3(1)A Erection of Posts
The second sentence of the second paragraph is revised to read:
The length of the posts for beam guardrail with long posts shall be as specified in the Plans.
8-11.3(1}C Erection of Rail
The first paragraph is supplemented with the following:
Except in Weathering Steel Beam Guardrail, all holes shall be painted with 2 coats of
galvanizing repair paint Formula A-9-73 meeting the requirements of Section 9-08.2.
8-11.3(4) Removing Guardrail
This section including title is revised to read:
8-11.3(4} Removing Guardrail and Guardrail Anchor
Removal of the various types of guardrail shall include removal of the rail, cable elements,
hardware, and posts, including transition sections, expansion sections and terminal sections .
Removal of the various types of guardrail anchors shall include removal of the anchor
assembly in its entirety, including concrete bases, rebar, and steel tubes and any other
appurtenances in the anchor assembly. All holes resulting from the removal of the guardrail
posts and anchors shall be backfilled with granular material in layers no more than 6-inches
thick and compacted to a density similar to that of the adjacent material. The removed
guardrail items shall become the property of the Contractor.
8-11.3(5) Raising Guardrail
This section is revised to read:
For raising guardrail anchors and raising guardrail terminals, the existing guardrail posts shall
be raised to attain the guardrail height shown in the Plans, measured from the top of the rail to
the finished shoulder surface. The material around each post shall be tamped to prevent
settlement of the raised post.
For raising all other guardrail, the existing guardrail posts shall not be raised to attain the new
mounting height. The existing rail elements and blocks shall be removed from the guardrail
post. The Contractor shall field drill new 3/4" diameter holes in the existing posts to
accommodate the 5/8" diameter button head bolts. When existing guardrail posts are
galvanized steel, the new drill holes shall be painted with two coats of galvanizing repair paint,
Formula A-9-73, meeting the requirements of Section 9-08.2. The Contractor shall then
reinstall the guardrail block and rail element at the new mounting height shown in the Plans,
PW 407_04 Part04 [Revised 5/27/04]
measured from the top of the rail to the finished shoulder surface. The new position of the top
of the block shall not be more than four inches above the top of the guardrail post.
The Contractor shall remove and replace any existing guardrail posts and blocks that are not
suited for re-use, as staked by the Engineer. The void caused by the removal of the post shall
be backfilled and compacted. The Contractor shall then furnish and install a new guardrail post
to provide the necessary mounting height.
8-11.4 Measurement
The first paragraph is revised to read:
Measurement of beam guardrail and beam guardrail with long posts will be by the linear foot
measured along the line of the completed guardrail, including expansion section, and will also
include the end section for F connections.
The last sentence of the last paragraph is revised to read:
This will include transition sections, expansion sections, anchors, and terminal sections, and
replacement of any hardware that is damaged or missing but is required to provide a complete
installation.
This section is supplemented with the following:
Measurement of beam guardrail post used for raising guardrail will be per each.
Measurement of beam guardrail blocks used for raising guardrail will be per each.
8-11.5 Payment
This section is supplemented with the following, to be inserted after "Beam Guardrail Type 1-_
Ft. Long Posf', per linear foot.:
"Beam Guardrail Type 31-_ Ft. Long Post", per linear foot.
The paragraph following 'Weathering St. Beam Guardrail Type _", per linear foot, is revised to
read:
The unit contract price per linear foot for "Beam Guardrail Type_", "Beam Guardrail Type
1-_ Ft. Long Posf', "Beam Guardrail Type 31-_ Ft. Long Post", or "Weathering St.
Beam Guardrail Type _" shall include all CRT posts, additional rail elements when nested
rail is required, and connection to concrete masonry structures.
This section is supplemented with the following, to be inserted after "Raising Existing Beam
Guardrail", per linear foot:
The unit contract price per linear foot for "Raising Existing Beam Guardrail", per linear foot
shall be full pay for raising existing posts, compacting existing material, field drilling existing
posts, raising guardrail and blocks, furnishing and installing new bolts, painting galvanized
steel posts with galvanizing paint, and replacing any hardware that is damaged or missing but
is required to provide a complete installation.
This section is supplemented with the following:
"Beam Guardrail Post", per each.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The unit contract price per each for "Beam Guardrail Posf' shall include furnishing and
installing the new post, removal and disposal of the existing post, and backfilling and
compacting the void created by the post removal.
"Beam Guardrail Block", per each.
The unit contract price per each for "Beam Guardrail Block" shall include furnishing and
installing the new block, and removal and disposal of the existing block.
SECTION 8-14, CEMENT CONCRETE SIDEWALKS
April 2, 2007
8-14.2 Materials
The second paragraph is deleted.
8-14.3 Construction Requirements
This section is supplemented with the following new paragraph:
The concrete in the sidewalks shall be air entrained concrete Class 3000 in accordance with
the requirements of Section 6-02.
8-14.5 Payment
In the paragraph following "Cement Cone. Sidewalk Ramp Type _", per each, the second
sentence is revised to read:
Otherwise, the Contractor shall make all excavations including haul and disposal, regardless
of the depth required for constructing the sidewalk to the lines and grades shown, and shall
include all costs thereof in the unit contract price per square yard for "Cement Conc.
Sidewalk.", "Cement Conc. Sidewalk with Raised Edge", "Monolithic Cement Conc. Curb and
Sidewalk", or "Cement Conc. Sidewalk Ramp Type _".
SECTION 8-16, CONCRETE SLOPE PROTECTION
August 7, 2006
8-16.2 Materials
The material "Concrete Class 3000" and referenced section "6-02" are revised to read:
Commercial Concrete
6-02.3(2)B
8-16.3(3} Poured in Place Cement Concrete
In the second paragraph, the words "Class 3000 cemenf' are revised to read "commercial".
SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
December 4, 2006
8-20.3(2) Excavating and Backfilling
The third paragraph is revised to read:
The excavations shall be backfilled in conformance with the requirements of Section 2-
09.3( 1 )E, Structure Excavation.
8-20.3(4} Foundations
The second paragraph is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation
beneath the existing ground line is formed or cased instead of being cast against the existing
soil forming the sides of the excavation, then all gaps between the existing soil and the
completed foundation shall be backfilled and compacted in accordance with Section 2-
09.3(1)E.
The thirteenth paragraph is revised to read:
Both forms and ground which will be in contact with the concrete shall be thoroughly
moistened before placing concrete; however, excess water in the foundation excavation will
not be permitted. Foundations shall have set at least 72 hours prior to the removal of the
forms. All forms shall be removed, except when the Plans or Special Provisions specifically
allow or require the forms or casing to remain.
8-20.3(9) Bonding, Grounding
The first, second, and ,fourth paragraphs are revised to read:
All metallic appurtenances containing electrical conductors (luminaires, light standards,
cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form
continuous systems, that shall be effectively grounded.
Where conduit is installed, the installation shall include an equipment ground conductor, in
addition to the conductors noted in the contract. Bonding jumpers and equipment grounding
conductors shall be installed in accordance with Section 9-29.3 and NEC. Where existing
conduits are used for the installation of new circuits, an equipment-grounding conductor shall
be installed unless an existing equipment ground conductor, which is appropriate for the
largest circuit, is already present in the existing raceway. The equipment ground conductor
between the isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG
stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the
equipment-grounding conductor shall be sized by the largest overcurrent device serving any
circuit contained within the conduit. :
Supplemental grounding shall be provided at light standards, signal standards, cantilevJr and
sign bridge structures. Steel sign posts which support signs with sign lighting or fla'shing
beacons shall also have supplemental grounding. The supplemental ground conductor shall
be connected to the foundation rebar (all rebar crossings shall be wire tied) by means of a
grounding connector listed for use in concrete, and lead up directly adjacent to a conduit
installed within the foundation. The free end of the conductor shall be terminated to the
ground terminal, with an approved clamp, within the pole. If no ground terminal is provided,
bond to standard or post. Three feet of slack shall be provided inside the standard. Where a
concrete and rebar foundation is not used the supplemental ground shall be a grounding
electrode placed in the hole next to the post prior to back fill. For light standards, signal
standards, cantilever and sign bridge structures the supplemental grounding conductor shall
be a non-insulated 4 AWG stranded copper conductor. For steel sign posts which support
signs with sign lighting or flashing beacons the supplemental grounding conductor shall be a
non-insulated 6 AWG stranded copper conductor.
8-20.3(14)E Signal Standards
The second paragraph is revised to read:
Signal standards shall not be erected on concrete foundations until the foundations have
attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms
may be erected after 72 hours. Type IV and V strain pole standards may be erected but the
messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or
14 days after concrete placement.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 8-21, PERMANENT SIGNING
January 3, 2006
8-21.3(9}F Bases
The second paragraph is revised to read:
The excavation and backfill shall be in conformance with the requirements of Section 2-
09.3(1)E.
The fifth paragraph is revised to read:
The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation
beneath the existing ground line is formed or cased instead of being cast against the existing
soil forming the sides of the excavation, then all gaps between the existing soil and the
completed foundation shall be backfilled and compacted in accordance with Section 2-
09.3(1 )E.
The fourteenth paragraph is revised to read:
Both forms and ground which will be in contact with the concrete shall be thoroughly
moistened before placing concrete; however, excess water in the foundation excavation will
not be permitted. Forms shall not be removed until the concrete has set at least three days.
All forms shall be removed, except when the Plans or Special Provisions specifically allow or
require the forms or casing to remain.
SECTION 8-22, PAVEMENT MARKING
April 2, 2007
8-22.1 Description
This section is revised to read:
This work consists of furnishing, installing, and removing pavement markings upon the
roadway surface in accordance with the Plans, Standard Plans, the FHWA publication
Standard Alphabet for Highway Signs and Pavement Markings and these Specifications, at
locations shown in the Contract or as ordered by the Engineer in accordance with Section 1-
04.4.
Pavement Markings may be either Longitudinal (long) Line Markings or Transverse Markings.
Longitudinal line markings are generally placed parallel and adjacent to the flow of traffic.
Transverse markings are generally placed perpendicular and across the flow of traffic. Word
and symbol markings are classified as transverse markings. Traffic letters used in word
messages shall be 8-feet high with the exception of the "R" in the railroad crossing symbol
which shall be as shown in the Standard Plans.
8-22.2 Materials
This section is revised to read:
Material for pavement marking shall be paint or plastic as noted in the bid item meeting the
requirements of Section 9-34. Glass beads for paint shall meet the requirements of Section 9-
34.4. Glass beads for plastic shall be as recommended by the material manufacturer.
8-22.3(2) Preparation of Roadway Surfaces
The following new sentence is inserted after the first sentence in the second paragraph:
PW 407_04 Part04 [Revised 5/27/04]
The temperature requirement may be superseded by the material manufacturers written
installation instructions.
The last sentence in the third paragraph is revised to read:
These cure periods may be reduced if the manufacturer performs a successful bond test and
approves the reduction of the pavement cure period.
8-22.3(3} Marking Application
This section is revised to read:
Marking colors
Lane line and right edge line shall be white in color. Center line and left edge line shall be
yellow in color. Transverse markings shall be white, except as otherwise noted in the
Standard Plans.
Line Patterns
Solid line - a continuous line without gaps.
Broken line - a line consisting of solid line segments separated by gaps.
Dotted line - a broken line with noticeably shorter line segments separated by noticeably
shorter gaps.
Line Surfaces
Flat Lines - Pavement marking lines with a flat surface.
Profiled Marking - A profiled pavement marking is a marking that consists of a base line
thickness and a profiled thickness which is a portion of the pavement marking line that is
applied at a greater thickness than the base line thickness. Profiles shall be applied using the
extruded method in the same application as the base line. The profiles may be slightly
rounded provided the minimum profile thickness is provided for the length of the profile. See
the Standard Plans for the construction details.
Embossed Plastic Line - Embossed plastic lines consist of a flat line with transverse grooves.
An embossed plastic line may also have profiles. See the Standard Plans for the construction
details.
Line Applications
Surface line - a line applied directly to the pavement surface.
Grooved Line - A line constructed by grinding or saw cutting a groove into the pavement
surface and spraying, extruding or gluing pavement marking material into the groove. The
groove depth is dependent upon the material used, the pavement surface and location. See
the project Plans and Special Provisions.
Two applications of paint will be required to complete all paint markings. The second
application of paint shall be squarely on top of the first pass. The time period between paint
applications will vary depending on the type of pavement and paint (low VOC waterborne, high
VOC solvent, or low VOC solvent) as follows:
Pavement Type Paint Type Time Period
Bituminous Surface Low vac Waterborne 4 hours min.,
Treatment 48 hours
max.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Hot Mix Asphalt Pavement Low vac Waterborne 4 hours min.,
30 days max.
Cement Concrete Low vac Waterborne 4 hours min.,
Pavement 30 days max'
Bituminous Surface High and Low vac Solvent 40 min. min.,
Treatment 48 hrs. max.
Hot Mix Asphalt Pavement High and Low vac Solvent 40 min. min.,
30 days max.
Cement Concrete High and Low vac Solvent 40 min. min.,
Pavement 30 days max.
Centerlines on two lane highways with broken line patterns, paint or plastic, shall be applied in
the increasing mile post direction so they are in cycle with existing broken line patterns at the
beginning of the project. Broken line patterns applied to multi-lane or divided roadways shall
be applied in cycle in the direction of travel.
Where paint is applied on centerline on two-way roads with bituminous surface treatment or
centerline rumble strips, the second paint application shall be applied in the opposite
(decreasing mile post) direction as the first application (increasing mile post) direction. This
will require minor broken line pattern corrections for curves on the second application.
Application Thickness
Pavement markings shall be applied at the following base line thickness measured above the
pavement surface or above the groove bottom for grooved markings in thousandths of an inch
(mils):
Marking Material Application HMA PCC BST
Paint-first coat spray 10 10 10
Paint- second coat spray 15 15 15
Type A - flat/transverse & symbols extruded 125 125 125
Type A - flat/long fine & symbols spray 90 90 120
Type A - with profiles extruded 90 90 120
Type A - embossed extruded 160 160 160
Type A - embossed with profiles extruded 160 160 160
Type A - grooved/flat/long fine extruded 230 230 230
Type B - flat/transverse & symbols heat 125 125 125
fused
Type C-2 - flat/transverse & symbols adhesive 90 90 NA
Type C-1 & 2 - flat/long line adhesive 60 60 NA
Type C-1 - grooved/flat/long line adhesive 60 60 NA
Type 0 - flat/transverse & symbols spray 120 120 120
Type 0 - flat/transverse & symbols extruded 120 120 120
Type 0 - flat/long line spray 90 90 120
Type 0 - flat/long line extruded 90 90 120
Type 0 - profiled/long line extruded 90 90 120
Type 0 - grooved/flat/long fine extruded 230 230 230
Liquid pavement marking material yield per gallon depending on thickness shall not exceed
the following:
Mils thickness
Feet of 4" line/gallon
Square feet/gallon
PW 407_04 Part04 [Revised 5/27/04]
10 483 161
15 322 108
30 161 54
40 125 42
45 107 36
60 81 27
90 54 18
90 with profiles 30 10
120 40 13
120 with profiles 26 9
230 21 7
Solid pavement marking material (Type A) yield per 50 pound bag shall not exceed the
following:
Mils thickness Feet of 4" line/50# bag Square feet/50# bag
30 - flat 358 120
45 - flat 240 80
60 - flat 179 60
90 - flat 120 40
90 - flat with profiles 67 23
120 - flat 90 30
120 - flat With profiles 58 20
125 - embossed 86 29
125 - embossed with 58 20
profiles
230- flat grooved 47 15
All grooved plastic lines shall be applied into a groove cut or ground into the pavement. For
Type A or D material the groove shall be cut or ground with equipment to produce a smooth
square groove 4-inches wide. For Type C-1 material the groove shall be cut with equipment to
produce a smooth bottom square groove with a width in accordance with the material
manufacturer's recommendation. The groove depth for Type C-1 material shall be 100 mils,
plus or minus 10 mils. The groove depth for Type A or D material shall be as shown in the
Plans. After grinding, clean the groove by a method approved by Engineer. Immediately
before placing the marking material clean the groove with high pressure air.
Section 8-22.3 is supplemented with the following new sub-section.
8-22.3(3)A Glass beads
Top dress glass beads shall be applied to all spray and extruded pavement marking material.
Glass beads shall be applied by a bead dispenser immediately following the pavement
marking material application. Glass bead dispensers shall apply the glass beads in a manner
such that the beads appear uniform on the entire pavement marking surface with 50 to 60%
embedment. Hand casting of beads will not be allowed.
Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 7
pounds per gallon of paint. For plastic pavement markings, glass beads shall be applied at
the rate recommended by the marking material manufacturer.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
When two or more spray applications are required to meet thickness requirements for Type A
and Type D materials, top dressing with glass beads is only allowed on the last application.
The cure period between successive applications shall be in accordance with the
manufacturer's recommendations. Any loose beads, dirt or other debris shall be swept or
blown off the line prior to application of each successive application. Successive applications
shall be applied squarely on top of the preceding application.
8-22.3(5} Installation Instructions
This section including title is revised to read:
8-22.3(5} Plastic Installation Instructions
Installation instructions for plastic markings shall be provided for the Engineer. All materials
including glass beads shall be installed according to the manufacturer's recommendations. A
manufacturer's technical representative shall be present at the initial installation of plastic
material to approve the installation procedure or the material manufacturer shall certify that the
Contractor will install the plastic material in accordance with their recommended procedure.
8-22.4 Measurement
This section is revised to read:
Center line, center line with no pass line, double center line, double lane line, edge line, solid
lane line, dotted extension line, lane line, reversible lane line, and two-way left turn center line
will be measured by the completed linear foot as "Paint Line", "Plastic Line", "Embossed
Plastic Line", "Profiled Plastic Line", "Profiled Embossed Plastic Line", "Inlaid Plastic Line" or
"Grooved Plastic Line".
The measurement for "Paint Line" will be based on a marking system capable of simultaneous
application of three 4-inch lines with two 4-inch spaces. No deduction will be made for the
unmarked area when the marking includes a broken line such as center line, dotted extension
line, center line with no-pass line, lane line, reversible lane line, or two-way left turn center line.
No additional measurement will be made when more than one line can be installed on a single
pass such as center line with no-pass line, double center line, double lane line, reversible lane
line, or two-way left turn center line.
The measurement for "Plastic Line", "Embossed Plastic Line", "Profiled Plastic Line", "Profiled
Embossed Plastic Line", "Inlaid Plastic Line" or "Grooved Plastic Line" will be based on the
total length of each 4-inch wide plastic line installed. No deduction will be made for the
unmarked area when the marking includes a broken line such as, center line, dotted extension
line, center line with no-pass line, lane line, reversible lane line, or two-way left turn center line.
The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic
Wide Lane Line", "Painted Wide Line", "Plastic Wide Line", "Painted Barrier Center Line",
"Plastic Barrier Center Line", "Painted Stop Line", or "Plastic Stop Line", will be based on the
total length of each painted, plastic or profiled plastic line installed. No deduction will be
made for the unmarked area when the marking includes a broken line such as, wide broken
lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line
will be based on the total length of each wide lane line installed.
No additional measurement for payment will be made for the required second application of
paint. No additional measurement for payment will be made for additional applications
required to meet thickness requirements for plastic markings.
Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking stalls
are constructed of painted or plastic 4 inch or 8 inch lines in the color and pattern shown in the
Standard Plans. These lines will be measured as "Painted Line", "Plastic Line", "Painted Wide
PW 407_04 Part04 [Revised 5/27/04]
Line" or "Plastic Wide Line" by the linear foot of line installed. Crosswalk line will be measured
by the square foot of marking installed.
Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing
symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers,
yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each.
Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of
arrow heads.
Removal of lines, 4-inches, 8-inches, 18 inches and 20-inches in width will be measured by
the linear foot, with no deduction being made for the unmarked area when the marking
includes a gap.
Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol,
railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and
1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be measured
per each. Removal of crosswalk lines will be measured by the square foot of lines removed.
8-22.5 Payment
This section is revised to read:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items
that are included in the proposal:
"Paint Line", per linear foot.
"Plastic Line", per linear foot.
"Embossed Plastic Line", per linear foot.
"Profiled Plastic Line", per linear foot.
"Profiled Embossed Plastic Line", per linear foot.
"Inlaid Plastic Line", per linear foot.
"Grooved Plastic Line", per lineal foot.
"Painted Wide Lane Line", per linear foot.
"Plastic Wide Lane Line", per linear foot.
"Profiled Plastic Wide Lane Line", per linear foot.
"Painted Wide Line", per linear foot.
"Plastic Wide Line", per linear foot.
"Painted Barrier Center Line", per linear foot.
"Plastic Barrier Center Line", per linear foot.
"Painted Stop Line", per linear foot.
"Plastic Stop Line", per linear foot.
"Painted Crosswalk Line", per square foot.
"Plastic Crosswalk Line", per square foot.
"Painted Traffic Arrow", per each.
"Plastic Traffic Arrow", per each.
"Painted Traffic Letter", per each.
"Plastic Traffic Letter", per each.
"Painted Access Parking Space Symbol", per each.
"Plastic Access Parking Space Symbol", per each.
"Painted Railroad Crossing Symbol", per each.
"Plastic Railroad Crossing Symbol", per each.
"Painted Bicycle Lane Symbol", per each.
"Plastic Bicycle Lane Symbol", per each.
"Painted Drainage Marking", per each.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"Plastic Drainage Marking", per each.
"Painted Aerial Surveillance Full Marker", per each.
"Plastic Aerial Surveillance Full Marker", per each.
"Painted Aerial Surveillance Ih Marker", per each.
"Plastic Aerial Surveillance 1/2 Marker", per each.
"Painted Access Parking Space Symbol with Background", per each.
"Plastic Access Parking Space Symbol with Background", per each.
"Painted HOV Lane Symbol", per each.
"Plastic HOV Lane Symbol", per each.
"Painted Yield Line Symbol", per each.
"Plastic Yield Line Symbol", per each.
"Painted Yield Ahead Symbol", per each.
"Plastic Yield Ahead Symbol", per each.
"Painted Speed Bump Symbol", per each.
"Plastic Speed Bump Symbol", per each.
"Removing Paint Line", per linear foot.
"Removing Plastic Line", per linear foot.
"Removing Painted Crosswalk Line", per square foot.
"Removing Plastic Crosswalk Line", per square foot.
"Removing Painted Traffic Marking", per each.
"Removing Plastic Traffic Marking", per each.
PW 407_04 Part04 [Revised 5/27/04]
SECTION 9-00, DEFINITIONS AND TESTS
January 3,2006
9-00.8 Sand Equivalent
The second paragraph is revised to read:
For acceptance, there must be a clear line of demarcation. If no clear line of demarcation has
formed at the end of a 30 minute sedimentation period, the material will be considered as
failing to meet the minimum specified sand equivalent.
SECTION 9-01, PORTLAND CEMENT
April 2, 2007
9-01.2(1} Portland Cement
The second sentence in the first paragraph is revised to read:
The total amount of processing additions used shall not exceed 1 % of the weight of portland
cement clinker and up to 3.0% cement kiln dust by mass of the cement as long as it complies
with the requirements of ASTM C-465.
9-01.2(4} Blended Hydraulic Cement
The first paragraph is revised to read:
Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM) (MS)
cement conforming to AASHTO M 240, except that the content of alkalis shall not exceed 0.75
percent by weight calculated as N~O plus 0.658 1<20 and except that the content of Tricalcium
aluminate (CaA) shall not exceed 8 percent by weight calculated as 2.650A120a minus
1.692Fe20a, and meet the following additional requirements:
SECTION 9-02, BITUMINOUS MATERIALS
January 3, 2006
9-02.1(4) Asphalt Binders
This section including title is revised to read:
9-02.1 (4) Performance Graded Asphalt Binder (PGAB)
PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the
contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of
M 320 is not a specification requirement.
9-02.1(4}A Performance Graded Asphalt Binder
This section including title is revised to read:
9-02.1(4)A Quality Control Plan
The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with
WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded
Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State
Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The
Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the
specification requirements of the contract.
9-02.1 (6}A Polymerized Cationic Emulsified Asphalt CRS-2P
This section is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer shall be
milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt
CRS-2P shall meet the following specifications:
AASHTO Test Specifications
Method Minimum Maximum
Viscosity @122QF, SFS T59 100 400
Storage Stability 1 day % T59 --- 1
Demulsibility 35 ml. 0.8% Dioctyl T59 40 ---
Sodium Sulfosuccinate
Particle Charge T59 positive ---
Sieve Test % T59 --- 0.30
Distillation
Oil distillate by vol. of emulsion % T 59note 1 0 3
Residue T 59 note 1 65 ---
Test on the Residue From Distillation
Penetration @772F T49 100 250
!Torsional Recovery % note 2 18 ---
or
IT oughness/T enacity in-Ibs note 3 50/25 ---
note IDistillation modified to use 300 grams of emulsion heated to 350oF:!: 90F and
maintained for 20 minutes.
note2The Torsional Recovery test shall be conducted according to the California
Department of Transportation Test Method No. 332. The residue material for this test
shall come from California Department of Transportation Test Method No. 331.
note 3Benson method of tou~ess and tenacity; Scott tester, inch-pounds at 770F, 20 in. per
minute pull. Tension head 18 in. diameter.
At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of
Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity
method is used for acceptance the supplier must supply all test data verifying specification
conformance.
SECTION 9-03, AGGREGATES
April 2, 2007
9-03.1 (4}A Deleterious Substances
The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61".
9-03.4(2) Grading and Quality
The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61".
PW 407_04 Part04 [Revised 5/27/04]
9-03.8(2} HMA Test Requirements
In the first paragraph, item 2. and the associated graph are revised to read:
2. The fracture requirements for the combined coarse aggregate shall apply to the material
retained on the U.S. No.4 sieve and above, when tested in accordance with FOP for
AASHTO TP 61.
ESAL's # Fractured % Fracture
(millions) Faces
< 10 1 or more 90
::: 10 2 or more 90
9-03.9(3} Crushed Surfacing
The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61".
9-03.20 Test Methods for Aggregates
The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to
"AASHTO TP 61".
SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
April 2, 2007
9-05.1 (1) Concrete Drain Pipe
This section is revised to read:
Concrete drain pipe shall meet the requirements of ASTM C 118, heavy duty drainage pipe.
!
9-05.1 (6) Corrugated Polyethylene Drainage Tubing Drain Pipe
This section including title is revised to read:
9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch)
Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type C
(corrugated both inside and outside) or type S (corrugated outer wall and smooth inner liner).
The maximum size pipe shall be 10 inches in diameter.
9-05.2(3) Perforated Bituminized Fiber Underdrain Pipe
This section including title is revised to read:
9-05.2(3) Vacant
9-05.1 (7) Corrugated Polyethylene Drain Pipe
This section including title is revised to read:
9-05. 1 (7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch)
Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall meet
the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch diameter
maximum shall meet the minimum requirements of AASHTO M 294 Type C.
9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe
This section including title is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10-inch)
Perforated corrugated polyethylene underdrain pipe shall meet the requirements of AASHTO
M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type
SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2
perforations shall be uniformly spaced along the length and circumference of the pipe. The
maximum size pipe shall be 10-inch diameter.
9-05.2(8} Perforated Corrugated Polyethylene Underdrain Pipe
This section including title is revised to read:
9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch through
60-inch)
Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter
maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP
shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either
Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced
along the length and circumference of the pipe.
9-05.3(1}A End Design and Joints
The second paragraph is revised to read:
The plane of the ends of the pipes shall be perpendicular to their longitudinal axes.
9-05.4(3} Protective Treatment
In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5).
9-05.12(1} Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid
Wall PVC Sanitary Sewer Pipe
The first paragraph is revised to read:
Solid wall PVC culvert pipe, solid wall PVC storm sewer pipe, and solid wall PVC sanitary
sewer pipe and fittings shall be solid wall construction and shall conform to the following
requirements:
For pipe sizes up to 15 inches: ASTM 0 3034 SDR 35
For pipe sizes from 18 to 48 inches: ASTM F 679 using a minimum pipe stiffness of 115 psi in
accordance with Table 1.
9-05.12(2} Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and
Profile Wall PVC Sanitary Sewer Pipe
The first paragraph is revised to read:
Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the
requirements of ASTM F 794 Series 46, or ASTM F 1803. Profile wall PVC sanitary sewer
pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. The maximum
pipe diameter shall be as specified in the Qualified Products List.
The fifth paragraph is revised to read:
Fittings for profile wall PVC pipe shall meet the requirements of ASTM F 794 Series 46, or
ASTM F 1803.
9-05.15 Metal Castings
This section is revised to read:
PW 407_04 Part04 [RevIsed 5/27/04]
For all metal castings the producing foundry shall provide certification stating the country of
origin, the material meets the required ASTM or AASHTO specification noted in the
subsections below. The producing foundry shall detail all test results from physical testing to
determine compliance to the specifications. The test reports shall include physical properties
of the material from each heat and shall include tensile, yield, and elongation as specified in
the appropriate ASTM or AASHTO specification. For AASHTO M 306, Section 8, Certification
is deleted and replaced with the above certification and testing requirements.
Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or
repaired. Porosity in metal castings for drainage structures shall be considered a
workmanship defect subject to rejection by the Engineer. Metal castings made from gray iron
or ductile iron shall conform to the requirements of AASHTO M 306, and metal castings made
from cast steel shall conform to the requirements of Section 9-06.8. All metal castings shall
meet the proof load testing requirements of AASHTO M 306.
9-05.15(1} Manhole Ring and Cover
This section is revised to read:
Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron.
All covers shall be interchangeable within the dimensions shown in the Standard Plans. All
mating surfaces shall be machine finished to ensure a non rocking fit.
The inside vertical recessed face of the ring and the vertical outside edge of the cover shall be
machined or manufactured to the following tolerances: !
Ring
Cover
+3/32 inch to -3/32 inch
+3/32 inch to -3/32 inch
i
All manhole rings and covers shall be identified by the name or symbol of the producing
foundry and country of casting origin. This identification shall be in a plainly visible location
when the ring and cover are installed. Ductile iron shall be identified by the following, "DUC"
or "DI." The producing foundry and material identification shall be adjacent to each other and
shall be minimum Y2 inch to maximum 1 inch high letters, recessed to be flush with the
adjacent surfaces.
9-05.15(2} Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets!
The first and second paragraphs are revised to read:
Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile
iron, and as shown in the Standard Plans.
Castings for grates and solid metal covers for catch basins and inlets shall be cast steel or
ductile iron and as shown in the Standard Plans. Additionally, leveling pads are allowed on
grates and solid metal covers with a height not to exceed 1/8 inch. The producing foundry's
name and material designation shall be embossed on the top of the grate. The material shall
be identified by the following: "CS" for cast steel or "DUC" or "DI" for ductile iron and shall be
located near the producing foundry's name.
9-05.15(3} Cast Metal Inlets
The first sentence is revised to read:
The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the
Standard Plans.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9-05.19 Corrugated Polyethylene Culvert .Pipe
The first paragraph is revised to read:
Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S
or 0 for pipe 12-inch to 60-inch diameter with silt-tight joints.
SECTION 9-06, STRUCTURAL STEEL AND RELATED MA TERJALS
December 4, 2006
9-06.5(4) Anchor Bolts
The first and second paragraphs are revised to read:
Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified,
shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4.
Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, Grade
o or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to AASHTO M
291, Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3). Nuts
for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to AASHTO
M 291, Grade A. Washers shall conform to ASTM F 436.
9-06.9 Gray Iron Castings
The AASHTO requirement is revised to read "AASHTO M 306".
SECTION 9-07, REINFORCING STEEL
December 4, 2006
9-07.2 Deformed Steel Bars
The first sentence in the first paragraph is revised to read:
Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade
60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast-in-place
components of bridge structures (excluding sidewalks and barriers but including shafts and
concrete piles), and for precast substructure cbl'Tfpbnents of bridge structures, shall conform to
ASTM A 706 only.
SECTION 9-08, PAINTS
April 2, 2007
9-08.2 Paint Formulation - General
In Formula C-11-99 - Top Coat Single Component, Moisture Cured Polyurethane, the federal
standard for Color is revised to read:
Color: Match Federal Standard 5958
SECTION 9-09, TIMBER AND LUMBER
August 7,2006
9-09.2(3} Inspection
This section is revised to read:
Timber and lumber requiring a grade stamp shall be marked with a certified lumber grade
stamp provided by one of the following agencies:
PW 407_04 Part04 [Revised 5/27/04]
West Coast Lumber Inspection Bureau (WCLIB)
Western Wood Products Association (WWP A)
Pacific Lumber Inspection Bureau (PLIB)
Any lumber grading bureau certified by the American Lumber Standards Committee
Timber and Lumber requiring a grading certificate shall have a certificate that was issued by
either the grading bureau whose stamp is shown on the material, or by the lumber mill, which
must be under the supervision of one of the grading bureaus listed above. The certificate shall
include the following:
Name of the mill performing the grading
The grading rules being used
Name of the person doing the grading with current certification
Signature of a responsible mill official
Date the lumber was graded at the mill
Grade, dimensions, and quantity of the timber or lumber
For Structures:
All material delivered to the project shall bear a grade stamp and have a grading certificate.
The grade stamp and grading certificate shall not constitute final acceptance of the material.
The Engineer may reject any or all of the timber or lumber that does not comply with the
specifications or has been damaged during shipping or upon delivery.
For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox
Posts:
Material delivered to the project shall either bear a grade stamp on each piece or have a
grading certificate. The grade stamp or grading certificate shall not constitute final acceptance
of the material. The Engineer may reject any or all of the timber or lumber that does not
comply with the specifications or has been damaged during shipping or upon delivery.
9-09.3(1) General Requirements
The last sentence in the first paragraph is revised to read:
Unless otherwise specified in the contract, all timber and lumber shall be treated in
accordance with Sections U1 and T1 of the latest edition of the AWPA standards. I
SECTION 9-10, PILING
December 4, 2006
9-10.2(2} Reinforcement
This section is revised to read:
Reinforcement shall meet the requirements of Section 9-07.
SECTION 9-12, MASONRY UNITS
AUQust7,2006
9-12.7 Precast Concrete Drywells
The third sentence is revised to read:
Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square
inches for round openings and 15 square inches for rectangular openings.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK
WALLS
April 2, 2007
9-13 Riprap, Quarry Spa lis, Slope Protection, And Rock Walls
The requirements for Quality following the first paragraph are revised to read:
Aggregate Property
Degradation Factor
Los Angeles Wear, 500 Rev.
Specific Gravity
T est method
WSDOTT 113
AASHTO T 96
AASHTO T 85
Requirement
15 minimum
50% maximum
2.55 minimum
9-13.5(2} Poured Portland Cement Concrete Slope Protection
The first paragraph is revised to read:
Cement concrete for poured concrete slope protection shall be commercial concrete in
conformance with Section 6-02.3(2)8.
SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
April 2, 2007
9-14.2 Seed
This section is revised to read:
Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for
"Certified" grade seed or better as outlined by the State of Washington Department of
Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard
containers on which shall be shown the following information:
(1) Common and botanical names of seed,
(2) Lot number,
(3) Net weight,
(4) Pure live seed
All seed installers and vendors must have a business license issued by the Washington State
Department of Licensing with a "seed dealer" endorsement. Upon request, the contractor shall
furnish the Engineer with copies of the applicable licenses and endorsements.
Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement
signed by the vendor certifying that each lot of seed has been tested by a recognized seed
testing laboratory within six months before the date of delivery on the project. Seed which has
become wet, moldy, or otherwise damaged in transit or storage will not be accepted.
9-14.4(1} Straw
This section is revised to read:
All straw material shall be in an air dried condition free of noxious weeds and other materials
detrimental to plant life. Straw mulch so provided shall be suitable for spreading with mulch
blower equipment.
9-14.4(3) Bark or Wood Chips
This section is supplemented with the following:
Sawdust shall not be used as mulch.
PW 407_04 Part04 [Revised 5/27/04]
9-14.4(4) Sawdust
This section including title is revised to read:
9-14.4(4} Vacant
9-14.4(8} Compost
This section is revised to read:
Compost products shall be the result of the biological degradation and transformation of plant-
derived materials under controlled conditions designed to promote aerobic decomposition.
