HomeMy WebLinkAbout4.622 Original Contract
.
.
.
.
.
.
.
I
I
I
I
I
I
I
I
I
I
I
I
</.I..t>~
PROJECT MANUAL
for
EASTERN CORRIDOR PHASE II
AREA 2
PROJECT NO. 06-21
TA-3314
STPE-01 01 (302)
CITY OF PORT ANGELES
WASHINGTON
April 2009
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
For information regarding this project, contact:
Eric Walrath, City of Port Angeles
360-417-4806
PW 0407_01 Part01.doc [Revised March 2008]
ORIGINAL
#1
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
July 9, 2009
TO: Primo Construction, Inc.
Attn: Mr. Gregory Parrish
970 Carlsborg Raod
PO Box 296
Sequim, WA 98382
PROJECT Description: Eastern Corridor Phase II, Area 2, Project No. 06-21
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated June 22, 2009.
You are hereby notified that your bid, including Additive No.1, has been accepted for items in the amount
of $514,669.44.
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 rights arising 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 July, 2009.
CITY OF PORT ANGELES
By
5)1:ipL~~
Title
Citv Enoineer
Receipt of the above Notice of Award is hereby acknowledg d
20.D.3
SIGNATU
Print Name ~ YtGJr Lea y2,. VfL;TY1 ~ h
~e<)icluJ
Title
Please return signed original to the City of Port Angeles Public Works & Utilities Department, aUn: Eric Walrath,
Assistant Civil Engineer/Project Manager
cc: City Clerk
N:\PROJECTS\06-21 Eastern Corridor Phase 2\14 Award\Area 2\Award.wpd
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o
~
~
~
~ORT ANGELES
- -
WASHINGTON, U.S.A.
PUBLIC WORKS & UTILITIES DEPARTMENT I
ADDENDUM NO.1
TO
PROJECT MANUAL
FOR
Eastern Corridor Phase II
Area 2
PROJECT NO. 06-21
Contract No. T A-3314
STPE-Ol 01 (302)
NOTICE TO PROSPECTIVE BIDDERS
Bid Opening June 22, 2009
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are
amended as follows:
First Street (US 101) Lane Closure Restrictions
No lane closure is allowed between the following hours:
7:00 AM to 9:00 AM
3 :00 PM to 6:00 PM
The Bid Opening date and time lias 1101 been changed.
This addendum must be acknowledged in the space provided on the Bid Form in the Project
Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as
non-responsive.
i II/Jr--
Eric C. Walrath
Assistant Civil Engineer/Project Manager
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Addcndum No I.doc
.
.
.
.
.
.
.
.
.
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
for
EASTERN CORRIDOR PHASE II
AREA 2
PROJECT NO. 06-21
CITY OF PORT ANGELES
WASHINGTON
April 2009
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
P;fd~~
Project Engineer
~1vYl)if
.
.
.
.
.
.
.
.
.
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
EASTERN CORRIDOR PHASE II
AREA 2
PROJECT NO. 06~21
PART I
BIDDING REQUIREMENTS:
Paqe No(s).
Advertisements for Bids. ........ ............. .................. ........................... ....... ...................... 1-3
Information for Bidders............................................................. .......... ........................... 1-4
.Bidder's Checklist......................................................................................................... 1-5
Non-Collusion Affidavit. ...... .... ......... ................... ............ ................... ................ ............ 1-6
Bidder's Construction Experience............................ ..................................................... 1-7
List of Proposed Subcontractors................................................................................... 1-8
Bid Form......... ... ... ..... ....... ... ... ...... ... ... ... ...... ... ...... .... ..... ... .... ..... ... ... ...... ....1-9-14
Bid Security Transmittal Form... ... ... ... ... ... ... ...... ... ... ......... ... ...... ... ... ... ... ... ..... .....1-15
PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
Contract.................................................................................................................... 11-1-4
Performance and Payment Bond ..... ..... ..... ............. .................................................... 11- 5
Escrow Agreement for Retained Percentage.............................................................. 11- 6
Certificate of Insurance..................................................................... (provided by bidder)
PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS
PART IV
A TT ACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Davis-Bacon Prevailing Wage Rate Schedule for Washington State
C. Request For Information (RFI) and Construction Change Order (CCO) Forms
D. Contractor's Application for Payment Form
E. Request for Approval of Material Form
F. Request to Sublet and Subcontract Certification Forms
G. Amendments to the Standard Specifications
H. Project Plans (3 Pages)
.
.
.
.
.
.
.
.
.
I
I
I
I
I
I
I
I
I
I
PART I
BIDDING REQUIREMENTS
.
.
.
.
.
.
.
.
.
I
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
EASTERN CORRIDOR PHASE II
AREA 2
PROJECT 06.21
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, until10:00am, Monday, June 22,2009, and
not later, and will then and there be opened and publicly read at that time in the Jack Pittis
Conference Room for the construction of the following improvements:
Sidewalk, Driveway, Storm Drainage, Curb, Gutter, Street Lighting
The City Engineer's estimate for this project is between $500,000 and $700,000. The time of
completion (performance period) for this project is 40 working days.
Plans, specifications, addenda, and plan holders list for this project are available on-line through
Builders Exchange of Washington, Inc. at http://www.bxwa.com.Click on: "Posted Projects",
Public Works", "City of Port Angeles". Bidders are encouraged to "Register as a Bidder", in order
to receive automatic email notification of future addenda and to be placed on the "Bidders List".
Contact the Builders Exchange of Washington (425-258~1303) should you require further
assistance. Informational copies of any available maps, plans and specifications are on file for
inspection in the office of the Port Angeles Public Works Engineering Services (360-417-4700). All
questions regarding the plans and specifications shall be submitted in writing or electronically to
Eric Walrath, Project Manager, at ewalrath@cityofpa.us.
The City of Port Angeles, in accordance with Title VI of the Civil Rights Act of 1964,
78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department
of Transportation, Subtitle A, Office of the Secretary, Part 21, Non~Discrimination in
Federally Assisted Programs of the Department of Transportation, issued pursuant to such
Act, hereby notifies all' bidders that it will affirmatively ensure that in any contract entered
into pursuant to this advertisement, minority business enterprises will be afforded full
opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response
to this invitation, shall not be discriminated against on the grounds of gender, race, color, age,
national origin or handicap in consideration of an award of any contract or subcontract, and shall
be actively solicited for participation in this project by direct mailing of the invitation to bid to such
businesses as have contacted the City for such notification. Further, all bidders are directed to
solicit and consider minority and women owned businesses as potential subcontractors and
material suppliers for this project.
Glenn A. Cutler, P.E.
Director of Public Works & Utilities
Publish: Peninsula Daily News [dates -5/31/09 & 6/07/09]
Cc: NPBA
.
.
.
.
.
.
.
.
.
I
I
I
I
I
I
I
I
I
I
INFORMATION FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles,
Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through
addendum, and then at said office publicly opened and read aloud.
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be
submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in
conformance with the instructions of the ADVERTISEMENT FOR BIDS.
Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid
prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted.
Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed,
including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be
accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port
Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by
such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with
18.27 RCW.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the
scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date
specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of
bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A
conditional or qualified bid will not be accepted.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the
acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids.
If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract will be awarded
to the lowest responsible bidder.
The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and
shall be completed within the time as stated in the Advertisement for bids.
The Owner may make such investigations as it deems necessalY to determine the ability of the bidder to perform the
work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request.
The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to
satisfy the Owner that such bidder is 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.
The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and
Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s)
shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall
include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them).
The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to
execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit
accompanying the bid shall become the property of the Owner.
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 within such period, the bidder may, by written
notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner.
The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should
there be reasons why the notice to proceed cannot be issued within such period, the time maybe extended by mutual
agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar
day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability
on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the Contract throughout.
I
Ie!
I
I
I
I
I~
I
I
I:f'::
if-,_ '.,
(t.""j
1"_4L. ,
~'
I
I
I
I
I
I
I
~
1~~;~::;9
~.
~
,
~
.,-/ 4.
~
~
~
"
9.
~
,
BIDDER'S CHECKLIST
Has the Bid Security Transmitta! 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 filHng out the section of the form below the words "Bid Bond"?
Is the amount of the bid deposit at least five percent (5%) of the total amount of the
bid?
Have the bid forms been properly signed?
. .
Do the written amounts of the bid forms agree with the a
nts n in fi ? \
1'-10 3~e..L.. 9{\)\[IO~J
Have you bid on all items?
If Addendum(a) have been issued, have it/they been acknowledged on the Bid
Form?
Has the non-collusion affidavit been properly executed?
Have you shown your contractor's state license number on the Bid Form?
Have you included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
Have you filled out the Bidder's Construction Experience form?
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
signatory.
C. Insurance certificate(s).
,Ige 7 Bidder's Checklist
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
I
I
<:)
"I-
I
I
I
I
I
I
~.
.
I
I
I
I
I
I
I
i"
I
age 8 Non-Collusion Affidavit
rovided to Builders Exchanae of WA. Inc For usaae Condition!> Aareemp.nt !>ee www h)(W~ r:nm _ Alw~vs Verifv ~r:~IA
NON-COLLusrON AFFIDAVIT
STATE OF WASHINGTON
)
)
)
COUNTY OF C... \ Q \ \ Qm
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 22'1clJday of \... \u. J\ 0
,2009
\\\\\\\ \ IIII IIIIIII//.
~\'\ ~e.NNIf:' I'I~
.....:::::: I'-- ....... I: ~ ~.i
~ 'Y--::I." ".., 'l
~.4 ..,~ "'0 .... < ~
~....,... ;.0 ~ .~-:t.~
="':-oqg "':0=
=0: C ~~ ~ :~==
:::-""~ r$ ~-<:<:~
- -". < '"' . r.. _
~ L.. / ~ .";..:.';::
~ ~ .... 0 ~..." ~
~ '"'1~ ......... ~
.~ ItINGiO~ "'~
'//// \\\'\ .
IIIII/If 1111 \\\\
Notary Public in and fo
State of Wa n.
Residing at
My Comm. Exp.:
q~d-f-!O
I
,
I
I
I
I
I
I
I
i
I
'age 9 Bidder's Construction Experience
'rovided to Builders Exchanae of WA. Inc. For usaae Conditions Aareement see www.bxwa.com - Alwavs Verify Scale
.1
I
e
I:
I
I
I
I
I
9.
10.
11.
12.
13.
BIDDER'S CONSTRUCTION EXPERIENCE
1.
Answer all questions and provide clear and comprehensive information.
Name of bidder: 7Vl '\"t("\<l (\Ol'l""\~ I ('~'(')yj, c:) (\ e.. .
Regislra.on Number. VI? T-~~~~ '
Permanent main office address: .""1. . ( . r~~~~~S
When organized: \ C( \ 9 -
Where incorporated: .
How many years have you been e aged in the contracting business under your present firm
name? '-~~
,. Contracts on liane;!. (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.
~
~ I~ J
QJ A ( cI
7.
* General character of work performed by your company:
8.
* Have you ever faired to complete any work awarded to you? N 0
If so, where and why?
" Have you ever defaulted on a contract? fd 0
"I< 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.
xU=t aj'j(J(J}''l{J
.J
* List your major equipment available for this contract:
· Experience of bidder in construction similar zroieCI in work and importance, /
) ~ ---f oP~4 /-7/
Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City? ~
* Add separate sheets jf necessary.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information
requested by the City of Port Angeles.
Date:
~ l~~ .09
Print Name: - y
Title:
I
/-kwz #0
I
'>
I
I
I
I
JPlfi1J1J1l@
I
CONSTRUCTION, INC.
Contracts & Work on Hand at June 18. 2009
I
Contract Owner/Contracting Scheduled
Project Work on Hand Architect/Engineer Completion
Amount Agent Date
Northwest Maritime MillerlHull
Northwest Maritime $8,144,744 $2,024,850 Center Partnership
Adin Dunnina Jul-09
Holiday Inn Express $600,425 $94,000 Wright Construction N/a
Jun-09
Streetscape $841,837 $654,446 City of Port Tom Miller
Townsend Aun-09
Forks Hospital $2,674,135 $184,385 Forks Community Salmon Bay
Hospital Architect Jul-09
Forks ROW $491,747 $30,966 City of Forks Salmon Bay
Architect Jul-09
Simdars Road $60,430 $60,430 City of Sequim N/a May-09
Makah Water $220,101 $24,875 Makah Tribal N/a
Council Aug-09
Anderson Hill Road $241,223 $150,522 Kitsap County Dept. Jonathon Brand
of Public Works 360.377.577 Seo-09
3rd Ave. $74,498 $74,498 Clallam County Bob Martin
Seo-09
Work on Hand $13,349,140 $3,298,973
I
I
I
I
I
I
I
I
I
I
I
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
h,,, riMO
~ .. rY~~~~
CONSTRUCTION, INC.
Statement of Qualifications
970 Carlsborg Road, Sequim, Washington 98382
Phone: 360.683.5447 Fax: 360.683.6475
E-mail: jen@primosequim.com
PRIMOCI133P7
'I
1
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
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
1
Primo Construction has extensive experience in all aspects of construction, including but not limited to:
1
* Commercial buildings
* Concrete construction
* Road building
* Utility installation
* Excavation/grading
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 fmish
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
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
1
1
I
'I
I
I
I
I
I
I
I
I
I
I
PRIMO CONSTRUCTION, JNe.
COMPANY IN FORMA TION
BONDING AGENCY
Kibble & Prentice
P.O. Box 370
Seattle, W A 98111-0370
(206) 441-6300
Contact: Steve Palmer
BANK REFERENCES
Frontier Bank
901 W. Washington
Sequim, W A 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, W A 98052
(425) 376-8805
Contact: Jane Fox
ACCOUNTANT
Berntson Porter & Co., PLLC
Pacific First Plaza
155 108th AvenueNE, S. 510
Bellevue, W A 98004
(425) 454-7990
Contact: Stein Larsen
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
I
I
I
Lindberg Architects, Inc.
319 S. Peabody, Suite B
Port Angeles, W A 98362
(360) 452-61]6
Contact: Bill Lindberg
City of Port Angeles
321 E. Fifth Street
Port Angeles, W A 98362
(360) 457-041 ]
Contact: Eric Walrath
Olympic E]ectric Co., Inc.
4230 Tumwater
Port Ange]es, W A 98362
(360) 457-5303
Contact: Chuck Burkhardt
Value Management Resources
503 N. Sequim Avenue
Sequim, W A 98382
(360) 582-3264
Contact: Roger Easling
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Roland Ordona
Pete Nesse
Korey Smith
PRIMO CONSTRUCTION, INC.
PROJECT MANAGERS
James Bartee
Steven Lee
Charles Parrish
Gregory Parrish
Robert Reick
40 years
35 years
40 years
40 years
1 7 years
SUPERVISORY PERSONNEL
Concrete Superintendent
Septic & Water Systems
Commercial Building
20 years
18 years
15 years
AVAILABLE 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
I
JCB 214 Backhoe
2-Vibrating Rollers
JCB 1450 Sitemaster Backhoe
2-Forklift
I
JCB 1550 Backhoe
Laser Level
Two JCB 214S Backhoes
I
Air Compressor
Kobe1co Excavator
Edco Concrete Saw
I
Model60lA Grader
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
I
I
I
I
I
I
I
I
I
I
I
P-1t;mo
CONSTRUCTION, INC.
Major Projects Completed in Past 5 Years
. Proiects Completed in 2008
o Port Angeles International Gateway Transportation Center- $7,422,331
Construct transit lane, lower parking garage, plaza, and transit building. In additional to
the base bid design/build construction of the West parking garage. Construction of
covered outdoor Pavilion and Clock Tower. Contact: Terry Weed@360.452.1315
o Sunland North Phase 6 - $261,976
Install infrastructure for subdivision including sewer, drainage, water, power and road.
Contact: Kevin Estes @360.683.8756
o 5th Ave. Retail- $1,105,336
Construction of a Retail Building including sitework and utilities. Contact: Vie Quinet @
360.683.3335
o Elk Creek - $1,010,333
Provide site work, utilities and concrete for I 50-unit housing development in Sequim.
Contact: TJ Mellema @ 360.734.2872
o Southern View - $966,200
Install infrastructure for subdivision including sewer, drainage, water, power and road.
Contact: Bob Leach @ 360.452.8491
o NOLS- Clallam Bay - $469,125
Construction of a new 2,304 sf Library with a 664 sf addition to the existing building.
Contact: Paula Barnes@360.417.8525
o Taxiway - $282,661
Crack sealing and slurry sealing of taxiways, taxi lanes, and aprons. Installing edge
drainpipes and replacing section of the pavement. Contact: JejJRobb@360.457.8527
o Cline Irrigation - $301,477
Convert open irrigation ditches to a closed pipe system. Contact: Al Bruck @ 360.683.8028
o Bellwood - $364,136
Provide site work, utilities and concrete for development in Sequim. Contact: Allan Grant @
360.681.7377
I
I
I
Projects Completed in 2007
I
I
I
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
I
I
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.
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: Derek J@ (360)
754-5788.
I
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.
I
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
I
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.
I
I
I
I
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.
Projects Completed in 2006
I
o Lincoln Street Storm Sewer - $748,800
Installed approximately 1,100 LF of24" HDPE storm drain, 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:
Eric 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,
I
I
I
I
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
o Makah Emergency Water - $756,000
The project consisted of the construction of approximately 23,000 lineal feet of8-inch
water main along the east side of the Makah Passage between the Family Camp in the
Hobuck area to the wells located north of the southern reservation boundary in Clallam
County for the Makah Tribe. Contact: Charles White @ (360) 645-2201.
I
I
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
I
I
o JimmyComeLately Creek/Estuary Restoration Site (#7009) - $330,000
This contract provided for the improvement of 3.25 acres of land adjacent to US 101 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
Projects Completed in 2005
I
o Deer Park Road, RD #40750 - $725,000
Reconstruction of 0.62 miles of Deer Park Road by realignment, regarding; widening,
drainage improvements, paving, hydroseeding and other work for Clallam County Public
Works Department. Contact: Dave Bibler @ (360) 417-2311
I
I
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 Easling@ (360) 681-0503 or (360) 460-7810.
I
I
I
I
I
I
I
o Crown Park Sewer & Stormwater Improvements - $991,000
Installation 00,850 feet of8 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 outfall for the City of Port Angeles. Contact: Mike Szatlocky, PE@ (360) 417-4805
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 Gibbony. @ (774) 757-2305
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 Exxe! Pacific, Inc.
Contact: Bruce Eskeberg. @ (360) 734-2872
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 Smith. @ (360) 683-5049
'I
I
I
Projects Completed in 2004
I
I
I
o Sheriff/DispatchlEOC - $1,860,000
Construction of a new Sheriffs 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
I
I
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 'KlalJam Tribe. Contact: Annette Nesse @ (360) 681-4620
I
I
I
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: Brian Brewer @ (360) 533-9352
I
I
I
I
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'K1allam Tribe. Contact: Annette Nesse.
@ (360) 681-4620
I
I
I
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) 487-520
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
Oi
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
I
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
I
I
o West Spruce Street Water Main - $320,000
Installation of2,900 linear feet of8-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
I
I
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
I
Proiects Completed in 2003
I
I
o Maintenance Shop at QuiIcene 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
I
I
I
o Old Olympic Highway & Gasman Road - $1,500,000
Improvement of approximately 1.08 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
Bibler@(360) 417-2311 FAX: 417-2513
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
I
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
I
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
o North Viking Avenue Utility Improvements - $650,000
Installation of approximately 8,000 LF of 12" ductile water main, including two bores
beneath state highways, one 300 LF bore and one 150 LF bore and connection to existing
reservoir and to city main for the City of Poulsbo. Contact: Bill Du.l.1Y @ (360) 779-4078 FAX:
779-6384
I
I
.1
I
e...
r
I
I
I
I
I
I
~.-
'=J
I
I
I
I
I
I
I
'f
I
)age 10 Subcontractor List
)rn\/irl,::ant" ~llilrlArc::. I=v"h':llnng nf \^/li. In,.. J=nr 11c:-::.no rnnnitinnc .6.nr'::u:::lol"'n.c:::ant c.cu:~ \AI\A^'" hV\AI-:J """"'m _ .6.1\A/-::!I\lC" \f.o.rif\l C:t"'-::!Ilo
Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Ea ;3.-Ie /I "lC) ('r ,'~l () v- p ha () ~ . 1/-
Project Name
Failure to list subcontractors who are proposed to perform the work of heating, ventilation
and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore
void.
Subcontractor(s) that are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described
in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed
below the subcontractor(s) name.
If no subcontractor is listed below, the bidder acknowledges that it does not intend to use
any subcontractor to perform those items of work.
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
~~~. (L~
S-\"'''+\>I('v-.o
. ')
La \U&~l ('t~ l\f\ r.\ .
~\^o' ~ +-- y-\ ,\/ \ V\. <2.,
~'::;~l '\')n>~A"-,
~\'$~'~(~ f'-ed-v\ ~
I
I
Q
I
I
I
I
I
I
I
"
I
I
I
I
I
I
I
c;)
1
I
'age 11 Bid Form
rovided to Builders Exchanae of WA. Inc. For usaae Conditions Aareement see wwwbxwacom _ Alw;:Jvs VRdfv Sr.;:JIR
BID FORM
Page 1 of 6
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER? ri'm(~ ~(\0\nl(':n [)(\ I!.)f\~
REGISTRATION NO,: .Y R..IJAO c..x: l ?l-5 ?'l
UBI NUMBER: l at) \ Oct9. '3'9 "8"
DATE:
~ .ad. ,()9
STATE EXCISE TAX NO.: l (j ()\ o;;[i
EMPLOYMENT SECURITY NO.:
. 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 bas 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; arid 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:
(
~~ c () < C)l\~\.I. vnn('o (10. o~ ~C{A _~ ~ bb\f' -+ 'Pven-h ~C'_
Surety Agent
<Y\..:, \ \ef\.lli lA...YY\ c..ov-po~ ?aY-~. 8~C. 't:>.O. \:) Ox.. 3fl 0
I~~~ ~~ ?\~ CS~ ~.~ ~ ..:2v rA ++ I Q I I) A- . q ~ I I I .. 6:~ I ()
Surety address . Agent Address '
.::30.-~ Fox , ..:Jt ve. ~cd i'Vler .
H~(j -,3 '7~ - X f():1 cQ(\/p - 4'-+ I -In?)On
Surety Contact and Phone Number Agent Contact and Phone Number
.1 -\i- _ ~o '~)'lX'A~ ~JDv\c\c..d ~r L0n-\\c-v- ~d~
I BID FORM
~~ Page 2 016
I
I
I
I
I
I
I
"
I
I
I
I
I
I
I
~
Standard UNIT
ITEM Specifica tion DESCRIPTION QTY. UNIT PRICE AMOUNT
Base Bid
1 1-04 MINOR CHANGE 2 EACH 5000.00 $10,000.00
2 1-07 SPILL PREVENTION CONTROL 1 L.S. 5 Cx:::/!D 600.61>
PLAN
3 1-09 MOBILIZA nON 1 L.S. ,3t 933}i 38 q3~.OD
TEMPORARY TRAFFIC CONTROL 1 L.S. ~.-
4 1-10 0'1 9lc0.C\(J ..3 '7 (). (PO. 00
5 1-10 CONSTRUCTION SIGNS CLASS A 184.5 S.F. 10.0D i 816, 00
6 2-01 CLEARING AND GRUBBING I L.S. &4.l..fd. 00 :l^i4~. Ol)
7 2-02 REMOVE CEMENT CONCRETE 1330 L.F. J-f.5o 6 q '?5. tit)
CURB
8 2-02 REMOVE EXIST. BOLLARD 3 EACH /4 L,. DO Jf 3? 01)
9 2-02 REMOVE CEMENT CONCRETE 260 S.Y. d &5J. tY()
SIDEWALK Jf). .26
10 2-02 REMOVE CEMENT CONCRETE 90 S.Y. /Jj 9'5 I ~'85, 'S 0
DRIVEWAY Q.
II 2-02 REMOVE CEMENT CONCRETE 2 EACH
STRUCTURE OC().oo 1600, d{)
12 2-02 REMOVE ASPHALT CONCRETE 1550 S.Y. 6. le'5 g 767.56
PAVEMENT
13 2-02 RELOCATE SIGN 3 EACH Cfo,OO 0) '7 0 . (7)
14 2-02 REMOVE CATCH BASIN 1 EACH \...~:4DI OV 3^1 o. (J()
15 2-03 ROADWAY EXCAVATION, INCL. 200 c.Y. J.j /7 (J, (Jl)
HAUL dO.'.SS
16 2~O9 STRUCTURE EXCA V A nON 50 C,Y. &.00 ..300 . 00
CLASS B, INCL. HAUL
17 2-09 CONTROLLED DENSITY FILL 120 C.Y. 70. So (3 ^lrao , eN
18 4~04 BALLAST 300 TONS 15.00 . ;"/{o'5 0, .'1)
19 4-:04 CRUSHED SURFACING TOP 50 TONS 620, is JD4a, 5' 0
COURSE
20 5-04 COMMERCIAL HMA FOR 115 TONS JDo , ~S '5
PATCHING d5J QQ1,1
21 5-04 HMA CI. 112" PG 64-22 65 TONS . r2Q;i.5O IJ-/ &61,50
22 7-04 SOLID WALL PVC STORM 120 L.F. 15.go /0D'g, (/1)
SEWER PIPE 8 IN. DIAM.
23 7-05 CATCH BASIN TYPE 1 WI 6 EACH
COMBINATION INLET FRAME [001...00. (10
AND GRATE IOIO.oc>
24 7-05 CATCH BASIN TYPE 1 1 EACH ;r 30.00 ~3o. UU
25 7-05 CONNECTION TO EXIST. 4 EACH '?f~6 . V\J
DRAINAGE STRUCTURE d..tJ.o. DO
26 7-12 ADJUST WATER VAL VB BOX 10 EACH 5:5.00 .5.50. UD
27 7-18 *MODWYSEWERLATERAL 1 L.S. .3 ~5D.OD 3??50,OO
CONNECTION
I
:lage 12. .
:lrovided to Builders ExchanQe of WA, Inc. For usaQe Conditions AQreement see www.bxwa.com - Alwavs Verify Scale
.1
I
0.n.~..
"I
I
I
I
I
I
I
,
I
I
I
I
I
I
I
f
BID FORM
Page 3 of6
28 8-01 INLET PROTECTION 16 EACH 7600 tci)CQ. OD
29 8-02 ROADSIDE RESTORATION 1 L.S. __1'7/ oln. 00 C) t &>lP .00.
30 8-04 CEMENT CONC. TRAFFIC CURB 1500 L.F. 1'1,90 Ci.t.o; '?5o.av
31 8-04 CEMENT CONC. TRAFFIC CURB 300 L.F. /'7.10 5j10.oQ
AND GUTTER
32 8-04 CEMENT CONC. PEDESTRIAN 300 L.F. ..."qOO.DO
CURB J3.DD
33 8-06 CEMENT CONC. DRlVEW A Y 470 S.Y. AI/.5D Jq jD5. Cf/)
ENTRANCE
34 8-11 REMOVING BEAM GUARDRAIL 205 L.F. ICL3 ;J q. 900. 1..00
35 8-11 BEAM GUARDRAIL TYPE 2 205 L.F. 4 '5. &~ q 35&.2-0
36 8~14 CEMENT CONC. SIDEWALK 2350 S.Y. .3 [. ~o 14, Chl5 ..OC
37 8-14 CEMENT CONC. SIDEWALK 21 EACH /3ig~{). eN
RAMP (Pt.PO.DO
38 8-20 REPLACE TYPE 1 INDUCTION 4 EACH cQD'74,00 '(~q &. ~
LOOP (6'x30')
39 8-20 REPLACE TYPE 2 INDUCTION 0 EACH '/3/8,.60 -e-
LOOP (6'X6')
40 8-20 ADillST TRAFFIC SIGNAL I-BOX 3 EACH ~Sb.CYb dF)::50. 0'0
41 8-20 ILLUMINA TlON SYSTEM 1 L.S. 1,,10.3/5.0>0 /30/3/5.60
42 8-22 REMOVING PLASTIC LINE 96 L.F. 1.0'7 I Df), 1 d.
43 8-22 REMOVING PLASTIC 372 S.F. J ,~? &qq..jL,
CROSSWALK LINE
44 8-22 PLASTIC STOP LINE 119 L.F. /~.5.~ 11110'1
45 8-22 PLASTIC CROSSWALK LINE 448 S.P. .'~ ,;2/ /13'j, D'1:
*THlS ITEM OF WORK IS
TAXABLE
Sub-Total "ft~" 3\,,8
Tax (8.4% afBid Pricefor Item No. 27 Only) :)23. l.\D
Total Base Bid Lfgg. qss-; \~
j"t- IO~
Ot~~ I
b\
Additive No.1
3 1-09 MOBILIZATION -1 L.S.
3A 1-09 MOBILIZATION 1 1.S.
4 1-10 TEMPORARY TRAFFIC CONTROL -1 L.S.
4A 1-10 TEMPORARY TRAFFIC CONTROL 1 1.S.
5 1-10 CONSTRUCTION SIGNS CLASS A -184.5 S.F.
SA 1-10 CONSTRUCTION SIGNS 200.5 S.F.
CLASS A
,Ie 13 ,
'rovided to Builders Exchanoe of WA. Inc. For usaoe Conditions Aoreement see www.bxwa.com - Alwavs Verify Scale
I
I
@.---
I
I
I
I
I
I
I
<I>
I
I
I
I
I
I
I
f
I
'age 14
'rovided to Builders Exr:h;:mm'! of WA Inr: Fnr.IJS"'nA r.onrlitions AnrAAmAnt SAA IMNW hVW:::l ~nm _ AIW:::lVS \/prifv ~~:::ll",
BID FORM
Page 4 of 6
7 2-02 REMOVE CEMENT CONCRETE -1330 L.F. 4.50 -< ~q~5, DO '7
CURB
7A 2-02 REMOVE CEMENT CONCRETE 1400 L.F. -4 1:50 &3 DO, t/l) .
CURB
9 2-02 REMOVE CEMENT CONCRETE -260 S.Y. <3w5~. DO'!
SIDEWALK 10. :LD
9A 2-02 REMOVE CEMENT CONCRETE 300 S.Y. 3DLc,D. C/{)
SIDEWALK /O.J..D
12 2-02 REMOVE ASPHALT CONCRETE -1550 S.Y. /5.(0:5 -< ~151. 50>
PAVEMENT
12A 2--02 REMOVE ASPHALT CONCRETE 1597 S.Y. :5 . &/5 qo~3 ,oS-
PAVEMENT
20 5-04 COMMERCIAL HMA FOR -Il5 TONS c10'j, (pCS <Jj,Cf1~-/.15)
PATCHING
20A 5-04 COMMERCIAL HMA FOR 125 TONS dO?, I.flr- ~f.pjD'8". :.2..5
PATCHING
28 8-01 INLET PROTECTION -16 EACH is'". DO { /aoo.oo>
28A 8-01 INLET PROTECTION 20 EACH '1 S-. Db J~)/) . M
29 8-02 ROADSIDE RESTORA nON -1 L.S. 02 '7 &> lo .OTJ <!J7t.oto.o'0)
29A 8-02 ' ROADSIDE RESTORATION 1 L.S. 3CCo.OQ ;~ Df'/). (11)
30 8-04 CEMENT CONC. TRAFFIC CURB -1500 L.F. Ji-90 ,(/)1", '8:50,dV)
30A 8-04 CEMENT CONC. TRAFFfC CURB 1550 L.P. If'C/O OJ '7, 115. Ck)
31 8-04 CEMENT CONC. TRAFFIC CURB -300 L.F. -< ;=)31 D, C/) >
AND GUTTER 1t-9a
31A 8-04 CEMENT CONC. TRAFFIC CURB 330 L.F. f) 907. tID
AND OUTlER 1'1.Qo
32 8-04 CEMENT CONC. PEDESTRIAN -300 L.F. 13QOD.oo>
CURB /3.00
32A 8-04 CEMENT CONC. PEDESTRIAN 350 L.F. 1.-/55D, U'U
CURB /3,00
33 8-06 CEMENT CONC. DRIVEWAY -470 S.Y. f.-./ 1 ..3 0 ~ J9J 6Oj~
ENTRANCE
33A 8-06 CEMENT CONe. DRIVEWAY 490 S.Y. t..{. I .50 6l6,33~"O
ENTRANCE
36 8-14 CEMENT CONC. SIDEWALK -2350 S.Y. 3/.50 {,)4, ot2c;, 00>
36A 8-14 CEMENT CONC. SIDEWALK 2395 S.Y. 6[.<50 7.5: 44c1.s0
37 8-14 CEMENT CONC. SlDEW ALK -21 EACH Lobo. ,,<> <'018&6.otJ>
RAMP
37A 8-14 CEMENT CONC. SIDEWALK 24 EACH t..s> (gO . OV / s-; gLj () I 07j
RAMP
38 8-20 REPLACE TYPE 1 INDUCTION 4 EACH [)6'7L(. LV ~ 8'dCJ(g. DOl
LOOP (6'x30')
38A 8-20 REPLACE TYPE 1 INDUCTION 9 EACH dol4. CIQ / Y'/&U, {~
LOOP (6'x30')
39 8-20 REPLACE TYPE 2 INDUCTION 0 EACH /3IeJ.o-o -G-
LOOP (6'X6')
.1
I
<(
I
I
I
I
I
I
~
I
I
I
I
I
I
I
Cf
I
age 15
"'''\linen +1'"\ C.llilrlor'"co t::'v,..h"nno nf \^' ^ In...... t:'n,. llc.....'\n.o r"'_nrliti,."n~ ^,.,r-o.ornon+ C".o.o ""un", hv\A,.., .....,........" ^ lu,....."r'" \ 1,......i~\1 Co,......,I,...
BID FORM
Page 5 of 6
39A 8-20 REPLACE TYPE 2 TNDUCTION 2 EACH 13/;),4) d t.P a..L/. b'O
LOOP (6'X6')
40 8-20 ADJUST TRAFFIC SIGNAL J- -3 EACH f)7) . (J~ { ~/55D,r>>)
BOX
40A 8-20 ADJUST TRAFFIC SIGNAL J- S EACH ~~().OD ~ :J:) 0, VO
BOX
42 8-22 REMOVING PLASTIC LINE -96 L.F. '1,01 -( /D~, 7rJ7
42A 8-22 REMOVING PLASTIC LINE 116 L.F. 1.0.'7 Jd.t-J,I:1.
43 8-22 REMOVING PLASTIC -372 S.F. .({aqq ..3(P >-
CROSSWALK LINE /.3t
43A 8-22 REMOVING PLASTIC 468 S.F. 819, 'i4
CROSSWALK LINE /.%7
44 8-22 PLASTIC STOP LINE -119 L.F. 4.00 1'1./ 7/ n, 60 'r
44A 8-22 PLASTIC STOP LINE 139 L.F. /,.,.53 qOI}./p 7
45 8-22 PLASTIC CROSSWALK LINE .448 S.F. _;3. 2/ <J'-Ij 'g. tYi 'r
45A 8-22 PLASTIC CROSSWALK LINE 544 S.F. 3.21 /74&.c2Lj
Total Additive No. 1 ?. S-. I \4.1."Z-b
No. of Additional Worldng Days for Additive No.1 \0
/.
i~l~l oq
I
I
G.
I
I
I
I
I
I
I
.,
I
I
I
I
I
I.
I
i
I
)age 16
)rovided to RIJildp.r!': Fxr:h;:mop. of WA Inr: For IJ!':::IOP. r.nnrlitinn!': Anrp.p.mp.nt !,;P.P. W\MN h'>IW::I r.nm _ AhA/::Iv!'; \lprifll ~r.::lrp
BID FORM
Page 6 of6
ADDENDA ACKNOWLEDGMENT AND RESPONSIBLE BIDDER CRITERIA
The bidder hereby acknowledges that it has received Addenda No(s). -1 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 name ~-r\m() C, (')ns+n J r--M ()YI \ . C)(\r~.
Complete address -~~t~l~dr~Al" ~~J hcl. '~7ra1e~rY) Lt JA 9~~3~tJ
Telephone No. 3(sC}. loR?> SJ..P-/7
Current Contractor's Registration No. 'P /C..Ll--1 Oc..I 133 P 1
Oaq cgq)?
Current Industrial Insurance Acct. No. '-\- D'3 Sd-.L\- CX"') ,
\ .
Current Employment Security Acct. No. L\ S \ '5 q ~ - 0 0 LQ
Current State Excise Tax No. It,o I oa9 x9 i?
Current UBI No. 10 () \
By signing below the bidder acknowledges it has received any and all Addenda and represents it is
not disqualified from biddi g on this Con
Signed by
Title \( ,-0 (J .- Pv:-:e ,,; rJ (l~+-
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.
I
I
I
BID SECURITY TRANSMITTAL FORM
I
Herewith find an executed Bld Bond or a deposit in the form of a cashier's check, postal money order or
other security in lieu of a bid bond in the amount of $
. which amount is not Jess than five (5%) percent of the total bid.
I
SIGI\I HERE
BID BOND
I
KNOW ALL MEN BY THESE PRESENTS:
I
Safeco Insurance Company
That we, Primo Construction, Inc. as Principal and of America as Surety, are held and
firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Fi VP PprrFmt ('i %) of
the Total Amount Bid Dollars. for lhe payment of which the Principal and
the Surety bind themselves; their heirs, executors, administrators, successors and assigns, jointly and
severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
I
I
EASTERN CORRIDOR PHASE IJ
AREA 2
PROJECT 06-21
I
I. .. ~ ' '
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case
offailure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the
~dvertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force
,'alJd effect,and the Surety shall forthwith pay and forfeIt to the Obligee, as penalty and liquidated damages,
the-alnourit of this bond.
~ ~ I/'.
.'
r SIGNED, S
PF :i.mo_CojijS tr
:-\,..
May
.2009 .
I
I
V.P.
I
Kibble & Prentice, A USI Company
I
Surety
By: 7~ <<. ~
Mary A. Dobbs, Attorney-in-Fact
1601 5th Ave., Suite 2070,Seatt1e, WA 98101
Surety address
Phil Mundt (206) 515-2163.
Surely Contact and Phone Number
Agent
I
601 union Street, Suite 1000
Seattle, WA 98101-4064
Agent Address
Mary Dobbs (206) 441-6300
Agent Contact and Phone Number
I
Dated:
I
Received return 'of deposit in the sum of $
I
Page 17 Bid Security Transmittal Form
Provided to Builders Exchange of WA. Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
I
I
I
I
POWER
OF A HORNEY
Safeco Insurance Company of America
General Insurance Company of America
1001 4th Avenue
Suite 1700
Seattle, WA 98154
I
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
****************HEATHER ALLEN; MARY A. DOBBS; TERRI L. FRANKLIN; JEANNE M. HAGEL; PAMELA A. JARDINE;
ROXANA PALACIOS;STEVEN W. PALMER; PATRICIA L. RUSSELL; BONNY SMITH; ANGELA D. TON NON; HOLLY E.
ULFERS;Seattle,WA******************************************************************************************
No.
2364
I
I
its true and lawful attorney(s)-in-facl, 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.
I
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
26th
day of
January
2009
I
~~ ~ti41
.
\Am>>~~ .
I
Dexter R. Leqq, Secretary Timothy A. Mikolajewski, Vice President
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.
"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, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY
OF AMERICA, do hereby certify t1hat 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
I
I
this
29th
day of
May
2009
I
1M~ Pti41
I
Dexter R. Legg, Secretary
I
Safeco@and the Safeco logo are registered trademarks of Safeco Corporation.
$-0974/D8 1/09
WEB PDF
I
I
-------------------
~ .:.....:;;.~:...;:._..:.:J;;....~c...: ~.:::';:_____L__..:..:':""':___:""'~=___"'"k' ..r:""'7'~
~ ~--
~=..~.
Dl:.?AR~(MENT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BY LAW AS
CONSTCONT GENERAL
REGlST. # EXP. DATE
CCOI PRlMOC1l33P7 4/4/2011
EFFECTIVE DATE 1O/271I987
PRIMO CONSTRUCTION lNC
PO BOX 296
CARLSBORG W A 98324
((;\'
.I~..;,...:::;,,;:;.._~.;;..."""L-;1_~~._ _
- -. -"-0---', .-.;..
_._--_.....~.'-'-
.~,;;...~
. ---. .:.--
-----
~.~-
Detach And Display Cerritlcale _--J
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
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 LL~y of
between the City o~Angeles, a non-charter code, city of the State of Wash in
to as "the City," an (")('(\t) ~~.J.('lIDY)t~ (\~ ,
a , hereinafter referred to as "the Contractor."
by and
, hereinafter referred
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:
I. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Eastern Corridor Phase II, Area 2, Project 06-21
in accordance with and as described in Section 1-01.3 of the Washington State Department of
Transportation Standard Specifications, 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
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 forty 40 working days after
said notice to proceed, unless a different time frame is expressly provided in writing by the City.
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.
CITY OF PORT ANGELES
Project No.06-2I
II-I
May 2008
I
I
I
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).
I
I
I
I
I
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.
I
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.
I
I
5. Prevailing Wage Requirements.
I
I
The Contractor shall document compliance 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 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.
I
I
6.
Indemnification and Hold Harmless.
I
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials,
employees, and volunteers against and from any and all claims, injuries, damages, losses,
or lawsuits, 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. It is further provided that no liability shall attach to the City by reason of entering
into this Contract, except as expressly provided herein.
I
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
I
I
CITY OF PORT ANGELES
Project No.06-2I
B-2
May 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
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.
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.
Non-discrimination shall be in accordance with and as described in the Washington State
Department of Transportation Standard Specifications and the Special Provisions Division 1-07.11.
10.
Assignment.
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, nor
shall the Contractor subcontract any part of the services to be performed hereunder
without first obtaining the consent of the City.
CITY OF PORT ANGELES
Project NO.06-21
11-3
May 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
...
B.
The Contractor hereby assigns to the City any and all claims for overcharges resulting
from antitrust violations as to goods and materials purchased in connection with this
Contract, except as to overcharges resulting from antitrust violations commencing after
the date of the bid or other event establishing the price of this Contract. In addition, the
Contractor warrants and represents that each of its suppliers and subcontractors shall
assign any and all such ,claims for overcharges to the City in accordance with the terms of
this provision. The Contractor further agrees to give the City immediate notice ofthe
existence of any such claim.
11. Contract Administration.
This Contract shall be administered by Je.nn: \~ m\A.)e.l L on behalf of the Contractor
and by Eric C. Walrath. Proiect Manae:er on behalf of the City. Any written notices required
by the terms of this Contract shall be served or mailed to the following addresses:
<""
Contractor:
Vr\mD ~~6Y'\\j^-<:...
~lO ~\~~ ~~
~~'M , ~~. q~38:l
Interpretation and Venue.
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
City:
12.
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:
f\(. .
By:
l:i~ ~ -*, ~........
Mayor
Title~ f"€~\ J 2-('\ k
1ha~
khA
City ttorney
Attest:
&,~~
~ity ,erk' .'
CITY OF PORT ANGELES
Project No,06-21
1I-4
May 2008
I
I
I
CONTRACT BOND
Bond to the City of Port Angeles
Bond # 6620699
KNOW ALL MEN BY THESE PRESENTS:
I
That we, the undersigned, Primo Construction, Inc. as Principal, and
Safeco Insurance Company of America 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 $ 514 , 669.44
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.
I
I
Dated at
Seattle
, Washington, this ~ day of
July
,2009 .
I
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 06.21 ,and providing
for Eastern Corridor Phase II. Area 2 (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 ~day of July , 20~.
I
I
1
I
Safeco Insurance Company of America
I
I
Surety
~a.~
By Mary A. Dobbs
I
Attorney-in-Fact
~
By
\=>~4\r1J! .trU-
Title
Kibble & Prentice, A USI Company
601 Union Street, Suite 1000, Seattle, WA 98101
Title
I
1601 5th Ave., Suite 2070, Seattle, WA 98101
Surety Address
Agent Address
-I
Phil Mundt (206) 515-2163
Surety Contact and Phone Number
Mary Dobbs (206) 441':6300 or 1-800-776-0650
Agent Contact and Phone Number
I
1
CITY OF PORT ANGELES
Project No. 06-21
II-S
May 2008
I
I
I
I
~.~
POWER
OF A HORNEY
Safeco Insurance Company of America
General Insurance Company of America
1001 4th Avenue
Suite 1700
Seattle, WA 98154
I
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
****************HEATHER ALLEN; MARY A. DOBBS; TERRI L. FRANKLIN; JEANNE M. HAGEL; PAMELA A. JARDINE;
ROXANA PALACIOS;STEVEN W. PALMER; PATRICIA L. RUSSELL; BONNY SMITH; ANGELA D. TON NON; HOLLY E.
U L F E RS; Sea tt I e, W A *************************************************************************** ***************
No.
2364
I
I
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
this
26th
day of
January
2009
I
~*' ~'M1
.
\~~.
I
Dexter R. LeQQ, Secretary Timothy A. Mikolajewski, Vice President
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.
"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, Dexter R. Legg , Secretary of SAFECO 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 sc31 of said corporation
I
I
I
I
I
this
22nd
day of
July
2009
I
I
W-i11 ~'M1
Dexter R. Legg, Secretary
I
Safeco@ and the Safeco logo are regislered trademarks of Safeco Corporation.
S-0974/0S1/09
WEB POF
I
I
Client#: 322294
PRIMOCON3
ACORDTM
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DDIVYVY)
08/04/2009
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
ibble & Prentice, a USI Co.
.0. Box 370
Seattle, WA 98111
06 441-6300
Primo Construction Inc.
970 Carlsborg Road
Sequim, WA 98382-8391
INSURERS AFFORDING COVERAGE
INSURER A: Alaska National Insurance Company
INSURER B:
INSURER C:
INSURER D:
INSURER E:
NAIC#
38733
COVERAGES
I r 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.
If ~~~: TYPE OF INSURANCE POLICY NUMBER p~,N~~J~~~8m\E Pg'a'f: ,~~~~J\gN LIMITS
~NERAL LIABILITY 09DLS31604 04/01/09 04/01/10 EACH OCCURRENCE $1.000.000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $1 00 000
II I CLAIMS MADE [iJ OCCUR MED EXP (Anyone person) $5.000
X PD Ded: $5,000 PERSONAL & ADV INJURY $1 000.000
GENERAL AGGREGATE $2.000.000
I~ ~'L AGGR?ilE LIMIT APPlS PER: PRODUCTS - COMP/OP AGG $2.000.000
POLICY X ~~2;: LOC
~TOMOBILE LIABILITY 09DAS31604 04101/09 04101/1 0 COMBINED SINGLE LIMIT
~ ANY AUTO (Ea accident) $1,000,000
II ~ ALL OWNED AUTOS BODILY INJURY
$
SCHEDULED AUTOS (Per person)
-
~ HIRED AUTOS BODILY INJURY
$
II ~ NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
J ~AGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
A ::iJESS/UMBRELLA LIABILITY 09DLU31604 04101/09 04/01/1 0 EACH OCCURRENCE $2.000 000
II X OCCUR D CLAIMS MADE AGGREGATE $2.000.000
$
~ DEDUCTIBLE $
It X RETENTION $ 10 000 $
WORKERS COMPENSATION AND 09DLS31604 04/01/09 04101/1 0 I T"/-,~J(~~;" I IOJ~-
EMPLOYERS' LIABILITY W A 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
II If yes, describe under $1.000.000
SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT
OTHER
I ~SCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
rimo Job No. 901407 - Eastern Corridor Phase II; City Project 06-21. The
City of Port Angeles, its officers, officials, employees and volunteers
t~e Additional Insured and coverage is primary and non-contributory per
ttached endorsement. *10 days notice of cancellation for non-payment of premium
I FERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Port Angeles DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
il 321 E 5th St NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Port Angeles, W A 98362-0217 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
IlcORD 2 A;f:~~RIZED REPRE~J~ATI~. ~ L .A..
'J. ')t '...~
2001
5(
108) 1 of 2
#S39730711M3900556
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, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
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
#S3973071~3900556
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LUJ Alaska National
INSURANCE COMPANY
ADDITIONAL INSURED (CONTRACTORS) - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
This endorsement modifies insurance provided under the following:
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,
engineer's, or surveyor's rendering of or
failure to render any professional services
including:
i. the preparing, approving, or failing to
prepare or approve maps, drawings,
opinions, reports, surveys, change orders,
design or specifications; and
ANIC GL 1061 0308
Insured Copy
. 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 insurance 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
~ Alaska National
iil..t!tJI[J INSURANCE COMPANY
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
Policy No.
Insured
Endorsement No. 5
Countersigned By
ANIC GL 1061 0308
Insured Copy
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
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III -1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SPECIAL PROVISIONS
The following Special Provisions are made a part of this contract and supersede any conflicting
provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction,
and the foregoing Amendments to the Standard Specifications.
Several types of Special Provisions are included in this contract; General, Region, Bridges and
Structures, and Project Specific. Special Provisions types are differentiated as follows:
(date)
(Regions1 date)
(BSP date)
General Special Provision
Region Special Provision
Bridges and Structures Special Provision
General Special Provisions are similar to Standard Specifications in that they typically
apply to many projects, usually in more than one Region. Usually, the only difference
from one project to another is the inclusion of variable project data, inserted as a "fill-in".
Region Special Provisions are commonly applicable within the designated Region. Region
designations are as follows:
Regions 1
ER
NCR
NWR
OR
SCR
SWR
Eastern Region
North Central Region
Northwest Region
Olympic Region
South Central Region
Southwest Region
WSF
Washington State Ferries Division
Bridges and Structures Special Provisions are similar to Standard Specifications in that they
typically apply to many projects, usually in more than one Region. Usually, the only difference
from one project to another is the inclusion of variable project data, inserted as a "fill-in",
Project Specific Special Provisions normally appear only in the contract for which
they were developed,
INTRODUCTION TO THE SPECIAL PROVISIONS
(July 31, 2007 APWA GSP) .
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
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
1II-2
are made a part of the Contract Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from
various sources, which may have project-specific fill-ins; and project-specific Special
Provisions. Each Provision either supplements, modifies, or replaces the comparable
Standard Specification, or is a new Provision. The deletion, amendment, alteration, or
addition to any subsection or portion of the Standard Specifications is meant to pertain
only to that particular portion of the section, and in no way should it be interpreted that
the balance of the section does not apply.
The project-specific Special Provisions are not labeled as such. The GSPs are labeled
under the headers of each GSP, with the date of the GSP and its source; as follows:
"(May 18,2007 APWA GSP)"
"(August 7, 2006)" WSDOT GSP
Also incorporated into the Contract Documents by reference are:
· Manual on Uniform Traffic Control Devices for streets and Highways, currently
adopted edition, with Washington State modifications, if any
· Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA,
current edition
· City of Port Angeles' Urban Services Standards and Guidelines, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-3
I
I
I
I
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
~I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995)
This contract provides for the improvement of sidewalk and other work, all in
accordance with the attached Contract Plans, these Contract Provisions, and the
Standard Specifications.
1-01.3 Definitions
(September 12, 2008 APWA GSP)
This Section is supplemented with the following:
All references in the Standard Specifications to the terms "State", "Department of
Transportation", "Washington State Transportation Commission", "Commission", "Secretary
of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to
read "Contracting Agency".
All references to "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.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-4
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 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.
I
I
I
I
I
I
I
I
I
I
I
I
-I
I
I
I
I
I
I
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.
1 ~02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequaiification 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, financing, 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.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-02.2 Plans and Specifications
(October 1, 2005 APWA GSP)
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
2
Basis of Distribution
Furnished automatically upon
award.
Furnished only upon request.
2
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, 2005APWA GSP)
Delete this section and replace it with the following:
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.
The proposal form will identify the project and its location and describe the work. It will also list
estimated quantities, units of measurement, the items of work, and the materials to be furnished at
the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address,
telephone number, and signature; the bidder's D/MIWBE commitment, if applicable; a State of
Washington Contractor'sRegistration 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).
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111-6
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/MIWBE requirements are to
be satisfied through such an agreement.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
DIWIMBE requirements are to be satisfied through such an agreement.
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 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
(October 1,2005 APWA GSP)
Revise the first paragraph to read:
. Each proposal shall be submitted in a sealed envelope. with the Proiect Name and Proiect Number
as stated in the Advertisement for Bids clearly marked on the outside of the envelope. or as otherwise
stated in the Bid Documents, to ensure proper handling and delivery.
1-02.13 Irregular Proposals
(October 1, 2005 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not
used or is altered;
c. The completed proposal form contains any unauthorized additions,
-deletions, alternate bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
award, or enter into the contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
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
responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
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. Participants in
collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not Qualified for the work or to the
full extent of the bid, or to the extent that the bid exceeds the authorized preQualification
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 iudged from the standpoint of conduct of the
work: workmanship: proqress: affirmative action: eaual employment opportunity practices: or
Disadvantaqed 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 materials on past or current contracts;
g. The bidder has failed to complete a written publiC contract or has been convicted of a
crime arising 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
I
to be used,
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-8
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 Washington Contractor's Registration, or
Any other information or action taken that is deemed necessary to ensure that the bidder
is the lowest responsible bidder.
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions. incJudina the unsigned Form of Contract. will be available for
sianature by the successful bidder on the first business dav following award. The number of copies to
be executed by the Contractor will be determined bv the Contractina Aaencv.
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 materials 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 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(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 appiOved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance Commissioner,
3. 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
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-9
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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, material-person, 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 sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or
partner). If the Contractor is a corporation, the bond must be signed by the president or vice-
president, unless accompanied by written proof of the authority of the individual signing the bond
to bind the corporation (Le., corporate resolution, power of attorney or a letter to such effect by
the president or vice-president). .
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and
Addenda .
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): '
1. Addenda,
2. Proposal Form,
3. Special Provisions, includina APWA General Special Provisions. if they are included,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. WSDOT Standard Specifications for Road. BridQe and Municipal Construction,
7. Contractina Agency's Standard Plans (if any), and
8. WSDOT Standard Plans for Road. Brjdae. and Municipal Construction.
CONTROL OF WORK
1-05.4
Conformity With and Deviations from Plans and Stakes
Add the following two new sub-sections:
1-05.4(1) Roadway and Utility Surveys
(October 1, 2005 APWA GSP)
The Engineer shall furnish to the Contractor one time only all principal lines, grades, and
measurements the Engineer deems necessary for completion of the work. These shall
generally consist of one initial set of:
1. Slope stakes for establishing grading;
2. Curb grade stakes;
3. Centerline finish grade stakes for pavement sections wider than 25 feet; and
4. Offset points to establish line and grade for underground utilities such as water, sewers,
and storm.drains.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111- 10
On alley construction projects with minor grade changes, the Engineer shall provide only
offset hubs on one side of the alley to establish the alignment and grade.
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-05.4(2) Bridge and Structure Surveys
(October 1, 2005 APWA GSP)
For all structural work such as bridges and retaining walls, the Contractor shall retain as a
part of Contractor's organization an experienced team of surveyors.
The Contractor shall provide all surveys required to complete the structure, except the
following primary survey control which will be provided by the Engineer:
1. Centerline or offsets to centerline of the structure.
2. Stations of abutments and pier centerlines.
3. A sufficient number of bench marks for levels to enable the Contractor to set grades at.
reasonably short distances.
4. Monumehtsand control points as shown in the Plans.
The Contractor shall establish all secondary survey controls, both horizontal and vertical, as
necessary to assure proper placement of all project elements based on the primary control
points provided by the Engineer. Survey work shall be within the following tolerances:
Stationing +.01 foot ,
Alignment +.01 foot (between successive points)
Superstructure Elevations +.01 foot (from plan elevations)
Substructure Elevations +.05 foot (from plan elevations)
During the progress of the work, the Contractor shall make available to the Engineer all field
books including survey information, footing elevations, cross sections and quantities.
The Contractor shall be fully responsible for the close coordination of field locations
and measurements with appropriate dimensions of structural members being
fabricated.
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 suc~ 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.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by
the Contractor. Payment will be deducted by the Engineer from monies due. or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation.
compensation for additional professional services required, and costs for repair and replacement of
work of others destroyed or damaged by correction, removal, or replacement of the Contractor's
unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights provided by
this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's
right to pursue any other avenue for additional remedy or damages with respect to the Contractor's
failure to perform the work as required.
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's
request shall list the specific items of work that remain to be completed in order to reach physical
completion. The Engineer will schedule an inspection of the work with the Contractor to determine the
status of completion. The Engineer may also establish the Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the
Substantial Completion Date. If, after this inspection the Engineer does not consider the work
substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the
Contractor giving the reasons 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 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
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-12
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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
If action to correct. the listed deficiencies is not initiated within 7 days after receipt of the written notice
listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps
are necessary to correct those deficiencies pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency,' in writing, of the date upon which the work was considered physically complete. That date
shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the
work or that all the obligations of the Contractor under the contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore when the work involves the installation of machinery' or other mechanical
equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or
other similar work it may be desirable for the Engineer to have the Contractor operate and test the
work for a period of time after final inspection but prior to the physical completion date. Whenever
items of work are listed in the Contract Provisions for operational testing they shall be fully tested
under operating conditions for the time period specified to ensure their acceptability prior to the
Physical Completion Date. During and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not in first class operating
condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during
this period shall be tested under the observation of the Engineer, so that the Engineer may determine
their suitability for the purpose for which they were installed. The Physical Completion Date cannot be
established until testing and corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system being
tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, 'Labor and Equipment of Contractor
(May 25, 2006 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contiacting Agency evaluates the Contractor's qualifications pursuant to Section 1-
02.1. it will take these performance reports into account.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
ill-13 .
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-05.15 Method of Serving Notices
(October 10, 2008 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence to the Proiect Enoineer's office must be in paper format. hand delivered or
sent via mail delivery service. Electronic copies will be treated as informational only. and do
not constitute official notice.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the work, unless the contract includes power and water as a pay
item.
