Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout4.662 Original Contract0
PROJECT MANUAL
DRY CREEK BRIDGE TRAIL PROJECT— PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -31
n
For information regarding this project, contact:
Michael Szatlocky, PE, City of Port Angeles
360- 417 -4808
PW 0407_01 Part01.doc [Revised April 2010]
D
O
for
JULY, 2010
g. 6(0 a
KS ANo
CITY OF PORT ANGELES
WASHINGTON
(ft*-
e l
f
<J
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY, DIRECTOR OF ENGINEERING SERVICES
C
City of Port Angeles
P.O. Box 1150 321 E. 5th St
Port Angeles, WA 98362
ORIGINAL
1.
Prepared by:
c
Project Engineer
Reviewed 1:
4xv
Deputy director`) v
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05 -31
PROJECT MANUAL
for
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -31
CITY OF PORT ANGELES
WASHINGTON
JULY, 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
I- 1
R viewed by:
da Atto
1
Glenn A Cutler, P.E.
Director of Public Works Utilities
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05 -31
ADVERTISEMENT FOR BIDS
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -31
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, August 9, 2010, and not later, and will then and there
be opened and publicly read at that time in the Public Works Conference Room for the construction of the
following improvements:
The project will install a two span, pre- manufactured trail bridge on Milwaukee Drive at Dry
Creek in the City of Port Angeles. The pre- manufactured bridge spans will be provided by
the City and are not part of this contract.
This work includes construction of two bridge abutments and a center span pier, assembly of
two pre- manufactured bridge sections and pipe hangers, placement of the two assembled
bridge sections, constructing a reinforced concrete bridge surface, furnishing and hanging
four pipe conduits under the bridge, construction of bridge approaches, and extending the
conduit to points of connection, excavation, embankment, gravel paving, drainage, erosion
control, and other work, all in accordance with the Contract Provisions and Plans.
The City Engineer's estimate for this project is between $200,000 and $300,000
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)
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.
Publish: Peninsula Daily News Wednesday, July 21, 2010; Daily Journal of Commerce Tuesday, July 20,
2010. Posted: North Peninsula Builders Association: noba an olvoen corn, Tuesday, July 20, 2010; Builders
Exchange of Washington: bxwa com, Tuesday, July 20, 2010.
I- 4
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.
conditional or qualified bid will not be accepted.
The Owner reserves the right to accept the bid that is in the best interest of the Owner, 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. 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 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 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.
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05 -31
I- 5
BIDDER'S CHECKLIST
1 Has the Bid Security Transmittal form been completed, either by (1) attaching a bid
deposit in the form of a postal money order, cashier's check or other security and
filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the
proper form and filling out the section of the form below the words "Bid Bond
2. Is the amount of the bid deposit at least five percent (5 of the total amount of the
bid?
3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid
Form?
7. Has the non collusion affidavit been properly executed?
8. Have you shown your contractor's state license number on the Bid Form?
9. Have you included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
9. Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
10. Have you filled out the Bidder's Construction Experience form?
The following forms are to be executed after the Contract is awarded:
A. Contract To be executed by the successful bidder and the City.
B. Performance and Payment Bond To be executed on the form provided by
Owner, by the successful bidder and its surety company. To include name.
contact and phone number, and address of surety and power of attorney of
signatory.
C. Insurance certificate(s).
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05 -31 I 6
1
1
1
1
1
1
1
1
1
1
STATE OF WASHINGTON
COUNTY OF lei-er<lrYJ
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 3r day of ✓l A-44A- 57
MARJORIE ANN MCCONNELL
Notary Public
State of Washington
My Commission Expires
April 26, 2011
My Comm. Exp.:
17 1 a r a a 4 11 17) a-L/
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05-31
I- 7
Signature of-Bidder/Contractor
Notary Public in and for the
State of Washington.
Residing at
'age 8 Non Collusion Affidavit
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
201 D.
1 Q -n9rut W1
L a-611
1
1
1
1
1
1
1
1
1
1
1
1
Project Name DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
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
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05 -31
Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
I- 9
age 9 Subcontractor List
rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
1
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BID FORM
Page 1 of 4
BIDDER: TL MCCONNELL CONSTRUCTION TNc
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:
NAS Surety Grout,
Surety
1200 Arlington Hts. Rd.Snite 400
Surety address Itasca, IL 60143
Bonnie Riddle, 360- 892 -5840
Surety Contact and Phone Number
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05 -31
I- 10
Phoenix Surety Insura -gre Agency,
Agent
1499 Tech Center Place, Suite 150
Agent Address Vancouver, WA 98683
Bob Lagler 360- 892 -5840
Agent Contact and Phone Number
I age 10 Bid Form
rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
Item No. Sec No.
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05-31
BID FORM
Page 2 of 4
Estimated Unit Price Extended
Description of Item Quantity Units (Figures) Amount
Schedule A: Non Taxable Road Items
1 1 -07.15 Temporary Water 1 Lump
Pollution/Erosion Control Sum
2 1 -09.7 Mobilization 1 Lump
Sum
3 2-01.4 Clearing and Grubbing 1 Lump
Sum
4 2- 09.3(2)1 Shoring or Extra 1 Lump
Excavation, Class A Sum
5 2-09.3(2)1 Structural Excavation Class 86.19 Cubic
A Including Haul Yards
6 6-19.4.01 Soil Excavation For Shaft 31.42 Cubic
Incl. Haul Yards
7 Concrete Class 4000P for 31.42 Cubic
6- 19.4.01 Shaft Yards
8 6-19.4.01 Steel Reinforcement Bar 11,461 Lb
for Shaft
9 6-19.4.01 CSL Access Tube 384 Lineal
Feet
I 10 I 6- 19.4.01 I CSL Test I 4 I Each
11 Removing Shaft 1 Force
6- 19.5.01
I Obstructions Acct
12 6- 02.3(1) Concrete Class 4000 72.56 Cubic
Yard
13 I 6 -02.5 1 Steel Reinforcing Bars 1 14,901 I LB
14 1 To Be 1 Pedestrian Railing 1 60 I Lineal
Specified in the I reel
Future
1 S 6- 20.4.01 Setting and Erecting Steel 2 Each
Truss
16 3- 02.3(13) Expansion Joints 30 Lineal
Plan Sheet 10 Feet
17 6-02.3(1) Concrete Class 4000D 40.74 Cubic
Yards
18 6-02.3(24)H Epoxy Coated Steel 9,166.67 LB
I 19 Reinforcing Bars
Contract Delays due to 1 Force
1- 07.16(4) Unanticipated Acct
I Archaeological Discovery
20 SCHEDULE A SUBTOTAL
age 5 Bid Form
rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
Faso. as o.�
7,900,' 7900,'
0, ed 4.00
p_oor 3r7;70 q
.y398,'‘)
l 16 ou5`1
3.-
QS
Is /066.— Is g000.'
$4,100.00 $4,100.00
9os,- s ?3e1
I /a I I L.391.'
I$
21," 630,
26 358 h�
3,- 27 500.° I
$10,000.00 $10,000.00
$21,05,311 s�
4
BID FORM
Page 3 of 4
Item Estimated Unit Price Extended
No. Sec No. Description of item Quantity Units (Figures) Amount
Schedule B: Taxable Non -Road Items
6- 20.4.01 Furnishing Installing 44 Each
f B -1 Sheet 10 Hanger Sets (PP 27 �o
B -2 6- 20.4.01 14 Inch Diameter, Steel 252 Linear b 151,9)-4:-
Sewer Line Carrier Pipe Feet
B -3
6- 20.4.01 5 Inch Diameter, SCH 80, 252 Linear
PVC Pipe Feet
B 4 6- 20.4.01 6 Inch Diameter, SCH 80, 504 Linear y 3
PVC Pipe Feet
B -5 E945, Carton Expansion 1 Each l 1 7-
Fitting, 5 Inch
B -6 E945, Carton Expansion 2 Each Hr9 1T0
Fitting, 6 Inch
SCHEDULE B SUBTOTAL I 49
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05-31
I- 12
Sch. A Bid Subtotal l (D 5
Sch.B Bid Subtotal 'I9 e6
Sch B Sales Tax
(8.4%)
Total Bid 3M 9 cl 1,
age 6
rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
1,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
t o
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s).. a iZE 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.
By signing the Bid Form below, the bidder further certifies that he /she is not disqualified from
bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
Bidder's firm name: TL MCCONNELL CONSTRUCTION INC
Complete address: 194 Protection Ridge Rd. Port Townsend, WA 98368
(Street address) (State) (Zip)
Telephone No.: 360- 344 -4101
Signed by:
Printed Name: Tom McConnell
Contractor Registration Number:
UBI Number:
WA State Industrial Insurance Acct. No.:
WA State Employment Security Dept. No.:
WA State Excise Tax Registration No.:
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Protect 05-31
BID FORM
Page 4 of 4
Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted.
(2) If the bidder is a corporation, this bid must be executed by its duly authorized officials.
I- 13
TLMCCLM932Q7
602 706 -374
010,141 -01
374063005
602 706 -374
Title: President
Date: August 9, 2010
'age 13
rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or
other security in lieu of a bid bond in the amount of
which amount is not less than five (5%) percent of the total bid.
SIGN HERE
KNOW ALL MEN BY THESE PRESENTS:
T.L. McConnell Construction, Inc. North American Specialty Insurance Company
That we, as Principal and as Surety, are held and
firm) bound unt the CITY OF PORT ANGELES as Obligee, in the penal sum of Five percent of the total
am bid (5%) Dollars, for the payment of which the Principal and
the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a
contract with the Obligee In accordance with the terms of said bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shalt, in case
of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the
advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force
and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond.
SIGNED, SEALED AND DATED THIS 29 they of
T.L. McConnell Construction I
ri
rican Specialty Insurance
rinci
rely
960 Broactov AvP S11,jtP 42n
Boise, ID 83706
Surety address
Terry Dolar 208 433 1800
Surety Contact and Phone Number
Dated.
Received return of deposit in the sum of S
dry Crock Bridgo Trail Project. Phase 2
Bridge ConstrucUon Proiect
Prefect 05.31
BID SECURITY TRANSMITTAL FORM
BID BOND
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05.01
1 14
July
Company
phc X Sur@ty Inavrance Agency, Inc.
Agent
X499 fi Tech CPrlt P1
Vancouver, WA 98683
Agent Address
Bonnie Riddle 360 892 5840
Agent Contact and Phone Number
Page 7 Bid Bond
Provided to Builders Exchange of WA. Inc. For usage Conditions Agreement see www bxwa corn Always Verify Scale
.2010.
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
State of Illinois
County of Cook
NAS SURETY GROUP
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint
ROBERT LAGLER and BONNIE RIDDLE
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of TWENTY -FIVE MILLION ($25,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authonty of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24 of March, 2000
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached
\iIi Y� I nnanaa1111%
SEAL
By
N. 61 S WEAL o Steven P. Anderson, President Chief Executive Officer of Washington International Insurance Company g O S�L e
6 1 S73 rv: n Senior Vice President of North American Specialty Insurance Company
s 0: m
•?i
i6 nmunttu�� az., p4/
David M. L ayman, Senior Vice President of Washington International Insurance Company 44RrrM17.
Vice President of North Amencan Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 23rd day of March 20 10
North American Specialty Insurance Company
Washington International Insurance Company
On this 23 rdday of March 2010 before me, a Notary Public personally appeared Steven P Anderson President and CEO of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman
Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies
sEA1;'
DONNA D SKI.LVS
Notary Public, State of Illinois
My Commission Expires 10/06/2011
I, James A. Carnenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 29th day of
Donna D Sklens, Notary Public
July 20 10
James A Carpenter, Vice President Assistant Secretary of Washington International Insurance Company
North Amencan Specialty Insurance Company
Add separate sheets if necessary.
Date: August 9, 2010
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05 -31
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
1. Name of bidder: Tom L McConnell TL MCCONNELL CONSTRUCTION INC
Registration Number: UBI: 602 706 -374 WA License NO: TLMCCLM932Q7
2. Permanent main office address: 194 Protection Ridge Rd. Port Townsend, WA 98368
3. When organized: 1970, INC in 2008
4. Where incorporated: WA
5. How many years have you been engaged in the contracting business under your present firm
name? 40 years as McConnell Const, 2 years as TL McConnell Const. Inc
6. Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number.
_E-',e4 r riiii72.447 /��y_�f,W1-32o.r..>
7. General character of work performed by your company:
Public Works Construction
SEE ATTACHED
8. Have you ever failed to complete any work awarded to you? NO
If so, where and why?
9. Have you ever defaulted on a contract? NO
10. List the more important projects recently completed by your company, stating approximate cost
for each, the month and year completed, contact name and phone number.
SEE ATTACHED
11. List your major equipment available for this contract:
John Deere 200LC Excavator, Case 590SM Backhoe, Peterbilt 10 Wheel
DumD Truck
12. Experience of bidder in construction similar to this project in work and importance:
13. Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City? Yes
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information
requested by the City of Port Angeles.
Bidder's Signature:
Print Name:
Title: President
I- 8
Tom McConnell
I age 4 Bidder's Construction Experience
rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale
MASTER LICENSESERVICt
Pu Eicb(9034 ■plytnpia, Wk 985_07-9034 (360) r 64-14,00
R EGISTRATIONS
p
RT T'OWNSEND WA 98368
Renet4ect, Secretary of State
e
REGISTERED TRADE
CONSTRUtTIONINC
5' 7 -5;5
t N11.4° 7 7 .7'
i n I,?
7 1,
.s. 0.+,
P '4 '1% 0 ',Fr. 9 r r v v v
The licensee named above has been issued the business registrations Or licenses
listed. By accepting this docum,ent the licensee certiges ihe information okoVided
en theapplication forttlese liceneet was complete true,' and accurate to the best
of his or het knowledge-, and that business Will be conducted iti compliance with
all applicable Washington state, county, and pitytegulationS.,
Director, Department of LiCensIng'
I
TL MCCONNELL CONSTRUCTION INC
Building and Engineering Contractors
TL MCCONNELL CONSTRUCTION INC, PRESIDENT: TOM MCCONNELL HAS BEEN A LICENSED
BUILDING AND ENGINEERING CONTRACTOR SINCE 1970.
TL MCCONNELL CONSTRUCTION INC
194 PROTECTION RIDGE RD.
PORT TOWNSEND, WA 98368
PHONE: 360/344 -4101, FAX: 360/344 -4102
EMAIL: mcc aolvoen.com
WA LICENSE NO. TLMCCLM932Q7
UBI NO. 602 706 -374
DUNN BRADSTREET NO. 062942669
LIABILITY COMMERCIAL INSURANCE:
PROPEL INSURANCE
AGENT: BRENT HEILESEN
PO BOX 2940
1201 PACIFIC AVENUE
TACOMA, WA 98401 -2940
253/310 -4048
BONDING COMPANY:
PHOENIX SURETY ACENCY INC
AGENT: BOB LAGLER
1499 SE TECH CENTER PLACE, SUITE 150
VANCOUVER, WA 98683 -4301
360/892 -5840
BANK:
WELLS FARGO BANK
CONTACT: BONNIE WOOD
2101 WASHINGTON ST.
PORT TOWNSEND, WA 98368
360/385 -4444, FAX: 360/379 -9422
TL MCCONNELL CONSTRUCTION INC IS PRIMARILY ENGAGED IN PUBLIC WORKS CONSTRUCTION
INCLUDING BRIDGES, ROADWORK, TREATMENT PLANT WORK, FISH HATCHERY WORK, GRADING,
UTILITIES, SCHOOL SITE WORK.
194 Protection Ridge Rd. Port Townsend, WA 98368 Phone: 36o 344 Fax: 360 E -mail: mcc @olypen.com
WA Cont. Lic. #TLMCCLM932Q7
TL MCCONNELL CONSTRUCTION INC
Building and Engineering Contractors
OUALIFICATION STATEMENT FOR:
TL MCCONNELL CONSTRUCTION INC
TOM MCCONNELL, PRESIDENT
194 PROTECTION RIDGE RD.
PORT TOWNSEND, WA 98368
360/344 -4101, FAX: 360/344 -4102
EMAIL: mcc(li olvoen.com
COMPLETED PROJECTS:
PROJECT: SCHMID ROAD DRAINAGE REPLACEMENT PROJECT
CONTRACT NO: TA -2825
CONTRACT AMT: 247,758.95
TYPE: BRIDGE REPLACEMENT
START: 1 -2010, COMPLETE: 4 -2010
OWNER: GRAYS HARBOR COUNTY DEPT. PUBLIC SERVICES
100 W BROADWAY, SUITE 31, MONTESANO, WA 98563
CONTACT: ROGER STEIN, P.E., 360- 249 -4222
PROJECT: PORT WILLIAMS WELL EQUIPPING WELL #3
CONTRACT NO: G &O -07453
CONTRACT AMT: 417,260.60
TYPE: WELL IMPROVEMENTS
START: 11 -2008, COMPLETE: 4 -2009
OWNER: CITY OF SEQUIM
152 W CEDAR ST., SEQUIM, WA 98382
ENGINEER: NANCY LOCKETT, GRAY OSBORNE, INC
206/284 -0860, EMAIL: nlockettna e -o.com
PROJECT: LEWIS COUNTY TRACK UPGRADES
CONTRACT NO: PO #2839 -03
CONTRACT AMOUNT: 110,308.84
TYPE: RAILROAD BRIDGE RETROFIT
START: 9 -2008, COMPLETE: 12 -2008
OWNER: CITY OF TACOMA
CONTRACTOR: COAST RAIL
PO BOX 308, LAKEBAY, WA 98349 -0308
CONTACT: BOB HARBISON, 253/573 -1028, EMAIL; coastrail cni gmail.com
PROJECT: LARRY SCOTT TRAIL
CONTRACT No: 1069
CONTRACT AMOUNT: 168,144.06
TYPE: TRAIL EXTENSION
START: 8 -2008, COMPLETE: 11 -2008
OWNER: JEFFERSON COUNTY DEPT. OF PUBLIC WORKS
PO BOX 2070, PORT TOWNSEND, WA 98368
CONTACT: VALERIE GREENE, 360/385 -9160, EMAIL: vareenel@co.refferson.wa.iis
194 Protection Ridge Rd. Port Townsend, WA 98368 v Phone: 3 4101 Fax. 360 344 E -mail. mcc @olypen.com
WA Cont. Lic. #TLMCCLM932Q7
COMPLETED PROTECTS. PAGE 2
PROJECT: FRIDAY HARBOR WWTP RECLAIMED WATER SYSTEM IMPROVEMENTS
CONTRACT NO: NA
CONTRACT AMOUNT: 791,424.24
TYPE: WWTP IMPROVEMENTS
START: 12 -2008, COMPLETE: 6 -2008
OWNER: TOWN OF FRIDAY HARBOR
60 SECOND ST., FRIDAY HARBOR, WA 98250
CONTACT: KING FITCH, 360/378 -2810, email: ckf fridavharbor.org
PROJECT: MASON COUNTY INTERTIE
CONTRACT NO: NA
CONTRACT AMOUNT: 91,979.40
TYPE: WATER MAINS
START: 10/2007, COMPLETE: 12/2007
OWNER: MASON COUNTY PUD #1
N 21971 HWY 101, SHELTON, WA 98584
CONTACT: STEVE WILLIE /JWM&A, 360 -352 -9456, EMAIL: steve(iwmaena.com
PROJECT: CANAL BEACH 2007 WELL RESERVOIR IMPROVEMENTS
CONTRACT NO: 06689
CONTRACT AMT: 207,059.13
TYPE: WELL RESERVOIR IMPROVEMENTS
START: 6 -2007, COMPLETE: 9 -2007
OWNER: MASON COUNTY PUD #1
N 21971 HWY 101, SHELTON, WA 98584
CONTACT: STEVE WILLIE /JWM A, 360/352 -9456, EMAIL: steve(iwmaene.com
PROJECT: KIANA MBR
CONTRACT NO: NA
CONTRACT AMOUNT: 349,829.43
TYPE: MEMBRANE BIOREACTOR TREATMENT FACILITY CONSTRUCTION
START: 12 -2006, COMPLETE: 4 -2007
OWNER: PORT MADISON ENTERPRISES, SUQUAMISH TRIBE
PO BOX 498, SUQUAMISH, WA 98392
CONTACT: BOB GATZ, P.E., 360/394 -8422, EMAIL: bgatz( suauamish.nsn.us
PROJECT: BAYVIEW BEACH 2007 IRON MANGANESE TREATMENT FACILITY
CONTRACT NO: NA
CONTRACT AMT: 83,974.81
TYPE: IRON MANGANESE TREATMENT FACILITY
START: 5 -2007, COMPLETE: 6 -2007
OWNER: BAYVIEW WATER DISTRICT
PO BOX 222, FREELAND, WA 98249
CONTACT: QUIN CLEMENTS, DAVIDO CONSULTING GROUP INC
360/331 -4131
COMPLETED PROTECTS. PAGE 3
PROJECT: CEDAR STREET RETAINING WALL REPAIR
CONTRACT NO: 05 -22
CONTRACT AMT: 217,385.00
TYPE: REPAIR RETAINING WALL
START: 7 -2006, COMPLETE: 9 -2006
OWNER: CITY OF PORT ANGELES, PUBLIC WORKS UTILITIES
PO BOX 1150, PORT ANGELES, WA 98362
CONTACT: ERIC WALRATH, 360/417 -4806, EMAIL: ewalrath(citvofna.us
PROJECT: GIG HARBOR WWTP 2006 UPGRADE
CONTRACT NO: CSSP -0601
CONTRACT AMT: $246,870.14
TYPE: WWTP IMPROVEMENTS
START: 6 -2006, COMPLETE: 11 -2006
OWNER: CITY OF GIG HARBOR, ENGINEERING DEPT.
3510 GRANDVIEW ST., GIG HARBOR, WA 98335
CONTACT: DARRELL WINANS, 253/851 -8999, EMAIL: winansdCZi citvofgigharbor.net
PROJECT: SUNLAND WWTP
CONTRACT NO: NONE
CONTRACT AMT: 388,770.48
TYPE: UPGRADE WWTP, 8'x18' DEEP WT WELL, 12" SITE PIPING
START: 9 -2005, COMPLETE: 5 -2006
OWNER: SUNLAND WATER DISTRICT
135 FAIRWAY DR, SEQUIM, WA 98382
CONTACT: WILLIE BURBANK, 360/683 -3905
PROJECT: OLD TARBOO ROAD BRIDGE
CONTRACT NO: NWI 2005 -1
CONTRACT AMT: 122,220.00
TYPE: SITEWORK BRIDGE INSTALLATION
START: 7 -2005, COMPLETE: 5 -2006
OWNER: NW WATERSHED INSTITUTE
3407 EDDY ST., PORT TOWNSEND, WA 98368
CONTACT: PETER BAHLS, 360/385 -6786
PROJECT: FT FLAGLER WATER RESERVOIR IMPROVEMENT
CONTRACT NO: NW- C3203C
CONTRACT AMT: 248,721.82
TYPE: 312,000 GAL. WATER RESERVOIR SITE WORK
START: 5 -2005, COMPLETE: 6 -2005
OWENR: WA STATE PARKS RECREATION
220 N WALNUT ST., BURLINGTON, WA 98233
CONTACT: PETER KRAMER, 360/755 -5262, EXT227
COMPLETED PROTECTS. PAGE 4
PROJECT: LAKE LIMERICK WELL #6
CONTRACT NO: NONE
CONTRACT AMT: $464,782.96
TYPE: WATER RESERVOIR, PIPING, BOOSTER STATION, MECHANICAL, ELECTRICAL,
INSTRUMENTATION
START: 8 -2004, COMPLETED: 2 -2005
OWNER: LAKE LIMERICK COUNTRY CLUB INC.