Compost shall be stable with regard to oxygen consumption and carbon dioxide generation.
Compost shall be mature with regard to its suitability for serving as a soil amendment or an
erosion control BMP as defined below. The compost shall have a moisture content that has no
visible free water or dust produced when handling the material.
Compost production and quality shall comply with Chapter 173-350 WAC.
Compost products shall meet the following physical criteria:
1. Compost material shall be tested in accordance with Testing Methods for the
Examination of Compost and Compo sting (TMECC) Test Method 02.02-B, "Sa:mple
Sieving for Aggregate Size Classification". I
,
Fine Compost shall meet the following:
Min. Max.
Percent passing 2" 100%
Percent passing 1" 99% 1 00%
Percent passing 5/8" 90% 100%
Percent passing W' 75% 100%
Maximum particle length of 6 inches
Coarse Compost shall meet the following:
Min. Max.
Percent passing 3" 100%
Percent passing 1" 90% 1 00%
Percent passing W' 70% 100%
Percent passing ~" 40% 60%
Maximum particle length of 6 inches
2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-
A, "1:5 Slurry pH".
3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than
1.0 percent by weight as determined by TMECC 03.08-A "percent dry weight basis".
4. Minimum organic matter shall be 40 percent dry weight basis as determined by
TMECC 05.07A, "Loss-On-Ignition Organic Matter Method".
5. Soluble salt contents shall be less than 4.0mmhos/cm tested in accordance with
TMECC 04.1 O-A, "1:5 Slurry Method, Mass Basis".
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A,
"Germination and Vigor".
7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide
Evolution Rate"
8. The compost product must originate a minimum of 65 percent by volume from
recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
maximum of35 percent by volume of other approved organic waste and/or biosolids
may be substituted for recycled plant waste. The supplier shall provide written
verification of feedstock sources
9. The Engineer may also evaluate compost for maturity using the Solvita Compost
Maturity Test. Fine Compost shall score a number 6 or above on the Solvita Compost
Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost
Maturity Test.
The compost supplier will test all compost products within 90 calendar days prior to
application. Samples will be taken using the Seal of Testing Assurance (STA) sample collection
protocol. (The sample collection protocol can be obtained from the U.S. Composting Council,
4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741
Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an
independent ST A Program approved lab. The compost supplier will pay for the test. A copy of
the approved independent ST A Program laboratory test report shall be submitted to the
Contracting Agency prior to initial application of the compost. Seven days prior to application,
the Contractor shall submit a sample of each type compost to be used on the project to the
Engineer.
Compost not conforming to the above requirements or taken from a source other than those
tested and accepted shall be immediately removed from the project and replaced at no cost to
the Contracting Agency.
The Contractor shall either select a compost supplier from the Qualified Products List, or
submit the following information to the Engineer for approval:
1. A Request for Approval of Material Source.
2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional
Health Department as per WAC 173-350 (Minimum Functional Standards for Solid
Waste Handling).
3. The supplier shall verify in writing, and provide lab analyses that the material
complies with the processes, testing, and standards specified in WAC 173-350 and
these specifications. An independent ST A Program certified laboratory shall perform
the analysis.
4. A list of the feedstock by percentage present in the final compost product.
5. A copy of the producer's Seal of Testing Assurance certification as issued by the U.S.
Compo sting Council.
PW 407_04 Part04 [Revised 5/27/04]
Acceptance will be based upon a satisfactory Test Report from an independent STA program
certified laboratory and the sample(s) submitted to the Engineer.
9-14.5(2) Erosion Control Blanket
Footnote 1 is revised to read:
1UV stability shall be 80% strength retained min., after 500 hours in a xenon arc device as per
ASTM D4355.
9-14.5(5} Wattles
This section is revised to read:
Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost,
or wood shavings encased within biodegradable or photodegradable netting. Wattles shall be
at least 5 inches in diameter, unless otherwise specified. Encasing material shall be clean,
evenly woven, and free of encrusted concrete or other contaminating materials such as
preservatives. Encasing material shall be free from cuts, tears, or weak places and shall have
a lifespan greater than 6 months.
Compost filler shall meet the material requirements as specified in Section 9-14.4(8), and shall
be Coarse Compost.
9-14.5(6) Compost Sock
This section is revised to read:
Biodegradable fabric for compost sock and compost wattle shall be clean, evenly woven, and
free of encrusted concrete or other contaminating materials and shall be free from cuts, tears,
broken or missing yarns and thin, open, or weak places. Fabric for compost sock shall consist
of extra heavy weight biodegradable fiber which has not been treated with any type of
preservative. Compost for compost socks shall meet the material requirements as specified in
Section 9-14.4(8), and shall be Coarse Compost
Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or pine
species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length,
unless otherwise indicated in the Plans.
Section 9-14.5 is supplemented with the following new section.
9-14.5(7) Coir Log
Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted within an
outer netting. Log segments shall have a maximum length of 20 feet, with a minimum diameter as
shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater.
Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine with
minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 inch
openings.
Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a notch to
secure the rope ties. Rope ties shall be one-quarter inch diameter commercially available hemp
rope.
9-14.6(1} Description
This section is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Bareroot plants are grown in the ground and harvested without soil or growing medium around
their roots.
Container plants are grown in pots or flats that prevent root growth beyond the sides and
bottom of the container.
Balled and burlapped plants are grown in the ground and harvested with soil around a core of
undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or
other supportive structure.
Cuttings are live plant material without a previously developed root system. Source plants for
cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp
instrument. Written permission shall be obtained from property owners and provided to the
Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with
applicable sensitive area ordinances. For cuttings, the requirement to be nursery grown or
held in nursery conditions does not apply. Cuttings include the following forms:
A. Live branch cuttings shall have flexible top growth with terminal buds and may have
side branches. The rooting end shall be cut at an approximate 45 degree angle.
B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower,
rooting end shall be cut at an approximate 45degree angle. Live stakes are cut from
one to two year old wood. Live stake cuttings shall be cut and installed with the bark
intact with no branches or stems attached, and be 'l'2 to 1 'l'2 inch in diameter.
C. Live pole cuttings shall have a minimum 2inch diameter and no more than three
branches which shall be pruned back to the first bud from the main stem.
D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and
becoming erect at the apex. Rhizomes shall have a minimum of two growth points.
E. Tubers shall be a thickened and short subterranean branch having numerous buds or
eyes.
9-14.6(2} Quality
This section is revised to read:
All plant material furnished shall meet the grades established by the latest edition of the
American Standard for Nursery Stock, (ASNS) ANSI 260.1 shall conform to the size and
acceptable conditions as listed in the contract, and shall be free of all foreign plant material.
All plant material shall comply with State and Federal laws with respect to inspection for plant
diseases and insect infestation.
All plant material shall be purchased from a nursery licensed to sell plants in Washington
State.
Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be
vigorous, well formed, with well developed fibrous root systems, free from dead branches, and
from damage caused by an absence or an excess of heat or moisture, insects, disease,
mechanical or other causes detrimental to good plant development. Evergreen plants shall be
well foliated and of good color. Deciduous trees that have solitary leaders shall have only the
lateral branches thinned by pruning. All conifer trees shall have only one leader (growing
apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or
missing leader, multiple leaders, or V-crotches shall be rejected.
PW 407_04 Part04 [Revised 5/27/04]
Root balls of plant materials shall be solidly held together by a fibrous root system and shall be
composed only of the soil in which the plant has been actually growing. Balled and burlapped
rootballs shall be securely wrapped with jute burlap or other packing material not injurious to
the plant life. Root balls shall be free of weed or foreign plant growth.
Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings,
gathered from native stands shall be held under nursery conditions for a minimum of one full
growing season, shall be free of all foreign plant material, and meet all of the requirements of
these Specifications, the Plans, and the Special Provisions.
Container grown plants must be plants transplanted into a container and grown in that
container sufficiently long for new fibrous roots to have developed so that the root mass will
retain its shape and hold together when removed from the container, without having roots that
circle the pot. Plant material which is root bound, as determined by the Engineer, shall be
rejected. Container plants shall be free of weed or foreign plant growth.
Container sizes for plant material of a larger grade than provided for in the container grown
specifications of the ASNS shall be determined by the volume of the root ball specified in the
ASNS for the same size plant material.
All bare root plant materials shall have a heavy fibrous root system and must be dormant at
the time of planting.
Average height to spread proportions and branching shall be in accordance with the applicable
sections, illustrations, and accompanying notes of the ASNS.
Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and
symmetrical branching, central leader, and be developed, grown, and propagated with a full
branching crown. A "Street Tree Grade" designation requires the highest grade of nursery
shade or ornamental tree production which shall be supplied.
Trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be
rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown
(top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and
delivered in a nursery fabric bag will not be accepted. '
Plants, which have been determined by the Engineer to have suffered damage as the result of
girdling of the roots, stem, or a major branch; have deformities of the stem or major branches;
have a lack of symmetry; have dead or defoliated tops or branches; or have any defect, injury,
or condition which renders the plant unsuitable for its intended use, shall be rejected.
Plants that are grafted shall have roots of the same genus as the specified plant.
9-14.6(3) Handling and Shipping
The last sentence in the sixth paragraph is deleted.
9-14.6(6) Substitution of Plants
The second paragraph is revised to read:
Container or balled and burlapped plant material may be substituted for bare root plant
material. Container grown plant material may be substituted for balled and burlapped plant
materials. When substitution is allowed, use current ASNS standards to determine the correct
rootball volume (container or balled and burlapped) of the substituted material that
corresponds to that of the specified material. These substitutions shall be approved by the
Engineer and be at no cost to the Contracting Agency.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9-14.6(7} Temporary Storage
The third paragraph is revised to read:
Cuttings shall continually be shaded and protected from wind. Cuttings must be protected from
drying at all times and shall be heeled into moist soil or other insulating material or placed in
water if not installed within 8 hours of cutting.Cuttings to be stored for later installation shall be
bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed
in cold storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within
24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when
the temperature is higher than 500F shall not be stored for later use. Cuttings that already
have developed roots shall not be used.
The fourth paragraph is deleted.
SECTION 9-15, IRRIGATION SYSTEM
August 7, 2006
9-15.1 Pipe, Tubing, and Fittings
The second paragraph is revised to read:
Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM
B 88, and shall be a minimum of Type L rating.
SECTION 9-16, FENCE AND GUARDRAIL
April 3, 2006
9-16.1 (1}A Post Material for Chain Link Fence
The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM F1043".
Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised to
"ASTM F1043".
SECTION 9-22, MONUMENT CASES
August 7, 2006
9-22.1 Monument Cases, Covers, and Risers
The AASHTO requirement is revised to read "AASHTO M 306".
SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
April 2, 2007
9-23.6 Admixture for Concrete
The footnote for Accelerating Admixture is revised to read:
*
Accelerating admixtures are only allowed for use in the following applications: In
Controlled Density Fill (also known as Controlled Low Strength Material) in accordance
with Section 2-09.3(1)E Backfilling, in Portland Cement Concrete Pavement in
accordance with Section 5-05, and in Section 5-05.3(1) Concrete Mix Designs for Paving.
PW 407_04 Part04 [Revised 5/27/04]
SECTION 9-28, SIGNING MATERIALS AND FABRICATION
August 7, 2006
9-28.14(1} Timber Sign Posts
The last sentence is revised to read:
Preservative and retention shall be as shown in Section 9-16.2 for sawn posts.
SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
December 4, 2006
9-29.2 Junction Boxes
Section 9-29.2 including title is revised to read:
9-29.2 Junction Boxes, Cable Vaults and Pull Boxes
9-29.2(1) Standard Junction Box
This section including title is revised to read:
9-29.2(1) Standard Duty and Heavy Duty Junction Boxes
For the purposes of this specification concrete is defined as Portland Cement Concrete and
non-concrete is all others. i
I
Standard Duty Junction Boxes are defined as Type 1,2, 7 and 8, and Heavy Duty Junction
Boxes are defined as Type 4,5, and 6.
The contractor shall provide shop drawings if their manufacturing process or standard
production model includes any deviation from the Standard Plan. For each type of
junction box, or whenever there is a design change to the junction box, a proof test, as
defined in this specification, shall be performed once in the presence of the Engineer.
This section is supplemented with the following new subsections:
9-29.2(1)A Standard Duty Junction Boxes
All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be
tested in accordance with 9-29.2(1 )C. A complete Type 7 or Type 8 Junction Box includes the
spread footing shown in the Standard Plans.
Concrete Junction Boxes
The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted
with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc
primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM
AlII.
Concrete used in Standard Duty Junction Boxes shall have a minimum compressive
strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when
reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to
the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3
inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached
to the studs and frame with standard tie practices. The box shall contain ten studs located
near the centerline of the frame and box wall. The studs shall be placed one anchor in
each corner, one at the middle of each width and two equally spaced on each length of the
box.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following:
Concrete
Reinforcing Steel
Fiber Reinforcing
Lid
Frame
Section 6-02
Section 9-07
ASTM C 1116, Type III
ASTM A786 diamond plate steel
ASTM A 786 diamond plate steel or
ASTM A36 flat steel
ASTM A36 steel
Section 9-06.15
Lid Support & Handle
Anchors (studs)
Non-concrete Junction Boxes
Material for the non-concrete junction boxes shall be of a quality that will provide for a
similar life expectancy as Portland Cement Concrete in a direct burial application.
Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of 22,500 Ibs.
and shall be tested in accordance with 9-29.2(1)C. Non-concrete junction boxes shall be
gray in color and have an open bottom design with approximately the same inside
dimensions, and present a load to the bearing surface that is less than or equal to the
loading presented by the concrete junction boxes shown in the Standard Plans. Non-
concrete junction box lids shall include a pull slot and shall be secured with two ~ inch
stainless steel hex-head bolts factory coated with anti-seize compound and recessed into
the cover. The tapped holes for the securing bolts shall extend completely through the box
to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel.
9-29.2(1)B Heavy Duty Junction Boxes
Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of
46,000 pounds without permanent deformation and 60,000 pounds without failure when tested
in accordance with 9-29.2(1)C .
The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop
applied, inorganic zinc primer in accordance with Section 6-07.3
The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength
of 4000 PSI.
Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following:
Concrete
Reinforcing Steel
Lid
Section 6-02
Section 9-07
ASTM A786 diamond plate steel, rolled
from plate complying with ASTM A572,
grade 50 or ASTM A588 with min. CVN
toughness of20 ft-lb at 40 degrees F
ASTM A572 grade 50 or ASTM A588, both with
min. CVN toughness of20 ft-lb at 40 degrees F
ASTM A36 steel
Section 9-06.15
ASTM F 593 or A 193, type 304 or 316
Frame and stiffener plates
Handle
Anchors (studs)
Bolts, Nuts, Washers
The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact,
around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the
frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other
foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with
PW 407_04 Part04 [Revised 5/27/04]
anti-seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter
bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a
tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage
will be measured for each side of the lid as it bears on the frame.
9-29.2(1)C Testing Requirements
Junction boxes shall be tested by an independent materials testing facility, and a test report
issued documenting the results of the tests performed.
For concrete junction boxes the independent testing lab shall meet the requirements of
AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted
in the presence of and signed off by the Engineer or a designated representative. The
Contractor shall give the Engineer 30 days notice prior to testing. One copy of the test report
shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed
the loading requirements for a concrete junction box, and shall include the following
information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All load deflection and failure data.
5. Weight of box and cover tested.
6. Upon completion of the required test(s) the box shall be loaded to failure.
7. A brief description of type and location of failure.
For non-concrete junction boxes the testing facility shall be a Nationally Recognized Testing
Laboratory (witnessing is not required). One copy of the test report shall be furnished to the
Contracting Agency certifying that the box and cover meet or exceed the loading requirements
for a non-concrete junction box, and shall include the following information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
4. All load deflection data.
5. Weight of box and cover tested.
Testing for Standard Duty Concrete Junction Boxes
Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test
load shall be applied uniformly through a lO-inch x lOinch x linch steel plate centered on
the lid. The test load shall be applied and released ten times, and the deflection at the test
load and released state shall be recorded for each interval. At each interval the junction
box shall be inspected for lid deformation, failure of the lid/frame welds, vertical and
horizontal displacement of the lid/frame, cracks, and concrete spalling.
Concrete junction boxes will be considered to have withstood the test if none of the
following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012 inches that extend 12 inches or more.
4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Testing for the Standard Duty non-concrete Junction Boxes
Non-concrete Junction Boxes shall be tested to a minimum of22,500 Ibs as defmed in the
ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a
Manufacture Certificate of Compliance for each non-concrete junction box installed.
Testing for Heavy Duty Junction Boxes
Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be
applied vertically through a lO-inch x 20-inch x I-inch steel plate centered on the lid with
an orientation both on the long axis and the short axis of the junction box. The test load
shall be applied and released ten times on each axis. The deflection at the test load and
released state shall be recorded for each interval. At each interval the test box shall be
inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal
displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading
interval the test shall be terminated with a 60,000 pound load being applied vertically
through the steel plate centered on the lid and with the long edge of steel plate orientated
parallel to the long axis of the box.
Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if
none of the following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012-inches that extend 12-inches or more.
4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if
all of the following conditions are exhibited:
1. The lid is operational.
2. The lid is securely fastened.
3. The welds have not failed.
4. Permanent dishing or deformation of the lid is 1/4 inch or less.
5. No buckling or collapse of the box.
9-29.2 (2) Vacant
This section including title is revised to read:
9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes
Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a
concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable
Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in
the Standard Plans.
The Contractor shall provide shop drawings if their manufacturing process or standard
production model includes any deviation from the Standard Plan. For each type of box or
whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in
this specification, shall be performed once in the presence of the Engineer.
This section is supplemented with the following new sections:
PW 407_04 Part04 [Revised 5/27/04]
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating
of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete Standard Duty
Junction Boxes.
Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive
strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to
the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-
06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie
practices. The vault/box shall contain ten studs located near the centerline of the frame and
wall. Studs shall be placed one anchor in each corner, one at the middle of each width and
two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall
be painted with a black paint containing rust inhibiters or painted with a shop applied,
inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance
with ASTM A 111.
Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
Concrete
Reinforcing Steel
Lid
Frame
Section 6-02
Section 9-07
ASTM A 786 diamond plate steel
ASTM A 786 diamond plate steel or
ASTM A36 flat steel
ASTM A36 steel
Section 9-06.15
ASTM F593 or A 193, type 304 or 316
Lid Support & Handle
Anchors ( studs)
Bolts, Nuts, Washers
9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes
Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum
compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds
without permanent deformation and 60,000 pounds without failure when tested in accordance
with Section 9-29.2(1)C for Heavy Duty Junction Boxes.
Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following:
Concrete
Reinforcing Steel
Cover
Ring
Anchors (studs)
Bolts, Nuts, Washers
Section 6-02
Section 9-07
Section 9-05.15(1)
Section 9-05.15(1)
Section 9-06.15
ASTM F593 or A193, type 304 or 316
9-29.2(4) Cover Markings
The first sentence of the first paragraph is revised to read:
Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the
appropriate legend in accordance with the bead weld details in the Standard Plans. Non-
metallic lids shall be embossed with the appropriate legend and a non-skid surface.
Legends for metallic lids and non-metallic lids shall be I-inch nominal height.
The first sentence of the second paragraph is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in
accordance with the plans and following schedule:
9-29.6(2} Slip Base Hardware
The last sentence in the first paragraph is revised to read:
Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances
specified in AASHTO M 293 for circular washers.
9-29.6(S} Foundation Hardware
The second and third paragraphs are revised to read:
Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal
standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to
ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods
having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in
accordance with either ASTM A 143 (if the rod length is equal to or greater than five times the
bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal
bolt diameter).
All foundation hardware shall be 100% hot-dipped galvanized in accordance with AASHTO M
111 and AASHTO M 232.
SECTION 9-30, WATER DISTRIBUTION MATERIALS
August 7, 2006
9-30.6{3}A Copper Tubing
This section is revised to read:
Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM
B 88, Type K rating.
SECTION 9-33, CONSTRUCTION GEOTEXTILE
August 7, 2006
Section 9-33 including title is revised in its entirety to read:
SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
9-33.1 Geosynthetic Material Requirements
The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
prefabricated drainage mats.
Geotextiles, including geotextiles attached to prefabricated drainage core to form a
prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed
into a stable network such that the fibers or yarns retain their position relative to each other
during handling, placement, and design service life. At least 95 percent by weight of the
material shall be polyolefins or polyesters. The material shall be free from defects or tears.
The geotextile shall also be free of any treatment or coating which might adversely alter its
hydraulic or physical properties after installation.
Geogrids shall cOl')sist of a regular network of integrally connected polymer tensile elements
with an aperture geometry sufficient to permit mechanical interlock with the surrounding
backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall
PW 407_04 Part04 [Revised 5/27/04]
consist of at least 95 percent by mass of the material of polyolefins or polyesters. The
material shall be free of defects, cuts, and tears.
Prefabricated drainage core shall consist of a three dimensional polymeric material with a
structure that permits flow along the core laterally, and which provides support to the
geotextiles attached to it.
The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section
9-33.2, and additional tables as required in the Standard Plans and Special Provisions for
each use specified in the Plans. Specifically, the geosynthetic uses included in this section
and their associated tables of properties are as follows:
Geotextile Geosynthetic Application Applicable
Property Tables
Underground Drainage, Low and Moderate Survivability, Tables 1 and 2
Classes A. B. and C
Separation Table 3
Soil Stabilization Table 3
Permanent Erosion Control, Moderate and High Survivability, Tables 4 and 5
Classes A. B. and C
Ditch Lining Table 4
Temporary Silt Fence Table 6
Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans
Temporary Geosynthetic Retaining Wall Tables 7 and 10
Prefabricated Drainage Mat Table 8
Table 10 will be included in the Special Provisions.
Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the
properties specified in the Standard Plans for permanent walls, and Table 10 for temporary
walls.
For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed
at the wall face to retain the backfill material as shown in the Plans shall conform to the
properties for Construction Geotextile for Underground Drainage, Moderate Survivability,
Class A.
Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or
polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion
control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent
geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be
of contrasting color to that of the geotextile itself.
9-33.2 Geosynthetic Properties
9-33.2(1) Geotextile Properties
Table 1: Geotextile for underground drainage strength properties for survivability.
ASTM
Test
Method2
Geotextile Property
Nonwoven
Woven
Nonwoven
Woven
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Grab Tensile
Strength, in machine 180lb 250lb
and o 4632 1151b min. 160 Ib min.
x-machine direction min. min.
Grab Failure Strain,
in machine and
x-machine direction o 4632 <50% ~50% <50% ~50%
Seam Breaking o 46323 160lb 100 Ib min. 220lb 140 Ib min.
Strenoth min. min.
Puncture Resistance o 6241 370lb 220 Ib min. 4951b 310 Ib min.
min. min.
Tear Strength, in
machine and x-
machine direction o 4533 67 Ib min. 40 Ib min. 80lb 50 Ib min.
min.
Ultraviolet (UV)
Radiation Stability o 4355 50% strength retained min.,
after 500 hours in a xenon arc device
Table 2: Geotextile for underground drainage filtration properties.
ASTM Geotextile Pro e uirements1
Test
Geotextile Property Method2 Class A Class B Class C
AOS 04751 U.S. No. 40 U.S. No. 60 U.S. No. 80
max. max. max.
Water Permittivi o 4491 0.5 sec'l min. 0.4 sec'l min. 0.3 sec.1 min.
Table 3: Geotextile for separation or soil stabilization.
ASTM Geotextile Procel1V Requirements 1
Geotextile Test Separation Soil Stabilization
Property Method2 Woven Nonwoven Woven Nonwoven
AOS 04751 U.S. No. 30 max. U.S. No. 40 max.
Water o 4491 0.02 sec'l min. 0.10 sec.1 min.
Permittivity
Grab Tensile
Strength,
in machine and o 4632 250 Ib min. 160 lb min. 315 Ib min. 200 Ib min.
x-machine
direction
Grab Failure
Strain,
in machine and o 4632 <50% ~50% <50% ~50%
x-machine
direction
Seam Breaking o 46323 220 Ib min. 140 Ib min. 270 Ib min. 180 Ib min.
Strenoth
Puncture 06241 495 Ib min. 310 Ib min. 620 Ib min. 430 Ib min.
Resistance
PW 407_04 Part04 [Revised 5/27/04]
ASTM Geotextile Property Requirements1
Geotextile Test
ProDertv Method2 Class A Class B Class C
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70
max. max. max.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tear Strength,
in machine and D 4533 80 Ib min. 50 Ib min. 112 Ib min. 79 Ib min.
x-machine
direction
Ultraviolet (UV)
Radiation D 4355 50% strength retained min.,
Stability after 500 hours in xenon arc device
Table 4: Geotextile for permanent erosion control and ditch lining.
Geotextile ProDertv Requirements 1
ASTM Permanent Erosion Control Ditch Lining
Geotextile Test Moderate High
Property Method2 Survivability Survivability
Non- Non- Non-
Woven woven Woven woven Woven woven
AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max.
Water D 4491 See Table 5 See Table 5 0.02 sec.1 min.
Permittivity
Grab
Tensile
Strength, 250lb 160lb 315 Ib 200lb 250lb 160lb
in machine D 4632 min. min. min. min. min. min.
and
x-machine
direction
Grab
Failure
Strain,
in machine D 4632 15% - ~50% 15% - ~50% <50% ~50%
and 50% 50%
x-machine
direction
Seam 220lb 140lb 270lb 180lb 220lb 140lb
Breaking D 46323 min. min. min. min. min. min.
Strenqth
Puncture D 6241 4951b 310lb 620 Ib 430lb 4951b 310lb
Resistance min. min. min. min. min. min.
Tear
Strength,
in machine 80lb 50lb 1121b 791b 80lb 50lb
and D 4533 min. min. mm. min. min. min.
x-machine
direction
Ultraviolet
(UV) D 4355 70% strength retained min.,
Radiation after 500 hours in xenon arc device
Stabilitv
Table 5: Filtration properties for geotextile for permanent erosion control.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Water
Permlttlvit
0.7 sec.1 min.
0.4 sec.1 min.
0.2 sec.1 min.
Table 6: Geotextile for temporary silt fence.
ASTM Geotextile Property Requirements1
Geotextile Property Test Unsupported Supported Between
Posts with Wire or
Method2 Between Posts Polymeric Mesh
AOS D 4751 U.S. No. 30 max. for slit wovens, U.S. No. 50
for all other aeotextile tyoes, U.S. No. 100 min.
Water Permittivity D 4491 0.02 sec.1 min.
Grab Tensile 180 Ib min. in
Strength, machine direction,
D 4632 100 Ib min. 100 Ib min.
in machine and in x-machine
x-machine direction direction
Grab Failure Strain, 30% max. at 180 Ib
in machine and D 4632
x-machine direction or more
Ultraviolet (UV) D 4355 70% strength retained min.,
Radiation Stability after 500 hours in xenon arc device
9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes
Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic
reinforced slopes and retaining walls.
ASTM Geotextile Property Requirements 1
Geotextile Property Test Woven Nonwoven
Method2
AOS D 4751 U.S. No. 20 max.
Water Permittivity D 4491 0.02 sec.1 min.
Grab Tensile
Strength, D 4632 200 Ib min. 120 Ib min.
in machine and
x-machine direction
Grab Failure Strain,
in machine and D 4632 <50% ~50%
x-machine direction
Seam Breaking D 46323.4 160 Ib min. 100 Ib min.
Strength
Puncture Resistance D 6241 370 Ib min. 220 Ib min.
Tear Strength,
in machine and D 4533 63 Ib min. 50 Ib min.
x-machine direction
70% (for polypropylene and polyethylene)
Ultraviolet (UV) D 4355 and
Radiation Stability 50% (for polyester) Strength Retained min.,
after 500 hours in a xenon arc device
9-33.2(3) Prefabricated Drainage Mat
Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
geotextile attached and shall meet the following requirements:
PW 407_04 Part04 [Revised 5/27/04]
Table 8: Minimum properties required for prefabricated drainage mats.
ASTM
Geotextile Property Test Geotextile Property Requirements 1
Method2
AOS 04751 U.S. No. 60 max.
Water Permlttlvltv o 4491 0.4 sec.' min.
Grab Tensile Strength,
in machine and o 4632 Nonwoven -100 Ib min.
x-machine direction
Width 05199 12 In. min.
Thickness 0.4 In. min.
Compressive Strength at 01621 100 psi min.
Yield
In Plan Flow Rate
Gradient = 0.1,
Pressure = 5.5 psi 04716 5.0 gal./min./ft.
Gradient = 1.0,
Pressure = 14.5 psi 15.0 qal/min./ft.
1 All geotextile properties in Tables 1 through 8 are minimum average roll values (i.e.,
the test results for any sampled roll in a lot shall meet or exceed the values shown in
the table).
2The test procedures used are essentially in conformance with the most recently
approved ASTM geotextile test procedures, except for geotextile sampling and
specimen conditioning, which are in accordance with WSDOT Test Methods T 914,
Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning
of Geotextiles for Testing, respectively. Copies of these test methods are available at
the State Materials Laboratory P.O. Box 47365, Olympia, W A 98504-7365.
3With seam located in the center of 8-inch long specimen oriented parallel to grip
faces.
4Applies only to seams perpendicular to the wall face.
9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
9-33.4 Geosynthetic Material Approval and Acceptance
9-33.4(1) Geosynthetic Material Approval
If the geosynthetic source material has not been previously evaluated, or is not listed in the
current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic
shall be submitted to the State Materials Laboratory in Tumwater for evaluation.
Geosynthetic material approval will be based on conformance to the applicable properties
from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the
sample and required information for each geosynthetic type have arrived at the State
Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for
this testing. Source approval shall not be the basis of acceptance of specific lots of
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
material delivered to the Contractor unless the roll numbers of the lot sampled can be
clearly identified as the rolls tested and approved in the geosynthetic approval process.
For geogrid and geotextile products proposed for use in permanent geosynthetic retaining
walls or reinforced slopes that are not listed in the current QPL, the Contractor shall
submit test information and the calculations used in the determination of Tal performed in
accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of
Long-Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in
Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days
after receipt of the information to complete the evaluation.
The Contractor shall submit to the Engineer the following information regarding each
geosynthetic material proposed for use:
Manufacturer's name and current address,
Full product name,
Geosynthetic structure, including fiber/yarn type,
Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
walls),
Proposed geosynthetic use( s), and
Certified test results for minimum average roll values.
9-33.4(2) Vacant
9-33.4(3) Acceptance Samples
When the quantities of geosynthetic materials proposed for use in the following
geosynthetic applications are greater than the following amounts, acceptance shall be by
satisfactory test report:
The samples for acceptance testing shall include the information about each geosynthetic
roll to be used as stated in 9-33.4(4).
Samples will be randomly taken by the Engineer at the job site to confirm that the
geosynthetic meets the property values specified.
Approval will be based on testing of samples from each lot. A "lot" shall be defined for
the purposes of this specification as all geosynthetic rolls within the consignment (i.e., all
rolls sent the project site) that were produced by the same manufacturer during a
continuous period of production at the same manufacturing plant and have the same
product name. After the samples have arrived at the State Materials Laboratory in
Tumwater, a maximum of 14 calendar days will be required for this testing.
If the results of the testing show that a geosynthetic lot, as defined, does not meet the
properties required for the specified use as indicated in Tables 1 through 8 in Section 9-
33.2, and additional tables as specified in the Special Provisions, the roll or rolls which
were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic
retaining walls shall meet the requirements of Table 7, and Table 10 in the Special
PW 407_04 Part04 [Revised 5/27/04]
Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet
the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and
geogrid acceptance testing shall meet the required ultimate tensile strength T ult as provided
in the current QPL for the selected product(s). If the selected product(s) are not listed in
the current QPL, the result of the testing for Tult shall be greater than or equal to Tult as
determined from the product data submitted and approved by the State Materials
Laboratory during source material approval.
Two additional rolls for each roll tested which failed from the lot previously tested will
then be selected at random by the Engineer for sampling and retesting. If the retesting
shows that any of the additional rolls tested do not meet the required properties, the entire
lot will be rejected. If the test results from all the rolls retested meet the required
properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic
that has defects, deterioration, or damage, as determined by the Engineer, will also be
rejected. All rejected geosynthetic shall be replaced at no additional expense to the
Contracting Agency.
9-33.4(4) Acceptance by Certificate of Compliance
When the quantities of geosynthetic proposed for use in each geosynthetic application are
less than or equal to the following amounts, acceptance shall be by Manufacturer's
Certificate of Compliance:
Application Geosynthetic Quantity
Underground Drainage 600 sq. yd.
Soil Stabilization and Separation All quantities
Permanent Erosion Control All quantities
Temporary Silt Fence All quantities
Prefabricated Drainage Mat All quantities
The Manufacturer's Certificate of Compliance shall include the following information
about each geosynthetic roll to be used:
Manufacturer's name and current address,
Full product name,
Geosynthetic structure, including fiber/yarn type,
Geosynthetic Polymer type (for all temporary and permanent geosynthetic retaining
walls only),
Geosynthetic roll number(s),
Geosynthetic lot number( s),
Proposed geosynthetic use(s), and
Certified test results.
9-33.4(5) Approval of Seams
If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of
sewn seam that can be sampled by the Engineer before the geotextile is installed.
The seam sewn for sampling shall be sewn using the same equipment and procedures as
will be used to sew the production seams. If production seams will be sewn in both the
machine and cross-machine directions, the Contractor must provide sewn seams for
sampling which are oriented in both the machine and cross-machine directions. The seams
sewn for sampling must be at least 2 yards in length in each geotextile direction. If the
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
seams are sewn in the factory, the Engineer will obtain samples of the factory seam at
random from any of the rolls to be used. The seam assembly description shall be
submitted by the Contractor to the Engineer and will be included with the seam sample
obtained for testing. This description shall include the seam type, stitch type, sewing
thread type(s), and stitch density.
SECTION 9-34, PAVEMENT MARKING MATERIAL
April 3, 2006
9-34.2 Paint
This section is revised to read:
White and yellow paint shall comply with the specifications for high volatile organic compound
(VOC) solvent based paint, low VOC solvent based paint or low VOC waterborne paint. Blue
paint for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT
QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the
tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance
Chart."
9-34.3 Plastic
This section is revised to read:
White and yellow plastic pavement marking materials shall comply with the specifications for:
Type A - Liquid hot applied thermoplastic
Type B - Pre-formed fused thermoplastic
Type C - Cold applied pre-formed tape
Type D - Liquid cold applied methyl methacrylate
Blue plastic pavement marking material for "Access Parking Space Symbol with Background"
shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed
Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA
"Highway Blue Color Tolerance Chart."
9-34.4 Glass Beads
In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 247,
Type 1.
SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
April 3, 2006
9-35.2 Construction Signs
The first paragraph is supplemented with the following:
Post mounted Class A construction signs shall conform to the requirements of this section and
additionally shall conform to the requirements stated in section 9-28.
The second paragraph is revised to read:
Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a
minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches.
The first sentence in the fourth paragraph is revised to read:
PW 407_04 Part04 [Revised 5/27/04]
The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any
other previously approved sign materials except aluminum is prohibited. Any sign which
otherwise meets the requirements of this section and was purchased prior to July 1, 2004,
may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated
with Type VI reflective sheeting.
PW 407_04 Part04 [Revised 5/27/04]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PW 407_04 Part04 [Revised 5/27/04]
ATTACHMENT G
Applicable Permits
-------------------
\
z
o
I~
t:::J
~(J
tT1~
~~
z~
;pO
~~
~~
00
'T1?:1
6~
~~
~Q
~t11
nr
~t11
oC/J
tT1
"0 " V>
o .g ...... p... ~
:4 p...0rt>
...... I:i) (1) ~ <A
8 0 ~ ::l t')
..... (1) ~ .-+ ""l
o S ~ 0 .0'
H)(1)V>~"'"
....... ::l' ::l ~.
~~~~g
'gH)(1)"0
V> .-+.....
..g. q- "0 :l> '"t:j
g (1) (3 ::s.""l
....... ~ <-=.. (JQ 0
...... .-+ g (1) "0
V>@.....~~
aDl~~e:..