Add the following new section:
1-05.17 Oral Agreements
(OctobfJr1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,
either before or after execution of the contract, shall affect or. modify any of the terms or obligations
contained in any of the documents comprising the contract. Such oral agreement or conversation
shall be considered as unofficial information and in no way binding upon the Contracting Agency,
unless subsequently put in writing and signed by the Contracting Agency.
CONTROL OF MATERIAL
Buy America
Section 1-06 is supplemented with the following:
(August 6, 2007)
The major quantities of steel and iron construction material that is permanently
incorporated into the project shall consist of American-made materials only. Buy America
does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges,
steel scaffolding and falsework.
The Contractor may utilize minor amounts of foreign steel and iron in this project provided
the cost of the foreign material used does not exceed one-tenth of one percent of the total
contract cost or $2,500.00, whichever is greater.
American~made material is defined as material having all manufacturing processes
occurring domestically. To further define the coverage, a domestic product is a
manufactured steel material that was produced in one of the 50 States, the District of
Columbia, Puerto Rico, or in the territories and possessions of the United States.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
llI-14
b. Corrugating and rolling into culverts.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
If domestically produced steel billets or iron ihgots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product does
not conform to the Buy America requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not conform to the Buy
America requirements because the initial melting and mixing of alloys to create the material
occurred in a foreign country.
Manufacturing begins with the initial melting and mixing, and continues through the coating
stage. Any process which modifies the chemical content, the physical size or shape, or the
final finish is considered a manufacturing process. The processes include rolling,
extruding, machining, bending, grinding, drilling, welding, and coating. The action of
applying a coating to steel or iron is deemed a manufacturing process. Coating includes
epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or
enhances the value of steel or iron. Any process from the original reduction from ore to the
finished product con$titutes a manufacturing process for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced
iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen.
c. Electric furnace.
d. Direct reduction.
2~ Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into,cable or strand.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or
containing, steel or iron construction materials prior to such items being incorporated
into the permanent work. The certificationshall be on DOT Form 350-109EF provided
by the Engineer, or such other form the Contractor chooses, provided it contains the
same information as DOT Form 350-109EF.
LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-15
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
c
.
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 Washington Industrial
Safety and Health Act of 1973 (WISHA). .
The Contractor shall maintain at the project site office, or other well known place at the project site, all
articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and
make known to all employees, procedures for ensuring immediate removf\1 to a hospital, or doctor's
care, persons, including employees, who may have been injured on the project site. Employees
should not be permitted to work on the project site before the Contractor has established and made
-known procedures for removal of injured persons to a hospital or a doctOr's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure,
or improper maintenance, use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all persons and property in the
performance of the work. This requirement shall apply continuously, and not be limited to normal
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor's performance does not, and shall not, be intended to include review and adequacy of the
Contractor's safety measures in, on, or near the project site.
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following: .
1~07.2 State Sales Tax
(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.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts.
In some cases, however, state rl3iail sales tax will not be included. Seciion 1-07.2(3) describes this
exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all contract-related taxes have
been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of Revenue,
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 16
1-07.2(2) State Sales Tax - Rule 171
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
whether the amount owed relates to this contract or not. Any amount so deducted will be paid into
the proper State fund.
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).
State Taxes
Section 1-07.2 is supplemented with the following:
(March 13, 1995)
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply.
Permits And licenses
Section 1-07.6 is supplemented with the following:
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-17
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(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.
Wages
General
Section 1-07.9(1) is supplemented with the following:
(February 11, 2008)
The Federal wage rates incorporated in this contract have been established by the
Secretary of labor under United States Department of labor General Decision No.
WA080001.
(April 2, 2007)
Application of Wage Rates For The Occupation Of landscape Construction
. State prevailing wage rates for public works contracts are included in this contract and
show a separate listing for the occupation:
landscape Construction, which includes several different occupation descriptions
such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power.
Equipment Operators, and Landscaping or Planting laborers.
In addition, federal wage rates that are included in this contract may also include
occupation descriptions in Federal Occupational groups for work also specifically
identified with landscaping such as:
laborers with the occupation description, landscaping or Planting, or
Power Equipment Operators with the occupation description, Mulch Seeding
Operator.
If Federal wage rates include one or more rates specified as applicable to landscaping
work, then Federal wage rates for all occupation descriptions, specific or general, must
be considered and compared with corresponding State wage rates. The higher wage
rate, either State or Federal, becomes the minimum wage rate for the work performed
in that occupation.
Contractors are responsible for determining the appropriate ~rafts necessary to
perform the contract work. If a classification considered necessary for performance of
the work is missing from the Federal Wage Determination applicable to the contract,
the Contractor shall initiate a request for approval of a proposed wage and benefit rate.
The Contractor shall prepare and submit Standard Form 1444, Request for
Authorization of Additional Classification and Wage Rate available at
http://www.wdol.gov/docs/sf1444.pdf, and submit the completed form to the Project
Engineer's office.' The presence of a classification wage on the Washington State
, .
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III -18
Timetable
Goal
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Prevailing Wage Rates For Public Works Contracts does not exempt the use of form
1444 for the purpose of determining a federal classification wage rate.
Requir_ements For Nondiscrimination
Section 1-07.11 is supplemented with the following:
(March 6, 2000)
Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
Federal Equal Employment Opportunity Construction Contract Specifications set forth
herein.
2. The goals and timetables for minority and female participation set by the Office of
Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on all
construction work in the covered area, are as follows:
Women - Statewide
Until further notice 6.9%
Minorities - by Standard Metropolitan Statistical Area (SMSA)
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
. WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA
Lincoln, WA Pend Dreille; WA Stevens; WA Whitman.
Richland. WA
SMSA Counties:
Richland Kennewick, WA
WA Benton; WA Franklin.
Non-SMSA Counties
WA Walla Walla.
5.4
3.6
Yakima, WA:
SMSA Counties:
Yakima, WA 9.7
WA Yakima.
Non-SMSA Counties 7.2
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 19
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
. Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap;
WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA
Thurston; WA Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR-WA
W A Clark.
Non-SMSA Counties
W A Cowlitz;
4.5
3.8
WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on-site construction
workforce, regardless of whether or not part of that workforce is performing work on a
Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the Office of Federal
Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR
Part 60-4 shall be based on its implementation of the Equal Opportunity Clause,
specific affirmative action obligations required by the specifications set forth in 41 CFR
60-4.3(a), and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
contract, in each- construction craft and in each trade, and the Contractor shall make a
good faith effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from Contractor to Contractor or
from project to project for the sole purpose of meeting the Contractor's goal shall be a
violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4.
Compliance with the goals will be measured against the total work hours performed.
)
3. The Contractor shall provide written notification to the Engineer within 10 working days
of award of any construction subcontract in excess of $10,000 or more that are
Federally funded, at any tier for construction work under the contract resulting from this
solicitation. The notification shall list the name, address and telephone number of the
subcontractor; employer identification number of the subcontractor; estimated dollar'
amount of the subcontract; estimated starting and completion dates of the subcontract;
and the geographical area in which the contract is to be performed.
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract Specifications
(Executive Order 11246)
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
ill-20
(3) Asian or Pacific Islander, a person having origins in any of the
original peoples of the Pacific rim or ,the Pacific Islands, the
Hawaiian Islands and Samoa.
I
I
I
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
1. As used in these specifications:
a. Covered Area means the geographical area described in the solicitation from
which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance Programs,
United States Department of Labor, or any person to whom the Director
delegates authority;
c. Employer Identification Number means the Federal Social Security number
used on the Employer's Quarterly Federal Tax Return, U. S. Treasury
Department Form 941;
d. Minority includes:
(1) Black, a person having origins in any of the Black Racial Groups of
Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of
Mexican, Puerto Rican, Cuban, Central American, South American,
or other Spanish origin.
(4) American Indian or Alaskan Native, a person having origins in any of
the original peoples of North America, and who maintain cultural
identification through tribal affiliation or community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of
the work involving any construction trade, it shall physically include in each subcontract
in excess of $10,000 the provisions of these specifications and the Notice which
contains the applicable goals for minority and female participation and which is set
forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60~4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or
through an association, its affirmative action obligations on all work in the Plan area
(including goals and timetables) shall be in accordance with that Plan for those trades
which have unions participating in the Plan. Contractors must be able to demonstrate
their participation in and compliance with the provisions of any such Hometown Plan.
Each Contractor or Subcontractor participating in an approved Plan is individually
required to comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has employees.
The overall good faith performance by other Contractors or Subcontractors toward a
goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's
failure to take good faith effort to achieve the Plan goals and timetables.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 21
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4. The Contractor shall implement the specific affirmative action standards provided in
paragraphs 7a through 7p of this Special Provision. The goals set forth in the
solicitation from which this contract resulted are expressed as percentages of the total
hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered construction contractors performing
construction work in geographical areas where they do not have a Federal or federally
assisted construction contract shall apply the minority and female goals established for
the geographical area where the work is being performed. The Contractor is expected
to make substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a
union with whom the Contractor has a collective bargaining agreement, to refer either
minorities or women shall excuse the Contractor's obligations under these
specifications, Executive Order 11246, or the regulations promulgated pursuant
thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in
meeting the goals, such apprentices and trainees must be employed by the Contractor
during the training period, and the Contractor must have made a commitment to
employ the apprentices and trainees at the completion of their training, subject to the
availability of employment opportunities. Trainees must be trained pursuant to training
programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the Contractor's compliance with these specifications
shall be based upon its effort to achieve maximum results from its action. The
Contractor shall document these efforts fully, and shall implement affirmative action
steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the Contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other on-site
supervisory personnel are aware of and carry out the Contractor's obligation
to maintain such a working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, . provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its unions
have employment opportunities available, and maintain a record of the
organizations' responses.
c. Maintain a current file of the names, addresses and telephone numbers of
each minority and female off-the~street applicant and minority or female
referral from a union, a recruitment source or community organization and of
what action was taken with respect to each such individual. If such individual
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manua1\Area 2 Manual\Part 03.DOC
ill-22
was sent to the union hiring hall for referral and was not referred back to the
Contractor by the union or, if referred, not employed by the Contractor, this
shall be documented in the file with the reason therefor, along with whatever
additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement has
not referred to the Contractor a minority person or woman sent by the
Contractor, or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in training programs
for the area which expressly include minorities and women, including
upgrading program~ and apprenticeship and trainee programs relevant to the
Contractor's employment needs, especially those programs funded or
approved by the U.S. Department of Labor. The Contractor shall provide
notice of these programs to the sources compiled under 7b above.
1. Disseminate the Contractor's EEO policy by providing notice of the policy to
unions and training programs and requesting their cooperation in assisting
the Contractor in meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy with all
management personnel and with all minority and female employees at least
once a year; and by posting the company EEO policy on bulletin boards
accessible to all employees at each location where construction work is
performed.
g. Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other employment
decisions including specific review of these items with on-site supervisory
personnel such as Superintendents, General Foremen, etc., prior to the
initiation of construction work at any job site. A written record shall be made
and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female news
media, and providing written notification to and discussing the Contractor's
EEO policy with other Contractors and Subcontractors with whom the
Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written to minority, female and
, community organizations, to schools with minority and female students and to
minority and female recruitment and training organizations serving the
Contractor's recruitment area and employment. needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship
or other training by any recruitment source, the Contractor shall send written
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-23
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
notification to organizations such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority
persons and women and where reasonable, provide after school, summer
and vacation employment to minority and female youth both on the site and in
other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all minority and
female personnel for promotional opportunities and encourage these
employees to seek or to prepare for, through appropriate training, etc., such
opportunities.
m. Ensure that seniority practices, job classifications, work assignments and
other personnel practices, do not have a discriminatory effect by continually
monitoring all personnel and employment related activities to ensure that the
EEO policy and the Contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate or single-user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts
from minority and female construction contractors and suppliers, including
circulation of solicitations to minority and female contractor associations and
other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
8. Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts
of a contractor association, joint contractor-union, contractor-community, or other
similar group of which the Contractor is a member and participant, may be asserted as
fulfilling anyone or more of the obligations under 7a through 7p of this Special
Provision provided that the Contractor actively participates in the group, makes every
effort to assure that the group has a positive impact on the employment of minorities
and women in the industry, ensure that the concrete benefits of the program are
reflected in the Contractor's minority and female work-force participation, makes a
good faith effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrate the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor's and failure of such
a group to fulflll an obligation shall not be a defense for the Contractor's
noncompliance.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-24
10. The Contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and female,
and all women, both minority and non-minority. Consequently, the Contractor may be
in violation of. the Executive Order if a particular group is employed in substantially
disparate manner (for example, even though the Contractor has achieved its goals for
women generally, the Contractor may be in violation of the Executive Order if a specific
minority group of women is underutilized).
11. The Contractor shall not enter into any subcontract with any person or firm debarred
from Government contracts pursuant to Executive Order 11246.
12. The Contra~tor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspensions,
terminations and cancellations of existing subcontracts as may be imposed or ordered
pursuant to Executive Order 11246, as amended, and its implementing regulations by
the Office of Federal Contract Compliance Programs. Any Contractor who fails to
carry out such sanctions and penalties shall be in violation of these specifications and
Exeputive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement
specific affirmative action steps, at least as extensive as those standards prescribed in
paragraph 7 of this Special Provision, so as to achieve maximum results from its
efforts to ensure equal employment opportunity. If the Contractor fails to comply with
the requirements of the Executive Order, the implementing regulations, or these
specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related
activity to ensure that the company EEb policy is being carried out, to submit reports
relating to the provisions hereof as may be required by the government and to keep
records. Records shall at least include, for each employee, their name, address,
telephone numbers, construction trade, union affiliation if any, employee identification
number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per
week in the indicated trade, rate of pay, and locations at which the work was
performed. Records shall be maintained 'in an easily understandable and retrievable
form; however, to the degree that existing records satisfy this requirement, the
Contractors will not be required to maintain separate records.
\
15. Nothing herein provided shall be construed as a limitation upon the application of other
laws which establish different standards of compliance or upon the application of
requirements for the hiring of local or other area residents (e.g., those under the Public
Works Employment Act' of 1977 and the Community Development Block Grant
Program).
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 25 . ,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(September 17, 2007)
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to
this contract. The requirements of this contract are to encourage D8E participation, supply
a bidder's list, and to report race neutral accomplishments quarterly as described in this
special provision. No preference will be included in the evaluation of bids/proposals, no
minimum level of DBE participation shall be required as a condition for receiving an award
and bids/proposals will not be rejected or considered non~responsive on that basis.
DBE Goals ,
No DBE goals have been assigned as a part of this contract.
Affirmative Efforts to Solicit DBE Participation
DBE firms shall have equal opportunity to compete for and perform subcontracts which
the Contractor enters into pursuant to this contract. Contractors are encouraged to:
1. Advertise opportunities for Subcontractors or suppliers in a manner
reasonably designed to provide DBEs capable of performing the work with
timely notice of such opportunities. All advertisements should include a
provision encouraging participation by DBE firms and may be done through
general advertisements (e.g. newspapers, journals, etc.) or by soliciting
bids/proposals directly from DBEs.
2. Utilize the services of available minority community-based organizations,
minority contractor groups, local minority assistance offices and organizations
that provide assistance in the recruitment and placement of DBEs and other
small businesses.
In addition, the Office of Minority and Women's Business Enterprises has two
DBE Supportive Services Offices available to assist you as follows:
Seattle:
Tacoma:
(206) 553-7356
(253) 680-7393
3. Establish delivery schedules, where requirements of the contract allow, that
encourage participation by DBEs and other small businesses.
4. Achieve attainment through JOInt ventures.
In the absence of a mandatory goal, all DBE participation that is attained on this
project will be considered as "race neutral" participation and will be reported as such.
DBE Eligibility (for reporting purposes only)
Selection of DBEs: .
DBEs utilized on the contract will be eligible to be counted as race neutral
participation only if the firm is identified as a DBE on the current list of firms
certified by the Office of Minority and Women's Business Enterprises (OMWBE),
the DBE firm is certified in the corresponding NAICS code(s) for the type of work
to be performed, and the DBE firm performs a commercially useful function. A list
of firms certified by OMWBE, including the NAICS codes for which they are
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 26
certified, is available from that office and on line through their website
(www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704-1181.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Counting DBE Participation For .Reporting Race Neutral Accomplishments
When a DBE firm participates in a contract, only the value of the work actually
performed by the DBE will be counted as race-neutral participation.
1. Count the entire amount of the portion' of the contract that is performed by the
DBE's own forces. Include the cost of supplies and materials obtained by the
.DBE for the work of the contract, including supplies purchased or equipment
leased by the DBE(except supplies, materials, and equipment the DBE
Subcontractor purchases or leases from the Prime Contractor or its affiliate,
unless the Prime Contractor is also a DBE). Work performed by a DBE,
utilizing resources of the Prime Contractor or its affiliates will not be counted
as race-neutral participation. In very rare situations, a DBE firm may utilize
equipment and/or personnel from a non-DBE firm other thim the Prime
Contractor or its affiliates. Should this situation arise, the arrangement must
be short-term and have prior written approval from the Contracting Agency.
The arrangement must not erode a DBE firm's ability to perform a
Commercially Useful Function (See discussion of CUF, below).
2. Count the entire amount of fees or commissions charged by a DBE firm
for providing a bona fide service, such as professional, technical,
consultant,or managerial services, or for providing bonds or insurance.
3. When a DBE subcontracts part of the work of its contract to another firm,
the value of the subcontracted work may be counted as race neutral
participation only if the DBE's lower tier Subcontractor is also a DBE.
Work that a DBE Subcontracts to a non-DBE firm does not count as race
neutral participation.
4. When a non-DBE subcontractor further subcontracts to a lower-tier
subcontractor or supplier who is a certified DBE, then that portion of the
work further subcontracted may be counted toward the DBE goal, so long
as it is a distinct clearly defined portion of the work of the subcontract that
the DBE is performing with its own forces in a commercially useful
function.
DBE Prime Contractor
A DB.E prime Contractor may only count the work performed with its own forces and
the work performed by DBE Subcontractors and DBE suppliers.
Joint Venture
When a DBE performs as a participant in a joint venture, only that portion of the total
dollar value of the contract equal to the distinct, clearly defined portion of the work that
the DBE performs with its own forces will count as race neutral participation.
Commercially Useful Function
Payments to a DBE firm will count as race neutral participation only if the DBE is
performing a commercially useful function on the contract.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 27
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. A DBE performs a commercially useful function when it is responsible for
execution of the work of the contract and is carrying out its responsibilities by
actually performing, managing, and supervising the work involved. To perform
a commercially useful function, the DBE. must also be responsible, with
respect to materials and supplies used on the contract, for negotiating price,
determining quality and quantity, ordering the material, installing (if
applicable) and paying for the material itself. Two party checks are not
allowed.
2. A DBE does not perform a commercially useful function if its role is limited to
that of an extra participant in a transaction, contract, or project through which
funds are passed in order to obtain the appearance of DBE participation.
Trucking
Use the following factors in determining whether a DBE trucking company is
performing a commercially useful function:
1. The DBE must be responsible for the management and supervision of the
entire trucking operation for which it is listed on a particular contract.
2. The DBE must itself own and, with its own workforce, operate at least one
fully licensed, insured, and operational truck used on the contract.
3. The DBE receives credit only for the total value of the transportation services
it provides on the contract using trucks it owns or leases, licenses, insures,
and operates with. drivers it employs.
4. For purposes of this' paragraph a lease must indicate that the DBE has
exclusive use of and control over the truck. This does not preclude the leased
truck from working for others during the term of the lease with the consent of
the DBE, so long as the lease gives the DBE absolute priority for use of the
leased truck. Leased trucks must display the name and . identification
number of the DBE.
5. The DBE may lease trucks from another DBE firm, including an owner-
operator who is certified as a DBE. The DBE who leases trucks from another
DBE may report race-neutral participation for the total value of the
transportation services the lessee DBE provides on the contract.
6. The DBE may also lease trucks from a non-DBE firm and may enter an
agreement with an owner-operator who is a non-DBE. The DBE who leases
trucks from a non-DBE or employs a non-DBE owner-operator is entitled to
count race-neutral participation only for the fee or commission it receives as a
result of the lease arrangement. The DBE may not count the total value of
the transportation services provided by the lessee, since these services are
not provided by a D~E.
7. In any lease or owner-operator situation, as described in paragraphs 5 & 6
above, the following rules shall apply: .
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 28 .
. A written lease/rental agreement on all trucks leased or rented,
showing the true ownership and the terms of the rental must be
submitted and approved by the Contracting Agency prior to the
beginning of the work. The agreement must show the lessor's
name, trucks to be leased, and agreed upon amount or method of
payment (hour, ton, or per load). All lease agreements shall be for a'
long-term relationship, rather than for the individual project. Does
not apply to owner-operator arrangements.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. Only the vehicle, (not the operator) is leased or rented. Does not
apply to owner-operator arrangements.
8. In order for payments to be counted as race-neutral participation, DBE
trucking firms must be covered by a subcontract or a written agreement
approved by WSDOT prior to performing their portion of the work.
Expenditures paid to other OBfs
Expenditures paid to other DBEs for materials or supplies may be counted toward race
neutral participation as provided in the following:
Manufacturer
1. Counting
If the materials or supplies are obtained from a DBE manufacturer, count 100
percent of the cost of the materials or supplies toward race neutral
participation.
2. Definition
To be a manufacturer, the firm operates or maintains a factory or
establishment that produces, on the premises, the materials, supplies,
articles, or equipment required under the contract and of the general
character described by the specifications.
3. . In order to receive credit as a DBE manufacturer, the firm must have received
an "on-site" review and been approved by WSDOT-OEO to operate as a DBE
Manufacturing firm. To schedule a review, the manufacturing firm must
submit a written request to WSDOT/OEO and may not receive race neutral
credit, until the completion of the review. Once a firm'~ manufacturing
process has been approved in writing, it is not necessary to resubmit the firm
for approval unless the manufacturing process has substantially changed.
Information on approved manufacturers may be obtained from WSDOT-OEO.
Regu!ar Dea!er
1. Counting
If the materials or supplies are purchased from a DBE regular -dealer, 60
percent of the cost of the materials or supplies will count toward race neutral
participation.
2. Definition
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 29
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
a) To be a regular dealer, the firm must own, operate or maintain a store,
warehouse, or other establishment in which the materials, supplies,
articles or equipment of the general character described by the
specifications and required under the contract are bought, kept in stock,
and regularly sold or leased to the public in the usual course of business.
It must also be an established, regular business that engages, as its'
principal business and under its own name, in the purchase and sale or
lease of the products in question.
b) A person may be a regular dealer in such bulk items as petroleum
products, steel, cement, gravel, stone, or asphalt without owning,
operating, or maintaining a place of business, as provided ,elsewhere in
this specification, if the person both owns and operates distribution
equipment for the products. Any supplementing of regular dealers' own
distribution equipment shall be by a long-term lease agreement and not
on an ad hoc or contract~by~contract basis.
c) Packagers, brokers, manufacturers' representatives, or other persons
who arrange or expedite transactions are not regular dealers.
3. Regular dealer status is granted on a contract-by-contract basis. To obtain
regular dealer status, a formal written request must be made by the interested
supplier (potential regular dealer) to WSDOT/OEO. Included in the request
shall be a full description of the project, type of business operated by the
DBE, and the manner the DBE will operate as a regul~r dealer on the specific
contract. Rules applicable to regular dealer status are contained in 49 CFR
Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO,- the DBE
supplier requesting it will be notified in writing whether regular dealer status
was approved.
Materials or Supplies Purchased from a DBE
With respect to materials or supplies purchased from a DBE who is neither a
manufacturer nor a regular dealer, the entire amount of fees or commissions
charged for assistance in the procurement of the materials and supplies or fees or
transportation charges for the delivery of materials or supplies required on a job
site may be counted as race neutral participation. No part of the cost of the
materials and supplies themselves may be applied as race neutral participation.
Procedures Between Award and Execution
After award of the contract, the successful bidder shall provide the additional
information described below. A failure to comply shall result in the forfeiture of the
bidder's proposal bond or deposit. .
A list of all firms who submitted a bid or quote in an attempt to participate in this project
whether they were successful or not. Include the correct business name, federal
employer identification number (optional) and a mailing address.
The firms identified by the Contractor may be contacted to solicit general information
as follows:
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-3D
1. age of the firm
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. average of its gross annual receipts over the past three-years,
Procedures After Execution
Reporting
The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE
Participation" (actual payments) on a quarterly basis for any calendar quarter in
which DBE work is accomplished or upon completion of the project, as
appropriate. The quarterly reports are due on January 20th, April 20th, July 20th,
and October 20th of each year. The dollars reported will be in accordance with the
"Counting DBE Participation For Reporting Race Neutral Participation"
section of this specification.
In the event that the payments to a DBE have been made by an entity other than
the Prime Contractor (as in the case of a lower-tier subcontractor or supplier),
then the Prime Contractor shall obtain the quarterly report, including the signed
affidavit, from the paying entity and submit the report to the Contracting Agency.
Payment
Compensation for all costs involved with complying with the conditions of this
specification and any associated DBE requirements is included in payment for the
associated contract items of work.
(March 13, 1995)
Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and
the amendments thereto supersede any conflicting . provisions of the Standard
Specifications and are made a part of this contract; provided, however, that if any of the
provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,
then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHVvA 1273 and amendments thereto in each subcontract, together with the wage
rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each
subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in
any' lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that
this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for'
subcontractors and lower tier subcontractors. For this purpose, upon request to the Project
Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments
thereto, the applicable wage rates, and this Special Provision.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03,OOC
III - 31
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-07.18
Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(May 10, 2006 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall obtain the insurance described in this section from insurers approved
by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be
provided by an insurer with a rating of A-: VII or higher in t~e AM. Best's Key Rating Guide,
which is licensed to do business in the state of Washington (or issued as a surplus line by a
Washington Surplus lines broker). The Contracting Agency reserves the right to approve or
reject the insurance provided, based on the insurer (including financial condition), terms and
coverage, the Certificate of Insurance, and/or endorsements.
B. The Contractor shall keep this insurance in force during the term of the contract and for
thirty (3D) days after the Physical Completion date, unless otherwise indicated (see C.
below).
C. If any insurance policy is written on a claims made form, its retroactive date, and that of all .
subsequent renewals, shall be no later than the effective date of this Contract. The policy
shall state that coverage is claims made, and state the retroactive date. Claims-made form
coverage shall be maintained by the Contractor for a minimum of 36 months following the
Final Completion or earlier termination of this contract, and the Contractor shall annually
provide the Contracting Agency with proof of renewal. If renewal of the claims made form of
coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase
an extended reporting period ("tail") or execute another form of guarantee acceptable to the
Contracting Agency to assure financial responsibility for liability for services performed.
D. The insurance policies shall contain a "cross liabilitt provision.
E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-
contributory insurance as respects the Contracting Agency's insurance, self-insurance, or
insurance pool coverage.
F. All insurance policies and Certificates of Insurance shall include a requirement
providing for a minimum of 30 days prior written notice to the Contracting Agency of
any cancellation in any insurance policy.
G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified
copy of the insurance policy{s).
H. The Contractor shall not begin work under the contract until the required insurance has been
obtained and approved by the Contracting Agency.
I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the Contracting Agency may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all premiums
in connection therewith, with any sums so expended to be repaid to the Contracting Agency
,
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 32
on demand, or at the sole discretion of the Contracting Agency, offset against funds due the
Contractor from the Contracting Agency.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of
the contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Professional Liability and Workers Campensation,
shall name the following listed entities as additional insured(s):
· the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
The above-listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Cantractor, whether primary, excess, contingent ar otherwise, irrespective of
whether such limits maintained by the Contractor are greater than those required by this
Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor
pursuant to. 1-07.18(3) describes limits lower than those maintained by the Contractor.
1-07.18(3) Subcontractors
Contractor shall ensure that each subcontractor of every tier obtains and maintains at a
minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)8. Upon request
of the Contracting Agency, the Contractor shall provide evidence of such insurance.
1-07.18(4) Evidence of Insurance
The-Contractor shall deliver to. the Contracting Agency a Certificate(s) of Insurance and
endorsements for each palicy af insurance meeting the requirements set forth herein when the
Cantractor delivers the signed Contract for the work. The certificate and endorsements must
confarm to the fallowing requirements:
1. An ACORD certificate or a farm determined by the Cantracting Agency to be equivalent.
2. Copies of all endorsements naming Contracting Agency and all ather entities listed in 1-
07.18(2) as Additionallnsured(s}, showing the policy number. The Contractor may submit a
copy of any blanket additional insured clause from its policies instead of a separate
endorsement. A statement of additional insured status on an ACORD Certificate of
Insurance shall not satisfy this requirement.
3. Any other amendatory endorsements to show the caverage required herein.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set farth belaw. Providing
coverage in these stated minimum limits shall no.t be construed to relieve the Cantractor from
liability in excess of such limits. All deductibles and self-insured retentians must be disclosed
and are subject to approval by the Contracting Agency. The cost of any claim payments falling
within the deductible shall be the respansibility of the Contractor.
1-07.18(5)A Commercial General Liability
A policy of Cammercial General Liability Insurance, including:
Per project aggregate
Premises/Operations Liability
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111-33
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Products/Completed Operations - for a period of one year following final acceptance of the
work.
Personal/Advertising Injury
Contractual Liability
Independent Contractors Liability
Stop Gap / Employers' Liability
Explosion, Collapse, or Underground Property Damage (XCU)
Blasting (only required when the Contractor's work under this Contract includes exposures
to which this specified coverage responds)
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$1,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury, each offence
Stop Gap I Employers' Liability
$1,000,000 Each Accident
$1,000,000 Disease - Policy Limit
$1,000,000 Disease - Each Employee
1-07.18(5)8 Automobile Liability
Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90
endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such
policy(ies) must provide the following minimum limit:
$1,000,000 combined single limit
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the Industrial
Insurance laws of the state of Washington.
1-07.23(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 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:
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 34
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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 oaths within the project limits, keeping them open, and in good, clean, safe condition
at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's
expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor
when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also
maintain roads. streets, sidewalks, and oaths 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.
Construction Under Traffic
Section 1-07.23(1) is supplemented with the following:
(April 2, 2007)
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours.
The WZCZ applies only to temporary roadside objects introduced by the Contractors
operations and does not apply to preexisting conditions or permanent Work. Those.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111-35
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
work operations that are actively in progress shall be in accordance with adopted and
approved Traffic Control Plans, and other contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ unless
. they are protected by permanent guardrail or temporary concrete barrier. The use of
temporary concrete barrier shall be permitted only if the Engineer approves the
installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only construction
vehicles absolutely necessary to construction shall be allowed within the WZCZ 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 WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows:
Posted Speed Distance
From Traveled
Way (Feet)
35 mph or less 10 *
40 mph 15
45 to 55 mph 20
60 mph or greater 30
* or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
(August 7. 2006)
Lane closures are subject to the fOllowing restrictions:
*** First Street lane closures ***
If the Engineer determines the permitted closure hours adversely affect traffic, the
Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in
writing of any change in the closure hours.
No lane .closures will be allowed on a holiday or holiday weekend, or after 12:00 PM
(noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday,
Saturday, Sunday or Monday are considered a holiday weekend.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-36
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This inc[u'des
entry onto easements and private property where private improvements must be adjusted.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 shalf 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 during 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.
Whenever any of the work is accomplished on or through property other than public right of way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements may be included in the Contract Provisions or made available to the Contractor as soon
as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are
so noted in the Plans. The Contractor shalf 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.
The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this contract. The statement shall be signed by the private property
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111-37
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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) PreconstructionConference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be invited.
The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected
by the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals. etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
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 a-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 a-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 a-hour period between 7:00 a.m. and 6:00 p.m. is not
N:\PROJE:CTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
llI-38
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal-aid Projects (Form 420-004).
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 9:00 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 may
include, but are notlimited 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.
Subcontracting
Section 1-08.1 is supplemented with the following:
(October 12,1998)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement
between the Contractor and the subcontractor or between the subcontractor and any lower
tier subcontractor has been executed. This certification shall also guarantee that these
subcontract agreements include all the documents required by the Special Provision
Federal Agency Inspection.
A subcontractor or lower tier subcontractor will not be permitted to perform any work under
the contract until the following documents have been completed and submitted to the
Engineer:
The Contractor's records pertaining to the requirements of this Special Provision shall be
open to inspection or audit by representatives of the Contracting Agency during the life of
the contract and for a period of not less than three years after the date of acceptance of the
contract. The Contractor shall retain these records for that period. The Contractor shall
also guarantee that these records of all subcontractors and lower tier subcontractors shall
be available and open to similar inspection or audit for the same time period.
N:\PROJECTS\06-21 Eastem Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 39
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 C1iven after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed by the ContractinCl AClency. The Contractor
shall not commence with the work until the Notice to Proceed has been given by the Enaineer. 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.
1-08.5
Time for Completion
(March 13, 1995)
Section 1-08.5 is supplemented with the following:
This project shall be physically completed within 40 working days.
(June 28, 2007 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is physically
complete. If substantial completion has been granted and all the authorized working days have been
used. charging of working days will cease. Each week the Engineer will provide the Contractor a
statement that shows the number of working days: (1) charged to the contract the week before; (2)
specified for the physical completion of the contract; and (3) remaining for the physical completion of
the contract. The statement will also show the nonworking days and any partial or whole day the
Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the
Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and
amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be
deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day
and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked
would ordinarily be charged as a working day then the fifth day of that week will be charaed as a
workina day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract after all the
Contractor's obligations under the contract have been performed by the Contractor. The following
events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111-40
law, to allow the Contracting Agency to process final acceptance of the contract. The following
documents must be received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (Federal-aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBEIWBE Participants or Quarterly
Report of Amounts Credited as DBE Participation, as required by the Contract
Provisions.
d. Final Contract Voucher Certification
e. Property owner releases per Section 1-07.24
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.
1-09.9 Payments
(October 10,' 2008 APWA GSP)
Revise the first paragraph to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment. For items Bid as lump sum, with a bid price of more
than or equal to $20,000, 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 conference.
Delete the third paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction conference.
N:\PROJECTS\06c21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III -41
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the work
are tentative, and made only for the purpose of determining progress payment. The
progress estimates are subject to change at any time prior to the calculation of the Final
Payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form - the approximate quantity of acceptable units of work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form - partial payment for lump sum Bid items will be a
percentage of the price in the Proposal based on the Engineer's determination of the
amount of Work performed, with consideration given to, but not exclusively based on,the
Contractor's lump sum breakdown for that item.
3. Materials on Hand - 100 percent of invoiced cost of material delivered to Job site or
other storage area approved by the Engineer.
4. Change. Orders - entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance or
an admission by the Contracting Agency that any work has been satisfactorily completed.
The determination of payments under the contract will be final in accordance with Section
1-05.1.
. .
Payments will be made by warrants, issued by the Contracting Agency's fiscal officer,
against the appropriate fund source for the project. Payments received on account of work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
Traffic Control Management
1-10 TEMPORARY TRAFFIC CONTROL
1 ~1 0.1 (2) Description
(May 25, 2006 APWA GSP)
Revise the third paragraph to read:
The Contractor shall. provide signs and other traffic control devices not otherwise
specified as being furnished by the Contracting Agency. The Contractor shall erect
and maintain aU construction signs, warning signs, detour signs, and other traffic
control devices necessary to warn and protect the public at all times from injury or
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-42
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, W A 98109
1-800-521-0778 or
(206) 382-4090
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
damage as a result of the Contractor's operations which may occur on highways,
roads, streets. sidewalks. or paths. No work shall be done on or adjacent to any
traveled way until all necessary signs and traffic control devices are in place.
General
(December 1, 2008)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TeS card and WSDOT training curriculum is recognized in
the State of Washington. The Traffic Control Supervisor shall be certified by one of the
following: '
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, W A 98346
(360) 297-3035
The American Traffic Safety Services Association
1,5 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
Measurement
(August 2, 2004)
Section 1-10.4(1) is supplemented with the following:
The proposal contains the item "Project Temporary Traffic Control;" lump sum. The
provisions of Section 1~10.4(1) shall apply.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project ManuaJ\Area 2 Manual\Part 03.DOC
III-43
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:
As necessary for workspace and to allow for installation of the planned work and when
and where specifically indicated on the plans.
Payment
(January 5, 1998)
The first and second paragraphs of Section 2-01.5 are revised to read as follows:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
they are included in the proposal:
All costs for clearing and grubbing on this project shall be included in the unit bid price
for "Clearing and Grubbing, Lump Sum"..
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Description
(March 13, 1995) "
Section 2-02.1 is supplemented with the following:
This work shall consist of removing miscellaneous items identified below.
Removal of Pavements, Sidewalks, Curbs, Gutters, Obstructions
Construction Requirements
Section 2-02.3"is supplemented with the following:
(September 8, 1997)
The approximate thickness of the Concrete pavement is 8"-10".
The approximate thickness of the Asphalt pavement is 1" to 5".
(See coring log on Plan Sheet C-11)
Measurement
Section 2-02.4 is supplemented with the following:
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 44
"Remove Cement Concrete Driveway", per square yard
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Sidewalk removal will be measured by the square yard.
Curb removal will be measured by the linear foot.
Existing bollard removal will be measured per each
Driveway removal will be measured by the square yard
Concrete structure removal will be measured per each
Asphalt concrete pavement removal will be measured per square yard
Catch basin removal will be measured per each
Sign relocation will be measured per each
Payment
Section 2-02.5 is supplemented with the following:
"Remove Cement Concrete Sidewalk", per square yard.
I
"Remove Cement Concrete Curb", per linear foot.
"Remove Exist. Bollard", per each
"Remove Cement Concrete Structure", per each
"Remove Asphalt Concrete Pavement", per square yard
"Remove Catch Basin", per each
"Relocate Sign", per each
Haul and disposal of as well as any necessary equipment, labor, materials, sawing,
breaking, planing, and/or grinding shall be made and shall be included in the unit
contract bid price for removing any item identified for removal in this section and in
the plans.
Demo........ 0": ~1......ew".lk~ .....n..... p...v.....m...n~~ ~h.....'II.n^lud..... "'II co~t~ aro-ro-ocl....te,.,J wl'~h
'''1.' veil I;::>> U a;::>> a IU a t;;11 t;; IL;::>> ;:) IClI '"' v CI I ;:) ~.;).;) CI \,A l I
removing and either disposing of, and/or salvaging, appurtenant facilities such as
manhole lid and frames, handholes, access portals, valve boxes and covers,
conduit, etc., as indicated on the drawings or directed by the Engineer.
All debris, saw slurry, and grindings shall be prevented from entering any drainage
system and shall be removed from the project area and shall be included in the unit
bid contract price for removing any item identified for removal in this section.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-45
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All work and material associated with any fill required per Section 2-02.3(2) shall be
included in the cost for removing any item identified for removal in this section.
No distinction shall be made between curbs with or without integral gutters or curbs
that are an integral part of the concrete roadway. If the gutter is not an integral part
of the curb, or the curb is an integral part of the roadway, a portion of the pavement,
within the roadway and adjacent to the curb, one foot in width shall be removed and
included in the unit bid contract price for "Remove Cement Concrete Curb".
The last sentence of Section 2-02.5 is replaced with the following:
Excavation areas are indicated on the plans. The removal of pavement of any
type lying within an excavation area will be included in the quantity removed
in roadway excavation. No separate payment shall be made for pavement
sawing or any other cost associated with removing pavements lying within an
excavation area.
ROADWAY EXCA V A TION AND EMBANKMENT
Measurement
Section 2-03.4 is revised by following:
The third, fourth and fifth sentences of the first paragraph are deleted.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-46
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
HOT MIX ASPHALT
Construction Requirements
Soil Residual Herbicide
The first sentence of Section 5-04.3(5)D is replaced with the following:
Soil residual herbicide shall be applied in areas to be paved with granular base.
Application of soil residual herbicide shall not be required in areas of non-granular base
such as paving over cement concrete, asphalt treated base, or controlled density fill.
Acceptance Sampling and Testing ~ HMA Mixture
(January 5, 2004)
Section 5-04.3(8)A is supplemented with the following:
Commercial HMA Evaluation
The following HMA wili be accepted by commercial HMA evaluation:
Commercial HMA for Patching
HMA Class W' PG64-22
Control
Section 5-04.3(10)8 is deleted
Joints
Section 5-04.3(12) is supplemented with the following:
HMA utilized in the construction of the feathered connections shall be modified by
eliminating the coarse aggregate from the mix at the Contractor's plant or the
commercial source or by raking the joint on the roadway, to the satisfaction of the
Engineer. -
All cold joints, whether they are butt or lap joints, shall be sealed on the surface at the
joint with AR-4000.
Surface Smoothness
(January 5, 2004)
The second sentence of Section 5-04.3(13) is revised to read:
The completed surface of the wearing course shall not vary more than 1/4 inch from
the lower edge of a 1 O-footstraightedge placed on the surface parallel to centerline.
Measurement
Section 5-04.4 is revised as follows:
No specific unit of measure will apply to Temporary Pavement Marking
No specific unit of measure will apply to Removing Temporary Pavement
Marking
Measurement
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
111-47
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
Section 5-04.5 is revised as follows:
The unit Contract price per ton for "Commercial HMA for Patching" and "HMA
Class W' PG64-22" shall be full pay for, application of soil residual herbicide,
sealing of joints, temporary pavement marking, and removing temporary
pavement marking.'
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-48
DIVISION 6
STRUCTURES
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
CONCRETE STRUCTURES
Construction Requirements
Commercial Concrete
Section 6-02.3(2)B is supplemented with the following:
Where concrete Class 4000 is specified fordriveways, acceptance shall be as
specified in Section 6~02.3(5)A for Commercial Concrete.
N:\PROJECTS\06-21 Eastern Corndor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 49
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 pavement sawing, pavement removal, excavation and disposal
of excavated material, pavement restoration, and restoration of any other existing
facilities damaged or destroyed during construction
MANHOLES, INLETS. CATCH BASINS, AND DRYWEllS
Description
(******)
Section 7-05.1 of the Standard Specifications shall be supplemented by the following:
The work also consists of installing downspout drains in accordance with the Plans,
Specifications, and in conformity to the lines and grades shown in the Plans or
established by the Engineer. .
Materials
Section 7~05.2, Materials, is supplemented with the following:
Grates and solid covers shall be standard bolt down type.
Construction Requirements
Section 7-05.3, Construction Requirements, is supplemented with the following:
Where shown on the Plans, or directed by the Engineer, the Contractor shall install catch
basin of the type indicated in the plans. Combination inlet hoods and catch basin
grates shall have stamped on them the words "Drains to Streams".
Connections to existing drainage structures shall be made utilizing a grout collar with
rubber gasket appropriate to the size and material of the connecting pipe.
Measurement
Section 7-05.4, Measurement, is supplemented with the following:
Catch Basin Type I with Combination Inlet Frame & Grate will be measured per each.
Payment
Section 7-05.5 Payment, is supplemented with the following:
"Catch Basin Type' with Combination Inlet Frame & Grate", per each.
Pavement sawing, pavement removal, excavation and disposal of excavated material,
controlled denSity backfill, pavement restoration, and restoration of any other existing
facilities damaged or destroyed during construction, for "Catch Basin Type I, with
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-50
Material necessary to modify the connection to the main and reconnect to the existing
lateral line, pavement sawing, pavement removal, excavation and disposal of excavated
material, controlled density backfill, pavement restoration, and restoration of any other
existing facilities damaged or destroyed during construction, for "Modify Sewer Lateral
Connection" is considered incidental to and shall be included in the lump sum contract
price.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Combination Inlet Frame & Grate", is considered incidental and shall be included in the
unit contract price.
VALVES FOR WATER MAINS
Adjust Water Valve Box
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
by the Contractor at no added cost to the City and to the satisfaction of the Engineer.
Should the existing box be found unsuitable for adjustment, the Contractor shall supply
and install a new box at no additional cost to the City.
/'
Measurement
Section 7-12.4, Measurement, is supplemented with the following:
Measurement for "Adjust Water Valve Box" shall be per each box actually adjusted.
Payment
Section 7-12.5, Payment, is suppl~mented with the following:
The unit contract price per each for "Adjust Water Valve Box" shall be full pay for
performing the work as specified including all costs necessary for restoration of adjacent
areas in a manner acceptable to the Engineer.
SIDE SEWERS
Construction Requirements
Section 7-18.3, Construction Requirements, is supplemented with the following:
Modification of the side sewer connection as indicated in the plans shall include all work
and materials to expose and modify the connection and all work and materials to restore
areas damaged by the construction.
Measurement
Section 7-18.4, Measurement, is supplemented with the following:
No specific unit of measure shall apply to the lump sum item of modify sewer lateral
connection.
Payment
Section 7-18.5 Payment, is supplemented with the following:
'''Modify Sewer Lateral Connection", lump sum.
N:\PROJECTS\06-21 Eastern CorridOf Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 51
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
Measurement
The first sentence of section 8-01.4 is deleted.
Payment
Section 8-01.5 is revised as follows:
"ESC Lead" J per day is deleted
The work performed by the ESC Lead shall be included in the unit contract price for
"Inlet Protection".
ROADSIDE RESTORATION
Description
Section 8-02.1 is replaced with the following:
This work consists of placing compost and grass seed in grassy areas disturbed by
construction. These areas shall include, but not be limited to, cut slopes, and
excavations necessary for construction of form work.
Materials
Section 8-02.2 is replaced with the following:
Materials shall meet the requirements of the following:
Compost 9-14.4(8)
Grass Seed 9-14.2
Construction Requirements
Section 8-02.3 is replaced with the following:
A minimum of 2" and a maximum of 4" of compost shall be placed in previously grassy
areas disturbed by construction and any other area as indicated on the plans. Grass
seed shall be mixed into the compost prior to application or raked into the compost
immediately following application.
Measurement
Section 8-02.4 is replaced with the following:
No s'pecific unit of measure shall apply to the lump sum item of roadside restoration.
Payment
Section 8-02.5 is replaced with the following:
"Roadside Restoration", lump sum, shall be full pay for all work and materials required to
perform the work described in this section.
CURBS, GUTTERS, AND SPILLWAYS
Payment
Section 8-04.5 of the Standard Specifications is supplemented with the following:
Pavement sawing, excavation and disposal of excavated material, backfill, and
restoration of any other existing facilities damaged or destroyed during construction, for
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 52
"Cement Cone. Traffic Curb and Gutter", "Cement Cone. Traffic Curb", and "Cement
Cone. Pedestrian Curb", is considered incidental and shall be included in the unit
contract price. . .
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CEMENT CONCRETE DRIVEWAY ENTRANCE.
Payment
Section 8-06.5 is supplemented with the following:
"Cement Cone. Driveway Entrance", per square yard
Payment for any item in this section shall include all necessary pavement sawing,
excavation, including excavation of cut slopes, disposal of excavated material,
application of soil residual herbicide, backfill of voids required for forming, restoration of
any other existing facilities damaged or destroyed during construction.
GUARDRAIL
Measurement
Section 8-11.4 is revised as follows:
. Measurement of removal of guardrail will be by the linear foot measured along the line of
the guardrail removed including transition sections, expansion sections, terminal
sections, and anchors.
No specific unit of measure shall apply to beam guardrail non-flared terminal. The
length of beam guardrail type 2 shall be measured as indicated in WSDOT Standard
Plan C-4e, .
Payment
Section 8-11.5 is supplemented with the following:
Payment for "Beam Guardrail Type 2". per linear foot, shall include the installation of non-flared
terminal ends.
CEMENT CONCRETE SIDEWALKS
Construction Requirements .
The fourth, fifth, and sixth paragraphs of Section 8-14.3(3) are deleted and replaced with the
following: .
The sidewalk ramps shall be as specified in the plans. The detectable warning panel
installed in each ramp shall be yellow "ADA Replaceable Tiles", or equal, of the size
indicated in the details and are available locally at United Rentals.
Measurement
The second sentence of the first paragraph of Section 8-14.4 is replaced with the following:
Measurement of cement concrete sidewalk ramp will be per each for that discreet
portion of the ramp containing the detectable warning panel. Surrounding sidewalk,
pedestrian and traffic curbing shall be measured under the appropriate bid item.
Payment
Section 8-14.5 is supplemented with the following:
"Cement Cone. Sidewalk Ramp", per each
Payment for any item in this section shall include all necessary pavement sawing,
excavation, including excavation of cut slopes, disposal of excavated material,
application of soil residual herbicide, backfill of voids required for forming, restoration of
any other existing facilities damaged or destroyed during construction.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 53
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
Section 8-20 of the Standard Specifications is supplemented with the following:
Illumination System
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes the following:
1. Lamps.
2. Poles and accessories.
1.2 SUBMITTALS
A. Product Data: For each luminaire, pole, and support component. Include data on
features, acce~sories, dimensions, and finishes.
B. Shop Drawings: Include anchor-bolt templates keyed to specific poles and certified by
manufacturer.
1.3 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a Nationally Recognized Testing Laboratory (NRTL), and
marked for intended use.
B. Comply with IEEE C2, "National Electrical Safety Code." (NESC)
C. Comply with NFPA 70, "National Electrical Code." (NEC)
D. Washington State Department of Transportation (WSDOT) Standard Specifications for
Road, Bridge, and Municipal Construction (2008 Edition), Division 8-20, apply, except
as modified herein or detailed on drawings.
E. Comply with applicable standards of the American National Standards Institute (ANSI).
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers specified herein are given for reference to quality and type of material
desired. Other manufacturers listed on the WSDOT "Qualified Products List" may
substitute equal equipment.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 54
1. Materials: Shall not cause galvanic action at contact points.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.2 LUMINAIRES, GENERAL REQUIREMENTS
A. Existing luminaires shall be removed and reinstalled on those poles being replaced.
Provide and install new lamps for each fixture that is reused.
2.3 HID LAMPS
A. High-Pressure Sodium Lamps: ANSI C78.42, CRI 21 (minimum), color temperature
1900 K, and average rated life of 24,000 hours, minimum.
2.4 POLE BASES
A. Provide new concrete pole foundations for all new poles noted on drawings. Bases
shall be cast in place, with anchor bolts to match pole-base flange. Concrete,
reinforcement, and formwork are specified in WSDOT, with grounding electrode as
specified in WSDOT Division 8-20.3(9).
B. Reuse existing bases where noted. Provide supplemental grounding for existing
hardware being reused.
2.5 ALUMINUM POLES
A. Poles: Hapco #RTA30D8B4M18-01-R12FT, or equal.
B. Round, tapered, seamless, extruded structural tube complying with ASTM 8 429,
Alloy 6063-T6 with access handhole near base of pole wall, 30 foot height.
C. Grounding and Bonding Lugs: Welded 1/2-inch threaded lug, complying with
requirements for IlGrounding and Bonding" per WSDOT standard specification 8-20.
D. Brackets for Luminaires: Detachable, with pole and adapter fittings of cast aluminum.
Adapter fitting welded to pole and bracket, then bolted together with stainless-steel
bolts.
1. Tapered oval cross section, with straight tubular end section to accommodate
luminaire.
2. Finish: Same as pole.
3. Length: Eight feet.
4. Hapco #47007-005, or equal.
E. Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting
requirements. Use stainless-steel fasteners and mounting bolts, unless otherwise
indicated.
F. Mountings, Fasteners, and Appurtenances: Corrosion-resistant items compatible with
support components.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 55
I
I
I
I
I'
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
2. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot~dip galvanized after
fabrication, unless stainless-steel items are indicated.
3. Anchor-Bolt Template: Plywood or steel.
2.6 POLE ACCESSORIES
A. Duplex Receptacle: 120 V, 20 A, with ground fault circuit interrupter, in a weatherproof
assembly.
1. Recessed in pole, 18 feet above finished grade.
2. Nonmetallic polycarbonate plastic or reinforced fiberglass cover, gray color, that
when mounted results in NEMA 250, Type 3R enclosure.
3. With cord opening.
4. With lockable hasp and latch that complies with OSHA lockout and tag-out
requirements.
B. Base Covers: Manufacturers' standard metal units, arranged to cover pole's mounting
bolts and nuts. Finish same as pole.
2.7 CONDUIT AND WIRING
A. Conduit: Size as noted on drawings, schedule 80 PVC, listed electrical conduit, gray
color.
B. Conductor: Sizes as noted on drawings, standard AWG sizes, copper unless noted
otherwise, type THHN or XHHW, 600 volt insulation with integral color, coding per NEC
standards. Wire on interior of all poles shall be #12 THHN copper.
C. Provide Bussman HEB in-line fuses at handhole on all un-grounded conductors in each
pole. Fuse for 10 amps.
D. Provide #12 ground wire on pole interiors to bond all metallic parts together.
PART 3 - EXECUTION
3.1 LUMINAJRE INSTALLATION
A. Install new lamps in each luminaire.
B. Adjust luminaires that require field adjustment or aiming. Include adjustment of
photoelectric device to prevent false operation by artificial light sources.
3:2 POLE INSTALLATION
A. Align pole foundations and poles for optimum directional alignment of luminaires and
their mounting provisions on the pole.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 ManuaJ\Part 03.DOC
III-56 '
1. Use anchor bolts and nuts selected to resist seismic forces defined for the
application and approved by manufacturer.
2. Grout void between pole base and foundation. Use nonshrink or expanding
concrete grout firmly packed to fill space.
3. Install base covers, unless otherwise indicated.
4. Use a short piece of 1/2-inch-diameter pipe to make a drain hole through grout.
Arrange to drain condensation from interior of pole.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates
furnished by pole manufacturer. Concrete materials, installation, and finishing
requirements are specified in WSDOT 8-20.3(4).
C. Foundation-Mounted Poles: Mount pole with leveling nuts, and tighten top nuts to
torque level recommended by pole manufacturer.
D. Raise and set poles using web fabric slings (not chain or cable).
3.3 GROUNDING
A. Ground metal poles and support structures according to WSDOT 8-20.3(9)
1. Install grounding electrode for each pole, unless otherwise indicated.
2. Install grounding conductor pigtail in the base for connecting luminaire to
grounding system.
3. Connect pole ground to ground wire provided with supply conductors.
Measurement
Section 8-20.4, Measurement, is supplemented with the following:
Measurement for "Adjust Traffic Signal J-Box" shall be per each.
Measurement for "Replace Type 1 Induction Loop" shall be per each
Measurement for "Replace Type 2 Induction Loop" shall be per each
Payment
Section 8-20.5 of the Standard Specifications is supplemented with the following:
"Replace Type 1 Induction Loop", per each
"Replace Type 2 Induction Loop", per each
The unit contract price per each for "Replace Type 1 Induction Loop" and "Replace Type
2 Induction Loop" shall be full pay for all work and materials, including temporary traffic
control, to replace existing induction loops.
"Adjust Traffic Signal J-Box", per each, shall be full pay for adjusting the existing j-box
horizontally and/or vertically where indicated in the plans, including all work and
materials necessary. Work and materials include, but are not limited to, pavement
sawing, excavation, backfill, conduit, connectors, conductor, and restoration of any other
existing facilities damaged or destroyed during construction.
PAVEMENT MARKING
Materials
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-57
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The first sentence of Section 8-22.2 of the Standard Specifications is replaced with the
following:
Material for plastic pavement marking shall be Type A - Liquid Hot Applied
Thermoplastic per section 9-34.3(1) of the Standard Specifications.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 58
DIVISION 9
Materials
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AGGREGATES
(January 5, 2004)
HMA Test Requirements
Section 9~03.8(2) is supplemented with the following:
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be 1.1 million.
EROSION CONTROL AND ROADSIDE PLANTING
Seed
Section 9-14.2 is replaced with the following:
Grass seed shall be accepted prior to installation following submission of an acceptable
catalog cut. The approval shall be made pursuant to submission of a Request for
Approval of Material.
Compost
Section9-14.4(8) is replaced with the following:
The contractor shall either select a compost supplier from the Qualified Products List or
submit the following:
1. . A Request for Approval of Material Source
2. The supplier shall verify in writing, and provide lab analyses that the material
complies with the processes, testing, and standards specified in WAC 173-350.
Acceptance in the field shall be based on visual inspection by the Engineer or the
Engineer's representative.
N:\PROJECTS\OlJ-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III-59
?
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".
B-1 0.20 and 810.40
Substitute "step" in lieu of "handhold" on plan
C-1 Sheet 1
In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL
INSTALLATION
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 7 1/2" long bolt connecting the
Wood Breakaway Post to the Foundation Tube is revised to 10" 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 W' R., the bottom dimension should
be 7/8" R.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 60
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~11a
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)"revised to read: "Sign Bridge
End Post (See Std. 'Plan G-70.10)"
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-1 a through D-1f
Deleted.
F-40.12 through 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.
