HomeMy WebLinkAbout4.648 Original ContractI
For information regarding this project, contact:
James Burke, City of Port Angeles
360- 417 -4809
PROJECT MANUAL
for
Retaining Wall
633 Park Avenue
CITY OF PORT ANGELES
WASHINGTON
Spring 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
STEPHEN P. SPERR, P.F., DEPUTY DIRECTOR OF ENGINEERING SERVICES
CONFORM COPY #1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
May 19, 2010
TO:
Attn:
Eden Excavating, Inc.
4065 Eden Valley Road
Port Angeles, WA. 98363
Kevin Rodman
CITY OF PORT ANGELES
NOTICE OF AWARD
PROJECT DESCRIPTION: Retaining Wall 633 Park Avenue
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated May 3, 2010.
You are hereby notified that your bid has been accepted in the amount of 11,391.21, including the
appropriate sales tax.
You are required to execute the contract and furnish the required certificates of insurance within ten (10)
calendar days from the date of this notice to you.
If you fail to execute said contracts and to furnish said documents and insurance certificates within ten (10)
days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's
acceptance of your bid as abandoned. The Owner will be entitled to such other rights as may be granted by law.
cc: City Clerk
You are required to return an acknowledged copy of this Notice of Award to the Owner.
Dated this 19th day of May, 2010.
ACCEPTANCE OF NOTICE BY CONTRACTOR
Receipt of the above Notice of Award is hereby acknowledged this 25 day off 20 /d
SIGNATURE
Print Name: 1&1/2 /1 R Pa 122all
Title: direel -vim'
Please return signed original to the City of Port Angeles Public Works Utilities Department, attn James Burke,
Assistant Civil Engineer I.
N \PROJECTS\Retaining Wall- 633 Park Ave
CITY OF PO', ANGELES
By:
Title: Deputy Director of Enaineerina Services
1
Sec
No.
2 -02
7 -15
8 -01
8 -02
8 -27
8 -27
8 -02
PROJECT MANUAL
Retaining Wall
SCOPE OF WORK
The project shall entail replacing a failed retaining wall with a Standard Keystone Retaining
Wall System. Blocks shall be Keystone Standard Units, concrete gray. The Keystone Retaining
Wall shall have two (2) tiers with a minimum three (3) foot planter strip. Work shall consist of
removing and disposing of the existing failed retaining wall, preparing foundation soil,
furnishing and installing leveling pad, placing 3/4" wash drain rock with geo -fabric as shown in
the standard plans or per the Engineers direction. Native backfill may be used for backfill above
the bedding. All material will be measured and paid for under the lump sum. Section 1 -09.9 of
the 2010 Washington State Department of Transportation's Standard Specifications for Road,
Bridge and Municipal Construction, and/or their Standard Plans still applies to this Project.
The project site is located at 633 Park Avenue, Port Angeles, Washington on the north side of
Park Avenue. Listed below are estimate quantities for work to be performed:
Estimated
Description of Item Quantity
REMOVAL OF EXISTING RETAINING 1 L.S.
WALL, INCL HAUL
ADJUST WATER METER BOX
INLET PROTECTION
ROADSIDE RESTORATION
MSE RETAINING WALL
MSE RETAINING WALL BACKFILL
TOPSOIL TYPE B
1
1
1
312
82
10
Units
EACH
EACH
L.S.
S.F.
TONS
C.Y.
ADDITIVE NO. 1 —RETAINING WALL DESIGN W/ PEDESTRIAN RAILING
2 18 -100 I PEDESTRIAN RAILING I 52 I L.F.
The latest edition of Washington State Department of Transportation's Standard
Specifications for Road, Bridge and Municipal Construction, and/or their Standard Plans.
In addition, see the attached Special Provisions and detail drawings for more information.
ADDITIONAL REOUIREMENTS
1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the
Director of Public Works Utilities, City of Port Angeles, 321 East Fifth Street, P. O.
Box 1150, Port Angeles, Washington 98362. Questions may be directed to James
Burke, at 360 417 -4809.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 1 of 61
2. The most recently issued Washington State Prevailing Wage Rates for Clallam County, a
copy of which is attached to this Project Manual, shall apply to this Contract.
3. The bid may be awarded to the lowest responsible bidder from the group of Small Works
Roster contractors asked to bid on this work. If the bid is awarded, the attached Contract
will then be signed, requiring the Contractor to meet the requirements in the Contract as
well as the entire Project Manual. No bidder will be permitted to withdraw its bid
between the closing time for receipt of bids and the execution of a Contract, unless the
award is delayed for a period exceeding sixty (60) calendar days.
4. Bids shall be submitted no later than 2:00 pm on May 14, 2010.
5. Because this Contract is for an amount less than $35,000, a bid bond, performance and
payment bond, and retainage will not be required for this work. However, the City shall
have the right of recovery against the Contractor for any payments made on the
Contractor's behalf.
6. The performance period for this work is 20 working days. Contractor is to mobilize and
start work within 10 working days of Notice To Proceed.
April 20, 2010
RETAINING WALL
Small Works Project Manual Page 2 of 61
BID FORM
RETAINING WALL
BIDDER: vita! CXCa r/atirrta Inc
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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 3 of 61
The bidder hereby bids the following lump sum amounts for all work (including
mobilization, labor, equipment, time and materials) required to install all work and
related appurtenances as required in the Scope of Work and attached specifications
and drawings.
Item
No. Sec No.
BID FORM
RETAINING WALL
Unit
Price Extended
Estimated (Figures) Amount
Description of Item Quantity Units
BASE BID RETAINING WALL
1 I 8 -27 I MSE RETAINING WALL I 1 I L.S. I$ I$ t 1, 39/, Z 1
Total Bid
ADDITIVE NO. 1- RETAINING WALL WITH PEDESTRIAN RAILING
2 18 -100 I PEDESTRIAN RAILING I 52 I L.S. I I Z.9//.5
Total Base Bid Total Additive I /9, 30Z_7
The bidder hereby acknowledges that it has received Addenda No(s).
(Enter "N /A" if none were issued) to this Project Manual.
Telephone No.: (34.i) 1 /5 7 3 7.st2
Signed by: Title: /rector ca)ger
Printed Name: AiG!/1 n Rodman Date: 5- IV 2 U /D
Contractor Registration Number: o z 1 P7
UBI Number: Of 5"Z 023
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 4 of 61
By signing the Bid Form below, the bidder certifies that he is not disqualified from bidding on
any public works contract under RCW 39.06.010 or 39.12.065(3). 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: ££ef jx( v -TM t'
Complete address: S/0 (PS Widen 1/4-1/64/ Rd. !/'F Az4eks. 1/✓!- qg,3 9
(Street address) (State) (Zip)
WA State Industrial Insurance Acct. No.: S qt, 790 0
WA State Employment Security Dept. No.: 052- 3 SD 0 D
WA State Excise Tax Registration No.: 60/ 81Z 6
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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 5 of 61
1
1
1
1
1. Scone of Work.
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this 25 day of Mdm
2010 by and between the City of Port Angeles, a non charter code city of the State of
Washipgton, hefeinafter referred to as "the City and &`Veil &kcctvafi11. a
ao' f Corporation, hereinafter referred to as `the Contractor
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and
the necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements
contained herein, the parties hereto agree as follows:
The Contractor shall do all work and furnish all tools, materials, and equipment in order
to accomplish the following project:
Retaining Wall
in accordance with and as described in this Contract and the Project Manual, which include the
attached plans and scope of work, and shall perform any alterations in or additions to the work
provided under this Contract and every part thereof. The Contractor shall provide and bear the
expense of all equipment, work, and labor of any sort whatsoever that may be required for the
transfer of materials and for constructing and completing the work provided for in this Contract,
except as may otherwise be provided in the Project Manual.
2. Time for Performance and Liquidated Damages.
a. Time is of the essence in the performance of this Contract and in adhering to the
time frames specified herein. The Contractor shall commence work within 10
working days of Notice to Proceed, and said work shall be physically completed
within 20 working days after commencing work, unless a different time frame is
expressly provided in writing by the City.
b. If said work is not completed within the time for physical completion, the
Contractor may be required at the City's sole discretion to pay to the City
liquidated damages of $100 for each and every day said work remains
uncompleted after the expiration of the specified time.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 6 of 61
1
3. Compensation and Method of Payment.
a. The City shall pay the Contractor for work performed under this Contract as
detailed in the bid, at the completion of work and submission of a detailed
invoice.
b. Payments for any alterations in or additions to the work provided under this
Contract shall be on a negotiated time and materials basis.
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. Prevailins? Wage Reauirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and
Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with
the State prevailing wage requirements. The Washington State Prevailing Wage Rates For
Public Works Contracts, Clallam County, incorporated in this Contract have been established by
the Department of Labor Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply
with the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
a. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or suits, including attorney fees, arising out of or in connection
with the performance of this Contract, except for injuries and damages caused by
the sole negligence of the City.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 7 of 61
I
I
I
I
1
I
I
I
I
I
1
I
I
I
I
I
I
I
I
b. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily
injury to persons or damages to property caused by or resulting from the
concurrent negligence of the Contractor and the City, its officers, officials,
employees, and volunteers, the Contractor's liability hereunder shall be only to
the extent of the Contractor's negligence. It is further specifically and expressly
understood that the indemnification provided herein constitutes the Contractor's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by
the parties. The provisions of this section shall survive the expiration or
termination of this Contract.
