HomeMy WebLinkAbout4.659 Original ContractPART I BIDDING REQUIREMENTS
PW 0407_01 Part01 doc [Revised 09/08]
TABLE OF CONTENTS
RACE STREET SLIDE REPAIR
PROJECT NO. TR 01 -10
Paae No(s)_
Advertisements for Bids 1 -3
Information for Bidders 1 -4
Bidder's Checklist 1 -5
Non Collusion Affidavit 1 -6
Bidder's Construction Experience 1 -7
List of Proposed Subcontractors 1 -8
Bid Form 1 -9 -12
Bid Security Transmittal form 1 -13
PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT
Contract 11 -1 -4
Performance and Payment Bond II- 5
Escrow Agreement for Retained Percentage II- 6
Certificate of Insurance (provided by bidder)
PART III AMENDMENTS TO THE STANDARD PLANS AND SPECIFICATIONS
PART IV SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS
PART V ATTACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Request for Information (RFI) and Construction Change Order (CCO) Forms
C. Contractor's Application for Payment Form
D. Request for Approval of Material Form
E. Request to Sublet and Subcontract Certification Forms
F. Any Applicable Permit(s)
G. Project Plans
ADVERTISEMENT FOR BIDS
RACE STREET SLIDE REPAIR
PROJECT TR 01 -10
City of Port Angeles
Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. O. Box
1150, Port Angeles, Washington 98362, until 2:00pm, 2:00pm, August 11, 2010, and not later, and will then
and there be opened and publicly read at that time in the Jack Pittis Conference Room for the construction
of the following improvements:
Landslide repair, including construction and removal of a temporary access road to the toe of
the slide; excavation of a keyway at the toe, construction of the quarry spall rock fill;
installation of 123 linear feet of 12 -inch pipe; and 142 linear feet of 18 -inch HDPE storm
drainage with gabion energy dissipater at the toe of the steep slope.
The time of completion (performance period) for this Project is 30 working days.
Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders
Exchange of Washington, Inc. at http /www.bxwa com Click on: "Posted Projects Public Works "City of
Port Angeles Bidders are encouraged to "Register as a Bidder", in order to receive automatic email
notification of future addenda and to be placed on the "Bidders List Contact the Builders Exchange of
Washington (425- 258 -1303) should you require further assistance. Informational copies of any available
maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works
Engineering Services (360- 417 4700). All questions regarding the plans and specifications shall be
submitted in writing or electronically to Jim Mahlum, at jmahlum @cityofpa us
The City of Port Angeles, in accordance with Title VI of the Civil Rights of 1964, 78 Stat.252, 42 U.S.C.
2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A,
Office of the Secretary Part 21, Non Discrimination in Federally Assisted Programs of the
Department of Transportation, issued pursuant to such Act, hereby notifies all bidders that it will
affirmatively ensure that in any contact entered into pursuant to this advertisement, minority
business enterprises will be afforded full opportunity to submit bids in response to this invitation
and will not be discriminated against on the grounds of race, color, or national origin in
consideration for an award.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this
invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or
handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for
participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the
City for such notification. Further, all bidders are directed to solicit and consider minority and women owned
businesses as potential subcontractors and material suppliers for this project
Glenn A Cutler, P E
Director of Public Works Utilities
Publish. Peninsula Daily News [July 25 and August 11, 2010]
Daily Journal of Commerce: July 26, 2010
Cc: NPBA
PW 0407_01 Part01 doc [Revised 09/08] 1 -3
INFORMATION FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles,
Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through
addendum, and then at said office publicly opened and read aloud.
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS Each bid must be
submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in
conformance with the instructions of the ADVERTISEMENT FOR BIDS.
Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid
prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted.
Only one copy of the Bid Form is required In addition, all other forms included in Part I shall be filled out and completed,
including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be
accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port
Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by
such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with
18.27 RCW.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the
scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date
specified shall not be considered No bidder will be permitted to withdraw its bid between the closing time for receipt of
bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days A
conditional or qualified bid will not be accepted.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the
acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids.
If all bids are rejected, the City may elect to re- advertise for bids. Subject to the foregoing, the contract will be awarded
to the lowest responsible bidder
The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and
shall be completed within the time as stated in the Advertisement for bids
The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the
work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request
The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to
satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the
work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder
The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and
Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s)
shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall
include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them)
The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to
execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit
accompanying the bid shall become the property of the Owner
The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract
signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed
duplicate of the Contract Should the Owner not execute the Contract within such period, the bidder may, by written
notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner.
The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should
there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual
agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar
day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability
on the part of either party All applicable laws, ordinances, and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the Contract throughout
BIDDER'S CHECKLIST
1 Has the Bid Security Transmittal form been completed, either by (1) attaching a bid
deposit in the form of a postal money order, cashier's check or other security and
filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the
proper form and filling out the section of the form below the words "Bid Bond
2. Is the amount of the bid deposit at least five percent (5 of the total amount of the
bid?
3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid
Form?
7. Has the non collusion affidavit been properly executed?
8. Have you shown your contractor's state license number on the Bid Form?
9. Have you included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
9. Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
10. Have you filled out the Bidder's Construction Experience form?
The following forms are to be executed after the Contract is awarded:
A. Contract To be executed by the successful bidder and the City.
B. Performance and Payment Bond To be executed on the form provided by
Owner, by the successful bidder and its surety company. To include name.
contact and phone number, and address of surety and power of attorney of
sianatorv.
C. Insurance certificate(s).
STATE OF WASHINGTON
COUNTY OF
NON- COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith
submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf
of any person not therein named; and (s)he further says that the said bidder has not
directly or indirectly induced or solicited any bidder on the above work or supplies to put in
a sham bid, or any other person or corporation to refrain from bidding, and that said bidder
has not in any manner sought by collusion to secure to him /her self an advantage over any
other bidder or bidders.
Subscribed and sworn to before me this /1 day of
1 -6
/14 /laic
Signature of Bidder /Contractor
A r
r
the
Notary Public in and f
State of Washi ton.
Residing at. ap eG> 19
My Comm. Exp.: 1 1 7
4 v
I Page 8 Non Collusion Affidavit
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
,20/0.
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
1. Name of bidder: !i R that hi U
Registration Number: Iz(FPC9 O,es
2. Permanent main office address: Po gox (70
/ri wA 9PO,3.P
3. When organized: Z009
4. Where incorporated: a/A
5. How many years have you been engaged in the contracting business under your present firm
name? 1
6. Contracts on hand, (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number.
t« a /1..4...(
7. General character of work performed by your company: r< /.4.•
8. Have you ever failed to complete any work awarded to you? n/o
If so, where and why?
9. Have you ever defaulted on a contract? A/o
10. List the more important projects recently completed by your company, stating approximate cost
for each, the month and year completed, contact name and phone number.
ci[ c/%t4.v4
11. List your major equipment available for this contract:
4 F /4d e./
12. Experience of bidder in construction similar to this project in work and importance:
rir c /h, hi
13. Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City? 541
Add separate sheets if necessary.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information
requested by the City of Port Angeles.
Date: y// //0
Bidder's Signature: 0
Print Name: (i»i /4
Title: N»irdee O.,na
1 -7
I Page 9 Bidders Construction Experience
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
Ev
F625- 052.000 (8/97)
F625 052 000 (8/97)
State of PRESORTED
Washington FIRST -CLASS MAIL
U.S. POSTAGE PAID
OLYMPIA WA
PERMIT #312
DEPARTMENT OF LABOR AND INDUSTRIES
PO BOX 44450
OLYMPIA WA 98504 -4450
93f .x B: sV.
SIERRA PACIFIC CONST LLC
PO BOX 620
MAPLE VALLEY WA 98038
T
Detach And Display Certificate
SIERRA PACIFIC CONST LLC
PO BOX 620
MAPLE VALLEY WA 98038
Detach And Display Certificate
SIERRA PACIFIC CONST LLC
PO BOX 620
MAPLE VALLEY WA 98038
DEPARTMENT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BY LAW AS
CONST:CONTR GENERAL
REGIST. #...XP. DATE
CCOI' SIERRPC910R3. ,12/23/2011
EFFECTIVE' DATE• 12/23/2009
REGISTERED AS PROVIDED BY LAW AS
CONST CONTR GENERAL
.REGIST. EXP. DATE
CCOI SIERRPC910R3 12/23/2011
EFFECTIVE DATE 12/23/2009
Stgnattue
Issued by DEPARTMENT OF LABOR AND INDUSTRIES
Please Remove
And Sign
Identification
Card Before
Placing In
Billfold
611"00:-
EMPLOYER: This official certificate of, industrial insurance coverage
is in lieu of a" policy. It remains in effect until your account is officially
closed. There is no limitation of benefits. You are required by law to post
both this certificate and copies of the posters listed below. soon
be receiving 1 copy of each. If you require additional copies, call Labor
and Industries at 360 902 -4817.
Job Safety and Health Protection (available in Spanish)
Your Rights as a Worker/Family Care
Department of Labor Industries Notice to Employees
PO Box 44144
Olympia WA 98504 -4144 WORKER: The employer named below is an insured policyholder with
www.LNI.wa.gov the Washington State Industrial Insurance Trust Fund.
Insurance Services Division
Employer Services
ERTIFICATE OF COVERAGE
UBI* 602 971 303 Policy Effective Date
02/12/10
Location
SIERRA PACIFIC CONSTP,UCTION
2341 -3 SE 225TH ST
MAPLE VALLEY WA 98038- -8419
Employer
SIERRA PACIFIC CONSTRUCTION LL
SIERRA PACIFIC- .CONSTRUCTION
PO BOX_ 620
MAPLE VALLEY WA 938 -0620
*Your Unified Business Identifier is the only number you need to discuss your business account with the Washington state departments of
Revenue, Licensing, Employment Security, Labor and Industries and the Office of the Secretary of State. Other state licenses or registrations
may be required for proper Licensing of your business.
F211 -141- 000 (8/02)
MS Ell 1 I= =II =I Mi 1E1 MI MO =I NM
Business Address:
P.O. Box 620
Maple Valley, WA 98038
UBI 602 971 303 I Lic. SIERRPC910R3
PROJECTS CONTACTS 2010:
Contact Info:
Main: 206.730.8985
Email: bsmith @spccllc.com
Fax: 425.660.4040
1. ES Residence, Hunts Point Includes TESC, structure demolition, clear grub of
20+ large trees, excavation and off haul of 7,500+ CY, backfill of 1,000+ CY and
installation of sewer, storm and domestic water. Approximate value at
$325,000 —began in February of 2010 approximately 90% complete.
a. POC —John Ellingwood 425.827.2189— Bender Chaffey
2. Schwartz Residence, Medina Includes drainage improvements consisting of
piping structures. Project completed in less than 2 weeks. Approximate value
at $30,000 performed in April of 2010 complete.
a. POC —James McNeal 425.518.2510— Bender Chaffey
3. Amamiya Residence, Mercer Island Includes TESC, excavation and off haul of
1,000+ CY on a property located on a steep slope. Includes, backfill, and utilities
complete. Approximate value at $100,000 —began in May of 2010
approximately 50% complete.
a. POC —James McNeal 425.518.2510— Bender Chaffey
4. West Woodland School Renovations, Seattle— Projects consists of installing
TESC, grading an existing play field to accommodate a new running track around
the perimeter. Other scopes include ex and backfill for added site retaining and
seat walls. Approximate value at $50,000 —began and finished in July of 2010.
a. POC —Don Whitehead 425.864.3145— Regency NW
5. AT &T Generator Pad, Redmond Project consists of installing TESC, clear grub,
site demolition, tend haul drilling spoils, excavation, grading gravel base for
final surfacing. Approximate value at $50,000 —set to begin August 2010.
a. POC —Kirk Weinz 425.743- 2756 Modern Sewer
6. Madsen Creek Sediment Basin Cleaning— Project consist of constructing a flow
bypass structure, diverting a creek, draining a basin and rescuing fish, remove
1,000 CY of sediment and final restoration. Approximate value at $30,000 —set
to begin August 2010.
a. POC— Daniel Carey 425.430- 7293 —City of Renton Engineer
Business Address.
P.O. Box 620
Maple Valley, WA 98038
UBI 602 971 303 I Lic. SIERRPC910R3
EQUIPMENT AVAILABLE QTY
RUBBER TIRED LOADERS
Case 580 4x4 Extend -a Hoe 1
Case 721 Loader 1
Case 821 Loader 1
COMPACT EXCAVATOR LOADERS
JD 35 Excavator 1
Hitachi 50 Excavator 2
Komotsu PC78 Excavator 1
Cat 257 Track Loader 3
STANDARD REACH EXCAVATOR
Hitachi EX120 Excavator 2
Cat 315 Excavator 1
Hitachi ZX200 Excavator 1
Hitachi EX300 Excavator 1
Hitachi EX345 Excavator 1
BULLDOZERS
JD 550 Dozer 2
Cat D5 Dozer w /Ripper 1
TRUCKS
Foreman's Pickup 3
Service /Tool Truck 1
Solo Dump Truck -4 Axle 2
Cat 30 Ton Onsite Truck 1
MISC EQUIP
Laymor Sweeper 1
Cat 563 Smooth Drum Roller 1
Screen -It Double Deck 1
SMALL TOOLS ATTACHMENTS
Hydraulic Breaker 1000#
Hydraulic Compactor or Compaction Wheel
Jumping Jack or Plate Compactor
Laser, Pump (2 Chop Saw or Air Test Ball
Portable Concrete Mixer -8HP
Steel Sheets (8' x 10') or (8' x 20')
Tool Box w /Misc Supplies
Sullair 210 Air Compressor w /Air Tools
Grizzly Screen
Contact Info.
Main: 206.730.8985
Email: bsmith @spccllc.com
Fax: 425.660.4040
Business Address:
P.O. Box 620
Maple Valley, WA 98038
Contractor License SIERRPC910R3
Federal Tax ID 27- 1431666
UBI /Sales Tax 602 971 -303
Industrial Insurance 188,403 -00
Employment Security 602667 -00 -5
State Excise Tax 602 971 -303
Reseller Permit A19 5722 11
OldIDYd
CONSTRUCTION
Insurance Agent
Bell Anderson
POC: Karen Padilla
Phone: 253.852.1680
Contact Info:
Main: 206.730.8985
Email: bsmith @spccllc.com
Fax: 425.660.4040
Bonding Agent
Bell Anderson
POC: Glenn Davidson
Phone: 253.852.1680
Address: 724 West Smith St, Kent WA 98035
Surety
CNA Surety
POC: Unknown
Phone: 800.331.6053
Address: PO Box 5077 Sioux Falls, SD 57117 -5077
To Be Submitted with the Bid Proposal
Project Name Ze (4,,/ Ai, ,9,,,. „✓I i' TiQ a -/d
Failure to list subcontractors who are proposed to perform the work of heating, ventilation
and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW will result in your bid being non responsive and therefore
void.
Subcontractor(s) that are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described
in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed
below the subcontractor(s) name.
if no subcontractor is listed below, the bidder acknowledges that it does not intend to use
any subcontractor to perform those items of work.
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
I -8
I Page 10 Subcontractor List
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
z z
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BID FORM
BIDDER: 5tey4 Re. lit 6.7.14vello..) a e C04 to s aro? Pe ?loin
The undersigned, hereinafter called the bidder, declares that the only person(s) interested
in this bid are those named herein; that the bid is in all respects fair and without fraud; and
that it is made without any connection or collusion with any other person making a bid on
this project.
The bidder further declares that it has carefully examined the plan, specifications, and
contract documents, hereinafter referred to as the Project Manual, for the construction of
the proposed project improvement(s); that it has personally inspected the site(s); that it has
satisfied itself as to the types and quantities of materials, the types of equipment, the
conditions of the work involved, including the fact that the description of and the quantities
of work and materials, the types of equipment, the conditions of and the work involved as
included herein, are brief and are intended only to indicate the general nature of the work
and to identify the said quantities with the corresponding requirements of the Project
Manual; and that this bid is made in accordance with the provisions and the terms of the
Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the
interpretation of surface information and has utilized all data which it believes is pertinent
from the City Engineer, hereinafter also referred to as the City or Owner, and such other
source of information as it determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the
LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the
described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the
surety who will provide the performance bond is:
601
Surety
ged Anoleifo el
Agent
101 P4■11;g1 An PO fox WI/ (josh( rdii so 7 Z q a ,r,rp:14 il 14 I
Surety address Agent Address
J.kr-A I Can 331 60/3
Surety Contaceand Phone Number
1-9
ae Avafo" 7C.I. 9'2. /CM
Agent Contact and Phone Number
II Page 11 Bid Form
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale
BID FORM
eOniNiorf /tic stEgivologs
Item
No. Sec No.
1 1-04.4(1) 1
2 1-05.5
3 1 1-09.7 1
4 1-10.5
5 2-02.5
6 2-02.5
7 2-09.5
8 2-09.5
9 4-04.5
10 4-04.5
11 5-04.5
12 7-04.5
13 7-04.5
14 7-04.5
15 7-05.5
16 7-05.5
17 7-08.5
18 7-08.5
19 8-01.5
20 8-04.5
PW 0407_01 Part01.doc [Revised 09/08]
Description of Item
MINOR CHANGE
CONTRACTOR
SURVEYING
MOBILIZATION
PROJECT TEMPORARY
TRAFFIC CONTROL
REMOVAL OF
STRUCTURES AND
OBSTRUCTIONS
ASPHALT CONCRETE
SAWCUTTING
SHORING OR EXTRA
EXCAVATION CLASS B
STRUCTURE
EXCAVATION CLASS B
CRUSHED SURFACING
TOP COARSE
CRUSHED SURFACING
BASE COARSE
HMA CL. 1/2" PG64-22
SOLID WALL PVC STORM
SEWER PIPE 4 IN. DIAM.
HDPE STORM SEWER PIPE
18 IN. DIAM.
CATCH BASIN TYPE 2 48
INCH DIAM. W. TEL
CATCH BASIN TYPE 2 60
INCH DIAM. W. TEE
BANK RUN GRAVEL FOR
TRENCH BACKFILL
STRUCTURE EXCAVA-
TION CLASS B INCL.
HAUL
TEMPORARY EROSION
AND SEDIMENT CONTROL
EXTRUDED CEMENT
CONCREIE CURB
1-3
Estimated
Quantity
1
1
1
150 L.F. z *9'
755
1
16
32
35
75
PROFILE WALL PVC
STORM SEWER PIPE 12 IN. 135
DIAM.
152 L.F.
1
EACH
1 EACH
40 C.Y.
122
1
135
Unit
Price Extended
(Figures) Amount
Units
EST. $10,000 $10,000
7
1 /Z(00
c000 .9/ C000
L.S. to00
2000
L.S.
L.S.
S.F. 3 'Iv
L.S. ZCZO
TONS
TONS
TONS
L.F.
L.F.
ogy
0
co/
Page 12
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale
300
ziC
Z000
I 70 0.
7 0 °0/ foo
go 6 000
r0 aga
70c0 7000
/000
od
C.Y. 70 Z
L.S. litre
L.F. /0 0 //fa
Item
No. Sec No.
Description of Item
21 8 -11.5 REMOVING AND
RESETTING BEAM
GUARDRAIL
22
8 -26.5 ROCK LINED DITCH
23 8 -27.5 GABION BASKET ENERGY
DISSIPATOR
24 8-28.5 TEMPORARY ACCESS
ROAD
25 8 -30.5 QUARRY SPALL
ROCKFILL
Estimated
Quantity Units
50 L.F.
1
1 L.S.
1 L.S.
1800 TONS
NOTE: Per 1- 07.2(1) of the WSDOT Standard Specifications, Rule 171
applies to this project.
Unit
Price
(Figures)
20 3090
Total Bid /Z f 9
'Page 13
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
Extended
Amount
a s
Telephone No.: (206) 7 T0 Pq,f
BID FORM
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). 0 to this
Project Manual. The name of the bidder submitting this bid and its business phone number and
address, to which address all communications concerned with this bid and with the Contract shall
be sent, are listed below.
Bidder's firm name: f 1 P.. (niJevelo.. 4'(
Complete address: PO Ar 670 .✓I 0 k t/.//' Syoiy
(Street address) (State) (Zip)
Current Contractor Registration Number: /E/7/7P(7 /O/l
Current UBI Number: 6029 7/ 303
Current Industrial Insurance Acct. No.: /W I/0.3-00
Current Employment Security Dept. No.: 602667 s
Current State Excise Tax Registration No.: 602-97/-
By signing below the bidder acknowledges it has received any and all Addenda and represents it is
not disqualified from bidding on this Contract.
Signed by: Title: A/6. /i.i
Printed Name: Date: F /i //U
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.
1 -12
Page 14
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
1
1
1
EQD SECURITY TRANSMITTAL .FORME
HerewThfind an executed Bid Bond ora deposit in thaform of a cashiers, check, postal money order. or
other security In lieu of a bid band in the amount of
-which amount is not less thaaftrs (5•S) peecent of the -total bid.
SIGN..HERE
BIDBOND Bond No. 70976839
ALL MEN BY THESE PRESENTS
Sierra Pacific
That we, Construction, LLC a8 pri Western Surety Company as sw are held and
firmly bound unto. the CITY OF PORT ANGELES as Obligee,: in the pepal.sum of 05% Of the tot a
amount bid i elbtrs-,.far the paymerrt.af which the Principal and
the Surety bind themselves, Murk heirs, executers, administrators successors and assigns, jointij►and
severally. by these presents.
The condition of thiis obligation is such that It the ObtiSee•shatl make any award to the Principal for:
RACE STi EETSLIDE REPAIR
PROJECT (i10.1R0i.10
according to the term:rof the bid made't'iy the Principal,.and,the Principal shall dyty makerand'antar into a
contract With the Obligee in accordance with the flume bt taald bid and award and shall giya.bond for the
faithful perforMaticethareot, r�a AkgetY or 4 iratisa.approvpd isyr The Obrteei arjf the Principal Shen, in rage
of. failure so to do, pa rattdtbfteitto the Obligee the.penal anteing of the csitepec$ tj in the
advertisernettt for bids, then this obligation abrytl he null and, i of se if l be.auati rannaira in full force
and effect and tt* Si ety shalt fonifyiiet pay and to deittr 1heO �bil a „as penalty kinidared 41110004
the amour Of this bond.
SIGNED, SEALED AND D"A1TED'rHiRl 1 thday of August ,.2010
Principal Sierra Pacific Construction, LLC
Western Surety Company Bell- Anderson Agency, Inc
Sure Agent
W thrJ4L. P 0 Box 887
Glenn F` )avjgson, Attorney- in -ract
r u ti0X SOti'. Sioux rails tit.) h f11
Surety address
Dan Lund 1 800 331 6053
Surety Contact and Phone Number
Dated:
Reoeived'retrlrn of deposit in the sum of
1-13
d ent, WA 98035
Agent Address.
Glenn F. Davidson 253 458 2252
Agent Contact-and Phone Number
Page 15 Bid Security Transmittal Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.boava.com Always Verify Scale
Know All'•Ien By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Glenn F Davidson, James H Frost, Lorna F Williams, Ann Bosik, Carmen Meyers, Gay
Stricker, Individually
of Kent, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 21st day of February, 2002
State of South Dakota
County of Minnehaha
On this 21st day of February, 2002, before me personally came Stephen T Pate, to me known, who, being by me duly sworn, did depose and say that
he resides in the City of Sioux Falls, State of South Dakota, that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the said instrument is such corporate seal, that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation
My commission expires
October 22, 2005
Form F4280 -01.02
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
ss
r ti+
J MOHR I
NOTARY PUBLIC SEAL J
i c'3 SOUTH DAKOTA
j
f My Commissuon Ecpues 10.22 -2005 j
In Unlimited Amounts
CERTIFICATE
WESTERN SURETY COMPANY
Paul rBruflat, Senior Vice President
7 y 9 4
Mohr, Notary Public
1, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney heretnabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 11th day of August 2010
WESTERN SURETY COMPANY
241411
L Nelson, Assistant Secretary
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders
of the Company
Section 7 All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation The signature of any such officer and the corporate seal may be printed by facsimile
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
r
WITNESSETH:
PUBLIC WORKS CONTRACT
This Contract is made and entered into in duplicate this Zf day of 4,,t✓s1 ,ZV',, by and
between the City of Port An eles, a non charter code city of the State of Washington, hereinafter referred
to as "the City," and Sit," R. ii:I 4„11,,,<
a 4111 rift! r hereinafter referred to as "the Contractor."
Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring
specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein,
the parties hereto agree as follows:
1. Scone of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Race Street Slide Repair, Project TR01 -10
in accordance with and as described in Section 1 -01.3 of the Washington State Department of
Transportation Standard Specifications, and shall perform any alterations in or additions to the work
provided under this Contract and every part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing the
work provided for in this Contract, except as may otherwise be provided in the Project Manual.
2. Time for Performance
Time is of the essence in the performance of this Contract and in adhering to the time frames
specified herein. The Contractor shall commence work within ten (10) calendar days after notice to
proceed from the City, and said work shall be physically completed within Forty-Five (45) working days
after said notice to proceed, unless a different time frame is expressly provided in writing by the City.
3. Compensation and Method of Payment.
A. The City shall pay the Contractor for work performed under this Contract as detailed in
the bid, as incorporated in the Project Manual.
B. Payments for work provided hereunder shall be made following the performance of such
work, unless otherwise permitted by law and approved in writing by the City. No
payment shall be made for any work rendered by the Contractor except as identified and
set forth in this Contract.
CITY OF PORT ANGELES
Project No 08 -06 II -1 March 2010
C. Progress payments shall be based on the timely submittal by the Contractor of the City's
standard payment request form.
D. Payments for any alterations in or additions to the work provided under this Contract
shall be in accordance with the Request For Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval of
the RFI and /or CCO, the Contractor shall submit the standard payment request form(s).
E. The Contractor shall submit payment requests with a completed Application for Payment
form, an example of which is included in the Attachments to this Contract. This form
includes a lien waiver certification and shall be notarized before submission. Applications
for payment not signed or notarized shall be considered incomplete and ineligible for
payment consideration. The City shall initiate authorization for payment after receipt of a
satisfactorily completed payment request form and shall make payment to the Contractor
within approximately thirty (30) days thereafter.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No agent,
employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant,
or representative of the City, and the employees of the Contractor are not entitled to any of the benefits
the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and
the acts of its agents, employees, servants, subcontractors, or representatives during the performance of
this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all
federal, state, and local taxes or contributions imposed or required, including, but not limited to,
unemployment insurance, workers compensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall document compliance with applicable prevailing wage requirements of the
Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter
296 -127 WAC and shall file with the City appropriate affidavits, certificates, and/or statements of
compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates
For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the
Department of Labor Industries and are included as an Attachment to this Contract. The Contractor
shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing
wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials,
employees, and volunteers against and from any and all claims, injuries, damages, losses,
or lawsuits, including attorney fees, arising out of or in connection with the performance
of this Contract, except for injuries and damages caused by the sole negligence of the
City. It is further provided that no liability shall attach to the City by reason of entering
into this Contract, except as expressly provided herein.
B. Should a court of competent jurisdiction determine that this Contract is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons
or damages to property caused by or resulting from the concurrent negligence of the
Contractor and the City, its officers, officials, employees, and volunteers, the
CITY OF PORT ANGELES
Project No 08 -06
II -2 March 2010
7. Insurance.
8. Compliance with Laws.
9. Non Discrimination.
10. Assignment.
CITY OF PORT ANGELES
Project No 08 -06
Contractor's liability hereunder shall be only to the extent of the Contractor's negligence.
It is further specifically and expressly understood that the indemnification provided
herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title
51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Contract.
The insurance coverage shall be in accordance with and as described in the Washington State
Department of Transportation Standard Specifications Division 1- 07.18.
A. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the
amendatory endorsements, including but not limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before
commencement of the work.
B. Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall
furnish separate certificates and endorsements for each subcontractor. All coverages for
subcontractors shall be subject to all of the same insurance requirements as stated herein
for the Contractor.
A. The Contractor shall comply with all applicable federal, state, and local laws, including
regulations for licensing, certification, and operation of facilities and programs, and
accreditation and licensing of individuals, and any other standards or criteria as set forth
in the Project Manual.
B. The Contractor shall pay any applicable business and permit fees and taxes which may be
required for the performance of the work.
C. The Contractor shall comply with all legal and permitting requirements as set forth in the
Project Manual.
Non discrimination shall be in accordance with and as described in the Washington State
Department of Transportation Standard Specifications and the Special Provisions Division 1- 07.11.
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.
II -3 March 2010
11. Contract Administration.
This Contract shall be administered by "Wei. 5,.,.!! on behalf of the Contractor
and by James M. Mahlum. Proiect Manager on behalf of the City. Any written notices required
by the terms of this Contract shall be served or mailed to the following addresses:
Contractor: City:
n
Pe /30x 6Z0
#'/1 ...,A Ct 703f
12. Interpretation and Venue.
This Contract shall be interpreted and construed in accordance with the laws of the State of
Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam
County, Washington.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day
and year first set forth above.
CONTRACTOR:
Title:
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.
/".ct,Frt
Name of Contractor
By:
CITY OF PORT ANGELES
Project No 08 -06 II -4
CITY OF PORT ANGELES:
Ap/roved as to Form:
Attest:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, WA 98362 -0217
orney
at 464 t 6./914t
March 2010
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, Sierra Pacific Construction, LLC as Principal, and
Western Surety Company a corporation, organized and existing under the laws of the State
of Washington as a surety corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally
held and firmly bound to the City of Port Angeles in the penal sum of 129.999.00
for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or
personal representatives, as the case may be. `Surety organized and existing under the Laws of the State of South Dakota
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of
the City of Port Angeles,
Dated at Kent Washington, this 25thday of August ,2o10
The conditions of the above obligation are such that: Sierra Pacific
WHEREAS, the City of Port Angeles has let or is about to let to the said Construction. LLC the
above bounded Principal, a certain contract, the said contract being numbered TR01 -10 and providing
for Race Street Slide Reoair (which contract is referred to herein and is made a part hereof as though
attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to
perform the work therein provided for in the manner and within the time set forth; now, therefore,
If the said Principal, Sierra Pacific Construction. LLC shall faithfully perform all of the
provisions of said contract in the manner and within the time therein set forth, or within such extensions of
time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and
materialmen, and all persons who shall supply said Principal or subcontractors with provisions and
supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless
from any damage or expense by reason of failure of performance as specified in said contract or from
defects appearing or developing in the material or workmanship provided or performed under said
contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in
that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect.
Signed this 25th day of August
Western Surety Company
Surety
By
Glenn F. Davidson, Attorney -in -Fact
Title
P 0 Box 5077. Sioux Falls. SD 57117
Surety Address
Daniel J. Lund 800-331-6053
Surety Contact and Phone Number
CITY OF PORT ANGELES
Project No 06 -21
CONTRACT BOND
Bond to the City of Port Angeles Bond 70978104
2 01 0
11-5
Sierra Pacific Construction, LLC
Principal
By
Brian Smith, Managing Member
Title
P 0 Box 887. Kent. WA 98035
Agent Address
Glenn F. Davidson 253 458 -2252
Agent Contact and Phone Number
Page 21 Contract Bond
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale
May 2008
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Glenn F Davidson, James H Frost, Lorna F Williams, Ann Bosik, Carmen Meyers, Gay
Stricker, Individually
of Kent, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
In Unlimited Amounts
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 21st day of February, 2002
State of South Dakota
County of Minnehaha
On this 21st day of February, 2002, before me personally came Stephen T Pate, to me known, who, being by me duly sworn, did depose and say that
he resides in the City of Sioux Falls, State of South Dakota, that he is the Senior Vice President of WESTERN SURETY COMPANY described in and
which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the said instrument is such corporate seal, that it was
so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation
My commission expires
October 22, 2005
Form F4280 -01 -02
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
ss
Western Surety Company
4.00.0..00.
J MOHR
NOTARY PUBLIC
SOUTH DAKOTA
My Commission Ezp¢es 10-22.2005
.014. soossyssasso.
CERTIFICATE
WESTERN SURETY COMPANY
7
J Mohr, Notary Public
WESTERN SURETY COMPANY
Paul "Bruflat, Senior Vice President
I, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 25th day of August 2010
24 1114LirrtY
L Nelson, Assistant Secretary
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders
of the Company
Section 7 All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation The signature of any such officer and the corporate seal may be printed by facsimile
1
1
1
S C
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
NSU NCE
c
PRODUCER
Bell- Anderson Ins. Kent C/L
P. 0. Box 887
724 West Smith St.
Kent, WA 98035 -0887
INSURED
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR Fµ�DD'
LTR INSR
A
A
A
TYPE OF INSURANCE POLICY NUMBER
GENERAL LIABILITY BRO54342003
X COMMERCIAL GENERAL LIABILITY
I CLAIMS MADE X OCCUR
X I PD Ded:1,000 PERSONAL ADV INJURY
GENERAL AGGREGATE
PRODUCTS COMP /OP AGG
X
X
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY n TER n LOC
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
Sierra Pacific Construction, LLC
PO Box 620
Maple Valley, WA 98038
GARAGE LIABILITY
ANY AUTO
EXCESS UMBRELLA LIABILITY
X I OCCUR
X
WORKERS COMPENSATION AND CT054342003
EMPLOYERS' LIABILITY
A ANY PROPRIETOR/PARTNER /EXECUTIVE n WA Stop Gap
OFFICER/MEMBER EXCLUDED'?