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manuai\Area 2 Manual\Part 03.DOC '
III - 61
I
I
I
I"
I,
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J-12. Sheet 1 of 2. Detail View A
(STD. PLAN G-4a) is revised to read: (Std. Plan G-22.1 0)
Sheet 2 of 2, Detail View D
(STD. PLAN G-8a) is revised to read: (Std. Plan G-25.10)
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-20.10-00........8/31/07
A-30.10-00......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
8-10.40-00........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.... ....6/10/08
8-20.60-02...... ..6/10/08
8-25.20-00....... .6/08/06
8-25.60-00. ..... ..6/01/06
8-30.10-00........6/08/06
8-30.20-01......11/21/06
8-30.30-00...... ..6/01/06
8-30.40-00....... .6/0 1 /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
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......1 0/05/07
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.................10/04/05
C-3c.............. .....6/21 /06
C-4.................... .2/21/07
C-4a... ............... .2/21/07
A-40.50-00.....11/08/07
A-60.1 0-00.....10/05/07
A-60 .20-00.....10/05/07
A-60.30-00.....11/08/07
A-60 .40-00...... 8/31/07
8-75.20-01.......6/10/08
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...... .6/08i06
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
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 62
C-1 d................1 0/31/03
C-2................ ....1/06/00
C~2a............... ...6/21/06
C-2b...... ..... ..... ..6/21/06
C-2c............... ...6/21/06
C~2d................ ..6/21/06
C-2e................ ..6/21/06
C-2t.................. .3/14/97
C-2g..................7/27/01
C-2h................. .3/28/97
C-2i................. ..3/2B/97
C-2j.. ....... ......... .6/12/9B
C-2k. ............ .....7/27/01
C-2n.................. 7/27/01
C-2o.................. 7/13/01
C~2p................1 0/31/03
C-2r................. ..3/03/05
C-2s................. .3/03/05
C-2t.... ........ ..... ..3/03/05
C-3. .................1 0/04/05
C-3a................10/04/05
0-2.02~00........11/1 0/05
0-2.04-00........11/10/05
0-2.06-00........11/10/05
0-2.0B-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
0-2.1B-00........11/10/05
0-2.20-00........11/10/05
0-2.30-00........11/10/05
0-2.32-00...... ..11/1 0/05
0-2.34-00........11/10/05
0-2.36-01........11/08/07
0-2.3B-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-10.40-01...........7/3/0B
F-10.42-00.........1/23/07
F-10.62-01.........9/05/07
F-1 0.64-02........... 7/3/08
C-4b.................. .6/0B/06
C-4e.................. .2/20/03
C-4f....................6/30/04
C-5.......... .........10/31/03
C-6................... ..5/30/97
C-6a................. ..3/14/97
C-6c...................1/06/00
C-6d... .... ..... ...... .5/30/97
C-6f....................7/25/97
C~ 7....... ....... .....1 0/31/03
C-7a........ .........10/31/03
C-B.................... .4/27/04
C~Ba..... ..............7/25/97
C-Bb...................1 /11 /06
C-Be.................. .2/21 /07
C-Bt................... .6/30/04
C-1 0...................7/31/98
C-12. ................. .7/27/01
C-13....................7/3/0B
C-13a......... ....... ..7/3/0B
C-13b................ 7/3/0B
0-2.44-00........11/10/05
0-2.46-00........11/10/05
0-2.4B-00........11/10/05
0-2.60-00........11/10/05
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. 7B-00........11 /1 0/05
0-2.BO-00........11/10/05.
D-2.82-00........11/10/05
0-2.B4-00..:.....11/10/05
0-2.B6-00........11/10/05
0-2.8B-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-30.10-00.........1/23/07
F-40.1 0-01.......1 0/05/07
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
C-14d...... ..... ......7 /3/0B
C-14e.................7/3/0B
C-14h...............1/11/06
C-14i........... ...12/02/03
C-14j..............12/02/03
C-14k...............1/11/06
C-15a.................7/3/0B
C-15b....... ..........7 /3/0B
C-16a.............11/0B/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-25.1B-01......9/20/07
C-25.20-02........ 7/3/0B
C-25.22-01....10/05/07
C-25.BO-01........7/3/08
C-2B.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
D-3e 6/30/04
0-4.................12/11/9B
0-6...................6/19/9B
0-10.10-00.........7/8/08
0-10.15-00.........7/8/08
0-10.20-00......... 7/B/OB
0-1 0.25-00......... 7/8/0B
0-10.30-00......... 7/8/08
0-10.35-00.........7/8/08
D-1 0.40-00......... 7/8/08
0-1 0.45-00... ... ... 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-42.1 0-00.....1 0/05/07
F-80.10-00.......1/23/07
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 63
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G-9a................. .6/25/02
G-1 0.1 0-00........9/20/07
G-20.10-00........9/20/07
G-22.10-01..........7/3/08
G-24.1O-00......11/08/07
G-24.20-00......11/08/07
G-24.30-00......11/08/07
G-24AO-00......11/08/07
H-1 0.10-00..........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
1-30.1 0-00......... 9/20/07
1-30.20-00.........9/20/07
1-30.30-00... ......9/20/07
1-30040-00.......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...... .... ..... ....4/24/98
J-6f................ ....4/24/98
J-6g............... ..12/12/02
J-6h....... .... ...... ..4/24/98
J-7a............ .......9/12/01
J-7c........ ...........6/19/98
J-7d........ ....... ....4/24/98
J-8a.................. .5/20/04
K-1 0.20-01......1 0/12/07
K-10.40-00........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-24.40-01......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-10.10-00........2/21/07
L-20.10-00........2/07/07
L-30.10-00........2/07/07
G-24.50-00......11/08/07
G-24.60-00......11/08/07
G-25.10-00......11/08/07
G-30.10-00......11/08/07
G-50.10-00......11/08/07
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
1-40.20-00......... .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................... 04/24/98
J-1 0.. ...... ............ 7/18/97
J-11 a................ 1 0/12/07
J-11 b................. .9/02/05
J-11 c..................6/21/06
J-12................ ..11/08/05
J-15a................10/04/05
J-15b................1 0/04/05
J-16a................. .3/04/05
J-16b..................9/20107
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-OO........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
G-70.1 0-00......1 0/5/07
G-70.20-00......10/5/07
G-70.30-00......10/5/07
G-95.10-00.....11/08/07
G-95.20-01......7/10/08
G-95.30-01......7/10/08
j
H-70. H}-00......9/05/07
H-70.20-00. .....9/05/07
I
H-70.3~-00... ...9/05/07
1-60.1 OrOO...... ..8/31 /07
1-60.20~00..... ...8/31/07
1-80.10[00........8/31/07
I
1
J-18............... ..9/02/05
J-19....:............9/02/05
J-20....;........... .9/02/05
J-28.10-00.......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-28.40-00...... .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-60.40-00.......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
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
III - 64
M-1.20-01......... 1/30/07
M-1.40-01.........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-2.40-01.........1/30/07
M-2.60-01.........1/30/07
M-3.10-01.........1/30/07
M-3.20-01.........1/30/07
M-3.30-01.........1/30/07
M-3.40-01.........1/30/07
M-3.50-01......... 1/30/07
M-5.10-01.........1/30/07
M-7.50-01..........1/30/07
M-9.50-01..........1/30/07
M-11.10-01........1/30/07
M-15.10-01........2/06/07
M-17.10-02..........7/3/08
M-20.10-01........1/30/07
M-20.20-01........1/30/07
M-20.30-01........1/30/07
M-20.40-01........1/30/07
M-20.50-01........1/30/07
M-24.20-01........5/31/06
M-24.40-01........5/31/06
M-24.60-02...... ..2/06/07
M-40.1O-00......9/20/07
M-40.20-00....10/12/07
M-40.30-00..... .9/20/07
M-40.40-00.. ;... .9/20/07
M-40.50-00..... .9/20/07
M-40.60-00..... .9/20/07
M-60.10-00......9/05/07
M-60.20-00..... .9/05/07
M-65.10-01......5/21/08
M-80.1 0-00......6/1 0/08
M-80.20-00......6/10/08
M-80.30-00......6/10/08
I
I
I
I
I
I
I
I
I
I
I
I
I
I
U
I
I
I
I
N:\PROJECTS\06-21 Eastern Corridor Phase 2\12 Project Manual\Area 2 Manual\Part 03.DOC
ill-65
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
II.
m.
IV.
V.
VI.
VII.
VIII.
IX.
X.
XI.
XII.
Required Contract Provisions Federal-Aid Construction Contracts
FHWA-1273 Electronic Version - March 10,1994
General
Nondiscrimination
Nonsegregated Facilities
Payment of Predetermined Minimum Wage
Statements and Payrolls
Record of Materials. Supplies, and Labor
Subletting or Assigning the Contract
Safety: Accident Prevention
False Statements Concerning Highway Projects
Implementation of Clean Air Act and Federal Water Pollution Control Act
Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion
Certification Regarding Use of Contract Funds for Lobbying
Attachments
1
2
6
7
12
14
14
15
16
17
17
21
A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 23
I. GENERAL
1. These contract provisions shall apply to all work performed on the contract by the
contractor's own organization and with the assistance of workers under the contractor's
immediate superintendence and to all work performed on the contract by piecework, station
work, or by subcontract.
2. Except as otherwise provided for in each section, the contractor shall insert in each
subcontract all of the stipulations contained in these Required Contract Provisions, and
further require their inclusion in any lower tier subcontract or purchase order that may in turn
be made. The Required Contract Provisions shall not be incorporated by reference in any
case. The prime contractor shall be responsible for compliance by any subcontractor or
lower tier subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these Required Contract Provisions shall be
sufficient grounds for termination of the contract.
4. A breach of the following clauses of the Required Contract Provisions may also be grounds
for debarment as provided in 29 CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
1
"It is the policy of this Company to assure that applicants are
employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, national origin, age
or disability. Such action shall include: employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising; layoff
or termination; rates of payor other forms of compensation; and
selection for training, including apprenticeship, preapprenticeship,
and/or on-the-job training."
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and
Section V of these Required Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accordance with the procedures of
the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the
meaning of this clause include disputes between the contractor (or any of its subcontractors)
and the contracting agency, the DOL, or the contractor's employees or their representatives.
6. Selection of Labor: During the performance of this contract, the contractor shall not:
a. discriminate against labor from any other State, possession, or territory of the United
States (except for employment preference for Appalachian contracts, when
applicable, as specified in Attachment A), or
b. employ convict labor for any purpose within the limits of the project unless it is labor
performed by convicts who are on parole, supervised release, or probation.
II.
NONDISCRIMINA liON
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or
more.)
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not
to discriminate and to take affirmative action to assure equal opportunity as set forth under
laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and
orders of the Secretary of Labor as modified by the provisions prescribed herein, and
imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action
standards for the contractor's project activities under this contract. The Equal Opportunity
Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the
American Disabilities Act of 1990 (42 U.S.C. 12101 et seQ.) set forth under 28 CFR 35 and
29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract,
the contractor agrees to comply with the following minimum specific requirement activities of
EEO:
a. The contractor will work with the State highway agency (SHA) and the Federal
Government in carrying out EEO obligations and in their review of his/her activities
under the contract.
b. The contractor will accept as his operating policy the following statement:
2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.
EEO Officer: The contractor will designate and make known to the SHA contracting officers
an EEO Officer who will have the responsibility for and must be capable of effectively
administering and promoting an active contractor program of EEO and who must be
assigned adequate authority and responsibility to do so.
3.
Dissemination of Policy: All members of the contractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of, and will implement, the
contractor's EEO policy and contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted
before the start of work and then not less often than once every six months, at which
time the contractor's EEO policy and its implementation will be reviewed and
explained. The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough
indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO
obligations within thirty days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed
by the EEO Officer in the contractor's procedures for locating and hiring minority
group employees.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas
readily accessible to employees, applicants for employment and potential
employees.
e. The contractor's EEO policy and the procedures to implement such policy will be
brought to the attention of employees by means of meetings, employee handbooks,
or other appropriate means.
4.
Recruitment: When advertising for employees, the contractor will include in all
advertisements for employees the notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large circulation among minority
groups in the area from which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct
systematic and direct recruitment through public and private employee referral
sources likely to yield qualified minority group applicants. To meet this requirement,
the contractor will identify sources of potential minority group employees, and
establish with such identified sources procedures whereby minority group applicants
may be referred to the contractor for employment consideration.
b.
In the event the contractor has a valid bargaining agreement providing for exclusive
hiring hall referrals, he is expected to observe the provisions of that agreement to
the extent that the system permits the contractor's compliance with EEO contract
provisions. (The DOL has held that where implementation of such agreements have
3
I
the effect of discriminating against minorities or women, or obligates the contractor
to do the same, such implementation violates Executive Order 11246, as amended.)
I
I
I
I
I
I
I
I
c. The contractor will encourage his present employees to refer minority group
applicants for employment. Information and procedures with regard to referring
minority group applicants will be discussed with employees.
5.
Personnel Actions: Wages, working conditions, and employee benefits shall be established
and administered, and personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race,
color, religion, sex, national origin, age or disability. The following procedures shall be
followed:
a. The contractor will conduct periodic inspections of project sites to insure that
working conditions and employee facilities do not indicate discriminatory treatment
of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid within each
classification to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to
determine whether there is evidence of discrimination. Where evidence is found, the
contractor will promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such corrective action shall
include all affected persons.
I
d. The contractor will promptly investigate all complaints of alleged discrimination made
to the contractor in connection with his obligations under this contract, will attempt to
resolve such complaints, and will take appropriate corrective action within a
reasonable time. If the investigation indicates that the discrimination may affect
persons other than the complainant, such corrective action shall include such other
persons. Upon completion of each investigation, the contractor will inform every
complainant of all of his avenues of appeal.
I
I
I
I
I
I
6.
Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minority
group and women employees, and applicants for employment.
b. Consistent with the contractor's work force requirements and as permissible under
Federal and State regulations, the contractor shall make full use of training
programs, Le., apprenticeship, and on-the-job training programs for the geographical
area of contract performance. Where feasible, 25 percent of apprentices or trainees
in each occupation shall be in their first year of apprenticeship or training. In the
event a special provision for training is provided under this contract, this
subparagraph will be superseded as indicated in the special provision.
c.
The contractor will advise employees and applicants for employment of available
training programs and entrance requirements for each.
I
I
I
4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d. The contractor will periodically review the training and promotion potential of minority
group and women employees and will encourage eligible employees to apply for
such training and promotion.
7.
Unions: If the contractor relies in whole or in part upon unions as a source of employees,
the contractor will use his/her best efforts to obtain the cooperation of such unions to
increase opportunities for minority groups and women within the unions, and to effect
referrals by such unions of minority and female employees. Actions by the contractor either
directly or through a contractor's association acting as agent will include the procedures set
forth below:
a. The contractor wlll use best efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minority group members and
women for membership in the unions and increasing the skills of minority group
employees and women so that they may qualify for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants
without regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the
labor union except that to the extent such information is within the exclusive
possession of the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so certify to the SHA and shall set
forth what efforts have been made to obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of
minority and women referrals within the time limit set forth in the collective
bargaining agreement, the contractor will, through independent recruitment efforts,
fill the employment vacancies without regard to race, color, religion, sex, national
origin, age or disability; making full efforts to obtain qualified and/or qualifiable
minority group persons and women. (The DOL has held that it shall be no excuse
that the union with which the contractor has a collective bargaining agreement
providing for exclusive referral failed to refer minority employees.) In the event the
union referral practice prevents the contractor from meeting the obligations pursuant
to Executive Order 11246, as amended, and these special provisions, such
contractor shall immediately notify the SHA.
8.
Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin,
age or disability in the selection and retention of subcontractors, including procurement of
materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and suppliers of hislher EEO
obligations under this contract.
b.
Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have
equal opportunity to compete for and perform subcontracts which the contractor
enters into pursuant to this contract. The contractorwilJ use his best efforts to solicit
bids from and to utilize DBE subcontractors or subcontractors with meaningful
5
3. The progress and efforts being made in locating, hiring, training, qualifying,
and upgrading minority and female employees; and
I
I
I
I
I
I
I
I
I
minority group and female representation among their employees. Contractors shall
obtain lists of DBE construction firms from SHA personnel.
C. The contractor will use his best efforts to ensure subcontractor compliance with their
EEO obligations.
9.
Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be available at reasonable times
and places for inspection by authorized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the following:
1. The number of minority and non-minority group members and women
employed in each work classification on the project;
2. The progress and efforts being made in cooperation with unions, when
applicable, to increase employment opportunities for minorities and women;
4. The progress and efforts being made in securing the services of DBE
subcontractors or subcontractors with meaningful minority and female
representation among their employees.
b. The contractors will submit an annual report to the SHA each July for the duration of
the project, indicating the number of minority, women, and non-minority group
employees currently engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-1391. If on-the-job training
is being required by special provision, the contractor will be required to collect and
report training data.
I
I
I
I
I
I
I
III.
NONSEGREGATED FACILITIES
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or
more.)
a. By submission of this bid, the execution of this contract or subcontract, or the consummation
of this material supply agreement or purchase order, as appropriate, the bidder, Federal-aid
construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies
that the firm does not maintain or provide for its employees any segregated facilities at any
of its establishments, and that the firm does not permit its employees to perform their
services at any location, under its control, where segregated facilities are maintained. The
firm agrees that a breach of this certification is a violation of the EEO provisions of this
contract. The firm further certifies that no employee will be denied access to adequate
facilities on the basis of sex or disability.
b. As used in this certification, the term "segregated facilities" means any waiting rooms, work
areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker
rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which are
segregated by explicit directive, or are, in fact, segregated on the basis of race, color,
I
I
6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
religion, national origin, age or disability, because of habit, local custom, or otherwise. The
only exception will be for the disabled when the demands for accessibility override (e.g.
disabled parking).
c. The contractor agrees that it has obtained or will obtain identical certification from proposed
subcontractors or material suppliers prior to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that it will retain such certifications in its
files.
IV.
PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related
subcontracts, except for projects located on roadways classified as local roads or rural minor
collectors, which are exempt.)
1. General:
a. All mechanics and laborers employed or working upon the site of the work
will be paid unconditionally and not less often than once a week and without
subsequent deduction or rebate on any account [except such payroll
deductions as are permitted by regulations (29 CFR 3) issued by the
Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full
amounts of wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment. The payment shall be computed at wage
rates not less than those contained in the wage determination of the
Secretary of Labor (hereinafter "the wage determination") which is attached
hereto and made a part hereof, regardless of any contractual relationship
which may be alleged to exist between the contractor or its subcontractors
and such laborers and mechanics. The wage determination (including any
additional classifications and wage rates conformed under paragraph 2 of
this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall
be posted at all times by the contractor and its subcontractors at the site of
the work in a prominent and accessible place where it can be easily seen by
the workers. For the purpose of this Section, contributions made or costs
reasonably anticipated for bona fide fringe benefits under Section 1 (b)(2) of
the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics
are considered wages paid to such laborers or mechanics, subject to the
provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this
Section, regular contributions made or costs incurred for more than a weekly
period (but not less often than quarterly) under plans, funds, or programs,
which cover the particular weekly period, are deemed to be constructively
made or incurred during such weekly period. Such laborers and mechanics
shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without
regard to skill, except as provided in paragraphs 4 and 5 of this Section IV.
b. Laborers or mechanics performing work in more than one classification may
be compensated at the rate specified for each classification for the time
actually worked therein, provided, that the employer's payroll records
7
accurately set forth the time spent in each classification in which work is
performed.
I
I
I
I
I
I
I
I
I
c. All rulings and interpretations of the Davis-Bacon Act and related acts
contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this
contract.
2.
Classification:
a. The SHA contracting officer shall require that any class of laborers or mechanics
employed under the contract, which is not listed in the wage determination, shall be
classified in conformance with the wage determination.
b. The contracting officer shall approve an additional classification, wage rate and
fringe benefits only when the following criteria have been met:
1. the work to be performed by the additional classification requested is not
performed by a classification in the wage determination;
2. the additional classification is utilized in the area by the construction
industry;
3. the proposed wage rate, including any bona fide fringe benefits, bears a
reasonable relationship to the wage rates contained in the wage
determination; and
I
I
I
I
I
I
4. with respect to helpers, when such a classification prevails in the area in
which the work is performed.
c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if
known) to be employed in the additional classification or their representatives, and
the contracting officer agree on the classification and wage rate (including the
amount designated for fringe benefits where appropriate), a report of the action
taken shall be sent by the contracting officer to the DOL, Administrator of the
Wage and Hour Division, Employment Standards Administration, Washington,
D.C. 20210. The Wage and Hour Administrator, or an authorized representative,
will approve, modify. or disapprove every additional classification action within 30
days of receipt and so advise the contracting officer or will notify the contracting
officer within the 3D-day period that additional time is necessary.
d. In the event the contractor or subcontractors, as appropriate, the laborers or
mechanics to be employed in the additional classification or their representatives,
and the contracting officer do not agree on the proposed classification and wage
rate (including the amount designated for fringe benefits, where appropriate), the
contracting offjcer shall refer the questions, including the views of all interested
parties and the recommendation of the contracting officer, to the Wage and Hour
Administrator for determination. Said Administrator, or an authorized
representative, will issue a determination within 30 days of receipt and so advise
the contracting officer or will notify the contracting officer within the 3D-day period
I
I
I
I
8
I
I
I
I
I
I
I
I
I
that additional time is necessary.
e. The wage rate (including fringe benefits where appropriate) determined pursuant
to paragraph 2c or 2d of this Section IV shall be paid to all workers performing
work in the additional classification from the first day on which work is performed
in the classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the contract for a class of laborers
or mechanics includes a fringe benefit which is not expressed as an hourly rate, the
contractor or subcontractors, as appropriate, shall either pay the benefit as stated in
the wage determination or shall pay another bona fide fringe benefit or an hourly
case equivalent thereof.
b. If the contractor or subcontractor, as appropriate, does not make payments to a
trustee or other third person, he/she may consider as a part of the wages of any
laborer or mechanic the amount of any costs reasonably anticipated in providing
bona fide fringe benefits under a plan or program, provided, that the Secretary of
Labor has found, upon the written request of the contractor, that the applicable
standards of the Davis-Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the meeting of
obligations under the plan or program.
I
I
I
4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers:
a. Apprentices:
I
I
I
I
1. Apprentices will be permitted to work at less than the predetermined rate for the
work they performed when they are employed pursuant to and individually
registered in a bona fide apprenticeship program registered with the DOL,
Employment and Training Administration, Bureau of Apprenticeship and
Training, or with a State apprenticeship agency recognized by the Bureau, or if a
person is employed in his/her first 90 days of probationary employment as an
apprentice in such an apprenticeship program, who is not individually registered
in the program, but who has been certified by the Bureau of Apprenticeship and
Training or a State apprenticeship agency (where appropriate) to be eligible for
probationary employment as an apprentice.
I
I
I
2. The allowable ratio of apprentices to journeyman-level employees on the job site
in any craft classification shall not be greater than the ratio permitted to the
contractor as to the entire work force under the registered program. Any
employee listed on a payroll at an apprentice wage rate, who is not registered or
otherwise employed as stated above, shall be paid not less than the applicable
wage rate listed in the wage determination for the classification of work actually
performed. In addition, any apprentice performing work on the job site in excess
of the ratio permitted under the registered program shall be paid not less than
the applicable wage rate on the wage determination for the work actually
performed. Where a contractor or subcontractor is performing construction on a
project in a locality other than that in which its program is registered, the ratios
and wage rates (expressed in percentages of the journeyman-level hourly rate)
9
specified in the contractor's or subcontractor's registered program shall be
observed.
I
I
I
I
I
I
I
I
I
3. Every apprentice must be paid at not less than the rate specified in the
registered program for the apprentice's level of progress, expressed as'a
percentage of the journeyman-level hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship program does
not specify fringe benefits, apprentices must be paid the full amount of fringe
benefits listed on the wage determination for the applicable classification. If the
Administrator for the Wage and Hour Division determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid
in accordance with that determination.
4. In the event the Bureau of Apprenticeship and Training, or a State
apprenticeship agency recognized by the Bureau, withdraws approval of an
apprenticeship program, the contractor or subcontractor will no longer be
permitted to utilize apprentices at less than the applicable predetermined rate for
the comparable work performed by regular employees until an acceptable
program is approved.
b. Trainees:
1. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less
than the predetermined rate for the work performed unless they are employed
pursuant to and individually registered in a program which has received prior
approval, evidenced by formal certification by the DOL, Employment and Training
Administration.
I
I
I
2. The ratio of trainees to journeyman-level employees on the job site shall not be
greater than permitted under the plan approved by the Employment and Training
Administration. Any employee listed on the payroll at a trainee rate who is not
registered and participating in a training plan approved by the Employment and
Training Administration shall be paid not less than the applicable wage rate on the
wage determination for the classification of work actually performed. In addition, any
trainee performing work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed.
3. Every trainee must be paid at not less than the rate specified in the approved
program for his/her level of progress, expressed as a percentage of the journeyman-
level hourly rate specified in the applicable wage determination. Trainees shall be
paid fringe benefits in accordance with the provisions of the trainee program. If the
trainee program does not mention fringe benefits, trainees shall be paid the full
amount of fringe benefits listed on the wage determination unless the Administrator
of the Wage and Hour Division determines that there is an apprenticeship program
associated with the corresponding journeyman-level wage rate on the wage
determination which provides for less than full fringe benefits for apprentices, in
which case such trainees shall receive the same fringe benefits as apprentices.
I
I
I
I
10
I
I
I
I
I
I
I
I
4. In the event the Employment and Training Administration withdraws approval of a
training program, the contractor or subcontractor will no longer be permitted to utilize
trainees at less than the applicable predetermined rate for the work performed until
an acceptable program is approved.
c. Helpers:
I
I
I
I
Helpers will be permitted to work on a project if the helper
classification is specified and defined on the applicable wage
determination or is approved pursuant to the conformance
procedure set forth in Section IV.2. Any worker listed on a payroll at
a helper wage rate, who is not a helper under a approved definition,
shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed.
5. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and skill training programs which
have been certified by the Secretary of Transportation as promoting EEO in connection with
Federal-aid highway construction programs are not subject to the requirements of paragraph
4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under
such programs will be established by the particular programs. The ratio of apprentices and
trainees to journeymen shall Rot be greater than permitted by the terms of the particular
program.
I
I
6. Withholding:
I
The SHA shall upon its own action or upon written request of an authorized representative
of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this
contract or any other Federal contract with the same prime contractor, or any other
Federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is
held by the same prime contractor, as much of the accrued payments or advances as may
be considered necessary to pay laborers and mechanics, including apprentices, trainees,
and helpers, employed by the contractor or any subcontractor the full amount of wages
required by the contract. In the event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of the work, all or part of the
wages required by the contract, the SHA contracting officer may, atter written notice to the
contractor, take such action as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations have ceased.
I
I
I
7. Overtime Requirements:
I
No contractor or subcontractor contracting for any part of the contract work which may
require or involve the employment of laborers, mechanics, watchmen, or guards (including
apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or
permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is
employed on such work, to work in excess of 40 hours in such workweek unless such
laborer, mechanic, watchman, or guard receives compensation at a rate not less than one-
and-ane-half times his/her basic rate of pay for all hours worked in excess of 40 hours in
such workweek.
I
I
11
I
I
8. Violation:
I
Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the
clause set forth in paragraph 7 above, the contractor and any subcontractor responsible
thereof shall be liable to the affected employee for his/her unpaid wages. In addition. such
contractor and subcontractor shall be liable to the United States (in the case of work done
under contract for the District of Columbia or a territory, to such District or to such territory)
for liquidated damages. Such liquidated damages shall be computed with respect to each
individual laborer, mechanic, watchman, or guard employed in violation of the clause set
forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was
required or permitted to work in excess of the standard work week of 40 hours without
payment of the overtime wages required by the clause set forth in paragraph 7.
I
I
I
The SHA shall upon its own action or upon written request of any authorized
representative of the DOL withhold, or cause to be withheld, from any monies payable on
account of work performed by the contractor or subcontractor under any such contract or
any other Federal contract with the same prime contractor, or any other Federally-assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by the
same prime contractor, such sums as may be determined to be necessary to satisfy any
liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph 8 above.
I
I
I
I
9. Withholding for Unpaid Wages and Liquidated Damages:
The contractor shall comply with the Copeland Regulations of the Secretary
of Labor which are herein incorporated by reference.
I
I
I
I
I
I
I
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related
subcontracts, except for projects located on roadways classified as local roads or rural collectors,
which are exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be maintained by the contractor and
each subcontractor during the course of the work and preserved for a period of 3
years from the date of completion of the contract for all laborers, mechanics,
apprentices, trainees, watchmen, helpers, and guards working at the site of the
work.
b. The payroll records shall contain the name, social security number, and address of
each such employee; his or her correct classification; hourly rates of wages paid
(including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in Section 1 (b)(2)(B) of the Davis Bacon
Act); daily and weekly number of hours worked; deductions made; and actual wages
paid. In addition, for Appalachian contracts, the payroll records shall contain a
notation indicating whether the employee does, or does not, normally reside in the
I
12
I
I
I
I
I
I
labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of
Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any
laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in Section 1 (b)(2)(B) of the
Davis Bacon Act, the contractor and each subcontractor shall maintain records
which show that the commitment to provide such benefits is enforceable, that the
plan or program is financially responsible, that the plan or program has been
communicated in writing to the laborers or mechanics affected, and show the cost
anticipated or the actual cost incurred in providing benefits. Contractors or
subcontractors employing apprentices or trainees under approved programs shall
maintain written evidence of the registration of apprentices and trainees, and ratios
and wage rates prescribed in the applicable programs.
I
I
I
I
I
c. Each contractor and subcontractor shall furnish, each week in which any contract
work is performed, to the SHA resident engineer a payroll of wages paid each of its
employees (including apprentices, trainees, and helpers, described in Section IV,
paragraphs 4 and 5, and watchmen and guards engaged on work during the
preceding weekly payroll period). The payroll submitted shall set out accurately and
completely all of the information required to be maintained under paragraph 2b of
this Section V. This information may be submitted in any form desired. Optional
Form WH-347 is available for this purpose and may be purchased from the
Superintendent of Documents (Federal stock number 029-005-0014-1), U.S.
Government Printing Office, Washington, D.C. 20402. The prime contractor is
responsible for the submission of copies of payrolls by all subcontractors.
I
d. Each payroll submitted shall be accompanied by a "Statement of Compliance,"
signed by the contractor or subcontractor or his/her agent who pays or supervises
the payment of the persons employed under the contract and shall certify the
following:
I
I
1. that the payroll for the payroll period contains the information required to be
maintained under paragraph 2b of this Section V and that such information is
correct and complete;
I
I
I
I
2. that such laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly
wages earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the full wages
earned, other than permissible deductions as set forth in the Regulations, 29
CFR3;
3. that each laborer or mechanic has been paid not less that the applicable wage
rate and fringe benefits or cash equivalent for the classification of worked
performed, as specified in the applicable wage determination incorporated into
the contract.
I
e.
The weekly submission of a properly executed certification set forth on the reverse
side of Optional Form WH-347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph 2d of this Section V.
I
13
I
I
f. The falsification of any of the above certifications may subject the contractor to civil
or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231.
I
I
I
g. The contractor or subcontractor shall make the records required under paragraph 2b
of this Section V available for inspection, copying, or transcription by authorized
representatives of the SHA, the FHWA, or the DOL, and shall permit such
representatives to interview employees during working hours on the job. If the
contractor or subcontractor fails to submit the required records or to make them
available, the SHA, the FHWA, the DOL, or all may, after written notice to the
contractor, sponsor, applicant, or owner, take such actions as may be necessary to
cause the suspension of any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or to make such
records available may be grounds for debarment action pursuant to 29 CFR 5.12.
I
1. On all Federal-aid contracts on the National Highway System, except those which provide
solely for the installation of protective devices at railroad grade crossings, those which are
constructed on a force account or direct labor basis, highway beautification contracts, and
contracts for which the total final construction cost for roadway and bridge is less than
$1,000,000 (23 CFR 635) the contractor shall:
I
I
I
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
I
a. Become familiar with the list of specific materials and supplies contained in Form
FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway
Construction Involving Federal Funds," prior to the commencement of work under
this contract.
I
I
b. Maintain a record of the total cost of all materials and supplies purchased for and
incorporated in the work, and also of the quantities of those specific materials and
supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47.
c. furnish, upon the completion of the contract, to the SHA resident engineer on Form
FHWA-47 together with the data required in paragraph 1 b relative to materials and
supplies, a final labor summary of all contract work indicating the total hours worked
and the total amount earned.
I
1. The contractor shall perform with its own organization contract work amounting to not less
than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by the State. Specialty
items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the
amount of work required to be performed by the contractor's own organization (23 CFR 635).
I
I
I
I
2. At the prime contractor's option, either a single report covering all contract work or separate
reports for the contractor and for each subcontract shall be submitted.
VII.
SUBLETTING OR ASSIGNING THE CONTRACT
I
I
14
I
I
I
I
I
I
I
I
I
I
I
I
I
VIII.
I
I
I
I
I
I
I
a. "Its own organization" shall be construed to include only workers employed
and paid directly by the prime contractor and equipment owned or rented by
the prime contractor, with or without operators. Such term does not include
employees or equipment of a subcontractor, assignee, or agent of the prime
contractor.
b. "Specialty Items" shall be construed to be limited to work that requires highly
specialized knowledge, abilities, or equipment not ordinarily available in the
type of contracting organizations qualified and expected to bid on the
contract as a whole and in general are to be limited to minor components of
the overall contract.
2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is
computed includes the cost of material and manufactured products which are to be
purchased or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed
by the firm, has full authority to direct performance of the work in accordance with the
contract requirements, and is in charge of all construction operations (regardless of who
performs the work) and (b) such other of its own organizational resources (supervision,
management, and engineering services) as the SHA contracting officer determines is
necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the
written consent of the SHA contracting officer, or authorized representative, and such
consent when given shall not be construed to relieve the contractor of any responsibility for
the fulfillment of the contract. Written consent will be given only after the SHA has assured
that each subcontract is evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall comply with all applicable Federal,
State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor
shall provide all safeguards, safety devices and protective equipment and take any other
needed actions as it determines, or as the SHA contracting officer may determine, to be
reasonably necessary to protect the life and health of employees on the job and the safety of
the public and to protect property in connection with the performance of the work covered by
the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which
the contractor enters into pursuant to this contract, that the contractor and any subcontractor
shall not permit any employee, in performance of the contract, to work in surroundings or
under conditions which are unsanitary, hazardous or dangerous to his/her health or safety,
as determined under construction safety and health standards (29 CFR 1926) promulgated
by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 333).
15
I
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of labor or
authorized representative thereof, shall have right of entry to any site of contract
performance to inspect or investigate the matter of compliance with the construction safety
and health standards and to carry out the duties of the Secretary under Section 107 of the
Contract Work Hours and Safety Standards Act (40 U.S.C. 333).
I
I
In order to assure high quality and durable construction in conformity with approved plans and
specifications and a high degree of reliability on statements and representations made by engineers,
contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons
concerned with the project perform their functions as carefully, thoroughly, and honestly as possible.
Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a
violation of Federal Jaw. To prevent any misunderstanding regarding the seriousness of these and
similar acts, the following notice shall be posted on each Federal-aid highway project (23 CFR 635)
in one or more places where it is readily available to all persons concerned with the project:
I
I
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
I
I
I
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY
PROJECTS
I
18 U.S.C. 1020 reads as follows:
I
I
I
"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or
whoever, whether a person, association, firm, or corporation, knowingly makes any false statement,
false representation, or false report as to the character, quality, quantity, or cost of the material used
or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof
in connection with the submission of plans, maps, specifications, contracts, or costs of construction
on any highway or related project submitted for approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim with
respect to the character, quality, quantity, or cost of any work performed or to be performed, or
materials furnished or to be furnished, in connection with the construction of any highway or related
project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in any
statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act
approved July 1, 1916, (39 Stat. 355), as amended and supplemented;
I
I
I
Shall be fined not more that $10,000 or imprisoned not more than 5 years or both."
I
I
I
16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $100,000 or
more.)
By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder,
Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have
stipulated as follows:
1. That any facility that is or will be utilized in the performance of this contract, unless such
contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et sea., as
amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as
amended (33 U,S.C. 1251 et sea., as amended by Pub.L. 92-500), Executive Order 11738,
and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract
award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities
pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with all the requirements of Section
114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any communication from the
Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for
the contract is under consideration to be listed on the EPA List of Violating Facilities.
4. That the firm agrees to include or cause to be included the requirements of paragraph 1
through 4 of this Section X in every nonexempt subcontract, and further agrees to take such
action as the government may direct as a means of enforcing such requirements.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
1. Instructions for Certification - Primary Covered Transactions:
(Applicable to all Federal-aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective primary participant is
providing the certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily
result in denial of participation in this covered transaction. The prospective
participant shall submit an explanation of why it cannot provide the certification set
out below. The certification or explanation will be considered in connection with the
department or agency's determination whether to enter into this transaction.
However, failure of the prospective primary participant to furnish a certification or an
explanation shall disqualify such a person from participation in this transaction.
17
I
I
c. The certification in this clause is a material representation of fact upon which
reliance was placed when the department or agency determined to enter into this
transaction. If it is later determined that the prospective primary participant
knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department or agency may terminate this
transaction for cause of default.
I
I
I
d. The prospective primary participant shall provide immediate written notice to the
department or agency to whom this proposal is submitted if any time the prospective
primary participant learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
I
I
I
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier
covered transaction," "participant," "person," "primary covered transaction,"
"principal," "proposal," and "voluntarily excluded," as used in this clause, have the
meanings set out in the Definitions and Coverage sections of rules implementing
Executive Order 12549. You may contact the department or agency to which this
proposal is submitted for assistance in obtaining a copy of those regulations.
f. The prospective primary participant agrees by submitting this proposal that, should
the proposed covered transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is debarred, suspended.
declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency entering into this
transaction.
I
g. The prospective primary participant further agrees by submitting this proposal that it
will include the clause titled "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by
the department or agency entering into this covered transaction, without
modification, in all lower tier covered transactions and in all solicitations for lower tier
covered transactions.
I
I
I
h. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended,
ineligible, or voluntarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method and frequency by
which it determines the eligibility of its principals. Each participant may, but is not
required to, check the nonprocurement portion of the "Lists of Parties Excluded
From Federal Procurement or Nonprocurement Programs" (Nonprocurement List)
which is compiled by the General Services Administration.
I
I
I
i. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this
clause. The knowledge and information of participant is not required to exceed that
which is normally possessed by a prudent person in the ordinary course of business
dealings.
I
I
I
18
I
I
I
j. Except for transactions authorized under paragraph f of these instructions, if a
participant in a covered transaction knowingly enters into a lower tier covered
transaction with a person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to other remedies available
to the Federal Government, the department or agency may terminate this
transaction for cause or default.
I
I
**...*
I
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-
~Primary Covered Transactions
I
1. The prospective primary participant certifies to the best of its knowledge and belief, that
it and its principals:
I
I
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
I
b. Have not within a 3-year period preceding this proposal been convicted of or had a
civil judgement rendered against them for commission of fraud or a criminal offense
in connection with obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction; violation of Federal
or State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
I
I
c. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the offenses
enumerated in paragraph 1 b of this certification; and
I
d. Have not within a 3-year period preceding this application/proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
I
I
I
2. Where the prospective primary participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this
proposal.
*****
2. Instructions for Certification - Lower Tier Covered Transactions:
I
(Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000
or more - 49 CFR 29)
I
a. By signing and submitting this proposal, the prospective lower tier is providing the
certification set out below.
I
19
I
I
I
b. The certification in this clause is a material representation of fact upon which
reliance was placed when this transaction was entered into. If it is later determined
that the prospective lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal Government, the
department, or agency with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
I
I
c. The prospective lower tier participant shall provide immediate written notice to the
person to which this proposal is submitted if at any time the prospective lower tier
participant learns that its certification was erroneous by reason of changed
circumstances.
I
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary
covered transaction," "participant," "person," "principal," "proposal," and "voluntarily
excluded," as used in this clause, have the meanings set out in the Definitions and
Coverage sections of rules implementing Executive Order 12549. You may contact
the person to which this proposal is submitted for assistance in obtaining a copy of
those regulations.
I
I
I
e. The prospective lower tier participant agrees by submitting this proposal that, should
the proposed covered transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is debarred, suspended,
declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with which this
transaction originated.
I
f. The prospective lower tier participant further agrees by submitting this proposal that
it will include this clause titled "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all solicitations for lower tier
covered transactions.
I
I
h. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render in good faith the certification required by this
clause. The knowledge and information of participant is not required to exceed that
which is normally possessed by a prudent person in the ordinary course of business
dealings.
I
I
I
I
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended,
ineligible, or voluntarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method and frequency by
which it determines the eligibility of its principals. Each participant may, but is not
required to, check the Nonprocurement List.
I
I
20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
i. Except for transactions authorized under paragraph e of these instructions. if a
participant in a covered transaction knowingly enters into a lower tier covered
transaction with a person who is suspended. debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to other remedies available
to the Federal Government, the department or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
*****
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower
Tier Covered Transactions:
1. The prospective lower tier participant certifies, by submission of this proposal, that
neither it nor its principals is presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participation in this transaction by any
Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements
in this certification, such prospective participant shall attach an explanation to this
proposal.
*..**
XII.
CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
(Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed
$100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of
his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with the
awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal contract. grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions.
21
22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting his or her bid or proposal that he or she
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
I
I
I
I 1.
I
I
I
I
I 2.
I
I
I 3.
I
4.
I
I
I
5.
I
I
I
ATTACHMENT A ~ EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS
(Applicable to Appalachian contracts only.)
During the performance of this contract, the contractor undertaking to do work which is, or
reasonably may be, done as on-site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL wherein the contract work is
situated, or the subregion, or the Appalachian counties of the State wherein the contract work
is situated, except
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially
experienced personnel necessary to assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to present or former employees
as the result of a lawful collective bargaining contract, provided that the number of
nonresident persons employed under this subparagraph 1c shall not exceed 20 percent
of the total number of employees employed by the contractor on the contract work,
except as provided in subparagraph 4 below.
The contractor shall place a job order with the State Employment Service indicating (a) the
classifications ofth~ laborers, mechanics and other employees required to perform the
contract work, (b) the number of employees required in each classification, (c) the date on
which he estimates such employees will be required, and (d) any other pertinent information
required by the State Employment Service to complete the job order form. The job order may
be placed with the State Employment Service in writing or by telephone. If during the course
of the contract work, the information submitted by the contractor in the original job order is
substantially modified, he shall promptly notify the State Employment Service.
The contractor shall give full consideration to all qualified job applicants referred to him by
the State Employment Service. The contractor is not required to grant employment to any
job applicants who, in his opinion, are not qualified to perform the classification of work
required.
If, within 1 week following the placing of a job order by the contractor with the State
Employment Service, the State Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number requested, the State Employment
Service will forward a certificate to the contractor indicating the unavailability of applicants.
Such certificate shall be made a part of the contractor's permanent project records. Upon
receipt of this certificate, the contractor may employ persons who do not normally reside in
the labor area to fill positions covered by the certificate, notwithstanding the provisions of
subparagraph 1 c above.
The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in
every subcontract for work which is, or reasonably may be, done as on-site work.
23
Under Section II, Paragraph 8b is supplemented with the following:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AMENDMENT
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
(Exclusive of Appalachian Contracts)
Under Section II, Paragraph 8b is revised as follows:
The reference to 49 CFR 23 is revised to read 49 CFR 26.
The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of USDOT-assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the recipient deems
appropriate.
Under Section II, in accordance with standard specification 1-08.1(1) and applicable RCWs a new
paragraph 8d is added as follows:
The contractor or subcontractor agrees to pay each subcontractor under this prime contract for
satisfactory performance of its contract and/or agreement no later than ten (10) days from the
receipt of each payment the prime contractor receives from WSDOT or its sub-recipients. The
prime contractor agrees further to return retainage payments to each subcontractor within ten
(10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of
payment from the above referenced time frame may occur only for good cause following written
approval of the WSDOT. This clause covers both DBE and non-DBE contractors.
Under Section IV, Paragraph 2b(4) is deleted.
Under Section IV, Paragraph 4, "and helpers" is deleted from the title.
Under Section IV, Paragraph 4a(1), add:
The provisions in this section allowing apprentices to work at less than the predetermined rate
when they are registered in a bona fide apprenticeship program registered with the U.S.
Department of Labor, Employment and Training Administration, or with the Bureau of
Apprenticeship and Training, does not preclude a requirement for the Contractor to pay
apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency,
recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship
program.
Under Section IV, Paragraph 4c is deleted.
Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper",
Under Section IV, Paragraph 7 is revised by deleting "helpers",
Under Section V, Paragraph 2a is revised by deleting "helpers".
Under Section V, Paragraph 2b, the first sentence is revised to read, "The payroll records shall
contain the name and an individually identifying number (e.g" the last four digits of the employees
social security number) for each such employee; his or her correct classification; hourly rates of
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in Section 1 (b)(2)(B) of the Davis Bacon Act); daily
and weekly number of hours worked; deductions made; and actual wages paid. Payrolls shall not
include the full social security number and home address of covered workers. Contractors and
subcontractors shall maintain the full social security number and home address of each covered
worker and shall provide them to the SHA upon request."
Under Section V, Paragraph 2d(2) is revised by deleting "helper".
Section VI, Records Of Material, Supplies, And Labor, is deleted
Amendment to Form FHWA 1273
Revised January 19,2009
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
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Secllon - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
I
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 fringe benefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $38.12 1H 50
BOILERMAKERS
JOURNEY LEVEL $53.37 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45.05 1M SA
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67
CARPENTERS
ACOUSTICAL WORKER $46.32 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $46.16 1M 50
CARPENTER $46.16 1M 50
CREOSOTED MA TERJAL $46.26 1M 50
DRYWALL APPLICATOR $46.42 1M 50
FLOOR FINISHER $46.16 1M 50
FLOOR LAYER $46.16 1M 50
FLOOR SANDER $46.16 1M 50
MILLWRIGHT AND MACHINE ERECTORS $47.16 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46.36 1M 50
SAWFILER $46.16 1M 5D
SHINGLER $46.16 1M 5D
STATIONARY POWER SAW OPERATOR $46.16 1M 50
STATIONARY WOODWORKING TOOLS $46.16 1M 50
CEMENT MASONS
JOURNEY LEVEL $38.12 1H 50
DIVERS & TENDERS
DIVER $96.81 1M 5D 8A
DIVER ON STANDBY $54.19 1M 50
DIVER TENDER $49.84 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $47.09 1T 50 BL
ASSISTANT MATE (DECKHAND) $46.58 1T 50 8L
BOATMEN $47.09 1T 50 8L
ENGINEER WELDER $47.14 1T 50 BL
LEVERMAN. HYDRAULIC $48.71 1T 50 8L
MAINTENANCE $46.58 1T 50 8L
MATES $47.09 1T 50 8L
OILER $46.71 1T 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $46.34 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9.37
Page 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009 I
**********************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS - INSIDE I
CABLE SPLICER $58.34 1E SA
CABLE SPLICER (TUNNEL) $62.86 1E 5A
CERTIFIED WELDER $56.29 1E 5A
CERTIFIED WELDER (TUNNEL) $60.60 1E 5A I
CONSTRUCTION STOCK PERSON $28.83 1E 5A
JOURNEY LEVEL $54.25 1E 5A
JOURNEY LEVEL (TUNNEW $58.34 1E 5A I
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS. POWERLlNE CONSTRUCTION I
CABLE SPLICER $58.36 4A 5A
CERTIFIED LINE WELDER $53.30 4A 5A
GROUNDPERSON $38.14 4A SA I
HEAD GROUNDPERSON $40.25 4A SA
HEAVY LINE EQUIPMENT OPERATOR $53.30 4A 5A
JACKHAMMER OPERATOR $40.25 4A SA
JOURNEY LEVEL L1NEPERSON $53.30 4A SA I
LINE EQUIPMENT OPERATOR $45.14 4A 5A
POLE SPRAYER $53.30 4A SA
POWDERPERSON $40.25 4A 5A I
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $64.81 4A 6Q I
MECHANIC IN CHARGE $70.60 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50 I
FENCE ERECTORS
FENCE ERECTOR $13.80 1
FENCE LABORER $11.60 1
FLAGGERS I
JOURNEY LEVEL $32.4 7 1H 50
GLAZIERS
JOURNEY LEVEL $45.25 1Y 5G I
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $48.28 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00 I
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $39.31 1H 50
INDUSTRIAL ENGINE AND MACHINE MECHANICS I
MECHANIC $15.65
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN I
CAPTAIN $59.22 1
COOK $34.81 1
DECKHAND $34.52 1 I
ENGINEERIDECKHANO $58.62 1
MATE, LAUNCH OPERATOR $50.20 1
Page 2 I
I CLALLAM COUNTY
I EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
I PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
I REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
I TECHNICIAN $8.55 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
I JOURNEY LEVEL $20.50
IRONWORKERS
JOURNEY LEVEL $51.01 10 SA
I' LABORERS
ASPHALT RAKER $38.83 1H 50
BALLAST REGULA TOR MACHINE $38.12 1H 50
BATCH WEIGHMAN $32.47 1H 50
I BRUSH CUTTER $38.12 1H 50
BRUSH HOG FEEDER $38.12 1H 50
BURNERS $38.12 1H 50
CARPENTER TENDER $38.12 1H 50
I CASSION WORKER $39.31 1H 50
CEMENT OUMPERlPAVING $38.83 1H 50
CEMENT FINISHER TENDER $38.12 1H 50
I CHANGE-HOUSE MAN OR DRY SHACKMAN $38.12 1H 50
CHIPPING GUN (OVER 30 LBS) $38.83 1H 50
CHIPPING GUN (UNDER 30 LBS) $38.12 1H 50
CHOKER SETTER $38.12 1H 50
I CHUCK TENDER $38.12 1H 50
CLEAN-UP LABORER $38.12 1H 50
CONCRETE DUMPER/CHUTE OPERATOR $38.83 1H 50
I CONCRETE FORM STRIPPER $38.12 1H 50
CONCRETE SAW OPERATOR $38.83 1H 50
CRUSHER FEEDER $32.4 7 1H 50
CURING LABORER $38.12 1H 50
I DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38.12 1H 50
DITCH DIGGER $38.12 1H 50
DIVER $39.31 1H 50
I DRILL OPERATOR (HYDRAULIC, DIAMOND) $38.83 1H 50
DRilL OPERATOR, AIRTRAC $39.31 1H 50
DUMPMAN $38.12 1H 50
EPOXY TECHNICIAN $38.12 1H 50
I EROSION CONTROL WORKER $38.12 1H 50
FALLER/BUCKER, CHAIN SAW $38.83 1H 50
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $29.65 1H 50
I construction debris cleanup)
FINE GRADERS $38.12 1H 50
FIRE WATCH $32.47 1H 50
FORM SETTER $38.12 1H 50
I GABION BASKET BUILDER $38.12 1H 50
GENERAL LABORER $38.12 1H 50
GRADE CHECKER & TRANSIT PERSON $38.83 1H 50
I GRINDERS $38.12 1H 50
GROUT MACHINE TENDER $38.12 1H 50
Page 3
I
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009 I
**********************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $38.12 1H 5D I
HAZARDOUS WASTE WORKER LEVEL A $39.31 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $38.83 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $38.12 1H 5D
HIGH SCALER $39.31 1H 50 I
HOD CARRIERlMORTARMAN $38.83 1H 50
JACKHAMMER $38.83 1H 50
LASER BEAM OPERATOR $38.83 1H 50 I
MANHOLE BUILOER-MUDMAN $38.83 1H 5D
MATERIAL YARDMAN $38.12 1H 5D
MINER $39.31 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38.83 1H 5D I
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38.83 1H 50
PILOT CAR $32.47 1H 50 I
PIPE POT TENOER $38.83 1H 50
PIPE RELlNER (NOT INSERT TYPE) $38.83 1H 50
PIPELAYER & CAULKER $38.83 1H 50 I
PIPELAYER & CAULKER (LEAD) $39.31 1H 50
PIPEWRAPPER $38.83 1H 5D
POT TENDER $38.12 1H 50
POWOERMAN $39.31 1H 50 I
POWOERMAN HELPER $38.12 1H 50
POWERJACKS $38.83 1H 50
RAILROAD SPIKE PULLER (POWER) $38.83 1H 50 I
RE- TIMBERMAN $39.31 1H 50
RIPRAP MAN $38.12 1H 5D
ROoDER $38.83 1H 5D
SCAFFOLD ERECTOR $38.12 1H 50 I
SCALE PERSON $38.12 1H 50
SIGNALMAN $38.12 1H 50
SLOPER (OVER 20") $38.83 1H 50 I
SLOPER SPRA YMAN $38.12 1H 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $38.83 1H 5D
SPREADER (CONCRETE) $38.83 1H 50
STAKE HOPPER $38.12 1H 50 I
STOCKPILER $38.12 1H 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38.83 1H 50
TAMPER (MULTIPLE & SELF PROPELLED) $38.83 1H 50 I
TOOLROOM MAN (AT JOB SITE) $38.12 1H 50
TOPPER-TAILER $38.12 1H 50
TRACK LABORER $38.12 iH 50
TRACK LINER (POWER) $38.83 1H 50 I
TRUCK SPOTTER $38.12 1H 50
TUGGER OPERATOR $38.83 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38.12 1H 50 I
VIBRATOR $38.83 1H 50
VINYL SEAMER $38.12 1H 50
WELDER $38.12 1H 50
WELL-POINT LABORER $38.83 1H 50 I
Page 4 I
I CLALLAM COUNTY
I EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
I PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS. UNDERGROUND SEWER & WATER
I GENERAL LABORER $38.12 1H 50
PIPE LAYER $38.83 1H 50
LANDSCAPE CONSTRUCTION
I IRRIGATION OR LAWN SPRINKLER INSTAllERS $12.89 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 1
LANDSCAPING OR PLANTING LABORERS $12.89 1
LATHERS
I JOURNEY lEVEL $46.42 1M 50
METAL FABRICATION (IN SHOP)
FITTERIWELDER $15.16 1
I LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
PAINTERS
I JOURNEY lEVEL $34.87 2B 6Z
PLASTERERS
JOURNEY LEVEL. $25.83
I PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.55
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $62.19 1G 5A
I POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44.64 1T 50 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48.46 1T 50 8P
TONS
I BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49.03 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $47.91 1T 50 SP
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $47.91 1T 50 SP
METRIC TONS
I BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $47.00 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $47.42 1T 50 SP
BACKHOES, (75 HP & UNDER) $47.00 1T 50 SP
I BARRIER MACHINE (ZIPPER) $47.42 1T 50 8P
BATCH PLANT OPERATOR. CONCRETE $47.42 1T 5D SP
BELT LOADERS (ELEVATING TYPE) $47.00 1T 50 SP
BOBCAT (SKID STEER) $44.64 1T 50 8P
I BROKK-REMOTE DEMOLITION EQUIPMENT $44.64 1T 50 8P
BROOMS $44.64 1T 50 SP
BUMP CUTTER $47.42 1T 50 8P
I CABLEWA YS $47.91 1T 50 8P
CHIPPER $47.42 1T 50 8P
COMPRESSORS $44.64 1T 50 SP
CONCRETE FINISH MACHINE - LASER SCREED $44.64 1T 50 SP
I CONCRETE PUMPS $47.00 1T 50 8P
CONCRETE PUMP-TRUCK MOUNT WITH BOOM A IT ACHMENT $47.42 1T 50 8P
CONVEYORS $47.00 1T 50 8P
I CRANE, FRICTION 100 TONS THROUGH 199 TONS $49.03 1T 50 SP
CRANE, FRICTION OVER 200 TONS $48.29 1T 50 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 1T 50 8P
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8P
I CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF 800M (INCLUDING JIB $47.91 1T 5D SP
WITH ATACHMENTS)
Page 5
I
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009 I
**********************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 50 8P I
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 1T 50 8P
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44.64 1T 50 8P I
CRANES, A-FRAME, OVER 10 TON $47.00 1T 50 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48.29 1T 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIOGE TYPE ( 20 - 44 TONS) $47.42 1T 5D 8P I
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $47.91 1T 50 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 50 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 1T 50 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49.03 1T 50 8P I
CRUSHERS $47.42 1T 50 8P
OECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 50 8P
DERRICK, BUILDING $47.91 1T 5D 8P I
DOZERS, 0-9 & UNDER $47.00 1T 5D 8P
DRILL OILERS. AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 50 8P
DRILLING MACHINE $47.42 1T 50 8P
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44.64 1T 50 8P I
EQUIPMENT SERVICE ENGINEER (OILER) $47.00 1T 50 8P
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 50 8P
FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 50 8P I
FORK LIFTS, (UNDER 3000 LBS) $44.64 1T 50 8P
GRADECHECKER AND STAKEMAN $44.64 1T 5D 8P
GUARDRAIL PUNCH $47.42 1T 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $47.00 1T 5D 8P I
HORIZONTAUDIRECTIONAL DRILL LOCATOR $47.00 1T 5D 8P
HORIZONT AUDIRECTIONAL DRILL OPERATOR $47.42 1T 5D 8P
HYDRALlFTSIBOOM TRUCKS (10 TON & UNDER) $44.64 1T 50 8P I
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $47.00 1T 5D 8P
LOADERS, OVERHEAD (6 YO UP TO 8 YD) $47.91 1T 50 8P
LOADERS, OVERHEAD (8 YO & OVER) $48.46 1T 5D 8P
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $47.42 1T 50 8P I
LOCOMOTIVES, ALL $47.42 1T 5D 8P
MECHANICS, ALL $48.46 1T 5D 8P
MIXERS, ASPHALT PLANT $47.42 1T 50 8P I
MOTOR PATROL GRADER (FINISHING) $47.91 1T 5D 8P
MOTOR PATROL GRADER (NON-FINISHING) $47.00 1T 5D 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL ANDIOR SHIELD $47.91 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 50 BP I
OPERATOR
PAVEMENT BREAKER $44.64 1T 50 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $47.42 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 5D BP I
POSTHOLE DIGGER, MECHANICAL $44.64 1T 5D 8P
POWER PLANT $44.64 1T 5D 8P
PUMPS, WATER $44.64 1T 5D 8P I
QUAD 9, D-10, AND HD-41 $47.91 1T 50 8P
QUICK TOWER-NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 1T 5D BP
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 50 8P
EQUIP I
RIGGER AND BELLMAN $44.64 1T 50 8P
Page 6
I
I ClALLAM COUNTY
I EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
I PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ROLLAGON $47.91 1T 50 8P
I ROLLER. OTHER THAN PLANT ROAD MIX $44.64 1T 50 8P
ROLLERS, PLANTMIX OR MUL TIUFT MATERIALS $47.00 1T 50 8P
ROTO-MILL, ROTO-GRINDER $47.42 1T 50 8P
I SAWS, CONCRETE $47.00 1T 50 8P
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 50 8P
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 5D 8P
I SCREEO MAN $47.42 1T 50 8P
SHOTCRETE GUN1TE $44.64 1T 50 BP
SLlPFORM PAVERS $47.91 1T 50 BP
SPREADER, TOPSIDER & SCREEDMAN $47.91 1T 5D 8P
I SUBGRADE TRIMMER $47.42 1T 50 8P
TOWER BUCKET ELEVATORS $47.00 1T 50 8P
TRACTORS, (75 HP & UNDER) $47.00 1T 50 8P
I TRACTORS, (OVER 75 HP) $47.42 1T 50 8P
TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 50 8P
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47.91 1T 50 8P
TRENCHING MACHINES $47.00 1T 50 8P
I TRUCK CRANE OILERIDRIVER ( UNDER 100 TON) $47.00 1T 50 8P
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47.42 1T 50 BP
TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 50 BP
I WHEEL TRACTORS, FARMALL TYPE $44.64 1T 50 BP
YO YO PAY DOZER $47.42 1T 50 BP
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
I POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $39.29 4A 5A
SPRAY PERSON $37.21 4A 5A
I TREE EQUIPMENT OPERATOR $37.81 4A 5A
TREE TRIMMER $35.18 4A 5A
TREE TRIMMER GROUNOPERSON $26.55 4A 5A
REFRIGERATION &AIR CONDITIONING MECHANICS
I MECHANIC $27.68
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL $45.05 1M SA
I RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17.85
RESIDENTIAL CEMENT MASONS
JOURNEY lEVEL $25.63
I RESIDENTIAL DRYWALL TAPERS
JOURNEY lEVEL $18.00
RESIDEtnJAL ELECTRICIANS
I JOURNEY LEVEL $27.78
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $21.36
RESIDENTIAL INSULATION APPLICATORS
I JOURNEY LEVEL $9.86
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.08
I RESIDENTIAL PAINTERS
JOURNEY LEVEL $15.97 1
Page 7
I
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009 I
**********************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL PLUMBERS & PIPEFITTERS I
JOURNEY LEVEL $14.60
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $60.56 1G SA
RESIDENTIAL SHEET METAL WORKERS I
JOURNEY LEVEL (FIELD OR SHOP) $34.14 11 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88 I
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
ROOFERS
JOURNEY LEVEL $38.28 1R SA I
USING IRRITABLE BITUMINOUS MATERIALS $41.28 1R SA
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $55.27 1E 6L I
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $32.56 1H 6W
HEAT & FROST INSULATOR $48.28 18 5J
LABORER $12.16 1 I
MACHINIST $17.16 1
SHIPFITTER $14.66 1
WELDER/BURNER $14.66 1 I
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12.15 I
SOFT FLOOR LAYERS
JOURNEY LEVEL $38.18 1B 5A
SOLAR CONTROLS FOR WINDOWS I
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67 1
STAGE RIGGING MECHANICS (NON STRUCTURAL) I
JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $9.35 I
INSTRUMENT PERSON $11.40
PARTY CHIEF $13.40
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32.34 1E SA I
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $31.46 2B 5A
HOLE DIGGER/GROUND PERSON $17.58 2B 5A I
INSTALLER (REPAIRER) $30.17 28 5A
JOURNEY LEVEL TELEPHONE LlNEPERSON $29.26 28 5A
SPECIAL APPARATUS INSTALLER] $31.46 28 5A
SPECIAL APPARATUS INSTALLER II $30.82 28 5A I
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31.46 28 5A
TELEPHONE EQUIPMENT OPERA TOR (LIGHT) $29.26 28 5A
TELEVISION GROUND PERSON $16.67 28 5A I
TELEVISION L1NEPERSON/lNSTALLER $22.19 28 SA
TELEVISION SYSTEM TECHNICIAN $26.42 28 SA
Page B I
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009
I
**********************************************************************************************************
I
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELEVISION TECHNICIAN $23.76 2B SA
TREE TRIMMER $29.26 28 SA
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $43.61 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 5D 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 $9.45
WELL DRILLER $11.60
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 9
I
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. I
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
ITEM DESCRIPTION
YES
NO
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.