() v 1--06 ..
~ :::::>-1
(1) ~ ...... P'"
p...p...::l(1)
~ ., Q.. ~ ;p
.......g 5. ~ "0
g..-(1)(1)"
...... pl ., 0
~ 0 "0 :=: "0
R"~[~[
~a~~s
~8.::l0"
(1) "",..... ~ (1)
:=: ~. 0 ::t 'g
~ p... H) (1) ......
(1) (1) (1) ::l "
t..-. ~ (b:::!. PJ
~~o,-<:::l
::1. ~ d (1) p...
CI:I ;:J.x"
p... V> ~ ...... (1)
o' ~ c:. ~ '2.
c. ~ 0 pl pl
o ...... 0 ::l 0
pg::lp...(1)
CI:Ig.pl~
~ ...... @ ~
....... r-t (l)
r-t ~. ~ ~
P'"~O'-
p... ..... 0 S'
(1) P'" ~ (1)
o (1) (1) V>
o V> p.........
~Bcr'~
.-+::J(1)"O
~. (1) ::l 0
(1) ....... (1) :4
"0 @ ~ ......
pl::lP'"g
< 0 (1) CI:I
~ ?"' ~. 0
~ ~ H)
;p ~.
~ t""l
p...g
l'~
I:\) ::to
~ 0
@ =
'-0
[/).....
q-'"t:j
(1) ""l
(1) 0
Ui"O
V 0
I:\) <A
.-~
.- -
~Q
(1) =
V> t')
.-+-
o =
H)Q.
l' 6'
~ 11~
" '"
(1) .....
'-""l
[/)rt>
.-+ rt>
" .....
(1) ~
~Q.
V Q.
'1::I""l
o rt>
:4 ~
G-~
(JQ ~
(1) =
~:::::..
V> ..
~>-I
?>~
~.
.-+
(1)
Vi'
a
o
~
(1)
p...
I:\)
0'
~
(JQ
'T1
.,
o
va
'T1
::t.
V>
r
>
'"t:j
'"t:j
t""l
-
(j
>
2':
1-3
(j
....
~
o
.....
'"t:j
o
::!.
>
=
lJ':l
rt>
-
rt>
<A
t""l
rt>
~
Q.
>
lJ':l
rt>
=
t')
~
o
~.
o
t-t,
'1::1
o
::t
G-
(JQ
(1)
-
(1)
V>
~~g~;J
...... ...... p... (1) (1)
...- '"'1 (1) ........
~0"~(1)
-8:;0(1)1:\)
(1) B 0...... p...
s g ~.g ~
E}.-+ ",(1)
I:\) +>-...... ~
(1) - v.) ~ 0
"0 g. N 0 '-<:
~(1)I-'-~~
cr'oOg.1-I
:=: /5:: 0 (1) ct"
o Vi' v.) (1) g
o.-+o~v>
~ pl"-""<"O
1-1 ::l ~ ...... 1-1
] p... (;' (3 .g
~o':-'80
(1) g. B V>
~(JI>-I(JIE..
. "~::l
.............-+ P'"
g, C/l' ~
og.:l>p...
::3 0 ::s (1)
~ ......(1) .-+
'" C/l (1)
::+ ......~ ::3
......0 < ~
8 ::l 1:;.......
..... -c 0 ~
0<:8 (1)
~~sp...
~sgg.
(1) I:\) .-+ ~
-c p... e. ......
<: (1) .-+
~. pl Ef p...
P'" ::p "0 0
g.~I:\)Vl
(1).,~~
-(1)C/l0
(1) < .-+ .-+
pl ...... I:\) P'"
p...(1)'-+1:\>
pl ~ 8 <
(JQ 0 (JI (1)
(1) H) ~ pl
~ ~ .-+ "0
~8m8
~Srng-
~ "0 '-" cr'
tn- [ en6 CD
H'(JI ~ C/l
5, p... 0 ......
o .-+~
tj 1-1......
~ ] l:h
~. ~. ~
o (1)'-+
~ p...
......
C/l
,...-,
'---"
~8 ~
~. "0 C/l
P'"~t:.1
c.e.z
s'::+>[/)
(1) 0 ......
., V>
g. I-'- ......
(1) +>- ~
t:.1p...~
Zl:\) (1)
,-<:p...
[/)C/lg
8l:Pp...
I:\) 0 (1)
'-<: S .,
g"g.~
., (1) ;p
(1)p...,-..
s- pl Ll
~.i-+ I-'-
P (1) '-D
(1) 0 -..)
p...H)1
u ..............
t:l C/l I-'-
P C/l I
o ~ w
~.~ ~
l:ho,.-....
(1) (1) IV
,.., . '-"
- v.
oOg.
., 0 (1)
~.~ ~
E}(1)~
~a~
pl C/l (JQ
~ 8 g
. ~ 0
~'-<:
cr'~
(b t::.:
V> -
~ ~
0'0
S. ;
:=I: 0
(1) .-+
p...o
O'~
r~
~
,...-,
'---"
;J
(1)
1-1
(1)
......
C/l
~
o
o
~
(1)
a
"0
(1)
.,
......
o
p...
~
.,
g
C/l
t:::J
Z
[/)
,...-,
><
'---"
~
g:
C/l
t:.1
Z
[/)
......
C/l
......
C/l
C/l
~
(1)
p...
"0
(1)
.,
~
o
I-'-
'-D
-..)
I
I-'-
I-'-
I
v.)
VI
v,
;J
(1)
.,
(1)
......
C/l
~
o
~
(JI
.,
o
~
(1)
a
"0
(1)
::1.
o
P.
z
o
t:::J~
~ 8
(1) cr'
(1)
.,
tv
\0
tv
o
o
0\
~
pl
p...
C/l
(1)
P
o
~.
~
~
(JI
.,
{'j~0>-<:
<1l 0 0 0
!:l. ::r:3 c:
t:tl~:3:3
o >; c: ~
t":I> ..... ;:l '<
~ :::I: .....
gg~~
s:: ~ 0..'0
e. '0 r-,- <1l
o '0 tT1 e.
.sr.~8g.
(l) - t:::j 1--'.
o ..... 0 '"
0. 0 :3 0...
g s-..... ~
'" <1l 0 <1l
. t:1 t:1 S
<1l <1l .....
'0 < ;:l
~ <1l ~
g-.....
o .....
'0 0
<1l S ;:l
~ <1l .....
..... ;:l 0
=s ~r+ g.-
o W <1l
p;"N."
..... ....... 0
!!l tr1 ::\.
s-el;>
~ ..... ;:l
;:l 'Tj OQ
t:1S;~
~::r~
(D(I)O
:3 q .....
CT'~~
!!l v..... 0
........,,0
~ 0 c:
::\. ~
N G" !:l.
o .......
o .....
0\ OQ ::r
. (D >;
_0
>-<:V;fq
ov ::r
~~s-
::r;>(D
o~ t:1
E..\O<1l
0... ~ '0
CT'0\f>'
(D N ~
'0 v :3
@ a' (D
'U'<;:l
I'> '" .....
>; c: 0
(Da'.....
o...s
C) :=to
:3 S'
~OQ
""
(D
:-Old
O(l)
. t:/)
t:l:l>O
o 0
i>< ::s
CI:I
....... ......
....... a-'
u, >--
~o (l)
.,,0
~S
;> 8.
;:l ~
aq ;.-'
~~
v'" ~
>;
~""
;>t"rJ
\O~
oo~
v.) 0-
0\'"
N(D
v ;:l
'U ~
::r0
g ~.
(D
~f
01'>
'-' aq
:: v!!l
--10
I ......
~~
~o
0.....
. ."
o
::\.
;>
;:l
(JQ
(D
fD
v'"
w
N
.......
tT1
el
.....
'T1
~
(I)
q
(D
(D
~.....
;S::'1:l'1:l
~~&
J..zz
;f>>
'-
~
~
...\)
~
.r;--
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DATE:
TO:
FROM:
OO-Iq. C>1-
.J..:. 4-"'-.
~ORT ANGELES
~V-I"; 1
F,\.Q L
WAS H I N G TON, U. S. A.
COMMUNITY & ECONOMIC DEVELOPMENT
November 29,2006
Jim Mahlum, Terri Partch
City of Port Angeles Public Works and Utilities Department
Scott K. Johns, Associate Planner
Community & Economic Development Department
SUB J E C T: Repair and replacement of existing water supply lines located underneath existing
sidewalks in the downtown area of Port Angeles.
The Department of Community & Economic Development has received your proposal to repair
and replace existing water supply lines, back-fill the excavated trenches, replace the existing
street trees with new trees and replace the sidewalk surface with decorative pavers. "Normal
maintenance" includes those usual acts to prevent a decline, lapse, or cessation from a lawfully
established condition or to "... restore a development to a state comparable to its original
condition ... within a reasonable period after decay or partial destruction, except where repair
causes substantial adverse effects to shoreline resource or environment" per WAC 173-27-
040(2)(b ).
The proposed project is the maintenance and repair of previously existing primary utilities that
are located within an existing public right-of-way. No new primary utilities are being proposed
or installed. No impacts to existing views or existing natural landscapes will occur as a result of
this project. The project will not interfere with public access to the waterfront. The proposed
water line repair and replacement in the shoreline jurisdiction is necessary to maintain the
waterlines in proper working order and to provide increased flow volumes to meet fire safety
requirements.
The exemption does not preclude any permits required from another agency. Please feel free to
contact this office if you require further assistance.
~f-m~
Mark dsen, City Man~er
Attachment A: Conditions, Findings, Conclusions
cc: Department of Ecology, Shorelands Division
Army Corps of Engineers
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A TT ACHMENT A
Conditions
1. If the subject site has not been previously inventoried, evaluated, and reviewed to the
satisfaction of the Lower Elwha Klallam Tribe, the subject site shall be evaluated by a
cultural review team, which shall include a professional archaeologist, a representative of
the Lower Elwha Klallam Tribe, the site owner, and the Port Angeles Department of
Community and Economic Development. This team shall determine the extent of
excavation monitoring for the project during the permit review process. As an
alternative, the applicant may have an approved archaeologist on site during any
excavation in lieu of a review by the aforementioned cultural team. If during an
excavation that, by decision of the cultural review team occurs without an approved
archaeologist on-site, any phenomena of possible archaeological interest are uncovered,
the developer shall stop such work and provide for a site inspection and evaluation by a
professional archaeologist to ensure that all possible archaeological resources are handled
in accordance with applicable law.
2. In the event archaeological artifacts, features or human remains are discovered, the
permittee will immediately notify the Tribal Chair and specified Tribal staff by both letter
and telephone, as well as the City. The City, in turn will immediately notify the State
Department of Archaeology and Historic Preservation, as required in RCW 27.44 and
27.53.
Findings
1. An application for a shoreline permit was submitted by the City of Port Angeles, Public
Works and Utilities Department, on November 2,2006, for the replacement of water lines
and sidewalks in the downtown area of Port Angeles. The application indicates that the
maintenance and repair work will occur within public right-of-way on portions of the
City's streets that are located within 200 feet of the Port Angeles Harbor shoreline.
2. The repair and replacement of existing waterlines in the shoreline jurisdiction is required
as normal maintenance and repair of an existing primary utility.
3. A Determination of Non-Significance was issued by the City of Port Angeles SEPA
Responsible Official for the proposal on November 28,2006. The project does not meet
the requirement of WAC 197-11-800(24) as the waterlines exceed 8" in diameter.
4. The Port Angeles Shoreline Master Program, Comprehensive Plan, Zoning Ordinance
and critical areas ordinances have been reviewed with respect to this application.
5. The site is designated Commercial in the City's Comprehensive Plan, Central Business
District in the City's Zoning Ordinance, and Urban-Harbor in the City's Shoreline Master
Program.
6. No new primary utilities are being proposed or installed.
7. No impacts to existing views or existing natural landscapes will occur as a result of this
project.
8. The project will not interfere with public access to the waterfront.
9. Notice of construction has been provided to the Lower Elwha Klallam Tribe as per the
agreement among the State of Washington, Lower Elwha Klallam Tribe, City of Port
Angeles and Port of Port Angeles.
10. Construction permits will be conditioned to require an archaeologist to be on site during
the excavation portion of the entire project.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Conclusions
A. The proposed project as conditioned, is consistent with the City's zoning, Comprehensive
Plan, Shoreline Master Program, and the Settlement Agreement Among the State of
Washington, Lower Elwha Klallam Tribe, City of Port Angeles and Port of Port Angeles.
B. The project will not be detrimental to the shoreline.
C. As conditioned, the proposed project will not interfere with public use of lands or waters.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PW 407_04 Part04 [Revised 5/27/04]
ATTACHMENT H
Project Plans
CITY OF PORT ANGELES
DOWNTOWN WATER MAIN AND SIDEWALKS
PHASE III
PROJECT NO. 00-19
I
I.
=
...
I
I
I
I
I
I
I
_ SHEET
!i
i
I
I
I
I
I
I
I
io
..
&
I
G-1
G-2
W-1
W-2
W-3
W-4
W-5
W-6
W-7
W-8
W-9
W-10
C-1
C-2
C-3
C-4
C-5
C-6
C-7
C-8
C-9
C-10
C-11
SHEET INDEX
TITLE
TITLE SHEET
GENERAL NOTES AND LEGEND
WATER PLAN SHEET/CORING INDEX
WATER WORK - STA 1+65 TO 6+20
WATER WORK - ST A 6+55 TO 11 +50
WATER WORK - STA 11+50 TO 16+75
WATER WORK - STA 16+75 TO 19+00
WATER WORK - STA 19+00 TO 22+25
WATER WORK - STA 22+25 TO 25+00
WATER WORK - STA 25+00 TO 27+75
WATER WORK - STA 27+75 TO 30+25
WATER WORK - STA 30+25 TO 31+52
WATER DETAILS
HOLLOW SIDEWALK AREAS
HOLLOW SIDEWALK SECTIONS
PAVERS AND TREES - STA 1+58 TO 6+23
PAVERS AND TREES - STA 25+00 TO 27+75
PAVERS AND TREES - STA 27+75 TO 30+25
PAVERS AND TREES - STA 30+25 TO 31+52
PAVERS AND TREES - STA41+25 TO 44+25
PAVER SIDEWALK DETAILS
WALL CONSTRUCTION DETAILS
WALL RAILING DETAILS
TREE WELL AND FLAGPOLE DETAILS
~
!
PAGE
SHEET
SHEET INDEX
TITLE
VICINITY MAP
h..
!-lJ
~~
V)i'!
It.J
f::!
f::::: x
l~ }
~~
L
PAGE
ss
......
....
....
~
NORTH
~~
oj( RO.
EO\7. \,\0
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
ELECTRICAL WORK
ST A 1 +60 TO 6+20
STA 24+30 TO 25+75
ST A 25+ 75 TO 28+50
STA 28+50 TO 31+15
ST A 41 +30 TO 44+20
DETAILS AND NOTES
DETAILS
DETAILS
POf?]'
-1Nce;
lts
1i-1f?p
QOf?
25
26
27
28
29
30
31
32
E-1
E-2
E-3
E-4
E-5
E-6
E-7
E-8
LAUREL ST. HISTORIC RECONSTRUCTION
AND STRUCTURAL UPGRADES
TITLE AND LEGEND
PLANS
ENLARGED PLANS AND DETAIL
SOUTH PORTION STRUCTURAL PLANS
NORTH PORTION STRUCTURAL PLANS
SECTIONS AND DETAIL
A-1
A-2
A-3
S-1
S-2
S-3
t3
r:-!... ~ ..
;:';:! 0. _ ..
'-' .. x :;l
<: l:l g .. -
"C~~lf
h..~ -~
()::: u ~ ~
CJ tl"';o
Cl..~'" i:l~
o~d!l1
~~~U
~ ~~ ~
h.. ::l
@ID
I
I
I
I
I
I
I
I
I
I
.
..
&
~
:
..
I
I
I
I
I
I
I
I
~
&
I
~
o
0:
GENERAL NOTES:
.
~
~
...
ALL WORKMANSHIP SHALL BE IN ACCORDANCE IMTH THE CITY OF PORT ANGELES URBAN SERVICES
STANDARDS AND GUIDEUNES (A COPY OF WHICH IS AVAILABLE ON THE CITY'S IMOBSITE OR THE PUBUC
WORKS AND UTlUTlES DEPARTMENrs ENGINEERING SERVICES DIVISION), THE LATEST WASHINGTON
STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, AND ANY
PROJECT SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND REQUIREMENTS
HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED UNLESS
OTHERIMSE APPROVED IN WRITING
THE CONTRACTOR SHALL GIVE THE CITY AT LEAST 46 HOURS NOTICE FOR REQUIRED INSPECTION OF
CONSTRUCTION AND ALL CONCRETE POURS
THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL
EXISTING STREET SIGNS UGHTS UTILITIES, CONTROL IMRING AND OTHER APPRUTENANCES
THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED TRENCH SHORING IF SHORING IS NOT
ADEQUATE THE CITY CREWS IMLL NOT ENTER THE TRENCH AND THE CONTRACTOR IMLL BE
RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS
ALL TRENCH EXCAVATION, BEDDING AND BACKFILL SHALL BE ACCOMPUSHED IN ACCORDANCE IMTH
WSDOT SECTION 7-08 OTHER APPLICABLE SPECIFICATIONS, AND AS CONTAINED HEREIN
A CLEARING AND GRUBBING WHERE REQUIRED, SHALL BE PERFORMED IMTHIN THE EASEMENT OR
PUBUC RIGHT OF WAY AS PERMITTED BY THE CITY AND/OR GOVERNING AGENCY DEBRIS
RESULTING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED OF BY THE CONTRACTOR IN
ACCORDANCE IMTH THE TERMS OF ALL APPLICABLE PERMITS UNLESS THERE IS A SPECIFIC BID
ITEM IN THE BID SCHEDULE FOR CLEARING AND GRUBBING, THE COST OF ALL LABOR, EQUIPMENT
AND MATERIALS NECESSARY TO COMPLETE THE CLEARING AND GRUBBING SHALL BE INCLUDED IN
THE UNIT CONTRACT PRICE FOR THE VARIOUS OTHER ITEMS OF WORK IN THE BID PROPOSAL
THE TRENCH SHALL BE KEPT FREE FROM WATER UNTIL JOINTING IS COMPLETE SURFACE
WATER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL
MAINTAIN SUFFICIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THAT THESE PROVISIONS
ARE CARRIED OUT
C TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE
OF PIPE LAYING IMTHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER
D BACKFILUNG WITH NA TlVE MATERIALS EXCAVATED FROM THE TRENCHES MAY ONLY OCCUR IMTH
THE PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER IF THE EXCAVATED TRENCH MATERIAL IS
DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CONTRACTOR MAY USE
THE MATERIAL TO THE BOTTOM OF SUBGRADE ALL TRENCH BACKFILL MATERIALS SHALL BE
COMPACTED TO 95 PERCENT DENSITY
IN PAVED AREAS IMTHIN THE PUBUC RIGHT-OF-WAY THE CONTRACTOR SHALL USE CONTROLLED
DENSITY BACKFILL PER CITY STANDARD DETAIL UNLESS ANOTHER ALTERNATIVE METHOD IS
SPECIFIED HEREIN OR APPROVED BY THE CITY ENGINEER ALTERNATIVE MATERIALS MAY ONLY
BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER ALL OTHER TRENCHING
SHALL BE BACKFILLED WITH CRUSHED SURFACING OR OTHER MATERIALS CONFORMING TO
WSDOT SPECIFICATIONS
ALL ASPHALT TRENCH AND PAVEMENT JOINTS SHALL BE SAWCUT THE CUTS SHALL BE A MINIMUM OF
ONE FOOT OUTSIDE THE EXCAVATED TRENCH IMDTH
TEMPORARY RESTORATION OF TRENCHES AND STREET PATCHING SHALL BE ACCOMPUSHED BY USING
2" MINIMUM DEPTH HMA, CLASS W PG 64-22 WHEN AVAILABLE MEDIUM-CURING (MC-250) LIQUID
ASPHALT (LD MIX), ASPHALT TREATED BASE (A TB), OR TRAFFIC BEARING THICKNESS STEEL PLATES
WHEN UTlLlZED STEEL PLATES SHALL BE SHIMMED AS NECESSARY AND SECURED WITH HOT OR COLD
MIX ASPHALT CONCRETE A WEDGE OF HOT OR COLD MIX ASPHALT SHALL BE CONSTRUCTED AT
12H lV ADJOING ALL PLATE EDGES TO BE CROSSED BY TRAFFIC
ATB USED FOR TEMPORARY RESTORATION, MAY BE PLACED DIRECTLY INTO THE TRENCH OR PATCH
AREA. BLADED AND ROLLED AFTER ROLUNG, THE TRENCH MUST BEFILLED FLUSH WITH THE EXISTING
PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE
10 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE
PERMANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR ANY
REASON, THE CITY WILL PATCH THE AREA AT THE EXPENSE OF THE CONTRACTOR
11 TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF TRENCH BACKFILL FOR ME THAN 24
HOURS WITHOUT USE OF TEMPORARY PATCHING MEASURES STATED ABOVE
12 TACK COAT SHALL BE APPLIED TO EXISTING PAVEMENT AND EDGE OF THE CUT AND AT COLD J()jNTS
PRIOR TO PAVING SPECIFIED IN WSDOT SPECIFICATION SECTION 5-04 3(5)A
13 HMA CLASS W PG 64-22 EQUAL IN DEPTH TO THE EXISTING PAVEMENT, SHALL BE PLACED IN
ACCORDANCE WITH THE APPUCABLE REQUIREMENTS OF WSDOT SPECIFICATIONS OF SECTION 5-04
EXCEPT THAT LONGITUDINALJOINTS BETWEEN SUCCESSIVE LAYERS OF HMA SHALL BE DISPLACED
LATERALLY A MINIMUM OF 12 INCHES HMA OVER 3 INCHES THICK SHALL BE PLACED IN EQUALUFTS
NOT TO EXCEED 3 INCHES EACH
14 PATCHES ON ALL STREET SURFACES, WALKS OR DRIVEWAYS, SHALL BE FEATHERED AND SHIMMED TO
AN EXTENT THAT PROVIDES A SMOOTH RIDING CONNECTION AND EXPEDITIOUS DRAINAGE FLOW FOR
THE NEWLY PAVED SURFACE SHIMMING AND FEATHERING AS REQUIRED BY THE CITY ENGINEER
SHALL BE ACCOMPUSHED BE RAKING OUT THE OVERSIZED AGGREGATES FROM THE ASPHALT
CONCRETE MIX AS APPROPRIATE
15 SURFACE SMOOTHNESS SHALL BE PER WSDOTSPECIFICATlON SECTION 5-04 3(13) UNACCEPTABLE
PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH
16 WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO ITS
ORIGINAL OR BETTER CONDITION
17 THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHALL BE COMPLETED WITHIN 30
DAYS AFTER FIRST OPENING THE TRENCH THIS TIME FRAME MAY BE ADJUSTED IF DELAYS ARE DUE
TO INCLEMENT PAVING WEATHER OR OTHER ADVERSE CONDITIONS THAT MAY EXIST HOWEVER,
DELAYING OF THE FINAL PATCH OR OVERLAY IMlRK IS ALLOWABLE ONLY SUBJECT TO THE CITY
ENGINEER'S APPROVAL THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE THE WORK
WITHIN THE 30 DAY TIME FRAME AND NOT ALLOW ANY TIME EXTENSION IF THIS OCCURS, THE
CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CITY ENGINEER
18 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL
EXISTING UTILITIES THE CONTRACTOR SHALL VERIFY ALL UTlUTY LOCATIONS PRIOR TO
CONSTRUCTION BY CALLING THE UNDERGROUND UTIUTY LOCATION CENTER AT 1-800-424-5555 A
MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION THE CONTRACTOR WILL ALSO BE RESPONSIBLE
FOR MAINTAINING ALL LOCATE MARKS ONCE THE UTlUTlES HAVE BEEN LOCATED
SANITARY AND STORM SEWER NOTES
PROJECT SPECIFIC NOTES:
WHERE INDICATED, CEMENT CONCRETE SIDEWALK TO BE REMOVED AND REPLACED IMTH A COMBINATION OF
CEMENT CONCRETE AND CONCRETE UNIT PAVERS AS SHOWN ON SHEETC-8
NEW CURB LOCATIONS WILL BE STAKED BY THE CITY CALL FOR CURB STAKING 48 HOURS MINIMUM PRIOR TO
PLACING FORMS
WHEN RECONNECTING EXISTING WATER SERVICES OR INSTALLING NEW SERVICES THE WATER METER SHALL
BE PLACED WITHIN THE CEMENT CONCRETE BLENDING STRIP ABUTTING THE BUILDINGS
EXISTING SIDEWALK ACCESS PORTS SHALL BE REMOVED PENETRATIONS WITHIN THE NEW SIDEWALK SHALL
ONLY BE AS NECESSARY TO PROVIDE FOR PROPOSED UTILITIES AND EXISTING UTlUTlES TO REMAIN IN
SERVICE
THE CITY SHALL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDUUING A DIVERSION OF FLOWS IN THE
WASTEWATER SYSTEM NO DISRUPTION OF SEWER SERVICE WILL BE ALLOWED
TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF
PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER ALL WORK SHALL BE IN
ACCORDANCE IMTH WASHINGTON INDUSTRIAL SAFETY AND HEALTH ADMINISTRATION (WISHA) AND THE
FEDERAL OFFICE OF SAFETY AND HEALTH ADMINISTRATION (OSHA) STANDARDS
ALL SEWER MAINS SHALL BE HIGH VELOCITY CLEANED AND PRESSURE TESTED PRIOR TO PAVING THE
STREETS IN CONFORMANCE WITH THE WSDOT SPECIFICATIONS AT THE CONTRACTOR'S EXPENSE
HYDRANT FLUSHING OF LINES IS NOT AN ACCEPTABLE CLEANING METHOD AN AIR TEST OF ALL THE
LINES IS THE MINIMUM TESTING REQUIRED TESTING OF THE MAIN MAY INCLUDE VIDEO INSPECTION
BYTHE CITY TESTING SHALL TAKE PLACE AFTER ALL UNDERGROUND UTlUTlES ARE INSTALLED AND
COMPACTION OF THE ROADWAY SUBGRADE IS COMPLETED
PRIOR TO BACKFIWNG, ALL SEWER LINES AND APPURTENANCES SHALL BE INSPECTED AND APPROVED
BY THE CITY'S INSPECTOR APPROVAL SHALL NOT REUEVE THE CONTRACTOR FOR CORRECTION OF
ANY DEFICIENCIES ANDlOR FAILURE AS DETERMINED BY SUBSEOUENT TESTING AND INSPECTIONS IT
SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REQUIRED INSPECTIONS
CONNECTION OF A SEWER MAIN TO A SYSTEM WHERE A MANHOLE IS NOT AVAILABLE SHALL BE
ACCOMPUSHED BY POURING A CONCRETE BASE AND SETTING MANHOLE SECTIONS THE EXISTING
PIPE SHALL ONLY BE CUT INTO BY CITY CREWS, UNLESS OTHERWISE APPROVED
ECCENTRIC MANHOLE CONES SHALL BE OFFSET SO AS NOT TO BE LOCATED IN THE TIRE TRACK OR A
TRAVELED LANE AND SHALL BE IN LINE IMTH THE MANHOLE STEPS
MANHOLE FRAMES AND COVERS SHALL BE CAST RON MARKED 'SEWER' CONFORMING TO THE
REQUIREMENTS OF ASTM A536, GRADE 80-55-06 REPAIR OF DEFECTS SHALL NOT BE PERMITTED
SAFETY STEPS SHALL BE FABRICATED OF POLYPROPYLENE CONFORMING TO ASTM 0-4101 INJECTION
MOLDED AROUND A % INCH ASTM Ml15 GRADE STEEL REINFORCING BAR WITH ANTI-SUP TREAD
STEPS SHALL PROJECT UNIFORMLY FROM THE INSIDE WALL OF THE MANHOLE STEPS SHALL BE
INSTALLED TO FORM A CONTINUOUS VERTICAL LADDER WITH RUNGS EQUALLY SPACED ON 12 INCH
CENTERS AND INSTALLED PER WSDOT STANDARD PLAN B-24
MINIMUM SLOPE THROUGH THE MANHOLE SHALL BE 1/10TH OF ONE FOOT FROM THE INVERT IN TO THE
INVERT OUT ALL MANHOLES SHALL BE CHANNELED
10 A MANDREL TEST IN ACCORDANCE IMTH WSDOT SECTION 7-17 3(2)G MAY BE REQUIRED BY THE CITY
ENGINEER ON SEWERS EXCEPT LATERALS
11 THE CONTRACTOR SHALL INSPECT SEWER SERVICE LINES FOR BLOCKAGE OR DAMAGE AND REPlACE
ACCORDINGLY UP TO THE RIGHT OF WAY UMITS
12 WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN, THE CONTRACTOR SHALL VERIFY THAT
THERE IS AN 16 INCH SEPARATION BETWEEN THE PIPES IF THERE IS LESS THAN 18 INCHES
CLEARANCE, THE CONTRACTOR SHALL CUT THE SEWER PIPE AS NECESSARY TO ASSURE THAT NO
JOINTS IN THE SEWER PIPE ARE CLOSER THAN 10 FEET FROM THE CROSSING
CONSTRUCTION PLAN GENERAL CONDITIONS
ALL WORKMANSHIP SHALL BE IN ACCORDANCE IMTH THE CITY OF PORT ANGELES URBAN SERVICES
STANDARDS AND GUIDEUNES THE 2006 WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE
AND MUNICIPAL CONSTRUCTION AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND
REQUIREMENTS
HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS
OTHERWISE APPROVED
THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED
FOR AN INSPECTION
LOCATION OF TRAFFIC AND STREET SIGN SLEEVES TO BE INSTALLED BY CONTRACTOR TO BE VERIFIED BY
CITY INSPECTOR PRIOR TO POURING CONCRETE CONTRACTOR TO NOTIFY THE INSPECTOR 48 HOURS PRIOR
TO CONCRETE POURS
THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING
STREET SIGNS, LIGHTS, UTlUTlES AND APPURTENANCES
-\'/-'W--
N
EB
o
WATER NOTES
-p
- O~p -- OHP--
-i
THE CITY SHALL BE GIVEN AT LEAST 72 HOURS NOTICE PRIOR TO SCHEDULING ANY CUT-IN, UVE TAP
OR OTHER CONNECTION TO THE EXISTING WATER SYSTEM ALL NEW WORK MUST BE SUBJECTED TO
A HYDROSTATIC PRESSURE TEST IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 7-093(23)
THE WATER MAIN SHALL NOT BE PRESSURE TESTED UNTIL THE UNES HAVE BEEN FLUSHED OF
CHLORINE IN EXCESS OF 2 PPM AND A STlSFACTORY BACTERIOLOGIAL TEST RESULT HAS BEEN
RECEIVED THE WATER MAIN SHALL BE TESTED BETWEEN VALVES ALL TESTING SHALL BE
IMTNESSED BY A CITY REPRESENTATIVE
THE CONTRACTOR SHALL PROVIDE THE NECESSARY EQUIPMENT AND SHALL PROVIDE ALL WORK AND
MATERIALS ASSOCIATED WITH FLUSHING AND PRESSURE TESTS DISINFECTION OF WATERMAlNS
SHALL BE ACCOMPUSHED ACCORDING TO THE REQUIREMENTS OF WSDOT SPECIFICATION 7-09 3(24)
AT NO TIME SHALL CHLORINATED WATER BE FLUSHED INTO DITCHES, STORM DRAINS, OR ANY BODY OF
FRESH WATER,INCLUDING ANY SYSTEM LEADING TO A BODY OF FRESH WATER
BACTERIOLOGICAL SAMPLES FOR TESTING CAN ONLY BE TAKEN MONDAY THROUGH THURSDAY UNTIL
300 PM -WHEN THE TESTING LAB IS OPEN THESE TESTS IMLLBE DONE BY THE CITY AT THE CITY'S
EXPENSE, UNLES IT IS A REPEAT SAMPLE, WHICH SHALL BE AT THE CONTRACTOR'S EXPENSE
THE EXISTING VALVES SHALL BE OPERATED BY CITY EMPLOYEES ONLY, UNLESS OTHERWISE
APPROVED BY THE WATER SUPERINTENDENT
DURING CONSTRUCTION OF THE MAINS AND SERVICES, THE CONTRACTOR SHALL CAP, PLUG OR
SECURE THE ENDS OF THE UNES WHENEVER THE PROJECT IS SHUT DOWN AT THE END OF EACH DAY
SO THAT CONTAMINATES WILL NOT ENTER THE LINES
THE CONTRACTOR SHALL PROTECT AND MAINTAIN ALL EXISTING WATER MAINS, APPURTENANCES AND
SERVICE UNES ENCOUNTERED DURING CONSTRUCTION AND SHALL BE RESPONSIBLE FOR ANY
DAMAGE TO THE EXISTING SYSTEM OCCURING DURING THE COURSE OF CONSTRUCTION
THE CONTRACTOR SHALL MAINTAIN A MINIMUM OF 18' OF VERTICAL SEPARATION BETV\o1OEN
CROSSINGS OF SANITARY SEWER AND WATER MAiNS THE LONGEST STANDARD LENGTH OF WATER
PIPE SHALL BE INSTALLED SO THAT JOINTS FALL EQUIDISTANT FROM THE CLOSEST POINT OF
CROSSING IF MINIMUM SEPARATION CANNOT BE MAINTAINED, IT MAY BE NECESSARY TO ENCASE THE
WATER AND/OR SEWER PIPE IN CONCRETE NO CONCRETE SHALL BE INSTALLED UNLESS SPECIFCALLY
DIRECTED AND INSPECTED BY THE CITY
ALL NON-FERROUS PIPE FOR MAINS AND SERVICES SHALL BE INSTALLED IMTH CONTINUOUS TRACER
TAPE INSTALLED 12' TO 18' BELOW THE FINAL GROUND SURFACE TRACER TAPE SHALL BE TERRA
TAPE "0' OR EQUAL AS APPROVED BY THE CITY
IF THE CONNECTION TO THE EXISTING SYSTEM REQUIRES TURNING OFF THE WATER, THE
CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE RESIDENTS AND/OR BUSINESSES
AFFECTED BY THE SHUTOFF THE CITY WILL INFORM THE CONTRACTOR WHICH PROPERTY OWNERS
ARE TO BE NOTIFIED PROPERTY OWNERS SHALL BE PROVIDED A MINIMUM OF 48 HOURS ADVANCE
NOTICE OF ANY PLANNED INTERRUPTION OF SERVICE NO SHUTOFF OF MAiNS WILL BE PERMITTED
OVERNIGHT, OVER WEEKENDS OR ON HOLIDAYS THE CONTRACTOR MAY BE REQUIRED TO PERFORM
THE CONNECTION DURING TIMES OTHER THAN NORMAL WORKING HOURS
o
-\S.~-
- <;D - SD -
e
Q ~
*
-:J.i~
~ii\. -
e~~
v
"
o
-s~-
-v -'.1-
~."",..
/~1""'-," ,,~\r
'> .' ,'t
~
ED
...
f4
M
-V -V -
~
II
.
~
LEGEND EXISTING
WATER MAIN
WATER VALVE
WATER METER
ELECTRIC VAULT
UNDERGROUND POWER
OVERHEAD P01I\IER
UNDERGROUND TaEPHONE
MANHOLE
SANITARY SEWER
STORM DRAIN
CATCH BASIN
TRAFFIC SIGNAL
PEDESTRIAN SIGNAL
STREET UGHT
PEDESTRIAN UGHT
FIRE HYDRANT
FIRE SERVICE
DECIDUOUS TREE
FORCE SEWER MAIN
48' WATERUNE
HOLLOW SIDEWALK
UNDERGROUND FUEL TANK
LEGEND PROPOSED
METER BOX AND SETTER
FIRE HYDRANT
FIRE SERVICE
WATER VALVE
WATER MAIN
STORM DRAIN
THROUGH CUR INLET
CATCH BASIN
CONCRETE INLET IMSOLlD COVER
PAVER SIDEWALK
IlIPlIlI'8rrl1fJ'lJ~
0-1
~
~
~
..
