HomeMy WebLinkAbout4.597 Original Contract
I
I
I
I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
I
ORIGINAL
#1 </.5 q7
PROJECT MANUAL
for
ROOK DRIVE SIDEWALK
PROJECT NO. 08-01
CITY OF PORT ANGELES
WASHINGlON
August 2008
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPU1Y DIRECrOR OF ENGINEERING SERVICES
For information regarding thiS proJect, contact'
Enc C Walrath, City of Port Angeles
360-417 -4806
PW 0407_01 Part01 doc [ReVised March 2008]
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
October 9, 2008
TO' Pnmo Construction, Inc.
Attn. Mr. Gregory Parnsh
970 Carlsborg Raod
PO Box 296
SeqUlm, WA 98382
PROJECT Description' Rook Dnve Sidewalk, Project No. 08-01
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated September 30, 2008.
You are hereby notified that your bid has been accepted for Items in the amount of $51,07307
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 fail 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 nghts 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 9th day of October, 2008
CITY OF PORT ANGELES
By
~~
Title
City Engineer
ACCEPTANC~TICE
Receipt 01 the above Notice 01 Award IS hereby acknowledg ~I m
SIGNATURE
Print Name (\./~ ~ ~. VQ.,(Y) ~ L
~'N>~\~AJ-
20C'fis
~
Title
Please return signed onginal to the City of Port Angeles Public Works & UtJ/itres Department, attn: Eric Walrath,
Assistant Civil Engineer/Project Manager
cc City Clerk
N \PROJECTS\08-01 Rook Dnve Sldewalks\Rook Road Paths and Dnveways\14 Award & NTP\Award wpd
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
for
ROOK DRIVE SIDEWALK
PROJECT NO. 08-01
AUGUST 2008
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
P'Zd bp ~>
Project Engineer
Reviewed by:
~~,~J
Deputy Dire tor
;,;:y:~
City Attorney
PW 0407_01 Part01 doc [Revised March 2008]
1- 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
ROOK DRIVE SIDEWALK
PROJECT NO. 08-01
PART I
BIDDING REQUIREMENTS:
Paqe No(s).
Advertisements for Bids................................................................................................ 1-4
Information for Bidders.................................................................................................. 1-5
Bidder's Checklist......................................................................................................... 1-6
Non-Collusion Affidavit.................................................................................................. 1-7
Bidder's Construction Experience...................................................... ........................... 1-8
List of Proposed Subcontractors...................... ................... ........................... ....... ........ 1-9
Bid Form................................... ......................... ..................................... ............. 1-10-12
Bid Security Transmittal form.. ................................. ...................................... ........... 1-13
PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
Contract.................................................................................................................... 11-2-7
Performance and Payment Bond................................................................................ 11- 8
Escrow Agreement for Retained Percentage.............................................................. 11- 9
Certificate of Insurance..................................................................... (provided by bidder)
PART III SPECIAL PROViSiONS...................................................................... 111-1-36
PART IV
ATTACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Request for Approval of Material (RAM) form
C. Request for Information (RFI) and Construction Change Order (CCO) Forms
D. Request to Sublet and Contractor and Subcontractor Certification Form
E. Contractor's Application for Payment Form and Certification of work completion
form.
F. Amendments to the Standard Plans and Specifications
G. Project Plans
PW 0407_01 Part01 doc [Revised March 2008] I - 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART I
BIDDING REQUIREMENTS
PW 0407_01 Parl01 doc [Revised March 2008] I - 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
ROOK DRIVE SIDEWALK
PROJECT 08-01
City of Port Angeles
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, Tuesday, September 30, 2008, and not later
This project provides for the construction of approximately 400 linear feet of 4 foot
wide cement concrete sidewalk, storm drainage, and other work.
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).
Mlnonty and women owned businesses shall be afforded full opportunity to submit bids In response to this
invitation, shall not be dlscnminated against on the grounds of gender, race, color, age, national ongln 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 notificatron. Further, all bidders are directed to soliCit and consider mlnonty and women owned
businesses as potential subcontractors and material suppliers for this project
Glenn A. Cutler, P.E
Director of Public Works & Utilities
PW 0407_01 Part01 doc [Revised March 2008] I - 4
I
INFORMATION FOR BIDDERS
I
Sealed bids will be received by the City of Port Angeles (herem called "Owner"), at 321 East Fifth Street, Port Angeles,
Washmgton 98362, until the time and date as stated m 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 m the ADVERTISEMENT FOR BIDS. Each bid must be
submitted m a sealed envelope, so marked as to Indicate its contents Without bemg opened, and addressed in
conformance with the instructions of the ADVERTISEMENT FOR BIDS
I
I
Each bid shall be submitted on the required bid form contained m Part I of the Project Manual All blank spaces for bid
pnces must be filled in, in Ink or typewntten, and the Bid Form must be fully completed and executed when submitted
Only one copy of the Bid Form is required In addition, all other forms Included in Part I shall be filled out and completed,
mcludmg 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 m 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 In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with
18.27 RCW.
I
I
The Owner may waive any mformalities or minor defects or reject any and all bids. Any bid may be withdrawn pnor to the
scheduled time for the openmg 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 c10smg time for receipt of
bids and execution of the Contract, unless the award is delayed for a penod exceeding sixty (60) calendar days. A
conditional or qualified bid Will not be accepted.
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.
If all bids are rejected, the City may elect to re-advertlse for bids Subject to the foregoing, the contract will be awarded
to the lowest responsible bidder
I
The work will begin withm 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 determme the ability of the bidder to perform the
work, and the bidder shall furnish to the Owner all such mformation 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 mvestlgation of, such bidder falls to
satisfy the Owner that such bidder is properly qualified to carry out 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
I
I
The party to whom the Contract is awarded will be reqUired to execute the Contract and obtain the Performance and
Payment Bond withm 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
mclude a power of attorney appomtmg 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 m 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 return to such party an executed
duplicate of the Contract. Should the Owner not execute the Contract withm such penod, 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 wlthm such penod, 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 wlthm the period mutually agreed upon, 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
junsdlctlon over construction of the project shall apply to the Contract throughout.
I
I
I
I
PW 0407_01 Part01 doc [Revised March 2008]
1- 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S CHECKLIST
1. 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 tile form below the words "Bid Bond"?
2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the
bid?
3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid
Form?
7. Has the non-collusion affidavit been properly executed?
8. Have you shown your contractor's state license number on the Bid Form?
9. Have you included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
10. Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
11. Have you filled out the Bidder's Construction Experience form?
The following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
B. 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
siqnatorv.
C. Insurance certificate(s).
PW 0407_01 Part01 doc [Revised March 2008J I - 6
.
.
d
II
-
~
ti,-
~,
~
~,.
~.
f!JII
r~1
G~,
'~'I
' [
;~:
II
"J
t
:;!
'''I
(.!
"'~
',,1
'~I
-~I
.)
'-~
;,1
,I
)
il
;1
:jl
J
BID FORM
Page 1 of 3
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BID DE R :'y ('( , \"'(\ () rC--"l{\ -:=)-+n 1 (It-; ()'(\ l <;) (\ c..-
DATE: Q. 'dCi.nt
REGISTRATION NO.:Vl2l\--\ ()c:r \ 33P-=l
UBI NUMBER: I 00 \ o~q ~ q ~
STATE EXCISE TAX NO.: q \ - \3'g Dt1S ~
EMPLOYMENT SECURITY NO.:JdCS \Gq ~ -(:)() lo
The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this
bid are those 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 the description of and the quantities of work and materials, the types of
equipment, the conditions of and the work involved as included herein, are brief and are intended
only to indicate the general nature of the work and to identify the said quantities with the
corresponding requirements of the Project Manual; and that this bid is made in accordance with the
provisions and the terms of the Contract included in the Project Manual.
The 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 arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING
OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of
the work:
If the bidder is awarded a construction contract on this bid, the name and address of the surety
who will provide the performance bond is:
,sar u) . ~\'\)I\ ,r,Md'o./)) Cl~(O- fu6hl-e {. PreA:ti( Q
Suret - \) Agent
yY\~ \ \ eJ'l(\\u..VY) torp. '?ct,rl( \ e\o~CJ(, '1>.0. 60)( 6'10
\~40() t-::><e. 11 Y\1\Y1 \-\-: \\ (d :)J<n.-+tt Q I w~. g",% /I ) - 63'10
Surety address ~o~m t>Ytd I usA-. 0lC'05 ~ Agent Address
~ n g Po X 4cJfl. a1f.p. 0&):) 5-k \)-.{l ~(). \ mo 11 d-C)1o. ~t.\ l. ~'3CJb
SUrety Contact and Phone Number Agent Contact and Phone Number
PW 0407_01 Part01 doc [Revised March 2008J 1- 10
."
~1
~;
f1j1
-
BID FORM
Page 2 of 3
."'
,i
;~
Item
No. Sec No. Description tif Item
1 1-09 Mobilization
-
-
-
-
-
1
,f'\.j\I
2 1-10 Temporary Traffic Control
3 2-01 Clearing and Gmbbing
4 2-02 Saw Asphalt or Cement
Concrete Pavement
5 2-02 Remove Asphalt Concrete
Pavement
6 2-02 Remove Cement Concrete
Sidewalk and Driveway
7 2-03 Roadway Excavation Inc!. Haul
8 2-09 Stmcture Excavation Class B
Incl. Haul
9 4-02 Gravel Base
10 5-04 Commercial HMA
11 7-04 Solid Wall PVC Storm Sewer
Pipe 8 in. Diam.
12 7-05 Catch Basin Type 1
13 7-12 Adjust Water Valve Box
14 8-01 Compost Blanket and Seeding
'~I
"1
1..
II
';1
..
r.&
"I
~
~1.
15 8-01 Compost Berm
"~I
"I
:J
16
8-14
Cement Cone Sidewalk Type I
17
8-14 Cement Cone. Sidewalk Type II
18
7-15 Mailbox Support, Type 2
'11
~
"1
J
d
JI
.J!
11
.il
PW 0407_01 Part01 doc (ReVised March 2008] I - 11
Estimat
ed
Quantit
y
1
475
50
100
20
10
110
25
40
1
1
250
450
ISO
40
Total Bid
Units
Lump
Sum
Lump
Sum
Lump
Sum
Linear
Foot
Square
Yard
Square
Yard
Cubic
Yard
Cubic
Yard
Ton
Tons
Linear
Foot
Each
Each
Square
Yard
Linear
Foot
Square
Yard
Square
Yard
Eaeh
Unit Price
(Fi2ures)
Extended
Amount
$ 5-'1 $
Id,6~L,. Ii J~f)/(Jlo.6"f
$~ ~rO,LD $f.pF?O.lIO
$ ( OOO.dO $l 000. iJI)
$ d. 07J $ q 'SO. (.-\')
$ jl), cJD $ 1)00. (/I)
$ d/I~ CjQ $d /OfO. UD
$ cJ /.;" eTb $5' a o. (}1)
$ l 0 . 00 $,CO .00
$ ~O ' S 0 $ ~ ~5:) ,crt>
$ ~ '7.5.60 $ 1'.P8'/5,OO
$3?,l/t) $/5JO,UO
$ J 3J-/O. 00 $/31-/0, U'D
$8'7000 $cJ10,OD
$ 5.10 $;1-/50 po
$ 3. --f5 $/55J. SD
$ 4'i ~ cJb $'};)OO.vo
$31. /.pO $ /SDz1. (J1)
$ 3 co . aD $ 300 . O.QJ /
$~\ I.01J.O*T ;:
L ~\~\o~
I
I
I
I
1-",
~
I
I~
f/~~
,I.
fti
1,_
','1
~:~
..,
C1"1
f ,
(,;
I"
II
"'I
<~
,-
""I
~
;;
~I
"'"'1
.,
~'.l
,.
JI
.11
I
I
BID FORM
Page 3 of 3
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). 6 to this
Project Manual. 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.
Bidder's firm nam:7 r [m 0 C EX1S-\nA &1')) -Y) IOn c . .
Complete address C{ l () ~OL r ~()bXS Kc ~ ~~.J'-IY) VJt4 _ cft3 :t :J
(Street address latel (Zip)
Telephone No.
VIP.
Title
Signed by
Printed Name:
Notes: (1) If the bidder is a partnership, 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.
PW 0407_01 Part01 doc [Revised March 2008]
[- 12
-------------------
,.
REGISTERED AS ~ROVIDED BY LAW AS
CONST CONT GENERAL
, '.' ,REGIST.. ..# . 'EXP. DATE
CCOI \ PRIMOCI133P7 04/04/2009
EFFECTIVE DATE 10/27/1987
PRIMO ,'CONSTRUCTION INC
PO BOX 296",' , , ,
CARLSBORG "WA:' '98324
Signature
Issued by DEPARTMENT OF LABOR AND INDUSTRIES
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
or.. _ . ..
BID SECURiTY TRANSMITTAL FORM
Herewith find an executed Bid Bond or a deposit in the form of a cashler's check, posta[ money order or
other security in lieu of a bid bond in the amount of $
, which amount is 110t tess than five (5%) percent of the total bid.
SIGN HERE
BID BOND
KNOW All MEN BY THESE PRESENTS
Safeco Insurance Company
That we, Primo Construction, Inc. as Principal and of Amenca as Surety, are held and
flrmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5%) of
the Total Amount Bid Dollars, for the payment of which the Pnncipal and
the Surety bind themselves, their heirs. executors. administrators, successors and assigns, jointly and
severally, by these presents.
The condition of this obligation is ~uch that if the Obligee shall make any award to the Principal for:
ROOK DRlVE SIDEWALK
PROJECT Oa~01
according to the terms of the bld made by the Principal, and the- Principal sliall 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 the penal amount or the deposit specified in the
advertisement fo/' bids, then this obligation shall be null and void; otherwise It shall be and remain In full force
and effect and the Surety shall forthWith pay and forfeit to the Obligee, as penalty and liquidated damages,
,Che amount of this bond.
September
,20~.
,. By: ,
,^'-,-p(inClpal -
Safeco Ins ran ompany of America
By:-j~a.~
Surety Mary A. Dobbs, At torney- in-Fact
V,P.
Kibble & Prentice, A USI Company
Agent
PO Box 34670
601 Unlon Street, Suite 1000
Seattle, WA 98124-1670
Surety address
Seattle, WA 98101
Ag e nt Address
Jane Fox 206.473-3635
Surety Contact and Phone Number
Mary A. Dobbs 206.695-3104
Agent Contact and Phone Number
Dated:
Received relurn of deposit in the sum of $
PW 0407_01 PartO.t.doc iRevl$oo Mawh 20081
1- 13
I
I
f1)
POWER
OF ATTORNEY
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
I
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA
Washington corporation, does each hereby appoint
No
2364
and GENERAL INSURANCE COMPANY OF AMERICA, each a
I
*****HEATHER ALLEN; MARY A. DOBBS; TERRI L. FRANKLIN, SUSAN L. GARRED; JEANNE M. HAGEL; PAMELA A. JARDINE;
ROXANA PALACIOS; STEVEN W. PALMER; PATRICIA L. RUSSELL; BONNY SMITH; ANGELA D. TONNON; HOLLY E. ULFERS;
I
Seattle, VVA***************************************************************************************************************
I
Its true and lawful attorney(s)-In-fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
documents of a similar character Issued In the course of ItS business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
I
this
23rd
day of
January
2008
I
~~~
.
\AfW~'
I
STEPHANIE DALEY-WATSON,SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13 - FIDELITY AND SURETY BONDS . the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer In charge of surety operations, shall each have authority to appoint Individuals as
attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of Similar character Issued by the company In the course of ItS business. On any instrument making or eVidencing
such appointment, the signatures may be affixed by faCSimile On any Instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a faCSimile thereof, may be Impressed or affixed or In any other manner reproduced,
provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970
I
I
I
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provIsions of Article V, Section 13 of the By-Laws, and
(II) A copy of the power-of-attorney appOintment, executed pursuant thereto, and
(III) CertifYing that said power-of-attorney appointment IS In full force and effect,
the signature of the certifYing officer may be by faCSimile, and the seal of the Company may be a faCSimile thereof"
I, Stephanie Daley-Watson , Secretary of SAFE CO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregOing extracts of the By-Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution
and the Power of Attorney are still in full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the faCSimile seal of said corporation
I
I
I
thiS
c:::<~iM
day of
/~ ,c:<C7cJJ?'
I
~~~
I
STEPHANIE DALEY-WATSON, SECRETARY
Safeco@) and the Safeco logo are registered trademarks of Safeco Corporation
I
S-0974/DS 4/05
WEB PDF
I
I
I
I
I
I
(I
I
I
fI
I~
~
II
:~
ill
I:'
~'
~)
11
~2
:'~I
'J
:i
~I
"1
~
I
7.
8.
9.
BIDDER'S CHECKLIST
1.
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"?
2.
Is the amount of the bid deposit at least five percent (5%) of the total amount of the
bid?
3.
Have the bid forms been properly signed?
4.
Do the written amounts of the bid forms agree with the amounts shown in figures?
5.
Have you bid on all items?
6.
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 included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
10. Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
11. Have you filled out the Bidder's Construction Experience form?
The following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
B. 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
siQnatory.
C.
Insurance certificate(s).
PW 0407_01 Part01 doc (ReVised March 2008]
1- 6
I
I
I
I
I
I
[I
I
II
I
iI
I
11
:111
'>f
J
JI
il
JI
II
:1
I
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF ('/1 CLLloxY\
)
)
)
The undersigned, being first duly sworn on oath, says that the bid herewith
submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf
of any person not therein named; and (s)he further says that the said bidder has not
directly or indirectly induced or solicited any bidder on the above work or supplies to put in
a sham bid, or any other person or corporation to refrain from bidding, and that said bidder
has not in any manner sought by collusion to secure to him/her self an advantage over any
other bidder or bidders.
Subscribed and sworn to before me this cY1th day of ~Q ~-\e vvJn--ex-
, 2OJ<i'.
\\\\ \\ \\1II1I1/IIII/,
~"\ ~:!O~../. 1'1%
~ ,.-~ ........ /J:~ ~
.;::: ~")...~ .. .. ,,-, ~
~ ~'..' Od ". \P ':::,
:::: ."" .....~ · ':;::0
~ ~: ,-' ...~.. :::.
-(i)." Q~"'c.._
:: -l :." 1,\'0 ~: m ::
:;. 0 ~ ,,\01.\\ 0: ;:: S
- .., 0" ,,~. <' _
~ 1""0 1 u"4' .. ~ ;:-
~ .... 1\ g .... ')) ~
~ >) .......... -o/)) ~
~/I/, ~ 41 0 H "\ ~,#"
1'1111111/1111\\\\\\\
PW 0407_01 Part01 doc (Revised March 2008]
1- 7
r~.
11-
.
~ti11
",,,!
:.
.;
"
.
~
[JIll
I.
i!.
""
."
.}
fP!I'
I.',
5.'
''):1
t J
11;
II
I'
"
:1
.:";j
'I
J~ .'
:<l
~I
~'jl
"
A
~I
~I
~I
~I
BIDDER'S CONSTRUCTION EXPERIENCE
1
Answer all questions and provide clear and comprehensive Information.
Name of bidder~~(",l' ffit, r[)\~-\\uC'-hl'5Y\ I j) ne.-
Registration Number: ~ e.-"D---\(") ('I \~~? '+
Permanent main office address' g"lD rDU"{~ IZ d
. ~"t( llYn I 1_1)yL\ Cj'R~ ?Q
When organized: -.19 1 ~_ .
Where Incorporated:\ A..b 1.h I ~e
How many years have you been gaged In the contracting business under your present firm
name? ,:,2~ ~
* Contracts on nand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number.
2.
3.
4.
5.
6.
dJ2
od~'~J
7 * General character of work performed by your company: (~I\..o A Q( 0 (&fJY\,"Yt-n ..( (! n ()Y\
8. * Have you ever failed to complete any work awarded to you? NO
If so, where and why?
9. * Have you ever defaulted on a contract? NO
10. * 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.
k r1llcv~voJ
11. * List your major equipment available for this contract: --&d...1l .P a ~ -' 0/
12. * Experience of bidder in construction Similar to thiS project In work and Importance:
13 Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City? ---l-f1l
* Add separate sheets if necessary
The undersigned hereby authorizes and requests any person, firm or corporatIon to furnish any information
requested by the City of Port Angeles
Date q. aC\. ()t
Print Name
v~f
w
.,,~
Title
PW 0407_01 Part01 doc [ReVised March 2008]
1- 8
I
I
I
I
I
Primo
CONSTRUCTION, INC.
I
Contracts on Hand at Auaust 25. 2008
I
Contract Owner/Contracting Scheduled
Project Architect/Engineer Completion
Amount Agent Date
Clallam Transit Krel Architecture
Gateway $7,422,331 Authority Stanley Cruse (360) Dee-08
850-5313
Vehicle Maintenance Clallam County Rice Fergus Miller
FaCility $1,816,135 Fire District #3 Howard Struve (360) Sep-08
377 -8773
Library Media Center $260,000 The Vemo Schacht-Aslam
Concrete Company
Oet-08
Lavender Field Semor $435,000 KDA Construction Ambla- Arch Pac
Estates Ben Juhl Land-CIvil Apr-08
Clallam Bay Branch $460,774 North Olympic Jerry Schlie Design, Inc
Library Addition Library System Nov-08
HUrricane Ridge Rd $197,000 Lakeside Industries N/a
Oet-08
Northwest Maritime $8,144,744 Northwest Maritime MlllerlHull Partnership
Center Adln Dunning Apr-09
Holiday Inn Express $600,425 Wright N/a
Construction Nov-08
Streetscape $496,862 City of Port Tom Miller
Townsend Dee-08
Cline Irrigation
Cline Irrigation $114,895 Dlstrlct/Clallam AI Bruck
Ditch Co Feb-09
Work on Hand $19,513,166
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
P .-
/~ ,,-)
r~Fl
""'- -~_... ._~I - ,
."0'
~/ ; / \
,(/~' / /
I I , /
" 'f f /
'--. " -' '-....::;.:::./
CONSTRUCTION, INC.
Statement of Qualifications
970 Carlsborg Road, Sequim, Washington 98382
Phone: 360.683.5447 Fax: 360.683.6475
E-mail: jen@primoinc.org
PRIMOCI133P7
I
I
Primo Construction, Inc. was formed in November of 1979 to operate as a general construction company.
Today, Primo Construction enjoys a steady pattern of growth based primarily on its reputation for timely
completions, competent employees and efficient office staff.
I
I
Primo Construction is proud of its ability to handle a diverse range of construction projects. Because of its
reputation, the highest quality subcontractors, competitive in their respective trades, are available for Primo
Construction's projects.
I
Primo has had the same corporate officers since its inception; the current officers of the corporation are:
I
President. . . . . . . . . . . . . . . . . . . . . . . . . . . . Charles R. Parrish
1225 Taylor Cutoff Road
Sequim, W A 98382
I
Vice President. . . . . . . . . . . . . . . . . . . . . . . . Gregory V. Parrish
393 Cedar Park Drive
Port Angeles, W A 98362
I
Secretary/Treasurer. . . . . . . . . . . . . . . . . . . . James H. Bartee
2845 Happy Valley Road
Sequim, W A 98382
I
Primo Construction has extensive experience in all aspects of construction, including but not limited to:
I
* Commercial buildings
* Concrete construction
* Road building
* Utility installation
* Excavation/grading
I
I
Primo Construction is able to efficiently complete their construction projects using their own crews to
perform the excavation, grading, utility installation, foundations, through framing, siding and finish
carpentry. This ability to perform a large variety of operations ensures Primo's presence on site during the
entire project, affording better coordination between trades, a higher level of quality control, a close
relationship between field workers and office management, and an effective way to schedule with
confidence. Each of these items translates into savings for the client.