1. Metal rectangular frames, solid metal covers, herringbone grates,
and bi-directional vaned grates for Catch Basin X
Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans
2. Metal c-trcular frames (rings)' and covers, circular grafes;
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 -- 1-.,--
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.
_..._--..... Concrete Pipe - Plain' Concrete pipe and reinforced
4.
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X
Concrete Pipe:'Plain Concrete pipe and' reinforced --..,.--.-,...- -......_-_.
5.
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X
Corrugateci'Steel Pipe - Steel Tock 'seam corrugated ._-_.....~._-.-
6.
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 \""age Rates
,.,
,
I
I
I
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.
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
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.
-fi'"'-'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
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
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..
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment
sections and flat top slabs. See Std. Plans.
~-Precast Drywell Types 1, 2, ancEvith cones and adjustment
Sections.
See Std. Plans.
16. Precast Catch Basin - Catch Basin type 1, fL, 1P, and 2
With adjustment sections. See Std. Plans.
Supplemental to Wage Rates
x
x
x
x
x
x
x
.,.-
x
x
3
Supplemental to Wage Rates
A
.....
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.
Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in --
25.
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, atter facilities
inspection, contact HQ. Lab.
Precast Concrete weihs: Precast Concrete Walls - tilt-up wall --' --......--
26.
panel in size and shape as shown in Plans. X
Fabrication plant has annual approval for methods and materials
to be used _.--......._---
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
ITEM DESCRIPTION
YES
NO
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers. Manufactures - Fabricator
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
MSHTO-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.
Steel-Sign Post - Fabricated Steel Sign Posts as detailed in Std ._-~
37.
Plans. Shop drawings for approval are to be provided prior to X
fabrication
38. Light Standard:Prestressed - Spun, prestressecChollow
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.
Traffic Signal Standards - Traffic SignarStandards for use on -- ~.~._--_.~~_.
40.
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 drawings
41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X
See Std. Plans. -_.~- '.._-~._-_.- -.
Supplemental to \Nags Rates
6
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
I
I
I
I
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 Signing
Messaoe
43. Cutting & bending reinforcing steel X
-~
44. Guardrail components X X
Custom Standard
------ ~...__.. .--.-- End Sec sec
45. Aggregates/Concrete mixes Covered by
WAC 296-127-018
46. Asphalt Covered by
WAC 296-127-018
-- -~ -..------.--
47. Fiber fabrics X
.-.-------------..-.--.-.-...---- .__u_...._ ._ ...~..._.
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
. --'-_._-~.. - ~'-'_.'_....-..-..,
I
I
I
I
I
I
I
Supplemental to Wage Rates
7
I
I
I
Supplemental to Wage Rates
8
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 malerials X
54. Guide Posts X
55. Traffic Buttons X
56. Epoxy X
--~..'._.-..
57. Cribbing X
------- ---..-
58. Water distribution materials X
---'-
59. SteellH" piles X
w.",__..w_. ._._~._--- ----.-.-
60. Steel pipe for concrete pile casings X
_.~-~,~_.__.._-
61. Steel pile tips, standard X
..-..--.-........--- ---
62. Steel pile tips, custom X
---" .....'.~,. ...-......--
I
I
State of Washington
Department of labor and Industries
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 offringe
benefits. On public works projects, workers' wage and benefit rates must add to nolless than this total. A
brief description of overtime calculation requirements is provided on the Benefit Code Key.
I
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/04/2009
I
***********************************************w******************************...*******************
(See Benefit Code Key)
I
Classification Code
Prevailing
Wage
Overtime
Code
Holiday
Code
I
Counties Covered:
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS
LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN
I
FITTERlWELDER
LABORER
MACHINE OPERATOR
PAINTER
$12.76
$8.55
$12.66
$10.20
1
1
1
1
I
Counties Covered:
BENTON
I
MACHINE OPERATOR
PAINTER
WELDER
$10.53
$9.76
$16.70
1
1
1
1
I
Counties Covered:
CHELAN
I
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$15.04
$9.54
$9.71
$9.93
$12.24
I
Counties Covered:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC
SAN JUAN AND SKAGIT
I
FITTERlWELDER
LABORER
MACHINE OPERATOR
PAINTER
$15.16
$11.13
$10.66
$11.41
I
I
I
Supplemental to Wage Rates
9
I
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/04/2009
I
I
*.***~**.*************.***~*****.*****~********~****.************~**********************************
I
Classification Code
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
LA YEROUT
MACHINE OPERATOR
FITTER
WELDER
FITTERlWELDER
PAINTER
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
FITTER
LABORER
MACHINE OPERATOR
WELDER
Supplemental to Wage Rates
(See Benefit Code Key)
Prevailing
Wage
Counties Covered:
CLARK
$27.49
$19.21
$28.77
$25.31
$26.89
$28.77
Counties Covered:
COWLITZ
$24.65
$24.65
$24.65
Counties Covered:
GRANT
$10.79
$8.55
Counties Covered:
KING
$15.86
$9.78
$13.04
$11.10
15.48
Counties Covered:
KITSAP
$26.96
$8.55
$13.83
$13.83
Overtime
Code
1E
1E
1E
1E
1E
1E
18
18
1B
Holiday
Code
I
6H
6H
6H
6H
6H
6H
I
I
6V
6V
6V
I
I
I
I
I
I
I
I
I
I
10
I
I
I
I
I
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/04/2009
***.**********.***********.****..***************~*****.~********.**************~*************.******
I
Classification Code
I
FITTERJlNELDER
LABORER
MACHINE OPERATOR
PAINTER
I
I
FITTER
LABORER
MACHINE OPERATOR
WELDER
I
I
FJTTERJlNELDER
LABORER
MACHINE OPERATOR
PAINTER
I
I
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
I
I
I
I
I
I
Supplemental to Wage Rates
I
I
(See Benefit Code Key)
Prevailing
Wage
Counties Covered:
KLlCKITAT, SKAMANIA, WAHKIAKUM
$16.99 1
$10.44 1
$17.21 1
$17.03 1
Counties Covered:
PIERCE
$15.25 1
$10.32 1
$13.98 1
$13.98 1
Counties Covered:
SNOHOMISH
$15.38 1
$9.79 1
$8.84 1
$9.98 1
Counties Covered:
SPOKANE
$12.59 1
$8.55 1
$13.26 1
$10.27 1
$10.80 1
Overtime
Code
Holiday
Code
11
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/04/2009
I
I
*~*******************************.******************************************************************
I
Classification Code
FITTER
LABORER
MACHINE OPERATOR
LAYEROUT
WELDER
FITTERIWELDER
LABORER
MACHINE OPERATOR
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
(See Benefit Code Key)
Prevailing
Wage
Counties Covered:
THURSTON
$26.24
$16.42
$20.23
$28.56
$23.97
Counties Covered:
WHATCOM
$13.81
$9.00
$13.81
Counties Covered:
YAKIMA
$12.00
$10.31
$11.32
$12.00
$11.32
Supplemental to Wage Rates
Overtime
Code
1A
1A
1A
1A
1A
Holiday
Code
I
I
6T
6T
6T
6T
6T
I
I
I
I
I
I
I
I
I
I
I
12
I
I
I
I
I
I
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 03/04/2009
*************************************..*********************************************~************~**
(See Benefit Code Key)
I
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'
ALL CLASSIFICATIONS $9.96
I
ALL CLASSIFICATIONS
Counties Covered:
CHELAN, KITTITAS, KUCKITAT AND SKAMANIA
8.61
I
Counties Covered:
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWrS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS
$13.50
I
Counties Covered:
FRANKLIN
ALL CLASSIFrCA TIONS
$11.50
I
Counties Covered:
KING
ALL CLASSIFICATIONS
$13.60
2K
58
I
Counties Covered:
PIERCE
ALL CLASSIFICATIONS
$9.28
I
Counties Covered:
SPOKANE
I
I
ALL CLASSIFICATIONS
$20.23
Counties Covered:
WHATCOM
ALL CLASSIFICATIONS
$13.67
Counties Covered:
YAKIMA
I
CRAFTSMAN
LABORER
$8.72
$8.55
I
I
Supplemental to Wage Rates
13
I
I
I
I
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
I
I
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 I 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)
I
I
I
I
I
. Fabricated Precast Concrete Products
. Metal Fabrication (In Shop)
I
I
I
I
I
I
I
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
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
I
I
I
Washington State Department of labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
WAC 296-127-018 Agency filings affecting this section
Coverage and exemptions of workers involved in the production and delivery of
gravel, concrete, asphalt, or similar materials.
(1) The materials covered under this section include but are not limited to: Sand,
gravel, crushed rock, concrete, asphalt, or other similar materials.
(2) All workers, regardless of by whom employed, are subject to the provisions of
chapter 39.12 RCW when they perform any or all of the following functions:
(a) They deliver or discharge any of the above-listed materials to a public works
project site:
(i) At one or more point(s) directly upon the location where the material will be
incorporated into the project; or
(ii) At multiple points at the project; or
(Hi) Adjacent to the location and coordinated with the incorporation of those materials.
(b) They wait at or near a public works project site to perform any tasks subject to this
section of the rule.
(c) They remove any materials from a public works construction site pursuant to
contract requirements or specifications (e.g., excavated materials, materials from
demolished structures, clean-up materials, etc.).
(d) They work in a materials production facility (e.g., batch plant, borrow pit, rock
quarry, etc..) which is established for a public works project for the specific, but not
necessarily exclusive, purpose of supplying materials for the project.
(e) They deliver concrete to a public works site regardless of the method of
incorporation.
(f) They assist or participate in the incorporation of any materials into the public works
project.
Supplemental to Wage Rates
15
I
I
(3) All travel time that relates to the work covered under subsection (2) of this section
requires the payment of prevailing wages. Travel time includes time spent waiting to
load, loading, transporting, waiting to unload, and delivering materials. Travel time would
include all time spent in travel in support of a public works project whether the vehicle is
empty or full. For example, travel time spent returning to a supply source to obtain
another load of material for use on a public works site or returning to the public works
site to obtain another load of excavated material is time spent in travel that is subject to
prevailing wage. Travel to a supply source, including travel from a public works site, to
obtain materials for use on a private project would not be travel subject to the prevailing
wage.
I
(4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver
materials to a stockpile.
I
I
I
I
I
(a) A "stockpile" is defined as materials delivered to a pile located away from the site
of incorporation such that the stockpiled materials must be physically moved from the
stockpile and transported to another location on the project site in order to be
incorporated into the project.
(b) A stockpile does not include any of the functions described in subsection (2)(a)
through (f) of this section; nor does a stockpile include materials delivered or distributed
to multiple locations upon the project site; nor does a stockpile include materials dumped
at the place of incorporation, or adjacent to the location and coordinated with the
incorporation.
I
(5) The applicable prevailing wage rate shall be determined by the locality in which
the work is performed. Workers subject to subsection (2)(d) of this section, who produce
such materials at an off-site facility shall be paid the applicable prevailing wage rates for
the county in which the off-site facility is located. Workers subject to subsection (2) of
this section, who deliver such materials to a public works project site shall be paid the
applicable prevailing wage rates for the county in which the public works project is
located.
I
I
I
[Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, ~
296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and
39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, 9 296-127-018, filed
12/18/91 and 4/1/92, effective 8/31/92.]
I
I
I
I
Supplemental to Wage Rates
16
I
I
I
I
I,
I 1.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
************************************************************************************************************************
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 AT ONE
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 HOURL Y RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDA YS 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 FRIDA Y 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 P AID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST lWO (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 ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. lliE FIRST lWO (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 PAlD AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST lWO (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 HOURL Y RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE lliE 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 ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE.
L ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE.
J. THE FIRST lWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
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 SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
O. lliE FIRST TEN (lO)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RA 1E OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLJDA YS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SA TURDA Y SHALL BE PAID AT DOUBLE TIffi HOURLY RATE OF
WAGE.
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
1.
2.
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-2-
Q.
TIlE FIRST TWO (2) HOURS AFrER 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 TIlE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDA Y THROUGH SA TURDA Y AND ALL HOURS
WORKED ON SUNDAYS AND HOLlDA YS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURL Y RATE
OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES TIlE HOURLY
RATE OF WAGE.
R.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES TIlE HOURLY RATE OF WAGE.
S.
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDA Y AND TIlE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OlliER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE TIlE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY 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 SATURDAYS SHALL
BE PAID AT TIME AND ONE.HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (l2) IN A
SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL
BE PAID AT DOUBLE TIlE 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 PERFORiVlED 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 ONFHALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLYRATE OF WAGE.
V.
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT TIlANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE.
W.
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OJ' 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
TWELVE (12) HOURS ON SATURDAY SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SA TURDA Y, FRIDAY, AND THE DAY AFTER SUNDA Y, MONDAY, SHALL BE CONSIDERED THE
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
Y.
ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAYBE AGREED
UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF. EIGHT (8) HOURS PER
DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE
ABSENT FROM WORK W1TIlOUT PRIOR APROV AL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL
BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A4 X 10 WORKWEEK)
OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY TIlROUGH SA TURD A Y OVER TWELVE
(12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
z
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN
ADDITION TO HOLIDA Y PAY.
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. 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 AT ONE AND ONE-HALF TIMES TI-IE HOURLY RATE OF WAGE.
C.
ALL HOORS WORKED ON SUNDAYS SHALL BE PAm AT ONE AND ONE-HALF TIMES TIlE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
2.
I
I
I
I
I
I
I
I
I
I
4A
I
I, 5.
I
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-]-
D. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE 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 SA TURDA YS OR HOLIDA YS (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.
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 HOLIDA Y PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE.
I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE 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 HOUDA Y PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
L. ALL HOURS WORKED ON SA TURDA YS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN
MONDA Y THROUGH FRIDAY) AND HOUDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE
OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED
MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE
PAID AT DOUBLE TIlE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE I-IOURL Y RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOUDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE.
Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
S. 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,
EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL
BE PAID AT THE STRAIGHT TIlVlE RATE IF WORKED, IN ADDITION TO HOLlDA Y PAY.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DA Y 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.
HOLlDA Y CODES
A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ._. _ ._. _._
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-4-
B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, TIlANKSGIVING DAY, THE
FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
E. HOLIDA YS; NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY, 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, TIIANKSGIVING 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. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
I. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISlMAS DAY (6).
J. HOLlDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
1HANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
K. HOLlDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DA Y, FRIDAY AFTER TIIANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY
(9).
L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8).
M. HOLlDA YS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISlMAS
DAY (9).
N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DA Y (9).
P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A
HOLlDA Y FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY.
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 112).
5.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
s.
T.
PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY. THE FRIDAY AFTER TIIANKSG1VING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (9).
PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRlSTr-.IAS DAY (8).
PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
u.
v.
W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS.
x
HOLIDAYS; 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,
THANK.SGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I Y.
Z.
I 6. A.
I B.
'I C.
D.
I
E.
I
F.
I
G.
I H.
I I.
I J.
I L
I Q.
I' T.
I u,
V.
I.
W.
I
x.
I Y.
... ....... --, T""R.~""'-~
I
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-5-
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,
THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9).
HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, TIlE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
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).
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND
A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2).
PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (11).
PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11).
PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
TI-IANKSGIVING DAY, 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
DAY, FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (7).
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (9).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY. (8)
PAID HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DA Y AND CHRISTMAS DAY (8). UNPAID HOLlOA Y~
PRESIDENTS' DAY.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
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).
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTIvfAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9).
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
DAY. DAY BEFORE OR AFTER CHRISTMAS DAY (10).
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY.
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, l'vlEMORIAL DAY. INDEPENDENCE DAY. LABOR
DAY~ THANKSGIVING DAY. FRIDAY AFTER THANKSGrVING DAY, \,;rlRIS'fMAS DAY, AND A foLOJi'ilNU
HOLlOA Y (9).
8.
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-6-
I
Z..
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER TIlANKSGIVING DAY, AND CHRISlMAS DAY (7). IF A HOLIDAY FALLS ON SA TURDA Y, THE PRECEDING
FRIDAY SHALL BE CONSIDERED AS THE HOLlDA Y. IF A HOLIDA Y FALLS ON SUNDAY, THE FOLLOWING MONDAY
SHALL BE CONSIDERED AS THE HOLIDAY.
I
I,
NOTE CODES
il
A.
IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, TIlE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE:
OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET
I'
C.
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 IOO'TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER ISO' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
I
I
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
L.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL
B: $0.50, AND LEVEL C: $0.25.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00,
LEVELS C & D: $0.50.
I
M.
I
N.
WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS fOLLOWS - LEVEL A: $ I .00, LEVEL
B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25
WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00,
CLASS B SUIT: S1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50.
I
I
P.
I
I
I
I
I
.1
I
I
I
I
I
I
I
I,
I'
State of Washington
Department of Labor and Industries
Prevailing Wage Sedion - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES 6sted here incJude both the hourly wage rate and the hourly rate of fringe benefits. On
public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime
calculation requirements is provided on the Benefit Code Key.
***************.*****..***************.***~**.~*****...*****************.w*********************~****************~*.****.***~************
PREVAILING WAGE RATE CORRECTION
POWER EQUIPMENT OPERATORS
JOURNEY LEVEL
WAGE UPDATE PERIOD OF 03-04-2009
CORRECTION PUBLISHED ON 02-18-2009
CORRECTED RATE WILL BE EFFECTIVE ON 03-20-2009
III **********,,******...*.*************k***************************************************.******...******************************************
I
I,
I
'I
I
I
I
I
I
I
I
Corrected Rate Compared to the Incorrect Rate Previouslv Published.
COUNTIES COVERED:
CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP,
KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON,
WHATCOM AND YAKIMA
Classification Corrected Rate Incorrect Rate
CRANE, FRICTION OVER 200 TONS $49.59 $48.29
CRANES, OVER 300 TONS, OR 300' $49.59 $48.29
OF BOOM INCLUDING JIB WITH
ATTACHMENTS
State of Washington
Department of Labor and Industries
Prevailng Wago Section. TalQPhone (360) 902-5335
PO Box 44S4O. Olympia, WA 98504-4540
Washington State Prevailing Wage
111e PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits. On
public works projecls, workers' wage aM benefit rates must add to not less than this tolal. A brief description of overtime
calculation requirements is provided on the Benefit Code Key.
.,,"""A.....".......a.......'"'_..............~..~......A__.l. 4A4____n____~ "'_A.A_""'J,J..~ J.4...j...........j....A.~~_I."".llA".......AA"....1t'ftlIHI-*'*****
PREVAILING WAGE RATE CORRECTION
LABORERS
JOURNEY LEVEL
WAGE UPDATE PERIOD OF 03-04-2009
CORRECTION PUBLISHED ON 02-05-2009
CORRECTED RATE WILL BE EFFECTIVE ON 03-07-2009
'lH.*~******'-****.................................................... ..."... II J. ~...4&&..."'***......................*****...........................****.........**.*~................*.............
list of Corrected Rates Compared to the Incorrect Rate Previouslv Published.
COUNTIES COVERED:
CLALLAM. GRAVS HARBOR, ISLAND, JEFFERSON, KING, K1TSAP, LEWIS, MASON, PACIFIC, PfERCE, SKAGIT,
5NOHOMISH, THURSTON AND WHATCOM
Journev Level Classification Corrected Rate Incorrect Rate
ASPHALT RAKER $39.31 $38.83
GR.ADE CHECKER & $39.31 $38.83
TRANSIT PERSON
HOD CARRIER $39.31 $38.83
I
I
I
,I
I
,I
I
I
I
I
I
I'
I
I
I
I
2
I
I,
I
I
I,
I
State of Washington
Depa~ntorLaborandlndusbies
Prevailing Wage SeQ(on - Telephone (360) 902-5335
PO Box 44540, Olympia, WA BB5ll4-464O
I'
I
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and lhe hourly rate of fringe beneflls. On
pubUc works projects. workers' wage and benefll rates must add to not less than this total. A brief description of overtime
calculation requirements is provided on the Benefit Code Key. .
I
........... "'4~.l.J. J. _A.n J,AA""_...................**.............*..........................................................******'*.................***.........~....*'*'-tI~~...~........."
PREVAILING WAGE RATE CORRECTION
I'
LABORERS
JOURNEY lEVEL
I.
WAGE UPDATE PERIOD OF 03-04-2009
CORRECTION PUBUSHED ON 02-05-2009
CORRECTED RATE WILL BE EFFECTIVE ON 03-07-2009
I
.............. "A.A" U.~......4.&**'..........................................~.......t..... A.A.1A ...".4.....1. .......1....................1.....1, __~ft.\. A<I ...A.~__ ...................frfnIIH...*******'**..~
List of Corrected Rates Compared to the Incorrect Rate Previoush( Published.
I
COUNTIES COVERED:
CHELAN, DOUGLAS AND KITTITAS
I,
Journev Level Classification Corrected Rate Incorrect Rate
ASPHALT RAKER $31.22 $30.83
GRADE CHECKER & $31.22 $30.83
TRANSIT PERSON
HOD CARRIER $31.22 $30.83
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
Attachment B
Davis-Bacon Prevailing Wage Rates
PW 407_04 Part04.doc [Revised March 2008]
I
I
General Decision Number: WA080001 03/20/2009 WAl
I
State: Washington
Superseded General Decision Number: WA20070001
I
Construction Types: Heavy (Heavy and Dredging) and Highway
I
Counties: Washington Statewide.
I
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes'
D.O.E. Hanford Site in Benton and Franklin Counties)
Modification
Number
o
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Publication Date
02/08/2008
02/15/2008
02/22/2008
04/04/2008
04/25/2008
05/09/2008
06/06/2008
06/13/2008
06/20/2008
06/27/2008
07/11/2008
07/25/2008
08/01/2008
08/08/2008
08/29/2008
09/05/2008
09/19/2008
10/03/2008
10/24/2008
I
I
I
I
I
I
CARPOOOI-008 06/01/2007
I
Modification
Number
19
20
21
22
23
24
25
Publication
Date
10/31/2008
11/21/2008
01/02/2009
02/06/2009
02/27/2009
03/06/2009
3/20/2009
Carpenters:
COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS
(EAST OF THE 120lli MERIDIAN), FERRY,FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120lli MERIDIAN) AND WALLA WALLA COUNTIES
I
I
Rates
GROUP 1: . . . . . . . . . . . . . . . . . . . $ 25. 68
GROUP 2:................... $ 27. 18
GROUP 3:................... $ 25.95
GROUP 4:................... $ 25. 68
GROUP 5:.................. . $ 59.40
GROUP 6.................. . . $ 28. 70
GROUP 7..... . . . . . . . . . . . . . . . $ 29. 70
GROUP 8.................... $ 26. 95
GROUP 9................. . . . $ 32. 70
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
Fringes
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
I
I
SPOKANE AREA:
ASOTIN, ARFIELD, LINCOLN, PEND OREILLE,
AND WHITMAN COUNTIES
GROUP 1:......... . . . . . . . . . . $ 25. 01
GROUP 2:............ . . . . . . . $ 26. 51
GROUP 3:... . . . . . . . . . . . . . . . . $ 25. 27
GROUP 4:... . . . . . . . . . . . . . . . . $ 25.01
GROUP 5:................ . . . $ 58. 04
GROUP 6:............ . . . . . . . $ 28.02
GROUP 7.................... $ 29. 02
GROUP B.......... . . . . . . . . . . $ 26. 27
GROUP 9.................... $ 32.02
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
SPOKANE, STEVENS
I
I
I
I
CARPENTER & DIVER CLASSIFICATIONS:
I
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler;
Insulators (all types), Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors,
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw-Off Bearer; Wire, Wood and
Metal Lather Applicator
I
I
GROUP 2: Millwright, machine erector
I
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
I
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Diver Wet
I
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator
Not Under Pressure
I
GROUP 8: Assistant Tender, ROV Tender/Technician
I
GROUP 9: Manifold Operator-Mixed Gas
I
ZONE PAY:
ZONE 1 0-40 MILES FREE
ZONE 2 41-65 MILES $2.25/PER HOUR
ZONE 3 66-100 MILES $3.25/PER HOUR
ZONE 4 OVER 100 MILES $4.75/PER HOUR
I
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite) .
I
I
W A080001 Modification 25
Federal Wage Determination
I
2
I
I
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite) .
I
I
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite) .
I
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite) .
I
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite) .
I
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
I
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 feet Free
26-300 feet $1.00 per Foot
I
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
I
I
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
I
I
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
I
I
I
I
-----------------~---------------------------------------~------
I
W A08000 1 Modification 25
Federal Wage Determination
I
3
I
I
CARP0003-006 06/01/2007
I
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS (Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
I
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
I
ZONE 1:
I
Rates
Fringes
Carpenters:
CARPENTERS; ACOUSTICAL. .....$ 27.56
DIVERS TENDERS. ... ..........$ 30.28
DIVERS. _ _ . . . . . . . . . . . . . . . . . . . $ 68.84
DRYWALL. . . . . . . . . . . . . . . . . . . . . $ 27. 56
FLOOR LAYERS & FLOOR
FINISHERS (the laying of
all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
materials mentioned above
are to be installed);
INSULATORS (fiberglass and
similar irritating
materils. . . . . . . . . . . . . . . . . . . . $ 27.71
MILLWRIGHTS............... ..$ 28.04
PILEDRIVERS............. ....$ 28.04
13 .30
13 .30
13 .30
I
13.30
13.30
13 .30
13 .30
I
I
I
I
I
DEPTH PAY:
50 TO 100 FEET
101 TO 150 FEET
151 TO 200 FEET
$1.00 PER FOOT OVER 50 FEET
$1.50 PER FOOT OVER 101 FEET
$2.00 PER FOOT OVER 151 FEET
I
I
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
4
I
I
I
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER,
(NOTE: All dispatches for Washington State Counties: Cowlitz,
Wahkiakum and Pacific shall be from Longview Local #1707 and mileage
shall be computed from that point.)
I
ZONE l:projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
I
I
I
CARP0770-003 06/01/2007
I
Rates
Fringes
I
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
ACCOUSTICAL WORKERS.. ......$
BRIDGE, DOCK AND WHARF
CARPENTERS AND HEAVY &
HIGHWAY. . . . . . . . . . . . . . . . . . . . $
CARPENTERS AND DRYWALL
APPLICATORS. . . . . . . . . . . . . . . . $
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . . $
DIVERS TENDER..... .........$
DIVERS. . . . . . . . . . . . . . . . . . . . . $
INSULATION APPLICATORS... ..$
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . . $
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING..... ..$ 32.69
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 23. 25
23.25 10.85
32.49 10.85
23.25 10.85
23.25 10.85
33.29 10.93
74.82 10.93
23.25 10.85
33.49 10.85
I
I
I
I
I
I
10.85
I
I
10.85
I
W A08000 1 Modification 25
Federal Wage Determination
5
I
I
I
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
I
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
I
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
I
I
I
Zone Pay:
o -25 radius miles
26-35 radius miles
36-45 radius miles
46-55 radius miles
Over 55 radius miles
Free
$l.OO/hour
$1.15/hour
$1. 35/hour
$1.55/hour
I
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
I
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
I
Zone Pay:
o -25 radius miles
26-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
I
I
I
I
I
I
I
I
WA080001 Modification 25
Federal Wage Determination
I
6
I
I
I
CARP0770-006 06/01/2007
I
Carpenters:
WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS
(excludes piledrivers only), MASON, PACIFIC (North of a straight line
made by extending the north boundary line of Wahkiakum County west to
the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
I
I
Rates Fringes
32.62 11. 26
32.49 11.26
32.49 11.26
32.59 11. 26
33.29 10.93
74.82 10.93
32.49 11.26
33.49 11. 26
I
ACOUSTICAL WORKERS.........$
BRIDGE, DOCK & WHARF
CARPENTERS. . . . . . . . . . . . . . . . . $
CARPENTERS AND DRYWALL
APPLICATORS............... .$
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . . $
DIVERS TENDER.... ..........$
DIVERS. . . . . . . . . . . . . . . . . . . . . $
INSULATION APPLICATORS.....$
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . . $
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING.......$ 32.69
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 32.62
11.26
I
I
I
11.26
I
I
I
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
I
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
I
Seattle
Auburn
Renton
Aberdeen-Hoquiam
EI,lensburg
Centralia
Chelan
I
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
I
I
W A080001 Modification 25
Federal Wage Determination
I
7
I
I
Zone Pay:
o -25 radius miles
26-35 radius miles
36-45 radius miles
46-55 radius miles
Over 55 radius miles
Free
$1. OO/hour
$1.15/hour
$1.3S/hour
$1. 55/hour
I
I
(HOURLY ZONE PAY; WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
I
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
I
Zone Pay;
o -25 radius miles
26-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
I
ELEC0046-001 07/02/2007
I
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates
Fringes
I
CABLE SPLICER...... ...... ........$ 40.62
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 36.93
3%+13.21
3%+13.21
I
* ELEC0048-003 01/01/2009
CLARK, KLICKITAT AND SKAMANIA COUNTIES
I
Rates
Fringes
CABLE SPLICER.. ............... ...$ 34.40
ELECTRICIAN... ................ ...$ 35.65
3%+$14.85
3%-+$15.35
I
HOURLY ZONE PAY:
I
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
I
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
I
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50jhour
Zone 3: 71-90 miles $5.50jhour
Zone 4: Beyond 90 miles $9.00jhour
I
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
---------------------------------------------------------~~~--~-
I
I
WA080001 Modification 25
Federal Wage Determination
I
8
I
I
ELEC0073-001 01/01/2009
I
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
I
Rates
Fringes
I
CABLE SPLICER....................$ 28.22
ELECTRICIAN......................$ 27.82
3%+12.48
3%+12.48
ELEC0076-002 03/01/2007
I
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
I
Rates
Fringes
I
CABLE SPLICER............ ...... ..$ 36.31
ELECTRICIAN.............. ........$ 32.71
3%+13.19
3%+13.19
ELEC0077-002 02/01/2007
I
Rates
Fringes
I
Line Construction:
CABLE SPLICERS..............$ 42.09
GROUNDMEN........... ........$ 26.31
LINE EQUIPMENT MEN.... ......$ 32.32
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN....$ 37.58
POWDERMEN, JACKHAMMERMEN....$ 28.19
TREE TRIMMER......... . . . . . . . $ 22.65
3.875%+$10.60
3.875%+$8.60
3.875%+$8.70
I
3.875%+$10.60
3.875%+$8.60
3.875%+$8.35
I
ELECOll.2-00S 12/01/2008
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
I
Rates
Fringes
I
I
CABLE SPLICER.. ....... ...........$ 35.39
ELECTRICIAN........... ......... ..$ 33.70
3%+13.48
3%+13.48
ELEC0191-003 03/01/2008
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
I
Rates
Fringes
I
CABLE SPLICER....... . . . . . . . . . . . . . $ 36.86
ELECTRICIAN....... ...... .........$ 33.51
3%+12.98
3%+12.98
I
WA080001 Modification 25
Federal Wage Detelmination
9
I
I
I
ELEC0191-004 03/01/2008
I
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates
Fringes
I
CABLE SPLICER.................... $ 32.46
ELECTRICIAN............... .......$ 29.51
3%+12.81
3%+12.81
I
ELEC0970-001 01/01/2009
COWLITZ AND WAHKIAKUM COUNTIES
I
Rates
Fringes
CABLE SPLICER............. .......$ 34.68
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 31.53
3%+9.59
3%+9.59
I
ENGI0302-003 06/01/2008
I
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
I
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
I
Zone 1 (0-25 radius miles) :
Rates
Fringes
I
Power equipment operators:
lA.................. .$
1AA........... ........$
lAM................ .$
1. . . . . .. .. .. . . . . ......$
2. . ... ... . . . . . . . ..... .$
3. .... ... . . . . . . . . . . . . . $
4. . .. . ... . ... . . . . . . . .. $
Group
Group
Group
Group
Group
Group
Group
34.51
35.08
35.64
33.96
33 .47
33.05
30.69
13 .95
13.95
13.95
13.95
13 .95
13 .95
13 .95
I
I
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
I
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
I
POWER EQUIPMENT OPERATORS CI.ASSIFICATIONS
I
GROUP lAM - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
I
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
I
W A080001 Modification 25
Federal Wage Determination
I
10
I
I
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
I
I
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
I
I
I
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/DeCk Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; scraper-self propelled, hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-lOa tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
I
I
I
I
I
I
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
I
I
I
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-IO tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
I
I
W A080001 Modification 25
Federal Wage Determination
I
11
I
I
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcretejgunite equipment operator
I
I
I
Category B Projects: 95% of the basic hourly reate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
I
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
I
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
I
3. Marine projects (docks, wharfs, etc.) less than $150,000.
I
HANDLING OF HAZARDOUS WASTE MATERIALS:
I
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
I
I
H-l Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class HC" Suit - Base wage rate plus $ .25 per hour.
H-3 Class nBIl Suit - Base wage rate plus $ .50 per hour.
H-4 Class nAil Suit - Base wage rate plus $ .75 per hour.
I
-----~------~-~~~-~---------------------------------------------
I
I
I
I
I
WA080001 Modification 25
Federal Wage Determination
I
12
I
I
ENGI0302-009 06/01/2007
I
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
I
I
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
I
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles) :
I
Rates
Fringes
I
Power equipment operators:
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER........ ..$ 31.33
TOTAL PROJECT COST UNDER
$300,000...................$ 26.96
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER..... .....$ 31.46
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . .. . . . . . . ... $ 27.06
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER... .......$ 31.84
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $ 27.38
GROUP 4
TOTAL PROJECT COST
$300,000 AND OVER..........$ 31.89
TOTAL PROJECT COST UNDER
$300,000...................$ 27.43
GROUP 5
TOATL PROJECT COST
$300,000 AND OVER.. ........$ 33.46
TOTAL PROJECT COST UNDER
$300,000...................$ 28.75
GROUP 6
TOTAL PROJECT COST
$300,000 AND OVER..... .....$ 31.33
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $ 26.96
12.75
8.40
I
12.75
I
8.40
I
12.75
8.40
I
12.75
8.40
I
12.75
I
8.40
I
12.75
8.40
I
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
I
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
I
W A080001 Modification 25 13
Federal Wage Determination
I
I
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS:
I
GROUP 1:
GROUP 2:
GROUP 3:
Assistant Mate (Deckhand
Oiler
Assistant Engineer (Electric, Diesel, Steam or
Booster Pump)i Mates and Boatmen
Craneman, Engineer Welder
Leverman, Hydraulic
Maintenance
I
GROUP 4:
GROUP 5:
GROUP 6:
I
I
Category B Projects: 95% of the basic hourly reate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
I
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
I
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
I
3. Marine projects (docks, wharfs, etc.) less than $150,000.
I
Heavy Wage rates (Category A) Applies to clam shell dredge,
hoe and dipper, shovels and shovel attachments, cranes and
bulldozers.
HANDLING OF HAZARDOUS WASTE MATERIALS:
I
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
I
I
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class riCH Suit - Base wage rate plus $ .25 per hour.
H-3 Class UBU Suit - Base wage rate plus $ .50 per hour.
H-4 Class nAn Suit - Base wage rate plus $ .75 per hour.
I
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
14
I
I
I
ENGI0370-002 06/01/2008
I
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
I
ZONE 1:
I
Rates
Fringes
I
Power equipment operators:
GROUP 1A................... $ 23. 21
GROUP 1. ~ . . . . . . . . . . . . . . . . . . . $ 23. 76
GROUP 2. _ _ . . . . . . . . . . . . . . . . . . $ 24.08
GROUP 3....... . . . . . . . . . . . . . . $ 24. 69
GROUP 4..... . . . . . . . . . . . . . . . . $ 24.85
GROUP 5. . . . . . . . . . . . . . . _ . . . . . $ 25. 01
GROUP 6.. . . . . . . . . . . . . . . . . . . . $ 25. 29
GROUP 7..... . . . . . _ . . . . . . . . . . $ 25.56
GROUP 8..... . . . . . . . . . . . . . . . _ $ 26. 66
9.80
9.80
9.80
9.80
9.80
9.80
9.80
9.80
9.80
I
I
I
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
I
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
I
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation);
Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman;
Oiler Driver, & Cable Tender, Mucking Machine; Pumpman;
Rollers, all types on subgrade, including seal and chip
coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine
I
I
I
I
I
I
W A08000 1 Modification 25
Federal Wage Determination
I
15
I
I
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
I
I
I
I
I
I
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt-type Loader (Euclid, Barber Green
& similar); Elevating Grader-type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
I
I
I
I
I
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or rliamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber-tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re-screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
I
I
I
I
I
W A08000 I Modification 25
Federal Wage Determination
I
16
I
I
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(S inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
I
I
I
GROUP 6: Asphalt Plan~ Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber-tired;
Screed Operator; Shovel (under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
I
I
I
I
I
I
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
I
I
I
I
I
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over)j Helicopter Pilot
I
I
W A08000 1 Modification 25
Federal Wage Determination
I
17
I
I
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
I
I
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
I
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
I
ENGI0370-006 06/01/2008
I
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKA}IE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
I
WORK PERFORMED ON HYDRAULIC DREDGES
I
Rates
Fringes
Hydraulic Dredge
GROUP 1:.. . . . . . . . . . . . . . . . . . . $ 31. 85
GROUP 2:.................... $ 32. 36
GROUP 3:................... . $ 32. 41
GROUP 4: . . . . . . . . . . . . . . . . . . . . $ 33. 9 B
GROUP 5: . . . . . . . . . . . . . . . . . . . . $ 31. 85
GROUP 6:.. . . . . . . . . . . . . . . . . . . $ 31. 98
GROUP 7:.................... $ 32. 36
13 .53
13 .53
13 .53
13 .53
13 .53
13.53
13 .53
I
I
I
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump)
GROUP 3: Engineer Welder
GROUP 4: Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6: Oiler
GROUP 7: Mates & Boatman
I
I
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
I
I
I
I
W A08000 1 Modification 25
Federal Wage Determination
I
18
I
I
ENGI0612-001 06/01/2007
I
I
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
I
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
Rates
Fringes
I
I
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project cost $300,000 and
over
GROUP 1.......... . . . . . . . . . . $ 31. 33
GROUP 2. . . . . . . . . . . . . . . . . . . . $ 31. 46
GROUP 3.... . . . . . . . . . . . . . . . . $ 31.84
GROUP 4............ . . . . . . . . $ 31. 89
GROUP 5.................... $ 33. 46
GROUP 6............ . . . . . . . . $ 31. 33
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project Cost under $300,000
GROUP 1. . . . . . . . . . . . . . . . . . . . $ 26. 96
GROUP 2.... . . . . . . . . . . . . . . . . $ 27. 0'6
GROUP 3.... ................$ 27.38
GROUP 4............ . . . . . . . . $ 27.43
GROUP 5.................... $ 28. 75
GROUP 6............ . . . . . . . . $ 26. 96
12.75
12.75
12.75
12.75
12.75
12.75
I
I
I
8.40
8.40
8.40
8.40
8.40
8.40
I
I
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
I
BASEPOINTS: Tacoma, Olympia, and Centralia
I
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
19
I
I
I
3. Marine projects (doets, wharfs, etc.) less than $150,000
I
WORK PERFORMED ON HYDRAULIC DREDGES:
I
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen
GROUP 4: Craneman, Engineer Welder
GROUP 5; Leverman, Hydraulic
GROUP 6: Maintenance
u
I
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS
I
HANDLING OF HAZARDOUS WASTE MATERIALS
I
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A" Suit - Base wage rate +$.75 per hour
I
ENGI0612-002 06/01/2008
I
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
I
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles) ;
I
Rates
Fringes
I
Power equipment operators:
GROUP 1A...................$ 34.51
GROUP 1M.................. $ 35.08
GROUP 1AAA............. ....$ 35.65
GROUP 1.......... . . . . . . . . . . . $ 33. 96
GROUP 2........ . . . . . . . . . . . . . $ 33. 47
GROUP 3. . . . . . . . . . . . . . . . . . . . . $ 33. 05
GROUP 4..................... $ 30. 69
13 .95
13 .95
13.95
13 .95
13 .95
13 .95
13 .95
I
I
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1.00
I
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AM - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
I
W A08000 1 Modification 25
Federal Wage Determination
I
20
I
I
I
I
I
I
I
D
I
I
I
I
I
I
I
I
I
I
I
GROUP lAA _ Cranes- 200 tonsto 300 tons, or 250 ft of boom
(inCluding jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP lA _ Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, B yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP I _ Cableway; Cranes 45 tons thru 99 tons under 150 ft'
of boom (including jib with attachments); crane-overhead,
bridge type, 45 tons thru 99 tons; DerrickS on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, B yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-I0; Remote control operator
on rubber tired earth moving equipment; Rollagon; scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or trUCk type
GROUP 2 _ Barrier machine (zipper); Batch Plant operator-
concrete; Bump cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type, 20 tons through
44 tonS; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
piledriver (other than crane mount); Rota-mill, roto-
grinder; screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-IOO tons and over; Truck Mount portable
Conveyor; Yo Yo pay
GROUP 3 _ conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; outside Hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; plant oiler- asphalt, crusher;
pump-Concrete; Roller, plant mix or multi-lfit materials;
saws-concrete; Scrapers, concrete and carryall; service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
21
W A08000 1 Modification 25
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GROUP 4 _ Assistant Engineer; Bobcat; Brooms; compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 Ibs. with attachments;
Gradechecker, stakehop; HydraliftS/boom truCks, 10 tons and
under; oil distributorS, blower distribution and mulch
seeding operator; Pavement breaker; posthole
digger-mechanical; power plant; pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. projects of lesS than $1 million where no building is
involved. surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etC.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardouS waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 ClasS "C" Suit - Base wage rate plus $ .25 per hour.
H-3 ClasS "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class nAil Suit _ Base wage rate plus $ .75 per hour.
----------------------------------------------------------------
ENGI0701-002 01/01/2009
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), sKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates
Fringes
power equipment operators:
(See Footnote A)
GROUP 1........... _ . . . . . . - . . $ 36. 22
GROUP 1A. _ . . . . . . . . . . . . . . . . . . $ 38. 03
GROUP lB............ . . . . . . . - $ 39. 84
GROUP 2..... _ . . . . . . _ . . . . . . . . $ 34. 65
GROUP 3....... _ . . _ . . . . . . - . . . $ 33. 69
GROUP 4. . . . . . . _ . . . . _ . . . . . . . . $ 32. 78
GROUP 5...... _ . . . . . _ . - . . . - - . $ 31. 71
GROUP 6.. _ . _ . . . . . . . . . . . . . . . - $ 28. 82
10.90
10.90
10.90
10.90
10.90
10.90
10.90
10.90
22
W A080001 Modification 25
Federal Wage Determination
. j
I
I
I
Zone Differential (add to Zone 1 rates) :
Zone 2 - $2.50
Zone 3 - $5.00
I
For the following metropolitan counties: MULTNOMAHj
CLACKAMAS; MARION; WASHINGTON; YAMHILLj AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
I
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
I
I
I
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
I
All jobS or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
I
I
For the following cities: ALBANY; BENDj COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
I
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
I
I
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
I
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or morej CP~E: Helicopter Operator, when used in
erecting workj Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
I
I
W A080001 Modification 25
F ederal Wage Determination
I
23
I
I
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment); LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
I
I
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
I
GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required); Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 lbs and above; Bulldozer operator,
twin engine; Bulldozer Operator, tandem, quadnine, 010, 011,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(without luffing or tower attachment); TOWER/WHIRLEY
OPERATOR: Tower Crane Operator; Whirley Operator, under 90
tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to
200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc. operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber-
tired scraper operator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required); Canal Trimmer (Grade Oiler
required); Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator);
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,0001bs.; HYDRAULIC CRANE: Hydraulic crane operator,
50 tons through 89 tons (with luffing or tower attachment);
I
I
I
I
I
I
I
I
I
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up
to and including 120,000 Ibs.; HYDRAULIC CRANE: Hydraulic
crane operator, 50 tons through 89 tons (without luffing
or tower attachment); LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom);
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80,000 Ibs. through 130,000 lbs.; LOADERS:
Loader operator 60,000 and less than 120,000; RUBBER-TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 cu yds.
I
I
I
I
WA080001 Modification 25
Federal Wage Determination
I
24
I
I
I
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required); BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi-engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any
type); CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type); Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine);
Hydro Axe (loader mounted or similar type); COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi-engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types); Laser Screed; CRANE: Chicago boom and
similar t.ypes; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller-Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry);
Directional Drill Operator over 20,000 lbs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self-
unloading; Piledriver Operator (not crane type) (Deckhand
required); Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required);
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types);
Guardrail Auger Operator (all types); Combination Guardrail
machines, i.e., punch auger, etc.; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20,000 Ibs through 80,000 lbs.;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25,000 lbs and less than
60,000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar t~~es; PILEDRIVERS: Hammer
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
25
I
I
I
I
Operator; Piledriver Operator (not crane type); PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder); H.D.
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS:
Rubber-tired Scraper Operator, single engine, single
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds.; Rubber-tired Scraper Operator, twin engine;
Rubber-tired Scraper Operator, with push- ull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationay Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds.; Grade-all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator )
I
I
I
I
I
I
I
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix); Asphalt Burner and
Reconditioner Operator (any type); Roto-Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
20,000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power), over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade); CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumpcrete Operator (any
type); Pavement Grinder and/or Grooving Machine Operator
(riding type); Cement Pump Operator, Fuller-Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finiShing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting Slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
I
I
I
I
I
I
I
I
WA080001 Modification 25
Federal Wage Determination
26
I
I
I
Hydraulic Boom Truck, pittmanj DRILLING: Churm Drill and
Earth Boring Machine Operatorj Vacuum Truck; Directional
Drill Operator over 20,000 lbs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type);
Hydraulic Backhoe Operator track type up to and including
20,000 lbs.; LOADERS: Loaders, rubber- tired type, less
than 25,000 lbs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser);
PIPELINE-SEWER WATER: Hydra hammer or simialr types;
Pavement Breaker Operatorj PUMPS: Pump Operator, more than
5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operatorj Ballast Tamper Multi-Purpose Operator; Track
Liner Operatorj Tie Spacer Operatorj Shuttle Car Operator;
Locomotive Operator, 40 tons and overj MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
Pulva-mixer or similar types; Chiip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
I
I
I
I
I
I
I
I
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type)j Truck mounted asphalt spreader, with
screedj COMPRESSORS: Compressor Operator (any power), under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B., dry batch, etc.); Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type); wire Mat or Brooming Machine Operator;
CRANE: Oilerj Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drumj Tugger or
Coffin Type Hoist Operatorj CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feedermanj
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (exclduing working
platform); Fork Lift or Lumber Stacker Operator,
construction jOb site; Ross Carrier Operator, construction
job sitej Lull Hi-Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd.); Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oilerj Guardrail
Punch Oilerj Truck Crane Oiler-Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated); PUMPS: Pump Operator (any power) ;
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motormanj Ballast Jack Tamper Operatorj
I
I
I
I
I
I
I
I
WA080001 Modification 25
Federal Wage Determination
I
27
I
I
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade); Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt); Tamping
Machine operartor, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator
I
I
I
* ENGI0701-003 01/01/2009
I
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM
COUNTIES
DREDGING:
I
Rates
Fringes
I
Dredging:
ZONE A
ASSISTANT ENGINEER........ .$ 37.30 10.80
ASSISTANT MATE. . . . . . . . . . . . . $ 32.96 10.80
LEVERMAN, DIPPER,
FLOATING CLAMSHELL.... .....$ 39.88 10.80
LEVERMAN, HyDRAULIC....... .$ 39.88 10.80
TENDERMAN. . . . . . . . . . . . . . . . . . $ 36.12 10.80
ZONE B
ASSISTANT ENGINEER....... ..$ 39.80 10.80
ASSISTANT MATE. . . . . . . . . . . . . $ 35.46 10.80
LEVERMAN, DIPPER,
FLOATING CLAMSHELL.........$ 42.38 10.80
LEVERMAN, HyDRAULIC....... .$ 42.38 10.80
TENDERMAN................. .$ 38.62 10.80
ZONE C
ASSISTANT ENGINEER........ .$ 41. 30 10.80
ASSISTANT MATE. . . . . . . . . . . . . $ 36.96 10.80
LEVERMAN, DIPPER,
FLOATING CLAMSHELL.... .....$ 43.88 10.80
LEVERMAN, HYDRAULIC........$ 43.88 10.80
TENDERMAN... ......... ......$ 40.12 10.80
I
I
I
I
I
ZONE DESCRIPTION FOR DREDGING:
I
ZONE A - All jobs or projects locat:ed within 30 road miles of
Portland City Hall.
ZONE B - Over 30-60 road miles from Portland City Hall.
ZONE C - Over 60 road miles from Portland City Hall.
I
I
*All jobs or projects shall be computed from the city hall by
the shortest route to the geographical center of the
project.
-~-----~------------------------------------------~-------------
I
I
W A080001 Modification 25
Federal Wage Detennination
I
28
I
I
IRON0014-005 07/01/2008
I
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
I
Rates
Fringes
I
IRONWORKER.................... ...$ 29.52
17.87
IRON0029-002 07/01/2008
I
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
I
Rates
Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 31. 65
17.87
I
IRON0086-002 07/01/2008
YAKIMA, KITTITAS AND CHELAN COUNTIES
I
Rates
Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 30. 00
17.87
I
IRON0086-004 07/01/2008
I
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
I
Rates
Fringes
IRONWORKER. .................... ..$ 34.40
17.87
I
I
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
29
I
I
LAB00001-002 06/01/2008
I
ZONE 1:
Rates
Fringes
I
Laborers:
CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
OCEAN), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
GROUP 1....... '. . . . . . . . . . . . . $ 21. 19
GROUP 2.... . . . . . . . . _ _ _ _ . . . . $ 24.01
GROUP 3...... . . . . . . . . . . . . . . $ 29. 66
GROUP 4.... . . . . . . . . . . . . . . . . $ 30. 37
GROUP 5.... . . . . . . . . . . . . . . . . $ 30. 85
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS AND YAKIMA
COUNTIES
GROUP 1.. _ . . . . . . . . . . . . . . . . . $ 17. 45
GROUP 2................. _ . . $ 19. 97
GROUP 3. . . . . . . . . . . . . . . . . . . . $ 21. 85
GROUP 4... _ . . . . . . . . . . . . . . . . $ 22.37
GROUP 5.... . . . . . . . . . . . . . . . . $ 22.76
8.46
8.46
8.46
8.46
8.46
I
I
I
8.46
8.46
8.46
8.46
8.46
I
I
I
I
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 $ .70
ZONE 3 - $1.00
I
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
I
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
Hall
I
I
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT.
ANGELES, AND BREMERTON
I
ZONE 1 - Projects within 25 radius miles of the respective
ci ty hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
I
I
W A080001 Modification 25
Federal Wage Determination
I
30
I
I
LABORERS CLASSIFICATIONS
I
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
I
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
I
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C); Maintenance Person; Material Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site); Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Beamer
I
I
I
I
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B); High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Nozzleman (concrete pump, green cutter when using
combination of high pressure air and water on concrete and
rock, sandblast, gunite, shotcrete, water blaster, vacuum
blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe,
Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper;
Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt;
Rivet Buster; Rodder; Sloper (over 20 ft); Spreader
(concrete); Tamper and Similar electric, air and glas
operated tool; Timber Person-sewer (lagger sharer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
I
I
I
I
I
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A) .