~
~
L..J
......
~
'<1:...
lJ)!
~
CJ
<::
...... I
~
Q::: c c
~~ZZ
:;::: ~.'.'
~ ll--o
'5 CIlI: WW
~~~
8>2:
~
00
..~
..
~
lC)
lC)
lC)
lC)
I
"l-
C\j
"l-
~~
::.:l2C)
u~~
....
lI)(,,:)
9::Cs
~
CJ~
::t~
C\J
"l-
tJ
(j...!l ..
tj::~
<:: i:l 2 .. ;:
...,~lo..~9
""~ i~
i~ u ~
II C) C ~
ill" !<..... ~
~......., & ~...
~~~!i
).... ~:: ~
h.-. ~::t
~
e
I
I.
I
I
I
I
I
I
I
I;
&
Ii
I
I
I
I
I
I
I.
;;
.i
I
-----
l~
WATER PlaN SHEET
AND CORING lOCATION
INDEX \ ~
\\
\
/-_.__/:::--~
.... c,' .. ~
I ,/'
./ .//
-'
,,~,'-' .../i
///
l/ ................i/
i,......-.~.. _ - L 8
l-L.
<2
/.
/./.
/.
,>.""
J
~~
.I/o
/.
/.
/.
~""""Y71'Y/
CL #9
/;,./ V
//" Fe:> #l1U
V //1 "
( ~o ~: JIJ[':]j~
, I-- . I, I
CL #12 ~ L.-.l V
.r,: '
]
j !
V
CL #1
\
\
<--
_1l:-6
r T
I
-'-"-
r
LLI
~CL~l ~
>-
W
-l
-l
<I:
>
<=7
r
PAVEMENT SECTION AT
CORING LOCATION
CONC.
8-10"
8-10"
ASP.
CL#1 2.5"
CL#2 4.5"
CL#2A 6"
CL#3 4"
CL#4 5"
CL#5 4.5"
CL#6 5"
CL#7 5"
CL#8 4.5"
CL#9 5"
CL#10 4"
CL#11 4.5"
CL#12 1.5"
CUH3 2.5'
CL,#5 CL #4 CL,#3
u
--$- - -.... --...
I
I--
W 0
W
0:::
I--
(/)
>-
0::: r
0::: t
w
I
U
CL #1
I I
--4 r-- -... IV -...... III
--0-' _W:l. .......-
1
\
L # 6 \
CL #18
19m I
-
8-10"
8-10"
8-10"
8-10'
CL\#2
CL !2A \L
\. \ I
'\ \t'l
-~ -
~. ---
JIlL.
PAVEMENT SECTION AT
CORING LOCATION
ASP.
CL#14 3"
CL#15 1.5"
CL#16 1.5"
CL#17 2"
CL#18 2"
CL#19 3"
CL#20 3"
CL#21 2"
CL#22 15"
CL#22A 2"
CL#228 2"
CL#23 1 "
CL#24 1.5"
CL\ #
CONC.
8-10"
8-10"
8-10"
8-10"
8-10"
8-10"
8-10"
8-10"
8-10"
8-10"
8-10"
8-10"
~
~.....
~-.... -
.
~L
fl-,
'-----J -
J ~ [
I--
'\ ;
o
I } I
L/20 J
II
~ ce ~
j):;:;,,""
......
I
f
~B-
/
/
-II
CL #19
,J I
v
l-o...
-~
CLI #2
o
.....
...~
.'
.'
.... C\j
, ~
.......... ")
......J1
........ ~
.'
-
.Jl.-
1
~
I I
__&!.r__ .~II
......
FRONT STREET
D
~-
D I r~ ,J )'
) A '" ./ /-- ---~ /"
-" -~ "~-~-~ '----- /,....-
'~~~====::::-- --=::::==-~ ..---,,; ------~
;t.::::::---- - ----_--.:::--
I ~ //
//~ --
~"r'I{lIJ
~F
~~ '\~ '
CL {21 CL #!J
\
T \ J..,$ ...J~.
- .......W~~
'\
\ '"'-
~ /- \-
~ CL #22A
/ CL #22
CL #228 ~
~
r--
=
I
I~
-
t5
~
.....
~~
~~
(3
C)
---..I
\.:)
~
gs
<..:l
~~
~
......
t::J
I ~ a J
~ ;I~~
~~~...,
~ ~--o
"'-~~U
~ ~8>z
), ~
l
I--
W
W
0:::
I--
(/)
-l
W
0:::
::J
<I:
.....J
~o:;
1.--: .....
~ ...
~ ::
"""n
c;
I~ ~ I
ID ~
o 0:
_! i
V)~:g
~~:g
C)~I
:t~~
\() t\j
- ~ i,I,J ~
--..I~ch
--..I~C:l
(3t,.:j,?
Q:i-
.....fL..
I..
~/
-'''''''
.......... >-"""
FIRST TREET
.....-l l-....
~
--1= - -
-'-- -
/--_---1 ......A
J / ~~~t~,~v1;ItiJ;.
U'm~ ~
I dOlii'.
I "h"'e ~ ~~~ ~~ ~\
I "'8{DNAL ~~\
I ....
I I EXPIRES O.OV 0 <j I
"--
1. .
~~n- _ ~:~!
~ ___ ~:d"-
__ ..~io~~
'----l~;Q,~~
i ~ u i2 2'
IIC) ~.~
~Cli~~-
.. I:'': ~
~~~H
~ ~ ~ ~
'" is ::;
ti
G-2 I)
It)
""
+
-.t
<(3
1-0
(/)-1
W
wID
~w
-IW
I(/)
U
I-
<(
~
z
<( I-
~ W
W
a::::WO::
WII-
I-I-(/)
<(
3Z~
OZ
a:::: 0
OZO::
l..L..Ol..L..
""Fl..L..
,go
30::W
1-0
I-(/)-
WZUl
WOI
IUI-
(/) ::::>
o
(/)
REMOVE EXIST. CYC ONE PAR KIN G LOT INS ALL CLEANOUT ANRDEM~~T':. ESPTLAAICRES
FENCE, RAILS, AND POSTS (14 LF)
EXTEND E 1ST. 8" PVC SEWER
TO WEST AT +1% (310 LF).
ABANDON EXISTING SEE DETAIL 1\W-4
MANHOLES REMOVE EXISTING
WALK AND DRIVEWAY
(682 SY)
CRUSH EX~': ~"::ef';'t'<"7' ,,+W AMlI' " $8xL " ,
AND ABAN ON 'IN PLACE' <, ; ~' "', liOl -",
',: ' ':", , :',.' CONNECT,,EXIST~' ,
SEE 'DETAtt,:' SHEU~' :C~8 ':,6~ ;ll~E StRVICE
:,>AND,' C~9"F:0f(WAO}" ", "
i ,':~C0NsTRLlctION~;'Aoo~CENr ,r/ ;:',';, ,," ~
~, ,. ~ ~,P .. ,.. , v 1<1 _, ~ .:.;, ~V,/'
, JP"BUILQING. 'fY:1?'~"':t ' OVERHANG 'IYP.
,,', >, >",," ,,30~Oe;"',,""(,~,,:, .>
CONNECT TO EXIST. 6" 01 MAIN
ABANDON 6" CI MAIN EAST AND
WEST. SALVAGE EXIST. 6" VALVE
~ ~'tt ' ~~~
, ' ,1 ' SERVICe" ,& N
','METER !~QX,' 'TY., .
, ,'" " 'F" DDRESS, TYP.
':,' ,:' :'/ '; <,( REMOVE E 1ST.
, :'141.:: ' :';- WALL. TYP
,>.;<', '
EXIST. 6" CONC. SEWER
PLUG AND ABANDON
IN PLACE
PLUMB TO 8" PVC
''2 ~
EXISTING STREETLIGHT
TO REMAIN, TYP.
INSTALL 6" 01 WATER
MAIN (460~)
EXIS* SIDEWALK L1G*
TO REMAIN, TYP.
REMOVE TIMBER PILE
CONCRETE FOOTING TO
REMAIN, TYP.
~
REMOVE EXISTING CURB AND
REPLACE WITH BARRIER CURB (208 LF)
SEE DETAIL 9\C-2
REMOVE EXIST. TREE
AND TREE WELL, TYP.
3+00
FRONT
STREET
2+00
EXIST. BLOCK WALL, TYP.
I~
1~
"f.
l~n~~ 1\ ;
Ii U ",_'J
EX. 6"l:lW~trn SD -
I,' "z At;(/~,
~~~ 0
" 1':?J:~:7
\ v,c:tJ
(: .: < ~ ., ~ ~
T
R\W, TYP.
PARKING LOT
REMOVE EXISTING CYCLONE FENCE,
RAILS, AND POSTS. (178 LF)
PLUG INLET TO EAST
SEE DETAIL SHEETS C-9 AND
C-10 FOR CONSTRUCTION OF WALL
WITH RAILING, TYP.
INSTALL CLEANOUT
" ',INSTALL
FIRE SERVICE
CONNECT EXIST. S ER ,i.' .,' ,
SERVICE TO 8" PVC ND~':~'
INSTALL CLEANOr:',~:,~~
REMOVE TIMBER PILE
CONCRETE FOOTING TO
REMAIN, TYP.
REMOVE EXIST. SIDEWALK
SUPORT BEAM, TYP.
L PLUMB TO 8" PVC \ I
fi fi fi ~"PLUG AN~.fi~BANDON EXIST. BELOW GRADE ~ fi
F =IF =IF "=IF MAIN IN ~CE TYP. 4l
REMOVE EXIST. INLET. \ ' REMOVE E STING CURB AND
PLUG OUTLET EXIST. CONCRETE PIPE REPLACE WITH BARRIER CURB (173 LF)
SADDLE TO REMAIN, TYP. SEE DETA 9/C 2
REMOVE EXIST. GRAVEL AND EXIST. CI MAIN IL -
\ AS REQUIRED TO MAKE CONNECTION TO EXIST. 6" 01
6+00
5+00
REMOVE/REPLACE EXIST. STAIRS
STREET
FRONT
"
It)
N
+
-.t
<(w
1->
(/)0
ID
W<(
~w
...Jw
:e(/)
u
I-
<(
~
~
C:I
C\j
i-
I()
~
5(/) ~
Fti i-
Uw .....
Wo::
(/)1-
a::::(/)
W
ss ot-...J
.,..,Zw
.., - 0::
+-1::::>
.....u<(
<C ...J
1-110
(/) Z
0<(
o
+1-
.....z
o
<CO::
t-l..L..
(/)
r ^ (:) ll)
9:!......ll)
~~~
C)~I
::t:~~
~ I" "l-
"l-~I
-..JCl::C:I
-..J6:C:I
Gl,lj~
tC.....
0'
I
t3
Nwlil
~ ~..:~
<: ~2 ":::
~ ","'i5oB~
1~5"i!
3C5I'Ei.~
I' 2' ~ Q... G g ;;
I l,...3il
TWO INCHES AT fUll SCN..l: C5 l; w Ii:
IF NOT SCN..l: ACCORIlINGLY )... is - lr
I-.. ::;
c:s
W-1 ~
llMl I'OHd v:xJ
o I X llMGlll !lMO
I - I - I ']y.)S H 81-00 ON J:lll'Olld
..~ :~ ^ LO a 9 :3LW NM
AS NOISIo\]lj ll'fO X 'lVAlWNI lIIlOlNOO 0 9 M:)l 'AS O]N9!SlO
O~+ti 01 /9+9 ItlS - 13381S lN08.:1 30/S HlflOS - N0l1Jfl81SNOJ NWfoI 831ltM
~~~~-frZfr-008-/
DID flO)., 380.:138
S8flOH 81' nltJ
133~15 lNOH:l .:10 3015 Hl~ON
3Hl NO NOI1~Jn~15NO~
NI'v'Vi ~31 '1M ~O.:l ~ -M 133H5 335
-dHO
-s
~-
l:l
(I)
u'
s"" (I)
(I)
(I)
(I)
(I)
(I)
(I)
(I)
(I)
(I)
(I)
Vl
2
I-i
<[
2:
w
UVl
~Vl
o
w...
~
w
:;3:
w
(,I)
(I) l:l
, Vl
.--<
(U
Vl
Vl
s~
/
s""
..
..
..
..
..
..
l:l
l:l
l:l
o
o
+
(X)
I-
W
W
a::::
I-
(f)
I-
Z
o
a::::
lL.
c[
~
ss
ss
ss-
(I) 1:1
Vl
(I)
Vl
..
Vl ..
(I)
(I)
(I)
Uto-lS1- (oot) :3NOHd
Z9tll8 '~IHSVM 'S3U!lNY J.lfOd @
<X:ll xog Od m~ HIS "] iZl:
"] d lID>ft!lIG >.110 .IH1lIOMH]~ )olJ't!l
S373DNIt 180d .:10 )"l1J
SlIlIOM :lI1lIOd
3^08'v' 335
00+6 '115 3NIl H~l'v'Vi
(J\
..
..
..
..
..
..
..
..
..'
"CO 0
.--< 0
+
o
......
1'0.-
IJ ,2
"
"
..
..
"
"
o
o
+
......
......
I-
W
W
a::::
I-
if)
~
I
~
I
~
I
~
I
~
I
~
I
~
wi
u
-:5 ~
Ua.. I
~z:
. z: :Ill
~o ,
x~
w<(
~ lD ~
:3 <( I
a.. .
o
o z:
z: W ~
:: 5 I
a L5 ~
\~
a.
I
I
a.
I
a.
\
a.
\
a.
I
..
I
a.
I
a.
I
0.
I
0.
\
0.
I
0.
I
0.
I
0.
1
0. ^i
0.
\
a.
~
I
~
I
~
I
0-
I
"-
\
r;:.-M 133H5 335
09+~~ '115 3NIl H~l'v'Vi
~~
1
'I
I~
'"
(I)
I
'"
'"
\
'"
VI
I
'"
VI
I
1u
u
~~
~!
N
I
3:
~
z:
52 I
0: z: "".,;..
<( - -Fi
~~~
-ss -l 0: J.s
<(WN
3: !;;( """"0 0
V)~ .1-
V) :=- z: c
~ >- Q~ to
U lD t3..- z:
wO='::::!:~
UWO:OW
:5~~a:lD-
~- ~H-g~ d I
o ,,- "
W
0:
,
l:l
l:l
l:l
"
"
l:l
l:l
o
o
CJ]/,\]S ,21
"is )i'v'O
z:
<(
::::!:
, :: ~ F:~:(~;~::~<~:,Z: ::t" ,::0: ,~2~~:{
'.. ,", ':I~~,:I;~', '~};' ~ ~',:I.O): 0"
'" .--J '''SE 0....... 5"", 0
" I $', (j), '. .....
"'-..I -'0' U
'q ':D-:S:~ '0 ~ z: X
:;::,:'i::~ :", ',;i!~:6 " ~ 8 ~,
" ~",,~:;,:U')(j)"lJ;;;: '''1 ",:~:a!'~T~2i~,~:"j
.. \.J V}. 0 ",-""l.O" ;& d,,_,' '"
W' ='..'",",,'" \:Ill,',"'<< "
,.-:-:-to:::~ I"~ "0::" "
; U ....' ..... W ,....
,,)1-:1 V> ::::!: ., "> ,f-.-: :z '
D- 1IJ~' .c::w:;=
D'S:io::: ~::::!:~
" ' ( , ~' ...J lIJ' ......,: U')
, : ,\.t...J fb a.. N U') ,
',' '0:,' , ....J x' ,t) ",
,e, ..:J W'z:
",," <,> '-
en I-
z:
1IJ
""
VI
Iw
f'lt-
I~
u
",2
(1)0
U \~
<[3 CO
~I I ~ ~ ~
/3 f'l 0
~w
\ en
'0
.> a.. ....J
! i ~~ '
~ ~~
I \ ~~ l:l
(I)
\1 'to'
~ Z VI tl
I I ~ Vl
~ Bl~z:
I I ~~
UW
t;l<(O:(I)
~ Vl
I I~~
~
I
~
I
W
I-
..w
Vl .. ~
(I) U
2
o
U
)0
'"
I
'"
V>
I
A
'"
I
'"
'"
\
A
V>
I
'"
(I)
I
""
V>
I
,
.--<
(U
"
"
"
..
~
lD
::::!:
W
V)
~
I-
z:
~
o
>-
:J:
....J
....J
~
en
z:
I-
Z
o
0::
lL.
1'1- Jp
iFl
---\I~
-/1
~
I
t-=~
51
.
CXbt
~I
z
~
+=
~
I
~
8
a
...t
'"
VI
)0
I
'"
VI
I
'"
VI
I
'"
'"
I
'"
'"
I
'"
VI
\-
'"
V>
I
'"
(I)
I
'"
(I)
I
'"
'"
I
'"
VI
I
'"
'"
I "
A
VI
I
'"
V>
I
I
""
r
'"
'"
I
'"
VI
I
'"
VI
I
I "
, '
, y
I' ,
.
C>
I-
o
~
LJ
Z
I--l
~
~
<[
~
W
U
>
0:
W
V)
c
I.l1
~
V)
x
W
~
, c,
';'N'
" .'
'lD ,
::::!:,
" \~,::~"ft;,
, ~;,:"
;'L-:.
"'~'(:
" ,',H"
"~~,"
,:~ I:t "
" '~::J'
;}"f "
, }.;2;:~
0':[:,:,
o;:t ::,LJ~" !
.',~+~,..
, ,
)7 c,
, f-,- ',:
,,'H",
U
,
? >, ~ ~'
_ _X"IJ_ _ _ _ _ _ _ _~oa.... _ _ _ _ _ _ _X"~llIII
ffi += ~
~ I
C5
c ~
~~I
~ ~
~ I
~
~ I
~ ~
<; I
Y
~
I
~
I
~
~I
llD~
~I
~
I 0-
" I
-5Tr ~
"-
I
"-
I
a.
I
"-
I
0-
I
"-
I
Q.
I
...
I
~~
~~
z:~
....Jw
~o:
~1.1..
z:
....J
0-
I
0-
I
"-
I
0-
I
'0 (
'"
(I)
I
'"
(I)
I
'"
V>
I
""
'"
I
I-
o
-1
LJ
Z
I--l
~
~
<[
~
'"
'"
'"
'"
(
~
I
~
I
~
I
~
I
~
I
I
'"
VI
I
'"
V>
I
'"
(I)
I
'"
'"
I
a.
~
'"
M0138 335
00+6 '115 3NIl H~l'v'Vi
V> ~
(I)
I
2
....
<[
2:
w~
U
CY.
o
w...
CY
w
:;3:
Ld (I) l:l
(,1)(1)
)0
I
)0
<b
)0
I
)0
I
'"
(II
,.
,..---- 1
o. 0
01 . .1 . I 3lY:lS H
N ".' 3"lW:lS ^ LO Ll 9 31.0
All NOISIA31f 31.0 N lYMl31M l,nCUNO:) LO tt 9 . 1
qL+9/ 01 Oq+// illS - 133815 lN08.1 3015 Hlnos - NOll:)n81SNO:) NWfV 831 11M
J
r
)<
I
,.
I
:>
I
:>
<b
:>
I I
I
:>
I
)<
I
r
:>
I
:>
I
:>
I
~ I
)<
I
)<
I
)<
I
1
)<
1
:>
ul
<[
~I
x
w:>
I
:>
J
:>
\
)<
I
)<
I
)<
I
:-
1
'"
""
1\1/
1Q -tn:::;
Y/\' VI
'"
VI
tJl
n::",
U'"
8\
V>
Vl
Z-M I33HS 33S
O~+H VIS 3NI1 H~IVVi
"
"
I
>
I
>
~rl
::> . >
~ ~ I
(,!) '0 >
~ ~ I
~ >
~ I
~
'"
:1
w'" "
... V> "
Vl
'"
'"
'"
VI
~.~ '
J'
'"
\z
~~
I ~ ~
~~
l~
"
~tO
"
1li5 ~"
",(5
V>
I L.LI a..
U) 0
gt;
5P .
10 a..
z a::: V>
<( OVl
<..>
:;:L.LI
I~
~
V>
"
)11_ ~ "
-11\-
'" z
Vl ~
I ~~
'" W
VI u
I E
~ n::
I w ~Co
;:3 V>
WVl
'" [/)
'"
I ~
"
"
"
"
C)
C)
+
CU
......
"
"
ss---ss
I- (,!)
W ~ :Z
"J' W ~ to ~
~ ~c<"'>
L.LI=> >
~" ~ ~H;5 I
(/) "~< z
~~I>I
<..>~i""""
I- ~ ~ a::: ~~
Z a..~~81
o ~:i~':::'>
e: I
"
"
\
"-
\
'"
V>
l~~~
I 1 :J ~
,,--1 I >- :J
\I)~/ 5~
ll. I <;:) ::::J
!!:J>t 4'
/ ....
JL'-'-G=
>
I
>
I
ss
tS
ss-
1S Atjtj3H8
d-
d-
:::
1
tl
...
'"
:::
:::
'"
"
'"
"
"
'"
...
...
...
...
qqqq-yZy-OOB-/
DIO no).. 380.138
S8nOH By 7711:)
""'-L~. (OK) 3NOHd
19t86 'N010N1HSVM 'S]'1~ 1110d @
~II X08 'Od 133H1S HIt; 3 Il[
3 d 833N1!JN3 A.lIJ ...UIO....3. oIIMl
S313DNII 180d .10 ),,11:)
S)lHOM :Jn8nd
C)
C)
+
Ul
......
~
W
W
0::
~
(/)
~
Z
o
0::
I.J....
C)
C)
+
\D
1u
~g C')
~~ I
~ '<", ~
:n~
~i
~..
b
$'2:
XJ' ..)_
~ ."'10
~ U' i$>p..
,)~1~U'
,yo
~I>-.
~
:::
as_liS
ns--
\L~_
:::0_
II
~ > 1"-
. I, I
o
W
I
> I
, I
>
01 /1
10> I
~, ,I "-
Z> j
I ll.
> I
, 1"-
> I
I "-
>
I
>
I
> "-
I I
i I I
i 11
i Ii
i I"
0> ,/11
~l i
Z "-
i I
> ll.
, I
iP
ll.
I
I~-
I r. /T\'
1
"-
~
...
'"
""
""
Urr~~~UoU i:.
I~~ tl~ C) (,!) I
<..> V> + => ~
......= L.LI Vl X (") a.....J CL: >
QUl Z .....-4
Vl1r:l 5 L.J 0 ~ ~ I
<..> ~ L.LI
~~ tl li5:c>
~~o ~x~1
I ~ ~ ~ <..> L.LI L.LI
: t- ~f ~jj: '9~:
'"
"
>
I
>
I
>
I
>
rl
~ i
'0 >
~ I
>
01
.
~ ~i
z Z
~i
I
I
"-
I
"-
I
n.
I
"-
~o
I /I~
"-
\
"-
I
n.
~
to
li5
X
L.LIL.LI
.....<..>
<..>>
L.LI a:::
z L.LI
:z:U)
OL.Ll
~ a::: .
a::: l.&...
. L.LI
t;<..>
-5
a:::
aU)
1-"-"
" C'.I
C'.I
CD
::::E
~
-I
a..
...
...
:::
...
"
...
...
VI
VI
:::
...
...
~
CD
::::E
L.LI
U)
~
!z
~
o
>-
:c
L.LI
a:::
CL:
g
U)
~
'"
'"
(,!) L.LI 0
=><..>z
...J - L.LI
a..~
oL.Ll:C
:zU)(,)
<(" L5
C'.I
.....
=> .
<..>t;
(5
> ll.
.y-M 133HS 33S
~L+9~ VIS 3NI1 H~IV~
_ _"u_ _ _ _ _ _ _ _.OOu... _ _ _ _ _ _ _......
'"
"
~
::>
~
(,!)
W
I--
"'w
"'n::
u
z
o
u
C)
C)
+
...
"
00
x
W
~
M0138 33S
~Z+td VIS 3NI1 H~IV~
~~~~-frcfr-008-t
DIG no./.. 380.:138
S8nOH 8fr 77'r/J
01
.Ol - IIl-.l H
-.L :;rrt:lS ^ LO a 9 31'<0
AS NOISII\3H 31W 'W1IlI3INl HllOlNOO 0 :].I
OO+6t 01 ~L+9t 'r/1S - 133C11S 1NOCl.:l 3GIS H1nOS - N0/1JnCl1SNOJ NI'rII'V 831 'r/M
..
..
..
..
tl
tl
r-M 133H5 335
9L+9L V15 3NIl H::>lV~
o
o
+
r--..
......
tl
I
'..
..
t-
W
tl W
c:k::
t-
(f)
tl
..
..
f
t-
Z
o
c:k::
l1..
>
-I
c>
~I
~>
ZI
I
0..
I
0..
I
0..
I
0.. I
~
1---1
"-
I
0..
I
I
R~
~ r
1
~
~
~~ -
~~
I-
"0
0...
~."
'(Y)u
, ,<C,,)
~"?'
~;h
<1:
(0
~
v'?'
{:i
{yy
<c..::s
,,)
l'
"'"
o
o
+
CO
......
z:
~
W
0::
o
I-
U
>
1
>
I
>
~ I
......
~ >
: 1
i=
~........ >,
a...~
w is
en
::s 0:: . >
~s COI
0::-1 ~
~zl
/0 ~1~~ J
.. .9 "'"
<::><::>
X
,C?> ':>
~'r-~
c,,,
~<v {y
'54-
d',_<v
.;. c,v
~
~
II n
~~ ,
~
~
~~~~
~~i~
",Q~~
~~IllS
~I~'
~~i;
II to-LlIt (09r) 'JNOHd
Z9t96 'NO!llN1HSYM 'S31]_ lllOd @
0911 X08 0 d i33llIS lU~ .. I~
'J d If.l3Nr.lN] AIl~ JJU.lIOMNl. >>MJ
S373DN'r/ 1 ClOd .:10 ./..l/J
SlIllOM :Jf1lIl1d
~'"
~I ~~
~~ iljiS
119 19~
~~ ~~~
~11 0~61
~h ~11~
1o!15l'l 1I:~0
~ ~~~ !~~
o
z _ ..
~
o
z
<(
W
-.J
o
a:
Ww
3:~
W~
C/)~
.
(\I
~
u
~~
i!J!
i1",
~
I
~
>
I
>
1
>
1
>
1 -
0: i .r
~ >, +tl
~
~ :1
1 I
>
1
>
1
>
1
a
CO
~
X
w
:-. ~ 51;;
lil l!5 ~~
.: ~ ~f!! l'i~
, " ~ iljiS {iri!
19i ~~
~a~ ;:;0.
[i:~ o.~
j~61 r~
~11~ ..J~
11:::1 !!ill!
30 "-0"-
vi fli"-j! _p:8
~ Iii 8 !I.! i!~3
o
z _ ..
::,
W
o
~
W
C/)
a:
Ww
3:~
W~
C/)~
lC,IU II( 1''''0(1 UOJII^'~ x I'~'OQ ,"Old
-------------------
I
I
.
.
I
I
I
I
I
I
I
:
&
I
I
I
I
I
I
I
I
.
i
MATCH LINE STA 19+00
SEE SHEET W-4
CON CT 10 EXISTING 6" CI
&;;~D PLUG EXISTING 6" CI
~DIOIN IN PLACE
CONSTRUCT CONC. CURB (55 LF)
CONC. SIDEWAlK (38 SY) AND
RAMPS (2)
FUEL ISLAND
':; , ~"~^
, ~,. / J~!:' ~
ABANDON 6" AC MAIN IN
PLACE. PLUG ALL BREAKS.
AIR &
LIGHT
48# \.lATER
Ij/ Ij/ ~VI ,;;;;;;;;;;;;;;VI .;;;;;;;;;;;;;;v/ -==--V/ -==-->jI -=->jI
:.
v -v -v-v
NEW 8- 01
-v.::::: .~ v TV -v -v -v -v -v
::> /Ii' L 'oS
_ 3.0'. TYP. /
\) :.~U INSTALL 8" GATE VALVES (2) ==t:> q
~' I I ~ REMOVE EXISTING CROSSWALK MA~.(
~:. _ REPLACE PER WSDOT STANDARD p~u.
I M-15.10.00 (128 SF)
q~o 'o"
JNSTAlL 12~ GATE VAk~ ~ ~3.0'. TYP1; ~
" NEW 12- 01 oJ,
-v-v-v- ~v-v-v -v-v'
/'
FIRST/ STREET
'o"
r ·
I ~ 20+00~
~~ '"
~ r ~EMOVE EXISTI ss
\ ~ EMOVE/REPLACE EXIST. C RB (14 ~F)
'i ~ .. CONSTRUOT CURB RAMP NO INSTAlL
\ ~ i ~ CURB INtEl
-" -" ~" ~,~j~~~[1~ mI ~
o ~tUU! ~I
.. w I eJ 0::
-.J '" ~
, ~ i ~1
ss
12# SEW'ER
\ Sf
"'- /'
./ "'-
V -v -v
-INSTALL HYDRANT -\ - - - ABANDON 12" CI MAIN IN PLACE.
ASSEMBLY "-
CUT AND PLUG EXIST. 12" CI RECONNECT 8"
, ,~~ . ~ FIRE SERVICE
CONNECT TO EXIST. .,,'. ~:38:.~~: ~~
~ < E /~, ,'.
REMOVE AND REPLACE~"
EXIST. '.WAlK ~ REQ'D ...."
,\"', ,
<:
~ ," , - , l-
'F10RT ~UILPIN;5'>:,: .;~:
/ f'
< " ,
/q
/'
+
"J>
22+00
SS t
SS
~fff.
1'!~~'ALL~;N~YL~tk . ,." .:',
" JIRCSERYICE . , ,
I .. '" ,
I.;. ",' 324'" .
, .~ J3RYANTS' .'.>'
'l:JPHlJ[SlE~RY" '"
I " '
~ " " '" ,
" "
'" > ~
I EXPmES 02/021 <'CJ I
LO
N
+
NtO
C\l1
<{3:
r-r-
Ulw
WW
ZI
_CJ>
-l
W
IW
UUl
ss r-
<{
~
~
0' I'
I
TWO INCHES AT FUll. seAl!
IF NOT seAl! ACCORDINGlY
W-5
Iii
~
i-
~
~
C)
C)
i-z
0)2
-~
~
It)
I
h..
t:J
~
It)~
h..!
~
c;:
I 2
~ ii :.]
~ ~ ,.
C,,) ~~~
~iU
V) u>:r:
~
C,,) 0 S
Y1<.:llg
9::CSl()
~::::>~
:t\2~
C() l., ""
""~I
-...J@5C)
-...J ,:- C)
~i;:JC()
'5Qj~
t3
N,"~ N
(';!.. ~ ..
'-' p; )( 13
<:~i~;:
!2 "" ~ ~ ! 1
"h..~ ~
iQ:::13 ~
3C:S'S;O:~
2' ~Qj~~:;
I ~h~~
~ ~~ ~
h.. ::l
b
e
I
I
.
.
i::
I
I
I
I
I
I
I
I~
&
j
I
I
I
I
I
I
I
I
.
+'
i
PARKING
LOT
EXIST. FUEL OIL TANK.
TO REMAIN
;~<',19~;'i~~ -' 'l~ ~
> y" "
" , "~:;\:> '~~~:~~s, " '/"", " :,
, ',' - "i'1< 3 i:3 ' " ,'<' '"
,''"'':, ~'tR~[j N:p', - :: /:,;" "/,'
, ,~ ~ :<1 :~,,>,~ ,^,< y::
-" '-' '
"
RECONNECT EXISTING
6" FIRE SERVICE
INSTALL HYDRANT ASSEMBLY
ABANDON 6" AC MAIN IN
PLACE. PLUG ALL BREAKS.
"- ~ '- ,
~~ : ',> '\
- :,< ./:~ \,
~~~~~~~~~~~~~~~~~-~~~
/' '-
Y-IJ
Y-IJ
E
~
10
N
+
NLO
NI
<{:5:
~~
enw
WW
ZI
_en
....J
W
IW
uen
~
<{
~
v -v II 3.0_,VTYP. ~/
/<
"c;
-v-v-v-v-v
~ NEW rr DI Y'
q
/ FIRST
.,c;
~ /'
STREEY.
q
~/
/<
'7V -v -v -v
./
- q
\" :g /
./ ~
i/'
"
/ 23+00
128 SEVIER / t
~ · t '~I · t ·
v-v-v-v-v~,r,
. ..:''' >~..'
" I
,',:, I
' ,
" ! I
',' I
.f.
-~... ,
, "
, '
REMOVE EXIST. CURB (175 LF)L"~
CONSTRUCT BARRIER CURB
ss SS SSt ~
t ~
-v-v v-v
o
o
+
101'-
NI
<{:5:
~~
enw
WW
ZI
_Ul
....J
W
IW
UUl
s~
<{
~
,"'~fNEW '4~ "" 1 '
'FIR'E'SERvleE. ,', ' : ,\~'
,::<;:~'t4~"" ",,", ,~'
.< ,~ J,~ "'>",,, :~', ,~;,':< '\~ t .. '>>. '~l" ~ ,.1 ," :
','<, "" l'IlHJ'-F'" ,
~>h"" > ~~ ,....<~:;_:>,;./~'h: '" ~ ,,>t/,v . > _ ',. .,
h - ~ ~..., ,,^ \. ~ -; r
':: '~;J~ ~ ~ '" ,'0 '}'
REMOVE EXIST. WALK FROM
HOLLOW AREAS (156 SY), ON
GRADE (78 SY), AND REPLACE
WITH CITY STANDARD CEMENT
CONC. WALK.
SEE DETAIL SHEETS C-8 AND
C-g FOR WALL CONSTRUCTION
ADJACENT TO BUILDING.
A ~ <;~:~ i::;::~
;;:i.;:-)
'-'-:2'; "WATER' SE~~ICE'~~~:~;'::
~>T.... _ ,_I. ~ '" -" _ ']:.'t;~':'~-> -.- ,~'~ - ,
_,,>, ,";''- 'NEW 4'!,;,-FIR~;.SERVlCE '-'~~k'~' ",
'" '~: ' >, ~ ,,::, '(: ~_> :;~>~' ~' ~~~<~;. ,.~~^~;X:;:^ ~
, , , , ';) 0 6 p-> v", 4,,',
" ~~ A ~,' ','( A '_, J ~ : ~ ,0~ ~)."" 'i~,~' )';-,,,. ):::,:;r~~:'::
<'BA Y'\JIE\:';:,;"A:P,Tsj, ,,<'
, ~'~ ),,~' "/ ,~,~:~"' ,:,,~
ABANDON 12" CI MAIN IN PLACE.
PLUG MAIN AT ALL BREAKS.
,1 '
< "
"
,. ~ ,
;0.
,';;'A
';. if _ <~ "':' ~ .
',.. ,,"' .
~
C)
C)
i-
~
12
~
i-j!i
~~H
~
lI)
I
h..
t,j
~
lI)~
h..a
lI)
~
i..i::
I !!
~
lI)~:g
gsCSl()
CJ~~
::r.:~~
~ L, 'I-
't~1
'-lg;:C)
'-lf2C)
UL,J~
Cl:l.....
~
~wll
~ (5~:~
<h"~
~ ~"'Chi~
~h..!; ~
· i;l:: u ~
0' I' 2' i ~ ~ ~ ~ ~
I I ~In~
TWO INCHES AT F\JU SCAlE l;; W ~
If NOT SCAlE ACCORDINGlY ~ ~ ~
t5
W-6 ~
I EXPIRES O'UO'U 0; I
I
I
.
I~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
Ii
REMOVE EXIST 4" PVC I
ROOF DRAIN. INSTAlL u
2" NEW 4" THROUGH CURB. 8~
-I,! -I,! -'vi -'vi -\I
~EE SHEET C-4 FOR Co
CROSSWALK REPLACEMENT
THIS INTERSECTION.