I
We offer a full range estimating staff to meet your needs. Please feel free to contact us for a free estimate or
bid at any time.
I
I
I
I
I
I
I
I
I
PRIMO CONSTRUCTION, lNe.
COMPANY INFORMATION
I
I
I
I
I
BONDING AGENCY
Kibble & Prentice
P.O. Box 370
Seattle, WA 98111-0370
(206) 441-6300
Contact: Steve Palmer
BANK REFERENCES
Frontier Bank
901 W. Washington
Sequim, WA 98382
(360) 681-2590
Contact: Doug Holst
SURETY COMPANY
Safeco Insurance Company of America
Millennium Corporate Park, Bldg C
18400 NE Union Hill Rd
Redmond, WA 98052
(425) 376-8805
Contact: Jane Fox
ACCOUNTANT
Berntson Porter & Co., PLLC
Pacific First Plaza
155 108th Avenue NE, S. 510
Bellevue, W A 98004
(425) 454-7990
Contact: Stein Larsen
I
I
I
REFERENCES
Lakeside Industries
PO Box 728
Port Angeles, W A 98362
(360) 452-7803
Contact: George Peabody
City of Sequim
152 West Cedar
Sequim, WA 98382
(360) 683-4908
Contact: Jim Bay
I
I
I
I
Lindberg Architects, Inc.
319 S. Peabody, Suite B
Port Angeles, W A 98362
(360) 452-6116
Contact: Bill Lindberg
City of Port Angeles
321 E. Fifth Street
Port Angeles, W A 98362
(360) 457-0411
Contact: Ron Johnson
Olympic Electric Co., Inc.
4230 Tumwater
Port Angeles, W A 98362
(360) 457-5303
Contact: Bill Burkhardt
Value Management Resources
503 N. Sequim Avenue
Sequim, W A 98382
(360) 582-3264
Contact: Roger Eas1ing
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Roland Ordona
Pete Nesse
Robert Reick
Korey Smith
I
I
I
I
I
I
I
I
PRIMO CONSTRUCTION, INC.
PROJECT MANAGERS
James Bartee
Jerry Brownfield
Steven Lee
Charles Parrish
Gregory Parrish
40 years
44 years
35 years
40 years
40 years
SUPERVISORY PERSONNEL
Concrete Superintendent
Septic & Water Systems
Underground Utilities
Commercial Building
20 years
18 years
17 years
15 years
A V AILABLE CRAFTSMEN
CARPENTERS
TRUCK DRIVERS
EQUIPMENT OPERA TORS
GENERAL LABORERS
CONCRETE FINISHERS
I
I
I
PRIMO CONSTRUCTION, INC.
VEHICLES & EQUIPMENT
I
I
The following is a partial listing of vehicles and equipment that Primo Construction has available for your
job:
200-5 Hitachi Excavator
Limbo Tilt Trailer
I
200-3 Hitachi Excavator
Trailmax Tilt Trailer
200-John Deere Excavator
Lufkin Pup Trailer
Freuhauf Pup Trailer
I
450G John Deere Dozer
650 John Deere Dozer
3-Axle Equipment Trailer
I
3-Axle Form Trailer
543 Bobcat Skidster
I
2-Axle Grader Trailer
310 Backhoe
Compactors
JCB 214 Backhoe
I
2- Vibrating Rollers
JCB 1450 Sitemaster Backhoe
2-Forklift
I
JCB 1550 Backhoe
Laser Level
Two ICB 214S Backhoes
I
Air Compressor
Kobelco Excavator
Edco Concrete Saw
Model601A Grader
I
Power Curber
645 Champion Grader
I
966 Cat Loader
All Blacktop Equipment for
small patching jobs
Five 10- Yard Dumps
All Equipment and forms for curb &
gutters, sidewalks and buildings
I
Two One-ton Flatbeds
Two Two-ton Flatbeds
I
2-Water Truck
I
I
I
I
I
I
I
I
I
I
I
Primo
_ _ _ ~,; _~ !V _
CONSTR.UCTION, INC.
Major Projects Completed in Past 5 Years
Proiects Completed in 2007
o City of Forks Walks - $200,000
Install approximately 7,300 LF of curb & gutter, and 2,600 SY sidewalks for Lakeside
Industries. Contact George Peabody @ (360) 452-7803
o Costco - $1,200,000
Perform all site work and building concrete for the completion of a 24 acre Costco
Wholesale store for Pennon Construction Co., Inc.. Contact Justin Campbell @ (206) 418-0235
I
I
I
I
I
I
I
I
I
I
I
o OMC Dietary/Cardiac/MRI - $1,200,000
Perform all site work and building concrete for the completion of an addition to the
existing hospital for Berschauer Phillips Construction Company.. Contact DerekJ@ (360)
754-5788
o Castle Hill Annex Renovation - $744,000
Renovate existing 8,000 SF wood-framed office facility in Jefferson County for the State
of Washington. Contact Bill Sloane, Architect@ (360)943-67745
o Cedar Ridge-$2,550,000
Provide site work, utilities and concrete for ISO-unit housing development in Sequim.
Contact Cedar Ridge Assoc, LLC Larry Freedman @ (360) 809-0164
o CCFD#3 Vehicle Maintenance Facility - $1,778,663
Construct a metal building maintenance facility with carport. Contact- Rice fergus Miller
Architecture & Planning, LLP @ (360) 377-8773
o OMC Oncology Addition and Ancillary Services Building. - $14,329,487
Construct a 47,500 SF Ancillary building and a 7,200 SF Oncology addition. Contact
Collins Woerman @ (425) 822-6700
Proiects Completed in 2006
o Lincoln Street Storm Sewer - $748,800
Installed approximately 1,100 LF of24" HDPE storm drainj, approximately 20 LF of 12"
HDPE storm drain and approximately 660 LF of 8" storm drain. Abandoned or removed
existing catch basins and plugged existing sewer connections. Installed and connected
new inlets, catch basins and storm drain manholes for the City of Port Angeles. Contact
Enc Walrath, PE@ (360) 417-4811
o A New Weight Facility Addition - $735,000
Construction of addition to existing Sequim Aquatic Recreational Center for the Clallam
County Parks and Recreation District # 1. Contact Mary Ellen Winborn @ (360) 452-7895
I
I
o Brownfield Road & Utility Construction Project - $590,000
Work included approximately 1,400 liner feet of roadway and utility construction
between South 3rd Avenue and the intersection of Brownfield Road and South Sequim
Avenue. Major items of work included, but were not limited to, clearing, grubbing,
excavation, grading, storm drainage, water main and sewer force main construction,
shoring, asphalt paving and roadway illumination for the City of Sequim. Contact James
Bay @ (360) 683-4908
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o Makah Emergency Water - $756,000
The project consisted of the construction of approximately 23,000 lineal feet of 8-inch
water main along the east side of the Makah Passage between the Family Camp in the
Robuck area to the wells located north of the southern reservation boundary in Clallam
County for the Makah Tribe. Contact Charles White @ (360)645-220/
o Hardy's Market - $380,000
Construction of a 3,200 square foot convenience store including all associated sitework
and interior finishes for PPB, LLC Contact. Chuck ParrIsh @ (360) 683-5447
o JimmyComeLately Creek/Estuary Restoration Site (#7009) - $330,000
This contract provided for the improvement of 3.25 acres of land adjacent to US 1 01 at
MP 270.9 to MP 270.98 in Clallam County by excavating, hauling and reshaping and all
other work, for the Washington Department of Transportation. Contact. Jerry D Moore @
(360) 457-2575
Proiects Completed in 2005
o Deer Park Road, RD #40750 - $725,000
Reconstruction of 0.62 miles of Deer Park Road by realignment, regarding, widening,
drainage improvements, paving, hydro seeding and other work for Clallam County Public
Works Department. Contact Dave Blb/er @ (360) 4/7-23//
o Roosevelt Middle School Gymnasium Addition - $1,340,000
Construction of new concrete tilt-up gymnasium and mechanical improvements to
existing structure, including all associated sitework and utilities for Port Angeles School
District #121. Contact. Roger Eas/mg@ (360) 681-0503 or (360) 460-7810
o Crown Park Sewer & Stormwater Improvements - $991,000
Installation of 3,850 feet of 8 to 15 inch sanitary sewer and 1,050 feet of 12 to 36 inch
storm sewer, including manholes, stormwater treatment structure and improvements to a
stormwater omfal1.for the City of Port Angeles. Contact MIke Szat/ocky, PE @ (360) 4/7-4805
I
o JimmyComeLately Creek Estuary Restoration Project - $1,200,000
Excavation, removal and disposal of approximately 60,000 cubic yards of fill placed in
the Estuary, realignment and restoration of Dean Creek through the excavation of a new
channel and installing spawning gravel and large woody debris. Construction of
distributary channels in the restored estuary and construction of a temporary stream
bypass structure and installation of a soil plug in the old streambed for the Jamestown
S'Klallam Tribe. Contact Sam Glbbony. @ (774) 757-2305
I
I
o Vintage at Sequim - $375,000
Excavate, cut & fill, rough grade, fine grade, install storm sewer, sanitary sewer and
water system and other associated work for assisted living facility for Exxel Pacific, Lnc.
Contact Bruce Eskeberg @ (360) 734-2872
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o Port Williams Reservoir Project - $778,000
Installation of approximately 3200 feet of irrigation pipe and a 5 million gallon reservoir
with appurtances in addition to installation of approximately 14,700 feet of irrigation pipe
for the Sequim Prairie Tri-Irrigation Association. Contact. Gary Smlfh @ (360) 683-5049
Projects Completed in 2004
o Sheriff/Dispatch/EOC - $1,860,000
Construction of a new Sheriff's Office facility, including site improvements and the
remodel of a portion of the existing Administration Offices and Emergency Operations
Center at the Jefferson County Corrections Center for the Jefferson County Department
of Public Works. Contact Robert Hutchinson @ (509) 838-8681
o Social Services Complex - $2,465,000
Construction of a multi-use campus for administration and medical facilities, consisting
of three wood-framed buildings totaling approximately 12,000 square feet. Project work
includes site preparation, utility installation, landscaping and paving for the Jamestown
S'Klallam Tribe. Contact. Annette Nesse @ (360) 681-4620
o MP 0.00 Sail River Vie. Slide Repair - $530,000
Improved 0.1 Miles ofSR 112 in Clallam County, MP 0.00 to MP 0.10 by excavating
unsuitable foundation material, grading, water pollution and erosion control, installing
drainage and horizontal drain systems, surfacing, paving with hot mix asphalt, guardrail,
pavement markings, traffic control and other work for Washington State Dept of
Transportation. Contact. Bnan Brewer @ (360) 533-9352
o Parking Lot Upgrade & Building Addition - $525,000
New foyer addition to the existing building including related mechanical and electrical
work. Site work consists of demolition of existing parking and replacement of walks on
the north side of the building, reconfiguration of existing access drives and parking on the
east and west sides of the building, and construction of a new parking lot. Work includes
related lighting, walks, curbs, striping, landscaping, fencing and quarry rock wall for the
Church of Jesus Christ of Latter Day Saints. Contact Bill Green @ (360) 452-6116
o Pedestrian Underpass - $1,650,000
Demolition, excavation, shoring, traffic control, site utilities, storm water,
communication & data, construction of cast in place and pre-cast concrete tunnel,
concrete ramp and stairs, landscape & irrigation systems for completion of pedestrian
tunnel passing beneath SR 101 for the Jamestown S 'Klallam Tribe. Contact Annette Nesse
@ (360) 681-4620
o Wal-Mart Store 5273 - $755,000
Furnish & install all water, sewer and storm utility systems and all required
appurtenances for complete and operational systems. Form, pour finish curb & gutter,
walks, heavy duty concrete paving and miscellaneous other concrete work for Sierra
Construction Co., Inc. Contact Bryan Ploetz @ (425) 487-5200
I
I
I
o W Sequim Bay Rd. to Dawley Rd. - $330,000
Remove asphalt concrete pavement, grade, install drainage, place crushed surfacing,
pave, implement erosion control, install extruded curb, guardrail, permanent signing,
install pedestrian tunnel illumination and cement concrete floor overlay traffic control
and other work for WSDOT. Contact Jerry Moore, PE @ (360) 457-2575
I
I
I
I
I
I
I
I
I
I
I
I
o Lower Campus Sitework - $820,000
Clearing, excavation, installation of utilities, drainage, pavement, retaining walls,
landscaping and exterior flatwork, stairs and curb at the new tribal Dental Clinic for the
Jamestown S'Klallam Tribe. Contact Annette Nesse @ (360) 681-4620
o Sequim Downtown Rural Economic Development Project - $530,000
Installation of approximately 16,000 LF of curb & gutter, 6,600 SY of sidewalks, 2,600
SY of approaches and other associated concrete work for Lakeside Industries. Contact
George Peabody @ (360) 452-7803 FAX 457-7932
o West Spruce Street Water Main - $320,000
Installation of2,900 linear feet of S-inch water main and street improvements including
roadway pulverization, grading, compaction and asphalt concrete pavement for the City
of Sequim. Contact Jim Bay@ (360) 683-4908 FAX 681-0552
o Serenity House of Clallam County - $1,025,000
Construction of a 10,000 square foot, single story, wood frame building for a New Adult
Shelter for Serenity House of Clallam County. Contact Cathy Whato @ (360) 452-7224 FAX
452-0806
Proiects Completed in 2003
o Maintenance Shop at Quilcene National Fish Hatchery - $900,000
Construction of a cement block maintenance building, including demolition underground
utilities, asphalt pavement and shop equipment for US Dept of Fish & Wildlife. Contact
Jim Burby @ (503) 231-6252 FAX 231-6847
o Old Olympic Highway & Gasman Road - $1,500,000
Improvement of approximately 1.0S miles of Old Olympic Highway, .25 miles of
Gasman Road and 700 feet of turn lanes on SR 101 to include realignment, regarding,
widening, drainage, paving and other related work for Clallam County. Contact Dave
Blbler@ (360) 417-2311 FAX 4/7-2513
I
I
I
I
o Westport Shipyards - $500,000
Complete all slabs and foundations for the construction of a new yacht-building facility
in Port Angeles for Westport Shipyards as a subcontractor for Fisher Construction.
Contact. Dan Powers @ (360) 757-4094 FAX 757-4005
o North Olympic Skills/Business Center - $500,000
Provide earthwork and utilities, concrete foundation, slabs, curbs & sidewalks for the
Port Angeles School District. Contact Jim Jones @ (360) 457-8575 FAX 457-4649
o Laurel Street Slide Repair - $225,000
Repair slope failure by installing drainage, erosion control and retaining wall for the City
of Port Angeles. Contact Gary Kenworthy @ (360) 417-4800 FAX 417-4709
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o North Viking Avenue Utility Improvements - $650,000
Installation of approximately 8,000 LF of 12" ductile water main, including two bores
beneath state highways, one 300 LF bore and one 150 LF bore and connection to existing
reservoir and to city main for the City of Poulsbo. Contact Bill DuffY @ (360) 779-4078 FAX
779-6384
Proiects Completed in 2002
o SR 3 Vic Falkner Rd - Unstable Slope - $300,000
The improvement of .13 miles of SR 3 in Kitsap County by clearing and grubbing,
excavation and removal of unstable landslide material, quarry spall buttress construction,
drainage, shoulder reconstruction, restriping and erosion control for the Washington State
DOT. Contact Jerry Moore @ (360) 457-2575 FAX 457-2527
o Irondale Road Improvements - $1,075,000
Increase paved road shoulder, improve drainage facilities, upgrade water distribution
systems, including Hilfiker wall, rockeries, asphalt paving, planting, and 8" water line for
Jefferson County. Contact' Monte Reinders @ (360) 385-9242 FAX 385-9172
o Olympic Discovery Trail - $650,000
Construction of a 3.2 mile, 10' wide asphalt concrete pavement pedestrian trail including
unit pavers, specialty sign installation, landscaping, retaining walls, curb & gutter, storm
drainage and culvert installation for the City of Sequim. Contact Jim Bay @ (360) 683-4908
FAX 681-0552
o Beach Resort Phase II - $1,500,000
Construction of ten cabins and one icehouse, including all site work and utilities for the
Quileute Indian Tribe in LaPush. Contact Anna Parris @ (360) 374-6163 FAX 374-6311
o Francis Street Park Improvements - $425,000
Construction of improvements including but not limited to clearing and grubbing,
excavation, site preparation, landscaping, demolition, utilities, paving, drainage and
lighting for the City of Port Angeles. Contact Gary Kenworthy@ (360) 417-4800 FAX 417-4709
o Neah Bay Middle School & Gym - $1,900,000
Construction of a new Middle School & Gym in Neah Bay for the Cape Flattery School
District. Contact, Mike Gentry, Archltect@ (360) 457-7550 FAX 457-2929
o F Street Hastings Street to Blaine Street - $2,000,000
The improvement of F Street and Discovery Road by grading, construction rock retaining
walls, storm sewer, sanitary sewer, water mains and service connections, surfacing,
paving, curb & gutter, sidewalks, lane markings, signing, installing crosswalk protection
system, landscaping & other work for City of Port Townsend. Contact Dave Peterson @
(360) 385-9160 FAX 385-9172
o Port Ludlow Fire Station - $1,150,000
Construction of a new fire station of approximately 10, 140SF and all site development of
approximately .77 acres, including grading and utilities for Jefferson County Fire
Protection District. Contact' Arlene @ (360) 437-2899 FAX' 437-0117
II
~I
II
~I
II
;1
II
II
~""I
I~
{~I
~I
~
_I
jl
:;rill
J
:JI
"MI
"J
';1l
.ia
jl
'''I
~
11
JI
Subcontractor List
Prepared in compliance with RCW 39 30 060 as amended
To Be Submitted with the Bid Proposal
Project Name _hc)o k \\i\ ,/ e ji rl--tuJCll "0.
Failure to list subcontractors who 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 will result in your bid being non-responsive and therefore
void.
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.
If no subcontractor is listed below, the bidder acknowledges that it does not intend to use
any subcontractor to perform those items of work.
Subcontractor Name
Work to be Performed
j-t V A- c...
to/V\-
Subcontractor Name
Work to be Performed
V h.uv....\o ~ '" ${
~)\~ \
Subcontractor Name
Work to be Performed
<( /\~c:h-\ ec.-1
PI\A
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
PW 0407_01 Part01 doc [ReVised March 2008]
1- 9
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 0407_02 Part02 doc [Revised March 2008] II - 1
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 this 12-tActay of g)rr.
~ by and between the City of Port Angeles, a non-charter code city of the State of
Washington, hereinafter referred to as "the City", and ft(MI!J &n5./rvc..lti" . /nc..
a , hereinafter referred to as "the Contract6r".
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:
Rook Drive Sidewalk, Project 08-01
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 2008 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 most 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.
PW 0407_02 Part02 doc [ReVised March 2008]
II-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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)
calendar days after notice to proceed from the City, and said work shall be physically
completed within 20 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 of Payment.
A. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, as incorporated in the Project 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
formes).
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 doc [ReVised March 2008]
II-3
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, irtiuries,
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 insurance coverage shall be in accordance with and as described in the Washington
State Department of Transportation Standard Specifications Division 1-07.18 including any special
provision(s) thereto.
A. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the
amendatory endorsements, including but not limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before
commencement of the work.
B. Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall
furnish separate certificates and endorsements for each subcontractor. All coverages
for subcontractors shall be subject to all of the same insurance requirements as stated
herein for the Contractor.
PW 0407_02 Part02 doc (ReVised March 2008J
II-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
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
PW 0407_02 Part02 doc [ReVised March 2008] II - 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
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 otherwise, 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 of the existence of any such claim.
I. 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...:5(' ~\" 'A< or tb.~\ Lon behalf of the Contractor
and by Eric Co Walrath. Assistant Civil En2ineer. on behalf of the City. Any written notices
required by the terms of this Contract shall be served or mailed to the following addresses:
PW 0407_02 Part02 doc [ReVised March 2008]
11-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Contractor:
'\?"tlMo L<<Wt,.(....,.uc...+t-er\ I t'llc..
q16 ~~,.l~bol",\ eA..
5e~cJ IVV\ l {~A qf> ~ Bz..-
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
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.
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:
-0(\(. By:
~
~
~ ..J ..... __ ~
Title~ ~"S ~ ae.-vU-
Approved as to Form:
1JdL~ ~
City Attorney
Attest:
~q~ ...LAptO..!',.
City rk
,-
PW 0407_02 Part02 doc [Revised March 2008]
II-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(f' .... 1
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond # 6582371
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, Primo Construction, Inc. as Principal, and Safeco Insurance
Company of Amenca a corporation, organized and existing under the
laws of the State of Washington, as a surety corporation, and qualified under the laws of the State
of Washington to become 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
$ 51, 073.07 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
Seattle
,20~.
, Washington, this 13th day of October
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 Primo Construction,
Inc. the above bounded
Principal, a certain contract, the said contract being numbered 08-01 ,and providing for
Rook Drive Sidewalk (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, Primo 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 13th day of October
,2008.
Safeco Insurance Company of Amerlca
::~~ti~
V5=~. ~
Title
601 Union Street, Suite 1000
Seattle, WA 98101-4064
Agent Address
Surety
By~1 ;;'. ~14-/
Mary A. L'obbs
Attorney-in-Fact
Title
PO Box 34670, Seattle, WA 98124-1670
Surety Address
Jane Fox (206) 473-3635
Surety Contact and Phone Number
Steve Palmer (206) 441-6300
Agent Contact and Phone Number
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
, <
Safeco Insurance Company of Amenca
General Insurance Company of Amenca
Safeco Plaza
Seattle, WA 98185
i'1)
POWER
OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA
Washington corporation, does each hereby appoint
No
2364
and GENERAL INSURANCE COMPANY OF AMERICA, each a
*****HEATHER ALLEN; MARY A. DOBBS; TERRI L. FRANKLIN; SUSAN L. GARRED; JEANNE M. HAGEL; PAMELA A. JARDINE;
ROXANA PALACIOS; STEVEN W. PALMER; PATRICIA L. RUSSELL; BONNY SMITH; ANGELA D. TONNON; HOLLY E. ULFERS;
Seattle, VVA***************************************************************************************************************
Its true and lawful attorney(s)-In-fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
documents of a similar character Issued In the course of ItS business, and to bind the respecllve company thereby
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
23rd
January
2008
day of
~~~
.
\~.
STEPHANIE DALEY-WATSON,SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13 - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint IndiViduals as
attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of Similar character Issued by the company In the course of ItS bUSiness On any Instrument making or eVidencing
such appOintment, the signatures may be affixed by faCSimile On any Instrument confemng such authority or on any bond or
undertaking of the company, the seal, or a faCSimile thereof, may be Impressed or affixed or In any other manner reproduced,
proVided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolullon of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provIsions of Article V, Secllon 13 of the By-Laws, and
(II) A copy of the power-of-attorney appOintment, executed pursuant thereto, and
(III) CertifYing that said power-of-attorney appointment IS In full force and effect,
the signature of the certifYing officer may be by faCSimile, and the seal of the Company may be a faCSimile thereof"
I, StephanIe Daley-Watson , Secretary of SAFE CO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregOing extracts of the By-Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution
and the Power of Attorney are stili In full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
thiS
13m
&~~
, c:5l ?'r:?cf .
day of
~~~
STEPHANIE DALEY-WATSON, SECRETARY
Safeco@ and the Safeco logo are registered trademarks of Safeco Corporation
S-0974/DS 4/05
WEB PDF
Client#: 322294
PRIMOCON3
ACORDTM
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DDIYYVY)
10/14/08
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
PRODUCER
Kibble & Prentice, a USI Co.