I
------------------------------~------~~-------------------------
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
31
I
I
LAB00238-004 06/01/2008
I
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
I
Rates
Fringes
Laborers:
ZONE 1:
GROUP 1.......... . . . . . . . . . . $ 20. 56
GROUP 2.... . . . . . . . . . . . . . . . . $ 22. 66
GROUP 3.... . . . . . . . . . . . . . . . . $ 22. 93
GROUP 4.................... $ 23. 20
GROUP 5............... . . . . . $ 23. 48
GROUP 6...... . . . . . . . . . . . . . . $ 24.85
7.70
7.70
7.70
7.70
7.70
7.70
I
I
I
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
I
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
I
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
I
I
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumpcrete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumpcrete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
I
I
I
I
I
I
I
WA080001 Modification 25
Federal Wage Determination
I
32
I
I
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
required to move and position machine); Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
respirator); Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter);
Nozzleman (to include squeeze and flo-crete nozzle);
Nozzleman, water, air or steam; Pavement Breaker (under 90
lbs.); Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operatorj Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreaderj Tamper (to include operation of Barco, Essex and
similar tampers); Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
I
I
I
I
I
I
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled); Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit"); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tenderj Vibrators (all)
I
I
I
I
I
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class "0", (to include raise and shaft miner, laser
beam operator on riases and shafts)
I
I
GROUP 6 - powderman
----------------------------------------------------------------
I
I
I
W A08000] Modification 25
Federal Wage Determination
I
33
I
I
LAB00238-006 06/01/2008
I
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
I
Rates
Fringes
I
Hod Carrier. . . . . . . . . . . _ . . . . . . . . . . $ 24.10
7.70
LAB00335-001 06/01/2008
I
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
I
Rates
Fringes
I
Laborers:
ZONE 1:
GROUP 1......... _ . . . . . . . . . . $ 27. 46
GROUP 2........ . . . . . . . . . . . . $ 28. 06
GROUP 3 _ _ _ . . . . . . . . . . . . . . . . . $ 28. 50
GROUP 4..... . . . . . . . . . . . . . . . $ 28. 88
GROUP 5 _ . . . . . . . . . . . . . . . . . . . $ 24. 96
GROUP 6.................... $ 22.54
GROUP 7.. . . . . . . . . . . . . . . . . . _ $ 19.34
8.40
8.40
8.40
8.40
8.40
8.40
8.40
I
I
I
Differential (Add to Zone 1 rates) :
Zone
Zone 2 $
Zone 3
Zone 4
Zone 5
0.65
1.15
1. 70
2.75
I
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
I
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
I
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
34
I
I
LABORERS CLASSIFICATIONS
I
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight-Man- Crusher
(aggregate when used)
I
I
I
I
I
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
I
I
I
I
I
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types inClUding at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping); Manhole
Builder; powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
I
I
I
I
I
vi A08000 1 Modification 25
Federal Wage Determination
I
35
I
I
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls)j
Concrete Nozzelman; Grade Checkerj Pipelayerj Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beamj Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
I
I
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
I
GROUP 7: Landscaping or Planting Laborers
LAB00335-010 06/01/2008
I
Rates
Fringes
I
Hod Carrier. . . . . _ _ . . . . . . . . . . _ . . . . $ 29.58
8.40
PAINOOOS-002 06/01/2008
I
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
I
Fringes
Rates
Painters:
STRIPERS. . . . . . . . . . . . _ _ . . . . . . $ 26.50
11.40
I
PAIN0005-004 07/01/2007
I
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
I
Rates
Fringes
PAINTER. . . . . . . . _ _ _ . . . . . _ . . . . . . . . . $ 19.91
6.85
I
I
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
36
I
I
* PAINOOOS-006 07/01/2008
I
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
I
Rates
Fringes
I
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, Bridges,
Towers, Tanks, Stacks,
Steeples.................. ..$ 20.84
Over 30'/Swing Stage Work..$ 21.54
Brush, Roller, Striping,
Steam-cleaning and Spray....$ 15.09
Lead Abatement, Asbestos
Abatement...................$ 20.84
TV Radio, Electrical
Transmission Towers.........$ 21.59
Over 30'/Swing Stage Work..$ 22.29
7.88
7.88
I
I
7.88
7.88
6.68
I
7.88
I
I
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
I
PAIN0055-002 10/01/2008
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
I
Rates
Fringes
I
Painters:
Brush & Roller. .... .... .....$ 19.69
High work - All work 60
ft. or higher...............$ 20.44
Spray and Sandblasting.. ....$ 20.29
7.14
7.14
7.14
I
PAIN0055-007 06/01/2007
I
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates
Fringes
I
Painters:
HIGHWAY & PARKING LOT
STRIPER. . . . . . . . . . . . . . . . . . _ _ . $ 28.27
8.27
I
I
W A08000 1 Modification 25
Federal Wage Determination
I
37
I
I
PLAS0072-004 06/01/2007
I
I
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates
Fringes
I
CEMENT MASON/CONCRETE FINISHER
ZONE 1:.....................$ 24.68
7.98
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
I
I
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
PLAS0528-001 06/01/2008
I
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
I
Rates
Fringes
I
Cement Masons:
CEMENT MASON............. ...$ 34.68
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 35.18
TROWLING MACHINE OPERATOR
ON COLORED SLABS,
COMPOSITION OR KALMAN
FLOORS. . . . . . . . . . . . . . . . . . . . . . $ 36.18
12.13
12.13
I
12.13
I
PLAS0555-002 06/01/2008
CLARK, KLICKITAT AND SKAMANIA COUNTIES
I
ZONE 1:
Rates
Fringes
I
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 27.87
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD.... ... .....$ 27.34
CEMENT MASONS.......... .....$ 26.80
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS...$ 27.34
14 .83
I
I
14.83
14. B3
I
14.83
I
W A08000 1 Modification 25
Federal Wage Determination
38
I
I
I
Differential (Add To Zone 1 Rates) :
Zone
Zone 2 -
Zone 3
Zone 4
Zone 5
$0.65
1.15
1. 70
3.00
I
I
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
I
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
I
I
* PLUM0032-002 01/01/2009
I
CLALLAM, KING AND JEFFERSON COUNTIES
Rates
Fringes
I
Plumbers and Pipefitters.........$ 43.68
18.06
* PLUM0032-003 01/01/2009
I
CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OI~OGAN
(NORTH) COUNTIES
I
Rates
Fringes
Plumbers and Pipefitters.........$ 31.46
14.61
I
----------------------------------------------------------------
PLUM0044-003 06/01/2007
I
ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN
PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
I
Rates
Fringes
I
Plumbers and Pipefitters
ADAMS (NORTHERN PART),
ASOTIN (CLARKSTON ONLY),
FERRY (EASTERN PART),
LINCOLN, PEND ORIELLE AND
STEVENS AND SPOKANE
COUNTIES............... .....$ 30.14
WHITMAN COUNTy....... .......$ 36.24
12.81
12.81
I
-------~-----------------------------~--------------------------
I
I
W A08000 1 Modification 25
Federal Wage Determination
I
39
I
I
PLUM0082-001 06/01/2007
I
I
CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKUM COUNTIES
Rates
Fringes
I
Plumbers and Pipefitters.........$ 35.55
15.32
PLUM0265-003 06/01/2007
I
ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES
Rates
Fringes
I
I
Plumbers and Pipefitters.. .......$ 35.55
15.32
PLUM0290-003 10/01/2008
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
Rates
Fringes
I
Plumbers and Pipefitters...... ...$ 35.69
16.99
PLUM0598-0Q5 06/01/2008
I
ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF
CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY
(WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN
(EASTERN), WALLA WALLA AND YAKIMA COUNTIES
I
I
Rates
Fringes
PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . . $ 38. 64
19.10
I
I
I
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
40
I
I
PLUM0631-001 06/01/2007
I
MASON (NE SECTION), AND KITSAP COUNTIES
Rates
Fringes
I
I
Plumbers and Pipefitters
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
where the plumbing and
mechanical cost of the
project is less than
$100,000 _ . . . . . . . . . . . . . . . . . . . $ 27.39
All other work where the
plumbing and mechanical
cost of the project is
$100,000 and over. ........ ..$ 34.90
11.18
I
I
I
I
15.32
TEAM0037-002 06/01/2008
I
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
I
Rates
Fringes
I
Truck drivers:
ZONE 1
GROUP 1.... . . . . . . . . . . . . . . . . $ 26. 40
GROUP 2. . . . . . . . . . . . . . . . . . . . $ 26. 52
GROUP 3............... . . . . . $ 26. 65
GROUP 4.............. . . . . . . $ 26. 91
GROUP 5....... . . . . . . . . . . . . . $ 27. 13
GROUP 6.................... $ 27. 29
GROUP 7.... . . . _ . . . . . . . . . . . . $ 27. 49
11.91
11.91
11.91
11.91
11.91
11.91
11.91
I
I
I
Differential (Add to Zone 1 Rates) :
I
Zone
Zone 2 -
Zone 3
Zone 4
Zone 5
$0.65
1.15
1.70
2.75
I
I
W A080001 Modification 25
Federal Wage Determination
41
I
I
I
BASE POINTS; ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
I
ZONE 1; Projects within 30 miles of the respective city
hall.
I
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
I
ZONE 3; More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
I
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
I
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
I
I
I
I
I
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on jab site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
I
I
I
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
MechaniC-WeIder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
I
I
I
W A080001 Modification 25
Federal Wage Determination
42
I
I
I
GROUP 4: Asphalt Burneri Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including SO cu. yds.
includes Articulated Dump Trucks; Fire Guardi Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
I
I
I
GROUP 5; Composite Crewmani Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over SO cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
I
GROUP 6; Bulk Cement spreader wlo Augeri Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucksi Skid Truck
I
I
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof; over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucksi Industrial Lift Truck (mechanical tailgate)
I
* TEAM0174-001 06/01/2008
I
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHAT COM COUNTIES
I
Rates
Fringes
I
Truck drivers:
ZONE A:
GROUP 1:................... $ 31. 37
GROUP 2:....... _ . . . . . . . . . . . $ 30. 57
GROUP 3:... . . . . . . . . . . . . . . . . $ 27. 90
GROUP 4:.... . . . . . . . . . . . . . . . $ 23. 17
GROUP 5;................... $ 30. 95
12.88
12.88
12.88
12.88
12.88
I
I
ZONE B (25-45 miles from center of listed cities*); Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*): Add
$1.00 per hour to Zone A rates.
I
*Zone pay will be calculated from the city center of the
following listed cities:
I
I
I
W A080001 Modification 25
Federal Wage Determination
I
43
I
I
BELLINGHAM
EVERETT
SEATTLE
TACOMA
CENTRALIA
SHELTON
PORT ANGELES
PORT TOWNSEND
RAYMOND
ANACORTES
MT. VERNON
ABERDEEN
OLYMPIA
BELLEVUE
KENT
BREMERTON
I
I
TRUCK DRIVERS CLASSIFICATIONS
I
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material; Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,OOO gallons and over capacity
I
I
I
I
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (ROSS, HysterJ and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
I
I
I
I
I
I
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
I
GROUP 5 - Mechanic
I
I
W A080001 Modification 25
Federal Wage Determination
I
44
I
I
HAZMAT PROJECTS
I
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
I
I
I
TEAM0760-002 06/01/2008
I
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
I
Rates
Fringes
I
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1........ . . . . . . . . . . . . $ 20.02
GROUP 2.... . . . . . . . . . . . . . . . . $ 22. 29
GROUP 3.................... $ 22. 79
GROUP 4.. . . . . . . . . . . . . . . . . . . $ 23. 12
GROUP 5.............. . . . . . . $ 23. 23
GROUP 6........ . . . . . . . . . . . . $ 23. 40
GROUP 7.... . . . . . . . . . . . . . . . . $ 23.93
GROUP 8...... _ . . . . . . . . . . . . . $ 24.26
11. 05
11.05
11.05
11.05
11.05
11.05
11.05
11.05
I
I
I
Zone Differential (Add to Zone 1 rate:
Zone 2 - $2.00)
I
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
I
TRUCK DRIVERS CLASSIFICATIONS
I
GROUP I: Escort Driver or Pilot Car; Employee Haulj Power
Boat Hauling Employees or Material
I
I
I
W A080001 Modification 25
Federal Wage Detelmination
I
45
I
I
GROUP 2: Fish Truckj Flat Bed Truck; Fork Lift {3000 lbs. and
under)j Leverperson (loading trucks at bunkers)j Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operatorj Tractor (small, rubber-tired,
pulling trailer or similar equipment)
I
I
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under)j Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power operated Sweeper; Rubber-tired Tunnel Jumbo;
scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
I
I
I
GROUP 4; A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
I
I
GROUP 5: Dumptor (over 6 yds.)j Lowboy (SO tons & under);
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
I
I
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy{over 50 tons)
I
I
I
GROUP 7: oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.)j Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
'I
I
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 ydS.)i Helicopter
Pilot Hauling Employees or Materials
I
I
WA08000l Modification 25
Federal Wage Determination
I
46
I
I
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
I
I
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
I
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
I
Employees shall be paid Hazmat pay in increments of four(4)
and eight (8) hours.
I
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
I
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
------~~~~~~~~--------------------------------------------------
----------------------------------------------------------------
I
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
I
I
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
I
I
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
I
*
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
*
*
I
*
I
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
I
I
W A08000 1 Modification 25
Federal Wage Determination
I
47
I
I
I
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
I
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
I
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
I
I
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
I
The request should be accompanied by a full statement of the
interested party's position and by any information. (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
I
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
I
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
I
I
4.) All decisions by the Administrative Review Board are final.
-----------------------------------------------~----------------
----------------------------------------------------------------
I
END OF GENERAL DECISION
I
I
I
I
I
W A08000 1 Modification 25
Federal Wage Determination
I
48
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 C
Request for Information
And
Contract Change Order
Forms
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT CHANGE ORDER (ceo) NO.
Project Name
Date
Contractor
Project No.
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order: .
1. Describe work here
2. Additional work, etc....
Such work will be compensated by: check one or more of the following as applicable [ J I ncrease or [
Decrease in bid items; [ J Force Account; [ ] Negotiated Price: The described work affects the existing
contract items and/or adds and/or deletes bid items as follows:
Item Description RFI# Qty. Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days
No.
1 Oria.
Rev.
2 Oria.
Rev.
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:VY DAYS: ZZ DAYS: XX+ZZ- VY DAYS: VY+ZZ
* Amount with applicable sales tax included
All work, materials and measurements to be in accordance with the provisions of the original contract and/or the standard specifications
and special provisions for the type of construction involved. The payments and/or additional time specified and agreed to in this order
include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including
delays to the overall project.
APPROVED BY: SIGNATURE: DATE:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE:
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
Contractor's Application
For
Payment
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
ti~ORT.;4N,
l ~~
\t ---~
~~~
CONTRACTOR'S APPLICATION FOR PAYMENT
EASTERN CORRIDOR PHASE II, PROJECT NO. 06-21
Area 2
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 period]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax] $
2 Approved Change Order No(s). [Excluding Sales Tax] $
3 Adjusted Contract Amount (1 +2) $
4 Value of Work Completed to Date [per attached breakdown] $
5 Material Stored on Site [per attached breakdown] $
6 Subtotal (4+5) $
7 8.4% 'Safes Tax [at 8.3% of subtotal], As Applicable $
8 Less Amount Retained [at 5% of subtotal] $
9 Subtotal (6+7-8) $
10 Total Previously Paid [Deduction] $
11 AMOUNT DUE THIS REQUEST (9-10) $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives
and releases, up through the date hereof, any and all claims for costs or item extensions
arising out of or relating to extra or changed work or delays or acceleration not specifically
identified and reserved in the amounts identified below or previously acknowledged in
writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value
of accomplishment under the terms of the contract (and all authorized changes) between
the Applicant and the City of Port Angeles, relating to the above referenced project, and
that the remaining contract balance is sufficient to cover all costs of completing the work in
accordance with the contract documents.
Continued on Page 2
PW 407_04 Part04.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
entities making a claim by reason of having provided labor, materials and equipment relating to the
work.
Within seven (7) days of receipt of the payment requested herein, all payments, less applicable
retention, will be made through the period covered by this pay request to all my lower-tier
subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out
of the performance of all said lower-tire work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this
day of
,20_.
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL:
Project Manager
Date
City Engineer
Date
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
Attachment E
Request for Approval of Material Form
PW 407_04 Part04.doc [Revised March 2008]
I
I
~
== Washington State
./1 Department of Transportation
Request for Approval of Material
Subcontractor
County
Contract FA Number
This form shall be completed prior to submittal. If this form is not complete at time of ForWSDOT Use Only
submittal it may be returned for information that was omitted.
For assistance in completing, see Instructions and Example RAM #
Bid Material or Name and Location of Fabricator, Specification PE/QPL Hdqtr.lQPL
Item No. ProducUType Manufacturer or Pit Number Reference Code Code
Project Engineer /Date I State Materials Engineer I Date
Acceptance Action Codes for use by Project Engineer and State Materials Laboratory
1. Acceptance Criteria: Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project.
2. Acceptance Criteria: Mfg. Cert. of Compliance for 'Acceptance' prior to use of material.
3. Acceptance Criteria: Catalog Cuts for 'Acceptance' prior to use of material. Catalog Cut Approved DYes DNo
4. Acceptance Criteria: Submit Shop Drawings for 'Approval' prior to fabrication of material.
5. Acceptance Criteria: Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used.
6. Acceptance Criteria: Submit Certificate of Materials Origin to Project Engineer Office.
7. Acceptance Criteria: Request Transmitted to State Materials Laboratory for Approval Action.
B. Source Approved:
9. Approval Withheld: Submit samples for preliminary evaluation.
10. Approval Wrthheld:
11. Miscellaneous Acceptance Criteria.
Remarks:
I
Section
Contractor
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
Project Engineer Distribution
D Contractor
D Region Operations Engineer
o Fabrication Inspection
DOT Form 350-071 EF
Revised 12/2008
I
I
Date
D Region Materials
D State Materials Lab
MIS 47365
State Materials Engineer Distribution
o General File D Signing Inspection
D Other
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment F
Request to Sublet and Subcontract Certification Forms
PW 407_04 Part04.doc [Revised March 2008]
I
~
w
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Washington State
Department of Transportation
DOT Form 421-012 EF
Revised 7/02
Prime Contractor IFederal Employer I.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 1.0. Number"
Address Telephone Number
City I State Zip Code Estimated Starting Date
If Lower Tier Subcontractor, 10 of Corresponding Subcontractor .. Ifno Federal Employer 1.0. Number,
Use Owner's Social Security Number
lIemNo. Partial Item Description Amount
I understand and will insure that thf1 subcontractor will ) Prime Contractor Signature Date
comply fully with the plans and specifications under
which this work is bf1ing performed.
Department of Transportation Use Only
Percent of Total Contract OBE Status Verification
This Request %
Previous Requests %
Sublet to Date %
Project Engineer Date Approved - Region Construction Engineer Date
o Approved (When Required)
I
Request to Sublet Work
o Subcontractor 0 Lower Tier Subcontractor 0 DBE
Distribution: White (Original) - 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 Federal-Aid Projects
(Required for each Subcontractor or Lower Tier Subcontractor on all Federal-Aid projects)
......
:J!: Washington State
~" Department of Transportation
Contract Number
I Federal-Aid Number
State Route Number
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include as part of the subcontract a special
provision entitled "Required Federal-Aid Provisions", the "Required Contract Provisions
Federal-Aid Construction Contracts (FHWA 1273}", and the minimum wage rates.
I certify the above statement to be true and correct.
Company
Signature
Date
Title
Contractor Certification
To be completed and signed by the contractor
1. 0 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.
All documents required by the special provision entitled "Required Federal-Aid Provisions" are included in the agreement for
(1) or (2) marked above.
I certify the above statements under Contractor Certification to be true and correct.
Company
Signature
Date
Title
DOT Form 420-004 EF
Revised 03/2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment G
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 opening 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
Washington State Department of Licensing. The slips shall be unfolded and the firm with the
slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of
the Contract. Only those Bidders 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.
PW 407_04 Part04.doc [Revised March 2008]
SECTION 1-05, CONTROL OF WORK
April 7, 2008
1-05.1 Authority of the Engineer
The fourth paragraph is revised to read:
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
December 1, 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.
1-07.8 High Visibility Apparel
This section is revised to read:
The Contractor shall require all personnel under their control (including service providers,
Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are
exposed to vehicle traffic or construction equipment to wear the high visibility apparel
described in this Section.
The Contractor shall ensure that a competent person as identified in the MUTCD selects the
appropriate high-visibility apparel suitable for the job-site conditions.
High visibility garments shall always be the outermost garments.
High visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be
used in accordance with manufacturer recommendations.
This section is supplemented with the following new sub-sections.
1-07.8{1} Traffic Control Personnel
All personnel performing the Work described in Section 1-10 (including traffic control.
supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall
comply with the following:
1. During daylight hours with clear visibility, workers shall wear a high-visibility
ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high
visibility headwear requirements of WAC 296-155-305; and
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
2. During hours of darkness (1/2-hour before sunset to 1/2-hour after sunrise) or other
low visibility conditions (snow, fog, etc.), workers shall wear a high-visibility
ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower garment
meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high visibility
headwear requirements of WAC 296-155-305.
1-07.8(2} Non-Traffic Control Personnel
All personnel, except those performing the Work described in Section 1-10, shall wear high
visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard.
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 thedate 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.
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
PW 407_04 Parl04,doc [Revised March 2008}
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
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 location(s).
B. Security measures for potential spill sources.
C. Secondary containment practices and structures for hazardous materials.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 description 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.
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.
PW 407_04 Part04.doc [Revised March 2008]
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
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.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
1-07.23 Public Convenience and Safety
This section is revised to read:
The Contractor shall be responsible for providing adequate safeguards, safety devices,
protective equipment, and any other needed actions to protect the life, health, and safety of
the public, and to protect property in connection with the performance of the Work covered by
the Contract. The Contractor shall perform any measures or actions the Engineer may deem
necessary to protect the public and property. The responsibility and expense to provide this
protection shall be the Contractor's except that which is to be furnished by the Contracting
Agency as specified in other sections of these Specifications. Nothing contained in this
Contract is intended to create any third-party beneficiary rights in favor of the public or any
individual utilizing the Highway facilities being constructed or improved under this Contract.
1-07.23(1) Construction Under Traffic
The second sentence in the second paragraph is revised to read:
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.
The fifth sentence in the second paragraph is revised to read:
The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project
limits when affected by the Contractor's operations.
The final paragraph in this section is deleted.
1-07.23(2) Construction and Maintenance of Detours
Number 1. under the first paragraph is revised to read:
Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge,
sidewalk or path during construction,
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.
PW 407_04 Part04.doc [Revised March 2008)
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
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:
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
December 1, 2008
1-10.1(2) Description
The following new paragraph is inserted after the second paragraph:
Unless otherwise permitted by the Contract or approved by the Project Engineer, the
Contractor shall keep all existing pedestrian routes and access points (including sidewalks,
paths and crosswalks) open and clear at all times.
The second and third sentences in the third paragraph are revised to read:
The Contractor shall erect and maintain all construction signs, warning signs, detour signs,
and other traffic control devices necessary to warn and protect the public at all times from
injury or damage as a result of the Contractor's operations which may occur on or adjacent to
Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any
Traveled Way until all necessary signs and traffic control devices are in place.
1-10.2(2) Traffic Control Plans
The first sentence in the first paragraph is revised to read:
The traffic control plan or plans appearing in the Contract documents show a method of
handling vehicle, bicycle and pedestrian traffic.
In the third sentence of the second paragraph, the reference to "MUTeD, Part VI" is revised to
"MUTeD, Part 6".
1-10.3(2)8 Rolling Slowdown
The first two paragraphs are deleted and replaced with the following:
Rolling slowdown traffic control operations are not to be used for routine work that can be
addressed by standard lane or shoulder closure traffic control. When a short-term roadway
closure is needed for an infrequent, non-repetitive work operation such as a sign bridge
removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi-
lane roadway, as part of an approved traffic control plan.
PW 407_04 Part04.doc [Revised March 2008]
The Contractor shall submit for approval a traffic control plan detailing the expected delay
time, interchange ramp control and rolling slowdown distance. A portable changeable
message sign shall be placed ahead of the starting point of the traffic control to warn traffic of
the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected
backup of vehicles.
A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one
traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will
serve as a following (chase) vehicle for traffic ahead of the blockade. The traffic control
vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and
create a clear area ahead of the blockade in which to accomplish the work without a total
stoppage of traffic.
1-10.3(3}A Construction Signs
The fifth paragraph is revised to read:
Where it is necessary to add weight to signs for stability, sand bags or other similar ballast
may be used but the height shall not be more than 4-inches above the Roadway surface, and
shall not interfere with the breakaway features of the device. The Contractor shall follow the
manufacturer's recommendations for sign ballasting.
1-10.3(3)0 Barricades
The second paragraph is revised to read:
Where it is necessary to add weight to barricades for stability, sand bags or other similar
ballast may be used but the height shall not be more than 4-inches above the Roadway
surface and shall not interfere with the breakaway features of the device. The Contractor shall
follow the manufacturer's recommendation for sign ballasting.
1-10.3(3}K Portable Temporary Traffic Control Signal
The first paragraph is revised to read:
Where shown on an approved traffic control plan, the Contractor shall provide, operate,
maintain and remove a portable temporary traffic control signal system to provide alternating
one-lane traffic operations on a two-way facility. A portable temporary traffic control signal
system shall be defined as two traffic control units that operate together. The system shall be
trailer mounted, fully self-contained and designed so that it can be easily transported and
deployed at different locations.
The third sentence in the second paragraph is deleted.
The following is inserted in front of the sixth paragraph:
The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic
Control Signal is fully operational and maintained as specified by the manufacturer. This Work
may include cleaning and replacing lamps and other routine maintenance as needed.
1-10.4(2} Item Bids with Lump Sum for Incidentals
The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to
read:
No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic
Control Signal".
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-10.5(1) Lump Sum Bid for Project (No Unit Items)
This section is revised to read:
"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).
1-10.5(2) Item Bids with Lump Sum for Incidentals
The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump
sum.
The paragraph following "Portable Temporary Traffic Control Signal," is revised to read:
The lump sum Contract price shall be full compensation for all costs of labor, materials and
equipment incurred by the Contractor in performing the Contract Work as described in Section
1-10.3(3)K, including all costs for traffic control during manual control, adjustment,
malfunction, or failure of the portable traffic control signals and during replacement of failed or
malfunctioning signals.
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 buried 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:
PW 407_04 Part04.doc [Revised March 2008]
The Work described in this section, regardless of the nature or type of the materials
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:
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 8-feet or more wide at the bottom, but excludes
channels that are part of the Roadway.
Ditch Excavation: Open excavations less than 8-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 original ground
will be compared lJI!ith 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.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
SECTION 2-10, DITCH EXCAVATION
January 7,2008
This section is deleted in its entirety. The section title is revised to read:
2-1 0 VACANT
SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
August 4, 2008
5-01.3(2)B Portland Cement Concrete
The third sentence in the third paragraph is deleted.
5-01.3(4) Replace Portland Cement Concrete Panel
The last paragraph on page 5-5 of the Standard Specifications is revised to read:
The Contractor shall place a bond breaking material such as polyethylene film, roofing paper
or other material as approved by the Engineer along all existing concrete surfaces and
between the bottom of the slab and treated bases prior to placing concrete.
5-01.3(5) Partial Depth Spall Repair
The fifth paragraph is revised to read:
When a partial depth repair is placed directly against an adjacent longitudinal joint a bond
breaking material such as polyethylene film, roofing paper or other material as approved by
the Engineer shall be placed between the existing concrete and the area to be patched.
SECTION 5-02, BITUMINOUS SURFACE TREATMENT
December 1 , 2008
5-02.3(3) Application of Asphalt Emulsion and Aggregate
The chart following the first paragraph is revised to read:
Application Rate ,
Undiluted Asphalt Emulsion Aggregate Aggregates
(gal. per sq. yd.) Applied Size (Ibs. per sq.
yd.) Applied
New Construction
Prime Coat 0.35-0.65 ~-U.S. No.4 25-45
or %- ~
PW 407_04 Part04.doc [Revised March 2008]
Tack Coat 0.35-0.60 Y2-U.S. No.4 25-40
Choke Stone N/A U.S. No. 4-0 4-6
Seal Coats
o-inch 0.40-0.65 a-U.S. No.4 25-45
U.S. No. 4-0 4-6
1h-inch 0.35-0.55 Y2-U.S. NO.4 20-35
4-6
o-inch - No.4 0.35-.55 D- U.S. NO.4 20-30
a-inch - No. 0.20-0.40 D- U.S. NO.1 0 18-30
10
Choke Stone N/A U.S. No. 4-0 4-6
Grade
CSS-1 or
CSS-1 h
STE-1
Pavement Sealin
Diluted/Undiluted A Iication Rate
Diluted 0.10-0.18
Undiluted 0.05-0.09
The second sentence in the second paragraph is revised to read:
The second application of asphalt emulsion (tack coat) shall be applied the next day, or as
approved by the Project Engineer.
The eleventh paragraph and the chart following the eleventh paragraph are revised to read:
Before application to the Roadway, asphalt emulsion shall be heated to the following
temperatures or that recommended by the manufacturer.
Distributor Temperature
Type and Grade of Asphalt Min. OF Max. OF
Emulsion
New Construction and Seal Coats:
CRS-1, CRS-2, CRS-2P 125 195
CMS-2, CMS-2S, CMS-2h 125 185
Fog Seal:
CSS-1, CSS-1 h, STE-l 70 140
The third sentence in the twelfth paragraph is revised to read:
CSS-1 and CSS-1h emulsified asphalt shall be diluted at a rate of one part water to one part
emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by the Project
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The twelfth paragraph is supplemented with the following:
STE-1 shall not be diluted.
5-02.3(10) Unfavorable Weather
Item 4. under the second paragraph is revised to read:
4. Construction of bituminous surface treatments shall not be carried out before May 1 or
after August 31 of any year except upon written order of the Project Engineer.
SECTION 5-04, HOT MIX ASPHALT
December 1, 2008
5-04.3(9) Spreading and Finishing
The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first
paragraph is revised to read:
HMA Class %" and HMA Class 112"
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(16) Weather Limitations
The chart for Surface Temperature limitation is revised to read:
Surface Temperature Limitation
Compacted Thickness Wearing Course Other Courses
(Feet)
Less than 0.10 550F 450F
0.10 to 0.20 450F 350F
More than 0.20 350F 350F
PW 407_04 Part04.doc [Revised March 2008]
5-04.3(21) Asphalt Binder 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 5-05, CEMENT CONCRETE PAVEMENT
December 1, 2008
5-05.3(1) Concrete Mix Design for Paving
The first paragraph under 1. Materials is revised to read:
1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform to
Section 9-03.1 (2), Class 1. Coarse aggregate shall conform to Section 9-03.1 (4)
AASHTO grading No. 467. An alternate combined gradation conforming to Section 9-
03.1 (5) may be proposed, that has a nominal maximum aggregate size equal to or greater
than a 1-% -inch square sieve.
Fly ash, if used, shall not exceed 35-percent by weight of the total cementitious material,
shall conform to Section 9-23.9 and shall be limited to Class F with a maximum CaD
content of 15-percent by weight.
Under the first paragraph; 3. Mix Design Modifications is revised to read:
3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be
within the following tolerances of the mix design:
Portland Cement Concrete Batch Volumes
Cement +5% -1% ..
Coarse + 200 Pounds - 200 Pounds
Aggregate
Fine Aggregate + 200 Pounds - 200 Pounds
If the total cementitious material weight is made up of different components, these
component weights shall be within the following tolerances:
1. Portland cement weight plus 5-percent or minus 1-percent of that specified in the
mix design.
2. Fly ash and ground granulated blast furnace slag weight plus or minus 5-percent
of that specified in the mix design.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. Microsilica weight plus or minus 1 O-percent of that specified in the mix design.
Water shall not exceed the maximum water specified in the mix design.
The Contractor may initiate minor adjustments to the approved mix proportions within the
tolerances noted above without resubmitting the mix design.
Utilizing admixtures to accelerate the set or to increase workability will be permitted only
when approved by the Engineer. Only non-chloride accelerating admixtures that meet the
requirements of Section 9-23.6 Admixture for Concrete, shall be used.
The Contractor shall notify the Engineer in writing of any proposed modification. A new
mix design will designate a new lot.
5-05.3(3)C Finishing Equipment
The second sentence in the first paragraph is revised to read:
On other roads and on WSOOT projects requiring less than 1000-square yards of cement
concrete pavement or requiring individual placement areas of less than 1000-square yards,
irregular areas, intersections and at locations inaccessible to slip-form paving equipment,
cement concrete pavement may be placed with approved placement and finishing equipment
utilizing stationary side forms.
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
The third sentence in the ninth paragraph is deleted.
5-05.3(8)A Contraction Joints
The fifth paragraph is revised to read:
When cement concrete pavement is placed adjacent to existing cement concrete pavement,
the vertical face of all existing working joints shall be covered with a bond breaking material
such as polyethylene film, roofing paper or other material as approved by the Engineer.
SECTION 6-02, CONCRETE STRUCTURES
December 1, 2008
6-02.3(2)A Contractor Mix Design
The third sentence in the fourth paragraph is revised to read:
The nominal maximum size aggregate for Class 4000P shall be 3IB-inch.
The fourth sentence in the fourth paragraph is revised to read:
The nominal maximum size aggregate for Class 40000 shall be 1-inch.
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,
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
PW 407_04 Part04.doc [Revised March 2008]
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(6)0 Protection Against Vibration
The second sentence in the second paragraph is revised to read:
These requirements for the protection of freshly placed concrete against vibration shall not
apply for plant cast concrete, nor shall they apply to the vibrations caused by the traveling
public.
The third sentence in the second paragraph is deleted.
Item (2) under the third paragraph is revised to read:
(2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,OOO-pounds,
track vehicles, trucks (unless excluded above), hand operated jack hammers, cranes,
auger drill rig, caisson drilling, vibratory roller compactors under 30,OOO-pounds, and
grab-hammers.
Item (3) under the third paragraph is revised to read:
(3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers,
machine operated impact tools, pavement breakers, and other large pieces of equipment.
6-02.3(10) Roadway Slabs and Bridge Approach Slabs
This section's content is deleted. The section heading 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 producing 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
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
4. Curing procedures consistent with the Specification requirements are employed.
6-02.3(10)8 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.
On steel truss and girder spans, screed rails and bulkheads may be placed directly on
transverse steel floorbeams, with the strike-board moving at right angles to the centerline of
the Roadway.
6-02.3(10)e 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)0 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
PW 407_04 Part04.doc [Revised March 2008J
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 bridge 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;
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
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 riding surface
shall be maintained across construction joints.
Expansion joints shall be finished with a 112-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 10-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 1/a.inch under the 10-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.
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 3/16-inch deep by 1/a-inch wide and spaced
approximately 1/2-inch apart. The Engineer will decide actual depths at the site. (If the comb
has not been approved, tl"!e Contractor shall obtain the Engineer's approval by demonstrating
it on a test section.)
The 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.
PW 407_04 Part04.doc [Revised March 2008]
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 Q-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(1 O)F Bridge Approach Slab Orientation and Anchor$
Bridge approach slabs shall be constructed full bridge 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 gfade 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 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(12) Construction Joints .
The, third sentence in the second paragraph is deleted.
6-02.3(17)N Removal of Falsework and Forms
The fifth paragraph, beginning with ''The Contractor may remove side forms, traffic barrier form,
and pedestrian barrier forms" etc, is deleted.
6~02.3(17)O 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 Bridge 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) Prestressed Concrete Girders
In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder is
revised to read:
WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, WF66G,
WF74G, WF83G, WF95G and WF100G.
In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is revised to
read:
PW 407_04 Part04.doc [Revised March 2008J
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT standard girders in this category include Series WF66PTG, WF74PTG, WF83PTG,
WF95PTG and WF100PTG. .
6-02.3(25)J Horizontal Alignment
The first paragraph is revised to read:
The Contractor shall check and record the horizontal alignment of the top and bottom flanges
of each girder at the following times:
1. Initial - upon removal of the girder from the casting bed;
2. Final - within 2-weeks, but not less than 3-days prior to shipment; and
3. Storage - between 115 to 125-days after casting, if the girder remains in storage for a
period exceeding 120-days.
Each check shall be made by measuring the distance between each flange and a chord that
extends the full length of the girder. The Contractor shall perform and record each check at a
time when the alignment of the girder is not influenced by temporary differences in surface
temperature. Records for the Initial check shall be included in the Contractor's Prestressed
Concrete Certificate of Compliance. Records for the Final and Storage checks shall be
provided to the Engineer for approval.
The first sentence in the fifth paragraph is deleted.
6-02.3(25)K Girder Deflection
The first paragraph is revised to read:
The Contractor shall check and record the vertical deflection (camber) of each girder at the
following times:
1. Initial - upon removal of the girder from the casting bed; and
2. Storage - within 2-weeks, but not less than 3-days prior to shipment, if the girder
remains in storage for a period exceeding 120-days.
The Contractor shall perform and record each check at a time when the alignment of the girder
is not influenced by temporary differences in surface temperature. These records shall be
available for the Engineer's inspection, and in the case of girders older than 120-days, shall be
transmitted to the Engineer as soon as practical for evaluation of the effect of long-term
storage on the liD" dimension. Records for the Initial check shall be included in the
Contractor's Prestressed Concrete Certificate of Compliance. Records for the Storage check
shall be provided to the Engineer for approval.
6-02.3(25)l Handling and Storage
The fifth sentence in the third paragraph is deleted.
6-02.3(25)N Prestressed Concrete Girder Erection
The fourth paragraph is revised to read:
When prestressed girders arrive on the project, the Project Engineer will confirm that they are
stamped "Approved for Shipment", that the final horizontal alignment and deflection (camber)
check records have been approved, and that they have not been damaged in shipment, before
accepting them.
PW 407_04 Part04.doc [Revised March 2008}
6~02.3(26)E Ducts
The first six paragraphs under the heading Ducts for Internal Embedded Installation are revised
to read:
Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic ducts
of virgin polyethylene or polypropylene materials, free of water soluble chlorides or other
chemicals reactive with concrete or post-tensioning reinforcement. Ducts, including their
splices, shall either have a white coating on the outside or shall be of a white material with
ultraviolet stabilizers added. Ducts, including their splices, shall be capable of withstanding
concrete pressures without deforming or permitting the intrusion of cement paste during
placement of concrete. All fasteners shall be appropriate for use with plastic ducts, and all
clamps shall be of an approved plastic material.
Polyethylene ducts shall conform to ASTM 0 3350 with a cell classification of 345464A.
Polypropylene ducts shall conform to ASTM 0 4101 with a cell classification of either
PP0340B14541 or PP0340867884. Resins used for duct fabrication shall have a minimum
oxidation induction time of 20 minutes, in accordance with ASTM 0 3895, based on tests
performed by the duct fabricator on samples taken from the lot of finished product. The duct
thickness shall be as specified in Section 10.8.3 of the AASHTO LRFD Bridge Construction
Specifications, latest edition and current interims.
Each duct shall maintain the required profile within a placement tolerance of plus or minus 1/4_
inch for longitudinal tendons and plus or minus 1/s-inch for transverse slab tendons during all
phases of the work. The minimum acceptable radius of curvature shall be as recommended by
the duct manufacturer and as supported by documented industry standard testing. The ducts
shall be completely sealed to keep out all mortar.
Each duct shall be located to place the tendon at the center of gravity alignment shown in the
Plans. To keep friction losses to a minimum, the Contractor shall install ducts to the exact lines
and grades shown in the Plans. Once in place, the ducts shall be tied firmly in position before
they are covered with concrete. During concrete placement, the Contractor shall not displace
or damage the ducts.
The ends of the ducts shall:
1. Permit free movement of anchorage devices, and
2. Remain covered after installation in the forms to keep out all water or debris.
Immediately after any concrete placement, the Contractor shall force blasts of oil-free,
compressed air through the ducts to break up and remove any mortar inside before it hardens.
Before deck concrete is placed, the Contractor shall satisfy the Engineer that ducts are
unobstructed and contain nothing that could interfere with tendon installation, tensioning, or
grouting. If the tendons are in place, the Contractor shall show that they are free in the duct.
Ducts shall be capped and sealed at all times until the completion of grouting to prevent the
intrusion of water.
The last paragraph under the heading Ducts for Internal Embedded Installation is revised to
read:
When the duct must be curved in a tight radius, more flexible duct may be used, subject to the
Engineer's approval.
The first paragraph under the heading Ducts for External Exposed Installation 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
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell
classification for each property listed in Table 1 shall be as follows:
This section is supplemented with the following:
Vents, Grout Injection Ports, Drains and Caps
The Contractor shall install vents at high points and drains at low points of the tendon profile
(and at other places if the Plans require). Vents at high points shall consist of a set of three
vents - one to be installed at the high point of the duct, and flanking vents to be installed on
either side of the high point vent at locations where the duct profile is 8 to 12 inches below the
elevation of the high point vent. Vents shall include grout injection ports.
Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of either
stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or other chemicals
reactive with concrete or post-tensioning reinforcement. Stainless steel vents and drains shall
conform to ASTM A 240 Type 316. Nylon vents and drains shall conform to cell classification
S-PA0141 (weather resistant). Polyolefin vents and drains shall contain an antioxidant with a
minimum oxidation induction time of 20 minutes in accordance with ASTM D 3895. Polyolefin
vents and drains shall also have a stress crack resistance of three hours minimum when
tested at an applied stress of 350 psi in accordance with ASTM F 2136.
All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an
approved plastic material. Taping of connections is not allowed. Valves shall be positive
mechanical shut-off valves. Valves, and associated caps, shall have a minimum pressure
rating of 100 psi.
Vents shall point upward and remain closed until grouting begins. Drains shall point downward
and remain open until grouting begins. Ends of stainless steel vents and drains shall be
removed 1-inch inside the concrete surface after grouting has been completed. Ends of nylon
or polyolefin vents and drains may be left flush to the surface unless otherwise specified by
the Engineer. Vents, except for grout injection, are not required for transverse post-tensioning
ducts in the roadway slab unless specified in the Plans.
Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless steel
caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be either nylon,
polyester, or acrylonitrite butadiene styrene (ASS). Nylon shall conform to cell classification S-
PA0141 (weather resistant). Caps shall be sealed with "0" ring seals or precision fitted flat
gaskets placed against the bearing plate. Caps shall be fastened to the anchorage with
stainless steel bolts conforming to ASTM A 240 Type 316L.
leak Tightness Testing
The Contractor shall test each completed duct assembly for leak tightness, prior to casting
concrete and placing post-tensioning reinforcement. The Contractor shall submit the
equipment used to conduct the leak tightness testing and to monitor and record the pressure
maintained in and lost from the closed assembly, and the process to be followed in conducting
the leak tightness testing, to the Engineer for approval along with the post-tensioning system
shop drawings in accordance with Section 6-02.3(26)A.
Prior to testing, all vents, grout injection ports, and drains shall either be capped or have their
shut-off valves closed. The Contractor shall pressurize the completed duct assembly to an
initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal
adjustments within the assembly. After five minutes, the air supply valve shall be closed. The
Contractor shall monitor and measure the pressure maintained within the closed assembly,
and any subsequent loss of pressure, over a period of one minute following the closure of the
air supply valve. Locations of leakage shall be identified, repaired or reconstructed, and the
repaired reassembled duct system retested. The cycle of testing, repair and retesting of each
PW 407_04 Part04.doc [Revised March 2008]
completed duct assembly shall continue until the completed duct assembly completes a test
with pressure loss within the specified amount. The maximum pressure loss for duct
assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure
loss for duct assemblies greater than 150 feet in length shall be 15 psig.
6-02.3(26)F Prestressing Reinforcement
The third sentence in the fourth paragraph is revised to read:
If the prestressing reinforcement will not be stressed and grouted for more that seven calendar
days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor
conforming to Federal Specification MIL-P-3420F-87 in the ducts.
6-02.3(26)H Grouting
The following is inserted in front of the first paragraph of this section:
Grout for post-tensioning reinforcement shall be a Class C pre-packaged, pumpable, non-
segregating, non-shrink, high-strength grout conforming to the requirements specified in
Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and
current interims. Pre-packaged components of the grout mix shall be used within six months
or less from date of manufacture to date of usage. Grout for post-tensioning reinforcement will
be accepted based on manufacturer's certificate of compliance in accordance with Section 1-
06.3, except that the water-cementitious material ratio of 0.45 maximum shall be field verified.
All grout produced for any single structure shall be furnished by one supplier.
All grouting operations shall be conducted by ASSI certified grout technicians.
The Contractor shall submit a grouting operation plan to the Engineer for approval in
accordance with Section 6-01.9. The grouting operation plan shall include, but not be limited
to, the following:
1. Names of the grout technicians, accompanied by documentation of their ASSI
certification.
2. Type, quantity and brand of materials used in the grouting operations, including all
manufacturer's certificates of compliance.
3. Type of equipment to be used, including meters and measuring devices used to
positively measure the quantity of materials used to mix the post-tensioning grout,
the equipment capacity in relation to demand and working conditions, and all back-up
equipment and spare parts.
4. General grouting procedure.
5. Duct leak tightness testing and repair procedures as specified in Section 6-
02.3(26)E
6. Methods used to control the rate of grout flow within the ducts.
7. Theoretical grout volume calculations, and target flow rates recommended by the
grout manufacturer as a function of the mixer equipment and the expected range of
ambient temperatures.
8. Grout mixing and pumping procedures.
9. Direction of grouting.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10. Sequence of use of the grout injection ports, vents and drains.
11. Procedures for handling blockages.
12. Procedures for post-grouting repairs.
The Contractor shall not begin grouting operations until receiving the Engineer's approval of
the grouting operation plan.
Post-tensioning grout shall be mixed in accordance with the pre~packaged grout
manufacturer's recommendations using high-shear colloidal mIxers. Mechanical paddle
mixers will not be allowed. The grout produced for filling post-tensioning ducts shall be free of
lumps and undispersed cement. All equipment used to mix each batch of post-tensioning
grout shall be equipped with appropriate meters and measuring devices to positively measure
all quantities of all materials used to produce the mixed grout. The field test for water-
cementitious materials ratio shall be performed prior to beginning the grout Injection process.
Grouting shall not begin until the material properties of each batch of grout have been
confirmed as acceptable.
The fourth paragraph is deleted.
The fifth paragraph is deleted.
The sixth paragraph is deleted.
SECTION 6-03, STEEL STRUCTURES
April 7, 2008
6-03.3(33) Bolted Connections
The second paragraph is revised to read:
All bolted connections are slip critical. Painted structures require either Type 1 or Type 3
bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be
galvanized or be used in contact with galvanized metal.
6-03.3(38) Placing Superstructure
This section is revised to read:
The concrete in piers and crossbeams shall reach at least aD-percent of design strength
before girders are placed on them.
6-03.4 Measurement
The second paragraph is revised to read:
Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be paid
for on a lump ~um basis, whichever is shown on the Proposal.
SECTION 6-05, PILING
December 1, 2008
6-05.3(11}A Tolerances
The first sentence is revised to read:
PW 407_04 Part04.doc [Revised March 2008]
'-
For elevated pier caps, the tops of piles at cut-off elevation shall be within 2-inches of the
horizontal locations indicated in the Contract.
SECTION 6-07, PAINTING
December 1, 2008
6-07.3(1) Painting New Steel Structures
The third paragraph is revised to read:
The primer coat, the second coat and the third coat shall all be selected from the same
manufacturer and shall be from one of the approved paint systems listed in the Qualified
Products List. Once a paint system has been selected, that system shall be used throughout
the Structure.
The ninth paragraph is deleted.
6-07.3(2)G Painting Steel Surfaces
The first sentence in the first paragraph is revised to read:
The coating system for all steel surfaces shall incorporate 3 single component moisture-cured
polyurethane coats from the same manufacturer and shall be from one of the approved paint
systems listed in the Qualified Products List.
6-07.3(4) Painting Galvanized Surfaces
The reference to "ASTM D 2092" in the first sentence in the first paragraph is revised to "ASTM D
6386".
6-07.3(5) Paint - Film Thickness
The second sentence in the first paragraph is deleted and replaced with the following:
The dry film thickness of the primer coat on faying surfaces shall not be less than 2.5 mils nor
greater than the paint manufacturer's maximum recommended thickness. The primer coat
shall meet the coefficient of friction requirements of Section 6-07.3(1) and 6-07.3(2)E Item 2.
Top flange surfaces to be embedded in concrete shall receive a mist coat. Welded shear
connectors, if installed in the shop, shall not receive paint except for incidental overspray.
SECTION 6-09, MODIFIED CONCRETE OVERLAYS
December 1 , 2008
6-09.3(1)B Rotary Milling Machines
This section is revised to read:
Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and
conform to the requirements in Section 1-07.7.
6-09.3(1)C Hydro-Demolition Machines
This section is revised to read:
Hydro-demolition machines shall consist of filtering and pumping units operating in conjunction
with a remote-controlled robotic device, using high velocity water jets to remove 1h-inch of
sound concrete with the simultaneous removal of all deteriorated concrete. Hydro-demolition
machines shall also clean any exposed reinforcing steel of all rust and corrosion products.
6-09.3(1)0 Shot Blasting Machines
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive to
remove 1h-inch of sound concrete. The shot blasting machine shall vacuum and store all
material removed from the scarified concrete surface into a self contained unit.
6-09.3(6) Further Deck Preparation
The first sentence in the first paragraph is revised to read:
Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
Contractor, with the Engineer, shall perform an inspection of the completed work in
accordance with ASTM D 4580 Method B, and the Contractor shall mark those areas of the
existing bridge deck that are authorized by the Engineer for further deck preparation by the
Contractor.
6-09.3(6)8 Deck Repair Preparation
The second sentence in the first paragraph is revised to read:
If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between
concrete and top mat of steel is broken, concrete shall be removed to provide a 3/4-inch
minimum clearance around the top mat of steel reinforcing bars.
6-09.3(6)C Placing Deck Repair Concrete
The first paragraph is revised to read:
Deck repair concrete for modified concrete overlays shall be either modified concrete or
concrete Class M as specified below.
The third paragraph is deleted.
The fourth paragraph is revised to read:
Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the
periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12
continuous inches along the length of the bar, may be filled during the placement of the
concrete overlay.
This section is supplemented with the following:
Type 2 deck repairs, defined as deck repair areas not conforming to the definition of Type 1
deck repairs, shall be repaired with concrete Class M and wet cured for 42-hours in
accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the curing
period, all vehicular and foot traffic shall be prohibited on the repair area.
6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified
Concrete Overlays
The first sentence in the first paragraph is revised to read:
The Engineer will perform slump, temperature, and entrained air tests for acceptance in
accordance with Section 6-02.3(5)0 and as specified in this Section after the Contractor
indicates that the concrete is ready for placement.
The third paragraph is deleted.
6-09.3(8)8 Quality Assurance for latex Modified Concrete Overlays
The following new sentence is inserted as the leading sentence in the second paragraph:
PW 407_04 Part04.doc [Revised March 2008}
The Engineer will perform slump, temperature, and entrained air tests for acceptance in
accordance with Section 6-02.3(5)0 and as specified in this Section.
The third paragraph is deleted.
6-09.5 Payment
The paragraph following "Modified Cone. Overlay", per cubic foot, is revised to read:
The unit, contract price per cubic foot for "Modified Cone. Overlay" shall be full pay for
furnishing the modified concrete overlay, including the overlay material placed into Type 1
deck repairs in accordance with Section 6-09.3(6)C.
SECTION 6-11, REINFORCED CONCRETE WALLS
August 4, 2008
6-11.3(3) Precast Concrete Wall Stem Panels
The first sentence in the first paragraph is revised to read:
The Contractor may fabricate precast concrete wall stem panels for construction of Standard
Plan Retaining Walls.
The first sentence in the second paragraph is revised to read:
The precast concrete wall stem panels shall be designed in accordance with the following
codes:
The first sentence in number 1. in the second paragraph is revised to read:
1. For all loads except as otherwise noted - AASHTO LRFD Bridge Design Specifications,
latest edition and current interims.
6-11.3(5) Backfill, Weepholes and Gutters
The first sentence in the first paragraph is revised to read:
Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with
the Standard Plans and Section 6-02.3(22).
SECTION 6-15, SOIL NAIL WALLS
January 7,2008
6-15.3(8)A Verification Testing
The last sentence in the sixth paragraph is revised to read:
The load-hold period shall start as soon as the load is applied and the nail movement with
respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20,
30, 40, 50, and 60 minutes.
6-15.3(8)B Proof Testing
The fifth sentence in the third paragraph is revised to read:
If the load hold is extended, the nail movement shall be recorded at 2~, 30, 40, 50, and 60
minutes.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
December 1,2008
6-16.3(4) Installing Soldier Piles
The second sentence in the second paragraph is revised to read:
Concrete cover over the soldier pile shall be 3-inches minimum, except that the cover over the
soldier pile flange plate reinforcing at permanent ground anchor locations shall be 1-1/2 inches
minimum. .
6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
This section, including the title, is revised to read:
6-16.3(6) Designing and Installing Lagging, and Installing Permanent Ground
Anchors
Lagging tor soldier pile walls shall conform to one of the following two categories:
Temporary lagging is defined as lagging that is in service as a structural member for a
maximum ot 36 months before a permanent load carrying fascia is in place, except for the
following exception. Lagging for soldier pile walls in site soils conforming to an excluded
soil type as defined under Section 6-16.3(6)A will be classified as permanent lagging
conforming to Section 6-16.3(6)C, in which case this requirement will be specified in the
Plans along with design details for such lagging.
Permanent lagging is defined as all lagging not conforming to the definition of temporary
lagging as specified above.
This section is supplemented with the following new sub-sections:
6-16.3(6)A Soil Classification
For the purposes of designing lagging for soldier pile walls, soils shall be categorized in the
following classifications:
Soil Type 1
The following shall be considered Type 1 soils:
1. Cohesive fine grained soils either CL or CH of medium consistency with aH/Su <
5.
2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and non-
fissured.
3. Fine grained soils either ML or SM-ML that are above the water table.
4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are medium
dense to dense.
Soil Type 2
The following shall be considered Type 2 soils:
1. Cohesive fine grained soils either CL or CH that are heavily over consolidated
and fissured.
2. Fine grained ML soils or coarse grained SM-ML soils that are below the water
table.
PW 407_04 Part04.doc [Revised March 2008]
3. Coarse grained SC soil that is medium dense to dense and is below the water
table.
4. Coarse grained soils either SW, SP or SM that are loose.
Soil Type 3
The following shall be considered Type 3 soils:
1. Cohesive fine grained soils either CL or CH that are soft with cH/Su > 5.
2. Fine grained slightly plastic ML soil that is below the water table.
3. Coarse grained SC soil that is loose and below the water table.
Exclusions
Regardless of whether site soils conform to one of the soil types defined above, site soils
under the following conditions are excluded from the Type 1, Type 2, and Type 3 soil
classifications:
1. Disturbed soils such as those in landslides or known unstable areas.
2. Layered soils dipping into the excavation steeper than 4H:1V.
Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, and
Type 3 soil classifications shall be designed in accordance with the latest AASHTO LRFD
Bridge Design Specifications with current interim specifications. Use of the table in
Section 6-16.3(6)B for timber lagging in these situations will not be allowed.
6~16.3(6)B Temporary Lagging
The Contractor shall design temporary lagging for all soldier pile walls. The temporary lagging
design shall be based on the following:
1. The AASHTO LRFD Bridge Design Specifications, latest edition with current interim
specifications, except that timber members used for temporary lagging may be
selected based on the table below.
2. The soil type as specified in the Plans or as determined from the geotechnical report
prepared for the project.
3. The soil pressure diagram, either as shown in the Plans or as included in the
geotechnical report prepared for the project, including the surcharge for temporary
construction load when shown in the Plans.
The Contractor shall submit the soldier pile wall lagging design working drawings and
supporting design calculations to the Engineer for approval in accordance with Section 6-01.9.
The submittal shall include, but not be limited to, the following:
1. Description of the material used for the lagging, including identification of applicable
material specifications.
2. Installation method and sequence.
3. If the lagging material is to be removed during or after installation of the permanent
fascia, a description of how the lagging is removed without disturbing or damaging
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
the fascia, soldier piles, and retained soil, and a description of how, and with what
material, the void left by the removal of lagging is to be filled.
4. For all cases, except with timber for temporary lagging, a description with appropriate
details of how subsurface drainage IS to be accommodated, either in accordance with
Section 6-16.3(7) for timber lagging, Section 6-15.3(7) for shotcrete facing, or other
means appropriate for the geotechnical site conditions and approved by the Engineer
for other lagging materials. Lagging materials and lagging installation methods that
cause the build.up of, and prevent the relief of, pore water pressure wHl not be
allowed. Free draining materials are defined as those materials that exhibit a greater
permeability than the material being retained.
Temporary lagging may be untreated timber conforming to the Section 9-09.2 requirements
specified under Structures for timber lagging, or another material selected by the Contractor.
Timber for temporary lagging shall conform to the minimum actual thickness specified in the
table below for the soil type, exposed wall height, and lagging clear span as shown in the
Plans.
Minimum Actual Thickness of Timber Used As Temporary Lagging
Soil Tvpe (1) 1 1 2 2 3 3 3
Exposed 25 and Over 25 and Over 15 Over Over
Wall Height under 25 to under 25 to and 15 to 25
(feet)" 60 60 under 25
Clear Span Minimum Actual Thickness of Rough Cut Timber lagging
Of lagging (inches) (3)
(feef}
5 2 3 3 3 3 3 4
6 3 3 3 3 3 4 5
7 3 3 3 4 4 5 6
8 3 4 4 4 5 6 (<()
9 4 4 4 5 (l) (l) (lJ
10 4 5 5 5 -(2} (<() (<()
(1) Soil Type as defined in Section 6-16.3(6)A
(2) For exposed wall heights exceeding the limits in the table above, or where
minimum rough cut lagging thickness is not provided, the Contractor shall design the
lagging in accordance with the latest AASHTO LRFD Bridge Design Specifications
with current interim specifications.
(3) Table modified from FHWA document "Lateral Support Systems and
Underpinning" (Report No. FHWA-RD-75-130)
Notwithstanding the requirements of Section 1-06.1, steel materials used by the Contractor as
temporary lagging may be used (second hand) provided that the use of such used (second
hand) steel materials shall be subject to visual inspection and approval by the Engineei. For
used (second hand) steel materials where the grade of steel cannot be positively identified,
the design stresses for the steel shall conform to the Section 6-02.3(17)8 requirements for
salvaged steel, regardless of whether rivets are present or not.
6-16.3(6)C Permanent Lagging
Permanent lagging, including timber, shall be as shown in the Plans. The use of the table in
Section 6.16.3(6)8 for the design of timber lagging for permanent lagging will not be allowed.
PW 407_04 Part04.doc [Revised March 2008]
6-16.3(6)D Installing Lagging and Permanent Ground Anchors
The excavation and removal of CDF and pumpable lean concrete for the lagging installation
shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean
concrete are of sufficient strength that the material remains in place during excavation and
lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or
caves or spalls from around the soldier pile, the Contractor shall discontinue excavation and
lagging installation operations until the CDF and pumpable lean concrete is completely set.
The bottom of the excavation in front of the wall shall be level. Excavation shall conform to
Section 2-03.
For walls without permanent ground anchors, the bottom of excavation shall not be more than
three feet below the bottom level of the lagging already installed, but in no case shall the depth
of excavation beneath the bottom level of installed lagging be such to cause instability of the
excavated face. For walls with permanent ground anchors, the bottom of excavation shall be
not more than three feet below the permanent ground anchor level until all permanent ground
anchors at that level are installed and stressed, but in no case shall the depth of excavation
beneath the permanent ground anchor level be such to cause instability of the excavated face.
Any caving that occurs during excavation shall be backfilled with free draining material as
approved by the Engineer.
Installing, stressing, and testing the permanent ground anchors shall be in accordance with
Section 6-17 and the construction sequence specified in the Plans.
The lagging shall be installed from the top of the soldier pile proceeding downward.. The
lagging shall make direct contact with the soil. When and where lagging is not in full contact
with the soil being retained, either the lagging shall be wedged back to create contact or the
void shall be filled with a free draining material as approved.by the Engineer.
When utilizing lagging in fill situations, the backfill layers shall be placed in accordance with
Section 2-03.3(14) except that all layers shall be compacted to 90 percent of maximum
density.
6-16.3(7) Prefabricated Drainage Mat
The first paragraph is revised to read:
For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage mat shall
be installed full height of the concrete fascia panel, centered between soldier pile flanges,
unless otherwise shown in the Plans.
6-16.4 Measurement
The third paragraph is revised to read:
Lagging will be measured by the square foot area of lagging installed. The quantity will be
computed based on the vertical dimension from the highest lagging elevation to the lowest
lagging elevation between each pair of adjacent soldier piles as the height dimension, and the
center-to-center spacing of the soldier piles as the length dimension.
6-16.5 Payment
The third bid item and the following paragraph is revised to read:
"Lagging", per square foot.
All costs in connection with furnishing and installing lagging shall be included in the unit
contract price per square foot for ULagging", including design of temporary lagging, and filling
voids behind the lagging with a free draining material 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 6-17, PERMANENT GROUND ANCHORS
January 7,2008
6-17.3(8)8 Performance Testing
The fourth sentence in the fourth paragraph is revised to read:
If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 40, 50,
and 60 minutes.
6-17.3(8)C Proof Testing .