I I
Itrl ,I'
==-BEMGVE- EXIST:" eB-
INSTALL B" GATE VALVE
, ,',z , '"',-,, ,"'
ABANDON ~IST::;"
, '2", IN RLACt', I
DAIL Y",~E:~l
, ~" ~" "';^' ~~'" "~ .. ~?:"}VA -^
, 'REMOYE ANH' :~, '
~Ep,LACE jffoIWJT', "
o
o
+
LO(o
""I
<(3:
1-1- q
(f)w
wW
Z I 00
_(f)
-1
W
IW
U(f)
~ 1
v-v-v-v-
REMOVE EXIST. CB AND
REPLACE WITH CONCCRETE INLET
WITH SOLID COVER. CONNECT
TO EXIST. 6" CONC.
REMOVE EXIST. CURB (4B LF) ,
REMOVE EXIST. WALK (64 SY)
s~ONSTRU~I BARRIEs~ CURB \~ 1 LF
INSTALL
ss
PE I CB
ss
RECONNECT EXIST. ~
2" PVC I
:>
I I u
I :> >
I l ~
'"
v I-Y"~V-
(f) 2S
<[
L
>- ~w
a::: u
a::: 15
w L....
::c ~
U vH
T~
t]
~"'~ N
(5" -..
~~i ~::
~~~~i~
~ Q.::: 5 i ~
!l C) ~";>;
2' ~Q.hgi
I ~h~..
1WO INCHES AT FUll SCALE ~ '" ~
IF NOT SCALE ACCORDINGlY ~ ('j i:i
C:3
W-7 @)
REMOVE EXIST. CURB:(214\F) '" ';,~ '" , ,:," /'
REMOVE EXISTING WAty<}ND J~RNEWAYS (3gB: SY)/
CONSTRUCT BARRIER!'CORB (~32 LF1' ,", ',~, ' "
! ~ ,<" 0-, v
PARKING I ":,.' ,'~ " " , , ,~a35 "
I' ,',' " ,;,' "'~' " ",;," c::, ' '
LOT I" ',;' '>r"R,~,~ONNECT,~EXISr~:",
I .. H 1~'0' 0" ' >; <6~rJIRE~;SERVI,CE<";:
.... :.l. _ ~:- ,. ,-^~' , ^Ji~;' ;/\ '~: ;
C~'A:l~Y;qF IS ~';' "';', >j
~ ':":'<'8.29' ' :' ,':1:,,' , :'1' PARKING
, , " ,;:;/ ' " ;, " :, , "', "';" "" , : LOT
" ,'r, :,NEW,,'~ fiRE "SERVICE;;, 'I
" ~ ~: ~/ '
42.00
'J-'J -
ss
'"
en
I
i e;
in. I
\ e;
~~
~ t& : ~lss
o ,
v ~;T~Vt~NT CON~ -~V ,Nj.w s_vOI: + ,,<;
DRIVEWAY (16 SY) 3.0, TY . / CONSTRUCT DRIVEWAY
INSTALL TYPE ~ B q INCLUDES AREA ON
PLUMB =0 I ET TO WEST /:
REMOVE ST. BUTTRESS WALL FIRST / STREET
AS RE RED .,<; q
REMOVE EXIST. CU (214 LF)
q REMOVE EXIST. LK (323 SY)
3.0', TYP. CONSTRUCT RIER CURB (233 LF)
ss ss ss s~ ss t ss ss ss
\ I tEW 12- 01 1
"-
v v -v -v-v
p -p - p p -p
"" ~
"
'", " ,,~d~', , M~Th~x~f (NOFIN' U~EyJ/
. '~ A~l'~t~:v',' '~>~~: ,', ?' / ;~5:'e. ' ~<^ ~ ~i~ ~,c , /~:';S:
','" , >,;,?;;~ , ,?'REC0~NECT 2:<~~ERVlGE
. ;'REM0VE;'EXIS"6 CB',' '~,,' ',' ::: ::;c;:"\,, ''';
'INSTALl'~eONCRErE. IN[ET ,WITH ' :;' ,
:':j$OLilj~.eOVER. , ' Cql;NECT TO : "
" '\i.EXITING :6~ CONCRETE , ,':'
,~,.:.~?~~ ,~ / < > ~'< ~. ,v , ~
5ij' h ~ f ,~, ~,
,.",. '"
~~< ~ ~
,'\ ";~
l ,,;
l~ ',' ,
EXPIRES DW2J Q ,
LO
,.....
+
,.....00
NI
<(3:
1-1-
Ulw
WW
zI
_Ul
-1
W
IW
(JUl
I-
<(
~
~
0'
I
I'
~
tt
C\j
~
~
~z
~!
~
V)
I
h..
~
~
V)~
h..
~
c:
I b
~ -
C) ii .'
j:::: ~ Zo;
(.,) ~~:..
~n~
Yl8>%
~
(.,) ....
~ o~
"
~....
:::E n ~
~
t-::::
~
~
~
El
I
V)~~
9::CSl()
~~~
:t~~
CCl (" ~
~"'-ll
CJ::~
::l~CJ
(3~~
0:)....
I
I
I
I
I
I
I
I
I
I
&
I
I
I
I
I
I
I
I
.
i
.
to
~
10
'"
+
"''''
N,
<(:!:
r-r-
U>w
wW
z:C
_U>
...J
W
:CW
(JU>
r-
<(
~
r,
," BAX'T't~IS
" '221"'" >;/
/ ^ ,~' , " , "" ^ ,
"/5"; 'NEW,4";< ,',,',
" ':::,:": :;/,,:' ~IRE ,~,E~~IF~
" ',,; ~': " JNST;AtL 8" '
/ /:,,' ,GA1'E\VALVE
~,~~ r '\ "
NEW 4"
" FIRE SERVICE
I ' ~< ~/;~~lj< ' x,::
, ': 'REMOVE ExiSTING" ,<' ',;, '
" CYGl0NE FENCE (25,itIFY' " ,'" ::y
,', ' ," ":~';,:;l:':,~lfii,~ :E :~~RYiG/
^, ' / ' '~,\;~/,:^:,~, ~^,~\... ~'<<~
t{1J,',;:;fi ;;, ;~1t" " f'ItTtll NOT 1 NUS E
~;~::r?;:...;:.:t?,:-:::-?...~.....;(....:? .... .......~-;,~....;..,.."--v _ 'W _ \J
'J -'vi -VI -'W -\J -'W -'W
t--w --w TC1--w
, "
, 207
BATTING CAGES
, >'; [ 0
:, ':D:S HS"
:::' ",201. ;
PARKING
LOT
p
v-v-v-v r .
~..,<;~.. q~",
SEE SHEET W- 7- FOR '-....N- v I " 1-
DRIVEWAY WI~D AREA REMOVE EXIS!. €URIl,Z'f
.., .., '"
CONSTRUCT ~ CURB (41 LF)
REM E EXIST. CURB AND c;L:J I
C STRUCT BARRIER CURB (47 LF)
v- - v N1nr-V-V
. J- REM~ST. CURB AND . .
7.0 C,9fQSTRUCT BARRIER CURB (162 LF) /"
FIRST / STREET /,
'"
'"
REMOVE EX!S'T. CURB AND
CONSTRlJ,G'T BARRIER CURB (162 LF)
ss t~- SS t ss ~ S
~
V -v -v -v -v-v
30+00
RE~EXIST. WALK AND
DRI AYS (412 SY)
ss ss ss
~ t t
v -v v -v -v -v-
28+00
CONSTRUCT
DRIVEWAY (28 SY)
ss ss sS
--- - - -
'>. - ~.
'W_'W+'W_-W_-W_-W_-W_-W_-W_-W*-W--W--W-'W-'W-
10M C1 /1 \'
INSTALL HYDRANT
ASSEMBLY
-:, ~,<<
>. >) / ^
J'
" ,
'10" el:::MAlNXi6' 'BE ~AN~ONED
/::',/ : -' ,~1 ^', "" ,~'; 'j , >
" ,
LARGE METAL SCULPTURE
PROTECT IN PLACE
, '
, '
- 'A2 '0 2"" '
:1} ~ ~ ,f ~ >
, "~'" ~, ,h ~
"~b,oTj'SH:AtK~'- > ;,'
<'0'> ~ 'd ~
PARKING LOT
10
N
+
00)
1'"1,
<(:!:
r-r-
U>w
WW
z:C
_U>
...J
W
:CW
(JU>
r-
<(
~
EXPIRES. 021021 0 ~ I
12
~&J:iI
~..: I
<: i i .::
!2~~~~!
~~5 ~!
~C) Eil~
2' iQ..~~~~
I ~hi~
1WO INCHES AT FULL SCAl! ::.... ~ &J ~
If NO\' SCAl! ACCORDiNGlY ...... <1 iii
(3
W-8 ~
0'
t
l'
~
~
i-
~
~
~
~~
C\iS
~
V)
I
......
~
~
V) I!!
......!
~
~
I S!
~ii ~
c:s .
~ ~., i
(.) --
~in
V) >:r:
~
(.)01)
V)(.:)~
9::(S1.r)
~::J~
:t:~~
~ I.. "I-
"I-~I
-...JQ::~
-...J~~
(51,.J~
Cl::l.....
NOISfA3H
z~+ti' 0.1 ~Z+Oi' It.1S - .133~.1S .1S~U - NO/.LJfl~.1SNOJ N/lfW ~31ltM
Cu
....
~ 9:l
~U~
~~' ~ \o.i ~
I:! ~ u
<>~ ~.... !:: i:l
i5~~l:l ~~ ;t:'i3'
!'l",,~ ~ ~~ l:i ~~
~~~~(' 1 ~i;j
~ ~ d~
~~lije:~ ~ ~~
ll:l h~
~ ~ ~ "';!;
~~~ ~;
<l. ~\<J~ ~i!;1:! :t:~
~~~ ........
~ ~!l;lll ~~
, ;t:~"'~ \..)""1'> ",i;j
~""\<Jii:: ~I~ "":I::
;;.... <:> ~Iil~
,I <:),1 ~ ~
~~ .., t() ~ ~~~
~~~~
All
3iVll
S
..--- "--9
01
.OL . "L ."L '31't':)S H
V -.~ 3Y.lS ^
"l't'N:l31N1 HnO.1NOO
x '
3.......
x'
8L ON
~~~~-pZp-008-t
010 flO), 3~0..f3B
S~flOH 8p nltJ
">a-lS> (09t) "3NOHd
Z9t98 'NOWNlHSVM 'S313_ UlOd ~
OS" X08 0 d J33lUS HiS 3 m:
S:37307:/; .1JJJ;Qdom;o ),.1 IJ
S)f~OM ~nBnd
Y.lO
011I0
l'Oijd
NMVlI
h\03 '),8 a3NOIS3Q
LOL7.931W
LO Z:Z: 9 'llW
~~
~i
g!
~~
~i
~Io.
0')
I
~
.
C>
li:i
...J
Z
-
In
a:
::>
o
J:
"
::>
O~
a:~
J:~
.-~
<, ;. ~ /
.: '~I '/ '\
I"~ \,
J<
c':"",. '. ~^
<"'W~ r
.'Jiiu ....", J<
X 5 .;. 1
'. " ..tJ~t '" ': I
'., &:l'w"'" '.:::>0
.z 0::: ;. I
,~ u.., I
&:l,~. :>
0::: .
.--
I
i
"l:
ll:l
, ,r-'\'
t--i ':;~A"
LJ ':~'
L.t:. ':..:
(J)
bC"0
J/) .....:-.
Q:
~
I-:l
-ss---ss ss
~3I'\JS #21
.15 >f
~
=i-> d -
j- d-- d
'1- 1'1---- 1'1
IJ .2
-1'\-1'\
jCJ0J - CJ31 \;7
f~v ;
< e
,. N
"
~.
>L.
: < ~1fI<' :',
. "'~....'
.', '0
,,'W
......:.~.
"0
, u
'W
0:::
(/)
.I.....-i
o
C (/) (\j
(=t,
XlallJ
-
-
-
- -
" ",
Cll
~
;; <1 ~
~ I':::
"" ~ 4
tl lij
'.
i'i .<1
~.J ~I
~lll ~
./,./, '" <.:ill!
, ~~ ~ ~
<:> li!li! ....
.1 ~~~ ~
.., <:i<:i~ ~.... !...~l:l~ l:l lll~~
~ t; 0 ~~ ' ~li!<:l ~ ~~:::!~II!
~~ ~ <1 ~ ~>.. ti ;::~w::l!....
....~"" (;'j :ll:::!~
~ ~""
ll:""<>~!I: ~ ~~~ ~
~I ~~!:l<:>lB ~ ~lll~~~
~"'!.l:;:
"'\.ij~lt~ ~ <:):::!~~~
l-. ~ <:5ll::::i""1iJ
'" "'S
"
.l:~
~~
ClUj
1':::<:>
~<::
lij
:>
,--I 9 :,~."
r:::'1 0" w"
:t-', 0 >', CO
e 'I-"-;:t' ,
Nt-:> ,'(Y)'
..... U'. .,,;" .~'
W'W."",.....,; ,
:::::!!:wZ .....,:;'" ,~
.0 z <c .
lL.Ue
WOlXJ
~-F
C <( ~-
We X
0::: lXJ W
d- - d-
() ------
::>
=
e ~
tOz
Ot-
t- (/') s~
X
~W
:::::!!:~
Ot-
o:::u
lL.W
wZ
UZ
::::;)0
o U
W
0::: 0
d~ cl
<(
~
~/
/;
s~ n E!b
W
Z
o
~ (
)>
d- d-~
n
'"
. ,C=ll~~~~~\
~ to 0::: Cj &:l
,<(U(/')
U:::::!!:c:ro::: A
...JW '"
8~~!z \
:c:::::!!:
(/') W !a A
~ :c '"
We.. t- \
d-'- ~d- di
'"
</
.~ J
'J^,~
S~
o
iiS
to
fz
d-~ d-
...........
")-
t/)(/')
XI"')
WL()
W.:::.,
d=>--
O~
:::::!!:--l
~~
~~ ~~ ~ ~~~ ~I
+ 85
- , -i2!::-::I:-..
--- ~~
<(:::::!!:
::>
I ::>
;. I
I ::>
::> 1
" I
';;. "I
: /; I
~ ~~ :J:
- 1'\" - 1'1. ,1'1-
~.-.,.~
. '\' , .: , ~ ~~,~
..:,r//~"'." ";}~....v'<~
\ " ~ '
>=" -1<:":/' >." ~ '.~' ,:
lI'? ~ ',~ ' ;( v <
0-\ I cO~:'::' '," , .
"U') " . ,
Zf'" <,,'71 >,u ,;:/;tj: r-. ,
"- .' ~,> :',.t,j '. ,,~ " ' (/),
Ir"" II 0 '~' ': 3:: ".' .. h.;'~' ~,'
J>: '>~. '\,: '..'" ,. ,"-G::- r<'), : ' ' ' ,', 'I
;, ^,~, -' ,~r-" ~
'" I I"(/')' ~,y(', <[
'" I' '-",x I"')'CD (\j
~>-- - '_ lL,l, NO:::. . I.
~Q-':> W ':::"'::::;),0 (/\
I > . ,U.(\j V);,
II. . I 0 , CD.,o:::" f-7-
,,~ . ,Cj ~,!::!,:: -',~, '
'" > " 0:::' ["7""',
;. 0::: _ ';'~ 0::: 0
3: I I ., <(, '
~ "tn,CD L:J
X t- '
>;. W g' ..',
~ I ' W' 0::: ' ,-
II I _,,'C~:)~"''''':'''
Ji >:> ,::..~ JW, 0 :::~'Y "
lu I ' ., .. 0::: ,U"",~
t1 I ~ '"' ;;.' , ;-.y..
>
~J<
...........~~
~w"'"
o CD
.--
.--
8'''''''''
~ ffi l-
a 0::: w
0:::
.<( W
tnCD ~
xt- l-
wU
::::;)
W 0::: (f)
e5tn
J::i< Z
mm~w 0
0::: U
::>
l-
(f)
~
lL.
9-M I33HS 33S
gz+or 'VIS 3NIl H~I'V~
x la~ea uoaSI^a~
x .a",'ClQ. ,"Old
- -
-
-
-
-
-
-
-
-
-
-
-
-
NOlS1AJll
.
ell d
,OL - .'-.l 31't:)S H
N -.1 3lY.lS ^
31'fl1 N "1Yfoll31Nl HnOJHO:l
57/11130 t:l31 tfM
z
0
-
~ '1:1 t>
I w
g z
~ Z
10
m 0
II 0
:. W
11 '''\ !. ~i'-i ~ i i!i~11 ~ t' ~~ I 0
-
" 8;~jli;li~ il!,__li l;l~l; i 6:
. '1:---1
Of
~1'4 ir I ~ ~Ul I i~iil '~i~! - w
I r - I Qllii5 I 11;-*1 ; (1)
\.h i! II~~II:I ; ~:IIII. _ ii '
-~- 'illi !.~\. I~! i~I~~~ I a:
~~ il il&81! i1li!:;il ;;.~!'S I ~~
" ~
l I R~ i~ I i ~'i\. St ~
i I ~~Mh~1! ~1::I!m ~;~IIII ! <:(g
I~ 3:~
~
ill
Io!
~
! g
m ~
. ~ ~
~
i!:
Ii:
~
~
<{
w
a:
~<{
fC
~Z
:: I @-
~ ! ~
~ i ai ~ ~
~ ~~ ~~ ~
~ ~ ~~ ~I 0
~ ~Q !!!'!la 0
~~!!!!!!~~~
~ ~~~~~~~-.J
~~!!~i~ m
~ ~~~~~~;.--
~1o!~~"'~1i! CJ)
~:;;:~"S~!l w
~5~~~~~ ::::> ~
~~~~~~~ ~ g
I ~ lil~!laB I- I-
~ ~~~~~~~ ~
LO a. 9 31VO
LO ~~ 9 :31'fl1
/';"~:;:: qqqq-frZfr-OOB-t
81-00 .oN J:>J,.":d 010 no). 3t:10.:f38
M:l3 loB 03NOI!>30 5t:1nOH Bfr 77tf:J
II to-LSt (oot) "]NOHd
~9tll8 'NOl.ONlHS'tM 'S313ON\' J.lfOd ~
Olal X08 0 d mIllS HiS '3 I ~t
'3 d llDN1:JN3 AJJ~ UWI0MN3> JJ!'fO
53730Ntf 1t:10d .:f0 ),11:)
S>lHOM :x18nd
N
~i
::jii!
2~
:. ;~
~i
~...
.
o
o
......
I
3:
t
~ lit
j;?i' U5 ~ ih~1 I ~
o '1 i: ~,: I! ;!I~I i! I
-1 !~ ~~ III J I~~~I In
'. 8 ...~ 11 I I ~ 1ft i
I: ~ ~~ ~III! ~II.I t~~1
u ~, '- ill 'a I!I IR~'
,ii:1 I:~l .:!
o !! li~ ;! i~h I:~~I
I; l!~ II! II ill!! ili!ll
I a:~ !I~ I~ I~~l udh
~: ~I~ ~~ I~~~i ~lml~E
I ~l !~; . il UI~i~
;!li!~~i~~I~ ::;!;!
It i'~II~lfti ~11;!1l
~I I~~i~~ ;~~i~1 ~~~
o ~~. .~i~~i~~~ ~~~~.
:::t: oC ~ '1 "11II11II ...
'~
;1
~I
16
~
~ g
C) '!I
15 ~
.... 5
~ ~
~ ~
~ ~
.... ~~
~ III
~~
Illll
ii
~I!!
I-
Z
<{
a:
o
>-
J:w
w~
a:g
- I-
u.~
><
o
m
w
~
~
o
z
<{
"
z
s;2
o
o
-.J
m
Ww
~~
<{g
>~
lClau )( ..\.00 uOJSf^aH
----------------
)C '.\'00 "Okl
- --
~
g
on
Of
on
o
'"
~
~
Os) ~1Il' fJN/lIY38 JC078 lSfIl/Hl fff/I'fJN/1f
I (1)
6; -.J
i I ~
; i 0
::1 I~Oo
~ ~ ~ ~
~~I~ ~-.J
~g~tli ~m
~~~ai21-
8 '" <1 ~ <> ~
~ !!i~!~(I)~
f:!~f:!~~~::::>l7l
li!e!"t;a:o
~Gj~Gj~~1J:1-5
~~~~(~~ z
<l:: " "l OJ .. oj ..
~
~
III
....
~
~
~
:t
~
~
:s
~
~
~
~
~
$ gli~!
8 s ~ ~ ~~ili% ~
~ ~ ~ ~ ~
~ ~ i~ ! Z
_In In!- ~ ili ~ 'Ii 0
T ~ ~ ~~ ~
8 I!! ~i i!'!a~ ~
~~ ~~ I ~I ~ a:
~i ~~ ~ ~~ ~ 0
~% ~~ l:' l!I~ ~ (1)1-
~~ F,'Ii ~ ffi~ 0
\;I'" ~ ~~ ~ ~a 3 W
I Ill;!; ~i!' Ii:
--L ~ ~~ ~ ~~ti fi a:
~ ~~ ~ ~~CJ ~
'Ii ~lJl ~ ~~~ ~ J:
~ ~!i:S j5'1i1!! D 0
~ ~~ ~ .i!'~ ~
~ ~o < "~i ~ z w
~ ~ ~,,~ ~
~ ~i ~~:~ ~::l W l7l
~ A" ~q >~~ ~~ 0
'" !1l~ l:\.. !1!1l'< ~a a: I-
~ ~ :~ I~ ~mi i: I- ~
Z ..: N fII':I .. wi
Z
:i
l
~
0:
>'"
~I!!
!j!o
ilz
~\;I
z
"
"'>
~~
~~.. r
~~ ~ ~
l!:.1!! VI "
~~ ~
ij< Z
ili~ !;;
<!::. 13
<
~
~
:l
0:
~
111
~
~
I!!
~
CJ
~
N
~
0:
I
l
"
I ~
n ~~I
~ It) ii)~
~~ I...:<:~
S~i
~~I
~
C)
15
....
~
a:
iX
II
....
~
x ........
.r L J .o/";...~~ qqqq-fr~fr-OOg-,
,09 - .~ ::~ ~~ ~ to a 9 3,yo 61-00 00 '~:"d DIO no). 3C10i38
NOISIA3" 3'YO' 0 1'I^,,3,ol "n01NO~ to ZZ YO M:)3 .IS 03"",S30 S CI no H g fr 771/ J
SNOIl I/J07 NOl1J3S ONI/ )l71/M30IS M0770H 'X30N/ 133HS Cl311 I/d
~[-I----'
----eL--
D
1
CJ
w
J;
o
0::::
---l
<(
0::::
R
,
I
(1P--q
L-
Ii
H
--:1 -,
o
1
\
I I
I \
c-=
I-
W
W
g:
(/)
I-
Z
o
0::::
LL
!
i
i
I
o 0
L.()
I
u
I-
W
i ~~ ~
I C
!-:-~-
, ~~
I o!il
I-----:J:--- -- ---- -
I~
I~ t
I ...J
i ~
I! -. .
is ^~~3HJ
d 0 n
:~:~ ~
... .a
..........
0 -~-
-- 0...
C/)
Z
~w 0
O~
O~ b
I-
W
W
0::::
I-
U)
l- I 1-.
U) - _:
0::::
LL
III "I!J
133~lS
.... :z
-~I
<m
-~I-
~
=[
II,O-tl;' (OK) lHOHd
Z9re8 NOl~rHSYM 'S31]~ ufOd ~
~ll X08 0 d 133111$ Hie; 3 lzr
3 d H3]NroNl ,UI:) J.HlHOMNl)l ~
S373DNI/ 1 ClOd .10 )'1/:J
S)lHOM :>nand
Iu
~ ;1 .,.-
I
:... ~~ 0
~i
~..
b
-------------------
II a\. OQ \Old
_C:
~
41
----
~__ ~ h _;__-______
iii .. OQ UOIs'Aa21
I
I
18X10
~ ~
#' . , ~. ~.. .. )0 . ~
\ ~~~~ . ;~~;,:r ~~K';:;':~: ;'::: {..~ . :'.i'; ~',
.
.:
..
I
I
I
I I
EXISTING SECTION
ST A 6+07
I
I
I
, .
,~:~;i ~.~:~~:o~~~ i~::~:<~ ~'~ ::~ ;:~..t '::~ ~[;A:~.:'~ :~.:~ ;I:?"':
CONCRETE """-
DR FllUIUlIlN
2' PW: ELECIRIC
StPPOInED BY
.... twlGERS
I
I:
&
If
I I
EXISTING SECTION
ST A 2+46
I
1.0'
PAVERS \
oh-
1" RADIUS
s'
I
I
III ,- lli
.
I
. .
BARRIER CURB
411" IlIA STACI<ED
IlANItOLE sa:TIONS
SUPPORT FOR 1REE
I I
~ EXISTING SECTION
- STA 5+06
I I
~ EXISTING SECTION
- STA 3+60
I I
V EXISTING SECTION
- STA 3+00
CCNCRETE """-
DR FOil"''''''''''
UB7
EXISTING SECTION
STA1+66
1.5'
I
EXISTING PA VEMENT
TYPE AND THICKNESS VARIES
RESTORE WITH 4" HMA IN PARKING
LANE AND 6" IN TRAVELLED WAY
I
EXIST. CONCRETE WALL
LOCATION VARIES
I
.
V ~~RIER CURB DETAIL
NOTES
COIICREIE
-
1'tP
SIDEMJ( WITH METAL ACCESS HATCH
OPEN 10 OUISIDE
OR SHORT STONE WALL
caw WIU. IH-BEJ'WEEN
CONCRETE COUJllIIS
CIAJ FIRE """-
2"UllKIIOWH
SIIT1IIG'" .......
FllOTlNO
1.50
10.20
SOlIE WOOD. CCNCRETE _ DEBRIS
lICS1\.y ClENI IN THIS SEC'J1ON
EXISTING SECTION
STA 24+22
EXISTING SECTION
ST A 42+00
SIDEWALKS SHALL BE 6- CONCRETE
IN DRIVEWA Y AREA.
R,/W
{B'l
MAX. MEET SIDEWALK OR FUTURE
EXPANSION JOINT r SIDEWALK GRADE - 2:r MAX.
NOT TO EXCEED i2:r MAXIMUM SLOPE
1/2- RISE I IN SIDEWALK AREA
DRIIof"WA Y
APRON
B'_~
~~'1'''''''"3: ~'.~~';:o ~ .",,;o{ 'Ki""."~
COMPACTED SUBGRADE
SECTION A-A
12' MIN rk 30' MAX.
,. SIDEWALK CROSS SLOPE SHALL NOT EXCEED 2:r IN DRIVEWA Y AREAS
2. DRIVEWA Y APRON AND SIDEWALK SHALL BE CONCRETE AND SEPARA TED FROM OTHER CONCRETE WORK USING EXPANSION JOINTS.
3. HERBICIDE TO BE PLACED UNDER PA VlNG, CURB AND SIDEWALK PRIOR TO PLACING OF MA TERIALS.
4. LONGITUDINAL DUMMY JOINTS, 1/8- THICK AND ,- DEEP, SHALL BE AT INTERVALS NOT TO EXCEED 15 FEET AND
BE EOUALL Y SPACED IN DRIVEWA Y APRONS.
5. EXPANSION JOINTS SHALL BE 1/4- THICK, FULL DEPTH, ASPHAL T IMPREGNA TED JOINT MA TERIAL.
0'
I
@ ~~VEWA Y DETAIL
C-2
lWO INCHES AT RJLL SCAlE
IF NOT SCAlE ACCORDiNGlY
EXPIRES 02lOV 0'1 I
I'
~
I
V)
::::!
~
~
~
"'C1!1
It)!
~
~
~
~~nJ
CJ i,l,'
~ i~~
oS
10
....
I!!
!
V)~:g
9::(Slr)
~::J~
:t:~~
CQ I.. ':t-
':t-~I
.....~CJ
~t5~
<..5CljI
....
~
No.1:!
c:5":~
;::Wiil-
~~!~I~
i~u ~2
g CJ ti" ill
2' ~o..l~g:;
I ~~~i~
}..l;:~~
....... c1 ~
~
@)
',j
..:J "
00'
CI) ),/
.:: ,- ~
\: ~'"
. ::;:):,:0'" .
'2:,~
" <r:
'.:3
;'0 ,~
"" ,
" '
.18
NOISlIIJH
19+9 01 ~9+1 171S - 133C/1S 1N081 30/S H1C/ON - S33C/1 GN'rI SC/31l'rld
S133~lS l3~nVl ONV lNO~j
N01183S~31NI l8 = oo+~ ViS
o<;+~ ViS
'. .
uJ
U
~=+
0::
=>
(/)
0::
W
~
0..
v>'),
~v ~"
, ,"
;./' "-",
,,< ~"
. '
",
,,~ "
w
~~
o..~
~(/)
/z
Ww
e;o
:::.:EO
wO
0::3=
IF
=+
0:: Z
~~
ooU
liE
Ut-
(/)
tiz
wO
:t:u
(/)~
....J....J
~~
00
(/)
tJo::
(/) w
~
0..
'<=!
-=+
=+
I-
D
~
LJ
Z
I--l
~
~
<[
0....
MOl38 33S
<;Z +17 ViS 3NIl H81 VV'!
x.au
-----
-
3lVO
s
~ L..9
O~
.O~ - .~ -.~ 31Y.lS H
N -.~ 3lVOS ^
V N "lI'N:l3J.H1 ~OOJ.HO:>
'W "
:::m8:j
loW
UI-~
........... 0
-.:t-:z::z:
OW
....J-
<(~>-
tJum
ogo
....J
O::t-W
wue;:
0..<(
tJt:J~
~ 0
U .W
OCLZ
(/)~::<E
W .8]
c5GtJ
CLoo
0....J
50J
lL.:c
I-U
uL5
=>
0::1-
I-:c
(/)0
z-
OW
U
C)
C)
+
(\j
l-
W
W
0:::
t-
(f)
l-
Z
o
0:::
l.L
C)
C)
+
(Y)
0.:.-
~0
..J"ti
dw
;:::c
(/)
w
wZ
0:: 0
I-
I-(/)
u::::!
~~
GO
Zw
Ow
U (/)
LO LZ 9 -n'tO
LOttO'"
V)
-: Ul.
'~ru
'<[:~(.
I'J> .
, > (
I-
D
~
LJ
Z
I--l
:Y::
~
<[
0....
e~
~~~~-frZfr-008- 1
DIG no). 3C/0~3B
sC/nOH 8fr 77'r1:J
1I+a-LIlt (091:) ']NOHd
tlltlle "NC1lllN_ 'mlONV 1lIOd ~
~~~ X08 'Od J33K.tS tilll "] l.tt
S373DNV 1.yo"'dJo '71. I:)
SllllOM :JIllIl1d
N
~~
~~
~I
i~
~~
C')
I
o
.
'"
3^08V 33S
gZ+17 ViS 3NIl H81 VV'!
4-"1
=+
o .
1-0..
w~
W -
t- z
0<
z:::.:E
_w
~ 0::
~
0..
w (/)
U 0::
5~
8J(/)
o::z
/w
Wo
e;o
::::!Eo
w3=
0::
C)
C)
+
If)
=+
l-
W
W
0:::
t-
(f)
=+
c5
:::=+
l-
Z
o
0::
LL
=+
w
~:t:~
Uuw
z~1=;
B::::!E~
!z .w
w s:'u
::::!EUl~
~tOo::
I")=>
t- '--' (/)
u~t-
o::=> ....J Z
<(w
~~5i
zo~ g
BUist +
\D
.1S >iVO
I I
.------,
n =--- ....J
133t11S lNO~j .:10 30lS Hlnos
3Hl NO NOl18ntllSN08
NIVV'! ~31VM t10.:l Z-M 133HS 335
- -
_ .....~OCI... _
-
-
_ x ,.~__
-
-
-
o~ L"l
.01. - .1.-.1. 3lW':lS H
V N -.1. 31'f"JS ^
NOISli\3ij 31';0 1't'N:l3lN1 HnOJ..NOO
[;L+LZ O.L OO+[;Z It.LS - .L33d.LS .LSCiI..:f - S33Ci.L
[;[;[;[; - fr Z"/7 -008 - i
DIG (70A 3Ci033B
SCi(70H 8"/7 nit.]
LOLZ9'3J.'f'O
o 9'
GNIt SCi311 Itd
61
o
o
+
f'.
(\.J
tow
.....(/)
z3=
00::
-w
I-:c
UI-
~O
o::(/)
w(/)
I-W
Z---l
(/)Z
-=>
IEee
0::
= =>
Ou
~lL.
o
I I I
y
o
o
9-M I33HS 33S
gL +LZ VIS 3NIl H8IVr-l
110"11 r --lOll
~\I J I ~ ~
o wo
I U w
::.:: ~ ~<
---l 0:: . U
~lf~ 00
I I I-z
XO::E
Z
U<(Z
i=z:5
~3=0...
0...00
o:co::
::E(/)<(
0::(/)0
W<(Z
:c ~
I- (/) (/) .........
---l'"' lL.
---l Z I- (/)
~::.::oo
(/)0::0"<1-
z~~~
~
W
W
(Y
~
(f)
~
(f)
(Y
l.L
1,
=1r
I
''L 0r
\vJ
"\J
~
+=
d!.""".
ee
p-" ,J'"" 0::
=>
,~, ' "; , ~< ~"-- U
l.J...
0 0
W
.' (,)
LJ ~~
OZ
Z 1-0
I---i I- z
~ D 00
.....1--:
~ ~ II (3
<[ (/)g
CL =>
- (/)
0_
<c:c
0:: I-
LJ
Z
I---il-
~D
~~
<[
CL
,'" "
:::r::
"(7)',~,
. '1-"--1,
1..L .
',' (J)
):;- .J"-J
N,ClJ,
:<[,'
,:.-~,,:
'U'
Ln
,-, cYt"
o " ClJ
",
'0 '
o
r--:
-,,,_ ':::1
r--' I
. "
L__'_--1
~~~
L:......:....::.::..=J
- --,
I ,_____J
a
r--:
" >-
-.J
, I-'--i
" ;, <Eo'
.~,:
- ,.
," <;:: \' ,
,<;v..
+=
+=
w-
'~'" '"',.
,<[,<,
. :J',
"C:O , q'~"
00J <.1:
,. : ~~~'. .&~~ ,'. -:
~t:J
, ";"2: c', .
, ~ '.
<t
a..:
~
,~ ,~, -"
" ,) ;
v,",'
, ~<^ -<'
.
, . .
1S ^~~3HJ
9 -M I33HS 33S
oo+gZ VIS 3NIl H8IVr-l
X._I.:I
---..-----.-----
-
-
-
-
',""
'.< ~,
~"t ""
ll~-L~ <_I '3NOHd
Z9t98 '1IOJ.llNIHSYll 'SnllllW 1llOd @
Ollll XOlI '0 d J.DlUS HL!I '] Izt
S373DW.LAJ;;OdJo )..L I,]
SllllOM :lI18O<l
N
~
I
()
~~
~
)( I.~oa: ,"Old
-
-
- -
IS
q~+Of' 01 qL+L~ ViS - 133CflS lSCfI.:f -- S33Cfl ONV SCf3/iVd
(/l'
.,--i
, Ie=>
",(/lCIJ
l=l
t ,,', " ~ ,~, \.- ,(
,~: "" "
i'-:,' ,
, e=>
<,CIJ
',' '
"
~ ;;^ ,^ '" ,
L(r~'" "y
.,--i' , , ,,'
C'U ;:
, ,
, ~, r.
C/)
W
LJ
<[
U
LJ
Z
I---l
I-
l-
<[
(:Q
"
" "v: Z v~
; 'e/(':': <~ .~~ ':: ~
....
~""
':W~.
J-~ cU '
XCu,:
<[ "
(:Q
-
x,au
- -
-
,
"
LJ
Z
I---ll-
~D
~~
<[
CL
r
rd'l"
II
"
t
~
HOIS\I\3M
",va
r3
,OL - .L-.L 31'f:)S H
-.~ 3lV:lS ^ La a 9 llVO
'I N ~,\ij3lNl MOO1NO:> 0 z::z:: 9 W
6-M I33HS 33S
gl+Or VIS 3NIl H::>IVV'4
~ / ~/
4 ~ r
C>
di" C>
t, +
C>
(Y)
+=
'V"~
, '
qqqq-/7~/7-008-1
[JIO (}o). 3CfO.:f38
SCf(}OH 8/7 77V:J
II to-LGt <OK> '3NOHd
Z91:ll8 'NOtllNlHSVM 'S3l3!lNY J.llOd @
asll xas '0 d .I33lllS ~ '3 ~zt
3 d lI33N1!lN3 JJJ:l >>tJ.l!OMN3x Nl't9
S373DNV 1 CfOd .:f0 )'11:J
SllllOM :JI1lIOd
.
