HomeMy WebLinkAbout4.641 Original ContractI
1
I
I
1
I
I
I
I
1
I
I
1
1
t
I
1
PROJECT MANUAL
for
FIRST PEABODY AND FRONT LINCOLN SIGNALS
PROJECT NO. 08 -06
For information regarding this project, contact
Jim Mahium, City of Port Angeles
360- 417 -4701
CITY OF PORT ANGELES
WASHINGTON
March 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
I
C014 C 0 la ME t Co
P
P W 0407 01 Part01 doc [Revised March 2008
I 2008]
L• (q t o
I
I
I
I
I
I
I
I
I
I
I
I
I
James M. Mahlum
Civil Engineer /Project Manager
Attachment. Bid Form page 2 of 3
W A S H I N G T O N U.S.A.
PUBLIC WORKS UTILITIES DEPARTMENT
ADDENDUM NO. 2
TO
PROJECT MANUAL
FOR
First Peabody and Front Lincoln Signals
PROJECT NO. 08 -06
I NOTICE TO PROSPECTIVE BIDDERS
Bid Opening March 9, 2010
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are
amended as follows:
Bid Form
1. Bid Item 5, "Construction Signs Class A inadvertently had the quantity left out. The
quantity for this project is 128 Square Feet (SF). New Bid Form is attached.
I The Bid Opening date and time has not 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
N PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual\Bid Project Manual\Addendums\Addendum No 2 doc
BID FORM
Page 2 of 3
Standard UNIT
ITEM Specification DESCRIPTION QTY. UNIT PRICE AMOUNT
Base Bid
1 1 -04 MINOR CHANGE 2 I EACH 5000 00 I $10,000 00
2 1 -07 SPILL PREVENTION CONTROL 1 L.S.
PLAN
3 1 -09 MOBILIZATION I 1 L.S.
4 I -10 TEMPORARY TRAFFIC CONTROL I 1 L.S.
5 1 -10 CONSTRUCTION SIGNS CLASS A I 128 S.F.
6 8 -20 SIGNAL RECONSTRUCTION AT 1 L.S.
FRONT LINCOLN COMPLETE
7 8 -20 SIGNAL RECONSTRUCTION AT 1 L.S.
FIRST PEABODY COMPLETE
I
I I I
I I I I I
I I I
Total Bid Amount
I -10
N \PROJECTS\08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual\Addendums \Addendum No 2 doc
WASHINGTON, U S A
PUBLIC WORKS UTILITIES DEPARTMENT
ADDENDUM NO. 1
TO
PROJECT MANUAL
FOR
First Peabody and Front Lincoln Signals
PROJECT NO. 08-06
NOTICE TO PROSPECTIVE BIDDERS
Bid Opening March 9, 2010
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are
amended as follows:
Bid Form
1. Delete Bid Items 8 9 from the bid form. New Bid Form is attached.
Part IV Special Provisions
1. Delete the reference to the Wages General. This is a local agency project therefore there
is no requirement for Federal Wages, only Washington State Prevailing Wages will
apply.
2. All references to a Pole Mounted Cabinet shall be deleted. The cabinet will be the
WSDOT Olympic Region Type "P" (double door) cabinet and will be supplied by
WSDOT and City of Port Angeles. (Detail is attached)
3. The Contractor shall provide and install the service cabinet which shall be Modified Type
B, Standard Plan J -3b. The breaker schedule is attached.
4. The existing wood poles, for the existing signal system, shall be removed by the
contractor and holes repaired with in -kind surrounding material. All work, equipment
and material shall be included in the contract bid price for "Signal
Reconstruction .Complete
5. The City of Port Angeles intends to use as much of the existing equipment in the project.
At First Peabody we have identified 7 existing signal heads, all on span wire, and there
are no pedestrian heads. The pre emption equipment is existing and shall be incorporated
into the new signal system. Because the existing system at First and Peabody is a span
wire system, the existing signal heads will require new mounting hardware to be mounted
on the mast arms. All pedestrian heads at First and Peabody are new and will require
new mounting hardware.
N \PROJECTS \08 -06 1st Peabody Sigoal- Gateway Signal \12 Project Manual \Bid Project Mannal\Addendums\AddendumNo I doc
1
At Front and Lincoln the existing signal and pedestrian head shall be used and if needed
new mounting hardware may be required and field fitted.
6. Because the signals are pre -timed there is no need for pedestrian buttons. Any references
to the pedestrian buttons, is for future use only.
7. The system shall include terminal cabinets as per WSDOT Olympic Region
specifications.
8. A point of clarification is that the run across First Street, the contractor will be allowed to
open cut the trench. The roadway section consists of approximately 6" to 8" of asphalt
and 6" to 10" of concrete. The exact depths are unknown and any additional depth
beyond what is given will not be considered for extra payment. The trench shall be back
filled with CDF to the top of the concrete and then asphalt installed to match the existing
depth. All work, equipment and material shall be included in the contract bid price for
"Signal Reconstruction Complete
The Bid Opening date and time has not 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.
es M. Mahlum
Engineer/Project Manager
Attachment: Bid Form page 2 of 3
Breaker Schedule
Foundation Detail
Type "P" Cabinet detail (Cabinet to be supplied by WSDOT City)
N 1PROJECI S \OS -06 1st Peabody Signal- Gateway Stgnal112 Project Manual\Bid Project ManuaMddendums\Addendum No I doe
Standard
ITEM Specification
1 1 -04
2 1 -07
3 1 -09
4 I 1 -10
5 I 1 -10
6 8 -20
7 8 -20
DESCRIPTION QTY.
Base Bid I I
I MINOR CHANGE I 2 I EACH
SPILL PREVENTION CONTROL 1 L.S.
PLAN
I MOBILIZATION 1 I L.S.
I TEMPORARY TRAFFIC CONTROL 1 I L.S.
I CONSTRUCTION SIGNS CLASS A I I S.F.
SIGNAL RECONSTRUCTION AT 1 L.S.
FRONT LINCOLN COMPLETE
SIGNAL RECONSTRUCTION AT 1 L.S.
FIRST PEABODY COMPLETE
BID FORM
Page 2 of 3
I -10
UNIT
UNIT PRICE AMOUNT
I I 1
I I I
1 I I I
I I I
Total Bid Amount
5000 00 I $10,000.00
N \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal\l 2 Pi oject Manual\Bid Project Manual\AddendumslAddendum No 1 _doe
CIRCUIT
MAIN
SIGNAL
ILLUM. A
ILLUM. B
BREAKER SCHEDULE
BREAKER I CONTACTOR
I 2P -100 AMP
1P -50 AMP
FUTURE
I FUTURE
GROUND ROD@
24"
CV
2
CONTROLLER
CABINET
I
1
26"
SERVICE
CABINET
,17
2"
24"
N
#4 BAR EACH CORNER/ O GROUND ROD.'
PLAN VIEW OF MODIFIED TYPE B SERVICE CABINET
AND NEMA P44 CONTROLLER CABINET
(NOT TO SCALE)
FOUNDATION SHALL MEET ALL REQUIREMENTS
OF STANDARD PLANS J -3b AND J -6c.
TWO #4 HOOPS
ANCHOR BOLT (TYP.)
0 DRIVE GROUND RODS BEFORE PLACING
CONCRETE. MOVE ROD(S) AND DRAIN
TILE(S) WITH COVER(S) AS REQUIRED TO
ACHIEVE FULL GROUND PENETRATION.
MAINTAIN A 6' MINIMUM CLEARANCE
BETWEEN GROUND RODS AS DETAILED
ON STD. PLAN J -9a "TYPICAL GROUNDING
DETAILS
O ALL CONDUITS PENETRATING CABINET
SHALL BE TERMINATED WITH GROUNDING
END BUSHING AND BONDED TO THE
CABINET GROUNDING BUS.
4" DIAM. x 1/2" DEEP SUMP. SLOPE
FOUNDATION TOWARDS SUMP. 3/8" DIAM.
POLYETHYLENE OR COPPER DRAIN PIPE.
SLOPE TO DRAIN OUTSIDE FOUNDATION.
0 TO SERVICE GROUND PER STD. PLAN J -9a
"TYPICAL GROUNDING DETAILS"
1
i
1
TYPE "P" CABINET
44.50
3.125
X15.00 -1- -14.00 _J
BOTTOM
44.00
VIEW
CONDUIT ZONE ANCHOR BOLT LOCATION
54.75
600
34.50
f- CONDUIT ZONE
s f 19.00
I 8
5 80
a ___1 3.50
4____ f
20 .37 P
40.50
---p, 8 00 e-- 26 00
26 00
'age 5
l vided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com Always Verify Scale
10 SLOPE
26.00
ALL MIENS IONS
IN INCHES
Safety &gnat Systery
Drawn by;A11en WW1
AprII 24,7987
1
1
CITY OF PORT ANGELES
WASHINGTON
March 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
Prepared b.: James M. Mahlum
i-' L
P oject Engineer
Revie ed Stephen P. Sperr
City'Enginee
PROJECT MANUAL
for
FIRST PEABODY AND FRONT LINCOLN SIGNALS
PROJECT NO. 08 -06
F pORT 4
rti:"
ac,tid
711111111111111./
RKS AN
Rev ed by: en Dickson
i Attorney
ssistant y
TABLE OF CONTENTS
FIRST PEABODY AND FRONT LINCOLN SIGNALS
PROJECT NO. 08 -06
PART I BIDDING REQUIREMENTS:
Page 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 -11
Bid Security Transmittal Form 1 -12
PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT
Contract 11 -1 -4
Performance and Payment Bond II- 5
Escrow Agreement for Retained Percentage II- 6
Certificate of Insurance (provided by bidder)
PART III AMENDMENTS TO THE STANDARD SPECIFICATIONS
PART IV SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS
PART V ATTACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Request For Information (RFI) and Construction Change Order (CCO) Forms
C. Contractor's Application for Payment Form
D. Request for Approval of Material Form
E. Request to Sublet and Subcontract Certification Forms
F. Project Plans (8 Pages)
PART I
BIDDING REQUIREMENTS
I
I
t
I
I
I
I
I
I
I
t
1
I
I
I
Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street,
P. O. Box 1150, Port Angeles, Washington 98362, until 1:30pm, March 9,2010, 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:
Cc: NPBA
ADVERTISEMENT FOR BIDS
FIRST PEABODY AND FRONT LINCOLN SIGNALS
PROJECT 08 -06
City of Port Angeles
Signal revision and sidewalk replacement
The City Engineer's estimate for this project is between $100,000 and $150,000. The time of
completion (performance period) for this project is 30 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
Jim Mahlum, Project Manager, at jmahlum @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
1 Publish: Peninsula Daily News [February 21 and 28, 2010]
I
1
I
I
I
I
I
I
1
I
I
I
I
I
II
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 necessary 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 may be extended by mutual
agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar
day period or within the period mutually agreed upon, 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
1 -4
BIDDER'S CHECKLIST
1 Has the Bid Security Transmittal form been completed, either by (1) attaching a bid
deposit in the form of a postal money order, cashier's check or other security and
filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the
proper form and filling out the section of the form below the words "Bid Bond
2. Is the amount of the bid deposit at least five percent (5 of the total amount of the
bid?
3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid
Form?
7. Has the non collusion affidavit been properly executed?
8. Have you shown your contractor's state license number on the Bid Form?
9. Have you included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
9. Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
10. 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).
STATE OF WASHINGTON
COUNTY OF CLALLAM
NON COLLUSION AFFIDAVIT
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.
Signature'of adder /retractor
Subscribed and sworn to before me this 8th day of MARCH
Notary Public in and for the
State of Washington.
Residing at PORT ANGELES
My Comm. Exp.: JANUARY 28, 2012
1 -6
I Page 8 Non Collusion Affidavit
Provided to Builders Exchanae of WA Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
,2010
BIDDER'S CONSTRUCTION EXPERIENCE
1
Answer all questions and provide clear and comprehensive information
0 Name of bidder. OLYMPIC ELECTRTC. CO... TNC
Registration Number OLYMPEC91 5N6
2. Permanent main office address: 4230 TUMWATER TRUCK RTE
PORT ANGELES, WA 98363
3. When organized. 1946
4. Where incorporated: WASHINGTON
5. How many years have you been engaged in the contracting business under your present firm
name? 64 yrs
6 Contracts on hand (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number
SEE ATTACHMENT A
7. General character of work performed by your company ELECTRICAL
8 Have you ever failed to complete any work awarded to you? NO
If so, where and why?
9. Have you ever defaulted on a contract's NO
10. List the more important projects recently completed by your company, stating approximate cost
for each the month and year completed, contact name and phone number.
SEE ATTACHMENT B
11. List your major equipment available for this contract: SEE ATTACHMENT C
12. Experience of bidder in construction similar to this project in work and importance:
8th PINE TRAFFIC SIGNAL, MARINE DR. SIGNAL, HWY 101 SIGNAL,
RIVER ROAD SIGNAL— SEQUIM, 5th HENDRICKSON SIGNAL— SEQUIM
13. Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City? YES
Add separate sheets if necessary
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information
requested by the City of Port Angeles
Date. 1 U
Bidder's Signature:
Print Name:
�s
4;14,4
Title:
1 -7
Page 9 Bidder's Construction Experience
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
1
Project Name CITY OF PORT ANGELES, FIRST PEABODY, AND
FRONT LINCOLN SIGNAL RECONSTRUCTION
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 DAVID SONS
Work to be Performed SAWCUTING
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor List
Prepared in compliance with RCW 39.30 060 as amended
To Be Submitted with the Bid Proposal
2 GRADE
EXCAVATION SAWCUTTING
WESTSIDE CONCRETE
SIDEWALK REPAIR
LAKESIDE INDUSTRIES
TRAFFIC CONTROL
RJ SERVICES
EXCAVATION
1 -8
Page 10 Subcontractor List
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
Project Name CITY OF PORT ANGELES, FIRST PEABODY, AND
FRONT LINCOLN SIGNAL RECONSTRUCTION
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 electncal 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
Subcontractor List
Prepared in compliance with RCW 39.30 060 as amended
To Be Submitted with the Bid Proposal
TRENCHLESS CONSTRUCTION SERVICES, LLC
DIRECTIONAL DRILLING
D &H ENTERPRISES
DIRECTIONAL DRILLING
1 -8
Page 10 Subcontractor List
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale
PROJECT-TITLE
ATTACHMENT A
GENERAL CONTRACTOR AMOUNT END DATE
ELWHA RIVER RESTORATION PROJECT WATTS CONSTRUCTORS $3,500,000 00 2010
WALT SCHWARTZ 360 457 2484
6625 WAGNER WAY NW STE. 360
GIG HARBOR, WA 98335
DOWNTOWN AMBULATORY HEALTH CENTER DRURY CONSTRUCTION $481,000 00 2010
ROGER WAGNER 360 394.6000
19302 POWDER HILL PL. STE 100
POULSBO, WA 98370
VISITOR PLAZA CONVERSION COTTON BUILDING FISCHER GENERAL CONTRACTING $58,820.00 2010
DAN FISCHER 360 697.5402
1236 NW FINN HILL RD
POULSBO, WA 98370
SCHOOL DISTRICT 121 EXHAUST UPGRADE HOCH CONSTRUCTION $19,234 00 2010
RICK HOCH 360 452 5381
4201 TUMWATER TRUCK RTE
PORT ANGELES, WA 98363
PENINSULA PLYWOOD LIGHTING RETROFIT OLYMPIC ELECTRIC CO INC. $72,112 00 2010
MIKE RUTTEN 360.457 5303
4230 TUMWATER TRUCK RTE
PORT ANGELES, WA 98363
PENINSULA COLLEGE BUILDING D
OLYMPIC ELECTRIC CO INC $38,640 44 2010
TIM AMIOT 360 460.8003
4230 TUMWATER TRUCK RTE
PORT ANGELES, WA 98363
Project Name /Description
Elwha Water Treatment Plant
Electrical for new plant
Port Angeles Water Treatment Plant
Electrical for new plant
Fort Flagler State Park
Sanitary Sewer Improvement Project
Costco Wholesale
All electrical for new building
7 Cedars Longhouse
All electrical for new building
Sequim Village Marketplace
Site Electrical high voltage for Home Depot
8 Street Bridge Replacement
Traffic signals, bridge lighting,
Street lighting, high voltage reroute
Mt. Pleasant Underground Utility Relocation
Overhead to underground utility
Cedar Ridge Development
Underground utilities, street lighting
RECENT PROJECTS FOR OLYMPIC ELECTRIC CO., INC.
Location
Port Angeles Current 2,000,000 Watts Construction
Walt Schwartz
(253) 853 -3311
Port Angeles Current 1,500,000 Watts Construction
Walt Schwartz
(253) 853 -3311
Port Townsend 10/08 8/09 1,280,183 Seton Construction
4640 Discovery Road
Port Townsend, WA 98368
(360) 385 -0301
Sequim
Sequim
Sequim
Port Angeles
Port Angeles
Sequim
Date
5/06 8/06
9/07 4/08
9/04 2/05
6/08 3/09
9/06 10/06
9/06 5/07
Electrical Client Phone
$1,120,415 Lydig Construction
Hans Hansen
(425) 885 -3314
$1,033,001 Aecon Building Inc.
Neil Ruud
(425) 774 -2945
$759,101 SD Deacon Corp.
Mike Mahoney
(425) 284 -4000
$714,288 Parsons
Greg Bennett
(253) 876 -1392
$563,194
I
1-3
H
C)
x
Clallam County Public Works
(360) 417 -2379 1-3
ho
$457,994 Cedar Ridge Assoc. LLC
(360) 809 -0164
Project Name /Description
Downtown Ambulatory Health Center
All electrical for state of the art medical facility
Makah Water Treatment Plant
All electrical for new plant
Johnson Creek Substation
Erect steel, electrical
Hendrickson Rd CRP C1115
Overhead to underground utility
International Gateway
Transportation Center
All electrical for site, building,
Parking garage
Blyn Substation
Makah Replacement Distribution System
Fairchild International Airport
Runway Lights
Hwy 112 Safety
Point Hudson Marina
All electrical for new docks
RECENT PROJECTS FOR OLYMPIC ELECTRIC CO., INC.
Location
Port Angeles
Neah Bay
Sequim
Sequim
Port Angeles
Sequim
Neah Bay
Port Angeles
Neah Bay
Port Townsend
Date
Current
1/07 9/08
1/08 9/08
4/06 6/06
4/08 4/09
4/08 6/08 $284,113
9/05 12/05 $224,773
6/08 8/08 $215,311
5/07 —10/07 $190,076
Electrical Client Phone
$450,000 Drury Construction
Roger Wagner
(360) 394 -6000
$432,750 Fischer General Contracting
(360) 697 -5402
$406,035 Clallam County PUD
Quimby Moon
(360) 452 -9771
$343,026 Bruch Bruch
(360) 452 -5388
$363,743 Primo Construction
(360) 683 -5447
7/04 —12/04 $318,439 Clallam County PUD
Quimby Moon
(360) 452 -9771
Makah Tribal Council
(360) 645 -3116
Lakeside Industries
(360) 452 -7803
Petersen Brothers, Inc.
(253) 863 -8136
Caicos Construction
(360) 297 -5636
M r MN NM MD I NM MN M MB NM IN MI NI NM NM In I MI
N. 5 Ave E. Hendrickson
RECENT PROJECTS FOR OLYMPIC ELECTRIC CO., INC.
Sequim 11/07 4/08 $172,118 Lakeside Industries
Traffic Signal (360) 452 -7803
EQUIPMENT AVAILABLE FOR WORK:
.DESCRIPTION
ROTARY HAMMERS
DBAND SAWS
CORE DRILLS W/ BIT
PVC BENDER OVEN
BENDER
THREADER 2"
THREADER 4"
AN,QERSOIstTQQL
BURNDY TOOL
WIRE PULLER (TUGGER)
VACUUM. FISH SYSTEM:
KO SET
RADIOS
RECORDING AMMETER
GENERATOR MULTIPLE)
GANG BOXES
SCAFFOLDING (APPROX. 35'
SUBMERSIBLE PUMP
BOOM TRUCK
BUCKET TRUCK
VANS 3/4 AND 1-TON
PICK -UP TRUCKS (1/2 AND 3/4 TON
FLAT BED (1 -TON
DITCH -WITCH TRENCHER
BOBCAT MINI EXCAVATOR
JOB SHACKS
TAMPER RAMMER
ALL EQUIPMENT IS LOCATED IN PORT ANGELES
REVISED 03/2010
AGE
LESS THAN 7 YEARS
LESS 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN-7 YEARS_
LESS THAN 7 YEARS
LESS THAN 7 YEARS
-1 -EaS. THAR 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
LESS THAN 7 YEARS
1991
2002
1989 TO 2007
1990 TO 2009
2002
2000
2006
4
2007
ATTACHMENT C
CBIC EHL
Surety Agent
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER: OLYMPIC ELECTRIC CO. INC. REGISTRATION NO.: OLYMPEC915N6
DATE: 03/08/2010 UBI NUMBER: 600 265 927
STATE EXCISE TAX NO.: 600 265 927
EMPLOYMENT SECURITY NO.: 431732 -00 -2
The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this
bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made
without any connection or collusion with any other person making a bid on this project.
The bidder further declares that it has carefully examined the plan, specifications, and contract
documents, hereinafter referred to as the Project Manual, for the construction of the proposed
project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to
the types and quantities of materials, the types of equipment, the conditions of the work involved,
including the fact that the description of and the quantities of work and materials, the types of
equipment, the conditions of and the work involved as included herein, are brief and are intended
only to indicate the general nature of the work and to identify the said quantities with the
corresponding requirements of the Project Manual; and that this bid is made in accordance with the
provisions and the terms of the Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the interpretation of
surface information and has utilized all data which it believes is pertinent from the City Engineer,
hereinafter also referred to as the City or Owner, and such other source of information as it
determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING
OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of
the work:
BID FORM
Page 1 of 3
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:
1213 VALLEY ST. SEATTLE, WA
Surety address
MARK NOMA 206)622 -7053
Surety Contact and Phone Number
1 -9
340 W. WASHINGTON SEQUIM,WA
Agent Address
WENDY DAILY 360)683 -7966
Agent Contact and Phone Number
Page 11 Bid Form
Provided to Builders Exchange of WA, inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
1
1
Standard
ITEM Specification
I
l I 1-04
2 1-07
3 1 1-09
4 1 1 -10
5 1 1 -10
DESCRIPTION
Base Bid
MINOR CHANGE
BID FORM
Page 2 of 3
SPILL PREVENTION CONTROL
PLAN
MOBILIZATION
TEMPORARY TRAFFIC CONTROL
CONSTRUCTION SIGNS CLASS A
6 8 -20 SIGNAL RECONSTRUCTION AT
FRONT LINCOLN COMPLETE
7 8 -20 SIGNAL RECONSTRUCTION AT
FIRST PEABODY COMPLETE
I -10
QTY. UNIT
2 I EACH
1 L.S.
1 I L.S.
1 I L.S.
128 I S.F.
1 L.S.
1 L.S.
UNIT
PRICE AMOUNT
5000.00 $10,000.00 so
150.00
5,000.00
9,000.00
9.00
17,174.00
86,296.00
li ge 2 Bid Form
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
N:IPROJECTS\08 -06 1st Peabody Signal- Gateway Signal l2 Project Manual\Bid Project Manual\Addendums\Addendum No 2.doc
1 50.00
5,000.00
9,000.00
1,152.00
17,174.00
86,296.00
Total Bid Amount 11 2 8, 7 7 2.0 0
ADDENDA ACKNOWLEDGMENT AND RESPONSIBLE BIDDER CRITERIA
The bidder hereby acknowledges that it has received Addenda No(s). 2 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 OLYMPIC ELECTRIC CO. INC.
Complete address 423 0 TUMWATER TRUCK RTE PORT ANGELES WA 98363
(Street address) (State) (Zip)
Telephone No. 360) 457 -5303
Current Contractor's Registration No.
Current UBI No. 600 265 927
Current Industrial Insurance Acct. No. 374,998-00
Current Employment Security Acct. No. 431 732 -00 -2
Current State Excise Tax No. 600 2 6 5 927
By signing below the bidder acknowledges it has received any and all Addenda and represents it is
not disqualified from bidding on this Contract
Signed by
Printed Name:
Title
8/� T /5vd 4iv/I
BID FORM
Page 3 of 3
OLYMPEC915N6
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.
Page 13
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or
other security in lieu of a bid bond in the amount of 5% OF BID
which amount is not less than five (5 percent of the total b'
SIGN HERE.
Lam✓
BID BOND t
KNOW ALL MEN BY THESE PRESENTS.