7. Insurance.
The Contractor shall procure and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise from or in
connection with the performance of the work hereunder by the Contractor, their agents,
representatives, employees or subcontractors. Failure by the Contractor to maintain the
insurance as required shall constitute a material breach of contract upon which the City may,
after giving five working days notice to the Contractor to correct the breach, immediately
terminate the Contract or at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the City on
demand, or at the sole discretion of the City, off set against funds due the Contractor from the
City.
a. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
i. Automobile Liability insurance covering all owned, non owned, hired and
leased vehicles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual
liability coverage.
ii. Commercial General Liability insurance shall be written on ISO
occurrence form CG 00 01 and shall cover liability arising from premises,
operations, stop gap liability, independent contractors, products completed
operations, personal injury and advertising injury, and liability assumed
under an insured contract. The Commercial General Liability insurance
shall be endorsed to provide the Aggregate Per Project Endorsement ISO
form CG 25 03 11 85. There shall be no endorsement or modification of
the Commercial General Liability insurance for liability arising from
explosion, collapse or underground property damage. The City shall be
named as an insured under the Contractor's Commercial General Liability
Apnl 20, 2010 RETAINING WALL
Small Works Project Manual Page 8 of 61
insurance policy with respect to the work performed for the City using
ISO Additional Insured endorsement CG 20 10 10 01 and Additional
Insured- Completed Operations endorsement CG 20 37 10 01 or substitute
endorsements providing equivalent coverage.
iii. Workers' Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
iv. Builders Risk insurance covering interests of the City, the Contractor,
Subcontractors, and Sub contractors in the work. Builders Risk insurance
shall be on a all -risk policy form and shall insure against the perils of fire
and extended coverage and physical loss or damage including flood and
earthquake, theft, vandalism, malicious mischief, collapse, temporary
buildings and debris removal. This Builders Risk insurance covering the
work will have a deductible of $5,000 for each occurrence, which will be
the responsibility of the Contractor. Higher deductibles for floor and
earthquake perils may be accepted by the City upon written request by the
Contractor and written acceptance by the City. Any increased deductibles
accepted by the City will remain the responsibility of the Contractor. The
Builders Risk insurance shall be maintained until final acceptance of the
work by the City.
b. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
i. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
ii. Commercial General Liability insurance shall be written with limits no
less than $1,000,000 each occurrence, $1,000,000 general aggregate and a
$1,000,000 products- completed operations aggregate limit
iii. Builders Risk insurance shall be written in the amount of the completed
value of the project with no coinsurance provisions.
c. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions
for Automobile Liability and Commercial General Liability insurance.
i. The Contractor's insurance coverage shall be primary insurance as respect
to the City. Any insurance, self insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
ii. The Contractor's insurance shall not be cancelled or reduced as to
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 9 of 61
1
1
coverage by either party, except after forty -five (45) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
d. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
e. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the
amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the Automobile Liability and Commercial General Liability
insurance of the Contractor before commencement of the work. Before any exposure to
loss may occur, the Contractor shall file with the City a copy of the Builders Risk
insurance policy that includes all applicable conditions, exclusions, definitions, terms and
endorsements related to this project.
f. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause
whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or
motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or
contractors as well as to any temporary structures, scaffolding and protective fences.
g.
Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their
Subcontractors, Subcontractors, agents and employees, each of the other, for damages
caused by fire or other perils to the extent covered by Builders Risk insurance or other
property insurance obtain pursuant to the Insurance Requirements Section of this
Contract or other property insurance applicable to the work. The policies shall provide
such waivers by endorsement or otherwise.
8. Compliance with Laws.
a. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards
or criteria as set forth in the Project Manual.
b. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
c. The Contractor shall comply with all legal and permitting requirements as set
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 10 of 61
1
9. Non discrimination.
10. Assiomnent.
forth in the Project Manual.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national origin,
and, in particular:
a. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above stated minorities.
b. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the establishment
of nondiscriminatory requirements in hiring and employment practices and
assuring the service of all patrons and customers without discrimination with
respect to the above stated minority status.
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.
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 fa✓ia H. 7odrncv, on behalf of the
Contractor and by James Burke. Assistant Civil Engineer I on behalf of the City. Any written
notices required by the terms of this Contract shall be served or mailed to the following
addresses:
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 11 of 61
Contractor: City:
Ed eve L `Xea vafi .rnc
ot s 1/4" ley
Port e/rs vi/%L 3,63
CONTRACTOR:
By:
Title: ,D% retjv-
12. Interpretation and Venue.
&den ExCa vailfi, „1" iq e
Name of Contractor
By:
Attest:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, WA 98362 -0217
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.
CITY OF PORT ANGELES:
City Mana:e (M ayor if >$25K)
Ap oved as t. 'orm:
City Attorney
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 12 of 61
SPECIAL PROVISIONS
The following Special Provisions are made a part of this contract and supersede any conflicting
provisions of the 2010 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
Contracting Agency General Special Provision
General Special Provisions are similar to Standard Specifications in that they typically apply to
many projects, usually in more than one Region. Usually, the only difference from one project
to another is the inclusion of variable project data, inserted as a "fill -in
Region Special Provisions are commonly applicable within the designated Region. Region
designations are as follows:
Regions'
ER Eastern Region
NCR North Central Region
NWR Northwest Region
OR Olympic Region
SCR South Central Region
SWR Southwest Region
WSF Washington State Ferries Division
Bridges and Structures Special Provisions are similar to Standard Specifications in that they
typically apply to many projects, usually in more than one Region. Usually, the only difference
from one project to another is the inclusion of variable project data, inserted as a "fill -in
Project Specific Special Provisions normally appear only in the contract for which they were
developed.
INTRODUCTION TO THE SPECIAL PROVISIONS
(July 31, 2007 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2010 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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 13 of 61
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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 14 of 61
I
I
I
I
I
I
1
I
I
I
1
I
I
I
I
t
I
I
I
DESCRIPTION OF WORK
DIVISION 1
GENERAL REQUIREMENTS
(March 13, 1995)
This contract provides for the improvement of roadway surface, sidewalk and other work, all in
accordance with the attached Contract Plans, these Contract Provisions, and the Standard
Specifications.
1 -01.3 Definitions
(September 12, 2008 APWA GSP)
This Section is supplemented with the following:
All references in the Standard Specifications to the terms "State "Department of
Transportation "Washington State Transportation Commission "Commission "Secretary
of Transportation "Secretary", "Headquarters and "State Treasurer" shall be revised to
read "Contracting Agency
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the contract shall be in the Superior Court of the County where the
Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the
proposal, from which the Contracting Agency may make a choice between different methods
or material of construction for performing the same work.
Contract Documents
See definition for "Contract
Contract Time
The period of time established by the terms and conditions of the contract within which the
work must be physically completed.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 15 of 61
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, and only
minor 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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 16 of 61
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
(March 25, 2009 APWA GSP)
Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended:
"Before award of a public works contract, a bidder must meet the following responsibility
criteria to be considered a responsible bidder and qualified to be awarded a public works
project. The bidder must:
(a) At the time of bid submittal, have a certificate of registration in compliance with
chapter 18.27 RCW;
(b) Have a current state unified business identifier number;
(c) If applicable, have industrial insurance coverage for the bidder's employees
working in Washington as required in Title 51 RCW; an employment security
department number as required in Title 50 RCW; and a state excise tax
registration number as required in Title 82 RCW; and
(d) Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3)."
1 -02.2 Plans and Specifications
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor
Reduced plans (11" x 17
and Contract Provisions
Large plans (e.g., 22" x
34 and Contract
Provisions
No. of Sets Basis of Distribution
2 Furnished automatically
upon award.
2 Furnished only upon
request.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 17 of 61
Additional plans and Contract Provisions may be purchased by the Contractor by payment of
the cost stated in the Call for Bids.
1 -02.5 Proposal Forms
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
At the request of a bidder, the Contracting Agency will provide a proposal form for any
project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the work. It will also
list estimated quantities, units of measurement, the items of work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda;
the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE
commitment, if applicable; a State of Washington Contractor's Registration Number; and a
Business License Number, if applicable. Bids shall be completed by typing or shall be
printed in ink by hand, preferably in black ink. The required certifications are included as
part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in
any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any D /M /WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D/W /MBE requirements are to be satisfied through such an agreement.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 18 of 61
1 -02.7 Bid Deposit
(October 1, 2005 APWA GSP)
Supplement this section with the following:
attorney.
Bid bonds shall contain the following:
1. Contracting Agency assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
the person authorized to submit the bid should agree with the signature on the bond, and
the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
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 envelone. with the Proiect Name and Proiect
Number as stated in the Advertisement for Bids clearly marked on the outside of the
envelone. or as otherwise stated in the Bid Documents, to ensure proper handling and
delivery.
1 -02.13 Irregular Proposals
(March 25, 2009 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or
is altered;
c. The completed proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the 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;
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 19 of 61
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;
i. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
j. More than one proposal is submitted for the same project from a Bidder under the
same or different names.
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 rejected if the bidder does not
meet the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under the
same or different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants
in collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contracting Agency, is not aualified for the work
or to the full extent of the bid, or to the extent that the bid exceeds the authorized
preaualification amount as may have been determined by a preaualification of the
bidder:
d. An unsatisfactory performance record exists based on past or current Contracting
Agency work or for work done for others. as judged from the standpoint of conduct of
the work: workmanship: progress: affirmative action: equal employment opportunity
practices; or Disadvantaged 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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 20 of 61
1 -02.15 Pre Award Information
(October 1, 2005 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the
order of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or
county where the work is located.
7. A copy of State of 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:
Conies of the Contract Provisions, includinu the unsiuned Form of Contract, will be available
for sil?nature by the successful bidder on the first business day following award. The number
of conies to be executed by the Contractor will be determined by the Contracting 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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 21 of 61
I
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 loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of
the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay
all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other
person who provides supplies or provisions for carrying out the work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the
bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed by the
president or vice president, unless accompanied by written proof of the authority of the
individual signing the bond to bind the corporation (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. Bridge and Municipal Construction.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 22 of 61
7. Contractine A>?encv's Standard Plans (if anv), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
CONTROL OF WORK
1 -05.4 Conformity With and Deviations from Plans and Stakes
Add the following two new sub sections:
1- 05.4(1) Roadway and Utility Surveys
(October 1, 2005 APWA GSP)
The Engineer shall furnish to the Contractor one time only all principal lines, grades, and
measurements the Engineer deems necessary for completion of the work. These shall
generally consist of one initial set of:
1. Slope stakes for establishing grading;
2. Curb grade stakes;
3. Centerline finish grade stakes for pavement sections wider than 25 feet; and
4. Offset points to establish line and grade for underground utilities such as water, sewers,
and storm drains.
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- 05.4(2) Bridge and Structure Surveys
(October 1, 2005 APWA GSP)
For all structural work such as bridges and retaining walls, the Contractor shall retain as a
part of Contractor's organization an experienced team of surveyors.
The Contractor shall provide all surveys required to complete the structure, except the
following primary survey control which will be provided by the Engineer:
1. Centerline or offsets to centerline of the structure.
2. Stations of abutments and pier centerlines.
3. A sufficient number of bench marks for levels to enable the Contractor to set grades at
reasonably short distances.
4. 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 +.01 foot
Alignment +.01 foot (between successive points)
Superstructure Elevations +.01 foot (from plan elevations)
Substructure Elevations +.05 foot (from plan elevations)
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 23 of 61
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 loss or damage
to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 24 of 61
I
1
I
I
I
I
I
I
I
1
1
1
1
1
1
1
1
I
I
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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 25 of 61
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
(March 25, 2009 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's aualifications pursuant to
Section 1- 02.14. it will take these performance reports into account.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 26 of 61
1 -05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest. notice of
dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be in paper format, hand delivered or sent via mail delivery service to the
Project Engineer's office. Electronic conies such as e -mails or electronically delivered copies
of correspondence will not constitute such notice and will not comply with the requirements
of the Contract.
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.
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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 27 of 61
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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 28 of 61
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:
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 29 of 61
(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.