N
~~
~i
~~
i~
i~
LO
I
o
.
o
, "
'i' ;;.
, ,
,ql:-'<"~~
,. " ",'
r< 1 ,~
-,'~ ~\\) "
... v ^ ,~ o~' ~ .'
, ',' (/l ,,'
~'
~:"
<[,
'C'U =t',.
0, '0!;(~
'r, (\j :1-:-::-
"', /- .~:,~~~r, ':':
,,:,L:)
^,' ~ / ,>
l-
W
W
0:::
l-
(/)
r
'. '
C>
C> +=
+
CJ'>
(\J
C>
z
o
o
:::>
0:::
l-
ll)
Z
00
zU
:;:::z
~~
~~
~ 0::: l-
-'w (/)
~~
~ 3: 0:::
lI)o >- I .
CD L..L..
501
w.........
tjbLt
:5~(/)
[LlI)-<t
~~.e
~
:~
ll~
L~\~
-~\
\ 'I :"
, I l! IU
II "
~7)J "
1I1
~
~
"
, ,
~
C>
C>
+
CD
(\J
L -M I33HS 33S
g L + Ll V 1S 3NIl H::>I VV'4
-
-
-
_.~"tt "_
-
-
l-
o
~
LJ
Z
I---l
~
CY:
<[
0-
-
-
-
-
-
-. '~.-
-
I
I
x
:
..
I
I
I
I
I
I It')
N
+
ceo
I 1'01
.ex:~
1-1-
(f)W
WW
I~ ZI
_(f)
-l
W
. IW
...
8- U(f)
II I-
.ex:
::E
I
I
I
I
I
I
I
,
...
Ii
REMOVE EXISTING CROSSWALK
MARKINGS.
INSTALL THERMOPLASTIC X-WALK
MARKINGS AS SHOWN PER WSDOT
STANDARD PLAN M-15.10-00 (240 S
~ _ l ? ,
(,
'; D~HS\':
,: ,~~'[;",
'I{7V
I 11.0'
, " > ,',.', ,~r
~ , , , " 'J
, ,;, ,
,< ,,-< l,
. " \. ~
.
I-
(f)
~
t<{
o
I I I I
>/ J""
,
'. ,'-/'"
,;' /',
::;.... ", -
'~~ :"~;' ~_ ;:,:.(... 'e q,)~ I-
-, .-,~1~~;,,~:,~;. ~ ('
" !'
~
FIRST
~
STREET
~
II i
11.0', TYP.
~
i
+00===:1
~
RADII THIS INTERSECTION 16' TO F
OF CURB UNLESS OTHERWISE INDICA
32-
t
I)
I
I
I~I
V
---- \\, --"%
~ ----~~
I
I ^^
I :,jl~,S'T\~'F;E~I)^-
II:" :- :~,E3 9;::;; :~> ~:" > ,:
;'>>, ~,}i,':,;' .':,' ,_;",<, ,','i:,;;;";',
t, '\":- ,:;~,.., - l~'
0^" 'S~ 0"
~ ,,,... ~::-
, A<'
"
~-.r;- ~,~,'-~
^ ,,, (..
CEMENT CONCRETE
SIDEWALK RAMP -
CROSSWALK
PLAN VIEW
SiGEWALK R,\MP
lP
~ ~~B RAMP DETAIL
VARI::S
I 4 - 0" V,IN I 6 - 0' MJi\I I
I LANDING --l------q;\V,P J =-_CJ -,
- '[ I I" TOP OF
----c 2% ~:::c:~.::;:~~1==~~~ / ROADWAY
CEMENT CONCRETE 7 I ~---7- ___+~:L,--J.-~--
OR PAVER SIDEWALK ""\
DETECTABLE WARNING \.. DEPRESSED
PATTERN (SEE DETAIL) - ~~~BN~~~~ER
SEC"ON 0
ISGMETRIC VIEW
NGfES
~ I ~ j~ ~ i ~
, '.",,-^
, , ': ,
, rv",
,:",,; 202' ,
>'/ ,GJDTTSHAlKS ,',
, ~~'<~/' _ -l->.~, ","'~_^~'.
" '
: ' : <; ~
':,"" ~-
1 THE BID ITEM DOES NOT INCLUDE THE ADJACENT CURB
(OR CURB & GUTTER), OR SIDEWALK
2 RAMP SLOPES SHALL NOT BE ST'OEPEF< THAN 12h 1 V
3 CURB & GUTTER IS SHOWN, SEE THE CONTRACT PlANS FOR THE CURB DESIGN
SPECIFIED SEE STANDARD PLAN F-1 FOR CURB DETAILS
~
4 SEE STANDARD PLAN F-3 FOR S,DEWALl< JOINT PLACEM'ONT AND DETAILS
5 DETECTABLE WARNING TILE SHALL BE "REPLACEABLE ADA TILE"
EXPIRES 021021 0 €I I
t3
~w5l
~..: I
~~i~lf
i...... 5 ~
gs i
2' iCl~I~;
I ~h~l
1WO INCHES AT All SCAlf Ii< W ~
If NOT SCAlf 14XORIlINGlY ~ ~ ~
(:)
e
~
0'
I
I'
C-6
~
.,..
;;
2
z
lr)l\
C\i~
.,..'"
Q.
I'<)
~
V)
I
......
~
~~
~~
V)
......
~~ }2
I ~ ~
V) i~
~U5
P::: !i"''''
"8>%
~
"" 0 B
.....
V).. ..
9:: .. ..
~ ~
~
'^ (..') lr)
9::-lr)
:::)C:l:g
CJ~I
:t~~
~ I.. "to
"to~1
Q:::CJ
::j~Q.
"l: 1.-: ~
(jC(l1
....
43+00
,
PLAN
I
I
I
I
I
I
I
I
I
I~
..
..
8
I
I
I
I
I
II
I
I
.
.
II ~\
I I ~
I "ll
~ \
J j ...."1 \
I I 't
~ : I - ~ Sf
1\" 1 '
V -'vi -\.I -\,/ !--~... VJ_T--~______
- ___ T -.-. T ---1 '7
"
. ,
, . ,-:":' ~ "", -:'-~':A:M;~' ';:S:&b ;:'~'-" "', ,:,::.:' ::; ::-:. ':, -;';~ \:. ,':
, ' - C ,,>,,~1."O 1- -~,. ("::' ' ::=, ,': "':" ~. ',- .; <, :',
^ f')' '3' _~<~, ~ ~ ,~~, :~, , . l i
, .. , }'~ " ' , ~
", ,,: ,:, EXI$I!NG-,PGHTIN9,':~Jo-;. REMAIN, 3YP.z ';- .
, ~ ,A< :. , , > , ,.', ,,<, /',
" -' ,A_,< < "' , ,"_'
2" CI WATER - ABANDONED
, '.., /
PARKING
.
:
...
,-
'.
"
~ .
? H __ ~
+
~
~
y
I
""
'"
I
::.l
"
"
+
REMOVE EXISTING WALK
AND ALLEY APPROACH (442 SY)
~
p
V>
42+00
"" I
'" "
~
SD_S~___SD___SD___SD_SD_SD___SD___SD_SD_SD___SD___SD___SD___SD___SD~SD I
18H PVC l l
DEMOLITION
.,', "',',~; >~, A:" :'\~~'U," ,.3,S' :i,.(i:~' ~ .', ':,'> .
, _, ^ /. ~~i~Yf'lv<lie ~f,~ ,~:cX ~ ~ < >; ~ / ;~' ^'^
, '.' " '.. '101' : '" ,'>. "-'>"'" <'
, ';,' '.' i: >' " ',:' . "':'>"): , .' '
A '~ .' , ~- ~
','^\ ~ ;"
PARKING
" ,
~
, ' ~ ,,'. '
,- ~ ,~~x
"
CONSTRUCT CEMENT CONCRETE
DRIVEWAY (33 SY)
\ I
" / ~ ~O.O', TYP. +
~\' ~ ~ ~
""
'"
42+00
""
V>
SD_SD___SD___SD_SD___SD___SD___SD___SD___SD___SD___SD___SD___SD___SD___pD--LSD__
1 R'" P\I(' I
PAVER
: ',': "~':~:~:\;~.S>(M,p'8[JN:)(~;;:=;d'Ft;JC($;' :><,;',': EVENT PANEL !
.,,~,~~, _A,',,>"~:':-212" ,:;.",' ~:" ':tLEPHONEPEDESTAL '" "'-~
';,;, ';-,..' ;'" _~ (-, >,,' , ",-.,:,,' ",\> . ,0,,';:"': AND HANDHOLE ~
" ' ,", ;, ' " ::,/, . "BOLl::AR S, KIOSK, ~ t;
, ,', -,', AND SLAB:'\ 0 REMAIN 11\ JI I ~
W-V -v ',/. v - ',/ --v -' \ v 1..J~'J<i i.... Q:
-,.,.- IL--=-r \L.::._ r ',/ __--= 't .,,- CI ~ ' "\ I I I':::::!
-,\ '-T -,,--,-~~ \ '~
'v --' -.- , If---- +- >I-==-..:' , , - r _ T = ___ ,,'Y '~w:' "<:
_\;~_ ~ v L...;d i' 1 Q:
--';,\'- - -" --'l... _./ z
d~ (,~ \ I ~ ' r Q
__" _ ~ " ';::(, " \ (,..1 , ~ #L-~ f SV ~ Q i(1
It ,- REMt~~~~~ii 0 + o. '~.. ~i~dr:1J ~.~ o~'W' , -- ~'
REMOVE EXIST. CURB (314 LF) AND RELOCATE EXIST. I e:
REPLACE WITH BARRIER CURB (320 LF) ." HYDRANT 4.5' SOUTH ~ ~
! 44+00 I t; t:3~
I ~
." ~ I f--.
It; ~co2]
"" I lr)-
i<l(.1 II')
;--.J ~ z_
~ ~~~
~ ~~~
~L~
I
t3
~...~ N
<:5~: a
<:i:li ":::
.,~goP
~~5"~!
~c:s 5i.~
2,~o.J~f~
I ~hh
1WO INCIlES AT FUlL SCAlE ~ oJ ~
IF NOT SCAlE ACCCRlXNGlY ~ ~ ~
~
C-7 e
_2 __ D
\
\
;;J
'ij
.
,
\
\
p
;t,
\
\ 43+00
~
"ll
\
9
PLAN
LAUREL STREET
, ~ '.. ~~ ': ~~r-" ~'~I.:s,.",,~~~;~ ...,~, ~<;. _:' ~ ' :/~" ~.$n' J'~ - ~:,~~,l' ~_..~">: ,~- ~
,:,';'!:', ,<'PA'.,~-"SYMPHDNY JjFFICES
. ,';" '"i)" ,'> ,;. >".;. :.' 2':;1,,6" ' . .::,' . "
'>.' " ~ l~ c::. ~ .. ....' ' >.
.<'. ,",> :~;,"':~~;." ,',<;'" '"
~' v, ~
~ ~ ~"
<:
.,
~ ' ,
<:
~ ^ '
R=12.0'
~
CONSTRUCT FLAGPOL~ SOCKET PER pETAIL
~/C-11. FOU~HIS BLOCK. =EXACT
LOCATION TO BE DETERMINED IN THE FIELD
BY ENGINEER
LAUREL STREET
44+00
RELOCATE EXISITNG
STREET NAME SIGN
<:
~
0'
1
I'
v
~ss
1.-' N'"
;:::! N N
~GIO
~~
~
~
~ ..
~~ L~
"<: 1;; ~
Q~
~
lr)~~
~CSlC)
~::::>~
:t:~~
~ I.. "l-
"l-~I
~Cl::::C)
~~C)
G~~
~-
I
I
I
I
I
I
I
I
I
I~
~
&
II
.
.:
...
I
I
I
I
I
I
1-
.
.:
HYDRANT, POLE,
VAL VE, ETC.
GROUT TROWELLED SMOOTH
AND FLUSH TO PA VERS
HYDRANT, POLE,
VAL VE, ETC.
CONCRETE PA VER
2" MIN.
PAVER SIDEWALK AREA
~ ~!~CULAR PENETRATION DETAIL
EXPANSION
JOINT A T WALL
CHARCOAL COLOR
SOLDIER COURSE
CONCRETE BLENDING STRIP
VARIES
L 2.5', TYP.
r
11', TYP.
t_
ANTIQUE COLOR PAVER
SIDEWALK - HERRINGBONE
PA 7TERN
NOTES'
1 ADA RAMPS SHAll BE PER WASDDT STANDARD PLANS
2. CURB RAMP CEMENT CONCRETE: SHAll BE CUSS.JOOO. 6" THICK MINIMUM
.J. HERBICIDE TO BE PLACED UNDER PAVING, CURB AND ADJACENT SIDEWALK PRIOR TO PLACING OF MATERIALS.
4. EXPANSION JOINTS SHAll BE 1/4" THICK. FULl. DEPTH. ASPHALT IMPREGNATE:D JOINT MATERIAL
5 CURB AND RAMP LOCA TlONS TO BE STAKED AND APPROl-U) PRIOR TO CONSTRUCTION
6 SIDEWALK CROSS SLOPES NOT TO EXCEED 2% CURB RAMP SLOPE TO BE I: 12 OR FLA 77ER
~ ~ ~~ER SIDEWALK CORNER CURB RAMP DETAIL
6"
CONCRETE
COLLAR
f METAL GRA TE
OR COVER cb CONCRETE PAVER
-I I-f"
J-BOX, ,.
VAUL T, ETC.
METAL GRA TE
OR COVER
CONCRETE COLLAR
4 ': TYP.
PAVER SIDEWALK AREA
~ ~~c9T ANGULAR PENETRA liON DETAIL
PAVER SAND BED
SEE SPECIAL PROVISIONS
WALL BACKFIll
CONCRETE UNIT
PAVER
~ BUILDING FACE
r CONCRETE BLENDING STRIP
APPROX JO" -J6"
REINFORCE WITH 2x2 W2.9xW2.9
I-
~ ~~~R SIDEWALK DETAIL
7/8" MARINE GRADE PLYWOOD
TO SUPPOKT CANTILEVERED
EDGE OF BLENDING STRIP
MODUlAR CONC RETAINING WALL
(KEYSTONE STANDARD UNIT)
J' -
t
~
I:-!... ~ N
(';!"- ~ ..
'" .. " ::l
<~2 ":::
~~~~~~
llih..~ 3--
iQ::o ~:
~C) EJi~
2' ~Cl..h~;
I ~hH
1WO INCHES AT FUll SCAI.r >.. Ii: oJ ~
NOT SCAI.r ACCOROIHGl.Y h.. ~ li
(:s
@)
\ EXISTING CURB TO BE REMOVED
AND REPLACED 12" BARRIER CURB
SEE DETAIL 9/C-2
4', TYP.
STRUCTURAL SOIL
-" .. '
CONCRETE B/fTTRESS WALL
w;.... ;
NEW CONDUIT
NEW WA7ER MAIN
6', TYP.
ALL DELETERIOUS MA7ERIAL TO
BE REMOVED FROM EXISTING
GROUND PRIOR TO PLACING
FILL
6. CONCRETE
LEVEliNG PAD
2' MIN.
NOTES:
1. FOR WAll HEIGHT GREA7ER THAN 8.2 FEET AND LESS THAN 11.0
FEET ONE ADDmONAL LEVEL OF GEOGRID REQUIRED.
VAR.
FRONT STREET
0'
I
I'
C-8
EXPIRES 02J021 DC-;
~
~
..
lI)
~
~
~
~
-....j~
~
~
i7) 2
a1
::s:
~
..~~
Lx
01:;
..
....
~
~ ~ ~
. oJ~
i :h
" ~u
I ^ (.:) It)
9::....lt)
:::5C:l~
C):::) 1
:J:S?",
!Xl ~
"'~I
-.JCl::CJ
-.J~CJ
G~~
Cd.....
I
I
I
I
I
I
I
I
I
IK
,
..
&
II
BASE LEVELING PAD NOTES:
1. THE LEVELING PAD IS TO BE
CONSTRUCTED OF CRUSHED STONE
OR 2,000 PSI:t UNRElNFORCED
CONCRETE
2. THE BASE FOUNDA nON IS TO BE
APPROVED BY THE SITE GEOTECHNICAL
ENGINEER PRIOR TO PLACEMENT OF THE
LEVELING PAD.
STANDARD UNIT
WIDTH: 18"
* DEPTH: 18"
HEIGHT: 8"
* WEIGHT: 108 Ibs
CAP UNIT
WIDTH: 18"
* DEPTH: 10 1/2"
HEIGHT: 4 "
* WEIGHT: 50 Ibs
K
.:
...
EXCA VA nON
LIMITS
UNIT FACE
UNRElNFORCED CONCRETE-
LEVELING PAD
STANDARD UNIT/BASE PAD ISOMETRIC SECTION VIEW
*DIMENSIONS & WEIGHT MA Y VARY BY REGION
I
I
I
I
I
I
I
I
ELEVATION
SECTION
6'~
16"
1/2" X 5 1/4"
FIBERGLASS
PINS
FRONT FACE
UNRElNFORCED CONCRETE
LEVELING PAD
NOTE:
7. THE LEVELING PAD IS TO BE CONSTRUCTED OF
2000 PSI :i: UNRElNFORCED
CONCRETE.
LEVELING PAD DETAil
3" OF SOIL FILL IS REQUIRED BETWEEN
OVERLAPPING GEOGRID FOR PROPER
ANCHORAGE (TYP.)
H/2
H/4
ADDITIONAL GEOGRID OVERLAP
EXTEND WALL HEIGHT / 4
ADDITIONAL DRAINAGE FILL
EXTEND WALL HEIGHT / 2
!
NOTE: ~
1. CHECK WITH MANUFACTURER SPECIFICATIONS ~ I!i
ON CORRECT DIRECTION OF ORlENTA nON FOR ~ i!
GEOGRID TO OBTAIN PROPER STRENGTH. -...J
-...J
~.
2. CORNER UNITS RECOMMENDED FOR OUTSIDE
CORNERS. AVAILABILITY MA Y VARY.
GEOGRID INSTALLATION AT CORNERS
18"
STANDARD ELEVATION
t
18" :t
1
~ 78" ~
GEOGRID IS TO BE PLACED ON LEVEL
BACKFILL AND EXTENDED OVER THE
FIBERGLASS PINS. PLACE NEXT UNIT.
PULL GRID TAUGHT AND BACKFILL.
STAKE AS REQUIRED.
STANDARD PLAN
GRID & PIN CONNECTION
STANDARD UNIT
* DIMENSIONS MAY
VARY
BY REGION
O. I-
I
TWO INCItES AT FULL SCN..E
IF NOT SCN..E ACCORDINGlY
C-g
I EXPIRES- 02IIl2i 0'1 I
5!
...~
;~~
~~~
~>:I:
S
IH.
~
co
Pi 'j ...
: :~:
ii a ..
~ lE~~
lJ)(:):g
9::CSlr)
~~~
:t:~'II-
~ ~
'II-~I
-...J'-"':~
-...Jk~
ul,lj~
OJ.....
~
N",~ N
(';t.. -..
'-' 15 x :3
~...lilco -
~~hU
ilQ::E ~~
3C:5 eil:>s
2' ~o..h~;
I ~~~u
>-~~~
~c1::t
~
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
x
..
r=
Iii
RAILING GROUTED INTO 42" (TYP.), (36" MIN.)
CELLS OF UPPER THREE
COURSES
24'[ i!l
~
..
t,4 REBAR
JOINT EVERY 20')
UPPER THREE COURSES C.:l
~
FULLY GROUTED OR ::::!
CONCRETED ENTIRE ~
LENGTH TO 24" DEPTH I /!1
V)~
::::!
STANDARD UNIT SECTION ~
~ 2
..~~
6'-8" t~
I- SPACING -I
01>
N"
NN
..
~
GALVANIZED 9 GA.
CHAIN LINK FENCING
POST GROUTED INTO
CELLS OF UPPER
THREE COURSES
#4 REBAR
(JOINT EVERY 20')
If)C.:ll2
~CSl()
~~~
:t~~
~ ~
't-I,..,JI
--Jgse::>
--J I C- e::>
~t::J~
uttj.!.
x
..
Ii
TYPICAL RAILING DESIGN
DIRECT MOUNT - 50 PLF
STANDARD UNITS
NO SCALE
0'
I
t3
~'"~ N
<..5 ~: a
:<:. ~ il ~::
l:!~~~~~
l!S..... ~ 3i ~
-Q::u ~~
~c:s s-~
2' ~Q.~~~i
I ~hh
1WO INCHES AT FUll sc.u !; '" I<
IF NOT sc.u ACCOROINClY ~ C1 ~ 2
c::s
C-10 @lj)
I'
TYPICAL RAILING ELEVATION
I EXPIRES O'UO'lJ 0 '1 I
~ L...-,
01 0
3NON ...1 ]1Y.)S H
]NON ..1 3lV:tS ^
V 1Y~31NJ HnolHO:I
NOISIAJH
3.110
57W130 13>1:)05 370d:JV7.:1 ONV 773M 33C11
LO LZ 9 3l1lO
o l 3.110
...... IJ
Y N 3";"......r;,~d ~ qqqq frZfr OOB ,
81-00 ON .::::"" :J/O fJO,). 3C10.:l38
M~3 >.Il 03N!l1S30 5C1fJOH Bfr 77V:J
UtoO-t;t (09t) 3NOHd
ZgrG6 'NOl!)N1WSVM 'S]13ONV UJOd @
(KII X09 0 d 133&5 HIe; 3 lzr
.] d H33Nf!)N] ....11:1 MuaOMH3)1 J.YW!)
5373:JNV 1 ClOd .:10 ')'l/J
$)ltfOM :;Jl1and
i!: l::! ...J
!it ~ ~
i~
8
~~ ~
e!~ a~ 0
. Z
. 0
b
w .
~
CJ) 'w
l~
...J .....
"
,....
<( I~
-I/J
0 ~f5
ii: ~o
a:
~g
~ .w
....
ww
oa:
iU
z
.0
...J "u
...J
W
3:
w
W~
'... I!:~
VI
g~
l;\'"
~g
i:!~
~~
\~, ~, 'v Iv' 0 V ',/ ~ ,~) U
:)00000 OOOOC
OOO(lOO(JOOOO
:)OOOOOCOOOOC
00000000000
:)OOOOOOOOOOC~
~ 00 OOOOOOOO-{
~ioJ :J (I 0 (I 0 0 0 0 0 0 0 C ~
!liiJ;
~~ 0 0 0 0 CJ 0 0 0 0 0
OOOOOOOOOOOC
o (') ~~ C' (,; (' r) 0 0
') 0 0 0 0 ',-, ~ '-_ :) C
12
~-'
do
.VI
Vi' -""
!li ~o
~ ~~
l:J~
e:~
~
_t
-t
r) 0 0 0 ~_ 0 0 C' 0 () 0
J l~ 0 0 0 0 J (I 0 0 I) C
OOC()OOC~)OOO
:' ~l ('1 (.J~O 0 0 ~~ 0 0 0 C
Uo VlOl
'i n n ~ul 0 0 r~Cl<12 0 0 0
...........- "-- ",/ I ~ "-/~ ~
:) 0 0 (~~O 0 0 ~~~) 0 0 ( .
:c:: ::)10;: VI I
o 0 0 ~e) 0 0 C~~ ~ 0 0 0 :-
:) 0 0 0 0 0 0 ~l:l i) 0 0 C ~
,-/00000000000
::)OOOOOOOOOOC
~~ 0 0 0 0 0 0 0 0 0 0 0
~g :) 0 () 0 0 () () () n 0 0 C
6 ~ r' ~. rj r'1 (') /' --J
"'... V
~bj
n .,.....
.,.....
I
:.. ~~ ()
~-
~~
~bf b
"'~
.
~ ~~~
"'l3~
. ;;z: ~
~8::i
...J
~ ...J
-
0 ~
Z ~9: - . -
...~ " -
0 5~ ~ 0
b ~~ fjj
~i ~-.
0
~g ...
lr<<: ~
W 10):;" ~
'0 ~~
Cf.) :j.:;: ~ 0
~~...
'" ~ .{:l
-';Ii ~~ 0
...J ~~~ IS?
<( ~l;:~ ...~ CJ)
....l:l
Q ~~ W
0- ...J
~ 81 0
a 0-
...J ~ <:)
~ {:l
m ~ :3~
~ ~
3: "''l! LL~
~~
~~
1tJ~ ~...~
~~~
"'",'S
a:~ ~~.!.
I-~
Iu
en
I
en
...J
~
o
W
~
<(
a:
LL
o
Z
<(
a:
<(
...J
...J
o
o
i::
0-
W
ww
a:~
I-~
"
" U
~~ sitioJ
~lil ~~iJ;
~~~
~~
"'0
~~
~
..
(;
..,
...
~
U
~
~ ~
"8
;;i a: '
~r5 ~ '
l:l Q.
Vi
-,' '.
.
. .
-------------------
II: ,UD(J laid
~
tl
Q) ~
g; g;
U Vl
~ i
~
~ ~
~'.
_t
-t
~
~
~~
I!:~
~
~
~
~"
~;i!
~~
oQ
Ulii
~
II: .'J
~.: ::,:::>>~: \,:.
T !,\~ ~::~:(/;:: 1
.. . . . <(
. . .
(.: " .'
(l)
a:
::>
U
. .
)I ., 'OQ UOISIAa21
Uto-LllI' (OK) .......
_ ___ 'll!13llNY JIlOd ~
OlIU _ 'O'd JnlWI HIlI '3 III:
S;1739NV.18"0d70 ~.11:;
_:JIlIIIld
lu
S133M1S 13~nV1 ONV lNOH:J
NOll03S~31NI 10 = OO+L V1S
Og+L V1S
-.J
-dS~
(/)
~ 3^08V 335
xuC) gZ+v VIS 3NIl HOIV~
:::>0 oli:z
::E:'~ 'f. ~
<[ -'c:-.Ilj
-f-
~- lii't3 ~ L&JzO
~ffi~
i11'r;j _ 1llt5
. ~- ~ ~
' L&J t5 (/,)
.~ ~:::I C) .... 'If)
.fh~~ ;;S; U C) ~ (\J' -f
0=::0 + <[~
, -&30 C\J
: 0 0=::' N
~. '
~~~
00
~5.
Ct:: ~ . t3 t3 . =+
--~
ljlj -
L&Jt5~ t-
~L&JC) W
z:::I
Eb~t.:i W
Ct::UL&J a::
oL&J~ ~
4~ t-
(j)
~~ =5
U
C)
~5 U) C)
...... +
Ct::~ t- o c If)
~ L&J
Z Z
0
0 ~ 0
~
'~' =+ a:: . =+ t-
~. lL. c:-.I W
~ L&J
III W
f2 a::
Ct:: t-
L&J (j)
=+ ~
I- a..
0 =+ C)
o' -3 z
tti~~ ~
~r: C) lj t-
z C) LJ Z
~ ~ ~ + Z
(") 0
zo~ ~
~ ~ a::
-f f2~~ Ck: lL.
:a= ~li)tJ <[ =+
~ ;;S;o Q..
z ~offi
~a..
~cl~
;;S;~~ 0
=+ ~
XC) =+
Oz
I 'f~
-,-
I- -r;j
0 ~ .' L&J
-.J ~f2 C)
." I C)
.,..d1, t5 +
LJ ~~ .,..d1, \0
Z !~+I li)Z
zO -p
~ _U
~
Ck: I >
<[ .iJ
Q.. I -
.
1'1_
~,
~I
lei
Ii
i...
..--
I
W
-1S >1'10
M0138 335
gZ+17 VIS 3NIl HOIV~
....."11_
- -
......
---------
-
\
'"
..,
L-..........:..J I
'~
~
....."11_
-
-
- -
- -
-
- -
GL+G~ 0.1 .18 'r/.1S -)180M 7'r/:J18.1:J373 .1338.1S .1S8/..-1
~-3 133HS 33S
SL+Sl V1S 3NIl H01V~
n -. - ~ i
u _ ~ i
\ :>
--V')
:3-
w
z
>-
--.l "
1--1
<1:
~
"
(/) I
~ "
w I
z - - I
>- Ln- I
--' C>
1--1 (Y) t
<1:.
~
>
I
>
1
>
I
>
1
>
I
I
>
I
>
I
>
IIF
>
I
>
I
:>
I~
>
10
.
>00
I~
z
>
I
> IF
I
1
>==}
I
>
I
>
I~
~~
-t:l
t:l t; .
LLJLLJ~
Si~~
....lo!i
lbfdC)
O::O::::J
c
~~~
~o~~
C LLJ
G5~S
o::~a..
~~
~
LLJ
m
~
I
C)
z
ffi
t:l
<=>
<=>
+
If)
(\j
x
o
m
,
~
I
~I
~~
JI
I- 0.
"
.--
(f)
a::
-
l.L.
<=>
<=>
+
v
(\j
)t
ss 1
ss
llto-_ (OK) _
.... _ 'lmJDIIv JIlOd @
01111 _ Vd .IDlWl HIll '3 III:
Td __ AII3 ~ RMI
S3739N'r/ .180d .:10 ALI:J
_ :nJnd
N
ss-
)t
I IS ^~~3HJ
- /'1- /'1- 1'\- 1'1
>
I
>
I
f=>
"I
II
~
~~
~::)
zO
~~
~~
-
(/)
I-
(L
<r
~
\Ow
C> I-t
(Y)>
>-
<r
~
-
LL
~-
~q
(y)D
1--1
~
~I
:. lei
Ii
i...
C\I
I
W
I-
W
W
0::
I-
(f)
)tt-m
:> I'
~~ +-! I i
~~ I ~II
....lz . I
fh fd ~ > I "I
~ 0:: !i I I II
~.C) >
~g~ f= 1 I "II
oct;j 'I
iHlli i'Jii
:> "I
I II
+= )t
_\1 r "
rJr')- ~
I
>
+=1
>
c
~
"I
, II
')Ii
:JI'I
^I-t-IB
- I ^~ ^-
~! I !I
"1! I Ii
I I ,I
> J
I II
I
XC)
Oz
tp~
~-
-t:l
LLJo
~~
t;
~~
zO
- (.)
~
.-U
-----
....- ....~
.. - - - - - .~ - - - - - - -
:>
)iijOM lVOlijl0313
133ijlS lSijl..:J NID38
I
I
x
I~
I
I
I
I
I It')
.....
I +
It')N
NI
e(1.&J
1-1-
I (/)I.&J
wl.&J
Z:I:
_Ul
-oJ
x I.&J
.I :I:W
I i OUl
l-
e(
::t
I
I
I
I
I
I
I
x
I i
235
CRAZY FISH
229
I
. I
I
I
I
I PARKING
LOT
PARKING
LOT
"r/
V-V-V-V-V
+ 1W 8" 01
V l/v-v-V-'rI-V-'rI-'rI-V-V
" /
/, \" ~
v
~
INSTALL lYPE I J-BOX
AND CONNECT TO EXISTING
FIRST
STREET
REMOVE AND REPLACE EXIST.
HANDHOLE. RECONNECT EXIST.
PEDESTRIAN UGHT, lYP.
v
,,\ I
v,
REMOVE AND REPLACE EXIST.
HANDHOLE. RECONNECT EXIST.
STREETlIGHT, lYP.
~ NEW~ 2" 01
v v V V V
27+00
28+00
EXISTING POWER TO BE ABANDONED
t
INSTALL ," PVC TO NEW TREE WELL
AND INSTALL OUTLET AND CABLE
PER DETAIL 2/E-7, lYP.
t .
tw 12" 01
v 'rI V V 'rI
..,
v
..,
..,
BAXTER'S
221
WI
I 0
It')
+
co.
I NI
e(w
I I 1-1-
Ulw
I I wl.&J
z:I:
_Ul
-oJ
Iv W
:I:W
OUl
l-
e(
::t
P -1' _p _I'
"_";;;;;;;;0;,;;0 iII---_
INSTALL NEW 2" PVC AND #6 CU, lYP.
228
ARMORY SQUARE
PARKING LOT
13
N",i
~L: I
i~I:11
~fi I
2"i~i'llt
I ~ i l
'110 IDES Ilf FUIJ. SCAlE C) Ii .. Ii
F NO\' s:.u MXllRllIIG.Y ~ I ii ~
t5
~
~
II'
I
I'
E-3
~
;..
~
el
~
;..
~
~
(/)
~
25i1
~
~~l.t)
~C5:R
~ l.t)
:r:~~
~ I.. ~
~~I
-..J~C)
-..J!i:C)
(3l,ij~
co_
- .
ON3 01 Ofi+B~ ~lS -)180M 7~:J1&:J373 133&S lS81.:1
=i:>d-
- I'-!'\
(/)
I~
(/)0
C2l (\J.
(/)~
IO
(/)C\j
~
r--...
o
(\j
If)
~
(\J,
(/)
W
L:J
<[
U
L:J
Z
I--l
I--
I--
<[
~
fifififi-Ir~Ir-OOB-t
910 no.!.. 380.:138
S8nOH BIr 77V:J
--:1===JIIOd ~
DIlll _ 'O'd !DlWI HIlI '] III:
S3739NV tlJOd.do All:J
_:IflIIIld
01~OM lV::>lm::>313
133MlS lS~I..:l ON3
S133MlS >fVO ONV lS~I..:l NOI1::>3S~31NI
d- d- d- d- d-I- d
~~ ~ ~~ ~~
+
-~-G-
~I
o <.H= "iF'" >
zz=> J
<~~
S~o ,\1
CD l.L.. -
100 '1
~F-o~1
LUt3~ ..->
~~ ~I
~8 z
tl
~
> ~~~
~~ -
1lrl ~
> -l Z ::J
I ~8~
> o~~
I ?e LU
~~~
> ~~
I ~~
! ~ ~
I C)
>=+ <;
I ~
t-
(/)
a:::
lL.
>
>=+
I
8
Z
o
~
LU
CD
...J :e
>=+ ~ ffi
I 0 ~
Cl:::: a...
> ~~
I ~~ ~
>Iei ~~ ~
: ~o
!Xl [iJ ?e
3=t Z
I~ :e~
~o .
~~~t-
> -fz"W
I ;<- I W
=+ ~~~g; ~
(/) (T\
C\J
t-
(/)
a:::
-
lL.
=5
<..>
U)
.......
o
?e
~
>
rl
.
C'oI
>
I
>
+=!
I
>
I
>
+=1
~
Z
~.
~~
.lnr11=
In-
-~
~
LU~
~Z
..JI Z .
Q.!. 8..1:- >
I.LJI LiJ 'f="
d~~ I
:z; .<.!)
~,~ ::Jei>
!;!;;!~~: I
OOLUN
~~~..-
~ :t= Vj :l:?
I ~I
f-3 133HS 33S
OS+9Z V1S 3NIl H::>lV~
d
)<
d - d-i
(/)
~
-.J
ru<[
C)I
ru(/)
.1--
I--
D
L:J
(/)
~
-.J
ru<[
oI
(\j(/)
I--
I-
D
Lj
~
lu
~
I
W
:1
:. tiS
Ii
illoo
~
- -...... - - - -
...... - . ..... ~
------------
51338.l.S O'v'0~7/'r1~ ON'v' 1NO~.:I N33MJ38 1338.l.S 73~n'v'7 - N'v'7d 7'v':J18.l.:J373
ffi~
~-
o:~
co
a..~
~E
03=
COco
",'"
z:-~
~~
~~.
~
(/)
w .t3
u :z
:z
!---i,O
LL(.)
LL
O'
>-
Z(\J
O'~
I(\J
(L
~
.>-
(/)
<[.
0..
~
LJ =i
Z (.)
CO
!---i ......
~ 0
~ ~
<[
(L ~
.