The fourth sentence in the second paragraph is revised to read:
If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 40,
50, and 60 minutes.
SECTION 7-02, CULVERTS
December 1, 2008
7-02.2 Materials
The third paragraph is revised to read:
Thermoplastic culvert pipe includes solid wall pve culvert pipe, profile wall PVC culvert pipe,
and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall pve culvert
pipe, and corrugated polyethylene culvert pipe are acceptable alternates for Schedule A or 8
culvert pipe.
In the chart for Culvert Pipe Schedules, for Schedule B, 15' - 25', the references in the column
for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC".
SECTION 7-04, STORM SEWERS
December 1, 2008
7-04.2 Materials
In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' - 25', in the column for PE,
insert "Allowed".
SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
December 1, 2008
8-01.3(1) General
The first sentence in the eight paragraph is revised to read:
Erodible earth not being worked, whether at final grade or not, shall be covered within the
following time period, using an approved soil covering practice:
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:
PW 407_04 Part04.doc [Revised March 2008]
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)D 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.
SECTION 8-02, ROADSIDE RESTORATION
April 7, 2008
8-02.3(3) Planting Area Weed Control
The second paragraph is deleted.
This section is supplemented with the following:
Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square and
shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed
according to the manufacturer's recommendations.
SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
January 7,2008
8-04.5 Payment
The bid items "Roundabout Truck Apron Inner Cement Cone. Curb" and "Roundabout Truck Apron
Outer Cern. Cone. Curb and Gutter" are revised to read:
"Roundabout Central Island Cement Concrete Curb", per linear foot.
"Roundabout Truck Apron Cem. Cone. Curb and Gutter", per linear foot.
This section is supplemented with the following new bid item:
"Roundabout Truck Apron Cement Concrete Curb", per linear foot.
SECTION 8-11, GUARDRAIL
December 1 , 2008
8-11.3(4) Removing Guardrail and Guardrail Anchor
The following is inserted after the third sentence in the first paragraph:
The embedded anchors attaching guardrail posts and guardrail terminal sections specified for
removal to existing concrete Structures shall be removed a minimum of one inch beneath the
existing concrete surface. The void left by removal of the embedded anchors shall be coated
with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II
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
I
I
If
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
conforming to Section 9-26.1 with the grade and class as recommended by the epoxy bonding
agent manufacturer and as approved by the Engineer. The grout shall consist of cement and
fine aggregate mixed in the proportions to match the color of the existing concrete surface as
near as practicable.
SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE
January 7,2008
8-12.3{l)A Posts
All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3
and Type 4 fences".
The first sentence in the eighth paragraph is revised to read:
Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner
shown in the Standard Plans.
The tenth paragraph is revised to read:
All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap designed
to fit securely over the post to support the top rail. All round posts for chain
link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The
base of the top cap fitting for round posts shall feature an apron around the outside of the
posts.
8-12.3(1)C Tension Wire
This section including title is revised to read:
8-12.3(1)C Tension Wire and Tension Cable
Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved
by the Engineer.
Tension Cables shall be installed in accordance with Section 8-25.3(5).
8-12.3(1)D Chain Link Fabric
The following new paragraph is inserted in front of the first paragraph:
Attach the chain link fabric after the cables and wires have been properly tensioned and/or the
top rail has been installed.
The third and fourth sentences in the third paragraph are revised to read:
Fastening to posts shall be with tie wire, metal bands, or other approved method attached at
14-inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the
top rail, and with hog rings to the tension cable or top and bottom tension wires as may be
applicable, spaced at 24-inch intervals.
SECTION 8-15, RIPRAP
April 7, 2008
8-15.3(1) Excavation for Riprap
The second sentence of the first paragraph is revised to read:
PW 407_04 Part04.doc [Revised March 2008]
Excavation below the level of the intersection of the slope to be protected and the adjacent
original ground or the channel floor or slope shall be classified, measured, and paid for as
channel excavation or ditch excavation in accordance with Section 2-03.
8-15.4 Measurement
The following new paragraph is inserted to follow the fifth paragraph.
Channel excavation will be measured by the cubic yard as specified in Section 2-03.
The sixth paragraph is revised to read:
Ditch excavation will be measured by the cubic yard as specified in Section 2-03.
The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03.
8-15.5 Payment
The bid item "Filter Blankef' is supplemented with the following:
The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform the work
in Section 8-15.3(7).
This section is supplemented with the following:
"Channel Excavation", per cubic yard.
"Channel Excavation Incl. Haul", per cubic yard.
"Ditch Excavation Incl. Haul", per cubic yard.
Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and
"Ditch Excavation IncL Haul" is described in Section 2-03.5.
SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
December 1, 2008
8-20.1 Description
The first paragraph is revised to read:
This Work consists of furnishing, installing and field testing all materials and equipment
necessary to complete in place, fully functional system(s) of any or all of the following types
including modifications to an existing system all in accordance with approved methods, the
Plans, the Special Provisions and these Specifications:
1. Traffic Signal System
2. Illumination System
3. Intelligent Transportation System
8-20.3(1) General
The following new paragraph is inserted after the fifth paragraph:
The embedded anchors attaching existing electrical, illumination, and traffic signal systems
specified for removal to existing concrete Structures shall be removed a minimum of one inch
beneath the existing concrete surface. The void left by removal of the embedded anchors
shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall
be Type II conforming to Section 9-26.1 with the grade and class as recommended by the
epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist
of cement and fine aggregate mixed in the proportions to match the color of the existing
concrete surface as near as practicable.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8-20.3(4) Foundations
The fifth paragraph is revised to read:
Where soil conditions are poor, the Engineer may order the Contractor to extend the
foundations shown in the Plans to provide additional depth. Such additional Work will be paid
for according to Section 1 w04.4.
8-20.3(5) Conduit
This section is revised to read:
Installation of conduit shall conform to appropriate articles of the Code and these
Specifications.
The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch
electrical trade size shall not be used unless otherwise specified, except that grounding
conductors at service points may be enclosed in %winch diameter conduit.
Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box shall
be the diameter specified in the Plans. Larger size conduit is not allowed at these locations.
At other locations it shall be the option of the Contractor, at no expense to the Contracting
Agency, to use larger size conduit if desired, and where larger size conduit is used, it shall be
for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted.
The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and rough
edges. Field cuts shall be made square and true. Slip joints or running threads will not be
permitted for coupling metallic conduit; however, running threads will be permitted in traffic
signal head spiders and RGS outerduct. When installing rigid galvanized steel conduit and
standard coupling cannot be used, an approved 3-piece coupling shall be used. The threads
on all metallic conduit shall be rust-free, clean and painted with colloidal copper suspended in
a petroleum vehicle before couplings are made. All metallic couplings shall be tightened so
that a good electrical connection will be made throughout the entire length of the conduit run.
If the conduit has been moved after assembly, it shall be given a final tightening from the ends
prior to backfilling. Non-metallic conduit shall be assembled using the solvent cement
specified in Section 9-29.1. Where the coating on galvanized conduit has been damaged in
handling or installing, such damaged areas shall be thoroughly painted with galvanizing repair
paint, Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic
conduit ends shall be threaded and capped with standard threaded conduit caps until wiring is
started. When conduit caps are removed, the threaded ends shall be provided with approved
conduit bushings or end bells (do not glue in place) for nonmetallic conduit.
Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in
that system.
Metallic conduit bends, shall have a radius consistent with the requirements of Article 344.24
and other articles of the Code. Where factory bends are not used, conduit shall be bent, using
an approved conduit bending tool employing correctly sized dies, without crimping or
flattening, using the longest radius practicable.
Nonmetallic conduit bends, where allowed, shall conform to Article 352.24. of the Code.
Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter or less.
Standard sweep elbows shall be used for PVC conduit with greater than 2-inch nominal
diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2-inch
nominal diameter, pull ropes or flat tapes for wire installation shall be not less than * inch
diameter or width. In nonmetallic conduit of 2-inch nominal diameter or larger, pull ropes or
flat tapes for wire installation shall be not less than % inch diameter or width.
PW 407_04 Part04.doc [Revised March 2008]
C9nduit shall be laid so that the top of the conduit is a minimum depth of:
1. 24-inches below the bottom of curb in the sidewalk area.
2. 24-inches below the top of the roadway base.
3. 48-inches below the bottom of ties under railroad tracks unless otherwise specified
by the railroad company.
4. 24-inches below the finish grade in all other areas.
Rigid galvanized steel conduit shall be installed at the following locations:
1. Within railroad right of way;
2. All pole risers, except when as otherwise required by owning utilities;
3. All surface mounted conduit, with the exception of electrical service utility poles.
4. All runs within slip form structures.
Couplings in cabinet foundations shall be PVC schedule 40. The stub-outs above the
couplings shall be PVC end bell bushings. The schedule 40 section of PVC between the
coupling and end bell bushing shall be installed without glue.
Conduit runs, without innerduct, installed using the directional boring method, which enter the
traveled way or shoulders, shall be schedule 80 high density polyethylene (HDPE), schedule
80 PVC with mechanical couplings or rigid galvanized steel.
Conduit runs, without innerduct, installed using the directional boring method, which do not
enter the traveled way and shoulders, shall be schedule 40 high density polyethylene (HOPE),
schedule 40 PVC with mechanical couplings or rigid galvanized steel.
Multi-cell conduit runs, installed outside the Traveled Way and Shoulders, when using the
directional boring method shall have 4-inch PVC Schedule 40 outerduct with mechanical
couplings or 4-inch rigid galvanized steel outerduct. The conduit shall be installed with four 1-
inch smooth wall innerducts.
When HOPE conduit is used for directional boring, it shall be continuous, with no joints, for the
full length of the bore. The conduit run shall be extended to the associated outlets with the
same schedule HOPE or PVC conduit. Entry into associated junction box outlets shall be with
the same schedule PVC conduit and elbows. The same requirements apply for extension of
an existing HDPE conduit crossing.
PVC conduit and elbows shall be connected to HOPE conduit with an approved mechanical
coupling. The connection shall have a minimum pull Ollt strength of 700 pounds. Prior to
installation of a mechanical coupling, the HOPE conduit shall first be prepared with a clean,
straight edge. A water based pulling lubricant may be applied to the threaded end of the
mechanical coupling before installation. Solvent cement or epoxy shall not be used on the
threaded joint when connecting the HOPE conduit to the mechanical coupling. The
mechanical coupling shall be rotated until the HOPE conduit seats approximately % of the
distance into the threaded coupling depth.
For PVC installation through a directional bore, the PVC shall be in rigid sections assembled
to form a water tight bell and spigot type mechanical joint with a solid retaining ring around the
entire circumference of the conduit installed per the manufacturer's recommendations. The
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
conduit run shall be extended beyond the length of the bore, to the associated outlets with the
same mechanical coupled PVC or with standard PVC conduit of the same schedule. The
same requirements apply for extension of an existing PVC conduit Roadway crossing.
Liquid tight flexible metal conduit is allowed only at locations called for in the Plans.
At all other locations, conduit shall be PVC or rigid galvanized steel and the same type of
conduit shall be used for the entire length of the run, from outlet to outlet.
Where nonmetallic conduit is installed, care shall be used in excavating, installing, and
backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause
possible damage.
Metallic and nonmetallic conduit installation shall include equipment grounding conductor and
shall conform to requirements noted in the Standard Plans.
Conduit shall be placed under existing pavement by approved directional boring, jacking or
drilling methods, at locations approved by the Engineer. The pavement shall not be disturbed
unless allowed in the Plans, or with the approval of the Engineer in the event obstructions or
impenetrable soils are encountered.
Where boring with casing is called for the casing shall be placed using an auger inside of the
casing to remove the soil as the casing is jacked forward. The auger head shall proceed no
more than 4-inches ahead of the pipe being jacked. Boring operations shall be conducted to
prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust,
moisture and any other deleterious contaminants.
The space between the conduit and casing shall be plugged with sand bags and a grout seal
12-inches thick at each end of the casing. Casing abandoned due to an encountered
obstruction shall be grout sealed in the same manner. Grout shall obtain a minimum of 4000-
PSI compressive strength at 7-days.
In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal the
casing.
Material shall not be removed from the boring pit by washing or sluicing.
All joints shall be welded by a Washington State certified welder. Welding shall conform to
AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship.
Directional boring for electrical installations shall be supervised by a licensed electrical
contractor in accordance with Section 8-20.1 (1). Where directional boring is called for, conduit
shall be installed using a surface launched, steerable drilling tool. Drilling shall be
accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to
maintain the stability of the tunnel, reduce drag on the conduit and provide backfill between
the conduit and tunnel. A guidance system that measures the depth, lateral position and roll
shall be used to guide the toolhead when creating the pilot hole. Once the pilot hole is
established a reamer and swivel shall be used to install the conduit. Reaming diameter shall
not exceed 1.5 times the diameter of the conduit being installed. Conduit that is being pulled
into the tunnel shall be installed in such a manner so the conduit is not damaged during
installation. The pullback force on the conduit shall be controlled to prevent damage to the
conduit. A vacuum spoils extraction system shall be used to remove any excess spoils
generated during the installation. Excess drilling fluid and spoils shall be disposed of. The
method and location used for disposal of excess drilling fluid and spoils shall be subject to the
Engineers approval. Drilling fluid returns (caused by fracturing of formations) at locations other
than the entry and exit points shall be minimized. Any drilling fluid that surfaces through
PW 407_04 Part04.doc [Revised March 2008]
fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of
quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall
be used as necessary during drilling operations.
Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E.
Directional boring, and jacking or drilling pits shall be kept 2-feet from the edge of any type of
pavement wherever possible. Excessive use of water that might undermine the pavement or
soften the Subgrade will not be permitted.
When approved by the Engineer, small test holes may be cut in the pavement to locate
obstructions. When the Contractor encounters obstructions or is unable to install conduit
because of soil conditions, as determined by the Engineer, additional Work to place the
conduit will be paid in accordance with Section 1-04.4.
When open trenching is allowed, trench construction shall conform to the following:
1. The pavement shall be sawcut a minimum of 3-inches deep. The cuts shall be
parallel to each other and extend 2-feet beyond the edge of the trench.
2. Pavement shall be removed in an approved manner.
3. Trench depth shall provide 2-feet minimum cover over conduits.
4. Trench width shall be 4-inches or the conduit diameter plus 2-inches, whichever is
larger.
5. Trenches located within paved Roadway areas shall be backfilled with Controlled
density fill (CDF) meeting the requirements of Section 2-09.3(1)E. The controlled
density fill shall be placed level to, and at the bottom of the existing pavement. The
pavement shall be replaced with paving material that matches the existing pavement.
On new construction, conduit shall be placed prior to placement of base course pavement.
Conduit terminating in foundations shall extend a maximum of 2-inches above the foundation
vertically including grounded end bushing or end bell.
Conduit entering through the bottom of a junction box shall be located near the end walls to
leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of
the run, terminating 6 to a-inches below the junction box lid and within 3-inches of the box wall
nearest its entry location.
Galvanized rigid steel conduit entering cable vaults shall extend 2-inches for the installation of
grounded end bushing and bonding. PVC or HOPE conduit entering cable vaults and pull
boxes shall terminate flush with the inside walls of the Structure. All conduit ends shall be
terminated with termination kits.
Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel conduit
ends shall be terminated with grounded end bushings. PVC conduit ends shall be terminated
with end bell bushings.
Fittings shall be installed in accordance with the current electrical codes.
All covered underground conduit shall be cleaned with an approved sized mandrel and blown
out with compressed air prior to pulling wire.
Conduits installed for future use shall be prepared according to this Section. After final
assembly in place, the conduit shall be blown clean with compressed air. Then, in the
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be
pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has
been pulled through, both ends of the conduit shall be sealed with conduit caps. All conduits
scheduled for future use shall originate in a foundation or junction box as detailed in the Plans
and terminate in a junction box. All equipment grounding conductors, and the bonding
conductor for metallic conduits shall be bonded in all junction boxes in accordance with
Section 8-20.3(9).
Where surface mounting of conduit is required, supports shall consist of channel with clamps
sized for the conduit. Support spacing shall comply with the Code, with the exception that
spacing of channel supports for conduit shall not exceed 5-feet. Approved expansion fittings
shall be installed at all expansion joints. Approved deflection fittings shall be installed at the
joint between the bridge end and the retaining wall end and the transition point from the bridge
attachment to the underground section. PVC conduit shall not be installed on concrete
surfaces or on bridge under-decks.
The minimum distance between adjacent clamps and between the clamp and the end of the
channel supports shall be 1-inch. Channel supports shall be installed with stops, to prevent
clamps from sliding out of the ends. Existing conduit in place scheduled to receive new
conductors shall have any existing conductors removed and a cleaning mandrel sized for the
conduit shall be pulled through.
Conduit runs shown in the Plans are for Bidding purposes only and may be changed, with
approval of the Engineer, to avoid obstructions.
Where conduit with innerduct is installed a maximum of 1000-feet of continuous open trench
will be allowed, unless otherwise approved by the Engineer. All conduit with innerduct
exposed above grade level, or on any elevated Structures, or as noted in the Plans shall be
galvanized rigid steel conduit.
Detectable underground warning tape shall be placed 12-inches above all conduit that
contains fiber optic cable and all conduits identified to contain future fiber optic cable unless
otherwise detailed in the Plans. Detectable underground warning tape shall extend 2-feet into
boxes. Splicing shall be per the tape manufacturer's recommended materials and procedures.
The warning tape shall be polyethylene with a metallic backing. The polyethylene shall have a
minimum 4 mils thicknesses and be 3-inches wide. The polyethylene shall be orange in color
and printed in black with the words conveying message of Fiber Optic Cable Buried Below.
Location 14 AWG stranded orange USE insulated wire shall be placed in continuous lengths
directly above all non metallic conduit that contains fiber optic cable and all conduits identified
to contain future fiber optic cable unless otherwise detailed in the plans. Location wire shall
extend 8 feet into boxes. Coil and secure location wire at the entrance and exit points of all
boxes. Splices shall be crimped using a non-insulated butt splice, soldered and covered with
moisture blocking heat shrink. .
After final assembly in place, all innerducts shall be blown clean with compressed air. Then, in
the presence of the Engineer, a cleaning mandrel, correctly sized for the innerduct, shall be
pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has
been pulled through, a 200-lb. minimum tensile strength pull string shall be installed in each
innerduct and attached to duct plugs at both ends of the innerduct.
At all innerduct conduit terminus points, including those in cable vaults and pull boxes,
removable and reusable mechanical plugs shall be employed as follows:
Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit
around the innerduct. Duct plugs shall be installed in all unused innerducts (those that
PW 407_04 Part04.doc [Revised March 2008]
are specified as empty) at the time of conduit installation. Duct plugs shall be installed in
all used innerducts (as specified in the Plans) at the time of conduit installation, unless
cable pulling for those innerducts will commence within 48~hours.
Innerduct containing 1 cable shall be plugged using an expandable split plug. Innerducts with
multiple cables shall be sealed with self-expanding waterproof foam. The waterproof foam
shall not be placed more than 2~inches into the innerduct.
8~20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
The third paragraph is revised to read:
Adjustments involving raising or lowering the junction boxes shall require conduit modification
if the resultant clearance between the top of the conduit and the junction box lid becomes less
than 6~inches or more than 10-inches in accordance with the Plans.
8~20.3(8) Wiring ,
The first sentence in the fifth paragraph is deleted and replaced with the following:
Quick disconnect connectors shall be installed in the base of all poles supporting a luminaire.
Every conductor above ground potential shall be served by a fused quick disconnect kit.
Every conductor at ground potential shall be served by an unfused quick disconnect kit.
8~20.3(13)D Sign Lighting
This section is revised to read:
Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and other
material required to make the sign lighting system operable. Sign illumination fixtures shall be
fused according to the table in Section 9-29.7.
8~20.3(13)E Sign Lighting Luminaires
The first paragraph is deleted.
8~20.4 Measurement
The first paragraph is revised to read:
When shown as lump sum in the Plans or in the Proposal as illumination, intelligent
transportation, or traffic signal system no specific unit of measurement will apply, but
measurement will be for the sum total of all items for a complete system to be furnished and
installed.
8-20.5 Payment
The bid item "Traffic Data Accumulation and Ramp Metering System _" is deleted and replaced
with the following:
"Intelligent Transportation System ~', lump sum.
The first sentence of the paragraph following the bid item "Traffic Signal System-,' lump sum, is
revised to read:
The lump sum Contract price for "Illumination System, _", "Traffic Signal System ~',
Illntelligent Transportation System If, shall be full pay for the construction of the complete
electrical system, modifying existing systems, or both, including sign lighting systems, as
described above as shown in the Plans and herein specified including excavation, backfilling,
concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during
construction, salvaging existing materials, and for making all required tests.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 8-21, PERMANENT SIGNING
December 1, 2008
8-21.3(4) Sign Removal
The following two new paragraphs are inserted after the first sentence in the first paragraph:
Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted sign
brackets, and any other sign mounting structure shown in the Plans to be removed by the
Contractor .
The embedded anchors attaching signs .and sign Structures specified for removal to existing
concrete Structures shall be removed a minimum of one inch beneath the existing concrete
surface. The void left by removal of the embedded anchors shall be coated with epoxy
bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to
Section 9-26.1 with the grade and class as recommended by the epoxy bonding agent
manufacturer and as approved by the Engineer. The grout shall consist of cement and fine
aggregate mixed in the proportions to match the color of the existing concrete surface as near
as practicable.
8-21.3(9)F Bases
This section including title is revised to read:
8-21.3(9)F Foundations
The excavation and backfill shall be in conformance with the requirements of Section 2-
09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation
beneath the existing ground line is formed or cased instead of being cast against the existing
soil forming the sides of the excavation, then all gaps between the existing soil and the
completed foundation shall be backfilled and compacted in accordance with Section 2-
09.3(1)E.
Foundations shall be cast in one operation where practicable. The exposed portions shall be
formed to present a neat appearance. Class 2 surface finish shall be applied to exposed
surfaces of concrete in accordance with the requirements of Section 6-02.3(14)B.
Where soil conditions are poor, the Engineer may order the Contractor to extend the
foundations shown in the Plans to provide additional depth. Such additional work will be paid
for according to Section 1-04.4.
Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall
be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer.
Tops of foundations for sign bridges and cantilever sign structures shall be finished to the
elevation shown in the Plans.
Both forms and ground which will be in contact with the concrete shall be thoroughly
moistened before placing concrete; however, excess water in the foundation excavation will
not be permitted. Forms shall not be removed until the concrete has set at least three days.
All forms shall be removed, except when the Plans or Special Provisions specifically allow or
require the forms or casing to remain.
Foundation concrete shall conform to the requirements for the specified class, be cast-in-place
concrete and be constructed in accordance with Section 6-02.2 and 6-02.3.
PW 407_04 Part04.doc [Revised March 2008}
Sign structures shall not be erected on concrete foundations until foundations have attained a
compressive strength of 2,400 psi.
In addition to the basic requirements, sign bridges and cantilever sign structures shall be
installed in accordance with the following:
1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to
the elevation shown in the Plans.
2. Steel reinforcing bars shall conform to Section 9-07.
3. Concrete shall be Class 4000, except as otherwise specified. Where water is
present in the shaft excavations for Type 1 foundations for sign bridges and
cantilever sign structures, the shaft concrete shall be Class 4000P placed in
accordance with Section 6-02.3(6)8.
4. All bolts and anchor bolts shall be installed so that two class full threads extend
beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, plus
or minus 1 degree.
5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by
adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not
be permitted.
6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be
tightened in accordance with Section 6-03.3(33), and by the Turn-Df-Nut Method to a
minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug tight. Permanent
marks shall be set on the base plate and nuts to indicate nut rotation past snug tight.
In addition to the basic requirements, roadside sign structures shall be installed in accordance
with the following:
1. Tops of foundations shall be finished to final ground line, unless otherwise shown in
the Plans or staked by the Engineer.
2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall
conform to the requirements of Section 9-07.
3. Concrete shall be Class 3000.
4. The assembly and installation of all Type TP - A or 8 bases for roadside sign
structures shall be supervised at all times by either a manufacturer's representative
or an installer who has been trained and certified by the manufacturer of the system.
If the supervision is provided by a trained installer, a copy of the installer certification
shall be provided to the Engineer prior to installation.
5. For all Type - A or 8 bases the Contractor shall attach four female anchors to a flat
rigid template following the manufacturer's recommendations. The Contractor shall
lower the anchor assembly into fresh concrete foundation and vibrate into position
such that the tops of the anchor washers are flush with the finished top surface of the
foundation. The Contractor shall support the template such that all anchors are level
and in their proper position.
Slip base and hinge connection nuts of roadside sign structures shall be tightened using a
torque wrench to the torque, and following the procedure, specified in the Standard Plans.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8-21.3(10) Vacant
This section is revised to read:
8-21.3(10) Sign Attachment
Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or
mounted to sign posts or sign structures as shown in the Standard Plans.
Signs not conforming to the above, including all variable message sign (VMS) assemblies and
other message board type assemblies, shall be attached or mounted to sign posts or sign
structures by means of positive connections - defined as through-bolted connections. The use
of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is
prohibited.
8-21.3(12) Steel Sign Posts
This section is revised to read:
For roadside sign structures on Type - A or 8 bases, the Contractor shall use the following
procedures and manufacturer's recommendations:
1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type - A
or 8 bases shall be tightened using the Turn-Ot-Nut Tightening Method to a
maximum rotation of 1/2 turn past snug tight.
2. The Contractor shall shim as necessary to plumb the steel sign posts.
For roadside sign structures on all Type PL and S8 slip bases, the Contractor shall use the
following procedures:
1. The Contractor shall assemble the steel sign post to stub post with bolts and flat
washers as shown in the Standard Plans.
2. Each bolt be tightened using a torque wrench to the torque, and following the
procedures specified in the Standard Plans.
SECTION 8-25, GLARE SCREEN .
January 7,2008
8-25.3(1) Glare Screen Fabric
The second sentence in the second paragraph is revised to read:
Fastening to end, corner, ahd pull posts shaH be with stretcher bars and fabric bands spaced
at 1-foot intervals.
The fourth sentence in the second paragraph is revised to read:
Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or other
approved methods, attached at 14-inch intervals.
8-25.3(5) Tension Cables
The following new paragraph is inserted in front of the first paragraph:
Fasten the tension cables after the posts have been installed and those set in concrete have
sufficiently cured.
PW 407_04 Part04.doc [Revised March 2008]
The second sentence in the second paragraph is revised to read:
The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or brace
posts with a short length of cable as shown in the Standard Plans.
This section is supplemented with the following:
Attach U-bolt wire rope clips to the cable ends by placing the base (saddle) of the clip against
the live end of the cable, while the "U" of the bolt presses against the dead end. Two clips
shall be used per end, spaced a minimum of six cable diameters apart with a wire rope thimble
placed securely in the loop eye to prevent kinking.
8-25.3(6) Fittings, Attachments and Hardware
The first paragraph is deleted.
The second paragraph is revised to read:
A galvanized iron strap 1!4-inch in thickness by 2-inches in width, formed as shown in the
Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to the base
and top of the H column posts in order to take the strain of the cable tension off the web of the
H column. The straps are required between any tension cable fitting and the H column, one
per side, unless the screen post is mounted to a guardrail post, then a strap is only required
on the outside (nut side) face. The straps are only required at tension cable attachment
locations.
SECTION 9-03, AGGREGATES
December 1, 2008
9-03.8(7) HMA Tolerances and Adjustments
The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits on
sieves...) is deleted.
SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
December 1, 2008
9-04.1 (2) Premolded Joint Filler for Expansion Joints
This section is revised to read:
Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M
213 SpeCifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural
Construction" except the requirement for water absorption is deleted, or ASTM D 7174
Specifications for "Preformed Closed-Cell Polyolefin Expansion Joint Fillers for Concrete
Paving and Structural Construction."
9-04.2(1) Hot Poured Joint Sealants
This section is revised to read:
Hot poured joint sealants shall meet the requirements of MSHTO M 324 Type IV except that
the Cone Penetration at 250C shall be 130 max. Hot poured joint sealants shall be sampled in
accordance with ASTM 0 5167 and tested in accordance with ASTM D 5329. The Hot poured
joint sealant shall have a minimum Cleveland Open Cup Flash Point of 2050C in accordance
with AASHTO T 48
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
April 7, 2008
9-06.5(3) High Strength Bolts
Paragraphs one through four are revised to read as follows:
High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or
3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions.
Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall
be tested for embri1tlement. Embrittlement testing shall be conducted after galvanization in
accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the
lot provided shall show the ultimate tensile strength test results.
Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts
shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry
film thickness of 2 mils per coat, when specified in the Plans or Special Provisions.
Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type
3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions.
Nuts for high strength bolts shall meet the following requirements:
AASHTO M 164 Bolts
Black Type 1
AASHTO M 291 Grade C, C3, DH and DH3
AASHTO M 292 Grade 2H
AASHTO M 291 Grade C3 and DH3
AASHTO M 291 Grade DH
AASHTO M 292 Grade 2H
Black weathering Type 3
Galvanized Type 1
AASHTO M 253 Bolts
Black Type 1
AASHTO M 291 Grade DH, DH3
AASHTO M 292 Grade 2H
AASHTO M 291 Grade DH3
Black weathering Type 3
9-06.13 Copper Seals
This section including title is revised to read:
9-06.13 Vacant
SECTION 9-07, REINFORCING STEEL
December 1, 2008
9-07.10 Prestressing Reinforcement Strand
The first sentence in the fourth paragraph is revised to read:
For every 5 reels furnished, one sample, not less than 5V2-feet long, shall be sent to the
Engineer for testing.
9-07.11 Prestressing Reinforcement Bar
The fifth and sixth paragraphs are revised to read:
The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with
Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's Ce~ificate of
PW 407_04 Part04.doc [Revised March 2008]
Compliance in accordance with Section 1-06.3 for all nuts and couplers confirming compliance
with the specified strength requirement.
For each heat of steel for high-strength steel bar, the Contractor shall submit two samples,
each not Jess than 5% -feet long, to the Engineer for testing.
SECTION 9~09, TIMBER AND LUMBER
January 7, 2008
9-09.1 General Requirements
This section is revised to read:
All timber and lumber shall be sized as indicated in the Plans.
All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be
painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be
stored in such a manner as to remain in a thoroughly dry condition until placed into the work.
9-09.2 Grade Requirements
This section is revised to read:
Timber and lumber shall conform to the grades and usage listed below.
Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the
following agencies:
West Coast Lumber Inspection Bureau (WCLlB)
Western Wood Products Association (WWPA)
Pacific Lumber Inspection Bureau (PUB)
Any lumber grading bureau certified by the American Lumber Standards Committee
For structures, all material delivered to the project shall bear a grade stamp and have a
grading certificate. The grade stamp and grading certificate will not constitute final acceptance
of the material. The Engineer may reject any or all of the timber or lumber that does not
comply with the specifications or has been damaged during shipping or upon delivery. The
grading certificate shall be issued by either the grading bureau whose stamp is shown on the
material, or by the lumber mill, which shall be under the supervision of one of the grading
bureaus listed above. The certificate shall include the following:
Name of the mill performing the grading
The grading rules being used
Name of the person doing the grading with current certification
Signature of a responsible mill official
Date the lumber was graded at the mill
Grade, dimensions, and quantity of the timber or lumber
For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox
Posts, the material delivered to the project shall either bear a grade stamp on each piece or
have a grading certificate as defined above. The grade stamp or grading certificate shall not
constitute final acceptance of the material. The Engineer may reject any or all of the timber or
lumber that does not comply with the specifications or has been damaged during shipping or
upon delivery.
9-09.2(1) Surfacing and Seasoning
This section including title 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9-09.2(1) Structures
All timber and lumber for structures shall be Douglas Fir-Larch unless specified otherwise in
the contract, and shall conform to the following:
Materials 2" to 4" nominal NO.1 and better, grade
thick, 5" nominal and wider (Section 123-b of WellS) or
(Structural Joists and Planks) (Section 62.11 of WWP A)
Materials 5" nominal and thicker No.1 and better, grade
(Beams and Stringers) (Section 130-b of WCLI B) or
(Section 70.11 of WWPA)
Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No.2 or better or Hem-
Fir NO.1.
When the material is delivered to the project, the Engineer will check the order for the
appropriate grade stamp. The invoice and grading certificate accompanying the order must be
accurate and complete with the information listed above. The grading certificate and grade
markings shall not constitute final acceptance of the material. The Engineer may reject any or
all of the timber or lumber that does not comply with the specifications or has been damaged
during shipping or upon delivery.
9-09.2(2) Vacant
This section including title is revised to read:
9-09.2(2) GuardraH Posts and Blocks
Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall
conform to the species and grades listed below.
Douglas Fir No.1 and better, grade (Section 131-b WellS)
or (Section 80.11 WWPA)
Hem Fir Select Structural, grade (Section 131-a WCLlS)
or (Section 80.10 WWPA)
Southern Yellow Pine No.1 and better, grade (Southern Pine Inspection Bureau)
When the material is delivered to the project, the Engineer will check the order for the
appropriate grade stamp. The grade markings shall not constitute final acceptance of the
material. The Engineer may reject any or all of the timber or lumber that does not comply with
the specifications or has been damaged during shipping or upon delivery.
9-09.2(3) Inspection
This section including title is revised to read:
9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts
The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir-
Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be
Western Red Cedar, Douglas Fir-Larch, or Hem Fir.
Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades
shown below.
Construction grade (Light Framing,
Section 122-b WCLlS) or (Section 40.11 WWPA)
PW 407_04 Part04.doc [Revised March 2008]
4"x4"
4"x6" No. 1 and better, grade (Structural Joists and
Planks, Section 123-b WCLlS) or (Section 62.11 WWPA)
6" x 6", 6" x 8", 8" x 10" No.1 and better, grade (Posts and Timbers,
Section 131-b WCLlS) or (Section 80.11 WWPA)
6" x 10", 6" x 12" No.1 and better, grade (Seams and Stringers,
Section 130-b WCLlS) or (Section 70.11 WWPA)
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 8MP 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-
8, "Sample Sieving for Aggregate Size Classification".
Fine Compost shall meet the following:
Min. Max.
Percent passing 2" 1 00%
Percent passing 1" 95% 1 00%
Percent passing 5/8" 90% 1 00%
Percent passing %" 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 W' 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".
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4. Minimum organic matter shall be 40 percent by dry weight basis as determined by
U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter Method
(LOI)".
5. Soluble salt contents shall be less than 4.0 mmhos/cm 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".
7. Stability shall be 7 mg C02-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)8 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]
SECTION 9-16, FENCE AND GUARDRAIL
December 1 , 2008
9-16.1 (1)A Post Material for Chain Link Fence
The first paragraph is supplemented with the following:
· Round Post Material
Round post material shall be Grade 1 or 2.
· Roll Form Material
Roll-formed post material shall be Grade 1.
Roll-formed end, corner, and pull posts shall have integral fastening loops to connect to
the fabric for the full length of each post. Top rails and brace rails shall be open
rectangular sections with internal flanges as shown in ASTM F1043.
The Round Post Material and Roll Form Material information following the third paragraph is
deleted.
9-16.1(1)8 Chain Link Fence Fabric
The first paragraph is revised to read:
Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9
gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire conforming to
AASHTO M 181, Class C. Zinc 5~percent Aluminum-Mischmetal alloy meeting the
requirements of ASTM B 750 may be substituted for zinc coating (hot-dipped) at the
application rate specified by ASSHTO M 181 for hot-dip zinc coating. Coating for chain link
fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of
uncoated wire surface 1.0 oz/sq ft (305 g/m2).
9-16.1(1)C Tension Wire
This section including title is revised to read:
9-16.1 (1)C Tension Wire and Tension Cable
Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall
be Class 1.
Tension cable shall meetthe requirements of Section 9-16.6(5).
9-16.1 (1)D Fittings and Hardware
This section is supplemented with the following:
Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9).
Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section
9-16.6(6).
9-16.1(1)E Chain Link Gates
The first sentence in the first paragraph is revised to read:
Gate frames shall be constructed of not less that 1 1/2-inch (I. D.) galvanized pipe conforming
to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A.
The fourth sentence in the first 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A-11-
99 primer meeting the requirements of Section 9-08.2.
9~16.2(1)A Steel Post Material
The paragraph under Angle Post Material is revised to read:
All angle post material shall be galvanized in accordance with the requirements of
AASHTO M 111 except the anchor plate on fence post material shall be grade 55.
Angle post used for end, corner, gate and pull post and brace shall have a minimum
weight of 3.1 Ib/ft.
The first sentence in the third paragraph is revised to read:
Posts shall not be Jess than 7-feet in length.
The last sentence in the third paragraph is revised to read:
The anchor plate shall be securely attached and have a surface area of 20 :t2 in2, and a
minimum weight of 0.67 pounds.
9~16.3(2) Posts and Blocks
The first sentence in the second paragraph is revised to read:
Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2).
9~16.3(3) Galvanizing
The first sentence in the first paragraph is revised to read:
W-beam or thrie beam rail elements and terminal sections shall be galvanized in accordance
with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after
fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending,
welding, and riveting.
9~16.3(4) Hardware
This section is revised to read:
Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall
conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall
conform to 9-06.5(3).
Unfinished bolts will be accepted by field verification and documentation that bolt heads are
stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1-
06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware.
9-16.3(5) Anchors
The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized".
9-16.4(2) Wire Mesh
The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to
"galvanized" .
9-16.6(2) Glare Screen Fabric
The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491".
PW 407_04 Part04.doc [Revised March 2008]
9-16.6(3) Posts
The first paragraph is revised to read:
Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel H
column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare
screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a minimum
weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel pipe with a
nominal weight of 3.65 pounds per linear foot provided only one type shall be used on anyone
project.
The first paragraph is supplemented with the following:
End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8-inches
steel H column with a minimum weight of 2.8 pounds per linear foot.
The first sentence in the second paragraph is revised to read:
End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside
diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot.
The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to
"galvanized" .
The first two sentences in the fifth paragraph are revised to read:
All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum
average zinc coating is per square foot of surface area.
9-16.6(5) Cable
The reference to "hot dip galvanized" is revised to "galvanized".
9-16.6(6) Cable and Tension Wire Attachments
The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to
"galvanized" .
The third sentence in the first paragraph is deleted.
9-16.6(9) Fabric Bands and Stretcher Bars
The reference to "hot dip galvanized" is revised to "galvanized".
9-16.6(10) Tie Wire
This section including title is revised to read:
9-16.6(10) Tie Wire and Hog Rings
Tie wire shall be 9 gage aluminum wire complYIng with the ASTM B 211 for alloy 1100 H14 or
9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be
Class 1.
Hog rings shall be 12 gage galvanized steel wire.
9-16.8(1) Rail and Hardware
The word "Composition" following the first paragraph is deleted.
PW 407_04 Part04.doc [Revised March 20G8}
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 9-19, PRESTRESSED CONCRETE GIRDERS
April 7, 2008
9-19.1 Aggregates and Proportioning
The first paragraph is revised to read:
The concrete for prestressed girders shall have the minimum compressive strengths as
specified in the Plans. Aggregates used in the mix shall conform to the following:
Coarse aggregate shall be in accordance with Section 9.03.1 (4).
Fine aggregate shall be in accordance with Section 9-03.1 (2), Class 1 or Class 2.
The manufacturer may revise the grading of the coarse aggregate provided that the concrete
mix design is qualified with the modified gradation. An alternative combined gradation
conforming to Section 9-03.1 (5) may also be used.
SECTION 9-28, SIGNING MATERIALS AND FABRICATION
December 1, 2008
9-28.9(1} Mechanical Properties
The chart in this section is revised to read:
Mechanical Property
Tensile Strength
Tensile Modulus
Flexural Strength
Flexural Modulus
Compression Strength
Compression Modulus
Punch Shear
Ave. Min. Requirement
10.0 psi x 103
1.2 psi x 106
20.0 psi x 103
1.2 psi x 1 06
32.0 psi x 103
1.4 psi x 106
12.0 psi x 103
ASTM Test
0638
D638
D790
0790
0695
0695
0732
SECTION 9-29, IllUMINATION, SIGNAL, ELECTRICAL
April 7, 2008
9-29.6 Light and Signal Standards
This section is supplemented with the following:
Materials for steel light and signal standards, and associated anchorage and fastening
hardware, shall conform to Sections 9-29.6(1), 9.29.6(2) and 9-29.6(5) unless otherwise
specified in one of the following documents:
1. The steel light and signal standard fabricator's pre-approved plan as approved by the
Washington State Department of Transportation and as identified in the Special
Provisions.
2. The steel light and signal standard fabricator's shop drawing submittal, including
supporting design calculations, as submitted in accordance with Sections 6-01.9 and
8-20.2(1) and the Special Provisions, and as approved by the Engineer.
PW 407_04 Part04.doc [Revised March 2008]
SECTION 9-30, WATER DISTRIBUTION MATERIALS
December 1, 2008
9-30.3(1) Gate Valves (3-inches to 16-inches)
The second paragraph is revised to read:
The Contractor shall provide an affidavit of compliance stating that the valve furnished fully
complies ,^!ith AWWA C509 or AWWA C515.
SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
December 1, 2008
9-35.2 Construction Signs
The fourth paragraph is revised to read:
The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other previously
approved sign materials except aluminum or aluminum composite is prohibited.
9-35.14 Portable Temporary Traffic Control Signal
The third sentence in the eighth paragraph is revised to read:
A highly retroreflective yellow strip, 3-in wide, shall be placed around the perimeter of the face
of all vehicle signal backplates to project a rectangular image at night towards oncoming
traffic.
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
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 H
Project Plans
------~..- --
.
I
I
I J
.
1
'"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
..~-=-- _.._~ -- - ~- + - ---_.. - -
CITY OF PORT ANGELES
EASTERN CORRIDOR PHASE II
AREA 2
PROJECT No. 06-21
RD
TH C-12
w TH
~
<( TH
m
D-}-3
S-}-2
E -1-5
ED-l
VICINITY MAP
PORT ANGELES HARBOR
PENINSULA
COLLEGE
o
ct::
W
(f)
ct::
::)
o
U
LL
--1
o
o
MELODY N.
LlNDRFRr. hill
PORT ANGELES
SCALE 1 "=600'
STPE -0101 (302)
SHEET INDEX
GENERAL NOTES
SHEET
TITLE
PAGE
1. ALL WORKMANSHIP AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY Of PORT ANGELES STANDARDS. THE
CURRENT EDITION Of THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSOOT) STANDARD SPECIFICATIONS FOR
ROAD, BRIDGE AND MUNICIPAl CONSTRUCTION (STANDARD SPECIFICATIONS). AND Mf'( PROJECT SPECIFIC SPECIAl
PROVISIONS OR CONDITIONS AND REQUIREMENTS.
2. TEMPORARY EROSION/WATER POllUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH CHAPTER 6 Of THE CITY
Of PORT ANGElES' URBAN SERVICES STANDARDS AND GUIDElINES AND THE CURRENT EDmON OF THE WASHINGTON STATE
DEPARTMENT Of TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD. BRIDGE AND MUNICIPAl CONSTRUCTION
3. EXISTlNG AND NEWlY CONSTRUCTED STORM WATER DRAINAGE SYSTEMS SHALL BE PROTECTED fROM CONSTRUCTION
SITE RUNOFF.
4. A PRECONSTRUCTlON MEETING SHALL BE HElD WITH THE CllY PRIOR TO THE START OF CONSTRUCTION.
5. HORIZONTAl AND VERTICAl CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED. UNLESS APPROVED
OTHERWISE.
T-}
TITLE SHEET
1
G-}
NOTES AND LEGEND
2
C-l-l}
FIRST STREET
CONSTRUCTION PLAN
STA 4+82 TO 31+00 .
6. ALL APPROVAlS AND PERMITS REQUIRED BY THE CITY SHAll BE OBTAINED BY THE CONTRACTOR PRIOR TO THE START
Of CONSTRUCTION. UNlESS OTHERWISE APPROVED BY THE CITY ENGINEER.
7. THE CONTRACTOR SHAlL BE fUllY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF AlL EXISTlNG UTILITIES.
THE CONTRACTOR SHALL VERIfY AlL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CAlUNG UNDERGROUND LOCATE AT
1-800-424-5555 A MINIMUM OF 48 HOURS PRiOR TO Mf'( EXCAVATION WORK.
8. IF THE CURRENT WSDOT STANDARD "K" PlANS ARE NOT UTlUZED, THE CONTRACTOR SHAll PROVIDE A TRAFFIC
CONTROL PLAN(S) FOR REVIEW AND APPROVAl BY THE CITY ENGINEER IN ACCORDANCE WITH THE MANUAl ON UNifORM
TRAFFIC CONTRoL DEVICES (MUTCD).
9. THE CONTRACTOR SHAlL HAVE A COPY Of THE APPROVED PlANS AT THE CONSTRUCTION SITE AT AlL TIMES.
10. SPECIAl STRUCTURES SHAlL BE INSTAlLED PER PlANS AND MANUfACTURERS' RECOMMENDATIONS.
11. AlL DISTURBEO AREAS SHAll RECEIVE TlEMPORARY 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
SYSTEM PRIOR TO ESTABUSHMENT OF THE PERMANENT EROSION CONTROL MEASURES. THESE METHODS SHAll BE
INCLUDED IN THE EROSION AND SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 THE CITY Of PORT ANGElES
URBAN SERVICES STANDARDS AND GUIDElINES.
12. CONSTRUCTION WORK HOURS SHAlL BE RESTRICTED TO 7 A.M. TO 10 P.M. PRIOR WRITTEN APPROVAl OF THE CITY
ENGINEER SHAlL BE REQUIRED FOR WORK BETWEEN 10 P.M. AND 7 A.M..
13. THE CITY CONSTRUCTION INSPECTOR SHAlL BE NOTIFIED A MINIMUM Of 24 HOURS IN ADVANCE OF THE NEED FOR
AN INSPECTION.
14. TRAFFIC AND STREET SIGN SLEEVES TO BE :PROVlDED BY THE CITY. PRIOR TO POURING CONCRETE, CONTRACTOR
TO CONFIRM SlEEVE LOCATIONS, IF Mf'(, WITH CITY INSPECTOR.
15. PER THE PROVISIONS Of THE CURRENT WSDoT STANDARD SPECIFICATIONS RELATED TO PUBUC CONVENIENCE AND
SAFElY, THE CONTRACTOR SHAlL MAINTAIN READY ACCESS TO DRIVEWAYS, HOUSES, AND BUILDINGS AlONG THE UNE Of
WORK.
16. A MINIMUM OF ONE WAY TRAVEL THROUGH 'THE PROJECT AREA SHAlL BE MAINTAINED AT ALL TIMES.
17. SHOULD ACCESS TO A PROPERlY ADJOINING THE PROJECT REQUIRE TEMPORARY CLOSURE AJNTICIPATED TO HAVE A
DURATION EXCEEDING 15 IAINUTES, THE CONTRACTOR SHAlL-COORDINATE THE TEMPORARY CLOSURE WITH THE PROPERlY
OWNER/RESIDENT. A MINIMUM OF 24 HOURS ADVANCE NOTIFICATION SHAll BE PROVIDED TO THE PROPERTY
OWNER/RESIDENT PRIOR TO Mf'( SUCH TEMPORARY CLOSURE.
3-}3
PENN STREET
CONSTRUCTION PLAN
ST A 50+85 TO 53+ 15
14
DET AILS
15-17
STRIPING PLAN
18-19
ELECTRICAL PLAN
20-25
ELECTRICAL DETAILS
AND NOTES
26
T-1
0'
I
I'
2'
J
TWO INCHES AT FUlL SCAlE
IF NOT SCAlf ACCOROINGlY
-- -~--- --.-----------.--- - - ..__.__. --.--- .. - -- - --
~
h...
bJ
~
~
4.J~
f:::!'"
r::::
I
C\j
~
Q::'
'"
~,~
~
~~ J
gs~~~
~ ~~~
Cl::: i!; - - 0
Cl::: ",g"i
c:s ~ 1l ii
~ 8~:
~
p:: 0..
:-l.J '" 8
" '"
V) z >-
:<<: l< ~
l.,J . ~
~
cc
V)~~
~Cs~
a:::::> I
:r:~~
Q;) I.. "I-
"I-'o'J1
--J~8
~tSQ;)
'-'Q:).!.
I
tJ
L;j ill ril N
'-5~:: ~
<ffi~ 01_
~l;:~~
U't 0" 0.: u,...
~ ~: ~.n
!l Ck:;: ~;
oGcil:d~~
iil 15"'--
~Q.e.~~'ii
l,...,.: i!' z!j1
C:Si5~~"
>:"'",
)..~N~
h... on ~
()
e
...
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TRENCHING AND PATCHING NOTES:
x
.!
G:
1. All WORKMANSHIP SHAll BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES
STANDARQS AND GUIDELINES (A COPY OF WHICH IS AVAIlABLE ON THE CITY'S WEBSITE OR THE PUBLIC
WORKS AND UTlUTlES DEPARTMENrS ENGINEERING SERVICES DMSION), THE LATEST WASHINGTON
STATE STANDARD SPECIFICATIONS FOR ROAO, BRIDGE AND MUNICIPAL CONSTRUCTION. AND ANY
PROJECT SPEClAC SPECIAL PROVISIONS, CONDfT10NS AND REQUIREMENTS.
2. HORIZONTAL AND VERTICAL CONTROLSIDATUM AS ADOPTED BY THE CITY SHAll.BE USED. UNlESS
OTHERWISE APPROVED IN WRI1lOO.
3. THE CONTRACTOR SHAll GIVE THE CITY AT LEAST 48 HOURS NOTICE FOR REQUIRED INSPEC110N OF
CONSTRUCTION AND ALL CONCRETE POURS.
4. THE CONTRACTOR SHALL BE FUU Y RESPONSIBLE FOR THE LOCATION AND PROTEC11ON OF ALL
EXISTING STREET SIGNS. LIGHTS, UTlLI1lES, CONTROL WIRING AND OTHER APPURTENANCES.
5. THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED TRENCH SHORING. IF SHORING IS NOT
AOEQUA TE, THE CITY CREWS WlU NOT ENTER THE TRENCH AND THE CONTRACTOR WlU BE
RESPONSIBLE FOR THE COST OF AN AODI1lONAL TRIP TO THE SITE BY THE CITY CREWS.
6. All TRENCH EXCAVA11ON, BEDDING AND BACKFILL SHAll BE ACCOMPliSHED IN ACCORDANCE WITH
WSOOT SEC110N 7.08, OTHER APPLICABLE SPECIFICATIONS, AND AS CONTAINED HEREIN.
A, CLEARING AND GRUBBING. WHERE REQUIRED. SHALL BE PERFORMED WITHIN THE EASEMENT OR
PUBLIC RIGHT OF WAY AS PERMITTED BY THE CITY AND/OR GOVERNING AGENCY. DEBRIS
RESUL 1100 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 SPECIAC BID
ITEM IN THE BID SCHEDULE FOR CLEARING AND GRUBBING, THE COST OF ALL lABOR, EQUIPMENT
AND MATERIALS NECESSARY TO COMPLE1lE THE CLEARING AND GRUBBING SHAll BE INCLUDED IN
THE UNIT CONTRACT PRICE FOR THE VARIOUS OTHER ITEMS OF WORK IN THE BID PROPOSAL.
B. THE TRENCH SHALl BE KEPT FREE. FROM WATER UNTIL JOINTING IS COMPLETE. SURFACE
WATER SHAll BE DIVERTED SO AS NOT TO ENTER THE TRENCH. THE CONTRACTOR SHAll
MAINTAIN SUffiCIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THAT THESE PROVISIONS
ARE CARRIED OUT.
C. TRENCHING AND SHORING OPERA11ONS SHAll NOT PROCEED MORE THAN 100 FEET IN ADVANCE
OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER.
D. BACKFIUlNG WITH NA1lVE MATERIALS EXCAVATED FROM THE TRENCHES MAY ONlY OCCUR WITH
THE PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER. IF THE EXCAVATED TRENCH MATERIAL IS
DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKAU. THE CONTRACTOR MAY USE
THE MATERIAL TO THE BOTTOM OF SUBGRAOE. AU TRENCH BACKFILL MATERIALS SHAll BE
COMPACTED TO 95 PERCENT DENSITY.
E. IN PAVED AREAS WITHIN THE PUBLIC RIGHT .QFoWAY THE CONTRACTOR SHAll USE CONTROLLED
DENSITY BACKFIU PER CITY STANDARD DETAIL UNLESS ANOTHER ALTERNATIVE METHOD IS
SPECIFIED HEREIN, OR APPROVED BY THE CITY ENGINEER. AL TERNA1lVE MATERIALS MAY ONLY
BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER. ALL OTHER TRENCHING
SHAU BE BACKFILLED WITH CRUSHED SURFACING OR OTHER MATERIALS CONFORMING TO
WSDOT SPEClFICA 110NS.
7. All ASPHAlT TRENCH AND PAVEMENT JOINTS SHAlL BE SAWCUT. THE CLITS SHAll BE A MINIMUM OF
ONE FOOT OUTSIDE THE EXCAVATED TRENCH WIDTH.
8. TEMPORARY RESTORA11ON OF TRENCHES AND STREET PATCHING SHAll BE ACCOMPLISHED BY USING
2" MINIMUM DEPTH HMA. CLASS %" PG 64-22 WHEN AVAILABLE, MEDIUM-CURlNG (Me.250) L10UlD
ASPHALT (LD MIX~ ASPHALT TREATED BASE (ATB), ORTRAFAC BEARING THICKNESS STEEL PLATES.
WHEN UllLIZED, STEEL PlATES SHAll BE SHI1IIMED AS NECESSARY AND SECURED WITH HOT OR COLD
MIX ASPHAlT CONCRETE. A WEDGE OF HOT OR COLD MIX ASPHALT SHAlL BE CONSTRUCTED AT
12H:1V AOJOING All PlATE EDGES TO BE CROSSED BY TRAFFIC.
9. ATB USED FOR TEMPORARY RESTORATION. MAY BE PlACED DIRECTLY INTO THE TRENCH OR PATCH
AREA. BLADED AND ROUED. AFTER ROLLING, THE TRENCH MUST BEFlUED FLUSH WITH THE EXIS1lNG
PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE.
10. ALL TEMPORARY PATCHES SHAlL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH 11ME AS THE
PERMANENT PATCH IS IN PlACE. IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR NoN
REASON, THE CITY WIU PATCH THE AREA AT THE EXPENSE OF THE CONTRACTOR.
11. TRAFFIC SHAll NOT BE AllOWED TO CROSS GRAVEL OR COF TRENCH BACKFILL FOR ME THAN 24
HOURS WITHOUT USE OF TEMPORARY PATCHING MEASURES STATED ABOVE.
12. TACK COAT SHALL BE APPLiED TO EXISTING PAVEMENT AND EDGE OF THE ClJT AND AT COLD JOINTS
PRIOR TO PAVING SPECIFIED IN WSDOT SPECIFICA110N SEC1l0N S.Q4.3(S)A.
13. HMA. CLASS %" PG 84-22 EQUAL IN DEPTH TO THE EXISTING PAVEMENT, SHAll BE PlACED IN
ACCORDANCE WITH THE APPliCABLE REQUIREMENTS OF WSDOT SPEClFICA110NS OF SECTION S.Q4,
EXCEPT THAT LONGIllJDINAL JOINTS BETWEEN SUCCESSIVE LAYERS OF HMA SHALL BE DISPlACED
LATERALLY A MINIMUM OF 12 INCHES. HMA OVER 3 INCHES THICK SHALL BE PLACED IN EQUAL LIFTS
NOT TO EXCEED 3 INCHES EACH.
14. PATCHES ON All STREET SURFACES, WALKS, OR DRIVEWAYS, SHAll BE FEATHERED AND SHIMMED TO
AN EXTENT THAT PROVIDES A SMOOTH RIDING CONNEC1l0N AND EXPEDI1lOUS DRAINAGE FLOW FOR
THE NEWLY PAVED SURFACE. SHIMMING AND FEATHERING AS REQUIRED BY THE CITY ENGINEER
SHAll BE ACCOMPLISHED BE RAKING OUT THE OVERSIZED AGGREGATES FROM THE ASPHALT
CONCRETE MIX AS APPROPRlA TE.
15. SURFACE SMOOTHNESS SHALL BE PER WSOOT SPEClFICA110N SECTION S.Q4.3(13). UNACCEPTABLE
PAVING PATCHES SHAll BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH.
16. WHEN TRENCHING WITHIN THE ROAOWA Y SHOULDER(S), THE SHOULDER SHAlL BE RESTORED TO ITS
ORIGINAL OR BETTER CONDI1l0N.
17. THE FINAL PATCH SHAll BE COMPLETED AS SOON AS POSSIBLE AND SHAll BE COMPlETED WITHIN 30
DAYS AFTER FIRST OPENING THE TRENCH. THIS TIME FRAME MAY BE ADJUSTED IF DELAYS ARE DUE
TO INCLEMENT PAVING WEATHER OR OTHER AOVERSE CONDI1lONS THAT MAY EXIST. HOWEVER,
DELAYING OF THE FiNAl PATCH OR OVERlAY WORK IS AU.OWABLE ONLY SUBJECT TO THE CITY
ENGINEER'S APPROVAL. THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE THE WORK
WITHIN THE 30 DAY TIME FRAME AND NOT ALLOW ANY TIME EXTENSION. IF THIS OCCURS, THE
CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CITY ENGINEER
18. THE CONTRACTOR SHAlL BE f1JLL Y RESPONSIBLE FOR THE LOCA11ON AND PROTEC1l0N OF All
EXIS1lNG UTILI1lES. THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCA11ONS PRIOR TO
CONSTRUCTION BY CAUlNG THE UNDERGROUND UTILITY LOCA110N CENTER AT 1.a00.424-5555 A
MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION. THE CONTRACTOR WILL ALSO BE RESPONSIBLE
FOR MAINTAINING AU LOCATE MARKS ONCE THE UTILl11ES HAVE BEEN LOCATED,
.