Apnl 20, 2010 RETAINING WALL
Small Works Project Manual Page 30 of 61
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
httn: /www.wdol.2ov /docs /sf1444.pdf, 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)
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 31 of 61
1
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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 32 of 61
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 Eaual 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 Depaitinent 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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 33 of 61
(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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 34 of 61
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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 35 of 61
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
once a year; and by posting the company EEO policy on bulletin boards
accessible to all employees at each location where construction work is
performed.
g.
J.
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.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 36 of 61
k. Validate all tests and other selection requirements where there is an obligation
to do so under 41 CFR Part 60 -3.
1. 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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 37 of 61
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).
Public Convenience And Safety
Construction Under Traffic
Section 1- 07.23(1) is supplemented with the following:
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 38 of 61
(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.
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:
Traveled Wa'
(Feet)'
35 mph or less 10*
40 mph I 15
45 to 55 mph I 20
60 mph or greater 30
or 2 -feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
(August 7, 2006)
Lane closures are subject to the following restrictions:
$$1$$
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 39 of 61
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.
Construction and Maintenance of Detours
(December 1, 2008)
Section 1- 07.23(2) is supplemented with the following:
Pedestrian Control and Protection
If no alternative is proposed within the contract plans, all existing pedestrian routes and
access points within the project limits, including sidewalks and crosswalks, shall
remain open and clear at all times. The Contractor may propose Traffic Control Plans
(TCP's) that comply with the MUTCD, ADA requirements, and these Specifications.
Contractor proposed TCP's detailing the alternative accessible pedestrian route shall be
approved by the Engineer prior to implementation. The plans will either be returned for
correction, approved as noted, or approved for use by the end of a 10 -day review
period. Each time the plan is returned for correction, an additional 10 -day review
period may be necessary.
When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area,
and minimum clear width of 48- inches cannot be maintained for pedestrian use, an
alternative accessible pedestrian route shall be provided. Separation of pedestrians
from the work area and vehicular traffic is required.
Protective barricades, fencing, and bridges, together with warning and guidance devices
and signs, shall be utilized so that the passageway for pedestrians is safe, well defined
and accessible. Whenever pedestrian walkways are provided across excavations, they
shall be provided with suitable handrails. Foot bridges shall be safe, strong, and free of
bounce and sway, have a slip resistant coating, and be free of cracks, holes and
irregularities that could cause tripping. Ramps, with a maximum slope of 8.3 shall
be provided at the entrance and exit of all raised footbridges. The maximum cross slope
shall be 2.0 When the existing facility is illuminated or TCP's requires illumination,
illumination shall be provided during the hours of darkness. Retroreflective delineation
shall be provided during hours of darkness.
Where accessible pedestrian routes are allowed to be closed by the Engineer during
construction, an alternate accessible pedestrian route shall be provided that complies
with the MUTCD, ADA requirements and these Specifications. The alternate
accessible pedestrian route shall not have abrupt changes in grade or terrain. Barriers
and channelizing devices shall be detectable to pedestrians who have visual disabilities.
Where it is necessary to divert pedestrians into the roadway, barricading or
channelizing devices shall be provided to separate the pedestrian route from the
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 40 of 61
adjacent vehicular traffic lane. Barricading or channelizing devices used to separate
pedestrian and vehicular traffic shall be crashworthy and, when struck by vehicles,
present a minimum threat to pedestrians, workers, and occupants of impacting vehicles.
At no time shall pedestrians be diverted into a portion of the street used concurrently by
moving vehicular traffic.
In addition the Traffic Control Plan shall address the following:
All pedestrians, including persons with disabilities, shall be provided with a
safe and accessible route.
The width of the existing pedestrian facility shall be maintained if possible.
When it is not possible to maintain a minimum width of 60- inches
throughout the entire length of the pedestrian route, a minimum width of 48-
inches shall be provided with 60 -inch x 60 -inch passing zones spaced at
maximum intervals of 200 -feet to allow individuals in wheelchairs to pass.
Traffic control devices and other construction materials and features shall
not intrude into the usable width of the sidewalk, alternate accessible
pedestrian route, or other pedestrian facility.
Signs and other devices mounted lower than 84- inches above the temporary
accessible pedestrian route shall not project more than 4- inches into the
accessible pedestrian route.
A smooth, continuous hard surface shall be provided throughout the entire
length and width of the pedestrian route throughout construction. There
shall be no curbs or vertical elevation changes greater than 1/2-inch in grade
or terrain that could cause tripping or be a barrier to wheelchair use.
Vertical elevation differences between 1/4-inch and 1/2-inch shall be beveled
at a maximum 2:1 slope.
When channelization is used to delineate a pedestrian pathway, a continuous
detectable edging shall be provided throughout the length of the facility such
that pedestrians using a cane can follow it. Edging shall protrude at least 6-
inches above the surface of the sidewalk or pathway with the bottom of the
edging a maximum of 2 -1/2 inches above the surface.
Temporary ramps shall be provided when an alternate accessible pedestrian
route crosses a curb and no permanent curb ramps are in place. The width
of the curb ramp shall be a minimum of 48- inches and the maximum slope
of the ramp shall be 8.3 The maximum cross slope shall be 2.0 The
bottom of the curb ramp shall be flush with the Roadway. Temporary
detectable warning mats shall be installed at street crossings.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 41 of 61
When possible, an alternate accessible pedestrian route shall be provided on
the same side of the street as the disrupted route. When it is not possible,
the alternate route shall be clearly identified at the nearest intersection
crossing prior to the closure area.
Information regarding closed pedestrian routes, alternate crossings, and sign
and signal information shall be communicated to pedestrians with visual
disabilities by providing devices such as audible information devices,
accessible pedestrian signals, or barriers and channelizing devices that are
detectable to the pedestrians traveling with the aid of a cane or who have
low vision.
It is desirable that pedestrians cross to the opposite side of the roadway at
intersections rather than mid block. Appropriate signing shall be placed at
the intersections prior to any pedestrian route closure.
If not otherwise stated in the contract provisions, access to transit stops shall
be provided and maintained at all times. Transit stops may be temporarily
relocated with approval of the transit agency and the Project Engineer.
At locations where adjacent alternate walkways cannot be provided,
appropriate signs shall be posted at the limits of construction and in advance
of the closure at the nearest crosswalk or intersection, to divert pedestrians
across the street. Physical barricades shall be installed to prevent visually
impaired people from inadvertently entering a closed area.
Measurement
No specific unit of measurement will apply to the lump sum item for pedestrian control
and protection.
Payment
Payment will be made in accordance with Section 1 -04.1 for the following Bid item
included in the Proposal:
"Pedestrian Control and Protection lump sum.
The lump sum contract payment shall be full compensation for all costs incurred
by the Contractor for construction, maintenance, and removal of all protective
barricades, fencing, and bridges, together with warning and guidance devices
detailed in the Plans or any alternative accessible pedestrian routes proposed by the
Contractor.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 42 of 61
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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 43 of 61
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 44 of 61
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.
Add the following new section:
1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(May 25, 2006 APWA GSP; may not be used on FHWA-funded projects)
Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-
hour work shift on a regular working day, as defined in the Standard Specifications, such
work shall be considered as overtime work. On all such overtime work an inspector will be
present, and a survey crew may be required at the discretion of the Engineer. In such case,
the Contracting Agency may deduct from amounts due or to become due to the Contractor
for the costs in excess of the straight -time costs for employees of the Contracting Agency
required to work overtime hours.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 45 of 61
The Contractor by these specifications does hereby authorize the Engineer to deduct such
costs from the amount due or to become due to the Contractor.
Revise this section to read:
1 -08.4 Notice to Proceed and Prosecution of the Work
(October 1, 2005 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given by
the Engineer. The Contractor shall commence construction activities on the project site
within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The
Contractor shall diligently pursue the work to the physical completion date within the time
specified in the contract. Voluntary shutdown or slowing of operations by the Contractor
shall not relieve the Contractor of the responsibility to complete the work within the time(s)
specified in the contract.
1 -08.5 Time for Completion
(June 28, 2007 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the Engineer
will provide the Contractor a statement that shows the number of working days: (1) charged
to the contract the week before; (2) specified for the physical completion of the contract; and
(3) remaining for the physical completion of the contract. The statement will also show the
nonworking days and any partial or whole day the Engineer declares as unworkable. Within
10 calendar days after the date of each statement, the Contractor shall file a written protest of
any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in
sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed.
By not filing such detailed protest in that period, the Contractor shall be deemed as having
accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days
a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would
ordinarily be charged as a working day then the fifth day of that week will be charged as a
working day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 46 of 61
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 Quarterly Report of
Amounts Credited as DBE Participation, as required by the Contract Provisions.
d. Final Contract Voucher Certification
e. Pronertv owner releases ner Section 1 -07.24
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 oath 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 5 of the Project Manual. This form
includes a lien waiver certification, and shall be notarized before submission. Applications for
payment not signed or notarized shall be considered incomplete and ineligible for payment
consideration.
1 -09.9 Payments
(October 10, 2008 APWA GSP)
Revise the first paragraph to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment. For items Bid as lump sum, with a bid price of more
than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in
sufficient detail for the Project Engineer to determine the value of the Work performed on a
monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later
than the date of the preconstruction conference.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 47 of 61
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.
2. Lump Sum Items in the Bid Form partial payment for lump sum Bid items will be a
percentage of the price in the Proposal based on the Engineer's determination of the amount
of Work performed, with consideration given to, but not exclusively based on, the
Contractor's lump sum breakdown for that item.
3. Materials on Hand —100 percent of invoiced cost of material delivered to Job site or
other storage area approved by the Engineer.
4. Change Orders entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1- 09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any work has been satisfactorily completed. The
determination of payments under the contract will be final in accordance with Section 1 -05.1.
Payments will be made by warrants, issued by the Contracting Agency's fiscal officer,
against the appropriate fund source for the project. Payments received on account of work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
Traffic Control Management
General
(December 1, 2008)
Section 1- 10.2(1) is supplemented with the following:
April 20, 2010
RETAINING WALL
Small Works Project Manual Page 48 of 61
Apnl 20, 2010
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:
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
All Traffic Control Plans (TCP), signs, personnel needed to keep the construction area safe from
the public shall be made incidental to the various other bid items.
RETAINING WALL
Small Works Project Manual Page 49 of 61
DIVISION 2
EARTHWORK
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Description
(March 13, 1995)
Section 2 -02.1 is supplemented with the following:
This work shall consist of removing miscellaneous items identified below.