01 Union Street, Suite 1000
eattle, WA 98101
206 441-6300
Primo Construction Inc.
P.O. Box 296
Carls borg, WA 98324
INSURERS AFFORDING COVERAGE
INSURER A Alaska National Insurance Company
INSURER B
INSURER C
INSURER D
INSURER E
NAIC#
38733
SURED
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
INSR ~~~~ POLICY NUMBER PJ>,N~~ri~~88mIE P~~.fJ /~,XJ,~m\N
r TYPE OF INSURANCE LIMITS
~NERAL LIABILITY 08DLS31604 04/01/08 04/01/09 EACH OCCURRENCE $1 000000
X COMMERCIAL GENERAL LIABILITY ~~~~ff-U9E~~~~i~ence \ $100000
= ~ CLAIMS MADE [K] OCCUR MED EXP (Anyone person) $5 000
II .x- PO Oed: $5,000 PERSONAL & ADV INJURY $1 000 000
f-- GENERAL AGGREGATE $2 000 000
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2 000 000
t h POLlCy-ri1- ~~;: n LOC
~TOMOBILE LIABILITY 08DAS31604 04/01/08 04/01109 COMBINED SINGLE LIMIT
.x- ANY AUTO (Ea accident) $1,000,000
f-- ALL OWNED AUTOS BODILY INJURY
I $
SCHEDULED AUTOS (Per person)
~
~ HIRED AUTOS BODILY INJURY
$
~ NON-OWNED AUTOS (Per accident)
I PROPERTY DAMAGE $
(Per accident)
RRAGE LIABILITY AUTO ONLY - EA ACCIDENT $
I~ ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
EXCESS/UMBRELLA LIABILITY 08DLU31604 04/01/08 04/01/09 EACH OCCURRENCE $2 000 000
txJ' OCCUR D CLAIMS MADE AGGREGATE $2.000.000
II $
M DEDUCTIBLE $
X RETENTION $ 10 000 $
I~ WORKERS COMPENSATION AND 08DLS31604 04/01/08 04/01109 I T~~~;r~~s I IOJ~-
EMPLOYERS' LIABILITY WA Stop Gap Only $1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $1,000,000
If yes, deSCribe under E L DISEASE - POLICY LIMIT $1,000,000
r SPECIAL PROVISIONS below
OTHER
" ,
"
- -
'I " - - ~-
ESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS " l/
)rimo Job No. 802710 - Rook Drive Sidewalk; City Project No. 08-01. The City of Port f;,.'( '-
~ngeles, its officers, officials, employees and volunteers are Additional Insured and L '"' ')
. .'lD8
~ I (.,
rVerage Is prImary and non-<:ontr;butory per attached endorsement. ,
10 days notice of cancellation for non-payment of premium ~
~- --.
-----------
-}
ERTIFICA TE HOLDER
CANCELLATION
City of Port Angeles
P.O. Box 1150
Port Angeles, WA 98362
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON'THE INSURER,ITS AGENTS OR
REPRESENTATIVES
AUTHORIZED REPRESENTATIVE
<-">t
CORD 25 (2001/08) 1 of 2
#S3057643/M2422517
CNMJU
@ ACORD CORPORATION 1988
IMPORTANT
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).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certam policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
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.
CORD 25-5 (2001/08) 2 of 2
#S3057643/M2422517
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDITIONAL INSURED ~ (CONTRACTORS) ~ AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1, Who Is An Insured (Section II) is amended to
Include as an insured any person or organization
(herein referred to as an additional insured), but
only if you are required to add that person or
organization as an insured to this policy by a
written contract that is in effect prior to the "bodily
injury", "property damage", or "personal and
advertising injury".
2. The insurance provided to the additional insured
IS limited as follows:
a, That person or organization is only an
additional insured if, and only to the extent
that, the injury or damage is caused by
negligent acts or omissions of you or your
subcontractor in the performance of "your
work" to which the written contract applies.
The person or organization does not qualify
as an additional insured with respect to injury
or damage caused in whole or in part by
independent negligent acts or omissions of
such person or organization.
b, The insurance provided to the additional
insured does not apply to "bodily inJury",
"property damage", or "personal and
advertising injury" arising out of an architect's,
englneer's. or surveyor's rendering of or
failure to render any professional services
including:
L the preparing, approving, or failing to
prepare or approve maps, drawings,
opinions, reports, surveys, change orders,
design or specifications; and
ANIC GL 10610308
ii. supervisory, inspection, or engineering
services.
c. The insurance provided to the additional
insured, referred to in paragraph 1. of this
endorsement, does not cover "bodily injury" or
"property damage" caused by your negligent
acts and omissions in the performance of
"your work" that occurs within the "products-
completed operations hazard," unless the
written contract. referred to in paragraph 1. of
this endorsement, contains a specific
requirement that you procure completed
operations coverage or coverage within the
"products-completed operations hazard" for
the additional insured. However, even If
coverage within the "products-completed
operations hazard" IS required by the written
contact, such coverage is available to the
additional Insured only if the "bodily injury" or
"property damage" occurs prior to the end of
the time period during which you are required
by the written contact to provide such
coverage or the expiration date of the policy,
whichever comes first.
3. If other valid and collectible insurance, whether on
a primary, excess, contingent or any other basis,
Is available to the additional insured for a loss we
cover under this endorsement, then the Insurance
provided by this endorsement is excess over that
other insurance. However. the Jnsurance provided
by this endorsement Will be primary to other
insurance on which the additional insured is a
named insured for the covered loss. If the written
contract, referred to in paragraph 1. of this
Page 1 of 2
"I
I
I
I
I
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
endorsement, contains a specific requirement that
this insurance be primary or primary and non-
contributory. In that case we will not share with
that other insurance on a pro-rata or other basis.
If the other Insurance available to the additional
Insured, whether on a primary, excess, contingent
or any other basis, is coverage for which it has
been named as an additional insured, then the
coverage provided by this endorsement is excess
over that other insurance.
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
Issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required
only when this endorsement Is issued subsequent to commencement of the policy.
Endorsement Effective 4/1/2008
Policy No. 08DLS331604
Insured Primo Construction, Inc"
Endorsement No.
.
Countersigned By ~ Lu~
ANIC GL 1061 0308
Page 2 of 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART III
SPECIAL PROVISIONS
0407_03 Pari03 doc [Revised March 2008] III - 1
INTRODUCTION TO THE SPECIAL PROVISIONS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The work on this project shall be accomplished In accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2008 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard SpecIfications"). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These SpeCial Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion
of the Standard Specifications is meant to pertain only to that particular portion of the section,
and in no way should it be interpreted that the balance of the section does not apply.
The Special Provisions are labeled as follows:
"(May 18, 2007 APWA GSP)" - APWA General Special Provision
"(August 7, 2006 GSP)" - WSDOT General Special Provision
"(******)" - Contracting Agency General Special Provision
Also incorporated Into the Contract Documents by reference are:
. Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
. Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
. City of Port Angeles' Urban Services Standards and Guidelines, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
1-01.3
Definitions
(******)
This Section is supplemented with the following:
The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for
this project.
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 & Utilities for this project.
0407_03 Part03.doc [Revised March 2008] III - 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City
Engineer for the City of Port Angeles.
The terms "Contract" and "Project Manual" are interchangeable.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location".
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the contract shall be in the Superior Court of the County where the
Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid Items, identified separately in the
proposal, from which the Contracting Agency may make a choice between different methods
or material of construction for performing the same work.
Contract Documents
See definition for "Contract".
Contract Time
The period of time established by the terms and conditions of the contract within which the
work must be physically completed.
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the bids
Award Date
The date of the formal decIsion of the Contracting Agency to accept the lowest responsible
and responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use and
benefit of the facilities, both from the operational and safety standpoint, and only minor
0407_03 Part03.doc [ReVised March 2008]
III - 3
0407_03 Part03 doc [Revised March 2008]
III - 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
incidental work, replacement of temporary substitute facilities, or correction or repair remains
for the physical completion of the total contract.
Physical Completion Date
The day all of the work IS physically completed on the project. All documentation required by
the contract and required by law does not necessarily need to be furnished by the
Contractor by this date.
Completion Date
The day all the work specified in the contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required by
the contract and required by law must be furnished by the Contractor before establishment
of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the
Contracting Agency's acceptance of the bid.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the work and establishing the date on which the
contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic
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 sidewalk, drainage, and other work, all in
accordance with the attached Contract Plans, these Contract Provisions, and the Standard
Specifications.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(October 1, 2005 APWA GSP)
Bidders shall be qualified by experience, financmg, equipment, and organization to do the
work called for In the Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of the bidder to perform the
work satisfactorily.
1-02.2 Plans and Specifications
(******)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no
cost as detailed below.
To Prime Contractor
Reduced plans (11" x 17")
and Contract Provisions
Large plans (e.g , 22" x
34") and Contract
Provisions
No. of Sets Basis of Distribution
4 Furnished automatically
upon award.
1 Furnished automatically
upon award.
Additional plans and Contract Provisions may be purchased by the Contractor by payment
of the cost stated in the Call for Bids.
1-02.5 Proposal Forms
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
0407_03 Part03.doc [Revised March 2008]
III - 5
At the request of a bidder, the Contracting Agency will provide a proposal form for any
project on which the bidder is eligible to bid.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The proposalJorm will identify the project and its location and describe the work. It will also
list estimated quantities, units of measurement, the items of work, and the materials to be
furnished at the unit bid pnces. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit prices; extensions, summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda;
the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE
commitment, if applicable; a State of Washington Contractor's Registration Number; and a
Business License Number, if applicable. Bids shall be completed by typing or shall be
printed in ink by hand, preferably in black ink. The required certifications are included as part
of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in
any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D/W/MBE requirements are to be satisfied through such an agreement.
BID PROCEDURES AND CONDITIONS
(August 2,2004)
The fifth and sixth paragraphs of Section 1-02.6 are deleted.
1-02.7 Bid Deposit
(October 1, 2005 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project,
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
0407_03 Part03.doc [Revised March 2008] III - 6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the person authorized to submit the bid should agree with the signature on the bond, and
the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
1-02.9 Delivery of Proposal
(******)
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.
1-02.13 Irregular Proposals
(October 1, 2005 APWA GSP)
Revise item 1 to read.
A proposal will be considered Irregular and will be rejected if
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting
Agency is not used or is altered,
c. The completed proposal form contains any unauthOrized
additions, -deletions, alternate bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept
the award, or enter into the contract;
e. A pnce per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor
list, if applicable, as required In Section 1 02.6.
h. The bidder fails to submit or properly complete a Disadvantaged,
Minority or Women's Business Enterprise Certification, if applicable, as
required in Section 1-02.6; or
i. The bid proposal does not constitute a definite and unqualified
offer to meet the material terms of the bid invitation.
1-02.14 Disqualification of Bidders
(September 12, 2007 APWA GSP)
Revise this section to read:
1. A bidder will be deemed not responsible and the proposal reiected if the bidder does not
meet the responsibilitv criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected If:
0407_03 Part03 doc [ReVised March 2008]
III-7
0407_03 Part03 doc [Revised March 2008]
III - 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a More than one proposal IS submitted for the same project from a bidder under the
same or different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Part!clpants
in collusion will be restricted from submitting further bids;
c. The bidder, In the opinion of the Contractina Aaency. is not aualifies for the worK
or to the full extent of the bid, or to the extent that the bid exceeds the authorized
preaualification amount as may have been determined by a preaualification of the
bidder;
d. An unsatisfactory performance record exists based on past or current
Contracting Agency work or for work done for others, as iudaed from the standpoint
of conduct of the work; workmanship; proaress; affirmative action: eaual emp!o-yment
opportunity practices: or Disadvantaaed Business Enterprise. Minority Business
Enterprise, or Women's Business Enterprise utilization;
e. There is uncompleted work (Contracting Agency or otherwise) which might
hinder or prevent the prompt completion of the work bid upon;
f. The bidder failed to settle bills for labor or matenals on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted
of a crime ansing from a previous public contract;
h. The bidder is unable, financially or otherwise, to perform the work; or
i. There are any other reasons deemed proper by the Contracting Agency
1-02.15 Pre Award Information
(October 1, 2005 APWA GSP)
Revise this section to read.
Before awarding any contract, the Contracting Agency may require one or more of these
Items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3 A progress schedule (in a form the Contracting Agency requires) showing the
order of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain. and furnish a COpy of. a business license to do business in the city or
county where the work is located.
7. A COpy of State of Washlnaton Contractor's Reaistration, or
8. Any other information or action taken that is deemed necessary to ensure that
the bidder is the lowest responsible bidder.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Copies of the Contract Provisions. includinq the unsiqned Form of Contract. will be available
for siqnature by the successful bidder on the first business day followinq award. The number
of copies to be executed by the Contractor will be determined by the Contr<.1~tinq Aqency
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section 1-
07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of
the contract by the Contracting Agency, the successful bidder shall provide any pre-award
information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any matenals ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within 1Q calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 1Q additional calendar days for return of
the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on a Contracting Agency-furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b Appears on the current Authonzed Insurance List in the State of
Washington published by the Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor
within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting
Agency against any claim of direct or indirect loss resulting from the failure:
a Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of
the Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, materialperson, or any other person who provides supplies or
provisions for carrying out the work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to
siqn the bond: and
6 Be sianed by an officer of the Contractor empowered to siqn official statements
(sole proprietor or partner). If the Contractor is a corporation. the bond must be
siqned by the president or vice-president. unless accompanied by written proof of
the authority of the individual sionino the bond to bind the corporation (Le.
corporate resolution. power of attorney or a letter to such effect by the president
or vice-president).
0407_03 Part03 doc [Revised March 2008]
III - 9
1-04.2
Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(******)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Current edition of the City of Port Angeles' Urban Services and Standards Guidelines
6. Amendments to the Standard Specifications,
7. WSDOT Standard SpecificationsJor Road, Bridge and Municipal Construction,
8. Contracting Agency's Standard Plans (if any), and
9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 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 ArchitecUEngineer by using
the RFI form contained in Part IV, Attachments.
Definitions:
a. RFI: Request for Information
b. CCO: Construction Change Order
1-05.5 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
0407_03 Part03 doc [Revised March 2008] III - 10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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:
a. The location and descnption 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 attnbutable 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.
0407_03 Part03.doc [ReVised March 2008]
III - 11
0407_03 Part03 doc [Revised March 2008]
III - 12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 diminishJhe Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required.
1-05.10 GUARANTEES
(******)
Section 1-05 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 substantial 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 the
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 and Payment Bond shall remain in full force and effect
through the guarantee period.
1-05.11 Finallnspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion Date.
The Contractor's request shall list the specific items of work that remain to be completed in
order to reach physical completion. The Engineer will schedule an inspection of the work
with the Contractor to determine the status of completion. The Engineer may also establish
the Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date If, after this inspection the Engineer
does not consider the work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons 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. The
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 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.
0407_03 Part03 doc [Revised March 2008]
III-13
0407_03 Part03.doc [Revised March 2008]
III-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract pnces
related to the system being tested, unless specifically set forth otherwise In the proposal.
Operational and test penods, when required by the Engineer, shall not affect 21
manufacturer's guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
(May 25, 2006 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's Qualifications pursuant to
Section 1-02.1. it will take these performance reports into account.
CONTROL OF WORK
(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 will require coordination of the
work:
*** Reconstruct the existing driveways to 1203 and 1205 Rook Drive, excluding the 4'
wide concrete sidewalk abutting the above dnveways, and relocation of the existing
telephone pedestal within the right of way adjacent to 1207 Rook Drive ***
Add the following new section'
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessarj arrangements, and shal! 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
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 paramount
administrative agency responsible for the administration of the provisions of the Washmgton
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.
State Taxes
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(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
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid
on a misunderstood tax liability.
0407_03 Part03 doc [Revised March 2008]
III - 1 5
0407_03 Part03.doc (Revised March 20081
III - 16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall Include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-
07.2(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 60.28050). 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 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).
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Permits And licenses
Section 1-07 6 is supplemented with the following:
(March 13, 1995)
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.
(January 5, 2004)
Reduced Insurance Requirement
Section 1-07.18 is revised as follows:
Item number 1 in the first paragraph is deleted.
Item number 2 is revised to read:
2. Commercial General liability Insurance written under ISO Form CG0001 or its
equivalent with minimum limits of $1,000,000 per occurrence and in the
aggregate for each policy year. Products and completed operations coverage
shall be provided for a period of one year following final acceptance of the
work The Contracting Agency shall be named as an additional insured on the
policy.
1-07.17 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.
Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate,
replace, or construct their facilities unless otherwise provided for in the Plans or these Special
Provisions. Such adjustment, relocation, replacement, or construction will be done dunng the
prosecution of the work for this project.
The Contractor shall call the Utility Location Request Center (One Call Center), 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 telephone number for the One Call Center
for this project is 1-800-424-5555.
The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State 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.
0407_03 Part03.doc [Revised March 2008]
III - 17
0407_03 Part03 doc [Revised March 2008]
III - 1 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-07.23 Public Convenience and Safety
(******)
Section 1-07.23 is supplemented with the following:
The construction safety zone for this project is 10 feet from the outside edge of the traveled
way. During the actual hours of work, unless protected as described above, only matenals
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 descnbed above.
Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each
work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling
public.
Deviation from the above reqUirements shall not occur unless the Contractor has requested the
deViation in writing and the Engineer has provided written approval.
In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the
following provisions shall apply:
1. There shall be no delay to medical, fire, police, or other emergency vehicles with
flashing lights or sirens. The Contractor shall alert all flaggers and personnel of
this requirement.
2. The Contractor shall notify the Engineer at least one work day In advance of the
need to restnct parking within the project limits The Engineer will notify the
Police Department of the required restricted parking.
3 Prior to cutting across driveways and bUSiness or parking accesses, the
Contractor MUST NOTIFY All OWNERS AT lEAST 24 HOURS IN ADVANCE
4. Every 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 the contract to compensate the
Contractor for changes due to access concerns shall 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 labor or equipment requirements.
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 good, clean, safe condition at all times. Deficiencies caused by the Contractor's
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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. Cleaning of
existing drainage structures will be at the Contracting Agency's expense when
approved by the Engineer, except when flow is impaired due to the Contractor's
operations.
1-07.23(2) Construction and Maintenance of Detours
(October 1, 2005 APWA GSP)
Revise the first paragraph to read.
Unless otherwise approved, the Contractor shall maintain two-way traffic during
construction. The Contractor shall build, maintain In a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the
roadway, bridge, sidewalk, or path dunng construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
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.
0407 _03 Part03 doc [ReVIsed March 2008]
III-19
Whenever any of the work is accomplished on or through property other than public right of
way, the Contractor shall meet and fulfill all covenants and stIpulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included In the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
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 pnvate property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this
contract The statement shall be signed by the private property owner, or proper authority
acting for the owner of the private property affected, stating that permission has been
granted to use the property and all necessary permits have been obtained or, in the case of
a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address, and date of signature. Written releases
must be filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1-08.0(1) Preconstruction Conference
(May 25, 2006 APWA GSP)
Prior to the Contractor beginning the work, a preconstructJon conference wIll be held
between the Contractor, the Engineer and such other interested parties as may be invited.
The purpose of the preconstruction conference will be:
1. To review the initIal progress schedule;
2. To establish a working understanding among the various parties associated or affected by
0407_03 Part03 doc [Revised March 2008] III - 20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.,
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the following:
1. A breakdown of all lump sum items,
2. A preliminary schedule of working drawing submittals; and
3 A list of material sources for approval if applicable.
Add the following new section.
1-08.0(2) Hours of Work
(May 25, 2006 APWA GSP)
Except in the case of emergency or unless otherwise approved by the Contracting Agency,
the normal straight time working hours for the contract shall be any consecutive 8-hour
period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch
break and a 5-day work week. The normal straight time 8-hour working period for the
contract shall be established at the preconstruction conference or prior to the Contractor
commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7 00 a.m.
or after 6.00 p.m. on any day, the Contractor shall apply in writing to the Engineer for
permission to work such times. Permission to work longer than an 8-hour period between
7:00 a.m. and 6.00 p m. is not required. Such requests shall be submitted to the Engineer
no later than noon on the working day prior to the day for which the Contractor is requesting
permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and
between the hours of 10:00 p.m. and g.OO a m. on weekends or holidays may also be
subject to noise control requirements. Approval to continue work during these hours may be
revoked at any time the Contractor exceeds the Contracting Agency's noise control
regulations or complaints are received from the public or adjoining property owners
regarding the noise from the Contractor's operations. The Contractor shall have no claim for
damages or delays should such permission be revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal
straight time working hours Monday through Friday may be given subject to certain other
conditions set forth by the Contracting Agency or Engineer. These conditions may Include
but are not limited to: requiring the Engineer or such assistants as the Engineer may deem
necessary to be present during the work; requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for Contracting Agency
employees who worked during such times, on non Federal aid projects; considering the
work performed on Saturdays, Sundays, and holidays as working days with regards to the
contract time; and considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour period. Assistants
0407_03 Part03.doc [Revised March 2008]
III-21
0407_03 Part03.doc [Revised March 2008]
III - 22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
may include, but are not limited to, survey crews; personnel from the Contracting Agency's
material testing lab; inspectors; and other Contracting Agency employees when in the
opinion of the Engineer, such work necessitates their presence.
Add 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 an 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.
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 oiven after the contract has been executed and the contract bond
and eVidence of insurance have been approved and filed bv the Contractinq Aoencv. The
Contractor shall not commence With the work until the Notice to Proceed has been oiven by
the Enoineer. The Contractor shall commence construction activities on the proiect 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
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 the time frames
specified herein. The Contractor shall commence work within ten (10) calendar days after
notice to proceed from the City, and said work shall be physically completed within 20
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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
PAYMENTS
(******)
Section 1-09.9 is supplemented with the following:
The Contractor shall submit payment requests with a completed Application for Payment 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.
All contract Payments will be made only through an Electronic Fund Transfer. It is the sole
responsibility of the Contractor to provide to the City the applicable account information to allow
this to occur
TEMPORARY TRAFFIC CONTROL
Traffic Control Management
General
(August 2, 2004)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1-800-521-0778 or
(206) 382-4090
Measurement
(August 2, 2004)
Section 1-10.4(1) is supplemented with the following:
0407_03 Part03.doc [Revised March 2008]
III - 23
The proposal contains the item "Project Temporary Traffic Control," lump sum.
provisions of Section 1-10.4(1) shall apply.
0407_03 Part03.doc [Revised March 2008]
III - 24
The
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 2
EARTHWORK
CLEARING, GRUBBING, AND ROADSIDE CLEANUP
Description
Section 2-01.1 is supplemented with the following:
(March 13, 1995)
Clearing and grubbing on this project shall be performed within the following limits:
From the north edge of Rook Drive to the limits of the fill area as identified on the
plans.
(September 8, 1997)
Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02 3(3) is supplemented with the following:
The approximate thickness of the asphalt concrete pavement is 2"-4".
The approximate thickness of the cement concrete pavement is 4"-6".
Construction Requirements
Section 2-02.3 is supplemented with the following.
(******)
All slurry created by the sawing of asphalt or concrete pavement shall be collected and
legally disposed of. A vacuum shall be used to collect the slurry as it is produced or
immediately following completion of the sawinig. No slurry shall be allowed to reach any
storm drain or surface conveyance of storm water.
Measurement
Section 2-02.4 is supplemented with the following:
(******)
Asphalt concrete pavement removal will be measured by the square yard.