CONTRACT OFFICER: KIRK OSBORNE, 360/426 -3581
ARCHITECT: SEMCOM, INC, CONTRACT OFFICER: KIRK OSBORNE, 360/426 -3581
CITY OF PORT ANGELES
DRY CREEK BRIDGE TRAIL PHASE 2
BRIDGE CONSTRUCTION PROJECT
TO THE PROJECT MANUAL FOR
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05-31
A. PART I. BIDDING REQUIREMENTS
ADDENDUM NO. 1
NOTICE TO PROSPECTIVE BIDDERS
(JULY 20, 2010)
1. Time for Performance and Liquidated Damages, page 11 -2, Replace
Paragraph A with the following:
Addendum No. 1 Page 1 of 3
PROJECT 05 -31
The following changes, additions, and /or deletions are hereby made a part of the Project
Manual for the construction of Dry Creek Bridge Trail Project Phase 2, Bridge
Construction Project dated July 2010 as fully and completely as if the same were fully set
forth therein:
1. Advertisement for Bids; page 1 -4, Replace Paragraph 1 with the following:
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, August
9, 2010, and not later, and will then and there be opened and publicly read at that
time in the Public Works Conference Room for the construction of the following
improvements:
2. Insert Page 1 -8, BIDDER'S CONSTRUCTION EXPERIENCE
3. Bid Form (Page 2 of 4), page 11, Delete Bid Item 12, Pedestrian Railing.
4. Insert Pagel-14, BID SECURITY TRANSMITTAL FORM
B. PART II, CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF
CONTRACT
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 Substantially Completed by December 1, 2010, and Physically
Completed by December 31, 2010, unless a different time frame is expressly
provided in writing by the City.
CITY OF PORT ANGELES
DRY CREEK BRIDGE TRAIL PHASE 2
BRIDGE CONSTRUCTION PROJECT
C. PART III, SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS,
SPECIAL PROVISIONS
PROJECT 05 31
1. Section 1 -04.4, Conformity With and Deviation From Plans and Stakes.
Replace Paragraph 1 with the following:
Engineer will lay out and set the original set of construction stakes and
marks needed to establish the lines, grades, and slopes required for
the bridge and utility construction. These stakes and marks will govern
the Contractor's Work. The Contractor shall take full responsibility for
detailed dimensions, elevations, and slopes measured from them. The
Contractor shall be contractually responsible for maintaining the
original set of construction stakes. Any resurvey required to reset
original construction stakes or any additional part of the project
surveying shall be the responsibility of the Contractor.
2. Section 6- 02.3(14)C, Pigmented Sealer for Concrete Surfaces. Add new
Paragraph 6:
Contractor is responsible to schedule the completion of the bridge
pigmented sealer during favorable weather conditions beginning not
earlier than May 1, 2011. Prior to resuming work on the bridge
pigmented sealer the Contractor shall provide 5 working day notice to
the Contracting Agency. All remaining work, applying pigmented
sealer and site restoration shall be completed before August 31, 2011.
D. PART IV, SECTION G, PROJECT PLANS
1. Construction Plans, Replace sheets 4 of 11, 5 of 11, 6 of 11, 8 of 11, 9 of 11,
10 of 11 and 11 of 11 with the following attached sheets.
2. Add Big R Bridge plan sheet E4 of E7, (2) 110' -0" x 10' -0" Bridges.
E. PART IV, NEW SECTION J, BIG R BRIDGE CONSTRUCTION PLANS
1. Insert pages 1 of 7 through 7 of 7, (2) 110' -0" x 10' -0" Bridges, Dry Creek
Pedestrian Bridges, Big R Bridge.
Addendum No. 1 Page 2 of 3
CITY OF PORT ANGELES
DRY CREEK BRIDGE TRAIL PHASE 2
BRIDGE CONSTRUCTION PROJECT
GL 'I A. CUTLER, P.E"
Director of Public Works Utilities
END OF ADDENDUM
Addendum No. 1 Page 3 of 3
PROJECT 05 -31
This addendum must be acknowledged in the space provided on the Bid Form in the Project
Manual when it is submitted to the City with your bid. Failure to do so may result in the bid
being rejected as being non responsive.
1. Name of bidder:
Registration Number:
2. Permanent main office address:
3. When organized:
4. Where incorporated:
5. How many years have you been engaged in the contracting business under your present firm
name?
6. Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number.
7. General character of work performed by your company:
8. Have you ever failed to complete any work awarded to you?
If so, where and why?
9. Have you ever defaulted on a contract?
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.
11. List your major equipment available for this contract:
12. Experience of bidder in construction similar to this project in work and importance:
13. Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City?
*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:
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05-31
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
Bidder's Signature:
Print Name:
Title:
I- 8
Item No.
1
2
3
4
5
6
7
8
9
10 I
11
12
Sec No.
1 -07.15
1 -09.7
2 -01.4
2-09,3(2)1
2- 09.3(2)1
6- 19.4.01
6- 19.4.01
6- 19.4.01
6- 19.4.01
6- 19.4.01
6- 19.5.01
6- 20.4.01
16 3- 023(13)
Plan Sheet 10
6- 02.3(1)
6- 02.3(24)H
Temporary Water
Pollution/Erosion Control
BID FORM
Page 2 of 4
Estimated
Description of Item Quantity Units
Schedule A: Non Taxable Road Items
Mobilization
Clearing and Grubbing
Shoring or Extra
Excavation, Class A
Structural Excavation Class
A Including Haul
Soil Excavation For Shaft
Incl. Haul
Concrete Class 4000P for
Shaft
Steel Reinforcement Bar
for Shaft
CSL Access Tube
CSL Test
Removing Shaft
Obstructions
Concrete Class 4000
6 -02.3(1)
13 I 6 -02.5 I Steel Reinforcing Bars
14 To Be Pedestrian Railing
Specified in the
Future
15 Settmg and Erecting Steel
Truss
Expansion Joints
17 Concrete Class 4000D
18 Epoxy Coated Steel
Reinforcing Bars
19 Contract Delays due to
1- 07.16(4) Unanticipated
Archaeological Discovery
20 SCHEDULE A SUBTOTAL
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05-31
1 Lump
Sum
1 Lump
Sum
1 Lump
Sum
1 Lump
Sum
86.19 Cubic
Yards
31.42 Cubic
Yards
31.42 Cubic
Yards
11,461 Lb
Unit Price Extended I
(Figures) Amount
384 Lineal
Feet
4 I Each I I
1 Force $4,100.00 $4,100.00
Acct
72.56 Cubic
Yard
14,901 I LB I I
60 Lineal
Feet
2 Each
30 Lineal
Feet
40.74 Cubic
Yards
9,166.67 LB
1 Force $10,000.00 $10,000.00
Acct
BID FORM
Page 3 of 4
1 Item Estimated Unit Price Extended
No. Sec No. Description of Item Quantity Units (Figures) Amount
Schedule B: Taxable Non -Road Items
6- 20.4.01 Furnishing Installing 44 Each
B -1
Sheet 10 Hanger Sets
B -2 6- 20.4.01 14 Inch Diameter, Steel 252 Linear
I Sewer Line Carrier Pipe Feet
B -3 6- 20.4.01 5 Inch Diameter, SCH 80, 252 Linear
PVC Pipe Feet
B-4 6- 20.4.01 6 Inch Diameter, SCH 80, 504 Linear
PVC Pipe Feet
B -5 E945, Carlon Expansion 1 Each
Fitting, 5 Inch
B -6 E945, Carlon Expansion 2 Each
Fitting, 6 Inch
I SCHEDULE B SUBTOTAL
Dry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05-31 I 12
Sch. A Bid Subtotal
Sch.B Bid Subtotal
Sch B Sales Tax
(8.4
Total Bid
Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or
other security in lieu of a bid bond in the amount of
which amount is not less than five (5 percent of the total bid.
KNOW ALL MEN BY THESE PRESENTS:
Principal
Dated:
Received return of deposit in the sum of
Pry Creek Bridge Trail Project, Phase 2
Bridge Construction Project
Project 05-31
BID SECURITY TRANSMITTAL FORM
I- 14
SIGN HERE
BID BOND
That we, as Principal and as Surety, are held and
firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of
Dollars, for the payment of which the Principal and
the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -01
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case
of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the
advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force
and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond.
SIGNED, SEALED AND DATED THIS day of 20
Surety Agent
Surety address Agent Address
Surety Contact and Phone Number Agent Contact and Phone Number
101111111111111111111111111111111111111•11•111111111111111111111111111111111111111111•1111111111111011
MO.
IJME
loft
32
z
DATUM
NAV° 1905
I 9 15 IOInOOLO InleArlo SenLEIr To
lEArOoEv AbtrAcES
GATE I
2 I
vot
4 k.
REVISION
_VIS" LINE
26E
fi
0 hi
s I
Imi•
111111 loom
m \V Mgig1ffl101111411111111
WAIF— 1111111111111IMIEU
T3
103
0 0 N 0 5 END GE
6 (IA
i s
42
EXISTING GROUND LINE
AT TV LINE
ELEV 22500
1
1
1
ELEV 19300—
CON DESISSEO, CEN OEM 06/10_
DEISM SIP DATE, 08/10
I I MUM JO A ILLS 090. 06140
I I I
L SLALE, V SCALE,
I I ME, V103 MALE;
I
ALL 51655815 S O IN E FEET
I NT ive,A0 I UM ESS 01/0111SE AO!.
/1/
2g8
iI
-gblIalla111101.111111011itierdlINIMIIP:11■174MIPMV Ii111■011-17111■1101.10,16,1MIUMMILMOrdillrAteril,P
REFERENCE LINE ELEV 176 00
S‘
PLAN
SEARING I5 NORMAL TO WTI LINE FOR ALL PIERS
TOP OF CONCRETE DECK Er:2.4
0011014 OF TRUSS
FrO_F ELEV 22060
I
100 YR MO 195
06360 CPS ITly 15550
W.S. EV
I:1
1J
exeltech
L... Stl" Li Ma ago. a.■ A■
ELEVATION
GRADE ELEVATIONS SHOWN ARE TOP OF DECK
tales, 099655
t arft i '_/6vA. .f..T21.
Tc-
-do.
A S.
--7:-.,,,, 1
A
P
4.0 0,0&
PIM IC WOWS OrPARTIO
CITY Of PORT ANGELES
MI EAST 5TH STREET Pa BOX 1150
POW ANCZI ES. *A 90362 mon, MON 157-0411
002 s
`Q.
SARDWIRE FENCE
ELEV 196.0
ELEV 226 00
PI AN AND ELEVATION
IS
-Ter
10 LONG SAFETY HANDRAIL
MT 4 PLACES) SEE SPECIAL
PROVISIONS
PREFABRICATED STEEL TRUSS
PROPRIATARY SUPERSTRUCTURE
SIMPLE SPANS CONCRETE DECK
LOADING: AASHTO LRED
PEDESTRIAN LOAD
NOTE ALL EXPOSED CONCRETE SURFACES
SHALL RECEIVE A CLASS 2 FINISH
WITH PIGMENTED SEALER (SEE
SPECIAL PROVISIONS)
DRY CREEK PEDESTRIAN BRIDGE
2
RE
11
1n +oA0E I RCv0■DR ��I iFTB 1
S•0" DM DRILLED SHAFT
"PEP STA 12.1267
`A" STA 102.1164 3493' RI PM 970 13°2187
12 13 14
TB` LINE 3' -0' DIA DRILLER SHAFT
3'4 DIA
DRILLED SHAFT
DIA DRILLER SHAFT
IR
111101 AEVFS AMCJnt EAT NATXOAL SPECIPKAR1Oa OP I LEN
BESRMW CON DAM 06/10
I 1 054002 DIP 001E 06 /10
I I ce£C0001 JC A 01.9 0000) 06/10
I I I I
I I I x SCALFA V SCALE,
1 1 RILE, PROA NNL,
N L OOEHSORS OUR Ix REST
PRESS OTREAInsE x0
FOUNDATION LAYOUT
I CONSTRUCT DRILLED SHAFTS
2 CONSTRUCT AlL SUBSTRUCTURE CONCRETE El FMENTS
3 ATTACH ALL UTILITY HANGERS, CARRIER PIPE AND CONDUITS
TO STEEL TRUSSES BEFORE PLACING TRUSSES ON OURRTRUCTURE.
4 PLACE SUPERSTRUCTURE STEEL TRU55C5 ON SUBSTRUCTURE
5 CONSTRUCT CONCRETE DECK
CONSTRUCTION SEQUENCE
�t exeltech
lnnn run rat 00x0. 1Nr
"PS" STA 14050.97
x "A' STA 104029 42 27 97' RI
EP�a
.0ENERAL NOTES
ALL MATERIAL AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF
THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS
FOR ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION DATED 2010 AND AMENDMENTS
Martglat
CONCRETE
DECO SLAG CLASS 4000 F'C 4 00 K51
PIERS CLASS 4000 PC 4 00 KSI
DRILLER SHAFTS CLASS 4000 P FT 4 00 K51
METAL REINFORCEMENT AASHTO 1431, GRADE 60 FY 60 DO KRI
ANCHOR BOLTS 11354, GRADE 05 GALVANIZED FY 9500 K5I
AF TER ,F�AB, IC r10 PE
1 AASHTO M232
ALL DIMENSIONS TO REINFORCING STEEL ARE TO CENTERLINE OF BAR UNLESS NOTED OTHERWISE
CONCRETE COVER MEASURED FROM THE FACE OF THE CONCRETE TO THE FACE OF ANY REINFORCING OAR SHALL
BE I -I /7 UNLESS SHOWN OTHERWISE ON THE DRAWINGS
012NSTKUCTIOH
CONSTRUCTION JOINTS WILL 9E PERMITTED ONLY AT THE LOCATIONS SHOWN ON THE PLANS OR AS
APPROVED EY THE ENGINEER
A YOM RI 0 PI1/499
DESIGN PROCEDURE METHOD A
GRAPH 4 DUROMETER POLYI50PRENE
DESIGN LOADS (SERVICE I) 100 KIPS ALL BEARINGS
DES /N NOTES
DESIGN SPFIIFICATIO1OS
IN ACCORDANCE WITH "AASHTO LRFD GUIDE SPECIFICATIONS FOR DESIGN OF PEDESTRIAN BRIDGES' 2009
"AASHTO ERFD MIDGE DESIGN SPECIFICATIONS" 4th EDITION 2007
pE516N LOADS
PERMANENT LOADS
PC UNIT WEIGHT OF REINFORCED CONCRETE 0160 KCF
UTILITIES 0120 KLF
EV UNIT WEIGHT Or SOIL 0125 KCF
TRANSIENT LOADS
LI 90 1.9 /SF PEDESTRIAN LOAD
TU UNIFORM TEMPERATURE RANGE
BASE SETTING TEMPERATURE
EXTREME EVENT LOADS
EQ ACCELERATION COEFFICIENT D 56
5011 PROFILE TYPE I
SEISMIC PERFORMANCE ZONE D
SOOT /No erNAIN /LAOS
STRENGTH LIMIT STATE SERVICE LIMIT STATE
RESISTANCE PACTOR
RESISTANCE FACTOR
PUNK g1KS OEPA0FREOT
CITY OF PORT ANGELES
321 EAST 5TH STREET Pa ISO IPSO
PBPI AASELLS RA ➢Rita woo /MW 45R -OVH
L REARING v 045
RR 7.00 KIPS /SET
1 P 4 KIPS /SET
A SLIDING O4
Q 94 1115
yV c
9.5 KIPS
0° F ro 120• P
64° F
BASED ON SETTLEMENT OF 050 IN
RESISTANCE 29 KIPS/SET
y P 297 KIPS /SFT
DRY CREEK PEDESTRIAN OR /DOE
FOUNDATION L AYIX/r CONSTRUCTION SEC//ENCE,
GENERAL NOTES AND DES /6N NOTES
4
i r i i
toPU S-
OF 2 1 iA
SHAFT 6 AOUr
N.
I�2 I t
W
B'-O'
SHAFT
3' SLR,
ECTION
DRILLED SHAFT
RMSEo PEASTAL xEON? AND ADDED
011001 0011 WAN..
REVISION
SEE TERMINUS DETAIL
j CgeM i D A3tTY. I
nal? 2a6O mai. a
i
rB•0 D1A SHAFT
9EE TERMINUS DETAIL
i
l I 1
_L___ ¢C)TTOM OF SHAFT
FLEE 103.5 AMY'.
ELEF 1060 ABUT 3
SEE TERMINUS DETAIL
ELEVATION
0
�1 O
-EO® re
E 'PS' LINE
IS SPIRAL
3 ACCESS TUBES FOR C5L TESTING
OP CE x I OE51ENE0, CEN GAIL 06/10
I 1 MAIM BIP OATS 03/10
I IOIEENES JC d, NEW OATS, 06010
It SCALE. V SCALE,
Ft C, PROD M E M
e 1 AiSTI
ALI MENTIONS ARE N EFEE
MESS OTREMIKE NOTED
SPIRAL 9AR E i 5.
INDMIENNENNENNN
SHOP WELD /FIELD WELD OR
3/B" (3/16) 3 3 OR 3 /B" (3/16) 6 \SHOP WELD
WELDED SPLICE DETAIL
WELDING SHALL MEET THE REQUIRMENTS
OF STD. SPEC. 5- 02.3(24)E
MAY SE FIELD
BENT (TEE)
LAP SPLICE DETAIL
POE PEFOKMED OARS ONLY
USE WELDED LAP SPLICE DETAIL
FOR SMOOTH WIRE SPIRAL
SPIRAL
3 WRAPS OF SPIRAL' WELDED SPLICE AT
ENO OF SPIRAL
TERMINUS DETAIL
E U2' .12:1 1/ 0' I 1 2'
IA10ep1��i4 f MI to E F 9 SPA P 12" a 8'-0" r �yya
f SHAFT NF�
1 N
211 F.-Tr" I L 1 M
t,A I 1 A SiZ pi i i.m A A fig5 rt I- I-
YP. I 5i
l -_f
��AI -4 f y 1 C 4 r ya
1 I I 1 f' 1 n
5, 1 ..I I .B 1/4' L 6'.O I /4" P .6 514' 1
JYPJ
I
EsNA CAM10 LAC
e x e l t e c h
LAO A, DOE MMN.M 1.4M
r#
A29 E i4
AS SHOWN
(TYP)
4A20 1 IN
CURTAIN WALL
1
0. Q.
0 11�t� r
1 (FYPN
JA
LACE AS �f X71
SHOWN I I lN4 E.F. (TI'?,)
r
d' (TYP) I
tS STIRRUP SET
r 1
r V.A. O re
5
e -0'
PUBLIC SORRY DEPARTMENT
C /TY OF PORT ANGEL ES
72I EAST 5TH STREET P.O. BOY 1150
MHT ANGELES. WA. 921E2 PM. 12061 431 0111
4
ABUTMENT PLAN
PIER I SHOWN PIER 3 SIMILAR
FOE EADDITIONAL ANCHOR O(7LT LOCATION DETAILS
4 TOTAL ANCHOR BOLTS AT EACH ABUTMENT
I 'Pb" LINE
19
LL___ I I
I I 1-a
jx ii_ 1,LS�� 1 I �a_1_
-r --1 —I- L
J l�_l -a- I I J �I
1 I_ 1 i 1.4 L I I
—1 1-4-4-4- 0 J IEF IiB
4'•9'
ABUTMENT ELEVATION
PIER I SHOWN PIER 3 SIMILAR
SHOWN LOOKING BACK ON STATION
FOR UTILITY LOCATIONS SEE SHEET 10
NOTE CAP REINF ANS PEDESTAL
REINF NOT SHOWN ANCHOR
BOLTS DETAILS NOT SHOWN
SEE SI/ECT 6 FOR ADDITIONAL
DETAll 5 REGARDING ANCHOR
BOLTS
6
23 i4 EF. r PLACE AS Oa
SHOWN E.F. F.
Ow #4 E.F.
DRY CREEK PEDESTRIAN BR /D6E
NOTE PEDESTAL REINF NOT SHOWN
JB ANCHOR BOLT LOCATIONS AND
DETAILS NOT SHOWN SEE
SHEET 6 FOR ADDITIONAL
DETAILS REGARDING ANCHOR
DOLTS
ABUTA /ENT l AND 3 SHAFT DETAILS
SHAFT CAP PL AN AND EL EVA TTON
2'-6" e"
5
OF
I,
I s I OM i r
r� /�`•-d 4 AEU {MENT f.Vi
19RG
TOP OF ADITTMENT r
l.� F WALL
WA
N0. DATE
2
4101 SACRWAIL AND
CURTAIN WALL REINF
NOT SHOWN
�,i-- A I/P" ANdHOR B #LT
(TYP)SEE VIEIY
pyl FOE AOp4110NAt/fiA14>'•
P iil
I 141 trllePn I[1IRrAL NN6Nr AID A00.
.won ear aocAm
—4-1 -1--
r
i 05 STIRRUP SET
(TYP)
NLAW N
I I
T °I IA I T TD CEN
I I .SIN SIP
ICN CHA.JC A RU$
Fr
Alru
IT."
�5
—MD P4
SPACE EQUALLY
B
so
DATE, O5/IO
DATE Dry /TD
OTTO 00/10
V SEALER
PROD FAME,
ALL DIVERSIONS ARE N FEET
UNLESS ONEARISE NOTED
N
I'
4T THE 0' DIMENSION AND THE
5/4' DIMENSION MAY SE
ADJUSTED IP NECESSARY. ALL
OTHER DIMENSIONS ARE
CRITICAL TO FACILITATE
PROPER PITTING OF THE TR1)55
TO THE SUBSTRUCTURE UNITS
0 X 8 l t e C h
le, 01 WY MMN ■.eN
w pl'A. S/R v t•o i� 1 /Y
S'
1 1 1
H I I
7110" ANCHO
ter- DOLT �YXP) a_7 1/2 ANCNOR BOLTS-
I BOTTOM NUT FINGER
I I
TIGHT P NUT T SRO
PLATE TOP NUT TIGHT
AGAINST DOTTOM NUT
1 —4
PEDESTAL
PARTIAL ABUTMENT PLAN
N
105' O' P'$'
ICY D
105'-7 TYP
130T.41 DIRECTI
�S_N_CZOR BOLT PLAN LAYOU
TA/N S '.IOC. 1Ac
O'
1
1 I B (TYP)
50TH DIRECTIONS
RAM MOMS OEPARTIEI/
CITY OF PORT ANGELES
UT EAST STN STREET P.O 005 1150
ruff AAEELE5. WA. SAM AXONE, MOW 457 -0411
I I I Il 0
I I -I-- I 7['l
I IG
NOTE OACKWALL AND
CURTAIN WALL REINF.