Removal of existing failed retaining wall
Payment
Section 2 -02.5 is supplemented with the following:
"Removal of Existing Retaining Wall, INCL Haul lump sum
Haul and disposal of as well as any necessary equipment, labor and materials shall be
included in the unit contract bid price for removing any item identified for removal in this
section and in the plans.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 50 of 61
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS,
AND CONDUIT
7 -15 SERVICE CONNECTION
Payment
Section 7 -15.5 is deleted and replace with the following:
Payment will be made in accordance with Section 1 -04.1, for the following
Bid Item when it is included in the Proposal:
"Adjust Water Meter Box lump sum
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 51 of 61
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL
Measurement
The first sentence of section 8 -01.4 is deleted.
Payment
Section 8 -01.5 is revised as follows:
"ESC Lead per day is deleted
The work performed by the ESC Lead shall be included in the lump sum contract price
for "Inlet Protection
Delete sentence sixteen (16) of Section 8 -01.5 and replace with the following:
"Removal of Existing Retaining Wall, INCL Haul lump sum
ROADSIDE RESTORATION
Description
Section 8 -02.1 is replaced with the following:
This work consists of placing compost and grass seed in grassy areas disturbed by
construction. These areas shall include cut slopes and excavations necessary for
construction of formwork, or area directed by Engineer.
Materials
Section 8 -02.2 is replaced with the following:
Materials shall meet the requirements of the following:
Compost 9- 14.4(8)A and 9- 14.4(8)B
Grass Seed 9 -14.2
Construction Requirements
Section 8 -02.3 is replaced with the following:
A minimum of 2" and a maximum of 4" of compost shall be placed in previously grassy
areas disturbed by construction and any other area as indicated on the plans. Grass seed
shall be mixed into the compost prior to application or raked into the compost
immediately following application.
Measurement
Section 8 -02.4 is replaced with the following:
No specific unit of measure shall apply to the lump sum item of roadside restoration.
Apnl 20, 2010 RETAINING WALL
Small Works Project Manual Page 52 of 61
1
1 Payment
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Section 8 -02.5 is replaced with the following:
"Roadside Restoration lump sum, shall be full pay for all work and materials required
to perform the work described in this section.
Delete the third sentence of Section 8 -02.5 and replace with the following:
Topsoil Type B lump sum
MSE RETAINING WALL NEW SECTION
8 -27.1 Description
Work shall consist of furnishing and construction of a Keystone Retaining Wall System, or equal
with prior approval from the Project Engineer, in accordance with manufactures
recommendations, these specifications, and in conformity with the lines, design, and dimensions
shown on the plans. Work includes preparing foundation soil, furnishing and installing leveling
pad, placing 3 /4" wash drain rock with geo -fabric as shown in the standard plans and per the
Engineers direction. The retaining wall shall be constructed to the lines and grades shown on the
construction drawings.
Material and construction method specifications found in this Section are for Keystone Retaining
Wall Systems. If another type of retaining wall system is submitted and approved, material and
construction method specifications for that system shall be included in the approved design
submittal and will supersede the specifications found in this Section as applicable. The intent
and requirements of this section shall remain unchanged.
8 -27.2 Materials
Blocks shall be Keystone Standard Units, concrete gray. Reinforced backfill shall be as specified
per the most current Keystone requirements for the type and height of wall being constructed.
The unreinforced concrete base leveling pad shall be Portland cement concrete Class 3000.
The Contractor shall furnish all required wall components for the selected proprietary type of as
supplied by the following manufacturer:
Keystone Retaining Wall Systems, Inc
4444 West 7th Street
Minneapolis, MN 55435
(800) 747 -8971
8 -27.3 Construction Requirements
The contractor shall excavate as necessary to allow for placement of the crushed rock base
leveling pad. The leveling pad shall be constructed to the dimensions indicated in the plans.
Block placement shall be as indicated in the plans and as directed by the Engineer. Sheer
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 53 of 61
connectors as supplied by the manufacturer shall be placed between successive courses to
achieve near vertical wall construction. Reinforced backfill shall be placed in a maximum of 6"
lifts followed immediately by 3 passes of a vibratory plate compactor over the entire surface to
be compacted. Geo -fabric placement shall be as indicated on the plans.
Placement of reinforced backfill shall not begin until the Contactor has provided to the Project
Engineer with gradation test(s) performed by a qualified testing laboratory indicating that the
material to be used meets the requirements of the following:
Sieve Size Percent Passing
2 -inch 100
1/4 inch 100 -75
No. 40 0 -60
No. 200 0 -35
8 -27.4 Measurement
"Modular Concrete Retaining Wall" shall be measured by the square foot of completed face
surface
"Modular Concrete Retaining Wall Backfill" shall be measured by the ton
8 -27.5 Payment
Section 8 -27.5 is supplemented with the following:
"MSE Retaining Wall lump sum.
Payment shall include labor, equipment, excavation, removal of excavated material, tools,
testing, and incidentals required to construct "MSE Retaining Wall" per these specifications and
as indicated on the plans. Payment shall also include all materials including, but not limited to:
1) 3/4 "washed drain rock
2) Geo -fabric around the drain rock
3) Crushed rock for leveling pad
"MSE Retaining Wall Backfill lump sum
Payment shall include all material, labor, equipment and required testing for haul, placement,
and compaction of "MSE Retaining Wall Backfill" per these specifications and as indicated on
the plans.
8 -100 PEDESTRIAN RAILING NEW SECTION
8 -100.1 Description
This work shall consist of fabricating and installing aluminum alloy Pedestrian Railing at
the location shown on the Plans.
8 -100.2 Materials
Materials shall meet the requirements of the following sections as applicable unless
noted:
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 54 of 61
All railings shall be aluminum alloy, Schedule 40 pipe, size per plans; materials
shall conform to ASTM B221, B429, E935, AA DAF -45 and shall meet the
requirements of the Standard Specifications, Sections 9 -16.3 (4) and 9 -16.3 (5).
All pedestrian railing includes posts, rails and all connections necessary for fabrication
and installation including but not limited to the plans and these specifications. Fittings
and fasteners shall be same basic material and alloy as parts being joined. Do not use
materials that will be corrosive or incompatible with materials being fastened; do not
utilize pop- rivets, sheet metal screws, adhesives or cast fittings. Provide materials free
from surface blemishes
where exposed to view in the finish installation.
8 -100.3 Construction Requirements
All railing shall be installed in the locations shown on the Plans and as detailed on the
Plans. The Pedestrian Railing, when completed, shall be in true alignment, on proper
grade, with the post plumb.
8 -100.4 Measurement
"Pedestrian Railing" shall be measured per linear foot of acceptable railing installed in its
final location.
8 -100.4 Payment
Payment shall be made for the following bid item:
"Pedestrian Railing per lump sum.
The unit bid price shall be full compensation for all labor, materials, tools and equipment,
supplies, incidental work, to satisfactorily complete the work defined in the Standard
Specifications, Special Provisions and the particular items called for in the Plans.
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 55 of 61
STANDARD PLANS
December 7, 2009
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01
transmitted under Publications Transmittal No. PT 09 -013, effective December 7, 2009 is made a
part of this contract.
The Standard Plans are revised as follows:
All Standard Plans
All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read
"Hot Mix Asphalt
All references in the Standard Plans to the abbreviation "ACP" shall be revised to read
"HMA
B -10.20 and B10.40
Substitute "step" in lieu of "handhold" on plan
C -3. C -3B. C -3C
Note 1 is revised as follows: replace reference F -2b with F -10.42
C -4
Deleted
C -10 (sheet 2 of 2)
COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3"
F -10.20
GENERAL NOTE
Revise as follows:
Replace reference to F -3 with F -30.10
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
G -24.40
Existing callout CORNER BOLT (TYP.)
New callout CORNER BOLT OR SHOULDER BOLT (TYP.)
J -5
Deleted
J -7a
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 56 of 61
1
1 Deleted
1
1
1
1
1
1
1
1
1
1
1
1
1
ii
11
0
I
J- 40.10, Section A
replace 3" MIN. with 3" MAX.
J -40.30
Diamond Note 2:
Was Copper Split Bolt Clamp
Is Copper Solder Less Crimp Connector
K -80.30
In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan
K -80.35
L- 20.10. Sheet 1
Delete all references to tension cable and substitute tension wire.
Add knuckled selvage is required on the top edge of the fence fabric.
L- 20.10. Sheet 2
Delete all references to tension cable and substitute tension wire.
All rope thimbles, wire rope clips and seizing are not required.
L- 30.10. Sheet 1
Delete all references to tension cable and substitute tension wire.
L- 30.10. Sheet 2
Delete all references to tension cable and substitute tension wire.
All rope thimbles, wire rope clips and seizing are not required.
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.