(mandatory in NH)
If yes, describe under
SPECIAL PROVISIONS below
OTHER
CERTIFICATE HOLDER
CLAIMS MADE
DEDUCTIBLE
RETENTION 10000
City of Port Angeles
321 E 5th St
Port Angeles, WA 98362
Client 61663
BA054342003
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE NAIC
INSURER A The Ohio Casualty Insurance Co.
INSURER B
INSURER C
I INSURER D
INSURER E
POLICY EFFECTIVE POLICY I DATE (MMIDD /YYYYI I DATE MM DD/YYY I
12/22/2009 12/22/2010
04/23/2010 12/22/2010
USO54342003 08/10/2010 12/22/2010
12/22/2009 12/22/2010
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
P 49 Oak,
SIERPACI
EACH OCCURRENCE
DAMAGE TO RENTED
PRFMISFS (Fa occurrence)
I MED EXP (Any one person)
COMBINED SINGLE LIMIT
(Ea accident)
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
OTHER THAN
AUTO ONLY
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS
RE: Race Street Slide repair
Certificate Holder is an additional insured for general liability, but only if required by written contract
or written agreement per General Liability Master Pak Blanket Additional Insured provision CG84151203.
Waiver of Transfer of Rights of Recovery Against Others per General Liability Master Pack CG84151203.
(See Attached Descriptions)
ACORD 25 (2009/01) 1 of 3 #5278284/M278283
The ACORD name and logo are registered marks of ACORD KLP
LIMIT
$2.000.000
$100.000
$10,000
$1,000,000
$2,000,000
$2,000,000
$1,000,000
TORY IMITS I IO FR
E L EACH ACCIDENT
I E L DISEASE EA EMPLOYEE
I E L DISEASE POLICY LIMIT
PROPERTY DAMAGE
(Per accident)
AUTO ONLY EA ACCIDENT I
EA ACC I
AGG I
I EACH OCCURRENCE $2,000,000
I AGGREGATE $2,000,000
DATE (MM /DD/YYYY)
08/25/2010
$1,000,000
$1,000,000
$1,000,000
CANCELLATION 10 Days for Non Paym
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSU WI E NDEAV O R T O MA IL d5 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
1988 -2009 ACORD CORPORATION. All rights reserved.
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s)
ACORD 25 (2009/01) 2 of 3 #S278284/M278283
IMPORTANT
DISCLAIMER
The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon
a.
AMS 25.3 (2009/01) 3 of 3 #S278284/M278283
DESCRIPTIONS (Continued from Page 1)
General Liability coverage provided to the Certificate Holder will be Primary and Non Contributory per
General Liability Master Pak CG84151203.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
CG 84 15 12 03
GENERAL LIABILITY
MASTER PAK
FOR ARTISAN CONTRACTORS
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY
CG 84 15 12 03
INDEX
SUBJECT PAGE
BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2
FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3
NON -OWNED WATERCRAFT 4
SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4
PERSONAL AND ADVERTISING INJURY ELECTRONIC PUBLICATION EXTENSION 5
AGGREGATE LIMITS (PER LOCATION) 5
AGGREGATE LIMITS (PER PROJECT) 5
VOLUNTARY PROPERTY DAMAGE COVERAGE 6
OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6
NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7
DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7
BODILY INJURY (MENTAL ANGUISH) 8
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8
MEDICAL PAYMENTS 8
CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION (JOB SITE) 8
Includes copyrighted material of ISO Properties, Inc with its permission
ISO Properties, Inc 2003 Page 1 of 8
1. BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors)
(Includes a Primary/Non Contributory provision)
Who Is An Insured Section II is amended to include as an insured any person or organization whom you are required
to name as an additional insured on this policy in a written contract or written agreement The written contract or written
agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the
"bodily injury," "property damage" or "personal and advertising injury
The insurance provided the additional insured is limited as follows
A. The person or organization is only an additional insured with respect to liability
1. Arising out of real property, as described in a written contract or written agreement, that you own, rent,
lease or occupy, or
2. Caused in whole or in part by your ongoing operations performed for that insured
The insurance provided the additional insured in 1.A.2 above does not apply to
CG 84 15 12 03
a. Coverage A Bodily Injury and Property Damage Liability, Coverage B Personal and
Advertising Injury Liability or defense coverage under the Supplementary Payments arising
out of an architect's, engineer's or surveyor's rendering of or failure to render any professional
services including
(1) The preparing, approving, or failing to prepare or approve maps, shop drawings,
opinions, reports, surveys, field orders, change orders or drawings and specifications,
and
(2) Supervisory, inspection, architectural or engineering activities
b. "Bodily injury" or "property damage" occurring after
CO
All work, including materials, parts or equipment furnished in connection with such work,
on the project (other than service, maintenance or repairs) were performed by or on
behalf of the additional insured(s) at the site where the covered operations have been
completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or
subcontractor engaged in performing operations for a principal as part of the same
project
B. The limits of insurance applicable to the additional insured are those specified in a written contract or written
agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III
Limits Of Insurance of this policy, whichever are less These limits are inclusive of and not in addition to the
limits of insurance available under this policy.
C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of
the additional insured
Includes copyrighted material of ISO Properties, Inc with its permission
ISO Properties, Inc 2003 Page 2 of 8
CG 84 15 12 03
D. As respects the coverage provided to the additional insured under this endorsement, Section IV- Conditions is
amended as follows.
1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit
An additional insured under this endorsement will as soon as practicable
a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit"
under this insurance to us,
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have
insurance available to the additional insured, and
c. Agree to make available any other insurance which the additional insured has for a loss
we cover under this Coverage Part
2. The following is added to Condition 3. Legal Action Against Us
We have no duty to defend or indemnify an additional insured under this endorsement until we receive
written notice of a claim or "suit" from the additional insured
3. The following is added to Paragraph a Primary Insurance of Condition 4. Other Insurance
If the additional insured's policy has an Other Insurance provision making its policy excess, and a
Named Insured has agreed in a written contract or written agreement to provide the additional insured
coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek
contribution from the additional insured's policy for damages we cover
4. The following is added to Paragraph b Excess Insurance of Condition 4. Other Insurance
Except as provided in Paragraph 4.a Primary Insurance as amended above, any coverage provided
hereunder shall be excess over any other valid and collectible insurance available to the additional
insured whether primary, excess, contingent or on any other basis In the event an additional insured has
other coverage available for an "occurrence" by virtue of also being an additional insured on other
policies, this insurance is excess over those other policies
2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT
If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following
applies
A. The last paragraph of 2 Exclusions of Section I Coverage A is replaced by the following
If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not
apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or
temporarily occupied by you with permission of the owner A separate limit of insurance applies to this
coverage as described in Section III Limits Of Insurance.
Includes copyrighted material of ISO Properties, Inc with its permission
ISO Properties, Inc 2003 Page 3 of 8
CG 84 15 12 03
B. Paragraph 6. of Section III Limits Of Insurance is replaced by the following
6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of
Limits and Charges section of this policy is the most we will pay under Coverage A for damages
because of "property damage" to premises rented to you or temporarily occupied by you with the
permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage
incident
C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV Conditions) is replaced by the
following
(1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or
temporarily occupied by you with the permission of the owner,
D. Paragraph 9.a of the definition of "insured contract" in Section V- Definitions is replaced by the
following
9. "Insured contract" means
a. A contract for the lease of premises However, that portion of the contract for a lease of
premises that indemnifies any person or organization for damages by fire, lightning,
"explosion" or sprinkler leakage to premises while rented to you or temporarily occupied
by you with the permission of the owner is not an "insured contract
E. The following definition is added to Section V Definitions
"Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of
material and evidence of the scattering of debris to locations further than would have resulted by gravity
alone
"Explosion" does not include any of the following
1. Artificially generated electrical current including electrical arcing that disturbs electrical
devices, appliances or wires,
2. Rupture or bursting of water pipes,
3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or
leased by you, or operated under your control, or
4. Rupture or bursting caused by centrifugal force
3. NON -OWNED WATERCRAFT
Subparagraph g.(2) of Paragraph 2., Exclusions of Section I Coverage A is replaced by the following
(2) A watercraft you do not own that is
(a) Less than 51 feet long, and
(b) Not being used to carry persons or property for a charge,
4. SUPPLEMENTARY PAYMENTS
In the Supplementary Payments Coverages A and B provision
The limit for the cost of bail bonds in Paragraph 1.b is changed from $250 to $1000.
Includes copyrighted material of ISO Properties, Inc with its permission
ISO Properties, Inc 2003 Page 4 of 8
5. PERSONAL AND ADVERTISING INJURY ELECTRONIC PUBLICATION EXTENSION
Paragraphs 14.b., d. and e. of Section V Definitions are replaced by the following
b. Malicious prosecution or abuse of process,
CG 84 15 12 03
d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or
organization or disparages a person's or organization's goods, products or services,
e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of
privacy,
The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V Definitions
h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but
only if such discrimination or humiliation is
(1) Not done intentionally by or at the direction of
(a) An insured, or
(b) Any "executive officer" director, stockholder, partner or member of the insured, and
(2) Not directly or indirectly related to the employment, prospective employment or termination of
employment of any person or persons by any insured
Subparagraphs b and c of 2 Exclusions of Section I Coverage B Personal And Advertising Injury Liability are
replaced by the following
b. Material Published With Knowledge Of Falsity
"Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic
publication of material, if done by or at the direction of the insured with knowledge of its falsity,
c. Material Published Prior To Policy Period
"Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic
publication of material whose first publication took place before the beginning of the policy period,
6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION)
The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations"
owned by or rented to you or temporarily occupied by you with the permission of the owner
"Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a
street, roadway, waterway or right -of -way of a railroad
7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT)
The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your projects away
from premises owned by or rented to you
Includes copyrighted material of ISO Properties, Inc., with its permission
ISO Properties, Inc 2003 Page 5 of 8
8. VOLUNTARY PROPERTY DAMAGE COVERAGE
At your request, we will pay for "loss" to property of others caused by your business operations The most we will pay for
this coverage is $500 each "occurrence The "loss" must occur during the policy period The "occurrence" must take
place in the "coverage territory"
CG 84 15 12 03
"Loss" means unintended damage or destruction "Loss" does not mean disappearance, abstraction or theft
This coverage does not apply to
1. Damage arising out of the use of any "auto
2. Property you own, occupy, rent or lease from others, or
3. Property on your premises for sale, service, repair or storage
None of the other policy exclusions apply to this coverage
If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible
shall apply to Voluntary Property Damage The limit of coverage stated above shall not be reduced by the amount of this
deductible
9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE
A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to
personal property of others while in your or your "employees" care, custody or control or real property of others
over which you or your "employees" are exercising physical control if the "property damage" arises out of your
business operations This Coverage is subject to sections B., C., D and E. below
B. Exclusions
This insurance shall not apply to
1. "Property damage" of property at premises owned, rented, leased, operated or used by you;
2. "Property damage" of property while in transit,
3. The cost of repairing or replacing
(a) Any of your work defectively or incorrectly done by you or by others on your behalf, or
(b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused
directly by you after delivery of the product or completion of the work and resulting from a
subsequent undertaking, or
4. "Property damage" of property caused by or arising out of the "products- completed operations hazard"
C. Limits Of Insurance The most we will pay for "property damage" under this Section 9 is $25,000 for each
"occurrence" The most we will pay for the sum of all damages covered under this Section 9 because of
"property damage" is an annual aggregate limit of $25,000
The Limits Of Insurance provided under this Section 9 are inclusive of and not in addition to any other limits provided
in the policy or endorsements attached to it
D. Deductible We will not pay for "property damage" in any one "occurrence" until the amount of "property
damage" exceeds $250 If the policy to which this endorsement is attached contains a "property damage"
deductible, that deductible shall apply if it is greater than $250
E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the
property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or
overhead charges
Includes copyrighted material of ISO Properties, Inc with its permission
ISO Properties, Inc 2003 Page 6 of 8
10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS
A. Paragraph 4 of Section II Who Is An Insured is deleted and replaced by the following
CG 84 15 12 03
4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual
state of the United States of America over which you maintain majority ownership interest exceeding fifty
percent Such acquired or newly formed organization will qualify as a Named Insured if there is no
similar insurance available to that entity However
a. Coverage under this provision applies only until the expiration of the policy period in which the
entity was acquired or incorporated or organized by you
b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity
was acquired or incorporated or organized by you
c. Coverage B does not apply to "personal and advertising injury' arising out of an offense
committed before the entity was acquired or incorporated or organized by you
d. Records and descriptions of operations must be maintained by the first Named Insured
B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by
provisions of the Coverage Part or by other endorsement(s) attached to it
11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
A. The requirements in Section IV Conditions, Paragraph 2.a that you must see to it that we are notified of an
"occurrence" applies only when the "occurrence" is known to
1. You, if you are an individual,
2. A partner, if you are a partnership,
3. A member or manager, if you are a limited liability company,
4. An executive officer or designee, if you are a corporation,
5. A trustee, if you are a trust, or
6. A designee, if you are any other type of organization
B. The requirements in Section IV Conditions Paragraph 2.b that you must see to it that we receive written
notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is
known to
1. You, if you are an individual,
2. A partner, if you are a partnership,
3. A member or manager if you are a limited liability company,
4. An executive officer or designee, if you are a corporation,
5. A trustee, if you are a trust, or
6. A designee, if you are any other type of organization.
Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself
constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or
"em ployee"
Includes copyrighted material of ISO Properties, Inc with its permission
ISO Properties, Inc 2003 Page 7 of 8
12. BODILY INJURY
Paragraph 3. of the definition of "bodily injury" in the Section V Definitions is replaced by the following
3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish
or death resulting from any of these at any time
13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
We have the right to recover our payments from anyone liable for an injury covered by this policy We will not enforce
our right against any person or organization for whom you perform work under a written contract that requires you to
obtain this agreement from us
This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement
14. MEDICAL PAYMENTS
If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be
the greater of
15. CONTRACTORS AMENDMENT OF POLLUTION EXCLUSION (JOB SITES)
The following is added to Subparagraph f.(1)(d) of Paragraph 2., Exclusion f. of Section I.
CG 84 16 12 03
A. $10,000, or
B. The amount shown in the Declarations
(iv) "Bodily injury" or "property damage" to tangible property sustained outside a building and caused by the
release of "pollutants" brought to any premises, site or location in connection with operations being
performed by you or on your behalf by a contractor or subcontractor
As used in this endorsement, the release of "pollutants"
(aa) Begins on a clearly identifiable specific day during the policy period and ends in its entirety not
later than seventy -two (72) hours thereafter,
(bb) Is discovered and reported to us within fifteen (15) days of the specific day it begins,
(cc) Is neither expected nor intended from the standpoint of any insured,
(dd) Is unrelated to any previous discharge, dispersal, seepage, migration, release or escape, and
(ee) Does not originate at or from a storage tank or other container, duct or piping which is below the
surface of the ground or water or which at any time has been buried under the surface of the
ground or water and then is subsequently exposed by erosion, excavation or any other means
As used in this endorsement, tangible property does not include water or land, which is below ground level or not
Coverage provided hereunder does not apply to any discharge, dispersal, seepage, migration, release or escape that is
merely threatened or alleged rather than shown to have actually occurred
All other terms and conditions of your policy remain unchanged
Includes copyrighted material of ISO Properties, Inc with its permission
ISO Properties, Inc 2003 Page 8 of 8
PART III
AMENDMENTS TO THE STANDARD PLANS
AND SPECIFICATIONS
1
I 1 INTRO.AP1
2 INTRODUCTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2010 Standard Specifications for Road, Bndge, and Municipal Construction.
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract
9 and supersede any conflicting provisions of the Standard Specifications. For informational
10 purposes, the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 02.AP1
17 SECTION 1 -02, BID PROCEDURES AND CONDITIONS
18 January 4, 2010
19 1 -02.7 Bid Deposit
20 In the first paragraph, the third sentence is revised to read:
21
22 For projects scheduled for bid opening in Olympia, the proposal bond may be in hard
23 copy or electronic format via Surety2000.com or Insurevision.com and BidX.com.
24
25 1 -02.9 Delivery of Proposal
26 In the first paragraph, the first sentence is revised to read:
27
28 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and
29 submitted in the envelope provided with it, or electronically via Expedite software and
30 BidX.com at the location and time identified in Section 1- 02.12.
31
32 The following new paragraph is inserted after the first paragraph:
33
34 For projects scheduled for bid opening in the Region, each Proposal shall be sealed
35 and submitted in the envelope provided with it, at the location and time identified in
36 Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper
37 handling and delivery.
38
39 06.AP1
40 SECTION 1 -06, CONTROL OF MATERIALS
41 January 4, 2010
42 1 -06.1 Approval of Materials Prior to Use
43 This section is supplemented with the following new sub section:
44
45 1- 06.1(4) Fabrication Inspection Expense
46 In the event the Contractor elects to have items fabricated beyond 300 miles from
47 Seattle, Washington the Contracting Agency will deduct from payment due the
48 Contractor costs to perform fabrication inspection on the following items:
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
Steel Bridges and Steel Bridge components
Cantilever Sign Structures and Sign Bridges
Cylindrical, Disc, Pin, and Spherical Bearings
Modular Expansion Joints
Additional items as may be determined by the Engineer.
The deductions for fabrication inspection costs will be as shown in the Payment Table
below.
I
Reduction in Payment I
None
$700.00 per `inspection day
$1,000 per *inspection day,
but not less than $2,500 per
trip
*Note An inspection day includes any calendar day or portion of a calendar
day spent inspecting at or traveling to and from a place of fabrication.
Zone
1
Place of Fabrication
Within 300 airline miles
from Seattle
2 Between 300 and 3,000
airline miles from Seattle
3 Over 3,000 airline miles
from Seattle
Where fabrication of an item takes place in more than one zone, the reduction in
payment will be computed on the basis of the entire item being fabricated in the furthest
of zones where any fabrication takes place on that item.
The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication
inspection activities to include but not limited to; plant approvals, prefabrication
meetings, fabrication, coatings and final inspection.
07.AP1
SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
January 4, 2010
25 1- 07.16(2) Vegetation Protection and Restoration
26 The second paragraph is revised to read:
27
28
29
30
31
32
33
34 The third paragraph is revised to read:
35
36
37
38
39
40
41
Damage which may require replacement of vegetation includes torn bark stripping,
broken branches, exposed root systems, cut root systems, poisoned root systems,
compaction of surface soil and roots, puncture wounds, drastic reduction of surface
roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to
the location that may jeopardize the survival or health of the vegetation to be preserved.
When large roots of trees designated to be saved are exposed by the Contractor's
operation, they shall be wrapped with heavy, moist material such as burlap or canvas
for protection and to prevent excessive drying. The material shall be kept moist and
securely fastened until the roots are covered to finish grade. All material and fastening
material shall be removed from the roots before covering. All roots 1 -inch or larger in
diameter, which are damaged, shall be pruned with a sharp saw or pruning shear
2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no
2 additional cost to the Contracting Agency.
3
4 The fourth paragraph is revised to read:
5
6 Any pruning activity required to complete the Work as specified shall be performed by a
7 Certified Arborist as designated by the Engineer.
8
9 09.AP1
10 SECTION 1 -09, MEASUREMENT AND PAYMENT
11 January 4, 2010
12 1 -09.9 Payments
13 The first paragraph is revised to read:
14
15 The basis of payment will be the actual quantities of Work performed according to the
16 Contract and as specified for payment.
17
18 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the
19 Project Engineer to determine the Work performed on a monthly basis. Lump sum item
20 breakdowns shall be submitted prior to the first progress payment that includes payment
21 for the Bid Item in question. A breakdown is not required for lump sum items that
22 include a basis for incremental payments as part of the respective Specification. Absent
23 a lump sum breakdown the Project Engineer will make a determination based on
24 information available. The Project Engineer's determination of the cost of work shall be
25 final.
26
27 In the third paragraph, the second sentence is deleted.
28
29 10.AP1
30 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL
31 January 4, 2010
32 In Division 1 -10, all references to "truck mounted" are revised to read "transportable
33
34 1 10.2(3) Conformance to Established Standards
35 In the fifth paragraph, the reference "(TMA's)" is deleted.
36
37 1 10.3(2)C Lane Closure Setup/ Takedown
38 In the second paragraph, the reference to "TMA/arrow board" is revised to read
39 "transportable attenuator /arrow board
40
41 1 10.3(3)J Truck Mounted Attenuator
42 The title for this section is revised to read:
43
44 1 10.3(3)J Transportable Attenuator
45
46 In the second and fourth paragraphs, the references to "TMA" are revised to read
47 "Transportable Attenuator".
48
49 In the first paragraph, the first sentence is revised to read:
3
1
2 Where shown on an approved traffic control plan or where ordered by the Engineer, the
3 Contractor shall provide, operate, and maintain transportable impact attenuators as
4 required in Section 9- 35.12.
5
6 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's
7
8 1 10.4(2) Item Bids with Lump Sum for Incidentals
9 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable
10 Attenuator(s)".
11
12 In the eighth paragraph, the first sentence is revised to read:
13
14 "Transportable Attenuator" will be measured per each one time only for each host
15 vehicle with mounted or attached impact attenuator used on the project.
16
17 In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with
18 "transportable attenuator
19
20 1 10.5(2) Item Bids with Lump Sum for Incidentals
21 All references to "truck mounted impact attenuator(s)" are revised to read "transportable
22 attenuator(s)".
23
24 02.AP2
25 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
26 January 4, 2010
27 2 -02.3 Construction Requirements
28 The fourth paragraph is revised to read:
29
30 The Contractor may dispose of waste material in Contracting Agency owned sites if the
31 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange
32 to dispose of waste at no expense to the Contracting Agency and the disposal shall
33 meet the requirements of Section 2- 03.3(7)C.
34
35 01.AP5
36 SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION
37 January 4, 2010
38 5 -01.2 Materials
39 The referenced section for the following item is revised to read:
40
41 Dowel Bars 9- 07.5(1)
42
43 02.AP6
44 SECTION 6 -02, CONCRETE STRUCTURES
45 January 4, 2010
46 6- 02.3(6) Placing Concrete
47 The third paragraph is revised to read:
48
4
1 All foundations, forms, and contacting concrete surfaces shall be moistened with water
2 just before the concrete is placed. Any standing water on the foundation, on the
3 concrete surface, or in the form shall be removed.
4
5 6 02.3(10)D Concrete Placement, Finishing, and Texturing
6 The following paragraph is inserted at the beginning of this section:
7
8 Before placing bridge approach slab concrete, the subgrade shall be constructed in
9 accordance with Sections 2 -06 and 5- 05.3(6).
10
11 6 02.3(17)F Bracing
12 Under the heading "Temporary Bracing for Bridge Girders the table is revised to read:
13
Girder Series Distance in inches
W42G 30
W5OG 42
W58G 63
W74G 66
Prestressed concrete tub girders 30
with webs with flanges
WF36G, WF42G, WF50G, 70
WF58G, WF66G, WF74G,
WF83G, WF95G, and WF100G
W32BTG, W38BTG, and 70
W62BTG
WF74PTG, WF83PTG, 70
WF95PTG, and WF100PTG
14
15
16 6 02.3(17)N Removal of Falsework and Forms
17 The first paragraph including table is revised to read:
18
19 If the Engineer does not specify otherwise, the Contractor may remove forms based on
20 an applicable row of criteria in the table below. Both compressive strength and minimum
21 time criteria must be met if both are listed in the applicable row. The minimum time shall
22 be from the time of the last concrete placement the forms support. In no case shall the
23 Contractor remove forms or falsework without the Engineer's approval.
5
1
Concrete Placed In Percent of Specified Minimum Minimum Time
Minimum Compressive
Compressive Strengthl
Strengthl
Columns, walls, non- 3 days
sloping box girder webs,
abutments, footings, pile
caps„ traffic and
pedestrian barriers, and
any other side form not
supporting the concrete
weight.
Columns, walls, non- 1400 psi 18 hours
sloping box girder webs,
abutments, traffic and
pedestrian barriers, and
any other side form not
supporting the concrete
weight or other loads.
Side forms of footings, pile 18 hours
caps, and shaft caps.
Crossbeams, shaft caps, 80 5 days
struts, inclined columns
and inclined walls.
Bridge decks supported on 80 10 days
wood or steel stringers or
on steel or prestressed
concrete girders.
Box girders, T -beam 80 14 days
girders, and flat -slab
Superstructure.
Arches. 1 80 1 1 21 days
1 Strength shall be proved by test cylinders made from the last concrete placed into the
form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23.
2 Curing compound shall be immediately applied to the sides when forms are removed.
3 Where continuous spans are involved, the time for all spans will be determined by the
last concrete placed affecting any span.
2
3
4 The third and fourth paragraphs are deleted.
5
6 The fifth paragraph is revised to read:
7
8 Curing shall comply as required in Section 6 -02 3(11). The concrete surface shall not
9 become dry during form removal if removed during the cure period.
10
11 6- 02.3(24) Reinforcement
12 This first paragraph is revised to read:
6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 Although a bar list is normally included in the Plans, the Contracting Agency does not
3 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement
4 fabrication details shall be determined from the information provided in the Plans.
5
6 The third paragraph is deleted.
7
8 6 02.3(24)C Placing and Fastening
9 The eighth paragraph is revised to read:
10
11 Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance.
12
13 The 14th paragraph is revised to read:
14
15 Clearances for main bars shall be at least:
16
17 4- inches between: Bars and the surface of any concrete masonry exposed
18 to the action of salt or alkaline water.
19
20 3- inches between: Bars and the surface of any concrete deposited against
21 earth without intervening forms.
22
23 2 -%2- inches between: Adjacent bars in a layer. Bridge deck bars and the top of
24 the bridge deck.
25
26 2- inches between: Adjacent layers. Bars and the surface of concrete
27 exposed to earth. Reinforcing bars and the faces of
28 forms for exposed aggregate finish.
29
30 1 inches between: Bars and the surface of concrete when not specified
31 otherwise in this Section or in the Plans. Barrier and
32 curb bars and the surface of concrete.
33
34 1 -inch between: Slab bars and the bottom of the slab. Slab bars and the
35 top surface of the bottom slab of a cast -in -place
36 concrete box girder.
37
38 The following new paragraph is inserted after the 14th paragraph:
39
40 Cover to ties and stirrups may be 1/2-inch less than the values specified for main bars
41 but shall not be less than 1 -inch.
42
43 6- 02.3(25) Prestressed Concrete Girders
44 Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is
45 revised to read:
46
47 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G,
48 WF58G, WF66G, WF74G, WF83G, WF95G and WF100G.
49
50 Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to
51 read:
52
1 WSDOT standard girders in this category include Series WF74PTG, WF83PTG,
2 WF95PTG and WF100PTG.
3
4 6 02.3(25)L Handling and Storage
5 In the third sentence of the second paragraph, the reference to "1- foot -9- inches" is revised to
6 read "3- foot -0- inches
7
8 6 02.3(25)N Prestressed Concrete Girder Erection
9 The seventh paragraph is supplemented with the following:
10
11 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not
12 exceed 1.0.
13
14 6 02.3(28)F Tolerances
15 The reference to "PCI -MNL -166" is revised to read "PCI -MNL- 116
16
17 09.AP6
18 SECTION 6 -09, MODIFIED CONCRETE OVERLAYS
19 January 4, 2010
20 6- 09.3(6) Further Deck Preparation
21 In the second paragraph, item number 3. and 4. are revised to read:
22
23 3. Existing non concrete patches as authorized by the Engineer.
24
25 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of
26 reinforcing steel to a depth of one -half of the periphery of a bar for a distance of 12-
27 inches or more along the bar.
28
29 6 09.3(6)B Deck Repair Preparation
30 In the first paragraph, the second sentence is revised to read:
31
32 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a
33 3 /4 -inch minimum clearance around the top mat of steel reinforcing bars only where
34 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond
35 between concrete and the top mat of steel is broken.
36
37 10.AP6
38 SECTION 6 -10, CONCRETE BARRIER
39 January 4, 2010
40 6- 10.3(1) Precast Concrete Barrier
41 In the 12th paragraph, the first sentence is revised to read:
42
43 Only 1 section Tess than 20 -feet long for single slope barrier and 10 -feet long for all
44 other barriers may be used in any single run of precast barrier, and it must be at least 8-
45 feet long.
46
47 6 10.3(6) Placing Concrete Barrier
48 The first paragraph is revised to read:
49
8
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation
2 shaped to a uniform grade and section. The foundation surface for precast concrete
3 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity:
4
5 When a 10 -foot straightedge is placed on the surface parallel to the centerline for
6 the barrier, the surface shall not vary more than 1 /4 -inch from the lower edge of the
7 straightedge. If deviations exceed '/a -inch, the Contractor shall correct them as
8 required in Section 5- 04.3(13).
9
10 In the second paragraph, the first sentence is revised to read:
11
12 The Contractor shall align the joints of all precast barrier segments so that they offset no
13 more than '/a -inch transversely and no more than -inch vertically.
14
15 17.AP6
16 SECTION 6 -17, PERMANENT GROUND ANCHORS
17 January 4, 2010
18 6- 17.3(7) Installing Permanent Ground Anchors
19 in the third paragraph, the first sentence is revised to read:
20
21 The tendon shall be inserted into the drill hole to the desired depth prior to grouting.
22
23 In the third paragraph, the following sentence is inserted after the first sentence:
24
25 Wet setting of permanent ground anchors will not be allowed.
26
27 02.AP7
28 SECTION 7 -02, CULVERTS
29 January 4, 2010
30 7 -02.2 Materials
31 In the first paragraph, the following two items are inserted after the item "Corrugated
32 Polyethylene Culvert Pipe 9- 05.19
33
34 Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21
35 High Density Polyethylene (HDPE) Pipe 9 -05.23
36
37 7 -02.5 Payment
38 This section is supplemented with the following:
39
40 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. per linear foot.
41 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot.
42
43 04.AP7
44 SECTION 7 -04, STORM SEWERS
45 January 4, 2010
46 7 -04.2 Materials
47 In the first paragraph, the following two items are inserted after the item "Corrugated
48 Polyethylene Storm Sewer Pipe 9- 05.20
9
1
2 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22
3 High Density Polyethylene (HDPE) Pipe 9 -05.23
4
5 7 -04.5 Payment
6 This section is supplemented with the following:
7
8 "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. per linear foot.
9 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot.
10
11 01.AP8
12 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL
13 January 4, 2010
14 8 -01.2 Materials
15 In the first paragraph, the following is inserted after the first sentence:
16
17 Corrugated Polyethylene Drain Pipe 9- 05.1(6)
18
19 8- 01.3(1) General
20 In the sixth paragraph, the first sentence is revised to read:
21
22 When natural elements rut or erode the slope, the Contractor shall restore and repair
23 the damage with the eroded material where possible, and remove and dispose of any
24 remaining material found in ditches and culverts.
25
26 The table in the seventh paragraph is revised to read:
27
28 Western Washington (West of the Cascade Mountain crest)
29 May 1 through September 30 17 Acres
30 October 1 through April 30 5 Acres
31
32 Eastern Washington (East of the Cascade Mountain crest.)
33 April 1 through October 31 17 Acres
34 November 1 through March 31 5 Acres
35
36 The eighth paragraph is revised to read:
37
38 The Engineer may increase or decrease the limits based on project conditions.
39
40 The ninth paragraph is revised to read:
41
42 Erodible earth is defined as any surface where soils, grindings, or other materials may
43 be capable of being displaced and transported by rain, wind, or surface water runoff.
44
45 The 10th paragraph is revised to read:
46
47 Erodible earth not being worked, whether at final grade or not, shall be covered
48 within the specified time period, (see the tables below) using an approved soil
49 covering practice.
50
10
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Western Washington (West of the Cascade Mountain crest)
2 October 1 through April 30 2 -days maximum
3 May 1 to September 30 7 -days maximum
4
5
6 Eastern Washington (East of the Cascade Mountain crest.)
7 October 1 through June 30 5 -days maximum
8 July 1 through September 30 10 -days maximum
9
10 8- 01.3(1)A Submittals
11 This section is revised to read:
12
13 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans,
14 the Contractor shall either adopt or modify the existing TESC Plan. If modified, the
15 Contractor's TESC Plan shall meet ail requirements of Chapter 6 -2 of the current edition
16 of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for
17 TESC Plan implementation and incorporate it into the Contractor's progress schedule.
18 The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule
19 prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected
20 inside and outside the limits of the project (including all Contracting Agency provided
21 sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies
22 of water).
23
24 The Contractor shall allow at least 5- working days for the Engineer to review any
25 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not
26 make the Contracting Agency liable to the Contractor for any Work delays.
27
28 8 01.3(1)B Erosion and Sediment Control (ESC) Lead
29 In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number
30 220 -030 EF
31
32 8 01.3(1)C Water Management
33 In number 2., the reference to "Standard Specification" is revised to read "Section
34
35 Number 3., is revised to read:
36
37 3. Offsite Water
38 Prior to disruption of the normal watercourse, the Contractor shall intercept the
39 offsite stormwater and pipe it either through or around the project site. This water
40 shall not be combined with onsite stormwater. It shall be discharged at its pre
41 construction outfall point in such a manner that there is no increase in erosion
42 below the site. The method for performing this Work shall be submitted by the
43 Contractor for the Engineer's approval.
44
45 8 01.3(1)0 Dispersion/Infiltration
46 This section is revised to read:
47
48 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC
49 Plan or to sites approved by the Engineer. Water shall be conveyed to designated
50 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of
11
1 the State, turbidity standards are achieved. Water shall be conveyed to designated
2 infiltration areas at a rate that does not produce surface runoff.