That we, as Principal and as Surety, are held and
firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of
Dollars, for the 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
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case
of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the
advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force
and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond
SIGNED, SEALED AND DATED THIS day of 20
Principal
Surety Agent
Surety address Agent Address
Surety Contact and Phone Number Agent Contact and Phone Number
Dated
Received return of deposit in the sum of
BID SECURITY TRANSMITTAL FORM
1 -12
PLEASE SEE ENCLOSED BID BOND
FIRST PEABODY AND FRONT LINCOLN SIGNALS
PROJECT No. 08 -06
Page 14 Bid Security Transmittal Form
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see wwww bxwa corn Always Verify Scale
c
fNSURANGE
FIVE PERCENT OF THE TOTAL AMOUNT BID
Bid Bond
(Public Work)
Signed and sealed this 4 TH day of MARCH 2010
Know all by these presents, That we, OLYMPIC ELECTRIC COMPANY. INC as Principal,
and Contractors Bonding and Insurance Company,as Surety, are held and firmly bound unto CITY OF PORT ANGELES
By:
Premiuin
for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, firmly by these presents
Whereas, Principal has submitted or is about to submit a bid to the Obligee on a contract for
PROJECT 08 -06 FIRST PEABODY AND FRONT LINCOLN SIGNALS
"Project
Now, Therefore, the condition of this bond is that if obligee accepts Principal's bid, and Principal enters into a contract with the Obligee in
conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this
obligation shall be void, otherwise the Principal and Surety will pay to the Obligee the difference between the amour oldie Principal's bid and the
amount for which the Obligee shall in good faith contract with another person or entity to perform the work covered by the Principal's bid, but
in no event shall the Surety's and Principal's liability exceed the penal sum of this bond.
OLYMPIC ELECTRIC COMPANY, INC
Charles Buirdt
Contractors Bonding
and Insurance Company
1213 Valley Street
P.O. Box 9271
Seattle, WA 98109-0271
For the CBIC branch
nearest you, call Toll Free
(888) 283-2242
(888) 293 -2242 FAX
Obligee, in the sum of
Dollars, (5 5% of Bid
Contractors Bonding and Insurance Company
(Seal)
Pri .cipal
By:
Deana McIntyre At: ney- inF..1ct
BndBID 01- US032905
I Jt
It I
I
air
40*2
44044ko.. 444060...A4mo ...0,h30044..06hmi40-000‘01440,,s 4 14i 440 0 44 0 44 4 0 4
a il: 4 4!"11111$1;1114"141414244:44440:NOt404$419140g494401114:t.:404:006:tliegfil*ileitt
_INSURANCE
Not Valid for Bonds
Executed On or After:
Only an unaltered onginal of this Power of Attorney document is valid. A valid original of this document is printed on gray
security paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company")
The original document contains a watermark with the letters "cbic" embedded in the paper rather than printed upon it The
watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is
visible when the document is held to the light This document is valid solely in connection with the execution and delivery of
the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document
is valid only if the bond is executed on or before the date indicated above.
KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute
and appoint the following: DEANA M. MCINTYRE, WENDY F. DAILEY, RHONDA M. BYERS
and JOHN M. RALSTON its true and lawful Attorney(s)-in-Fact, with full power
and authority hereby conferred in its name, place and stead, to execute,
acknowledge and deliver on behalf of the Company: (1) any and all bonds and
undertakings of suretyship given for any purpose, provided, however, that no
such person shall be authorized to execute and deliver any bond or undertaking
that shall obligate the Company for any portion of the penal sum thereof in
excess of $10,000,000, and provided, further, that no Attorney-in-Fact shall
have the authority to issue a bid or proposal bond for any project where, if a
contract is awarded, any bond or undertaking would be required with penal sum
in excess of $10,000,000; and (2) consents, releases and other similar
documents required by an obligee under a contract bonded by the Company. This
appointment is made under the authority of the Board of Directors of the
Company.
I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington
corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and
has not been revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the
reverse are now in full force and effect.
R., Kirk Eland, Secretary
CBIC 1213 Valley Street P.O. Box 9271 Seattle, WA. 98109-0271
(206) 622-7053 (800) 765-CBIC (Toll Free) (800) 950-1558 (FAX)
PoaLPOA 08-US0061307
It:
DEPARTMENT OF "LABOR AND INDUSTRIES
RBG1STERtjj AS .P.itOWDED BY LAW;AS
CONt COITZR ;a14
4230qUIVAVATER
-till4t
E
F625-052-000 (8/91)
PART H
CONTRACT FORMS SUBMITTED FOLLOWING
AWARD OF CONTRACT
PUBLIC WORKS CONTRACT
This Contract is made and entered into in duplicate this ___61 day of ,zcjj,py and
between the City of Port Angeles, a non charter code city of the State of Washi gton, hereinafter referred
to as "the City," and
a hereinafter referred to as "the Contractor."
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring
specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein,
the parties hereto agree as follows:
1. Scone of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
First Peabody and Front Lincoln Signals, Project No. 08 -06
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 Thirty (30) working days after
said notice to proceed, unless a different time frame is expressly provided in wntmg 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 08 -06
II -1 March 2010
I
1
I
I
I
I
I
I
I
I
I
I
I
1
I
I
1
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 Coristruction
Change Order (CCO) process as set forth in the Project Manual. Following approval of
the RFI and/or CCO, the Contractor shall submit the standard payment request form(s).
E. The Contractor shall submit payment requests with a completed Application for Payment
form, an example of which is included in the Attachments to this Contract. This form
includes a lien waiver certification and shall be notarized before submission. Applications
for payment not signed or notarized shall be considered incomplete and ineligible for
payment consideration. The City shall initiate authorization for payment after receipt of a
satisfactonly completed payment request form and shall make payment to the Contractor
within approximately thirty (30) days thereafter.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No agent,
employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant,
or representative of the City, and the employees of the Contractor are not entitled to any of the benefits
the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and
the acts of its agents, employees, servants, subcontractors, or representatives during the performance of
this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all
federal, state, and local taxes or contributions imposed or required, including, but not limited to,
unemployment insurance, workers compensation insurance, social security, and income tax withholding.
5. Prevailing Waae Reauirements.
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.
6. Indemnification and Hold Harmless.
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials,
employees, and volunteers against and from any and all claims, injunes, damages, losses,
or lawsuits, including attorney fees, arising out of or in connection with the performance
of this Contract, except for injunes 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.
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
CITY OF PORT ANGELES
Project No 08 -06
11 March 2010
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
7. Insurance.
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.
The insurance coverage shall be in accordance with and as described in the Washington State
Depai talent 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
8. Comnliance with Laws.
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.
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 cnteria 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- Discnmmation.
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. Assienment.
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 08 -06
11 -3 March 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 of the
existence of any such claim.
11. Contract Administration.
This Contract shall be administered by Jt ris/ine M. Brown on behalf of the Contractor
and by James M. Mahlum, Project Manager 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: City:
12. Interpretation and Venue.
This Contract shall be interpreted and construed in accordance with the laws of the State of
Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam
County, Washington.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day
and year first set forth above.
CONTRACTOR:
Ol Efec1 nC do. Inc. By.
J Name of Contractor
By:
Title: Vice P, siWeer/
CITY OF PORT ANGELES
Project No 08 -06
CITY OF PORT ANGELES:
Mayor
Approyed as to Form:
Attest:
City Attorney
:alb
City Clerk
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, WA 98362 -0217
11 -4 March 2010
03/30/2010 10 11 FAX 360 452 3498
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, Olympic Electric Co Inc as Principal, and
Contractors Bonding ins Co 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 r Jointly and severally
held and firmly bound to the City of Port Angeles In the penal sum of 7 72.
for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or
personal representatives, as the case may be
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of
the City of Port Angeles.
Dated at Sequim Washington, this 30tl� o f Ma rch 20
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 Co Inc the
above bounded Principal, a certain contract, the said contract being numbered 0806 and providing
for First Peabody and Front and Lincoln Signals (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, Olympic Electric Co. Inc.
p 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 30 of March 20 10
Contractors Bonding Insurance Co. Olympic Electric Co., Inc.
By
Power of Attorney
Title
P.O. Box 9271, Seattle, WA 98109
Surety Address
Deana McIntyre, 360- 452 -8415
Surety Contact and Phone Number
CITY OF PORT ANGELES
Project No. 06 -21
Olympic Electric Co. 0003/003
CONTRACT BOND
Bond to the City of Port Angeles
11 -S
Principal
S y
Title
kkit)alsA-
Bond# LC4303
Olympic Electric
4230 Tumwater Trk Rte,
Agent Address
Charles Burkhardt, 360
Agent Contact and Phone Number
Pt. Angeles, WA
98363
457 -5303
May 200E1
1
1
1
If
�S9
c r
Cn °gin
[(!ea
1 pdaiO. o;
;ae
rs; ♦o
fit..
4.L°
i*
cbic
INSUR4NYfc, e
Not Valid for Bonds
Executed On or After: JANUARY 31sT, 2011
LIMITED POWER OF ATTORNEY
READ CAREFULLY to be used only it itl, the bond specified herein
Only an unaltered original of this Power of Attorney document is valid. A valid original of this document is printed on gray
security paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company')
The original document contains a watermark with the letters "cbic" embedded in the paper rather than printed upon it. The
watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is
visible when the document is held to the light. This document is valid solely in connection with the execution and delivery of
the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document
is valid only if the bond is executed on or before the date indicated above.
KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute
and appoint the following: BRIAN A. EDGREN, RICHARD G. HECKER, RHONDA M.
BYERS, DEANA M. MCINTYhE, JOHN M. RALSTON and WENDY F. DAILEY its true and
lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in
its name, place and stead, to execute, acknowledge and deliver on behalf of the
Company: (1) any and all bonds and undertakings of suretyship given for any
purpose, provided, however, that no such person shall be authorized to execute
and deliver any bond or undertaking that shall obligate the Company for any
portion of the penal sum thereof in excess of $10,000,000, and provided,
further, that no Attorney -in -Fact shall have the authority to issue a bid or
proposal bond for any project where, if a contract is awarded, any bond or
undertaking would be required with penal sum in excess of $10,000,000; and (2)
consents, releases and other similar documents required by an obligee under a
contract bonded by the Company. This appointment is made under the authority of
the Board of Directors of the Company.
CERTIFICATE
I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington
corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and
has not been revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the
reverse are now in full force and effect.
Bond Number LC 4 3 03
Signed and sealed this 3 0th
day of March
Power of Attorney
Numberzi5
201 0
R Kirk Eland, Secretary
CBIC 1213 Valley Street P.O. Box 9271 Seattle, WA 98109 -0271
(206) 622 -7053 (800) 765 -CBIC (Toll Free) (800) 950 -1558 (FAX)
PoaLPOA 0$- U0061307
l
i= °i•WR1* ispo
�•iK °J, ,0,04 At. Cll °4a4
•K� ,p4SC1CIL° f uru' Y ai v o
ae t�. Itl4fftl► "�!ttf
Oi,�r�� 4 J.16}i'i1 YJQ?i
4? /1R b L p ii
S 1 01 1 8 P
%Iry 4A4
t S f I C{! y Y1A C ?9
k 19Jp °�d��1
4 t Niit.t f f 6
�e!s
5%
•r
-�o°o
+�1i0
if
!ia4't;
�r a 0
i•.fa"'�r,.i'is ot cae i °�c w °ii, °c'i a ww.° i•iii4•. .00 J i'4•
{iia J }arlii 1 1 pua�ru0! "0 "4J6ib•I iP' ?il ;4C ?a ?4i'b iR}49 f46JiY 1tl 1 "J1i 1V4 o4 #i4 4 0
1 #JSCI b 4 �y 4 lJ J /111rF•,jlY ##i41 eY 0111 {p,°. �o�4 10 11S/b/
tf•.f.►o'N111tlifP► e ?.Itlti OttIne Hltiftt #ttttttf9►►• "Woftt►o °zztttiff,
i1NL LfrbU1111 did' NldbillNA {I t� e
11Y�Y�aao %.1/1.1i11di1�1 a1bi1 .1•illi °4, «:�o�'C11 /1.IP�a��/a ��si �bie/ 111Y-0 z�J •�,R1Sb4�i1S1Y1i°�r°.na?b�SbS C �i�P
Al i a♦i..1 oI 1' "ew. C *tr.° so S •iYl I,,�Sii' ea t.. O• I,, 5 i.l
+a..► i••♦ 1° a :1 °6J` �t •.�.t �•O P t t ♦N.� i° a� ♦itiO °+irt�.t;;ao n, ±t,�r'"'"., w.+ i
s i o� O l �'�'4 ♦4�10�° i► �6itl♦ V..� u O
Ita...asild ;llblbN NIIb1 111N...g11ti Ile #a. �•'tl
1' io�. F's o,�ii i Y Fes, ai�1 i ∎44 C rnri�n a
j• 4 f 0 t t t i i W it i 0 1 4 4 00 S t /t "1 4 gt
Jr i+�,aat niM.M•OV t �P yM� ui 4 1 �•�•tt °1} jOp P="
4:
t t��
r w�G C O�JO AOPIl�P�� i 'b tl•� a r
0�� �l ,O
4s
ii;
Certificate of Appointment and Resolution of the Board of Directors
The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed
the Attorney(s) -in -Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted
by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993:
RESOLVED, that the CEO, President, CFO, any Vice President, Secretary or any Assistant Secretary, and any other
employee as may be specifically authorized by a particular board resolution (hereafter "Authorized Officer or Employee
may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment
in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds,
undertakings, recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may remove
any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding
upon the Company.
(i) when signed by the Authorized Officer or Employee and attested and sealed (if a
seal be required); or
(n) when signed by the Authorized Officer or Employee, and countersigned and sealed
(if a seal be required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in-
fact or agents pursuant to and within the limits of the authority evidenced by the
power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of the Company may be
affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond,
undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power
of attorney itself); and such signature and seal when so used shall have the same force and effect as though manually
affixed
RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and
attorneys -in -fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved
by the Board of Directors, including, but not limited to, so called "fax or facsimile powers of attorney where the entire
power of attorney is a facsimile, remain in full force and effect, and that one form of a power of attorney may be attached
to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form
of power of attorney may be attached to another bond (for example, a fax power of attorney may be attached to the final
bond for a project for which the different form of power was attached to the bid bond) without affecting the validity of
either power of attorney or bond
IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and
secretary, and its corporate seal to be hereunto affixed this 13th day of June, 2007.
State of Washington
County of King
WITNESS my hand and official seal
Signature
[r
Don Sirkin, President
Brenda J Scott, Notary Public
(seal)
Attest
R Kirk Eland, Secretary
On June 13, 2007 before me, Brenda J Scott Notary Public, personally appeared Don Sirkm and R. Kirk Eland personally known to me
to be the persons whose names are subscribed to the within instrument, and acknowledged to me all that they executed the same in their
authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument
ii iiipn sc
Pusuc
y WA I10*
1
I PRODUCER
Edgren Hecker Lemmon Ins Inc
P.O. Box 1630
Sequim WA 98382
Phone:360- 683 -7966 Fax:866- 697 -4598 INSURERS AFFORDING COVERAGE NAIC#
INSURED
COVERAGES
luu
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
Il' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
LTR NSR TYPE OF INSURANCE DATE (MM /DD /YYYY) DATE (MM /DD/YYYY)
GENERAL LIABILITY
A X
A
X COMMERCIAL GENERAL LIABILITY
GEN'L AGGREGATE LIMIT APPLIES PER
I POLICY I I PRO-
JECT
AUTOMOBILE LIABILITY
X
X
X
X
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS UMBRELLA LIABILITY
OCCUR
DEDUCTIBLE
RETENTION
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y N
A ANY PROPRIETOR/PARTNER/EXECUTIVEn
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
SPECIAL PROVISIONS below
OTHER
A Install Floater
CERTIFICATE HOLDER
CLAIMS MADE X OCCUR
City of Port Angeles
PO Box 1150
Port Angeles WA 98362
ACORD 25 (2009/01)
CERTIFICATE OF LIABILITY INSURANCE
Olympic Electric Co. Inc.
4230 Tumwater Truck Route
Port Angeles WA 98363 -2469
I LOC
9820814
CLAIMS MADE 9820815
9820814 02/10/10 02/10/11
STOP GAP/9820813
9820814
CITYPO4
INSURER A
INSURER B
INSURER C
INSURER D
INSURER E
02/10/10 02/10/11
02/10/10
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS
II Project: 08 -06, 1st Peabody and Front Lincoln Signals
City of Port Angeles is named additional insured per the attached
endorsement, form #CGF48.
The ACORD name and logo are registered marks of ACORD
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.
Federated Service Insurance Co
EACH OCCURRENCE
UAMAUE I HENIEU
PREMISES (Ea occurence)
MED EXP (Any one person)
PERSONAL ADV INJURY
GENERAL AGGREGATE
PRODUCTS COMP/OP AGG
DATE (MM /DD/YYYY)
OP ID DM
OLYMEL1 03/30/10
COMBINED SINGLE LIMIT
(Ea accident)
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
PROPERTY DAMAGE
(Per accident)
LIMITS
AUTO ONLY EA ACCIDENT
EA ACC I
AGG
OTHER THAN
AUTO ONLY
EACH OCCURRENCE
02/10/10 02/10/11 I AGGREGATE
I WC SIAIU- IH-
TORY LIMITS I X U ER
$1000000
100000
$excluded
$1000000
$2000000
$1000000
$1000000
$3,000,000
1$3,000,000
IS
IS
02/10/10 02/10/11 1 EL EACH ACCIDENT I 1, 000, 000
E L DISEASE EA EMPLOYEE' 1,000,000
EL DISEASE POLICY LIMIT 1$1,000,000
02/10/11 Limit 15000
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
1988-2009 ACORD CORPORATION. All rights reserved.
1
1
1
1
1
1
1
1
1
m ACORD 25 (2009/01)
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
This Certificate of Insurance 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.
PART III
AMENDMENTS TO THE STANDARD SPECIFICATIONS
1
Il INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2008
I Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
1
1
I
I
I
I
I
I
I
I
1
1
I
I
I
I
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.
CITY OF PORT ANGELES
Project yo. 08 -06
Ili 1 June 2009
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.
CITY OF PORT ANGELES
Project No. 08 -06
III -2 June 2009
I
1
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
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 the date of the
preconstruction conference. No on -site construction activities may commence until
WSDOT accepts an SPCC Plan for the project.
The term "hazardous materials as used in this Specification, is defined in Chapter 447 of
the WSDOT Environmental Procedures Manual (M31 -11). Occupational safety and health
requirements that may pertain to SPCC Plan implementation are contained in but not
limited to WAC 296 -824 and WAC 296 -843.
Implementation Requirements
The SPCC Plan shall be updated by the Contractor throughout project construction so that
the written plan reflects actual site conditions and practices. The Contractor shall update
the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the
project site. All project employees shall be trained in spill prevention and containment, and
shall know where the SPCC Plan and spill response kits are located and have immediate
access to them.
If hazardous materials are encountered or spilled during construction, the Contractor shall
do everything possible to control and contain the material until appropriate measures can
CITY OF PORT ANGELES
Project No. 08 -06
111-3 June 2009
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
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 any one 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.
CITY OF PORT ANGELES
Project No. 08 06 111
June 2009
I
1
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
CITY OF PORT ANGELES
Project No. 08 -06
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.
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.
111-5 June 2009
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.
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.
CITY OF PORT ANGELES
Project No. 08 -06 111
June 2009
1
I
1
I
I
1
I
I
I
I
I
I
I
I
1
I
I
I
I
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.
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
CITY OF PORT ANGELES
Project No. 08 06
III -7 June 2009
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.
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:
CITY OF PORT ANGELES
Project No. 08 -06
1II -8 June 2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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:
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:
CITY OF PORT ANGELES
Project No. 08 -06
111 -9 June 2009
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 "MUTCD, Part VI" is revised to
MUTCD, Part 6
1 10.3(2)B 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
CITY OF PORT ANGELES
Project No. 08 06
1II June 2009
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)D 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:
CITY OF PORT ANGELES
Project No. 08 -06
Il I- I l June 2009
No specific unit of measurement will apply to the lump sum item of "Portable Temporary
Traffic Control Signal
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:
CITY OF PORT ANGELES
Project Yo. 08 -06
III -12 June 2009
For removal of bituminous pavement, asphalt planing equipment may be used in lieu of
sawcutting provided that a clean vertical edge remains.
SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT
January 7, 2008
2 -03.1 Description
The first sentence in the first paragraph is revised to read:
The Work described in this section, regardless of the nature or type of the 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:
CITY OF PORT ANGELES
Project No. 08 -06
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 with the planned finished section shown in the Plans.
III June 2009
2 -03.5 Payment
The first paragraph is supplemented with the following:
"Channel Excavation per cubic yard.
"Channel Excavation Incl. Haul per cubic yard.
"Ditch Excavation per cubic yard.
"Ditch Excavation Incl. Haul per cubic yard.
The first sentence in the second paragraph is revised to read:
The unit Contract price per cubic yard for "Roadway Excavation "Roadway Excavation
Incl. Haul "Roadway Excavation Area "Roadway Excavation Incl. Haul Area
"Channel Excavation "Channel Excavation Incl. Haul "Ditch Excavation" and "Ditch
Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating,
loading, placing, or otherwise disposing of the material.
The second paragraph is supplemented with the following:
When a bid item is not included in the proposal for channel excavation or ditch excavation
all costs shall be included in roadway excavation.
The third paragraph is revised to read:
When the Engineer orders Work according to Section 2- 03.3(3), unit Contract prices shall
apply, unless the Work differs materially from the excavation above Subgrade, then
payment will be in accordance with Section 1 -04.4.
SECTION 2 -10, DITCH EXCAVATION
January 7, 2008
This section is deleted in its entirety. The section title is revised to read:
2 -10 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:
CITY OF PORT ANGELES
Project No. 08 -06
1II June 2009
1
1
1
1
1
1
1 i
1
1
1
1
1
1
1
1
1
1
1
1
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:
Prime Coat
Tack Coat
Choke Stone I
Seal Coats
a -inch 0.40 -0.65 a -U.S. No. 4 25 -45
U.S. No. 4 -0 4 -6
1/2-inch 0.35 -0.55 /z -U.S. No. 4 20 -35
4 -6
a -inch No. 4 0.35 -.55 a- U.S. No. 4 20 -30
a -inch No. 0.20 -0.40 a- U.S. No. 10 18 -30
10
Choke Stone I N/A I U.S No. 4 -0 I 4 -6
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:
CITY OF PORT ANGELES
Project No. 08 -06
Application Rate
Undiluted Asphalt Emulsion Aggregate Aggregates
(gal.per sq. yd.) Applied Size (lbs. per sq.
yd.) Applied
New Construction
0.35 -0.65 1 /2 -U.S. No. 4
or 3 /4 -'/2
0.35 -0.60
N/A
111 -15
25 -45
1 -U.S. No. 4 25 -40
U.S. No. 4 -0 4 -6
Pavement Sealing I
Grade 1 Diluted /Undiluted I Application Rate (gal /sy) 1
CSS -1 or Diluted 0.10 -0.18
CSS -1 h
STE -1 I Undiluted 1 0.05 -0.09
June 2009
Before application to the Roadway, asphalt emulsion shall be heated to the following
temperatures or that recommended by the manufacturer.
Type and Grade of Asphalt Min. °F Max. °F
Emulsion
New Construction and Seal Coats:
CRS -1, CRS -2, CRS -2P 125 I 195
CMS -2, CMS -2S, CMS -2h 125 I 185
Fog Seal:
CSS -1, CSS -1 h, STE -1 I 70 I 140 I
The third sentence in the twelfth paragraph is revised to read:
CSS -1 and CSS -1 h 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.
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
paragraph is revised to read:
HMA Class 3 /4" and HMA Class 1 /2"
wearing course
other courses
5 04.3(12)B Longitudinal Joints
The first two paragraphs are revised to read:
CITY OF PORT ANGELES
Project No. 08 -06
Distributor Temperature
0.30 -feet
0.35 -feet
1/
listed under the first
II1 -16 June 2009
t
I
I
I
I
I
t
1 5- 04.3(16) Weather Limitations
I
I
I
I
I
I
I
I
I
t
1
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)B 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."
The chart for Surface Temperature Limitation is revised to read:
Surface Temperature Limitation
Compacted Thickness Wearing Course Other Courses
(Feet)
Less than 0.10 I
1 55 °F I 45 °F
0.10 to 0.20 I 45 °F I 35 °F
More than 0.20 35 °F I 35 °F
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.
CITY OF PORT ANGELES
Project No. 08-06
111 -17 June 2009
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 -1 -inch square sieve.
CITY OF PORT ANGELES
Project No. 08 -06
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 CaO 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
I Cement I +5% I 1%
Coarse 200 Pounds 200 Pounds
Aggregate
I Fine Aggregate I 200 Pounds I 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.
3. Microsilica weight plus or minus 10- 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.
111 -18 June 2009
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 WSDOT 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 3/8 -inch.