A- 10.10 -00 8/07/07 A- 30.35-
00 10/12/07
A- 10.20 -00 10/05/07 A- 40.00-
00 8/11/09
A- 10.30 -00 10/05/07 A- 40.10-
01 8/11/09
A- 20.10 -00 8/31/07 A- 40.15-
00 8/11/09
A- 50.20 01.......9/22/09
A-50.30-00 11/17/08
A-50.40-00 11/17/08
A- 60.10 -01 10/14/09
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 57 of 61
A- 30.10 -00 11/08/07 A- 40.20-
00 9/20/07
A- 30.15 -00 11/08/07 A- 40.50-
00 11/08/07
A- 30.30 -00 11/08/07 A- 50.10-
00.....11/17/08
B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -01
B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01
B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00
B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00
B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00
B- 10.60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00
B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01
B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00
B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00
B- 20.20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00
B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01
B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00
B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00
B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00
B- 30.10 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00
B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00
B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -01
B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00
C -1 2/10/09 C -4e 2/20/03
C- l a 10/14/09 C -4f 6/30/04
C -lb 10/31/03 C -5 10/14/09
C -lc 5/30/97 C -6 5/30/97
C- l d 10/31/03 C -6a 10/14/09
C -2 1/06/00 C -6c 1/06/00
C -2a 6/21/06 C -6d 5/30/97
C -2b 6/21/06 C -6f 7/25/97
C -2c 6/21/06 C -7 10/31/03
C -2d 6/21/06 C -7a 10/31/03
C -2e 6/21/06 C -8 2/10/09
C -2f 3/14/97 C -8a 7/25/97
C -2g 7/27/01 C -8b 2/10/09
C -2h 3/28/97 C -8e 2/21/07
C -2i 3/28/97 C -8f 6/30/04
C -2j 6/12/98 C -10 7/31/98
C -2k 7/27/01 C -13 7/3/08
C -2n 7/27/01 C -13a 7/3/08
C -2o 7/13/01 C -13b 7/3/08
C -2p 10/31/03 C -13c 7/3/08
A- 60.20-
01 8/11/09
A- 60.30-
00 11/08/07
A- 60.40 -00 8/31/07
6/10/08
6/10/08
6/08/06
6/08/06
6/01/06
6/01/06
6/10/08
6/01/06
6/01/06
6/08/06
6/10/08
6/08/06
6/08/06
6/08/06
6/08/06
6/08/06
2/03/09
6/08/06
C -14i 2/10/09
C -14j 12/02/03
C -14k 2/10/09
C -15a 7/3/08
C -15b 7/3/08
C -16a 11/08/05
C -16b 11/08/05
C- 20.14 -01 10/14/09
C- 20.15 -00 10/14/09
C- 20.18 -00 10/14/09
C- 20.19 -00 10/14/09
C- 20.40 -01 10/14/09
C- 20.42 -01 10/14/09
C- 22.14 -00 2/03/09
C- 22.16 -00 2/03/09
C- 22.40 -01 10/05/07
C- 23.60 -01 10/14/09
C- 25.18 -01 9/20/07
C- 25.20 -04 10/14/09
C- 25.22 -03 10/14/09
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 58 of 61
1
1
1
1
1
1
1
1
1
1
11
11
11
11
1
1
1
11
11
C -3 10/04/05 C -14a 7/3/08 C- 25.26 -01 10/14/09
C -3a 10/04/05 C -14b 7/26/02 C- 25.80 -01 7/3/08
C -3b 10/04/05 C -14c 7/3/08 C- 28.40 -00 2/06/07
C -3c 6/21/06 C -14d 7/3/08 C- 40.14 -00 2/03/09
C -4b 6/08/06 C -14e 7/3/08 C- 40.16 -00 2/03/09
C -4b 6/08/06 C -14h 2/10/09 C- 40.18 -01 10/14/09
C- 90.10 -00 7/3/08
D- 2.02 -00 11/10/05 D- 2.44 -00 11/10/05 D -3b 6/30/04
D- 2.04 -00 11/10/05 D- 2.46 -00 11/10/05 D -3c 6/30/04
D- 2.06 -01 1/06/09 D- 2.48 -00 11/10/05 D -4 12/11/98
D- 2.08 -00 11/10/05 D- 2.60 -00 11/10/05 D -6 6/19/98
D- 2.10 -00 11/10/05 D- 2.62 -00 11/10/05 D- 10.10 -01 12/02/08
D- 2.12 -00 11/10/05 D- 2.64 -01 1/06/09 D- 10.15 -01 12/02/08
D- 2.14 -00 11/10/05 D- 2.66 -00 11/10/05 D- 10.20 -00 7/8/08
D- 2.16 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.25 -00 7/8/08
D- 2.18 -00 11/10/05 D- 2.78 -00 11/10/05 D- 10.30 -00 7/8/08
D- 2.20 -00 11/10/05 D- 2.80 -00 11/10/05 D- 10.35 -00 7/8/08
D-2.30-00 11/10/05 D- 2.82 -00 11/10/05 D- 10.40 -01 12/02/08
D- 2.32 -00 11/10/05 D- 2.84 -00 11/10/05 D- 10.45 -01 12/02/08
D- 2.34 -01 1/06/09 D- 2.86 -00 11/10/05 D- 15.10 -01 12/02/08
D- 2.36 -02 1/06/09 D- 2.88 -00 11/10/05 D- 15.20 -01 1/06/09
D- 2.38 -00 11/10/05 D- 2.92 -00 11/10/05 D- 15.30 -01 12/02/08
D- 2.40 -00 11/10/05 D -3 7/13/05
D- 2.42 -00 11/10/05 D3a 12/02/08
E -1 2/21/07 E -4 8/27/03
E -2 5/29/98 E -4a 8/27/03
F- 10.12 -00 12/20/06 F- 30.10 -00 1/23/07 F- 40.18 -00 2/07/07
F- 10.16 -00 12/20/06 F- 40.10 -01 10/05/07 F- 40.20 -00 10/05/07
F- 10.40 -01 7/3/08 F- 40.12 -00 2/07/07 F- 42.10 -00 10/05/07
F- 10.42 -00 1/23/07 F- 40.14 -00 2/07/07 F- 80.10 -00 1/23/07
F- 10.62 -01 9/05/07 F- 40.15 -00 2/07/07
F- 10.64 -02 7/3/08 F- 40.16 -00 2/07/07
G- 10.10 -00 9/20/07 G- 24.60 -00 11/08/07 G- 70.20 -00 10/5/07
G- 20.10 -00 9/20/07 G- 25.10 -01 1/06/09 G- 70.30 -00 10/5/07
G- 22.10 -01 7/3/08 G-30.10-00 11/08/07 G- 90.10 00.....1 /06/09
G- 24.10 -00 11/08/07 G- 50.10 -00 11/08/07 G-90.20-00.....1/06/09
G- 24.20 -00 11/08/07 G- 60.10 -00 8/31/07 G- 90.30- 00.....1/06/09
G- 24.30 -00 11/08/07 G- 60.20 -00 8/31/07 G- 90.40- 01.....10/14/09
G- 24.40 -01 12/02/08 G- 60.30 -00 8/31/07 G- 95.10 -00 11/08/07
G- 24.50 -00 11/08/07 G- 70.10 -00 10/5/07 G- 95.20 -01 7/10/08
G- 95.30 -01 7/10/08
Apnl 20, 2010 RETAINING WALL
Small Works Project Manual Page 59 of 61
H- 10.10 -00
H- 10.15 -00
H- 30.10 -00
I- 10.10 -01
I- 30.10 -01
I- 30.15 -00
I- 30.20 -00
I- 30.30 -00
J -1 f
J -3
J -3b
J -3 c
J -3d
J -6c
J -7c
J -7d
J -8a
J -8b
J -8c
J -8d
J -9a
J -10
J -11b
J -12
J -16a
J -16b
K- 10.20 -01
K- 10.40 -00
K- 20.20 -01
K- 20.40 -00
K- 20.60 -00
K- 22.20 -01
K- 24.20 -00
K- 24.40 -01
7/3/08 H- 32.10 -00 9/20/07
7/3/08 H- 60.10 -01 7/3/08
10/12/07 H- 60.20 -01 7/3/08
8/11/09 I- 30.40 -00
8/11/09 I- 30.50 -00
8/11/09 I- 40.10 -00
9/20/07 I- 40.20 -00
9/20/07 I- 50.10 -00
6/23/00 J -16c 2/10/09
8/01/97 J -18 2/10/09
3/04/05 J -19 2/10/09
6/24/02 J -20 9/02/05
11/05/03 J- 20.10 -00 10/14/09
4/24/98 3- 20.15 -00 10/14/09
6/19/98 3- 20.16 -00 10/14/09
4/24/98 J- 20.20 -00 10/14/09
5/20/04 J- 20.26 -00 10/14/09
5/20/04 J- 21.10 -00 10/14/09
5/20/04 J- 21.15 -00 10/14/09
5/20/04 J- 21.16 -00 10/14/09
4/24/98 J- 21.17 -00 10/14/09
7/18/97 3- 21.20 -00 10/14/09
9/02/05 3- 22.15 -00 10/14/09
2/10/09 J- 22.16 -00 10/14/09
3/04/05 3- 28.10 -00 8/07/07
2/10/09 3- 28.22 -00 8/07/07
10/12/07 K- 26.40-
01 10/12/07
2/15/07 K- 30 20-
00 2/15/07
10/12/07 K- 30.40-
01 10/12/07
2/15/07 K- 32.20-
00 2/15/07
2/15/07 K- 32.40-
00 2/15/07
10/12/07 K- 32.60-
00 2/15/07
2/15/07 K- 32.80-
00 2/15/07
10/12/07 K- 34.20-
H- 70.10 -00 9/05/07
H- 70.20 -00 9/05/07
H- 70.30 -01 11/17/08
10/12/07 I- 50.20 -00 8/31/07
11/14/07 I- 60.10 -00 8/31/07
9/20/07 I- 60.20 -00 8/31/07
9/20/07 I- 80.10 -01 8/11/09
9/20/07
J- 28.24 -00 8/07/07
J- 28.26 -01 12/02/08
J- 28.30 -01 10/14/09
3- 28.40 -01 10/14/09
3- 28.42 -00 8/07/07
3- 28.45 -00 8/07/07
J- 28.50 -00 8/07/07
J- 28.60 -00 8/07/07
J- 28.70 -00 11/08/07
J-40.10-01 10/14/09
J- 40.30 -00 1/06/09
3- 75.10 -00 2/10/09
3- 75.20 -00 2/10/09
J- 75.30 -00 2/10/09
J- 75.40-
00 10/14/09
J- 75.45-
00 10/14/09
3- 90.10 -00 2/10/09
3- 90.20 -00 .2/ 10/09
K- 40.60 -00 2/15/07
K- 40.80 -00 2/15/07
K- 55.20 -00 2/15/07
K- 60.20 -02 7/3/08
K- 60.40 -00 2/15/07
K- 70.20 -00 2/15/07
K- 80.10 -00 2/21/07
K- 80.20 -00 12/20/06
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 60 of 61
K- 24.60 -00
K- 24.80 -01
K- 26.20 -00
L- 10.10 -00
L- 20.10 -00
L- 30.10 -00
00 2/15/07
2/15/07 K- 36.20-
00 2/15/07
10/12/07 K- 40.20-
00 2/15/07
2/15/07 K- 40.40-
00 2/15/07
2/21/07 L- 40.10 -00
2/07/07 L- 40.15 -00
2/07/07 L- 40.20 -00
M- 1.20 -01 1/30/07
M- 1.40 -01 1/30/07
M- 1.60 -01 1/30/07
M- 1.80 -02 8/31/07
M- 2.20 -01 1/30/07
M- 2.40 -01 1/30/07
M- 2.60 -01 1/30/07
M- 3.10 -02 2/10/09
M- 3.20 -01 1/30/07
M- 3.30 -02 2/10/09
M- 3.40 -02 2/10/09
M- 3.50 -01 1/30/07
M- 5.10 -01 1/30/07
K- 80.30 -00 2/21/07
K- 80.35 -00 2/21/07
K- 80.37 -00 2/21/07
2/21/07 L- 70.10 -01 5/21/08
2/21/07 L- 70.20 -01 5/21/08
2/21/07
M- 7.50 -01 1/30/07 M- 24.60 -02 2/06/07
M- 9.50 -01 1/30/07 M- 40.10 -00 9/20/07
M- 9.60 -00 2/10/09 M- 40.20- 00...10/12/07
M- 11.10 -01 1/30/07 M- 40.3 0 -00 9/20/07
M- 15.10 -01 2/06/07 M- 40.40 -00 9/20/07
M- 17.10 -02 7/3/08 M- 40.50 -00 9/20/07
M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07
M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07
M- 20.30 -02 10/14/09 M- 60.20 -01 2/03/09
M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08
M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08
M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08
M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08
April 20, 2010 RETAINING WALL
Small Works Project Manual Page 61 of 61
1
ATTACHMENT A
WASHINGTON STATE PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE
Small Works Project Manual April 2010
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 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $40 03 1H 5D
BOILERMAKERS
JOURNEY LEVEL $56.53 1C 5N
BRICK MASON
BRICK AND BLOCK FINISHER $39.49 1M 5A
JOURNEY LEVEL $46.35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $8 55 1
SHAMPOOER $8 1
WAXER $8.97 1
WINDOW CLEANER $13 22 1
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67 1
CARPENTERS
ACOUSTICAL WORKER $48.60 1H 5D
BRIDGE, DOCK AND WARF CARPENTERS $48.47 1H 5D
CARPENTER $4847 1H 5D
CREOSOTED MATERIAL $48 57 1H 5D
DRYWALL APPLICATOR $48 74 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 1H 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1H 5D
SAWFILER $4860 1H 5D
SHINGLER $48.60 1H 5D
STATIONARY POWER SAW OPERATOR $48.60 11-I 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 $48.85 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49.57 1T 5D 8L
ASSISTANT MATE (DECKHAND) $49.06 1T 5D 8L
BOATMEN $49 57 IT 5D 8L
ENGINEER WELDER $49 62 1T 5D 8L
Page 1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LEVERMAN, HYDRAULIC $51 19 1T 5D 8L
MAINTENANCE $49.06 1T 5D 8L
MATES $49.57 1T 5D 8L
OILER $4919 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) $64.25 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 $67 91 4A 6Q
MECHANIC IN CHARGE $73 87 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50 1
FENCE ERECTORS
FENCE ERECTOR $9 96 1
FLAGGERS
JOURNEY LEVEL $33 93 1H 5D
GLAZIERS
JOURNEY LEVEL $48.61 1Y 5G
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $50.28 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
Classification
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
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 50
BALLAST REGULATOR MACHINE $40 03 1H 50
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 50
CLEAN -UP LABORER $40.03 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D
CONCRETE FORM STRIPPER $40 03 1H 5D