3
4 8- 01.3(2)8 Seeding and Fertilizing
5 The fourth paragraph is revised to read:
6
7 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform
8 application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose
9 fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed
10 250 pounds per acre.
11
12 in the fifth paragraph, "hydro seeder" is revised to read "hydroseeder
13
14 8 01.3(2)D Mulching
15 In the second paragraph, the second sentence is revised to read:
16
17 Wood strand mulch shall be applied by hand or by straw blower on seeded areas.
18
19 In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read
20 "hydroseeder
21
22 In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM
23
24 8 01.3(2)E Tacking Agent and Soil Binders
25 The following new paragraph is inserted at the beginning of this Section:
26
27 Tacking agent or soil binders applied using a hydroseeder shall have a mulch
28 tracer added to visibly aid uniform application. This tracer shall not be harmful to
29 plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a
30 tracer, the application rate shall not exceed 250 pounds per acre.
31
32 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the
33 following:
34
35 The BFM may require a 24 to 48 hour curing period to achieve maximum performance
36 and shall not be applied when precipitation is predicted within 24 to 48 hours, or on
37 saturated soils, as determined by the Engineer.
38
39 The last paragraph including title is revised to read:
40
41 Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced
42 Matrix (FRM)
43 The MBFM /FRM shall be hydraulically applied in accordance with the manufacturer's
44 installation instructions and recommendations.
45
46 8 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
47 The first paragraph is revised to read:
48
49 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing,
50 and mulching of slopes shall be performed during the following periods:
51
12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Western Washington' Eastern Washington
2 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest)
3 March 1 through May 15 October 1 through November 15 only
4 September 1 through October 1
5
6 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be
7 accomplished during the fall period listed above. Written permission to seed after
8 October 1 will only be given when Physical Completion of the project is imminent and
9 the environmental conditions are conducive to satisfactory growth.
10
11 8 01.3(2)G Protection and Care of Seeded Areas
12 The first paragraph is revised to read:
13
14 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor
15 shall restore eroded areas, clean up and properly dispose of eroded materials, and
16 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency.
17
18 In the second paragraph, number 1. is revised to read:
19
20 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas
21 that have been damaged through any cause prior to final inspection, and reapplied
22 to areas that have failed to receive a uniform application at the specified rate.
23
24 8 01.3(2)H Inspection
25 The first sentence is revised to read:
26
27 Inspection of seeded areas will be made upon completion of seeding, temporary
28 seeding, fertilizing, and mulching.
29
30 The third sentence is revised to read:
31
32 Areas that have not received a uniform application of seed, fertilizer, or mulch at the
33 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or
34 remulched at the Contractor's expense prior to payment.
35
36 8 01.3(2)1 Mowing
37 In the first paragraph, the last sentence is revised to read:
38
39 Trimming around traffic facilities, Structures, planting areas, or other features extending
40 above ground shall be accomplished preceding or simultaneously with each mowing.
41
42 8 01.3(3) Placing Erosion Control Blanket
43 In the first sentence, "Standard" is deleted.
44
45 The second sentence is revised to read:
46
47 Temporary erosion control blankets, having an open area of 60- percent or greater, may
48 be installed prior to seeding.
49
50 8 01.3(4) Placing Compost Blanket
51 In the first paragraph, "before" is revised to read "prior to
13
1
2 The last sentence is revised to read:
3
4 Compost shall be Coarse Compost.
5
6 8 01.3(5) Placing Plastic Covering
7 The first sentence is revised to read:
8
9 Plastic shall be placed with at least a 12 -inch overlap of all seams.
10
11 8 01.3(6)A Geotextile Encased Check Dam
12 The first paragraph is deleted.
13
14 8 01.3(6)B Rock Check Dam
15 This section including title is revised to read:
16
17 8 01.3(6)B Quarry SpaII Check Dam
18 The rock used to construct rock check dams shall meet the requirements for quarry
19 spalls.
20
21 8 01.3(6)D Wattle Check Dam
22 This section is revised to read:
23
24 Wattle check dams shall be installed in accordance with the Plans.
25
26 8 01.3(6)E Coir Log
27 This section is revised to read:
28
29 Coir Togs shall be installed in accordance with the Plans.
30
31 8 01.3(9)A Silt Fence
32 In the second paragraph, the second sentence is revised to read:
33
34 The strength of the wire or plastic mesh shall be equivalent to or greater then what is
35 required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab
36 tensile strength in the machine direction).
37
38 8 01.3(9)B Gravel Filter, Wood Chip or Compost Berm
39 In the second paragraph, the last sentence is deleted.
40
41 The third paragraph is revised to read:
42
43 The Compost Berm shall be constructed in accordance with the detail in the Plans.
44 Compost shall be Coarse Compost.
45
46 8 01.3(9)C Straw Bale Barrier
47 This section is revised to read:
48
49 Straw Bale Barriers shall be installed in accordance with the Plans.
50
14
1 8- 01,3(9)D Inlet Protection
2 This section is revised to read:
3
4 Inlet protection shall be installed below or above, or as a prefabricated cover at each
5 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to
6 beginning clearing, grubbing, or earthwork activities.
7
8 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the
9 requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum
10 filtration properties of Table 2.
11
12 When the depth of accumulated sediment and debris reaches approximately 1 /2 the
13 height of an internal device or a the height of the external device (or less when so
14 specified by the manufacturers) or as designated by the Engineer, the deposits shall be
15 removed and stabilized on site in accordance with Section 8- 01.3(16).
16
17 8 01.3(10) Wattles
18 In the first paragraph, the third sentence is revised to read:
19
20 Excavated material shall be spread evenly along the uphill slope and be compacted
21 using hand tamping or other method approved by the Engineer.
22
23 This section is supplemented with the following new paragraph:
24
25 The Contractor shall exercise care when installing wattles to ensure that the method of
26 installation minimizes disturbance of waterways and prevents sediment or pollutant
27 discharge into waterbodies.
28
29 8 01,3(12) Compost Sock
30 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read
31 "waterbodies
32
33 In the second paragraph "bank" is revised to read "slope
34
35 In the third paragraph "and" is revised to read "or
36
37 This section is supplemented with the following new paragraph:
38
39 Compost for Compost Socks shall be Coarse Compost.
40
41 8 01.3(14) Temporary Pipe Slope Drain
42 The first paragraph is revised to read:
43
44 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be
45 constructed in accordance with the Plans
46
47 The last paragraph is revised to read:
48
49 Placement of outflow of the pipe shall not pond water on road surface.
50
15
1 8- 01.3(15) Maintenance
2 In the fourth paragraph, the last sentence is revised to read:
3
4 Clean sediments may be stabilized on site using approved BMPs as approved by the
5 Engineer.
6
7 8 01.3(16) Removal
8 In the second paragraph, the last sentence is revised to read:
9
10 This may include, but is not limited to, ripping the soil, incorporating soil amendments,
11 and seeding with the specified seed.
12
13 8 01.4 Measurement
14 The eighth paragraph is revised to read:
15
16 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the
17 linear foot along the ground line of completed barrier.
18
19
20 8 01.5 Payment
21 The following bid items are relocated after the bid item "Check Dam
22
23 "Inlet Protection per each.
24
25 "Gravel Filter Berm per linear foot.
26
27 The following new paragraph is inserted before the bid item "Stabilized Construction
28 Entrance
29
30 The unit Contract price per lineal foot for "Check Dam" and "Gravel Filter Berm" and per
31 each for "Inlet Protection" shall be full pay for all equipment, labor and materials to
32 perform the Work as specified, including installation, removal and disposal at an
33 approved disposal site.
34
35 The paragraph after the bid item "Temporary Curb" is revised to read:
36
37 The unit Contract price per linear foot for temporary curb shall include all costs to install,
38 maintain, remove, and dispose of the temporary curb.
39
40 The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM
41
42 02.AP8
43 SECTION 8 -02, ROADSIDE RESTORATION
44 January 4, 2010
45 8- 02.3(2) Roadside Work Plan
46 In the first paragraph, the second sentence is revised to read:
47
48 The roadside work plan shall define the Work necessary to provide all Contract
49 requirements, including. wetland excavation, soil preparation, habitat, Structure
50 placement, planting area preparation, seeding area preparation, bark mulch and
16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 compost placement, seeding, planting, plant replacement, irrigation, and weed control in
2 narrative form.
3
4 The first sentence under "Progress Schedule" is revised to read:
5
6 A progress schedule shall be submitted in accordance with Section 1 -08.3. The
7 Progress Schedule shall include the planned time periods for Work necessary to
8 provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03.
9
10 The first sentence under "Weed and Pest Control Plan" is revised to read:
11
12 The Weed and Pest Control Plan shall be submitted and approved prior to starting any
13 Work defined in Sections 8 -01, and 8 -02.
14
15 In the third paragraph under "Weed and Pest Control Plan the first and second sentences
16 are revised to read:
17
18 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator
19 or Consultant when chemical pesticides are proposed. The plan shall include methods
20 of weed control; dates of weed control operations; and the name, application rate, and
21 Material Safety Data Sheets of all proposed herbicides.
22
23 The last paragraph under "Plant Establishment Plan" is deleted.
24
25 8 02.3(2)A Chemical Pesticides
26 This section is deleted.
27
28 8 02.3(2)B Weed and Pest Control
29 This section is deleted.
30
31 8 02.3(3) Planting Area Weed Control
32 This section including title is revised to read:
33
34 8 02.3(3) Weed and Pest Control
35 The Contractor shall control weed and pest species within the project area using
36 integrated pest management principles consisting of mechanical, biological and
37 chemical controls that are outlined in the Weed and Pest Control Plan or as designated
38 by the Engineer.
39
40 Those weeds specified as noxious by the Washington State Department of Agriculture,
41 the local Weed District, or the County Noxious Weed Control Board and other species
42 identified by the Contracting Agency shall be controlled on the project in accordance
43 with the weed and pest control plan.
44
45 The Contractor shall control weeds not otherwise covered in accordance with Section 8-
46 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including
47 erosion control seeding area and vegetation preservation areas, as designated by the
48 Engineer.
49
50 This section is supplemented with the following new sub sections:
51
17
1 8- 02.3(3)A Planting Area Weed Control
2 All planting areas shall be prepared so that they are weed and debris free at the time of
3 planting and until completion of the project. The planting areas shall include the entire
4 ground surface, regardless of cover, all planting beds, areas around plants, and those
5 areas shown in the Plans.
6
7 All applications of post- emergent herbicides shall be made while green and growing
8 tissue is present. Should unwanted vegetation reach the seed stage, in violation of
9 these Specifications, the Contractor shall physically remove and bag the seed heads.
10 All physically removed vegetation and seed heads shall be disposed of off site at no
11 cost to the Contracting Agency.
12
13 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square
14 and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be
15 installed according to the manufacturer's recommendations.
16
17 8 02.3(3)B Chemical Pesticides
18 Application of chemical pesticides shall be in accordance with the label
19 recommendations, the Washington State Department of Ecology, local sensitive area
20 ordinances, and Washington State Department of Agriculture laws and regulations. Only
21 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of
22 Way at htto: /www.wsdot.wa.aov /maintenance /odf /Herbicide List.odf may be used.
23
24 The applicator shall be licensed by the State of Washington as a Commercial Applicator
25 or Commercial Operator with additional endorsements as required by the Special
26 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer
27 evidence that all operators are licensed with appropriate endorsements, and that the
28 pesticide used is registered for use by the Washington State Department of Agriculture.
29 All chemicals shall be delivered to the job site in the original containers. The licensed
30 applicator or operator shall complete a Commercial Pesticide Application Record (DOT
31 Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by
32 the following business day.
33
34 The Contractor shall ensure confinement of the chemicals within the areas designated.
35 The use of spray chemical pesticides shall require the use of anti -drift and activating
36 agents, and a spray pattern indicator unless otherwise allowed by the Engineer.
37
38 The Contractor shall assume all responsibility for rendering any area unsatisfactory for
39 planting by reason of chemical application. Damage to adjacent areas, either on or off
40 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the
41 property owner, and the cost of such repair shall be borne by the Contractor.
42
43 8 02.3(5) Planting Area Preparation
44 In the first paragraph, the second sentence is revised to read:
45
46 Material displaced by the Contractor's operations that interferes with drainage shall be
47 removed from the channel and disposed of as approved by the Engineer.
48
49 8 02.3(7) Layout of Planting
50 The second paragraph is deleted.
51
18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 8- 02.3(8) Planting
2 In the second paragraph, the first and second sentences are revised to read:
3
4 Under no circumstances will planting be permitted during unsuitable soil or weather
5 conditions as determined by the Engineer. Unsuitable conditions may include frozen
6 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high
7 water levels.
8
9 The fourth paragraph is revised to read:
10
11 Plants shall not be placed below the finished grade.
12
13 The fifth paragraph is revised to read:
14
15 Planting hole sizes for plant material shall be in accordance with the details shown in
16 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting.
17
18 The following new paragraph is inserted after the fifth paragraph:
19
20 All cuttings shall be planted immediately if buds begin to swell.
21
22 8 02.3(9) Pruning, Staking, Guying, and Wrapping
23 In the first paragraph, the last sentence is revised to read:
24
25 All other pruning shall be performed only after the plants have been in the ground at
26 least one year and when plants are dormant.
27
28 8 02.3(13) Plant Establishment
29 In the third paragraph, the first sentence is revised to read:
30
31 During the first -year plant establishment period, the Contractor shall perform all Work
32 necessary to ensure the resumption and continued growth of the transplanted material.
33
34 In the fourth paragraph, "propose" is revised to read "submit
35
36 8 02.3(15) Live Fascines
37 In the first paragraph, the fourth sentence is revised to read:
38
39 Dead branches may be placed within the live fascine and on the side exposed to the air.
40
41 In the second paragraph, the third sentence is deleted.
42
43 In the second paragraph, the seventh sentence is revised to read:
44
45 The live stakes shall be driven through the live fascine vertically into the slope.
46
47 8 02.3(16)A Lawn Installation
48 In the third paragraph, the last two items "West of the summit of the Cascade Range March
49 1 to October 1." and "East of the summit of the Cascade Range April 15 to October 1." are
50 revised to read:
51
19
1 Western Washington Eastern Washington
2 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest)
3 March through May 15 October 1 through November 15
4 September 1 through October 1
5
6 The fifth paragraph is revised to read:
7
8 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown
9 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth
10 even grade without low areas that trap water and compacted, all as approved by the
11 Engineer.
12
13 In the sixth paragraph, the last sentence is revised to read:
14
15 Following placement, the sod shall be rolled with a smooth roller to establish contact
16 with the soil.
17
18 8 02.4 Measurement
19 The seventh paragraph is revised to read:
20
21 Fine compost, medium compost and coarse compost will be measured by the cubic
22 yard in the haul conveyance at the point of delivery.
23
24 8 02.5 Payment
25 The following new paragraph is inserted after the 12th paragraph:
26
27 Plant establishment milestones are achieved when plants meet conditions described in
28 Section 8- 02.3(13).
29
30 The following is inserted after the pay item "Fine Compost
31
32 "Medium Compost", per cubic yard.
33
34 The paragraph for the pay item "Weed Control" is revised to read:
35
36 "Weed and Pest Control will be paid in accordance with Section 1 -09.6.
37
38 The following new paragraph is inserted after the pay item "Soil Amendment
39
40 The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for
41 furnishing and incorporating the soil amendment into the existing soil.
42
43 The following new paragraph is inserted after the pay item "Bark or Wood Chip Mulch"
44
45 The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay
46 for furnishing and spreading the mulch onto the existing soil.
47
20
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 03.AP8
2 SECTION 8 -03, IRRIGATION SYSTEMS
3 January 4, 2010
4 8 -03.1 Description
5 In this section, "staked" is revised to read "approved by the Engineer."
6
7 8 03.3 Construction Requirements
8 The second paragraph is revised to read:
9
10 Potable water supplies shall be protected against cross connections in accordance with
11 applicable Washington State Department of Health rules and regulations and approval
12 by the local health authority.
13
14 8 03.3(1) Layout of Irrigation System
15 This section is revised to read:
16
17 The Contractor shall stake the irrigation system following the schematic design shown in
18 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the
19 layout may be expected in order to conform to ground conditions and to obtain full and
20 adequate coverage of plant material with water. However, no changes in the system as
21 planned shall be made without prior authorization by the Engineer.
22
23 This section is supplemented with the following new sub section:
24
25 8 03.3(1)A Locating Irrigation Sleeves
26 Existing underground irrigation sleeve ends shall be located by potholing. Irrigation
27 sleeves placed during general construction prior to installation of the irrigation system
28 shall be marked at both ends with a 2x4x24 -inch wood stake extending 6- inches out of
29 the soil and painted blue on the exposed end.
30
31 8 03.3(2) Excavation
32 In the first paragraph, the fourth sentence is revised to read:
33
34 Trenches through rock or other material unsuitable for trench bottoms and sides shall
35 be excavated 6- inches below the required depth and shall be backfilled to the top of the
36 pipe with sand or other suitable material free from rocks or stones. Backfiil material shall
37 not contain rocks 2- inches or greater in diameter or other materials that can damage
38 pipe.
39
40 The second paragraph is revised to read:
41
42 The Contractor shall exercise care when excavating pipe trenches near existing trees to
43 minimize damage to tree roots. Where roots are 1 -1/2- inches or greater in diameter, the
44 trench shall be hand excavated and tunneled under the roots. When large roots are
45 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas,
46 for protection and to prevent excessive drying. The material must be kept moist until the
47 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than
48 1 -1/2- inches in diameter shall have severed roots cleanly cut. Trenches having exposed
49 tree roots shall be backfilled within 24 -hours unless adequately protected by moist
21
1 material as approved by the Engineer. All material and fastenings used to cover the
2 roots shall be removed before backfilling.
3
4 The third paragraph is revised to read:
5
6 Detectable marking tape shall be placed in all trenches 6- inches directly above, parallel
7 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and
8 aluminum sleeves, conduits and casing pipe. The width of the tape and installation
9 depth shall be as recommended by the manufacturer for the depth of installation or as
10 shown in the Plans.
11
12 8 03.3(3) Piping
13 This section is revised to read:
14
15 All water lines shall be a minimum of 18- inches below finished grade measured from the
16 top of the pipe or as shown in the Plans. All live water mains to be constructed under
17 existing pavement shall be placed in steel casing jacked under pavement as shown in
18 the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be
19 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond
20 the limits of pavement. All jacking operations shall be performed in accordance with an
21 approved jacking plan. Where possible; mains and laterals or section piping shall be
22 placed in the same trench. All lines shall be placed a minimum of 3 -feet from the edge
23 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will
24 not be allowed for installation and placement of irrigation pipe.
25
26 Mainlines and lateral lines shall be defined as follows:
27
28 Mainlines: All supply pipe and fittings between the water meter and the irrigation
29 control valves.
30
31 Lateral Lines: All supply pipe and fittings between the irrigation control valves
32 and the connections to the irrigation heads. Swing joints, thick walled PVC or
33 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not
34 considered part of the lateral line but incidental components of the irrigation heads.
35
36 8 03.3(4) Jointing
37 In the second paragraph, the third sentence is revised to read:
38
39 Threaded galvanized steel joints shall be constructed using either a nonhardening,
40 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe
41 manufacturer, or as shown in the Plans.
42
43 In the last sentence of the second paragraph, "will" is revised to read "shall
44
45 In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is
46 revised to read "of
47
48 In the fifth paragraph, the first sentence is revised to read:
49
50 On PVC or polyethylene -to -metal connections, work the metal connection first
51
22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 In the fifth paragraph, the third sentence is revised to read:
2
3 Connections between metal and PVC or polyethylene are to be threaded utilizing
4 female threaded PVC adapters with threaded schedule 80 -PVC nipple only.
5
6 In the sixth paragraph, the second sentence is revised to read:
7
8 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out,
9 and inserted to the full depth of the fitting.
10
11 8 03.3(5) Installation
12 The following new paragraph is inserted after the third paragraph:
13
14 All automatic control valves, flow control valves, and pressure reducing valves shall be
15 installed in appropriate sized valve boxes. Manual control valves shall be installed in an
16 appropriate sized valve box and where appropriate, upstream of the automatic control
17 valves. Manual and automatic valves installed together shall be in an appropriate sized
18 box with 3- inches of clearance on all sides.
19
20 The fourth paragraph is revised to read:
21
22 Final position of valve boxes, capped sleeves, and quick coupler valves shall be
23 between 1/2-inch and 1 -inch above finished grade or mulch, or as shown in the Plans.
24
25 The following new paragraph is inserted after the fourth paragraph:
26
27 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately
28 or within a control valve assembly box upstream of the control valves. Valves, quick
29 couplers, and hose bibs shall have 3- inches of clearance on all sides within the valve
30 box.
31
32 In the fifth paragraph "an" is revised to read "a minimum
33
34 The following new paragraph is inserted after the fifth paragraph:
35
36 Automatic controller pedestals or container cabinets shall be installed on a concrete
37 base as shown in the Plans or in accordance with the manufacturer's recommendations.
38 Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through
39 the base and 3- inches minimum beyond the edge or side of the base both inside and
40 outside of the pedestal.
41
42 8 03.3(6) Electrical Wire Installation
43 This section is revised to read:
44
45 All electrical work shall conform to the National Electric Code, NEMA Specifications and
46 in accordance with Section 8 -20. Electrical wiring between the automatic controller and
47 automatic valves shall be direct burial and may share a common neutral. Separate
48 control conductors shall be run from the automatic controller to each valve. When more
49 than one automatic controller is required, a separate common neutral shall be provided
50 for each controller and the automatic valves which it controls. Electrical wire shall be
51 installed in the trench adjacent to or above the irrigation pipe, but no less than 12- inches
52 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10 -foot
23
1 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation
2 pipe, the wire shall be placed at a minimum depth of 18- inches and be "snaked" from
3 side to side in the trench. Each circuit shall be identified at both ends and at all splices
4 with a permanent marker identifying zone and /or station.
5
6 Wiring placed under pavement and walls, or through walls, shall be placed in an
7 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than
8 1 -inch in diameter, and shall meet conduit specifications for PVC conduit as required in
9 Section 9 -29.1.
10
11 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole
12 bases, or within control equipment boxes or pedestals. A minimum of 18- inches of
13 excess conductor shall be left at all splices, terminals and control valves to facilitate
14 inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the
15 boxes.
16
17 All 120 -volt electrical conductors and conduit shall be" installed by a certified electrician
18 including all wire splices and wire terminations.
19
20 All wiring shall be tested in accordance with Section 8- 20.3(11).
21
22 Continuity ground and functionality testing shall be performed for all 24 -volt direct burial
23 circuits. The Megger test, confirming insulation resistance of not less than 2 megohms
24 to ground in accordance with Section 8- 20.3(11), is required.
25
26 8 03.3(7) Flushing and Testing
27 In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to
28 read "required
29
30 The third paragraph is revised to read:
31
32 Main Line Flushing
33 All main supply lines shall receive two fully open flushing's to remove debris that may
34 have entered the line during construction: The first before placement of valves and the
35 second after placement of valves and prior to testing.
36
37 The fourth paragraph is revised to read:
38
39 Main Line Testing
40 All main supply lines shall be purged of air and tested with a minimum static water
41 pressure of 150 -psi for 60- minutes without introduction of additional service or pumping
42 pressure. Testing shall be done with one pressure gauge installed on the line, in the
43 location required by the Engineer. For systems using a pump, an additional pressure
44 gauge shall be installed at the pump when required by the Engineer. Lines that show
45 loss of pressure exceeding 5 -psi at the ends of specified test periods will be rejected.
46
47 The fifth paragraph is deleted.
48
49 In the sixth paragraph, "any" is revised to read "all
50
51 In the seventh paragraph, the second sentence is revised to read:
24
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 The operating line pressure shall be maintained for 30- minutes with valves closed and
3 without introduction of additional service or pumping pressure.
4
5 In the eighth paragraph, the fourth and fifth sentences are revised to read:
6
7 The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters,
8 etc., located downstream of the break or disruption of service, and make all needed
9 repairs to ensure that the entire irrigation system is operating properly.
10
11 8 03.3(8) Adjusting System
12 In the first paragraph, the last sentence is revised to read:
13
14 Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water
15 to pavement, walks, or Structures.
16
17 8 03.3(11) System Operation
18 In the first paragraph, the last sentence is revised to read:
19
20 The final inspection of the irrigation system will coincide with the end of the Contract or
21 the end of first -year plant establishment, which ever is later.
22
23 In the second paragraph "ordered" is revised to read "required
24
25 In the third paragraph, the last sentence is revised to read:
26
27 Potable water shall not flow through the cross- connection control device to any
28 downstream component until tested and approved for use by the local health authority
29 in accordance with Section 8- 03.3(12).
30
31 The fourth paragraph is revised to read:
32
33 In the spring, when the drip irrigation system is in full operation, the Contractor shall
34 make a full inspection of all emitters, and irrigation heads. This shall involve visual
35 inspection of each emitter and irrigation head under operating conditions. All
36 adjustments, flushing, or replacements to the system shall be made at this time to
37 ensure the proper operation of all emitters and irrigation heads.
38
39 8 03.3(12) Cross Connection Control Device Installation
40 In the first sentence of the first paragraph "serving utility" is revised to read "local health
41 authority
42
43 8 03.3(13) Irrigation Water Service
44 The first paragraph is revised to read:
45
46 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall
47 arrange for a water meter installation(s) for the irrigation system at the locations and
48 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's
49 responsibility to contact the Engineer to schedule the water meter installation. The
50 Contractor shall provide a minimum of 60- calendar days notice to the Engineer prior to
51 the desired water meter installation date.
25
1
2 In the second paragraph, "will" is revised to read "shall
3
4 8 03.3(14) Irrigation Electrical Service
5 The first paragraph is revised to read:
6
7 The Contracting Agency shall arrange for electrical service connection(s) for operation
8 of the automatic electrical controller(s) at the locations as shown in the Plans. The
9 Contractor shall splice and run conduit and wire from the electrical service
10 connection(s), or service cabinet to the automatic electrical controller and connect the
11 conductors to the circuit(s) per the controller manufacturer's diagrams or
12 recommendations.
13
14 In the second paragraph, "conduit" is revised to read "conduits
15
16 15.AP8
17 SECTION 8 -15, RIPRAP
18 January 4, 2010
19 8 -15.2 Materials
20 The referenced sections for the following items are revised to read:
21
22 Heavy Loose Riprap 9 -13
23 Light Loose Riprap 9 -13
24 Hand Placed Riprap 9 -13
25 Sack Riprap 9 -13
26 Quarry Spalls 9 -13
27
28 20.AP8
29 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
30 ELECTRICAL
31 January 4, 2010
32 8- 20.3(4) Foundations
33 In the 12th paragraph, number 2. is revised to read:
34
35 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be
36 tightened by the Turn -Of -Nut Tightening Method to minimum rotation of 1 /4 -turn (90
37 degrees) and a maximum rotation of o -turn (120 degrees) past snug tight
38 Permanent marks shall be set on the base plate and nuts to indicate nut rotation
39 past snug tight.
40
41 In the 12th paragraph, the following is inserted after number 2.:
42
43 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by
44 the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees)
45 and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent
46 marks shall be set on the base plate and nuts to indicate nut rotation past snug
47 tight.
48
26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 21.AP8
2 SECTION 8 -21, PERMANENT SIGNING
3 January 4, 2010
4 8- 21.3(4) Sign Removal
5 In the fourth paragraph, the following sentence is inserted after the second sentence:
6
7 Where signs are removed from existing overhead sign Structures, the existing vertical
8 sign support braces shall also be removed.
9
10 In the fourth paragraph, the third sentence is revised to read:
11
12 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind
13 beams, and other metal structural members, and all existing fastening hardware
14 connecting such members being removed, shall become the property of the Contractor
15 and shall be removed from the project.
16
17 03.AP9
18 SECTION 9 -03, AGGREGATES
19 January 4, 2010
20 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335
21
22 04.AP9
23 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
24 January 4, 2010
25 9 -04.11 Butyl Rubber
26 This section including title is revised to read:
27
28 9 04.11 Butyl Rubber and Nitrile Rubber
29 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines
30 that the area will be exposed to petroleum products Nitrile rubber shall be utilized and
31 conform to ASTM D 2000, M1 BG 610.
32
33 05.AP9
34 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
35 January 4, 2010
36 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe,
37 and Profile Wall PVC Sanitary Sewer Pipe
38 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's
39
40 9 05.13 Ductile Iron Sewer Pipe
41 The second and third paragraphs are revised to read:
42
43 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement
44 mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine
45 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The
27
1 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or
2 the Class indicated on the Plans or in the Special Provisions.
3
4 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical
5 type meeting the requirements of AWWA C111.
6
7 Division 9 -05 is supplemented with the following new sections:
8
9 9 05.21 Steel Rib Reinforced Polyethylene Culvert Pipe
10 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM
11 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch
12 to 60 -inch diameter with silt -tight joints.
13
14 Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a
15 bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to
16 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the
17 manufacturer.
18
19 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires
20 an approved joint system and a formal quality control plan for each plant proposed for
21 consideration.
22
23 A Manufacturer's Certificate of Compliance shall be required and shall accompany the
24 materials delivered to the project. The certificate shall clearly identify production lots for
25 all materials represented. The Contracting Agency may conduct verification tests of pipe
26 stiffness or other properties as it deems appropriate.
27
28 9 05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe
29 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM
30 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum
31 diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for
32 which a manufacturer has submitted a qualified joint. Qualified manufacturers and
33 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally
34 molded, injection molded, or factory welded.
35
36 All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell
37 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets
38 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the
39 manufacturer.
40
41 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe
42 requires joint system conformance to ASTM D 3212 using elastomeric gaskets
43 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for
44 consideration.
45
46 A Manufacturer's Certificate of Compliance shall be required and shall accompany the
47 materials delivered to the project. The certificate shall clearly identify production lots for
48 all materials represented. The Contracting Agency may conduct verification tests of pipe
49 stiffness or other properties as it deems appropriate.
50
28
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 9 -05.23 High Density Polyethylene (HDPE) Pipe
2 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM
3 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI)
4 designation of PE 3408.
5
6 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5.
7
8 HDPE pipe shall be joined into a continuous length by an approved joining method.
9
10 The joints shall not create an increase in the outside diameter of the pipe. The joints
11 shall be fused, snap together or threaded. The joints shall be water tight, rubber
12 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212.
13
14 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the
15 manufacturer's recommendations. Fusion equipment used in the joining procedure
16 shall be capable of meeting all conditions recommended by the pipe manufacturer,
17 including but not limited to fusion temperature, alignment, and fusion pressure. All field
18 welds shall be made with fusion equipment equipped with a Data Logger. Temperature,
19 fusion pressure and a graphic representation of the fusion cycle shall be part of the
20 Quality Control records. Electro fusion may be used for field closures as necessary.
21 Joint strength shall be equal or greater than the tensile strength of the pipe.
22
23 Fittings shall be manufactured from the same resins and Cell Classification as the pipe
24 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and
25 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM
26 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055.
27
28 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and
29 this specification.
30
31 The supplier shall furnish a Manufacturer's Certification of Compliance stating the
32 materials meet the requirements of ASTM D 3350 with the correct cell classification with
33 the physical properties listed above. The supplier shall certify the dimensions meet the
34 requirements of ASTM F 714 or as indicated in this Specification or the Plans.
35
36 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for
37 defects and tested for Elevated Temperature Sustain Pressure in accordance with
38 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old
39 from the date of manufacture.
40
41 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free
42 of cracks, holes, foreign materials, blisters, or deleterious faults
43
44 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the
45 manufacturer, SDR, size, material, machine, and date on which the pipe was
46 manufactured.
47
29
1 07.AP9
2 SECTION 9 -07, REINFORCING STEEL
3 January 4, 2010
4 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement)
5 This sections title is revised to read:
6
7 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement
8 Rehabilitation)
9
10 08.AP9
11 SECTION 9 -08, PAINTS
12 January 4, 2010
13 9- 08.1(2)C Inorganic Zinc Rich Primer
14 In the first paragraph, the reference to "Type II" is revised to read "Type I
15
16 9 08.1(2)D Organic Zinc Rich Primer
17 This section is revised to read:
18
19 Organic zinc rich primer shall be a high performance two- component epoxy conforming
20 to SSPC Paint 20 Type II.
21
22 14.AP9
23 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING
24 January 4, 2010
25 9 -14.3 Fertilizer
26 In the first paragraph, the second sentence is revised to read:
27
28 It may be separate or in a mixture containing the percentage of total nitrogen, available
29 phosphoric acid, water soluble potash, or sulfur in the amounts specified.
30
31 9 14.4(1) Straw
32 The following is inserted after the second sentence:
33
34 The Contractor shall provide documentation that the material is steam or heat treated to
35 kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture
36 laboratory test reports, dated within 90 days prior to the date of application, showing
37 there are no viable seeds in the straw.
38
39 9 14.4(2) Wood Cellulose Fiber
40 This section including title is revised to read:
41
42 9 14.4(2) Fiber Mulch
43 All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and
44 other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with
45 a hydroseeder or mulch blower equipment.
46
47 This section is supplemented with the following new sub- sections:
30
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
9- 14.4(2)A Cellulose Fiber Mulch
Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock,
corrugated cardboard, cotton or straw. It shall be free from chemical printing ink,
germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic.
If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide
documentation that the material is steam or heat treated to kill seeds, or shall provide
U.S., Washington, or other State's Department of Agriculture laboratory test reports,
dated within 90 days prior to the date of application, showing there are no viable seeds
in the mulch.
Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in
slurry tanks with water, the fibers will become uniformly suspended, without clumping, to
form a homogeneous slurry. When hydraulically applied, the material shall form a strong
moisture holding mat that allows the continuous absorption and infiltration of water.
Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the
material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain
concrete or painted surfaces.
Cellulose Fiber Mulch furnished by the Contractor shall be pre packaged by the
manufacturer. The Contractor shall supply independent test results from the National
Transportation Product Evaluation Program (NTPEP) or other independent testing
organization as approved by the Engineer to assure compliance with the minimum
requirements in the following table:
Properties
Water Holding Capacity
Heavy Metals
I Test Method
ASTM D 7367
EPA Method 200.7 and
Standard Method 31128 Cold
Vapor for Mercury
Organic Matter Content ASTM D 586*
Moisture Content ASTM D 644*
Seed Germination I ASTM D 7322*
31
f Requirements
1,000 percent
minimum
Arsenic 20 mg /kg
maximum
Boron 100 mg /kg
maximum
Cadmium 10 mg /kg
maximum
Copper 50 mg /kg
maximum
Lead 150 mg /kg
maximum
Mercury 8 mg /kg
maximum
Nickel 210 mg /kg
maximum
Selenium 18 mg /kg
maximum
Zinc 150 mg /kg
maximum
90 percent minimum
115 percent maximum
1 200 percent minimum
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
Enhancement
Performance in
Protecting Slopes from
Rainfall- Induced Erosion
ASTM D 6459 with 0.12 -inch
average raindrop size.** Test
in one soil type. Soil tested
shall be loam as defined by
the National Resources
Conservation Service
(NRCS) Soil Texture Triangle
ASTM test methods developed for Rolled Erosion Control Products (RECPs) with
the only modification being that Hydraulic Erosion Control Products (HECPs) are
applied to the test plot.
Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for
60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches
per hour with 3 successive test durations of 30 minutes each test in 24 hour
intervals may be substituted.
**Available at:
htto: soils .usda.aov /education /resources /lessons /texture /textural tri hi.ioa
9 14.4(2)B Wood Fiber Mulch
Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or
recycled wood chips or similar woody material. The wood shall be manufactured to
produce Tong- strand fibers that physically interlock to form a strong moisture holding
mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free
from paper, straw, cotton, jute, hemp, coconut, rock, metal, and plastic.
Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the
material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain
concrete or painted surfaces.
Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry
tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry.
Wood Fiber Mulch furnished by the Contractor shall be pre packaged by the
manufacturer. The Contractor shall supply independent test results from the National
Transportation Product Evaluation Program (NTPEP) or other independent testing
organization as approved by the Engineer to assure compliance with the minimum
requirements in the following table:
1 Properties Test Method
Long Strand Fibers WSDOT Test Method T 126
Water Holding Capacity ASTM D 7367
Heavy Metals EPA Method 200.7 and
Standard Method 31128 Cold
32
C Factor 0.15
maximum using
Revised Universal
Soil Loss Equation
(RUSLE)
Requirements
A minimum of 50% of
the fiber, by mass, is
collected on the
combination of No. 8,
No. 16, and No. 24
sieves
1,300 percent
minimum
Arsenic 20 mg /kg
maximum
1
2
3
4
Organic Matter Content
Moisture Content
Seed Germination
Enhancement
Performance in
Protecting Slopes from
Rainfall- Induced Erosion
1
Vapor for Mercury
ASTM D 586*
ASTM D 644*
ASTM D 7322*
ASTM D 6459 with 0.12 -inch
average raindrop size. Test
in one soil type. Soil tested
shall be loam as defined by
the NRCS Soil Texture
Triangle
ASTM test methods developed for Rolled Erosion Control Products (RECPs) with
the only modification being that Hydraulic Erosion Control Products (HECPs) are
applied to the test plot.
5 Utah State Protocol of 2.5.1 slope with rainfall simulated at 5- inches per hour for
6 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches
7 per hour with 3 successive test durations of 30 minutes each test in 24 hour
8 intervals may be substituted.
9
10 *Available at:
11 htto: /soiis.usda.aov /education/ resources /lessons /texture /textural tri hi.'pa
12
13 9 14.4(3) Bark or Wood Chips
14 The first paragraph is revised to read:
15
16 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species
17 and shall not contain resin, tannin, or other compounds in quantities that would be
18 detrimental to plant life. Sawdust shall not be used as mulch.
19
20 This section is supplemented with the following:
21
22 Bark or wood chips when tested shall be per WSDOT Test Method T 123 prior to
23 placement and shall meet the following loose volume gradation:
24
Percent Passing
33
Boron 100 mg /kg
maximum
Cadmium 10 mg /kg
maximum
Copper 50 kg /mg
maximum
Lead 150 mg /kg
maximum
Mercury 8 mg /kg
maximum
Nickel 210 mg /kg
maximum
Selenium 18 mg /kg
maximum
Zinc 150 mg /kg
maximum
90 percent minimum
15 percent maximum
300 percent minimum
C Factor 0.15
maximum using
Revised Universal
Soil Loss Equation
(RUSLE)
1
Sieve Size
2"
No. 4
1
2
3 9- 14.4(4) Wood Strand Mulch
4 This section is revised to read:
5
6 Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are
7 frayed, with a high length -to -width ratio and shall be derived from native conifer or
8 deciduous trees. A minimum of 95 percent of the wood strand shall have lengths
9 between 2 and 10- inches. At least 5 percent of the length of each strand shall have a
10 width and thickness between 1 /i6 and 1 -inch. No single strand shall have a width or
11 thickness greater than 1 /2 -inch.
12
13 The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds
14 in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings
15 shall not be acceptable. Products will be tested using WSDOT Test Method 125 prior to
16 placement.
17
18 9 14.4(6) Gypsum
19 This section is revised to read:
20
21 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form.
22 100 percent shall pass through a No. 8 sieve.
23
24 9 14.4(7) Tackifier
25 This section is revised to read:
26
27 Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall
28 contain no growth or germination inhibiting materials, and shall not reduce infiltration
29 rates. Tackifier shall hydrate in water and readily blend with other slurry materials.
30
31 All tackifiers shall meet the following heavy metals limits:
32
Properties
Heavy Metals
Minimum
95
0
Test Method
EPA Method 200.7 and
Standard Method
3112B Cold Vapor for
Mercury
34
Maximum
100
30
Requirements
Arsenic 20 mg /kg
maximum
Boron 100 mg /kg
maximum
Cadmium —10 mg /kg
maximum
Copper 50 kg /mg
maximum
Lead 150 mg /kg
maximum
Mercury 8 mg /kg
maximum
Nickel 210 mg /kg
maximum
Selenium 18 mg /kg
1
2
3 This section is supplemented with the following new sub sections:
4
5 9 14.4(7)A Organic Tackifier
6 Organic tackifier shall be derived from natural plant sources and shall have an MSDS
7 that demonstrates to the satisfaction of the Engineer that the product is not harmful to
8 plants, animals, and aquatic life.
9
10 9- 14.4(7)B Synthetic Tackifier
11 Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the
12 Engineer that the product is not harmful to plants, animals, and aquatic life.
13
14 9 14.4(8) Compost
15 In the third paragraph, number 1. is revised to read:
16
17 1. Compost material shall be tested in accordance with U.S. Composting Council
18 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-
19 B, "Sample Sieving for Aggregate Size Classification
20 Fine Compost shall meet the following gradation:
21
22
23
24
25
maximum
Zinc 150 mg /kg
maximum
Viscosity 1 ASTM D 2364 1 4000 cPs minimum
Percent Passing
Sieve Size Minimum 1 Maximum
2" 100
1" 95 1100
1 90 100
('/a" (75 100
Maximum particle length of 6- inches.
Medium Compost shall meet the following gradation:
Percent Passing
Sieve Size Minimum 1 Maximum
2" 100
1" 95 1 100
I 5 /s" 90 100
/a" 175 85
26 Maximum particle length of 6- inches.
27
28 Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and
29 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of
30 "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using
31 TM ECC 04.02D.
32
33 Coarse Compost shall meet the following gradation:
34
35
Percent Passing
Sieve Size Minimum 1 Maximum
3" 100 I
11" I90 1100 1
1 70 1 100 1
1 /4" 40 60
1 Maximum particle length of 6- inches.
2
3 In number 8. of the third paragraph, the reference to "manufacturer" is revised to read
4 "Contractor
5
6 9- 14.4(8)A Compost Approval
7 This sections title is revised to read:
8
9 9- 14.4(8)A Compost Submittal Requirements
10
11 The first sentence is revised to read:
12
13 The Contractor shall submit the following information to the Engineer for approval:
14
15 Number 1. is revised to read:
16
17 1. The Qualified Products List printed page or a Request for Approval of Material
18 (DOT Form 350 -071 EF).
19
20 In number 3., the reference to "manufacturer" is revised to read "Contractor" and the
21 reference to "analyses" is revised to read "analysis
22
23 9 14.4(8)B Compost Acceptance
24 This section is revised to read:
25
26 Fourteen days prior to application, the Contractor shall submit a sample of the compost
27 approved for use, and a STA test report dated within 90 calendar days of the
28 application, and the list of feed stocks by volume for each compost type to the Engineer
29 for review.
30
31 The Contractor shall use only compost that has been tested within 90 calendar days of
32 application and meets the requirements in Section 9- 14.4(8). Compost not conforming
33 to the above requirements or taken from a source other than those tested and accepted
34 shall not be used.
35
36 9 14.4(9) Bonded Fiber Matrix (BFM)
37 This section is revised to read:
38
39 Bonded Fiber Matrix (BFM) shall be a hydraulically- applied blanket/mulch /matrix
40 comprised of organic fiber from natural or recycled wood chips or similar woody
41 material, weed free straw, cotton, coconut, jute, and /or hemp. The fibers shall be
42 thermally processed, defibrated, Tong- strand fibers that physically interlock to form a
43 strong moisture holding mat that allows the absorption and infiltration of water. BFM
44 shall be free from rock, metal, or plastic. It shall contain no more than 15 percent
45 recycled paper and meets the requirements in Section 9- 14.4(2)A.
36
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 The BFM shall be manufactured in such a manner that when agitated in slurry tanks
3 with water, the fibers will be uniformly suspended to form a homogeneous slurry.
4
5 Within 48 hours, the BFM shall bond with the soil surface to create a continuous,
6 absorbent, flexible erosion resistant blanket that allows for seed germination and plant
7 growth.
8
9 BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall
10 be non -toxic to plants, animal, and aquatic life and shall not stain concrete or painted
11 surfaces.
12
13 BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with
14 an MSDS that demonstrates to the satisfaction of the Engineer that the product is not
15 harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of
16 additives or components be acceptable.
17
18 The Contractor shall supply independent test results from the National Transportation
19 Product Evaluation Program (NTPEP) or other independent testing organization as
20 approved by the Engineer to assure compliance with the minimum requirements in the
21 following table:
22
37
1
Properties
Long Strand Fibers
Tackifier, Type A or
Type B
Water Holding Capacity
Heavy Metals
Organic Matter Content
Moisture Content
Seed Germination
Enhancement
Performance in
Protecting Slopes from
Rainfall- Induced Erosion
1
Test Method
WSDOT Test Method T
126
See Section 9- 14.4(7)A
1 ASTM D 7367
EPA Method 200.7 and
Standard Method
31126 Cold Vapor for
Mercury
1 ASTM D 586*
1 ASTM D 644*
ASTM D 7322*
ASTM D 6459 with
0.12 -inch average
raindrop size. Test in
one soil type. Soil
tested shall be loam as
defined by the NRCS
Soil Texture Triangle
1 Thickness 1 ASTM D 6525*
1 Ground Cover 1 ASTM D 6567*
1 Mass Per Unit Area 1 ASTM D 6566*
ASTM test methods developed for Rolled Erosion
the only modification being that Hydraulic Erosion
applied to the test plot.
I
1 Requirements
A minimum of 50% of the
fiber, by mass, is
collected on the
combination of No. 8,
No. 16, and No. 24
sieves
Minimum 10 percent by
weight of a cross linked,
polysaccharide, hydro
colloid tackifier
1,300 percent minimum
Arsenic 20 mg /kg
maximum
Boron 100 mg /kg
maximum
Cadmium 10 mg /kg
maximum
Copper 50 kg /mg
maximum
Lead 150 mg /kg
maximum
Mercury 8 mg /kg
maximum
Nickel 210 mg /kg
maximum
Selenium 18 mg /kg
maximum
Zinc 150 mg /kg
maximum
90 percent minimum
15 percent maximum
500 percent minimum
C Factor 0.10
maximum using Revised
Universal Soil Loss
Equation (RUSLE)
1 0.10 -inch minimum
1 97 percent minimum
1 10.0 ozlyd2 minimum
Control Products (RECPs) with
Control Products (HECPs) are
Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for
60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches
1 per hour with 3 successive test durations of 30 minutes each test in 24 hour
2 intervals may be substituted.
3
4 Available at:
5 http: soils.usda aov/ education resources /lessons /texture /textural tri hi.ioa
6
7
8 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM)
9 This section including title is revised to read:
10
11 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced
12 Matrix (FRM)
13 The MBFM /FRM shall be a hydraulically- applied blanket/mulch /matrix comprised of
14 organic fiber from natural or recycled wood chips or similar woody material, straw,
15 coconut, jute, and /or hemp. The MBFM /FRM fibers shall be thermally processed,
16 defibrated, long- strand fibers that are bent in multiple locations on each strand and that
17 physically interlock to form a strong moisture holding mat that allows the absorption and
18 infiltration of water. The MBFM /FRM shall contain cross linked polysaccharide fibers.
19 MBFM /FRM shall be free from paper, rock, metal, and plastic.
20
21 MBFM /FRM shall be manufactured in such a manner that when agitated in slurry tanks
22 with water, the fibers will be uniformly suspended to form a homogeneous slurry.
23
24 The MBFM /FRM shall require no curing period upon application, and shall bond with the
25 soil surface to create a continuous, porous, absorbent, and flexible erosion resistant
26 blanket that allows for seed germination and plant growth.
27
28 MBFM /FRM shall be furnished premixed by the manufacturer. The MBFM /FRM shall be
29 furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the
30 product is not harmful to plants, animals, and aquatic life. Under no circumstances will
31 field mixing of additives or components be acceptable.
32
33 The Contractor shall supply independent test results from the National Transportation
34 Product Evaluation Program (NTPEP) or other independent testing organization as
35 approved by the Engineer to assure compliance with the minimum requirements in the
36 following table:
37
I Properties I Test Method
Long Strand Fibers WSDOT Test Method T 126
Tackifier, Type A or See Section 9- 14.4(7)A
Type B
Water Holding
Capacity
1 Heavy Metals
ASTM D 7367
I EPA Method 200.7 and
39
Requirements
A minimum of 50% of
the fiber, by mass, is
collected on the
combination of No. 8,
No. 16, and No. 24
sieves
Minimum 10 percent by
weight of a cross linked,
polysaccharide, hydro-
colloid tackifier
1,500 percent minimum
I Arsenic 20 mg /kg
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Organic Matter
Content
Moisture Content
Seed Germination
Enhancement
Performance in
Protecting Slopes
from Rainfall- Induced
Erosion
Thickness
Ground Cover
Mass Per Unit Area
Standard Method 3112B
Cold Vapor for Mercury
ASTM D 586*
1 ASTM D 644*
ASTM D 7322*
ASTM D 6459 with 0.12 -inch
average raindrop size.
Test in one soil type. Soil
tested shall be loam as
defined by the NRCS Soil
Texture Triangle
ASTM D 6525*
I ASTM D 6567*
I ASTM D 6566*
ASTM test methods developed for Rolled Erosion Control Products (RECPs) with
the only modification being that Hydraulic Erosion Control Products (HECPs) are
applied to the test plot.
Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for
60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3 5- inches
per hour with 3 successive test durations of 30 minutes each test in 24 hour
intervals may be substituted.
Available at:
htto: /soils.usda.aov /education/ resources /lessons /texture /textural tri hi.ipa
9 14.5(1) Polyacrylamide (PAM)
The third and fourth sentences are revised to read:
This section is supplemented with the following:
40
maximum
Boron 100 mg /kg
maximum
Cadmium 10 mg /kg
maximum
Copper 50 kg /mg
maximum
Lead 150 mg /kg
maximum
Mercury 8 mg /kg
maximum
Nickel 210 mg /kg
maximum
Selenium 18 mg /kg
maximum
Zinc 150 mg /kg
maximum
90 percent minimum
15 percent maximum 1
500 percent minimum
C Factor 0.05
maximum using Revised
Universal Soil Loss
Equation (RUSLE)
0.15 -inch minimum 1
1 98 percent minimum 1
1 11.0 oz/yd2 minimum I
The minimum average molecular weight shall be greater than 5 Mg /mole and minimum
30 percent charge density. The product shall contain at least 80 percent active
ingredients and have a moisture content not exceeding 10 percent by weight.
1 PAM shall be delivered in a dry granular or powder form.
2
3 9- 14.5(2) Erosion Control Blanket
4 This section is revised to read:
5
6 Temporary erosion control blanket shall be made of natural plant fibers and meet the
7 following requirements:
8
I Properties ASTM Test Method 1 Requirements
Protecting Slopes D 6459 with 0.12 -inch Maximum C factor of
from Rainfall- average raindrop size.* Test 0.15 using Revised
Induced Erosion in one soil type. Soil tested Universal Soil Loss
shall be loam as defined by Equation (RUSLE)
the NRCS Soil Texture
Triangle
Dry Weight per D 6475 0.36 lb/sq. yd. minimum
Unit Area
Performance in D 6460 Test in one soil type. 1.0 lb/sq. ft. minimum
Protecting Soil tested shall be loam as
Earthen Channels defined by the NRCS Soil
from Stormwater- Texture Triangle
Induced Erosion
Seed Germination D 7322* 200 percent minimum
Enhancement
9 Netting, if present, shall be biodegradable with a life span not to exceed one year.
10
11 Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for
12 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches
13 per hour with 3 successive test durations of 30 minutes each test in 24 hour
14 intervals may be substituted.
15
16 Available at:
17 htto: /soils.usda aov/ education resources /lessons /texture /textural tri hi.ioa
18
19 Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized
20 fibers, filaments, or netting and shall meet the following requirements:
21
I Properties I ASTM Test Method I Requirements I
UV Stability D 4355 Minimum 80 percent
strength retained after
500 hours in a xenon arc
device
Protecting Slopes D 6459 with 0.12 -inch Maximum C factor of
from Rainfall- average raindrop size.* Test 0.15 using Revised
Induced Erosion in one soil type. Soil tested Universal Soil Loss
shall be loam as defined by Equation (RUSLE)
the NRCS Soil Texture
Triangle
Dry Weight per D 6475 0.50 lb/sq. yd. minimum
Unit Area
I Performance in I D 6460 Test in one soil type. 12.0 lb/sq. ft. minimum I
41
Protecting Soil tested shall be loam as
Earthen Channels defined by the NRCS Soil
from Stormwater- Texture Triangle
Induced Erosion
Seed Germination D 7322 200 percent minimum
Enhancement
1 Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for
2 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches
3 per hour with 3 successive test durations of 30 minutes each test in 24 hour
4 intervals may be substituted.
5 Available at:
6 http: /soils.usda.aov/ education resources /lessons /texture /textural tri hi.loa,
7
8 This section is supplemented with the following new sub section:
9
10 9 14.5(2)A Erosion Control Blanket Approval
11 The Contractor shall select Erosion Control Blanket products that bear the Quality and
12 Data Oversight and Review (QDOR) seal from the Erosion Control and Technology
13 Council (ECTC). All materials selected shall be currently listed on the QDOR products
14 list available at http:www.ectc.ora /ador.
15
16 9 14.5(4) Geotextile Encased Check Dam
17 In the second paragraph, the second and third sentences are revised to read:
18
19 The geotextile material shall overhang the foam by at least 6- inches at each end, and
20 shall have apron type flaps that extend a minimum of 24- inches on each side of the
21 check dam. The geotextile material shall meet the requirements for Temporary Silt
22 Fence in Section 9 -33.
23
24 9 14.5(5) Wattles
25 This section is revised to read:
26
27 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir,
28 compost, ,wood chips, excelsior, or wood fiber or shavings encased within
29 biodegradable or photodegradable netting. Wattles shall be a minimum of 5- inches in
30 diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete
31 or other contaminating materials such as preservatives. Netting material shall be free
32 from cuts, tears, or weak places and shall have a minimum lifespan of 6 months.
33
34 Compost filler shall be Coarse Compost and shall meet the material requirements as
35 specified in Section 9- 14.4(8). If wood chips are used they shall meet the material
36 requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent
37 of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50 inches
38 wide, and between 0.017 and 0.13- inches thick.
39
40 9 14.5(6) Compost Sock
41 This section is revised to read:
42
43 Compost socks shall consist of extra heavy weight biodegradable fabric, with a
44 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost.
45 Compost Socks shall be at least 8- inches in diameter. The fabric shall be clean, evenly
42
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 woven, and free of encrusted concrete or other contaminating materials and shall be
2 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas
3 and shall be free of any type of preservative.
4
5 Coarse Compost filler shall meet the material requirements as specified in Section 9-
6 14.4(8).
7
8 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or
9 pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36- inches
10 in length,
11
12 9 14.5(7) Coir Log
13 This section is revised to read:
14
15 Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted
16 within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile
17 strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall
18 have a maximum length of 20 feet, with a minimum diameter as shown in the Plans.
19 Logs shall have a minimum density of 7 Ibs /cf.
20
21 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall
22 have a notch to secure the rope ties. Rope ties shall be of 1 /4 -inch diameter
23 commercially available hemp rope.
24
25 9 14.6(1) Description
26 The fourth paragraph is revised to read:
27
28 Cuttings are live plant material without a previously developed root system. Source
29 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with
30 a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement
31 to be nursery grown or held in nursery conditions does not apply. Written permission
32 shall be obtained from property owners and provided to the Engineer before cuttings are
33 collected. The Contractor shall collect cuttings in accordance with applicable sensitive
34 area ordinances. Cuttings shall meet the following requirements:
35
36 A. Live branch cuttings shall have flexible top growth with terminal buds and may
37 have side branches. The rooting end shall be cut at an approximate 45 degree
38 angle.
39
40 B. Live stake cuttings shall have a straight top cut immediately above a bud. The
41 lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes
42 are cut from one to two year old wood. Live stake cuttings shall be cut and
43 installed with the bark intact with no branches or stems attached, and be 1 to
44 11/2-inch in diameter.
45
46 C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than
47 three branches which shall be pruned back to the first bud from the main stern.
48
49 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and
50 becoming erect at the apex. Rhizomes shall have a minimum of two growth points.
51 Tubers shall be a thickened and short subterranean branch having numerous buds or
52 eyes.
43
1
2 9- 14.6(2) Quality
3 The first paragraph is revised to read:
4
5 At the time of delivery all plant material furnished shall meet the grades established by
6 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and
7 shall conform to the size and acceptable conditions as listed in the Contract, and shall
8 be free of all foreign plant material.
9
10 The third paragraph is revised to read:
11
12 All plant material shall be purchased from a nursery licensed to produce plants for sale
13 in Washington State.
14
15 This section is supplemented with the following new paragraph:
16
17 All nurseries and nursery vendors must have a business license issued by the
18 Washington State Department of Licensing with a "Nursery" endorsement. Upon
19 request, the Contractor shall furnish the Engineer with copies of the applicable licenses
20 and endorsements.
21
22 9 14.6(3) Handling and Shipping
23 Number 8. and 9. are revised to read:
24
25 8. Size. (Height, runner length, caliper, etc. as required.)
26
27 9. Signature of shipper by authorized representative.
28
29 Number 10. and 11. are deleted.
30
31 9 14.6(7) Temporary Storage
32 The first paragraph is revised to read:
33
34 Plants stored under temporary conditions prior to installation shall be the responsibility
35 of the Contractor.
36
37 15.AP9
38 SECTION 9 -15, IRRIGATION SYSTEM
39 January 4, 2010
40 The first paragraph is supplemented with the following:
41
42 When the water supply for the irrigation system is from a non potable source, irrigation
43 components shall have lavender indicators supplied by the equipment manufacturer.
44
45 9 15.3 Automatic Controllers
46 This section is revised to read:
47
48 The automatic controller shall be an electronic timing device for automatically opening
49 and closing control valves for predetermined periods of time. The automatic controller
50 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge
44
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 sheet aluminum alloy 6061 -T6 or 16 gauge sheet steel or unpainted, non rusting
2 industrial grade stainless steel. The pedestal shall have a completely removable
3 locking faceplate to allow easy access to wiring.
4
5 The automatic controller housing shall have hasp and lock or locking device. All locks or
6 locking devices shall be master keyed and three sets of keys provided to the Engineer.
7 The controller shall be compatible with and capable of operating the irrigation system as
8 designed and constructed and shall include the following operating features:
9
10 1. Each controller station shall be adjustable for setting to remain open for any
11 desired period of time, from five minutes or less to at least 99 minutes.
12 2. Adjustments shall be provided whereby any number of days may be omitted
13 and whereby any one or more positions on the controller can be skipped.
14 When adjustments are made, they shall continue automatically within a 14 -day
15 cycle until the operator desires to make new adjustments.
16 3. Controls shall allow any position to be operated manually, both on or off,
17 whenever desired, without disrupting the 14 day cycle.
18 4. Controls shall provide for resetting the start of the irrigation cycle at any time
19 and advancing from one position to another.
20 5. Controllers shall contain a power on -off switch and fuse assembly.
21 6. Output shall be 24 volt AC with battery back up for memory retention of the 14
22 day cycle.
23 7. Both normally -open or normally closed rain sensor compatibility.
24
25 9 15.4 Irrigation Heads
26 This section is supplemented with the following new paragraph:
27
28 All instructions, special wrenches, clamps, tools, and equipment supplied by the
29 manufacturer necessary for the installation and maintenance of the irrigation heads
30 shall be turned over to the Engineer upon completion and acceptance of the project.
31
32 9 15.5 Valve Boxes and Protective Sleeves
33 This section including title is revised to read:
34
35 9 15.5 Valve Boxes
36 Valve boxes shall conform to the Plans and be extendible to obtain the depth required.
37 All manual drain valves and manual control valves shall be installed in valve box with a
38 vandal resistant lid as shown in the Plans.
39
40 9 15.7(1) Manual Control Valves
41 The third and fourth sentences are revised to read:
42
43 The Contractor shall furnish three suitable operating keys. Valves shall have removable
44 bonnet and stem assemblies with adjustable packing glands and shall house long acme
45 threaded stems to ensure full opening and closing.
46
47 9 15.7(2) Automatic Control Valves
48 in the second paragraph, the first and second sentences are revised to read:
49
50 Valves shall be of a normally closed design and shall be operated by an electronic
51 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic
45
1 solenoids shall have a stainless steel plunger and be directly attached to the valve
2 bonnets or body with all control parts fully encapsulated.
3
4 In the fifth sentence of the second paragraph, "electric" is revised to read "electrical
5
6 9 15.7(3) Automatic Control Valves With Pressure Regulator
7 This section is revised to read:
8
9 Automatic control valves with pressure regulators shall be similar to automatic
10 control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to
11 a constant pressure regardless of supply fluctuations. The regulator must be fully
12 adjustable.
13
14 9 15.8 Quick Coupling Equipment
15 In the first paragraph, the first and second sentences are revised to read:
16
17 Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock
18 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded
19 Semi -Red Brass conforming to ASTM B 584.
20
21 In the fifth sentence of the first paragraph, "will" is revised to read "shall
22
23 9 15.9 Drain Valves
24 This section is revised to read:
25
26 Drain valves may be a '/z -inch or 3 /4 -inch PVC or metal gate valve manufactured for
27 irrigation systems. Valves shall be designed for underground installation with suitable
28 cross wheel for operation with a standard key, and shall have a service rating of not Tess
29 than 150 -psi non -shock cold water. The Contractor shall furnish three standard
30 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal
31 resistant lid as shown in the Plans.
32
33 Drain valves on potable water systems shall only be allowed on the downstream side of
34 approved cross connection control devices
35
36 9 15.10 Hose Bibs
37 The first sentence is revised to read:
38
39 Hose bibs shall be angle type, constructed of bronze or brass, threaded to
40 accommodate a 3 /4 -inch hose connection, and shall be key operated.
41
42 9 15.11 Cross Connection Control Devices
43 This section is revised to read:
44
45 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker
46 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure
47 backflow devices (RPBDs), shall be of a manufacturer and product model approved for
48 use by the Washington State Department of Health, Olympia, Washington or a
49 Department of Health certified agency.
50
46
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 9 -15.12 Check Valves
2 The last sentence is revised to read:
3
4 Valves shall have angled seats, Buna -N seals and threaded connections, and shall be
5 installed in 8 -inch round plastic valve boxes with vandal resistant lids.
6
7 9 15.14 Three Way Valves
8 The last sentence is revised to read:
9
10 When handles are included as an integral part of the valves, the Contractor shall
11 remove the handles and give them to the Engineer for ultimate distribution to the
12 Maintenance Division.
13
14 9 15.15 Flow Control Valves
15 The third sentence is revised to read:
16
17 Valves shall be factory set to the flows as shown in the Plans.
18
19 9 15.17 Electrical Wire and Splices
20 This section is revised to read:
21
22 Electrical wire used between the automatic controller and automatic control valves shall
23 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE
24 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National
25 recognized Testing Laboratory. Each conductor shall be color coded and marked at
26 each end and at all splices with zone or station number identification.
27
28 Low voltage splices shall be made with a direct bury splice kit using a twist -on wire
29 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical
30 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall
31 consist of a mastic fined heavy wall polyolefin cable sleeve.
32
33 9 15.18 Detectable Marking Tape
34 The first paragraph is revised to read:
35 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to
36 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the
37 soil, with a metallic foil core to provide for the most positive detection and pipeline
38 location.
39
40 In the second paragraph, the first and second sentences are revised to read:
41
42 The tape shall be color coded and shall be imprinted continuously over its entire length
43 in permanent black ink indicating the type of line buried below and shall also have the
44 word "Caution" prominently shown.
45
46 The last paragraph is revised to read:
47
48 The width of the tape shall be as recommended by the manufacturer based on depth of
49 installation.
50
47
1 16.AP9
2 SECTION 9 -16, FENCE AND GUARDRAIL
3 January 4, 2010
4 9- 16.3(2) Posts and Blocks
5 The first sentence in the second paragraph is revised to read:
6
7 Timber posts and blocks shall conform to the grade specified in Section 9 -09.2.
8
9 22.AP9
10 SECTION 9 -22, MONUMENT CASES
11 January 4, 2010
12 9 -22.1 Monument Cases, Covers, and Risers
13 In the first sentence, "Class 30B" is revised to read "Class 35B
14
15 29.AP9
16 SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL
17 January 4, 2010
18 In this division, all references to "hot- dipped" are revised to read "hot- dip
19
20 9 29.6(5) Foundation Hardware
21 The first paragraph is revised to read:
22
23 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the
24 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO
25 M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436.
26
27 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases,
28 Cantilever Bases and Sign Bridge Bases
29 The content of this section is revised and moved to the following new sub sections:
30
31 9 29.7(1) Unfused Quick Disconnect
32 Unfused quick- disconnect connector kits shall conform to the following requirements
33
34 1. The copper pin and copper receptacle shall be a crimped type of connection or
35 a stainless steel set screw and lug connection to the cable. The receptacle
36 shall establish contact pressure with the pin through the use of a tinned copper
37 or copper beryllium sleeve spring and shall be equipped with a disposable
38 mounting pin. The receptacle shall be fully annealed. Both the copper pin and
39 receptacle shall have a centrally located recessed locking area adapted to be
40 complementarily filled and retained by the rubber housing.
41
42 2. The plug and receptacle housing shall be made of water resistant synthetic
43 rubber which is capable of burial in the ground or installation in sunlight. Each
44 housing shall provide a section to form a water -seal around the cable, have an
45 interior arrangement to suitably and complementarily receive and retain the
46 copper pin or receptacle, and a section to provide a water -seal between the
47 two housings at the point of disconnection.
48
1
2 3. The kit shall provide waterproof in -line connector protection with three cutoff
3 sections on both the line and load side to accommodate various wire sizes. All
4 connections shall be as described in item "1" above. Upon disconnect, the
5 connector shall remain in the load side of the kit.
6
7 9 29.7(2) Fused Quick Disconnect
8 Fused quick disconnect kits shall provide waterproof in -line fuse protection. The kit shall
9 provide three cutoff sections on both Tines and load side to accommodate various wire
10 sizes. All connections shall be as described in item "1" above. Upon disconnect, the
11 fuse shall remain in the load side of the kit.
12
13 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage
14 of the circuit involved and shall have the following characteristics:
15
16 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load.
17
18 2. Fuses shall be capable of supporting 135 percent of the rated Toad for
19 approximately 1 hour.
20
21 3. A load of 200 percent of rated load shall effectively cause instantaneous
22 blowing of the fuse.
23
24 4. Fuses shall be rated as listed below and shall be sized to fit the fuse
25 containers furnished on this project, according to the manufacturer's
26 recommendations therefore.
27
28 5. Fuses shall be listed by a nationally recognized testing laboratory.