The fourth sentence in the fourth paragraph is revised to read:
The nominal maximum size aggregate for Class 4000D shall be 1 -inch.
6 02.3(2)B 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 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.
CITY OF PORT ANGELES
Project No. 08 -06
1I1 -19
June 2009
6- 02.3(6)D 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 85,000 pounds,
track vehicles, trucks (unless excluded above), hand operated jack hammers, cranes,
auger drill rig, caisson drilling, vibratory roller compactors under 30,000 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:
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:
2. Finishers with enough experience have been employed;
CITY OF PORT ANGELES
Project No. 08 -06
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.
1. Concrete producing and placement rates will be high enough to meet placing and
finishing deadlines;
III -20 June 2009
I
I
I
I
I
I
1
I
I
I
I
I
I
1
I
I
I
I
I
3. Adequate finishing tools and equipment are at the site, and
4. Curing procedures consistent with the Specification requirements are employed.
6- 02.3(10)B Screed Rail Supports
The Contractor shall place screed rails outside the finishing area. When screed rails
cannot be placed outside the finishing area as determined by the Engineer, they shall rest
on adjustable supports that can be removed with the least possible disturbance to the
screeded concrete. The supports shall rest on structural members or on forms rigid enough
to resist deflection. Supports shall be removable to at least 2- inches below the finished
surface. For staged constructed bridge decks, the finishing machine screed rails shall not
be supported on the completed portion of deck and shall deflect with the portion of structure
under construction.
Screed rails (with their supports) shall be strong enough and stiff enough to permit the
finishing machine to operate effectively on them. All screed rails shall be placed and
secured for the full length of the deck/slab before the concreting begins. If the Engineer
approves in advance, the Contractor may move rails ahead onto previously set supports
while concreting progresses. But such movable rails and their supports shall not change
the set elevation of the screed.
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)C Finishing Equipment
The finishing machine shall be self propelled and be capable of forward and reverse
movement under positive control. The finishing machine shall be equipped with a rotating
cylindrical single or double drum screed not exceeding 60- inches in length. The finishing
machine shall have the necessary adjustments to produce the required cross section, line,
and grade. Provisions shall be made for the raising and lowering of all screeds under
positive control. The upper vertical limit of screed travel shall permit the screed to clear the
finished concrete surface.
For bridge deck widening of 20 -feet or less, and for bridge approach slabs, or where jobsite
conditions do not allow the use of conventional configuration finishing machines described
above, the Contractor may propose the use of a hand operated motorized power screed
such as a "Texas" or `Runyan" 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.
CITY OF PORT ANGELES
Project No. 08 -06
111 -21 June 2009
6- 02.3(10)D Concrete Placement, Finishing, and Texturing
Before any concrete is placed, the finishing machine shall be operated over the entire
length of the deck/slab to check screed deflection. Concrete placement may begin only if
the Engineer approves after this test.
Immediately before placing concrete, the Contractor shall check (and adjust if necessary)
all falsework and wedges to minimize settlement and deflection from the added mass of the
concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the
Engineer can readily measure settlement and deflection.
The Contractor shall schedule the concrete placement so that it can be completely finished
during daylight. After dark finishing is permitted if the Engineer approves and if the
Contractor provides adequate lighting.
The placement operation shall cover the full width of the Roadway or the full width between
construction joints. The Contractor shall locate any construction joint over a beam or web
that can support the deck/slab on either side of the joint. The joint shall not occur over a
pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The
Contractor shall not release falsework or wedges supporting pours on either side of a joint
until each side has aged as these Specifications require.
Placement of concrete for bridge decks and 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:
CITY OF PORT ANGELES
Project No. 08 -06
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
III -22 June 2009
I
I 9. Leave a thin, even film of mortar on the concrete surface after the last pass of the
strike board.
Workers shall complete all post screeding operations without walking on the concrete. This
may require work bridges spanning the full width of the slab.
After removing the screed supports, the Contractor shall fill the voids with concrete (not
mortar).
If necessary, as determined by the Engineer, the Contractor shall float the surface left by
the finishing machine to remove roughness, minor irregularities, and seal the surface of the
concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to a
minimum number of passes so air bubbles in the concrete are not released. The floats
shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous
pass by at least half the length of the float. The first floating shall be at right angles to the
strike -off. The second floating shall be at right angles to the centerline of the span. A
smooth riding surface shall be maintained across construction joints.
Expansion joints shall be finished with a 1 /2 -inch radius edger.
After floating, but while the concrete remains plastic, the Contractor shall test the entire
deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall
be done with a 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 /8-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 /8-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, the 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
CITY OF PORT ANGELES
Project No. 08 -06
III -23 June 2009
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 /8 -inch under a 10 -foot
straightedge placed parallel and perpendicular to the centerline.
The Contractor shall cut high spots down with a diamond faced, saw -type cutting machine.
This machine shall cut through mortar and aggregate without breaking or dislodging the
aggregate or causing spalls.
Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater
than the required 28 -day strength of the deck/slab. The method of build -up shall be
submitted to the Engineer for approval.
The surface texture on any area cut down or built up shall match closely that of the
surrounding bridge deck or bridge approach slab area. The entire bridge deck and bridge
approach slab shall provide a smooth riding surface.
6- 02.3(10)E Sidewalk
Concrete for sidewalk shall be well compacted, struck off with a strike board, and floated
with a wooden float to achieve a surface that does not vary more than o -inch under a 10-
foot straightedge. An edging tool shall be used to finish all sidewalk edges and expansion
joints. The final surface shall have a granular texture that will not turn slick when wet.
6- 02.3(10)F Bridge Approach Slab Orientation and Anchors
Bridge approach slabs shall be constructed full 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 grade and center line of Roadway. The
Contractor shall secure the anchors to ensure that they will not be misaligned during
concrete placement. For Method B anchors installations, the epoxy bonding agent used to
install the anchors shall be Type IV 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.
CITY OF PORT ANGELES
Project No. 08 -06
I1I -24 June 2009
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)0 Early Concrete Test Cylinder Breaks
The third paragraph is revised to read:
The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23.
6- 02.3(20) Grout for Anchor Bolts and 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:
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:
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.
CITY OF PORT ANGELES
Project No. 08 -06
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.
III -25 June 2009
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 "D" 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.
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 D 3350 with a cell classification of 345464A.
Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either
PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a minimum
oxidation induction time of 20 minutes, in accordance with ASTM D 3895, based on tests
performed by the duct fabricator on samples taken from the lot of finished product. The duct
CITY OF PORT ANGELES
Project No. 08 -06
III -26 June 2009
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 14 inch
for longitudinal tendons and plus or minus 78 -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:
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.
CITY OF PORT ANGELES
Project No. 08 -06
III -27 June 2009
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 (ABS). 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 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.
CITY OF PORT ANGELES
Project No. 08 -06
III -28 June 2009
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 of 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 ASBI 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:
CITY OF PORT ANGELES
Project No. 08 -06
1. Names of the grout technicians, accompanied by documentation of their ASBI
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.
III -29 June 2009
9. Direction of grouting.
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 80- 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 sum basis, whichever is shown on the Proposal.
CITY OF PORT ANGELES
Project No. 08 06 III 30
June 2009
1
I
1
I
I
I
I
t
I
I
1
I
I
I
I
I
SECTION 6 -05, PILING
December 1, 2008
6- 05.3(11)A Tolerances
The first sentence is revised to read:
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.
I SECTION 6 -07, PAINTING
December 1, 2008
I 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
(tern 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:
CITY OF PORT ANGELES
Project No. 08 06
III 1 June 2009
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
1/2 -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)D Shot Blasting Machines
This section is revised to read:
Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive to
remove 1/2 -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)B 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.
CITY OF PORT ANGELES
Project No. 08 06
111 -32 June 2009
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)D 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)B Quality Assurance for Latex Modified Concrete Overlays
The following new sentence is inserted as the leading sentence in the second paragraph:
The Engineer will perform slump, temperature, and entrained air tests for acceptance in
accordance with Section 6- 02.3(5)D and as specified in this Section.
The third paragraph is deleted.
6 09.5 Payment
The paragraph following "Modified Conc. Overlay per cubic foot, is revised to read:
The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for
furnishing the modified concrete overlay, including the overlay material placed into 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:
CITY OF PORT ANGELES
Project No. 08 06
III June 2009
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 20, 30, 40, 50, and 60
minutes.
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 for 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 of 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.
CITY OF PORT ANGELES
Project No. 08 -06
III -34 June 2009
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 yH /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.
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 yH /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:
CITY OF PORT ANGELES
Project No. 08 -06
111-35 June 2009
CITY OF PORT ANGELES
Project No. 08 -06
1. Disturbed soils such as those in landslides or known unstable areas.
2. Layered soils dipping into the excavation steeper than 4H:1 V.
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 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 will not be allowed. Free draining materials are defined as
those materials that exhibit a greater permeability than the material being
retained.
III -36 June 2009
t
1
1
1
1
1
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.
CITY OF PORT ANGELES
Project No. 08 -06
Soil Type
Exposed
Wall Height
(feet)
Clear Span
Of Lagging
(feet)
5
6
7
8
9
10
Minimum Actual Thickness of Timber Used As Temporary Lagging
1 I 1 2 I 2 I 3 3 3
25 and Over 25 and Over 15 Over Over
under 25 to under 25 to and 15 to 25
60 60 under 25
Minimum Actual Thickness of Rough Cut Timber Lagging
(inches) (3)
2 3 3 3
3 3 3 3
3 3 3 4
3 4 4 4
4 4 4 5
4 5 5 5
(1) Soil Type as defined in Section 6 16.3(6)A
4
5
6
(Z)
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
3 3
3 4
4 5
(2) 6)
(2) (2)
(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
Engineer. 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)B 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)6 for the design of timber lagging for permanent lagging will not be
allowed.
III -37
June 2009
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 "Lagging including design of temporary lagging, and
filling voids behind the lagging with a free draining material as approved by the Engineer.
CITY OF PORT ANGELES
Project No. 08 -06
111-38 June 2009
1
1
1
I
I
I
I
I
I
I
I
1
1
I
1
I
SECTION 6 -17, PERMANENT GROUND ANCHORS
January 7, 2008
6- 17.3(8)B 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 PVC culvert pipe, profile wall PVC culvert
pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall
PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for
Schedule A or B 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:
I 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.
CITY OF PORT ANGELES
Project No. 08 -06
111 3 9
June 2009
8- 01.3(1)C Water Management
Item 2. "Process Water" is supplemented with the following new first paragraph:
High pH process water or wastewater (non stormwater) that is generated on -site, including
water generated during concrete grinding, rubblizing, washout, and hydrodemolition
activities, shall not be discharged to waters of the state. Water may be infiltrated upon the
approval of the Engineer. Off-site disposal of concrete process water shall be in
accordance with Standard Specification 5- 01.3(11).
8 01.3(6)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 Conc. Curb" and "Roundabout Truck
Apron Outer Cem. Conc. Curb and Gutter" are revised to read:
"Roundabout Central Island Cement Concrete Curb per linear foot.
"Roundabout Truck Apron Cem. Conc. 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.
CITY OF PORT ANGELES
Project No. 08 -06
111 -40 June 2009
I
I SECTION 8 -11, GUARDRAIL
December 1, 2008
I 8- 11.3(4) Removing Guardrail and Guardrail Anchor
The following is inserted after the third sentence in the first paragraph:
I 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
I 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
I 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.
I SECTION 8 -12, CHAIN LINK FENCES AND WIRE FENCE
January 7, 2008
1 8- 12.3(1)A Posts
All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3
I and Type 4 fences
The first sentence in the eighth paragraph is revised to read:
I Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the
manner shown in the Standard Plans.
I 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
I 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
u posts.
8 12.3(1)C Tension Wire
I This section including title is revised to read:
8- 12.3(1)C Tension Wire and Tension Cable
I Tension Wires shall be attached to the posts as detailed in the Standard Plans or as
approved by the Engineer.
I Tension Cables shall be installed in accordance with Section 8- 25.3(5).
8 12.3(1)D Chain Link Fabric
I 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
I the top rail has been installed.
CITY OF PORT ANGELES
I Project No. 08 -06 III -4I June 2009
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:
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 Blanket" 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
CITY OF PORT ANGELES
Project No. 08 06
1II June 2009
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.
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 -04.4.
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 1 -inch 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
CITY OF PORT ANGELES
Project No. 08 06
III June 2009
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 '/4
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 'h inch diameter or width.
Conduit 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.
CITY OF PORT ANGELES
Project \o. 08 -06
III -44 June 2009
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
(HDPE), 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 HDPE 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 HDPE 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 HDPE conduit with an approved mechanical
coupling. The connection shall have a minimum pull out strength of 700 pounds. Prior to
installation of a mechanical coupling, the HDPE 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 HDPE conduit to the mechanical coupling. The
mechanical coupling shall be rotated until the HDPE conduit seats approximately 3 /4 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 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.
CITY OF PORT ANGELES
Project No. 08 06
III -45 June 2009
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 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
CITY OF PORT ANGELES
Project No. 08 06
111 June 2009
1
of pavement wherever possible. Excessive use of water that might undermine the
1
I
1
I
I
I
I
I
I
1
1
1
I
I
I
I
I
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.
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 8- 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 HDPE 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.
CITY OF PORT ANGELES
Project No. 08-06
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.
111-47 June 2009
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
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,
CITY OF PORT ANGELES
Project No. 08 -06
111-48 June 2009
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 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.
CITY OF PORT ANGELES
Project No. 08 06
1I1 June 2009
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
"Intelligent Transportation System 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.
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.
CITY OF PORT ANGELES
Project No. 08 -06
111-50 June 2009
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.
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)B.
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 -Of -Nut Method
to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug tight.
CITY OF PORT ANGELES
Project No. 08-06
III -5I June 2009
CITY OF PORT ANGELES
Project No. 08 -06
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 B 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 B 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.
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 B bases, the Contractor shall use the following
procedures and manufacturer's recommendations:
III -52 June 2009
1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type
A or B bases shall be tightened using the Turn -Of -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 SB 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, and pull posts shall 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.
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.
CITY OF PORT ANGELES
Project No. 08 06
III June 2009
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 AASHTO M 324 Type IV except
that the Cone Penetration at 25 °C shall be 130 max. Hot poured joint sealants shall be
sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329.
The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of
205 °C in accordance with AASHTO T 48
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.
CITY OF PORT ANGELES
Project No. 08 -06
III -54 June 2009
Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi
shall be tested for embrittlement. 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 253 Bolts
Black Type 1
Black weathering Type 3
9 06.13 Copper Seals
This section including title is revised to read:
9 -06.13 Vacant
AASHTO M 164 Bolts
Black Type 1
Black weathering Type 3
Galvanized Type 1
SECTION 9 -07, REINFORCING STEEL
December 1, 2008
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
AASHTO M 291 Grade DH, DH3
AASHTO M 292 Grade 2H
AASHTO M 291 Grade DH3
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 51/2-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 Certificate of
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 less than 5 -feet long, to the Engineer for testing.
CITY OF PORT ANGELES
Project No. 08 06
111-55 June 2009
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:
CITY OF PORT ANGELES
Project No. 08 -06
West Coast Lumber Inspection Bureau (WCLIB)
Western Wood Products Association (WWPA)
Pacific Lumber Inspection Bureau (PLIB)
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.
111 June 2009
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
9- 09.2(1) Surfacing and Seasoning
This section including title is revised to read:
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:
CITY OF PORT ANGELES
'Project No. 08 -06
Materials 2" to 4" nominal
thick, 5" nominal and wider
(Structural Joists and Planks)
Materials 5" nominal and thicker
(Beams and Stringers)
9- 09.2(2) Vacant
This section including title is revised to read:
Douglas Fir
Hem Fir
Southern Yellow Pine
9- 09.2(3) Inspection
This section including title is revised to read'
No 1 and better, grade
(Section 123 -b of WCLIB) or
(Section 62.11 of WWPA)
No. 1 and better, grade
(Section 130 -b of WCLIB) 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) Guardrail 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.
No. 1 and better, grade (Section 131 -b WCLIB)
or (Section 80.11 WWPA)
Select Structural, grade (Section 131 -a WCLIB)
or (Section 80 10 WWPA)
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.
III -57 June 2009
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.
4" x 4" Construction grade (Light Framing,
Section 122 -b WCLIB) or (Section 40.11 WWPA)
4" x 6" No. 1 and better, grade (Structural Joists and
Planks, Section 123 -b WCLIB) 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 WCLIB) or (Section 80.11 WWPA)
6" x 10 6" x 12" No. 1 and better, grade (Beams and Stringers,
Section 130 -b WCLIB) 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 BMP as defined below. The compost shall have a
moisture content that has no visible free water or dust produced when handling the
material.
Compost production and quality shall comply with Chapter 173 -350 WAC.
Compost products shall meet the following physical criteria:
CITY OF PORT ANGELES
Project No. 08 -06
1. Compost material shall be tested in accordance with U.S. Composting Council
Testing Methods for the Examination of Compost and Composting (TMECC)
02.02 -B, "Sample Sieving for Aggregate Size Classification
Fine Compost shall meet the following:
Min. Max.
Percent passing 2" 100%
Percent passing 1" 95% 100%
Percent passing 5/8" 90% 100%
Percent passing 1 /4" 75% 100%
Maximum particle length of 6 inches
111-58 June 2009
Coarse Compost shall meet the following:
Min. Max.
Percent passing 3" 100%
Percent passing 1" 90% 100%
Percent passing 3 /4" 70% 100%
Percent passing 1 /4" 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 Tess
than 1.0 percent by weight as determined by U.S. Composting Council TMECC
03.08 -A "Classification of Inerts by Sieve Size
4. Minimum organic matter shall be 40 percent by dry weight basis as determined by
U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter
Method (LOI)
5. Soluble salt contents shall be Tess 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 CO2 —C /g OM /day or below in accordance with U.S.
Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate
8. The compost product must originate a minimum of 65 percent by volume from
recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A
maximum 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.
CITY OF PORT ANGELES
Project No. 08 -06
111 -59 June 2009
2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the
Jurisdictional Health Department as per WAC 173 -350 (Minimum Functional
Standards for Solid Waste Handling).
3. The manufacturer shall verify in writing, and provide lab analyses that the material
complies with the processes, testing, and standards specified in WAC 173 -350
and these specifications. An independent Seal of Testing Assurance (STA)
Program certified laboratory shall perform the analysis.
4. A copy of the manufacturer's Seal of Testing Assurance STA certification as
issued by the U.S. Composting Council.
9- 14.4(8)B Compost Acceptance
Seven days prior to initial application of any compost the Contractor shall submit a compost
sample, a STA test report dated within 90 calendar days, and the list of feedstocks by
volume for each compost type to the Engineer for review.
The Contractor shall use only compost that has been tested within 90 calendar days of
application and meets the requirements in section 9- 14.4(8). Compost not conforming to
the above requirements or taken from a source other than those tested and accepted shall
be immediately removed from the project and replaced at no cost to the Contracting
Agency.
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)B Chain Link Fence Fabric
The first paragraph is revised to read:
Chain link fabric shall consist of 11 gage wire for chain Zink 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
CITY OF PORT ANGELES
Project No. 08 -06
1I1 -60 June 2009
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 meet the 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:
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 lb /ft.
The first sentence in the third paragraph is revised to read:
Posts shall not be less 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 ±2 in and a
minimum weight of 0.67 pounds.
CITY OF PORT ANGELES
Project No. 08 06
1II -61 June 2009
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 three 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
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 any
one 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.
CITY OF PORT ANGELES
Project No. 08 -06
111 -62 June 2009
1
1
The first sentence in the second paragraph is revised to read:
I 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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.
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:
CITY OF PORT ANGELES
Project No. 08 -06
Coarse aggregate shall be in accordance with Section 9- 03.1(4).
111-63 June 2009
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 Ave. Min. Requirement ASTM Test
Tensile Strength 10.0 psi x 10 D638
Tensile Modulus 1.2 psi x 10 D638
Flexural Strength 20.0 psi x 10 D790
Flexural Modulus 1.2 psi x 10 D790
Compression Strength 32.0 psi x 10 D695
Compression Modulus 1.4 psi x 10 D695
Punch Shear 12.0 psi x 10 D732
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 Tight 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:
CITY OF PORT ANGELES
Project No. 08 -06
1. The steel Tight 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.
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 with AWWA C509 or AWWA C515.
111-64 June 2009
1
1
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.
CITY OF PORT ANGELES
Project No. 08 -06
III -65 June 2009
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Regions'
ER Eastern Region
NCR North Central Region
NWR Northwest Region
OR Olympic Region
SCR South Central Region
SWR Southwest Region
(July 31, 2007 APWA GSP)
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) General Special Provision
(Regions' date) Region Special Provision
(BSP date) 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:
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
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2008 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project- specific fill -ins, and project- specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion
of the Standard Specifications is meant to pertain only to that particular portion of the section,
and in no way should it be interpreted that the balance of the section does not apply.
The 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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Contract Time
The period of time established by the terms and conditions of the contract within which the
work must be physically completed.
1 Dates
1
1
1
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)
DIVISION 1
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
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, and only
minor incidental work, replacement of temporary substitute facilities, or correction or
repair remains for the physical completion of the total contract.
Physical Completion Date
The day all of the work is physically completed on the project. All documentation
required by the contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the work specified in the contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the
Contracting Agency's acceptance of the bid.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the work and establishing the date on which
the contract time begins.
Traffic
Both vehicular and non vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1 -02.1 Qualifications of Bidder
(October 1, 2005 APWA GSP)
Bidders shall be qualified by experience, 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.
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
1 -02.5 Proposal Forms
(October 1, 2005 APWA GSP)
No. of Sets Basis of Distribution
2 Furnished automatically
upon award.
2 Furnished only upon
request.
Additional plans and Contract Provisions may be purchased by the Contractor by payment
of the cost stated in the Call for Bids.
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 pnces. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda;
the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE
commitment, if applicable; a State of Washington Contractor's Registration Number; and a
Business License Number, if applicable. Bids shall be completed by typing or shall be
printed in ink by hand, preferably in black ink. The required certifications are included as part
of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in
any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE
requirements are to be satisfied through such an agreement.
attorney.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D/W /MBE requirements are to be satisfied through such an agreement.
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 authonzed 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
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 reauired;
b. The authorized proposal form furnished by the Contracting
Agency is not used or is altered;
c. The completed proposal form contains any unauthorized
additions, deletions, alternate bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept
the award, or enter into the contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
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 critena 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 Contractina Aaencv. 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 iudcaed from the standpoint
of conduct of the work: workmanship; progress; affirmative action; equal employment
opportunity practices; or Disadvantaaed Business Enterprise. Minority Business
Enterprise. or Women's Business Enterprise utilization;
e. There is uncompleted work (Contracting Agency or otherwise) which might
hinder or prevent the prompt completion of the work bid upon;
f. The bidder failed to settle bills for labor or 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:
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
The bid proposal does not constitute a definite and unqualified
offer to meet the material terms of the bid invitation.
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the
order of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or
county where the work is located.
7. A copy of State of 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.
1 -03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, includina the unsianed Form of Contract. will be available
for signature bv the successful bidder on the first business day followina award. The number
of copies to be executed bv the Contractor will be determined by the Contractina Agency.
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency prepared contract, an insurance certification as required by Section 1-
07.18, 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 approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency
against any claim of direct or indirect Toss 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 wntten proof of the authonty of the
individual signing the bond to bind the corporation (i.e., 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, including APWA General Special Provisions. if they are included,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. WSDOT Standard Specifications for Road. Bridae and Municipal Construction,
7. Contracting Agency's Standard Plans (if any), and
8. WSDOT Standard Plans for Road. Bridge, and Municipal Construction.
CONTROL OF WORK
1 -05.2 Authority of Assistants and Inspectors
Add the following new sub section:
1- 05.2(1) Traffic Signal Installation and/or modification on STATE Highways
The WASHINGTON STATE DEPARTMENT OF TRANSPORTATION WSDOT) Signal
Operations office shall be invited to the pre- construction conference.
The WSDOT shall inspect and approve all signal pole foundations prior to pouring of
concrete.
The WSDOT shall inspect and approve all new or modified service installations.
The WSDOT shall conduct the final inspection for the traffic signal system.
The WSDOT shall require a three (3) workday written request for any disruption of the
normal operation of the traffic signal system.
The WSDOT shall require adequate pavement markers (either temporary or permanent
markers and for either temporary or permanent lane configurations) be installed prior to
turning on the new traffic signal or modifying the existing traffic signal. The WSDOT shall
make the determination whether the pavement markers are adequate or if more pavement
markers are needed.
Note: A minimum 24 -hour notice is required to request the WSDOT inspection and
attendance at meetings, except for the three day minimum noted above. The contact phone
number for the WSDOT Signal Operations office is (360) 357 -2616 during normal weekday
hours. This number shall be used to arrange for inspections and meeting attendance.