NOT SHOWN
DRY CREEK PEDESTRIAN BRIDSF
ABUTMENT AND 3 SHAFT CAP SECT /ON
AND PEDESTAL
EM1
9 ACE E
6
/1
1 MI I I MI 1
a
M
r,l f °FN' LINE r
1 j 1
I 1
I 1
1
1 j r
L J
+I +-f --r-
1 r
I I H 1
I I
i
I
I i I ELLS 19300
I I I I r �'�"a I t
I 1 i I
4
L— 1'1-' I 'F 1 1 .J L
1 I
LNEY25AYN
r PIER 2
1
I
I 1
J EL& 22300 l 1 J
i
I
I ti^
3 e C23
O fe
(IMeMN /PINES,M 22162, I N• I DESIQEDI CEN WEI Oh /10 I
MOM 01P DATG 06/10 I
i I IOIECIEN 9 RLS °AIL, O6/IO I
1 I 2 Stub v. SCALE,
I I f0.E■ PEGS Hill
h1 APM I
ut NA2MSIDNS ALE N ,ELT
UNLESS OTIERTSE !IVIED
®IA TIE 5E1 610. 3'IP
PIER 2 PIER WALL VIEW (T■ 1 m
ENMN C0e70E1.9. Inc
e X e t e c h
MI USA Apia Psw6
PUR/C WORTS REPAIRMEN,
CITY OF PORT ANGELES
121 EASY Sr., STREET PP. MY 1150
PORT ANGELES, St RAW PROW 0061 157 -0111
8'•U"
3' O' E °P0' LINE 3' 7
le TYP.
SPACE EQUALLY
j es MIN
PENIN6 rTY-P.J
6ECTION /C1
L
1l9 STIRRUP 5Ei I
'N I J
I I I I I
I I
I
2 (717)
I
2,0 E`-e'
LP 0'
5ECT`I
re
rm
DRY CREEK PEDESTRIAN BRIDGE
PIER 2 PIER WALL DETAILS
8
or
11
I' s MN M
4 p t
R I 7� /O I
0 1 f
i F f._
a
ANCHORlootr t iro
I
6' 44• ow)
TS LINE
PLAN PIER 2 PIER CAP
SEE ANCHOR DOLT PLAN LAYOUT ON SHEET 6 FOR
ADDITIONAL ANCHOR HOLT LOCAL ION DETAILS
D TOTAL ANCHOR DOLTS AT PIER 2
L
J
I
STIRRUP SET 6'
0 PIER Y
ELEVATION PIER 2 PIER CAP
I �719I11 wnu fi r, APPEP ANGIpY R cEM OESIWES CEN 0 0 111 0 6/10
IDOL/ 100ATNRB .WD CNAM6FPIP50PAY 5RT OH186 DIP Oa Tt? 08/10
I
EIRCNN iC 4 119 oe>EI Oatto
I I N SCALE 0 SCALE,
I I ITECI PAN MAC
I ALL 110LX56k6 um KU
N0.1 OA10 I RLYISXW N ARV 1811.155 OTIEPRISE 110151
7ffea /4 (121
FOE CURTAIN WALL REINFORCING
SEE CURTAIN WALL ELEVATION
AND SECTIONO
hrt
i (TYP)
/7 Ti'
7 MI6
1}) 04 (TYP
1 CI IA L+vaq. Mc
e x e I t e c h
1.,50 90>w IH Meow FOOL.
.sa
I WT ANCHOR VOLT (TYP)
SEE 6ECTION
FOR 40OIVIONAL PE
Y'•B I E' O'
D0' IPDDI S4 619PA O S' 4' -R 2
I- -"al" E:
I Ji 1
--n A 1
1
PIER 7
CURTAIN WALL ELEVATION
I PI ER 2 r7i
h
v T"I .-ONES STIRRUP SET n
I
i /-023/7 (TEE)
SECTI &N6
/6
Makk HUMS EYPARTOERT
CITY OF PORT ANGELES
32I LAST 51M STREET PO BOY 1150
PORT ANGELES WA 98352 Ma:. 12061 451 -0,11
/-0:6114
(TYP)
SECTION(
DRY CREEK PEDESTRIAN BR /GGE
PIER 2 PIER CAP DETAILS
AND CORTA /N WALLS
4 1 1/2" ANCHOR
DOLTS BOTH NUTS
TIGHT AGAINST DRG
PLATE
9
or
11
I r MI M• N- MN I• I MI MI MN E
70.
PETE
(TYP)
COMPRESSION
SEAL
STUD OUT AND CAP
SEWER LINE CARRIER
PIPE AND CONDUITS
FOR ELECTRICAL
AND FIBER OPTIC
I If IPIOI AMMO NOM I11OA20R16 660622 2026
i I
I I
TOP OF ABUTMENT TOP OF CONCRETE DECO
BACK WALL
USE 315' EDGER
ELASTOMERIC
COMPRESSION SEAL
ABUTMENT I SHOWN, ABUTMENT 3 SIMILAR
tor or CONCRETE 00,00--
USE 3/B' EDGEV" •1
(TSP
Y 1/4 W 40° F TEMPERATURE OF
T A 64. P n STRICTURE AT
TIME OF INSTALLING
'f /B O 00° P EXPANSION JOINT
ELASTOMERIC
COMPRESSION BRIDGE DECK
SEAL IP
COMPRESSION SEAL
PIER 2
UTILITY PIPE STUB OUT DETAIL
SLMS10X
EXPANSION JOINTS
BEGIN OR ENO OF BRIDGE
ANVIL PIPE ROLL FIG 171,
0 -LINE 05114. ELLEN 15 OR
APPROVED EQUAL
(PIPE SIZE 14')
3 117SIpR01 CEN DATE, 06/10 I
1 1 mUew DIP lIlT 06 /10
IfLUSib J0 B RES 2516 D6/Ib
SCAL7, V SCALE,
1 flf, P703 NNIE,
1 IA1� 1 ALL 0716151075 ARE W ENT
I MUSS 0,477175E NUM
COMPRESSION SEAL TABLE
DS DROWN I WATSO DDOWMANI
few
S£A1 I W ID TH 1 4 FAL 1 WIDTH I
GF-3D I S I WA -9111)1 9'
TESTING SHALL DE PER AA5010 M-220
PRIOR TO USE
17 314'
I I I TN GALY. E
STEL
I I HANGER ROD
I I f W/4 HEX NUTS
E SEWAGE UNE
ANVIL Rt6, 670 OR EQUAL
(0600 SIZE P)
IVELOBD,„
14" p SLR. 10
(025" WALL)
GALV STEEL
SEWER LINE
CARRIER PIPE
ANVIL FIG 212
OR EQUAL
(PIPE SIZE M')
14' 4 SEWER LINE
CARRIER PIPE
Ewa Comae. I,E
t
e x e l t e c h
Iq. IA 1r4 IA PR 144 n 4V*A fi
r P RO5
COUPLING FOR DIAGONAL SEWER BRACE
IS ON OPPOSITE 510E OF FLOOR SEAM
FROM COUPLING FOR SEWER VERTICAL ROOS
OE BRIO E TYPICAL SECTION SCHEMATIC
SHOWN LOOKING AHEAD ON STATION
P ATTACHED 016 R BRIDGE PLAN -SHEET E4 (OR COMPLETE DETAILS
TO POTION U HANGER ROD LENGTI40
5/5' GN.V, STEEL HANGER ROD 16/4 HEX NUTS FOR 6' FIBER PTIO CONDUIT
3/4" GNV, STEEL HANGER ROD W/4 HEX NUTS FOR 6' ELECTRICAL CONDUIT
DETAILED
AIL
'A'15 TO BE DETERMINED BASES
ON DISTANCE FROM BOTTOM OF
FLOOR SEAM TOE OF CARRIER
PIPE
TOP OF
CONCRETE DECK
2'•B' 6' PVC ELECTRICAL CONDUIT E
B2" I" N -3
I
e
I I
I I 1 I 11 1
5' 0 PVC CONDUITS OR
5" R, PVC CONDUIT
ANVIL ADJUSTADLE WROUGHT
CLEVIS, FIG 200, B -ONE
03100 OR ELLEN 12 OR EQUAL
(CONDUIT SIZE (F FOR ELECTRICAL,
5' FOR EIDER OPTIC)
POOL /C VOWS DEPARTMENT
CITY OF PORT ANGEL ES
321 EAST 5TH STIIEFT PA BY 1150
POW A6CELES 1A 93362 PIM 12061 957-0III
E PD LINE
10'0"
FLOOR BLAM
E" PVC FIBER OPTIC CONDUIT E
41.0' I
6^ I'YL
ELECTRICAL CONDUIT
r•6" I
2
I
u
P ROD 1
LL
I nTT
1 a
u
3/4" ROS S /B' 000 G
m
W
dETAII C
NOTES,I STEEL RODS SHALL BE ASTM A307
2. ALL MATERIAL SHALL BE GALVANIZED AFTER
FADRICATION PER AASHTO MIII OR AASHTO M232
EXCEPT PIPE ROLLERS
3 PAINT ROLLERS WITH THREE COATS OF
GALVANIZING REPAIR PAINT SEE STA OPEC 5 -002
4 ONE SET OF HANGERS REQUIRED AT EACH FLOOR BEAM.
(56 TOTAL 5E1 REQUIRED)
5 ONE SET OF HANGERS CONSISTS OF
ONE DETAIL e)
ONE DETAIL e
ONE DETAIL e FOR 5"
TWO DFTAII FOR 6'
DRY CREEK PEDESTRJAN ORJLOSE
EXPANSION JOINT DETAILS
UTILITY HANGER DETAILS
OM MN MI MN MN r M• N r ON MN NM MI M NMI
5= 60T N Sdrtd h
absauowro gmrtlara
Luny wan quantity
C TTYa.em
5.6Pfmt
I 10.1E -id. REY,HEP SAES ux rm ADD PRO
—I—
00.1 OASE EEN5■0
.1CADD \Sheets \11_Barlist dgn 7/22/2010 8 54 29 AM
I If 1 CU 1 VEAGME0, CEN DATES 06/10 i
f I 011411/11 e1r DATE, 06/10
I I [ECEEO, JC 6 RL5 DATE. 06/10
I M SCALE, Y SCALE.
1E1LL PAWL HARE.
ALL ONENS1016 ARC M FEET
WHLE55 OTIE1e6E NOTED
E= 8.8 to be Tina mewl
Y p4T d,NroLTY 015 ammo MSIWRIn
*hymen 61Y 1u.sA the 6M419Ir
T3:MfA
URIZE NAI
erM MR*RD Inc
e3EeltoCIB�ttaCt h
1m0 Al SOU n *AD AqY 0 hu.N P
bl�f r GLIWUIWPAT i 81'r3LMT1,IIT
RI&IC 065(5 DEPAMTOLIT
CITY OF PORT ANGEL ES
XI EAST STM STREET P.O. Mt 1150
POET ANGELES. WA. 90362 PHONE, 12061 457 -0411
1
TYPE SD
mPE Si
C. TYPE,:
L TYPE 53
7'01 _54
TYPE 55
I Tv PE 5fi
TYPF S
TYPE T S
I TYPE 3
U
TYPE SO
u
wATE
OAR L /ST
1
Ill
l H H H Y
DRY CREEK PEDESTRIAN BRIDGE
II
ALLeuAmnauO.,M E1YL L1ASPDAJPOm1a WO!R
PPA%�
3 !OI'OSS MR MEVSNRESSIOS x0MOK
aeE
PhANI 11 -FEZ tom shape DID .1IILFF070 COMDDI ODE
dEPIANVES Of Ed STOOL=
IL00 DP UNDO er Pnaa.Ax ED PP OP0EAZ 11A1M
s1
memo (Art to C41)
o
012111311110121111311101111211312111111011
e
[w
J rn
7 r5
l
r rE.7Kf6%3.1�i.
8E
Pj
C
t�� S
I
i 1 S
I 7i,l #.N
Nisi v s:�'i.*rruri3rri EI NIL
=EP
M
C C
.f .N
Ni
Se
I W
0
i -sli
M11.I
CC
,I
CC C I, N I!N
,s
tI, 1
F1M"kI41 %V
I'!S 1 'VE'1,t.
1
y
71x4+
7
11' Ir
-!1
T.. 22:
7
7 1 Cw
IKT.lre=
=a
eM-
.0.1
1-11.
m�
I i 4r
=T
I F1f ll f
tf A,)
G7
L
7
1111•11111 1
fl!' TiI t
Fit f• -S
Y Y 77 i r
hi
fi
ANN
.wa
tIN'.N
p
G
TM
I •1' j f,.+1:•
N
■MM.c`
.T;
es
l
Y Ll.I
a te
C O1 f1 P
.f
.�I[�
7. �3 I,!0,i7'SP
:TROT,
2 1
II e
r je:
f7
11 M
M9G7
n W 1
©o
v r7 u ni SEA
I
"1 ee N
izul
N
'.I
z,
4 7 }S 3
A3m� 7 ;q
��f t 4
I. 17 7 f
'd7 M r
.TT.T
7 7 2 2 2 2
N'tii7
'IM
IMMEI
1 /Y•
MEIN
II1
[SAM itrvi
o e
•1.
1 :T 7 P1
,7
7x7.7'
T7
f'.7
-P!
lI
rixC.7B
=1 e e e
f b
7.t7
-r
F
-fir
J 3Z.
_iiiiii_
_a
o
=1_
e
E C
_11_
AA °N1ea�=1=E
i.�
111111
=E=
ea s e
1
—E
ENG.N.__
E
==e
=a6Ei=ic==i
=i_i__i__n
ouniiiif
reE
=BE8
=2-
=�=_�ffi
©46
:e.:
E
a.Ne
m_�
d
a
ace
=8
a
OM MN MI MN MN r M• N r ON MN NM MI M NMI
5= 60T N Sdrtd h
absauowro gmrtlara
Luny wan quantity
C TTYa.em
5.6Pfmt
I 10.1E -id. REY,HEP SAES ux rm ADD PRO
—I—
00.1 OASE EEN5■0
.1CADD \Sheets \11_Barlist dgn 7/22/2010 8 54 29 AM
I If 1 CU 1 VEAGME0, CEN DATES 06/10 i
f I 011411/11 e1r DATE, 06/10
I I [ECEEO, JC 6 RL5 DATE. 06/10
I M SCALE, Y SCALE.
1E1LL PAWL HARE.
ALL ONENS1016 ARC M FEET
WHLE55 OTIE1e6E NOTED
E= 8.8 to be Tina mewl
Y p4T d,NroLTY 015 ammo MSIWRIn
*hymen 61Y 1u.sA the 6M419Ir
T3:MfA
URIZE NAI
erM MR*RD Inc
e3EeltoCIB�ttaCt h
1m0 Al SOU n *AD AqY 0 hu.N P
bl�f r GLIWUIWPAT i 81'r3LMT1,IIT
RI&IC 065(5 DEPAMTOLIT
CITY OF PORT ANGEL ES
XI EAST STM STREET P.O. Mt 1150
POET ANGELES. WA. 90362 PHONE, 12061 457 -0411
1
TYPE SD
mPE Si
C. TYPE,:
L TYPE 53
7'01 _54
TYPE 55
I Tv PE 5fi
TYPF S
TYPE T S
I TYPE 3
U
TYPE SO
u
wATE
OAR L /ST
1
Ill
l H H H Y
DRY CREEK PEDESTRIAN BRIDGE
II
ALLeuAmnauO.,M E1YL L1ASPDAJPOm1a WO!R
PPA%�
3 !OI'OSS MR MEVSNRESSIOS x0MOK
aeE
PhANI 11 -FEZ tom shape DID .1IILFF070 COMDDI ODE
dEPIANVES Of Ed STOOL=
IL00 DP UNDO er Pnaa.Ax ED PP OP0EAZ 11A1M
MI O MI M r O MI MI w
.1—
loom BRACE D(ACONALS ARE OFFSET I I/2'
UPWARD FROM EERIER OF BOTTOM CHORD
TO ALLOW FOR SEWER UNE CLEARANCE
1/2 (901 CLEAR)
Mar mac NOM
1) FORM DECK I904.L BE TIGHT RTINO
HON A GAP NO LARDER MAN 1/4' N
ANY .,,..c•....1
2) FORS DECK TO SPAN 2 SPANS MINIMUM.
3) B SHIPPED OVER OO
SE LOCATIONS
F AA WITH SELF-DRUMS
B BRIDGE
1 1 0e HO E
a 2) TA NUTS
4' CONCRETE DEO1 1-0' at (ELY OTHERS) FORK OECIr�
ii BRACE
DIAGONAL
11/16•. HOLE
-/(2) 5/6 NUTS
14 CARRIER PIPE
W/ HANGER T. RODS
(BY OTHERS)
616/16•; r- 5 -1' 91/AI --.n
7 -6 1
3' -2 7/8'
3 -11 13/16' II
T' -c
INTERIOR FLOO
i 4421 RERAN O B' O C
(BY OTHERS)
r (Br OTHERS) 4422 REBAR
13/18•. HOLE
./(2) 3 /C. NUTS
7 -8•
$-3'
TYP 3
1 1 /41. HAND RAIL (CAP DID)
TIP.
RAND RAIL BRACKET
I 1
4 1 I I
I 1 1
1. A HEWED CDR APPROVAL TIP 1 0 3 0/ 2010 p,0 BOX 1290 OREELEY, COLORADO 80632.1296
Ari.s. 'TARI°ANO'OAY/y ,VJ b1L BIG R PHONE. (970) 360 -2600 FAX (9701306.9621
AOROUATOWWI sDRA EN/ 6066PROPERIYOFen-R6am[.1: Aro REPRODUCTN)Nh'MRT 6 R I 0 G 6 TOLL FREE MOM 2340734 www.bi9rM�9e.com
of/4A IHJd.EY.NNn1RH1Rri PIRM63SNAN 15PRON/BRL¢
SAFETY RAIL
(CAP A GRIND SUOOTN)'-\. .INTERIOR VERTICAL
TAB \`f
TYP ,/16 V 2 INTERIOR DIAGONAL
Tae+
711; 3)16 V r
TOE PLATE--
SIDE DAWN
$FCTIOT)(A1 5 UPPLJ. R /FASRI -ArOR
DRAWJN& PRovSPE D
(ntw LOORINO TOWARDS MICK END 1E BRIDGE) FOR r N F O R F1 Arrow'
—TOP CHORD
TAO
5/16 V \TYP
/4
ENo Exceptions Taken
❑Make Corrections Noted
DReV1se and ResUbmlt
❑Rejected
s Otos
-GOMM CHORD
6 ELECTRICAL CONDUIT 8 I '-6' FIBER OPTIC CONDUIT Er
3/C ROD (BY OTHERS) H 5/8' ROD (BY OTHERS)
1 1/16 liOLE
I
0
'1d CHAMFER
fit 3/67
CLEVIS T4TLE 4TT.
(19 PER BRIDGE)
U76 1TES Nn1FOI
I) (I) /3 CLEWS. (4) t NUTS. (4) 3/4'.
NUTS. AND (2) 5/0• NUTS REQUIRED
AT EACH FLOOR BEAM FOR UTILITY
HANGER ROD ATTACHMENT BY 010-10
2) AU. UTILITY PIPE, CONDUIT. HANGERS.
HARDWARE AND INSTALIATICH (19TH 114E
OF 11405E IN MOI W
NOTE /1) BY OTHERS.
(21 110' —OR x 10' —O' BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OP PORT ANODES
PORT ANOELCE WA
7IkYfa
4.
CIEAl
I) ALL CONCRETE k REBAR eY OTHERS
2) ALL REBAR COUNTS FOR ONE BRIDGE
REBAR SCHRDT,B
{MME] TYPE IEUANBTYI LENGTH 1 REMARKS
LI 401 I STRAIGHT I 13 1 1091-8' EPDXY.
402 1 STRAIGHT 1 110 1. 9' -0 I EPDXY 1
DIGIT PRECEDING LETTER DENOTES SIZE OF RE0AR
SEE CONCRETE NOTE 6 ON El PER SPUCING
2' MIN. man
I V
11
L 1/2' CLEAR
f
REBAR SPACING
t
90r
-P 1/4'• 2'• 6' A508
}(ANDRAII. BRACKET
EOIU CND cr
OR BRIDGE
1/4 V
GLEBE TM
/3 QEMS
ROM NUT st YIA
5. FLOOR BEAM
3 1/2'
13/4' 1 3/4'
1/2
HIGH END
OP 86160E
Q HANGER ROD
1 1/2•
(Tn.. All RODS)
-1 1/16'e HOLE
.1 (2) 1'• NUTS
\-Y• HANGER RODS
(BY OTHERS)
L -re ROD
(BY OTHERS)
IL HANGER R00/ DENS
SECTION
08 -02126
00021 or
JN.
ORGY
CHEERED .Y
61RE1 N0.
E4
E7
Attachment J
Big R Bridge Construction Plans
INN r r r S r
DRY CREEK PEDESTRIAN BRDGE
CITY OF PORT ANGELES
PORT ANGELES, WA
GENERAL NOTES
1) E GN I BY ACCORD DATED OZ ORFD GUIDE SPECIFICATIONS FOR THE DESIGN OF PEDESTRIAN
2) MATERIALS (UNLESS NOTED OTHERWISE)
a FISS SECTIONS; ASTM A847 WEATHERING STEEL Fy 5D KM MIN.
b STEEL SHAPES.` ASTM A588 WEATHERING STEEL Fy 50 Nil
c STEEL PLATES. ASTM A586 WEATHERING STEEL Fy 50 KM
C• ANCHOR BOLTS ASTM F1554 Gr 55 Fy 55 lad (GALV)
a ELASTOMERIC PADS GRADE 4, 60 DUROMETER
3) ALL SHOP WELDING SHALL USE THE GAS METAL ARC WELDING OR FLUX CORED ARC WELDING
PROCESS.
4) SHOP SPLICES.
a) ALL TOP AND BOTTOM CHORD SHOP SPUCES TO BE COMPLETE PENETRATION TYPE WELDS.
b) ALL SAFETY RAIL SHOP SPUCES TO BE SEAL WELDS LOCATED AT CENTERUNE OF VERTICAL
5) AU_ BOLTS AND NUTS SHALL BE FURNISHED IN THE AMOUNT OF 5X IN EXCESS OF THE NUMBER
REQUIRED FOR EACH SEE AND LENGTH
6) DESIGN LOADINGS.
a BRIDGE DEAD LOAD.
b SEWER LNE DEAD LOAD OF 98 8 LB/FT
o ELECTRICAL LINE DEAD LOAD OF 12.2 LB/FT (EACH UNE)
d FIBER OPTIC LINE DEAD LOAD OF 77 LB/FT.
e, UNIFORM UVE LOAD OF 90 PSF
I) VEHICLE UVE LOAD OF 10.000 LB TRUCK.
D) HORIZONTAL INNS LOAD Of 00 MPH WITH A MAXIMUM BRIDGE HEIGHT OF 58' ABOVE GRACE.
7) FINISH
ALL EXPOSED SURFACES OF STRUCTURAL STEEL TO BE BRUSH -OFF BLAST CLEANED IN
ACCORDANCE WITH SSPC -SP7 EXPOSED SURFACES OF STEEL SHALL BE DEFINED AS THOSE
SURFACES SEEN FROM THE DECK OR FROM THE OUTSIDE OF THE STRUCTURE.
B) MAINTENANCE NOTE. DO NOT APPLY DE -ICING CHEMICALS OR SALTS TO ANY PART OF THE
BRIDGE STRUCTURE.