29
30
Luminaire
Size
1,000W
750W
700W
400W
310W
250W
200W
175W
150W
100W
70W
50W
Service Voltage
480V 240V
10A 15A
5A 10A
5A 10A
5A 10A
5A 5A
5A 5A
4A 5A
4A 5A
3A 4A
2A 3A
2A 2A
2A 2A
120V
30A
20A
20A
15A
10A
10A
10A
10A
5A
4A
2A
2A
31
32
33 9 29.9 Ballast, Transformers
34 This sections content is deleted and replaced with:
35
36 Heat generating components shall be mounted to use the portion of the luminaire upon
37 which they are mounted as a heat sink. Capacitors shall be located as far as practicable
49
1 from heat generating components or shall be thermally shielded to limit the fixture
2 temperature to 160 °F.
3
4 Transformers and inductors shall be resin impregnated for protection against moisture.
5 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed.
6
7 No capacitor, transformer, or other device shall employ the class of compounds
8 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other
9 purpose.
10
11 This section is supplemented with the following new sub sections:
12
13 9 29.9(1) Ballast
14 Each ballast shall have a name plate attached permanently to the case listing all
15 electrical data.
16
17 A Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 meeting
18 the manufacturers and these Specification requirements, shall be submitted by the
19 Contractor with each type of luminaire ballast.
20
21 Ballasts shall be designed for continuous operation at ambient air temperatures from
22 20 °F without reduction in ballast life. Ballasts shall have a design life of not less than
23 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours
24 on and 12 hours off, with the lamp circuit in an open or short- circuited condition and
25 without measurable reduction in the operating requirements. All ballasts shall be high
26 power factor (90
27
28 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6,
29 Methods of Measurement of High Intensity- Discharge Lamp Ballasts. Starting aids for
30 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same
31 wattage and manufacturer without adjustment.
32
33 Ballast assemblies shall consist of separate components, each of which shall be
34 capable of being easily replaced. A starting aid will be considered as a single
35 component. Each component shall be provided with screw terminals, NEMA tab
36 connectors or a single multi- circuit connector. All conductor terminals shall be identified
37 as to the component terminal to which they connect.
38
39 Ballasts for high pressure sodium lamps shall have a ballast characteristic curve which
40 will intersect both of the lamp- voltage limit lines between the wattage limit lines and
41 remain between the wattage limit lines throughout the full range of lamp voltage. This
42 requirement shall be met not only at the rated input voltage of the ballast, but also the
43 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of
44 the lamp, the ballast curve shall fall within the specified limits of lamp voltage and
45 wattage.
46
47 All luminaires ballasts shall be located within the luminaire housing. The only exception
48 shall be ballasts to be mounted on lowering assemblies and shall be external to, and
49 attached to the fixture assembly.
50
51 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources
52 shall be:
50
1
2
3
4 9- 29.9(2) Transformers
Source Line Lamp Ballast Type Input Lamp
Volt. Wattage Voltage Wattage
Variation Variation
I HPS I any 170 400 Mag. Reg. Lag I 10% I 18% I
HPS any 750 1000 Auto Reg. Lead 10% 30%
CWA
MH I any 1 175 400 I Mag. Reg. Lag I 10% I 18% I
MH any 1000 Auto Reg. Lead 10% 30%
CWA
5 The transformers to be furnished shall be indoor /outdoor dry type transformers rated as
6 shown in the Plans. The transformer coils, buss bar, and all connections shall be
7 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps,
8 one at 5% and one at 10% below the normal full capacity.
9
10 9 -29.10 Luminaires
11 This section is revised to read:
12
13 All luminaires shall have their components secured to the luminaire frame with ANSI,
14 300 series chrome- nickel grade stainless steel, zinc dichromate coated steel or ceramic
15 coated steel hardware. The luminaire slip -fitter bolts shall be either stainless steel, hot
16 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal
17 luminaire assemblies shall be assembled on or fabricated from either stainless steel or
18 galvanized steel. The housing, complete with integral ballast, shall be weathertight.
19
20 The temperature rating of all wiring internal to the luminaire housing, excluding the pole
21 and bracket cable, shall equal or exceed 200 °F
22
23 All luminaires shall be provided with markers for positive identification of light source
24 type and wattage. Markers shall be 3- inches square with Gothic bold, black 2 -inch
25 legend on colored background. Background color shall be gold for high pressure
26 sodium, and red for metal halide Tight sources. Legends shall be sealed with transparent
27 film resistant to dust, weather, and ultraviolet exposure.
28
29 Legends shall correspond to the following code:
30
Lamp
70
100
150
175
200
250
310
400
Wattage Legend
7
10
15
17
20
25
31
40
51
1 700 70 1
1 750 75
1 1,000 1 XI 1
1
2
3 9 29.10(1) Cobra Head Luminaires
4 This sections content including title is revised to read:
5
6 9- 29.10(1) Conventional Roadway Luminaires
7 A. Conventional highway luminaires shall be IES Type III medium distribution cut off
8 cobra head configuration with horizontal lamp, rated at 24,000 hours minimum.
9
10 B. The ballast shall be mounted on a separate exterior door, which shall be hinged to
11 the luminaire and secured in the closed position to the luminaire housing by means
12 of an automatic type of latch (a combination hex/slot stainless steel screw fastener
13 may supplement the automatic type latch).
14
15 C. The reflector of all luminaires shall be of a snap -in design or be secured with
16 screws. The reflector shall be manufactured of polished aluminum or molded from
17 prismatically formed borosilicate glass. The refractor or lens shall be mounted in a
18 doorframe assembly which shall be hinged to the luminaire and secured in the
19 closed position to the luminaire by means of automatic latch. The refractor or lens
20 and doorframe assembly, when closed, shall exert pressure against a gasket seat.
21 The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets
22 shall be composed of material capable of withstanding temperatures involved and
23 shall be securely held in place.
24
25 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a
26 2 -inch pipe tenon and capable of being adjusted within 5 degrees from the axis of
27 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not
28 bottom out on the housing bosses when adjusted within the ±5 degree range.
29
30 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent
31 set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a
32 torque of 32 pounds feet.
33
34 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate
35 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or
36 tempered glass.
37
38 F. High pressure sodium conventional roadway luminaires shall be capable of
39 accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast.
40
41 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat
42 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall
43 withstand a 1,000 -hour salt spray test as specified in ASTM B 117.
44
45 H. All luminaires to be mounted on horizontal mast arms, shall be capable of
46 withstanding cyclic loading in:
47
52
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak
2 sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for
3 a minimum of 2 million cycles without failure of any luminaire parts, and;
4
5 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum
6 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as
7 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million
8 cycles without failure of any luminaire parts.
9
10 I. All luminaires shall have leveling reference points for both transverse and
11 longitudinal adjustment. Luminaires shall have slip- fitters capable of adjusting
12 through a 5- degree axis for the required leveling procedure.
13
14 9 29.10(2) Decorative Luminaires
15 In the first paragraph, "150 400" is revised to read "50 400
16
17 In the second paragraph, "box shaped" is deleted.
18
19 In the third paragraph, the first sentence is deleted. The second sentence is revised to read:
20
21 The ballast housing shall be adequately constructed to contain ballasts for 50 400 watt
22 alternate high intensity discharge sources.
23
24 The fourth paragraph is revised to read:
25
26 Each housing shall consist of an integral reflector, containing a mogul based high
27 intensity discharge lamp, and a one piece heat and shock resistant, clear tempered Tens
28 mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or
29 secured with screws. The reflector assembly shall have a lamp vibration damper. The
30 reflector shall be manufactured of polished aluminum or molded from prismatically
31 formed borosilicate glass. The housing shall have a heat resistant finish. The Tens
32 frame shall be secured to the housing with ANSI, 300 series chrome nickel grade
33 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware.
34
35 The last sentence in the fifth paragraph is deleted.
36
37 The sixth paragraph is deleted.
38
39 The seventh paragraph is revised to read:
40
41 The finish shall meet the requirements of ASTM B 117 with the exception that the finish
42 shall be salt spray resistant after 300 hours exposure
43
44 The first sentence in the eight paragraph is deleted.
45
46 9 29.10(3) High Mast Luminaires and Post Top Luminaires
47 This sections content including title is deleted and replaced with:
48
49 9 29.10(3) Vacant
50
53
1 9- 29.10(5) Sign Lighting Luminaires
2 This section is revised to read:
3
4 Sign lighting luminaires shall be the Induction Bulb type.
5
6 9- 29.10(5)A Sign Lighting Luminaires Mercury Vapor
7 This section including title is revised to read:
8
9 9- 29.10(5)A Sign Lighting Luminaires Isolation Switch
10 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9-
11 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The
12 terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall
13 be either single pole, single throw, or double pole single throw as necessary to open all
14 conductors to the luminaires other than neutral and ground conductors. The switch shall
15 contain 600 volt alternating current (VAC) terminal strips on the Toad side with
16 solderless lugs as required for each load carrying conductor plus four spare Tugs per
17 strip.
18
19 9 29.10(5)B Sign Lighting Fixtures Induction
20 The first sentence is revised to read:
21
22 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a
23 polyester paint finish.
24
25 In the second sentence of the sixth paragraph, "87" is revised to read "85
26
27 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A
28
29 The first sentence of the last paragraph is revised to read:
30
31 A Manufacturer's Certificate of Compliance, conforming to Section 1 -06.3
32 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator
33 test methods and results shall be submitted by the manufacturer with each lot of sign
34 lighting fixtures.
35
36 30.AP9
37 SECTION 9 -30, WATER DISTRIBUTION MATERIALS
38 January 4, 2010
39 9- 30.1(1) Ductile Iron Pipe
40 In the first paragraph, number 1. and 2. are revised to read:
41
42 1. Ductile iron pipe shall meet the requirements of AWWA 0151. Ductile iron pipe
43 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the
44 requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged
45 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be
46 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated
47 on the Plans or in the Special Provisions.
48
49 2. Nonrestrained joints shall be either rubber gasket type, push on type, or
50 mechanical type meeting the requirements of AWWA C111.
54
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 9- 30.1(2) Polyethylene Encasement
3 This section is revised to read:
4
5 Polyethylene encasement shall be tube -form, high density cross laminated polyethylene
6 film, or linear low density polyethylene film, meeting the requirements of ANSI /AWWA
7 C105. Color shall be natural or black.
8
9
10 35.AP9
11 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS
12 January 4, 2010
13 9 -35.0 General Requirements
14 In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable
15 Attenuator
16
17 In the second paragraph, the third sentence is revised to read:
18
19 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified
20 Products List (QPL) submittals are not required.
21
22 9 35.12 Truck Mounted Attenuator
23 This section including title is revised to read:
24
25 9 35.12 Transportable Attenuator
26 Transportable attenuators are Truck Mounted Attenuators (TMA) or Trailer- Mounted
27 Attenuators (TMA trailer). The transportable attenuator shall be mounted on, or
28 attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum
29 weight in accordance with the manufacturer's recommendations. Ballast used to obtain
30 the minimum weight requirement, or any other object that is placed on the vehicle shall
31 be securely anchored such that it will be retained on the vehicle during an impact. The
32 Contractor shall provide certification that the transportable attenuator complies with
33 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the
34 Contractor are subject to the approval of the Engineer. The Contractor shall provide the
35 Engineer with roll -ahead distance calculations and crash test reports illustrating that the
36 proposed host vehicle is appropriate for the attenuator and the site conditions.
37
38 The transportable attenuator shall have a chevron pattern on the rear of the unit. The
39 standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non reflective
40 black and retro reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with
41 the "V" at the center of the unit.
42
43 This section is supplemented with the following new sub sections:
44
45 9 35.12(1) Truck Mounted Attenuator
46 The TMA may be selected from the approved units listed on the QPL or submitted using
47 a RAM.
48
55
1 The TMA shall have an adjustable height so that it can be placed at the correct
2 elevation during usage and to a safe height for transporting. If needed, the Contractor
3 shall install additional lights to provide fully visible brake lights at all times.
4
5 9 35.12(2) Trailer Mounted Attenuator
6 The TMA trailer may be selected from the approved units listed on the QPL or
7 submitted using a RAM.
8
9 If needed, the Contractor shall install additional lights to provide fully visible brake lights
10 at all times.
11
12 9 35.12(3) Submittal Requirements
13 For transportable attenuators listed on the QPL, the Contractor shall submit the QPL
14 printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350-
15 071 EF) for the product proposed for use to the Engineer for approval. The Contractor
16 shall submit a RAM for transportable attenuators not listed on the QPL.
17
56
PART IV
SPECIFICATIONS, SPECIAL PROVISIONS
AND SUBMITTALS
CONTENTS
SPECIAL PROVISIONS
INTRODUCTION TO THE SPECIAL PROVISIONS 5
DIVISION 1- GENERAL REQUIREMENTS 9
1 -02 BID PROCEDURES AND CONDITIONS 11
1 -5 TRAFFIC CONTROL 16
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 20
1 -08 PROSECUTION AND PROGRESS 34
1 -10 TEMPORARY TRAFFIC CONTROL 39
DIVISION 2 EARTHWORK 42
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 42
2 -09 STRUCTURE EXCAVATION 43
DIVISION 3 CONCRETE 45
3 -01 PRODUCTION FROM QUARRY AND PIT SITES 45
DIVISION 4 BALLAST AND CRUSHED SURFACING 47
4 -04 BALLAST AND CRUSHED SURFACING 47
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 49
5 -04 HOT MIX ASPHALT 49
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS 51
7 -04 STORM SEWERS 51
7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 54
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 54
DIVISION 8 MISCELLANEOUS CONSTRUCTION 57
8 -01 EROSION CONTROL 57
8 -04 CURBS, GUTTERS, AND SPILLWAYS 58
8 -11 GUARD RAIL 58
8 -27 ENERGY DISSIPATERS 59
8 -28 TEMPORARY ACCESS ROADS 60
8 -30 ROCK FILL SLOPE PROTECTION 61
DIVISION 9 MATERIALS 63
9 -02 MATERIAL 63
IV
N \PROJECTS\TR01. 10 Race Valley Slides 112 Project fano0\Btd Prolcc[ Manual \Bid Set Part IV Special Provisions Btd Set doc
This page intentionally left blank.
N -2
v oonrcrrc. 1.1n o Vnion clidPdi, Pmmcr MnnnaI 11d Promo Manwl\Bid SetPan IV Special Provisions Bid Set doc
The 2010 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the
Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, including all published amendments, hereinafter called the
Standard Specifications, are the basic specifications for this part of this project. The Standard
Specifications are hereby incorporated by reference as if set forth in full herein.
All sections of the Standard Specifications applicable to any and all parts of this project shall
govern, except as specifically modified in these Contract Documents, General Conditions,
Supplemental General Conditions, Special Provisions, and Detailed Specifications.
Payments for all bid items will be made on the basis of the quantity units and prices bid, as
shown in the Bid Schedule.
The designated numbers of sections contained herein to modify or emphasize parts of the
Standard Specifications are the same as the corresponding section numbers in said Standard
Specifications.
PROCUREMENT OF STANDARD SPECIFICATIONS
Copies of the Standard Specifications may be obtained from the Washington State Department of
Transportation.
Contractor acknowledges receipt of a true and complete copy of the Standard Specifications.
IV -3
N %PROJECTS \TROT -10 Race Valley SlydeslI2 Proles Manual \Biel Pro ect VlanuaPBid ScUPart IV SpectaI Prot tstons 81d Set doc
This page intentionally left blank.
IV -4
/i„oon mCtQ rQ in u„-.. a Prow, L n.PR,d Protect land \B,d SCOPan IV Soccul Praumns Bid Secdoc
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
INTRODUCTION TO THE SPECIAL PROVISIONS
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2010 edition as amended and 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 these Special Provisions, shall
govern all of the Work. 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.
Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, current edition as
amended by WSDOT
Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, Current
edition
City of Port Angeles, Urban Services Standards and Guidelines 2010
Dept. of Ecology Stormwater Management Manual for Western WA, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
DESCRIPTION OF WORK
The work to be performed under this Contract consists of furnishing of materials, equipment,
tools, labor, and other work or items incidental thereto (excepting any materials, equipment,
utilities, or service, if any specified herein to be furnished by Owner or others), and performing
all Work as required by the Contract in accordance with the Contract Documents, all of which
are made a part hereof.
Landslide repair, including construction and removal of a temporary access road to the toe of the
slide; excavation of a keyway at the toe, construction of the quarry spall rock fill; installation of
123 linear feet of 12 -inch pipe; and 152 linear feet of 18 -inch HDPE storm drainage with gabion
energy dissipater at the toe of the steep slope.
IV-5
N \PROIECiS17RO1 -IO Race Valle, Slides \l2 Project Manual \Btd Project Manual\Btd Set\Patt IV Special Prov stops Btd Setdoc
This page intentionally left blank.
IV -6
N ■PROJECTS1TRO1-IO Race Valle, Slides \12 Project Manual \Bid Project ManuallBtd SCPPart IV Spttml Pros tstons Btd Set doa
IMPORTANT PLEASE READ
These Special Provisions supplement, add new, replace, or modify the combined Standard
Specifications and Amendments. For clarification of the purpose of the sections provided, these
Special Provisions have the following added section descriptors:
Supplement: Text supplements, slightly modifies, or adds clarification to the identified section
of the Standard Specifications.
New: Item/specification is unique to this project and will not be found in the Standard
Specifications.
Replacement: A replacement of the entire identified section or subsection of the Standard
Specifications.
Modification: A replacement of the identified sentence or paragraph of the Standard
Specifications.
IV-7
N 'PROJECTS \TR01 -10 Race Valle% Slides \12 Project Manual0Btd Project Manurl\8td Set\Part IV Speaal Prmstons Std Set doc
This page intentionally left blank.
IV -8
N `PROJECTS TR01 -10 Race Vale. Slides t2 Project ManualtBtd Project Vlanual`Btd Sett Pan IV Special Prov stops Bid Set do
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
DIVISION 1- GENERAL REQUIREMENTS
(March 13, 1995)
This contract provides for the improvement of sidewalk and other work, all in accordance with
the attached Contract Plans, these Contract Provisions, and the Standard Specifications.
1 -01.3 Definitions
(September 12, 2008 APWA GSP)
This Section is supplemented with the following:
All references in the Standard Specifications to the terms "State "Department of
Transportation "Washington State Transportation Commission "Commission "Secretary
of Transportation "Secretary "Headquarters and "State Treasurer" shall be revised to
read "Contracting Agency
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the contract shall be in the Superior Court of the County where the
Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the
proposal, from which the Contracting Agency may make a choice between different methods
or material of construction for performing the same work.
Contract Documents
See definition for "Contract
Contract Time
The period of time established by the terms and conditions of the contract within which the
work must be physically completed.
IV -9
N \PROJBCTS \TR01 -10 Race Valler Slides \12 Project Manual■Btd Project ono:d \Bid Sc0Part IV Special Pro tstons Btd Set doc
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.
IV 10
N `PROJECTS ITROI -Ill Race a Valles Sltdes'12 Project Manual'Bid Project Manual Bid Set\Part IV Special Provisions Bid Set doc
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1 -02.1 Qualifications of Bidder
(October 1, 2005 APWA GSP)
Bidders shall be qualified by experience, financing, equipment, and organization to do the work
called for in the Contract Documents. The Contracting Agency reserves the right to take
whatever action it deems necessary to ascertain the ability of the bidder to perform the work
satisfactorily.
1 -02.2 Plans and Specifications
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor No. of Sets
Reduced plans (11" x 17 2
and Contract Provisions
Large plans (e.g., 22" x
34 and Contract
Provisions
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.
2 Furnished only upon
request.
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
IV -11
N `PROJECTS\TR01 10 Race Valle% Sltdesll_' Project blanmPBld Project Vlanmll &d SettPart IV Special Prot tstons Bid Set doc
Basis of Distribution
Furnished automatically
upon award.
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.
1 -02.7 Bid Deposit
(October 1, 2005 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
the person authorized to submit the bid should agree with the signature on the bond, and
the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
N -12
nt `van IFCrSI R0I -lo Rxe Valle, Sltdes \I2 Promo Manual`Btd Project Manua1181d SeOPart IV Spool Pro.,stons Btd So doc
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
1 -02.9 Delivery of Proposal
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope. with the Proiect Name and Project
Number as stated in the Advertisement for Bids clearly marked on the outside of the
envelope. or as otherwise stated in the Bid Documents. to ensure proper handling and
delivery.
1 -02.13 Irregular Proposals
(October 1, 2005 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is
altered;
c. The completed proposal form contains any unauthorized additions, deletions,
alternate bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter
into the contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as
required in Section 1 02.6.
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in Section 1-
02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the
material terms of the bid invitation.
1 -02.14 Disqualification of Bidders
(September 12, 2007 APWA GSP)
Revise this section to read:
1. A bidder will be deemed not responsible and the proposal reiected if the bidder does not
meet the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
IV -13
N IPROSECTSITROI• IO Race Vali, Slides I2 Project NannaPBld Project bL mx1Btd S t IV Spectal Pro.,s ons —131d Set doc
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 Contractine Agency, is not Qualified for the work or
to the full extent of the bid, or to the extent that the bid exceeds the authorized
preQualification amount as may have been determined by a preaualification of the
bidder:
d. An unsatisfactory performance record exists based on past or current Contracting
Agency work or for work done for others. as iudaed from the standpoint of conduct of
the work: workmanship: progress: affirmative action: eoual 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.
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
8. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
IV -14
N `PROJECTS \1RU I -IO Race Valley Slides \1_ Project Manual\Bid Project Vlanual\Bitl Set'Part IV Special Pro is ons Bid Set dot
1 -03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions. including the unsigned Form of Contract. will be available
for signature bv the successful bidder on the first business day following award. The number
of copies to be executed bv the Contractor will be determined bv 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.
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;
IV -15
N \PROJECTS \TR01 -10 Race Valley Shdesll'_ Project Manual \Bid Project Manual \Btd Set'Part IV Speoal Pros sons Btd Set doc
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,
7. Contracting Agencv's Standard Plans (if any), and
8. WSDOT Standard Plans for Road. Bridge. and Municipal Construction.
1 -05 TRAFFIC CONTROL
1 -05.5 CONTRACTOR PROVIDED SURVEY
Payment will be made for the following bid item(s):
Contractor Surveying
The lump sum bid price for "Contractor Surveying" shall be full compensation for all labor,
equipment and materials to stake the improvements as shown on the contract plans and specified
in the standard specifications and these special provisions.
CONTROL OF WORK
1 -05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
IV -16
N \PROJECTS \TRO 1 -1O Race Valle, Sltdes\l_ Project tilanual\Btd ProJCCt Manual \Bid Sel\Part IV Speaal Pro,stons Bid Set doc
Lump Sum
NEW
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.
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.
IV -17
N \PROJECTS\TR01 -10 Race Valley Slides \12 Project Manual1Btd Project Manual \Bid Set ■Part IV Special Provisions Bid Set dac
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the Contractor
expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1- 05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection,
the Contractor by written notice, shall request the Engineer to schedule a final inspection.
The Engineer will set a date for final inspection. The Engineer and the Contractor will then
make a final inspection and the Engineer will notify the Contractor in writing of all
particulars in which the final inspection reveals the work incomplete or unacceptable. The
Contractor shall immediately take such corrective measures as are necessary to remedy the
listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without
interruption until physical completion of the listed deficiencies. This process will continue
until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1 -05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
1- 05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete
and operable system. Therefore when the work involves the installation of machinery or
other mechanical equipment; street lighting, electrical distribution or signal systems;
irrigation systems; buildings; or other similar work it may be desirable for the Engineer to
have the Contractor operate and test the work for a period of time after final inspection but
IV -18
N PROJECTS \TROI 10 Race Vallev SlideslI2 Project A \Bid Project Mlanual`,Btd Set'Pan IV Special Pros tsions Btd Set doe
prior to the physical completion date. Whenever items of work are listed in the Contract
Provisions for operational testing they shall be fully tested under operating conditions for the
time period specified to ensure their acceptability prior to the Physical Completion Date.
During and following the test period, the Contractor shall correct any items of workmanship,
materials, or equipment which prove faulty, or that are not in first class operating condition.
Equipment, electrical controls, meters, or other devices and equipment to be tested during
this period shall be tested under the observation of the Engineer, so that the Engineer may
determine their suitability for the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections have been completed to
the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the
system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
1 -05.13 Superintendents, Labor and Equipment of Contractor
(May 25, 2006APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications Pursuant to
Section 1 -02.1. it will take these performance reports into account.
1 -05.15 Method of Serving Notices
(October 10, 2008 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence to the Proiect Engineer's office must be in saner format. hand delivered or
sent via mail delivery service. Electronic conies will be treated as informational only. and do
not constitute official notice.
Add the following new section:
1 -05.16 Water and Power
(October 1, 2005 APW4 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.
IV -19
14 tPROJECTS ITR0 .10 Race Valle', Slides I2 Project MamtallBtd Project Mural \Bid Sct■Part IV Special Provisions Bid Set doc
Add the following new section:
1 -05.17 Oral Agreements
(October 1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1 -07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and 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.
IV-20
N \PROJECTS \TRO I -10 Race Vallct SUdcs ■12 Project Manual\Bhd Project Manual \BEd SeVPart IV Spectal Pro, tstons Bid Set doc
1 -07.2 State Sales Tax
Delete this section, including its sub sections, in its entirety and replace it with the following:
1 -07.2 State Sales Tax
(October 1, 2005 APWA GSP)
1- 07.2(1) General
The Washington State Department of Revenue has issued special rules on the State sales tax.
Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should
contact the Washington State Department of Revenue for answers to questions in this area.
The Contracting Agency will not adjust its payment if the Contractor bases a bid on a
misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-
07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from
its payments to the Contractor any amount the Contractor may owe the Washington State
Department of Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper State fund.
1- 07.2(2) State Sales Tax Rule 171
WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as a part of the street or road
drainage system and power lines when such are part of the roadway lighting system. For
work performed in such cases, the Contractor shall include Washington State Retail Sales
Taxes in the various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in
doing the work.
1- 07.2(3) State Sales Tax Rule 170
WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited to,
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system;
N -21
N' PROJECTSITRO 1-10 Race Vallcr Shdcs\ 12 Project Manual \Btd Project Manual■Btd Set ■Part [V Spew' Pros mom B d Set doe
and installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not include
the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule
170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included in the
unit bid item prices or in any other contract amount.
1- 07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
State Taxes
Section 1 -07.2 is supplemented with the following:
(March 13, 1995)
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply.
Permits and Licenses
Section 1 -07.6 is supplemented with the following:
(March 13, 1995)
No hydraulic permits are required for this project unless the Contractor's operations use, divert,
obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of
the State or materials from gravel or sand bars, or from stream beds.
Requirements for Nondiscrimination
Section 1 -07.11 is supplemented with the following:
(March 6, 2000)
Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
Federal Equal Employment Opportunity Construction Contract Specifications set forth
herein.
IV -22
N ∎PROJECTS \TRO I -1O Race 8 Valle. Slides \12 Project ManuaIlBtd Project Manual \Btd SeaPan IV Spec of Pros Sons Bid Set doc
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 (SMSAI
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.
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.
IV -23
N PROJECTS \TRO1 -10 Race Valley Slides 112 Project M,mual\Bid Project Mnnuall&d Set0Pan IV Special Prmstons Bid Set doe
5.4
3.6
Portland, OR:
SMSA Counties:
Portland, OR -WA 4.5
WA Clark.
Non -SMSA Counties 3.8
WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on -site construction
workforce, regardless of whether or not part of that workforce is performing work on a
Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the Office of Federal
Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR
Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause,
specific affirmative action obligations required by the specifications set forth in 41 CFR
60- 4.3(a), and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
contract, in each construction craft and in each trade, and the Contractor shall make a
good faith effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from Contractor to Contractor or
from project to project for the sole purpose of meeting the Contractor's goal shall be a
violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Engineer within 10 working
days of award of any construction subcontract in excess of $10,000 or more that are
Federally funded, at any tier for construction work under the contract resulting from
this solicitation. The notification shall list the name, address and telephone number of
the subcontractor; employer identification number of the subcontractor; estimated
dollar amount of the subcontract; estimated starting and completion dates of the
subcontract; and the geographical area in which the contract is to be performed.
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area is as designated herein.
Standard Federal 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 Department of Labor, or any person to whom the Director
delegates authority;
IV -24
N 1 PROJECTS 1TRU I -10 Race Valley Siidcst12 Project Mamul`9td Projttt Manual\Btd S t'Part IV Special Prov s ons Btd Set doe
c. Employer Identification Number means the Federal Social Security number
used on the Employer's Quarterly Federal Tax Return, U. S. Treasury
Department Form 941;
d. Minority includes:
(1) Black, a person having origins in any of the Black Racial Groups of
Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of
Mexican, Puerto Rican, Cuban, Central American, South American,
or other Spanish origin.
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
IV -25
N \PROJECTS \TR01 -10 Race Valles Shdes112 Project Manual ■Btd Project Manual \Btd Set \Part IV Special ProvIstons Btd Set doc
the geographical area where the work is being performed. The Contractor is expected
to make substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a
union with whom the Contractor has a collective bargaining agreement, to refer either
minorities or women shall excuse the Contractor's obligations under these
specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in
meeting the goals, such apprentices and trainees must be employed by the Contractor
during the training period, and the Contractor must have made a commitment to employ
the apprentices and trainees at the completion of their training, subject to the
availability of employment opportunities. Trainees must be trained pursuant to training
programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the Contractor's compliance with these specifications
shall be based upon its effort to achieve maximum results from its action. The
Contractor shall document these efforts fully, and shall implement affirmative action
steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the Contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other on -site
supervisory personnel are aware of and carry out the Contractor's obligation to
maintain such a working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its unions
have employment opportunities available, and maintain a record of the
organizations' responses.
c. Maintain a current file of the names, addresses and telephone numbers of each
minority and female off- the street applicant and minority or female referral
from a union, a recruitment source or community organization and of what
action was taken with respect to each such individual. If such individual was
sent to the union hiring hall for referral and was not referred back to the
Contractor by the union or, if referred, not employed by the Contractor, this
shall be documented in the file with the reason therefor, along with whatever
additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement has
IV-26
u \PPn rpfrC\TR0 I. m R.0-0 .e VII cedeav Pm ect \1 rn rnI\B.d Prmcct Manual \Btd ScvPan IV Soeual Pro utons Btd Set doc
not referred to the Contractor a minority person or woman sent by the
Contractor, or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the Contractor's employment needs, especially those programs
funded or approved by the U.S. Department of Labor. The Contractor shall
provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to
unions and training programs and requesting their cooperation in assisting the
Contractor in meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy with all
management personnel and with all minority and female employees at least
once a year; and by posting the company EEO policy on bulletin boards
accessible to all employees at each location where construction work is
performed.
g.
Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other employment
decisions including specific review of these items with on -site supervisory
personnel such as Superintendents, General Foremen, etc., prior to the
initiation of construction work at any job site. A written record shall be made
and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female
news media, and providing written notification to and discussing the
Contractor's EEO policy with other Contractors and Subcontractors with
whom the Contractor does or anticipates doing business.
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.
j. Encourage present minority and female employees to recruit other minority
persons and women and where reasonable, provide after school, summer and
IV -27
N
PROJECTS TAO] •10 Race Valley Slides \I_' Project blanualBtd Project VanuaPBid Sct\Part IV Spenal Pros tstons Btd Set doc
vacation employment to minority and female youth both on the site and in
other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an obligation
to do so under 41 CFR Part 60 -3.
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
IV -28
N 'PROJECTSVTR01 -10 Race Valley Sltdes■I2 Protect \Tactual \Bid Protect \L ual\Btd Set Pan IV Spectal Prottstons Btd Set doc
may be in violation of the Executive Order if a particular group is employed in
substantially disparate manner (for example, even though the Contractor has achieved
its goals for women generally, the Contractor may be in violation of the Executive
Order if a specific minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred
from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspensions, terminations
and cancellations of existing subcontracts as may be imposed or ordered pursuant to
Executive Order 11246, as amended, and its implementing regulations by the Office of
Federal Contract Compliance Programs. Any Contractor who fails to carry out such
sanctions and penalties shall be in violation of these specifications and Executive Order
11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement
specific affirmative action steps, at least as extensive as those standards prescribed in
paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts
to ensure equal employment opportunity. If the Contractor fails to comply with the
requirements of the Executive Order, the implementing regulations, or these
specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8.
14. The Contractor shall designate a responsible official to monitor all employment related
activity to ensure that the company EEO policy is being carried out, to submit reports
relating to the provisions hereof as may be required by the government and to keep
records. Records shall at least include, for each employee, their name, address,
telephone numbers, construction trade, union affiliation if any, employee identification
number when assigned, social security number, race, sex, status (e.g.. mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per
week in the indicated trade, rate of pay, and locations at which the work was performed.
Records shall be maintained in an easily understandable and retrievable form; however,
to the degree that existing records satisfy this requirement, the Contractors will not be
required to maintain separate records.
15. Nothing, herein provided shall be construed as a limitation upon the application of other
laws which establish different standards of compliance or upon the application of
requirements for the hiring of local or other area residents (e.g., those under the Public
Works Employment Act of 1977 and the Community Development Block Grant
Program).
IV -29
N IPROJECTSITRO I -lO Race Valley Sltdes\I2 Project Manual■Btd Project Manual \Bid Sct ■Pan IV Special ProvlstoLLS Btd Set doc
1 -07.17 UTILITIES AND SIMILAR FACILITIES
Section 1 -07.17 is supplemented by the following:
Locations and dimensions shown in the plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these
Special Provisions. Such adjustment, relocation, replacement, or construction will be done
during the prosecution of the work for this project.