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.
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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 per centerlines.
3. A sufficient number of bench marks for levels to enable the Contractor to set grades at
reasonably short distances.
4. Monuments and 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
Alignment
Superstructure Elevations
Substructure Elevations
+.01 foot
+.01 foot (between successive points)
+.01 foot (from plan 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 such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines
to be an emergency situation, the Engineer may have the defective and unauthorized work
corrected immediately, have the rejected work removed and replaced, or have work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its
remedy could be potentially unsafe, or might cause serious risk of Toss or damage to the
public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required.
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 reveals the work incomplete or unacceptable. The Contractor
shall immediately take such corrective measures as are necessary to remedy the listed
deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption
until physical completion of the listed deficiencies. This process will continue until the
Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1 -05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
1- 05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in the
Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls, meters, or other devices and equipment
to be tested during this period shall be tested under the observation of the Engineer, so that
the Engineer may determine their suitability for the purpose for which they were installed.
The Physical Completion Date cannot be established until testing and corrections have been
completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
1 -05.13 Superintendents, Labor and Equipment of Contractor
(May 25, 2006 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's aualifications oursuant to
Section 1 -02.1. it will take these performance reports into account.
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 Engineer'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
(October 1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
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.
If domestically produced steel billets or iron ingots 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 are to the
finished product constitutes 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.
b. Corrugating and rolling into culverts.
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 certification shall 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
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
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project site.
1 -07.2 State Sales Tax
Delete this section, including its sub sections, in its entirety and replace it with the following:
1 -07.2 State Sales Tax
(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 retail sales tax will not be included. Section 1-
07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from
its payments to the Contractor any amount the Contractor may owe the Washington State
Department of Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper State fund.
1- 07.2(2) State Sales Tax Rule 171
WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as a part of the street or
road drainage system and power lines when such are part of the roadway lighting system.
For work performed in such cases, the Contractor shall include Washington State Retail
Sales Taxes in the various unit bid item prices, or other contract amounts, including those
that the Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
1- 07.2(3) State Sales Tax Rule 170
WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited to,
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not
include the retail sales tax in the unit bid item prices, or in any other contract amount subject
to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable 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:
(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 crafts 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.aov /docs /sf1444.odf, and submit the completed form to the Project
Engineer's office. The presence of a classification wage on the Washington State
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.
Requirements For Nondiscrimination
Section 1 -07.11 is supplemented with the following:
(March 6, 2000)
Reauirement For Affirmative Action to Ensure Eaual 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
Timetable Goal
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 Oreille; 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.
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 4.5
WA Clark.
Non -SMSA Counties 3.8
WA Cowlitz; 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 Ea ual Employment Opportunity Construction Contract Specifications
(Executive Order 11246)
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.
(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.
(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.
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
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 programs 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.
f. 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
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
notification to organizations such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
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.
g.
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.
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 any one 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 fulfill an obligation shall not be a defense for the Contractor's
noncompliance.
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).
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.
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 Contractor 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
Executive 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 EEO 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).
(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 DBE 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: (206) 553 -7356
Tacoma: (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
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.
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 than 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 DBE 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.
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 DBE.
7. In any lease or owner operator situation, as described in paragraphs 5 6
above, the following rules shall apply:
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.
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 DBEs
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-0E0 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's 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-0E0.
Regular Dealer
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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2. Definition
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 regular 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:
1. age of the firm
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 20 April 20 July 20
and October 20 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.
1 -07.17 Utilities and Similar Facilities
The second paragraph of Section 1 -07.17 is supplemented with the following:
The Contractor shall contact the WSDOT Olympic Region Signal Superintendent, Don
Anders, to obtain the locations of all STATE owned utilities within the project limits. To
request utility locates, call (360) 357 -2716 during normal business hours (7:30 AM to 4:00
PM) or (360) 704 -3228 (available 7 days per week by voicemail).
Section 1 -07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Relocation, and /or adjustment and replacement necessary to install the signal system, shall
be considered incidental, and payment for such work shall be included in other bid items in
the Proposal.
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 the A.M. 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
1
1
1
1
1
1
1
1
1
1
I G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified
copy of the insurance policy(s).
1
1
1
1
1
1
1
1
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 (30) 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 liability" 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.
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
on demand, or at the sole discretion of the Contracting Agency, offset against funds due the
Contractor from the Contracting Agency.
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 Compensation,
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 Contractor, whether primary, excess, contingent or 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)B. 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 policy of insurance meeting the requirements set forth herein when the
Contractor delivers the signed Contract for the work. The certificate and endorsements must
conform to the following requirements:
1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-
07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a
copy of any blanket additional insured clause from its policies instead of a separate
endorsement. 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 coverage required herein.
1- 07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Providing
coverage in these stated minimum limits shall not be construed to relieve the Contractor from
liability in excess of such limits All deductibles and self- insured retentions must be disclosed
and are subject to approval by the Contracting Agency. The cost of any claim payments falling
within the deductible shall be the responsibility of the Contractor.
1- 07.18(5)A Commercial General Liability
A policy of Commercial General Liability Insurance, including:
Per project aggregate
Premises /Operations Liability
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 Employers' Liability
$1,000,000 Each Accident
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
$1,000,000 Disease Policy Limit
$1,000,000 Disease Each Employee
1- 07.18(5)B 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:
1. Remove or repair any condition resulting from the work that might impede traffic
or create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require work on
the roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of
existing drainage structures will be at the Contracting Agency's expense when
approved by the Engineer, except when flow is impaired due to the Contractor's
operations.
1- 07.23(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 Contractor's
operations and does not apply to preexisting conditions or permanent Work. Those
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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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:
Revise the first paragraph to read:
Posted Speed Distance From
Traveled Way
(Feet)
1 35 mph or less 1 10
1 40 mph 1 15
1 45 to 55 mph 1 20 1
1 60 mph or greater 1 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.
1- 07.23(2) Construction and Maintenance of Detours
(October 1, 2005 APWA GSP)
Unless otherwise approved, the Contractor shall maintain two -way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the
roadway, bridge, sidewalk. or oath 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 shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the right of way or easement is available or that
the right of entry has been received. If the Contractor is delayed due to acts of omission on
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this
contract. The statement shall be signed by the private property owner, or proper authority
acting for the owner of the private property affected, stating that permission has been
granted to use the property and all necessary permits have been obtained or, in the case of
a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address, and date of signature. Written releases
must be filed with the Engineer before the Completion Date will be established.
1 -08 PROSECUTION AND PROGRESS
Add the following new section:
1 -08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1- 08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be invited.
The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected
by the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
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 8 -hour
period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch
break and a 5 -day work week. The normal straight time 8 -hour working period for the
contract shall be established at the preconstruction conference or prior to the Contractor
commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m.
or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for
permission to work such times. Permission to work longer than an 8 -hour period between
7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer
no later than noon on the working day prior to the day for which the Contractor is requesting
permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and
between the hours of 10:00 p.m. and 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 not limited to, survey crews; personnel from the Contracting Agency's
material testing lab; inspectors; and other Contracting Agency employees when in the
opinion of the Engineer, such work necessitates their presence.
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:
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).
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.
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 aiven after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed bv the Contractina Aaencv. The
Contractor shall not commence with the work until the Notice to Proceed has been aiven bv
the Engineer. The Contractor shall commence construction activities on the Droiect 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 ?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 charaed as a workina day then the fifth day
of that week will be charaed as a workina day whether or not the Contractor works on that
d
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 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 MBE/WBE Participants or
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.
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
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.
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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. Matenals 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- 10.1(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 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 highways, roads, streets, sidewalks. or oaths.
No work shall be done on or adjacent to anv traveled wav 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 TCS card and WSDOT training curriculum is recognized in
the State of Washington. The Traffic Control Supervisor shall be certified by one of the
following-
Measurement
The Northwest Laborers Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297 -3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1- 800 521 -0778 or
(206) 382 -4090
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406 -1022
Training Dept. Toll Free (877) 642 -4637
Phone: (540) 368 -1701
(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.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DIVISION 2
EARTHWORK
Division 2 of the Standard Specifications is supplemented as follows:
2 -02 removal of structures and obstructions
2- 02.3(3) Removal of Pavement, Sidewalk, and Curbs
Cement concrete sidewalk or dnveways to be removed for the installation of electrical materials
shall be removed to the nearest construction or trench joint or shall be saw cut at the nearest
score mark.
Asphalt concrete to be removed for the installation of electrical materials shall be saw cut.
All removed material shall be disposed of by the Contractor at a legal disposal site obtained and
paid for by the Contractor.
2 -02.5 Payment
Any work specified in Division 2 of the Standard Specifications that is necessary for the
completion of this project shall be considered incidental, and payment for such work shall be
included in the other bid items in the Proposal.
END OF DIVISION 2
DIVISION 3
PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
Any work specified in Division 3 of the Standard Specifications that is necessary for the
completion of this project shall be considered incidental, and payment for such work shall be
included in the other bid items in the Proposal.
END OF DIVISION 3
DIVISION 4
BASES
Any work specified in Division 4 of the Standard Specifications that is necessary for the
completion of this project shall be considered incidental, and payment for such work shall be
included in the other bid items in the Proposal.
END OF DIVISION 4
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
Any work specified in Division 5 of the Standard Specifications that is necessary for the
completion of this project shall be considered incidental, and payment for such work shall be
included in the other bid items in the Proposal.
END OF DIVISION 5
1
1
STRUCTURES
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DIVISION 6
Any work specified in Division 6 of the Standard Specifications that is necessary for the
completion of this project shall be considered incidental, and payment for such work shall be
included in the other bid items in the Proposal.
END OF DIVISION 6
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS
SANITARY SEWERS, WATER MAINS, AND CONDUITS
Any work specified in Division 7 of the Standard Specifications that is necessary for the
completion of this project shall be considered incidental and payment for such work shall be
included in the other bid items in the Proposal.
END OF DIVISION 7
1
1
MISCELLANEOUS CONSTRUCTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Division 8 of the Standard Specifications is supplemented as follows:
8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8 -20.1 Description
The work to be completed under this contract consists of removing, and re- installing traffic
control equipment at two (2) signalized intersections in Port Angeles. Work includes the
installation of signal poles with master arms as well as the re- installation of existing vehicle and
pedestrian signals with mounting hardware, controllers and cabinets, and field wiring. The
intersections included in the project are:
1. First Street and Peabody Street.
2. Front Street and Lincoln Street.
DIVISION 8
All existing electrical equipment, including the signal controller, fully -wired controller cabinet,
opticom pre emption modules vehicle signal heads, and mounting hardware shall be used from
each site were applicable. The Agency (City of Port Angeles) and WSDOT will furnish the
Signal Cabinet for the project.
The contractor shall purchase and install all other required equipment including, but not limited
to, signal poles and mast arms, foundations, anchor bolts, pedestrian signal heads, any
additional vehicle signal heads and mounting hardware, wire, conduit, junction boxes, and signs
and any other equipment to make the traffic signal fully operational and complete.
8- 20.1(1) Regulations and Code
All electrical equipment shall conform to the standards of the National Electrical Manufacturers
Association (NEMA), FHWA IP- 78 -16, the Radio Manufacturers Association, the American
Society for Testing and Materials (ASTM), the American Association of State Highway and
Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the
National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA),
whichever is applicable, and to other codes listed herein.
Where applicable, materials and installation procedures shall also conform to the latest
requirements of the Washington State Department of Labor and Industries.
8- 20.1(2) Industry Codes and Standards
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC)
Secretary NESC, NESC Committee, IEEE
Post Office Box 1331
445 Hoes Lane
Piscataway, NJ 08855 -1331
8 -20.2 MATERIALS
Materials for this project are as described on the Plans and in Division 9 of these Special
Provisions.
8- 20.2(1) Equipment List and Drawings
Manufacturer's data for materials proposed for use in the contract, which require approval, shall
be submitted in one complete package.
8 -20.3 Construction Requirements
8- 20.3(2) Excavation and Backfilling
Trenches under the sidewalk or driveways shall be backfilled with crushed surfacing top course
and compacted.
8- 20.3(5) Conduit
Section 8- 20.3(5) is supplemented with the following:
All new conduits for traffic signal installations shall be rigid galvanized steel across US 101.
Any additional approach conduit needed for the traffic signal system, the Contractor may
use PVC conduit and the conduit shall meet the following requirements:
1. Minimum diameter of 1 1 /4 inches.
2. Schedule 80 conduit.
3. Installed per Standard Specifications and Standard Plans.
The Contractor shall install a pull wire in each conduit run in addition to the field wires. The pull
wire will be used for the installation of future field cables.
Conduit installed aboveground shall be hot dipped galvanized steel.
Conduit installed on wood poles shall be on standoff brackets and provide a 6 -inch clearance
between conduit and pole. The risers shall be attached to the pole within 30 inches of the
ground, or at any termination every 5 feet and shall be equipped with weather heads.
Galvanized or stainless steel fittings, clamps, or bolts shall be used to attach conduits to
brackets.
8- 20.3(6) Junction Boxes
Junction boxes shall have lockable lids and shall not be located within the roadway, curb ramps,
construction joints, or driveways. If a junction box is located outside the paved area, an asphalt
pad shall be installed surrounding the junction box.
The lid shall be set flush with the finished grade.
The Junction boxes shall be WSDOT with locking lid standard per the WSDOT Standard Plans
for Road, Bridge and Municipal Construction.
8- 20.3(8) Wiring
Field Wiring Terminal Labels
501 AC+ 516 -520 Railroad Preempt
502 AC- 5A1 -5D3 Emergency Preempt
503 GND 541 -580 Coordination
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
504 -510 Control Display 581 -599 Spare
511 -515 Sign Lights
Movement 1 2 3 4 5 6 7 8
Vehicle Head
Red 611 621 631 641 651 661 671 681
Yellow 612 622 632 642 652 662 672 682
Green 613 623 633 643 653 663 673 683
Spare 614 624 634 644 654 664 674 684
Spare 615 625 635 645 655 665 675 685
AC- 616 626 636 646 656 666 676 686
Red Aux 617 627 637 647 657 667 677 687
Yellow Aux 618 628 638 648 658 668 678 688
Green Aux 619 629 639 649 659 669 679 689
Pedestrian Heads and
Detection
Hand(D/W) 711 721 731 741 751 761 771 781
Man (Walk) 712 722 732 742 752 762 772 782
AC- 713 723 733 743 753 763 773 783
Detection 714 724 734 744 745 764 774 784
Det Common 715 725 735 745 755 765 775 785
Spare 716 726 736 746 756 766 776 786
Spare 717 727 737 747 757 767 777 787
Spare 718 728 738 748 758 768 778 788
Spare 719 729 739 749 759 769 779 789
Vehicle Detection
AC+ 811 821 831 841 851 861 871 881
AC- 812 822 832 842 852 862 872 882
Det. Common 813 823 833 843 853 863 873 883
Det. A Out 814 824 834 844 854 864 874 884
Det. B Out 815 825 835 845 855 865 875 885
Loop 1 Out 816 826 836 846 856 866 876 886
Loop 1 In 817 827 837 847 857 867 877 887
Loop 2 Out 818 828 838 848 858 868 878 888
Loop 2 In 819 829 839. 849 859. 869 879 889
Loop 3 Out 911 921 931. 941. 951 961 971 981
Loop 3 In 912: 922 932 942. 952 962 972 982
Loop 4 Out 913 923 933 943 953 963 973 983
Movement
Loop 4 In
Loop 5 Out
Loop 5 In
Loop 6 Out
Loop 6 In
Cable entering cabinets shall be neatly bundled and wrapped.
8- 20.3(11) Field Test
Section 8- 20.3(11) is supplemented with the following:
1 2 3 4 5 6 7 8
914 924 934 944 954 964 974 984
915 925 935 945 955 965 975 985
916 926 936 946 956 966 976 986
917 927 937 947 957 967 977 987
918 928 938 948 958 968 978 988
8- 20.3(10) Service
The existing service locations for the signals are generally not located near the signal controller.
The Contractor shall contact the City of Port Angeles for the location of the service panel for
each signal. The existing service wires from the service panel to the controller shall be
reconnected by the Contractor.
Testing and turn -on electrical systems shall be performed during daytime hours. The time
and date of the Turn -on date shall be coordinated with the Jim Mahlum, Project Manager
for the City of Port Angeles. Prior to scheduling a Turn -On date, the Contractor shall verify
with the Engineer that:
1. Field tests 1, 2, and 3 as specified in Section 8- 20.3(11) have been completed;
and
2. All other field tests specified in Section 8- 20.3(14)D have been completed.
3. Four Contractor supplied 48" x 48" W20 -902 (SIGNAL REVISION AHEAD)
signs and 4 x 6 wood posts shall each be installed at locations staked by the
Engineer. The Contractor shall remove these sign assemblies two weeks after
normal cycling operation has begun.
4. The signal turn -on shall include personnel from WSDOT Olympic Region Signal
Unit.
5. Give notice of the Turn -On date and time to the Engineer five working days in
advance of said date.
Traffic signal Turn -On procedures shall not commence until:
1. All required channelization crosswalks, stop bars and pavement markings
have been installed; and,
2. All required signs have been installed.
Prior to Turn -On, the Contractor shall perform Field Test 4 in the presence of Agency
electronics technicians and electrical inspectors.
Field Test 4 shall proceed as follows:
1. Turn -On the signal system to its flash mode to verify proper flash indications;
2. Stop all traffic from entering the intersection; and,
3. Allow the signal system to cycle through no less than one full signal cycle to
verify proper signal operation.
Based on the outcome of Field Test 4, the Contracting Agency electronics technicians will
order the Contractor to take one of the following actions:
If action 3 is taken, the Contractor shall schedule a new Turn -On date with the Contracting
Agency electronics technicians following the procedures given herein.
Following Turn -On, all conflicting signs shall be removed as ordered by the Engineer.
Turn -On to normal cycling operation shall start no earlier than 9:00 a.m. and be completed
prior to 2:00 p.m., however, no Turn -On will be allowed on Fridays, weekends, holidays, or
the day preceding a holiday.
8- 20.3(14)A
1. Turn -On the signal system to normal cycling operation:
2. Set the signal system to its flash mode for a period not exceeding five calendar
days: or,
3. Turn -Off power to the signal system and cover all signal displays with black
opaque material.
Signal Controllers
installation
The pole mounted Type "G" cabinet shall be installed in approximately the same height as the
unit to be removed. The new unit shall be installed on the pole shaft with U- brackets secured
with stainless steel bands or other suitable type of mounting hardware to provide a permanent,
solid attachment. All mounting hardware shall be stainless or hot dipped galvanized steel or
aluminum.
8- 20.3(14)A Signal Controllers
Section 8- 20.3(14)E is supplemented with the following:
Traffic Signal Standard Identification
Signal mast arms, Type II shafts, Type III shafts, Type IV shafts, Type V shafts, and
luminaire mast arms shall require identification tags. The identification shall consist of a
corrosion resistant metal tag riveted to the component. Tags for shafts shall be located
above the base plate hand hole. Tags for signal mast arms shall be located above the
arm connection. Tags for the luminaire arm shall be located above the connection point.
The tag shall conform to the detail shown on the signal standard chart and include the
approved pole drawing number, pole number, manufacturer's name, and manufacture
date. Identification of Type PPB, Type PS and Type I standards is not required.
8 -20.4 Measurement
Measurement will be by the lump sum for all work at each location. All work associated with
removing and replacing the interconnect and service wires between Lincoln Street and Peabody
Street on Peabody Street will be included in the measurement for the installation at First Street
and Lincoln Street.
8 -20.5 Payment
Payment will be made under the following bid items:
"Signal Reconstruction at Complete per lump sum.
The lump sum price included in the Bid Form will be full compensation for the costs of all labor,
including all traffic control, tools, equipment, and materials necessary or incidental to remove
the existing equipment and deliver to the designated location, furnish and install all new
equipment, reconnect existing circuits, test, remove and replace sidewalks and driveways, and
perform all other work at each location to provide a fully functional system.
PAVEMENT MARKING
Materials
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.
END OF DIVISION 8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DIVISION 9
Materials
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.
Division 9 -29 of the Standard Specifications is supplemented as follows:
9 -29 ILLUMINATION, SIGNALS, ELECTRICAL
9.29.1 Conduit
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same
manner as conduit couplings. Electroplated fittings are not allowed.
9 -29.2 Junction Boxes
All Junction boxes shall conform to the WSDOT Standard Plans for Road, Bridge and Municipal
Construction with locking lids.
9- 29.13Traffic Signal Controllers
Section 9 -29.13 is supplemented with the following:
Signal cabinet equipment requirements shall include the following: 1 ea. Type
"P" Aluminum Controller Cabinet (Double Door).
Controller cabinets shall be finished inside with an approved finish coat of exterior
white enamel and outside with an approved enamel
finish, light gray or aluminum in color, with front and rear doors. Provide for temporary
installation of lifting eyes. The cabinet shall include two shelves. Each shelf shall have
additional support welded down the center. The bottom shelf shall contain a slide out
with lid for a laptop computer and drawing storage.
1 ea. 16 Position Load Bay.
The load bay shall be fully wired including: 12 channel conflict monitor cables; controller
special function cable; TMM 500 "A" and "E" cables, fused loadswitch outputs (KTK-
10 or equal), with 9 in. clearance from field output terminals to cabinet floor. Fuse
blocks shall be screw
terminal type with No. 10 post capable of accepting no less than two No. 12 wires
fitted with spade lugs. Phase amber or red flash
sequence shall be changeable without the use of tools. All 8 -phase Walk CMU
inputs shall be made available on the backpanel front.
Phase Walk CMU input to load switch shall be selectable with one jumper per
phase.
16 ea. SSS- 87 -1/0 or equivalent, Dual Indicating Load Switches.
1 ea. Eberle Design Inc. Model SSM -12LE Data Logging conflict monitor
or equal. CMU must display time, fault(s), and all load switch output conditions
simultaneously.
1 ea. Stop Time Switch.
Cabinets shall be equipped with a three position toggle switch that provides Stop
Time true inputs as follows: Auto Stop Timing applied
by CMU during an abnormal condition, or by the flash position of the police panel
Flash -Auto switch. Off Stop Timing not true any time. On Stop Timing always
true.
1 ea. 12 Two Channel Rackmounted Digital Loop Detectors (Timing Type), 14 Position
Loop Detector /Opticom Card Rack, 2 Positions wired for Opticom M752
Discriminators.
12 Positions wired for 2 channel loop detectors with respective phase green inputs as
follows:
L11
L21, L22, L23, L24 L31
L41, L42
L51
L61, L62, L63, L64 L71
L81, L82
Aux1 through Aux8
2 ea. 3M model 752 Phase Selectors (Opticom) 1 ea.
Detector Display Panel
24 vehicle detection displays (PSB -28 LAMPS)
4 pedestrian detection displays (PSB -28 LAMPS)
Detection switches shall be 1 /4 inch mount ALCO MTA106H On -Off -On (Momentary)
miniature toggle type.
Lamps shall be protected by Sylvania Osram 3016X series lenses. Lamp
caps are not acceptable.
1 ea. 4 wire interconnect Hayes smart type Dial -up Modem.
1 ea. Traconex TMP -390 (J8 software) Controller with Special Function Module shall
meet or exceed the requirements specified in:
1. Washington Standard Specifications for Road, Bridge, and Municipal
construction.
2. National Electrical Manufacturers Association (NEMA) Publication No. TS1 -1976
as currently amended.
3. These Special Provisions.
1 ea. Traconex TMP -390 Multi -Comm Communication Module or external Modem with
ISC- A01015 cable.
1 ea. GDI 212
PC programmable "S" Registers
PC programmable "AT" Command Set
Shall maintain programming for 12 months while unpowered
The following functions shall also be provided in the local signal control unit:
1. Guaranteed Yellow
The Yellow interval for all phases shall be 3.5 seconds unless the operator sets a
higher value for it.
2. Simultaneous Gap Out
Two concurrently timing phases shall simultaneously reach a rest state prior to their
termination by gap out and prior to advancing across the barrier. A phase in dual ring
operation may re -time its gap from a rest state upon vehicle actuation.
9 -29.16 Vehicular Signal Heads
9- 29.16(2) Conventional Traffic Signal Heads
9- 29.16(2)A Optical Units
LED Traffic Signal Modules: All red, yellow and green traffic signal displays shall be the Light
Emitting Diode (LED) type and shall be from one of the following manufacturers:
Dialight Corporation
1913 Atlantic Avenue
Manasquan, NJ 08736
Telephone: 732 223 -9400
FAX: 732 223 -8788
Each LED signal module shall be designed to be installed in the door frame of a standard traffic
signal housing. The Tamp socket, reflector, reflector holder, and Tens used with an incandescent
N• \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV 58
Tamp shall not be used in a signal section in which an LED signal module is installed. The
installation of an LED signal module shall not require any modification to the housing. The LED
signal module shall be a single, self- contained device.