9) ANCHOR BOLTS SHALL BE ENBEOOEO A MINIMUM OF 15' INTO THE ABUTMENT ANCHOR BOLTS
SHALL BE SWEDGED, THREADED, HOOKED, HEADED OR THREADED NUTTED TO SECURE A
SATISFACTORY GRIP UPON THE MATERIAL USED TO EMBED THEM IN THE ABUTMENT SETTING
ANCHOR BOLTS WITH EPDXY -RESIN GROUT IN DRILLED OR FORMED HOLES IS ACCEPTABLE AS
LONG AS THE EPDXY -RESIN GROUT WILL DEVELOP THE FULL CAPACITY OF THE ANCHOR BOLTS
10) BRIDGE TO BE BUILT TO THE REQUIREMENTS OF AWS DI1
11) BIG B BRIDGE IS MSC QUALITY CERTIFIED FOR SIMPLE AND MAJOR STEEL BRIDGES WITH A
FRACTURE CRITICAL AND SOPHISTICATED PAINT ENDORSEMENT.
13 1
F
A (ISSUED FOR APPROVAL
1 1
1
I 1
TF 16/30/2010
PROPRIETARY AND CONF/DENFI,,L
'REMOTION IN THIS DRAWING IS THE SOLE PROPERTY OF BARRBRIDGE ANY REPRODUCTION IN PART
OR AS wrote Wmio0r WRRTGRPERAOSSI VISPROFIBITED
CONCRETE NOTES
1) CONCRETE MIX DESIGN, MATERIALS, QUALITY, MIXING, PLACEMENT, FINISHING AND TESTING SHALL
BE N ACCORDANCE WITH THE REQUIREMENTS OF SECTION 552 OF FEDERAL HIGHWAY
ADMINISTRATION STANDARD SPECIFICATIONS FM CONSTRUCTION OF ROADS AND BRIDGES ON
FEDERAL HIGHWAY PROJECTS (FP -03). FP -03 CAN BE HEWED OR DOWNLOADED AT.
HTTP //FI N FHWARDT .MJ1V4TFSOIRCFR/ISE /SPFFS/
2) STAY IN PLACE GALVANIZED FORM DECK SHALL BE USED ON THE BRIDGE. DECKING SHALL BE
SHOP ATTACHED TO FLOOR BEAMS WA SELF DRILLING FASTENERS OR WELDING MINIMUM OF
TWO FASTENERS PER SHEET PER FLOOR BEAM. LONGITUDINAL SHEET LAPS SHALL DE ATTACHED
WITH SELF- DRLUNG FASTENERS AT 36" MAXIMUM SPACING. DESIGN OF THE DECK REINFORCING
IS BASED UPON NON COMPOSITE ACTION WITH THE DECK FORM
3) MATERIALS
a) CONCRETE CLASS A(AE). Fa 4000 pd AT 28 DAY
AIR CONTENT' OF 5X 1X
IRO PCF MAX
D) REINFORCING ASTM MID GRADE NO AND ASTM A775 FOR EPDXY COATING
4) CONCRETE TO BE FINISHED WITH A SIDEWALK FINISH PER SECTION 552 t4 (c) OF FP -03.
5) GROOVED CONTRACTION JOINTS SHALL BE PUT IN PER THE CONTRACT DOCUMENTS OR AT THE
DISCRETION OF THE ENGINEER AND OWNER IF CONTRACTION JOINTS ARE USED, THEY SHALL BE
PLACED OVER THE CENTERUNE OF THE FLOOR BEAMS AS REQUIRED.
8) ALL REINFORCING STEEL SHALL BE EPDXY COATED UNLESS NOTED OTHERWISE IN THE CONTRACT
DOCUMENTS OR AS APPROVED BY THE ENGINEER AND OWNER, EPDXY COATING IS TO EXTEND
THE UFE OF THE DECK AND IS NOT' REQUIRED TO MEET THE DESIGN STRENGTH REQUIREMENTS.
7) THE CONTRACTOR MUST EXERCISE CARE TO CONTROL TRAFFIC AND STORAGE OF MATERIALS ON
THE FORM DECK BEFORE CONCRETE PLACEMENT ON THE DECK.
B) LOVOTUDNAL BARS MAY BE SPUCED IF REQUIRED. SPLICE SHALL BE LOCATED AT THE
ONE -THIRD POINT OF THE BY SPAN AND STAGGERED EVERY OTHER LONGITUDINAL BAR
REQUIRED SPUCE LENGTHS ARE AS FOLLOWS.
BAR SIZE
1
0
6
in
YB
r9
31'
39'
46'
58"
76'
96'
PO BOX 1280 GREELEY, COLORADO 80632 -1290
B IG R PHONE (970) 388.9000 FAX (870) 388.9821
BRIDGE TOLL FREE (900) 234 0734 VAVW.blgrbrIdge.corf
NORMAL WEIGHT UGHT WEIGHT
CONCRETE (145 PCF)I CONCRETE (125 PCF)
35'
4" 1
Sr
BO'
88"
IO"
CITY OF PORT ANGELES
PORT AWELESS WA
0
BROG-OXT2811
INSTP CF
BRIE, RUED TWO BRIDGES
ONE EACH. BROB- 02128/1
ONE EACH BRO8- 82128/2
(2) 110 -0' x 10 -0' BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
o 0 0 0
BIGR BIG R
BRIDGE BRIDGE
1.005•234.0734 1•B00- 234.0734
110,00010 VEHICLE LOAD] 110 000 LU VEHICLE LOAM I
0
0
BRO11•0212812 I
0
DATA PLATE DETAIL DATA PLATE pETAIj,
(01106- 02120/I) (DRUB 02121/2)
DRAFT
1 08 -02126
DINMI BY
JVL
BRIM BY
TLF
CHIMED BY
JVL
MELT
El
or
E7
I• r MI M- OM I- r r r MI r NM N
ABUTMENT h
GRADE EL.
230.00'3
Q BRIDGES
EXPANO0N
AN WENT W
ABUTMENT 41
BEARING SLIT EL
226.68'3
WEL
SAFETY AND HAND RAIL
NOT SHOWN FOR CLARITY
g
110' (BACKWALL TO Q PIER)
YO' -0 1/2" (OUT TO OUT OF BRIDGE)
61' I /2"
BRO8- 02128/1
14 "0 SEWER LINE
SPUEE
"10' -9' (ABUTMENT BACKWALL TO ABUTMENT BACKWALL)
t PIER
'9' -0 1/2"
PIER 02
BEARING SEAT EL
26&38'3
90 ELECTRICAL CONDUIT
6
0 ELECTRICAL CONDUIT-
9Y FIBER OPTIC UNE
axED.
1
I I
I I I
1 A IMBUED FOR APPROVAL TF 10/30/2010 PO BOX 1290. GREELEY, COLORADO 00612.1290
�lpp(?IETARPANOCONF)[)ENT/At BIG R PHONE (970) 306.9000 FAX (970) 168 -0621
IFORNANDN IN TNUGRAIYING IS THE BOLE PROPERTY OF 810.8 SLEDGE ANY REPRODUCTION IN PART
OR AS A WNW IWTNOIR WRITTEN PERMISSIONISPROHIBITER 0 R I D O E TOLL FREE:(800)2140734• w•W DTgYDYWg6.56m
1" GAP
PI R
GRADE EL
23180'
I
l�
110' -Y (BACKWALL TO Q PIER)
110' -0 1/2" (OUT TO OUT OF BRIOCC'
R1' -0 1/2"
$1701- 021,28/2
(2) 110' -O" x 10' -0" BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANGELES. WA
SPLICE
"9' -0 1/2"
ABUTMENT #3
BEARING SEAT EL
229 99'3
FXPANSIRN
I/2" GAP
ABUTMENT 03
GRADE EL.
233.00'3
AFI TMFNT'1
DRAFT
08 -02126
=ON BY
JNL
BMAYN BY
TLF
0115116 BY
JAL
BBE11 AS
E2
or
E7
r r r r r r
INTERIOR VERTICAL
DATA PLATEN i
END VERTICAL-,
MARK 111S END
1' FOR Low
lir 1
,n
r
o ABUTMENT /1
I -1 1/4" OAP
let INTERIOR
DIAGONAL
END DIAGONAL
'INTERIOR DIAGONAL
81' -0" (SECTION 1 WEIGHT 27,100 L81"
7-TOP CHORD
\11\r AVII/J/ 1
I
RN
C 1' -3 3/4' CAMBER
BOTTOM CHORD (INCLUDES 2 1/4" DEAD LOAD CAMBER)
15 SPACES 0 6' -6"
110 -0"
OUTSIDE ELEVATIONI
ff SPLICE
c am`
BRACE DIAGONAL `DETAL 2
FLOOR BEAM
ff PIER
220' -8' BACKWALL TO BACKWALL
119 -3' BACKWALL TO ff PIER 1 110' -3' ff PIER TO BACKWALL
108' -4" t TO ff BEARING
(BRO8- 02128/1)
109 -4" It TO t BEARING N. -8"
5' L -5' P
WALL HEIGHT AND ANCHOR
BOLT LAYOUT MAY DIFFER FROM ='-0"
CONTRACT PLANS, B= 1_
A 1'-10"
1'
PIER /2
I I I 1 I
G 7 (FIXES) (FIXED)
i (EXPANSION)
ANCHOR BOLT ELEVATION LAYOUT
A I I
I I I
I 1 I
A (ISSUED FOR APPROVAL I TT 1 8/30/2010
S PROPRTETARYAND CONFIDENTIAL
INFORMATION NI THIS DRAWING IS THE SIRE PROPERTY OF 0104E BRIDGE ANY REPROOUCTXN M PART
OR AB A 141101E WITHOUT WRITTEN MAMMON IS PROMOTED
(BROO- 02128/2)
BOTTOM CHORD DETAIL
ABUTMENT R
1
(EXPANSION)
3/8"0 DRILLED DRAIN HOLE
1TP. SPUCED BRACE DIAGONALS
8"
'-B'
ANCHOR BOLTS
r
J
i
L D.
BIG R PO BOX 1290 GREELEY, COLORADO 80632 -1280
PHONE (970) 36B -9800 FAX (970) 386 -9621
B R I D G E TOLL FREE: (800) 234 0734 mew blgrbrI.IBo.com
It SPLICE
^9' -0" (SECTION 2 WEIGHT 9,700 LBS)
/7
3/8'0 DRILLED DRAIN HOLE
(TYPICAL AT SPICED DIAGONALS,
BOTH ENDS OF BOTTOM CHORD R�
BOTH END VERTICALS)
108' -0"
6"
H H
ANCHOR BOLT PLAN LAYOUT
MEMBER I SIZE
TOP CHORD I HSS 6.683/8
BOTTOM CHORD (1155 8.6.3/8
END VERTICAL I HSS 8.0.3 /B
q INTERIOR VERTICAL I ASS 7.5x1/4
Of END DIAGONAL I HSS 5.3.1/4
T a lot INTERIOR DIAGONAL I HSS 58381/4
Y/, INTERIOR DIAGONAL I HSS 4.2x1/4
E. BRACE DIAGONAL I HSS 3143.1/4
END FLOOR BEAM I W 12.26
INTERIOR FLOOR REAM (W 12.26
SIDE DAM I C 4.54
MA TIS E END DAM 1 C 4.54
-3 I 'H' RK FOR H HIGH ND BRIDGE DECKING 1 VULCRAFT 1 OC 22 GA. (0 80)
SAFETY RAIL I L 1 1/2.1 1/2.3/18
HARD RAIL I 1 1/4' SCH 40 PIPE (GALV
TOE PLATE I C 6X8 2
ANCHOR BOLTS (BY OTHERS) I 1 1/2'0 (GALA)
H
(2) 110' -O' x 10'-0' BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANGELES, WA
DETAIL 1
ff VERTICAL
3/4 --3/4"
DRAFT
3 SI
1/4 TYP DES
3 SIDES
1/4 V TYP
DETAIL
BRIDGE REACTIONS I P (LEIS) I H (LOS) I L (LEIS)
DEAD 22,800
DEAD (UTILITIES) 3,600 I I
LIVE (90 PSF) I 24,800 1
VEHICLE (10.000 LB) I 5,300 1
I WAND HORZ. (90 MPH) I *7,100 I 22.800 I WINO VERT (20 PSF) -0,205
SEISMIC I I 81,100 I 61,100
THERMAL I BC I �•■C 3,900
'P FOUR PER BRIDGE
"H TWO PER BRIDGE (ONE PER ABUTMENT)
"L FOUR PER BRIDGE
LIFTING WEIGHT 38.700 LOU (FULL STRUCTURE NOT
INCLUDING WEIGHT OF CONCRETE DECK
OR UTILITIES LOAD)
08 -02126
DEMON BY
JVL
DR4YN BY
TLF
CNECfW BY
JOT
SHEET NO.
E3
Of
E7
I MI I MI MI MI MI OM MI MI r
NO7F
BRACE DIAGONALS ARE OFFSET 11/2"
UPWARD FROM CENTER OF BOTTOM CHORD
TO ALLOW FOR SEWER LINE CLEARANCE
�1 1/2' (MIN CLEAR)
4- CONCRETE DECK
(BY OTHERS)
tr
Io
1
in
s JI�
148 15/15" 1' -5 3/4'
-1 1/16 HOLE
w/(2) I'• NUTS
I I -INTERIOR FLOOR BEAM
I CADONAL
L.
ir(CIEAR)
1, 1 I I
II
1 14' CARRIER PIPE
I I L e.l I w/ HANGER 1'0 RODS
(BY OTHERS)
7/A'
l' -11 13 /ID'
A
A I I I
I I I
I 1H
7' A!ISSUED FOR APPROVAL 17F 16/30/2010
PROP(7E74.i
INFORMATION ATION N 7703 DRAWING I3 THE SOLE PROPERTY OF 01OR BRIDGE ANY REPRODUCTION NPART
OR AS WHOLE WITHOUT WRITTEN PERMISSION IS PROIAUTEO.
FORM DM NOTVO
I) FORM DECK SHALL BE TIGHT 0111150
YA1H A OAP NO LARGER THAN 1/4' IN
ANY DIRECTOR
2) FORM DECK TO SPAN 2 SPANS MINIMUM.
3.) FORM DECK OVER SPLICE LOCATIONS
WILL BE SHIPPED LOOSE AND FIELD
ATTACHED INTO SELF- DRILLING
FASTENERS
FORM DEC(
10' 0'
0 BRIDGE
421 RERAN O 9' O.C.
(BY OTHERS)
f 402 RERAR 0 i' -0' O.C.
(BY OTHERS)
nK
13/16'• HOLE
w /(2) 3/4'8 NUTS
11/18'• HOLE
w /(2) 5 /B'0 NUTS
0" ELECTRICAL CONDUIT
3/4' ROD (BY OTHERS)
(MEW LOOKING TOWARDS HIGH END OF BRIDGE)
TYP/ 3/16 V
1 1/4'. HAND RAIL (CAP END)
TW 3/16 V
HAND RAIL BRACKET
TAB`
TOP
3/16 V 2
TOE PLATE
SIRE DAM-
BIG P.O. BOX 1200 GREELEY, COLORADO 80832 -1290
V n PHONE. (970) 356 -9600 FAX (070) 358 -1621
19 R I 0 O E TOLL FREE: (800) 234 0734 www b19TDAdge corn
1/4 V TIP
SAFETY RAIL
(CAP GRIND SMOOTH)-\ INTERIOR VERTICAL
TAB
TYP 3/16 V 2 N INTERIOR DIAGONAL
5' FIBER OPTIC CONDUIT
5/0' ROD (BY OTHERS)
HANDRAIL BRACKET
DRAFT c. FLOOR BEAM
3 1/2`
1 3/4. 3/4"
BOTTOM CHORD 1 1/16 HOLE
2' 1'x1' CHAMFER
(R 3 /8'
CLEVIS TAB DETAIL,
(16 REQUIRED PER BRIDGE)
1110 ITIFS NOTE$
1) (1) p3 CLEVIS,)) (4) REQUIRED
0 NUTS, (4) 3/4'•
NUTS, (2) FLOOR L SE //8B AM FOR UTILITY
AT
HANGER ROD ATTACHMENT BY 610 -13
2) ALL UTILITY PIPE, CONDUIT, HANGERS.
HARDWARE AND INSTALLATION (WITH THE
EXCEPTION OF THOSE IN MENTIONED IN
NOTE #1) BY OTHERS.
(2) 110' -0' x 10' -0' BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANGELES. WA
nTTF
1) ALL CONCRETE RERAR DY OTHERS
2) ALL RERAR COUNTS FOR ONE BRIDGE.
RERAR SCHEDULE
MARK I TYPE I QUANTITY I LENGTH I REMARKS
4D1 I STRAIGHT I 13 1 109' -e' EPDXY.
402 I STRAIGHT I 110 I 9' -6' I EPDXY
DIGIT PRECEDING LETTER DENOTES SIZE OF RERAR
SEE CONCRETE NOTE 8 ON El FOR SPUCINO
1 1/2` 2" MIN CLEAR-T -1
CLEAR 1/
I
[1/2' CLEAR
LOW END
OF BRIDGE
1 1/2'
I/4 V
CLEW TAB
03 CLEVIS
w/ I'S x3" A325 T3
BOLT, NUT A WASHER
RERAR SPACINQ
r
yI .I
T
XJ 1 /2 R 1 /4 "x 2 "x 5' AM
HIGH END
OF BRIDGE
II
t HANGER ROD
11 /2'
(TIP ALL RODS)
1 1/16'0 HOLE
w/ (2) I'M NUTS
`1'0 HANGER RODS
(BY OTHERS)
I'0 ROD
(BY OTHERS)
IL HANGER ROD/ CLOTS
108 -02126
0E000 9Y
JVL
DRAM BY
TLF
0410110 BY
JVL
SKEET w0.
E4
E7
6111 1111111 11.1 111111 NS 1 MI I MI NS S r MI MB
ea
I
END VERTICAL
I
1 1/2" OAP -y
END DAN-\
1 I
r
e a
—END FLOOR BEAM
-BRACE DIAGONAL
`—HAND RAIL
I I
I
1 I
ELASTOMERIC PAD ILL
EL
ASTOMTOAIERIC PAD 1 I 1 11
BOTTOM CHORD
a yg
U DUTY LINES
U
ad a
4 4
ABUTMENT /1
JNBIDE_C f LEVATIOIZ
(EXPANSION)
(TYPICAL BOTH ABUTMENTS)
4
TIP
i
F 1
g i 1
7 A IISSJED FOR APPROVAL
g PRO#R/ETARreINO cONFIDENnat
INFORMER* W TIO$ DRAWING IS TEE SOLE PROPERTY OFBIGR BRIDGE ANY REPRODUCTION IN PART
U OR ASA WHOLE WITHOUT WRITTEN PERMISSION ISPROHEITED
3/18
(TYPICAL AT TOE PLATE)
SECTION O
I I
I I
I I
I TF I e /30/2010
TYFETY RAIL 3/16 V I I
PJP y P
2 VERT SIDES
TOE PLATE
1
L 1 4-4" CONCRETE DECK
I (BY OTHERS)
—FLOOR BEAM
-END VERTICAL
(TYPICAL AT SAFETY RAIL)
—TOP CHORD
(BY OTHERS) UTIUTY LINES HANGERS
(BY OTHERS)
ANCHOR BOLTS
0
e
BOTTOM NUT FNOER TIGHT,
TOP NUT TIGHT AT EXPANSION END
BOTH NUTS 11OHT AT FIXED END.
'SAFETY RAIL
(CAP END GRIND SMOOTH)
,l \S:
TYPE 3/16 V gip
13/10)
C
END VERTICAL—
BIG R
P 0 BOX 1290 GREELEY, COLORADO 00032.4200
PHONE (970) 366 -9000 FAX (B70) 360 .0621
B ft I D G E TOLL FREE- (BOO) 234 0734 144RW bigrbrldgo corn
4 RORIE SIDES
TYP 1/4 V
J ND DIAGONAL DETAIL
1 I/4' GAP TTOP CHORD
INTERIOR
VERTICAL
EACH SIDE
B- U2o -OF
TOP CHORD
I/4 V
e a o
INTERIOR DIAGONAL DETAIL
1/8 I\ \TYP
VERT EDGE
3/18 V TYP
L END DAM
I
BOTTOM CHORD—
END DIAGONAL
3 SIDES
5/18 V
INTERIOR DIAGONAL
SEAL
TAB
V TYP
INTERIOR VERTICAL
DRAFT
SIDE DAM
TOP CHORD
4 HORI2 SIDES
1/4 V TIP
PJP
INTERIOR 2 VERT SIDES
VERTICAL TYP
1a
TAO'
TIP 1/4
PJP
2 SIDES
TYP
BOTTOM
3/18 V 2 TLANGE
.-END VERTICAL
TOE PLATE
(CAP END Al GRIND SMOOTH)
C END VERTICAL
4k END VERTICAL— I
END FLOOR BEAM
I
—0-- 1/4 I SECTIWILie
END DM
SECTION C
(2) 110' -0B x 10' -0 BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANOELEG, WA
END FLOOR BEAM
BOTTOM
3/8 V 2 -18 TYP
ANCHOR BOLTS—
INTERIOR DIAGONAL DETAIL
-1' GAP
SIDE DAM I II
BOTTOM (3-11105---
BEARING PLATE
ELASTOMERIC PAD
a II II a 11 II t
II II II II a c
U L11 4J a
4
a
Tot INTERIOR DIAGONAL
I 111 iii II II
Il TITIIIIII.IfftH, 1■i1,11,I!iIIl11IIIr 1711'
a 4
a
4
a s
4
FIER 12
J
21LTSTDE ELEVATION
(FIXED) (FIXED)
(BR08- 02126/1) (GROG- 02128/2)
a
08-02126
OWN BY
JVL
OM AR BY
TLF
066070) BY
JVL
SMUT NO
E5
E7
MO O MN r r r• MI r MI I-
4 N
A
0
I
War =6. 111
3 PLACES) l 1
TYP vie V 1
r Gm 4r
k
Y -C I INFS•PER "RMSz7"
14.44' --,Y .Y
1' -4 1/2"
10 1/4"
(HOLD INSIDE)
'5I /B 6
i
PLATE
REARING PLATE
(GRADE 4, 60 DUROMETER)
LAYERED ELASTOMERIC HEARING PAD
A (ISSUED FOR APPROVAL
PROPR /ETARYANOCONq_OFJ)77AE
INFORMATION IN THIS GRA WINO IS THE SOLE PROPERTY OF Ban BRIDGE ANY REPRODUCTION W PART
OH AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED
I /B PERIMETER (TOP)
I/O" COVER
4T
(4 11 OA.
I 1
I
I
I IF 16/30/2010
BIG R
ORIDGE
I/O" COVER
TIP,
PO. BOX 1200 OREELEV, COLORADO 80032.1290
PHONE (970) 3604600 FAX (070) 369 -9621
TOLL FREE: (800) 234 6734 w w blgrbrldgo corn
MEMBERS I ON I THICKNESS I SIZE I HOLES
BEARING PLATE I 4 I 3/4" 111 1/2 "x I' -4 1/711 3/4 "x 5 1/2'
KEEPER BAR I B I 1/4" I 1/4" x 7" I
KEEPER BAR I 4 I 1/4" I 1/4" x 10" I
ELASTOMERIC PAD I 4 I 2" I 7'x 10" I
NO]E. ALL QUANTITIES FOR ONE BRIDGE
2
DRY CREEK PEDESTRIAN BRIDGE
CITY OP PORT ANGELES
PORT ANGELES. WA
1/4 V (TOP
A 1/4"
IJ I)
(2) 110'-0" x 10' -0" BRIDGES
109' -4" (HOLD)
IEASURED HORIZONTALLY
c/c ANCHOR BOLT
PLAN SHOWING REARING PLATE r`.ONN1H .T!ON
DRAFT
108- 02126
o 2510N or
JVL
B RAN BY
ILO
000151 BY
JVI.