The Contractor shall call the Utility Location Request Center (One Call Center), for field
location not less than two nor more than ten business days before the scheduled date for
commencement of excavation which may affect underground utility facilities, unless otherwise
agreed upon by the parties involved. A business day is defined as any day other than Saturday,
Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center
for this project is 1- 800 424 -5555.
The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law
relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall
be at the Contractor's expense.
No excavation shall begin until all known facilities in the vicinity of the excavation area have
been located and marked.
1 -07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1- 07.23(1) Construction Under Traffic
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass
through the work with the least possible inconvenience or delay. The Contractor shall
maintain existing roads, streets. sidewalks. and baths within the project limits, keeping them
open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's
operations shall be repaired at the Contractor's expense. Deficiencies not caused by the
Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at
the Contracting Agency's expense. The Contractor shall also maintain roads, streets,
sidewalks. and paths adjacent to the project limits when affected by the Contractor's
operations. Snow and ice control will be performed by the Contracting Agency on all
IV -30
N \PROJECTS \7ROI -IO Race Valle, Slides 12 Project Manual \Bid Project \tanua1'Bid Se■Part IV Special Pros is ons Hid Set doc
projects. Cleanup of snow and ice control debris will be at the Contracting Agency's
expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require work on the
roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency's expense when approved by
the Engineer, except when flow is impaired due to the Contractor's operations.
1- 07.23(1) Construction Under Traffic
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass
through the work with the least possible inconvenience or delay. The Contractor shall
maintain existing roads, streets, sidewalks. and oaths within the project limits, keeping them
open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's
operations shall be repaired at the Contractor's expense. Deficiencies not caused by the
Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at
the Contracting Agency's expense. The Contractor shall also maintain roads, streets,
sidewalks. and oaths adjacent to the project limits when affected by the Contractor's
operations. Snow and ice control will be performed by the Contracting Agency on all
projects. Cleanup of snow and ice control debris will be at the Contracting Agency's
expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require work on the
roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
N -31
N `PROJECTS 1TROI•I0 Race Vailet Sltdes ■13 Project \fanuai\&d Project \lanual■Bid Sc1 ■Part IV Spectal Pto' tsmns Bid Set doc
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency's expense when approved by
the Engineer, except when flow is impaired due to the Contractor's operations.
Construction Under Traffic
Section 1- 07.23(1) is supplemented with the following:
(April 2, 2007)
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours.
The WZCZ applies only to temporary roadside objects introduced by the Contractor's
operations and does not apply to preexisting conditions or permanent Work. Those
work operations that are actively in progress shall be in accordance with adopted and
approved Traffic Control Plans, and other contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ unless
they are protected by permanent guardrail or temporary concrete barrier. The use of
temporary concrete barrier shall be permitted only if the Engineer approves the
installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only construction
vehicles absolutely necessary to construction shall be allowed within the WZCZ or
allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows:
Posted Speed Distance From
T raveled Way
(Feet)
35 mph or less 10
40 mph 15
45to55mph 1 20 1
60 mph or greater I 30 i
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:
N -32
\PRf IVI,C,RIII _III R.ir..6 VnlIrt SlIde %I l Prnierl M,nual'Btd Prniect Manual ■Bid SeltPart IV Soectal Provisions Bid Set doc
The contractor may close Race Street to through traffic for one day between the hours of
9:00 a.m. and 3:00 p.m. The road closure will allow the 18 inch HDPE pipe to be laid
out and welded together on Bryson Ave. right -of -way east of Race Street and to be pulled
into final placement. The road closure will require approved signage and detour routes
set up for both north bound and southbound traffic. Detour route for southbound traffic
will be east on E. Lauridsen Blvd., then south on S. Washington St., then west on E Park
Ave. Detour route for northbound traffic will be east on E. Park Ave., then north on S.
Washington St., then west on E. Lauridsen Blvd. The contractor will be required to
submit traffic control plans for approval by the City.
Race Street lane closures
If the Engineer determines the permitted closure hours adversely affect traffic, the
Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in
writing of any change in the closure hours.
No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM
(noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday,
Saturday, Sunday or Monday are considered a holiday weekend.
1- 07.23(2) Construction and Maintenance of Detours
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two -way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, sidewalk. or oath during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1 -07.24 Rights of Way
(October 1, 2005 APWA GSP)
Delete this section in its entirety, and replace it with the following:
Street right of way lines, limits of easements, and limits of construction permits are indicated
in the Plans. The Contractor's construction activities shall be confined within these limits,
unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way
and easements, both permanent and temporary, necessary for carrying out the work.
1V -33
N 'PROJECTS \TR01 -I0 Race Valle Slides l2 Project \ianual\Bid Project Manual Bid Se6Part IV Special Pros sons Bid Set doc
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public right of
way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the right of way or easement is available or that
the right of entry has been received. If the Contractor is delayed due to acts of omission on
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this contract.
The statement shall be signed by the private property owner, or proper authority acting for
the owner of the private property affected, stating that permission has been granted to use the
property and all necessary permits have been obtained or, in the case of a release, that the
restoration of the property has been satisfactorily accomplished. The statement shall include
the parcel number, address, and date of signature. Written releases must be filed with the
Engineer before the Completion Date will be established.
1 -08 Prosecution and Progress
Add the following new section:
1 -08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1- 08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
N -34
wr Inon rcr- rc\ronr in S.I........fR,n Gr\P,.\ IV Gmrr:rl PrnvIcrnnc Rrri gel tine
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, 2006APWA GSP)
Except in the case of emergency or unless otherwise approved by the Contracting Agency,
the normal straight time working hours for the contract shall be any consecutive 8 -hour
period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch
break and a 5 -day work week. The normal straight time 8 -hour working period for the
contract shall be established at the preconstruction conference or prior to the Contractor
commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m.
or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for
permission to work such times. Permission to work longer than an 8 -hour period between
7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no
later than noon on the working day prior to the day for which the Contractor is requesting
permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and
between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject
to noise control requirements. Approval to continue work during these hours may be
revoked at any time the Contractor exceeds the Contracting Agency's noise control
regulations or complaints are received from the public or adjoining property owners
regarding the noise from the Contractor's operations. The Contractor shall have no claim for
damages or delays should such permission be revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal
straight time working hours Monday through Friday may be given subject to certain other
conditions set forth by the Contracting Agency or Engineer. These conditions may include
but are not limited to: requiring the Engineer or such assistants as the Engineer may deem
IV-35
N PROJECTS \TRO1 -10 Race Valley Shdes1l'_ Project Manual Bid Project bla a I'Brd S,t`Part IV Speaal Provisions B.d Set doc
necessary to be present during the work; requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for Contracting Agency
employees who worked during such times, on non Federal aid projects; considering the work
performed on Saturdays, Sundays, and holidays as working days with regards to the contract
time; and considering multiple work shifts as multiple working days with respect to contract
time even though the multiple shifts occur in a single 24 -hour period. Assistants may
include, but are not limited to, survey crews; personnel from the Contracting Agency's
material testing lab; inspectors; and other Contracting Agency employees when in the
opinion of the Engineer, such work necessitates their presence.
Subcontracting
Section 1 -08.1 is supplemented with the following:
(October 12, 1998)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreernent
between the Contractor and the subcontractor or between the subcontractor and any lower
tier subcontractor has been executed. This certification shall also guarantee that these
subcontract agreements include all the documents required by the Special Provision Federal
Agency Inspection.
A subcontractor or lower tier subcontractor will not be permitted to perform any work under
the contract until the following documents have been completed and submitted to the
Engineer:
1. Request to Sublet Work (Form 421 -012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420 -004).
The Contractor's records pertaining to the requirements of this Special Provision shall be
open to inspection or audit by representatives of the Contracting Agency during the life of
the contract and for a period of not less than three years after the date of acceptance of the
contract. The Contractor shall retain these records for that period. The Contractor shall also
guarantee that these records of all subcontractors and lower tier subcontractors shall be
available and open to similar inspection or audit for the same time period.
Revise this section to read:
1 -08.4 Notice to Proceed and Prosecution of the Work
(October 1, 2005 APYVA 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 bv the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given bv
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
IV-36
wr.non rcrrc.ron I i o,. I 11112a c., P,,. IV eYe „i c.m.,unnc P,d c... 4.Y
shall not relieve the Contractor of the responsibility to complete the work within the time(s)
specified in the contract.
1 -08.5 Time for Completion
(March 13, 1995)
Section 1 -08.5 is supplemented with the following:
This project shall be physically completed within 60 working days.
(June 28, 2007 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the Engineer
will provide the Contractor a statement that shows the number of working days: (1) charged
to the contract the week before; (2) specified for the physical completion of the contract; and
(3) remaining for the physical completion of the contract. The statement will also show the
nonworking days and any partial or whole day the Engineer declares as unworkable. Within
10 calendar days after the date of each statement, the Contractor shall file a written protest of
any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in
sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed.
By not filing such detailed protest in that period, the Contractor shall be deemed as having
accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days
a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would
ordinarily be charged as a working day then the fifth day of that week will be charged as a
working day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor's obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required
by 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.
IV -37
N 1PROJECTSIT1101-10 Race Valles Shdes1l2 Project Manual Project Manua/11d Se■Part IV Spenal Pro, tstons Btd Set doc
d. Final Contract Voucher Certification
e. Property 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 path for public
use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may
include a temporary road or detour.
PAYMENTS
Section 1 -09.9 is supplemented with the following:
The Contractor shall submit payment requests with a completed Application for Payment form,
an example of which is included in the Attachments in Part 4 of the Project Manual. This form
includes a lien waiver certification, and shall be notarized before submission. Applications for
payment not signed or notarized shall be considered incomplete and ineligible for payment
consideration.
1 -09.9 Payments
(October 10, 2008 APWA GSP)
Revise the first paragraph to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment. For items Bid as lump sum, with a bid price of more
than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in
sufficient detail for the Project Engineer to determine the value of the Work performed on a
monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later
than the date of the preconstruction conference.
Delete the third paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at the
preconstruction conference.
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.
IV -38
loon rvr- rc in o...., x i...u.. a.A.., I ,Inn..■na,A c. nP.n IV c.rrInl P.n..ainoa R,d Set dm
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form the approximate quantity of acceptable units of work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form partial payment for lump sum Bid items will be a
percentage of the price in the Proposal based on the Engineer's determination of the amount
of Work performed, with consideration given to, but not exclusively based on, the
Contractor's lump sum breakdown for that item.
3. Materials on Hand 100 percent of invoiced cost of material delivered to Job site or
other storage area approved by the Engineer.
4. Change Orders entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1- 09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any work has been satisfactorily completed. The
determination of payments under the contract will be final in accordance with Section 1 -05.1.
Payments will be made by warrants, issued by the Contracting Agency's fiscal officer,
against the appropriate fund source for the project. Payments received on account of work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
TRAFFIC CONTROL MANAGEMENT
1 -10 TEMPORARY Traffic Control
1- 10.1(2) Description
(May 25, 2006 APWA GSP)
Revise the third paragraph to read:
The Contractor shall provide signs and other traffic control devices not otherwise specified as
being furnished by the Contracting Agency. The Contractor shall erect and maintain all
construction signs, warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of the Contractor's
operations which may occur on highways, roads, streets. sidewalks. or oaths. No work shall
be done on or adjacent to anv traveled wav until all necessary signs and traffic control
devices are in place.
GENERAL
(December 1, 2008)
IV -39
14 `PROIECTS.TRO 1-10 Race Valley Shdes112 Project Manual'1Btd Project Manual \Btd Set1Part IV Special Provvsrons Btd Set doc
Section 1- 10.2(1) is supplemented with the following: 1
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 1
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
1 -10.1 DESCRIPTION SUPPLEMENT
The contractor may close Race Street to through traffic for one day between the hours of 9:00
a.m. and 3:00 p.m. The road closure will allow the 18 inch HDPE pipe to be laid out and welded
111
together on Bryson Ave. right -of -way east of Race Street and to be pulled into final placement.
The road closure will require approved signage and detour routes set up for both north bound and
southbound traffic. Detour route for southbound traffic will be east on E. Lauridsen Blvd., then
south on S. Washington St., then west on E Park Ave. Detour route for northbound traffic will
be east on E. Park Ave., then north on S. Washington St., then west on E. Lauridsen Blvd. The
contractor will be required to submit traffic control plans for approval by the City. 1
1- 10.5(2) ITEM BIDS WITH LUMP SUM FOR INCIDENTALS SUPPLEMENT,
Payment will be made for the following bid item
(s):
b (s
Project Temporary Traffic Control 1 Lump Sum 1
The lump sum bid price for "Project Temporary Traffic Control" shall be full compensation for
all labor, signage, equipment and materials to provide traffic control throughout the duration of
the project in accordance with the specifications.
1
END OF DIVISION 1
\f.,n,l Srt \Pv■ IV S,,e I Pm. tetnn, RSA Set An[
1
IV -40 1
N -41
N PROJECTStTR01 -10 Race Valley Shdest12 Project Manual\Btd Protect Manuantd Set \Part IV Spew! Prot lstons Bid Set doe
DIVISION 2 EARTHWORK
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 -02.1 DESCRIPTION SUPPLEMENT
This work shall consist of the removal and disposal or salvaging of materials of various existing
improvements, including but not limited to, guard rail and posts, rock walls, pavement markings,
drainage structures including pipe, foundations, junction boxes, and other items such as bollards,
creosote poles etc. necessary for the accomplishment of the improvement.
This work shall also include abandonment of existing drainage structures including pipe.
This work also includes removal of pavement, curb, and sidewalk, as shown on the plans and
directed by the Engineer.
2 -02.3 CONSTRUCTION REQUIREMENTS
Unless so noted in these Special Provisions or shown in the Plans, no removed
placed in any embankment or fill within the project site.
2- 02.3(3) REMOVAL OF PAVEMENT. SIDEWALKS. AND CURBS
The Contractor shall remove existing pavement, sidewalks, curb, and curb and
the Plans or as necessary for the accomplishment of the improvement.
2- 02.3(4) CUTTING PAVEMENT. SIDEWALKS, AND CURBS
IV -42
1 oonrrcrClron 1 _1n on, 11n11m Cl.,re. 1, o.n..rr N.1In..nllfnl Rnwrt CerlPan IV Cnertal PrnaicInnc R1r1 Set dne
SUPPLEMENT
material may be
SUPPLEMENT
gutter as shown in
NEW
Transitions to existing asphalt or cement concrete driveways, parking lots, curb and gutter, and
walkways shall be vertically sawcut full -depth with straight, uniform edges or planed per the
contract plans. Neither impact tools nor pavement breakers may be used for trench crossing of
existing pavement. Trench crossing of existing pavement shall be vertically sawcut.
Where gutter is to be placed integral with asphalt pavement as shown in the Plans, the Contractor
shall take extra precaution to make a neat, uniform cut, and shall sawcut pavement to full depth,
regardless of number of passes necessary. If, in the opinion of the Engineer, the cut is not
satisfactory due to Contractor's workmanship or equipment, the Contractor shall fix the problem
to the satisfaction of the Engineer, at Contractor's own expense.
2 -02.4 MEASUREMENT SUPPLEMENT
Sawcutting existing. cement and asphalt concrete pavements will be measured by the linear foot
along the sawcut, full depth. Recutting of edges for pavement patching will not be measured for
payment unless the Engineer has directed the Contractor to either widen or increase the depth of
the trench such that additional sawcutting and pavement removal is required for pavement
patching.
2 -02.5 PAYMENT SUPPLEMENT
Payment will be made for the following bid item(s):
Asphalt Concrete Sawcutting 1 Per Linear Foot
Removal of Structure and Obstruction 1 Lump Sum
The lump sum price for "Removal of Structure and Obstruction" shall also include backfill and
compaction as required.
Demolition, removal, and disposal of all other structures and obstructions not covered under
other bid items shall be included in the lump sum price for "Removal of Structure and
Obstruction including but not limited to: abandoning utilities, abandonment and plugging of
pipe, removal of pavement markings, existing posts, extruded curb, signs and supports, and
removal of any and all miscellaneous street improvements.
2 -09 STRUCTURE EXCAVATION
2 -09.1 DESCRIPTION SUPPLEMENT
This work shall also consist of material for rock fill keyways.
2- 09.3(1)D DISPOSAL OF EXCAVATED MATERIAL SUPPLEMENT
Excavated material from the rockfill keyway shall be retained on site and placed at the toe of
slope as shown on the plans.
2 -09.4 MEASUREMENT SUPPLEMENT
"Structural Excavation Cl. B (Slide Area Keyway) shall be measured by the lump sum.
2 -09.5 PAYMENT SUPPLEMENT
Payment will be made for the following bid item(s):
Shoring or Extra Excavation Cl B (Trench) 1 Per Square Foot
Structure Excavation CI. B (Slide Area Keyway) 1 Per Lump Sum
The unit contract price per lump sum for "Structural Excavation Cl. B (Slide Area Keyway)"
shall be for excavation of the keyway and placing and compacting the excavated keyway /slide
material and other work required to trim and clean up.
1V -43
N \PROJECTSITRO L 10 Race Valle, Slides 12 Project Manuat`Btd Project Manual \Btd SC■Part IV Spectal Proustons Btd Set dot:
END OF DIVISION 2
IV -44
t� IPRO r CTS \TRII I.IO Rnre ollea Sllde,12 PrnIerr MannmI\Bld Prniert Manna) \Btd Set1Pnn IV Special Prnmtcinns Bid Se[ dnc
DIVISION 3 CONCRETE
3 -01 PRODUCTION FROM QUARRY AND PIT SITES
3 -01.4 CONTRACTOR FURNISHED MATERIAL SOURCES SUPPLEMENT.
No source has been provided for any materials necessary for the construction of this
improvement.
If the sources of materials provided by the Contractor necessitate hauling over roads other than
city streets, the Contractor shall, at his own cost and expense, make all arrangements for the use
of the haul routes.
3 -01.6 PAYMENT REPLACEMENT,
All work covered under Division 3, which is performed by the Contractor, shall be considered
included in the costs for furnishing of materials. All costs of acquiring, producing, and placing
this material in the finished work shall be included in the unit and lump sum contract prices for
the various items involved.
END OF DIVISION 3
IV -45
N `,PROTECTS \TROI -10 Race Valles Slides l2 Project Manual \.131d Project Manual \Bid Set'Part IV Special Provision Btd Set doc
This page intentionally left blank.
IV-46
u ∎PR(IIFCTC \TRIII -In Rare b Valles Shdrtl Prn,ert \Annnnll Rid PrnIert VlannfI\R!d SPI`Part IV Snecinl Prot pions Bid Set doe
DIVISION 4 BALLAST AND CRUSHED SURFACING
4 -04 BALLAST AND CRUSHED SURFACING
4 -04.1 DESCRIPTION
Crushed surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways,
and pavement; at existing driveways to provide temporary access; as backfill for unsuitable
foundation excavation; at mailbox supports; or for any other purposes deemed necessary by the
Engineer.
4 -04.5 PAYMENT SUPPLEMENT
Payment will be made for the following bid item(s) when they are included in the proposal:
Crushed Surfacing Top Course
Crushed Surfacing Base Course
The unit contract price per ton for "Crushed Surfacing Top Course" and "Crushed Surfacing
Base Course" shall also include compacting, and removing and hauling to waste when required
by the Engineer. A quantity has been entered in the Proposal for "Crushed Surfacing Base
Course" for bidding purposes only. This item is not subject to the provisions of Section 1 -04.6
of the Standard Specifications.
END OF DIVISION 4
IV-47
N \PROIECTS1TR01.10 Racc Valley Sltdcs \12 Project Manual \Bid Project Sinnual \Btd Set ■Part IV Special Prmtstons Bid Set doc
Per Ton
Per Ton
SUPPLEMENT
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS
5 -04 HOT MIX ASPHALT
5 -04.5 PAYMENT
Payment will be made for the following bid item(s):
I� HMA Cl. /2" PG64 -22
The unit contract price per ton for "HMA CL W' PG64 -22" shall also include soil residual
herbicide, tack coat, joint sealing, and feathering.
Crack Sealing shall be considered incidental to the Contract.
END OF DIVISION 5
IV -49
N (PROJECTS \TROT -10 Race Valln Slides 1I2 Project \lanual■Bid Project Manual'Bnd Sei■Part IV Speaal Prosuions But Setdoc
Per Ton
REPLACEMENT
This page intentionally left blank.
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS. AND CONDUITS
7 -04 STORM SEWERS
7 -04.2 MATERIALS SUPPLEMENT
Materials for the storm sewer system shall be in accordance with all provisions of the following
sections:
9- 05.12(1)
9- 05.12(2)
7- 04.2(1)
9 -33
7- 04.2(1) HDPE Pine and Fittings
Solid Wall PVC Storm Sewer Pipe
Profile Wall PVC Storm Sewer Pipe
HDPE Pipe and Fittings
Construction Geotsynthetic
The Contractor shall require pipe suppliers to furnish certificates, signed by their authorized
representative, stating the specifications to which the materials or products were manufactured.
The Contractor shall provide 3 copies of these certificates to the Engineer for approval.
Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and
products, and such action by Engineer will not relieve Contractor of his responsibility to perform
field tests and to replace or repair faulty materials, equipment, and/or workmanship at his own
expense.
All pipe sizes shown on the Contract Plans and specified in this Section reference nominal
diameter, unless otherwise indicated. Pipe sizing shall be in accordance with ASTM F 714 and
ASTM D 3035 -83. All pipe and fittings shall be SDR 32.5 as a minimum.
All solid wall HDPE pipe and fittings shall conform to the following minimum requirements:
Property Test Procedures Unit Typical Values
Material Designation Plastic Pipe Inst/ PE 3408
ASTM
Material Classification D -1248 Type III,
Class C
Cell Classification
Density
Melt Flow
Flexural Modules D -790
Tensile Strength D -638
Environmental Stress
Crack
HDB
UB Stabilizer
Category 5,
Grade P34
D -3350
D-1505 gm/cm'
D -1238 (E)
psi
D -1693
345434C
ASTM D -3350
gm/10 min ASTM D -3350
ASTM D -3350
psi ASTM D -3350
Failure Hrs ASTM D -11693
D -2837 psi ASTM D -3350
D -1603 Carbon Black ASTM D -3350
IV -51
N \PROJECTS \TRU I -10 Race Valle} Slides I2 Project Tlanual\&d Project Manual \Bid Set Part IV Special Provstons Bid Set doe
Elastic Modules D -638
Brittleness Temp. D -746
Vicat Softening Temp. D -1525
Thermal Expansion D -696
Hardness D -2240
All pipe and fittings shall contain no recycled compound except that generated in the
manufacturer's own plant and from resin of the same specification and from the same raw
material supplier.
Pipe and fitting materials shall be homogeneous throughout and free of visible cracks, holes,
foreign inclusions or other injurious defects. Being uniform in color, capacity, density, and other
physical properties.
The following information will be marked continuously on the pipe or spaced at intervals not
exceeding 5 feet:
1. Name and/or trademark of the pipe manufacturer.
2. Nominal pipe size.
3. Standard Dimensional Ratio (SDR).
4. PE 340B.
5. Manufacturers Standard Reference.
6. A production code from which the date and place of manufacture can be
determined.
Pipe with Standard Dimensional Ratio of 26 must have a pressure rating of 64 psi or greater
unless otherwise noted on the Contract Plans.
Contractor shall provide Manufacturer's Certificate of Compliance in accordance with Section 1-
06.3 Manufacturer's Certificate of Compliance of the Standard Specifications for all pipe to be
used.
7- 04.3(3) C HDPE COUPLINGS
Flanged coupling adapters and ANSI backup rings shall be rated for same pressure service as
pipe. Bolts for flanges shall be of compatible material. Gaskets shall be provided for flanged
fittings when joining to non polyethylene materials.
7- 04.3(4) B FUSION WELDING HDPE PIPE
All pipe fusion shall be performed by a certified fusion operator. The Contractor shall furnish
the Engineer with a copy of the fusion operator's certification prior to fusing pipe and/or fittings.
Perform fusion joining of pipe and fittings in accordance with ASTM D 2657 and the procedures
established by the pipe /fitting manufacturer. A copy of these procedures shall be provided to the
Engineer prior to fusing pipe and/or fittings.
7- 04.3(4) C HDPE FLANGED CONNECTIONS
psi 110,000
°F -180 °F
°F +255 °F
in/in/ °F 8x10 -5
shor D 64
IV -52
OD rt lri`TC\rnni-III Rare in Drntan Prn,rn M.an3InTRId Set \Port IV Snecml Prnv,ClnllC Rid Se( dnc
HDPE flanges must be at the ambient soil temperature at the time they are bolted tight to prevent
relaxation and loosening of the joint due to thermal contraction. Flanges shall be bolted together
using an evenly torqued crossing pattern. Retorqued to the manufacturer's recommended torque
value after one (1) hour and after 24 hours at ambient soil temperature.
7- 04.3(5) PIPE FITTINGS
7- 04.3(5) A MATERIALS
7- 043(5) B HDPE PIPE
Fittings shall be manufactured from the same class of materials and fully compatible with the
HDPE pipe. Fittings shall be manufactured in accordance with ASTM D 2683 or ASTM D
3261 -82. Fabricated fittings shall have pressure ratings matching the HDPE pipe.
7 -04.4 MEASUREMENT MODIFICATION
Delete the second sentence of the first paragraph and replace it with the following:
The number of linear feet will be measured from the center of manhole, catch basin, or similar
structure to center of manhole, catch basin, or similar structure.
7 -04.5 PAYMENT SUPPLEMENT
Payment will be made for the following bid item(s):
Profile Wall PVC Storm Sewer Pipe 12 Inch Diam.
Solid Wall PVC Storm Sewer Pipe 4 Inch Diam.
HDPE Storm Sewer Pipe 18 Inch Diam.
1 Per Linear Foot
1 Per Linear Foot
1 Per Linear Foot
The unit contract price per linear foot for Storm Sewer Pipe of the kind and size specified shall
be full pay for all Work to complete the installation, adjustment of inverts to manholes, fittings
and bends, providing materials, dewatering (if required), connection to existing structures or
pipe, and compacting, cleaning and testing of the pipe.
Unit contract price for HDPE Storm Sewer Pipe 18 Inch Diam. Shall also include all work to
complete the installation of the pipe anchors, anchor rings and concrete blocks as shown on the
plans.
Unit contract price for Profile Wall PVC Storm Sewer Pipe 12 Inch Diam shall also include
payment for furnishing and installing the geotextile separator fabric between the trench backfill
and the quarry spall rock fill.
Imported backfill material will be paid for by the appropriate unit price for that material.
IV -53
N PROJECTS■TRO I -10 Race Valley Slides \t Project Manual\&d Project Manual\Bid SeOPart IV Special Pro sons Bid Set doc
1
7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7 -05.1 DESCRIPTION SUPPLEMENT
This work shall also consist of installing HDPE tee inside catch basins. 1
7 -05.2 MATERIALS SUPPLEMENT
704.2(1) HDPE Pipe and Fittings
1
7 -05.5 PAYMENT SUPPLEMENT
Payment will be made for the following bid item(s): I
Catch Basin Type 1 1 Per Each 1
1
Catch Basin Type 2 60 Inches Diam. w/ Tee 1 Per Each
The unit contract price per each for "Catch Basin Type 1" and "Catch Basin Type 2" shall also
1
include frame and grate (or solid locking cover), HDPE tee as shown on the plans, adjusting to
final grade, connection to existing system, and cleaning.
I
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7 -08.2 MATERIALS SUPPLEMENT
9 -03.19 Bank Run Gravel for Trench Backfill
7- 08.3(1)A TRENCHES SUPPLEMENT
Backfill material for the area of unsuitable foundation excavation shall be crushed surfacing top
course per Section 9- 03.9(3) of the Standard Specifications. Before backfilling with bedding
material has begun, the trench shall first be cleaned of all roots, loose stones, and other debris.
Bedding materials, if required, shall be placed only upon undisturbed earth.
7- 08.3(11B SHORING SUPPLEMENT 11
The requirements of the Occupational Safety and Health Act (OSHA) and the Washington
Industrial Safety and Health Act of 1973 (WISHA), RCW Chapter 49.17, shall apply to all a
excavation, trenching and ditching operations on this project. All trenches four (4) feet and over
in depth shall be provide shoring or extra excavation class B in compliance with applicable
federal and state regulations. 11
7-08.3(2)B PIPE LAYING GENERAL SUPPLEMENT
fittings shall be free of foreign inclusions and visible defects. The ends of the i
The pipe and f b s pipe
s foreign p p
shall be cut squarely and cleanly so as not to adversely affect joining.
N 'PROJECTS \TRO 1 -10 Race Valley Slates \12 Project Nlanual\&d Project Manual'Bid Set \Pact IV Soectal PION iSl ons Bid Set doe
IV -54 11
7- 08.3(2)E RUBBER GASKETED JOINTS SUPPLEMENT
Flexible joints for each type of pipe shall be rubber gasketed in accordance with the Standard
Specifications. Mortared, dry- packed, or cast -in -place joints will be permitted only for
connection to or through manholes and catch basins. Connections with pipes to catch basins and
inlets shall be cement mortared on the interior and exterior of structure.
7- 08.3(3) BACKFILLING SUPPLEMENT
All backfill above the pipe zone shall be with native material as approved by the engineer, or
bank run gravel for trench backfill if suitable material is not available as determined by the
engineer.
7 -08.4 MEASUREMENT SUPPLEMENT
Shoring or Extra Excavation Class B will be measured in accordance with Section 2 -09.5 of the
Standard Specifications and these Special Provisions.
Bank Run Gravel for Trench Backfill placed above the pipe zone will be measured by the cubic
yard as determined by neat line calculation with the trecnch width per Section 2 -09.4 and depth
equal to the distance from the pipe zone bedding to pavement subgrade. Pipe zone material is
included in the unit price bid for the storm drainage pipe per lineal foot. Pipe zone shall be as
shown on the typical trench section in the contract plans.
7 -08.5 PAYMENT SUPPLEMENT
Shoring or Extra Excavation Class B will be paid in accordance with Section 2 -09.5 of the
Standard Specifications and these Special Provisions.
Bank Run Gravel for Trench Backfill
Structural Excavation Cl. B Incl. Haul
END OF DIVISION 7
IV -55
N \PROJECTS \TROT -1O Race Valley S6dest l2 Project btanual \Bid Project Manual \B\d Sei \Part IV Special Prminons Bid Se[ doc
I Per Cubic Yard
1 Per Cubic Yard
`Bank Run Gravel for Trench Backfill" used to backfill trench excavation above the pipe zone,
as approved by Engineer, will be measured and paid per Section 4 -04.5 of the Standard
Specifications and these Special Provisions. Payment for Bank Run gravel for Trench Backfill
shall also be full compensation for removal and disposal of unsuitable native soil.
This page intentionally left blank.
N -56
,nn�.•c r+c�T+,�,+ o..__ a. et.a..�t t+ o....e,+ w. +ItR +A 0.n.en Mnrwal\R++i Set \Part IV Stxcta1 P20vt51on5 Bid Set doe
DIVISION 8 MISCELLANEOUS CONSTRUCTION
8 -01 EROSION CONTROL
8- 01.3(81 STREET CLEANING SUPPLEMENT
Contractor shall be responsible at all times, for the maintenance of streets and other utilities
affected by construction operations. Contractor shall clean and sweep streets at the end of each
working day, and throughout the working day as deemed necessary by Engineer, to render the
streets free of all mud, debris, and foreign materials.
In the event Contractor fails to confoun to these requirements, Owner shall have the right to have
the work done by others and the cost shall be deducted from moneys due to Contractor in
accordance with Section 1 -05.8 of the Standard Specifications.
8 -01.3 (9)D INLET PROTECTION SUPPLEMENT
At a minimum, sediment filters shall be provided on inlets to drainage structures per City of Port
Angeles Standards included in Plan Details of these Contract Provisions.
Filters determined by the Engineer to be damaged and otherwise improperly functioning shall be
repaired or replaced by the Contractor at no cost to the Owner.
8 -01.4 MEASUREMENT SUPPLEMENT
Temporary Erosion and Sediment Control shall be measured by the lump sum.
8 -01.5 PAYMENT SUPPLEMENT
Payment will be made for the following bid item(s):
i, Temporary Erosion and Sediment Control I Per Lump Sum
The lump sum contract price for "Temporary Erosion and Sediment Control" shall be full pay for
all work required, not specifically paid for in other bid items in the proposal, to provide water
pollution and erosion control according to an approved temporary erosion and sedimentation
control (TESC) plan submitted by the Contractor including, but not limited to: TESC plan
development, TESC inspections, TESC inspection report preparation, maintenance of inlet
protection and silt fencing, street sweeping, dust control (water), plastic sheeting, erosion control
blankets, ditches, check dams, cleaning, sedimentation facilities, and TESC facility removal and
associated property restoration. TESC features shown on the contract plans are a minimum
requirement for the contractor provided TESC plan. Watering of planted material shall be
considered incidental to the total contract.
IV -57
N \PROIECTSITRO I -10 Race Valley Sltdes \I2 Project \Ianual\Bid Project Manual \Btd Set \Part IV Speaal Prot tstons Bid Set doe
8 -04 CURBS, GUTTERS, AND SPILLWAYS
8 -04.3 CONSTRUCTION REOUIREMENTS
8 -11 GUARD RAIL
8 -11.3 PAYMENT
Removing and Resetting Beam Guardrail I Per Linear Foot
IV -58
ar, non n o..en a P..,11., GAP -n IV Sneclal Proctsrn nc Aid Set doc
SUPPLEMENT
Extruded curb shall be constructed in accordance with WSDOT Standard Plan F- 10.42 -00, Type
6.