All red LED signal modules shall be manufactured with a matrix of AIInGaP LED light sources
and green LED signal modules shall be manufactured with a matnx of InGaN LED light sources.
The LED traffic signal module shall be operationally compatible with controllers and conflict
monitors on this project. The LED lamp unit shall contain a disconnect that will show an open
switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational.
Each LED signal module shall conform to the current standards in Institute of Transportation
Engineers (ITE) VTCSH, Part 2, and a Certificate of Compliance with these standards shall be
submitted by the manufacturer for each type of signal head. The certificate shall state that the
lot of signal heads meets the current ITE specification. A label shall be placed on each LED
signal module certifying conformance to this specification. The manufacturer's name,
trademark, serial number, and other necessary identification shall be permanently marked on
the backside of the LED signal module. LED signal modules used on this project shall be from
the same manufacturer. A label shall be provided on the LED housing, and the Contractor shall
mark the label with a permanent marker to note the installation date.
The manufacturer shall provide a written warranty against defects in materials and workmanship
for the LED signal modules for a period of 60 months after installation of the modules. All
warranty documentation shall be given to the Engineer prior to installation.
All yellow indications shall be incandescent per the Standard Specifications.
9- 29.16(2)B Signal Housing
All signal housings shall be constructed from die -cast aluminum. No polycarbonate units shall
be allowed.
All vehicular signal heads shall be painted dark green baked enamel and shall be equipped with
black aluminum tunnel visors of a length equal to the lens diameter. Hardware for attaching the
visors shall be noncorrosive stainless steel.
The signal housing shall be designed to withstand winds of 80 miles per hour with a 0.25 -gust
factor without permanent distortion or failing (torque at attachment of 6,000 pound- feet.)
9 29.16(2)D Back Plates
Back plates shall be constructed from aluminum painted flat black. No polycarbonate units will
be allowed. All hardware for attaching back plates shall be noncorrosive stainless steel.
9 -29.17 Signal Head Mounting Brackets and Fittings
All Type M mounting brackets shall be bronze.
Components for all other mounting hardware shall be as specified in Section 9 -29.17 of the
Standard Specifications. All components shall be factory painted with traffic signal dark green
baked enamel.
9 -29.20 Pedestrian Signal
All pedestrian signal displays shall be the Light Emitting Diode (LED) type and shall be from one
of the following manufacturers:
Dialight Corporation
1913 Atlantic Avenue
Manasquan, NJ 08736
Telephone 732 223 -9400
FAX: 732 223 -8788
N \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04.DOC
IV
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9 -29.6 Light And Signal Standards
Section 9 -29.6 is supplemented with the following:
(April 3, 2006)
Light Standards with Type 1 Luminaire Arms
Lighting standards shall be fabricated in conformance with the methods and materials
specified on the pre- approved Plans listed below, provided the following requirements
have been satisfied:
(a) Light source to pole base distance (H1) shall be as noted in the Plans.
Verification of H1 distances by the Engineer, prior to fabrication, is not
required. Fabrication tolerance shall be Li6 Inches.
(b) All other requirements of the Special Provisions have been satisfied.
Pre Aooroved Plan
Drawing No. DB00654 Rev. A Valmont Ind. Inc.
Sheets 1, 2, 3
Drawing No. W3721 -1
Rev. E W3721 -2
Rev. A
Drawing WS -SL -01
Drawing 71035 -B39 Rev. 2
Sheets 1 2
Drawing 71035 -538 Rev. 2
Sheets 1 2
Drawing No. WSDOT -LP -01
Rev. 2, Sheets 1 and 2 or
WSDOT LP -01 -BE Rev 0
Sheets 1 and 2 or
WSDOT LP- 01 -C8B Rev 0
Fabricator Mountina Hat.
Ameron Pole
Prod. Div.
Drawing No. NWS 3510 Rev. Northwest Signal
4 -6 -04 or NWS 3510B Rev. Supply Inc.
4 -6 -04
American Pole
Structures, Inc.
Union Metal
Corp.
Union Metal
Corp.
30', 40' 50'
40' &50'
25', 30', 35',
40', 45' 50'
25', 30', 35',
40', 45', 50'
40'
50'
West Coast 25', 30', 35', 40',
Engineering 45', and 50'
Group
(August 7, 2006)
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance with the
methods and materials noted in the applicable Standard Plans, pre- approved plans, or
special design plans.
N \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
TV 60
All welds shall comply with the latest AASHTO Standard Specifications for Structural
Supports for Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall
comply with Section 6- 03.3(25)A Welding Inspection.
Hardened washers shall be used with all signal arm connecting bolts instead of lock
washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40
percent of proof load.
Traffic signal standard types and applicable characteristics are as follows:
Type PPB Pedestnan push button posts shall conform to Standard Plan J -7a or
to one of the following pre- approved plans:
Fabricator Drawing No
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole M3723 Rev. E
Prod. Div.
Union Metal Corp. TA -10035 Rev. 3
West Coast
Engineering Group WSDOT -PP -01 Rev. 0
Type PS Pedestrian signal standards shall conform to Standard Plan J -7a or
to one of the following pre- approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole
Prod. Div.
Union Metal Corp. TA -10025 Rev. 13
M3723 Rev. E or W3539 Rev. A
West Coast
Engineering Group WSDOT -PP -02 Rev. 0
Type I Type I vehicle signal standards shall conform to Standard Plan J -7a
or to one of the following pre- approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
N. \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV
Valmont Ind. Inc.
Ameron Pole
Prod. Div
Union Metal Corp. TA -10025
Rev. 11
West Coast
Engineering Group WSDOT -PP -02 Rev. 0
Type FB Type FB flashing beacon standard shall conform to Standard Plan J-
7a or the following pre- approved plan:
Fabricator Drawina No.
Union Metal Corp 50200 -B58 Rev. 3
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole
Prod. Div.
Northwest Signal NWS 3535 or NWS 3535B
Supply, Inc.
Type RM Type RM ramp meter standard shall conform to Standard Plan J -7a
or the following pre- approved plan:
Fabricator Drawina No.
Union Metal Corp 50200 -B58 Rev. 3
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole
Prod. Div.
Northwest Signal
Supply, Inc.
Type CCTV Fabricator
Valmont Industries, Inc.
Type II Characteristics:
Luminaire mounting height
Luminaire arms
Luminaire arm length
Signal arms
DB00655 Rev. B
M3723 Rev E or W3539 Rev. A
W3539 Rev. B
W3539 Rev. A
NWS 3535 or NWS 3535B
Drawina No.
DB 00759 Rev. C
N.A.
N.A.
N.A.
One Only
Type II standards shall conform to one of the following pre approved
plans, provided all other requirements noted herein have been
N: \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV 62
Signal Arm
Lenath (max)
satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are
noted after fabricator.
Fabricator -(x) (y) (z)
65 ft. Valmont Ind. Inc. (2894)
65 ft. Union Metal Corp. (2900)
65 ft. Ameron Pole- (2900)
Prod. Div.
65 ft. Northwest Signal- (2802)
Supply Inc.
45 ft. American Pole (1875)
Structures, Inc.
65 ft. American Pole (2913)
Structures, Inc.
Type III Characteristics:
Luminaire mounting height
Luminaire arms
Luminaire arm type
Luminaire arm length (max.)
Signal arms
Signal Arm
Lenath (max) Fabricator -(x) (y) (z)
65 ft. Valmont Ind. Inc. (2947)
65 ft. Union Metal Corp. (2900)
Drawina No.
DB00625 -Rev. E,
Shts. 1, 2 3
71026 -886 Rev. 4
shts. 1, 2, 3
W3724 -1 Rev. E
W3724 -2 Rev. D
NWS 3500 Rev. 10/14/03
or NWS 3500B
Rev. 10/14/03
WS -T2 -L Rev. 1
WS -T2 -H Rev. 1
30 ft.,
35 ft.,
40 ft.,
or 50 ft.
One Only
Type 1
16 ft.
One Only
Type 111 standards shall conform to one of the following pre
approved plans, provided all other requirements noted herein have
been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet
are noted after fabricator.
Drawina No.
DB00625 -Rev. E,
Shts. 1, 2 3
and "J" Iuminaire arm
71026 -B87 Rev. 4
Shts. 1, 2 3
N \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV 63
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
65 ft. Ameron Pole- (2900)
Prod. Div.
65 ft. Northwest Signal- (2802)
Supply Inc.
45 ft.
65 ft.
Type IV
American Pole (1875)
Structures, Inc.
American Pole (2913)
Structures, Inc.
W3724 -1 Rev. E
W3724 -2 Rev. D
and "J" luminaire arm
NWS 3500 Rev. 10/14/03
or NWS 3500B
Rev. 10/14/03
WS- T3J -L, Rev. 1, Shts. 1 2
WS -T3J -H Rev. 1, Shts. 1 2
Type IV strain pole standards shall be consistent with details in the
plans and Standard Plan J -7c or one of the following pre- approved
plans:
Fabricator
Northwest Signal
Supply Inc.
Valmont Ind. Inc.
Ameron Pole
Prod. Div.
Union Metal Corp.
American Pole
Structures, Inc.
West Coast
Engineering Group
Ameron Pole
Prod. Div.
Drawing No.
NWS 3520 or NWS 3520B,
5000 -4
M3650 Rev. A
EA -10224 Rev. 8
9000 -12 -037 Rev. A
WSDOT -TS -01 Rev. 0
Sheets 1, 2, and 3
Type V Type V combination strain pole and lighting standards shall be
consistent with details in the plans and Standard Plan J -7c or one of
the following pre- approved plans:
Fabricator Drawina No.
Northwest Signal NWS 3520 or NWS 3520B
Supply Inc.
Valmont Ind. Inc. 5000 -4
M3650 Rev. A
Union Metal Corp. EA- 10225, Rev. 8
Shts. 1 2
N \PROJECTS108 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV 64
Type SD
Type PPB
Type PS
Type I
Type FB
Type RM
Type CCTV
Type II
Type I I I
American Pole
Structures, Inc.
9020 -12 -007 Rev. B
West Coast WSDOT -TS -01 Rev. 0
Engineenng Group Sheets 1, 2, and 3
The luminaire arm shall be Type 1, 16 foot maximum and the
luminaire mounting height shall be 40 feet or 50 feet as noted in the
plans.
Type SD standards require special design. All special design shall
be based on the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic
Signals and pre- approved plans and as follows:
1. A 90 mph wind loading shall be used.
2. The Design Life and Recurrence Interval shall be 50 years
for luminaire support structures exceeding 50 feet in height,
and 25 years for all other luminaire support structures.
3. Fatigue design shall conform to AASHTO Section 11, Table
11 -1 using fatigue category III.
Complete calculations for structural design, including anchor bolt
details, shall be prepared by a Professional Engineer, licensed
under Title 18 RCW, State of Washington, in the branch of Civil or
Structural Engineering or by an individual holding valid registration in
another state as a civil or structural Engineer.
All shop drawings and the cover page of all calculation submittals
shall carry the Professional Engineer's original signature, date of
signature, original seal, registration number, and date of expiration.
The cover page shall include the contract number, contract title, and
sequential index to calculation page numbers. Two copies of the
associated design calculations shall be submitted for approval along
with shop drawings.
Details for hand holes and luminaire arm connections are available
from the Bridges and Structures Office.
Foundations for various types of standards shall be as follows:
As noted on Standard Plan J -7a.
As noted on Standard Plan J -7a.
As noted on Standard Plan J -7a.
As noted on Standard Plan J -7a
As noted on Standard Plan J -7a
As noted in the Plans.
As noted in the Plans.
As noted in the Plans.
N \PROJECTS\08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV 65
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Type IV As noted in the Plans and Standard Plan J -7c.
Type V As noted in the Plans and Standard Plan J -7c.
Type SD As noted in the Plans.
Pedestrian Signal devices shall be as manufactured by Novax, Model DS2000.
END OF DIVISION 9
N \PROJECTS108 -06 1st Peabody Signal- Gateway Signal \12 Project Manual\Bid Project Manual\Part 04 DOC
IV 66
The Standard Plans are revised as follows:
C-2q
DELETED
C -2s
Delete reference to Cross Section A.
C -3d
DELETED
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.
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 -10.20 and B10.40
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-la
In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to
25" long.
C -1 b
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 -3, C -3B, C -3C
Note 1 is revised as follows: replace reference F -2b with F -10.42
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 /z" R. and below another dimension of 1 '/z" R., the bottom dimension should
be 7/8" R.
N \PROJECTS\08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV 67
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
C -8b (Sheet 1 of 2)
Revise SECTION A note as follows: STEEL LIGHT STANDARD SEE STD. PLAN J-
28.60
(Sheet 2 of 2)
Revise POLE BASE PLATE note as follows: replace J -1d with J -28.60
C -10 (sheet 2 of 2)
COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3"
C -11
DELETED
C -11 a
DELETED
C -11 b
DELETED
C -12
Note 1 is revised to read:
Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products
List and shall be installed in accordance with the manufacturer's recommendations.
Products not listed on the Qualified Products List are considered when submitted with a
Request of Approval of Materials (RAM) form.
C -14h
Revise SECTION B note as follows: STEEL LIGHT STANDARD SEE STD. PLAN J -28.60
C -14i
Section C callout: "Sign Bridge End Post (See Std. Plan G -2) "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- 70.10)"
D -1a 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.
J -12, Sheet 1 of 2. Detail View A
(STD. PLAN G -4a) is revised to read: (Std. Plan G- 22.10)
N \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04.DOC
IV 68
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 BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan
K -80.35
M -1.60
COLLECTOR DISTRIBUTOR 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.
IV 69
A- 10.10 -00 8/07/07
A- 10.20 -00 10/05/07
A- 10.30 -00 10/05/07
A- 20.10 -00 8/31/07
A- 30.10 -00 11/08/07
B- 5.20 -00 6/01/06
B- 5.40 -00 6/01/06
B- 5.60 -00 6/01/06
B- 10.20 -00 6/01/06
B- 10.40 -00 6/01/06
B- 10.60 -00 6/08/06
B- 15.20 -00 6/01/06
B- 15.40 -00 6/01/06
B- 15.60 -00 6/01/06
B- 20.20 -01 11/21/06
B- 20.40 -02 6/10/08
B- 20.60 -02 6/10/08
B- 25.20 -00 6/08/06
B- 25.60 -00 6/01/06
B- 30.10 -00 6/08/06
B- 30.20 -01 11/21/06
B- 30.30 -00 6/01/06
B- 30.40 -00 6/01/06
C -1 2/06/07
C-la 7/31/98
C-lb 10/31/03
C-lc 5/30/97
C -1 d 10/31/03
C -2 1/06/00
C -2a 6/21/06
C -2b 6/21/06
N. \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12
A- 30.15 -00 11/08/07 A- 40.50 -00 11/08/07
A- 30.30 -00 11/08/07 A- 60.10 -00 10/05/07
A- 30.35 -00 10/12/07 A- 60.20 -00 10/05/07
A- 40.10 -00 10/05/07 A- 60.30 -00 11/08/07
A- 40.20 -00 9/20/07 A- 60.40 -00 8/31/07
B- 30.50 -00 6/01/06 B- 75.20 -01 6/10/08
B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08
B- 30.80 -00 6/08/06 B -75 60 -00 6/08/06
B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06
B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06
B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06
B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08
B- 40.40 -00 6/01/06 6- 85.20 -00 6/01/06
B- 45.20 -00 6/01/06 B- 85.30 00......6/01 /06
B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06
B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08
B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06
B- 60.20 -00 6/08/06 B -90 20 -00 6/08/06
B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06
B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06
B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06
B- 70.20 -00 6/01/06 B- 95.20 -00 6/08/06
B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06
C -3b 10/04/05 C -13c 7/3/08
C -3c 6/21/06 C -14a 7/3/08
0-4 2/21/07 C -14b 7/26/02
C -4a 2/21/07 C -14c 7/26/02
C -4b 6/08/06 C -14d 7/3/08
C -4e 2/20/03 C -14e 7/3/08
C -4f 6/30/04 C -14h 1/11/06
C -5 10/31/03 C -14i 12/02/03
Project Manual \Bid Project Manual \Part 04.DOC
C -2c 6/21/06
C -2d 6/21/06
C -2e 6/21/06
C -2f 3/14/97
C -2g 7/27/01
C -2h 3/28/97
C -2i 3/28/97
C -2j 6/12/98
C -2k 7/27/01
C -2n 7/27/01
C -2o 7/13/01
C -2p 10/31/03
C -2r 3/03/05
C -2s 3/03/05
C -2t 3/03/05
C -3 10/04/05
C -3a 10/04/05
D- 2.02 -00 11/10/05
D- 2.04 -00 11/10/05
D- 2.06 -00 11/10/05
D -2 08 -00 11/10/05
D- 2.10 -00 11/10/05
D- 2.12 -00 11/10/05
D- 2.14 -00 11/10/05
D- 2.16 -00 11/10/05
D- 2.18 -00 11/10/05
D- 2.20 -00 11/10/05
D- 2.30 -00 11/10/05
D- 2.32 -00 11/10/05
D- 2.34 -00 11/10/05
D- 2.36 -01 11/08/07
D- 2.38 -00 11/10/05
D- 2.40 -00 11/10/05
D- 2.42 -00 11/10/05
E -1 2/21/07
E -2 5/29/98
F- 10.12 -00 12/20/06
F- 10.16 -00 12/20/06
F- 10.40 -01 7/3/08
F- 10.42 -00 1/23/07
F- 10.62 -01 9/05/07
F- 10.64 -02 7/3/08
G -9a 6/25/02
G- 10.10 -00 9/20/07
G- 20.10 -00 9/20/07
G- 22.10 -01 7/3/08
G- 24.10 -00 11/08/07
N \PROJECTS108 -06 1st Peabody Signal
IV 70
C -6 5/30/97
C -6a 3/14/97
C -6c 1/06/00
C -6d 5/30/97
C -6f 7/25/97
C -7 10/31/03
C -7a 10/31/03
C -8 4/27/04
C -8a 7/25/97
C -8b 1/11/06
C -8e 2/21/07
C -8f 6/30/04
C -10 7/31/98
C -12 7/27/01
C -13 7/3/08
C -13a 7/3/08
C -13b 7/3/08
D- 2.44 -00 11/10/05
D- 2.46 -00 11/10/05
D- 2.48 -00 11/10/05
D- 2.60 -00 11/10/05
D- 2.62 -00 11/10/05
D- 2.64 -00 11/10/05
D- 2.66 -00 11/10/05
D- 2.68 -00 11/10/05
D- 2.78 -00 11/10/05
D- 2.80 -00 11/10/05
D- 2.82 -00 11/10/05
D- 2.84 -00 11/10/05
D- 2.86 -00 11/10/05
D- 2.88 -00 11/10/05
D- 2.92 -00 11/10/05
D -3 7/13/05
D -3a 6/30/04
E -4 8/27/03
E -4a 8/27/03
F- 30.10 -00 1/23/07
F- 40.10 -01 10/05/07
F- 40.12 -00 2/07/07
F- 40.14 -00 2/07/07
F- 40.15 -00 2/07/07
F- 40.16 -00 2/07/07
G- 24.50 -00 11/08/07
G- 24.60 -00 11/08/07
G- 25.10 -00 11/08/07
G- 30.10 -00 11/08/07
G- 50.10 -00 11/08/07
C -14j 12/02/03
C -14k 1/11/06
C -15a 7/3/08
C -15b 7/3/08
C -16a 11/08/05
C -16b 11/08/05
C- 20.14 -00 2/06/07
C- 20.40 00 2/06/07
C- 22.40 -01... 10/05/07
C- 23.60 -00 2/06/07
C- 25.18 -01 9/20/07
C- 25.20 -02 7/3/08
C- 25.22- 01....10/05/07
C- 25.80 -01 7/3/08
C- 28.40 -00 2/06/07
C- 90.10 -00 7/3/08
D -3b 6/30/04
D -3c 6/30/04
D -4 12/11/98
D -6 6/19/98
D- 10.10 -00 7/8/08
D- 10.15 -00 7/8/08
D- 10.20 -00 7/8/08
D- 10.25 -00 7/8/08
D- 10.30 -00 7/8/08
D- 10.35 -00 7/8/08
D- 10.40 -00 7/8/08
D- 10.45 -00 7/8/08
D- 15.10 -00 7/8/08
D- 15.20 -00 7/8/08
D- 15.30 -00 7/8/08
F- 40.18 -00 2/07/07
F- 40.16 00 2/07/07
F- 40.20 -00 10/05/07
F- 42.10 -00 10/05/07
F- 80.10 -00 1/23/07
G- 70.10 -00 10/5/07
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
Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
G- 24.20 -00 11/08/07
G- 24.30 -00 11/08/07
G-24.40-00. 11/08/07
H- 10.10 -00 7/3/08
H- 10.15 -00 7/3/08
H- 30.10 -00 ....10/12/07
1- 10.10- 00 8/31/07
1- 30.10 -00 9/20/07
1- 30.20 -00 9/20/07
1- 30.30 -00 9/20/07
1- 30.40 -00 10/12/07
J-lf 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- 10.20 -01 10/12/07
K- 10.40 -00 2/15/07
K- 20.20 -01 10/12/07
K- 20.40 -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
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
G- 60.10 -00 8/31/07 G- 95.30 -01 7/10/08
G- 60.20 -00 8/31/07
G- 60.30 -00 8/31/07
H- 32.10 -00
H- 60.10 -01
H- 60.20 -01
1- 30.50 -00
1- 40.10 -00
1- 40.20 -00
1- 50.10 -00
1- 50.20 -00
9/20/07 H- 70.10 -00 9/05/07
7/3/08 H -70 20 -00 9/05/07
7/3/08 H- 70.30 -00 9/05/07
11/14/07 1- 60.10 -00 8/31/07
9/20/07 1- 60.20 -00. 8/31/07
9/20/07 1- 80.10 -00 8/31/07
9/20/07
8/31/07
J -8b 5/20/04 J -18 9/02/05
J -8c 5/20/04 J -19 9/02/05
J -8d 5/20/04 J -20 9/02/05
J -9a 4/24/98 J- 28.10 -00 8/07/07
J -10 7/18/97 J- 28.22 -00 8/07/07
J -11 a 10/12/07 J- 28.24 -00 8/07/07
J -11 b 9/02/05 J- 28.26 -00 8/07/07
J -11 c 6/21/06 J- 28.30 -00 8/07/07
J -12 11/08/05 J- 28.40 -00 8/07/07
J -15a 10/04/05 J- 28.42 -00 8/07/07
J -15b 10/04/05 J- 28.45 -00 8/07/07
J -16a 3/04/05 J- 28.50 -00 8/07/07
J -16b 9/20/07 J- 28.60 -00 8/07/07
J -16c 9/20/07 J- 28.70 -00 11/08/07
K- 26.40 -01 10/12/07 K- 40.60 -00 2/15/07
K- 30.20 -00 2/15/07 K- 40.80 -00 2/15/07
K- 30.40 -01 10/12/07 K- 55.20 -00 2/15/07
K- 32.20 -00 2/15/07 K- 60.20 -02 7/3/08
K- 32.40 -00 2/15/07 K- 60.40 -00 2/15/07
K- 32.60 -00 2/15/07 K- 70.20 -00 2/15/07
K- 32.80 -00 2/15/07 K- 80.10 -00 2/21/07
K- 34.20 -00 2/15/07 K -80 20 -00 12/20/06
K- 36.20 -00 2/15/07 K- 80.30 -00 2/21/07
K- 40.20 -00 2/15/07 K- 80.35 -00 2/21/07
K- 40.40 -00 2/15/07 K- 80.37 -00 2/21/07
L- 40.10 -00 2/21/07 L- 70.10 -01 5/21/08
L- 40.15 -00 2/21/07 L- 70.20 -01 5/21/08
L- 40.20 -00 2/21/07
M- 7.50 -01
M- 9.50 -01.