511021 IN
E6
E7
N M MI MI MI MB MI MB MI I= M MI MI MI OM OM MO
TOP CHORD—
HAND RAIL—
SAFETY RAIL
TOE PLATE
SIDE DAM -1
SAUCE TUBE
BOTTOM CHORD—
OF SPLICE
NO TS NOT SHOWN FOR CLARITY
SPLICE DETAILS
3/18 V
HAND RNl BRACKET 4
3/18
4
TAB
TYP 3/18 V
TAB 4
TOP i 3/18 V
q I I
m A (ISSUED FOR APPROVAL I TF 1 8/30/2010
y PiRQPq/ETARYANO P H BOX 1205 COLORADO 80692.1290
WFORArlow IN THIS DRAY/MGM THE SOJEPROPERTYOFBIG RBRDGE ANY REPRODUCTION IN PART PHONE (870)388•88008
OR AS A WHOLE WITHOUT WRITTENPFRWSSTONISPRORBITr 5 I 0 0
D 8 R I D G E TOLL FREE (800)2340734 4 www.blgr corn
1 2
(TYP,
SPLCED DIAGONAL
3/16 D
3/16
MEMBERS I OTT I THICKNESS I SPLICE PLATE SIZE 1 HOLES I BOLTS (BOLT DTY
TOP CHORD SPLICE PLATE I 8 I 1/2" 14 I/2 "x1' -15" I 1 1/16" I I "0x2 I/4" A325 13 I 48
BOTTOM CHORD SPLICE PLATE I 8 I 1/2" 1 41/2 "x2' -5" 1 1 1/18" I I "0x2 I/4' A325 13 I 84
DIAGONAL SPLICE PLATE I 4 I 3/8" I 3".1 I 13/16" 3/4"..3 3/4 A325 13 I 12
BRACE WAG. SPLICE PLATE I 2 I 3/B' I 3 I 13/16" I 3/4'8.4 3/4" A325 T3 I 8
DIAGONAL STIFFENER PLATE I 4 I 3/8" I 2 1 /2 "x9' I I I
BRACE DIAL STIFFENER PLATE I 2 I 3/8" 12 1/2' .9" I I I
SPLICE BAR I 4 I 1/2" I 1 -10" I I I
SIDE DAM PLATE I 4 I 3/8" I 1'. 4" I I I
NOTE: ALL QUANTITIES FOR ONE BRIDGE
(23 SPACES 0
3 /I8 V 1 1/2
(2) SPACES 0
31/2"
TACK WELD 1 "0 NUTS IN PLACE
(3 PLACES EA NUT)
TOP CHORD SPLICE PT.ATE„Z
(LOCATE INSIDE OF TUBE)
1
i -8
(2) SPACES o (2) SPACES 0
Z 1/2' 5" 2 1/2' 5"
DIAGONAL SPLICE PLATES
(LOCATE OUTSIDE OF TUBE)
3/18" FROM
EDGE OF HOLE
TYPICAL SPLICE STIFFENFA
NOTE. STIFFENER PLATES ARE FLUSH ON THE
INSIDE OF THE SPLICED DIAGONALS
AND SPLICED BRACE DIAGONALS
CITY OF PORT ANGELES
PORT ANGELES WA
a
(3 SPAC o
3 ID 1 /2•
(2) 110 -0° x 10' -0° BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
(2) SPACES PY
2 1/2" 5`
(3) SPACES 0
3 1/2 10 1/2'
J
H O
uw ®91400
TACK WELD 1 "0 NUTS IN PLACE
(3 PLACES EA. NUT)
BOTTOM CHORD SPi.TCF. PLATES
(LOCATE INSIDE OF TUBE)
(2) SPACES O
2 1/2" 5"
BRACE DIAGONAL SPLICE PLATES
(LOCATE OUTSIDE OF TUBE)
DRAFT
08 -02126
UEBDN Br
JAL
DYnBN BY
ILF
CHECKED BY
JVL
92C7 ND.
E7
E7
1
Part II
CONTRACT FORMS SUBMITTED FOLLOWING
AWARD OF CONTRACT
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05-01
G pORTg
C`4 6Z4c,
-B Sc
September 13, 2010
TO: T. L. McConnell Construction, Inc.
Attn. Tom McConnell
194 Protection Ridge Road
Port Townsend, WA 98368
CITY OF PORT ANGELES
NOTICE OF AWARD
PROJECT Description: Dry Creek Bridge Trail Phase 2 Construction, Project No. 05 -31
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated July 20, 2010.
You are hereby notified that your bid has been accepted for the base bid in the amount of $265,227.51 and
the additive for LEKT sewer construction in the amount of $53,764.23 for a total of $318,991 74.
You are required, as stated in the Information for Bidders, to execute the contract and furnish the required
Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date
of this notice to you.
If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice,
said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as
abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by
law.
cc. City Clerk
You are required to return an acknowledged copy of this Notice of Award to the Owner.
Dated this 13th day of September, 2010
Receipt of the above Notice of Award is hereby acknowledged this t3 day of 1"
SIGNATURE
Print Name: nWG'OiY44f L,
Title:
Please return signed original to the City of Port Angeles Public Works Utilities Department, attn: name of Project
Manager
PW 0407_17 [Revised 05/06]
CITY OF PORT ANGELES
By Michael Szatlocky, PE
Title: Project Engineer
ACCEPTANCE OF NOTICE BY CONTRACTOR
20h
This Contract is made and entered into in duplicate this 7�' day of
1 by and between the City of Port Angeles, a non charter code city of the State of
Washington, hereinafter referred to as "the City and T. L. McConnell Corporation, Inc., a
Washington corporation, hereinafter referred to as "the Contractor
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained
herein, the parties hereto agree as follows:
1. Scone of Work.
PUBLIC WORKS
CONTRACT
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -31
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -01
in accordance with and as described in
A. this Contract, and
B. the Project Manual, which include the attached plans, Specifications, Special
Provisions, submittal requirements, attachments, addenda (if any), Bid Form,
Performance and Payment Bond, and
C. the 2010 Standard Specifications for Road, Bridge, and Municipal Construction
prepared by the Washington State Department of Transportation, as may be
specifically modified in the attached Specifications and/or Special Provisions,
hereinafter referred to as "the standard specifications and
D. the most current edition of the City of Port Angeles' Urban Services Standards and
Guidelines,
and shall perform any alterations in or additions to the work provided under this Contract and every
part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in this Contract, except as may otherwise be provided in the
Project Manual.
2. Time for Performance and Liquidated Dama>?es.
A. Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within ten (10)
calendar days after notice to proceed from the City, and said work shall be
Substantially Completed by October 31, 2010, and Physically Completed by
November 30, 2010, unless a different time frame is expressly provided in writing by
the City.
B. If said work is not completed within the time for physical completion, the Contractor
may be required at the City's sole discretion to pay to the City liquidated damages as
set forth in the Project Manual, for each and every day said work remains
uncompleted after the expiration of the specified time.
3. Compensation and Method of Payment.
A. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, as incorporated in the Project Manual.
B. Payments for work provided hereunder shall be made following the performance of
such work, unless otherwise permitted by law and approved in writing by the City.
No payment shall be made for any work rendered by the Contractor except as
identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the
City's standard payment request form.
D. Payments for any alterations in or additions to the work provided under this Contract
shall be in accordance with the Request For Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval
of the RFI and/or CCO, the Contractor shall submit the standard payment request
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
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO 05 -31
II -2
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 Reauirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and
Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the
State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public
Works Contracts, Clallam County, incorporated in this Contract have been established by the
Department of Labor Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with
the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or suits, including attorney fees, arising out of or in connection with
the performance of this Contract, except for injuries and damages caused by the sole
negligence of the City.
B. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
7. Insurance.
The Contractor shall procure, and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall
constitute a material breach of contract upon which the City may, after giving five working days
notice to the Contractor to correct the breach, immediately terminate the Contract or at its
discretion, procure or renew such insurance and pay any and all premiums in connection therewith,
with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO 05 -31
II 3
A. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
i. Automobile Liability insurance covering all owned, non owned, hired and
leased vehicles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual
liability coverage.
ii. Commercial General Liability insurance shall be written on ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
stop gap liability, independent contractors, products completed operations,
personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85.
There shall be no endorsement or modification of the Commercial General
Liability insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under
the Contractor's Commercial General Liability insurance policy with respect
to the work performed for the City using ISO Additional Insured
endorsement CG 20 10 10 01 and Additional Insured- Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing
equivalent coverage.
iii. Workers' Compensation coverage as required by the industrial Insurance
laws of the State of Washington.
iv. Builders Risk insurance covering interests of the City, the Contractor,
Subcontractors, and Sub contractors in the work. Builders Risk insurance
shall be on a all -risk policy form and shall insure against the perils of fire and
extended coverage and physical loss or damage including flood and
earthquake, theft, vandalism, malicious mischief, collapse, temporary
buildings and debris removal. This Builders Risk insurance covering the
work will have a deductible of $5,000 for each occurrence, which will be the
responsibility of the Contractor. Higher deductibles for floor and earthquake
perils may be accepted by the City upon written request by the Contractor
and written acceptance by the City. Any increased deductibles accepted by
the City will remain the responsibility of the Contractor. The Builders Risk
insurance shall be maintained until final acceptance of the work by the City.
B. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
i. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO 05 -31
II -4
ii. Commercial General Liability insurance shall be written with limits no less
than $3,000,000 each occurrence, $3,000,000 general aggregate and a
$3,000,000 products completed operations aggregate limit.
iii. Builders Risk insurance shall be written in the amount of the completed value
of the project with no coinsurance provisions.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
i. The Contractor's insurance coverage shall be primary insurance with respect
to the City. Any insurance, self insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
ii. The Contractor's insurance shall be endorsed to state that coverage shall not
be cancelled or reduced as to coverage by either party, except after forty -five
(45) days prior written notice by certified mail, return receipt requested, has
been given to the City.
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
E. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the Automobile Liability and Commercial General Liability insurance of the
Contractor before commencement of the work. Before any exposure to loss may occur, the
Contractor shall file with the City a copy of the Builders Risk insurance policy that includes
all applicable conditions, exclusions, definitions, terms and endorsements related to this
project.
F. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause
whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or
motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or
subcontractors as well as to any temporary structures, scaffolding and protective fences.
G. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their subcontractors,
lower tier subcontractors, agents and employees, each of the other, for damages caused by
fire or other perils to the extent covered by Builders Risk insurance or other property
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -31
II 5
insurance obtained pursuant to the Insurance Requirements Section of this Contract or other
property insurance applicable to the work. The policies shall provide such waivers by
endorsement or otherwise.
8. Compliance with Laws.
A. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
B. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
C. The Contractor shall comply with all legal and permitting requirements as set forth in
the Project Manual.
9. Non discrimination.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era
veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in
particular:
A. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above stated minorities.
B. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring and employment practices and assuring the
service of all patrons and customers without discrimination with respect to the
above stated minority status.
10. Assignment and Subcontractors.
A. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City.
B. The Contractor shall not subcontract any part of the services to be performed
hereunder without first obtaining the consent of the City and complying with the
provisions of this section.
C. In the event the Contractor does assign this contract or employ any subcontractor, the
Contractor agrees to bind in writing every assignee and subcontractor to the
applicable terms and conditions of the contract documents.
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO 05 -31
II -6
D. The Contractor shall, before commencing any work, notify the Owner in writing of
the names of any proposed subcontractors. The Contractor shall not employ any
subcontractor or other person or organization (including those who are to furnish the
principal items or materials or equipment), whether initially or as a substitute,
against whom the Owner may have reasonable objection. Each subcontractor or
other person or organization shall be identified in writing to the Owner by the
Contractor prior to the date this Contract is signed by the Contractor. Acceptance of
any subcontractor or assignee by the Owner shall not constitute a waiver of any right
of the Owner to reject defective work or work not in conformance with the contract
documents. If the Owner, at any time, has reasonable objection to a subcontractor or
assignee, the Contractor shall submit an acceptable substitute.
E. The Contractor shall be fully responsible for all acts and omissions of its assignees,
subcontractors and of persons and organization directly or indirectly employed by it
and of persons and organizations for whose acts any of them may be liable to the
same extent that it is responsible for the acts and omissions of person directly
employed by it.
F. The divisions and sections of the specifications and the identifications of any
drawings shall not control the Contractor in dividing the work among subcontractors
or delineating the work to be performed by any specific trade.
G. Nothing contained in the contract documents shall create or be construed to create
any relationship, contractual or otherwise, between the Owner and any subcontractor
or assignee. Nothing in the contract documents shall create any obligation on the
part of the Owner to pay or to assure payment of any monies due any subcontractor
or assignee.
H. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in connection
with this Contract, except as to overcharges resulting from antitrust violations
commencing after the date of the bid or other event establishing the price of this
Contract. In addition, the Contractor warrants and represents that each of its
suppliers and subcontractors shall assign any and all such claims for overcharges to
the City in accordance with the terms of this provision. The Contractor further
agrees to give the City immediate notice of the existence of any such claim.
I. In addition to all other obligations of the contractor, if the contractor does employ
any approved subcontractor, the contractor shall supply to every approved
subcontractor a copy of the form, provided in the project manual, to establish written
proof that each subcontract and lower -tier subcontract is a written document and
contains, as a part, the current prevailing wage rates. The contractor, each approved
subcontractor and each approved lower -tier subcontractor shall complete and deliver
the form directly to the City.
11. Contract Administration.
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO 05 -31
II -7
This Contract shall be administered by TOM MCCONNELL on behalf of the Contractor
and by Michael Szatlocky, PE, Civil Engineer, 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:
T.L. MCCONNELL CONSTRUCTION, INC.
194 PROTECTION RIDGE RD.
PORT TOWNSEND, WA, 98368
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:
T.L. MCCONNELL CONSTRUCTION, INC. By:
Name of Contractor
By: TOM L. MCCONNELL Mayor
Title: PRESIDENT
DRY CREEK BRIDGE TRAIL PROJECT- PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO 05 -31
II
City:
CITY OF PORT ANGELES:
Approved as to Form:
Attest:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, WA 98362 -0217
City Attorney
KNOW ALL MEN BY THESE PRESENTS. std
That we, the undersigned. McConnell Construction, Inc. its Princos pip
erican Specialty Insurance Company
a New Hampshire Corporation a corporation. organized anti existing time the
laws of the State of 1Xt iO rya, as a surety coporation, and qualified order the laws of the State
of Washington to become surety t.pon bonds of contractors with municipal corporations as surety.
are jointly and severally held and firmly bound to the City of Port Angolos in the penal sum of
s 318 991.74 F for tite payment or which surn on
demand we bind ourselves and our successors. heirs, administrators or porso'naI representatives.
as the case may he
This oU!ieatron is entered into pursuant to the statutes of the Slate of Washington and the
ordinanc of the City of Port Angeles.
Dated 1 1ty of Port Angeles V1►aShingtCn, this 13th. ay of September 20 to
The condition!; of the above obligation we such that:
WHEREAS, the City of Port Angeles has let or is about to let to the sad TL McConnell Construction, Inc
the above tuninited
Principal. a certain contract. the said contract being nuirbered 05.31, and provrduul for DRY
CREEK BRIDGE TRAII. PROJECT PHASE 2 t3RIDGt_ CONS 1 RUC 1 ION PROJECT
(which conhacl t!; it :font:El to heroin and is made a part hereof n!: though attached hereto).:ird
WHEREAS, the said Pnrtcpal has accepted, or is about to accept, the saes contract. and
undertake to perform the work therein provided for in the manner and within the trine set forth; now
therefore,
II me said Principal, TL McConnell Construct ion, Inc shalt'.ii:lrrtgl;
perform all of the provisions of said contract in the manner one within the time therein set (aril, or
within such extensions of limo as may be granted under sad contract, and shad pay al laborers,
mechanics. subcontractors and matenatnu:n, and all persons who shall supply said Pnnuual or
subcontractors with provisions and supplies for tho carrying on of said work. and shall innemndy
and hold the City of Port Angeles harmless from any damage or expon a by 10aSUi1 of la lure of
performance as specified in said contract or (rain defect:. appearing or developing in the m.it►rnal
or workmanship pmvtded: or performed :ender sad contract within a pen= of one year after its
acceptance thereof by the City of Port Angeles, then and in that event. this obligation shall be void,
hut otherwise, it shall be and •emain in full force and effect
Sot 1 d this 1
nitY :rcartit a'. P. rani( 141(UFco Pr+ASiF 2
llrtlnct. CortSTHIH:Tlntl CIti1JCt:f
ii (.)JCU,t'n0 et. at
PERFORMANCE and PAYMENT BOND
Rond to the City of Port Angeles
ay of September 20 10
Comps 'i; t'nnnp. :l
11.9
pl u t I'rrtnrrr..v,M .rn9 Pi "rl I'.c''I
Ptv.r "ca !o 13u ;dcts E, of WA Inc For w.icje Conddwns Agruurnent for• :.'r,ay Ye d, Sc a'c
fiend II
2136456
Norte Amer ,.n Specialty Insurance TL McConnell Construction, Inc.
Attorney -In -Fact
Two
960 Broadway Ave. Suite1420
poise. ID 83706
Suruty Address•.
Terry Dolar 208 433 -1800
Surety Contact end Phone Number
prCY ClrrrEK EUIiRGE TRAIL t•HoJCCr i'Irl.SEI 2
E3n1RCG CONSTIlUCTt021 PIMA:CT
pu0JECI NO 03.31 LI 10
P0{10 d
Provided to Budder; Exchange o' WA Inc
Tdtu
1499 SE Tech Center P1. #150
Agent Addrons Vancouver, WA 98683
Bonnie Riddle 360- 892 -5840
Agent Contncl ;nut Phone Humber
For usage Condd►ons Agreement ..ee Wn'v bxvo co'n Mw.. Wray Scolu
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
NAS SURETY GROUP
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
ROBERT LAGLER and BONNIE RIDDLE
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of
TWENTY -FIVE MILLION ($25,000,000 00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24` of March, 2000
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate beanng such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached
B ./r
Steven P. Anderson, President Chief Executive Officer of Washington International Insurance Company
Senior Vice President of North American Specialty Insurance Company
By
David M Layman, Senior Vice President of Washington International Insurance Company
Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 23rd day of March 20 10
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook
On this 23 rdday of March 20 10 before me, a Notary Public personally appeared Steven P. Anderson President and CEO of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman
Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
I' m EA "'t 1
I
DONNA B SKI.EVS ,k_v, y• 7,',0 v'i 7 ,,,b,,2 Notary Public, State of Illinois
My Commission Expires 10/05/2011
Donna D Sklens, Notary Public
I, James A Carpenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 13th day of September 20 10
James A Carpenter, Vice President Assistant Secretary of Washington International Insurance Company
North American Specialty Insurance Company
9/20/2010 11 :54
ACORD, EVIDENCE OF PROPERTY INSURANCE DATE(MMIDD /YY)
09/14/2010
THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE
RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY.
PRODUCER I PHONE
(NC. No. Extl
Propel Insurance
Tacoma Commercial Insurance
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
CODE
AGENCY
CUSTOMER ID 11fV7A7
INSURED
T L McConnell Construction, Inc.
City of Port Angeles
And /Or Subcontractors ATIMA
194 Protection Ridge Rd.
Port Townsend, WA 98368
PROPERTY INFORMATION
LOCATION/DESCRIPTION
Milwaukee Drive at Dry Creek, City of Port Angeles 98362
Dry Creek Bridge Trail Project Phase 2
Project No 05 -31
COVERAGE INFOkN ►ON
REMARKS (including Special Conditions)
t I
ACORD 27 (3/93) 1 of
321 East Fifth Street
PO Box 1150
Port Angeles, WA 98362
SUB CODE
Bratrud Middlton Insurance
253 759 -2200
COVERAGE/PERILS/FORMS
All Risk, Builder's Risk, Including Earthquake Flood
Earthquake Deductible 2 %/$50,000 Minimum
Flood Deductible 2 %/$50,000 Minimum
LOAN NUMBER
Christie Smith-)-Tom McConnell 1/1
MCCOCONS2
I COMPANY
I revelers Property and Casualty
Company of America
POLICY NUMBER
BINDER647172
EFFECTIVE DATE EXPIRATION DATE
09/24/10 09/24/11
THIS REPLACES PRIOR EVIDENCE DATED
CONTINUED UNTIL
n TERMINATED IF CHECKED
I AMOUNT OF INSURANCE DEDUCTIBLE
$318,992 $1,000
CANCELLATION 10 Days for.Non- Payment
THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD SHOULD THE
POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW45 DAYS
WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT
INTEREST, IN ACCORDANCE WITH THE POLICY P ROVISIONS OR AS REQUIRED BY LAW
ADDITIONAL INTEREST
NAME AND ADDRESS
MORTGAGEE
City of Port Angeles
LOSS PAYEE X
Public Works Utilities Department LOAN
ADDITIONAL INSURED
Owner
AUTHORIZED REPRESENTATIVE
1 M 30190 CX504 g ACORD CORPORATION 199:
A
B
AC:OROTe CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
Propel Insurance
Tacoma Commercial Insurance
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
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 ADD'llJ�
LTR NSRCI
X
TYPE OF INSURANCE
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
1 CLAIMS MADE I X OCCUR
X I BI /PD Ded: $10,000
X
X
X
GEN'L AGGREGATE LIMIT APPLIES PER
I POLICY rid f MT [1 LOC
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
EXCESS I UMBRELLA LIABILITY
CERTIFICATE HOLDER
Client 110237
T L McConnell Construction, Inc.
194 Protection Ridge Rd.
Port Townsend, WA 98368
ANY AUTO
OCCUR
1 DEDUCTIBLE
II
CLAIMS MADE
City of Port Angeles
Public Works Utilities
321 East Fifth Street
P.O. Box 1150
Port Angeles, WA 98362
PX810595
POLICY NUMBER
09PKG01337
RETENTION
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
A ANY PROPRIETOR/PARTNER/EXECUTIVE 09PKG01337
OFFICER/MEMBER EXCLUDED'
(Mandatory in NH)
If yes, oescribe u,xder
SPECIAL PROVISIONS below
OTHER
WA Stop Gap
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS
RE: Dry Creek Bridge Trail Project Phase 2, Project No. 05 -31
The City of Port Angeles is named as an Additional Insured as required by written contract. Primary and
Non Contributory provisions apply.