(October 25, 1999)
Cement concrete sidewalk and driveway removal Will be measured by the square yard.
Sawing asphalt or cement concrete sidewalk will be measured by the linear foot.
Payment
Section 2-02.5 is supplemented with the following:
(September 30, 1996)
"Remove Asphalt Concrete Pavement", per square yard.
(November 3, 1999)
"Remove Cement Concrete Sidewalk and Driveway", per square yard.
"Saw Asphalt or Cement Concrete Pavement", per linear foot
The unit contract bid pnce for "Saw Asphalt or Cement Concrete Pavement" shall include
collection and disposal of all slurry created by the sawing of asphalt or concrete pavement.
0407_03 Part03 doc [ReVised March 2008]
III - 25
0407_03 Part03 doc [Revised March 2008]
III - 26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
HOT MIX ASPHALT
Construction Requirements
Soil Residual Herbicide
(*****)
The first sentence of Section 5-04.3(5)0 is replaced with the follOWing:
Soil residual herbicide shall be applied in areas to be paved with granular base.
Application of soil residual herbicide shall not be required in areas of non-permeable
base such as paving over cement concrete or asphalt treated base
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:
All cold joints, whether they are butt or lap joints, shall be sealed on the surface at the
joint with AR 4000 or other as approved by the Engineer
Measurement
(******)
Section 5-04.4 is revised as follows:
The fourth paragraph is deleted.
The unit contract bid price for "Commercial HMA" shall include the application of soil
residual herbicide In areas to be paved with granular base. Application of soil residual
herbicide shall not be required in areas of non-permeable base such as paving over
cement concrete or asphalt treated base.
Payment
(******)
Section 5-04.5 is revised as follows.
The second paragraph is supplemented as follows:
The unit contract bid price for "Commercial HMA" shall include sealing butt
and/or lap joints, and the application of soil residual herbicide in accordance with
Section 5-04.3(5)0 in areas to be paved with granular base. Application of soil
residual herbicide shall not be required in areas of non-permeable base such as
paving over cement concrete or asphalt treated base.
Paragraphs 7, 8, and 9 are deleted
0407_03 Part03 doc [Revised March 2008]
III-27
0407_03 Part03.doc [RevIsed March 2008]
III-28
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 payment for controlled density fill (CDF) backfill of the trench where
indicated in the plan details.
MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
Materials
(******)
Section 7-05.2, Matenals, is supplemented with the following:
Grates shall be standard bolt down type.
Catch basin grates shall have stamped on them the words "Drains to Streams".
Construction Requirements
(******)
Section 7-05.3, Construction Requirements, is supplemented with the followmg:
Backfill around the catch basin shall be controlled density fill (CDF).
Where shown on the Plans, or directed by the Engineer, the Contractor shall install catch
basins of the type indicated in the plans.
Measurement
(******)
Section 7-05.4, Measurement, is supplemented with the following:
Catch Basin Type I will be measured per each.
Payment
(******)
Section 7-05.5 Payment, is supplemented with the following
"Catch Basin Type I", per each.
Controlled density fill (CDF) backfill is considered incidental to and shall be included in
the unit contract price.
ADJUST WATER VALVE BOX
Construction Requirements
{******}
Section 7-12.3, Construction ReqUirements, is supplemented with the following:
Where shown on the Plans, or directed by the Engineer, the Contractor shall adjust
water valve boxes to finished grade. The Contractor shall exercise care in handling the
valve box. Valve boxes damaged, due to the Contractor's operations, shall be repaired
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
by the Contractor to the satisfaction of the Engineer or replaced at no added cost to the
City. In addition, this work Includes installing 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 on existing hydrants where indicated on the plans.
Measurement
(******)
Section 7-12.4, Measurement, is supplemented with the following:
Measurement for "Adjust Water Valve Box" shall be per each box adjusted.
Payment
(******)
Section 7-12 5, Payment, is supplemented with the following:
The unit contract pnce per each for "Adjust Water Valve Box" shall be full pay for
performing the work as specified, including all costs for extensions, shortening the
existing valve box, excavation or any other material, work, or equipment necessary to
adjust the valve box to finished grade and Installing 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 on existing hydrants where indicated on the plans.
0407_03 Part03 doc [RevIsed March 2008]
III-29
0407_03 Part03 doc [Revised March 2008]
III - 30
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 8
MISCELLANEOUS CONSTRUCTION
EROSION CONTROL AND WATER POLLUTION CONTROL
. ~
Construction Requirements
(******)
The first paragraph of Section 8-01.3(4), Placing Compost Blanket, is replaced with the
following:
Compost blanket shall be placed at locations and to a depth indicated in the plans.
Compost material and grass seed shall be placed simultaneously or grass seed may be
applied and raked in to the compost blanket following its placement
Measurement
(******)
Section 8-01.4 is revised as follows:
The first sentence of section 8-01.4 is deleted.
Section 8-01.4 is supplemented with the following:
Measurement for "Compost Blanket and Seeding" shall be per square yard
Payment
(******)
Section 8-01.5 is revised as follows:
"ESC Lead", per day is deleted
All costs for the work performed by the ESe Lead shall be included in the unit contract
price for the various other items of work in the bid proposal.
Section 8-01.5 is supplemented with the following'
"Compost Blanket and Seeding", per square yard
CEMENT CONCRETE SIDEWALKS
Description
(******)
Section 8-14 1 is replaced with the following:
This work consists of construction cement concrete sidewalks in accordance with details
shown in the Plans and these Specifications and in conformity to lines and grades shown
in the Plans or established by the Engineer.
Payment
(******)
Section 8-14.1 is supplemented with the following:
"Cement Cone. Sidewalk Type I", per square yard
"Cement Cone. Sidewalk Type II", per square yard
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STANDARD PLANS
August 4, 2008
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 08-049, effective August 4, 2008 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" shall be revised to
read "Hot Mix Asphalt".
All references in the Standard Plans to the abbreviation "ACP" shall be revised to read
"HMA".
C-1 Sheet 1
In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL
INSTALLATION
B-10.20 and B10.40
Substitute "step" in lieu of "handhold" on plan
C-1a
In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to
25" long.
C-1b
In the ANCHOR POST ASSEMBLY, the above ground 71/2" long bolt connecting the Wood
Breakaway Post to the Foundation Tube is revised to 1 0" long.
C-2Q
DELETED
C-2s
Delete reference to Cross-Section A
C-3, C-3B, C-3C
Note 1 is revised as follows: replace reference F-2b with F-10.42
C-3d
DELETED
C-5
In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit".
C-8
END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top
of the view, 1 W' R and below another dimension of 1 ~" R, the bottom dimension should
be 7/8" R
0407_03 Part03 doc [Revised March 2008]
III - 31
0407_03 Part03 doc [Revised March 2008]
III - 32
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C-8b (Sheet 1 of 2)
Revise SECTION A note as follows: STEEL LIGHT STANDARD .- SEE STD. PLAN J-
28.60
(Sheet 2 of 2)
Revise POLE BASE PLATE note as follows: replace J-1d with J-28.60
C-10 (sheet 2 of 2)
COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3"
C-11
DELETED
C-11 a
DELETED
C-11 b
DELETED
C-12
Note 1 is revised to read:
Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products
List and shall be installed in accordance with the manufacturer's recommendations.
Products not listed on the Qualified Products List are considered when submitted with a
Request of Approval of Materials (RAM) form.
C-14h
Revise SECTION B note as follows: STEEL LIGHT STANDARD - SEE STD. PLAN J-28.60
C-14i
Section C callout: "Sign Bridge End Post (See Std. Plan G-2)"revlsed to read: "Sign Bridge
End Post (See Std. Plan G-70.1 0)"
C-14k
Elevation callout. "Cantilever Sign Structure (See Std. Plan G-2)"revised to read: "Sign
Bridge End Post (See Std. Plan G-70.1 0)"
D-1a throuQh D-1f
Deleted.
F-40.12 throuQh F-40.18
The following note is added to these five plans:
Note 7 To the maximum extent feasible, the ramp cross slope shall not exceed 2%.
J-11 c
Delete all references to Type 7 Junction Box
J-12. Sheet 1 of 2. Detail View A
(STD. PLAN G-4a) is revised to read: (Std Plan G-22.1 0)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Sheet 2 of 2, Detail View 0
(STD. PLAN G-8a) is revised to read: (Std. Plan G-25.1 0)
K-80.30-00
In the NARROW 8ASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan
K-80.35
M-1 .60
COLLECTOR DISTRI8UTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN.
is changed to 300' MIN.
The following are the Standard Plan numbers applicable at the time this project was advertised.
The date shown with each plan number is the publication approval date shown in the lower
right-hand corner of that plan. Standard Plans showing different dates shall not be used in this
contract.
A-1 0.1 0-00..... ..8/07/07
A-10.20-00 .....10/05/07
A-1 0.30-00......1 0/05/07
A-20.1 0-00. .......8/31/07
A-30.1 0-00..... 11/08/07
8-5.20-00......... .6/01 /06
8-5.40-00...... ....6/01/06
8-5.60-00......... .6/01 /06
8-10.20-00....... .6/01 /06
8-1 0.40-00. ... ....6/01/06
8-10.60-00 .......6/08/06
8-15.20-00. .......6/01/06
8-15.40-00...... ..6/01/06
8-15.60-00. ... ....6/01/06
8-20.20-01......11/21/06
8-20.40-02.... ....6/1 0/08
8-20.60-02...... .6/10/08
8-25.20-00. .. . .. .. 6/08/06
8-25.60-00. ... .... 6/0 1/06
8-30.1 0-00........ 6/08/06
8-30.20-01......11/21/06
8-30.30-00.. .....6/01/06
8-30.40-00...... ..6/01 /06
C-1.................. ..2/06/07
C-1 a.................. 7/31/98
C-1 b................1 0/31/03
C-1 c................. .5/30/97
C-1 d. ...... ..... ....1 0/31/03
C-2....................1/06/00
C-2a................. .6/21 /06
C-2b........ ........ .6/21 /06
0407_03 Part03 doc [Revised March 2008]
A-30 15-00..... 11/08/07
A-30.30-00...... 11/08/07
A-30.35-00......10/12/07
A-40.1 0-00......10/05/07
A-40.20-00...... ..9/20/07
8-30.50-00. .......6/01/06
8-30.70-01........8/31/07
8-30.80-00.... ....6/08/06
8-30.90-01........9/20/07
8-35.20-00. ..... ..6/08/06
8-35 40-00...... ..6/08/06
8-40.20-00. ..... ..6/01/06
8-40.40-00....... .6/01 /06
8-45.20-00....... .6/01 /06
8-45.40-00....... .6/01 /06
8-50.20-00...... ..6/01/06
8-55.20-00....... .6/01 /06
8-60.20-00.... .. .. 6/08/06
8-60.40-00....... .6/01 /06
8-65.20-00...... ..6/01/06
8-65.40-00.... ....6/01/06
8-70.20-00....... .6/01/06
8-70.60-00 ... ..6/01/06
C-3b................. 1 0/04/05
C-3c. .................6/21/06
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
III - 33
A-40.50-00.....11/08/07
A-60.1 0-00.....10/05/07
A-60.20-00..... 1 0/05/07
A-60.30-00.....11/08/07
A-60 .40-00..... . 8/31 /07
8: 75.20-01...... .6/1 0/08
8-75.50-01...... .6/10/08
8-75.60-00.. ....6/08/06
8-80.20-00. ......6/08/06
8-80.40-00...... .6/01/06
8-82.20-00......6/01/06
8-85.10-01..... .6/10/08
8-85.20-00...... .6/01 /06
8-85.30-00.......6/01/06
8-85.40-00.......6/08/06
8-85.50-01.......6/10/08
8-90.10-00...... 6/08/06
8-90.20-00.... ...6/08/06
8-90.30-00..... .6/08/06
8-90.40-00.... ...6/08/06
8-90.50-00. ......6/08/06
8-95.20-00...... .6/08/06
8-95 40-00....... 6/08/06
C-13c................. 7/3/08
C-14a.......... ...... 7/3/08
C-14b............... 7/26/02
C-14c............... 7/26/02
C-14d......... ....... 7/3/08
C-14e........... ....7/3/08
C-14h...............1 /11 106
C-14i..............12/02/03
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-2o................ .7/13/01
C-2p.... ... ......10/31/03
C-2r.................. .3/03/05
C-2s......... .......3/03/05
C-2t................ ..3/03/05
C-3........ ........ ..1 0/04/05
C-3a. ............ ..1 0/04/05
0-2.02-00... .....11/1 0/05
0-2.04-00...... ..11/1 0/05
0-2.06-00...... ..11/1 0/05
0-2.08-00........11/10/05
0-2.10-00. .. ...11/10/05
0-2.12-00........11/10/05
0-2.14-00........11/10/05
0-2.16-00........11/10/05
0-2.18-00.......11/10/05
0-2.20-00... .....11/1 0/05
0-2.30-00...... ..11/1 0/05
0-2.32-00........11/10/05
0-2.34-00........11/10/05
0-2.36-01...... ..11/08/07
0-2.38-00........11/10/05
0-2.40-00........11/10/05
0-2.42-00........11/10/05
E-1. .. ... ... . .. ..2/21/07
E-2........... ...... ..5/29/98
F-10.12-00.......12/20/06
F-1 0.16-00..... ..12/20/06
F-1 0.40-01...........7/3/08
F-1 0.42-00.. .......1/23/07
F-10.62-01...... ..9/05/07
F-1 0.64-02...........7/3/08
G-9a.............. ...6/25/02
G-1 0.1 0-00........9/20/07
G-20 10-00........9/20/07
G-22.1 0-01.......... 7/3/08
G-24.10-00......11/08/07
0407_03 Part03 doc [Revised March 2008]
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...................1 0/31/03
C-7a ...... .........10/31/03
C-8................. .. .4/27/04
C-8a.... ............. 7/25/97
C-8 b. .. .. . .. . .. .. ... .. 1 /11 /06
C-8e.................. .2/21 /07
C-8f................... .6/30/04
C-1 0..... ... ...........7/31/98
C-12................... 7/27/01
C-13.................... 7/3/08
C-13a........ .... ......7/3/08
C-13b.... . ...... 7/3/08
0-2.44-00...... ..11 /1 0/05
0-2.46-00...... ..11 /10/05
0-2.48-00 ... ..11 /10/05
0-2.60-00... ... ..11/1 0/05
0-2.62-00.. . ..11/10/05
0-2.64-00...... ..11 /10/05
0-2.66-00...... .11/10/05
0-2.68-00...... ..11 /10/05
0-2.78-00........11/10/05
0-2.80-00....... .11 /10/05
0-2.82-00...... ..11 /1 0/05
0-2.84-00........11/10/05
0-2.86-00...... ..11 /1 0/05
0-2 88-00...... ..11 /10/05
0-2.92-00...... ..11/10/05
0-3.. .......... .....7/13/05
0-3a................. .6/30/04
E-4...... ............ .8/27/03
E-4a................. .8/27/03
F-30.1 0-00.........1/23/07
F-40.1 0-01.......10/05/07
F-40.12-00 2/07/07
F-40.14-00....... ..2/07/07
F-40.15-00........ .2/07/07
F-40.16-00.........2/07/07
G-24.50-00......11/08/07
G-24.60-00......11/08/07
G-25.1 0-00..... .11 /08/07
G-30.10-00......11/08/07
G-50.10-00.. . ..11 /08/07
III-34
C-14j... ..........12/02/03
C-14k.... .... .......1/11/06
C-15a................. 7/3/08
C-15b..... .......... 7/3/08
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-22.40-01.. .10/05/07
C-23.60-00..... .2/06/07
C-25.18-01......9/20/07
C-25.20-02........ 7/3/08
C-25.22-01....10/05/07
C-25.80-01........ 7/3/08
C-28.40-00.... ..2/06/07
C-90. 1 0-00... .....7/3/08
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
0-3b 6/30/04
0-3c 6/30/04
0-4. ....... ... ..... .12/11/98
0-6.................. .6/19/98
0-10.10-00.... ....7/8/08
0-10.15-00... ......7/8/08
0-10.20-00.........7/8/08
0-10.25-00........7/8/08
0-10.30-00..... . .7/8/08
0-1 0.35-00. .. ... .. .7/8/08
0-1 0 40-00.........7/8/08
0-10.45-00... ... ...7/8/08
0-15.10-00... . .. 7/8/08
0-15 20-00.........7/8/08
0-15.30-00.........7/8/08
F-40.18-00...... .2/07/07
F-40.16-00.......2/07/07
F-40.20-00.....10/05/07
F-42.10-00.....10/05/07
F-80. 1 0-00.......1/23/07
G-70.1 0-00......10/5/07
G-70.20-00......10/5/07
G-70.30-00......10/5/07
G-95.1 0-00.... .11 /08/07
G-95 20-01......7/10/08
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G-24.20-00......11/08/07
G-2430-00......11/08/07
G-24.40-00......11/08/07
H-1 0.1 0-00... ......7/3/08
H-10.15-00..........7/3/08
H-30.1 0-00......1 0/12/07
1-10.10-00.. ...8/31/07
1-30.10-00......... 9/20/07
1-30.20-00.........9/20/07
1-30.30-00.........9/20/07
1-30 40-00....... 10/12/07
J-1 f............ .... .6/23/00
J-3.......... ... ......8/01/97
J-3b................. ..3/04/05
J-3c.................. .6/24/02
J-3d. ................11/05/03
J-5....................8/01/97
J-6c.................. A/24/98
J-6f..... ............ ..4/24/98
J-6g.. . ............12/12/02
J-6h......... ........ A/24/98
J-7a.............. ....9/12/01
J-7 c........... . .... .6/19/98
J-7 d ................. A/24/98
J-8a ................ ..5/20/04
K-10 20-01......10/12/07
K-1 OAO-OO. .......2/15/07
K-20.20-01......10/12/07
K-20AO-00.. .....2/15/07
K-20.60-00...... ..2/15/07
K-22.20-01......10/12/07
K-24.20-00........2/15/07
K-24AO-01......10/12/07
K-24.60-00........2/15/07
K-24.80-01......10/12/07
K-26.20-00........2/15/07
L-1 0.1 0-00........ 2/21/07
L-20.10-00........2/07/07
L-30.1 0-00........ 2/07/07
M-1.20-01.........1/30/07
M-1AO-0 1......... 1/30/07
M-1.60-01... .... 1/30/07
M-1.80-02. ........ 8/31/07
M-2.20-01......... 1/30/07
M-2AO-01... .....1/30/07
0407_03 Part03 doc [Revised March 2008]
G-60 10-00....... .8/31/07
G-60.20-00....... .8/31/07
G-60.30-00....... .8/31/07
H-32.1 0-00....... .9/20/07
H-60.10-01 ..... .7/3/08
H-60.20-01.... .: .7/3/08
1-30.50-00........11/14/07
1-40.10-00. ...... .9/20/07
1-4020-00..........9/20/07
1-50.10-00..........9/20/07
1-50.20-00......... .8/31/07
J-8b................ ...5/20/04
J-8c....... .. ... ... ...5/20/04
J-8d .................. .5/20/04
J-9a.......... ......... A/24/98
J-1 0....................7/18/97
J-11 a................1 0/12/07
J-11b. ..............9/02/05
J-11 c............. .... 6/21/06
J-12................. .11/08/05
J-15a................10/04/05
J-15b.... ...........10/04/05
J-16a................. .3/04/05
J-16b................. .9/20/07
J-16c........ ........9/20/07
K-26AO-01......10/12/07
K-30 20-00........2/15/07
K-30AO-01.. ...10/12/07
K-32.20-00 .......2/15/07
K-32AO-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-40AO-00........2/15/07
L-40.10-00.........2/21/07
L-40.15-00....... ..2/21/07
L-40.20-00........ .2/21/07
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-17.10-02. ....... 7/3/08
M-20.10-01........1/30/07
III-35
G-95.30-01 .... 7/10/08
H-70.1O-00 .....9/05/07
H-70. 20-00......9/05/07
H-70.30-00..... .9/05/07
1-60.10-00.... ...8/31/07
1-60.20-00....... .8/31/07
1-80.10-00..... ..8/31/07
J-18. ....... ...... 9/02/05
J-19................ .9/02/05
J-20............. ...9/02/05
J-28. 1 0-00... ...8/07/07
J-28.22-00...... .8/07/07
J-28.24-00...... .8/07/07
J-28.26-00.. .... .8/07/07
J-28.30-00...... .8/07/07
J-28AO-00...... .8/07/07
J-28A2-00 ..... 8/07/07
J-28A5-00...... .8/07/07
J-28.50-00...... .8/07/07
J-28.60-00...... .8/07/07
J-28. 70-00.... ..11/08/07
K-40.60-00.......2/15/07
K-40.80-00.. ....2/15/07
K-55.20-00...... .2/15/07
K -60.20-02. ........7/3/08
K-60AO-00... ...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...... .2/21/07
L-70 10-01..... ..5/21/08
L-70.20-01...... .5/21/08
M-40.10-00......9/20/07
M-40.20-00. ..10/12/07
M-40.30-00..... .9/20/07
M-40AO-00.. ....9/20/07
M-40.50-00. .... .9/20/07
M-40 60-00 .....9/20/07
M-2.60-01. .......1/30/07
M-3.10-01.........1/30/07
M-3.20-01.........1/30/07
M-3.30-01.........1/30/07
M-3AO-01.........1/30/07
M-350-01.........1/30/07
M-5.1 0-01... ...... 1/30/07
0407_03 Part03 doc [Revised March 2008]
M-20.20-01 .......1/30/07
M-20 30-01........1/30/07
M-20AO-01........1/30/07
M-20.50-01........1/30/07
M-24.20-01...... 5/31/06
M-2440-01........5/31/06
M-24.60-02....... .2/06/07
III-36
M-60.10-00. ....9/05/07
M-60.20-00..... .9/05/07
M-65 10-01..... 5/21/08
M-80 10-00..... .6/1 0/08
M-80.20 -00. ... .6/10/08
M-80.30-00 ....6/1 0/08
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
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 IV
ATTACHMENTS
PW 407_04 Part04.doc [Revised March 2008]
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 doc [Revised March 2008]
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 brief descnptlon
of overtime calculation requirements IS provided on the Benefit Code Key
CLALLAM COUNTY
EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $38 06 1H 50
BOILERMAKERS
JOURNEY LEVEL $50 33 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45 05 1M SA
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1467
CARPENTERS
ACOUSTICAL WORKER $46 32 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $46 16 1M 50
CARPENTER $46 16 1M 50
CREOSOTEo MATERIAL $46 25 1M 50
DRYWALL APPLICATOR $46 42 1M 50
FLOOR FINISHER $45 98 1M 50
FLOOR LAYER $45 98 1M 50
FLOOR SANDER $45 98 1M 50
MILLWRIGHT AND MACHINE ERECTORS $4716 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46.36 1M 50
SAWFILER $45 98 1M 50
SHINGLER $45 98 1M 50
STATIONARY POWER SAW OPERATOR $45 98 1M 50
STATIONARY WOODWORKING TOOLS $45 98 1M 50
CEMENT MASONS
JOURNEY LEVEL $38 06 1H 50
DIVERS & TENDERS
DIVER $9231 1M 50 8A
DIVER TENDER $49 84 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $4709 1T 50 8L
ASSISTANT MATE (DECKHAND) $46 58 1T 50 8L
BOATMEN $47 09 1T 50 8L
ENGINEER WELDER $4714 1T 50 8L
LEVERMAN, HYDRAULIC $48 71 1T 50 8L
MAINTENANCE $46 58 1T 50 8L
MATES $4709 1T 50 8L
OILER $4671 1T 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $46 04 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $937
Page 1
I
CLALLAM COUNTY
I EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
I Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
ELECTRICIANS - INSIDE
I CABLE SPLICER $58 34 1E SA
CABLE SPLICER (TUNNEL) $62 86 1E SA
CERTIFIED WELDER $56 29 1E SA
I CERTIFIED WELDER (TUNNEL) $60 60 1E SA
CONSTRUCTION STOCK PERSON $28 83 1E SA
JOURNEY LEVEL $54 25 1E SA
JOURNEY LEVEL (TUNNEL) $58 48 1E SA
I ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $1537 2A 6C
JOURNEY LEVEL $1469 2A 6C
I ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $56 53 4A SA
CERTIFIED LINE WELDER $51 64 4A SA
GROUNDPERSON $3715 4A SA
I HEAD GROUNDPERSON $3919 4A SA
HEAVY LINE EQUIPMENT OPERATOR $51 64 4A SA
JACKHAMMER OPERATOR $39 19 4A SA
I JOURNEY LEVEL UNEPERSON $51 64 4A SA
LINE EQUIPMENT OPERATOR $43 83 4A SA
POLE SPRAYER $51 64 4A SA
POWDER PERSON $39 19 4A SA
I ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $1207
ELEVATOR CONSTRUCTORS
I MECHANIC $60 85 4A 6Q
MECHANIC IN CHARGE $66 25 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $1350
I FENCE ERECTORS
FENCE ERECTOR $1380
FENCE LABORER $11 60
I FLAGGERS
JOURNEY LEVEL $32 41 1H 50
GLAZIERS
JOURNEY LEVEL $45 20 1H SG
I HEAT & FROST INSULATORS AND ASBESTOSWORKERS
MECHANIC $4758 1S SJ
HEATING EQUIPMENT MECHANICS
I MECHANIC $1600
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $39 25 1H 50
INDUSTRIAL ENGINE AND MACHINE MECHANICS
I MECHANIC $1565
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $924
I INLAND BOATMEN
CAPTAIN $59 22
COOK $34 81
DECKHAND $34.52
I ENGINEER/DECKHAND $58 62
MATE, LAUNCH OPERATOR $50 20
Page 2
I
I
CLALLAM COUNTY
I EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
I Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
I INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $973
GROUT TRUCK OPERATOR $11 48
I HEAD OPERA TOR $1278
TECHNICIAN $807
TV TRUCK OPERATOR $1053
INSULATION APPLICATORS
I JOURNEY LEVEL $20 50
IRONWORKERS
JOURNEY LEVEL $4792 10 5A
I LABORERS
ASP HAL T RAKER $38 77 1H 5D
BALLAST REGULA TOR MACHINE $38 06 1H 5D
BATCH WEIGHMAN $32 41 1H 5D
I BRUSH CUTTER $38 06 1H 5D
BRUSH HOG FEEDER $38 06 1H 5D
BURNERS $38 06 1H 5D
I CARPENTER TENDER $38 06 1H 5D
CASS/ON WORKER $39 25 1H 5D
CEMENT DUMPER/PAVING $38 77 1H 5D
CEMENT FINISHER TENDER $38 06 1H 5D
I CHANGE-HOUSE MAN OR DRY SHACKMAN $38 06 1H 5D
CHIPPING GUN (OVER 30 LBS) $38 77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $38 06 1H 5D
I CHOKER SETTER $38 06 1H 5D
CHUCK TENDER $38 06 1H 5D
CLEAN-UP LABORER $38 06 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $38 77 1H 5D
I CONCRETE FORM STRIPPER $38 06 1H 5D
CONCRETE SAW OPERATOR $38 77 1H 5D
CRUSHER FEEDER $32 41 1H 5D
I CURING LABORER $38 06 1H 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38 06 1H 5D
DITCH DIGGER $38 06 1H 5D
DIVER $39 25 1H 5D
I DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 77 1H 5D
DRILL OPERATOR, AIRTRAC $39 25 1H 5D
DUMPMAN $38.06 1H 5D
I EPOXY TECHNICIAN $38 06 1H 5D
EROSION CONTROL WORKER $38 06 1H 5D
FALLER/BUCKER, CHAIN SAW $38 77 1H 5D
FINAL DETAIL CLEANUP (I e, dusting, vacuuming, WIndow cleaning, NOT $2959 1H 5D
I construction debns cleanup)
FINE GRADERS $38 06 1H 5D
FIRE WATCH $32 41 1H 5D
FORM SETTER $38 06 1H 5D
I GABION BASKET BUILDER $38 06 1H 5D
GENERAL LABORER $38 06 1H 5D
GRADE CHECKER & TRANSIT PERSON $38.77 1H 5D
I GRINDERS $38 06 1H 5D
GROUT MACHINE TENDER $38 06 1H 5D
Page 3
I
I
CLALLAM COUNTY
I EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
I Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
GUARDRAIL ERECTOR $38 06 1H 5D