M- 11.10 -01
M- 15.10 -01
M- 17.10 -02
M- 20.10 -01
1/30/07 M- 40.10 -00 9/20/07
1/30/07 M- 40.20- 00....10/12/07
1/30/07 M- 40.30 -00 9/20/07
2/06/07 M- 40.40 -00 9/20/07
7/3/08 M- 40.50 -00 9/20/07
1/30/07 M- 40.60 -00 9/20/07
N \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04.DOC
IV
M- 2.60 -01 1/30/07 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07
M- 3.10 -01 1/30/07 M- 20.30 -01 1/30/07 M- 60.20 -00 9/05/07
M- 3.20 -01 1/30/07 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08
M- 3.30 -01 1/30/07 M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08
M- 3.40 -01 1/30/07 M- 24.20 01.......5/31 /06 M- 80.20 -00 6/10/08
M- 3.50 -01 1/30/07 M- 24.40 -01 5/31/06 M -80 30 -00 6/10/08
M- 5.10 -01 1/30/07 M- 24.60 -02 2/06/07
N \PROJECTS \08 -06 1st Peabody Signal- Gateway Signal \12 Project Manual \Bid Project Manual \Part 04 DOC
IV 72
PW 407_04 Part04.doc [Revised March 2008]
PART V
ATTACHMENTS
PW 407_04 Part04 doc [Revised March 2008]
Attachment A
Washington State Prevailing Wage Rates for Clallam County
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of 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
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $40.03 1H 50
BOILERMAKERS
JOURNEY LEVEL $53 61 1C 5N
BRICK AND MARBLE MASONS
BRICK BLOCK FINISHER $39.49 1M 5A
JOURNEY LEVEL $46 35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $8.55 1
SHAMPOOER $8 97 1
WAXER $8.97 1
WINDOW CLEANER $13 22 1
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14 67 1
CARPENTERS
ACOUSTICAL WORKER $48 63 1H 5D
BRIDGE, DOCK AND WARF CARPENTERS $48 47 1H 5D
CARPENTER $48 47 1H 50
CREOSOTED MATERIAL $48 57 1H 5D
DRYWALL APPLICATOR $48 47 1H 5D
FLOOR FINISHER $48 60 1H 5D
FLOOR LAYER $48 60 1H 5D
FLOOR SANDER $48 60 1H 5D
MILLWRIGHT AND MACHINE ERECTORS $49 47 11-I 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1H 5D
SAWFILER $48 60 1H 5D
SHINGLER $48 60 1H 5D
STATIONARY POWER SAW OPERATOR $48 60 1H 5D
STATIONARY WOODWORKING TOOLS $48 60 1H 5D
CEMENT MASONS
JOURNEY LEVEL $40 03 1H 5D
DIVERS TENDERS
DIVER $100 28 1M 5D 8A
DIVER ON STANDBY $56 68 1M 5D
DIVER TENDER $52 23 1M 5D
SURFACE RCV ROV OPERATOR $52 23 1M 5D
SURFACE RCV ROV OPERATOR TENDER $50 72 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49 57 1T 5D 8L
ASSISTANT MATE (DECKHAND) $49 06 1T 5D 8L
BOATMEN $49 57 1T 5D 8L
ENGINEER WELDER $49 62 1T 513 8L
Page 1
Classification
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code ode
LEVERMAN, HYDRAULIC $51 19 1T 5D 8L
MAINTENANCE $49 06 1T 5D 8L
MATES $49 57 1T 5D 8L
OILER $49 19 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $48.79 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9.37 1
ELECTRICIANS INSIDE
CABLE SPLICER $61 95 2W 5L
CABLE SPLICER (TUNNEL) $66 57 2W 5L
CERTIFIED WELDER $59 85 2W 5L
CERTIFIED WELDER (TUNNEL) $64 13 2W 5L
CONSTRUCTION STOCK PERSON $31 83 2W 5L
JOURNEY LEVEL $57.74 2W 5L
JOURNEY LEVEL (TUNNEL) $61 95 2W 5L
ELECTRICIANS MOTOR SHOP
CRAFTSMAN $15 37 2A 6C
JOURNEY LEVEL $14 69 2A 6C
ELECTRICIANS POWERLINE CONSTRUCTION
CABLE SPLICER $59 79 4A 5A
CERTIFIED LINE WELDER $54 59 4A 5A
GROUNDPERSON $39 07 4A 5A
HEAD GROUNDPERSON $41 22 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A
JACKHAMMER OPERATOR $41.22 4A 5A
JOURNEY LEVEL LINEPERSON $54 59 4A 5A
LINE EQUIPMENT OPERATOR $46 32 4A 5A
POLE SPRAYER $54 59 4A 5A
POWDERPERSON $41 22 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12 07 1
ELEVATOR CONSTRUCTORS
MECHANIC $64 81 4A 6Q
MECHANIC IN CHARGE $70 60 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13 50 1
FENCE ERECTORS
FENCE ERECTOR $13 80 1
FENCE LABORER $11 60 1
FLAGGERS
JOURNEY LEVEL $33 93 1H 5D
GLAZIERS
JOURNEY LEVEL $48 61 1Y 5G
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $48.28 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00 1
HOD CARRIERS MASON TENDERS
JOURNEY LEVEL $41 28 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15 65 1
Page 2
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9 24 1
INLAND BOATMEN
CAPTAIN $59 22 1
COOK $34 81 1
DECKHAND $34 52 1
ENGINEER/DECKHAND $58 62 1
MATE, LAUNCH OPERATOR $50 20 1
INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9 73 1
GROUT TRUCK OPERATOR $11 48 1
HEAD OPERATOR $12 78 1
TECHNICIAN $8 55 1
TV TRUCK OPERATOR $10 53 1
INSULATION APPLICATORS
JOURNEY LEVEL $20 50 1
IRONWORKERS
JOURNEY LEVEL $54 27 10 5A
LABORERS
ASPHALT RAKER $41.28 1H 5D
BALLAST REGULATOR MACHINE $40.03 1H 5D
BATCH WEIGHMAN $33 93 1H 5D
BRUSH CUTTER $40 03 1H 5D
BRUSH HOG FEEDER $40 03 1H 5D
BURNERS $40 03 1H 5D
CARPENTER TENDER $40 03 1H 5D
CASSION WORKER $41 28 1H 5D
CEMENT DUMPER/PAVING $40 77 1H 5D
CEMENT FINISHER TENDER $40 03 1H 5D
CHANGE -HOUSE MAN OR DRY SHACKMAN $40 03 1H 5D
CHIPPING GUN (OVER 30 LBS) $40 77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D
CHOKER SETTER $40.03 1H 5D
CHUCK TENDER $40 03 1H 5D
CLEAN -UP LABORER $40 03 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D
CONCRETE FORM STRIPPER $40 03 1H 50
CONCRETE SAW OPERATOR $40 77 1H 5D
CRUSHER FEEDER $33 93 1H 5D
CURING LABORER $40 03 1H 5D
DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40 03 1H 5D
DITCH DIGGER $40 03 1H 5D
DIVER $41 28 1H 50
DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D
DRILL OPERATOR, AIRTRAC $41 28 1H 50
DUMPMAN $40 03 1H 5D
EPDXY TECHNICIAN $40 03 1H 5D
EROSION CONTROL WORKER $40 03 1H 50
FALLER/BUCKER, CHAIN SAW $40 77 1H 5D
FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D
construction debris cleanup)
Page 3
Classification
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
FINE GRADERS $40 03 1H 50
FIRE WATCH $33 93 1H 5D
FORM SETTER $40 03 11-I 5D
GABION BASKET BUILDER $40.03 1H 50
GENERAL LABORER $40 03 1H 5D
GRADE CHECKER TRANSIT PERSON $41 28 1H 5D
GRINDERS $40 03 1H 5D
GROUT MACHINE TENDER $40 03 1H 5D
GUARDRAIL ERECTOR $40.03 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $41 28 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 5D
HIGH SCALER $41.28 1H 5D
HOD CARRIER/MORTARMAN $41 28 1H 5D
JACKHAMMER $40 77 1H 50
LASER BEAM OPERATOR $40.77 1H 5D
MANHOLE BUILDER MUDMAN $40 77 1H 50
MATERIAL YARDMAN $40 03 1H 50
MINER $41.28 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 1H 5D
PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $40.77 1H 5D
PILOT CAR $33 93 1H 50
PIPE POT TENDER $40.77 IN 50
PIPE RELINER (NOT INSERT TYPE) $40.77 1H 50
PIPELAYER CAULKER $40.77 1H 5D
PIPELAYER CAULKER (LEAD) $41.28 1H 50
PIPEWRAPPER $40 77 1H 5D
POT TENDER $40 03 1H 5D
POWDERMAN $41 28 1H 5D
POWDERMAN HELPER $40.03 1H 50
POWERJACKS $40 77 1H 5D
RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D
RE- TIMBERMAN $41.28 1H 50
RIPRAP MAN $40 03 1H 50
RODDER $40 77 1H 5D
SCAFFOLD ERECTOR $40 03 1 H 5D
SCALE PERSON $40 03 1H 5D
SIGNALMAN $40 03 1H 50
SLOPER (OVER 20 $40.77 1H 5D
SLOPER SPRAYMAN $40 03 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 5D
SPREADER (CONCRETE) $40 77 1H 5D
STAKE HOPPER $40 03 1H 5D
STOCKPILER $40 03 1H 5D
TAMPER SIMILAR ELECTRIC, AIR GAS $40 77 1H 50
TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $40 03 1H 5D
TOPPER TAILER $40 03 1H 50
TRACK LABORER $40 03 1H 5D
TRACK LINER (POWER) $40 77 1H 5D
Page 4
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRUCK SPOTTER $40 03 1H 5D
TUGGER OPERATOR $40 77 1H 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40 03 1H 5D
VIBRATOR $40 77 1H 5D
VINYL SEAMER $40 03 1H 5D
WELDER $40 03 1H 5D
WELL -POINT LABORER $40 77 1H 5D
LABORERS UNDERGROUND SEWER WATER
GENERAL LABORER TOPMAN $40 03 1H 5D
PIPE LAYER $40 77 1H 5D
LANDSCAPE CONSTRUCTION
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
JOURNEY LEVEL $48.47 1H 5D
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $10 66 1
PAINTER $11 41 1
PAINTERS
JOURNEY LEVEL $34 87 2B 6Z
PLASTERERS
JOURNEY LEVEL $25 83 1
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.55 1
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $64 84 1G 5A
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR $50.39 1T 5D 8P
ASSISTANT ENGINEERS $47 12 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P
BARRIER MACHINE (ZIPPER) $49 90 IT 5D 8P
BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $49 48 IT 5D 8P
BOBCAT (SKID STEER) $47 12 1T 5D 8P
BROKK- REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P
BROOMS $47 12 1T 5D 8P
BUMP CUTTER $49 90 1T 50 8P
CABLEWAYS $50 39 1T 5D 8P
CHIPPER $49 90 1T 5D 8P
COMPRESSORS $47 12 IT 5D 8P
CONCRETE FINISH MACHINE LASER SCREED $47.12 1T 5D 8P
CONCRETE PUMPS $49 48 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P
Page 5
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CONCRETE PUMP TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 IT 5D 8P
METERS
CONVEYORS $49.48 IT 50 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 IT 5D 8P
CRANE, FRICTION OVER 200 TONS $52 07 1T 5D 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P
CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 IT 5D 8P
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 IT 5D 8P
WITH ATACHMENTS)
CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 IT 5D 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 IT 5D 8P
WITH ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER $47.12 1T 513 8P
CRANES, A- FRAME, OVER 10 TON $49.48 IT 5D 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 IT 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49 90 IT 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50.39 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 IT 5D 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50 94 IT 5D 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 IT 5D 8P
CRUSHERS $49 90 1T 5D 8P
DECK ENG1NEER/DECK WINCHES (POWER) $49.90 1T 5D 8P
DERRICK, BUILDING $50.39 1T 5D 8P
DOZER, QUAD 9, D -10, AND HD -41 $50.39 1T 5D 8P
DOZERS, D -9 UNDER $49 48 IT 5D 8P
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 IT 5D 8P
DRILLING MACHINE $49 90 IT 5D 8P
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P
EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 5D 8P
FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49 90 IT 5D 8P
FORK LIFTS, (3000 LBS AND OVER) $49 48 IT 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P
GRADE ENGINEER $49 90 1T 50 8P
GRADECHECKERANDSTAKEMAN $47.12 IT 5D 8P
GUARDRAIL PUNCH $49 90 IT 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 1T 50 8P
HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P
HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47 12 IT 5D 8P
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49 48 IT 5D 8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 IT 5D 8P
LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 513 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 IT 5D 8P
LOCOMOTIVES, ALL $49 90 IT 5D 8P
MECHANICS, ALL $50 94 IT 5D 8P
MIXERS, ASPHALT PLANT $49 90 1T 5D 8P
MOTOR PATROL GRADER (FINISHING) $50.39 IT 5D 8P
MOTOR PATROL GRADER (NON- FINISHING) $49 48 1T 50 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50 39 IT 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $47.12 1T 5D 8P
Page 6
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P
POWER PLANT $47 12 1T 5D 8P
PUMPS, WATER $47 12 1T 5D 8P
QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 513 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P
EQUIP
RIGGER AND BELLMAN $47 12 1T 5D 8P
ROLLAGON $50 39 1T 5D 8P
ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P
ROTO -MILL, ROTO- GRINDER $49 90 1T 5D 8P
SAWS, CONCRETE $49 48 1T 5D 8P
SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P
SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49 90 1T 5D 8P
OFF -ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE $47 12 1T 5D 8P
SLIPFORM PAVERS $50 39 1T 5D 8P
SPREADER, TOPSIDER SCREEDMAN $50 39 1T 513 8P
SUBGRADE TRIMMER $49 90 1T 5D 8P
TOWER BUCKET ELEVATORS $49 48 1T 5D 8P
TRACTORS, (75 HP UNDER) $49 48 1T 5D 8P
TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P
TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P
TRENCHING MACHINES $49.48 1T 5D 8P
TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T 5D 8P
TRUCK CRANE OILER/DRIVER (100 TON OVER) $49.90 1T 5D 8P
TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P
WELDER $50 39 1T 5D 8P
WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P
YO YO PAY DOZER $49 90 1T 5D 8P
POWER EQUIPMENT OPERATORS UNDERGROUND SEWER WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $39 33 4A 5A
SPRAY PERSON $37 24 4A 5A
TREE EQUIPMENT OPERATOR $37 85 4A 5A
TREE TRIMMER $35 21 4A 5A
TREE TRIMMER GROUNDPERSON $26 58 4A 5A
REFRIGERATION AIR CONDITIONING MECHANICS
MECHANIC $27 68 1
RESIDENTIAL BRICK MARBLE MASONS
JOURNEY LEVEL $46 35 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17 85 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25 63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18.00 1
Page 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $27 78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $21 36 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9 86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.08 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $15 97 1
RESIDENTIAL PLUMBERS PIPEFITTERS
JOURNEY LEVEL $14 60 1
RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS
JOURNEY LEVEL $60 56 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $35 25 1R 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10 88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19 67 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $8.55 1
ROOFERS
JOURNEY LEVEL $40.05 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $59 32 1E 6L
SHIPBUILDING SHIP REPAIR
BOILERMAKER $32.56 1H 6W
HEAT FROST INSULATOR $48 28 1S 5J
LABORER $1216 1
MACHINIST $17.16 1
SHIPFITTER $14 66 1
WELDER/BURNER $14.66 1
SIGN MAKERS INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19 29 1
SIGN MAKERS INSTALLERS (NON ELECTRICAL)
JOURNEY LEVEL $1215 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $3919 2X 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10 31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19 67 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13 23 1
STREET AND PARKING LOT SWEEPER WORKERS
JOURNEY LEVEL $16 00 1
SURVEYORS
CHAIN PERSON $9 35 1
INSTRUMENT PERSON $11 40 1
PARTY CHIEF $13 40 1
Page 8
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE LINEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION LINEPERSON /INSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
TERRAZZO WORKERS TILE SETTERS
JOURNEY LEVEL
TILE, MARBLE TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
CLALLAM COUNTY
EFFECTIVE 09 -02 -2009
Page 9
$34 09 1E 5A
$32 27 2B 5A
$18 10 2B 5A
$30 94 2B 5A
$30 02 2B 5A
$32 27 2B 5A
$31 62 2B 5A
$32 27 2B 5A
$30 02 2B 5A
$17 18 2B 5A
$22.73 2B 5A
$27.09 2B 5A
$24 35 2B 5A
$30.02 2B 5A
$45 26 1M 5A
$39 09 1B 5A
$38 90 1K 5A
$45 63 1T 5D 8L
$46 47 1T 5D 8L
$20 23 1
$20 23 1
$46 47 1T 5D 8L
$23.73 1
$11.60 1
$9 45 1
$11 60 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non- standard" Items)
Below is the department's (State L &I's) list of criteria to be used in determining whether a
prefabricated item is "standard" or "non- standard For items not appearing on
WSDOT's predetermined list, these criteria shall be used by the Contractor (and the
Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and
fabricators) to determine coverage under RCW 39 12. The production, in the State of
Washington, of non standard items is covered by RCW 39.12, and the production of
standard items is not The production of any item outside the State of Washington is not
covered by RCW 39 12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12 If it is, go to question 2
2 Is the item fabricated on the public works jobsite? If it is, the work is covered under
RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not,
go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39 12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory
item which could reasonably be sold on the general market? If not, the work is covered
by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements, finish,
etc? If yes, the work is covered under RCW 39.12
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non covered workers shall be directed to State L &I at
(360) 902 -5330.
Supplemental to Wage Rates 1
9/2/09 Reversion Edition, Published 9/1/2009
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 3912. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L &I's policy statement
ITEM DESCRIPTION
Metal rectangular frames, solid metal covers, herringbone grates,
and bi- directional vaned grates for Catch Basin
Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans
2. Metal circular frames (rings) and covers, circulai grates,
and prefabricated ladders for Manhole Types 1, 2, and 3,
Drywell Types 1, 2, and 3 and Catch Basin Type 2.
See Std. Plans
3. Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and
3 structural tubing grates for Drop Inlets. See Std. Plans.
1.
4. Concrete Pipe Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter.
5. Concrete Pipe Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.
6. Corrugated Steel Pipe Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter May also be treated, 1 thru 5.
Corrugated Aluminum Pipe Aluminum lock seam corrugated pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in
diameter. May also be treated, #5.
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
YES NO
X
X
X
X
X
Supplemental to Wage Rates 2
9/2/09 Reversion Edition, Published 9/1/2009
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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.
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.
11. Minor Structural Steel Fabrication Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc involving welding, cutting, punching and /or
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. X
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment
sections and flat top slabs. See Std. Plans.
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections
See Std. Plans
16 Precast Catch Basin Catch Basin type 1, 1 L, 1 P, and 2
With adjustment sections. See Std. Plans
X
X
X
X
X
X
X
Supplemental to Wage Rates 3
9/2/09 Reversion Edition, Published 9/1/2009
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
ITEM DESCRIPTION YES
17. Precast Concrete Inlet with adjustment sections,
See Std. Plans
18. Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std Plans.
19. Precast Grate Inlet Type 2 with extension and top units
See Std. Plans
20. Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans
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
requirements. Shop drawings are to be provided for approval
prior to casting
22. Vault Risers For use with Valve Vaults and Utilities
Vaults.
23. Valve Vault For use with underground utilities.
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
permanent barrier.
26 Precast Concrete Walls Precast Concrete Walls tilt -up wall
panel in size and shape as shown in Plans
Fabrication plant has annual approval for methods and materials
to be used
Supplemental to Wage Rates
9/2/09 Reversion Edition, Published 9/1/2009
25 Reinforced Earth Wall Panels Reinforced Earth Wall Panels in
size and shape as shown in the Plans. Fabrication plant has
annual approval for methods and materials to be used.
See Shop Drawing
Fabrication at other locations may be approved, after facilities
inspection, contact HQ Lab.
X
X
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ITEM DESCRIPTION
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
27. Precast Railroad Crossings Concrete Crossing Structure
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
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
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
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
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
for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A
33. Monument Case and Cover
See Std. Plan
YES NO
X
X
X
X
X
X
X
Supplemental to Wage Rates 5
9/2/09 Reversion Edition, Published 9/1/2009
ITEM DESCRIPTION
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
shall be galvanized after fabrication in accordance with
AASHTO -M -111.
35. Mono -tube Sign Structures Mono -tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings for
approval are required prior to fabrication.
36. Steel Sign Bndges 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
shall be galvanized after fabrication in accordance
with AASHTO -M -111.
37. Steel Sign Post Fabricated Steel Sign Posts as detailed in Std
Plans. Shop drawings for approval are to be provided prior to
fabrication
38. Light Standard Prestressed Spun, prestressed, hollow
concrete poles.
39. Light Standards Lighting Standards for use on highway
illumination systems, poles t'o be fabricated to conform with
methods and materials as specified on Std Plans. See Specia
Provisions for pre- approved drawings.
YES NO
X
X
40 Traffic Signal Standards Traffic Signal Standards for use on
highway and /or street signal systems Standards to be fabricated X
to conform with methods and material as specified on Std Plans.
See Special Provisions for pre- approved drawings
41 Precast Concrete Sloped Mountable Curb (Single and DualFaced)
See Std. Plans.
X
X
Supplemental to Wage Rates 6
9/2/09 Reversion Edition, Published 9/1/2009
ITEM DESCRIPTION
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
NOTE: Fabrication inspection required Only signs tagged
"Fabncation Approved" by WSDOT Sign Fabrication Inspector to
be installed
43. Cutting bending reinforcing steel
44. Guardrail components
45. Aggregates /Concrete mixes
46. Asphalt
47 Fiber fabrics
48. Electrical wiring /components
49. treated or untreated timber pile
50. Girder pads (elastomeric bearing)
51. Standard Dimension lumber
52. Irrigation components
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
s
YES NO
X
Custom Std
Message Signing
Message
X
X X
Custom Standard
End Sec Sec
Covered by
WAC 296 -127 -018
Covered by
WAC 296 127 -018
X
X
X
X
X
X
Supplemental to Wage Rates 7
9/2/09 Reversion Edition, Published 9/1/2009
ITEM DESCRIPTION
53 Fencing materials
54. Guide Posts
55. Traffic Buttons
56 Epoxy
57. Cribbing
58. Water distribution materials
59. Steel "H" piles
60. Steel pipe for concrete pile casings
61 Steel pile tips, standard
62. Steel pile tips, custom
WS DOT's
Predetermined List for
Suppliers Manufactures Fabricator
Supplemental to Wage Rates
9/2/09 Reversion Edition, Published 9/1/2009
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 of fnnge
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
METAL FABRICATION (1N SHOP)
EFFECTIVE 09/02/2009
Classification Code
(See Benefit Code Key)
Prevailing Overtime Holiday
Wage Code Code
Counties Covered
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS
LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
Counties Covered
BENTON
$12 76
$8 55
$12.66
$10 20
1
1
1
1
MACHINE OPERATOR $10 53 1
PAINTER $9 76 1
WELDER $16 70 1
1
Counties Covered
CHELAN
FITTER $15 04 1
LABORER $9 54 1
MACHINE OPERATOR $9 71 1
PAINTER $9 93 1
WELDER $12.24 1
Counties Covered.
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC
SAN JUAN AND SKAGIT
FITTER/WELDER $15 16 1
LABORER $11 13 1
MACHINE OPERATOR $10 66 1
PAINTER $11.41 1
Supplemental to Wage Rates 9
9/2/09 Reversion Edition, Published 9/1/2009
Classification Code
FITTERNVELDER
PAINTER
METAL FABRICATION (IN SHOP)
EFFECTIVE 09/02/2009
(See Benefit Code Key)
Counties Covered
CLARK
FITTER $27 49 1E 6H
LABORER $19 21 1E 6H
MACHINE OPERATOR $28.77 1E 6H
PAINTER $25.31 1E 6H
WELDER $26 89 1E 6H
LAYEROUT $28 77 1E 6H
Counties Covered.
COWLITZ
MACHINE OPERATOR $24 65 1B 6V
FITTER $24.65 1B 6V
WELDER $24 65 1B 6V
Counties Covered.
GRANT
Counties Covered
KING
Prevailing Overtime Holiday
Wage Code Code
FITTER $15 86 1
LABORER $9 78 1
MACHINE OPERATOR $13 04 1
PAINTER $11 10 1
WELDER 15 48
Counties Covered
KITSAP
$10 79 1
$8.55 1
FITTER $26.96 1
LABORER $8 55 1
MACHINE OPERATOR $13 83 1
WELDER $13 83 1
Supplemental to Wage Rates 10
9/2/09 Reversion Edition, Published 9/1/2009
METAL FABRICATION (IN SHOP)
EFFECTIVE 09/02/2009
Classification Code
(See Benefit Code Key)
Counties Covered
KLICKITAT, SKAMANIA, WAHKIAKUM
FITTER/WELDER $16 99 1
LABORER $10.44 1
MACHINE OPERATOR $17 21 1
PAINTER $17 03 1
Counties Covered.