ACORD 25 (2009/01) 1 of 2 #S498093/M482145
POLICY EFFECTIVE
DATE IMM /DD/YYYYI
10/27/2009 10/27/2010
D)ECEHE
1 £.-,.17
F
MCCOCONS2
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A Evanston Insurance Company
INSURER B Unigard Insurance Company
I INSURER C
INSURER D
INSURER E
d
10/27/2009 10/27/2010
arty d iron Ainga„n
lia&ikt f'ma bs J /II tUesg
ngllet!l Ig SeI VICES DSISIDFT
10/27/2009 10/27/2010
POLICY EXPIRATION
DATE (MM /DD/YYYY)
I EACH OCCURRENCE
DAMAGE TO RENTED
PRPMISFS IFa nccerrencel
MED EXP (Any one person)
PERSONAL ADV INJURY
GENERAL AGGREGATE
PRODUCTS COMP /OP AGG
COMBINED SINGLE LIMIT
(Ea accident)
BODILY INJURY
(Per person)
BODILY INJURY
(Per accident)
PROPERTY DAMAGE
I$
ACC
I s
AGG I
I s
I s
I s
I s
I$
WC STATU- 0TH
TORY I IMITS I X I FR I
E L EACH ACCIDENT I $500,000
E L DISEASE EA EMPLOYEE' $500,000
E L DISEASE POLICY LIMIT I $500,000
(Per accident)
I AUTO ONLY EA ACCIDENT
OTHER THAN EA
AUTO ONLY
I EACH OCCURRENCE
AGGREGATE
LIMITS
DATE (MM /DD/YYYY)
9/15/2010
NAIC
$3,000.000
$50.000
$5,000
$3,000,000
$3,000,000
$3,000,000
$1,000,000
CANCELLATION 10 Days for Non Payment
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 31) DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES
AUTHORIZED REPRESENTATIVE
0 1988 -2009 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD CLMOO
w'
ACORD 25 (2009/01)
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s)
2 of 2 #S498093/M482145
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.
POLICY NUMBER: 09PKG01337
Name of Person or Oraanization
AS PER WRITTEN CONTRACT
IE- 0054 -0404
ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
PROFESSIONAL LIABILITY COVERAGE PART
THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY.
SCHEDULE
A. WHO IS AN INSURED (SECTION II) is amended to include as an insured the
person or organization shown in the schedule. But only with respect to liability
arising out of "your work" for that insured by or for you
B. As respects additional insureds as defined above This insurance also applies to
"bodily injury" or "property damage" arising out of your negligence when the
following written contract requirements are applicable
I. Coverage available under this coverage part shall apply as primary insurance.
Any other insurance available to these additional insured's shall apply as
excess and not contribute as primary to the insurance afforded by this
endorsement.
2. We waive any right of recovery we may have against these additional
insured's because of payments we make for injury or damage arising out of
"your work" done under a written contract with the additional insured.
3. The term "insured" is used separately and not collectively, but the inclusion of
more than one "insured" shall not increase the limits or coverage provided by
this insurance.
"Insureds are advised that certificates of insurance should be used only to provide
evidence of insurance in lieu of an actual copy of the applicable insurance policy.
Certificates should not be used to amend, expand, or otherwise alter the terms of the
actual policy."
POLICY NUMBER: 09PKG01337
ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
PROFESSIONAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
AS PER WRITTEN CONTRACT
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of "your
work" for that insured by or for you.
"Insureds are advised that certificates of insurance should be used only to provide
evidence of insurance in lieu of an actual copy of the applicable insurance policy.
Certificates should not be used to amend, expand, or otherwise alter the terms of the
actual policy."
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
IE- 0036 -0404 I of I
PART I I I
SPECIFICATIONS, SPECIAL PROVISIONS AND
SUBMITTALS
I
I
I INTRODUCTION /ORDER OF PRECEDENCE
See Section 1 -04.2 of the Standard Specifications for the general order of precedence
I for inconsistency in the parts of the Contract. In addition, the order of precedence in the
case of conflicting specifications, special provisions, submittal requirements, plans,
drawings, or other technical requirements of this Project Manual is as follows:
I 1. Contract Change Orders.
2. Special Provisions as set forth on pages III 13 through III 39.
I 3. Submittal requirements, as listed on pages III 3.
4. Project Plans, as set forth in Attachment G.
I 5. Amendments to the Standard Plans and Specifications issued prior to January 4,
2010, as set forth in Attachment F.
6. Washington State Department of Transportation's 2010 Standard Specifications
for Road, Bridge, and Municipal Construction (English Units), referred to herein
I as the Standard Specifications.
7. The most recent edition of the City of Port Angeles' Urban Services Standards
and Guidelines, which are hereby incorporated into this Project Manual.
I 8. Washington State Department of Transportation's Standard Plans, as referenced
on page III 37.
I 9. Attachments (exclusive of the above mentioned) as listed in the Table of
Contents of the Project Manual.
I STANDARD SPECIFICATIONS
I This Contract incorporates the Washington State Department of Transportation's 2010
Standard Specifications for Road, Bridge, and Municipal Construction (English Units),
referred to herein as the Standard Specifications. Unless otherwise superseded as
I detailed above, the Standard Specifications describe the general requirements,
description, materials, construction requirements, measurement and payment of work to
be completed under this Contract.
I
I SPECIAL PROVISIONS
The following Special Provisions supersede any conflicting provisions of the Standard
I Specifications and are made a part of this contract. The Sections referenced in these
Special Provisions refer to Sections of the Standard Specifications.
I 1 -01.3 DEFINITIONS
The term "Contract Bond" is understood to be equal to "Performance and Payment
I Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 1
I
I
I Bond" for this project.
I The term "State" is redefined to mean the City of Port Angeles for this project.
The term "Commission" is redefined for this project to mean the City Council of the City
1 of Port Angeles.
The term "Secretary" is redefined for this project to mean the Director of Public Works
I for the City of Port Angeles.
The term "Department" is redefined to mean the City of Port Angeles Department of
I Public Works Utilities for this project.
The terms "Engineer" and "Project Engineer" are redefined for this project to mean the
I City Engineer for the City of Port Angeles.
The terms "Contract" and "Project Manual" are interchangeable.
I
1 -02.2 PLANS AND SPECIFICATIONS
I Section 1 -02.2 of the Standard Specifications is deleted and replaced with the following:
I Information as to where plans and specifications can be obtained or reviewed will be
found in the advertisement for the work placed in the Owner's official newspaper, as
well as the Advertisement for Bids page in Part 1 of this Manual.
I 1 -02.5 PROPOSAL FORMS
I The term "prequalified" is deleted from Section 1 -02.5 of the Standard Specifications for
this project.
II 1 -02.9 DELIVERY OF PROPOSAL
Section 1 -02.9 of the Standard Specifications is modified in its entirety for this project to
now read as follows:
I Each proposal shall be submitted in accordance with the instructions outlined in the
ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S
CHECK LIST.
I 1 -03.4 PERFORMANCE AND PAYMENT BOND
I In accordance with Section 1 -03.4 of the Standard Specifications the Contractor shall
execute a Performance and Payment Bond as provided in the Contract. The bond shall
specify the surety's name and address and shall include a power -of- attorney appointing
I the signatory of the bond as the person authorized to execute it.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 2
1 -04.4 CHANGES IN WORK
Section 1 -04.4, Changes, of the Standard Specifications shall be amended to add the
following:
All revisions, clarifications, field requests and field authorizations for construction
contracts shall be documented using the "REQUEST FOR INFORMATION" form. A
construction contract change order may be initiated by the Contractor, City inspector, or
Architect/Engineer by using the RFI form contained in Part IV, Attachments.
Definitions:
a. RFI: Request for Information
b. CCO: Construction Change Order
PLANS AND WORKING DRAWINGS
Unless otherwise required by the Submittal Requirements, Section 1 -05.3 of the
Standard Specifications shall apply.
1 -05.5 AS -BUILT DRAWINGS
Section 1 -05.5 is supplemented with the following:
As -built drawings are required to be maintained by the Contractor. The as -built
drawings shall be a record of the construction as installed and completed by the
Contractor. They shall include all the information shown on the contract set of drawings
and a record of all construction deviations, modifications or changes from those
drawings which were incorporated in the work; all additional work not appearing on the
contract drawings; all design submittals, including electrical schematics; and all changes
which are made after final inspection of the contract work.
The Contractor shall mark up a set of full size plans using red ink to show the as -built
conditions. These as -built marked prints shall be kept current and available on the job
site at all times, and be made available to the City Engineer upon request. The
changes from the contract plans which are made in the work or additional information
which might be uncovered in the course of construction shall be accurately and neatly
recorded as they occur by means of details and notes. No construction work shall be
concealed until it has been inspected, approved, and recorded. The drawings shall
show at least the following:
a. The location and description of any utilities or other installations known to
exist and or encountered within the construction area. The location of
these utilities shall include an accurate description, dimensions, and at
least 2 ties to permanent features for all utilities encountered.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
III 3
b. The location and description of all facilities and appurtenances installed by the
Contractor. The location of facilities and appurtenances shall include accurate
dimensions and at least 2 ties to permanent features for all major components,
including gate valves.
The City of Port Angeles has the right to deny progress payments for completed
work if as -built records, as required by this section, are not available on the job
site for the work that has been completed by the date of the payment request.
Final as- builts shall be delivered to the City Engineer at the time of final inspection for
review and approval. As -built drawings must be approved by the City Engineer
before final payment will be made. See Submittal Requirements for additional
information.
1 -05.10 GUARANTEES
Section 1 -05 is supplemented with the following:
The Contractor shall guarantee all materials and equipment furnished and work
performed for a period of one (1) year from the date of substantial completion. The
Contractor shall warrant and guarantee for a period of one (1) year from the date of
substantial completion of the system that the completed system is free from all defects
due to faulty materials or workmanship, and the Contractor shall promptly make such
corrections as may be necessary by reason of such defects including the repairs of any
damage to other parts of the system resulting from such defects. The City will give
notice of observed defects with reasonable promptness. In the event that the
Contractor should fail to make such repairs, adjustments, or other work that may be
made necessary by such defects, the City may do so and charge the Contractor the
cost thereby incurred. The Performance and Payment Bond shall remain in full force
and effect through the guarantee period.
Measurement and Payment
All costs associated with this item shall be incidental to the contract prices for the
various bid items.
STATE SALES TAX
Section 1 -07.2 is supplemented with the following:
The work on this contract is to be performed upon lands whose ownership obligates
the Contractor to pay State sales tax on portions of the project work and obligates
the Contractor to collect State sales tax from the Contracting Agency on other
portions of the project as follows:
1. The provisions of Section 1- 07.2(1) apply to the following listed portions of
the project:
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
III 4
Schedule A
2. The provisions of Section 1- 07.2(2) apply to all of the remaining portions of
the project.
For bidding purposes the Contracting Agency has segregated the plan quantities
which are affected by Section 1- 07.2(1) from those quantities affected by Section 1-
07.2(2). These approximate quantities are shown on the Summary of Quantities
sheets; however, any tax payments shall be based on actual quantities used.
1 -07.6 PERMITS AND LICENSES
All requirements of any permits included in this Project Manual shall be adhered to by
the Contractor. All costs related to adhering to these permit(s) shall be included in the
overall cost of the contract.
Section 1- 07.16(4) is supplemented with the following:
The Work is governed by an Inadvertent Discovery and Archaeological Monitoring Plan
initiated by the City as required for Federal Compliance. Any ground disturbing activity
requires presence of a qualified archaeologist to monitor the construction and ensure
proper archaeological protocols are followed. The City will supply the services of a
Principal Archaeologist and additional qualified archaeologists as necessary.
It is the responsibility of the Contractor to provide advance notice of work schedule and
coordinate the presence of the qualified archaeologist. 48 hours advance notice will be
required for each ground disturbing activity. The Contractor may not conduct a ground
disturbing action without the presence of a qualified archaeological monitor (or without
the explicit instructions of how to proceed without an archaeological monitor provided by
the Principal Archaeologist).
The Principal Archaeologist will provide training on archaeological monitoring issues to
construction personnel at a pre -work meeting to ensure that contract personnel
understand the duties of the archaeological monitors and will comply with any and all
necessary conditions imposed by them. Operators who have not received this training
to the satisfaction of the Principal Archaeologist will not be allowed to continue with the
ground disturbance.
The City has also afforded local tribes the ability to observe ground disturbances as part
of the Inadvertent Discovery and Archaeological Monitoring Plan. Tribal liaisons are to
be treated with respect and courtesy.
Section 1- 07.16(4)A Paragraph 1 is supplemented with the following:
In the event of an inadvertent archaeological discovery the Principal Archaeologist will
coordinate the determination of significance as defined in the Inadvertent Discovery and
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 5
Archaeological Monitoring Plan and will work with the Engineer to coordinate work
stoppages, buffers zones, and schedule modifications.
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.
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
Section 1 -07.18 of the Standard Specifications is deleted in its entirety and replaced
with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the
Project Manual.
1 -07.23 PUBLIC CONVENIENCE AND SAFETY
Section 1 -07.23 is supplemented with the following:
The construction safety zone for this project is 10 feet from the outside edge of the
traveled way. During the actual hours of work, unless protected as described above,
only materials absolutely necessary to construction shall be within the safety zone and
only construction vehicles absolutely necessary to construction shall be allowed within
the safety zone or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 6
I
permitted to park within the safety zone at any time unless protected as described
above.
Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of
each work day, or sooner if there is an unanticipated adverse impact on the safety of
the traveling public.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
In addition to the requirements of Section 1- 07.23(1) of the Standard Specifications, the
following provisions shall apply:
1. There shall be no delay to medical, fire, police, or other emergency
vehicles with flashing lights or sirens. The Contractor shall alert all
flaggers and personnel of this requirement.
2. The Contractor shall notify the Engineer at least one work day in advance
of the need to restrict parking within the project limits. The Engineer will
notify the Police Department of the required restricted parking.
3. Prior to cutting across driveways and business or parking accesses, the
Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN
ADVANCE.
4. Every effort shall be made to limit restrictions to access of businesses to
short periods of time. The Contractor may be required to address
business access concerns on short notice. Modification(s) to the contract
to compensate the Contractor for changes due to access concerns shall
only be made if such change results in an impact on the delivery schedule
of more than one day and /or a significant change in labor or equipment
requirements.
PROGRESS SCHEDULE
Section 1 -08.3 is supplemented with the following:
The Contractor shall prepare and submit to the Engineer a Critical Path Method (CPM)
schedule, in both electronic and hard copy format. The CPM shall include all aspects of
the contract, including procurement of materials, construction, testing, submittals, and
inspection.
The Contractor shall develop the CPM using Microsoft Office Project Standard 2003,
which shall be capable of operating in a Windows NT environment.
The Contractor shall submit, within 21 calendar days of award of the contract, 3 sets of
complete CPM time scaled logic diagram on 22" x 34" sheets with accompanying
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 7
schedule reports. An electronic copy shall also be submitted. The schedule diagrams
shall show activity numbers, descriptions, early -start dates, float, and all relationships.
The diagrams shall also show the sequence, order, and interdependence of activities in
which the work is to be accomplished.
The Contractor shall submit to the Engineer updates to the CPM schedule monthly with
each Payment Request. The CPM schedule shall be accompanied by a written
narrative report describing current status and identifying potential delays. This report
shall, at a minimum, state whether the contract is on schedule, note any milestones that
will not be met, and comment on the project's current critical path as it relates to
previously submitted critical path.
The CPM deliverables shall be incidental to the contract, and the City will provide no
additional payment for work related to developing and maintaining the CPM schedule as
required in this contract.
The City may withhold payment as a result of incomplete CPM updates, as well as
assess liquidated damages per Section 1 -08.9 if the schedule shows that work will not
be completed in a timely manner to meet the performance period of the contract.
TIME FOR COMPLETION
Section 1 -08.5 is supplemented with the following:
Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within ten (10) calendar
days after notice to proceed from the City, and said work shall be substantially
completed by October 31, 2010, and physically completed by November 30, 2010,
unless a different time frame is expressly provided in writing by the City.
If said work is not completed within the time for physical completion, the Contractor may
be required at the City's sole discretion to pay to the City liquidated damages as set
forth in the Project Manual, for each and every day said work remains uncompleted
after the expiration of the specified time.
PAYMENTS
Section 1 -09.9 is supplemented with the following:
The Contractor shall submit payment requests with a completed Application for
Payment form, an example of which is included in the Attachments in Part 4 of the
Project Manual. This form includes a lien waiver certification, and shall be notarized
before submission. Applications for payment not signed or notarized shall be
considered incomplete and ineligible for payment consideration.
All contract Payments will be made only through an Electronic Fund Transfer. It is the
sole responsibility of the Contractor to provide to the City the applicable account
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 8
information to allow this to occur.
TRAFFIC CONTROL MANAGEMENT
The third sentence of the first paragraph of Section 1- 10.2(1) is revised to read:
The Contractor may designate the project superintendent as the TCS.
TRAFFIC CONTROL PLANS
The last sentence of Section 1- 10.2(2) is revised to read:
The Contractor's letter designating and adopting the specific traffic control plan(s) or any
proposed modified plan(s) shall be submitted to the Engineer for approval at least ten
calendar days in advance of the time the new plan will be implemented.
Costs associated with the development of the traffic control plan(s) shall be incidental to
contract prices.
CONSTRUCTION SIGNS
Section 1- 10.3(3) is revised to read:
All signs required by the approved traffic control plan(s) as well as any other appropriate
signs prescribed by the Engineer, except for the project sign, shall be furnished by the
Contractor. The Contractor shall provide the posts or supports and erect and maintain
the signs in a clean, neat, and presentable condition until the necessity for them has
ceased. All nonapplicable signs shall be removed or completely covered with metal,
plywood, or an Engineer approved product specifically manufactured for sign covering
during periods when they are not needed. When the need for these signs has ceased,
the Contractor, upon approval of the Engineer, shall remove all signs, posts, and
supports from the project and they shall remain the property of the Contractor, except
for the project sign.
All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's
expense. All signs shall utilize materials, and be fabricated in accordance with, Section
9 -28. All signs shall be constructed of Type I or II reflective background sheeting unless
otherwise noted in the Plans.
Construction signs will be divided into two classes. Class A construction signs are
those signs that remain in service throughout the construction or during a major phase
of the work. They are mounted on posts, existing fixed structures, or substantial
supports of a semi permanent nature. Sign and support installation for Class A signs
shall be in accordance with the Contract Plans or the Standard Plans. The following
Class A signs shall be installed by the Contractor at locations designated at the pre
construction conference:
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
III 9
"Construction Ahead" (4)
"End Construction" (2)
"Project Sign" provided by the City
Class B construction signs are those signs that are placed and removed daily, or are
used for short durations which may extend for one or more days. They are mounted on
portable or temporary mountings. In the event of disputes, the Engineer will determine
if a construction sign is considered as a Class A or B construction sign.
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture
on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor,
(2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot
from the ground.
Furnishing Class B signs will be in accordance with Section 1- 10.3(3). Payment for
setup and take down of Class B signs will be paid for under the lump sum bid item
"Maintenance and Protection of Traffic Section 1- 07.23.
The condition of the signs shall be new or "Acceptable" as defined in the book, Quality
Standards For Work Zone Traffic Control Devices. The Engineer's decision on the
condition of a sign shall be final.
The book, Quality Standards For Work Zone Traffic Control Devices, is available by
writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy.,
Fredericksburg, VA 22407, telephone: (703) 898 -5400, FAX: (703) 898 -5510.
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
Engineer deems to be unacceptable while their use is required on the project, shall be
replaced by the Contractor without additional compensation.
6 -19 SHAFTS (New Section)
Description
6- 19.1.01 Shafts
A. This item of work shall consist of furnishing all materials, labor, tools,
equipment, services and incidentals necessary to construct the shafts in
accordance with the Plans, the Standard Specifications, and the Special
Provisions.
Materials
6- 19.2.01 Casing
A. All permanent casing shall be of steel base metal conforming to ASTM A 36.
All permanent casing shall be of ample strength to resist damage and
deformation from transportation and handling, installation stresses, and all
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 10
pressures and forces acting on the casing.
All temporary casing shall be a smooth wall structure of steel base metal,
except where corrugated metal pipe is shown in the Plans as an acceptable
alternative material. All temporary casing shall be of ample strength to resist
damage and deformation from transportation and handling, installation and
extraction stresses, and all pressures and forces acting on the casing. The
casing shall be capable of being removed without deforming and causing
damage to the completed shaft, and without disturbing the surrounding soil.
B. Permanent casing is defined as casing designed as part of the shaft structure
and installed to remain in place after construction is complete. Temporary
casing is defined as casing installed to facilitate shaft construction only, which
is not designed as part of the shaft structure, and which shall be completely
removed after shaft construction is complete, unless otherwise shown in the
Plans.
C. The casing shall be watertight and clean prior to placement in the excavation.
D. The outside diameter of the casing shall not be less than the specified diameter
of the shaft. The inside diameter of the casing shall not be greater than the
specified diameter of the shaft plus six inches, except as otherwise noted for
shafts 5' -0" or less in diameter, and as otherwise noted in subsection 3.03.0 of
this Special Provision for temporary telescoping casing. The inside diameter of
casings for shafts 5' -0" or less in diameter shall not be greater than the
specified diameter of the shaft plus 1 -0
E. Where the minimum thickness of the casing is specified in the Plans, it is
specified to satisfy structural design requirements only. The Contractor shall
increase the casing thickness as necessary to satisfy the requirements of item
A of this section.
6- 19.2.02 Reinforcing Steel
A. Reinforcing steel used in the construction of shafts shall conform to Section 9-
07.
B. Steel reinforcing bar centralizers shall be steel, conforming to the details shown
in the Plans. The Contractor may propose the use of alternative steel
reinforcing bar devices as part of item 7 of the shaft installation plan submittal,
as specified in subsection 3.02.B of this Special Provision, subject to the
Engineer's review and approval of such devices.
6- 19.2.03 Concrete
A. Concrete used in the construction of shafts shall be Class 4000P conforming to
Section 6 -02.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 11
B. When shafts are constructed in water, the concrete used for the casing shoring
seal shall be Class 4000W conforming to Section 6 -02.
6- 19.2.04 Slurry
Slurry shall conform to one of the following:
A. Mineral Slurry
1. Mineral slurry shall conform to the following requirements:
Property
Density (pcf)
Sand Content
(percent)
prior to final
cleaning
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
Test
Mud Weight
(Density) API 13B-
1, Section 1
Sand API 13B -1,
Section 5
Requirement
64.3 to 75
Viscosity Marsh Funnel and 26 to 50
(seconds /quart) Cup API 13b -1,
Section 2.2
PH Glass Electrode, pH 8 to 11
Meter, or pH Paper
4.0 max.
immediately prior
to placing concrete 4.0 max.
Use of mineral slurry in salt water installations will not be allowed.
Slurry temperature shall be at least 40F when tested.
B. Synthetic Slurries
1. Synthetic slurries shall be used in conformance with the manufacturer's
recommendations, the quality control plan specified in subsection 3.02.B.4
of this Special Provision, and these Special Provisions. The following
synthetic slurries are approved as slurry systems, with additives that have
been load tested for the California Department of Transportation:
III 12
Product Manufacturer
Novagel Geo -Tech Services, LLC
220 North Zapata Highway, Suite 11A
Laredo, TX 78043 -4464
ShorePac GCV CETCO
1500 West Shure Drive
Arlington Heights IL, 60004
Slurry Pro CDP KB International, LLC
Suite 216, 735 Broad Street
Chattanooga, TN 37402 -1855
Super Mud* PDS Company
8140 East Rosecrans Ave.
Paramount, CA 90723 -2754
*Approval as,a product applies to the liquid product only.
Other synthetic slurry products may be approved for use provided the
product meets the acceptance criteria established by WSDOT, including
status as an approved synthetic slurry (with load tested additives) with the
California Department of Transportation (Caltrans).
2. The sand content of synthetic slurry prior to final cleaning and immediately
prior to placing concrete shall be less than 2.0 percent, in accordance with
API 13B -1, Section 5.
C. Water Slurry (with or without site soils)
1. Water with or without site soils may be used as slurry when casing is used
for the entire length of the drilled hole. Use of water slurry without full
length casing may only be used with the approval of the Engineer.