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 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D
DRILL OPERATOR, AIRTRAC $41.28 1H 5D
DUMPMAN $40.03 1H 5D
EPDXY TECHNICIAN $40 03 1H 5D
EROSION CONTROL WORKER $40 03 1H 5D
FALLER/BUCKER, CHAIN SAW $40 77 1H 5D
FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D
construction debns cleanup)
Page 3
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
1
1
1
1
1
II
11
11
I I
11
11
11
11
ii
0
0
ii
1
1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
FINE GRADERS $40.03 1H 5D
FIRE WATCH $33.93 1H 5D
FORM SETTER $40.03 1H 5D
GABION BASKET BUILDER $40.03 1H 5D
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 11-I 5D
HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 50
HIGH SCALER $41 28 1H 5D
HOD CARRIER/MORTARMAN $41 28 1H 5D
JACKHAMMER $40.77 1H 5D
LASER BEAM OPERATOR $40.77 1H 5D
MANHOLE BUILDER MUDMAN $40.77 1H 5D
MATERIAL YARDMAN $40 03 1H 5D
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 5D
PIPE POT TENDER $40 77 1H 5D
PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D
PIPELAYER CAULKER $40.77 1H 5D
PIPELAYER CAULKER (LEAD) $41 28 1H 5D
PIPEWRAPPER $40 77 1H 5D
POT TENDER $40.03 1H 5D
POWDERMAN $41.28 1H 5D
POWDERMAN HELPER $40 03 1H 5D
POWERJACKS $40 77 1H 5D
RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D
RE- TIMBERMAN $41 28 1H 5D
RIPRAP MAN $40.03 1H 5D
RODDER $40.77 1H 5D
SCAFFOLD ERECTOR $40.03 1H 5D
SCALE PERSON $40 03 1H 5D
SIGNALMAN $40 03 1H 5D
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 5D
TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $40 03 1H 5D
TOPPER TAILER $40.03 1H 5D
TRACK LABORER $40 03 1H 5D
TRACK LINER (POWER) $40 77 1H 5D
Page 4
1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(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 5D
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 74 1H 5D
MARBLE SETTERS
JOURNEY LEVEL $46.35 1M 5A
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15 16 1
LABORER $11 13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
MODULAR BUILDINGS
JOURNEY LEVEL $8 55 1
PAINTERS
JOURNEY LEVEL $21.86 1
PLASTERERS
JOURNEY LEVEL $25.83 1
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8 55 1
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $66 44 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 1T 5D 8P
BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $49 48 1T 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 5D 8P
CABLEWAYS $50 39 1T 5D 8P
CHIPPER $49 90 1T 5D 8P
Page 5
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
COMPRESSORS $47 12 1T 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
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 1T 5D 8P
METERS
CONVEYORS $49.48 1T 5D 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 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 1T 5D 8P
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 1T 5D 8P
WITH ATACHMENTS)
CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P
WITH ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER $47 12 1T 5D 8P
CRANES, A- FRAME, OVER 10 TON $49 48 1T 5D 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE 20 44 TONS) $49 90 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE 45 99 TONS) $50 39 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 1T 5D 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P
CRUSHERS $49.90 1T 5D 8P
DECK ENGINEER/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 1T 5D 8P
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P
DRILLING MACHINE $49 90 1T 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 1T 5D 8P
FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 50 8P
GRADE ENGINEER $49 90 1T 5D 8P
GRADECHECKERAND STAKEMAN $47.12 1T 5D 8P
GUARDRAIL PUNCH $49 90 1T 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 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 1T 5D 8P
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P
LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 5D 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P
LOCOMOTIVES, ALL $49 90 1T 5D 8P
MECHANICS, ALL $50.94 1T 5D 8P
MIXERS, ASPHALT PLANT $49 90 1T 5D 8P
MOTOR PATROL GRADER (FINISHING) $50.39 1T 50 8P
Page 6
11
1
1
1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
MOTOR PATROL GRADER (NON- FINISHING) $49.48 1T 5D 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50 39 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $47 12 IT 5D 8P
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 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 513 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 5D 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 513 8P
TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 1T 50 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 LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $40 79 4A 5A
SPRAY PERSON $38.73 4A 5A
TREE EQUIPMENT OPERATOR $39 25 4A 5A
TREE TRIMMER $36 50 4A 5A
TREE TRIMMER GROUNDPERSON $27 55 4A 5A
REFRIGERATION AIR CONDITIONING MECHANICS
MECHANIC $27.68 1
RESIDENTIAL BRICK MASON
JOURNEY LEVEL $46.35 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17.85 1
Page 7
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25.63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18 00 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $27 78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $20 05 1
RESIDENTIAL INSULATION APPUCATORS
JOURNEY LEVEL $9 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $17 76 1
RESIDENTIAL MARBLE SETTERS
JOURNEY LEVEL $46.35 1M 5A
RESIDENTIAL PAINTERS
JOURNEY LEVEL $20.00 1
RESIDENTIAL PLUMBERS PIPEFITTERS
JOURNEY LEVEL $14 60 1
RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS
JOURNEY LEVEL $62 56 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $21 82 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10 88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19 67 1
RESIDENTIAL STONE MASONS
JOURNEY LEVEL $46 35 1M 5A
RESIDENTIAL TERRAZZO WORKERS
JOURNEY LEVEL $8 55 1
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $8 55 1
RESIDENTIAL TILE SETTERS
JOURNEY LEVEL $18 29 1
ROOFERS
JOURNEY LEVEL $29 05 1
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $59 32 1E 6L
SHIPBUILDING SHIP REPAIR
BOILERMAKER $32 56 1H 6W
HEAT FROST INSULATOR $50 28 1S 5J
LABORER $12.16 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 $12.15 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $3919 2X 5A
Page 8
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10 31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $22.59 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
STONE MASONS
JOURNEY LEVEL $46.35 1M 5A
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
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34.09 1E 5A
TELEPHONE LINE CONSTRUCTION OUTSIDE
CABLE SPLICER $32 27 2B 5A
HOLE DIGGER/GROUND PERSON $18.10 2B 5A
INSTALLER (REPAIRER) $30.94 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A
SPECIAL APPARATUS INSTALLER 1 $32 27 28 5A
SPECIAL APPARATUS INSTALLER II $31.62 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A
TELEVISION GROUND PERSON $17.18 2B 5A
TELEVISION LINEPERSON /INSTALLER $22.73 2B 5A
TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A
TELEVISION TECHNICIAN $24.35 2B 5A
TREE TRIMMER $30.02 2B 5A
TERRAZZO WORKERS
JOURNEY LEVEL $45 26 1M 5A
TILE SETTERS
JOURNEY LEVEL $45 26 1M 5A
TILE, MARBLE &TERRAZZO FINISHERS
FINISHER $39.09 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $38 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX TO 16 YARDS) $45.63 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $46 47 1T 5D 8L
DUMP TRUCK $20 23 1
DUMP TRUCK TRAILER $20 23 1
OTHER TRUCKS $46.47 1T 5D 8L
TRANSIT MIXER $23.73 1
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.60 1
OILER $9 45 1
WELL DRILLER $11.60 1
Page 9
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
3/3/2010 Edition, Published March, 2010
ITEM DESCRIPTION
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L &I's policy statement.
1.
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
Metal rectangular frames, solid metal covers, herringbone grates,
and bi- directional vaned grates for Catch Basin
Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans
2. Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3,
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.
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.
7. 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.
YES NO
X
X
X
X
X
X
X
Supplemental to Wage Rates 2
3/3/2010 Edition, Published March, 2010
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
ITEM DESCRIPTION YES NO
8. Anchor Bolts Nuts Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock.
See Contract Plans and Std. Plans for size and material type.
9. Aluminum Pedestrian Handrail Pedestrian handrail
conforming to the type and material specifications set forth in the
contract plans. Welding of aluminum shall be
in accordance with Section 9- 28.14(3).
10. Major Structural Steel Fabrication Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges.
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..
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, 1L, 1P, and 2
With adjustment sections. See Std. Plans.
X
X
X
X
X
X
X
X
X
Supplemental to Wage Rates 3
3/3/2010 Edition, Published March, 2010
ITEM DESCRIPTION
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
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.
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.
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
YES NO
X
X
X
X
X
X
X
X
X
X
Supplemental to Wage Rates 4
3/3/2010 Edition, Published March, 2010
ITEM DESCRIPTION
33. Monument Case and Cover
See Std. Plan.
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
YES NO
X
X
X
X
X
X
X
Supplemental to Wage Rates 5
3/3/2010 Edition, Published March, 2010
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
ITEM DESCRIPTION YES NO
34. Cantilever Sign Structure Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO -M -183. See Std.
Plans, and Contract Plans for details. The steel structure
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 Bridges Steel Sign Bridges fabricated from steel
tubing meeting AASHTO -M -138 for Aluminum Alloys.
See Std. Plans, and Contract Plans for details. The steel
structure
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 to be fabricated to conform with
methods and materials as specified on Std. Plans. See Specia
Provisions for pre- approved drawings.