PIERCE
FITTER $15 25 1
LABORER $10 32 1
MACHINE OPERATOR $13 98 1
WELDER $13 98 1
Counties Covered
SNOHOMISH
FITTER/WELDER $15 38 1
LABORER $9.79 1
MACHINE OPERATOR $8 84 1
PAINTER $9 98 1
Counties Covered:
SPOKANE
FITTER $12 59 1
LABORER $8 55 1
MACHINE OPERATOR $13 26 1
PAINTER $10 27 1
WELDER $10 80 1
Prevailing Overtime Holiday
Wage Code Code
Supplemental to Wage Rates 11
9/2/09 Reversion Edition, Published 9/1/2009
Classification Code
METAL FABRICATION (IN SHOP)
EFFECTIVE 09/02/2009
(See Benefit Code Key)
Counties Covered
THURSTON
FITTER $26 24 1A 6T
LABORER $16 42 1A 6T
MACHINE OPERATOR $20 23 1A 6T
LAYEROUT $28 56 1A 6T
WELDER $23 97 1A 6T
Counties Covered
WHATCOM
FITTER/WELDER $13 81 1
LABORER $9 00 1
MACHINE OPERATOR $13 81 1
Counties Covered
YAKIMA
FITTER $12 00 1
LABORER $10 31 1
MACHINE OPERATOR $11 32 1
PAINTER $12 00 1
WELDER $11.32 1
Prevailing Overtime Holiday
Wage Code Code
Supplemental to Wage Rates 12
9/2/09 Reversion Edition, Published 9/1/2009
1
1
1
ALL CLASSIFICATIONS
k
Classification Code
ALL CLASSIFICATIONS
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 09/02/2009
(See Benefit Code Key)
Counties Covered
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
$9 96 1
Counties Covered
CHELAN, KITTITAS, KLICKITAT AND SKAMANIA
8.61 1
Counties Covered'
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS $13 50 1
Counties Covered
FRANKLIN
ALL CLASSIFICATIONS $11 50 1
Counties Covered
KING
ALL CLASSIFICATIONS $13 60 2K 5B
Counties Covered
PIERCE
ALL CLASSIFICATIONS $9 28 1
Counties Covered
SPOKANE
ALL CLASSIFICATIONS $20 23 1
Counties Covered
WHATCOM
ALL CLASSIFICATIONS $13 67 1
Counties Covered
YAKIMA
CRAFTSMAN $8 72 1
LABORER $8 55 1
Prevailing Overtime Holiday
Wage Code Code
Supplemental to Wage Rates 13
9/2/09 Reversion Edition, Published 9/1/2009
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in
the contract provisions, as provided by the state Department of Labor and Industries
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects
When considering job classifications for use and or payment when bidding on, or
building heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included "Washington State Prevailing Wage
Rates For Public Work Contracts" documents
Electrical Fixture Maintenance Workers
Electricians Motor Shop
Heating Equipment Mechanics
Industrial Engine and Machine Mechanics
Industrial Power Vacuum Cleaners
Inspection, Cleaning, Sealing of Water Systems by Remote Control
Laborers Underground Sewer Water
Machinists (Hydroelectric Site Work)
Modular Buildings
Playground Park Equipment Installers
Power Equipment Operators Underground Sewer Water
Residential ALL ASSOCIATED RATES
Sign Makers and Installers (Non Electrical)
Sign Makers and Installers (Electrical)
Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers Manufacturers Fabricators"
Fabricated Precast Concrete Products
Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296 -127.
Supplemental to Wage Rates 14
9/2/09 Reversion Edition, Published 9/1/2009
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
(iii) 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
9/2/09 Reversion Edition, Published 9/1/2009
(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.
(4) Workers are not subject to the provisions of chapter 39 12 RCW when they deliver
materials to a stockpile
(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.
(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.
[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, 296- 127 -018, filed
12/18/91 and 4/1/92, effective 8/31/92
Supplemental to Wage Rates 16
9/2/09 Reversion Edition, Published 9/1/2009
BENEFIT CODE KEY EFFECTIVE 09 -02 -2009
1
I
1
I
I
1
I
I
I
e
I
1
I
I
I
I
I
I
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
I 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 HOURLY RATE OF WAGE
B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER
OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE EIGHT (8) HOUR WORKWEEK DAY OR A FOUR TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY 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 THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER
OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE 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 SATURDAY 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 THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS. MONDAY
THROUGH FRIDAY AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL FIOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
BENEFIT CODE KEY EFFECTIVE 09 -02 -2009
-2-
1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE
R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
T 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 (12) 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 THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO
ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO
EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN
EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL
BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8)
HOURS OR MORE
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF 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
HOURLY RATE OF WAGE
V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5.00 PM (OR SUCH OTHER HOURS AS MAY BE 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 WITHOUT PRIOR APROVAL 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 A 4 X 10 WORKWEEK)
OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY 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 HOLIDAY PAY.
2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY 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 THE HOURLY RATE OF WAGE
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
1
1
1
BENEFIT CODE KEY EFFECTIVE 09 -02 -2009
-3-
D ALL HOURS WORKED ON SATURDAYS 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 SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY 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 HOURLY RATE OF WAGE
G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY
H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
2 1. 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 HOURLY RATE OF WAGE.
J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
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 SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN
MONDAY THROUGH FRIDAY) AND HOLIDAYS 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 THE HOURLY RATE OF WAGE.
M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS 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 HOURLY 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 SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE,
EXCEPT THE DAY AFTER THANKSGIVING. THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL
BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY
T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS
RATE SHALL INCLUDE HOLIDAY PAY
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP 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
BENEFIT CODE KEY EFFECTIVE 09 -02 -2009
-4-
W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER
HOURS WORKED MONDAY THROUGH SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY
THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT
ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH. AND
SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A.M AND ALL HOURS
ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
B. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
E HOLIDAYS 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, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11).
G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6)
I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6)
J. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7)
K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS. AND CHRISTMAS DAY
L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (8).
M HOLIDAYS 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 CHRISTMAS
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 DAY (9)
P HOLIDAYS NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS. AND CHRISTMAS DAY (9) IF A
HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY
i
1
1
t
PAID HOLIDAYS SIX (6) PAID HOLIDAYS
BENEFIT CODE KEY EFFECTIVE 09 -02 -2009
-5-
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 1/2)
5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (9)
U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8)
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,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
Y 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).
Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
6 A 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).
B 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)
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9)
D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AF I'ER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9)
E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND
A HALF -DAY ON CHRISTMAS EVE DAY (9 1/2).
F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (1 I)
G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (I I)
H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY. CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (10).
I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
J 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)
L HOLIDAYS NEW YEAR'S DAY. MEMORIAL DAY INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY.
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (8)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY. THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDAY..
PRESIDENTS' DAY
BENEFIT CODE KEY EFFECTIVE 09 -02 -2009
-6-
T 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)
U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY.
LABOR DAY. THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING DAY. THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9)
PAID HOLIDAYS NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY. CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9)
W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY. MEMORIAL DAY,
INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10).
X PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11)
Y PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING
HOLIDAY (9)
Z HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY, THE
PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE
FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY
NOTE CODES
8. A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE.
OVER 50' TO 100' $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
C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE
OVER 50' TO 100' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' DIVERS MAY NAME THEIR OWN PRICE
D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT 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
M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A B $1 00,
LEVELS C D $0 50
N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $1 00. LEVEL
B $0 75. LEVEL C $0 50, AND LEVEL D• $0 25
P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00,
CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50
PW 407_04 Part04 doc [Revised March 2008]
Attachment, B
Request for Information
And
Contract Change Order
Forms
1
pORT
U \,pF AA,
UWE
y
RKS A$
PROJECT NAME
PROJECT /CONTRACT NUMBER:
ORIGINATOR i_ Owner C Contractor
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION /REQUEST.
DATE REPLY REQUESTED:
ORIGINATOR SIGNATURE.
COMMENTS
PW 40704 Part04 doc [Revised March 2008]
REQUEST FOR INFORMATION (RFI) FORM
CRITICAL TO SCHEDULE: C YES C NO
DATE.
RFI Number.
1
1
1
1
1
1
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 Increase or
Decrease in bid items, Force Account; Negotiated Price: The described work affects the existing
contract items and /or adds and /or deletes bid items as follows
Item Descnption
No
1
2
RFI
Amount with applicable sales tax included
APPROVED BY:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
Orig.
Rev
Ong
I Rev I
ORIGINAL CURRENT EST. NET CHANGE
CONTRACT CONTRACT THIS CHANGE ORDER
I I I
I, I.
DAYS XX 1 DAYS YY I DAYS ZZ
PW 407_04 Part04 doc [Revised March 2008]
CONTRACT CHANGE ORDER (CCO) NO.
Qty. Unit Cost Per Unit Cost Net Cost Adj. Days
I I I I4t_
I I I
I I I
I I I
TOTAL CHANGE ORDERS, EST CONTRACT AFTER
INCLUDING THIS ONE THIS CHANGE ORDER
1 DAYS XX +ZZ YY
SIGNATURE:
I
1
1 DAYS YY +ZZ
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
DATE:
5I
PW 407_04 Part04 doc [Revised March 2008]
Attachment C
Contractor's Application
For
Payment
TO: City of Port Angeles
Public Works Utilities Department
P.O. Box 1150
Port Angeles, WA 98362
FROM:
PERIOD From:
1
2
3
4
5
6
7
8
9
10
11
CONTRACTOR'S APPLICATION FOR PAYMENT
First Peabody and Front Lincoln Signals, PROJECT NO. 08 -06
Page 1 of 2
DATE:
I to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
Original Contract Amount [Excluding Sales Tax]
Approved Change Order No(s). [Excluding Sales Tax]
Adjusted Contract Amount (1 +2)
Value of Work Completed to Date [per attached breakdown]
Material Stored on Site [per attached breakdown]
Subtotal (4 +5)
8.4% Sales Tax [at 8.3% of subtotal], As Applicable
Less Amount Retained [at 5% of subtotal]
Subtotal (6 +7 -8)
Total Previously Paid [Deduction]
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 20081
PAYMENT REQUEST NO.
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
APPROVAL:
Project Manager
City Engineer
PW 407_04 Part04.doc [Revised March 2008]
Notary Public in and for the State of
residing at
My appointment expires
Date
Date
PW 407_04 Part04 doc [Revised March 2008]
Attachment D
Request for Approval of Material Form
1
1
Wi Washington State
Department of Transportation
Contract
Section
Contractor
Subcontractor
This form shall be completed prior to submittal If this form is not complete at time of
submittal it may be returned for information that was omitted
For assistance in completing, see instructions and Example
Bid
Item No
Material or
Prcduct/Type
11 Miscellaneous Acceptance Criteria
Remarks
I Project Engineer Distnbution
Corfrector Region Materials
.0 Re. Operations Engineer State Materials Lab
f] Fa ation Inspection M/S 47365
I DOT F_ '50 -071 EF
R. .ad 12/2008
FA Number 1 SR
Name and Location of Fabricator,
Manufacturer or Pit Number
1 Acceptance Criteria
2 Acceptance Criteria
3 Acceptance Criteria
4 Acceptance Criteria
5 Acceptance Criteria
6 Acceptance Criteria
7 Acceptance Criteria
8 Source Approved
9 Approval Withheld Submit samples for preliminary evaluation
10 Approval Withheld
Request for Approval of Material
County
Date
For WSDOT Use Only
RAM
Specification PEiQPL Hdqtr /OPL
Reference Code Cede
Project Engineer Date State Materials Engineer Date
Acceptance Action Codes for use by Project Engineer and State Materials Laboratory
Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project
Mfg Cart of Compliance for 'Acceptance' prior to use of material
Catalog Cuts for 'Acceptance' prior to use of material Catalog Cut Approved Yes No
Submit Shop Drawings for 'Approval' prior to fabrication of material
Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used
Submit Certificate of Materials Origin to Project Engineer Office
Request Transmitted to State Materials Laboratory for Approval Action
State Materials Engineer Distribution
General File Signing Inspection
Other
PW 407_04 Part04 doc [Revised March 2008]
Attachment E
Request to Sublet and Subcontract Certification Forms
1
i
1
W Washington State
I; Department of Transportation
Prime Contractor
Job Description (Title)
Approval is Requested to Sublet the Following Described Work to:
Subcontractor or Lower Tier Subcontractor
Address
City State
If Lower Tier Subcontractor, ID of Corresponding Subcontractor
Item No Partial
I understand and will insure that the subcontractor will
comply fully with the plans and specifications under
which this work is being performed
Percent of Total Contract
This Request
Previous Requests
Sublet to Date
Project Engineer's Signature
Approved
I DOT Form 421 -012 ER
Revised 03/2008
Distribution
Department of Transportation Use Only
DBE Status Verification
OA
OA
Date
Prime Contractor Signature
White (Original) Region Canary (Copy) Project Engineer
Request to Sublet Work
Subcontractor Lower Tier Subcontractor DBE
!Federal Employer I D Number State Contract Number
I
'Approved Region Construction Engineer
(When Required)
Pink (Copy) Contractor
Request Number
I Federal Employer I D Number
ITelephone Number
Zip Code Estimated Starting Date
If no Federal Employer I D Number
Use Owner's Social Security Number
Item Description Amount
Date
Date
Contractor and Subcontractor or
Lower Tier Subcontractor
7 11111111. 7P" Certification for City of Port Angeles Projects
PCS Ato
Project Number Project Name
Subcontractor or Loiver Tie: Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include the minimum prevailing wage rates.
I certify the above statement to be true and correct.
Company
By
Title
Contractor Certification
To be completed and signed by the contractor
PW 0407_25 [New 07/05]
(Required for each Subcontractor or Lower Tier Subcontractor on all projects)
Date
1. i A written agreement has been executed between my firm and the above subcontractor
2. A written agreement has been executed between (the subcontractor)
and the above lower tier subcontractor
The contract documents for (1) or (2) marked above include the minimum prevailing wage rates.
I certify the above statements under Contractor Certification to be true and correct.
Company
Rv Date
Title
PW 407_04 Part04.doc [Revised March 2008]
Attachment F
Project Plans
1
1
I
S
PORT ANGELES
SCALE I• =2000'
VICINITY MAP
PORT ANGELES HARBOR
C -'-'Y OF POW ANGEIES
First Peabody and Front Lincoln Streets
Signal Reconstruction
P \o. C8 -06
LINCOLN ST.
PROJECT SITE
PEABODY
STREET
PROJECT SITE
SHEET INDEX
SHEET TITLE PAGE
T -1 TITLE SHEET 1
C -1 DETAILS AND NOTES 2
FIRST PEABODY TRAFFIC SIGNAL
PLAN
FIRST PEABODY WIRING
DIAGRAM
FIRST PEABODY SIGNAL POLE
DETAIL
S -4 FRONT LINCOLN TRAFFIC 6
SIGNAL PLAN
FRONT LINCOLN WIRING
DIAGRAM
S -6 FRONT LINCOLN POLE DETAIL 8
S -1
S -2
S -3
S -5
3
4
5
7
0
GENERAL NOTES
1. ALL WORKMANSHIP AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES STANDARDS, THE CURRENT
EDITION OF THE STATE OF WASHINGTON STANDARD SPECIRCA ONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, AND ANY
PROJECT SPECIFIC SPECIAL PROVISIONS OR CONCITONS AND REQUIREMENTS
2. 1DAPORARY EROSION/RAIER POLLUTION MEASURES ARE REQUIRED AND SHALT. COMPLY NTTH THE CITY CLEARING AND GRADING
ORDINANCE AND WSDOT APWA SPECF1CATION 1 -07.15,
3. EXISTING AND NEWLY CONSTRUCTED STORM WATER DRAINAGE SYSTEMS SHALL BE PROTECTED FROM CONSTRUCTION SITE
RUNOFF.
4. A PNECONSTRUCIION MEETING SHALL BE HELD WITH THE CRY PRIOR TO THE START DF CONSTRUCTION.
5. IIOR120NTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE C71Y SHALL BE USED, UNLESS APPROVED OTHERWISE.
6. ALL APPROVALS AND PERMITS REQUIRED BY 111E CRY SHALL BE OBTAINED BY THE CONTRACTOR PRIOR TO THE START OF
CONSTRUCTION, UNLESS OTHERWISE APPROVED BY THE CM ENGINEER.
7. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL D SIING UITUTIES THE
CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING UNDERGROUND LOCATE AT
1-800 -424 -5555 A YNULUM OF 48 HOURS PRIOR TO ANY EXCAVATION WORK.
8 THE CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PUNS) FOR REVIEW AND APPROVAL BY THE CRY ENGINEER IN
ACCORDANCE HUH THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUECD) DR ADOPT AND IMPLEMENT TRAFFIC CONTROL
AS SPECIFIED IN THE STANDARD K PLANS FOUND IN THE PROJECT MANUAL
9. THE CONTRACTOR SHALL INANE A COPY OF THE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TIMES.
10. SPECK STRUCTURES SHALL BE INSTALLED PER PLANS AND MANUFACTURERS' RECOUNENOAIIONS.
11. ALL DISNRBED AREAS SHALL RECEIVE TEMPORARY AND PERWWEM EROSION CONTROL IN THE FORM OF VEGEGTNNN
ESTABLSIOIEHT SUCH AS GRASS SEEDING A MEANS SHALL BE ESTABLISHED TO PROTECT THE PERMANENT STORM DRAIN
SYSTEM PRIOR TO ESTABLISHMENT OF THE PERMANENT EROSION CONTROL MEASURES. THESE METHODS SHALL BE INLIUDED
H THE EROSION AND SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 OF THE CITY OF PORT ANGELES URBAN
SERVICES STANDARDS AND GUIDELINES
12. CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 AN. TO 6 PAL, UNLESS OTHERWISE APPROVED IN WRITING BY
THE DRGDN@R.
13. THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A UNRULY OF 48 HOURS W ADVANCE OF THE NEED FOR AN
INSPECTION.
14. TRAFFIC AND STREET SIGN SLEEVES TO BE INSTALLEO PRIOR TD POURING CONCRETE. CONTRACTOR TO PROVIDE A MINIMUM
OF 48 HOURS NOTICE TO THE PROJECT FNpNEER OF CONCRETE POURS REQUIRING SIGN SLEEVE INSTALLATION SIGN SLEEVE
LOCATIONS TO RE IDENTIFIED BY CITY PERSONNEL CRY TO PROVIDE SIM SLEEVES.
TWO INCHES AT FULL SCALE
IF NOT SCALE ACCORDINGLY
2
T -1
1
STREET AND PAVEMENT NOTES:
1. TLI+PORARy STREET PATCHING WAY BE ALLOWED WITH THE APPRCIL OF THE CITY ENGINEER 1111PORARY STREET PATCHING
SHALL RE ACCOMPLISHED AS FGMLOWS:
A USE 2' MINWIM OEM CLASS B ASPHALT CONCRETE PAADBNT WHEN AVARABEE. IF CLASS B IS NOT AVAILABLE USE
MEDIUM- CURING MUD ASPHALT (COLD MIX), ASPHALT TREATED BASE (AFB), OR TRAFFIC WARM THICKNESS STEEL PATES.
B. AM USED FOR TEMPORARY RESTORATION MAY BE DUMPED DIRECTLY MID THE TRENCH OR PATCH AREA BLADED AND ROLLED
AFTER ROWED. THE RILED TREtCCH MUST BE FLUSH WITH THE EXISTING PAAO/ENE TO PROVIDE A SMOOTH RIDING SURFACE.
C. ALL TEMPORARY PATCHES SHALL BE UNNTNNED BY THE CONTRACTOR UNTIL SUCH TIDE AS THE PERMANENT PATCH IS IN PLACE
IF THE CONTRACTOR IS UNABLE 10 UUNTXN A PATCH FOR ANY REASON, TIE CNY MU. PATCH THE AREA AT THE EXPENSE OF THE
CONTRACTOR.
D. TRAFRC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF TRENCH BACKFTIL FOR MORE THAN 24 HOURS WITHOUT 1111U7ATION
OF TEMPORARY PATCHING MEASURES STATED ABOVE.
2. TRENCH RESTORATION SHALL BE BY A PATCH OR PATCH PLUS OVERLAY AS REQUIRED BY THE CITY ENGINEER.
3. ALL ASPHALT TRENCH ,WD PAVEMENT J09115 SHALL BE SAWCUT. THE CUTS SHALL BE A MINIMUM OF 1 FOOT OUTSIDE THE
TRENCH WIDTH FOR EXGVAIKXN.
4. TACK COAT SHALL BE APPUED TO THE EXISTING PAVEMENT AND EDGE OF THE CUT AND AT ODW ARMS PRIOR TO PAVING AS
SPECIFIED IN YEDOF /APWA SPECIFICATION SECTION 5-04.
5. ASPHALT CONCRETE CLASS B, EQUAL TN DEPTH TO THE EXBRNG PAVEMENT, STALL BE PLACED IN ACCORDANCE WHIN THE
APPLICABLE REQUIREMENTS OF WSDOT /APRA SPECIFlGLTIONS OF SECTION 5.01, EXCEPT THAT LONGITUDINAL JOINTS BETWEEN
SUCCESSIVE LAYERS OF ASPHALT CONCRETE SHALL BE DISPLACED LATERALLY A MINIMUM OF 12 INCHES. ASPHALT CONCRETE OVER
2 INCHES THICK SHALL BE PLACED IN EQUAL MFRS NOT TO EXCEED 2 INCHES EACH.
6. PATCHES ON AU. STREET SURFACES. WALKS OR DRNEWATS SHALL BE FEATHERED AND SHIMMED TO AN EXTENT DAT PROVIDES A
SMOOTH -RIODTO CONNECTION AND EKPEDIDOLIS DRAINAGE FIDE FOR THE NEWLY PAYED SURFACE SHDIMING AND FEATHERING AS
REQUIRED BY THE CITY ENGINEER SHOAL BE ACCOMPLISHED BY RAKING OUT THE OVERSIZED AGGREGATES FROM THE CLASS B MIX AS
APPROPRIATE
7. SURFACE SMOOTHNESS SHALL BE PER WSDOT /APWA SPECIFICATION SECTION 5-04.3(13). UNACCEPTABLE PAVING PATCHES SHALL
BE CORRECTED BY REMWAL AND REPAVING OF THE TRENCH.
B. WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO ITS OPoGINIL OR BETTER
CONDMON.
9. THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE MD SHALL BE COMPLETED WITHIN 30 DAIS AFTER FIRST OPENING
THE TRENCH. TADS TINE FRAME TM BE ADJUSTED ff WAYS ME DUE TO INCLEMENT PAVING WEATHER OR OTHER ADVERSE
CONDITIONS THAT MAY D TST. HOWEVER, DEAYOXI OF THE FINAL PATCH OF OVERLAY WORK IS ALLOWABLE ONLY SUBJECT TO THE
CITY ENGINEER'S APPROVAL. THE CRY ENGINEER WAY DEEM R NECESSARY TO COMPLETE 711E WORK WITHIN THE 30 DAY TIME FRAME
AND NOT ALLOW MA' TIME D(TFNSILYN. IF THIS OCCURS, THE CONTRACTOR SHALL PERFORM TIE NECESSARY WORK AS ERECTED BY
THE CITY ENGINEER.
ID TRENCH BMA(RLL IN PAVED AREAS SHILL BE CONTROLLED DENSITY BACKFILL PER CITY SANOARO. SEE CONTROLLED DENSITY
BACKFILL DETAIL 1/S -I. ALL DRIER TRENCHING SHALL BE BACKEDLED WITH CRUSHED SURFACING WTERIILS CONFORMING TO
WSDOT /APNA SPECIFICATIONS SECTION 4 -04 AND SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DENSITY, AS DESCRIBED IN
WSDOT /APWV SPECIFICATIONS SECTION 2 -03.
11. IF THE EXCAVATED TRENCH MATERIAL S DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CONTRACTOR
MAY USE THE MATERIAL TO THE BOTTOM OF SIBGRADE. NI TRENCH BACKFILL MATERINS STALL. BE COMPACTED TO 95X OF TM
MAXIMUM DRY DENSITY PER ASN 0 -1557.
12. ALL DRIVEWAY SHALL SLOPE UPWARD FROM THE GUTTER TO THE BAIT(. OR PROPERTY. SIDE OF THE SIDEWALK AT NOT LESS
THAN 1/4 WEN TO ONE FOOT AND NOT MORE TITAN 3/4 INCH TO ONE FOOT SLOPE UNLESS OTHERWISE NOTED ON THE PLANS.
13. GRADE BREAKS WITHIN A DRIVEWAY, INCLUDING THE 11E TO THE ROADWAY, SHALL BE CONSTRUCTED AS SMOOTH VERTICAL
CURIES, THE MAXIMUM CHANGE IN DRIVEWAY GRADE SHALL BE 8 PERCENT WITHIN 10 FEET ON A CREST AND 12 PERCENT WITHIN 10
FEET ON A SOB.
14 NO DRIVEWAY APRON SHALL EXTEND INTO THE STREET FURTHER THAN THE EXISTING OR FUTURE TICE OF CURB LOCATION.
4' 0" MIN.