2. Water slurry shall conform to the following requirements:
Property
Density (pcf)
Sand Content
(percent)
Test
Mud Weight
(Density) API 13B -1,
Section 1
Requirement
65 max.
Sand API 13B -1, 1.0 max.
Section 5
Use of water slurry in salt water installations will not be allowed.
Slurry temperature shall be at least 40F when tested.
6- 19.2.05 Access Tubes for Crosshole Sonic Log Testing
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 13
A. Access tubes for crosshole sonic log testing shall be steel pipe of 0.145 inches
minimum wall thickness and at least 1 -1/2 inch inside diameter.
B. The access tubes shall have a round, regular inside diameter free of defects
and obstructions, including all pipe joints, in order to permit the free,
unobstructed passage of 1.3 inch maximum diameter source and receiver
probes used for the crosshole sonic log tests. The access tubes shall be
watertight, free from corrosion with clean internal and external faces to ensure
good bond between the concrete and the access tubes. The access tubes
shall be fitted with watertight threaded PVC caps on the bottom, and shall be
fitted with watertight PVC caps, secured in position by means as approved by
the Engineer, on the top.
6- 19.2.06 Grout
A. Grout for filling the access tubes at the completion of the crosshole sonic log
tests shall be a neat cement grout conforming to Section 9 -20.3 with a
maximum water /cement ratio of 0.45.
Construction Requirements
6- 19.3.01 Quality Assurance
A. Shaft Construction Tolerances
1. Shafts shall be constructed so that the center at the top of the shaft is
within the following horizontal tolerances:
Shaft Diameter Tolerance
Less than or equal to 2' -0" 3"
Greater than 2' -0" and less than 5' -0 "4"
5' -0" or larger 6"
2. Shafts shall be within 1.5 percent of plumb. For rock excavation, allowable
tolerance can be increased to 2 percent max.
3. During drilling or excavation of the shaft, the Contractor shall make
frequent checks on the plumbness, alignment, and dimensions of the shaft.
Any deviation exceeding the allowable tolerances shall be corrected with a
procedure approved by the Engineer.
4. Shaft steel reinforcing bar placement tolerances shall conform to Section 6-
02.3(24)C.
B. Nondestructive Testing of Shafts
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
III 14
1. Unless otherwise specified in this Special Provision, the Contracting
Agency will perform crosshole sonic log testing of specific shafts, except for
those constructed completely in the dry, selected in accordance with
subsection 3.09.A of this Special Provision. The Contractor shall
accommodate the crosshole sonic log testing by furnishing and installing
access tubes in accordance with subsection 3.06.A of this Special
Provision.
C. Shaft Preconstruction Conference
1. A shaft preconstruction conference shall be held at least five working days
prior to the Contractor beginning any shaft construction work at the site to
discuss construction procedures, personnel, and equipment to be used,
and other elements of the approved shaft installation plan as specified in
subsection 3.02.B of this Special Provision. Those attending shall include:
6- 19.3.02 Submittals
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
a. (representing the Contractor) The superintendent, on site
supervisors, and all foremen in charge of excavating the shaft,
placing the casing and slurry as applicable, placing the steel
reinforcing bars, and placing the concrete. If synthetic slurry is
used to construct the shafts, the slurry manufacturer's
representative or approved Contractor employees trained in the
use of the synthetic slurry shall also attend.
b. (representing the Contracting Agency) The prime consultant's
Project Engineer, key inspection personnel, and Lead Design
Engineer and representatives from the Geotechnical design firm..
2. If the Contractor proposes a significant revision of the approved shaft
installation plan, as determined by the Engineer, an additional conference
shall be held before any additional shaft construction operations are
performed.
A. Construction Experience
1. Prior to the start of shaft construction, the Contractor shall electronically
submit a project reference list to the Engineer for approval verifying the
successful completion by the Contractor of at least three separate
foundation projects with shafts of diameters and depths similar to or larger
than those shown in the Plans, and ground conditions similar to those
identified in the Contract. A brief description of each listed project shall be
provided along with the name and current phone number of the project
owner or the owner's Contractor.
III 15
2. Prior to the start of shaft construction, the Contractor shall electronically
submit a list identifying the on -site supervisors, and drill rig operators
potentially assigned to the project to the Engineer for approval. The list
shall contain a brief description of each individual's experience in shaft
excavation operations, and placement of assembled steel reinforcing bar
cages and concrete in shafts. The individual experience lists shall be
limited to a single page for each supervisor or operator.
B. Shaft Installation Plan
a. On -site supervisors shall have a minimum two years experience in
supervising construction of shaft foundations of similar size
(diameter and depth) and scope to those shown in the Plans,
including two to three projects using equipment as identified in the
shaft installation narrative in accordance with subsection 3.02.B.2
of this Special Provision, and similar geotechnical conditions to
those described in the boring logs and summary of geotechnical
conditions. The work experience shall be direct supervisory
responsibility for the on -site shaft construction operations. Project
management level positions indirectly supervising on -site shaft
construction operations is not acceptable for this experience
requirement.
b. Drill rig operators shall have a minimum one year experience in
construction of shaft foundations, including two to three projects
using equipment as identified in the shaft installation narrative in
accordance with subsection 3.02.B.2 of this Special Provision.
3. The Engineer will approve or reject the Contractor's qualifications and field
personnel within 10 working days after receipt of the submission. Work
shall not be started on any shaft until the Contractor's qualifications and
field personnel are approved by the Engineer. The Engineer may suspend
the shaft construction if the Contractor substitutes unapproved personnel.
The Contractor shall be fully liable for the additional costs resulting from the
suspension of work and no adjustments in contract time resulting from the
suspension of work will be allowed.
The Contractor shall electronically submit a shaft installation narrative for
approval by the Engineer. In preparing the narrative, the Contractor shall
reference the available subsurface data provided in the contract test hole
boring logs, the Summary of Geotechnical Conditions provided in the Appendix
to the Special Provisions, and the geotechnical report(s) prepared for this
project. This narrative shall provide at least the following information:
1. Proposed overall construction operation sequence.
2. Description, size and capacities of proposed equipment, including but
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 16
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
not limited to cranes, drills, auger, bailing buckets, final cleaning
equipment and drilling unit. The narrative shall describe why the
equipment was selected, and describe equipment suitability to the
anticipated site conditions and work methods. The narrative shall
include a project history of the drilling equipment demonstrating the
successful use of the equipment on shafts of equal or greater size in
similar soil /rock conditions. The narrative shall also include details of
shaft excavation and cleanout methods.
3. Details of the method(s) to be used to ensure shaft stability (i.e.,
prevention of caving, bottom heave, etc. using temporary casing,
slurry, or other means) during excavation (including pauses and
stoppages during excavation) and concrete placement. If permanent
casings are required, casing dimensions and detailed procedures for
installation shall be provided.
4. Detailed procedures for mixing, using and maintaining the slurry shall
be provided. A detailed mix design (including all additives and their
specific purpose in the slurry mix), and a discussion of its suitability to
the anticipated subsurface conditions, shall also be provided for the
proposed slurry.
The submittal shall include a detailed plan for quality control of the
selected slurry, including tests to be performed, test methods to be
used, and minimum and /or maximum property requirements which
must be met to ensure that the slurry functions as intended,
considering the anticipated subsurface conditions and shaft
construction methods, in accordance with the slurry manufacturer's
recommendations and these Special Provisions. As a minimum, the
slurry quality control plan shall include the following tests:
Propert Test Method
Y
Density Mud Weight (Density), API 13B -1, Section 1
Viscosity Marsh Funnel and Cup,
API 13B -1, Section 2.2
PH Glass Electrode, pH Meter, or pH Paper
Sand Sand, API 13B -1, Section 5
Content
5. Description of the method used to fill or eliminate all voids below the
III 17
I
top of shaft between the plan shaft diameter and excavated shaft
diameter, when permanent casing is specified.
6. Details of concrete placement, including proposed operational
procedures for pumping methods, and a sample uniform yield form to
be used by the Contractor for plotting the approximate volume of
concrete placed versus the depth of shaft for all shaft concrete
placement (except concrete placement in the dry).
7. When shafts are constructed in water, the submittal shall include seal
thickness calculations, seal placement procedure, and descriptions of
provisions for casing shoring dewatering and flooding.
8. Description and details of the storage and disposal plan for excavated
material, and drilling slurry (if applicable).
9. Reinforcing steel shop drawings, details of reinforcement placement,
including bracing, centering, and lifting methods, and the method to
assure the reinforcing cage position is maintained during construction,
including use of bar boots and /or rebar cage base plates, and including
placement of rock backfill below the bottom of shaft elevation provided
the conditions of subsection 3.05.D of this Special Provision are
satisfied.
The reinforcing steel assembly and installation plan shall include:
a. Procedure and sequence of steel reinforcing bar cage
assembly.
b. The tie pattern, tie types and tie wire gages for all ties on
permanent reinforcing and temporary bracing.
c. Number and location of primary handling steel reinforcing bars
used during lifting operations.
d. Type and location of all steel reinforcing bar splices.
e. Details and orientation of all internal cross bracing, including a
description of connections to the steel reinforcing bar cage.
f. Description of how temporary bracing is to be removed.
g. Location of support points during transportation.
h. Cage weight and location of the center of gravity.
i. Number and location of pick points used for lifting for
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 18
J.
C. Slurry Technical Assistance
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
installation, and for transport (if assembled off site).
Crane charts and a description and /or catalog cuts for all
spreaders, blocks, sheaves and chockers used to equalize or
control lifting loads.
k. The sequence and minimum inclination angle at which
intermediate belly rigging lines (if used) are released.
I. Pick point loads at 0, 45, 60 and 90 degrees and at all
intermediate stages of inclination where rigging lines are
engaged or slackened.
m. Methods and temporary supports required for cage splicing.
n. For picks involving multiple cranes, the relative locations of the
boom tips at various stages of lifting, along with corresponding
net horizontal forces imposed on each crane.
For shafts with a 6' -0" minimum nominal diameter and /or shafts
with 60' -0" minimum length, the reinforcing steel assembly and
installation plan shall be prepared and submitted in accordance
with Section 6 -01.9.
The Engineer will evaluate the shaft installation plan for conformance with the
Plans, Specifications and Special Provisions, within the review time specified in
Section 6 -01.9. A Shaft Installation Plan Submittal Teleconference Meeting will
be scheduled by the Contracting Agency following review of the Contractor's
initial submittal of the plan and prior to Contracting Agency formal response to
the initial submittal. Teleconference participants shall include the following:
a. (representing the Contractor) The superintendent, on -site supervisors,
and other Contractor personnel involved in the preparation of the shaft
installation plan.
b. (representing the Contracting Agency) The prime consultant's Project
Engineer, key inspection personnel, and Lead Design Engineer and
representatives from the Geotechnical design firm.
1. If slurry other than water slurry is used to construct the shafts, the
Contractor shall provide or arrange for technical assistance in the use of
the slurry as specified in subsection 3.04.A.1 of this Special Provision. The
Contractor shall electronically submit the following to the Engineer:
III 19
I
I a. The name and current phone number of the slurry manufacturer's
technical representative assigned to the project, and the frequency
I of scheduled visits to the project site by the synthetic slurry
manufacturer's representative.
I b. The name(s) of the Contractor's personnel assigned to the project
and trained by the slurry manufacturer in the proper use of the
slurry. The submittal shall include a signed training certification
I letter from the slurry manufacturer for each trained Contractor's
employee listed, including the date of the training.
I D. Crosshole Sonic Log Testing Organization and Personnel
1. At least seven calendar days prior to beginning shaft construction, the
I Contractor shall submit the name of the independent testing organization,
and the names of the personnel, conducting the crosshole sonic log tests to
the Engineer for approval. The submittal shall include documentation that
I the qualifications specified below are satisfied. The independent testing
organization and the testing personnel shall meet the following minimum
qualifications:
I a. The testing organization shall have performed g g p crosshole sonic log
I tests on a minimum of three deep foundation projects in the last
two years.
I b. Personnel conducting the tests for the testing organization shall
have a minimum of one year experience in crosshole sonic log
testing and interpretation.
I E. All submittals shall be in electronic pdf format, and all documents in each pdf
shall be legible. All submittals shall be prepared jointly by the Contractor and
I any subcontractors that will be performing the work.
F Work shall not begin until all the required submittals have been approved in
I writing by the Engineer. All procedural approvals given by the Engineer will be
subject to trial in the field and shall not relieve the Contractor of the
responsibility to satisfactorily complete the work.
I 6- 19.3.03 Shaft Excavation
I A. Shafts shall be excavated to the required depth as shown in the Plans. Shaft
excavation operations shall conform to this Special Provision and the shaft
installation plan as approved by the Engineer, except as otherwise specified by
I the Engineer. Once the excavation operation has been started, the excavation
shall be conducted in a continuous operation until the excavation of the shaft is
completed, except for pauses and stops as noted, using approved equipment
I capable of excavating through the type of material expected. Pauses during
D ry Creek Bridge Trail Phase 2
Bridge Construction Project
I Project 05 -31 III 20
this excavation operation, except for casing splicing, tooling changes, slurry
maintenance, and removal of obstructions, are not allowed.
Pauses, defined as momentary interruptions of the excavation operation, will be
allowed only for casing splicing, tooling changes, slurry maintenance, and
removal of obstructions. Shaft excavation operation interruptions not
conforming to this definition shall be considered stops. Stops for uncased
excavations (including partially cased excavations) shall not exceed 16 hours
duration. Stops for fully cased excavations, excavations in rock, and
excavations with casing seated into rock, shall not exceed 65 hours duration.
For stops exceeding the time durations specified above, the Contractor shall
stabilize the excavation using one or both of the following methods:
1. For an uncased excavation, before the end of the work day, install
casing in the hole to the depth of the excavation. The outside diameter
of the casing shall not be smaller than six inches less than either the
Plan diameter of the shaft or the actual excavated diameter of the hole,
whichever is greater. Prior to removing the casing and resumption of
shaft excavation, the annular space between the casing and the
excavation shall be sounded. If the sounding operation indicates that
caving has occurred, the casing shall not be removed and shaft
excavation shall not resume until the Contractor has stabilized the
excavation in accordance with the shaft installation plan conforming to
subsection 3.02.B.3 of this Special Provision.
2. For both a cased and uncased excavation, backfill the hole with either
CDF or granular material. The Contractor shall backfill the hole to the
ground surface, if the excavation is not cased, or to a minimum of five
feet above the bottom of casing (temporary or permanent), if the
excavation is cased. Backfilling of shafts with casing fully seated into
rock, as determined by the Engineer, will not be required.
During stops, the Contractor shall stabilize the shaft excavation to prevent
bottom heave, caving, head loss, and loss of ground. The Contractor bears full
responsibility for selection and execution of the method(s) of stabilizing and
maintaining the shaft excavation, in accordance with Section 1- 07.13. Shaft
stabilization shall conform to the shaft installation plan in accordance with
subsection 3.02.B.3 of this Special Provision.
If slurry is present in the shaft excavation, the Contractor shall conform to the
requirements of subsection 3.04.B of this Special Provision regarding the
maintenance of the slurry and the minimum level of drilling slurry throughout the
stoppage of the shaft excavation operation, and shall recondition the slurry to
the required slurry properties in accordance with subsection 3.04 of this Special
Provision prior to recommencing shaft excavation operations. Shaft casing shall
be equipped with cutting teeth or a cutting shoe, and installed by either rotating
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 21
or oscillating the casing. Installing the casing by vibratory means will not be
allowed.
D. The Contractor shall conduct shaft excavation operations such that the adjacent
soil outside the shaft excavation for the full height of the shaft is not disturbed.
Disturbed soil is defined as soil whose geotechnical properties have been
changed from those of the original in -situ soil, and whose altered condition
adversely affects the structural integrity of the shaft foundation.
E. The Contractor shall use appropriate means such as a cleanout bucket or air lift
to clean the bottom of the excavation of all shafts. No more than 2 inches of
loose or disturbed material shall be present at the bottom of the shaft just prior
to placing concrete.
F. The excavated shaft shall be inspected and approved by the Engineer prior to
proceeding with construction. The bottom of the excavated shaft shall be
sounded with an airlift pipe, a tape with a heavy weight attached to the end of
the tape, or other means acceptable to the Engineer to determine that the shaft
bottom meets the requirements in the Contract.
G. When obstructions are encountered, the Contractor shall notify the Engineer
promptly. An obstruction is defined as a specific object (including, but not
limited to, boulders, logs, and man made objects) encountered during the shaft
excavation operation which prevents or hinders the advance of the shaft
excavation. When efforts to advance past the obstruction to the design shaft tip
elevation result in the rate of advance of the shaft drilling equipment being
significantly reduced relative to the rate of advance for the portion of the shaft
excavation in the geological unit that contains the obstruction, then the
Contractor shall remove, break -up, or push aside, the obstruction under the
provisions of subsection 5.01.B of this Special Provision. The method of
dealing with such obstructions, and the continuation of excavation shall be as
proposed by the Contractor and approved by the Engineer.
H. When permanent casing is specified, excavation shall conform to the specified
outside diameter of the shaft. After the casing has been filled with concrete, all
void space occurring between the casing and shaft excavation shall be filled
with a material which approximates the geotechnical properties of the in -situ
soils, in accordance with the shaft installation plan specified in subsection
3.02.B.5 of this Special Provision and as approved by the Engineer.
I. Drilling equipment shall not be operated from an existing bridge, except as
otherwise noted. If necessary and safe to do so, and if the Contractor submits
a written request to the Engineer in accordance with Section 6 -01.6, the
Engineer may approve the operation of drilling equipment on a bridge.
J. When shafts are constructed in water, the Contractor shall construct a seal
between the casing shoring and the upper portion of the permanent casing for
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 22
I
the shaft as shown in the Plans, in accordance with the shaft installation plan
specified in subsection 3.02.B.7 of this Special Provision, and as approved by
the Engineer.
The seal thickness shown in the Plans is designed to resist the hydrostatic uplift
force with the corresponding seal weight and adhesion of the seal to the
permanent casing and the casing shoring of 20 psi, based on the casing
shoring dimension and the seal vent water surface elevation specified in the
Plans. If the Contractor uses a casing shoring diameter other than that
specified in the Plans, the Contractor shall submit a revised seal design to the
Engineer for approval in accordance with subsection 3.02.B.7 of this Special
Provision.
If, in the opinion of the Engineer, water conditions at the time of construction
allow the seal vent water surface elevation to be lowered, the Contractor may
revise the casing shoring seal by submitting a revised seal design to the
Engineer for approval in accordance with subsection 3.02.B.7 of this Special
Provision.
K. The Contractor shall use slurry, in accordance with subsection 3.04 of this
Special Provision, to maintain a stable excavation during excavation and
concrete placement operations once water begins to enter the shaft excavation
at an infiltration rate of 12 inches of depth or more in one hour and remain
present at a three inch depth or greater.
6- 19.3.04 Slurry Installation Requirements
A. Slurry Technical Assistance
1 If slurry other than water slurry is used, the manufacturer's representative,
as identified to the Engineer in accordance with subsection 3.02.0 of this
Special Provision, shall:
a. provide technical assistance for the use of the slurry,
b. shall be at the site prior to introduction of the slurry into a drilled
hole, and
c. shall remain at the site during the construction and completion of a
minimum of one shaft to adjust the slurry mix to the specific site
conditions.
2. After the manufacturer's representative is no longer present at the site, the
Contractor's employee trained in the use of the slurry, as identified to the
Engineer in accordance with subsection 3.02.0 of this Special Provision,
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 23
shall be present at the site throughout the remainder of shaft slurry
operations for this project to perform the duties specified in items 1a
through 1c above.
B. Minimum Level of Slurry in the Excavation
1. When slurry is used to maintain a stable excavation, the slurry level in the
excavation shall be maintained above the groundwater level the greater of
the following dimensions, except as otherwise noted in subsection 3.04.B.3
of this Special Provision:
a. not less than five feet for mineral slurries,
b. not less than ten feet for water slurries,
c. not less than ten feet for synthetic slurries,
d. one shaft diameter,
e. dimension as required to provide and maintain a stable hole.
The Contractor shall provide casing, or other means, as necessary to meet
these requirements.
2. The slurry level shall be maintained above all unstable zones a sufficient
distance to prevent bottom heave, caving or sloughing of those zones.
3. Throughout all stops in shaft excavation operations, as specified in
subsection 3.03.A of this Special Provision, the Contractor shall monitor
and maintain the slurry level in the excavation the greater of the following
elevations:
a. no lower than the water level elevation outside the shaft,
b. elevation as required to provide and maintain a stable hole.
C. Slurry Sampling and Testing
1. Mineral slurry and synthetic slurry shall be mixed and thoroughly hydrated
in slurry tanks, ponds, or storage areas. The Contractor shall draw sample
sets from the slurry storage facility and test the samples for conformance
with the appropriate specified material properties before beginning slurry
placement in the drilled hole. Mineral slurry shall conform to the material
specifications in subsection 2.04.A of this Special Provision. Synthetic
slurry shall conform to the quality control plan included in the shaft
installation plan in accordance with subsection 3.02.B.4 of this Special
Provision and as approved by the Engineer. A sample set shall be
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 24
2. The Contractor shall sample and test all slurry in the presence of the
Engineer, unless otherwise directed. The date, time, names of the persons
sampling and testing the slurry, and the results of the tests shall be
recorded. A copy of the recorded slurry test results shall be submitted to
the Engineer at the completion of each shaft, and during construction of
each shaft when requested by the Engineer.
3. Sample sets of all slurry, composed of samples taken at mid height and
within two feet of the bottom of the shaft, shall be taken and tested during
drilling as necessary to verify the control of the properties of the slurry. As
a minimum, sample sets of synthetic slurry shall be taken and tested at
least once every four hours after beginning its use during each shift.
Sample sets of all slurry shall be taken and tested at least once every two
hours if the slurry is not recirculated in the drilled hole or if the previous
sample set did not have consistent specified properties. All slurry shall be
recirculated, or agitated with the drilling equipment, when tests show that
the sample sets do not have consistent specified properties.
4. Sample sets of all slurry, as specified, shall be taken and tested prior to
final cleaning of the bottom of the hole and again just prior to placing
concrete. Cleaning of the bottom of the hole and placement of the concrete
shall not start until tests show that the samples taken at mid height and
within two feet of the bottom of the hole have consistent specified
properties.
D. The Contractor shall clean, recirculate, de -sand, or replace the slurry to
maintain the required slurry properties.
E. The Contractor shall demonstrate to the satisfaction of the Engineer that stable
conditions are being maintained. If the Engineer determines that stable
conditions are not being maintained, the Contractor shall immediately take
action to stabilize the shaft. The Contractor shall submit a revised shaft
installation plan which addresses the problem and prevents future instability.
The Contractor shall not continue with shaft construction until the damage
which has already occurred is repaired in accordance with the specifications,
and until receiving the Engineer's approval of the revised shaft installation plan.
F. When mineral slurry, conforming to subsection 2.04.A of this Special Provision,
is used to stabilize the unfilled portion of the shaft, the Contractor shall remove
the excess slurry buildup inside of the shaft diameter prior to continuing with
concrete placement. The Contractor shall use the same methods of shaft
excavation and the same diameter of drill tolls to remove the excess slurry
buildup as was used to excavate the shaft to its current depth.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
composed of samples taken at mid height and within two feet of the bottom
of the storage area.