40. Traffic Signal Standards Traffic Signal Standards for use on
highway and /or street signal systems. Standards to be fabricated
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
X
X
X
X
X
X
Supplemental to Wage Rates 6
3/3/2010 Edition, Published March, 2010
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
ITEM DESCRIPTION YES NO
42. Traffic Signs Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and aluminum
sheeting.
NOTE: Fabrication inspection required. Only signs tagged
"Fabrication 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
X 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
3/3/2010 Edition, Published March, 2010
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
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
YES NO
X
X
X
X
X
X
X
X
X
Supplemental to Wage Rates 8
3/3/2010 Edition, Published March, 2010
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 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
Classification Code
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/03/2010
(See Benefit Code Key)
FITTER/WELDER $12 76
LABORER $8 55
MACHINE OPERATOR $12 66
PAINTER $10 20
Counties Covered
BENTON
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
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
3/3/2010 Edition, Published March, 2010
11
Classification Code
FITTER/WELDER
PAINTER
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/03/2010
(See Benefit Code Key)
Counties Covered
CLARK
FITTER $27 49 1 E 6H
LABORER $19 21 1E 6H
LAYEROUT $28 77 1E 6H
MACHINE OPERATOR $28 77 1E 6H
PAINTER $25 31 1E 6H
WELDER $26 89 1E 6H
Counties Covered
COWLITZ
MACHINE OPERATOR $25 33 1B 6V
FITTER $25 33 1B 6V
WELDER $2533 1B 6V
Counties Covered
GRANT
Counties Covered
KING
FITTER $15 86 1
LABORER $9 78 1
MACHINE OPERATOR $13 04 1
PAINTER $11 10 1
WELDER 15 48
Counties Covered
KITSAP
Prevailing Overtime Holiday
Wage Code Code
$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
3/3/2010 Edition, Published March, 2010
Classification Code
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/03/2010
(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
3/3/2010 Edition, Published March, 2010
Classification Code
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/03/2010
(See Benefit Code Key)
Counties Covered
THURSTON
FITTER $2710 2U 6T
LABORER 16 91 2U 6T
LAYEROUT $30 63 2U 6T
MACHINE OPERATOR $20 86 2U 6T
WELDER $24 74 2U 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
3/3/2010 Edition, Published March, 2010
Classification Code
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 03/03/2010
(See Benefit Code Key)
Prevailing Overtime Holiday
Wage Code Code
Counties Covered
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
Counties Covered
WHATCOM
Counties Covered
YAKIMA
$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
ALL CLASSIFICATIONS $13 67 1
CRAFTSMAN $8 72 1
LABORER $8 55 1
Supplemental to Wage Rates 13
3/3/2010 Edition, Published March, 2010
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
3/3/2010 Edition, Published March, 2010
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
3/3/2010 Edition, Published March, 2010
(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 8/31/92.1
Supplemental to Wage Rates 16
3/3/2010 Edition, Published March, 2010
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
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.
1 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 HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-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
HOURS WORKED ON HOLIDAYS AND 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-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
O 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-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 (I I)
G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
H HOLIDAYS NEW YEARS 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 YEARS 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
(9)
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-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)
PAID HOLIDAYS SIX (6) PAID HOLIDAYS
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 YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8)
Y HOLIDAYS NEW YEARS 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 YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9)
E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL 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 (11)
G PAID HOLIDAYS NEW YEARS DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11)
H PAID HOLIDAYS NEW YEARS 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 03 -03 -2010
-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, EMPLOYEES 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
ATTACHMENT B
REQUEST FOR INFORM ATION (RFI)
AND
CONTRACT CHANGE ORDER
FORMS
City cf Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE
Small Works Project Manual April 2010
DATE REPLY REQUESTED
ORIGINATOR SIGNATURE
COMMENTS
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME
PROJECT /CONTRACT NUMBER
ORIGINATOR. 0 Owner i Contractor
ITEM
REFERENCE DRAWING OR SPECIFICATION
DESCRIPTION OF CLARIFICATION /REQUEST
CRITICAL TO SCHEDULE: 0 YES NO
DATE:
RFI Number
1
1
1
1
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Contractor Project No
2. Additional work, etc....
Such work will be compensated by check one or more of the following as applicable Increase or j
Decrease in bid items; Force Account; j Negotiated Price The described work affects the existing
contract items and /or adds and /or deletes bid items as follows
CONTRACT CHANGE ORDER (CCO) NO.
Project Name Date
Item Descnption
No
2
DAYS XX
RFI
1
I* 1*
1 DAYS YY 1 DAYS ZZ
Amount with applicable sales tax Included
APPROVED BY.
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
Qty Unit Cost Per Unit Cost Net Cost Adj Days
I O no I I I 1 I I
I R ev I I I 1 I I
I O no I I I I I
I R ev I 1 1 I I
ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
1
1 DAYS XX +ZZ -YY
All work, matenais and measurements to be In accordance with the provisions of the ongmal contract and /or the standard specifications
and special provisions for the type of construction involved The payments and /or additional time specified and agreed to in this order
include every claim by the Contractor for any extra payment or extension of time with respect to the work descnbed herein, including
delays to the overall project
SIGNATURE'
I*
1 DAYS YY +ZZ
DATE
ATTACHMENT C
CONTRACTOR'S APPLICATION
FOR
PAYMENT FORM
City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE
Small Works Project Manual Apnl 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
413 34 Arm
TO: City of Port Angeles
Public Works Utilities Department
P.O. Box 1150
Port Angeles, WA 98362
FROM:
PERIOD From.
STATEMENT OF CONTRACT ACCOUNT
Original Contract Amount (Excluding Sales Tax)
Total Value of 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 and material receipts)
Subtotal [4 +5]
8 4% Sales Tax (at 8.4% of Subtotal), As Applicable
Less Amount Retained (at 5% of subtotal)
Subtotal [6 +7 -8]
Total Previously Paid
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 09/08]
CONTRACTOR'S APPLICATION FOR PAYMENT
Retaining Wall Design 633 Park Avenue Page 1 of 2
DATE:
PAYMENT REQUEST NO.
to [end of period]
1
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 09/08]
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
Notary Public in and for the State of
residing at
My appointment expires
Date
Date
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT D
REQUEST FOR APPROVAL OF
MATERIAL FORM
City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE
Small Works Project Manual April 2010
g li t Washington State
WAV Department of Transportation
Contract
Section
Contractor
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.
Project Engineer
1. Acceptance Criteria
2 Acceptance Cntena
3 Acceptance Cntena
4 Acceptance Cntena
5. Acceptance Criteria
6 Acceptance Cntena
7 Acceptance Criteria
8 Source Approved
9. Approval Withheld
10 Approval Withheld
11. Miscellaneous Acceptance Cntena
Remarks
Project Engineer Distribution
Contractor
Region Operations Engineer
Fabrication Inspection
DOT Form 350 -071 EF
Revised 12/2008
Material or Name and Location of Fabricator,
Product/Type Manufacturer or Pit Number
Date
FA Number
Request for Approval of Material
SR Date
County
Subcontractor
Specification
Reference
1
1
PE/QPL
Code
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 Cert of Compliance for 'Acceptance' prior to use of matenal
Catalog Cuts for 'Acceptance' prior to use of material. Catalog Cut Approved Yes No
Submit Shop Drawings for 'Approval' pnor to fabncation of material.
Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used
Submit Certificate of Materials Ongin to Project Engineer Office
Request Transmitted to State Materials Laboratory for Approval Action.
Submit samples for preliminary evaluation
Region Materials
State Materials Lab
M/S 47365
For WSDOT Use Only
RAM
Hdqtr /QPL
Code
State Materials Engineer Distribution
General File Signing Inspection
Other
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT E
REQUEST TO SUBLET
AND
SUBCONTRACT CERTIFICATION FORMS
City cf Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE
Small Works Project Manual April 2010
6, Washington State
Va. Department of Transportation
Prime Contractor
Job Description (Title) Request Number
Subcontractor or Lower Tier Subcontractor
Address
City
Approval is Requested to Sublet the Following Described Work to:
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
Department of Transportation Use Only
Percent of Total Contract DBE Status Verification
This Request
Previous Requests
Sublet to Date
Project Engineer's Signature
Approved
)OT Form 421 -012 EF
Revised 11/2009
OA
Date
Request to Sublet Work
Subcontractor Lower Tier Subcontractor DBE
Federal Employer I D. Number State Contract Number
Unified Business Identifier (UBI) Federal Employer I.D. Number
Telephone Number
State Zip Code Estimated Starting Date
Distnbution White (Original) Region Canary (Copy) Project Engineer Pink (Copy) Contractor
If no Federal Employer I D Number,
Use Owner's Social Security Number
Item Description Amount
Prime Contractor Signature Date
Approved Region Construction Engineer Date
(When Required)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
OF NcS
4
l'
Rcs ptA
Project Number
I certify the above statement to be true and correct.
Company
By
Title
Contractor Certification
To be completed and signed by the contractor
PW 040725 [New 07/05]
Contractor and Subcontractor or
Lower Tier Subcontractor
Certification for City of Port Angeles Projects
(Required for each Subcontractor or Lower Tier Subcontractor on all projects)
Project Name
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include the minimum prevailing wage rates.
Date
1. 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
By Date
Title
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ATTACHMENT F
PROJECT PLANS
City of Port Angeles RETAINING WALL DESIGN 633 PARK AVEUNE
Small Works Project Manual April 2010
1
4
1
1
1
1
EWE 110D6
PORT ANGELES
NO SCALE
VICINITY MAP
SCRIVNER RD
AVE,
PROJECT SITE
to PENINSULA
COLLEGE
64.
CITY OF PORT ANGELES
RETAINING WAL1
633 SOUTH PARK AVENUE
POR ANGELES, WA 98362
PORT ANGELES HARBOR
MELODY N
LINDBERG RD
MADDOCK RD
SHEET INDEX
SHEET TITLE
T -1 TITLE SHEET
PAGE
1
C -1 CONSTRUCTION SHEET 2
C -2 PROFILES AND DETAILS 3
SHEET
GENERAL NOTES
1. ALL WORKMANSHIP AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES STANDARDS, THE
CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) STANDARD SPECIFICATIONS FOR
ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION (STANDARD SPECIFICATIONS). AND ANY PROJECT SPECIFIC SPECIAL
PROVISIONS OR CONDITIONS AND REQUIREMENTS
2. TEMPORARY EROSION/WATER POLLUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH CHAPTER 6 OF THE CITY
OF PORT ANGELES' URBAN SERVICES STANDARDS AND GUIDEUNES AND THE CURRENT EDITION OF THE WASHINGTON STATE
DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION
3. EXISTING AND NEWLY CONSTRUCTED STORM WATER DRAINAGE SYSTEMS SHALL. BE PROTECTED FROM CONSTRUCTION
SITE RUNOFF.