LANDING RAMP
2% <I
CEMENT CONCRETE
STOCK DETECTABLE WARNING
PATTERN (SEE DETAIL)
TOP OF
ROADWAY
DEPRESSED
CURB 8 GUTTER
CURB RAMP TYPE III
378• EXPANSION JOINT (TIM I
(SEE STD PLAN FP3I
SDEWALX
CURB DR CURB
ARO GUTTER
CEMENT CONCRETE
SIDEWALK RAMP
S
NOTES:
DETECTABLE
WARNING
PATTERN
(SEE DETAIL)
NOT TO SCALE
II s!IA� srlw�tVw�s
►1 1t 11 -11 -11
11-IIF 11
:11 If=
=,11 1:7'.., 11
.11 -1:::
1' 11 11 "41: =11'= X1 11' 7 11
OD. BACKFILL SPECIFICATIONS
2600 LBS OF 0 375 IN. AGGREGATE
800 LBS OF STANDARD CONCRETE SAND
94 LBS. Or PORTLAND CEMENT
APPROX. 74 GAL OF WATER
THE AMOUNT OF WATER IS A CRITICAL
FACTOR 70 SET LIP TIME AND SHOULD
BE ADDED AT THE SITE
1. ACP PATCH SHALL BE ROLLED AND ACT VIBRATED.
2. TO BE USED FOR ALL PAVED STREET BACKRLL LOCATION 70 1 -O" BEHIND
LY/RB UNLESS OTHERWISE APPROVED IN ADVANCE BY TTY ENGINEER.
3 WHERE EXISTING PAVEMENT JOINT IS LESS THAN 4' -O' FROM THE
PROPOSED SAWCUT, THE PAVEMENT SHALL BE REMOVED TO NEAREST
JOINT.
CALL FOR INSPECTION PRIOR 70
PLACING CDT B4COAL.
CONTROLLED DENSITY BACKFILL
ND SCE
TYPICAL AC. PAVEMENT
INSTALLATION SECTION
AL Law' NO 11COC W rw..': ft a+®R 7w,o,o SVIVO¢00
072 DWNNpf e<
AY eO1n91M MEOW fl LOIN 43020721.
I: 7iMI. AFAR 201E BOLD maw Ls Id. ALL roar EDEMA
S D EE RACE LEM? PAISIE CI19 AEC AONOOVT SOEIIDK POOR TO ROOM LM55LS
S ANY OLIL1IXNS IAYY DEW P/YYAI S NAXWOS MOM= WWI AP/INYAL Br Itor&O ER POOP ID M73 /MILS
3 CONCRETE CURB AND GUTTER
\Q_7/ NOT TO SCALE
SIDEWALK INSTALLATION
c 7 J NOT TO SCALE
C -1
G
3'3
38
CONSTRUCTION NOTES
O INSTALL SIGNAL POLES WITH MAST ARMS.
GENERAL NOTES
1 FOR ADDITIONAL DETAILS SEE SHEETS S -2, S -3
1
01 BLANK BLANK 05
02 BLANK 06
03 BLANK Bum 07
04 if tl' 08
I
PHASE SEQUENCE
0
0
0
12"
12"
12"
12"
HEADS
41,42
61, 62,63,64
81,83
SIGNAL DISPLAYS
LEGEND
TYPE I JUNCTION BOX
TYPE 2 JUNCTION BOX
TYPE 3 JUNCTION BOX
EXISTING SIGNAL CONTROLLER CABINET TO BE RELOCATED
MOUNTED ON SIGNAL POLE I)
PEDESTRIAN SIGNAL HEAD
VEHICLE SIGNAL HEAD
SIGNAL POLE AND MAST ARM
PRE EMPTION INDICATOR LIGHT PRE- EMPTION DETECTOR
POLE NOTE
Q WIRE NOTE
O CONSTRUCTION NOTE
IxI CONTROLLER CABINET
HEADS
48,49
66,67
68,69
88,89
(LED)
EXIST OVERHEAD INTERCONNECT
EXIST 6" WATERLINE
THE VERTICAL CLARENCE OF
THE INTERCONNECT SHALL BE
NO LESS THAN 18 FEET
A
N 11
MONL'MEN STATIO 12-i-90
EXIST. 6" WATERLINE
88I T' H 82 D 81
EXIST. 6" S7 ORM DI(AIN
Peaoody St rE et
O
O
Peabody 1st Street Intersection
Scale: 1" 10'
WIRE NOTE
FOR WIRE NOTE NO. 5 11,
POWER SUPPLY FOR SIGNAL SHALL BE A
CONTINUOUS RUN WITH NO JUNCTION 30X,
UNLESS THEY ARE ON THE SECONDAR)
SIDE OF THE SERVICE EQUIPMENT AND
PROTECTED BY OVER CURRENT DEVICE.
EXIST. 6" WATERLINE
1ST STREET LIGHT
EXIST. 8" STORM DRAIN
EXIST. FH ASSY.
EXIST. SIGNAL POLE ANCHORS
TO BE REMOVED (TYP.)
2
E
W
%SI 9G
6d
4 ^'Wear"} -R
LD
VE31 SO
41
i 666 w-
Pm SG FED 90
139 67
SIM
1 -6C
1 -5C
VE14 9G
42
—Dap=
-O
642 0
644 S.81,
C w=
SE11 SG
54
Q 661 R
f 6 .f ¢7 G �I
8 5 6 b a
1 SS w
SE71 SIG
61
662 1-0
=IA G
664 8
riea
POLE
1 -5C
1 -50
POLE
FROM Pm 9G 66
FROM CONTRO LD
S37H SG
62
881_ R
-i 662 0 -1-'
86 8 LOU-4 1.
1 -5C 1 -SC
PED SIG PED SIG
68 49
761 6 R I..H.j.J
LY Lit -°G
:763 =w 743 =w
8
PFD SIG
48
ESP 067
0
MB S10 Pm S70 FED SO I' 7:41' n_ v 88 69
r 668_41- L R _�1 r•R^ t PL 'R EVP [!CRT
682 0 r +i 7ffi 0 l 762 G p
8 b a d mow— 'ye -w
684 rn B
111 D -o
11 -B—
I; a 7
f
Esos 3=1
i i boa
1 -5C
I -6C
NOTE
PED 510
66
EVP CET
C
6CJ
E3P LIGHT
rg c
SC4 ,-B
ESP 057
a
1 -0
EVP LIGHT
B
t 1 585 w R
TETe4INATZ SPARE CONDUCTORS TO REV SICS
IN THE RED SIC MOUNTING TERMIN41 CC.APAR T4ENT
(2) FIELD- VIIRING TERMINALS IN ADDITION 7O THOS. :7 "3r Otai'I
HERE ARE EEQI_ IRL III THE CONTROLLER ChB
SEE SPECIAL FROWSIONS
i
1-BC
FROM PED SG 48
1-SC
1 61104 Ca ITRGLLER
TO PED S10 69
1 -8C
I-6C
PROM C0N780LIER
1 -3C/S
1 -20
ti FR014 PED SO 68
FROM CON1R@LER
FROM 013171MER
1-3C/8
1 -2C
I-3C/B
1 -2C
CONDUIT /WIRE SCHEDULE
RUN NO VEH DET EVP EVP YEN PED
CONDUIT CAMERA DET LIGHT 510 SIG INTERCONNECT SERVICE NOTES
SIZE
5C CO-AX 3C /S 2C 5C 5C BC #6
1 EXIST 3" 2
2 (2) 3" 1 I 2 3
3 EXIST 3" 1 1 1 2
4 4" 3 3 4 5
5 4" 2 2 2 4 2 (1)
6 3' 1 3
7 r 2
8 3' 1 1 1 2
9 3' 1 1 1 2
10 RELOCATE
OVERHEAD 1
11 2" 3
NOTES
(1) EXISTING CONDUCTORS, RETAIN AND RECONNECT TO NEW CONTROLLER.
(ID) POWER SUPPLY FOR SIGNAL !LOLL BE CON77NUOUS RUN WITH NO JUNCTION BO;,
UNLESS THEY ARC GY THE SECONDARY SIDE OF THE SERVICE EQUIPMENT AND
PROTECTED BY OVER CURRENT DEVICE.
CONTROLLER
1-6C
1-BC
1 -SC
611
1 612
I 613 1 I f
1 -5C to PED 90 67 614
616
1-5C t i 621
TO PFD 510 49 i 622
623
624
'626
631
I_ 633
I 634_
__636
R 641 41
0 642 42
G 1 643 i
—B- 644 1
W H 646
651
652
653
654
I 656
R 661 61
_4
0 662 62
G 663 1
8 d 664 64
W 666 I
4
671
672
673 7
674
676
R 681
0 682 I 81
G-- 683 1 I 8
B 684 1
W 686 I
VEHICLE SIGNALS
R 47
0 542
G 543
8 -1 544 1
W-' 545 I
Wb-i 546
81-I 547
—Rb -I 548 I
EXISTING
INTERCONNECT
rX
z1` y� Li zw ()w m
I! Q a I Z o z a.
T 721 i 5A 1 I
722 I _5A2 1
7223 j 2 5A4 I 1 2
6 1 742 4 1 Y 5B2 I B I
—w, 743- 49 4 el 58 3 i 1 4
C 1 761i 0 501
7 6fi Y 5C2 i C
W 7 I 68 6 B 5C3 i 6
89 78 1 88 0 5D1 D
G 7 82 i Y 5D2 i
W 783 I 89 8 B 1-- 5D3 1 8
1 I 1 I
i 1 t
PEDESTRIAN EVP DETECTORS
SIGNALS
z m p� m ct
(A
P 2 2 4
f
2
725 724 1 1
0 744
8 745 j 1 4
1 t
0 764 1
—8 1 765 7 f 6
1 i
0 784 i
8 785 I 8
I
FUTURE
PUSHBUTTONS
—8I
W-
Wy
I 2 4
5 A4 1
I 2
5A5 t
5134 1 i T I
5135 i i 4 I
-4
5C4
5C5 I C 6 I
1
504 I
5D5 D I 8
EVP CONF7RMA710N
LIGHTS
L C ij T FP C TERMINATION
7 :7 1 NA IONv
I, S -2
ON
S1RNN
ME
CLASS
I TYPE
MOUN1INa
HEIGIIT(FT)
OFFSET DISTANCES (FT)
SIGNAL MAST ARM
Z) (POLE Q TO ATTACHMENT PONT)
DATA
WNDLOAD AREAS 0)
h
LT. RT,
P.O A
Al
AS
81
82
83
84
83
BB
87
88
B9
610
B11
BI
82
63
84
88
B7
89
B10
811
10
I
10
7
90
270
180
270
10
I X
EX-T0 EY
0
SD
18
29
18.5
24
24
8
9.2
9.2
180
90
180
10
9
7
18
31
19
25
25
16
5
8
9 2
9.2
270
90
180
9
X
0
I II
18
33
20.5
27
27
17
5
8
9.2
9.2
8
I X
90
I II
18
27.5
18.5
23
23
8
9.2
9.2
8
I
I X
IPS
X
PS
I D
E1
E2
F
G1
G2
H
11
12
3' RD.
3' SO
4' 90.1
I
I
E
0
270
90
135
10
7
10
7
90
270
180
270
10
7
90
90
180
90
180
10
7
180
270
90
180
a
8
S
TYPICAL El
SIGNAL ARM
ATTACHMENT POINT
1 13 +30
2 I 2 +52
3 2 +52
4 13 +28
POLE ORIENTATION
ANGLE (P.O.A.)
DEGREES CLOCKWISE
FROM OFFSET UNE
TOOPOINT
TYPE PS
PED HEAD
STANDARD
N0. FIELD LOCATI
O sTATIOiJOFTSEvrn
32.3'
31 4'
32.6'
28'
STATIONING IS ALONG PEABODY STREET
ALL HANDHOLES
tad AT 180
0
LOCATION STATION
NOW AY
POLE ORIENTATION AND ATTACHMENT POINT DETAIL
PLAN VIEW
TYPE I
VEHICLE HEAD
STANDARD
2 NOM. CROW PAO 1MIH I/2 ORM 1101E
SURMA
3/4 CHAIM
a,S4 6 CC1a1ErE
Na 4 M. 0P SO, NOM AS
100'O AT P-CP ODOM
14 -WIDTH OF DIAM. -+I a r r BIAS ccuurr s0Aaa
FOUNDATION DEPTHS
I■XOTID 17 Re 15 ie
rrnS 4' Ira
740 1 I Doomws �wrt roe
E
,100 11' 1 APPUCADONS ROSfD OR 23DC Psr AVERAGE
I 7710 I 10' I 12' I IAIER% BEIRNG PRESSURE Na fr 24
FOUNDATION DETAIL
VERTICAL CLEARANCE
MINIMUM: 16' -6"
MAXIMUM: 19' -0
SIGNAL STANDARD DETAIL CHART
r
LIMITS OF VERTICAL CLEARANCE REQUIREMENT
ROADWAY
TYPE II TYPE III TYPE EL
MASTARM COMBINATION LIGHTING STRAIN POLE
SIGNAL STANDARD AND MASTARM STANDARD
SIGNAL STANDARD
510
530
560
490
I LUMINAIRE
SUM (xyXZII ARM(F1)
TOTAL fFTI l C
b.
TYPE 1\
COMBINATION LIGHTING
AND STRAIN
POLE STANDARD
O
v
Z
a
NOTES 1
v
0 MOUNTING COUPLING INSTALLED BY
FABRICATOR AT OFFSET DISTANCE S
INDICATED IN CHART.
O FIELD INSTALLED. W
O SEE SPECIAL PROVISIONS FOR Ri 4 1
LUMINAIRE ARM TYPE.
O FOUNDATIONS SHALL CONFORM TO THE i'
FOUNDATION DETAIL ON STANDARD 4 a
PLAN J -7c, EXCEPT ANCHOR BOLT SIZE 0 a
MATERIAL AND BOLT CIRCLE SHALL CO R if
CONFORM TO DETAILS ON PRE APPROVED 14.7 i 8
4.i 8 1
PLANS OR SHALL BE AS APPROVED BY
THE BRIDGE AND STRUCTURES OFFICE. O. CL 11 7
A (8) VERTICAL REBARS SHALL BE NO. 7 N
A
O
O
113 AND SHALL BE EQUALLY SPACED. L
35
gg
4 D Y•
POLE ATTACHMENT POINT (DEG)
LEGEND
a. Vehicle Signal Head
b. Sign
c. Street Name Sign
d. Pre -Empt Detector
CURB OR EDGE OF SHOULDER
TYPE SD
SPECIAL DESIGN STANDARD
e. Pre -Empt Indicator
f. Pedestrian Signal Head
g Cabinet
h. Pedestrian Push Button Assembly, J -5o
L Handhole
J. Luminaire
k. Left Turn Must Yield Sign (WSDOT Standard R4 -1201)
FOUNDATION
DEPTHS(FT)
REMARKS
11 12 are for future
11 12 are for future
11 12 are for future
11 12 ore for future
0
3-3
LEGEND
WATER VALVE
HYDRANT
SANITARY SEWER MANHOLE
ExisriNG
POLI-
WATER LINE
SANITARY SEWER LINE
STORM DRAIN LINE
BRICK WALKWAY
FIRE 1-1` ORAN
I I
m/ 1
12" GATE VALVE
ELEC sUNCTIO
Scale: 1" 10'
Existing Signal Location
Lincoln Front Street Interesection
0 STORM DRAIN MANHOLE
(g:t EXIST. STORM DRAIN CATCH BASIN
CATCH BASIN CURB INLET
UTILBY POLE
-0" LIGHT POLE
jj
ZN
LinOln §treet
L
2'' 4EW SIGNAL
aik+:65.
Scale: 1" 10'
New Signal Location
Lincoln Front Street Interesection
119 EIRE HY AN
2+00
TE VALVE
ELEC. J;IN
LiNoln trcet
-4
E.
VEH SIG
23
POLE 7O
SIGNAL DISPLAYS
HM
ALL PEDESTRIAN SIGNALS SHALL
BE LED KITH AUDIBLE SIGNAL
AND MOUNTING TYPE PER
CONSTRUCTION NOTES
SEE SPECIAL PROVISIONS.
GENERAL NOTES
1 -5C
CONSTRUCTION NOTES
VEH SIG
24
Rr
0=
G
B=
W.
12"
12"
12"
YEN SIG
89
ALL RED AND GREEN
INDICATIONS SHALL BE LED.
YELLOW INDICATIONS SHALL BE
INCANDESCENT. SEE
CONSTRUCTION NOTES FOR
MOUNTING TYPE. SEE SPECIAL
PROVISIONS
VEH SIG
26
1 REMOVE ALL EXISTING FIELD WIRES BETWEEN INDIVIUAL FIELD UNITS AND
THE CONTROLLER REMOVE THE EXISTING INTERCONNECT WIRES AND SERVICE
WARES AS NECESSARY OR AS NOTED ON THE PLANS. FURNISH AND INSTALL
NEW FIELD WIRES PER THE WIRE /CONDUIT SCHEDULE AND THE SCHEMATIC
POLE WRING DIAGRAMS. REINSTALL THE EXISTING INTERCONNECT AND
SERVICE WIRES.
2. ALL VECHICLE AND PEDESTRIAN SIGNALS AND MOUNTING HARDWARE SHALL BE
INSTALLED IN THE SAME LOCATION AS THE EXISTING UNITS UNLESS
OTHERWISE NOTED ON THE PLANS.
07 BLANK BLANK 05
444►
02 i BLANK 06
03 BLANK BLANK 07
04 A /Y 08
O REMOVE EXISTING UNIT. RE- INSTALL ASSEMBLE. AND INSTALL LED VEHICLE SIGNAL (1)
AND TYPE "M" MOUNT ON MAST ARM.
2 REMOVE EXISTING UNIT. RE- INSTALL ASSEMBLE, AND INSTALL LED VEHICLE SIGNAL (1)
AND TYPE "K" MOUNT ON POLE SHAFT.
REMOVE EXISTING UNIT. RE- INSTALL, ASSEMBLE, AND INSTALL LED AUDIBLE PEDESTRIAN
SIGNALS (2) AND TYPE "A" MOUNT ON POLE SHAFT.
NOTE: THE CONVERSION FROM EXISTING POLE TO NEW POLE ASSEMBLY SHALL BE COMPLETED
IMTHIN AN 8 HOUR PERIOD.
1 -5C
1 -5C
1 -5C
1 -5C
NO SCALE
j TO PED SIG 27
FROM CONTROLLER
FROM PED 510 88
FROM CONTROLLER
11+00
CONDUIT /WIRE
RUN NO
A
1 I EX /ST 2"
2 EXIST 2 -3'2"
3 EXIST 2"
NOTES
(1) EXISTING CONDUCTORS. RETAIN AND RECONNECT TO CONTROLLER AND NEW
SIGNAL POLE
q
V V V
CONDUIT
SIZE
EXISTING
VEH DET
CAMERA
5C CO -AX
FRONT STREET
SCHEDULE
EVP
DET
3C /S
1
1
621
622
623
624
626
631
632
633
634
6.36
R 641
0 -4 642
0-I 643
8 -1 644
W-I 646
651
652
653
654
656
661
862
663
664
666
671
672
673
674
676
R-' 681
R
0
s
W.
J
zw
CC
z
611
612
613
614
616
682
683
684
686
EVP VEH
LIGHT SIG
2C I 5C
co
�<n
21
22
23
24
47
42
81
82
1
2
3
4
5
6
7
VEHICLE SIGNALS
PED
SIG
5C
2
3
3
6 -PAIR TO FIRST/LINCOLN
8C TO FRONT/LAUREL
J
zm
c
—R�
G 1 722 721 I I
w-1 723
G
0 1
B
0
8
542
543
544
545
546
547
548
549
550
551 P
-4 552 I
EXISTING INTERCONNECT
741
742
743
761
762
763
1
781
782
783
745
764
765
8 0 784
B 785
INTERCONNECT SERVICE
8C I 6-PAIR #8
26
27
28
29
48
49
PEDESTRIAN
SIGNALS
z CO m
Z a
724 I
725 1
744 I
FUTURE
PUSHBUTTONS
2
4
6
0
Y-i
B1-
0
Y -1
BI-
88 —0-1
89 8 —811j
a
581
582
58.3
5C1
5C2
5C3
—8-1
2 W�
B -1 584
4 W 5B5
6
L °z
icaub3
U" B RA
a
cc
z z 0. c7)0:. td
sal Q 0 e
5A2 A 1 `a o
5A3 2
a tl
1....$ 1z
B E B E
4 �!Il i
®QO
I I
L C)
I 1 c Q h
501 I D L1)
5D3 1 8 Z Co Ch
N
0 3 Ni-
Lu
v O O
2m w V m
H z
5A4
5A5
5C4
NOTES
A
B
6
EVP DETECTORS
a
505 6
504
5D5 8
EVP CONFIRMATION
LIGHTS
CONTROLLER CABINET S-5 TERMINATIONS
S
4
4
TYPICAL El
SIGNAL ARM
ATTACHMENT POINT
POLE ORIENTATION
ANGLE (P.O.A.)
DEGREES CLOCKWISE
FROM OFFSET LINE
TO 0° POINT
LOCATION STATION
POLE ORIENTATION AND ATTACHMENT POINT DETAIL
O
00 —t
STD.
___0___ I
1 11+65.5
TYPE PS
PED HEAD
STANDARD
FIELD LOCATION
29'
X
STATIONING IS ALONG FRONT STREET
270'
O BASE PLATE O
PLAN VIEW
it
ALL HANDHOLES
AT 180'
TYPE I
VEHICLE HEAD
STANDARD
STRAW TYPE MOONING
POLE HEIGHT(FY) OFFSET DISTANCES
B1
0.
f
I•-WIDTH OF DIAM. —e1
FOUNDA1(OA DEPS
Petq(Z 3 TH
1
3' RD 13' s0
3 4' RD
740 1 IS' I 7'
1100 I 14' I e'
I 1720 I le' I 13'
FOUNDATION DETAIL.
j
TYPE II
MASTARM
SIGNAL STANDARD
2' NOM GROUT PAD 51111 1/2' DRAM 1401
SIDEWALK
3/4 GNAWER
GLASS 'B CONCRETE
NO 4 RD. DR 90. HOOPS AS
REDD AT 1' -0' 001100
A 1 2'Ut
B 7 C BARS EpWLY SPACED
IAE 1NE 1500011 BOM( RE TI0 FOR
DONAE MAST MY 50N40
APP r BEA BASE ON £SOD PSr 0000'0
WSW eENONG PRESSURE AND 77 24
III B5
VERTICAL CLEARANCE
MINIMUM: 16' -6"
MAXIMUM: 19' -0"
TYPE IQ
COMBINATION LIGHTING
AND MASTARM
SIGNAL STANDARD
ROADWAY
SIGNAL STANDARD DETAIL CHART
SIGNAL MAST ARM DATA
(FT) 2) (POLE (E TO ATTACHMENT POINT) OUNILOAD AREAS (FIJ`(X) Y)
B3 64 BB B7 B9 BID
B11
a.
LIMITS OF VERTICAL CLEARANCE REQUIREMENT
TYPE IY
STRAIN POLE
STANDARD
Al A2 81
18
40
25
82 83 B4 115 BB 137 B8 B9 BID B11 B1 B2
17
18
18
8
9.2
9.2
B11
B1C c
b. 4 E E
't F a. F
9 1 300
TYPE IT 1
COMBINATION LIGHTING
AND STRAIN
POLE STANDARD
I LUMINAIRE
SUM (XY)(Z)1 ARM(FT)
TOTAL (1'1) C
I D
14
0
F
90
180
10
)L
1
POLE ATTACHMENT POINT (DEG)
E1 02
0
CV
A
N
LEGEND
NOTES
CURB OR EDGE OF SHOULDER
TYPE SD
SPECIAL DESIGN STANDARD
FOUNDATION
DEPTHS(FT) g)
01 G2 N 11 12 3' RD 3' SO 4' RD.I
7
a. Vehicle Signal Head
b. Sign
c. Street Name Sign
d. Pre -Empt Detector
e. Pre -Empt Indicator
f. Pedestrian Signal Head
g. Cabinet
h. Pedestraan Push Button Assembly, J -5a
I. Handhole
J. Luminaire
k. Left Turn Must Yield Sign (WSDOT Standard R4 -1201)
O MOUNTING COUPLING INSTALLED BY
FABRICATOR AT OFFSET DISTANCE
INDICATED IN CHART.
O FIELD INSTALLED.
O SEE SPECIAL PROVISIONS FOR
LUMINAIRE ARM TYPE.
O FOUNDATIONS SHALL CONFORM TO THE
FOUNDATION DETAIL ON STANDARD
PLAN J -7c, EXCEPT ANCHOR BOLT SIZE
MATERIAL AND BOLT CIRCLE SHALL
CONFORM TO DETAILS ON PRE APPROVED
PLANS OR SHALL BE AS APPROVED BY
THE BRIDGE AND STRUCTURES OFFICE.
ALL (8) VERTICAL REBARS SHALL BE NO. 7
AND SHALL BE EQUALLY SPACED.
REMARKS
11 12 me for More
O
W
4 Z
ti A
glmE
agi ge
j
Z oa
co m-
v
W
a
0
O n
p.isE„
roy`
I