The Contractor shall remove and replace any concrete curb with any chips, spalls, cracks, or
hairline cracks as directed by the Engineer at no cost to the Owner.
Contractor shall take special care to construct concrete curb to line and grade as shown in the
Plans. Concrete curb constructed with excessive bows, waves, or ultimately out -of -plumb shall
be removed and replaced as directed by the Engineer at no cost to the Owner.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly
placed concrete. Damaged, vandalized or unsightly concrete shall be removed and replaced at
the Contractor's expense.
8 -04.5 PAYMENT SUPPLEMENT
Payment will be made for the following bid item(s):
1 1 Extruded Cement Concrete Curb
1 Per Linear Foot
The unit price for "Extruded Cement Concrete Curb" shall include all labor, equipment, and
materials necessary to construct the curb as shown in the plans including installation of anchor
bars.
SUPPLEMENT
The contractor shall remove the sections of beam guardrail necessary for construction of the
quarry spall rock fill slope. Store the beam guardrail and protect from damage during
construction and reinstall after construction of the rock fill.
8 -11.5 PAYMENT SUPPLEMENT
Payment will be made in accordance with Section 1 -04.1 for each of the following bid item(s).
The unit price for "Removing and Resetting Beam Guardrail" shall include all labor, equipment,
and materials necessary to remove, store and reinstall the guardrail as shown on the contract
plans.
8 -27 Energy dissipaters
8 -27.1 CONSTRUCTION REQUIREMENTS NEW
This work shall consist of installing the Gabion Energy Dissipater and the Level Spreader in
accordance with the plans, the Standard Specifications, and in conformity with the lines, grades,
design and dimensions shown in the plans or established by the engineer.
8 -27.2 MATERIALS NEW
Gabions shall consist of rectangular or square wire mesh formed containers filled with rock.
Gabions will conform to the following: Welded wire mesh with a uniform square or rectangular
pattern and a resistance weld at each intersection. The welded wire connections shall conform to
the requirements of ASTM A 185, including wire smaller than W1.2 (0.124 in.); except that the
welded connections shall have minimum average shear strength of 70% and minimum shear
strength of 60% of the minimum ultimate tensile strength of the wire. The wire mesh shall be
galvanized before forming into mesh.
Standard fasteners and alternate fasteners must provide a minimum strength of 1,400 lbs. per
lineal foot for gabion baskets and 900 lbs. per lineal foot for gabion mattresses. When used to
interconnect gabion baskets or mattresses with PVC coating, ring fasteners shall be made of
stainless steel and spiral fasteners shall be PVC coated. All fasteners shall meet all of the closing
requirements of the gabion manufacturer.
Rock shall conform to the quality requirements as follows and at least 85 percent of the rock
particles, by weight, shall be within the predominant rock size range. Recycled concrete may be
used in lieu of the specified aggregate at the engineer's discretion.
Gabion Basket or Predominant Minimum Rock Maximum Rock
Mattress Height Rock size Dimension Dimension
(inches) (inches) (inches) (inches)
12"
Basket 18" 4 to 8 4 8
36"
6"
Mattress 9'" 3 to 5 3 5
12"
8 -27.3 CONSTRUCTION REQUIREMENTS
NEW
The foundation on which the gabions are to be placed shall be cut or filled and graded to the
lines and grades shown on the drawings. Surface irregularities, loose material, vegetation, and
all foreign matter shall be removed from foundation surface area. When fill is required, it shall
consist of materials conforming to the specified requirements. Gabions and bedding or specified
geotextiles shall not be placed until the foundation preparation is completed, and the subgrade
surfaces have been inspected and approved by the engineer or the engineer's representative.
IV -59
N `PROIECCS1TROt -I0 Race Valle} SlideslI2 Project Manuall&d Project Ntanual \Btd Sel`Part IV Special Pro,stons Btd Set doc
Compaction of bedding or filter material will be required per plans and specifications. The
surface of the finished material shall be to grade and free of mounds, dips or windrows. Extra
care should be taken with foundation preparations in order to ensure a level and smooth surface.
Geotextile shall be installed in accordance with the requirements of the plans and specifications.
The gabions shall be carefully filled with rock, either by machine or hand methods, ensuring
alignment, avoiding bulges, and providing a compact mass that minimizes voids. At no point in
the filling process may rock be mechanically placed from a height of over 36" from machine to
fill area. Machine placement will require supplementing with handwork to ensure the desired
results. The cells in any row shall be filled in stages so that the depth or rock placed in any on
cell does no exceed the depth or rock in any adjoining cell by more than 12 inches. Along the
exposed faces, the outer layer of stone shall be carefully placed and arranged by hand to ensure a
neat, compact placement with a uniform appearance.
The last layer of rock shall be uniformly leveled to the top edges of the gabions. Lids shall be
placed over the rock filling using only approved lid closing tools as necessary. The use of
crowbars or other single point leverage bars for lid closing is prohibited due to the potential for
damage to the baskets.
The gabion lid shall then be secured to the sides, ends, and diaphragms with spiral binders,
approved alternate fasteners, or lacing wire wrapped with alternating single and double half
hitches in the mesh openings.
8 -27.4 MEASUREMENT
Measurement for "Gabion Basket Energy Dissipater" will be made per Lump Sum.
8 -28.2 MATERIALS
Hog Fuel shall consist of wood chips no larger than 6 inches long and 1/2 inch thick.
IV -60
wl DRnrp/TC I.In Rn- RVallra Cl!d, \1+ Drag, 41nn1, R,A Rnlen 41nnnn1 \RO Cet\ Par tIV Sneclnl Pros tslonc —R.A Set doc
NE W
NE W
8 -27.5 PAYMENT
Payment will be made for the following bid item(s):
Gabion Basket Energy Dissipater Per Lump Sum
The unit price for "Gabion Basket Energy Dissipater" shall include all labor, equipment, and
materials necessary to construct the energy dissipater as detailed in the contract plans, including
structural excavation, gabion mattresses and baskets, geotextile fabric, HDPE expansion sleeve,
pipe anchors, and level spreader.
8 -28 temporary Access roads
8 -28.1 CONSTRUCTION REQUIREMENTS NEW
This work shall consist of clearing and grubbing and establishing a temporary hog fuel access
road to construct the rock fill keyway and energy dissipater. Hog fuel shall be used as the
temporary road surfacing.
NEW
8 -28.3 CONSTRUCTION REQUIREMENTS
The temporary access road shall be constructed to safely transport contractor equipment and
material to the location of the rockfill keyway and energy dissipater. The construction of the
road shall be completed in a manner that will limit the disturbance to the hillside and will
provide a stable base for contractor's equipment. Place hog fuel on the cleared road surface by
placing the material and tractor walk them into the ground.
8 -28.4 MEASUREMENT NEW
Measurement for "Temporary Access Road" will be made per Lump Sum.
8 -28.5 PAYMENT NEW
Payment will be made for the following bid item(s):
Temporary Access Road Per Lump Sum
The unit price for "Temporary Access Road" shall include all labor, equipment, and materials
necessary to construct the access road that is needed for the contractor's equipment to access the
keyway and energy dissipater. Payment shall include all necessary grading and compaction and
placement of the hog fuel. Clearing and grubbing shall be considered incidental to and included
in the "Temporary Access Road" bid item.
8 -30 Rock fill slope protection
8 -30.1 CONSTRUCTION REOUIREMENTS
This work shall consist of clearing and grubbing for excavation of the keyway and placement of
the rock fill as detailed on the contract plans.
8 -30.2 MATERIALS NEW
Materials shall meet the requirements of the following sections:
9 -13.6 Quarry Spalls
8 -30.3 CONSTRUCTION REQUIREMENTS
NEW
NEW
NEW
The keyway shall be excavated to the dimensions shown on the contract plans. The keyway
drain shall be placed at the elevation and location specified during the placement of the rock fill.
Rock fill shall be placed and compacted to the lines and grades shown on the plans.
8 -30.4 MEASUREMENT NEW
Measurement for "Quarry Spall Rock Fill" will be made per ton of quarry spalls placed.
IV -61
N \PROJECTS \TROT -lO Race Valley Siidcs \I2 Project Manual \Bid Project ManualkBid SeOPan IV Special Pros Istons Bid Set doc
8 -30.5 PAYMENT
Payment will be made for the following bid item(s):
11 Quarry Spall Rock Fill 1 Per Ton
END OF DIVISION 8
IV -62
N ,PROJECTS \TROT -l0 Race VaLleN SLdes \l2 Project Manua' \Bad Project Manual \Bad Set \Pan IV Special Provision Bad Set doc
NEW
The unit price for "Quarry Spall Rock Fill" shall include all labor, equipment, and materials
necessary to construct the rock fill slope protection. Payment shall include all necessary clearing
and grubbing, placement of the keyway drain, placement and compaction of quarry spalls.
DIVISION 9 MATERIALS
9 -02 MATERIAL
9- 02.(11 MATERIAL SUPPLEMENT
For the determination of a project mix design, the contractor shall submit to the Engineer, a
WSDOT approved mix design for the 2010 construction season.
END OF DIVISION 9
N -63
N 'PROJECTS \TR01 -10 Race Valles Sltdcs112 Project Manual\Btd Project Manual\Bid Set \Part IV Spacial Prot tstons Bid Set doc
This page intentionally left blank.
N -64
NI IPan rPrTC\TRol.In a.,re .0 ValIev Slides \I2 Prole= Vlanual\Btd Project Manual ■Btd Sit\Part IV SPectal Prot tstons 131d Jet dos
PW 407_04 Part04 doc [Revised March 2008]
PART V
ATTACHMENTS
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 beef 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
Classificatim 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 $8,97 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 513
CREOSOTED MATERIAL $48 57 1H 5D
DRYWALL APPLICATOR $48.74 1H 5D
FLOOR FINISHER $48 60 1H 50
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 $48.60 1H 5D
SHINGLER $48 60 1H 5D
STATIONARY POWER SAW OPERATOR $48 60 1H 5D
STATIONARY WOODWORKING TOOLS $48 60 1H 5D
CEMENT MASONS
JOURNEY LEVEL $40 03 1H 50
DIVERS TENDERS
DIVER $100.28 1M 50 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 1T 50 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 IT 50 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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN
CAPTAIN $59 22 1
COOK $34 81 1
DECKHAND $34 52 1
ENGINEER/DECKHAND $58 62 1
MATE, LAUNCH OPERATOR $50.20 1
INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9 73 1
GROUT TRUCK OPERATOR $11 48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $8.55 1
TV TRUCK OPERATOR $10 53 1
INSULATION APPLICATORS
JOURNEY LEVEL $20.50 1
IRONWORKERS
JOURNEY LEVEL $54 27 10 •5A
LABORERS
ASPHALT RAKER $41.28 1H 5D
BALLAST REGULATOR MACHINE $40 03 1 H 5D
BATCH WEIGHMAN $33 93 1H 5D
BRUSH CUTTER $40 03 1H 5D
BRUSH HOG FEEDER $40.03 1H 5D
BURNERS $40 03 1H 5D
CARPENTER TENDER $40.03 1H 5D
CASSION WORKER $41 28 1H 50
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 50
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 11-1 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 50
FALLER/BUCKER, CHAIN SAW $40.77 1H 5D
FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D
construction debris cleanup)
Page 3
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 511)
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 513
GUARDRAIL ERECTOR $40 03 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 5D
HIGH SCALER $41 28 1H 5D
HOD CARRIER/MORTARMAN $41 28 1H 5D
JACKHAMMER $40.77 1H 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 50
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 50
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 50
SLOPER (OVER 20 $40.77 1H 5D
SLOPER SPRAYMAN $40 03 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 5D
SPREADER (CONCRETE) $40.77 1H 5D
STAKE HOPPER $40 03 1H 50
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
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 50
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 50 8P
ASSISTANT ENGINEERS $47 12 1T 50 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 50 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 50 8P
BARRIER MACHINE (ZIPPER) $49 90 1T 50 8P
BATCH PLANT OPERATOR, CONCRETE $49.90 1T 50 8P
BELT LOADERS (ELEVATING TYPE) $49 48 1T 50 8P
BOBCAT (SKID STEER) $47 12 1T 50 8P
BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P
BROOMS $4712 1T 5D 8P
BUMP CUTTER $49 90 IT 5D 8P
CABLEWAYS $50.39 1T 50 8P
CHIPPER $49 90 IT 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 50 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 IT 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 50 8P
DOZER, QUAD 9, D -10, AND HD-41 $50.39 1T 5D 8P
DOZERS, D -9 UNDER $49.48 1T 50 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 50 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 5D 8P
GRADE ENGINEER $49 90 1T 50 8P
GRADECHECKER AND 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 50 8P
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49 48 1 T 50 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 50 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 5D 8P
Page 6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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 IT 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $47 12 1T 5D 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 IT 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $47.12 1T 50 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 5D 8P
EQUIP
RIGGER AND BELLMAN $47.12 1T 5D 8P
ROLLAGON $50.39 1T 50 8P
ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 IT 50 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 50 8P
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 50 8P
SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49 90 1T 5D 8P
OFF -ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE $47 12 IT 50 8P
SLIPFORM PAVERS $50.39 IT 50 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 50 8P
TRANSPORTERS, ALL TRACK OR'TRUCK TYPE $50 39 1T 5D 8P
TRENCHING MACHINES $49.48 1T 50 8P
TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T 5D 8P
TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 1T 5D 8P
TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 50 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 ode
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 APPLICATORS
JOURNEY LEVEL $9 86 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 $1215 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $39 19 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 I $32 27 2B 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 28 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 IT 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 50 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 &1'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
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
descnbed in State and L &I's policy statement.
ITEM DESCRIPTION
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
1. Metal rectangular frames, solid metal covers, herringbone grates,
and bi- directional vaned grates for Catch Basin
Types 1, 1 L, 1P, and 2 and Concrete Inlets See Std Plans
2. Metal circular frames (rings) and covers, 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.
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.
s
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.
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, 1 L, 1 P, and 2
With adjustment sections. See Std. Plans
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. Reinfo Earth Wall Panels Reinforced Earth Wall Panels in
size and shape as shown in the Plans. Fabrication plant has
annual approval for methods and matenals to be used.
See Shop Drawing.
Fabrication at other locations may be approved, after facilities
inspection, contact HQ. Lab.
YES NO
X
X
X
X
X
X
X
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 matenals
to be used
Supplemental to Wage Rates 4
3/3/2010 Edition, Published March, 2010
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
ITEM DESCRIPTION YES NO
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
Prestressed Concrete Girder Series 4 -14 Prestressed Concrete
Girders for use in structures. Fabricator plant has annual approval
of methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A
30 Prestressed Tri-Beam Girder Prestressed Tri -Beam Girders for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided
for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A
31 Prestressed Precast Hollow -Core Slab Precast Prestressed
Hollow -core slab for use in structures. Fabricator plant has annual
approval of methods and materials to be used. Shop Drawing to
be provided for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)A
32 Prestressed -Bulb Tee Girder Bulb Tee Prestressed Girder for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided
for approval prior to casting girders
See Std. Spec. Section 6- 02.3(25)A
33. Monument Case and Cover
See Std Plan
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
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 ofa Fabricator cfTroffioSigns,
the sources of the foliow materials must be submitted and
approved for reflective sheeting, legend nnatmria|, and aluminum
sheeting.
NOTE: Fabrication inspection required. OnIy 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
Std
Custom
Message Signing
Me,sa3e
Custom Standard
End Sec Sec
Covered by
WAC 296-127-018
Covered by
WAC 296 1e7-018
X
X
X
l
Supplemental to Wage Rates 7
3/3/2010 Edition, Published March, 2010
ITEM DESCRIPTION YES NO
53 Fencing materials
54. Guide Posts
55. Traffic Buttons
56. Epoxy
57. Cribbing
58 Water distribution materials
59. Steel "H" piles
OO� 8toa| p(peforoonore�a pile
61. Steel pile tips, standard
62. Steel pile tips, custom
WSDOT's
Predetermined List for
Suppliers Manufactures Fabricator
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
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/03/2010
i
(See Benefit Code Key)
Classification Code
Counties Covered
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS
LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN
FITTER/WELDER $12 76
LABORER $8 55
MACHINE OPERATOR $12 66
PAINTER $10 20
Counties Covered
BENTON
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
Prevailing Overtime Holiday
Wage Code Code
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
Classification Code
FITTERIWELDER
PAINTER
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/03/2010
(See Benefit Code Key)
Counties Covered
CLARK
FITTER $2749 1E 6H
LABORER $1921 1E 6H
LAYEROUT $28 77 1E 6H
MACHINE OPERATOR $28 77 1E 6H
PAINTER $2531 1E 6H
WELDER $26 89 1E 6H
Counties Covered
COWLITZ
MACHINE OPERATOR $25 33 1B 6V
FITTER $25 33 1B 6V
WELDER $25 33 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
irk
Supplemental to Wage Rates 11
3/3/2010 Edition, Published March, 2010
METAL FABRICATION (IN SHOP)
EFFECTIVE 03/03/2010
Classification Code
(See Benefit Code Key)
Counties Covered
THURSTON
FITTER $27 10 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
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 03/03/2010
(See Benefit Code Key)
Counties Covered
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
Counties Covered
CHELAN, KITTITAS, KLICKITAT AND SKAMANIA
Counties Covered
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
Counties Covered
FRANKLIN
Counties Covered
KING
Counties Covered
PIERCE
Counties Covered
SPOKANE
Counties Covered
WHATCOM
Counties Covered
YAKIMA
Prevailing Overtime Holiday
Wage Code Code
$9 96 1
8 61 1
$13 50 1
$11 50 1
$13 60 2K 5B
$9 28 1
$20 23 1
$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
Toad, loading, transporting, waiting to unload, and delivering materials. Travel time would
include all time spent in travel in support of a public works project whether the vehicle is
empty or full. For example, travel time spent returning to a supply source to obtain
another load of material for use on a public works site or returning to the public works
site to obtain another load of excavated material is time spent in travel that is subject to
prevailing wage. Travel to a supply source, including travel from a public works site, to
obtain materials for use on a private project would not be travel subject to the prevailing
wage.
(4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver
materials to a stockpile.
(a) A "stockpile" is defined as materials delivered to a pile located away from the site
of incorporation such that the stockpiled materials must be physically moved from the
stockpile and transported to another location on the project site in order to be
incorporated into the project.
(b) A stockpile does not include any of the functions described in subsection (2)(a)
through (f) of this section; nor does a stockpile include materials delivered or distributed
to multiple locations upon the project site; nor does a stockpile include materials dumped
at the place of incorporation, or adjacent to the location and coordinated with the
incorporation.
(5) The applicable prevailing wage rate shall be determined by the locality in which
the work is performed Workers subject to subsection (2)(d) of this section, who produce
such materials at an off -site facility shall be paid the applicable prevailing wage rates for
the county in which the off -site facility is located. Workers subject to subsection (2) of
this section, who deliver such materials to a public works project site shall be paid the
applicable prevailing wage rates for the county in which the public works project is
located.
[Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101,
296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority Chapters 39.04 and
39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, 296- 127 -018, filed
12/18/91 and 4/1/92, effective 8/31/92.]
Supplemental to Wage Rates 16
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
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
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 OVERTIMME 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
HOURLYRATE 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
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
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
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.
(9)
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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
E HOLIDAYS• NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11)
G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
J HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7)
K. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY
L HOLIDAYS• NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
M HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR.
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DAY (9)
N. HOLIDAYS NEW YEAR'S DAY. PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9)
P. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A
HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY
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
BENEFIT CODE KEY EFFECTIVE 03 03 2010
-5-
X. HOLIDAYS AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS
NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8)
Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,
THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8)
Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9)
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9)
D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY 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 YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY. THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (1 1)
H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (10)
I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (9)
L HOLIDAYS NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY. AND
CHRISTMAS DAY (8)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_
PRESIDENTS' DAY
BENEFIT CODE KEY EFFECTIVE 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
EMPLOYEES CHOICE (9)
W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY. PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY. CHRISTMAS
DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10)
X. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II)
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, NDEPENDENCE 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 N ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE
OVER 50' TO 100' 52 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' S3 00 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 220' S4 00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 220' S5 00 PER FOOT FOR EACH FOOT OVER 220 FEET
C N ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE
OVER 50' TO 100' 51 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' Sl 50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' S2 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 51 00 PER HOUR
L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A SO 75, LEVEL
B 50 50, AND LEVEL C 50 25.
M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A B Si 00,
LEVELS C D SO 50
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A 51 00. LEVEL
B SO 75, LEVEL C SO 50. AND LEVEL D SO 25
P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT 52 00.
CLASS B SUIT 5 50, CLASS C SUIT S1 00. AND CLASS D SUIT 50 50
PW 407_04 Part04 doc [Revised March 2008]
Attachment B
Request for Information
And
Contract Change Order
Forms
+o faoar,N C C
ti
t
RI(S ANA
DATE REPLY REQUESTED:
ORIGINATOR SIGNATURE.
COMMENTS:
PW 407_04 Part04 doc [Revised March 2008]
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME:
PROJECT /CONTRACT NUMBER:
ORIGINATOR: Owner Contractor
ITEM:
REFERENCE DRAWING OR SPECIFICATION
DESCRIPTION OF CLARIFICATION /REQUEST:
CRITICAL TO SCHEDULE: YES NO
DATE:
RFI Number:
Project Name Date
Contractor Project No
DESCRIPTION OF WORK
You are ordered to perform the following descnbed work upon receipt of an approved copy of this Change
Order:
1. Describe work here
2. Additional work, etc....
Such work will be compensated by: check one or more of the following as applicable Increase or
Decrease in bid items; Force Account; Negotiated Price: The described work affects the existing
contract items and /or adds and /or deletes bid items as follows:
Item Descnption
No
1
2
Amount with applicable sales tax included
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
CONTRACT CHANGE ORDER (CCO) NO.
RFI
Ong
O ng I
Rev
Rev
Qty Unit Cost Per Unit Cost Net Cost Adj Days
1 I
I I
I I
I I
APPROVED BY: SIGNATURE:,
PW 407_04 Part04.doc [Revised March 2008]
,;i-
I I
I I:
All work, matenals and measurements to be in accordance with the provisions of the onginal contract and /or the standard specifications
and special provisions for the type of construction involved The payments and /or additional time specified and agreed to in this order
include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including
delays to the overall project
ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
1 1 1 I
I I 1 I
DAYS XX 1 DAYS YY 1 DAYS ZZ 1 DAYS XX +ZZ YY DAYS YY +ZZ I
DATE:
PW 407_04 Part04.doc [Revised March 2008]
Attachment C
Contractor's Application
For
Payment
FROM:
TO: City of Port Angeles
Public Works Utilities Department
P.O. Box 1150
Port Angeles, WA 98362
PERIOD From:
Continued on Page 2
PW 40704 Part04 doc [Revised March 2008]
CONTRACTOR'S APPLICATION FOR PAYMENT
EASTERN CORRIDOR PHASE II, PROJECT NO. 06 -21
Area 2
Page 1 of 2
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax]
2 Approved Change Order No(s) [Excluding Sales Tax]
3 Adjusted Contract Amount (1 +2)
4 Value of Work Completed to Date [per attached breakdown]
5 Material Stored on Site [per attached breakdown]
6 Subtotal (4 +5)
7 8.4% Sales Tax [at 8.3% of subtotal], As Applicable
8 Less Amount Retained [at 5% of subtotal]
9 Subtotal (6 +7 -8)
10 Total Previously Paid [Deduction]
11 AMOUNT DUE THIS REQUEST (9 -10)
DATE:
PAYMENT REQUEST NO.
to [end of period]:
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: 1 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.
1 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. 1 further certify that 1 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
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
PW 407_04 Part04 doc [Revised March 2008]
Notary Public in and for the State of
residing at
My appointment expires
Date
Date
PW 407_04 Part04.doc [Revised March 2008]
Attachment D
Request for Approval of Material Form
Washington State
i Department of Transportation
Contract
Section
Contractor
Btd
Item No
Project Engineer
1 Acceptance Cnteria
2. Acceptance Cntena.
3 Acceptance Cnteria.
4. Acceptance Cntena
5. Acceptance Cnteria
6. Acceptance Cntena.
7. Acceptance Cntena
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
Region Materials
State Materials Lab
M/S 47365
FA Number
Subcontractor
This form shall be completed pnor 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
Material or Name and Location of Fabncator,
Product/Type Manufacturer or Pit Number
Date State Materials Engineer
Request for Approval of Material
SR Date
County
Specification
Reference
PE/QPL
Code
Acceptance Action Codes for use by Project Engineer and State Materials Laboratory
Date
For WSDOT Use Only
RAM
Acceptance based upon 'Satisfactoy 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 matenal. Catalog Cut Approved Yes 0 No
Submit Shop Drawings for 'Approval' prior to fabncation of material
Only 'Approved for Shipment, 'WSDOT Inspected or'Fabncation 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.
Hdgtr.JQPL
Code
State Materials Engineer Distribution
General File Signing Inspection
Other
PW 407_04 Part04.doc [Revised March 2008]
Attachment E
Request to Sublet and Subcontract Certification Forms
Washington State
Department of Transportation
Subcontractor Lower Tier Subcontractor DBE
Prime Contractor Federal Employer I.D. Number State Contract Number
Job Description (Title) Request Number
Approval is Requested to Sublet the Following Described Work to:
Subcontractor or Lower Tier Subcontractor Unified Business Identifier (UBI) Federal Employer I.D Number'
Address Telephone Number
City State Zip Code Estimated Starting Date
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
Prime Contractor Signature Date
Department of Transportation Use Only
Percent of Total Contract DBE Status Verification
This Request
Previous Requests
Sublet to Date
Project Engineer's Signature
Approved
SOT Form 421 -012 EF
Revised 11/2009
OA
Date
Request to Sublet Work
If no Federal Employer LD Number,
Use Owner's Social Security Number
Item Description Amount
Approved Region Construction Engineer Date
(When Required)
Distribution White (Onginal) Region Canary (Copy) Project Engineer Pink (Copy) Contractor
PW 407_04 Part04.doc [Revised March 2008]
Attachment F
Any Applicable Permit(s)
Washington
Department of
FISH and
WILDLIFE
Issue Date: July 23, 2010
Project Expiration Date: September 30, 2010
City of Port Angeles
ATTENTION: James Mahlum
P.O. Box 1150
Port Angeles, WA 98362
360- 417 -4701
Fax: 360 -417 -4709
Project Name:
Project Description:
HYDRAULIC PROJECT APPROVAL
RCW 77 55 021 See appeal process at end of HPA
PERMITTEE
Race Street Slide Repair
Install stormwater outfall
PROVISIONS
Control Number: 121046 -1
FPA/Public Notice N/A
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249 -4628
AUTHORIZED AGENT OR CONTRACTOR
Hammond Collier Wade Livingstone
ATTENTION: Ken Gunther
7502 Lakewood Dr W Ste 0
Lakewood, WA 98499
253 472 -1992
Fax: 253 472 -6558
1. The project may begin July 23, 2010 and shall be completed by September 30, 2010.
2. Work shall be accomplished per plans and specifications approved by the Washington
Department of Fish and Wildlife entitled Race Street Slide Repair, dated March 8, 2010 and revised
on July 22, 2010, except as modified by this Hydraulic Project Approval. A copy of these plans
shall be available on site during construction.
3. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or
water quality problems develop (including equipment leaks or spills), immediate notification shall be
made to the Washington Military Department's Emergency Management Division at 1- 800 -258-
5990, and to the Area Habitat Biologist listed below.
4. Every effort shall be taken during all phases of this project to ensure that sediment -laden water is
not allowed to enter the stream.
5. Erosion control methods shall be used to prevent silt -laden water from entering the stream.
These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds,
check dams of pea gravel filled burlap bags or other material, and /or immediate mulching of
exposed areas.
6. If high flow conditions that may cause siltation are encountered during this project, work shall
stop until the flow subsides.
7. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement,
sediments, sediment -laden water, chemicals, or any other toxic or deleterious materials are allowed
to enter or leach into the stream.
8. The stream bank at the point of the discharge shall be armored to prevent scouring.
Page 1 of 3
Washington
Department of
FISH and
WILDLIFE
Issue Date: July 23, 2010
Project Expiration Date: September 30, 2010
HYDRAULIC PROJECT APPROVAL
RCW 77 55 021 See appeal process at end of HPA
9. Alteration or disturbance of the bank and bank vegetation shall be limited to that necessary to
construct the project. Within seven calendar days of project completion, all disturbed areas shall be
protected from erosion using vegetation or other means. Within one year of project completion, the
banks, including riprap areas, shall be revegetated with native or other approved woody species.
Vegetative cuttings shall be planted at a maximum interval of three feet (on center) and maintained
as necessary for three years to ensure 80 percent survival.
PROJECT LOCATIONS
Control Number: 121046 -1
FPA/Public Notice N/A
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
Location #1 Race Street and Bryson Ave
WORK START: July 23, 2010 IWORK END: September 30, 2010
WRIA Waterbody Tnbutary to
18.0245 Peabody Creek Strait Of Juan De Fuca
1/4 SEC Section Township Range Latitude Longitude County
SE 1/4 10 30 N 06 W N 48.1031 W 123.4262 Clallam
Location #1 Driving Directions
APPLY TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code,
specifically Chapter 77.55 RCW (formerly RCW 77.20). Additional authorization from other public agencies may be
necessary for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying
for and obtaining any additional authorization from other public agencies (local, state and /or federal) that may be
necessary for this project.
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the
person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work
This Hydraulic Project Approval does not authorize trespass.
The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held
liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this
Hydraulic Project Approval.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one
hundred dollars per day and /or a gross misdemeanor charge, possibly punishable by fine and /or imprisonment.
All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or
revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The
person(s) to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for
filing appeals are listed below.
Page 2 of 3
Washington
Department of
FISH and
WILDLIFE
Issue Date: July 23, 2010
Project Expiration Date: September 30, 2010
ENFORCEMENT: Sergeant Henry (28) P3
Habitat Biologist
Dave Kloempken
CC:
HYDRAULIC PROJECT APPROVAL
RCW 77 55.021 See appeal process at end of HPA
360- 249 -1218
APPEALS INFORMATION
Control Number: 121046 -1
FPA/Public Notice N/A
Requests for any change to an unexpired HPA must be made in wnting. Requests for new HPAs must be made by
submitting a new complete application. Send your requests to the department by: mail to the Washington Department
of Fish and Wildlife, Habitat Program, 600 Capitol Way North, Olympia, Washington 98501 -1091; e-mail to
HPAapplications @dfw.wa.gov; fax to (360) 902 -2946; or hand delivery to the Natural Resources Building, 1111
Washington St SE, Habitat Program, Fifth floor.
If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA), you may
request an informal or formal appeal.
A. INFORMAL APPEALS: WAC 220 110 -340 is the rule describing how to request an informal appeal of Washington
Department of Fish and Wildlife (WDFW) actions taken under Chapter 77.55 RCW. Please refer to that rule for
complete informal appeal procedures. The following information summarizes that rule.
A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal
appeal of that action. You must send your request to WDFW by: mail to the Washington Department of Fish and
Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501 -1091; e-mail to
HPAapplications @dfw.wa.gov; fax to (360) 902 -2946; or hand delivery to the Natural Resources Building, 1111
Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you
receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated
through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution
is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals
Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee. If you
are not satisfied with the results of the informal appeal, you may file a request for a formal appeal.
B. FORMAL APPEALS: WAC 220 110 -350 is the rule describing how to request a formal appeal of WDFW actions
taken under Chapter 77.55 RCW. Please refer to that rule for complete formal appeal procedures. The following
information summarizes that rule.
A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal
appeal of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings
Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve
WDFW by mail to the Washington Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North,
Olympia, Washington 98501 -1091; e-mail to HPAapplications @dfw.wa.gov; fax to (360) 902 -2946; or hand delivery to
the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a
formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you
may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in
response to the informal appeal.
C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the
WDFW action shall be final and unappealable.
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249 -4628
for Director
WDFW
Page 3 of 3
PW 407_04 Part04.doc [Revised March 2008]
Attachment G
Project Plans
1
1
1
1
1
1
1
1
1
CITY OF PORT ANGELES
RACE STREET SLIDE REPAIR
PORT ANGELES, WASHINGTON
SE 1/4 SEC 1Q TOWNSHIP 30 NORTH, RANGE 06 WEST, W.M.
LOCATION MAP
REVISIONS
NOT TO SCALE
GENERAL NOTES
JNDEX TO DRAWINGS
SHEET 1
SHEET 2
SHEET 3
SHEET 4
SHEET 5
DE9OiED BY
DRANK BY
CHECKED BY
APPROVED BY
DATE PRAMM
THIS DOCUMENT WAS INTENDED FOR THE CLIENTS USE ONLY AND c
ANY ATTEMPT TO COPY, RE —USE, AND /OR RE— DISTRIBUTE THIS
DOCUMENT IN PART OR IN WHOLE IS PROHIBITED. FB ND.
LI E
COVER SHEET /VICINITY MAP
SYMBOLS ABBREVIATIONS
SITE
DETAILS
DETAILS
KG
MR
03/0
AS SHOWN
sinus
6922166
9
,2
J
L
HAMMoND COLLIER
WADE LIVINGSTONE
WENAT'C EE OVAL LAKEWOOD
po➢1 6624762 (9271 11266861 Q53)6724911
m
STATE FOREST
n n
EDIZ
PORT ANGELES HARBOR
SITE
NOT TO SCALE
HOOK
4 4 4 3 t ri
ir S mom!