I HAZARDOUS WASTE WORKER LEVEL A $39 25 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $38 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $38 06 1H 5D
I HIGH SCALER $39 25 1H 5D
HOD CARRIERlMORTARMAN $38 77 1H 5D
JACKHAMMER $38 77 1H 5D
LASER BEAM OPERATOR $38 77 1H 5D
I MANHOLE BUILDER-MUDMAN $38 77 1H 5D
MATERIAL YARDMAN $38 06 1H 5D
MINER $39 25 1H 5D
I NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 77 1H 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38 77 1H 5D
I PILOT CAR $32 41 1H 5D
PIPE POT TENDER $38 77 1H 5D
PIPE RELINER (NOT INSERT TYPE) $38 77 1H 5D
PIPELAYER & CAULKER $38 77 1H 5D
I PIPELAYER & CAULKER (LEAD) $39 25 1H 5D
PIPEWRAPPER $38 77 1H 5D
POT TENDER $38 06 1H 5D
I POWDERMAN $39 25 1H 5D
POWDER MAN HELPER $38.06 1H 5D
POWERJACKS $38 77 1H 5D
RAILROAD SPIKE PULLER (POWER) $38 77 1H 5D
I RE-TIMBERMAN $39 25 1H 5D
RIPRAP MAN $38 06 1H 5D
RODDER $38 77 1H 5D
I SCAFFOLD ERECTOR $38 06 1H 50
SCALE PERSON $38 06 1H 5D
SIGNALMAN $38 06 1H 50
SLOPER (OVER 20") $38 77 1H 50
I SLOPER SPRAYMAN $38 06 1H 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $38 77 1H 50
SPREADER (CONCRETE) $38 77 1H 50
I STAKE HOPPER $38 06 1H 5D
STOCKPILER $38 06 1H 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 77 1H 50
TAMPER (MULTIPLE & SELF PROPELLED) $38 77 1H 50
I TOOLROOM MAN (AT JOB SITE) $38 06 1H 50
TOPPER-TAILER $38 06 1H 50
TRACK LABORER $38 06 1H 50
I TRACK LINER (POWER) $38 77 1H 5D
TRUCK SPOTTER $38 06 1H 50
TUGGER OPERATOR $38 77 1H 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38 06 1H 50
I VIBRATOR $38 77 1H 5D
VINYL SEAMER $38 06 1H 50
WELDER $38 06 1H 50
I WELL-POINT LABORER $38 77 1H 50
Page 4
I
I
CLALLAM COUNTY
I EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
Over
I PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
I GENERAL LABORER $38 06 1H 50
PIPE LAYER $38 77 1H 50
LANDSCAPE CONSTRUCTION
I IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
I JOURNEY LEVEL $46 42 1M 50
METAL FABRICATION (IN SHOP)
FITTERIWELDER $1516
I LABORER $11 13
MACHINE OPERATOR $1066
PAINTER $11 41
PAINTERS
I JOURNEY LEVEL $33 94 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
I PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $807
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $59 24 1G 5A
I POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44 64 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $4742 1T 50 8L
I BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $4791 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $48 46 1T 50 8L
BACKHOES, (75 HP & UNDER) $4700 1T 50 8L
BACKHOES, (OVER 75 HP) $4742 1T 50 8L
I BARRIER MACHINE (ZIPPER) $4742 1T 50 8L
BATCH PLANT OPERATOR, CONCRETE $4742 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $4700 1T 50 8L
I BOBCAT (SKID STEER) $44 64 1T 50 8L
BROOMS $44 64 1T 50 8L
BUMP CUTTER $47 42 1T 50 8L
CABLEWA YS $4791 1T 50 8L
I CHIPPER $4742 1T 50 8L
COMPRESSORS $44.64 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 50 8L
I CONCRETE PUMPS $4700 1T 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 50 8L
CONVEYORS $4700 1T 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 50 8L
I CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4791 1T 50 8L
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 50 8L
I WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $4703 1T 50 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 50 8L
I CRANES, A-FRAME, OVER 10 TON $4700 1T 50 8L
Page 5
I
I
CLALLAM COUNTY
I EFFECTiVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
Over
I PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDiNG jiB WITH $4709 1T 50 8L
I ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $4742 1T 50 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 50 8L
I CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48 46 1T 50 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 50 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $4703 1T 50 8L
CRUSHERS $4742 1T 50 8L
I DECK ENGINEER/DECK WINCHES (POWER) $4742 1T 50 8L
DERRICK, BUILDING $4791 1T 50 8L
DOZERS, 0-9 & UNDER $4700 1T 50 8L
I DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 50 8L
DRILLING MACHINE $47 42 1T 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44 64 1T 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 50 8L
I FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 1T 50 8L
FORK LIFTS, (3000 LBS AND OVER) $4700 1T 50 8L
FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 50 8L
I GRADE ENGINEER $4700 1T 50 8L
GRADECHECKER AND STAKEMAN $44 64 1T 50 '\ 8L
GUARDRAIL PUNCH $47 42 1T 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $47 00 1T 50 8L
I HORIZONTAUDIRECTIONAL DRILL LOCATOR $4700 1T 50 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $4742 1T 50 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 50 8L
I HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $4791 1T 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $48 46 1T 50 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47 42 1T 50 8L
I LOCOMOTIVES, ALL $4742 1T 5D 8L
MECHANICS, ALL $4791 1T 50 8L
MIXERS, ASPHALT PLANT $4742 1T 5D 8L
I MOTOR PATROL GRADER (FINISHING) $4742 1T 50- 8L
MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4791 1T 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 50 8L
I OPERATOR
PAVEMENT BREAKER $44 64 1T 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $4742 1T 50 8L
PLANT OILER (ASPHALT, CRUSHER) $4700 1T 50 8L
I POSTHOLE DIGGER, MECHANICAL $44 64 1T 50 8L
POWER PLANT $44 64 1T 50 8L
PUMPS, WATER $44 64 1T 50 8L
I QUAD 9,0-10, AND HD-41 $4791 1T 50 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4791 1T 50 8L
EQUIP
RIGGER AND BELLMAN $44 64 1T 5D 8L
I ROLLAGON $4791 1T 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 50 8L
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $47 00 1T 50 8L
ROTO-MILL, ROTO-GRINDER $4742 1T 50 8L
I SAWS, CONCRETE $4700 1T 50 8L
Page 6
I
I
CLALLAM COUNTY
I EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
I Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
I SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $4742 1T 50 8L
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $4791 1T 50 8L
OFF-ROAD EQUIPMENT (45 YD AND OVER)
I SCRAPERS, CONCRETE AND CARRY ALL $4700 1T 5D 8L
SCREED MAN $4742 1T 5D 8L
SHOTCRETE GUNITE $44 64 1T 50 8L
SLlPFORM PAVERS $4791 1T 50 8L
I SPREADER, TOPSIDE OPERATOR - BLAW KNOX $4742 1T 50 8L
SUBGRADE TRIMMER $4742 1T 5D 8L
TOWER BUCKET ELEVATORS $4700 1T 5D 8L
I TRACTORS, (75 HP & UNDER) $4700 1T 5D 8L
TRACTORS, (OVER 75 HP) $4742 1T 50 8L
TRANSFER MATERIAL SERVICE MACHINE $47 42 1T 50 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $4791 1T 5D 8L
I TRENCHING MACHINES $4700 1T 5D 8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $4700 1T 5D 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $4742 1T 5D 8L
I TRUCK MOUNT PORTABLE CONVEYER $4742 1T 5D 8L
WHEEL TRACTORS, FARMALL TYPE $44.64 1T 5D 8L
YO YO PAY DOZER $4742 1T 50 8L
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
I (SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $3761 4A 5A
SPRAY PERSON $35 73 4A 5A
I TREE EQUIPMENT OPERATOR $36 19 4A 5A
TREE TRIMMER $33 69 4A 5A
TREE TRIMMER GROUNDPERSON $25 43 4A 5A
I REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $27 68
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL $45 05 1M 5A
I RESIDENTIAL CARPENTERS
JOURNEY LEVEL $1785
RESIDENTIAL CEMENT MASONS
I JOURNEY LEVEL $25 63
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $1800
RESIDENTIAL ELECTRICIANS
I JOURNEY LEVEL $27 78
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $21 36
I RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9.86
RESIDENTIAL LABORERS
JOURNEY LEVEL $1808
I RESIDENTIAL PAINTERS
JOURNEY LEVEL $1597
RESIDENTIAL PLUMBERS & PIPEFITTERS
I JOURNEY LEVEL $1460
Page 7
I
I
CLALLAM COUNTY
I EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
I Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
I RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $56 21 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $33 59 1E 6L
I RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $1088
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
I JOURNEY LEVEL $1967
ROOFERS
JOURNEY LEVEL $38 28 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $41 28 1R 5A
I SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $54 07 1E 6L
SHIPBUILDING & SHIP REPAIR
I BOILERMAKER $32 56 1H 6W
HEAT & FROST INSULATOR $4758 1S 5J
LABORER $1216 1
MACHINIST $1716 1
I SHIPFITTER $1466 1
WELDER/BURNER $1466 1
SIGN MAKERS & INSTALLERS (ELECTRICAL)
I JOURNEY LEVEL $1929
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $1215
SOFT FLOOR LAYERS
I JOURNEY LEVEL $37 08 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $1031 1B 50
I SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $1323
I SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $11 40
PARTY CHIEF $1340
I TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
I CABLE SPLICER $31 46 2B 5A
HOLE DIGGER/GROUND PERSON $1758 2B 5A
INSTALLER (REPAIRER) $30 17 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $29 26 2B 5A
I SPECIAL APPARATUS INSTALLER I $31 46 2B 5A
SPECIAL APPARATUS INSTALLER" $30 82 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31 46 2B 5A
I TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29 26 2B 5A
TELEVISION GROUND PERSON $1667 2B 5A
TELEVISION L1NEPERSONIINSTALLER $22 19 2B 5A
TELEVISION SYSTEM TECHNICIAN $26 42 2B 5A
I TELEVISION TECHNICIAN $23 76 2B 5A
TREE TRIMMER $29.26 2B 5A
Page 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
EFFECTIVE 08-31-08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code r;ode Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4361 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $37 44 18 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $37 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS) $43 45 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $44 25 1T 50 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $44 25 1T 50 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11 60
OILER $945
WELL DRILLER $11 60
Page 9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining whether a
prefabricated item is "standard" or "non-standard". For items not appearing on
WSDOT's predetermined list, these criteria shall be used by the Contractor (and the
Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and
fabricators) to determine coverage under RCW 39.12. The production, in the State of
Washington, of non-standard items is covered by RCW 39.12, and the production of
standard items is not. The production of any item outside the State of Washington is not
covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12. If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered under
RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not,
go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory
item which could reasonably be sold on the general market? If not, the work is covered
by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements, finish,
etc? If yes, the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non-covered workers shall be directed to State L&I at
(360) 902-5330.
Supplemental to Wage Rates
1
I
************************************************************************************************************************
BENEFIT CODE KEY - EFFECTIVE 08-31-08
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID ATONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE
B
ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
C
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
o
THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE 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 SA TURDA Y, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID 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
WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G
THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
H
ALL HOURS WORKED ON 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 SA TURDA Y 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 SA TURDA Y, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE
K
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y
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 HOURLY RATE OF WAGE
M
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
N
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURL Y RATE OF WAGE
o
THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SA TURDA 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 AT ONE AND 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
2
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-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 HOURL Y RATE OF WAGE
T
WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT
TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME
PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SA TURDA YS
SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12)
IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SA TURDA Y TO 6 00 AM MONDAY AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE
DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK
SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME
SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL
ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS
HAD A BREAK OF EIGHT (8) HOURS OR MORE
U
ALL HOURS WORKED ON SA TURDA YS 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 SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
W
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER)) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID 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
TWEL VE (12) HOURS ON SA TURDA Y SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SA TURDA Y, 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
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID 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 HOURLY 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 SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
B ALL HOURS WORKED ON HOLIDAYS 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 HOURL Y RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
o
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 HOURLY RATE OF WAGE
E
ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-3-
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 PA Y
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 ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
2
ALL HOURS WORKED ON SA TURDA YS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID ATONE AND 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
J
ALL HOURS WORKED ON SUNDAYS 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 THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURL Y RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDA Y PA Y
K
M
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE
OF WAGE
o
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE
P
THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID ATONE 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
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURL Y 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 SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURL Y RATE OF WAGE
HOLIDA Y CODES
5
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
A
B HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
C HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8)
D HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDA Y 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 HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11)
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 HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6)
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6)
J HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DA Y, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7)
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 08-31-08
-4-
K
HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DA Y BEFORE CHRISTMAS, AND CHRISTMAS DAY
(9)
L
HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
M
HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DA Y (9)
N
HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DA Y, THANKSGIVING DAY, THE FRIDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9)
P
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SA TURDA Y AFTER THANKSGIVING 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 CHRISTMAS DAY (6)
R
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DA Y AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2)
S
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T
PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (10)
U
PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8)
V
PAID HOLIDAYS SIX (6) PAID HOLIDAYS
W
PAID HOLIDAYS NINE (9) PAID HOLIDAYS
X
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 DAY AND A FLOATING HOLIDAY (8)
Y
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8)
z
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
A
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DA Y (8)
B
PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9)
C
HOLIDAYS 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)
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)
E
PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL
DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DA Y, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2)
F
PAID HOLlDA YS 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 (1 I)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-5-
G
PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DA Y, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (I I)
H
PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (10)
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (7)
J
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOA TING HOLIDA Y (9)
L
HOLIDA YS 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 DA Y, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, VETERANS DA Y,
THANKSGIVING DA Y, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDA Y_
PRESIDENTS' DAY
T
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9)
U
HOLIDAYS 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)
V
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING
DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9)
W
PAID 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 HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, DAY AFTER THANKSGIVING
DA Y, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I)
NOTE CODES
A
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 APPLY TO DEPTHS OF FIFTY FEET
OR MORE
OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 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
C
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE
OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO ISO' - $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER ISO' TO 200' - $2 00 PER FOOT FOR EACH FOOT OVER ISO FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
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 $0 75,
LEVEL B $050, AND LEVEL C $025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT CODE KEY ~ EFFECTIVE 08-31-08
-6-
M.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $100,
LEVELS C & D $050
N
WORKERS ON HAlMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $1 00,
LEVEL B $075, LEVEL C $0 50, AND LEVEL D $025
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION
YES
NO
1. Metal rectangular frames, solid metal covers, herringbone grates,
and bi-directional vaned grates for Catch Basin X
Types 1, 1 L, 1 P, and 2 and Concrete Inlets See Std. Plans
2 Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3, X
Drywell Types 1, 2, and 3 and Catch Basin Type 2.
See Std. Plans
3. Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and X
3 structural tubing grates for Drop Inlets. See Std. Plans.
4. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X
5. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter X
6. Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch X
to 120 inches in diameter. May also be treated, 1 thru 5.
7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in X
diameter. May also be treated, #5.
Supplemental to Wage Rates
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock. X
See Contract Plans and Std. Plans for size and material type.
9 Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set forth in the
contract plans. Welding of aluminum shall be X
in accordance with Section 9-28.14(3).
10. Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges. X
11. Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc., involving welding, cutting, punching and/or X
boring of holes. See Contact Plans for item description and shop
drawings.
12. Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in X
accordance with Section 9-28.14(3).
13. Concrete Piling--precast-Prestressed concrete piling for use as 55
and 70 ton concrete piling. Concrete to conform to
Section 9-19.1 of Std. Spec.. X
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X
sections and flat top slabs. See Std. Plans
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections. X
See Std. Plans.
16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2
With adjustment sections. See Std. Plans. X
Supplemental to Wage Rates
3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
17. Precast Concrete Inlet - with adjustment sections,
See Std. Plans X
18. Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std. Plans. X
19. Precast Grate Inlet Type 2 with extension and top units.
See Std. Plans X
-
20. Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans X
21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of
various sizes. Used for in ground storage of utility facilities and
controls. See Contract Plans for size and construction X
requirements. Shop drawings are to be provided for approval
prior to casting
22. Vault Risers - For use with Valve Vaults and Utilities
Vaults. X
23. Valve Vault - For use with underground utilities. X
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as X
permanent barrier.
25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in
size and shape as shown In the Plans. Fabrication plant has
annual approval for methods and materials to be used.
See Shop Drawing. X
Fabrication at other locations may be approved, after facilities
inspection, contact HQ. Lab.
26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall
panel in size and shape as shown in Plans. X
Fabrication plant has annual approval for methods and materials
to be used
Supplemental to Wage Rates
4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed Girder-
Standard Precast Prestressed Girder for use in structures.
Fabricator plant has annual approval of methods and materials to
be used. Shop Drawing to be provided for approval prior to X
casting girders.
See Std. Spec. Section 6-02.3(25)A
29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete
Girders for use in structures. Fabricator plant has annual approval
of methods and materials to be used. Shop Drawing to be X
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
30 Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
31. Prestressed Precast Hollow-Core Slab - Precast Prestressed
Hollow-core slab for use in structures. Fabricator plant has annual
approval of methods and materials to be used. Shop Drawing to X
be provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A.
32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
33. Monument Case and Cover X
See Std. Plan.
Supplemental to Wage Rates
5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans, and Contract Plans for details. The steel structure X
shall be galvanized after fabrication in accordance with
AASHTO-M-111.
35. Mono-tube Sign Structures - Mono-tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings for X
approval are required prior to fabrication.
36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans, and Contract Plans for details. The steel
structure X
shall be galvanized after fabrication in accordance
with AASHTO-M-111.
37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std
Plans. Shop drawings for approval are to be provided prior to X
fabrication
38. Light Standard-Prestressed - Spun, prestressed, hollow
concrete poles. X
39. Light Standards - lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with
methods and materials as specified on Std. Plans. See Specia X
Provisions for pre-approved drawings.