IN
~
:z
~
~
~
<X'S
(/)
~
.:::J 0
~~
<[
:3
x.-u
1-
" \I -\I -
_. lIS- lIS-- ((
~lii
~-
-~
~t-
UJ::cl
~~
a.. 0
UJfd
0:0: _
o
~~
~~
~~ -1'-
I-
W
W
a:::
l-
V>
dO: .
3=~ ~
UJ~"":
~~
~oIN
:z~~
I ~~~
I fto
I ~~
colil
:::Iii :z 0 0
I 3- UJ 0
a..O :z +
~ g ('I')
~ V QIlf'_OI
I [\\1f'_S!IHI'--
-
I ~
f2
ffi
3=
as -als "
'"
:z
If ~
~
~.
~~
-~
~t; .
UJUJE.L:
~~,::
Ar.o~
a2' fd '"
O::::J
o
~~~
~o~~
OUJ
:::Iii~O
UJ UJ
0: a..
:1
f
..
II
..
I
o
~
ox '"
:z
'f~
-:) -
-~
UJ
[~
" (I~W.
i I ~ "'4 \7
I
L-_-=:l
--1
W
a:::
::>
<(
--1
""
(II
lIsi
'"
ia
""
..
I
o
o
+
C\J
v
9999--JrG-Jr-OOg-J
DlO no). 3YO.:l38
s~nOH ll-Jr 77'v':J
'"
'"
I~
tlo...
I~
'"
'"
I
'"
..
I
'"
'"
I
""
(II
I
""
'"
I
'"
..
I
'"
..
I
'"
(II
I
'"
'"
I
'"
'"
I
'"
..
I
..
'"
_"===JIIOd @
01111 XOlI '0'01 _ IlIA '3 lit
Td_.wo'_~
S373DN'v' lYOd .:10 AlI:J
_ :JrB1cI
N
:..
~I l{>
qi W
Iii
i...
x~"lI_
~
Q;
-------------------
x~"lI_
W
0:::::
:=J
o
W
u
o
0:::::
0.-
Z
o
I-
U
:=J
0:::::
I-
(j)
Z
o
u
-1
<(
U
0:::::
I-
U
W
-1
W
-
J,lI
r- ~
N -.l '31V:JS H
N -.1 :l'l'OS ^
1l'llJ "1'tAll3lN1 .nolNOO
S310N ON'rI S7/'r1130 7'r1Jlc/1J373
NOISIA3.
LOa911'llJ
LO ~~ 9 1l'llJ
Vl
OJ
Vl
o
...Q
"z:>
s...
o
"z:>
C
o
.p Vl
Vl.p
.p..c
..c _Q)
O)~
-- .p
~ OJ
.p OJ
OJ s...
OJ.p
~ Vl
Vl 0)
3= e
OJ.p
C Vl
X
OJ
OJ
s...
:J~
UO
OJ.p
s... Vl
e
~ OJ
3=0:::
"ZCi.......
OJ#
~
4- --
o
OJ.p
52 OJ
~
o
.p s...
OJ
Vl 0.
..Y.
00
3= OJ
ot
Vl :J
s...
3=.p
o Vl
~ e
o 0
I U
.......
)(lall.:t
- -
.p
Vl
o
0.
.p
..c
0)
~
OJ
X
~
~
0)
e
Vl
::::5
Vl
"z:>
s...
o
"z:>
e
o
.p
Vl
.p
..c
0)
C
o
s...
.p
Vl _
OJ(")
"z:>#
OJ
0.:::::
o
OJ.p
> OJ
:p~
o s...
s... OJ
8 0.
OJ
"ZCi ~
0)0
e..c
-- U
.p C
_~ 0
X
OJ e
o
=:p
o 0
.p"z:>
Vl C
_~ :J
OJ 0
0:::4-
(\j
/
I
I-U
II-
L:J........
........:3
-l(/)
I-(/)
W(/)
W<[
0:::0....
1->-
vHQ
..J
W
Z
([
Q..
l:J
Z
~
- (I)
x
w
8888 8888
.p
OJ
OJ
s...
.p
(/)
C
.p 0
OJ s...
OJ .p C
s... Vl 0)
.p OJ __
(/)"z:>Vl
OJ OJ
OJ o."z:>
s... "z:> Vl
:J C
o 0 s...
-l OJ
OJ
e
0)
e
OJ .p OJ
"z:> OJ
Vl OJ s...
L OJ
.p .p 0.
Vl(/)
OJ
3=
4-.p
O~
"z:>
OJ
.p
U
:J
-0 s...
..c.p
C Vl
o C e
-- 0
..y. 0 U
f:
o OJ Vl
3= s... OJ
OJ Vl
"z:>~o
(/)3=52
:;:
OJ 0
..c
.p
(")
-
-
C
OJ
OJ"
:;:If)
.p'-/
OJ
52 OJ
>
:!:4=
:J
"z:>>'
C~
o OJ
U~
U -~
> X
o....~
00.
"<to.
o
~.p
:J 0
"z:>
OJ Vl
..co.
U f:
Vl 0
~ ~
(\jU
:;: OJ
OJ U
C 0
0.
..c Vl
U
o '
.p.p
.p ::::5
o~
"z:> -~
C e
o :J
~o
~ e
~ 0
~ Vl
-- .p
__ OJ
"y'..y.
~ U
o 0
:;: s...
OJ..Q
o
Vl OJ Vl
Vl
3=:J 0
o >
s...
~ Vl OJ
OOJ.p
..c -0 e
s.....c
OJ "z:> .p
"z:> C 0
CoO
:J..c4-
"<t
-
-
o
.p
OJ
f:
Vl
OJ
s::.
U
C
X OJ
s... OJ 0)
o
.p4-s...
.p
U 0 s...
o OJ 0
"z:>~.pU
ceoo....
0002:
UU<[
-~ If)
.p
Vl"z:>
~ e
0.0
.p
..c.ri
O)s...
.p :J
OJ U
OJ 0
s... .p ~
.p
Vl ~ ,.
~:::.
s::.
U
o
OJ
"<t
(\j
e
o
s::.
.p
Vl
Vl
OJ
Vl
s...
OJ
"z:>
O"z:>-o
s... e s::.
o 0
0.
OJ
.p OJ Vl
o OJ s... :J
Vl 0 -3: 4-
s::.
OJ"z:>Ze
OCIo
s::. 0 I OJ
os::.I-U
C "s...
04-Z0
s::.0:30.
I
I- C
OJ
(\jo.
;; 0
I
(\j
o
e
4-
o
s::.
.p
0.
OJ
"z:>
o
.p
o
o
OJ
~ OJ
If)"z:>
.......
Vl
X
.p
~ s... OJ
o 0 U
(") ..c 0
XVl(jo.
.p OJ -
~ .p Vl 0::: Vl
"<t e e .p
(\jOJ........ s::.
s... -0)
~D Vl~
OJ OJ
U OJVl.p
e.p"z:>oOJ
OJ~~52~
0.. 0) 0 .p
3=COJ.pVl
~ 0 "z:> _~ .p
s... >.p 0
.p 0--
(jVls...:JVl
.p OJ o."z:> OJ
Vlo CVl
e OJ 0 0 :J
........O'.pU4-
o
.p
Vl
C
.p
:J
"z:>
C
o
U
s...
OJ
s::.
.p
o
<[
If)
\D
-
-
Vl
OJ
o
..c
"z:>
e
o
s::.
3=
OJ
e
e
OJ
OJ
3=
.p
OJ
52
.p
:J
"z:>
e
o
U
U
> Vl
0.... s...
o
~ .p
(\j U
I OJ
....... C
e C
o
U
Z
I OJ
I U
I- 0
'-
zo.
:3"<t
I
I-"z:>
s... OJ
OJ~
0.0
o.f:
o
U..c
.p
\D --
# :;:
(")~
o
(j -~
.p f:
Vl s...
e OJ
........1-
r---
x ,a\.1lQ. U01stAaH
- -
o
.p
Vl
e
,
OJ
s...
3=
:3
D
(/)
(\j
I
"<t
.......
s::.
.p
3=
Vl
.p
0.
OJ
OJ
s...
.p
o -
.p~
Vl~
OJ -6
~.p
o OJ
=8~
e s...
o OJ
s::.o.
6 Vl
s... OJ
4- 8
u...Q
>.p
0.... C
~ 0
.......0
e
= OJ
00....
.p
Vl........
elL.
........L:J
<Xl
If' N '3rwN rrntd V::xJ
'3rMGlIJ !lMO
6 ~ -00 ON .1:>3roUd
NM....
no 'J,lI <l3NOIS30
S;S;S;S; frZfr 008 t
D/O (}O).. 3C/O:f38
Sc/(}OH 8fr 77'r1J
J:
+'
-i
lS
OJ
U
d
a.
OJ
I...
OJ
.s2
o
+'
Vl
OJ
U
d
+'
a.
OJ
~ vi
I... Ol
C
Vl "i
+' d
C I...
~ lS
OJ +'
Ol ::l
C ~
:P d
Vl
"x OJ
OJ OJ
(/)
OJ
J: OJ
+' U
I... d
o +'
4- a.
OJ
Vl U
I... OJ
OJ I...
.::i.
d J:
OJ U
I... d
.s2 OJ
lS 0
s: +'
d
'"
Ol ~
C :II:
-[ I
5 ~
8
..y.
o
3=
OJ
"z:>
Vl
3=
OJ
e
C
Vl
OJ
o
0.
"z:>
e
o
Vl
OJ
X
o
..Q
o
"z:>
C
:J
o
s...
o
s...
o
o
U
OJ
.p
OJ
s...
U
C
o
U
d
o
.p
Vl
C
........
(J\
-
....
G..
l:J
0-
.....
"-
<t
o
M
"~ :;;
~ "i
OJ I...
I... OJ
o .::i.
+' ~
I... I...
o .s2
+' Ol
~ "~
+' +'
C Vl
o "x
U OJ
Ol OJ
"~ U
+' d
Vl a.
"x OJ
W Ck:
@@~
-
I...
OJ
.::i.
d
OJ
I...
.s2
Vl
+'
J:
Ol
::::;
s:
d
-[
+'
Vl
OJ
lS
OJ
a.
lS
s:
d
+'
OJ
OJ
I...
+'
Vl
o
+'
Vl
I...
o
+'
U
::l
lS
s:
o
U
Ol '3
.f U
+' \D
Vl :II:
-x I
OJ ~
OJ
>
o
E:
OJ
Ck:
-
C
.Ql
Vl
OJ
lS
OJ
>
d
J:
I... 0
~ +'
+'
'3
U
I...
"u
Vl
+'
-s
lS
s:
o
U
~
OJ
C
lS
C
d
Ol
"~
+'
Vl
"x
OJ
.f
+'
'3
U
~
U
I...
OJ
a.
d d
+' +'
Vl Vl
.s .s
d
I...
+'
::l
OJ
s:
lS
OJ
+'
d
U
'ij
OJ
lS
d
J:
U
d
W
+'
'3
lS
s:
o
U
J:
U
d
OJ
"~
OJ
I...
-i
(
lS OJ
C .::i.
::l d
o OJ
I... I...
Ol .s2
'"
\D
:II:
I
......
'oJ
Uta Lot (09t) '3NOHd
Z9t98 'NOJDN1HSVM 'Sl"13DN't UlOcf @
~~~ X08 Od mws Hie; "'] Ltt
3 d 1133N10N3 AUO UWKlM/G,)JM)
S373DN'r/ lC/Od .:10 )"l/J
S..OM onSnd
~
o
OJ
.s2
I...
OJ
.Y
d
OJ
I...
.s2
0-
N
J:
+'
'i
+'
'S
U
I...
"u
OJ
C
12
E:
o
U
Ol
C
:P
-~
X
OJ
OJ
>
o
E:
OJ
Ck:
@
-
-
N
<0
I
W
:...
~
L
<[
ex::
LJ
<[
t---i
r:::t
LJ
Z
t---i
ex::
t---i
::3
--.I
<[
U
I---l
(L
>-
I-
\0
dS
"'"""
+1=
W
U
ex::
=:J
o
(/)
-
)I: 1a:t-'Of1 \.O\d
- -
I
I
.
.:
..
I
I
I
I
2' PVC
I
HANDHOLE
I
I
I
I
ITEM
1. Anchor bolt, l' x 30'
2. Nl.lt l'
3. Concll.llt, Sch. 40, 2'
4. Bl.lshlng, Insl.llo.tlng, 2'
5. Concrete
6. COl.lpling, threo.c1ecl, 2'
7. Elbow, 90', 2' PVC
8. Rebo.r, vertlc:le lt6
9. Rebo.r tie, lt4
13' eo.ch run
2-4
16 cu ft.
1 - 2
1 - 2
8
12' D.C.
REQUIRED
4
8
I
I
I
DETAIL 1
STREET LIGHT BASE - PEDESTAL BASED POLE
Ix
,
i
STOCK No.
320 020 00003
285 019 00002
285 019 00041
GFCI PENDANT BOX
DUPLEX RECEPTACLE
3 FT OF SOW CORD AND
WATERTIGHT RECEPTACLE
COILED UNDER TREE GRATE
DO NOT DISTURB ROOT BALL
SIDEWALK
GRATE
SEAL CONDUIT END
(2/C - #14 SOW) I' PVC
TO HANDHOLE
!
SECTION A-A
TREE PIT
2' PVC
~41 ...J
l:l <[
Z Q:
3' ::l I- >
[J ::l C)
Q: W ~
CJ z
27'
1....
. ~ . 1
C SIDE'JALK)
CURB
A
TREE PIT
A
~
w
w
~
~
(I)
l' PVC \.tITH 2/C - IU4 SO\.t
HANDHOLE
FUSE HOLDER \.tITH 15 AMP FUSE
1 1/4' FLEX PLASTIC CONDUIT
\.tITH 2-#12 TH\.tN/THHN \.tIRE
STREET/PEDESTRAIN LIGHT
lt6cu
~FI PENDANT BOX
DET AIL 2
TREE LIGHTING CIRCUIT TO TREE PIT
BUSS HEB
IN-LINE FUSE
12-2 WIRE IJITH GROUND
INSTALL GROUT
16' X 17' OPENING IN SIDEIJALK
BY CONTRACTOR
CONCRETE COLLAR
BY CONTRACTO~
t3
i":-! '" ~ N
(';t.. - '"
"IX::!
~ j":~
~ oZi!;
~ CL g ,!.
i!ih..~ ~ ~
'" Q: u !:! ~
~C:l,"8"':!
2'itQ..~~~11
I ~hu
lWO INCHES AT RIll. SCALE ,. '" Ii;
IF NOT SCALE ACCOROINGl y i:: is ~ ~
<:5
@j)
STEEL SCREIJ-IN FOUNDATION
DET AIL 3
0'
I
I'
DECORATIVE PEDESTRIAN LIGHT STANDARD
E-7
Iii
Z
o
Vi
~
'"
lI)
::::!
~
L...J
C:lj!!
-..Ja
<:3
i5::
I-:::::
~ j
Cd
~~~
~U
8>:<
SS
N"
NN
"''''
a~
'"
.. Z
11 ~.'"
Iii !ill~
~ ~~'" ~
~O!~B
V)S2:g
~C:l:g
C)~I
::t~~
ctl I.. ":I-
":1-......,
l:l:::C)
::Jr:;:C)
<:31,.::i~
OJ.....
I
I.
:
...
I
I
LOCATOR
I
I
I
I
I
I~
:1
c
i
I
I
I
INSTALL CABLE MARKER
FROM KEY POINT
I-
Z
0
0:::
u..
u.....J (.9
0<( z
w:::::> f=
01- en
-:::::> X u
en~ w >
J: U '=t c..
I-J:
0::: en > w '"
0<( c.. 0::: W
Zs <(
N a. 0:::
Zu.. (J) <(
00 c.. ......
XI- en
OZ
ceO
,0:::
'u..
Oz
1--
PROCEDURE:
1) Pla.ce 12 inches of dirt over the key point.
2) Insert ba.ll I"lo.rker over desired point, Do not bury I"la.rker
I"lore tha.n 3 feet blow gra.de beca.use it ca.nnot re-ra.dia. te the
loca. tor's signal when I"lore tha.n 4 feet frol"l the loco. tor.
...
SPARE 3" pvc
SPARE 4"
Q:;
Cl_
~ij ......
.....C)
~ r I
TO EXISTING J-eoxOl
... I Ul
\ 3" pvc INTER-TIE
T SIGNAL J-BOX
s' UTHEAST CORNER OF OAK ST
~
(J)
(stock nUl"lber 7920)
HARBOR
DELI
3) Ha.nd fill a. l"linil"lul"l of 6 inches of soil over I"larker.
I
4) Ba.ckfill trench.
I
......0EJ
I
I
I
.
.
DETAIL 4
BALL MARKER INSTALLATION
DET AIL 5
-.J
W
cr:
~
<(
-.J
9
1:>
~w
<(>
~...J
o:::~ '=t
Wu.. U
~o w >
0::: c..
SJ: <(
a. '"
u..1- (J)
00::: w
0 0:::
c..z <(
Oen c..
1-0 en
Zz
Ow
SPARE TO SIGNAL J-BOX ON
NORTH SIDE OF FRONT ST
tii
0::
0>
<5
C2
~
Lo..
o
~
()
>
0-
M
w
a::
<(
0-
(/)
f-
5
()
a::
(J
-'
<(w
z-
~I-;"
-a::
CflW
~~
u.-
~~
f-<(
0' I'
I
EXISTING CONDUIT INTERSECTION OF LAUREL L FRONT
lWO INCHES AT fllLL SCALE
IF NOT SCALE ACCOROINGl y
E-8
z
o
S
lr)
:::::!
~
~
~
-..J
(5
~
f..::
~ j
Gj
t~
g55
!;;",,,,
8>:I:
......
00
"'...
NN
....
~~
lr)S?~
~l:::l~
<:)::::::>1
::t~~
C\:) I.. ~
~Ci:!1
-..J""C)
-..JkC)
(5L.J~
Cl:S......
t3
r:-!... ~ N
~a._ ..
'-' !'\ x :3
~l:l:5l"::
z z.
~:"8~~~
~....... ~ ~ ~
'"9::<> !2~
<> <::5 ~ '" il
i .C
2' :> Q.J ~.
I a.~lnl
lOw,"
~~~ ~
J...... II
t)
~
'1M 'S3139NV I~Od 'IS HIS 3 liE
S3139NV I~Od ~O AID
NOIDn~ISNOJ3~ ~l'v'M30IS 'IS mnVl
ONnO~9~30Nn S3139NV' l~Od
~~
==
ZZ
'<:0
~~
I-
W
W
:c
en
~ c::
~ ~
~ 8
0:
t !/
~ ~
99l I 669 (906) 'XVj / 099l "69 (906) ':ilNOHd
"0196 uOlJUI'lSU.II. 'U(nUOS ''llnoS unuu"v lsnj "06
u:ilIsaa Ullq.IO pUll a.InlOalIt:p.IV
UB~01/dUAOH/U!~UOl
(/)
UJ
o
<(
~
19
0-
:::>
.-J
<(
~
:::>
I--
U
:::>
~
I--
(/)
cx'S
Z
o
-
I--
U
:::>
~
I--
(/)
Z
o
U
UJ
~
~
..-J
<(
~
UJ
o
-
(/)
o
:z
::::>
o
n::::
(!)
n::::
L.LJ
o
:z
::::>
l
(/)
L.LJ
I
L.LJ
(!)
:z
<e:
I--
n::::
o
0-
~
~
~
~
i
:z::;
Q~
1-\<1
<(z
~~
~ ~~
~~~
-g;~
I- 5~
M ~~
a~!i
g:d
w '1i
"' lJl
~ 5
-I Ul 0"'"
~I;;~~
i~~~
~~~~
t:la:"'~
~:;~1i
~~!:fuj
z UJ~91t1
0",0:5;;\
",z~!li
~ ~~w~
ii:8~~~
u ctJ:j~~
U) i';~~~
~ ~gi~~
1-~3~iil
~ ~~CI)~
., a~~~
~ll';o~~
0- i!! ~!!; ll'
. .
6')
--'
00(
ffi~
~n
'"
a!
~..... ~
~~ ~
-
-
'"
5~_&
Z=,"'f_
~~~'::i~
~
""
w'"
;to
u-'
<n<>.
~ >-
~m
~>->-
~~~
~ffiQ
0<>.'"
~
i1i wI;;
I- ::J~
t; ~~
~o:~~
o ~t5~
g: ~ 1; i:i
o ~~
~ ~~
. ~~
~ ~ g~
~ ~ ~~
!ij u Ii
w
:c
en :i:~~ c;;~~
!~ J!~hU~!
~€ &JP~~fi!~~ji
~l!' !f~~~;;;~~iH
~Ji ~d~H~~H
!~ h
~i j~ ~ I"
I ~J~
~ gHa
~~, < .,., ~
~~ /7
, ,
.<:/
"
.,. j''" ~
l~ <
, <';
II
illl
"
II
.
"
" ~~,-
,<'.., <
~ "(,>~
/'
"
~ ~ 0
"
"
'.,
',~, ,
~ )',
~
I'!S ~
r g
j ~
:l
0:
~
~
~
i
~
~
~
~
~
~
~
~
11
:;!~ "
~~ ~
~5 tuo~
inW
ffi
a: z ~ I 8
! g ~ ~ ~ffi
~ ~ ~ ~ ~~
~ (~\~)
~ c::~
o
! ~ w ~ I
Iii · 3' ~ 5'
!. . ~ " -. I . I ! i i! ~~ ~ ~~! ~ ~! e ~ ~ ~
~ "~~~ .~i!~" U ~ il B .~ i~~ !i "~Ii Ie i~" ." Ii ~~~ P i2 ~ 2! ~ ~~ I'",. Ii. ! i il ' ~ ~~ n
iml m~~i!mhi~ Mn~ hnnn n!lhnl!~hnn~hl s~~IMUlijihsi ~n~hhihunhi!~!hl ~Imnnu~ini ih~ h~M :lulum
~,~,~ .~Hhh~;lh; ..w.H ".;;.~H! .!~~u.~~.plhnf,,~f .~.~...~n~.h.~ .n*~..uh.h~i....d~E "~..h~~~~hh,~ d!!l ...~" ..nh.lu
I n
_ j ~ ii !
U) . ~ ! ~ ~ ~\1 n! ~ ! ~ ~
~ ~ - ~ ~ ~ "~B ~, ~~ -, " Ii i I ~ Sa ~ ~
~ iMUhld~ ~llnhhU; ~nih~ihIUlmi ;h~hhkmU 3~hhndiiuiU IlmUn~U!mdhl ~hu~!h; wiUhhUam; Ihh ~ !hM
w
a::
m
m .
<( ..ih...hh .i~~~~....h ~5'~d~~3Bd~~h.h o~h.u....~n .,;;.~~~..~h~s~!ja ~~hh~.,~~~BU!..d .~h~.h~~ ...n..~. ,~~ ,.ii. . xn.~
-
-
-
-
-
-
-
-
-
-
...
-
-
-
-
~
<(
~
0-
<(
~
~
z
u
:;:
(J3
:z
<(
-'
0-
W
I-
in
...
-
I
I
NEW HISTORICAU Y ACCURATE GUARD
NEW CONCRETE SIDEWAlK
HEW SIDEWAlK
Gl.AZING UTE SYSTEM
EXISTING AWNING DOWNSPOUT DIRECT TOWARDS NEW TRENCH DRAIN
Hth 9
~ \--~------
( :
@
I
@ @l
I I
@
~---------~;@
( : )
I"" DO
l I ' , ;
-;---:!------
,I <'
I
@
I
I
1 ~
I I
I I
riTr1jl
1'rd9
I
I
@J
I
@J
I
@J
I
I
o
I
o
I
o
I
0)
I
I
@
~
I
I
I' r;:;t;1
fif..:J
I
lID
[2J]
rgj
@ ~
ijj
r::N
ttij
~'"
"~''''
" ,
I
,
I
I
NEW TRENCH DRAIN WI6"lI8" TRENCH GRA rES
I I
REINSTAll EXISTING PEDESTRIAN
UGHT iYP 1 OF 3
I I
REPUCA TE EXISTING SCORING
PATTERN THIS BLOCK. 5'.(1" X 5~
SOU,,,..
I
NEWTRElORAlNW/Qx,l
TRENCH GRATES
RElNSTAl.l. EXISTING PlANTER VERIFY
LOCATION WI CITY ENGINEER
LAUREL STREET
CD ~~~:WALK PLAN - NEW WORK
...... CD
I
~
WARREN MORSE
BUILDING
GOLDEN CRAFTS
ERNST FINE ART
PHOTOGRAPHY
RICK'S CAFE
I
LAUREL STREET
I
PRoiCT EXISTING CURB TYP
/
REMOVE SIOEW"LK@stWJEDAREAS
PROTECT EXISTING STANDPIPE
PROTECT EXISTING ALARM Bell
REMOVE EXISTING SIDEWAlK (BOUNDED BY RECENlt Y
CONSTRUCTED SIDEWAlKS ON FRONT AND ARST STREETS
AND EXISTING ALlEY) & RECONSTRUCT 01.0 STAIRWAY
EXISTING WOOD STAIR {HOT IN PROJECT}
NO CONSTRuCTION ACCESS
PROTECT EXISTING HOSE BIBB
@ ~ ~
PROTECT exfTlNG MASONRY prR I
STORE & P~TECT EXISTlNG S1qewALK GLAZING UfES
PATCH & REP.6JR EXISTING STAIR
PATCH & REPAIR EXISTING GUARD @
,
EXISTING PUBUC PHON~
EXlSTlNGTRASH
RECEPTACLE
f
~
I
1 ~
I I
l// V ' )/ / /[ //: I // I '//>
3' /;r ',<>~! (' /~ 'I L:7' I,)'>' /t:>'
"/ I '/ I,' /{f, /V" ) /, , I
1// ....1/<' /X,.. //1 /~/,! ..../,-'1 // I
- ../.1 ~ L :. _ / /.. -' / / ~~ ,-:..
I
o
I
o
I
~
~
(2)
I
0)
I
I
@
e
I
I
,
EXISTING SCORING
PATTERN THIS BlOCK.
5'-O"XS'-O"SQUARE1
REMOVE EXISTING TREE AND TREE GRATE TYP
STORE & PROTECT WATER METER ACCESS COVER iYP
STORE & PROTECT EXISTING
MANHOLE COVER
I
STORE AND PROTECT EXIsnNG PLANTER FOR REINSTALlATION
3 ~~~:WALK PLAN - EXISTING AND DEMO,..... CD
I
II
II
II
II
II
II
EXISTING BASEMENT
EXISTING BASEMENT
NEW CONCRETE BEAMS ABOVE
NEW CONCRETE SIDEWALK SUPPORT COlUMNS
NEW EXPOSED FOOTING PER STRUCTURAL
NEW EXPOSED CONCRETE FOOTING SEE STRUCTURAl
I
Gp
f
25
~
~
I
1
~
I
I
REHANG EXISTING CQMMUN!CA nON UNES FROM NEW BEAMS
CD ~.~~ER LEVEL PLAN - NEW WORK
~.,CD
I
EXISTING BASEMENT
EXISTING BASEMENT
PARTlPU." EXCAVATED AREA. SEE STRUCT
~::~::=:~:~:"@CRACXEDBEAM
PROTECT EXISTING COt.lMUNlCATIONS CONDUIT TO REHANG FROM NEW BEAMS
PROTECT EXISTING UTIUiY UNES FOR RELOCATION
6 0) ~ ~ @J @ ~ @
i , I I I I
==-~;=--~ ~=~;===~===~F===~====~===
, ' I' :e J' 'I
II II i
..-,~__I~,~J.....--'"t'r-, _,__,.........-$-,__tn-,..--_~1'I'
-._"'_T_ll'_'_'lP-~I___ _,,--,-..._1i1-~_'______
_'._p___r_.._l____~~_TI_"'_'_II>_...__.___...
oo___l!o._ -1*'- ____.."..---- OCIOOM-o- ~ ~
PROTECT EXISTING COMMUNICATIONS CONDUIT TO REHANG
FROM NEW BEAMS
PROTECT EXISTlNG UTUTY UNES FOR RELCCA TlON
PROTECT EXISTING DOOR &
WINDOWS DURING CONSTRUCTION
v.rn< PlYWOOD
@J
I
I
REMOVE EXISTING
UNDERGROUND
TANK seE SPECIAl
PI=lOVlSIONS
cp
I I
= =::m:: == =:::t = = =_
I ~l
o
(2)
I
C'P
I
I
I
+--
I
I
I
I
I
I
I
~~~ER LEVEL PLAN - EXISTING & DEMc;..... CD
I
I I I
DEMO 8aSTlNG CRACKED AND ASKEN TREE SUPPORT
DEMO EXISTING PEDESTRIAN UGHT SUPPORT
PROTECT EXISTING STREET UGHT SUPPORT
REMOVE EXISTING TANK.
SEE SPECIAL PROVISIONS
EXISTING UTIliTIES VI\UL T TO REMAIN
I
~
Ci:l
~
0.:
~ ,::Jl
'-...... ~
Q.)~
~ ~
~-e
0::>
::r:="
'-......~
~ ::
'''''; ::l
~t
~~
O~
E-d:
ill
II
III
III
III
II
o
Zz
=>0
0;::::
a::::~
08::
a::::(/)
LLlZ
08
z~
=>"'"
-'
(/) <(
LLl3:
--I UJ
LLI 0
0~
zt;:;
<(cd
I--C>::
a::::~
0-'
CL
DRAWING ISSUE
PERMIT SET
BID SET
DRAWING TITlE
PLANS
SCALE
PLOT DATE
CAD FILE
PROJ MGR
DRAFTER
SHEET NO
..,.
~
.,
0>
=:g
Or-
...-
9~
i!.,
=
~"'
.0
~~
h
",r..
.....
:10
g~
",r-
,,""
g~
,,-
~.,
<0
-;~
..
~~
~~
01'"
..:
<nO;:
~~
0~
zL?
<C~
>- ~
""'"
00
a.."'-
O~
C~
u~
12 JAN 07
29JUN07
AS NOTED
J.Ju1.{)7
PA-A2
LT fCP
CP
A2
I
I
I
I
I
I
I
I
I
/:
I
$~
::tir
, ;;!I
" -0
I '"Ii!
I +
I
I
I
I
I
I
i 4~4' t
ajJl
I
."~1~
",~16'~
l ",.. l
, ,
lEFT & RlGHT VIEW
TOP VIEW
I
I
iQ
~~.
132718" ~
~
~ ~,..
hR1 EJ'
~y-+ U'
FRONT & BACK VIEW BOTTOM VIEW
O@
I
BOTTOM VIEW
.'~16'~
.'1~16' '-g
I
LEFT VIEW
I
~~;;;~ ~
~~~
PlAN~EW t I r ",.. ~ I
~51fT'--4-
I
I
SEcnONVI~
I
@ ~~~; RAIL DETAILS
P.\.HMllllAlL~
:::::~;;- PROTECT EXISnNG STANDPIPE
-1\ CJ ~~';~~~."TEO
:!: I II ONBLDG
GAlVANIZED IMREMESH IN 1112"*'
GAlVSTl FlAT BAR FRAME
GAlVANIZED STl FlAT SARWElDEO TO
PIPE RAIL AND TO MESH tNFlll PANEl
IRON PIPE RAll SYSTEM
":I..IIIII)illll
NEW CONCRETE CURB
SU~ACE MOUNT PIPE RAlLSYSTEM
@ ~:,; RAIL ELEVATION
''''''''
CD ~~~RWAY SECTION
cv
I
1.f.l11fT'
i
ON
z
~
l:
..~
,",,,
.~
Ii
NEW TRENQi DRAIN W/6"Xl8" TRENCH GRATES
I
NEW CONCRETE SLAB SIDEWALK 'MTH SCORING TO
MATCH EXISTING I
NEW PIPE RAIL GUARD GATE AND HAND,
NEW 5-1fl' HIGH X 8" WIDE CONCRETE CURB
@ ~~~,TIAL SIDEWALK PLAN
@ i
~
NEW SIDEWALK GlAlING
UTE SYSTEM TYP
I
)/: /:
I
I
I
I
EO. J
I o!
\
,......
CD ~~~TIAL SIDEWALK PLAN
CD
'T
: I
I
I I
I I
I I
U
I
!~~s~~=o
I I IFAClNGONE SlOE ONLY I
'~' I
I I I
, 'INEW CONCRETE COlUMN j
: : NEWWAlL "'OTIno MATCH EXI'TING;
I '-L I
I I! NEW CONCRETE BEAM ABOVE I
I I I I
I I I I
I I I
I I I
J I I -1
%
% %
@ ~~~TIAL LOWER LEVEL PLAN
,......
r
NEW GlAZED REUTES IN
SIDEWALK
NEW COLUMN BEYOND PER
STRUCTURAl
lX6 CEDAR FORM BOARDS
TO REMAIN
,...... CD ~~?;WALK SECTION
/:
,...""
CD ~~~,TIAL SIDEWALK PLAN
DOOR SCHEDULE
BASEMENT
01 A I10" T..(f' 1314. MTl
02 A Ill)" r.a 1-3/4. MTl
03 A 3..(1' T..{l 1-3/4 MTl
DOOR SCHEDULE NOTES
t MAXIMUM THRESHOLD SHALl
BE 11'l' AT ALl. DOORWAYS
FF 20MIN
FF 20MIN
FF I 2DMIN
DOOR TYPES
MTL Ff 20MlN
MTl FF 20MlN
MTL FF 20MlN
2 SEE SPEC FOR OEFINmON OF
HARDWARE GROUPS
"
,
/
ABBREVIATIONS
FF FACTORY ANlSH SEE NOTES SPEC /
MTL METAL
PTO PAINTED
1,_,.,_,......,......
(~
""'...
CD ~~~R SECTION
,......
@
I
I
REPAIR EXISTING GATE @ TOP OF STAIRS
ION
I
I
NEW HANDRAIL TO MATCH GUARDRAIL
PATCH & REPAIR EXISTING GUARDRAIL
cw: , =~.- CDLORBY
~ RONSTAUEXlSTING'TREerUGHT
........
o ~~~TIAL SIDEWALK PLAN
,...... @J
PROTECT EXISTING BUILDING DOOR
EXISTING CONCRETE PAD CONF1~M SLOPE IS AWAY FROM SLOG
NEW MASONRY WAll
NEW EXPOSED CONCRETE FOOTING SEE STRUCTURAL
NEW CRUSHED ROC!< WALKING SURFACE
;; /: % % % %
I
I
8- ~~~TIAL LOWER LEVEL PLAN ,...~@J
/:
3
AJ
3
AJ
~
ro
~
o i::
.....:l::P
~~
Q)O
~ ~
~~
O~
~'1:1
~~
~ ~
'P""'4 ::l
~t
~~
0'5
E-di!
o
Zz
~O
0;::::
Ck:~
C)e:
Ck:V')
LLJZ
08
z~
~::..::
-'
V') <C
LLJ3;:
--l LU
LLJ 0
C)~
zt;;
<([:0
1--""
Ck:~
0-'
a...
DRAWlNGISSUE
PERMIT SET
BID SET
DRAWING TITlE
ENLARGED PLANS
AND DETAILS
SCALE
PLOT DATE
CAD FILE
PROJ MGR
DRAFTeR
SI1EETNO
...
~
'"
'"
=:g
Or-
t.-
!3~
-;I",
=
~;o
o
~~
g~
",r.,
"
050
g:i5
",r-
~...
g~
~~
~'"
<0
~~
~ ,
~~
~~
N'"
<:
<nO;:
~~
<.?~
:z0
<(~
>-~
""""
00
a..."--
O~
2::lS=i
O~
12 JAN 07
29 JUN 07
114'=1'.0"
3-Jui-07
PA-A3
LTICP
CP
A3
I
~
o
'"
'"
c:g
Or-
b.-
.oN
.eN
~<O
~
;00<0'
o
3e
~><
~""
rnr..
"-
:5~
~'"
Jlr-
~..,.
g~
~-
><0
""0
r;;~
~
~~
~~
NO.