CITY OF PORT ANGELES
RACE STREET SUDE REPAIR
PORT ANGELES, WASHINGTON
COVER SHEET/VICINITY MAP
PROJECT
LOCATION
3'
GI N A ��r
O� O,,
1
CALL THREE BUSINESS
DAYS BEFORE YOU DIG
1- 800 424 -5555
JOB NO.
0920002
DRAWING NO.
SHEET OF
1 5
1
1
1
1
1
1
1
1
F
1
0
V
P
0
0
1
1
1
1
1
1
0
an
V v
OH T-
-UGT--
-OHTV-
UGTV-
-G-
OHP-
UGP—
ED
❑I
IQP OCR AeffIC MISCELLANEOUS U11LITY SYMBOLS
CENTERLINE
PROPERTY UNE OR R/W
EASEMENT UNE
BREAK UNE
EXISTING STRUCTURE
PROPOSED STRUCTURE
EXISTING FENCE
PROPOSED FENCE
EXISTING CONTOUR UNE
PROPOSED CONTOUR LINE
EXISTING SLOPE
EXISTING DITCH OR EDGE OF WATER
PROPOSED DITCH OR EDGE OF WATER
OVERHEAD TELEPHONE UNE
UNDERGROUND TELEPHONE UNE
OVERHEAD TV UNE
UNDERGROUND TV UNE
GAS LINE
OVERHEAD POWER LINE
UNDERGROUND POWER LINE
EXISTING GUARDRAIL
PROPOSED GUARDRAIL
DRINKING FOUNTAIN
MONITORING WELL
SATEWTE DISH
TELEPHONE BOOTH
WATER SYMBOLS
—W— EXISTING WATERLINE
PROPOSED WATERLINE
EXISTING CAP /PLUG
PROPOSED CAP/PLUG
EXISTING COUPLNG
PROPOSED COUPLING
EXISTING REDUCER
PROPOSED REDUCER
PROPOSED THRUST BLOCK
EXISTING WATER METER
PROPOSED WATER METER
EXISTING FIRE HYDRANT
PROPOSED FIRE HYDRANT
EXISTING FLANGE JOINT
PROPOSED FLANGE JOINT
EXISTING MECHANICAL JOINT
PROPOSED MECHANICAL JOINT
EXISTING HUB OR PUSH -ON JOINT
PROPOSED HUB OR PUSH -ON JOINT
EXISTING AIR RELIEF VALVE
PROPOSED AIR REUEF VALVE
EXISTING BLOWOFF
PROPOSED BLOWOFF
EXISTING BUTTERFLY VALVE
PROPOSED BUTTERFLY VALVE
PRESSURE REDUCING VALVE
a
T
45 63
045 13
RI EXISTING CHECK VALVE
N PROPOSED CHECK VALVE
DC EXISTING GATE VALVE
M PROPOSED GATE VALVE
O EXISTING PLUG VALVE
PROPOSED PLUG VALVE
SANITARY /STORM SEWER SYMBOLS
—FM— EXISTING FORCE MAIN
PROPOSED FORCE MAIN
—S— EXISTING SANITARY SEWER
PROPOSED SANITARY SEWER
SD— EXISTING STORM DRAIN
PROPOSED STORM DRAIN
CS— EXISTING COMBINED SEWER
EXISTING SANITARY SEWER CLEAN OUT
PROPOSED SANITARY SEWER CLEAN OUT
O EXISTING SANITARY SEWER MANHOLE
PROPOSED SANITARY SEWER MANHOLE
EXISTING STORM DRAIN CATOH BASIN
PROPOSED STORM DRAIN CATCH BASIN
--1 EXISTING STORM DRAIN CULVERT
PROPOSED STORM DRAIN CULVERT
EXISTING STORM DRAIN MANHOLE
PROPOSED STORM DRAIN MANHOLE
D STORM DRAIN INLET
REASONS
45 63
TC45 63
EXISTING GAS METER
EXISTING GAS VALVE
EXISTING UTILITY POLE
EXISTING UTILITY POLE ANCHOR
STREET LIGHT
EXISTING TELEPHONE RISER
MAIL BOX
EXISTING RIP RAP
PROPOSED RIP RAP
EXISTING ROCKERY
PROPOSED ROCKERY
EXISTING SIGN
PROPOSED SIGN
EXISTING TREE (CONIFER)
EXISTING TREE (DECIDUOUS)
EXISTING YARD LIGHT
SPOT ELEVATION AT POINT SHOWN
SPOT ELEVATION AT DECIMAL POINT
TOP OF CURB ELEVATION
GUTTER ELEVATION
EDGE OF TREES OR BRUSH
NATURAL GROUND
CONCRETE
WET AREA /WETLAND DESIGNATION
IRRIGATION CONTROL VALVE
HOSE BIBB
wOm
lV
O
SECTION DETAIL NUMBERING SYSTEM
SURVEY SYMBOLS
FOUND SECTION CORNER
FOUND QUARTER CORNER
FOUND SIXTEENTH CORNER
FOUND CLOSING CORNER
FOUND MEANDER CORNER
SOIL BORING
TAX LOT NUMBER
OWNERSHIP TIE
ANGLE POINT
BENCHMARK
FOUND IRON PIPE/REBAR
SET IRON PIPE /REBAR
FOUND MONUMENT IN CASE
FOUND SURFACE MONUMENT
FOUND/SET LEAD TACK, PK NAIL
FOUND /SET HUB W/TACK
SECTION CENTER
(1) SECTION CUT ON DRAWNG 5
SECTION LETTER
DRAWNG NO ON 011101
SECTION APPEARS
(2) ON DRAIWNG 15 THIS SECTION IS SHOWN
CROSS SECTION
SCALE 1 1' -0
DRAWING N0. ON BIRCH
SECTION WAS CUT
(3) DETAILS ARE CROSS- REFERENCED IN A SIMILAR
MANNER EXCEPT THAT DETAILS ARE IDENTIFIED
By NUMBER RATHER THAN BY LETTER
NOTE
SECTION DETAIL NUMBERING SYSTEM MAY
OR MAY NOT BE USED.
PROJECT RELATED SYMBOLS
GENERAL NOTES
THIS DOCUMENT WAS INTENDED FOR THE CLIENTS USE ONLY AND
ANY ATTEMPT TO COPY, RE -USE, AND /OR RE- DISTRIBUTE THIS
DOCUMENT IN PART OR IN WHOLE IS PROHIBITED
DESIGNED BY
DRAWN or
CHEERED BY
APPROVED 81'
ITIE PRINTED
SCALE
08 NO.
STAFF
STAFF
AB
AC
ACP
AGG
AL
ALT
ALUM
ANC
APPROX
APWA
ASPH
ASSY
ATB
AVAR
AUTO
AUx
AVE
AWWA
BF
BLDG
BLK
BM
BO
BOD
SOT
BRG
BRK
BST
BTU
BULKHDS
CB
C TO C
CF
CFH
CFM
CFS
CI
CIP
CJ
CL
CL2
CMP
CMU
CO
CO2
COMB
CONC
CONT
CONST
CRIB
CS
GTR
CULV
CV
CY/DAY
CYL
D
DET
DI
DIA
DIAL
DIFF
DIM
DIST
DN
DNR
DR
DO
DWG(S)
EA
ECC
EFF
EL
ELECT
ELL
EMBD
EMER
ENGR
03/08/10
AS SHOWN
ANCHOR BOLT
ASPHALTIC CONCRETE. ACRE
ASBESTOS CEMENT PIPE
AGGREGATE
ALUMINUM
ALTERNATE
ALUMINUM
ANCHOR
APPROXIMATELY)
AMERICAN PUBUC
ASPHALT
ASSEMBLY
ASPHALT TREATED BASE
AIR VACUUM AIR RELEASE VALVE
AUTOMATIC
AUXILIARY
AVENUE
AMERICAN WATER WORKS ASSOCIATION
CATCH BASIN
CENTER TO CENTER
CUBIC FEET
CUBIC FEET PER HOUR
CUBIC FEET PER MINUTE
CUBIC FEET PER SECOND
CAST IRON
CAST IRON PIPE
CONSTRUCTION JOINT
CENTERLINE, CLASS
CHLORINE
CORRUGATED METAL PIPE
CONCRETE MASONRY UNIT
CLEANOUT
CARBON DIOXIDE
COMBINATION
CONCRETE, CONCENTRIC
CONTINUOUS
CONSTRUCTION
CRIBBING
COMBINED SEWER
CENTER
CULVERT
CHECK VALVE
CUBIC YARD PER DAY
CYLINDER
EAST
EXHAUST AIR, EACH
ECCENTRIC
EFFLUENT
ELEVATION (ELEV)
ELECTRICAL
ELBOW
EMBEDDED
EMERGENCY
ENGINEER
PROJECT RELATED NOTES
SEAT; LE
6324666
EQ
EQUIP
EQUIV
ESMT
EST
EVC
EW
EXCL
EXIST
WORKS ASSOCIATION EXT
BUTTERFLY VALVE
BUILDING
BLOCK
BEAM, BENCHMARK
BLOW OFF
BIOCHEMICAL OXYGEN
BOTTOM
BEARING
BREAK
BITUMINOUS SURFACE TREATMENT
BRITISH THERMAL UNIT
BULKHEADS
F
FF
FAB
F/F
FH
FIN CR
FL
FM
FO
FPM
FPS
FRP
FT
DEMAND FTG
FLIT
DITCH
DETAIL
DUCTILE IRON
DIAMETER
DIAGRAM
DIFFERENTIAL
DIMENSION
DISTRICT
DOWN
DEPARTMENT OF NATURAL RESOURCES
DRIVEWAY
DISSOLVED OXYGEN
DRAWING(S)
WENATOOM
(9:69 604962
G
GA
GAL
GALV
013
GEN
GIP
GPO
GPM
GR
GRTG
GV
GYP
HOPE
HH
HOR
HP
HT
HIR
H/V
HVAC
HW
HWY
HYD
HZ
D
E
N
NCL
NSUL
NV
RRG
KV
KVA
KW
LB
LC
LEV
LF
LFT
UD
LS
LT
LTG
LW
MAINT
MAS
MAIL
MAX
MB
Ca6AL
009) 6266861
EQUAL
EQUIPMENT
EQUIVALENT
EASEMENT
ESTIMATE
END VERTICAL CURVE
EACH WAY
EXCLUDING
EXISTING
EXTERIOR
FAHRENHEIT, FACE. FAN
FINISH FLOOR
FABRICATE(D), FABRICATION
FACE TO FACE
FIRE HYDRANT
FINISHED GRADE
FLANGE. FLOW UNE
FORCE MAIN
FIBER OPTIC
FEET PER MINUTE
FEET PER SECOND
FIBERGLASS REINFORCED PIPE
FEET, FOOT
FOOTING
FUTURE
GUTTER, GAS
GAGE
GALLON
GALVANIZED
GUARD
GENERAL
GALVANIZED IRON PIPE
GALLONS PER DAY
GALLONS PER MINUTE
GRADE, GRAVEL
GRATING
GATE VALVE
GYPSUM
HIGH DENSITY POLYETHYLENE
HAND HOLE
HORIZONTAL
HIGH PRESSURE, HIGH FONT, HORSEPOWER
HEIGHT
HEATER
HEATING AND VENTILATING
HEATING, VENTILATING, AND AIR CONDITIONING
HIGH WATER
HIGHWAY
HYDRANT
HERTZ (CYCLES PER SECOND)
NSIDE DIAMETER
NVERT ELEVATION
NCH
NCLUDING
NSULATE(D), INSULATION
NVERT
RRIGATION
KIP (1,000 POUNDS)
KILOVOLT
KILOVOLT AMPERE
KILOWATT
POUND(S)
LENGTH OF CURVE
LEVEL
UNEAL FOOT(FEET)
LEFT
LOCAL IMPROVEMENT DISTRICT
LUMP SUM
LEFT
UGHTING
LOW WATER
MAINTENANCE
MASONRY
MATERIAL
MAXIMUM
MAILBOX
F AMMOND COLLIER
WADE LIVINGSroNE
LAKEWOOD
(20) 024962
ABBREVIA11ONS
MCC
MCU
MECH
MFG
MFR
MG
MGD
MG/L
MGR
MH
MHHW
NI
MIC
MIN
MISC
MJ
ML
MLLW
MLW
MOC
MON
MPH
MSL
N
N/A
NE
NEC
NIC
NO
NS
NTS
NT WT
NW
02
OC
OD
0H
OHP
OHP &T
OPT
CMG
0Z
P
PC
PE
PERF
PH
PI
PK
PL
PLTR
PNEU
PP
PRES
PRY
P5
PSF
PSIA
PSG
PT
PUD
PVC
PVI
PVT
QTY
R
RAD
RCP
RECEPT
RECIRC
RECD
RED
REF
REG
RONF
REVD
REEL
RGE
RJ
MOTOR CONTROL CENTER
MASTER CONTROL UNIT
MECHANICAL
MANUFACTURED
MANUFACTURER
MIWON GALLONS
MIWON GALLONS PER DAY
MILLIGRAMS PER LITER
MANAGER
MANHOLE
MEAN HIGH HIGH WATER
MILE
MONUMENT IN CASE
MINIMUM. MINUTE
MISCELLANEOUS
MECHANICAL JOINT
MILLIUTER
MEAN LOWER LOW WATER
MEAN LOW WATER
MIDDLE OF CURVE
MONUMENT
MILES PER HOUR
MEAN SEA LEVEL
NORTH
NON APPLICABLE
NORTHEAST
NEGATIVE
NOT IN CONTRACT
NUMBER
NOT SPECIFIED
NOT TO SCALE
NET WEIGHT
NORTHWEST
OXYGEN
ON CENTERS
OUTSIDE DIAMETER. OUTSIDE DIMENSION
OVERHEAD, OVERHANG
OVERHEAD POWER UNE
OVERHEAD POWER TELEPHONE
OPTIONAL
ORIGINAL
OUNCE
POST, PER, POWER
POINT OF CURVATURE
PLAIN END
PERFORATED
PHASE
POINT OF INTERSECTION
PEAK
PROPERTY UNE
PLANTER
PNEUMATIC
POWER POLE
PRESSURE
PRESSURE REGULATING VALVE
PUBUC SEWER
POUNDS PER SQUARE FOOT
POUNDS PER SQUARE INCH ABSOLUTE
POUNDS PER SQUARE INCH GAGE
PONT. POINT OF TANGENCY
PUBUC UTIUTY DISTRICT
POLYVINYL CHLORIDE
PONT OF VERTICAL INTERSECTION
PAVEMENT
QUANTITY
RADIUS. RANGE
RADIUS
REINFORCED CONCRETE PIPE
RECEPTIONIST
RECIRCULATION
RECEPTACLE
REDUCER)
REFERENCE
REGULATOR
REINFORCED, REINFORCING
REWIRED
RESILIENT
RANGE
RESTRAINT JOINT
SYMBOLS ABBREVIATIONS
RM
RP
RPM
RR
RT
R/W
5
SCFM
SCH
SD
SE
SEC
SECT
SF
SHT
SIM
S.
SPEC
SQ
SS
ST
STA
STD
STL
STOR STORAGE
STRUCT STRUCTURAL
SUPERV SUPERVISOR
SUPT
SW
SY
SYM
T
TAN
T M
TB
IBM
TC
TFR
THD'D
THK
THRU
TOC
TOP
TRM
TRN
TIP
TAP
UBC
UG
UGP
UUD
U/P
USGS
VAR
VC
VCP
VERT(S)
VF
VOL
VPI
VSS
W
W/
W/O
WD
WM
WS
WT
WWF
WWM
YD
YR
CITY OF PORT ANGELES
RACE STREET SUDE REPAIR
PORT ANGELES, WASHINGTON
ROOM
RADIUS POINT, REFERENCE POINT
REVOLUTIONS PER MINUTE
RAILROAD
RIGHT
RIGHT OF WAY
SOUTH, SLOPE, SANITARY SEWER
STANDARD CUBIC FEET PER MINUTE
SCHEDULE
STORM DRAIN
SOUTHEAST
SECOND
SECTION
SQUARE FEET
SHEET
SIMILAR
SLOPE, SLEEVE
SPECIFICATIONS
SQUARE
STAINLESS STEEL, SANITARY SEWER
STREET
STATION
STANDARD
STEEL
SUPPORT
SOUTHWEST
SQUARE YARD
SYMMETRICAL
TOP
TANGENT
'TIME MATERIALS
TOP OF BANK
TEMPORARY BENCHMARK
TOP or CURB
TRANSFORMER
THREADED
THICK
THROUGH
TOP OF CONCRETE
TOP OF PIPE
TRANSMITTER
TRANSDUCER
TYPICAL
TOWNSHIP
UNIFORM BUILDING CODE
UNDERGROUND
UNDERGROUND POWER UNE
UTILITY LOCAL IMPROVEMENT DISTRICT
UTILITY POLE
UNITED STATES GEOLOGICAL SURVEY
VARIES
VERTICAL CURVE
VITRIFIED CLAY PIPE
VERTICAL(5)
VERTICAL FOOT
VOLUME
VERTICAL POINT OF INTERSECTION
VOLATILE SUSPENDED SOLIDS
WEST, WATER
WITH
WITHOUT
WATER DISTRICT
WATER MAIN, WATER METER, WIRE MESH
WATER SURFACE
WEIGHT
WELDED WARE FABRIC
WELDED WIRE MESH
YARD
YEAR
NUMBER. POUNDS
AND
6 AT
DIAMETER, PHASE
CALL THREE BUSINESS
DAYS BEFORE YOU DIG
1-800-424-5555
JOB NO.
0920002
DRAWING NO
SHEET OF
2 5
10+00
SURVEY NOTES:
11
RIGHT BANK
ORDINARY HIGH WATER
,r --ROCK CHECK DAMS
ROC
PER
CONSTRUCTION NOTES:.
O REMOVE EXISTINC ASPHALT PAVEMENT,
STA 0 +00 TO 1 +35 (TYP)
NON -WOVEN GEOTEXTILE TO SEPARATE
TRENCH BACKFILL FROM QUARRY SPALL
ROCKFILL. STA 0 +40 TO 0 +75
PER DETAIL
TOPOGRAPHIC SURVEY BASEMAP PROVIDED
BY JOHNSTON LAND SURVEYING.
PORT ANGELES, WASHINGTON
REMOVE EX PIPE FROM THE
063010 510250 NEW CB TO THE OUTFALL-A
Housing Authority of Clallom County
SPOILS
DISPOSAL
AREA
GABION BASKET
ENERGY DISSIPATER
SEE DETAIL
11 *00
1. THIS SURVEY USES THE SECTION SUBDIVISION AS SHOWN ON VOLUME 39 OF
SURVEYS, PAGE 41 AND 15 BASED ON THE WASHINGTON COORDINATE SYSTEM, NORTH
ZONE, MAD 83(91) PER TIES CLALLAM COUNTY GEOMPT NUMBERS 06301511 AND
TERRESTRIAL TRAVERSE POINTS 2596 AND 2598 ALL BEARINGS ARE RELATIVE TO
SAID GRID ALL DISTANCES ARE REDUCED TO SAID GRID USING A COMBINED SCALE
FACTOR OF 0 99993479 TO OBTAIN GROUND DISTANCES, MULTIPLY DISTANCES SHOWN
HEREON BY 1 00006521
2 THIS SURVEY COMPLIES WITH W A.0 332 130 -100 AND WAS ACCOMPLISHED ON
DECEMBER 7, 2009 BY FIELD TRAVERSE METHODS USING A TOPCON 235W 5- SECOND
TOTAL STATION WITH SOME DISTANCES MEASURED WITH A STEEL TAPE
3 THE SURVEYED PARCEL MAY BE SUBJECT TO EASEMENTS OR OTHER
ENCUMBRANCES EITHER RECORDED OR UNRECORDED NOT SHOWN HEREON THIS
SURVEY HAS NOT DETERMINED THE EXISTENCE OF ALL SUCH EASEMENTS OR
ENCUMBRANCES OR THEIR EFFECT ON THE SURVEYED PARCEL EXCEPT AS
SPECIFICALLY SHOWN HEREON
-4" SOLID PVC TIGHTLINE
SLOPE' AT 2% TO DAYLIGHT
THEN OVERLAND TO DISCHARGE
ONTO GABION BASKET
A
18' HDPE
OUTLET
PLAN
SCALE 1 =40'
IE 256 34
12" COMCRETE_PIP
136 LF FUSION WELDED
18" HOPE
—201 STORM
DRAINAGE
EASEMENT
4" PERFORATED PVC
HEAL DRAIN
IE =206.0
FUSION WELDED
r ANCHOR RING
SLIDE
PLAN
PLACE QUARRY SPALL
ROCK FIL.L;WITHIN UNITS
OF SLIDE AREA. SEE
SECTION
REVISIONS GENERAL NOTES
TEMPORARY HOG
FUEL ACCESS ROAD
Ti" STAINLESS
NUTS BOLTS
G RDRAII
9 89
18" HOPE TEE (FLxPE)
135 LF NEW
A.C. CURB
123 LF 12" SO
0 50.09
3
PLATTED CENTERLINE
5'x5'x2' MIN CONCRETE
ANCHOR BLOCK NEW 12" PROFILE WALL PVC (INLET)
10E90IED BY
DRANK BY
CHECKED BY
APPROVED BY
DATE PRINTED
THIS DOCUMENT WAS INTENDED FOR THE CLIENT'S USE ONLY AND �sr�KE
ANY ATTEMPT TO COPY, RE -USE, AND /OR RE- DISTRIBUTE THIS
DOCUMENT IN PART OR IN WHOLE IS PROHIBITED CO NO.
KG
MR
SAWCUT EXIST1Nd ASPHALT
0 0
07/22/10
AS SHOWN
UDED
30
CONNECT EXISTING 12" CONC
PIPE TO NEW CATCH BASIN
MAPPED CENTERLINE
Br yson
CATCH BASIN
RIM 263-72
IE 260 22
NEW CB �t
TYPE 2 60 "NET) GRATE
STA 0 +05.18 (117, 26.00')
RIM 264.35 1
IE 257 44
IE 256.94 'I 0 10 20 40
CB TYPE 2 60 INCH DIAM.
SCALE: 1 =4' -0"
1
SCALE IN FEET
REMOVE, SALVAGE REINSTALL
INTERFERING PORTION OF GUARDRAIL
N ADJACENT TO NEW STORM PIPE
130* LF EXISTING
(STA 0+00 TO STA 1+30)
CO
Ham"
NEW CB #2
TYPE 2 48 "I(ATH VANED GRATE
STA 1 +28.58 (R 24.z/)
RIM 272.57
IE 267.38 12" S W/ CAP
IE 267.28
5'xS'x2' MIN CONCRETE
ANCHOR BLOCK
ANCHOR
RING
EXISTING 12" CONC (INLET)
18 °HDPE!
OUTLET
24" MIN
60 "0 TYPE 2 C8
SECTION A -A
SEATTLE WENATC
(2061632 -2661 (509)662 -1762
260
240
220
200
180
0 +00
4 MIN 6 "MAX
)4" STAINLESS
NUTS BOLTS
r 18" HDPE TEE (FLxPE)
HAMMOND COLLIER
WADE LIVINGSTONE
OMAK LAKEWOOD
(509) 8265861 (253)472 -1992
ROCK LINED DITCH
SEE DETAIL
N
S
G EXIS
z 0. CENTERLITING NE
'g 66
N
rr IX 3 EXISTING GRADE
ALONG PROPOSED
I
(0m i .1 m STORM DRAIN UNE
p I
mm r I
vN pMAl
3`' :Kn`N
z 1-
2 N 8 W 41
2 10
0+00
250
cp
•GABION BASKET
ENERGY DISSIPATER
SEE DETAIL
1�S
41 PROFILE
SCALE 1 ".40" H
1' =20' V
SCALE 1 =40' H
1 -10' V
PIPE ANCHOR AT 25'
SPACING MAX (TYP)
SEE DETAIL
O. u a
Q y V
1 +00
PROFILE
SITE
1- FUSION WELD
18" 45' BEND
CITY OF PORT ANGELES
RACE STREET SLIDE REPAIR
PORT ANGELES, WASHINGTON
5
z e d'$
((4 3
03 '0410
Th (0 01
W W
12 +00
280
270
260
250
20* LF 18' HDPE
O S=010 TO 45' BEND
260
240
220
200
180
CALL THREE BUSINESS
DAYS BEFORE YOU DIG
1- 800 424 -5555
JOB ND
0920002
DRAWING NO
SHEET OF
3 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2'Wx1 5'Hx7'L
GABION BASKET
ON MATTRESS
FINISHED GRADE
OR SUBGRADE
COMPACTED BACKFILL
CONSISTING OF CRUSHED
ROCK, EXCAVATED MATERIAL
OR GRAVEL BASE, AS
REQUIRED /DIRECTED BY CITY.
FINAL BEDDING LIFT
6" MIN ABOVE
CROWN OF PIPE.
PVC PIPE
2ND BEDDING UFT
(HAUNCHING)
INITIAL BEDDING LIFT
ROCK LINED DITCH
PER DETAIL
ROCK LINED DITCH
PER DETAIL
SPRING UNE
77' 2'Wx3'Hx9'L
GABION BASKET
ON MATTRESS
(BOTH SIDES)
7'
3'
2' THICK GABION
MATTRESS
NON -WOVEN
GEOTEXTILE FABRIC
NTS
12,
24" EXPANSION/
CONTRACTION
SLEEVE
NTS
REVISIONS
PLAN 2' THICK
GABION
MATTRESS
kceroala�mc�v. rn»vnrnvw�r
3' MIN
16" TIGHTLINE
PROFILE
GABION ENERGY DISSIPATER
4 "J
FOUNDATION GRAVEL
AS REQUIRED
NOW
BACKFILL MATERIAL AND COMPACTION SHALL BE IN CONFORMANCE WITH
CITY STANDARDS AND /OR THE STATE OR COUNTY PERMIT REQUIREMENTS
(AS MAY BE APPLICABLE)
DEWATERING TO 1' BELOW THE INVERT OF THE PIPE IS
REQUIRED WHERE WATER 15 ENCOUNTERED
TYPICAL TRENCH SECTION
UNDISTURBED EARTH
V
PIPE ANCHORS (TYP)
PER DETAIL
tp i SPECIAL PRECAUTION
TO PROTECT PIPE
TO THIS LEVEL
APPROX
EXISTING GRADE
12'
MATERIAL TO BE
ASTM 'A 36 1/4"
PLATE GALVANIZED
AFTER FABRICATION
PER ASTM A 123
1/4" WELD
GROUND-
FLATTEN TO POINT
2 1/2'
ALL HOLES
4' DIAM.
10"
5"
TYPE 6
(CEMENT CONCRETE)
10'.0"
BETWEEN JOINTS (TYP
1" MIN. (TYP.)
CEMENT CONCRETE EXTRUDED CURB
GENERAL NOTES
THIS DOCUMENT WAS INTENDED FOR THE CLIENT'S USE ONLY AND
ANY ATTEMPT TO COPY, RE USE, AND /OR RE- DISTRIBUTE THIS
DOCUMENT IN PART OR IN WHOLE IS PROHIBITED
i 5 3/4'
l
1 374"
I
1 SLOTS TO BE
1 19/32 x 1/4"7
I I
1 7/8 1 1
4 1/2"
12"
ANCHOR BAR SPACING
DESIGNED DV
DRAWN BY
CNEGNED BY
APPROVED BY
DATE PRINTED
SOME
F NO.
KG
MR
7/8"
3 1/8"
4 1/2"
PLATE DETAIL
1 1/2 "0 x 6' PIPE STAKES
EACH SIDE OF CULVERT-
ANCHOR ASSEMBLY
HDPE PIPE
PIPE ANCHOR
NTS
NOTE:
JOINTS MAY BE FORMED DURING INSTALLATION USING
A RIGID DIVIDER OR SAWCUT AFTER CONCRETE CURES
TO MINIMUM STRENGTH.
07/22/10
AS SHOWN
1/2" MIN.
THICKNESS]
COUPLING BAND
[1 18 "/24" HDPE PIPE
mi l- COLLAR (2"
Te
1/4" WELD
-PLATE (SEE
NOTE:
INSTALL SO THAT COLLAR ON STAKES
IS FLUSH WITH PLATE WHEN PIPE IS
TOUCHING GROUND
CEMENT CONCRETE EXTRUDED CURB
NTS
(705)632-2W
PIPE)
DETAIL)
1 /8"
=3/4'
I I 12' OR 24" COUPLING BAND
7" COUPLING BAND
MATERIAL TO BE ASTM
A 36 GALVANIZED AFTER
FABRICATION PER ASTM
A 153
7' -12" COBBLES
SEATTLE WENATCHEE OMAK
(509) 662-1762 (509) 826 -5861
3
HAMMOND COLLIER
WADE LIVINGSTONE
t AKEWOOD
(233)472 -1992
12" MIN J
1 5'
3'
ROCK LINED DITCH DETAIL
NTS
ROCK CHECK DAM SECTION
SPACE CHECK DAMS 16 FT, TYP
3
PROFILE
ROCK CHECK DAM DETAIL
NTS
SEE GUARD RAIL DETAIL
cam"
ASPHALT PAVING DETAIL
GRADE
EXISTING
NON -WOVEN
GEOTEXTILE FABRIC
!fi DITCH BOTTOM 1/4 •.._s,�Ji1.�c.:�.T A /y T^ w. .1i jL {i �a i Fr: Y
NTS
EXISTING
GRADE
CITY OF PORT ANGELES
RACE STREET SLIDE REPAIR
PORT ANGELES, WASHINGTON
DETAILS
CEMENT CONC EXTRUDED CURB SEE DETAIL
4" HMA CL 1/2" PG 64 -22 (2 -2' LIFTS)
2" CRUSHED SURFACING TOP COURSE
4 CRUSHED SURFACING BASE COURSE
1' MIN
SAWCUT EXISTING
ASPHALT
0 TRENCH SECTION
SEE DETAIL('
1
CALL THREE BUSINESS
DAYS BEFORE YOU DIG
1- 800 424 -5555
JOB NO.
0920002
DRAWING NO.
SHEET OF
4 5
1
1
1
1
1
1
1
i
1
1
2
1
1
1
1
1
1
8
1 8
8
1
y, i
ISi
1
FACE OF GUARDRAIL
BEAM GUARDRAIL POST SPACING
FOR TYPES 1 THROUGH 4 SHALL
BE 6' 3" ON CENTERS.
ti
TIMBER BLOCKS SHALL BE TOE— NAILED
TO THE POST WITH A 16D GALVANIZED
NAIL TO PREVENT BLOCK ROTATION
N
1
NI
INITIAL INSTALLATION
TYPE 1 ALTERNATIVE
8" OR 10"
(NOMINAL)
r N
PRE DRILLED HOLES
tO FOR FUTURE GUARD—
RAIL RAISING
W -BEAM
WOOD POST
REVISIONS
3/4 DIA
HOLES (TYP)
ALTERN ATE
HOLES
6X8 OR 10X10
NTS
SPLICE BOLT SLOTS
(TYP) 29/32" x 1 1/8"
GUARDRAIL DETAIL 0
1 1/4 °41/4 "I
j 4
W BEAM WOOD BLOCK
FOR WOOD POSTS
GENERAL NOTES
6' -3"
13' 6 1/2"
TYPICAL RAIL ELEMENT
IDE5GNED BY
DRAW BY
CHECKED BY
APPROYFD BY
DAIS PRINTED
THIS DOCUMENT WAS INTENDED FOR THE CUENTS USE ONLY AND scAEE
ANY ATTEMPT TO COPY, RE —USE, AND /OR RE— DISTRIBUTE THIS
DOCUMENT IN PART OR IN WHOLE IS PROHIBITED Fa NO.
KG
MR
6' 3"
POST BOLT SLOT
(TYP) 3/4" x 2 1/2
280
240
14 1/4" 4 1/4", 2"
2 3/4"
4" PERFORATED DRAIN PIPE AT
BASE OF KEY WAY, SEE PLAN
10' 10--
SPLICE BOLT SLOTS
(TYP.) 29/32" x 2"
4 1/4"
HAMVI� OND COLLIER
WADE LIVINGSTONE
03/08/10
AS SHOWN S'HA'YS WENATCHEE OMAK LAKEWOOD
6922666 6624762 (509) 626.6561 (253) 4 24992
6' 2 1/4"
POST BOLT SLOTS
3/4" x 3 3/4"
13' -61/2"
6'— 3"
EXPANSION SECTION
PLACE NON WOVEN FABRIC MEETING
REQUIREMENTS FOR SEPARATION IN WSDOT
SPEC. TABLE 9- 33.2(1) BETWEEN QUARRY
SPALL ROCKFILL AND PIPE TRENCH BACKFILL
QUARRY SPALL ROCKFILL PER
WSDOT 9 -13.6 SPEC. COMPACT IN
LIFTS OF 18 -24" BY TAMPING
WITH EXCAVATOR BUCKET
EXCAVATE KEYWAY
SPREAD AND COMPACT
SPOILS IN AREA NOTED
IN PLAN VIEW
POST BOLT SLOT 1SPLICE BOLT SLOTS
3/4" x 2 1/2" (TYP.) 29/32" x 1 1/8"
SE CTION
1.8
SCALE: 1 20'H &V
CITY OF PORT ANGELES
RACE STREET SUDE REPAIR
PORT ANGELES, WASHINGTON
DETAILS
(3-
W
1-
H
280 w
U
rz
240
200
CALL THREE BUSINESS
DAYS BEFORE YOU DIG
1- 800 424 -5555
JOB NO.
0920002
DRAWING NO.
SHEET OF
5 5