4 A PRECONSTRUCTION MEETING SHALL BE HELD WITH THE CITY PRIOR TO THE START OF CONSTRUCTION
5 HORIZONTAL AND VERTICAL CONTROLS /DATUM AS ADOPTED BY THE CITY SHALL BE USED. UNLESS APPROVED
OTHERWISE
6 AU. APPROVALS AND PERMITS REQUIRED BY THE CITY SHALL BE OBTAINED BY THE CONTRACTOR PRIOR TO THE START
OF CONSTRUCTION, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER
7 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF AU. EXISTING UTILITIES
THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING UNDERGROUND LOCATE AT
1 -800- 424 -5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION WORK
8. IF THE CURRENT WSDOT STANDARD lc" PLANS ARE NOT U1IUZED. THE CONTRACTOR SHALL PROVIDE A TRAFFIC
CONTROL PLAN(S) FOR REVIEW AND APPROVAL BY THE CITY ENGINEER IN ACCORDANCE WITH THE MANUAL ON UNIFORM
TRAFFIC CONTROL DEVICES (MUTCD)
9 THE CONTRACTOR SHALL HAVE A COPY OF THE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TIMES
10 SPECIAL STRUCTURES SHALL BE INSTALLED PER PLANS AND MANUFACTURERS' RECOMMENDATIONS.
11 ALL DISTURBED AREAS SHALL RECEIVE TEMPORARY AND PERMANENT EROSION CONTROL IN THE FORM OF VEGETATION
ESTABLISHMENT SUCH AS GRASS SEEDING A MEANS SHALL BE ESTABUSHED TO PROTECT THE PERMANENT STORM DRAIN
SYSTEM PRIOR TO ESTABLISHMENT OF THE PERMANENT EROSION CONTROL MEASURES. THESE METHODS SHALL BE
INCLUDED IN THE EROSION AND SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 THE CITY OF PORT ANGELES
URBAN SERVICES STANDARDS AND GUIDEUNES
12 CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 AM TO 10 P.M PRIOR WRITTEN APPROVAL OF THE CITY
ENGINEER SHALL BE REQUIRED FOR WORK BETWEEN 10 P M AND 7 AM
13 THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 24 HOURS IN ADVANCE OF THE NEED FOR
AN INSPECTION
14 TRAFFIC AND STREET SIGN SLEEVES TO BE PROVIDED BY THE CITY PRIOR TO POURING CONCRETE, CONTRACTOR
TO CONFIRM SLEEVE LOCATIONS. IF ANY, WITH CITY INSPECTOR
15. PER THE PROVISIONS OF THE CURRENT WSDOT STANDARD SPECIFICATIONS RELATED TO PUBUC CONVENIENCE AND
SAFETY, THE CONTRACTOR SHALL MAINTAIN READY ACCESS TO DRIVEWAYS, HOUSES. AND BUILDINGS ALONG THE UNE OF
WORK
16 A MINIMUM OF ONE WAY TRAVEL THROUGH THE PROJECT AREA SHALL BE MAINTAINED AT ALL TIMES.
17 SHOULD ACCESS TO A PROPERTY ADJOINING THE PROJECT REOUIRE TEMPORARY CLOSURE ANTICIPATED TO HAVE A
DURATION EXCEEDING 15 MINUTES, THE CONTRACTOR SHALL COORDINATE THE TEMPORARY CLOSURE WITH THE PROPERTY
OWNER /RESIDENT A MINIMUM OF 24 HOURS ADVANCE NOTIFICATION SHALL BE PROVIDED TO THE PROPERTY
OWNER /RESIDENT PRIOR TO ANY SUCH TEMPORARY CLOSURE
T -1
1
w
a
cc
3 LL
aQ
I <O
tj co
Z -I o
w~
O 00 1Y
U)F-a
t Z CC L,L-
000
Z II o
I w+
mo
H
U)
1
1
1
1
1
1
1
1
1
1
(1 TIERED RETAINING WALL WITH PEDESTRIAN RAILING
C -1
NOT DRAWN TO SCALE
CONSTRUCTION PLAN GENERAL CONDITIONS:
1 ALL WORKMANSHIP SHALL BE M ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES
STANDARDS AND GUIDELINE, THE 2010 WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE
AND MUNICIPAL CONSTRUCTION AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND
REQUIREMENTS
2 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS
OTHERWISE APPROVED
3 THE CRY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED
FOR AN INSPECTION
4 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING
STREET SIGNS, LIGHTS, UTILITIES AND APPURTENANCES
z
0
1-
O
co 0)
z
0
0 H
0�
0
Z
w
(2" EXISTING SITE CONDITION
C_1 NOT DRAWN TO SCALE
LEGEND
REMOVAL OF EXISTING RETAINING WALL
NOT DRAWN TO SCALE
L. EXISTING FIRE HYDRANT
EXISTING STORM DRAIN
EXISTING MAILBOX
ADJUST WATER METER
3 PROPOSED TIERED RETAINING WALL
EXISTING RETAINING WALL
—W— EXISTING WATERMAIN
JEI EXISTING NATIVE SOIL
PERMEABLE NATIVE BACKFILL
3/4' WASHED DRAIN ROCK
LEVEL PAD 6' CRUSHED ROCK
F_.J MSE RETAINING WALL BLOCKS
TOP SOIL
r.'1 T] EXISTING FAILED RETAINING WALL
SURVEY POINT
0'
1'
TWO INCHES AT FULL SCALE
IF NOT SCALE ACCORDINGLY
2'
C -1
1
1
1
g F
z
a
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
100 NORTH
EDGE
OF
PAVEMENT
(EL 97 40)
98
94
I
92 I 1
III I I
xl TAVATIOM
E I,!
F�C
(70 SLOPE)
0 +00
102
NORTH
100 EDGE OF
PAVEMENT
(EL 9767)
98 2% SLOPE
96
94
92
0 +00
102
0 +00
I.� I I rf,
J 1 I 1= 111 111= 11 =1 I 1 e Tl r I "L 4
OF
I I 1 —I 1=1 1= 111 =1 1 -1 r
MCI I 111- 111 -11=11 H 1 H 11- 11 rF, i r. i. r.
96
"11lE1 1I I Ni i I -11 Ida r r f f �l
111E11 11144
OF EXCAVATION
(70 SLOPE)
NORTH
EDGE OF
100 PAVEMENT
(EL 18 02)
2% SLOPE
98 11
r 2
94
j
I-1
0+05 0 +10 0+15
0 4 RETAINING WALL SECTION STA 9+97
C-2
NATIVE BACKFILL
EXISTING SLOPE
EXISTING NORTH EDGE OF GRASS
PEDESTRIAN RALING
PEDESTRIAN RAILING
92 A El HET
TOP OF r.....r ...QM- RETAINING WALL
(EL 97A)
374' WASHED DRAIN ROCK WRAPPED WITH
GEO•TEXTILE FASIC, TYP
12 MIN, LOW PERMEABLE SOIL
EXISTING SLOPE
EXISTING NORTH{ EDGE OF GRASS
TOP OF PROPOSED RETAINING WALL
(EL 97.4)
314' WASHED DRAIN ROCK WRAPPED WITH
FABIC, TYP
TOP OF
PROPOSED
RETAINING WALL
(EL 924)
TQP OE EXISTING
FAILED WALL
4EL 9661)
PEDESTRIAN RAILING
r MIN LOW PERMEABLE SOIL
EXISTING SLOPE
314• WASHED DRAIN ROCK WRAPPED WTTH
GEO•TExmLE FABIC, TYP
I III
TOP OF PROPOSED
RETAINING WALL
(EL 95 10)
EXISTING GROUND
(EL 62 70)
6• CRUSHED
ROCK LEVELING
PAD, TYP
TOP OF PROPOSED RETAINING WALL
(EL 95 06)
EXISTING GROUND
(EL 9259)
6' CRUSHED ROCK LEVELING PAD, TYP
EXISTING RESIDENTIAL
SIDEWALK
TOP OF PROPOSED RETAINING WALL
(EL 9$ 03)
EXISTING GOUND
(EL 92 63)
0 +05 0 +10 0+15
G2 C RETAINING WALL SECTION STA 9 +76
OF EXCAVATION
(70% SLOPE)
0+05 0 +10 0+15
n RETAINING WALL SECTION- STA 9+97
■Gy
E CRUSHED ROCK LEVELING PAD, TYP
RELOCATE EXISTING POLE
6 FEET NORTH
XISTING RESIDENTIAL
SIDEWALK
Y
0 +20
20+00
20+00
BASE LEVELING PAD NOTES,
1 DE LLH 3E PAD I TO BE
C NSIDUCTED OF CALMED TOP MOSE
ROCK
CR09ED TOP COURSE
ROCK IEYEl41G FAO
[NEMT/YS 195017 *Ir IRR7 Br AMON
2' ALUMINUM ALLOY PIPE (NOMINAL PIPE SIZE)
A
1181181181181111811118118118111181111
1/2' ALUMINUM ALLOY PIPE (NOMINAL PIPE SIZE)
PERMEABLE SOIL, TYP.
A SPHERE 4' IN DIAMETER CANNOT PASS
THROUGH, TYP.
SWOW) 1087
ir
•50000 m'
HMI 8' IWIT I'
*HEW tog to .Karr So b
OP LIE
11DI16 la'
•LEPIk to r/7'
RETAILING WALL NOTES,
D HET/AMMO WALL SHALL NOT EXCEED 25 FEET N HOMO
2) THE PLANTER STRIP SHALL DE AM8IMS19 FEET IN 11110111.
3) LENGTH OF RETADONO WALL SHALL BE
MIT FACE
STANDARD UNIT /BASE PAD ISOMETRIC SECTION VIEW
IgTO RA WNTD SCALE
LEGEND
A EXISTING FIRE HYDRANT
EXISTING STORM DRAIN
EXISTING MAILBOX
ADJUST WATER METER
C PROPOSED TIERED RETAINING WALL
EXISTING RETAINING WALL
EXISTING WATERMAIN
EXISTING NATIVE SOIL
PERMEABLE NATIVE BACIff61
374• WASHED DRAIN ROCK
LEVEL PAD, 6' CRUSHED ROCK
Q MSE RETAINING WALL BLOCKS
TOP SOIL
EXISTING FAILED RETAINING WALL
SURVEY POINT
0
1'
1N'0 INCHES AT FILL SCALE
F NOT SCALE ACCORDINGLY
2'
C -2
W
Q
O
L a
Q
h
a s 3
3 G` c
tO
N
J 1 O
NC kJ
J
CO
v �R
C5 ET
T
aka
C-21 5