~
cO
~
o .::
~~
.............. ~
Q.)Cl
~ ~
:>.-e
O~
:I:-o
..............~
~ ~
....-1 ::l
~t
~~
0-5
E-d:
<2-
~
~
<t:S-
~f
0'"
1'''''0
I
cp
qJ
4:J
CfJ cp cp cp cp rJ? ~
I
mJ ,1illI1 rnJ I rnI
rnI rnI rnJ rnJ
IIrru : I: IIrru I' IIrru
rru I
III I I
I I I
rnJ I!I~ rnJ II~ rnJ
ffiI rnJ : I: rnJ : ':
ffiI rnJ I I I ffiI III ffiI
I,I : I:
1'1
[@ [@ [@ rnJ IlL rnJ [@ I I I [@
..J L
qJ
@J
~
I
,1illI1
: I:
III
I I
III~
: I:
I: I
I I
III III
II r-o--i!]---ll L
rnJ
rnJ
,@,
~1
rnJ
IIillII
III
I I
II I
I I
~III
III
: I : rnJ I
: I i-O---
III '
..J l[@
o
I
r1
I '- BEAWS &: SlAB THIS
,I '- AREA SIMILAR TO ""
I SPAN TURNED 90" B.
I~ Ej
II
I rnJ
ffiI
rnJ
o
I
[@
rnJ
STEP BOTTOM OF'
SlAB DOWN 6- THIS LOCATION
TO AllOW FOR FUll 65- THICK
o CURB RADIUS, PROVIDE #4012 EW
TOP &: BOTTOM THIS lOCAnON
TRENCH STOPS 0
BACK OF CURB CORE 2~'
HOlf IN CURB Cl .... FROM
SURFACE OEEPEN TRENCH
TO 5- FOR lAST 3-
PEDESTRIAN UGHT POLE, REMOVIiD
AND REINSTAIJ.B) IN APPROX SN.CE
LOCATION I SEE J/SJ FOR ANCHORAqE
SUPPORT BEAM FOfl UGHT BASE PER
J/SJ. IN .ADDmON TO 1YP SlAB OR EDGE a...
I
I
EXISTING UGHT FDN
TO REMAJN
S1.WCtJT SlAB r ONTO BASE
TYP {SIDES ORlll" EPOXY
''''012- DC EMBEDOED 6- INTO EXIST
TYP ... SIDES
I
I
SL<B TYPE 1 - lYP PER DEI 1 fSJ
SL<B TYPE 2 - lYPE 1 . 3 IS 0 6' AlONG EDGE
SEAl! TYPE 1 - lYP PER SECT A/SJ
BEAl< TYPE 2 - lYP PER DEI B/SJ
BEAl< TYPE 3 ./TRENCH- TYP PER DEI C/S3
lIGHT FRAME - lYP PER DTL 2/S3
rnJ
rnI
/]j]
rnJ
rn
rru
CD SIDEWAlK SLAB FRAMING. SOlITH PART
Mr-r.cr
@
m:J co!. !WE 1 - !W PER SECT A/SJ
~ CO\. lYPE 2 - lYP PER SECT C/SJ
I
lOCATION OF EXISTING OPEN EXCAVATION AT COLUMN
FOR BIDDING PURPOSES FIll 'MTH GRAVR AFTER RENOVAl OF EXISTING WOOD
FORMS IN PIT Al.lOWANCE or 6 CUBIC YARDS GRAva
DBmN WRlTTEl< PfRUISSlON FROII Cl1Y BEFORE PERFORMING MS WORK
'"
~
~
"'~
",,0
"''''-
'" ,
<0 - r-
Q<-
><OM
O~
r:otio
~~e
cp
cp
4:J
cp
cp
cp
cp rJ? ~ ~
I
IillI IillI IillI Ira
- - -~- -- - -- - - -- ---- - ----~-
I
bD
';; .::
.... C
::l <l>
"" <l>
() .::
2 bD
"" .::
CIlr-:l
: I illll IillI
: n=- - _______n____n__ __n___n___n__n__ -- u____ -----
; i I I ill]
:~il:-. I II]
, , ,
j : r,.. PRCM.OE TEST PIT THIS lOCATI
AUGN NEW COt ~: I I JNIUUU 2' WIDE , " lONG , 6' DEt
WITH EXISTING W,AU L___J ~ GRAVEL T~ ~~ug~U~~~NJ'~O~~~
_ } 2,-d I I TEST P[ 11
ff~-"'\ I I /,~ I
, \\ 1 \\
\ If I I ';., I
- - - - - h____ ___ n _n_n ~_ ~ _h _ _ n n_ _ n _~_ ___ _ n __ __ _ __n __~_ _ n_n
I
I ill!
I
I
I
I
I
\ HEW 14" HIGH , 20' WIDE I m:J
\.. f$OTING, LOCATE TOP Of FOOTIN$ TO
BE NO t.40RE THAN 7- ABOVE ADJACENT
BlsEMENT GRACE IN BUIlDING STEP AS REO
rQ{ I m:J ill!
12.x12- CONC Y/lRD DRAIN I
WITH SaUD CAST IRON
UD. ~ONNECT 4. PERf PIPE I
To BOX USE DURING CONST fOR
OEWI\TERING. IS "DRY SUIi4P" AT PROJ COt.lPLETlON
: :~DE TEST P[ rnls lOCA:jJ
MINJ!f.Ut.t 2' WIDE X 4' LONG X 6' OEEP
AFTER SOILS EVALUATION ALL PIT 'MTH
GRAVEL TAMPED WITH BUCKET fOR CONSOUDAOON
TEST P[ 12
I,
o
I EXISTING
STAIR WML
;:''/-=--,,,
If \I
,\ II
~://
I
o
D
o
Zz
~o
00=
~~
0e:
~~
II..Il.JJO
O~
ZICI<:
;:::ll ~
-'
<tn<
IL.!J..!IS:
==oJ] LU
IUl.J) Cl
0~
zt;
<(;::d
Il===ICI<:
~:::;)
0::5
ibb
I
,
REUOI/ED LK>Hf POLE
BASE
I REMOVED
I TREE WEll
H
53
REN<MD
TREE WEll
<
!9~
~~
~~
!i;;li1
02
CL- .
u....t:;
O:c
~t:;
u~
~
I
CD FOUNDATION PLAN - SOUTH PART
"",-roG"
@
I
~
(!)
I
(!)
I
4:J cp cp cp
IIillII ,illlll I
: I: :1 : : I:
'II Ii I III
I I :i: I I
III I'I
: I: :1 : III
cp
~
I
~
@J
I
rJ?
I
I
,
I
I
f&J1
I
I
I
,lilli,
III
I I
III
: I:
III
I 0--------
,/
I
DIAlING ISSUJ
PERMIT SET 12 JAN 07
~D SET 29 JUNE 07
_~.l.._
III
".::r e--
I I'I I" III
-~t-==~::--==::r:t..-::--:-:-::--=-=.--]r::..::--:----:--:--::=P1.-:--::-:-
J..!.L
III
-- ---1"L--
-j~
III
".:To-e--
1.1-
, I
--e"
I
--:::::::j.:;- L
I
PROVIDE JUNCTION BOX FRat.l
NEW STREETUGHT FEEDER
TO RELOCATED UGHT POLE ON NrN FOUNDA
NEW STRill IUGHT mDER IN
2- CONDUIT I SEE ElECTRiCAl PlANS
~EW JUNCTION BO'
o EXIST PDWtR CONDUIT
SPUCE NrN FEEDER To EXIS11NG CiRCU[
SPLJC(S TO BE WATERPROOF
I
DRAflNG mtI
EXIST1NG STREET UGHT
BASE TO REIoWN EXlSTlNG
FEEDER fROM STREET UGHT TO AllEY TO R80IAlN
O<ISTlNG (J) .' aWEST CONDUITS TO
REt.lAIN IN THEIR APPROXIMATE POSITION
SEE l/SJ FOR TEMPORARY SUPPORT AND I
I.4INIMUt.l PROTECTION DURING CONSTRUCTION
PROVlDE (3) .' P\'C GRAY CONDUITS
MOUNTED ON WAlL BR4CKOS ON fXTERJQR WALl
. 6' MAX DC, SEE F /S3 FOR BRKT lYPiCAl FUlL LENGn< OF VAULT
I
SCALE 3/16
PLOT DATE
CAD FILE
PROJ lIGR J BARTRAM
DRAFl'ER TN
NElAA 3R TELEPHONE JUNCTION BOX
$11r.l TO SOUTH END COORDINATE CIRCUITS
WITH CWEST
o UTILITY PLAN - SOUTH PART
,.Jl Vlr-r.(J'
I
@
S1IDT NO
S1
I
I
I
I
o
I
I
I
I
I
I
o
I
I
I
I
I
I
O-~
~-
I
I
I
I
@
I
@
I
@
I
~
-----~-i~i--~-----i~i--~---i~ ~
II II II I II
[illlll III [ill III
: I ~ : I:E) : I:
mJ IleI []j] III mJ IIIE)
I I I I ill] I I
III III I i I
III III III
I I I I I I
III rnJ III rnJ III rnJ
EXIST TEL POLE
THRU NEW Sl..AB
TEMP BRACE POLE DURING
CONSTRUCTION
PEDESTRIAN UGHT POLE. REMOVED
AND REINSTAU.ED IN APPROX SALlE
LOCATION SEE J/SJ tOR ANCHORAGE
~
~
@
I
@
I
-- _ m___~ ~~~~ ~~~~~ ~(~ ~~~~~~ ~~~~ ~ ~~~~ ~~~~~~~~~ ~~~ ~ ~~,~~~~~ ~ _u U
NEW 14~ ~H1GH X 20" WIDE fOOTING
PER D/Sl, LOCATE TOP OF FOOTING TO
BE NO "ORE THAN 7" ABrM. AOJACENT I I {]
BASE"ENT GRADE IN BUIUONG, STEP /oS REO
I IPR<MOE TEST prr THIS LOC.\TION
IolINIQ 2' WIDE X 4' lONG X 6' DEEP
I AfTEI1 SOILS EVAlUATION ALL PIT IWITH
GRAVEL TAYPED WI1H BUCKET FOR CONSOUDATlON
I I TEST prr 13
I
@
I
I
@J @
I I
I I
III III
:1 : IT!] I I
III
~: ~ ~:
III E) II IE!
I I ill] I,I
I'I 1'1
II: II:
III rnJ III
om
H
S3
@J
I
I
@J
I
CfJ
I~I
I I
,I,
I I
III~
III
I I
III
: I ~_______~ I :
III 0 rnJ III
rnJ
II
mJ
I~I
:1 :
:1:
II IE)
:1 :
[]j]
~ "'-- NEW RETAINING WALL
SEE X/S3
rnJ
rnJ
mJ I'I
.[ill:1 :
rnJ ~:EI
II lEi
rnJ : I :
:1 :
III
[ill
ill]
ill]
rnJ 0
rnJ
SUPPORT BEN.! FOR UGHT BASE PER
J/SJ, IN ADDITION TO TYP SLAB OR EDGE 81A
lRENCH STOPS 0 /
BACK Of CURB. CORE 2-' ../'
HOLE IN CURB Cl .M FROU
SURFACE DEEPEN TRENCH
TO 5" FOR lAST 3"
(;\1 SIDIEWALK SLAB FRAMING - NORTH PART rn
V "'r-1'.Q' vdJ
ill]
mJ
ill] COl lYPE 1 - lYP PER SECT AlS3 (]j]
IBI COl lYPE 2 - lYP PER SECT C/S3 rnJ
rnJ
[ill
SlAB l'l'PE 1 - T\'P PER OET 1/5.3
SlAB TYPE 2 - TYPE 1 + J IS 0 6M AlONG EDGE
BEAM lYPE , - lYP PER SECT AjS3
BEAM lYPE 2 - lYP PER DET B/Sl
BEAM lYPE .3 w/TRENCH- T'tP PER OET C/S3
UGH! f1lAIjf - lYP PER on 2/S3
~
,
@
I
I
,
@J
I
I
CfJ
NEW 4. SIDEWAlK SLAB
+' LONG
-- m:J m:J'
------!-------------------- ----- --r-~
~ I l_L__ _ __ _ ~ _ ___. U _ __ __u _ n_ _~ U.n ______ m___ _ _~_n _ ___ _ ---f-1-~ _uu___m
I lm__.m~_~_.u_____h____~.~_.____.hU__ ~ [gJ mil m:J
l'W,20r:,.,"CO~N~NgECN~4:1 pl~ERO~FRAlpl E -~-.-:~-;:"-::~-::"-~,~-~:~-:,~------hi,'
TO D/S3. LOCATE BOTTOM! Of fOOTING 4-
TO BOX USE CURING CO ST FOR BElOW ADJ BASalENT GRADE 0 STAIR DOOR
DEWATERING. IS iDRY SUM - AT PROJ COMPl$lON I l
~r" I :
L# :
,
,
,
,
,
~ NEW RETAINING WALl
i SEE E/SJ 0
G
S3
CD FOUNDATION PLAN - NORTH PART
_.r.,.
q;)
PR<MOE ," PE WATER SERV1CE ON WAlL BRKT & l (SEE F1/S3)
PROVIDE 1" BRANCH WITH SHUTOff, AND t.lETER IN UNDERGROUND SPACE. NO METER BOX THRU SlAB
VERIFY NUMBER Of" ACTUAl WATER SE1MCES AND REPlACE WITH NEW SE.R'v'JCE PROVIDE V-BOTTOM ClEVIS HANGERS
fOR PlASTIC PIPE w/LJx3x3/16 V-TROUGH. SPACE I-WlGERS MAX '0' DC TYPiCAl THIS AREA
~
EXISTING WATER SERVICES INDICATED THUS
LOCATION & QUANTITY ,tR[ ONLY APPROXIMATE
r: REPLACE WITH NEW ," PE PIPING ON IWfGERS
/oSSUME (.) WATER METERS, .OUNT NfAR SlAB SO
~ READABLE FROM BELOW ~
! I
,
@
I
I
EXIST NETER
BOX (REMOVE - 00
NOT REPLACE) T'fP 4 lOC PROVIOE JUNcnoN BOX FROM
NEW STREOUGHT FEEDER
TO RELOCATED UGHT POLE ON NEW fOUNDATION
~
~
~
@J
I
I
,
: I:
III
III
I I
'II -B-
I r-
III
II I ,f
III~\
I
1\\ I
(~ I
DO
~
cO
~
o ~
.....:l~
~~
Q.)Cl
~ ;;
>--'f
O~
::C:"
~~
~ 1:
.,-4 ;:l
~t
~~
0-5
f-;.2
<Z-
~
~
Q:-~
~f
DEMO EXISTING SLAB rnls AREA
~ REMOVE Flll TO 24" BELOW EXIST SIDEWAlK I
USE 8 CY Of 1 SACK/yo lEAN UIX TO Flll
VOIOS BElOW THIS lEVEL INSTAlL GEOTOO1LE
f.l.BRlC OVER SUBGRADE AND FlLL WITH STRUCTURAl
TO 6" BElOW EXISTING GRADE
-~ ,.~ oj "'''.~'-1
DO
DEMO EXISTING SLAB THIS AREA
~ REM<M: Flll TO 24" BELOW EXIST SIDEWALK
USE 8 Cf OF , SACK/yo LEAN MIX TO RLL
VOIDS BELOW THIS lEVEL INSTAll GEOTEXllLE
fABRIC OVER SUBGRAOE AND Flll WITH STRUC
TO 6~ BELOW EXISTING GRADE
NEW SIOEWAll< 6" THICK w/ #4016 OC EW C
ALL
o
Z:;z
:::llO
Ou
~=>
CjJ~
~~
IUUO
0&3
Zc.::
~:....:
~~
IUUO
CjJ~
Z~
..::(u:l
I}--IC>l::
~=>
0:5
~
EO
-a--
DRi.IlKG ISSUI
PERMIT SET 12 JAN 07
~D SET 29 JUNE 07
----------
EXISTING (2) 4. OWl'ST CONDUITS TO
REMAIN IN THEIR APPROXlldA.TE PosmON
SEE L/S3 FOR IDlPORARY SUPPORT AND
t.lINIMUt.l PROTECTION DURING CONSTRUCTION
NEW STREIT UGH! FEEDER IN
1" CONDUIT - SEE ElECT PlANS NEW CROSS WAlL, PROVIOE SlEEVE
IN CROSS WALl fOR CONO EXTEND NEW 1" C
TO EXISTING CONOUIT PER ElECT PlANS
SEE ELECTRICAl ORAWINGS
PROVIDE SLEEVE IN NEW WAll
FOR NEW WATER UNE. CONNECT NEW UNE INTO
EXISTING WATER UNE AT THIS POINT
DlUlnfG rm.I
CD UTIUlY PLAN . NOImI PART
3I'Ir-1'LCr'
C!JJ
SCALE 3/16
PLOT DATE
CAD FILE
PROJ MGR J BAmAM
DRAITER TN
smr..
...
o
'"
'"
e:g
Or-
r.-
eN
.aN
~<C
o
'"'~
_0
3~
ox
.<
"'''-
"-
.do
~~
~r-
....
g~
.-
><C
<0
N
;:~
..
~~
...0
0=
No..
'"
o
o
N
,!.
~
~
~
bll
c; ~
... C
;:l Q)
..., Q)
(.) ~
;:l ;;D
11 ~
[fl"-l
'"
'"
<C
o
~
"'~
..,,0
"',.,-
'" I
<c -r-
=r-
,,0,,",
C5%o
~~S
~
13.
~~
~~
li<~
2~
u..t;
O~
~.
U~
PI
S2
I
I
FACE OF EXISTING BlJIU)ING
AFTER REWOVAl OF EXIST SlA8
N'Ply PEEl &: STICJ( TYPE 14Jd8R.lHE OH
EXlST1NG BlDG WAll. fROU 2" BElOW 5IJJ3 TO
r 2" ABOVE SL\8 ""ERE ACCESSlBlL PR<MIJ( '/2"
WIDE FON.l JOINT EIOARl) ON t.lEMBRANE
JCR!UC SlUCONE CAlJLKING IlEIWED< SLIll AND EXiST
8UlJlING EX!ERlOR AFTER PUCl:Ie<I
~I
S2 REINF IS Sl t 3 IS 0 5~
CENTERED OVER COlUWN,
EXTEND 2' PAST
BrAIr.l CL l'r'P EA EHO
SOW[ BUI.DlNC OOERIOR F1NISHES
OOENO OOT OHTO THE EXIST
SUB. PROVIDE IDIP SOORING ~ \
REQUIRED TO NOT (W,l,fl;[ EXTERIOR
REPAIR N<< fWW>E N1ER SlAB CONSTRUCTI:D
~ I
I
- ~'r~
I i I
~
I ' I
I I I
I I 18
I , IE]
I I I
I I
I I I
I I I
I I
: I
I
_-.J
---1
I
I
~
ill]
I
S 1 SIJ8 REINfORCING
14 . 6" DC EXTEND 2 EA END
PAST 8M a.. 14012 PERPENQCUlAA
I
'~ EXiST OURS 10 ROOlN
SEE 82 811 DET.Il.S
I
ffi TYP SIDEWALK SLAB PLAN
QV SCAlE J/B' = 1'-0"
I
I
Pl 1/4 II 2 PERtYEfER
I
GLASS BlOCK - DESIGN BASED ON
2-3/4>2-3/4,2" FOR P"'EL
Pl 1/2"- STITCH wElDED
TO BOTTOM Pl 3/8, 1YP . 4"
OC IN SPAN DIRECTION
o
,
...
I
Pl l/4-xlx 3 3/8" CROSS BAR ON
8" ce. STITCH WELD $AUE IS rMm
GAlV AFnE.R
FABRICAnON
I
I
[ill UGHT f1lAIjf - 1YP PER OTl 2/S3
Efij :: ~I~~~:'LK LIGHT FRAME
I
Pl 1/+"-
CONe SLAB
REINF 3 15 . 6"
EA ~OE OF OPNG
T
I
T
POLYMOR t.40DIF1ED THINSEJ
UDRTAR-SUrrABLE
fOR EXTERIOR WORK
Gl/oSS BLOCKS
2 3/4-1(2 3/4112
r-4"--r2;"~
LEJol
-1
L+"J
I
~ ,
3/4" STAY IN PlACE jmnmnnmno
8OARO FOR"
Pl 3/8><.3'-8"><.3' -B"
w/CUT HOlES
!oS INDICATED
I
I
Eftj ;:E~,A:~'_o:IGHT FRAME SECT
N'Pl Y XYPEX TYPE CONCRETE
WATERPRQOFlNG ON TOP SURFACE
AFTER WET CURl:
t'll"i
~~
h~
\f'"1
~ if
~- .",. /C 'OJ''
J ---1l-~ EXIST CONC BEAM
SIZE VARIES
EXIST CONC RETAINING
WALL TO REMAIN
u
EXISTING HISTORIC CURB
WITH METAL EDGE TO REMAIN
(SOME LOCATIONS ARE NEW, TREAT
SIMIlARLY) VERIFY SIZE
OF CURB IN FIELD
12]
EXIST 6" CONC SLAB
APPEARS TO BE CAST SEPERATE
FROM SIDEWALK
SlAB TYPE 1 - 65" THICK SlAB + 3/lt- STAY IN PlACE FORU OOARDS
1406- OC IN SPMI DIRECTION, 2 5~ COVER 0 CENTER, UFT TO .- FRet.! BOTTOU 0 BEAUS
'It 0 12- DC CROSS DIRECTION, PROVIDE . lONG LAP SPUCE OVER BEJJ.4S
10' -O~ MAX UNlESS NOTED
FX'ISTlNC CONDITIONS
BEAM B3 - (4) 17 OOTTOM,
1 S~ COYER TO STIRRUPS,
( .) 15 TOP CONT HOOt< ENOS
'40 8" OC STIRRUPS lYPlCAl
OlYlolPlC FOY 61118" TWS GRATE
&: a FRAME, PRCMOE TRENCH
OF SIZE NOTED ABOVE, 2 COATS
XYPEX IN TRENCH AFTER STRIPPING
2'-0"l
T
T
f=---:-:~~-~:-:::~'~~4:~4_Z===:!
. 1 16 CEDAR fENCE BOARDS WITH '
ROUCH fN;E TOWARD CONCRETE INSTAU.
18 , '5" DECK SCREWS WITH 7/8" PROJECT
Ma BOARDS 0 2." OC TO RETAIN ON CONCRETE
(UKE NElSON STUD) 1YP SlAB BEAM, WAlL & COl
FOR AU. SURFN::ES VISIBlE FRot.l UNOERGROONO SPAC(
BEAM Bl - (+) 17 BOTTO",
I 5" CCNER TO STlRRUPS,
'4012" DC STIRRUPS. TYPICAl
BEND SlAB BARS
22Sx 16"' TYP
o TRENCH
CO!.. C2 - 105" II ZO" + FORt.!
BOAROS (4) 17 VERT, PRO'I1DE
'5 L BAR 0 TOP AND BOTTO'"
13 . 8 ClDSEQ nE 1YP
COL Cl - 10 S~ sa + FORW
BOAROS (+) 17 VERT, PR<MOC
15 l BAR . TOP "'0 OOTTOM
13 . 8 ClOSEO TIE 1YP
UllCE VARIES FRaY
O~ TO ." ABT
I
i
PROVIOE2'.T&:8
1 ,. 1.110 HEIGHT
ffi TYP SIDEWALK SLAB SECTION
QV SCALE 1/2" = 1'-0"
/''1-,"
""- SlAB Sl - SEE A/S3
ill WIDE BM w /TRENCH DRAIN SECT
QV SCAlE 1/2" = 1'-0"
SAv.tlIT TOP 6""1N .J1
ON EXlST ~R8FU~~ ,J~'
,. I 2." GR40 DOWEL ~ I
o 18" OC, DRILL &: EPOXY
Ir.1IN 10" INTO EXIST RETAINING WALl
PROVIOE I' l BARS . 12" OC
WITH IrAIN 18" lAP
OR BEND SlAB BARS
STAY IN PlACE FORMS
BOTTOM OF B2 BEAM ON JT OF EXIST
RETAINING WAll., MAINTAIN WIDTH
INDICATED, SEAT ON EXIST VARIES 0 TO ."'
TYPICAl CONDfTlON
'"
EXCAVATE TO INDICATED GRADE
COMPACT GRADE USING EXCAVATOR t.lOUNTED
HOEPACK USING COI.IPACTJ\IE EFfORT SlI.lILAR
TO 95% COUPACnON, USE CRUSHED GRAVEl
/oS BACKRLL <MER THIS SUBCRADE /oSSUME
6- YA)CINlN CRUSHm ROCK Baow FTG FOR BIDDING
CITY SOILS ENGINEER WILL
MONITOR THIS SUBCRADE PREPARAnON
=tr 8EAIl Bl - (+) 17 BOTTO", 15" CrM.R 10
STIRRUPS, '4012" OC STIRRUPS. TYPICAl..
COl C1 - IOS- so + FORM BOARDS
~i, w:~::~~~~,:~:..:w
"- BOTTOt.l 0 MIDSPAN, TOP 0 COl 36- tAPS FOR 17
STIRRUP COVER 3~ BOrrOM, 2- SIDES & TOP
14012~ DC STIRRUPS. BROOM FlNISH FTG TOP
TYP SlAB OVER WAlL
PROVIQ[ I' l BARS OUT
Of WAlL TO W.TCH SlAB REINF
. _(2) I' TOP
8"
--_.~7---llOlI3l'ao::FUl.II'II.:llSPOCGSUI
, ......
A- GRANULAR SOil RLL (WElL ORAlNING)
" I' . 9" 36\2" WITH HOOK BARS
2" CLEAR FROM BACK FACE
" l' GRAVEl
~ PERF DRAIN
SAWCUT OR CHIP RDWNING
r "IN
B2 RElNF THRU 0 BEAMS
140 1
~
CURB CONCRETE so B 1 HAS Y1N 3" I
BEARING ONTO EXIST RETAINING WALl ~
, ,," WIDE, BACK ""Y TAPER · 'H +V C L -
EXIST CONC RETAINING ~
WALL TO REMAIN
U'OIlllPrFl'IllIhG
."'rFl~n;
(3)/' HORZ
BI BEAU
L '2
2'-0-
CD END RETAINING
SCALE '/4" = "-0"
WALL
~
ffi TYP COL & FOOT SECTION
QV SCAlE 1/2" = 1'nO"
rn BEAM B2 - CURB SIDE EDGE BEAM
QV SCAlE 3/' = 1'-0"
NEW WATER SERVICE
ON HANGERS, SEE Fl/SJ
SEE 0/S3 FOR COl & FTG CONST
3/8' BOLT &
CAST IN STAR INSERT
DAYTON SUPERIOR
P25T -3/8"-3/8
OR EOUAl
GENERAl. All...."... comply rih IlC03 OR /,C1 318-0t
soo.s. 0es'9l'l Soil beom} vakJe 1.500 PSf, wrth 1/3 lI'ICl' for W .t S
NIowbIe lateral sliding caef = 15, pllSSMl 150 pst
SlJBGRAI)[. Slilqrade In underqround area IS ensbng prepared as Illlic:aled City
Soils CansuItanl: riI rmew sufl9'ode for SlIlmliily dtnnl} construcbon Sign off
,,"'_ O,IheSOOsConoltomoil1 be """'" "''''_'_
Test prts are to be made ..th Sads Consutant present and resuIb from
riI be used to tcIf'Ifm exasllng soaeapoclly
CONCRETE 6 Srxt./Cf with malllTlUfTl w{, ratio of 0.5. 3/4~ or I"
mm:mum ogqreqale Uaomum sbnp 5 , use I'lIter redlDnl] agents
~~aIll5t~~p~,=~ ":Vt~~todedJOlnb
L3x3x3/16 CONT fOR
WATER UNE, BUTT JOIN . HANGER,
F/oSTEN EA l TO HGR ./IB SCREW
3/B' BOLT &
CAST IN STAA INSERT
(Y,YTON SUPERIOR
P25T-3/8"-3/6
DR EQUAl
NEW L3x.3KI/. BRKT
W/Pl 1/lt1l3xO END PLATES, PROVIDE
SAt.lE CONNECT TO CONDUIT ~ EXIST
GAlVANIZE AFTER FABRlCAnON
MAKE TO BE SIMIlAR TO EXIST BRKTS
~
~
(2) OR (3) +"
CONOUrrs (EXIST)
COl
o
,
BOTTOM NEW CONC BEAt.l
PROVIDE NEW CONDUIT BRACKET AT EVERY
BEAM lOCAnON ADJUST ~ EXIST CONDUIT
PLAY AllOWS FOR CONDUITS AND HANGERS
TO BE PARAUa TO SLAB BOTTON ABOVE
EXISTING RETAINING
WAll TO REMAIN
EXCAVATE DEBRIS/DIRT FROU
EXISTING DOWN TO 4- BELOW
T/SlAB IN BUILDING PROVIDE 3/.~ MAX
ClEAN CRUSHED ROCK .- THICK FOR W~AY
PRE-GALVANIZED OR GALV AFTER fABR
AU. BOLTS GJ.!..VAHIZID OR TP 304 SS
CONCRETE TEST1NG. TEST PER SPEClFlCATKlNS
RElNFORODIENT ,+ """ _, "'"'" '" _
corner ban at aDcomm. Lapl'f:l'l!orcernent-CbssB. ""CO'tel'" J-ta
earth for foatJnqs. 1-1/2" to earth far sklbs. Exposed ta weather 1-1/2"'
All BETWEEN rOOnNG AND SLOPE
WITH ClEAN CRUSHED ROCK
PROVIDE . - ADS TYPE PERf' DRAIN
ffi QWEST CONDUIT BRACKET
QV SCAlE 3/4" = "-0"
@ WATER LINE MOUNT BRACKET
QV SCAlE 3/4" = 1'-0"
RElOCATED ANTIOUE STREET lAMP
NODEll-6641ARl 115' BASE,
7-' BOLT CIRCLE, 6" OPNG
VERIFY EXlSnNG ANCHOR SPACING
ffi SECTION NEAR GRID 23
\g7 SCAlE '/4' = 1'-0'
NEW S~ &: BEAM
/ IN SIMIlAR lOCATION
SEE NOTE BELOW ...... """-- EXIST SlAB TO BE
ON OWEST CONDUIT PROTECTION ~ DEMOUSHED
~ EXISTING CONe BEAM SUPPORTING
.'"") ": CONDlATS, BU TO BE OEMOUSHED
EXIST QWEST CONDUITS TO
REI.WN OPERAnONAl DURING
t.4tNIMUM PROTECTION IS CONSTRUCTION 2 IN NORTH PORTION
4x12 (OR DBl 2J:12) fA SlOE .3 IN SOlJTH
OF' CONDUITS IotIN 3/lt" PlY OVER
TOP IF 16" SPAN, 1-1/0 IF' 2." SPMI POST SHORE 0 10' w.x SPA
WITH BRACING /oS REQ
DEBRIS WIll NEED TO BE REMOVED
BEFORE SHORING INSTAI..lEO
(+) 3/4" . THO RODS X 18"
Pl WASH 3/16112x2 de NUT fA END
1" PVC OR PE SLEEVE fA BOLT
TYP SIAS R8NF THRU
+ ADDED BARS NOTED
PROTECT & RESTORE
EXISTING BUILDING FACADE
TO CONDmONS NOTED AT molE OF BID
SHORE FACADE WHERE SlAB EXTENDS UNDER
SEAl JOINT wATERnGHT BETWEEN FN:.NJE
AND NEW SlAB
EXlsnNG RETAINING
WAll TO REMAIN
----L
L
SEE D/SJ FOR COl & FTG CONST
1+ . '2 TIES ./SIAS BAR
/oS TOP ClOSURE (9",201 + 15 T&B
EXTEND BARS TO FAR SlOE BN EA END
RUN CONDUrr(S) AT Cl BASE
@ ~~El~~R~~~/IGHT BASE / EDGE BM B3
EXP JOINT ""TERIAl OVER
PEEL &: STICK NEMBRANE
TYP AlL CONTACT SURFACE OF NEW
CONCRETE TO EXIST BUILQING (AlL MATERIAl TYPES)
EXIST COlS SUPPORTING SIOEWAlK
TO BE ROlOVED. COI.lIr.4DN COLUUNS SUPPORTING BUILDING
NolO SIDEWAlK TO REMAIN NEW SL'B TO BE
SUPPORTED ON NEW COlU"NS ONLY
~
~
ffi QWEST CONDUIT PROTECTION
\g7 SCAlE 1/2" = 1'-0"
(,) . 40 B' NTS
(2) 0 351'
: I
I'
NEW Cl COL
EXCAVATE MID REMOVE
OEBR1S - AVG , 5' OEEP
I
OWEST mNDUrr PROTECTION NOTES
THE EXISTING OWEST 4" ORANGE PVC CONOUrrs
ARE TO REMAIN OPERATIONAl DURING THE PROJECT CONDUITS
EXTEND THRU SPACE TO IAANHOlES BEYOND WITHOUT BRANCHES
THERE ARE EXISTING HANGERS TO THE EXISTlNG BEAMS THAT ARE
ADEOUATE FOR CONOUrr BU1 NO lNE lOAD PRCMOE THE "INIMU"
SHORING PROTECTION NOTED FOR ACCIDENTAl OALV.CE FROM DEBRIS
IF OEJ.fO LlETHOOS WlU DROP CONCRETE DEBRIS PROVIDE SEPERATE
SUPPORT SYSTEM fOR SAID DEBRIS THE EXISTING lOOSE DEBRIS
ON THE GROUND PREVENTS THE USE OF SHORE POSTS UNTIL DEBRIS
REMOVED
* COM:RfTE CROSSWAlK. 11"..IN THCI<NESS
3,500 PSI AIR ENTRAINED CONCRETE 5%
I' . 6" DC EW 3" CLR OF 00110",
TOP INCH ASSU\l(D TO BE SACRIF1CIAl
FOR STAUP JOINTS Ere
o
,
e
CONST JOINT WITH KEYWAY
AUGN WITH ROAD CENTERUNE
PROVIOE (6) 3/'"' SMOOTH ooms
AT 24" DC AND AT SI.)S CENTERUNE
AlL 8E1WEEN FOOTING AND SLOPE
WITH ClEAN CRUSHED ROCK
PROVIDE . - ADS TYPE PERf ORAlN
rn TYPICAL SECTION
QV SCALE ,/,' = 1'-0"
AlTHOUGH OTHER METHOOS MAY BE EMPLOYED, rr 15 ENVISIONED THAT
THE SI.A8 IS REMOVED nRST. lEAVING THE BEAMS AfTER SlAB REMOVAl
THE DEBRIS Will BE REI.IOVEO FROM THE FLOOR AT THAT TIME SHORE
POSTS WOULD BE INSTAlLED AND THE EXISTING CONCRETE BEAMS REMMD
SHORING WILL REMAIN UNTIL NEW CONCRETE IS CAST AND NEW HANGERS
INSTAllED FROM NEW BEAMS
ffi CROSSWALK STR PLAN
\g7 SCALE NTS
11"x1'-S"
~
ro
~
o .:
.....::l~
~~
(l,)O
~ ~
>.~
O~
::r::."
~~
~ ~
"~ ::l
~t
~~
O~
E-4':;:
'2-.
~
"b
to
Zz
~O
0;::::
Ot::~
C)~
~V)
IUWIZ
OlO
:z~
~~
--'
~~
~LU
IUWI (:)
C)~
Zt;:;
<(u::l
c--C:o:
~::::>
0::5
I1db.
DiAlING ISSl1I
PERMIT SET 12 JAN 01
BID SET 29 JUNE 07
DIllING Tm.I
SCALE, 3/16
PLOT DATE
CAD FILE
PROJ lIGR, J WlRAM
DRAFfER, IN
sam NO
..,.
o
'"
'"
c~
Or-
...-
eN
.eN
~<C
=
i=;C
o
g~
=><
.<t
"'''-
-......
:5:;5
~'"
~r-
...,.
g~
.-
><C
<to
~~
~~
~~
Nc..
bD
-;; .:
... ;:
::l ~
..., ~
C) ~
;:J bD
b ~
rnw
~
~
"'~
<to
~.7
co d~
><OM
0-
~~
~~~
<
lfl~
~~
~~
l><1i<
0:;2
c... "
.....t:;
O~
~w
U_
f;:j
S3