&
..
o
a:
SANITARY AND STORM SEWER NOTES:
1. THE CITY SHAlL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A DIVERSION OF FLOWS IN THE
WASTEWATER SYSTEM. NO DISRUPTION OF SEWER SERVICE WILL BE AU.OWEQ.
2. TRENCHING AND SHORING OPERA 110NS 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 HEALTH ADMINISTRA110N (WlSliA)AND THE
FEDERAL OFFICE OF SAFETY AND HEALTH ADMINISTRA110N (OSHA) STANDAROS.
3. ALL SEWER MAINS SHAll BE HIGH VELOCITY CLEANED AND PRESSURE TESTED PRIOR TO PAVING THE
STREETS IN CONFORMANCE WITH THE WSOOT SPEClFlCA1lONS AT THE CONTRACTOR'S EXPENSE.
HYDRANT FLUSHING OF LINES IS NOT AN ACCEPTABLE CLEANING METHOD. AN AIR TEST OF All THE
LINES IS THE MINIMUM TESTING REQUIRED. TES11NG OF THE MAIN MAY INCLUDE VIDEO INSPEC1lON
BYTHE CITY. TESTING SHALL TAKE PLACE AFTER All UNDERGROUND UTIUTIES ARE INSTAllED AND
COMPAC1l0N OF THE RQAOWAY SUBGRACE IS COMPlETED.
4. PRIOR TO BACKFIUlNG, 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 ANDlOR FAILURE AS DETERMINED BY SUBSEQUENT TESTING AND INSPEC1l0NS. IT
SHAll BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REQUIRED INSPECTIONS.
5. CONNECTION OF A SEWER MAIN TO A SYSTEM WHERE A MANHOLE IS NOT AVAILABLE SHAll BE
ACCOMPLISHED BY POURING A CONCRETE BASE AND SET1lNG MANHOLE SEC11ONS. THE EXISTING
PIPE SHALL ONLY BE CUT INTO BY CITY CREWS. UNLESS OTHERWISE APPROVED.
6. 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.
7. MANHOLE FRAMES AND COVERS SHAU BE CAST IRON MARKED "SEWER'" OR "DRAIN". AS APPROPRIATE.
CONFORMING TO THE REQUIREMENTS OF ASTM AS36, GRACE 8O-5s.oo. REPAIR OF DEFECTS SHAll NOT
BE PERMITTED.
8. SAFETY STEPS SHAlL BE FABRICATED OF POL VPROPYLENE CONFORMING TO ASTU Q.4101, INJECTION
MOLDED AROUND A % INCH ASTM A-815 GRADE STEa REINFORCING BAR WITH ANTI.SLlP TREAD.
STEPS SHAll PROJECT UNIFORMLY FROM THE INSIDE WALL OF THE MANHOLE. STEPS SHALL BE
INSTALLED TO FORM A CON1lNUOUS VEFITICAL LADDER WITH RUNGS EQUAllY SPACED ON 12 INCH
CENTERS AND INSTAllED PER WSDOT STANDARD PlAN 0.24.
9. MINIMUM SLOPE THROUGH THE MANHOLE SHAlL BE 1/10TH OF ONE FOOT FROM THE INVERT IN TO THE
INVERT OUT. All MANHOLES SHALL BE CHANNELED.
10. A MANDRa TEST IN ACCORDANCE WITH WSDOT SEC110N 7-17.3(2)0 MAY BE REQUIRED BY THE CITY
ENGINEER ON SEWERS EXCEPT LATERALS.
11. THE CONTRACTOR SHAll INSPECT SEWER SERVICE LINES FOR BLOCKAGE OR DAMAGE AND REPlACE
ACCORDINGLY UP TO THE RIGHT OF WAY LIMITS
12. WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN, THE CONTRACTOR SHAll VERIFY THAT
THERE IS AN 18 INCH SEPARATION BETWEEN THE PIPES. IF THERE IS LESS THAN 18 INCHES
ClEARANCE, THE CONTRACTOR SHAll CUT THE SEWER PIPE AS NECESSARY TO ASSURE THAT NO
JOINTS IN THE SEWER PIPE ARE CLOSER THAN 10 FEET FROM THE CROSSING.
WATER NOTES:
1. THE CITY SHAll BE GIVEN AT LEAST 72 HOURS NOTICE PRIOR TO SCHEDULING ANY ClJT-IN, LIVE TAP
OR OTHER CONNEC11ON TO THE EXIS11NG WATER SYSTEM. . All NEW WORK MUST BE SUBJECTED TO
A HYDROSTATIC PRESSURE TEST IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 7.09.3(23).
THE WATER MAIN SHAll NOT BE PRESSURE TESTED UNTIL THE LINES HAVE BEEN FLUSHED OF
CHLORINE IN EXCESS OF 2 PPM AND A SATISFACTORY BACTERIOLOGICAL TEST RESULT HAS BEEN
RECEIVED.. THE WATER MAIN SHALL BE TESTED BETWEEN VALVES. AU TES11NG SHAll BE
WITNESSED BY A CITY REPRESENTATIVE.
2. THE CONTRACTOR SHAll PROVIDE THE NECESSARY EOUIPMENT AND SHAlL PROVIDE ALL WORK AND
MATERIALS ASSOCIATED WITH FLUSHING AND PRESSURE TESTS. DISINFECTION OF WA TERMAINS
SHAll BE ACCOMPLISHED ACCORDING TO THE REQUIREMENTS OF WSDOT SPECIFICATION 7.09.3(24 J.
AT NO 11ME SHALL CHLORINATED WATER BE FLUSHED INTO DlTaiES, STORM DRAINS, OR ANY BODY OF
FRESH WATER, INCLUDING ANY SYSTEM LEADING TO A BODY OF FRESH WATER.
3. BACTERIOLOGICAL SAMPLES FOR TESTING CAN ONLY BE TAKEN MONDAY THROUGH THURSDAY UNTIL
3:00 PM - WHEN THE TES11NG LAB IS OPEN. THESE TESTS WILL BE DONE BY THE CITY AT THE ClTY'S
EXPENSE, UNlESS IT IS A REPEAT SAMPLE, WHICH SHALL BE AT THE CONTRACTOR'S EXPENSE.
4. THE EXISTiNG VALVES SHALL BE OPERATED BY CITY EMPLOYEES ONLY, UNLESS OTHERWISE
APPROVED BY THE WATER SUPERINTENDENT.
5. DURING CONSTRUC11ON OF THE MAINS AND SERVICES, THE CONTRACTOR SHAll CAP, PLUG OR
SECURE THE ENDS OF THE LINES WHENEVER THE PROJECT IS SHUT DOWN AT THE END OF EACH DAY
SO THAT CONTAMINATES WlU NOT ENTER THE LINES.
6. THE CONTRACTOR SHAlL PROTECT AND MAINTAIN ALL EXIS11NG WATER MAINS, APPURTENANCES AND
SERVICE LINES ENCOUNTERED DURING CONSTRUC1l0N, AND SHALL BE RESPONSIBLE FOR NoN
DAMAGE TO THE EXlS11NG SYSTEM OCClJRRlNG DURING THE COURSE OF CONSTRUCTION.
7. THE CONTRACTOR SHAlL MAINTAIN A MINIMUM OF 18" OF VER11CAL SEPARA110N BETWEEN
CROSSINGS OF SANITARY SEWER AND WATER MAINS. THE LONGEST STANDARD LENGTH OF WATER
PIPE SHAU BE INSTALLED SO THAT JOINTS FAll EQUIDISTANT FROM THE CLOSEST POINT OF
CROSSING. IF MINIMUM SEPARATION CANNOT BE MAINTAINED, IT MAY BE NECESSARY TO ENCASE THE
WATER AND/OR SEWER PIPE IN CONCRETE. NO CONCRETE SHALL BE INSTALLED UNLESS
SPECIFlCAU Y DIRECTED AND INSPECTED BY THE CITY.
8. ALL NON.fERROUS PIPE FOR MAINS AND SERVICES SHALL BE INSTALlED WITH CON1lNUOUS TRACER
TAPE INSTALLED 12" TO 18" BELOW THE FINAL GROUND SURFACE. TRACER TAPE SHALL BE TERRA
TAPE -0" OR EQUAL AS APPROVED BY THE CITY.
9. IF THE CONNEC11ON TO THE EXIS1lNG SYSTEM REQUIRES TURNING Off THE WATER, THE
CONTRACTOR SHAll BE RESPONSIBLE FOR N011FY1NG THE RESIDENTS AND/OR BUSINESSES
AFFECTED BY THE SHUTOFF. THE CITY WILL INFORM THE CONTRACTOR WHICH PROPERTY OWNERS
ARE TO BE NOTIFIED. PROPERTY OWNERS SHAlL BE PROVIDED A MINIMUM OF 48 HOURS AOVANCE
NOTICE OF ANY PLANNED INTERRUP1lON OF SERVICE. NO SHUTOFF OF MAINS WILL BE PERMITTED
OVERNIGHT, OVER WEEKENDS, OR ON HOLIDAYS. THE CONTRACTOR MAY BE REQUIRED TO PERFORM
THE CONNECTION DURING TIMES OTHER THAN NORMAl WORKING HOURS.
CONSTRUCTION PLAN GENERAL CONDITIONS:
1. AlL WORKMANSHIP SHAlL BE tN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES
STANDARDS AND GUIDELINES, THE 2006 WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE
AND MUNICIPAL CONSTRUCTION AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS CONDITIONS AND
REQUIREMENTS. '
2. HORIZONTAL AND VERTICAL CONTROLSIDA TUM AS ADOPllED BY 'THE CITY SHALL BE USED, UNLESS
OTHERWISE APPROVED.
3. ~~ ~~N~~i:b~CTlON INSPECTOR SHAll BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED
4. LOCATION OF TRAFFIC AND STREET SIGN SLEEVES TO BE INSTAllED BY CONTRACTOR TO BE VERIFIED BY
~6TYc6~~~~~~R TO POURING CONCRETE. CONTRACTOR TO N011FY THE INSPECTOR 48 HOURS PRIOR
5. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCA110N AND PROTEC11ON OF All EXISTING
STREET SIGNS, LIGHTS, UTILI1lES AND APPURTENANCES,
6. NEW ClJRB LOCA11ONS WlU BE STAKED BY THE CITY. CAlL FOR ClJRB STAKING 48 HOURS MINIMUM IN
AOVANCE OF THE NEED FOR THE STAKING.
LEGEND
..D...
~
J=:t---<?
~
o
-0-
()'
'vi
UGP
SS
SS-
-SD
SD
T
!!III @
181
Q
1===1
LB~S---1
EXISTING SIGN
EXISTING WATER VALVE
EXISTING STREET LIGHT
EXISTING POLE ANCHOR
EXISTING SIGN POLE
EXISTING WOODEN SIGNAL POLE
EXISTING POST MOUNT PEDESTRIAN
PUSHBUTTON
EB
EXISTING MASTARM SIGNAL POLE
EXISTING WATER LINE
EXISTING UNDERGROUND POWER
EXISTING SANITARY SEWER LINE
EXISTING STORM DRAIN LINE
EXISTING UNDERGROUND
TELECOMMUNICATIONS
EXISTING STORM :DRAIN CATCH BASIN
EXISTING J-BOX
PAY TELEPHONE
BUS STOP
ASPHALT CONCRETE PAVEMENT TO BE
REMOVED
LIMIT OF ASPHALT CONCRETE REMOVAL
EXCAVATION AREA (SEE SHEETS C-3 AND
C-11)
0'
I
I'
2'
J
lWO INCHES AT FULL SCAlE
IF NOT SCAlE ACCOROINGL Y
G-1
>-
m
z
o
~
~
~
~
L..J
-.J~
~
"'<:
~; .J
>zz
~.II'
~--
~~5
.... .""
8>:.:
l'I
Om
"'0
l!il'l
~i
88
~;!i
V)(.:)~
g:;Cs~
CJ:::JI
:t:~~
Cl';) I.. "I-
"1-"'1
--..JgsC)
~l5~
Uctll
......
tJ
~l5Sl",
~~;: ~
<i5~ 0::::
V)~5~e~
~ o.u,....
~I-...J ~ ~
~ (\...0: ., ~
gCs~t:i~~
~Q.~~~-
'-'- 0: i!' z
CJ 1;] ~ ~
"'w~
>... ~ N ~
h.. ., ..,
G
e
I
I
I ~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~Z
+S2(f)
vf-f-
uw
<(WW
f-(f)(Y
(f)(Yf-
w(f)
z'z(f)
Q-w
f-....Jz
uuo
::l J
~lIo
(f)oZ
zo<(
o
u+f-
O(f)
Z (Y
(3~G::
~(f)
iD
"
REMOVE liST. CONC. WALK (16 SY) l:u
REMOVE liST. ASP. CONC. (30 SY)
REMOVE/ PLACE EXIST. CURB (25 LF) ~
CONSTRUq PED. RAMP (2 EACH)
CONSTRUOIII PED. CURB (50 LF)./ ----~______
CONSTRUgfi CONC. WALK (1 YSY)
ADJUST W~rER VALVE B07X (1 EACH) >-
9 / J-
/ / ffi
/' rn
.'r' L.L.I
. .6" ...: I _
: : I ;;:;::J
:~ /- /
. '" ".I ---r-
. '" I
. O. ,....,.. ;,' OHI7 .
. .-:.....,.,.... / ,.// .....-.. ~-" .,~
-1 ./
REMOVE EXIST. V /'
V
BOLLARDS (3) '<Jir<J~LL CB . E 1 W/COMBINA11ON INLET r
/ lPLUMJ/" PVC TO EXiST. CB (16 LF) /'
SEE SIMILAR 1/D-2- F6R c5j' ~ /
RAMP CONSTRUCTION ' 0\ :::: ~
TYP. THIS INTERSECTION 5 0 'v
. . \ ' I
I
~
REMOVE EXIST. CONC. WALK (1 SY)
REMOVE EXIST. ASP. CONC. (8 SY)
REMOVE/REPLACE EXIST CURB (30 LF)
CONSTRUCT PED. CURB (40 LF)
CONSTRUCT CONC. WALK (16 SY)
CONSTRUCT PED RAMP (2 EACH)
~
. . 'REMOVEfREP~CE' E~I~. -0 C~~B' (105 Lr) .
REMOVE ASP. CONC. (106 SY) /
/ /
CONSRUCT CONC. WAlJ< (70 SY)
-oV :/
FIRSr~STR~ET /{}
ABANDON ~XIST. CB
INSTALL 'CB TYPE 1 6+ 0
WLCOMBINATION INLET
PLUMB 8" pve TO
EXIST. CB 'bo LF)
SEE DETAIL 3/D-1\,ZOR SIDEWAL~ONSTRUCTIONl TYP.
"s:,,, sss ~s s \ ss
OHP OH~" OHP/ OHP
I " 'W 'W
70H
'W /[
.... ..............
/ I
~
\
\
INST~L CB TYPE 1 \
W/COMBINATION INLEf\
"
PLUMB 8-:' PVC TO ~
SSEXIST. CB .~~ LF)
\ ,O~~ -=io~~
w ~
SEE DETAIL 2/D-3 FOR e RS CONSTRUCTION, TYP.
CORING LOCATION, TYP.
SEE TABLE SHEET C-11
SS
6'
SS \
ss
IHP\J
OHP\J
'W 7- OHP
~
--
-----
/ .~ (/) - ---
/ j~t --
REMOVE ~ ISl CONC. WALK (16 SY)
REMOVE ISb ASP. CONC. (10 SY)
REMOVE/ P~CE EXIST. CURB (35 LF)
CONSTRUO~ PED. RAMP (2 EACH)
I I
CONSTRUGlI PED. CURB (50 LF)
CONSTRudm CbNC. WALK (11 SY)
r:=l
(/)
~2L- - L21
~
1304
REMOVE EXIST. ASP. CONC. (8 SY)
REMOVE/REPLACE EXIST. CURB (35 LF)
CONSTRUCT PED. RAMP (2 EA H)
CONSTRUCT PED. CURB (50 L )
CONSTRUCT CONC. WALK (101 SY)
RELOCATE SIGN (1 EACH)
1312
~
1308
l ADDRESS, TYP.
O~ l'
I
o
o
+N
1'1
<(U
f-
(f)f-
W
wW
z:r:
::i(f)
:r:W
UW
f-(f)
<(
:2
lWO INCHES AT FUll SCALE
IF NOT SCALE ACCORIllNGl Y
\.()
C\j
,.
'"
CJ
CJ
-I-
~
i2
l;
'"
CJ5'
ooll!
-I-
'=l-
~
V)
I
<
"'Io!
C(~
~
i::::
~ ]~
p:;z
t-:::..:..I< II)
Yl ~ z
'> ro .
C:i l!: ~
~ "'~
~u
h.. z '"
4J 8:>
~
t;;N~
h.. ~ ,.
V): ~
g;:<~
t.;:: Q Q
2'
I
t]
,..j ~ S N
~lj;: ~
< ~g "::::
Ul~Eq~Y
~ I--..... : 0.. ~:n
o W :J: T
'01\.-0: "'_
uC5"'t;;;~
ffi 0::: i&J en -
~Q.~~w,"
L....O:..~~
G~~ ~..
>--ffi~~
h.. '" .,
C3
@D
C-1
..--- L9
0<
.O~ - ..~...~ :31\tOS 'H
V ~ -.L :31'Y.)S '^ 6OOZ: A....11 ::liVe
3J.YO '1YA"3J.NI "flOlNOO 5 Z" NII\. YO
V1S - NV7d NOIKJrJtJ1SNOJ LBtJ1S 1StJl.3
AU
N01S1II3~
OS;+6 V1S 01 OO+L
I-
trJ
zo>-
S2o....co
(f)ClCl
-1ZW
-1<f:::J
;=;zo....
trJC)a...~
z-::)-
_ trJ (f) U
IV)
IV)
IV)
...--
~
'"
'--....::::-
'\
/0,}
l7
\
"b
o
+
m
"
z
o
i=
U
::J
0::::
I-
trJ
Z
o
U
~
E5
;;::
0::::
Cl
a::
e
N
I
o
..........
r<J
.....J
~
o
w
W
trJ
" .
"-,-.,,
,\1. . .
: ,. Ci.: .
I .:t
/".0
I' ......
! :'-:1'~
1 .'
I?:::
1'.8-
I .~:t
1'0
I . '.'
II' ....
\/ I.........
----,' ;-. . .
:;:3: : :
r. . .. .r-
,. '.0..: . t!:
i..I. ::r:
,...0.'1 I-
! ::j:': -:i-.q-~
1 .' '.' r--..
,. '.... '. I >-:
,.,< " ,., <f:
1.-:,'_. ~
1"0 "I >
/I...~..I ~
. ' . ~ 1
1..'0" Cl
., . I
1 ' . . '. . I ./
1......1 \.~
1 . . I "-,
"-=:]......,1
'f" I
. 1
1
I
. I
'.. 1
.' 0..:.. I
~T.l
-;-,.'0.. I
.I~ .:':: . :
r' . .. 1\
I...., I
I . . '.. I \
~ . .... ,
I' . 1
1'.'.0..:... I
\ I. ::3'.I. . j
\\ ru~.l
I. . 1
r . . 1
:' .' 1
r' 1
'-I .'. ./
r .0.:., :
I ):r. 1
:'.0 ,
I.
,
, '
r.
1
1 ...'
1 . ". '1
I '. t:L:
I ':$ 'r. '1
I ':C11
I." .:
1.-:-:.'. '.1
'I
I" '.1
I....'. I
1
I",., .}
:..:.,..y 'J
UfOI...!
I ! :.::.:I::i
I. .. CL .',
~ 'T
I" ,.'1
I, ....,. 'I
1 ' '
r=a---t . " I
'I.. ,......,
.' 1
I...... Iv.
I'.',"" I,'
I. .. r.L.
1,.'J2' ,
t~.q'l
,. 1\
'I... '.: :/
:...., ~7
I' .I
I. .:
I .1
~
\
~
.........
LL
.....J
........ >='0
........(f) N
N
~~
N Q)
.......... 0::::
.::J
uU
Z W
0~....lJ>
U(f)~ii:
~1:S~~
<f:W U
U Z
'::5 0
~~-nu
"" ::J
~ ~ g:
aCeD trJ
:::2: c:::!E Z
~ ~ -8 /
)
\
~
..9
\
'"
"'"
~
J-
w
\ 0:",
~ J-
'6'\ C/)
~
-=~
u..
\
~~
\
"
o
o
----
qq99-t~fr-008-t
DIO (70). 3(JOJ]8
S(j()OH 8t nVJ
"'O-L~. (OK) '3NOHd
~9t'86 'NOl:>NIHSYM 's3130NV .100d @
~" XOB 'O'd 133lilS H1~ '3 IZt
S373D7v~O ]~o:; )OH~jIQ
SJI_ ~nal1d
:r:"';
D
.-/'
--
~-0 I33H5 335
0<;+6 VIS 3NIl H0IV~
./
0..
./
......../
Z
C)
(f) ~
C)
Z 0-J
(./) (f) IV)
(./) x
w
...--
w
~
U
0
---l
W
a:::
t
.........
>-
trJ
r<J
~
.....J 0....
~ ;::: 0
u w 0-J
z 0.... IV)
0 0
-1
U (f) ..,-.
l- I-
U ::J
::J U
a:::
tn LL
Z 0
0 t::
U :::2:
/~
/'
(/)
(./)
/1
0..-
:r:
o
~
(./)
(./)
/f
CD
~
IV)
..,-.
(./)
(./)
d
L-0 133H5 335
OO+L VIS 3NIl H0IV~
l('''If.:l
-
--------
x )..~ 'CQ UOISI^a2:1
- -
-
- --
-
C\I
I
()
ru
~;
a
:0'"
2~
:.. ~~
~....
-0
~:
'"
l( la~ 'O[ +Old
- --
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
x
.!i
;;:
o
If)
+N
OJ1
<(0
I-
(/)1-
W
WW
ZI
::J(/)
IW
OW
I-(/)
<(
L
1JJJ
.....
w
a: ------
.....
~
\. /ff)
\; -
Z I
Z ~:
coe...., I
La' I
-? I
^' R---+r.
HtJ-tj-
/
------
REMOVEftISrcONC:'-WACK (51 SY)
REMOVf: EXIST. ASP. CONC. (91 SY)
REMO;qE/REPLACE EXIST. CURB (58 LF)
CONj)TRUCT CONC. DRIVE 29 SY ~
CoNSTRUCT CONC. WALK (77 SY)/
11 +00 \"J\/CONSTRUCT PED. RAMP (2 EACH) 12
-REMOVE EXIStl CB IN~tL CB TYPE I WITH ---- -- -tL - C-BNSlRtlCT G" THICK CONC.
RECTANGULAR BI-DI~ECTIONAL VANED GRATE CON~T - PAD FOR BUS SHELTER.
TO EXIST. CONC. ST~RM ---- SHELTER BY OTHERS.
_ TE/-EPHONE VAULT ACCESS COVER AND ________
F~AME TO BE LOWERED BY OTHERS -______
~S --- SS - SS SS --
r
REMOVE EXIST. CONC. WALK (34 SY)
REMOVE EXIST. ASP. CONC. (10 SY)
REMOVE/REPLACE EXIST. CURB (3ILLF)
CONSTRUCT CONC. WALK (26 SY 7 II
CONSTRUCT PE~RAMP (2 ~ I
ADJUST\WJE ~~ _ .--CHY /
----- ---- ---- .--/
----==
-----
REMOVE EXIST. CONC. SIGN
FOUNDATION AND STEEL POSTS TO
6" BELOW FINISHED GRADE
5'
~ --::t:; 22'
T--
'vi ----- 'vi - - 'vi
_ OHP DHP-?::%,,_
-- . -- -. .... q
6 J EXIST. TYPE 1~NiUCTION LOO~. TYP~ ---
C / INST~NEW - 4 LOCATIONS/
RELOCATE EXIST) J-BOX OUT OF RAM 11 I
AREA - 3 LOCAT~S'
~ 'V~
'v'u CO
/ 1D+fo
FIRSt/STREET f-
AB'A;DON EXIST. CB (2 EAtH)
\ \ \
~ ~- ~S ~ SS
- --~-;H-~
-- DHP-- -- ::J'jp
:F.::
~Gv1- -
/
C)'V
..-/
I-
STALL CB TYPE 1
IN/COMBINATION INLET
PLUMB 8" PVC TO
~EW CB 46 LF)
1ST. CONC. WALK (5 SY)
REMOVE 1ST. ASP. CONC. (128 SY)
REMOVE/ EPLACE EXIST CURB (118
REMOVE 1ST. CONC. DRIVE (21 SY)
CONSTRU CONC. DRIVE (26 SY)
CONSTRU CONC. WALK (93 SY)
CONSTRU PED. RAMP (2 EACH)
1328
O' ,"
I
o
o
+
N.q-
~I
<(0
1-1-
(f)w
wW
zI
_(f)
_.J
W
Iw
O(f)
I-
<(
L
IWO INCHfS AT fUlL SCAlf
If NOT SCAlf ACCORDINGLY
2"
I
C-3
~
CJ
CJ
i-
~
......
~
V)z
o
2~
CJ
I.(j
i-
Q)
~
V)
I
<~
",0
0:
~
f::.::-<
(..)~
~;;i
i!::~
V) "
~~
(..)8
f..-
t:J 0 <>
p:::: !:!
R"'>-
V) ~:;i
i!!~
f..- -<-<
V) 00
~
LC
1
~<
~ ~!~
~ 8w~
>- o:::iz
~ >-;:~a
c;: ~li:g:
~ a:~ ~ ~
a Co- (]
V)S2~
~t::ll.(j
CJ~~
::t~~
~ I.. "t-
"t-"-JI
O:::CJ
:::J1:2CJ
GLW~
Q:)......
~
:--J '" 0
~Lo.IlO N
r" 'l1 ;: :ll
'-JGx III
<~o CJl ~
","'5~n
v L . 0... ~ rn
~ ~ w % '<l"
li~.: "'_
OCsD!9~~
~Q.~~f1::-
Q. VI VI i:i:l ~
~ lij; ~ ~
CJ ffi It) : 0..
",oJ",
(: ~ ~ li'
G
@D
-.-
-
-
-
-
-
-
- -
Revision Do. tel x
-
-
-
-
-
-
- ro...-
-
Plot DQ"t~ )(
MATCH LINE STA 12+00
SEE SHEET C-3
~
~ -A.
I-..
~ / I
~ /
/1
:;:0 ;:0 ;:0 -------
rrl rrl rrl
:s:: ~
<<< ~
rrl f"Tl rrl
"-
rrl :;:0 rrl
1J XrrlX
-IJ-
~>=~
()() )>
orrl (/)
:z: f'T1 IJ
()x
. V5 ()
o;-io
:;:0 z
-o()
~ c: .
;:0 ,,-...
,,-... CD ~
N to
(J11O'-'" 0
(/)(J1t/l I
-< -< -0
----- , ..........
""Tl
..........
. 1 -f:>.
+
0
0 0
I
-0
/
-....
Cv
\0
/
/' ~
/' ~
/ 0
/ 0 ~
"1 I
'i;;;1 ,/ -0
~:: I
~z ~
~~ -:
~~ MATCH LINE ST A 1 4+ 50
el SEE SHEET C-5
~~
"i
0
I
~
PUBLIC WORKS FIRST STREET CONSTRUCTION PLAN - STA 72+00 TO STA 74+50
~ CITY OF PORT ANCELES CALL 48 HOURS DAlE: WIN 2009 CON10UR INtERVAL: N A OATE REVlSlOH BV
STEPHEN P. SPERR. P.E.. an ENGINEER BEFORE YOU DIG DATE:: MAY 2009 V. SCALE: ,.. N A
321 Eo 5TH S1REET P.O. BOX 1150 H. SCALE: ,-.,. - 10'
PORT ANGElES. WASHINGTON. 08362 7-800-424-5555 0 '.0
PHONE: (380) 457-0411 L... ~
5
o
'0
IN
+
o
o
I
\
\
(
~
. () ;::0
OOrrl
ZZS::
(/)(/)0
-i-i<
:;:0 ;::0 rrl
c: c:
o (") rrl f'T1 f"Tl
-i-iXrrlXX
()()V5f2ViV5
OO;-i~;-i;-i
:zzo~)>()
000 (/)0
z/ rrl IJ Z
:::EO()X. ()
)> :;:0. Vi () .
~<~;--lO:::E
rrl z)>
()(),
CD '"C' C:. ^
~-N :::0
~ ~ CD ~~
,,-<-....1,,-...
------ ~ ~ t/l
-<
..........
r--
"i1
-
JJ
en
~
en
~
JJ
m
m
-;
I. .
I..
{.
Ie::
t.. '.
t.....
f.": .
L '.
fI r::..
I ~l.:::..
( I.... ./
t.',.. '.'
b:::.'
t-:-:.. .
\......
\. . .
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
x
~
"'
o
ID
+
~~
~I
<(U
f-1-
(f)W
wW
ZI
_(f)
~
W
IW
U(f)
f-
<(
2"
INSTALL "NO PEDESTRIAN CROSSING" SIGN
SIGN AND SIGN POST PROVIDED BY CITY
FOUR LOCATIONS THIS INTERSECTION
J-
W
W
a:
I-
en
a:
w
o
...J
f\ <(
o
-............
11 0
v
~
12.>
~
~
/~
~
SEE DETAIL 1/0-3 FOR
RAMP CONSTRUCTION
\ TYP. THIS INTERSECTION
"""
1.]&
'\
FIRSt STREET
\
EXpOSE 2" PRESSURE SERVICE AP ONNECTION
ro 6" CONC. MAIN. INSTALL 6)2" WYE AND RECONNECT
./
/
36'
s.~ .--<. _ _
(
Cfl
_\~
SS -- SS ---
~ ~ --- ~s~=-=t
Vl
(/)
---......
Vl
Vl
1414
(/)
I
SIDEWALK TO BE CONSTRUCTED AL NG
EXISTING CURB TO CONNECT TO E 1ST.
WALK TO NORTH (NOT SHOWN)
'"
'"
15104>
V
f\
---f\
f\
EMOVE EXIST C0NC. WALK (23 SY)
REM
REMOVE/REPLACE EXIST. CURB (46 LF)
REMOVE EXIST. CON~ DRIVE (15 SY)
CONSTRUCT CONC. !DRIVE (19 SY)
CONSTRUCT CONC. 'fIALK (101 SY)
CONSTRUCT PED. RAMP (1 EACH)
16~OOCONSTRUCT PED. C RB (7 .LF).
37'
/
\JJ~
/
,0<(
REMOVE EXIST. ASP. CONC. (1105 SY)
REMOVE/REPLACE EXIST. CURB (60 LF)
CONSTRUCT CONC. DRIVE (57/ SY)
CONSTRUCT CONC. WALK (82 SY)
24'
----....
30'
---
EXIST. CABLE GATE
--PRQIECT -tN-P~CE
~
--
-
--- -.....
1506
REMOVE/REPLACE
1ST. BEAM GUARDRAIL
SEE SH C-6 FOR LENGTH
~SD
---- SD
"-
-- SD ~
----- sn
7~ ('1"\
0' I'
I
o
o
+
f'-.CD
~I
<(u
17 f-f-
(f)w
wW
~i7i
-.J
W
IW
U(f)
f-
<(
2"
1'1/0 INCHrS AT FUll SCAlE
If NO! SCAlE ACCORDINGLY
2'
I
C-5
't
I
,
10
CJ
CJ
r:t
....
~
V)
z
2~
..
CJ
Ii)
i-
"l-
....
~
V)
I
<~
""C
it
6 J
j::::::<
'-.) ~-<
~ ~:z
~ ~~
~ i~
CJ ~ ~
~L
h..g
t:J~g
~ ~;
V) .. ~
h..<~
V) 00
~
i.i:
w
~<
~ ~!~
.. 8w ~
~~~~~
Gl I-~Cl
~ ~~g:
~ Erg: ~ g
Cn ~ Ii)
~J __ Ii)
~l::l:g
CJ~I
:t:~~
eo I., "l-
"l-'<JI
9:::CJ
::::l[2CJ
~l,J~
ltl....
tJ
i:lJ ~ ~ ~
'-5S-:;j
<: ffig ~ ~
~"(S~~~
2S f....... ~ ~ ~
""-a: '" ~
0<:::; ",I;; ~ ~
i5n o:w C/i'-
:=)........... ~ ~ w ..
Q. ~ o:~ ~ I
C) z" -< a..
~w~
~ ~~ f
h.. '" ..,
()
@D
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
~
o
o
+
I'-LO
~I
<1::U
1-1-
(/)w
WW
zI
-(/)
-l
W
IW
U(/)
I-
<1::
:2
\
-~r\
!'\ /'\
-.....}
REMOVE EXIST. CONC. WALK (3 SY)
REMOVE EXIST. ASP. ~NC. (1 SY)
REMOVE/REP'LACE EXIST~URB (5 LF)
CONSTRUCT CONC. DRIV (3 SY)
CONSTRUCT PED. CURB ( LF)
~
00
FIRST STREET
---- - - - _ -s 1~ _ ~ == === ==. ==. - _ _ _ _ _ _ _____
- - - <..JT:-- ___ - - -1[ T - ----::s1l.. _ _ _ _ -=- - - ----=-- ~ _ _ _____ _______..
- - - ~ ~ - -- --.........- ---------- - ~\
-621-==- - - - - - - - - - - _______.. _______.. ___ (rL:.../'"
-- - - -- - -=--- -127- ~ - -- -=- -=-- - ~ - - - - - _ - _______.. _______...-.........z _____ _ ___ ~
--::---=- - ~ =C- -:=-S2' - - - - - - - -- - - - - ~ ____ ____ s:=:::, ~ ' ( (! Iii
~ RaAOVE EXISTING BEAM GUARDRAIL --. '/'- ----"I" \ \ \ (/ "-I
CONS~UCT BEAM GUARDRAIL lYPE 2 / \. I III 1/
\ WITH NON-F RED TERMINAL ENDS (205 LF) r~ -.J _"I 11;;11 (~~/
PER WSDOT STA DARD PLANS C-1 AND C-4e J 'V
~ / ~ / lilli/it /;
\
_\JTUGP
IN TUGP
~
\
~)
\
t- O -----
1510
J~ :C
;{J \ \
\
- ---.... (
--- --- l:J6--..../"-
!'\
18+00 '
l:fGP
UPP
w
----=-.. ",,-. -- =-~._-~~-_._--
-----
---137_
-----
--
!
I
>-
W
-t>.
, I
CONSTRUCT CONC. WALK (31
, /
0'
0)
(
R VALVE BOX (1
o
LO
+
O'll'-
~I
<1::u
1-1-
(/)W
wW
ZI
\ -(/)
, -l W
IW
U(/)
I-
<1::
2
19+00
CONSTRUCT CONC. WALK! (167 SY)
I
---
OJGP
------
IN T _~
UG\v
TUGP
\J
T UGP
\J
T UGV
-----
s~
::.---
---
s~
0' I'
I
TWO INCHES AT FUll SCAlE
IF NOT SCAlE ACCORIlINGLY
2'
I
C-6
>-
..
<:::l
I.r)
"I-
Q)
'"
~
V)
~
2~
<:::l
<:::l
"I-
'"
-.
~
V)
I
<:~
"C
it
~ b2J
~ ~; V1
:::, > z:"
~ ~l~
V) ~ ~~o
~ ~~~
C"jU>X
f..-.~
1.,0
~~8
~ ~:
V) ~ ~
f..-. -< ~
V) 0
~
Ll:
V)~~
9::CSI.r)
:::j I.r)
a:::, 1
::t::~~
Q;) I.. "II-
"11-"'1
~<:::l
:j~<:::l
uL,J~
0:1",
tJ
;--.J" 0
~t.lJ.n ('If
c.:5 ~: ~
..,. ~ 0 ~ _
<:.... m . ~
~5~~~
h..... Z 10
t;l: ~ ~;.
C5 Ii tJ !it :s;
ClUr:l:
~~~~~
Cj~~;o.
~~a
f..-.tn'"
u
@)
, I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
~
;;:
1527
---
-----------
---
~
o
~
-- -- -~ ~.-.
. '. .....:. '.' DGP>'. "\: .,:. .
. - - . . . - - . . . .
...:...........U.~..........
\
\
iFi' '-'
42'
"-
0)0
/
,j
~
/
FIRST ~TREET
>->
w
co
\
I
o
LO
+
Oll!)
~I
<(0
f-f-
(/)w
WW
zI
_(f)
-.J
W
IW
O(/)
f-
<(
2
\.
\
\
\
\
UlGP
~6ir
U(]j~
~GP
=---:w-.
-7
~~
~
----
\
,../
'y.j
. . . . . '.LJ lit'" .
/'
as
/
/
/
as
REMOVE'~XIST. ASP. CONC. ( 8 SY)
REMOj[/REPLACE EXIST. ~B (80 LF) .
CON;;TRUCT CONC. DRIVE 52 SY)
CO~STRUCT CONC. WALK (115 SY)
'--- '
J1_ ~
\
~
)
)
I
'"
;!:
/
21 tOO
CONSTRUCT CONC\ WALK (167 SY)
\
1536
/ /
/ / /
/ ~ -~
I /
. . . . . -
a
/ I
J / J 0
0
-A '--- -A +
ru -A -A NOC)
( Cv I '- NI
/ -A <(0
U; 22 f-f-
(/)W
WW
ZI
-(/)
\ ...J
\ \ W
IW
O(f)
f-
<(
2
.........( 'y.jugE:- 'y.jUGP 'y.jUGP
~.......
. .. "=--9'~T:::::::::"::'''''~'''' ~........
-=--Lv1-g.hl ~ - - -
--- -- ---v _-
- ~ -=- - ~-6\71~1 -
- - _ --==lc;l~l= _-=-
- _ - -==- -S<;l-;::-"l- - -
-- - _ __V~
- - - - ....1
-==- - - - - - - "::J==-9c;l~
-- -- --- -==- -==-- L <; 1- -
UGP
-
-
APPROXIMATE DAYLIGHT LOCATION
FOR CUT SLOPE AT BACK OF WALK, TYP.
SEE DETAIL 3/D-1 AND SPECIAL PROVISIONS
0' I'
I
TWO INCl1ES AT fUll SCAlE
IF NOT SCAlE ACCORllINGLY
2'
I
-~
~ ~
~ -~~::=.
...----- ---- ~
~ ---: ---- ~ --- - -
......... ~~. .----- - -
--- -------
---- ---- ---- ---
...---- ---- ---- .----- -
------- ---- --- ------
/1/ ---- -----=------==--=-------
I~ ____ ____ _---- _---
/' ---- --- ---- - - - -
11;;- ~ ---
C-7
~
C)
C)
i-
~
i::5
V)
z
2~
w
"'
'=:l
~
i-
0)
....
i::5
V)
1
<~
"<:
ct
~ ;}
f::::::
z
'.)"
~~
~~
~~ ~
8~ ,;
......g
~~g
~ ~;
V) ~ ~
i'!i'!
...... 0<0<
V) 00
~
LJ::
V)(.:)tg
~CStg
()~I
::t:~~
~ I.. "I-
"1-""'1
9::C)
:j~()
ul,J~
cti....
t3
~i:jl'J",
(j5=~
<:~gcr:~
on "<: 5 cj ~ 'i'
~'-..&Jn.~~
IE Q:::': ~ S
~G~!:i ..e-
m" w", on
::>...... ill.... ~ ..
a. ~ 0:; z ~
....... z.o -< a..
'-.Jw .....
~~~ f
............
C5
@D
_,n.,._ - - - - - - "'",ono'" - - - - - - -F~".- -
MATCH LINE STA 22+00
SEE SHEET C- 7
~
S'S'
~
-
o
o
---- 9 /? t-__
\
-----
L/?T_____
/'
'------":'
(/)
(/)
\jc;\
\~
r \...--:- ------
/\';:> ----.......
\
~ \
n(")n:::o:::o~
OOOrrlrrl
~z:z:z:s:::s:::
/lC;,V. +~ ~~ ~ ~ ~
, 0 ::::0 :::a :::0 rrl rrl
/ 0 CC~
o n n rrl rrl
--i -l -l X
nn(")~'<<1
c;\------: 0 0 o. ~
<(:, ~~~n~
. .~~-u
~~c:n.
r-:::o,n
V ~ I--- ;:s;; r;9 CD 2"'0
r _______ r--- ~..-.. :::0 ~
~(J1 ~ ClJ ~ J~
at:1101 ...-..
. (/) ~ -:;- ;::;
~-:Sc;:;CJ')o
......... ......... ~(/)
CJ.~
..................
.--
VJ
VJ
VJ \
(/)
(/)
(/)
c,
(")
-l
(")
o
r-~
~
;l>.
r
^
~!;'j
(/)
(/)
~
-'
CJ')
to
Ul
-<
.........
------ .
-------
~.
"'"9
:$';:
~.
.\
\
~~'
Ie
!~
\-..
---.;.
~
o
----.......
~
<!;;j
~
~
""
~
/
/
(/)
(/)
N
.j:>.
+
o
o
(~
//
(j~
:1
!I
~
'\
I
'I
(/)
(/)
&!;'[
~
~
z!~ .~
. '-.....6!;;j ~
~
""
""
/
---">.
I
:
I.
,.
,
MATCH LINE STA 24+50
SEE SHEET C-9
PUBUC WORKS
~ CI :~H~( :[;1,[ Q~~~~~ES
321 E. 5TH STREET P.O. BOX n50
PORT ANGELES. WASHINGTON. 98362
PHONE: (360) 457-041\
CALL 48 HOURS FIRST STREET CONSTRUCT/ON PLAN - STA 22+00 TO STA 31+50
DESIGNED BY: Eew ATE: WINTER 2009 CONTOUR !NiERvAl: N A DATE REVISION
BEFORE YOU DIG :~JECT N'O: 08-21 DAlE: UAY 2009 ~: ~~~~ ~::~. ~ 10'
1-800-424-5555 we, F1lENA"E: 2-BASE 0 10
CA PRQ,J. NAI.IE: N A. ~ -----od
SURVEY FILENAME: 5
I'
"
I
. ,
I
I
I
I
I
I
I
I
I
I
I.
..
I
I
I
I
I
I
I
I
.
i
o
L{)
+
v-co
N,
<(0
1-1-
(f)W
WW
ZI
-(f)
-1
W
IW
OC/l
I-
<(
~
I
EXIST. EDGE OF/PAVEMENT
CONSTRUCT WIDENING PER
OUAIL 4/0-2-
MA TCH LINE
SET SHEE~T A 50-1-85
i ,____ . C-12
r-'I :
.-/, , J-
----- I I I
, , I
/' / ; IJ.JIJ.J
//, i
~ II ---1 n-
V ,~
____I, I I-
~// ; C/)
if I
I , ....,
1/ >.~ / I : / <..
,f / I ./ ,...,
~, -~~--
i)/ J l.LJ
I I '
--;--, I a..
'-,0'/ I_~ I
-H // ~=:p
I I. ----i--L--- i~-,----
, i,' JJ:',Ff
~-~ """"~
27
f
I
o
o
rto
Ni
<(u
1-1-
C/lw
WW
ZI
:JC/l
IW
uW
I-C/l
~ <(
'J" 2
"/^ ~"
'~I )~
i "-"-., ~ ".// 1 6 J J
I ')-, //~
/', I ~, ..-
I /" / ...., ~
....... ~-~ i'
S/Gt:JSiO"-13E RELOCATED +-:
.. \ ------- I
/BY OTHERS\ :.-/:
\ SEE DETAIL 2/0-2 FOR RAMP CO,NSTRUCTION
) \\ I
, ,- .--...... --~-:"'-;' .---- --- --- ~
p '. . r.,' .; . ',\'
.----: '. . ['~'_J --J. i 'G.p. '.: \: ..'.J IA,;~~
2' - ----.:...~ -. ~ . / ~ ~~. '1~1 '. . J ~ ..-J ~
~ . -. -~-~---;; - - r:, -- - - -' - --52:----- --' ~~-.: ~1 :-.:..; . -t;- ',. ,--_. ~-il -'---~'--.::.-- ~ -,--'-
./ ----~-_. ......-- ~ y-<
'" ~-- ~-------. ~tMuVE EXI~ ~. CONG.i:ft 10 SY) _____- ~_
/' / /c / ClffiSTRUCT CONC, ORIVE (58 SY) /'
- ~/ /./ / CONSTRUCT CONC. WALK (63 SY) //
F'~T STREET/. /'" CONSTRUCT CONC. CURB (151, LF) __
/ /' ''CONSTRUCT CONC. CURB AND GUTTER (40 y)
)-?~ /' 0,'/ CONSTRUCT PED, CURB 98 LF)
/ ,0,'" s+ r /1;, CONSTRUCT PED. RAMP (1 EACH) ,c ,00"
- - - // REMOVt EX~T. ASP. CONC. (5 SY) RELOCATE EXIST. siGN (1 EACH) _0 l..J
--'oj. ----R-EMOVEjREPutt-CQtte. -c-URB-ft7-L~)----tm\JttST-WAfER VA5-VE 'BOX-f2 -EAGH} -~-- d;
CONSTRUCT CQNC. WALK (86 SY) ~ 'on .//
I CONSTRUCT PBD. CURB (18 LF) /'~.
I CONSTURCT RAMP (1 EACH) /'"
'" -.?~-~'>-:::: ADJUST WATE~~LVf.!OX (1 EACH) ( \
:ccc, 'c'.,,- \"
~~1€>-J1. ---~-vf--- =---_ ==-----=___
Jd{ CD, "- i , I ,_ ,~
.......... ....... . -' ]''1{ ~~/ _ __ uul- '-
-,S ~---...s~---=Xts'''''~"~' ....: ,.-~ CONSrRPCT--6"ITHICK-~~ ....\<' W=====-~.~ // s _ ss... _ ::, _ .. ~_
-". c__ - , --1 1-'-' ~ PAD FOR BUS SHELfER, ",;,'- T LIJ--c---S-<j r ,.- -)/". _' _ INS~I ."t'>jO PEBES-fflfAN TCROS-SING" SI
5 - _J 4.. SHELTfR-BY -OIHEI5- /' , .:., Cl;-----c 1'!Ii -It, -~AilD SIGN POST PJlQVlDEO B)'-CI
(-:''\ -~, Ii '___/ C'!;;_ , Jt;:!ir <,' / FOUR LOCATIONS J"IS INTERSECTION
\_,~,J (c) SEE DET~/Dt2 FOR RAMP CONSlRUCIl~ SO! --1".Cc ~ ~ .-.~ '\iff. !~~, ' \/- / 7-
\.",--./' l..) ~ ,'-i~\r:)...~' '-- 1 7'1 4
\-v-.J ; c;;,.'. ; '--.
~-~ \; 1 1 0 :< :~" a..LLJ /:" / '
J., . ---.. ( ~ ., _ I ii'
-" - Ss (c - ),i' 'I / J
-------- Ss --~_ I\~/ I /:, /::;:- ,
./
'"
,III
.' .:' <: :':' J-'_
' .' .1"- -i.~,.. _ -
" 12..... -- ~--;
, , - . -- -<;-.; ~,r__ ;--. .",~ /-1
,',', -- T g I -- - ----. .............. t"~.:::--
-- +-fA- ..-- _;:'1.;~ .-.....__~t-:_s.
I I I .:J... /~ .. -' .. . \ I L;, I_
I r-" _ \ / '\
' ,,- ;::.:; / r = -- . \, ... _ _ ,
,'/ /~ SEE'DETAIL 4/0-1 FOR RAMP
...---' ~!! /CONSTRUCTION '. --
r "l?,.. l
I , '--7'7--
,.
,.
/1 \\! ;/!::;"'I ------, :,t:\~_./_-~:-=--__. L~~}C_~- ~
\. \. '-~IJ; .1-' - ". ..-- OJ _ -
UuP ~. ., w... .
. . -~-~-,-_.'
~/ I
,
,
,
//
/
~-:---..... ..-;---
I
I .'
I I
I ,
I
i
Q
r
o
//
c-
..//
./
, C\ \
, <1 .
l //~/.
REMO\JP! EXIST. CONe. CURB (107 LF)
/ C~STRUCT CONC. CURB (15 LF)
CON8'TRUCT GONC.. CURB AND GUTTER (8 LF) .
,./ ---CDNSIRUCfGONC-;--wAl:K-f34 -Syj-
""""/L---- /CONSTRUCT PED. CURB (12 LF)
CONSTRUCT PED. RAMP (1 EACH)
A@ST WATER VALVE BOX (1 EACH)
L~
,/
.~
,>-".
/
~
- -- - - --
O' I'
I
1WO INCHES AT FUll SCAlf
IF NOT SCAlf ACCORDINGLY
,.
..
C)
C)
~
C\j
~
V)
z
2~
"
C)
If)
;..
';to
C\j
~
V)
I
'"
<:<'i
"'C
it
~ ~J
i:::: ~
CJ.:J I ltl
~ ~z~
P::: W....
~ ~....-o
~ ~~~
~ S~~
8Lx
1-...<>
t:j~8
P::~~
........ ~ ~
V) ..,;!
, ....
....... Q"
~
c::
V)~~
I'\-......Lc)
SClLc)
C)~I
::t:~';to
t\;) ~
';to~1
-.JC)C)
--.J ,:- C)
~i:;Jt\;)
UCQ~
2'
I
Gj
L;j~~~
~ Gx"
<:~g~:;
""{ 5 ~ ~ ~
~ .fL ~ ~
Cl:::::' ~ 0-
(j ~I;; ~ tl.
Cl..lll ~ :;J "'
L... 0: ~ '" ~
CJ is ~ : D-
r W "
>-11; N ~
I-... In .,
U
~
C-g
-------------------
Plot Date. x Revision Do.tel)( Fllel)(
()
I
......
o
MA TCH LINE STA 27+00
SEE SHEET C-g
J
I \
I I
II I: ~
! V? /
I \. ~ ~\ I
I \ I V?
\ i r \
HSD DSD \
I
I I VJ
I \ ~
f \ -1
I V?
\ /f
/ /"'.I-l
~ VJ
~ r V?
~ II~
/
~
dJ\
SD -S
11
-
JJ
00-
-;
en
-;-
:n
m-
m
-;-
o
o
\
. \
- ~\
8~ c
- ~ ~ I ,fJ
c:X
o t/)
-1 -1
00
00
z z
00
\
If)
.J)
-'
-\- 00
c: c:
::0::0
SD~~
0.l 0.l
00
1'0
Co
+
o
o
, ,
'1 '1
..................
C
Q
U
SD .
C
Q
lJ
c
C'I
U
~
c
Cl
U
'-J
o
OJ
c
Cl
<:: lJ
V?-1
VJ \
(/)
\ t:J
\ C/) -1~C
C/)
1f6 (/)
t:J
C
C'I
V? <:: u
t:J - 0 .
J ~ 00V
(/) II t:: ~ / ~. \
~~ s::
1 ~~ ~=< -- ~ ~ )> \
'c/) I o~~ ~~ a. \
I C/) T::;;~.~~ ~
ct1 N ("TJ @5 . ('") G1 l:t
V? ~c: 0-0 <
b'(/)O z:.
. 1~;-ig-08-CD \
:::j~Z_ ~z - Z
c o:s:::, -<0
Z)>O . 0
Cl t/) G'") 0 rr1.......... - \
1) f"T1 -0 .......... ~ .
0- 00 N \
~ ~ =< t/) (/) ....A.
"-'I :<J . -.:5. -.:5.
I
I
s
\ S
\ (/)
""oj
pueuc WORKS
~CI :~H2( ::~~[ r>~~~!r~ES
;'21 E. 5TH STREET P,O. BOX 11M
PORT ANGELES, WASHINGTON. 98362
PHONE, (360) 457-0411
..........
0)
u.J
(/)
-.:5.
MATCH LINE STA 29+50
SEE SHEET C-11
c
Cl
-0
c
Cl
lJ
CALL 48 HOURS OESlGNEO BY, EC"
BEFORE YOU DIG PROJECT .'0: 06-21
1-800-424-5555 ~ :~~N'::':~E~~6:SE
SURVEY FILENAME:
FIRST STREET CONSTRUCT/ON PLAN - STA 27+00 TO STA 29+50
DATE: WINTER 2009 CONTOUR INTERVAL: N A DATE REVISION
DATE: \dAY 2009 Y. SCALE: 1-. N A
H. SCALE: ,-.,. _ 10'
o 10
L I
Ii
I
I
.
~
I
I
I
I
I
I
I
I
c
o
I
I
I
I
I
I
I
~
i
o
LO
+
0101
NI
<(U
1-1-
(/)W
wW
ZI
_(/)
...J
W
IW
U(/)
I-
<(
:2
/
1706 / I
/ /i ;/
_ ~/ J
.~-291- ~ ~ /
_ ~ -[91- _ /
o -- - _____
- ~v91----
GP--- UG C; .~ UGP-- U/~
REMOVE EXIST. ASP. CO~~. (4 SY) '//
REMOVE/REPLACE EXIST. CURB (17 LFV /
CONSTRUCT CClliC- WAI::K (52 SY) ~ ~
-----CONSfRLJCIPED. CURB (20 LF)
CONSTRUCT PED RAMP (1 EACH
~
~-991-J-
-
SEE DETAIL 2/0-2 FOR
RAMP CONSTRUCTION
TYP. THIS INTERSECTION
~ \
\
J
REMOVE EXIST. SP. CONC.- (30 SY)
REMOVE EXIST. CURB (50 LF)
REMOVE EXIST. CONC. WALK (SO LF) FI RS
CONSTRUCT CONC.' DRIVE (12 SY)
CONSTURCT CONC. WALK (34 SY)
CONSTRUCT CONC. CURB (36 LF)
'CONSTRUCT' CONC. CURB AND GUTTER (14, LF) .
CONSTRUCT PED. C~}1;A LF)
CONSTRUCT PED. RA ~ CH)~
~:>\
\ \1
;; :> \
c:=::=:=J
E;MillLE,EXIST. ASP. CONC. (S SY)
M~IST. CONC. CURB (20 LF)
M~IST. CONC. WALK (10 SY)
~~~~UCT CONC. WALK (8 SY)
UCT CONC. CURB (6 LF)
,CO,NSTR T ~CURB & GUTTER (10 LF)
CONSTRUCT PED. CURB (16 LF)
C~CT PED. RAMP (1 EACH)
c:==J
QQffive No.1
-----
-"- - - - -
35'
.:::
EXIST. TYPE 1 INDUCTION Ltfo~, . r--
INSTALL NEW IF EXIST. DAMAGED BY coO)
1 8 3 0 CONSTRUCTION- 5 LOCATIONS /
ADJUST EXIST. J-BOX TO FINISH !if) ~
GRADE - 1 LOCATION
f\
z
o
i=
UO
::)l1J
0:::+
I-~
(/)1'0
Z
0<(
ul-
(/)
o
z
W
DEPTH OF ASPHALT CONCRETE
DISTANCE FROM
0.5'
S-1 2"
S-2 1"
S-3 1.5"
S-4 1.5"
S-5 1"
S-6 1.5"
S-7 2"
S-8 3"
N-1
N-2
N-3
N-4
N-5
N-6
N-7
N-B
N-9
N-10
N-11
2"
2"
2"
2"
1.5"
2"
3"
3"
3"
2"
4"
@
O' I' 2'
I I
TWO INCIfES AT FUll SCAlE
IF NOT SCAlE ACCOROINGlY
FACE OF CURB
2.0'
5.5"
5"
4"
5"
4.5"
3.5"
4"
4.5"
5"
5.5"
5"
5"
6"
5.5"
C-11
>-
CIl
CJ
CJ
-!-
"-
Iv)
~
V)
z
2~
'"
~
-!-
0)
C\J
~
V)
I
<:~
'C
0:
~
i::::
<0~
:::::> ~ z
~:J~
~ a~
5-. .... 0
CJ 1'; ~
<00>
"-8
~ N3
':-l-J ffi 2
~....>-
V) ~ ~
I!! I!!
"-<<
V) 0 0
%
L,:::
}
...
~<
~ N~Z
~ ~~~
~.~~~
w .....'tio
~ HlZ:f
~ "'~~ <5
o n. 0
V)~tg
~CStg
C)~I
::t::~~
00 C\J
~l,w~
Cl1
-....J,""CJ
-....JkCJ
~L,Ji"
Ct),,-
~
\j!:j:il N
\j ~:: ~
<ffi~ ~::
tn~5~~?
~....... Loi 0.. ~ ~
llet.,; ~O'
~Cj~B:!
:=I Cl ~ ~ w ..
Q.~~~~~
C) i3 ~:: CL
x.....
>..~;:;~
"- '" ..,
()
@D
_eo x - - - - - - - -'.te,x- - - - - - - .. - -
"!
;~
0_ eJ
....%
",2
~Cl -:
~
~2
",1=
0
e~
o
I
~
I\)
PUBUC WORKS
~C/TY OF PORT ANGELES
STEPHEN P. SPERR, p.r.. CITY ENQNEER
321 E. 51H STREET P,O. BOX 1150
PO~T ANGELES. WASHINGTON, 98.362
PHONE: (~60) <457-0411
MATCH LINE STA 50+85
SEE SHEET C-g
STA 50+00 = CL INTERSECTION
FIRST AND PENN STREETS
LJ I
I Ii i
I III
-(I>- I, '
i /-~;;
=-c.,=_ f= "- -~,
~':?'{; I, .' / /
"- -;:J
---I ~
I
I \J
-~ -
~\
~?'\ \ '1J
(", ~ I .~ "
[; } i z ~
\\ c~ li-~ .' i/i
~w~ tiS III JJm ~!J ../
" -~ ~-~II
\J elJ '~'Ii ~ t ~ I
(1-11 I I I r I
l,rl -____ ,.2]. I I
('\ - <', ~~1 --d9lJ~-=.Cr ir
~,~(~~ \ ~~> I II i
~CJ[S~~~ i- ......-ri r
.( '-, (: CJ I
\ '''~ I ' t
'LrJ~/-Jv\"i ! I - ~) I ~
\J[ r~1 I ';;,,1- I,CI
'-1 ./\:: S8~ I \' l'
)> " I
i ~.! ~~p~! \1:1
- , ~~ 1'"'1: \ \ I _
---~. I r~__I____-----r:r
ii' I ~o i \ I
CJ (), I
lo! I
N Z I ,\
[~I ~ ---~-1 ~!;-
I ?5 I IQ 18
II -1+ :-0 :10
"' "'" ' Ii', ~ I ~ J \ ~~
d~ '" I - ~_ll -I' II i\ f"Tl
\J I ~i! "~ ~
("\ V --ll~,' ~!~
,., : I ' i b
\d 10[> I~~ ,,\1 ",! ~
\ I JL \~
~~~ ~. 1'2 '>,!