40. Traffic Signal Standards - Traffic Signal Standards for use on
highway and/or street signal systems. Standards to be fabricated X
to conform with methods and material as specified on Std. Plans
See Special ProvisIons for pre-approved drawinas
41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X
See Std Plans
Supplemental to Wage Rates
6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and aluminum
sheeting. X X
NOTE: *** Fabrication inspection required. Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector to
be installed
Custom Std
Message Slgmng
Message
43. Cutting & bending reinforcing steel X
-
44. Guardrail components X X
Custom Standard
End See See
45. Aggregates/Concrete mixes Covered by
WAC 296-127-018
46. Asphalt Covered by
WAC 296-127-018
47. Fiber fabrics X
48. Electrical wiring/components X
49 treated or untreated timber pile X
50. Girder pads (elastomeric bearing) X
51. Standard Dimension lumber X
52 Irrigation components X
Supplemental to Wage Rates
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
53. Fencing materials I X
54. Guide Posts I X
55. Traffic Buttons X
56 Epoxy X
57. Cribbing X
58. Water distribution materials X
59. Steel "H" piles X
60. Steel pipe for concrete pile casings X
61. Steel pile tips, standard X
62. Steel pile tips, custom X
Supplemental to Wage Rates
8
I
I
I
State of Washington
Department of Labor and Industnes
Prevailing Wage Section - Telephone (360) 902-
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of 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
I
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
****************************************************************************************************
I
I
(See Benefit Code Key)
Classification Code
Prevailing
Wage
Overtime
Code
Holiday
Code
Counties Covered
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS
LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN
I
FITTERJWELDER
LABORER
MACHINE OPERATOR
PAINTER
$12.76
$813
$1266
$1020
1
1
1
1
I
I
Counties Covered
BENTON
I
I
MACHINE OPERATOR
PAINTER
WELDER
$1053
$976
$1670
Counties Covered
CHELAN
I
I
I
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$1504
$954
$971
$993
$1224
CountIes Covered
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC
SAN JUAN AND SKAGIT
I
FITTERJWELDER
LABORER
MACHINE OPERATOR
PAINTER
$1516
$1113
$1066
$11 41
I
I
I
Supplemental to Wage Rates
9
I
I
I METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
******************..*********************************************************************************
(See Benefit Code Key)
I Classification Code Prevailing Overtime Holiday
Wage Code Code
I Counties Covered
CLARK
FITTER $28 63 1E 6H
I LABORER $20 35 1E 6H
MACHINE OPERATOR $2991 1E 6H
PAINTER $26 45 1E 6H
WELDER $28 03 1E 6H
I LA YEROUT $2991 1E 6H
Counties Covered
COWLITZ
I MACHINE OPERATOR $24 46 1B 6V
PAINTER $24 46 1B 6V
WELDER $24 46 1B 6V
I Counties Covered
GRANT
I FITTERlWELDER $1079
PAINTER $807
I Counties Covered
KING
I FITTER $1586 1
LABORER $978 1
MACHINE OPERATOR $1304 1
PAINTER $11 10 1
I WELDER 1548
Counties Covered
KITSAP
I FITTER $26 96
LABORER $807
MACHINE OPERATOR $1383
I WELDER $13 83
I
I
I
Supplemental to Wage Rates 10
I
I
I
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
******************kkkkkkkkk*************************************************************************
I
Classification Code
I
I
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
I
I
FITTER
LABORER
MACHINE OPERATOR
WELDER
I
I
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
I
I
I
I
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
I
I
I
I
(See Benefit Code Key)
Prevailing
Wage
Counties Covered.
KLlCKITAT, SKAMANIA, WAHKIAKUM
$1699
$10.44
$1721
$1703
Counties Covered
PIERCE
$15.25
$1032
$1398
$1398
Counties Covered
SNOHOMISH
$1538
$979
$884
$998
Counties Covered
SPOKANE
$1259
$807
$1326
$1027
$1080
Supplemental to Wage Rates
I
Overtime
Code
Holiday
Code
11
I
I
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
****************************************************************************************************
I
Classification Code
I
I
I
FITTER
LABORER
MACHINE OPERATOR
LAYEROUT
WELDER
I
FITTER/WELDER
LABORER
MACHINE OPERATOR
I
I
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
I
I
I
I
I
I
I
I
Supplemental to Wage Rates
I
(See Benefit Code Key)
Prevailing
Wage
Counties Covered
THURSTON
$24 88
$1661
$26.95
$26.95
$2281
Counties Covered
WHA TeaM
$1381
$900
$1381
Counties Covered.
YAKIMA
$12.00
$1031
$11 32
$1200
$11 32
Overtime
Code
1A
1A
1A
1A
1A
Holiday
Code
6T
6T
6T
6T
6T
12
I
I
I
I
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 08-31-2008
****************************************************************************************************
(See Benefit Code Key)
Classification Code
Prevailing
Wage
Overtime
Code
Holiday
Code
I
Counties Covered
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
I
I
ALL CLASSIFICATIONS
$996
I
I
I
I
I
I
I
I
ALL CLASSIFICATIONS
Counties Covered
CHELAN, KITTITAS, KLlCKIT A T AND SKAMANIA
861
Counties Covered
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWlS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS
$1350
Counties Covered
FRANKLIN
$11 50
CountIes Covered
KING
$1315 2K
Counties Covered
PIERCE
$928
Counties Covered'
SPOKANE
$20 23
Counties Covered
WHA TCOM
$1367
Counties Covered
YAKIMA
$872
$807
58
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
I
I
CRAFTSMAN
LABORER
I
Supplemental to Wage Rates
13
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in
the contract provisIons, as provided by the state Department of Labor and Industries.
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects.
When consIdering job classifications for use and / or payment when bidding on, or
building heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included "Washington State Prevailing Wage
Rates For Public Work Contracts" documents.
· Electrical Fixture Maintenance Workers
· Electricians - Motor Shop
· Heating Equipment Mechanics
· Industrial Engine and Machine Mechanics
· Industrial Power Vacuum Cleaners
· Inspection, Cleaning, Sealing of Water Systems by Remote Control
· Laborers - Underground Sewer & Water
· Machinists (Hydroelectric Site Work)
· Modular Buildings
· Playground & Park Equipment Installers
· Power Equipment Operators - Underground Sewer & Water
· Residential *** ALL ASSOCIATED RATES ***
. Sign Makers and Installers (Non-Electrical)
· Sign Makers and Installers (Electrical)
· Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
· Fabricated Precast Concrete Products
· Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296-127.
Supplemental to Wage Rates
14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries (State L&I)
dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for
administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF
WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL,
CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of
covered and non-covered workers shall be directed to State L&I at (360) 902-5330.
Effective September 1, 1993, minimum prevailing wages for all work covered by WAC
296-127-018 for the production and/or delivery of materials to a public works contract will
be found under the regular classification of work for Teamsters, Power Equipment
Operators, etc.
Supplemental to Wage Rates
15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO: All Interested Parties
FROM: Jim P. Christensen
Acting Industrial Statistician
SUBJECT: Materials Suppliers - WAC 296-127-018
This memo is intended to provide greater clarity regarding the application of WAC 296-
127-018 to awarding agencies, contractors, subcontractors, material suppliers and other
interested parties. The information contained herein should not be construed to cover all
possible scenarios which might require the payment of prevailing wage The absence of
a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR"
does not mean that the activity IS not covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For those
cases where a production facility IS set up for the specific purpose of supplying materials
to a public works construction site, prevailing wage rates for operators of equipment
such as crushers and batch plants can be found under Power Equipment Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including excavated
materials, demolished materials, etc
2. Delivery of materials to a public works project site using a method that involves
incorporation of the delivered materials into the project site, such as spreading,
leveling, rolling, etc.
3. The production of materials at a facility that is established for the specific, but not
necessarily exclusive, purpose of supplying materials for a public works project.
4. Delivery of the materials mentioned in #3 above, regardless of the method of
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established materials supplier, in a
permanent facility, as well as the delivery of these materials, as long as delivery
does not include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carrier, as long as delivery does not
include Incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
Supplemental to Wage Rates
16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STA TE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
TO: Kerry S. Radcliff, Editor
Washington State Register
FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers
involved in the production and delivery of gravel, concrete, asphalt,
or similar materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
NOTICE
Under the current material supplier regulations, WAC 296-127-018, the
department takes the position that prevailing wages do not apply to the
delivery of wet concrete to public works sites, unless the drivers do
something more than just deliver the concrete. Drivers delivering
concrete into a crane and bucket, hopper of a pump truck, or forms or
footings, are not entitled to prevailing wages unless they operate
machinery or use tools that screed, float, or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not
extend to the delivery of asphalt, sand, gravel, crushed rock, or other
similar materials covered under WAC 296-127-018. The department's
position applies only to this regulation.
If you need additional information regarding this matter, please contact
Greg Mowat, Program Manager, Employment Standards, at
P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310.
Please publish the above Notice in WSR 99-13. If you have questions or need
additional information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn Walters, Rules Coordinator
Patrick Woods, Assistant Director
Greg Mowat, Program Manager
Supplemental to Wage Rates
17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment B
Request for Approval of Material (RAM) Form
PW 407_04 Part04.doc [Revised March 2008]
I
I
~
Yli
Washington State
Department of Transportation
Request for Approval of Material
Contract
FA Number
Date
I
Section
County
I
Contractor
Subcontractor
I
For WSDOT Use Only
For assistance in completing, see Instructions and Example RAM #
Bid Matenal or Name and Location of Fabncator, Specification PE Hdqtr
Appr'1 Appr'l File
Item No Manufacturer's ProducllType Manufacturer or Pit Number Reference Code Code No.
Project Engineer Date State Materials Engineer Date
Approval Action Codes for use by Project Engineer and State Materials Laboratory
1 ConditIOnally Approved: Acceptance based upon 'Satisfactory' Test Report for samples of matenals to be Incorporated into project.
2 Conditionally Approved. Submit Mfg Cert. of Compliance for 'Approval' pnor to use of material.
3 Conditionally Approved Submit Catalog Cuts for 'Approval' pnor to use of matenal.
4. Conditionally Approved Submit Shop Drawings for 'Approval' pnor to fabncatlon of material.
5 Conditionally Approved Only 'Approved for Shipment' or 'WSDOT Inspected' matenal shall be used.
6. Conditionally Approved Submit Matenals Certificate of Ongln to Project Engineer
7. Approval Pending Request Transmitted to State Matenals Laboratory for Approval Action.
8 Source Approved
9 Approval Withheld: Submit samples for preliminary evaluation
10 Approval Withheld.
11.
Remarks
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Engineer Distribution
o Contractor
o Region Operations Engineer
o Region Materials
o State Materials Lab
MIS 47365
State Materials Engineer Distribution
o General File 0 Signing Inspection
o Fabrication Inspection 0 Other
I
DOT Form 350.071 EF
Revised 3/07
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment C
Request for Information (RFI) and Construction Change Order (CCO) Forms
PW 407_04 Part04.doc [Revised March 2008]
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.
PROJECT/CONTRACT NUMBER:
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 doc [Revised March 2008]
I
I
CONTRACT CHANGE ORDER (CCO) NO.
I
Project Name
Date
I
Contractor
Project No
I
I
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
I
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 and/or adds and/or deletes bid items as follows:
I
Item Descnptlon RFI# I Qty Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days
No " .( ~ , ,
1'" "
1 Ong
Rev
2 Ona
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
* Amount with applicable sales tax included
I
All work, matenals and measurements to be In accordance with the prOVIsions of the onglnal 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 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment 0
Request to Sublet and Subcontract Certification Forms
PW 407_04 Part04.doc [Revised March 2008]
I
I
.....
~ Washington State
~II Department of Transportation
Request to Sublet Work
o Subcontractor 0 Lower Tier Subcontractor 0 DBE
I
Prime Contractor Federal Employer J.D. Number * State Contract Number
Job Description (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 I State Zip Code Estimated Starting Date
If Lower Tier Subcontractor, ID of Corresponding Subcontractor . If no Federal Employer I D Number,
Use Owner's Social Secunty Number
Item No. Partial Item Descnptlon Amount
I understand and will msure that the subcontractor will ~ P"m, Coo""", 5,,,,",, Date
comply fully with the plans and specifications under
which this work IS bemg performed
Department of Transportation Use Only
Percent of Total Contract DBE Status Verification
This Request %
PrevIous Requests %
Sublet to Date %
Project Engineer's Signature Date Approved - Region Construction Engineer Date
o Approved (When Required)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DOT Fonn 421-012 EF
Revised 03/2008
DlstnbutlOn White (Onglnal) - 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 Tier 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.
I 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.
I 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 E
Contractor's Application for Payment
and
Certification of Work Completion Forms
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
ROOK DRIVE SIDEWALK, PROJECT NO. 08-01
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works & Utilities Department
P.O Box 1150
Port Angeles, WA 98362
FROM: PAYMENT REQUEST NO.
PERIOD From. to [end of penod]
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 84% Sales Tax [at 8 4% 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 doc [ReVised March 2008]
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 all 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
entitles 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 doc [Revised March 2008]
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 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]
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 doc [Revised March 2008]
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 2008
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 1-03, AWARD AND EXECUTION OF CONTRACT
April 7, 2008
1-03.1 Consideration of Bids
This section IS supplemented with the following new sub-section.
1-03.1(1) Tied Bids
After openmg Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-
breaker will be determined by drawing as described in this Section. Two or more slips of
paper will be marked as follows: one marked "Winner" and the other(s) marked
"unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed
inside a box One authorized representative of each Bidder shall draw a slip from the box.
Bidders shall draw in alphabetic order by the name of the firm as registered with the
Washmgton State Department of Licensing. The slips shall be unfolded and the firm with the
slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of
the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest
responsive Bid are eligible to draw.
SECTION 1-04, SCOPE OF THE WORK
April 7, 2008
1-04.4(1} Minor Changes
The first sentence in the first paragraph is revised to read:
Payments or credits for changes amounting to $15,000 or less may be made under the bid
item "Minor Change."
1-04.5 Procedure and Protest by the Contractor
In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar
days.
The second sentence in the fifth paragraph is revised to read
The determination will be provided within 14-calendar days after receipt of the Contractor's
supplemental written statement (including any additional information requested by the Project
Engineer to support a continuing protest) described in item 2 above.
SECTION 1-05, CONTROL OF WORK
April 7, 2008
1-05.1 Authority of the Engineer
The fourth paragraph is revised to read'
PW 407_04 Part04 doc [ReVised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to
Section 1-08.6.
1-05.12 Final Acceptance
The second paragraph is revised to read:
The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor
of the responsibility to indemnify, defend, and protect the Contracting Agency against any
claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier
subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other
person who provides labor, supplies, or provisions for carrying out the Work or for any
payments required for unemployment compensation under Title 50 RCW or for industrial
insurance and medical aid required under Title 51 RCW.
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
August 4, 2008
1-07.2(2) State Sales Tax: Work on State-Owned or Private Land
The following new paragraph is inserted in front of the first paragraph:
State Department of Revenue Rule 170 and its related rules apply for this section.
1-07.9(1) General
The following new paragraph is inserted to follow the sixth paragraph:
The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls
under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127-
010, complies with all the requirements of RCW 39.12.
1-07.15(1) Spill Prevention, Control and Countermeasures Plan
This section is revised to read:
The Contractor shall prepare a project-specific spill prevention, control, and countermeasures
plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit
the plan to the Project Engineer no later than the date of the preconstruction conference. No
on-site construction activities may commence until WSDOT accepts an SPCC Plan for the
project.
The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the
WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health
requirements that may pertain to SPCC Plan implementation are contained In but not limited to
WAC 296-824 and WAC 296-843.
Implementation Requirements
The SPCC Plan shall be updated by the Contractor throughout project construction so that the
written plan reflects actual site conditions and practices. The Contractor shall update the
SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project
site. All project employees shall be trained in spill prevention and containment, and shall know
where the SPCC Plan and spill response kits are located and have immediate access to them.
If hazardous materials are encountered or spilled during construction, the Contractor shall do
everything possible to control and contain the material until appropriate measures can be
taken. The Contractor shall supply and maintain spill response kits of appropriate size within
close proximity to hazardous materials and equipment.
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall implement the spill prevention measures identified in the SPCC Plan
before performing any of the following:
1. Placing materials or equipment in staging or storage areas.
2. Refueling, washing, or maintaining equipment
3. Stockpiling contaminated materials.
SPCC Plan Element Requirements
The SPCC Plan shall set forth the following information In the following order:
1. Responsible Personnel
Identify the name(s), title(s), and contact information for the personnel responsible for
implementing and updating the plan, including all spill responders
2. Spill Reporting
List the names and telephone numbers of the federal, State, and local agencies the
Contractor shall notify in the event of a spill.
3. Project and Site Information
Describe the following items:
A. The project Work.
B. The site location and boundaries
C. The drainage pathways from the site.
D. Nearby waterways and sensitive areas and their distances from the site.
4. Potential Spill Sources
Describe each of the following for all potentially hazardous materials brought or
generated on-site (including materials used for equipment operation, refueling,
maintenance, or cleaning):
A. Name of material and its intended use.
B. Estimated maximum amount on-site at anyone time.
C. Location(s) (including any equipment used below the ordinary high water
line) where the material will be staged, used, and stored and the distance(s)
from nearby waterways and sensitive areas.
D. Decontamination location and procedure for equipment that comes into
contact with the material.
E. Disposal procedures.
5. Pre-Existing Contamination
Describe any pre-existing contamination and contaminant sources (such as buried
pipes or tanks) in the project area that are described in the Contract documents.
Identify equipment and work practices that will be used to prevent the release of
contamination.
6. Spill Prevention and Response Training
Describe how and when all personnel (including refueling contractors and
Subcontractors) will be trained in spill prevention, containment and response in
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
accordance with the Plan. Describe how and when all spill responders will be trained
in accordance with WAC 296-824.
7. Spill Prevention
Describe the following items:
A. Spill response kit contents and locatlon(s).
B. Security measures for potential spill sources.
C. Secondary containment practices and structures for hazardous materials.
D. Methods used to prevent stormwater from contacting hazardous materials
E. Site inspection procedures and frequency.
F. Equipment and structure maintenance practices.
G. Daily inspection and cleanup procedures that ensure all equipment used
below the ordinary high water line is free of all external petroleum based
products.
H. Refueling procedures for equipment that cannot be moved from below the
ordinary high water line.
8. Spill Response
Outline the response procedures the Contractor will follow for each scenario listed
below. Include a descnption of the actions the Contractor shall take and the speCific,
on-site, spill response equipment that shall be used to assess the spill, secure the
area, contain and eliminate the spill source, and clean up and dispose of spilled and
contaminated material.
A. A spill of each type of hazardous material at each location identified in 4,
above.
B. Stormwater that has come into contact with hazardous materials.
C. A release or spill of any pre-existing contamination and contaminant source
described in 5, above.
D. A release or spill of any unknown pre-existing contamination and
contaminant sources (such as buried pipes or tanks) encountered during
project Work.
E. A spill occurring during Work with equipment used below the ordinary high
water line.
If the Contractor will use a Subcontractor for spill response, provide contact
information for the Subcontractor under item 1 (above), identify when the
Subcontractor will be used, and describe actions the Contractor shall take while
waiting for the Subcontractor to respond.
9. Project Site Map
Provide a map showing the following items:
A. Site location and boundaries.
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Site access roads
C. Drainage pathways from the site
D. Nearby waterways and sensitive areas.
E. Hazardous materials, equipment, and decontamination areas identified in 4,
above.
F. Pre-existing contamination or contaminant sources described in 5, above.
G. Spill prevention and response equipment described in 7 and 8, above.
10. Spill Report Forms
Provide a copy of the spill report form(s) that the Contractor will use in the event of a
release or spill.
Payment
Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is
included in the Proposal:
"SPCC Plan", lump sum
When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent of the
lump sum Contract price for the plan.
The remaining 50-percent of the lump sum price will be paid after the materials and equipment
called for in the plan are mobilized to the project.
The lump sum payment for "SPCC Plan" shall be full pay for:
1. All costs associated with creating the accepted SPCC Plan.
2. All costs associated with providing and maintaining the on-site spill prevention
equipment described in the accepted SPCC Plan.
3. All costs associated with providing and maintaining the on-site standby spill response
equipment and materials described in the accepted SPCC Plan.
4 All costs associated with implementing the spill prevention measures identified in the
accepted SPCC Plan.
5 All costs associated with updating the SPCC Plan as required by this Specification.
As to other costs associated with releases or spills, the Contractor may request payment as
provided for in the Contract. No payment shall be made if the release or spill was caused by
or resulted from the Contractor's operations, negligence, or omissions.
1-07.16(4) Archaeological and Historical Objects
This section is supplemented with the following new sub-section:
1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains
If human skeletal remains are encountered by the Contractor, they shall not be further
disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall
cease all work adjacent to the discovery, in an area adequate to provide for the total security
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
and protection of the integrity of the skeletal remains. The Engineer may require the
Contractor to suspend Work in the vicinity of the discovery until final determinations and
removal of the skeletal remains is completed.
If the Engineer finds that the suspension of Work in the vIcinity of the discovery increases or
decreases the cost or time required for performance of any part of the Work under this
Contract, the Engineer will make an adjustment in payment or the time required for the
performance of the Work in accordance with Sections 1-04.4 and 1-08.8.
1-07.17(2) Utility Construction, Removal or Relocation by Others
The first sentence in the second paragraph is revised to read:
If the Contract provides notice that utility work (including furnishing, adjusting, relocating,
replacing, or constructing utilities) will be performed by others during the prosecution of the
Work, the Special Provisions will establish the utility owners anticipated completion.
The first sentence in the third paragraph is revised to read:
When others delay the Work through late performance of utility work, the Contractor shall
adhere to the requirements of Section 1-04.5.
SECTION 1-08, PROSECUTION AND PROGRESS
August 4, 2008
1-08.1 Subcontracting
Item (2) in the first sentence of the seventh paragraph is revised to read:
(2) Delivery of these materials to the Work site in vehicles owned or operated by such plants
or by recognized independent or commercial hauling companies hired by those
commercial plants.
1-08.3(2)A Type A Progress Schedule
This section is revised to read:
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 may be 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.
1-08.5 Time for Completion
The third sentence in the first paragraph is revised to read:
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.
1-08.6 Suspension of Work
The first paragraph is revised to read:
The Engineer may order suspension of all or any part of the Work if:
1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. The Contractor does not comply with the Contract: or
3. It is in the public interest.
1-08.7 Maintenance During Suspension
The first sentence in the fourth paragraph is revised to read:
If the Engineer determines that the Contractor has pursued the Work diligently before the
suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its
cost).
The fifth paragraph is revised to read:
The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs
associated with protecting and maintaining such Work shall be the responsibility of the
Contractor, except those costs associated with implementing the TESC Plan according to
Section 8-01.
The seventh paragraph is revised to read:
After any suspension, the Contractor shall resume all responsibilities the Contract assigns for
the Work.
SECTION 1-09, MEASUREMENT AND PAYMENT
April 7, 2008
1-09.9 Payments
The first paragraph is supplemented with the following:
For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in
sufficient detail for the Project Engineer to determine the value of the Work performed on a
monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than
the date of the preconstruction meeting.
The second sentence in the third paragraph is revised to read:
Unless otherwise provided in the payment clause of the applicable Specifications, partial
payment for lump sum Bid items will be a percentage of the price in the Proposal based on the
Project Engineer's determination of the amount of Work performed, with consideration given to
but not exclusively based on the Contractors lump sum breakdown.
The third paragraph is supplemented with the following:
The determination of payments under the contract will be final in accordance with Section 1-
05.1.
1-09.9(1} Retainage
In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000.
SECTION 1-10, TEMPORARY TRAFFIC CONTROL
January 7, 2008
1-10.5(1} Lump Sum Bid for Project (No Unit Items)
This section is revised to read:
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"Project Temporary Traffic Control", lump sum.
The lump sum Contract payment shall be full compensation for all costs incurred by the
Contractor in performing the Contract Work defined in Section 1-10, except for costs
compensated by Bid Proposal items inserted through Contract Provisions as described in
Section 1-10.4(3).
SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP
April 7, 2008
2-01.3(1) Clearing
Item 3 .is deleted.
The first sentence in Item 4. is revised to read:
Follow these requirements for all stumps that will be burred deeper than 5-feet from the top,
side, or end surface of the embankment or any structure:
2-01.3(2) Grubbing
Item 2. e, is revised to read:
Upon which embankments will be placed except stumps may be close-cut or trimmed as
allowed in Section 2-01.3(1) item 4.
SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
April 7, 2008
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
The first sentence in 3. is supplemented with the following:
For removal of bituminous pavement, asphalt planing equipment may be used in lieu of
sawcutting provided that a clean vertical edge remains.
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
January 7, 2008
2-03.1 Description
The first sentence in the first paragraph is revised to read'
The Work described in this section, regardless of the nature or type of the materrals
encountered, includes excavating and grading the Roadway, excavating in borrow pits,
excavating below grade, excavating channels and ditches, removing slide material, and
disposing of all excavated material.
2-03.3(3) Excavation Below Grade
The section title is revised to read:
2-03.3(3) Excavation Below Subgrade
The first sentence in the fifth paragraph is revised to read.
Compaction. If the density of the natural earth under any area of the Roadway is less
than that required in Section 2-03.3(14)C, Method B, the Engineer may order the
Contractor to perform any or all of the following:
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2-03.3(14)M Excavation of Channels
This section including title is revised to read:
2-03.3(14)M Excavation of Channels and Ditches
Channel Excavation: Open excavations a-feet or more wide at the bottom, but excludes
channels that are part of the Roadway.
Ditch Excavation. Open excavations less than a-feet wide at the bottom, but excludes ditches
that are part of the Roadway.
Before excavating channels or ditches, the Contractor shall clear and grub the area in
accordance with Section 2-01.
2-03.4 Measurement
The first sentence in the first paragraph is revised to read:
Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation,
and common borrow items will be measured by the cubic yard.
The fourth sentence in the first paragraph is revised to read:
For Roadway excavation, channel excavation and ditch excavation items, the onginal ground
will be compared with the planned finished section shown in the Plans.
2-03.5 Payment
The first paragraph is supplemented with the following:
"Channel Excavation", per cubic yard.
"Channel Excavation Incl. Haul", per cubic yard.
"Ditch Excavation", per cubic yard.
"Ditch Excavation Incl. Haul", per cubic yard.
The first sentence in the second paragraph is revised to read.
The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl.
Haul", "Roadway Excavation - Area _", "Roadway Excavation Incl. Haul - Area _",
"Channel Excavation", "Channel Excavation Incl Haul", "Ditch Excavation" and "Ditch
Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading,
placing, or otherwise disposing of the material.
The second paragraph is supplemented with the following
When a bid item is not included in the proposal for channel excavation or ditch excavation all
costs shall be included in roadway excavation.
The third paragraph IS revised to read:
When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall
apply, unless the Work differs materially from the excavation above Subgrade, then payment
will be in accordance with Section 1-04.4.
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 5-04, HOT MIX ASPHALT
August 4, 2008
5-04.3(9) Spreading and Finishing
The nominal compacted depth for HMA Class 3// and HMA Class 1/2" listed under the first
paragraph is revised to read:
HMA Class 3// and HMA Class 1/2"
wearing course
other courses
0.30-feet
0.35-feet
5-04.3(12)8 Longitudinal Joints
The first two paragraphs are revised to read:
The longitudinal joint in any 1 course shall be offset from the course immediately below by not
more than 6-inches nor less than 2-inches. All longitudinal joints constructed in the wearing
course shall be located at a lane line or an edge line of the Traveled Way.
On one-lane ramps a longitudinal joint may be constructed at the center of the traffic lane,
subject to approval by the Project Engineer, if:
1. The ramp must remain open to traffic, or
2. The ramp is closed to traffic and a hot-lap joint is constructed.
a. If a hot-lap joint is allowed at the center of the traffic lane, 2 paving machines
shall be used; a minimum compacted density in accordance with Section 5-
04.3(10)8 shall be achieved throughout the traffic lane, and construction
equipment other than rollers shall not operate on any uncompacted mix.
The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan
A40.10-00."
5-04.3(21) Asphalt 8inder Revision
This section is revised to read:
When the Contracting Agency provides a source of aggregate, the expected percentage
content of asphalt binder in the resulting mix will be identified in the Contract documents.
Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt
produced with Agency-provided aggregate vary by more than plus or minus 0.3-percent from
the amount shown in the Contract documents, an adjustment In payment will be made The
adjustment in payment (plus or minus) will be based on the inVOice unit cost, including
shipping cost, without any markups. The quantity subject to an adjustment shall be the
difference between the JMF asphalt binder percentage and the contract document asphalt
binder percentage except that the first 0.3% of this difference shall not apply. No adjustment
will be made when the Contractor elects not to use a Contracting Agency-provided source, or
when no source is made available by the Contracting Agency.
SECTION 6-02, CONCRETE STRUCTURES
August 4, 2008
6-02.3(2)8 Commercial Concrete
The second paragraph is revised to read'
Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging
culverts, concrete pipe collars, pipe anchors, monument cases, light standard foundations,
pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings,
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial
concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious
material content of 564-pounds per cubic yard of concrete, shall be air entrained, and the
tolerances of Section 6-02.3(5)C shall apply. Commercial concrete shall not be used for Items
such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast
arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve the use of
commercial concrete for other applications not listed above.
6-02.3(10) Roadway Slabs and Bridge Approach Slabs
This section's content is deleted. The sectIon headmg is revised to read:
6-02.3(10) Bridge Decks and Bridge Approach Slabs
This section is supplemented with the following new sub-sections:
6-02.3(10)A Preconstruction Meeting
A pre-concreting conference shall be held 5 to 10-working days before placIng concrete to
discuss construction procedures, personnel, and equipment to be used. Those attending shall
include:
1. (representing the Contractor) The superintendent and all foremen in charge of
placing the concrete, finishing it; and
2. (representing the State) The Project Engineer, key inspection assistants, and the
State Construction Office.
If the project includes more than 1 deck or slab, and if the Contractor's key personnel change
between concreting operations, or at request of the Engineer, an additional conference shall
be held just before each deck or slab is placed.
The Contractor shall not place bridge decks until the Engineer agrees that:
1. Concrete producmg and placement rates will be high enough to meet placing and
finishing deadlines;
2. Finishers with enough experience have been employed;
3 Adequate finishing tools and equipment are at the site, and
4. Curing procedures consistent with the Specification requirements are employed.
6-02.3(10)B Screed Rail Supports
The Contractor shall place screed rails outside the finishing area. When screed rails cannot
be placed outside the finishing area as determined by the Engineer, they shall rest on
adjustable supports that can be removed with the least possible disturbance to the screeded
concrete. The supports shall rest on structural members or on forms rigid enough to resist
deflection. Supports shall be removable to at least 2-inches below the finished surface. For
staged constructed bridge decks, the finishing machine screed rails shall not be supported on
the completed portion of deck and shall deflect with the portion of structure under construction.
Screed rails (with their supports) shall be strong enough and stiff enough to permit the
finishing machine to operate effectively on them. All screed rails shall be placed and secured
for the full length of the deck/slab before the concreting begins. If the Engineer approves in
advance, the Contractor may move rails ahead onto previously set supports while concreting
progresses. But such movable rails and their supports shall not change the set elevation of the
screed.
PW 407_04 Part04.doc [ReVised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
On steel truss and girder spans, screed ..rails and bulkheads may be placed directly on
transverse steel floorbeams, with the stnke-board moving at right angles to the centerline of
the Roadway.
6-02.3(10}C Finishing Equipment
The finishing machine shall, be self-propelled and be capable of forward and reverse
movement under positive control. The finishing machine shall be equipped with a rotating
cylindrical single or double drum screed not exceeding 60-inches in length. The finishing
machine shall have the necessary adjustments to produce the required cross-section, line,
and grade. Provisions shall be made for the raising and lowering of all screeds under positive
control. The upper vertical limit of screed travel shall permit the screed to clear the finished
concrete surface.
For bridge deck widening of 20-feet or less, and for bridge approach slabs, or where jobsite
conditions do not allow the use of conventional configuration finishing machines described
above, the Contractor may propose the use of a hand operated motorized power screed such
as a "Texas" or "Bunyan" screed. This screed shall be capable of finishing the bridge deck and
bridge approach slab to the same standards as the finishing machine. The Contractor shall not
begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's
approval of this screed and the placing procedures.
On bridge decks the Contractor may use hand-operated strike-boards only when the Engineer
approves for special conditions where self propelled or motorized hand operated screeds
cannot be employed. These boards shall be sturdy and able to strike off the full placement
width without intermediate supports. Strike-boards, screed rails, and any specially made
auxiliary equipment shall receive the Engineer's approval before use. All finishing
requirements in these Specifications apply to hand-operated finishing equipment.
6-02.3(10}D Concrete Placement, Finishing, and Texturing
Before any concrete is placed, the finishing machine shall be operated over the entire length
of the deck/slab to check screed deflection. Concrete placement may begin only if the
Engineer approves after this test.
Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all
falsework and wedges to minimize settlement and deflection from the added mass of the
concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the
Engineer can readily measure settlement and deflection.
The Contractor shall schedule the concrete placement so that it can be completely finished
during daylight. After dark finishing is permitted if the Engineer approves and if the Contractor
provides adequate lighting.
The placement operation shall cover the full width of the Roadway or the full width between
construction joints. The Contractor shall locate any construction joint over a beam or web that
can support the deck/slab on either side of the joint. The joint shall not occur over a pier
unless the Plans permit. Each jOint shall be formed vertically and in true alignment. The
Contractor shall not release falsework or wedges supporting pours on either side of a joint until
each side has aged as these Specifications require.
Placement of concrete for bridge decks and bndge approach slabs shall comply with Section
6-02.3(6). The Engineer shall approve the placement method. In plaCing the concrete, the
Contractor shall:
1. Place it (without segregation) against concrete placed earlier, as near as possible to
its final position, approximately to grade, and in shallow, closely spaced piles;
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. Consolidate it around reinforcing steel by using vibrators before strike-off by the
finishing machine;
3. Not use vibrators to move concrete,
4. Not revibrate any concrete surface areas where workers have stopped prior to
screeding;
5 Remove any concrete splashed onto reinforcing steel in adjacent segments before
concreting them;
6. Tamp and strike off the concrete with a template or strike board moving slowly
forward at an even speed;
7. Maintain a slight excess of concrete in front of the cutting edge across the entire
width of the placement operation;
8. Make enough passes with the strike-board (without overfinishing and bringing
excessive amounts of mortar to the surface) to create a surface that is true and ready
for final finish; and
9. Leave a thin, even film of mortar on the concrete surface after the last pass of the
strike-board.
Workers shall complete all post screeding operations without walking on the concrete. This
may require work bridges spanning the full width of the slab.
After removing the screed supports, the Contractor shall fill the voids with concrete (not
mortar).
If necessary, as determined by the Engineer, the Contractor shall float the surface left by the
finishing machine to remove roughness, minor irregularities, and seal the surface of the
concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to a
minimum number of passes so air bubbles in the concrete are not released. The floats shall
be at least 4-feet long. Each transverse pass of the float shall overlap the previous pass by at
least half the length of the float. The first floating shall be at right angles to the strike-off. The
second floating shall be at right angles to the centerline of the span. A smooth nding surface
shall be maintained across construction joints.
Expansion joints shall be finished with a l/2-inch radius edger.
After floating, but while the concrete remains plastic, the Contractor shall test the entire
deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be
done with a 1 Q-foot straightedge held on the surface. The straightedge shall be advanced in
successive positions parallel to the centerline, moving not more than 1/2 the length of the
straightedge each time it advances. This procedure shall be repeated with the straightedge
held perpendicular to the centerline An acceptable surface shall be one free from deviations
of more than lis-inch under the 1 Q-foot straightedge.
If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike
off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and
refinishing shall continue until an acceptable, deviation free surface is produced. The
hardened concrete shall meet all smoothness requirements of these Specifications even
though the tests require corrective Work
PW 407_04 Part04.doc [ReVised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall texture the bridge deck and bridge approach slab by combing the final
surface perpendicular to the centerline. Made of a single row of metal tines, the comb shall
leave striations in the fresh concrete approximately 3/winch deep by 1/a-inch wide and spaced
approximately 1/rinch apart. The Engineer will decide actual depths at the site. (If the comb
has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating
it on a test section.)
Tbe Contractor may operate the combs manually or mechanically, either singly or with several
placed end to end. The timing and method used shall produce the required texture without
displacing larger particles of aggregate. Texturing shall end 2-feet from curb lines. ThiS 2-foot
untextured strip shall be hand finished with a steel trowel.
If the Plans call for an overlay (to be constructed under the same Contract), such as hot mix
asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the
final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the
deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width.
Approximately 3-feet of the drag shall contact the surface, with the least possible bow in its
leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to
produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted
clear of the slab.
After the deck/slab has cured, the surface shall not vary more than 1/a-inch under a 10-foot
straightedge placed parallel and perpendicular to the centerline.
The Contractor shall cut high spots down with a diamond faced, saw-type cutting machine.
This machine shall cut through mortar and aggregate without breaking or dislodging the
aggregate or causing spalls.
Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than
the required 28-day strength of the deck/slab. The method of build-up shall be submitted to the
Engineer for approval.
The surface texture on any area cut down or built up shall match closely that of the
surrounding bridge deck or bridge approach slab area. The entire bridge deck and bridge
approach slab shall provide a smooth riding surface.
6-02.3(10)E Sidewalk
Concrete for sidewalk shall be well compacted, struck off with a strike-board, and floated With
a wooden float to achieve a surface that does not vary more than X-inch under a 10-foot
straightedge. An edging tool shall be used to finish all sidewalk edges and expansion joints
The final surface shall have a granular texture that will not turn slick when wet.
6-02.3(10)F Bridge Approach Slab Orientation and Anchors
Bridge approach slabs shall be constructed full bndge deck width from outside usable
Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge
approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at
the bridge ends if the grate inlets are required.
Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor rods,
couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall conform to ASTM
A 36. All metal parts shall receive 1 coat of formula A-11-99 paint meeting the requirements of
Section 9-08.2. The pipe shall be any non-perforated PE or PVC pipe of the diameter
specified in the Plans. Polystyrene shall conform to Section 9-04.6. The anchors shall be
installed parallel both to profile grade and center line of Roadway. The Contractor shall secure
the anchors to ensure that they will not be misaligned during concrete placement. For Method
B anchors installations, the epoxy bonding agent used to install the anchors shall be Type IV
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
conforming to Section 9-26.1. The compression seal shall be as noted in the Contract
documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the
requirements of the Standard Plans and Section 5-05.3(10).
After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge approach
slabs may be opened to traffic when a minimum compressive strength of 2,500 psi is
achieved.
6-02.3(17)N Removal of Falsework and Forms
The fifth paragraph, begmning with "The Contractor may remove side forms, traffic barrier form,
and pedestrian barrier forms" etc, is deleted.
6-02.3(17)0 Early Concrete Test Cylinder Breaks
The third paragraph is revised to read:
The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23.
6-02.3(20) Grout for Anchor Bolts and Bndge Bearings
The title for this Section (on page 6-71) is revised to read:
6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
6-02.3(25)L Handling and Storage
The fifth sentence in the third paragraph is deleted.
SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
April 7, 2008
8-01.3(1) General
The ninth paragraph is revised to read:
If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
continue to control erosion, pollution, and runoff during the shutdown.
8-01.3(1)C Water Management
Item 2. "Process Water" is supplemented with the following new first paragraph:
High pH process water or wastewater (non-stormwater) that is generated on-site, including
water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities,
shall not be discharged to waters of the state. Water may be infiltrated upon the approval of
the Engineer Off-site disposal of concrete process water shall be in accordance with
Standard Specification 5-01.3(11).
8-01.3(6)0 Wattle Check Dam
The reference to Section 8-01.3(10) IS revised to Section 9-14.5(5).
8-01.3(12) Compost Sock
The last paragraph is deleted.
8-01.3(13) Temporary Curb
The first paragraph is revised to read:
Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or
geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer.
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
April 7, 2008
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 U.S. Composting Council
Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B,
"Sample Sieving for Aggregate Size Classification".
Fine Compost shall meet the following:
Min. Max.
Percent passing 2" 100%
Percent passing 1" 95% 1 00%
Percent passing 5/8" 90% 1 00%
Percent passing X" 75% 1 00%
Maximum particle length of 6 inches
Coarse Compost shall meet the following:
Min. Max.
Percent passing 3" 1 00%
Percent passing 1" 90% 1 00%
Percent passing %" 70% 1 00%
Percent passing X" 40% 60%
Maximum particle length of 6 inches
2. The pH shall be between 6.0 and 8.5 when tested In accordance with U.S.
Composting Council 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 U.S. Composting Council TMECC
03.08-A "Classification of Inerts by Sieve Size".
4. Minimum organic matter shall be 40 percent by dry weight basis as determined by
U.S. Compostlng Council TMECC 05 07A "Loss-On-Ignition Organic Matter Method
(LOI)" .
5. Soluble salt contents shall be less than 4.0 mmhoslcm when tested in accordance
with U.S. Composting Council TMECC 04.10 "Electrical Conductivity".
6. Maturity shall be greater than 80% in accordance with U.S. Composting Council
TMECC 05.05-A, "Germination and Root Elongation".
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7. Stability shall be 7 mg CO2-C/g OM/day or below in accordance with U.S.
Composting Council TMECC 05.08-8 "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 of 35 percent by volume of "Type 2 Feedstocks," source-separated food
waste, and/or biosolids may be substituted for recycled plant waste. The
manufacturer shall provide a list of feedstock sources by percentage In the final
compost product.
9. The Engineer may also evaluate compost for maturity using U.S Composting
Council TMECC 05.08-E "Solvita@ Maturity Index". 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.
This section is supplemented with the following new sub-sections:
9-14.4(8}A Compost Approval
The Contractor shall either select a compost manufacturer 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 manufacturer by the
Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
Standards for Solid Waste Handling).
3. The manufacturer 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 Seal of Testing Assurance (STA) Program
certified laboratory shall perform the analysis.
4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by
the U.S. Composting Council.
9-14.4(8}B Compost Acceptance
Seven days prior to initial application of any compost the Contractor shall submit a compost
sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume
for each compost type to the Engineer for review.
The Contractor shall use only compost that has been tested within 90 calendar days of
application and meets the requirements in section 9-14.4(8). 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
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PW 407_04 Part04 doc [Revised March 2008]
Attachment G
Project Plans
I
I~
~
~
J
I~
I
I
I
I
I
I G
I.
.
Ii
I
I
I
I
I 101
I
I
I PORT ANGELES
SCALE 1"=2000'
ROOK DRIVE SIDEWALKS
PROJECT No. 08-01
VICINITY MAP
SHEET INDEX
SHEET
TITLE
TITLE SHEET
PAGE
T-l
1
NOTES & DETAILS
EllIZH~!lll
2
C-l
PORT ANGElES HARBOR
CONSTRUCTION PLAN
& DETAILS
3
C-2
CONSTRUCTION PLAN
& DETAILS
C-3
4
CROSS SECTIONS
5
C-4
GENERAL NOTES
1. ALL WORKMANSHIP AND MATERIAlS SHALL BE IN ACCORDANCE WITH THE CrTY OF PORT ANGELES STANDARDS, THE
CURRENT EDmON OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSOOT) STANDARD SPECIFlCATIONS FOR
ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION (STANDARD SPECIFlCATIONS), AND ANY PROJECT SPECIFlC SPECIAL
PROVISIONS OR CONDmONS AND REQUIREMENTS.
2 TEMPORARY EROSION/WATER POLLUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH CHAPTER 6 OF THE CIlYS
URBAN SERVICES STANDARDS AND GUIDEUNES AND THE CURRENT EDmON OF THE WASHINGTON STATE DEPARTMENT OF
TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION
3 EXISTING AND NEWLY CONSTRUCTED STORlA WATER DRAINAGE SYSTEMS SHALL BE PROTECTED FROM CONSTRUCTION
SITE RUNOFF
4 A PRECONSTRUCTION MEETING SHALL BE HELD WITH THE CrTY PRIOR TO THE START OF CONSTRUCTION.
5 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOrnD BY THE CrTY SHALL BE USED, UNLESS APPROVED
OTHERWISE.
6 ALL APPROVALS AND PERMITS REQUIRED BY THE CrTY SHALL BE OBTAINED BY THE CONTRACTOR PRIOR TD THE START
OF CONSTRUCTIDN, UNLESS OTHERWISE APPROVED BY THE CrTY ENGINEER
7 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTILITIES.
THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CAWNG UNDERGROUND LOCATE AT
1-600-424-5555 A MINIMUM OF 4B HOURS PRIOR TO ANY EXCAVATION WORK
6 IF THE CURRENT WSDOT STANDARD "K" PLANS ARE NOT UTIUZED. THE CONTRACTOR SHALL PROVIDE A TRAFFlC
CONTROL PLAN(S) FOR REVIEW AND APPROVAL BY THE CrTY ENGINEER IN ACCORDANCE WITH THE MANUAL ON UNIFORM
TRAIFFlC CONTROL DEVICES (MUTCD)
9 THE CONTRACTOR SHALL HAVE A COPY or THE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TIMES
10. SPECIAL STRUCTURES SHALL BE INSTALLED PER PLANS AND MANUFACTURERS' RECOMMENDATIONS.
11 ALL DISTURBED AREAS SHALL RECEIVE TEMPORARY AND PERMANENT EROSION CONTROL IN THE FORM OF VEGETATION
ESTABUSHMENT SUCH AS GRASS SEEDING A MEANS SHALL BE ESTABUSHED TO PROTECT THE PERMANENT STORM DRAIN
SYSTIEM PRIOR TO ESTABUSHMENT OF THE PERMANENT EROSION CONTROL MEASURES THESE METHODS SHALL BE
INCLUOED IN THE EROSION ANO SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 THE CrTY OF PORT ANGELES
URBAN SERVICES STANOAROS AND GUIDEUNES
12. CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 A.M. TO lOP M PRIOR WRITTEN APPROVAL OF THE CrTY
ENGINEER SHALL BE REQUIRED FOR WORK BETWEEN lOP M AND 7 A.M
-.J
13. THE CrTY CONSTRUCTION INSPECTOR SHALL BE NOTIFlED A MINIMUM OF 24 HOURS IN ADVANCE OF THE NEED FOR -.J
AN~ ~
14 TRAIFFlC AND STREET SIGN SLEEVES TO BE PROVIDED BY THE CrTY PRIOR TO POURING CONCRETE. CONTRACTOR
TO CONFlRM SLEEVE LOCATIONS, IF ANY, WITH CITY INSPECTOR
15 PER THE PROVISIONS OF THE CURRENT WSOOT STANDARD SPECIFlCATIONS RELATED TO PUBUC CONVENIENCE AND
SAFETY, THE CONTRACTOR SHALL MAINTAIN READY ACCESS TO DRIVEWAYS, HOUSES, AND BUILDINGS ALONG THE UNE OF
WORK
16 SHOULD ACCESS TO A PROPERTY ADJOINING THE PROJECT REQUIRE TEMPORARY CLOSURE ANTICIPATED TO HAVE A
DURATION EXCEEDING 15 MINUTES, THE CONTRACTOR SHALL COORDINATE THE TEMPORARY CLOSURE WITH THE PROPERTY
OWNER/RESIDENT A MINIMUM OF 24 HOURS ADVANCE NOTIFlCATION SHALL BE PROVIDED TO THE PROPERTY
OWNER/RESIDENT PRIOR TO ANY SUCH TEMPORARY CLOSURE
0"
I
,"
T-1
2"
I
TWO INCHES AT FULL SCALE
IF NOT SCALE ACCORDINGLY
..
,.
..
~
'"
~
..
f.....
kJ
~~
li)o
l..J
i=:::!
f::::: ]-
..
z
:i/"
>z
~.I
a;-
..~~
~[,lf;l
~>J:
i!l!l
i!li!l
~~
....