,I \ 0 /J1~: r..., ~ I
(' \\ j;',;f,' 2\ ~-:.-:c:c~
\ \ .~~~ . ~\\\
-+- ' !R . '\, "~I '~;>
_ \D .--~~T~~-- SD-. so '~~\)~=d'JjlSJL-_'4~-;
\\ ,~ t ~\ FRONf,. STREET<:::~~'=- - ~=~..===~=~=~
Vi
I I
\
[
II
1
.It "'\
wi:
-, I
+ 1\
o I
o 11'
--1- -,
I
I
I .
i I
I I
)
,
/ I
I
~~
T
I
---'>.
'-J
o
OJ
1
::J
\J
V'
lfi
END CONSTRUCTION
STA 53+17
I
- (T
I
,
'-
"
'""
1:-
,
n
.)
1
I
I
,
I
,
r
s::
=i
()
c:
-I
(/)
r
o
'1J
.1'"'1
---'>.
OJ
LN
LN
~,
=<
:-0
I
I
I~
1/
/
/
/
1/
1:/
1/
/
PENN STREET CONSTRUCTiON PLAN - STA 50+85 TO STA 53+17
CALL 48 HOURS DESIGNED BY: ECW DA : \\INTER 2009 CONTOUR 'NTERVA~ N DATE RE"'S10N
BEFORE YOU DIG PR6::T N:O: 06-21 DAlE: MAY 2009 ~: ~~~ ~::~.. .. 10'
1-800-424-5555 ~~;?~~N~A~E7~B~SE L ~O
SURVEY FlLENAME: 5
I
A--l
B
B
I.
.!
;;:
TOP OF CURB AT DRIVEWA Y
I
. lJSE HSVOT ~MNG /J-JlJ.HJ-O() AT ~GS
AND IISDOT DRAtIIlVC B-.JQ.~DD FOR
AU OrnER L0C4T1ONS
AlA TCH EXJSllNG
PA~T fUYATlONS
A T CRA FE EDGe
I
OPANSlCN
JaNT
~
~
. ~
~. .
.<1
1/2"R
I
AlJ.AJS11NC
AS NECESSARY
EXPANSIa/
JaNT
SEE NOTE: I
I
NOlES:
t, OIl SO"ARA 1QR -,-
REOUIRED ONL Y AT
LOCA 110NS NOTED
a< PlANS.
seCTION B-B
2. ctJNa/fITC ClASS .Jl)tXJ
\~
CEMENT CONCRETE 1l?AFF/C CURB
AND CUTTER PER WSDOT STANDARD PLAN F-l0.12-00.
I
.I CA TCH 8AS/N &\Sf'
TfJSCSETUl:fZ..
Q?A 1E F1lAME ro BE
SH1IiIIE1J TO.It47Df
LONQnJDINA/.. $LOFE
AD.VST HOOD m IIATr:H CURB
HEJGHT (.r ItIIN.. lY"ENJN(;)
~~
I
."
SECTION A-A
NOT mst:Al..E
I
NOT TO SCALE
CONCRETE TRAFFIC CURB AND GUlTER
CATCH BASIN TYPE 1 W / COMBINATION INLET
NOT TO SCALE
I
SEE CONTRACT FOR
CURB RETURN RADIUS
~
r
BlIFFERSTRIP{TYP.}
~
SIDEwALK WITH PLANTING STRIP ... NO" "
DETECTABlE WARNING
PATTERN
I
I
I
SIDEWALK A T CURB S<E N01l:"
I. :.~~...~
. ,"_ ......c""!5IIBIittANAND~
fr ATaiMlI'Al'S' COW"Acrm GIWIU.AH UA1ERlM. .. aaPACJlP =:':"zmu.
SEC710N A-A FDRRNEalADINCASMU:SS4RY ts!A~)'S' flJIt/1llC~M~
NOTES: SECTION B-B
PlAN VIEW
SIDEWALK RAMP TYPE I
I' n' v,', r "\-~N -I '"l TOP Of
I ~ ?~ \ "f r ROADWAY
'=" ~1,:>'''''';)lI'''''''*''<''it'~/.
'.'~'<':-'J'(-~--.l.'-" T ':Ji. - . "',;<,~" ':. .
cri:~ ~ CEMENT CONCRETE
SIDEWAlK SECTION (A: CURB . GUTTER
I
I
1. socw..wr LQC.tI11ON 70 BE APPRO'DJ BY arr ENC1NEER.
z CXPANS1CW JaN1S SHAlL BE ~r 1IIF'REGNA1fD JOINT Uo4Tl:RJAL
.I CXPANS10N .DN1S SHAlL BE 1/4- NOC FlJU. DEPTH AND AT 15'-0- JNTD1YALS.
4. 0LaIJJY JOINl$ $UAU. << Iff 71/1t;1(, ,. pap M!P AT 5'-0. INTERVALS.
,1 AU. tJ7IJTY/'OtES. ItIE1t1'f ~ ere. IN SlDDf'AJ.J( AR'CA SHAlL HAlf'" fJ(PA/tS'Ia{.xJtNT IIATERJAL (FlIU. DEPTH) PLACED AROUND THEJI,
6. AU. JJ/NTS SJW.L BE a.I:AN AN/) l1XiED.
7. DfPOSE11 A~~ OR ~ stlRFACC 1REA1IIENT IID'iW' NQT AUOIEPIN RfGHT-OF-rAt:
8. a&l€lI:4r AND !i1DOtALX SHAlL BE SEPARATED BY DrPAHSION JOINTS.
a CONCRETe SHAI.L IE Q.A.SS' ..nn
10. HERt1JCJDC ro BE I'LACED UNDER PAIffNa QJRB AND SlDEWAlJ( PRIOR TO PLACING OF MATlRIALS
11. ~ EUVATJai SHAI.l. ~ BASClJ ON ~ stOPE PRO.ECTlON FROII TlJP DF CURB.
12. S1DDIW..K WIDTHS SHOWN ARC FOR RE51DEN71AL.ft"A..'i caIJ/ERQAL ANQ OOtINTlJIfN AReAS tflD1HS SHA/.L BE 10' AND U. RESPECTlWlr.
t.1. ANY DElfAT1lJN Rial 11ESC MJNJJIIjJJ STANDARD5 REOUIRCS PRf()fl ~VAL 8'1' CTY EH&:INEER.
~~~ h O~~/2N )"J TOP OF
0." "I I _ ~ 1 / ROMN/AV
~~Jr .;t;_~
~~ / \" DEPRESSED
(SEEsro.PLANF-10.12-OO) \, CUR8&GUTlER
SECTION (~) ~~A8L.E WARNING
. [1" I",MF'....1
CEMENT CONCRETE r VARIES-
PEDESllUAN CURB (T'VP.) I OTOe" I fI" r n~
(SEESTD_PU.NF~10.t2-OO) \. /" . ~ i...l.-...-J
"'_ ,1--t..1 ~.' _
fil;aJ::t ~~
,)
SECTION (C)
I
I
.g
NOT TO SCALE
~ S~~ RAMP TYPE I
SIDEWALK INSTALLATION
r
NOTES
,. FORMS SHALL BE STEEL. WOOD AlA Y BE APPROVED FOR
AREAS REOUlRING SPECIAL FORMING.
2. FORMS SHALL BE TRUE TO LINE, GRADE .!t SECUREL Y
STAKEO.
J. EXTRUDED CURBS REQUIRE PRIOR APPROVAL BY CITY
ENGINEER.
4. THE ," RADIUS ON UPPER FACE OF CURB MAY BE
FORMED BY EDGER OR BUILT INTO FACE FORM - 1"
RADIUS ON LOWER FACE OF CURB SHALL BE FORMED
BY THE FACE FORM.
5. CONCRETE SHALL BE CEMeNT CONCRETE CLASS 3000.
6, EXPANSION JOINTS SHALL BE PLACeo A 1 ALL ALLEY
AND DRIVEWA Y RETURNS STRUCTURES, CURB RAMPS
AND AS SHOWN ON PLANS.
7. ALL JOINTS SHALL BE ClEAN AND EDGED.
8. EXPANSION JOINTS SHALL BE 1/4 INCH THICK AND
AT 20 FT. INTERVALS OR AS DIRECTED.
9. EXPANSION JOINTS SHALL BE ASPHAL T IMPREGNA TED
JOINT AlA TERIAL.
'0. CRACK JOINTS SHALL BE 1/8" WIDE AND ," DEEP
AND SHALL BE PLACED AT 10 FT. INTERVALS.
//~}-.-.'~~~)..
( J.R.~
I TYP. .;..' I
\.--- ----.../"1
\.--\ ------ /
, '-
'~--\- ~;\U,T 5:t~r'<T:: CUR::
CURB RADIUS DETAIL
ISOMETRIC VIEW
0" I"
TWO INCHES AT FULL SCAlE
IF NOT SCAlE ACCOROINGLY
2"
I
D-1
i'j
'"
~
~~
'- <
,,0
....
Q.l
C:)
-< I
'"
.:1<
~zz:
~.a .D
~............o
~~~
OOll!
~:I
m
o
:8
I"N
~i
~~
-<-<
00
~
V)~I[)
9::-...1[)
:::iC:)~
G:::il
~~~
OJ I.. ~
~"-JI
-Jf:38
~~OJ
'0Q:j~
~
~rn~ ~
(.j~-'"
<~g~.=
,,<:1::oQgf
o...u,...
f...-: a: ~
l)::::: ~ s
C'i '" t; .. ill
Cl~~:1"::"
"o:~~~
a~:~a.
>... ~ N ~
I--. till")
G
~
I
I x
~
;;:: ,.
I '"
~:
"
I
I
I
-w
DETECTABLE WARNING
F PATTERN (TYP.)
/ (SEE DETAIL)
:/
. n p
.~:;+~ IIJ-
~i.{3~-- ~ 0
;U\.?_}._
~~~~I' ":;':'~
5/DEWN..K - STRIP -
;'1. ... 'lEVEl '~l lOP OF
~r.::J;J~ -.
~~~~\.------ ~-g~~~
(SEESTll.Pl.ANf.'O.12.oo) SECTlON @ (""ENOTES)
\- BUFFER STRIP (TVP.)
- . ,I. "-~
/ 11---4~>J.r1
CURB. OR CURB ..// / --r)~B2
ANDClJTTEll I I ~l
CEMENT CONCRETE ,I I
SIOEWA1J( RAMP TYPE 3A -' I CROSSWAlK
I
I $IDEW'.cK
.,
I
j' - ;)~ MII'",
r R.A'AP
5' - C" MIN
lJINDINC _..
I
,. . O' WIN . ~lN :nl TOP OF
"; ~~&//.0,,~ RONmAY
\. g~'f~CRETE
(SEE NOTE 5)
s' - ll~ ~"!N OH Ml~
G:"""~'~ -~"P 2!-O"-DETECTMLEWARN!NCJ
,,"'" ,''v 1"(""" % PATTERN (SEEOETAIl)
"t ". FLlt"'1 't TOP OF
, . y( MAX .~;. ~~ROADWAY
~"~r- r.
\L~~=j \_~&~R
(SEESlD.PlAN F.10.12-OD) (SEE N01E 5)
ISOMETRIC VIEW
12% ,"X
~1$l~ib.'
SECTION (9
I
CEMENT
CONCRETE
S!DEWALI(
,. ".
j
SECllON @
I;
oS
<
o
0;
I:
SECllON(~
~ SYo~ RAMP TYPE II
I
I
ftILL t:fJN~ CURB
IWD CUnrR (BEYOND)
SHJErfAl..l( SURF" ACE
(BEYOND)
TRANSlTJON HiUtP FROM
DRlr,("..,A Y TO SlDErrALK
MAX SLOPE - r2: 1(B.J.2')
..
..... RD'fAQ[ S1DCRXS "", tr ~
~-"n""""""""
1M. 1IIEr.sd'lAlK/JRRJ1tilC
~c;rea--ZX.Mt
='ff''= (;:==
I
U GRAN ro "AT"" D<JS1lNG ""'.....AY
DEPf1ESSED CONCRETE Ct1RB
" ......... I I
JE4~"CIIOS.'SlNt:~
.......,
I
SEcnON A-A
NOTES:
1. THE PEDESTPwI1RA~WAY SHAll HA~ A MAX/MUM amss SLOPE OF 50:1 (2z).
2. INSTALL RAMPS ON 80TH SIDES OF lHL DR1~A r AS SHOM/ aJ me PlANS. HAMPS SHAll BE AS lONG AS
NECESSARY To PROVIDE A IIAX/MUM SLOPE OF 12: 1 PARALlEL AND PERPENOICUlARTO THE EXlSTlNC PLANE ON
tt'fflQ( THE RAMP IS TO BE CONSTRUCTED.
~ CEMENT CONa?nE SHAll. DC aASS ~ MIN. 6- THICK INa.UDlNG RAMPS
4. ASPHAL T IJIPRECNA TED EXPANSION JOINT. FUlL DEPTH A T BACK OF CURB AND ElniY 20 FEET A T TRANSIIER$E
JOINTS. JOINT AlATERJAL NOr R~ AT BAa< or Ct.IHB If' RAMP AND/OR ORJ!€WAY IS POtIRCD Sf"PARATClY
0fEA UNG A COUJ JO/Nl
5. CRACK.aNTS ll€RY 5 FEET IN WALK.
S. HER8ICIDC fRESlbUAL) ro BE APPliED _ POuRtNG CONCRf:TE
sa- NOTE .f
I
I
~
SlOCWALK AT DRMwAY APPROACH. rYP_
I;
.g
..
o
~
DRIVEWAY INST ALLA liON
NOT TO SCALE
I
>
--..-'-- ---_.
R.6.DfiJS POINT OF SOlE'NAlK ~
('--- MlDCURBRETURN
;(
-......--..."'~______ 3/B"EXPANSIONJOINT(lYP.)_______
~'---
~~---......-......
~>_'/
~R"'"1IJ cu.nn~I:NE-~ ~.--..~ }._
\t_ 'r....
2..G"~
LI
'/
CEtENTCONcRETE b_
(SEeS~~~.= -------'(
-4
6" ~ o~ WiN
-, '"t TOf'Of
2% '<1 _h( I RDAImAY
~~w I rt:2:::.!...L
CEMENTCONCRETE.I' . .~
SIDEWAlK "- CEMENT CCNCRElE
SECTION 0) . CURB, GlJTTER
DETECTABlE
/"'''''ING
PATTERN (TYP.)
V
I~:~~~."~' "'" i . 6 ~~,~:,.'''N,,~_I
~~_ 16".. ~16 I :..._..,....-.:.:r=l
'( .... .
~;~~~ LIANIJlNG
~
2
o
III
~
~1 r . 6- L;N~~r.;~ltL J
I JI~ . p.,U I' fLUSH l~ ~~....Y
'Ul]/ 2% ",I '
\~~ 1~L . '\C~~=
CEMEHTCOP<<:RETE 1.",i !~ CURB & GUTTER
(SEES~~.= SIDEWAlK \ DEtECTABlE WARNING
SECllON @ PATTERN
8EC11ON @;
~ SYo'! RAMP TYPE III
STANDARD PA'lED ROAD SECTION
EXJsnNG CL PROFILE GRADE
2" MIN. COMPACTED DEPTH ASPHAL T CONCRETf:
2- MIN. COMPACTED DEPTH CRUSHED SURFACING TOP COURSE
B- MIN. COMPACTED DEPTH BALLAST
SEE APPROPRIA TE DETAILS FOR CURB. GUTTER. AND SIDEWALK CONSTRUCTION
NOTES:
SOIL RESIDUAL HERBtCIDE SHALL BE PLAcr:o PRIOR TO PA VlNG
PENN STREET ROAD SECTION
NOT TO SCALE
0" I" 2"
1 I
TWO INCHES AT FUll SCAlE
If NOT SCALI: ACCORDINGlY
..- _...~ .--...- ".-
"'.~_.~-~,-----"-_:..-.
~~
'- "'
()"
"'-
Q)
Cl
~"'"' J
"2%
~a'..'
~--o
oooj"j
~~~
~:>:i
o
0",
Ng
'" N
1""
~ ~
~~
"'<
"Q
V)\.:)~
9::CslC)
:::i lC)
~~~
~ I.. "I-
"I-~I
-../gsC)
~~&5
(ji5:)1
"-
~
(;j~~N
(" 2 ::: ill
'-J 5>< IIJ
<: ~g ~:=
U)"{6~eY
~h..tJD..~~
~ 0::.: 0: !:' 0-
~C)~~:~
~Q.l},~'jw
L....o:~~~
CJ z III -< a..
~ a.J ~
>.... ~ N ~
......."''''
U
@D
D-2
I
I
RADIUS POINT OF
;- SIDEWALK RAMP AND
\ CURB RETURN (TYP.)
d
\"-~
\ @",
'3~[I::\','l'''_J< --- '__
x
~
I
I
I
'Z. 0".. DETECTABLE WARNING
,~ i PATTERN (SEE DErAIL)
8 . 0 IJI!-J. 1--1
:?/.l.lP -/1
r---+-11 :cL TOP OF
~~ROAUWA'
'- ~~UTTER
SECTION @ (SEE "OTEO)
I
~ 4' ':N;'~N~IN1
12::: .vAx. .., I
~- .;,
~ 'I
co':~ -.I
SIOEWALK
I
~
'"
"
~
'"~~--l'
~,
. t-- TOPOF
I ~.~.I ~(rROAUWA'
~., ';l~
<:alENT ~ J \ CEMENTCONCRETE
@ '--- CURB & GUTTER
SECTION B (SEE NOTE 0)
I
~
w
"
I
12' - 0" Mlh'
I 2'-MAX. -.1,_
~$~". ',-
CEMEI<T ~ J
SECTlON @
l ~IL / ='A'
.~
\_~~
(SEE NOTE 6)
I
I
I
NOT TO SCALE
CURB RAMP TYPE IV
I
SIlJEw,\LK -
OETECT ABlE
WARNING
318" EXPANSION
JO!NT (TYP.) --.
<D t.,; fAIT or CURB
O'
ISOMEmIC VIEW
ARTERIAL ROAD SECTION
EX/STlNC a. PROFILE CRADE
I
I
I
2%_
~"(L~-
NOTES:
6" MIN. WMPACTED DEPTH ASPHALT CONCRETE
2" MIN. COMPACTED DEPTH CRUSHED SURFACING TOP COURSE
25" MIN. COMPACTED OEPTH BALLAST
I
1. SOIL RESIDUAL HERBICIDE SHALL BE PLACED PRIOR TO PAVlNC
2. FOR REPAIR AREAS, INSTALL GEDTEX11LE FOR SEPARA nON PRIOR TO PLACING BALLAST
I
NOT TO SCALE
ENNIS STREET ROAD SECTION
I
01 CURB
TOP OF
ROADWAY
B 1/4" I
-,
NO rES
I. FORMS SHALL BE STEEL. WOD,vA Y BE APPROVED FOR
AREAS REOUlRING SPECIAL FaRMING
2. FORMS SHALL BE TRUE TO LINE. GRADE &- SECURa Y
STAKED.
J. EXTRUDED CURBS REOUlRE PRIOR APPROVAL BY CITY
ENGINEER.
4. THE I" RADIUS ON UPPER FACE OF CURB MA Y BE
FORMED BY EDGER OR BUILT INTO FACE FORM
:;. CONCRETE SHALL BE CEMENT CONCRETE CLASS 30.00.
6. EXPANSION JOINTS SHALL BE PLACED A T ALL ALLEY
AND DRIVEWA Y RETURNS STRUCTURES. CURB RAMPS
AND AS SHOWN ON PLANS.
7. ALL JOINTS SHALL BE CLEAN AND EDGED.
8. EXPANSION JOINTS SHALL BE 1/4 INCH THICK AND
AT 20. FT. INTERVALS OR AS DIRECTED.
9. EXPANSION JOINTS SHALL BE ASPHAL T IMPREGNA TED
JOINT MA TERIAL.
10. CRACK JOINTS SHALL BE 1/8" I'tIDE AND /" DEEP
AND SHALL BE PLACED AT /0 FT. INIERVALS.
CONCRETE TRAFFIC CURB
NOT TO SCALE
SAIItlIT
EXlS71NG PA VEMCNT
CRA\Q BACKFTLL FOR
PIPE ZONE BEDDING ~
....
"
L '" """""'.... z-<a. -J
... -"'-.....
NOTES:
J- TOPSOIL MIN.
COMPACTED
BACKFlLL
U....FfJRlIDlJERWoWt
.s .... Fat .fnmj tit
SAWrARY snvr MAIN
'12'"
,. ACP PA 101 SHALL ~ ROLLED AND NOT VIlJRA. TED.
2. TO BE useD FOR AU PA t.fi) STREETS AND ALLE'f'S. 8ACKFlU LOCA nON TO J '-0" BEHIND CURB OR EDCE
OF PAVING UNLESS OTHERKfSE APPROVUJ IN ADVANCE BY OTY ENGINEER.
.1 tfA-lERE CON~ PA.'IDIENT 'xxNT IS LESS THAN "'-0. FROU S41KVT. 1HE PA~T SHALL Be RDJO't€D
TV THA T JOINT.
4. TDLPORARY PA TCHIHG wrTH ASPHAL T OR PLACEMENT OF STrrL Pl..A TES IS REOUIRED WH~N TRAFFIC IH'U
CROSS CDF FOR "'~ THAN 24 HOURS MfTHOUT PD?MANENT MSTORA71Otl. srm PLATCS SHALL. H..4~
COLD PAT'C1 ItfDGES ON TRAFnC EDGES.
So CALL FOR INSPEcnON BY CITY 24 HOURS PRIOR TO PLACtNG PIPE ZONE BA.CXALL AND PRIOR TO PLACING
CDF BACKFlJ.L
TRENCH RESTORATION
NOT TO SCALE
O' I' 2'
I
TV/O INCHES AT fUll SCAlE
If NOT SCOli ACCORDINGlY
D-3
~
15
ill
~
~i'!
'- '"
\:)"
......
III
l:::l
~"""j
>>:z
~.'.I
~--
o:~~
=>:;;1",
eoo
~~~
u>X
",g
e;l'l
~>
z'"
>''''
"i'i
~~
V)~:g
~CS:g
CJ::JI
:t::$?"I-
CCl C\J
"I-ltJf
--Jgs8
~~CCl
'--lQjJ.
t]
Nor"
~tt~ ['Ij
r" ~.... ~
'-" G x to
<~go:::
tn~5q~?
~h..~~ ~ ~
~ Cl:::.: "'-
U,-...: .1- ~ ~
:J '-' a:: w ..,
~o..~~a;
4... a: ~ ~ ~
CJ ffi ~ : CL
x"'or
)... ~ N Ii'
I--.. ","
G
~
REMOVE EXIST. PLASTIC STOP LINE (17 LF)
REMOVE EXIST. PLASTIC CROSSWALK (116 SF)
INSTALL PLASTIC CROSSWALK (96 SO-
INSTALL PLASTIC STOP LINE (18 LF) I
-. /
~Sj/
------ --- /
-~
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.' \
- \\
x
!!
;;:
1333
;;7
---
. ./'
~'\;
/OJ
Jf)
)
~
\".CV
/ 10~
~ FIRST(STREET. \ .
~ \' '\
:SS~ ~S~ ss
DHP
-\ - ) - // -
Rf;,MOVE EXIST, P4\STIC STOP L1~E (49 LF)
REMOVE EXIST. PLAStiC CROSSWALk (128 SF)
INSTALL PLASTIC CROSSWALK (128 SF)
INSTALL PLASTIC STOP LINE (48 LF)
1328
[3Hg DHP
...-
REMOVE EXIST. PLASTI~RG-S5WAtl0MARKING (128 SF)
INSTALL PLASTIC CRJSSWALK MARKING (128 SF)
- I 4', lYP. /
\)~ \'r--I_ 11 +00 /
"-f I /
---
'-1- -
"---.
----- I ----
------
SS ........SS SS SS SS
"-
/-
/
</
iQCV
/'
/
~
rrr~
~
'/
~.-/ f-/I
%f> 1
f-
~
DHP
-2v1- -
/
12-
-
O' I'
I
lWO INCHES AT FUll SCAlE
IF NOT SCAlE ACCORIXNGI.Y
-
>-
..
~
~
e::
V)
V)z
~~
GJ'"
~
"<:J::
h..
~
Cl::
~~
~
j:::::
~., ]5!._
es ~., ..
I-::: > z
~ ~~
I ~~
<: ~:
"<:J::
;:;J g '"
....... NO
~~:;.:
~ ~~
Cl.: ~'"
~ ~~
J-.:::
V)
w
~.,
~ N~:Z..
U I N~.p'"
~~~~~g
m.~~3rt
~ BE:f~
~:6g(3a:
,~ ~ l(j
v J ___ l(j
gsCJ:g
(J::JI
::t.:~~
Q:) I.. "I'
"I''<JI
9::C)
::::JE::C)
GL..J~
OJ.....
2'
I
tJ
i:-! ffi ~ ~
(I;! ~:: <0
'-' Ci ....
~ ffi~:g..-
<:.... lD."-
V)~E~e~
:.! 0.. CJl,...
SIii........ ~ ~ ~
~9::O: ~S
~CJ~~~C
~Q.6;~~!j!
~ a:~ ~ ~
<:::i z III <: a..
~W:r
>.... ~ N ~
h.. ~ ....
G
~
8-1
, a ' /
i /
10'/ r .L33H.L
/\.
CJ
/' :r
-m L~) 3NIl d01S ~11SVld llV1SN~;--
(jl ~ ~) 3NIl d01S JI1SVl "lSIX3 31\OffiCJ
--
~
G-S
~l~NIOlIOO:lV JlV:)S ION JJ
JlV:)S llfU IV ~N1 OIl.!
I I
.2 .\ .0
e
Q
" ~ ia :;1
'll -.. ~
-4 !"1 ~
..,. (.Oz~
~ z;,:v "'
'" ~ ~~ 0
........- 1"'1:0
!~~~~
~ ~ 1"'~
-..I" "U 0
~~9~b.
:: ~ ~~ <:
ll: ::z~
'" g ~;-:.!
~
I~C:)
Cl::l ~"' :h.
C);:'jr---
C),,-,r---
I~~
~ ();)
~CS::t:
IC:::C)
~':J~
V, -. '^
v, C) VJ
ty-~
-~
./
\~ \ ~~~ ~~~.
1
ss
~O:l,;;o ~
Al>f'J~ ~V)
:>.. ~ ~
::( '" F1!:l ~::;:J
:!}f!2 c ~
!;. Z. m :::--.;;:
z;:l9 ;1. 1)
~f5~' ~~
.. z J,~ C)
,.~
~
),.
~~ =<:
;;1;;1
~ ~ I
~ ~ ~
~'" <:
g~
:::0
:<:<8 ~
~ a\)
~ ~ :::::t
10 ;-~ ~
z,=,
m >r. a
~"l
;; -...
V)
'I
V)
~::tl
;;It')
"'i
'I
),.
'I
~
~
{is
/
~ ~
I q{
l ~
--J
r ~89r-
--
~ .ON aA@
c==J
Cn oz) 3NFr- dots
(.:IS va ~) >iIDlMSSIDCJ
(.:IS 96) >iT'tM~J
(tl oz) 3Nn~ JI
c::==J
c::==J
=7-&:)n
(
o
-::c
\)
\ ~ ~
~\ \
SVld llV1SNI
JI1SIf'ld llV1SNI .
IIVld "lSIX3 3^O~3CJ
Vld "lSIX3 3J)OV'l3CJ
/
/' Y
~2 1;;/1~
.~ I a:sh
:r I #1
",v)
S!'-i
~),.
;2:
I:j
C)
~
-"
\)
C)
~
~
~~
.1338.18 .1881.:j
\~~
I
rii ;-/
I:s~(
CJ
:r
tJ
1711 =:F'
?:! !'\
d~ d~~
(.:Il g~) 3NI\d01S JI1SlVd llV1SNI
(jl 6 ~) 3~ d01S JI1SVld "lSIX3 3^O~3CJ
/
/
d:)n
'vi
/.
/
.1.881.:1 /. /
/
/'
-----
"
---~
<
en
- ~
~
rn
rn
~-I
'IN
I
I
~
;;::
I
I
I
I
I
I
I
I
<
o
r
I
I
I
I
I
I
Ii
r
~z
+Q(J)
"<;j-f-f-
uw
<(ww
f-UJO:::
(J)0:::f-
w(J)
Z~(J)
Q-w
I----1Z
UuO
::> -:>
g: 110
(J) z
zo<(
00
U+f-
O(J)
Z 0:::
(3<(G::
wf-
m(J)
I II r-
~J ~
1/~/ r-
INSTAll'is-s WOOD P9LE, DOWN qWY, AND ANCHOR (8' LEAD) en
(SEE DETAILS 4/ED-1 & S/ED-i!)
DEADEND EXISTING OVERHEAD CON~CTORS FROM WEST ON POLE >-
INSTALL 1.S" RISER PE9 CITY STAN~RDS, DETAIL 2/ED-1 a:J-
INSTALL 1: 1.S" SCH 8 I PVC 4S' 9~EEP
..J ~
-
.....J
C SAW dUT BACK l' EACH SIDE FROM EDGE OF TRENCH PROVIDE 121'-30" DEEP TRENCH & BACKFILL
REMOV,IE/REPLACE EXIST. ASP. CONC. INSTALL (3-#6CU & #10 GND) 1.S" PVC
LENGTH OF TRENCH IS FROM POLE TO HANDHOLE.
I SAW CUT AS NEEDED _ _
REMOVE/REPLACE EXIST. ASP. CONC.1 J 05 1 j O:J
\ \ \ REMOVE LIGHT POLE, TRANSFORMER BASE, CONCRETE BASE,
AND 116' (#4 OVERHEAD TRIPLEX)
TRIPLEX LENGTH SHOWN IS FROM POLE TO POLE. (TYPICAL).
vi;;,
Q1;
q
(./)
FIRST.STREET
c
5+00
p
Ii
6+00
I
ss
INSTALL NEW LIGHT ASSEMBLY
(SEE DETAIL 1 /ED-1)
SS SS
ss
C
ss
'vI
'vi
1230
.\
.. .\
'; i\
:: 1\
I
/
"~I
.1, I
'jH
" I (/) I :SAW CU B l' E DE FROM EDG
REMOVE _ L1G~I ~OLE, TRANSFORMER BASE, REMOVEiR LAC XIST ASP CONC
CONCRETE B~SE), AND I . .. .
26' #4 (OV, HH:AD TRIPLEX) 1 J 0 4
LENGTH OF t~IPrLEX IS FROM POLE TO PO ~ (TYPIC~L) .
SAW CUT EXIST. ASP. CONC. AS NEEDED
REMOVE/REPLACE EXIST. ASP. CONC.
PROVIDE 39'-30" DEEP TRENCH & BACKFILL
INSTALL (3-#6CU & #10 GND) 1.5" PVC
LENGTH OF TRENCH IS FROM POLE TO HANDHOLE.
'vi
INSTALL 35-5 WOOD POLE, DOWN GUY, AND ANCHOR (12' LEAD)
(SEE DETAILS 4/ED-1 & S/ED-1)
DEADEND EXISTING OVERHEAD CONDUCTORS FROM WEST ON POLE
INSTALL 1.5" RISER PER CITY STANDARDS. SEE DETAIL 2/ED-1.
INSTALL 1: '-'5" SCH 80 PVC 45' SWEEP
. '. >.w.. '.' . . ". >.\.r. :.... '.y/".
INSTALL NEW LIGHT ASSEMBLY
(SEE DETAIL 1 /ED-1)
ss
ss
ss
ss
ss
'vi
'vi
'vi
'vi
1308
PROVIDE 223' TRENCH & BACKFILL, 30" DEEP
INSTALL (3-#6CU & #10 GND) 1.S" pve
LENGTH OF TRENCH IS FROM HANDHOLE TO
HANDHOLE. (TYPICAL)
ss
7,
o
o
+<'J
1"--1
<(W
f-
(J)f-
W
WW
ZI
=:J(J)
IW
UW
f-(J)
<(
:2
~
CJ
CJ
i--
"'z
o
~~
ex
~
i--
"I-
~
V)
I
<:~
":cO
~
~
;:::
i::::;<
;t: .,
C,j-<
-----&;
-..Ii'!
f-...i!;
~~
~g
V)
f-... g
V) ,!.
g:; ~
ll::: __ ~
i'!
<<
o
}
~
<
,,<
~ ~~~
~ 8w~
~.g~:Z:
s ~9a
z ur;:a:
~ ~ci<
~ 0::3:0
(~ ~ If)
V) _____ If)
gs~~
C):::JI
:t~~
C\:) ,.. "I-
"1-"-'1
Cl:::CJ
::::Jf2CJ
GL,J~
Cl::l......
~
~~~ ~
S2~~!i!_
<... Z CD &....
"C~~~!
I-..... ~ z ~
(\..." ii1_
Cs Ii" ti ~ ~
Cl~~~:
en '" Z
Y- ri IE ~ ~
Cj Z It) -< a..
fill b!
~~~ f
I-..... en'"
C:3
~
E-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
x
~
r::
o
o
+
I'~
I
<(W
f---f---
(/)W
WW
ZI
-(/)
......J
W
IW
u(/)
f---
<(
L
PROVIDE 233'-30" DEEP TRENCH & BACKFill
INSTALL (3-#6CU & #10 GND) 1.5" PVC
LENGTH OF TRENCH SHOWN IS FROM HANDHOLE
TO HANDHOLE. (TYPICAL)
. 7' ,--.
I I
REMOVE LIGHT POLE, TRANSFORMER BASE. CONCRETE BASE,
AND 240' (#4 OVERHEAD TRIPLEX).
SAW CUT AS rEEDED
REMOVE/REPLACE EXIST. 'eONe.
, , J
~-~~-~~-~~-~~-~~-~ -~~-. ~-~~-~~-~~--~-~~-~~-~~-~--~--~--~-~~--~--~-~~-~~-~~-~~-~~-~~-~~-~~ ~~-~~-~~-~~-7~-7~-7~-~~-~~-~~-7--7-----~_
-"J'
',' -'. ~ '~". "~.} . - '. . '. -.-'
\'~.1
" -~--.-' '\A? .
FIRST STREET
j ---
INSTALL NEW LIGHT ASSEMBLY
(SEE DETAil 1 /ED-1)
00
ss
'vJ
'vJ
8+00
j- -~
ss
ss
ss
ss -- ss -- ss
ss
REMOVE LIGHT POLE, TRANSFORMER BASE,
CONCRETE BASE, AND
232' (#4 OVERHEAD TRIPLEX)
~ Z'-j ,--- \
r" .LE f,--i
'vJ
. ..../ .
INSTALL NEW LIGHT ASSEMBLY
(SEE DETAIL 1 /ED-1)
- f
'vJ
'vJ
I I
PROVIDE 246'-30" DEEP TRENCH & BAGKFILL
i'NSTALL (3-#6CU & #10 GND) 1.5" PVC
I .' .
, .
~--O>
~~
=-~
9+00
--1
ss
<~~--.,
~
~:::s s
ss
-~
SAW CUT EXIST. CONC. AS NEEDED
REMOVE/REPLACE EXIST. CONC.
..:" 1') C ~J
/ r\
" ~ L _
o
l[)
+n
(})I
<(W
f---
(/)1-
W
WW
ZI
:=i(/)
IW
uW
I-(/)
<(
L
E-2
>-
..
C)
I.C)
i-
Q)z
o
2~
'"
C)
C)
i-
"'-
J:S
V)
I
<:~
"Cc
0:
~
<: I!:!
r::::"'
~ ~"'
__ &: z
-.J I'!.'
'-- ~ ::
~ ~~
,,-,1>.
~ u>
V)
h.. g
V) ,!.
Q; ~
L.:: ~ ~
cc
~
V)~I.C)
"--___I.C)
sC,)~
CJ:::>I
::t:.~"I-
QJ ~
"I-lJ...J1
O:::C)
:j~C)
Gl..j~
ltl....
t3
~ ~~ ~
~Li~i~
< ZIO _.
"'( ~ d ~ 'f
~k~~~!
o~a:tt~i
~Q.~i!!~':':
a. tn b.I ~
~o.:j!:~~
Gzon 4( a.
~ lLi .....
:>... ~ Oi ~
h.. '" ...,
G
~
(8
8-3
Q
"''''~
~ ~~"<
"''''i!i
,,~ ;'z~
a l5 :i!:u ".
~~~~'tJ~
-- "'::d~c
&::e ~.;:O~n
.g" 12""" ill
~ ~~S1
a :u fTI (I)
~ Pijh
- ~~<
~ ~ ~ s;:)
~ g~f:j
~
I~C:)
();) ~- I :h:
<::l;:;jr--.
~,,-,r--.
I~""
"" ();)
~;j:t
IC::::C)
~~~
Vl -- (~
Vl (;) VJ
~o::e::o ~
~>~~"1I!
::(:3,,<:) 11
f!~~z ~
~~~9'~
~~:f ~
.. z E ~ r-
,
a.
.
""
~ ~::r,
~ ::tJ
!3 V)
~ ~
V)
::::i
;t"~ ~
!'J l'l ~ f1i
"IO'~; i
:;:j
- <:
o (;)
~
},.
~<
I
V)
~
\()
i-
Vl
<::l
2~
'"
o
z~
i-
<::l
<::l
CD
-<
~
>
-l
(J)0
fTlI
fTl
,-
(J)-
IZ
fTlfTl
IT! (J)
-l-l
fTl>
I~
~N
+
o
o
-1
(X31dlm O\f3Htl3^O t#) ,6tl 3^OV'l3~
O]lOd HJ\f3 .:10 Tv'JldAl
310d on jO 30lSNI dn ONV 01 md VW~j
3~IM V009 'nJ l-ll# ,Ot :l 11V1SNI
J^d ,Sl (ON~ Ol# ~ nJ9#-r) 11V1SNII
111.:l)lJ'v'8 ~ HJN]~l d3]O ..or-,t~l ]OI^O~d
(l-m/ l 11V130 ~NI1H~1l ]]s)
]SV8 NI 11nONOJ OX] 30lSNI ]^331S -
01 03 V'iO~j 11nONOJ J^d X]l.:l ..l 11'v'lSNI
1V1S303d HSnlj 11'v'lSNI
-'~""'''''''''''''.-.....,....,.. """~--'-""''':':...........
- ! --~ '-
- ss
r---
r--l
r- I
L-- _---.J
1-
f
00+0 L
:>
I
- -
1.33l::1l.S l.Sl::Il.:J
L-_I
L_--.J
(t -mil 11'v'130 33S)
^ 18V'i]SS'v' IH~11 M3N 11'v'lSNI
.... I ,
~~
;--.--
f'
:5
I r---1
r---~
- ---------==--1
J
f?
{}
d9n
--d90
- _-d.9n-
(X31dl~1 O\f3HmM t#) ,l ~l ON'v'
'] 'v'8 ]13~JNOJ '3S'v'8 ~]V'i~OjSN'v'm '310d IH81l ]^0V'i3~
m
z
z
-
en
en
-I
JJ
m
m
-I
_ i
I I
OJNO 'lSIX3 3J'v'ld3~/3^0V'i3~
I 0:303]N V -JNOJ olSIX3 1nJ M'v'S
! I II
:~ '~'}r
I'
OJNOJ odS'v' o1SIX3 3J'v'ld3~/]^0V'i3~ -
HJN3~1 -JO 3~03 V'iO~j 30lS HJ\f3 ,l >lJ'v'8 1nJ M'v'S .
I,
, I
^d ..~'l (ON~ 0 l# ~ nJ9#-r) 11'v'lSNI
111.:1 J'v'8 ~ HJN3m d3]0 ..or - ,l9l ]OI^O~d
~
)>
UJ-l
fTl0
fTlI
(J)c
IZ
fTlfTl
fTlUJ
-l-l
IT] )>
Il!)
N+
(J1
o
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
..,
!
~ v-3
Q
~ '" '"i
~ ~i;!,
'!I~~
~~~~Q
o C) . "I
:~~al)~
! ~ ~~ ~ n
~~ ~'1i
~~~~:h.~
:::. ~~<
lZ~ l'2
~ g b r:.J
~
I~c)
~il~
C)<:::i......
?~""
"" ~
~~::t
IC::::CJ
~I:::J~
IYJ"'Vj
I.J)<;)
z _
'"
~"
~
0.
00
@@ ~
~ ~
I' '"i
g V)
~
"''' ~
'"i
{ z......
--.....
~8?
/'
~:::j
"<
<;)
~
A
~<
;;t I
V)
~
.....
f\)
i-
~
~Cj
"
~.....
""
i-
I.J)
C)
<D
-<
~
s:
P
-I
(J)O
I'lI
I'l
r
(J)-
:rZ
I'll'l
1'l(J)
-1-1
I'lP
I~
01-1'-
+
01
o
~--..,.-
- - - .- - - - -
"
(lV:)ldAl) '310HONVH 01 I
310HONVH ~O~J 3~V NMOHS H)N]~I jO HION31
)Ad "C;' ~ (ONO 0 ~# ~ n)9#-r) llVISNI
lllj>l)V8 ~ H)N3m d330 "or-:, ~OG 30lAOtld
,~
I
, .
(X31dl~1 0\f3Htl3AO vi) ,Gal ONIf
'3SV8 313~)NOJ '3SV8 mV'l~OjSNV~1
'310d IHOll 'tlOHJNV 'AnO NMOO 3AO~3t1
t~t~
(llfJldAl) 310d 01 310d V'lO~j 3~N X31dl~1 ~Oj NMOHS H1;:JN31
(X31d'~1 0\f3H~3AO v#) ,L C;l ONV
'3S\;I8 313tlJNOJ '3S\;I8 tl3V'1~OjSNVtJ1 '310d 1H;:J11 3AOV'l3~
1
. :"=S-s ':"_.1 ss SS
(~-03/ l 11\;1130 33S)
A18~3SSV IHOI1 M3N 11V1SNI
'-
,""1-
. 71;:": ~
-rr
-d. .
,. .
{-\
~~ SS
L33' . . '-' ~.
( ~ -03 l 11V130 33S)
A18V'13SSV 1H;:J11 M3N 11V1SNI
(C;- 3 133HS NO 0 ~ -8 S310N 33S)
A1NO SllnONO) 11V1SNI --1
OO+tl
oo+rl
.L33l:1.LS .LSl:Il.::I
(I-m/l 11V130 33S)
A18~3SS\;I 1H;:J1l M3N 11VISNI
\,j
v
'vj,
,
,
93 I
g j 'JNOJ '1SIX3 tl30Nn "
~-~""<"" - llnONOJ ~I\d 09 H~S S L Hsnd
,,-, (X31dltll 0\f3HtJ3AO v#) ,ur ONV
\' '3SV8 313t1)NOJ '3SV8 t13V'1t10jSNVtJ1
=" "~ '\ '310" lH911 '~OH~NV 'An9 NMOO 3A0~3~
SSd33~\.C;v JAd 08~~JS '~C;I' ~ :z llV1SNI L Z t L Sd33MS .<;v IJ\d 08 HJS S ~ :z llV1SNI
d33MS .06\oAd 08 HJS ,S ~ : l 11V1SNI d33MS .06 jAd 08 HJS ..i:n : ~ llV1SNI
)Ad S~ (d~;:J O~# ~!n)9#'lr) 11VISNI )Ad "<;~ONO O~# ~ n)9#-r) llV1SNI
11L:I>I)V8 ~II H )N3tJl dr30 "bl fr' -,90l 30lAOtJd 'JNOJ 'lS/X] ]JVld3tJ/3AOV'l3tJ 111.:l>lJV8 ld HJNfil~1 d330 "or-,OilZ ]OI^O~d
m033N SV 'JNO) 'ISIX3 1nJ M\;IS II
\.J
\.J .
.. - \j
d~n
d~n
" . -"
__ , .i.-.oi.>. ~_ .-'--...__;;.' ~'-,--,--,-,>
,.. ,
-----_..._~-
.~-
--
. .
-,.. -.--- - -~.. -
j
1, ~ .
J\
,
)
.. \ I
d~n
60 il t
s:
)>
-I
(j)()
I'lI
I'l
r
~z
I'll'l
00 I'l (J)
-1-1
I'lP
I~
VJ N
+
o
o
...
.
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-------------------
I
,
~...- -..
1
I
I :
I
Ie.
I
,
I
I .
. j
I!
"
! '
1.1.{/
/z.,
I
I
I
I
I
I
I
I
I
I;
.!!
c
o
I~
I
I
I
I
I
I
I
I
x
~
o
Lf)
+
.q.-.q.-
~I
<(W
f-f-
(/)W
wW
ZI
_(/)
-l
W
IW
u(/)
f-
<(
::2
II I
REMOVE DOWN GUY, ANCHOR, LlPHT ~OlE,
TRANSFORMER BASE, CONCRETE !BASE,
l! I
AND 213' (#4 OVERHEAUl TRlilEX)
PUSH 1.5" SCH 80 PVC CONDUIT I
UNDER EXIST. CONC.
j I
I
UG
1'\
r
INSTAll NEW LIGHT ASSEMBLY
(SEE DETAil 1 /ED-1)
FIRST STREET
ss T
-1
~ w~1= ,vr ~ vtL=
V)
T
-ss
15 + 00
I
INSTAll CONDUITS ONLY
(SEE NOTES 8-10)
@
.....
W
W
c:r:
.....
en
Ic:r:
W
o
--'
<(
1'\-
-------
r-
'vv--i '.:.... l \ T \J
SS __ Ss --!- _L__ -
- --i- SS -~-l
14 -14
o
z
i=ZOl
IOCO
0- .
-f-.q.-
-lun
f-=>+
wn::Lf)
wf-,-
n::(/)
I-Z<(
(/)01-
u(/)
o
Z
W
NOTES:
1. LENGTHS SHOWN FOR ALL TRENCHING IS FROM HANDHOLE TO
HANDHOLE UNLESS SPECIFIED OTHERWISE.
2. LENGTHS SHOWN FOR ALL EXISTING OVERHEAD TRIPLEX TO BE RETIRED
ARE FROM POLE TO POLE.
3. PEDESTALS ARE TO BE LOCATED ON THE SIDE OF LIGHT POLES AWAY
FROM TRAFFIC UNLESS DEPICTED OTHERWISE.
4. ALL RETIRED STREET LIGHT POLES SHALL BE RETURNED TO THE CITY
POLE YARD AND STACKED NEA TL Y IN SPECIFIED AREA.
5. RETIRED STEEL TRANSFORMER LIGHT BASES SHALL BE SCRAPED.
6. RETIRED ALUMINUM TRANSFORMER LIGHT BASES SHALL BE RETURNED
TO THE CITY POLE YARD AND PLACED WITH THE RETIRED LIGHT POLES.
7. ALL EXISTING CONCRETE STREET LIGHT BASES TO BE RETIRED ARE TO
BE REMOVED AND DISPOSED OF BY CONTRACTOR.
ADDITIONAL WORK FOR FUTURE USE NOT SHOW ON DRAWINGS:
8. CONTRACTOR SHALL INSTALL ONE CONTINUOUS 1.5" SCH 80 PVC
CONDUIT 30" DEEP ALONG THE NORTH SIDE OF FIRST STREET EAST OF
STA 15+34.69 UNDER THE NEW SIDEWALK AREAS OF EXCAVATION.
9. CONTRACTOR SHALL INSTALL ONE CONTINUOUS 1.5" SCH 80 PVC
CONDUIT 30" DEEP ALONG THE SOUTH SIDE OF FIRST STREET EAST OF
STA 15+34.69 UNDER THE SIDEWALK AREA OF EXCA VA TION.
10. CONTRACTOR SHALL INSTALL ONE CONTINUOUS 2" SCH 80 PVC
CONDUIT AT A DEPTH OF 18", ABOVE THE 1.5" CONDUIT, THE ENTIRE
LENGTH OF EXCA VA TION ALONG THE SOUTH SIDE OF FIRST STREET.
11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING ANY
DAMAGE TO EXISTING UNDERGROUND UTILITIES, INCLUDING EXISTING
STREET LIGHT WIRING.
E-5
,.
..
I::)
I::)
r:t
'"-is
~~
I::)
l!)
i-
'l-
'"-
~
V)
I
i'!
<~
"C
it
~ ]S! '"
;'::::z
~ ~:
--- g!.'
-..J z-
h.. ii ~
4.J ~ I;l
~ u>
I-::::
V) '"
o
h.. I
V) :;
9:: 8
~"Ii!
<<
00
.
~
L<
N3z
g ~~~
t >'~~ ~
fil ti~~
~ ~ci~
UJ ct:o:::~ u
Cl a..oo
r~ ~ l!)
~___l!)
::jC:'lt8
I:J::JI
:t:~~
Cl;) I.. '<t-
'<t-'<JI
~I::)
-..J:va
;c~Cl;)
(j0::l~
t3
~ ~~ ~
(5 ;;;l
<~&l ":::
"'I:: ~ q g ~
.. u...
....... ~ ~ ~
9::0 "'-
C)18~~
Q~~~~
L.... a: j; ~ ~
c::szon-c::o...
~...; t-
~h~
h.. "' ,.,
G
@D
I
I
.
.!
;;:
I
I
I
I
I
I
I
I
I
I
I-
I-
I~
I
I~
I'i
..
1-0
0::
~
SEC11ON@
USE EXISTING LUMINARIES '"
~.:-~~
T
30"
1
EXISTING ""7
LIGHT, TllR
,,"~14
~
~
~
QUANTITY
1
1
1
4
8
1
6 ft
2
2
1
16 cuft
1
45 ft X 2
1
24 ft
32 ft
~e
GROUT
. .... ~..' .
. - ,". .
. .. ..1_.
0" ..... .
DIRECTION OF TRAFFIC - ~
CURB
ITEM
of. Fuse, 5 AMP
10. Street Light Standard, 30ft
lb. Bracket Arm, 8 ft.
Id. Bolt, onchor 1" .x 36"
Ie. Nut 1". washer 1"
If. Weatherproof GFI Receptacle
Uc. Conduit, 114" fiex PVC
Ug. Sweep, 1112", 90' SCH 80 PVC. 24"R
Ui. Bell end, 1112" PVC
Us. Sonotube, 22" X 5 ft
Ut. Concrete
Uv. Fuse, fiood seal street light kit
Uw. Wire, #12-2 CU & Gnd, 600V
Ugu. Handhole W~graY lid
Ur1. Rebar, #4 5 hoops, spaced l' o.c.)
Ur2. Rebor, #7 8 verticals, spaced evenly)
STREET LIGHT ASSEMBLY
NOT TO SCALE
NOTES:
1. Ground wire to be located On the side of
pole oposite roadway and in quadrant opposite
climbing space or pole top pin.
2. Staples On ground wire sholl be 2 ft. aport,
except for 0 distance of 8 ft. above and 13 ft.
from top of pole where they sholl be 6 inches
aport.
3. G:~und wire to c1rar 011 hardware by 2 inches
minimum and sholl be stapled to maintain this
position.
4. Top of ground rod ahall be minimum 2 inches
below grade.
ITEM
p. Connector,#6 SOL vise cu (Forgo)
01. Ground rod 5/8" X 8 ft. Copperbonded
oj. Clamp, ground rod 5/8" bronze
01. Staples
c j. Wire, cu, #6 Sol.
QUANTITY
1
1
1
1 box
30 ft
NOT TO SCALE
RISER POLE GROUNDING
10 FT. MIN.
TO GRADE
ITEM
c. Bolt, machine, galv.:vB" x 12"
d. Washer, 314" x 314" x 14", curved
p. Split-Bolt Ground Connector
u1. Grip, guy wire, preformed, 10M Alumoweld
u2. Grip, guy wire, strand vise, 10M automatic
v. Pole Eye Attachment Plate
w. Insulator, porcelain, stroin 10,000 Ibs.
y. Wire, guy, 10M Alumoweld 10,000 LBS.
at. Marker, guy, plastic yellow
ow. Spring Washer. 5/8"
DOWN GUY ASSEMBLY
NOT TO SCALE
.....
QUANTITY
1
1
1
3
1
1
1
35 ft
1
1
ITEM
j. Screw. log lo':z" X 4"
po. Weatherhead, 1.5"
pb. Brocket. pale riser stand-off, 12"
pc. Clomp, 1.5" conduit support
Ug. Sweep, 1.5" 90'
Ugc. Conduit, 1.5" PVC sch 80
- DIRECTION OF TRAFFIC
STREET
C[)NDUlT~PIlLE
STANDDFT
lOCA TiON DETAIL
QUANTITY
12
1
6
6
1
30 ft
1.5" PVC RISER ASSEMBLY
NOT TO SCALE
ANGLE W T(] BE 'WITHIN
10 LEGREEs [If" ANGLE 'B-'
ITEM
x. Rod, anchor -~" x 7 ft
z. Anchor, screw - 8" single
ch. Eye, triple
Gft MIN
QUANTITY
1
1
1
NOT TO SCALE
ANCHOR ASSEMBLY
ID
z
o
'"
~
lr)
~
~
L.w
C)I'!
<
-.....10
U
A:
"
~< o~l
Cd; <
>:z
'" .
~:-
a::w
8:i
~M
lS,:
~
o
I
!
~~
<<
00
~
..
:c<
G c;;a~w
~ 8w~~
fu ).~~~~
S I-~O
z ULi:ct:>
~ au:~
~ g::s ~
lr)5,?:g
~C):g
C)~I
::t:~~
(Q I.. 'I-
'1-"-'1
-.....I~C)
~~~
UOjI
......
t]
N";:il...
"-' Q. - :!l
C,jtj~~...
<: zm ._
"'C 6 ci ~ C?;
en ffia: ~ r!.
Ii! h.. j!:: '" ~
if'\.. <:> ill ~
o~ -.... ~ g
OJ '-J "'... n
2Q.~l!!~;;;
~...z
~ a:~ ~ ~
CJ~~~Q.
>... ~ N ~
h..~n
ts
~
ED-1
.'.---"
</.t.o~:t,
ESCROW AGREEMENT for RETAINED PERCENTAGE
Eastern Corridor Phase II, Area 2, Project 06-21
Escrow No.: III nODloq IS
City of Port Angeles Contract No. 06-21
Completion Date:
TO:
THIS ESCROW AGREEMENT is for the investment of the
retained percentage of the above contract, in accordance with
chapter 60.28 of the Revised Code of Washington. It is limited
to FDIC insured Washington State Chartered Banks who are
covered by the State of Washington Public Deposit Protection
Act. ~
The undersigned, YAml". (\ ~~fI~ (a? .
"Contractor"), has directed the CITY OF PORT ANGELES (as
"City"), to deliver to you its warrants which shall be payable to
you and/or the contractor. The warrants are to be held and
disposed of by you in accordance with the following instruction:
INSTRUCTIONS
1. Upon delivery the warrants shall be endorsed by you
and forwarded to the City for collection. You shall use
the monies to purchase investments selected by the
Contractor and approved by the City. You may follow the
last written direction received by you from the
Contractor; for each purchase, provided the direction
otherwise conforms with this agreement. Acceptable
investments are:
A. . Bills, certificates, notes or bonds of the United
. States; - .-
B. Other obligations of the United States or its
agencies;
C. Obligations of any corporation wholly owned by
the Government of the United States;
D. Indebtedness of the Federal National Mortgage
Association;
E. Time deposits in commercial banks;
F. Other investments, except stocks, selected by the
Contractor, subject to express prior written
consent of the City.
2. The investments shall be in a form which allows you
alone to reconvert them into money if you are required to
do so by t/:1e. City.
3. The investments must mature onor prior to the date set
for the completion of the contract, including extension
there of or thirty (30) days following the final acceptance
of the work.
4. When interest on the investments accrues and is paid,
you shall collect the interest'and forward it to the
Contractor unless otherwise directed by the Contractor.
5. You are not authorized to deliver to the Contractor all or
any part of the investments held by you pursuant to this
agreement (or any monies derived from the sale of such
investments, or the negotiation of the City's warrants)
except in accordance with the written instructions from
the City. Compliance with such instructions shall relieve
you of any further liability related thereto.
6. In the event the City orders you; in writing, to reconvert
the investments and return all monies, you shall do so
within thirty (30) days of receipt of the order.
7. The Contractor agrees to compensate you for your
services in accordance with your current published
CITY OF PORT ANGELES
Project NO.06-21
schedule of applicable escrow fees. Payment of all fees
shall be the sole responsibility of the Contractor and shall
not be deducted from any monies placed with you
pursuant to this agreement until and unless the City
directs the release to the Contractor of the investments
and monies held hereunder, whereupon you shall be
entitled to reimburse yourself from such monies for the
entire amount of your fee.
8. This agreement shall not be binding until signed by both
parties and accepted by you.
9. This document contains the entire agreement between
you, the Contractor, and the City, with respect to this
Escrow, and you are not a party to, nor bound by any
instrument or agreement other than this. You shall not be
required to take notice of any default or any other matter,
nor be bound by nor required to give notice o'r demand,
nor required to take any action whatever except as herein
expressly provided. You shall not be liable for any loss or
damage not caused by your own negligence or willful
misconduct. . '''-..
.' ,,~
By;.
, '., .,i .;~
~<)\ch,,(\.t
Add'e"~{~~~~~
DATE: 1. Lf ,09
:~TYO~ ;!;r
Title: c.1t'1 ~ tile er
DATE: . ;.e.../t.{- 0 9
THE ABOVE ESCROW AGREEMENT RECEIVED AND
ACCEPTED on the _day of , 20_.
BANK
BY:"0\QAO .t'in ",l\Q.J~---- _
Tille:---f\ 0; .1 "") L~l (57...1'.--1, -ro ~
Address:
DISTRIBUTION:
City Clerk
Financial Institution
Contractor
File Copy
II-6
May 2008