00
'"
[;l
~
~~~ '"
~e;; ~
<:zlil":~
U) ~~~ ~ rL
; f..... 5 I:'
u gs "':;; '" ~
ill" 15'" on ~
~..... ill ~ ~ ...
1,.....;!; i ~
C5 ~: ...
)...IN ~
f..... "''''
c::3
~
I
GENERAL NOTES'
I
ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES
STANDARDS AND GUIDELINES (A COPY OF WHICH IS AVAILABLE ON THE CITY'S WEBS/TE OR THE
PUBLIC WORKS AND UTILITIES DEPARTMENT S ENGINEERING SERVICES DIVISION) THE LA TEST
WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD BRIDGE AND MUNICIPAL
CONSTRUCTION AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS CONDITIONS AND
REQUIREMENTS
HORIZONTAL AND VERTICAL CDNTROLS/DA TUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS
OTHERWISE APPROVED IN WR1T1NG
THE CONTRACTOR SHALL GIVE THE CITY A T LEAST 48 HOURS NOTICE FOR REQUIRED INSPECTION
OF CONSTRUCTION AND ALL CONCRETE POURS
THE CONTRACTOR SHALL BE FULL Y RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL
EXISTING STREET SIGNS, LIGHTS, UTILITIES CONTROL WIRING AND OTHER APPURTENANCES
5 THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED TRENCH SHORING IF SHORING IS NOT
ADEQUA TE THE CITY CREWS WILL NOT ENTER THE TRENCH AND THE CONTRACTOR WILL BE
RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS
ALL TRENCH EXCA VA TION BEDDING AND BACKFILL SHALL BE ACCOMPLISHED IN ACCORDANCE WITH
WSOOT SECTION 7-013, OTHER APPLICABLE SPECIFICA TIONS, AND AS CONTAINED HEREIN
A CLEARING AND GRUBBING, WHERE REQUIRED SHALL BE PERFORMED WITHIN THE EASEMENT
DR PUBLIC RIGHT OF WA Y AS PERMITTED BY THE CITY ANDIOR GOVERNING AGENCY DEBRIS
RESUL TING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED OF BY THE
CONTRACTOR IN ACCORDANCE WITH 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 MA TERIALS 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
13 THE TRENCH SHALL BE KEPT FREE FROM WA TER UNTIL JOINTING IS COMPLETE SURFACE
WA TER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL
MAINTAIN SUFFICIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THA T THESE PROVISIONS
ARE CARRIED OUT
C TRENCHING AND SHORING OPERA TIONS SHALL NOT PROCEED MORE THAN 100 FEET IN
ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER
o BACKFILLING WITH NA TIVE MA TERIALS EXCAVA TED FROM THE TRENCHES MA Y ONL Y OCCUR
WITH THE PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER IF THE EXCAVA TED TRENCH
MA TERIAL IS DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE
CONTRACTOR MA Y USE THE MA TERIAL TO THE BOTTOM OF SUBGRADE ALL TRENCH BACKFILL
MATERIALS SHALL BE COMPACTED TO 95 PERCENT DENSITY
E IN PAVED AREAS WITHIN THE PUBLIC RIGHT-OF-WAY THE CONTRACTOR SHALL USE
CONTROLLED DENSITY BACKFILL PER CITY STANDARD DETAIL UNLESS ANOTHER AL TERNA TIVE
METHOD IS SPECIFIED HEREIN, OR APPROVED BY THE CITY ENGINEER AL TERNA TIVE
MATERIALS MA Y ONL Y BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER
ALL OTHER TRENCHING SHALL BE BACKFILLED WITH CRUSHED SURFACING OR OTHER
MA TERIALS CONFORMING TO WSDOT SPECIFICA TIONS
ALL ASPHAL T TRENCH AND PA VEMENT JOINTS SHALL BE SA WCUT THE CUTS SHALL BE A MINIMUM
OF ONE FOOT OUTSIDE THE EXCAVATED TRENCH WIDTH
TEMPORARY RESTORATION OF TRENCHES AND STREET PA TCHING SHALL BE ACCOMPLISHED BY
USING 2" MINIMUM DEPTH HMA, CLASS W PG 64-22 WHEN AVAILABLE MEDIUM-CURING (MC-250)
LIQUID ASPHAL T (LD MIX) ASPHALT TREA TED BASE (A TB) OR TRAFFIC BEARING THICKNESS STEEL
PLA TES WHEN UTILIZED, STEEL PLA TES SHALL BE SHIMMED AS NECESSARY AND SECURED WITH
HOT OR COLD MIX ASPHAL T CONCRETE A WEDGE OF HOT OR COLD MIX ASPHAL T SHALL BE
CONSTRUCTED AT 12H IV ADJOING ALL PLATE EDGES TO BE CROSSED BY TRAFFIC
A T8 USED FOR TEMPORARY RESTORA TION MAY BE PLACED DIRECn Y INTO THE TRENCH OR PA TCH
AREA, BLADED AND ROLLED AFTER ROLLING, THE TRENCH MUST BEFILLED FLUSH WITH THE
EXISTING PA VEMENT TO PROVIDE A SMOOTH RIDING SURFACE
10 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE
PERMANENT PA TCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PA TCH FOR ANY
REASON, THE CITY WILL PA TCH 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 PA TCHING MEASURES STA TED ABOVE
12 TACK COATSHALL BE APPLIED TO EXISTING PAVEMENT AND EDGE OF THE CUT AND AT COLD
JOINTS PRIOR TO PA VING SPECIFIED IN WSDOT SPECIFICA TION 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 APPLICABLE REQUIREMENTS OF WSDOT SPECIFICA TIONS OF SECTION 5-04,
EXCEPT THA T LONGITUDINAL JOINTS BETWEEN SUCCESSIVE LAYERS OF HMA SHALL BE DISPLACED
LA TERALL Y A MINIMUM OF 12 INCHES HMA OVER 3 INCHES THICK SHALL BE PLACED IN EQUAL
LIFTS NOT TO EXCEED 3 INCHES EACH
14 PA TCHES ON ALL STREET SURFACES WALKS OR DR/vEWA YS, SHALL BE FEA THERED AND SHIMMED
TO AN EXTENT THA T PROVIDES A SMOOTH RIDING CONNECTION AND EXPEDITJOUS DRAINAGE FLOW
FOR THE NEWL Y PAVED SURFACE SHIMMING AND FEA THERING AS REOUIRED BY THE CITY
ENGINEER SHALL BE ACCOMPLISHED BE RAKING OUT THE OVERSIZED AGGREGA TES FROM THE
ASPHAL T CONCRETE MIX AS APPROPRIA TE
15 SURFACE SMOOTHNESS SHALL BE PER WSDOT SPECIFICATION SECTION 5-04 3(13) UNACCEPTABLE
PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH
16 WHEN TRENCHING WITHIN THE ROADWA Y SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO
ITS ORIGINAL OR BETTER COND1T10N
17 THE FINAL PA TCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHALL BE COMPLETED WITHIN
30 DAYS AFTER FIRST OPENING THE TRENCH THIS TIME FRAME MA Y BE ADJUSTED IF DELA YS ARE
DUE TO INCLEMENT PA VING WEA THER OR OTHER ADVERSE COND1T10NS THA T MA Y EXIST
HOWEVER DELAYING OF THE FINAL PA TCH OR OVERLAY WORK IS ALLOWABLE ONL Y SUBJECT TO
THE CITY ENGINEER S APPROVAL THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE
THE WORK WITHIN THE 30 DA Y 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 FULL Y RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL
EXISTING UTIL1T1ES THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCA TIONS PRIOR TO
CONSTRUCTION BY CALLING THE UNDERGROUND UTILITY LOCA TION CENTER A T 1-1300-424-5555 A
MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVA TION THE CONTRACTOR WILL ALSO BE
RESPONSIBLE FOR MAINTAINING ALL LOCA TE MARKS ONCE THE UTILITIES HA VE BEEN LOCA TED
.
I~
I
I
I
I
I
I
I
w
Ii
-I
I
I
I
I
I
I
I
SANITARY AND STORM SEWER NOTES
THE CITY SHALL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A DIVERSION OF FLOWS IN
THE WASTEWA TER SYSTEM NO DISRUPT/ON OF SEWER SERVICE WILL BE ALLOWED
TRENCHING AND SHORING OPERA TIONS 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 WITH WASHINGTON INDUSTRIAL SAFETY AND HEAL TH ADMINISTRA TlON (WISHA)
AND THE FEDERAL OFFICE OF SAFETY AND 1-'EAL TH ADMINISTRA TlON (OSHA) STANDARDS
ALL SEWER MAINS SHALL BE HIGH VELOCITY C, EANED AND PRESSURE TESTED PRIOR TO PAVING
THE STREETS IN CONFORMANCE WITH THE WSDOT SPECIFlCA TlONS A T THE CONTRACTOR'S
EXPENSE HYDRANT FLUSHING OF LINES IS NOT AN ACCEPT4BLE CLEANING METHOD AN AIR TEST
OF ALL THE LINES IS THE MINIMUM TESTING REQUIRED TESTING OF THE MAIN MA Y INCWDE VIDEO
INSPECTION BYTHE CITY TESTING SHALL TAKE PLACE AFTER ALL UNDERGROUND UTILlTlE5 ARE
INSTALLED AND COMPACTION OF THE ROADWA Y SUBGRADE IS COMPLETED
PRIOR TO BACKFILLING, ALL SEWER LINES AND APPURTENANCES SHALL BE INSPECTED AND
APPROVED BY THE CITY S INSPECTOR APPROVAL SHALL NOT RELIEVE THE CONTRACTOR FOR
CORRECTION OF ANY DEFICIENCIES AND/OR FAIWRE AS DETERMINED BY SUBSEQUENT 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
ACCOMPLISHED BY POURING A CONCRETE BASE AND SETTING MANHOLE SECTIONS THE EXISTING
PIPE SHALL DNL Y 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 WITH THE MANHOLE STEPS
MANHOLE FRAMES AND COVERS SHALL BE CAST RON MARKEO "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 POL YPROPYLENE CONFORMING TO ASTM 0-4101,
INJECTION MOLDED AROUND A ~ INCH ASTM A-615 GRADE STEEL REINFORCING BAR WITH ANTI-SLIP
TREAD STEPS SHALL PROJECT UNIFORML Y FROM THE INSIDE WALL OF THE MANHOLE STEPS
SHALL BE INSTALLED TO FORM A CONTINUOUS VERTICAL LADDER WITH RUNGS EQUALL Y SPACED
ON 12 INCH CENTERS AND INSTALLED PER WSDOT STANDARD PLAN 13-24
MINIMUM SLOPE THROUGH THE MANHOLE SHALL BE 1I10TH OF ONE FOOT FROM THE INVERT IN TO
THE INVERT OUT ALL MANHOLES SHALL BE CHANNELED
10 A MANDREL TEST IN ACCORDANCE WITH WSDOT SECTION 7-17 3(2)G MA Y BE REQUIRED BY THE
CITY ENGINEER ON SEWERS EXCEPT LA TERALS
11 THE CONTRACTOR SHALL INSPECT SEWER SERVICE LINES FOR BLOCKAGE OR DAMAGE AND
REPLACE ACCORDINGL Y UP TO THE RIGHT OF WAY LIMITS
12 WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN, THE CONTRACTOR SHALL VERIFY
THA T THERE IS AN 18 INCH SEPARA TION 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
ADJUSTING RING
OIL SEPARA TOR TEE
rO.1'
8" PVC
Li? T,;~~I CATCH BASIN DETAIL
@ 1. CATCH BASIN BASE TO BE SET LEVEL.
GRA TE FRAME TO MA TCH TRANSVERSE SLOPE
OF ROADWA Y.
2. BACKFILL AROUND STRUCTURE SHALL BE
CONTROLLED DENSITY FILL.
LEGEND
M
o
C><l
-y-
o
o
OJ
@
o
NOT TO SCALE
9
CO BACKRLL SPEC/RCA TrONS
2SDO l.8S. OF a~ #I. A~7E
800 UlS. OF STANDARD CfIrICRCTE S4M)
64 l.BS. OF PfR7LAND CDIENT
APPROX. '4 a4L OF' WATER
THE' AJJOLINT or JI4 TER /$ A (RI11CAL FACTOR
1() SE7 IJP lIE AM) SHDIJlJ) /IC ADDED AT
1//Csm:
-w -w -w -
TRENC~DET AIL
- UGP- UGP- UGP-
NOT TO SCALE
-ss-ss-ss-
NOTES
-SD-SD-SD-
I ACP PATCH SHALt Be RtX.J.ED AND NOT ~1ED.
Z. ro BE USED Fl'JR AU. PA~ S7RCE1S AND ALI.E'tS BACKT1U LOCATION 1t) ,"-0- 8DIHJ aJRB OR EDGE
OF' PA~ tINLESS OTHERIIISE APP'ROiofD IN ADVANCe BY Q1Y ENG1M:ER.
..1 WHERE CONalETE PA~ JOINT IS lESS THAN 4"-0- FRC>>I SAIIf%JT, THE PA'lEJENT SHALL 8C RDIO~
10 1HA 7 JOWT.
-T -T
~ 7E1tI1'ORARY PATr::HING M1H A.SfIHALT OR PlACEJIENT' OF srm Pt.A7ES IS RCOI.IIRt:D WHEN TRAFF1C IHU 0i'CtS:S'
CDr FOR MORE THAN;<I HOURS Iff1HotJT PCRJIANOIT RCS'TORAT1ON. S1ED. PLATES SHALL HA~ caD PATDt
N(Z)GfS ON 1RAFF1C EDGES.
EXISTING LUMINAIRE
EXISTING WATER METER
EXISTING WATER VALVE
EXISTING HYDRANT
EXISTING POWER HANDHOLE
EXISTING POWER PEDESTAL
EXISTING TELEPHONE PEDESTAL
EXISTING CABLE lV PEDESTAL
EXISTING SANITARY SEWER MANHOLE
EXISTING MAILBOX
CENTERUNE MONUMENT
EXISTING WATER UNE
EXISTING UNDERGROUND POWER
EXISTING SANITARY SEWER UNE
EXISTING STORM DRAIN UNE
EXISTING UNDERGROUND
TELECOMMUNICATIONS
0" ,"
I
1WO INCHES AT FUll SCALE
IF NOT SCALE ACCORDINGlY
C-1
>-
..
~
i:i
..
~
t-.:::
CJ
<:
~~
f:::::'"
<.J
~
~< j
c:s;<<
<.J>zz
~~~
;;;~~
~~f;l
~>:I:
.,.,
00
88
.,..
~~
"''''
,~ ~ It)
''-!.....It)
S~~
CJ~i
~~~
Clo I., '*"
'*""'-11
Cl:::(:)
:j6:(:)
G~~
Cl::l.....
~
~~~ ~
~ ~~ ill_
<;.. z.. . t
en"'l:~d.l
Sh.l; ~!
tJ~<i!;;;o ~
ill'l 15'" <Ii ~
2.~"'as~~1U
I L,...,qP
c:s~:..."
)... ~ N ~
h. en"
c::s
e
t2
G ~o.l:ilN
(j":: ~
N <:h,,:::
l:1 "l: ~ ~ ~ !
ih.s ~!
u gs..c ., ~
al" ffiw ui~
I" 2" ::>....... ill!!' ~ o.l
.. co ~ (Ii
I ~~~:u:
1WO INCHES AT FUll SCAlE f w ~
IF NIJT SCAlE ACCORDINGlY i:: ~ l'i ..
G
C-2 @D
I
I
I
12 "7 ~ ADDRESS, TYP.
OJ INSTALL TYPE 2 MAILBOX
SUPPORT PER WSDOT STANDARD
PLAN H-12a
INSTALL TYPE 1 CB
W\BI-DIRECTIONAL GRATE PER
WSDOT STANDARD PLAN B-2c
~~
*7
- SEE NOTE 8
111.0' - SEE NOTE 1
2% SLOPE 11_
3"' . J ,.
1.0' - SEE NOTE 7 4.0' - SEE NOTES
r EXIST. ROADWA Y
(1\ SIDEWALK TYPE I DETAIL
\fJJ NOT TO SCALE
1. SAW EXISTING PAVEMENT 1.0' FROM EXISTING NORTH EDGE
2. CONCRETE SIDEWALK TO BE MINMUM 6" THICK COMMERCIAL CONCRETE CLASS 3000
3. EXPANSION JOINTS SHALL BE FULL DEPTH ASPHALT IMPREGNA TED JOINT MA TE/AL.
4. EXPANSION JOINTS SHALL BE AT 20 FOOT INTERVALS, MAX., AND AT DRIVEWA YS
5. CRACK JOINTS SHALL BE r WIDE AND 1" DEEP AT 5' INTERVALS.
6. SOIL RESIDUAL HERBICIDE SHALL BE PLACED PRIOR TO PLACING CONCRETE
7 CONSTRUCT 1 0' WIDE SHOULDER A T BACK OF WALK.
8. COVER CUT/FILL SLOPES AND NEW SHOULDER AREA WITH 2" MIN. COMPOST/GRASS
SEED MIX.
0"
I
>-
'"
C:l
......
1-
i'<')
~!
'"
~~
1-
......
~
V)
,-
V)
::::!
~~
~
~8 )'"
~ I&. "0-
<:~<~ "'
"l: > z:-
,....,) (:l.,1
Cl ~--
"'~~
~ ~1H~
~ (:)>:J:
(j
~
~ 88
V) 88
:;;:: "''''
C) to! I!!
(, < <
'-'00
<
., 0 Z
S;l:J. l&J
(JOLt.l~
>- o'lz
~ >-~~3
iH~"'lE
~ ~o:~~
V)~:g
C:CCSlC)
::::5 lC)
C)~I
:t:s:?~
~ I.. "I-
"1-",-"
9:::C:l
:::lr:2C:l
<5L,.JjJ
CCl......
I
I
x
i
I
I
I
I
I
~
EXIST. SIDEWALK
END SIDEWALK CONSTRUCTION.
MATCH EXISTING.
APPROX. L1MIIT OF FILL SLOPE, TYP.
o
1207
o
~ / /'~
.... 'r5':t.i
/ %~ ti
/
EXIST. MAILBOX ______
~-
IXIST. TEL -PED TO BE
RELOCATED BY OTHERS,
',.
J
'0
3173
'"
f
:E
3:
BEGIN DITC~ CONST5UCTION.
CONSTRUCTI ASPHALII CONC.
SPILLWAY 1i\J SHADED: AREA
.~
1208
>-
..
.......
\Q
i-
I.C)
2~
VI
CJ~
.......'"
i-
IV)
~
tr)
1
tr)
:::::!
~~
l....J
t:::\
~
<.... 0
"C ~ b]
<:~<~ "'
"C > z:"
it ~u
",,,,oJ
~ ~~~.
i::::: U>:I:
~
~
~ 88
V) 88
::::: ....
c::s lO!lO!
t.:> ~ ~
--
--
-------
<
!I: 6 Z
~!I:~a.j~~
10 b~Z~
El>-z~6O:
~do:g:~
~~:i~(1~
--------- --- :"
1206 --
EXIST. ROADWAY
.' . "'oS'-- .
""
, I'\2L- M
~
~SS-.S ~
J'", ~ S
" s"
-
4.0' SIDEWALK - SEE NOTES
(1\ SIDEWALK TYPE II DETAIL
\fV NOT TO SCALE
1. CONCRETE SIDEWALK TO BE MINMUM 4" THICK COMMERCIAL CONCRETE CLASS 3000.
2. EXPANSION JOINTS SHALL BE FULL DEPTH ASPHALT IMPREGNA TED JOINT MA TEIAL.
3 EXPANSION JOINTS SHALL BE AT 20 FOOT INTERVALS, MAX., AND AT DRIVEWA YS.
4. CRACK JOINTS SHALL BE r WIDE, 1" DEEP AT 5' INTERVALS.
5 SOIL RESIDUAL HERBICIDE SHALL BE PLACED PRIOR TO PLACING CONCRETE
6 CONSTRUCT 1.0' WIDE SHOULDER A T EACH SIDE OF WALK.
7. COVER CUT/FILL SLOPES AND NEW SHOULDER AREAS WITH 2" MIN
COMPOST/GRASS SEED MIX.
9 /rz/p~
tr)~tg
9:::CSI.C)
:::::s I.C)
CJ~I
:t:~~
CIJ I.. '<:I-
'<:1-""1
Cl:::CJ
::j~CJ
~~~
C:c:l.......
l:J
€) ~~~N
N (j "';; ~
<::~gCl~~
","C~d~
~ f-.. 6 ~!
ugs"t:;;o~
I" 2" ~ Q. U ~ i
I L....... F Z :r
. c::s 15"' < ..
1WO INCHES ~T FULL SCALE :r '" ~
If NOr SCALE ACCORDINGlY >- ~ i:i ..
f-..'"
<::3
C-3 ~
0"
I
I
I
.
i
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
;l~ I
i~\W
!~H
-40
;~~ I
506
-40
!i~ I
-40
!i~ I
-40
!i~ I
-40
;~~ 1
506
-40
;l~ I
506
-40
3+50
- /f>j9~ i
-20
I ~~~
o
------
t
3+25
- ~l- -~' ie~i-----l ~~~
-20 0
3+00
;~~ I
502
-40
R\W
_I / I ~\le~~f
R\W -20
~g; I
-40
1 ~~~
506
o
2+50
i~ll
-40
~ ~- ~~ ~'~I
1510
508
506
o
2+25
-40
5121
510
508
506
-40
R\W -20
~ /- -t ~' 3~~'1
R\W -20
1 ~~~
o
2+00
1-
r'O~
-20
1 j~~~
o
1+75
!~~ 1
-40
;l~ 1
506 .
-40
;l~ ~ -
R\W
R\W
+ -- - r ,~~ 1
R\W -20
1510
508
506
o
1+50
I ~~~
.506
o
-1-
f- . i ~o.:.- I
\~XI :~ ~OUND. TYP
-20
R\W
__ ~ X ,;~9.-"I~__ - - -I
R\W -20
i>~-~~ i
R\W -20
-t~~~ -I
R\W
R\W
-20
-20
~
-1 ~ ~~fIAj -
-20
R\W
~/ --f~ .,~~.~
R\W -20
--~ -- 1:- 'f~f
R\W -20
+~~~~I
-20
3+75
H~~
o
5+50
I ~g~
502
o
5+25
1508
506
504
o
5+00
j ~~~
o
4+50
1512
510
508
506
o
4+25
m~
4-KOO
I ~~~
506
o
0" 1"
I
1WO INCHES AT FUll SCAlE
If NOT SCAlE ACCOROINGlY
C-4
>-
'"
iij
C)"'
lr)~
i-
lr)
12
C)
lr)
i-
.......
~~
V)~
I
~~ ]
j:::::z
C",) ~...'" :::
~i:!.I.1
V) 3;:-....
'^ ",...~
U)~~~
C)~::
~
i!li!l
i!li!l
~
~~
cc
~
:. 0 Z
~~~aJ~~
~ b~Z~
f3>-~~aG:
iSi~ILg:~
~~fi~~
V)~~
gsCS~
CJ ~ "
:t:~~
0;) I.. '::I-
'::1-"-,,
Q::C)
::::J[2C)
Gl,&J~
OJ.......
~
I:-! l.lQ. Sl N
"-' -:I:
~!li~ ~_
""- z '" . ~
en ~ ~~ ~,!.
S h... ~ ~ ~
Cl::: 13 ~ '0
u r-.;..t;; '" :I:
i'-'Cl:lU --
2"~Q..H~...
I ~;~~~
if'......
>"'12 N ~
h... "'....
<::3
@)