III -25
G. The Contractor shall dispose of the slurry as specified in the shaft installation
plan as approved by the Engineer, and in accordance with the following
requirements:
1. Water slurry may be infiltrated to uplands within the confines of the
Contracting Agency Right Of Way for the project, provided that the
groundline at the disposal site is at least five feet above the current
water table, and that disposal operations conform to the temporary
erosion and sedimentation control (TESC) requirements established for
this project. For the purposes of water slurry disposal, upland is
defined as an area that has no chance of discharging directly to waters
of the State, including wetlands or conveyances that indirectly lead to
wetlands or waters of the State.
2. Synthetic and mineral slurries shall be contained and disposed of at a
waste water treatment facility or into a sanitary sewer in accordance
with the Contractor's permit requirements.
6- 19.3.05 Assembly And Placement Of Reinforcing Steel
A. The reinforcing cage shall be rigidly braced to retain its configuration during
handling and construction. Individual or loose bars will not be permitted. The
Contractor shall show bracing and any extra reinforcing steel required for
fabrication of the cage on the shop drawings. Shaft reinforcing bar cages shall
be supported on a continuous surface to the extent possible. All rigging
connections shall be located at primary handling bars, as identified in the
reinforcing steel assembly and installation plan as approved by the Engineer.
Internal bracing is required at each support and lift point.
B. The reinforcement shall be carefully positioned and securely fastened to
provide the minimum clearances listed below, and to ensure that no
displacement of the reinforcing steel bars occurs during placement of the
concrete. The steel reinforcing bars shall be securely held in position
throughout the concrete placement operation. The Contractor shall submit
details of the proposed reinforcing cage centralizers along with the shop
drawings. The reinforcing steel centralizers at each longitudinal space plane
shall be placed at least at the quarter points around the circumference of the
steel reinforcing bar cage, and at a maximum longitudinal spacing of either 2.5
times the shaft diameter or 20' -0 whichever is less.
C. Place bars as shown in the contract plans with minimum concrete cover as
shown in the table below.
Shaft Diameter Minimum Concrete Cover
Less than or equal to 3' -0"
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
III -26
3"
Greater than 3' -0"
and less than 5' -0"
5' -0" or larger
4"
6"
D. For shafts with temporary casing within 15 feet of the bottom of shaft elevation
as specified in the Plans, the Contractor may place quarry spalls or other rock
backfill approved by the Engineer into the shaft below the specified bottom of
shaft elevation as a means to support the steel reinforcing bar cage, provided
that the materials and means to accomplish this have been addressed by the
shaft installation plan as approved by the Engineer, as specified in subsection
3.02.B.9 of this Special Provision. The use of bar boots and /or rebar cage base
plates is required when quarry spalls or other rock backfill is placed at the base
of the shaft excavation.
E. Shaft excavation shall not be started until the Contractor has received approval
from the Engineer for the reinforcing steel centralizers required when the casing
is to be pulled during concrete placement.
6- 19.3.06 Access Tubes for Crosshole Sonic Log Testing
A. The Contractor shall install access tubes for crosshole sonic log testing in all
shafts, except as otherwise noted, to permit access for the crosshole sonic log
test probes. If, in the opinion of the Engineer, the condition of the shaft
excavations permit shaft construction in the dry, the Engineer may specify that
the access tubes be omitted.
B. The Contractor shall securely attach the access tubes to the interior of the
reinforcement cage of the shaft. One access tube shall be furnished and
installed for each foot of shaft diameter, rounded to the nearest whole number,
as shown in the Plans. The number of access tubes for shaft diameters
specified as "X feet 6 inches" shall be rounded up to the next higher whole
number. The access tubes shall be placed around the shaft, inside the spiral or
hoop reinforcement and bundled with the vertical reinforcement. Where
circumferential components of the rebar cage bracing system prevent bundling
the access tubes directly to the vertical reinforcement, the access tubes shall
be placed inside the circumferential components of the rebar cage bracing
system as close as possible to the nearest vertical steel reinforcement bar.
C. The access tubes shall be installed in straight alignment and as near to parallel
to the vertical axis of the reinforcement cage as possible. The access tubes
shall extend from the bottom of the reinforcement cage to at least two feet
above the top of the shaft. Splice joints in the access tubes, if required to
achieve full length access tubes, shall be watertight. The Contractor shall clear
the access tubes of all debris and extraneous materials before installing the
access tubes. The tops of access tubes shall be de- burred. Care shall be
taken to prevent damaging the access tubes during reinforcement cage
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 27
installation and concrete placement operations in the shaft excavation.
D. The access tubes shall be filled with potable water before concrete placement,
and the top watertight PVC caps shall be reinstalled and secured in accordance
with subsection 2.05.B of this Special Provision. The Contractor shall keep all
of a shaft's access tubes full of water through the completion of CSL testing of
that shaft. When temperatures below freezing are possible, the Contractor
shall protect the access tubes against freezing by wrapping the exposed tubes
with insulating material, adding anti freeze to the water in the tubes, or other
methods as approved by the Engineer.
6- 19.3.07 Placing Concrete
A. Concrete placement shall commence immediately after completion of
excavation by the Contractor and inspection by the Engineer. Immediately prior
to commencing concrete placement, the shaft excavation and the properties of
the slurry (if used) shall conform to subsections 3.03.E and 3.04, respectively,
of this Special Provision. Concrete placement shall continue in one operation
to the top of the shaft, or as shown in the Plans. The Contractor shall place
concrete between the upper construction joint of the shaft and the top of the
shaft in the dry.
During concrete placement, the Contractor shall monitor, and minimize, the
difference in the level of concrete inside and outside of the steel reinforcing bar
cage. The Contractor shall conduct concrete placement operations to maintain
the differential concrete head as 1' -0" maximum.
B. When placing concrete in the dry, only the top five feet of concrete shall be
vibrated, in accordance with Section 6- 02.3(9), except that the entire depth of
concrete placed in the shaft column steel reinforcing bar splice zone shall be
vibrated. If a temporary casing is used it shall be removed before vibration.
This requirement may be waived if a temporary casing is used and removed
with a vibratory hammer during the concrete placement operation. Vibration of
concrete does not affect the maximum slump allowed for the concrete class
specified.
C. If water is not present, the concrete shall be deposited through the center of the
reinforcement cage by a method which prevents segregation of aggregates and
splashing of concrete on the reinforcement cage. The concrete shall be placed
such that the free -fall is vertical down the center of the shaft without hitting the
sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing.
D. When placing concrete underwater, including when water in a shaft excavation
exceeds three inches in depth with an infiltration rate of 12 inches of depth or
more in one hour, the Contractor shall place the concrete by pressure feed
using a concrete pump, with a watertight tube having a minimum diameter of 4
inches. The discharge end of the tube on the concrete pump shall include a
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 28
device to seal out water while the tube is first filled with concrete. Concrete
placement by gravity feed is not allowed.
E. Throughout the underwater concrete placement operation, the discharge end of
the tube shall remain submerged in the concrete at least 5 feet and the tube
shall always contain enough concrete to prevent water from entering. The
concrete placement shall be continuous until the work is completed, resulting in
a seamless, uniform shaft. If the concrete placement operation is interrupted,
the Engineer may require the Contractor to prove by core drilling or other tests
that the shaft contains no voids or horizontal joints. If testing reveals voids or
joints, the Contractor shall repair them or replace the shaft at no expense to the
Contracting Agency. Responsibility for coring costs, and calculation of time
extension, shall be in accordance with subsection 3.09.H of this Special
Provision.
F. Before placing any fresh concrete against concrete deposited in water or slurry,
the Contractor shall remove all scum, laitance, loose gravel and sediment on
the upper surface of the concrete deposited in water or slurry and chip off any
high spots on the upper surface of the existing concrete that would prevent the
steel reinforcing bar cage from being placed in the position required by the
Plans.
Prior to performing any of the crosshole sonic log testing operations specified in
subsection 3.09 of this Special Provision, the Contractor shall remove the
concrete at the top of the shaft down to sound concrete.
G. The Contractor's construction operation in the vicinity of a shaft excavation with
freshly placed concrete and curing concrete shall conform to Section 6-
02.3(6)D.
H. Except for shafts where the shaft concrete is placed in the dry, the Contractor
shall complete a uniform yield form, consistent with the sample form submitted
to the Engineer as part of the shaft installation plan as specified in subsection
3.02.B.6 of this Special Provision, for each shaft and shall submit the
completed form to the Engineer within 24 hours of completing the concrete
placement in the shaft.
I. Concrete shall not be placed above the top of shaft (for column splice zones,
columns, footings, or shaft caps) until the Contractor receives the Engineer's
acceptance of CSL testing, if performed at that shaft, and acceptance of the
shaft.
6- 19.3.08 Casing Removal
A. As the temporary casing is withdrawn, a minimum 5 foot head of concrete shall
be maintained to balance the foundation material and water pressure at the
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 29
bottom of the casing.
B. Tops of permanent casings for the shafts shall be removed to the top of the
shaft or finished groundline, whichever is lower, unless directed otherwise by
the Engineer. For those shafts constructed within a permanent body of water,
tops of permanent casings for shafts shall be removed to the low water
elevation, unless directed otherwise by the Engineer.
C. The Contractor shall completely remove all temporary casings, except as noted.
The Contractor may leave some or all of the temporary casing in place provided
all the following conditions are satisfied:
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
1. The Contractor shall submit the following information in writing to the
Engineer:
a. The Contractor shall completely describe the portion of the
temporary casing to remain.
b. The Contractor shall specify the reason(s) for leaving the
portion of the temporary casing in place.
c. The Contractor shall submit structural calculations, using the
design specifications and design criteria specified in the
General Notes of the structure Plans, in accordance with
Section 6 -01.9, indicating that leaving the temporary casing in
place is compatible with the structure as designed in the
Plans.
2. The Contractor shall have received the Engineer's written approval of
the submitted request to leave the temporary casing in place.
3.09 Nondestructive Testing of Shafts (Crosshole Sonic Log Testing)
A. The Contractor shall provide for crosshole sonic log testing and analysis on all
completed shafts designated for testing by the Engineer. The testing and
analysis shall be performed by the independent testing organization submitted
by the Contractor and approved by the Engineer in accordance with subsection
3.02.D of this Special Provision.
The testing shall be performed after the shaft concrete has cured at least 96
hours. Additional curing time prior to testing may be required if the shaft
concrete contains admixtures, such as set retarding admixture or water
reducing admixture, added in accordance with Section 6- 02.3(3). The
additional curing time prior to testing required under these circumstances shall
not be grounds for additional compensation or extension of time to the
Contractor in accordance with Section 1 -08.8.
III 30
Crosshole sonic log testing shall be conducted at all shafts in which access
tubes for test probe access have been installed (see subsection 3.06.A of this
Special Provision).
B. After placing the shaft concrete and before beginning the crosshole sonic log
testing of a shaft, the Contractor shall inspect the access tubes. Each access
tube that the test probe cannot pass through shall be replaced, at the
Contractor's expense, with a two inch diameter hole cored through the concrete
for the entire length of the shaft. Unless directed otherwise by the Engineer,
cored holes shall be located approximately six inches inside the reinforcement
and shall not damage the shaft reinforcement. Descriptions of inclusions and
voids in cored holes shall be logged and a copy of the log shall be submitted to
the Engineer. Findings from cored holes shall be preserved, identified as to
location, and made available for inspection by the Engineer.
C. The Contractor shall submit the results and analysis of the crosshole sonic log
testing for each shaft tested to the Engineer for approval. The Engineer will
determine final acceptance of each shaft, based on the crosshole sonic log test
results and analysis for the tested shafts, and will provide a response to the
Contractor within three working days after receiving the test results and
analysis submittal.
D. Except as otherwise noted, the Contractor shall not commence subsequent
shaft excavations until receiving the Engineer's approval and acceptance of the
first shaft, based on the results and analysis of the crosshole sonic log testing
for the first shaft. The Contractor may commence subsequent shaft
excavations prior to receiving the Engineer's approval and acceptance of the
first shaft, provided the following condition is satisfied:
E. If the Contractor requests, the Engineer may direct that additional testing be
performed at a shaft. If subsequent testing at a shaft indicates the presence of
a defect(s) in the shaft, the testing costs and the delay costs resulting from the
additional testing shall be borne by the Contractor in accordance with Section
1 -05.6. If this additional testing indicates that the shaft has no defect, the
testing costs and the delay costs resulting from the additional testing will be
paid by the Contracting Agency in accordance with Section 1 -05.6, and, if the
shaft construction is on the critical path of the Contractor's schedule, a time
extension equal to the delay created by the additional testing will be granted in
accordance with Section 1 -08.8.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
1. The Engineer approves continuing with shaft construction based on the
Engineer's observations of the construction of the first shaft, including,
but not limited to, conformance to the shaft installation plan as
approved by the Engineer, and the Engineer's review of Contractor's
daily reports and Inspector's daily logs concerning excavation, steel
reinforcing bar placement, and concrete placement.
III 31
F. For all shafts determined to be unacceptable, the Contractor shall submit a plan
for further investigation or remedial action to the Engineer for approval. All
modifications to the dimensions of the shafts, as shown in the Plans, required
by the investigation and remedial action plan shall be supported by calculations
and working drawings as specified in Section 6 -01.9. All investigation and
remedial correction procedures and designs shall be submitted to the Engineer
for approval. The Contractor shall not begin repair operations until receiving
the Engineer's approval of the investigation and remedial action plan.
G. If the Engineer determines that the concrete placed under slurry for a given
shaft is structurally inadequate, that shaft will be rejected. The placement of
concrete under slurry shall be suspended until the Contractor submits to the
Engineer written changes to the methods of shaft construction needed to
prevent future structurally inadequate shafts, and receives the Engineer's
written approval of the submittal.
H. At the Engineer's request, the Contractor shall drill a corehole in any
questionable quality shaft (as determined from crosshole sonic log testing and
analysis or by observation of the Engineer) to explore the shaft condition.
Prior to beginning coring, the Contractor shall submit the method and
equipment used to drill and remove cores from shaft concrete to the Engineer
and receives the Engineer's written approval. The coring method and
equipment shall provide for complete core recovery and shall minimize
abrasion and erosion of the core.
If a defect is confirmed, the Contractor shall pay for all coring costs in
accordance with Section 1 -05.6. If no defect is encountered, the Contracting
Agency will pay for all coring costs in accordance with Section 1 -05.6, and, if
the shaft construction is on the critical path of the Contractor's schedule,
compensation for the delay will be granted by an appropriate time extension in
accordance with Section 1 -08.8. Materials and work necessary, including
engineering analysis and redesign, to effect corrections for shaft defects shall
be furnished to the Engineer's satisfaction at no additional cost to the
Contracting Agency.
I. All access tubes and cored holes shall be dewatered and filled with grout after
tests are completed. The access tubes and cored holes shall be filled using
grout tubes that extend to the bottom of the tube or hole or into the grout
already placed.
Measurement
6- 19.4.01 Measurement
A. Measurement will be made as follows:
1. Soil excavation for shaft including haul will be measured by the cubic yards
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 32
Payment
6- 19.5.01 Payment
of shaft excavated. The cubic yards will be computed using the shaft
diameter shown in the Plans, the top of shaft soil excavation, as defined
below, and the bottom elevation shown in the Plans, unless adjusted by the
Engineer, less all rock excavation measured as specified in item 2.
Except as otherwise specified, the top of shaft soil excavation shall be
defined as the highest existing ground point within the shaft diameter. For
shafts where the top of shaft is above the existing ground line and where
the Plans show embankment fill placed above the existing ground line to
the top of shaft and above, the top of shaft soil excavation shall be defined
as the top of shaft. Excavation through embankment fill placed above the
top of shaft will not be included in the measurement.
2. Concrete Class 4000P for shaft will be measured by the cubic yards of
concrete in place. The cubic yards will be computed using the shaft
diameter shown in the Plans, and the top and bottom elevations shown in
the Plans, unless adjusted by the Engineer.
3. Steel reinforcing bar for shaft will be measured by the computed weight of
all reinforcing steel in place, as shown in the Plans. Bracing for steel
reinforcing bar cages shall be considered incidental to this item of work.
4. CSL access tube will be measured by the linear foot of tube furnished and
installed.
5. CSL test will be measured once per shaft tested.
6. Removing Shaft Obstructions See Item 6- 19.5.01 B.
A. Payment will be made, in accordance with Section 1 -04.1, for the following bid
items when they are included in the proposal:
1. "Soil Excavation For Shaft Including Haul per cubic yard, including all
costs in connection with furnishing, mixing, placing, maintaining,
containing, collecting, and disposing of all mineral, synthetic, and water
slurry, and disposing of ground water collected by the shaft excavation.
Excavation of Glacial Till and /or Sandstone, where required, will be
considered "Soil Excavation" for purposes of Measurement and
Payment.
2. "Conc. Class 4000P For Shaft per cubic yard.
3. "St. Reinf. Bar For Shaft per pound, including all costs in connection
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 33
with furnishing and installing steel reinforcing bar centralizers.
4. "CSL Access Tube per linear foot.
5. "CSL Test per each shaft tested.
6. "Removing Shaft Obstructions estimated.
B. Payment for Removing Shaft Obstructions
1. Payment for removing, breaking -up, or pushing aside, shaft obstructions,
as defined in subsection 3.03.G of this Special Provision, will be made for
the changes in shaft construction methods necessary to deal with the
obstruction. The Contractor and the Engineer shall evaluate the effort
made and reach agreement on the equipment and employees utilized, and
the number of hours involved for each. Once these cost items and their
duration have been agreed upon, the payment amount will be determined
using the rate and markup methods specified in Section 1 -09.6. For the
purpose of providing a common proposal for all bidders, the Contracting
Agency has entered an amount for the item "Removing Shaft Obstructions"
in the bid proposal to become a part of the total bid by the Contractor.
2. If shaft construction equipment is idled as a result of the work required to
deal with the obstruction and cannot be reasonably reassigned within the
project, then standby payment for the idled equipment will be added to the
payment calculations. If labor is idled as a result of the work required to
deal with the obstruction and cannot be reasonably reassigned within the
project, than all labor costs resulting from Contractor labor agreements and
established Contractor policies will be added to the payment calculations.
3. The Contractor shall perform the amount of obstruction work estimated by
the Contracting Agency within the original time of the contract. The
Engineer will consider a time adjustment and additional compensation for
costs related to the extended duration of the shaft construction operations,
provided:
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
a. the dollar amount estimated by the Contracting Agency has been
exceeded, and
b. the Contractor shows that the obstruction removal work represents
a delay to the completion of the project based on the current
progress schedule provided in accordance with Section 1 -08.3.
III 34
I
1 I PREFABRICATED STEEL TRUSS BRIDGE
6 -20 SUPERSTRUCTURE (New Section)
I Description
6- 20.1.01 Bridge Superstructure
I A. This item of work shall consist of furnishing all
g materials, labor, tools, equipment,
I services and incidentals necessary to take delivery of the prefabricated steel
truss bridge superstructure, which consists of two 110 ft 0 in bridge spans, at the
Dry Creek Bridge construction site in Port Angeles, WA in accordance with the
I Plans, the Standard Specifications, and the Special Provisions.
Materials
I 6- 20.2.01 Prefabricated Steel Truss Bridge Superstructure
A. The prefabricated steel truss bridge superstructure will be provided by others.
I B. The sewer pipe ,electrical cables and fiber optic cable will be provided and
installed by others.
I
Construction Requirements
I 6- 20.3.01 Site Access and Delivery
A. The Fabricator will coordinate the exact time of the steel truss delivery to the site
I with the Contractor and the City.
B. The Fabricators trucks delivering the two steel trusses shall be unloaded at the
I time of arrival.
C. The Fabricator will provide written field erection procedures for lifting and
I splicing the steel trusses.
D. The methods, equipment and sequence of steel truss erection are the
I responsibility of the Contractor.
E. The steel trusses shall be set on temporary supports by the Contractor in order
I for all utility hangers, carrier pipes and conduit pipes to be attached to the steel
trusses before the Contractor erects the steel trusses on the Dry Creek Bridge
substructure.
I F. Place and secure steel trusses on permanent substructure units as shown on
the Plans.
G. Construct concrete deck on steel trusses, includin g PP all appurtenances.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
I Project 05 -31 III 35
Measurement
6- 20.4.01 Measurement
A. Measurement will be made as follows:
1. Setting a steel truss on temporary supports and erecting one span of a steel
truss in final position on the Dry Creek Bridge substructure will be measured
per each.
2. Furnishing and installing utility hanger sets will be measured per each.
3. Furnishing and placing sewer line carrier pipe will be measured by the
number of linear feet installed within the limits shown in the Plans.
4. Furnishing and placing 5 inch diameter PVC pipe will be measured by the
number of linear feet installed within the limits shown in the Plans.
5. Furnishing and placing 6 inch diameter PVC pipe will be measured by the
number of linear feet installed within the limits shown in the Plans.
6. Furnishing and placing Epoxy Coated Steel Reinforcement for deck.
7. Furnishing, placing and finishing concrete Class 4000D for deck.
Payment
6- 20.5.01 Payment
A. Payment will be as follows:
1. "Setting and Erecting Steel Truss per each.
2. "Utility Hanger Sets per each.
3. "Sewer Line Carrier Pipe per linear foot.
4. "5 Inch Diameter PVC Pipe per linear foot.
5. "6 Inch Diameter PVC Pipe per linear foot.
6. "Epoxy Coated Steel Reinforcement Bars per pound.
7. "Concrete Class 4000D per cubic yard.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
III -36
I
1 STANDARD PLANS
I The Washington State Department of Transportation's Standard Plans for Road, Bridge
and Municipal Construction, up to and including any official changes to these Plans
issued through December, 2009, are hereby made a part of this contract. Any conflicts
I between the Standard Plans and other parts of this contract will be resolved as stated in
the Order of Precedence at the beginning of Part III.
I SUBMITTAL REQUIREMENTS
I The following is an index of the section contained under Submittal Requirements:
SR -01 Material Submittals
I
SR -02 Design Submittals
SR -03 Progress Schedule
I SR -04 As -Built Drawings
SR -05 Other Post Construction Submittals
SR -06 Itemized List Of Submittals
I
SR -01 MATERIAL SUBMITTALS
I The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed
in SR -06, "Itemized List Of Submittals All material submittals or resubmittals shall be
accompanied by SR -07, "Submittals Review Form The location of the specification for
I each of these items in the Standard Specifications or Special Provisions is indicated in
SR -06. If the item description for the material submittal is not the exact brand or model
specified in the Contract, then 3 copies of the manufacturer's descriptive literature,
I catalog cut sheets, etc., must also be included with the submittal package.
The Contractor shall clearly indicate on all material submittals and copies, the submittal
I review package number (starting with "1" for the first submittal review package),
submittal item number (from SR -06) and the exact item selected. In all cases, the
Contractor shall enter the exact brand and model on the "Submittal Review Form" for
I that particular item.
All material submittals shall be submitted within 28 days after award of the Contract.
I The Contractor should allow 14 calendar days from receipt by the City Engineer for
review and approval or rejection. For each material resubmittal required, the Contractor
should allow an additional 7 calendar days from date of receipt by the City Engineer for
I review and approval or rejection. Except as provided herein, all requirements of Section
1 -05.3, "Plans and Working Drawings of the Standard Specifications shall apply.
I NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY
PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED
I Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31 III 37
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS
INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION.
SR -02 DESIGN SUBMITTALS
Three copies of all design submittals and related shop drawings are required. Shop
drawings and electrical schematic details shall be of the size 22" x 34 Each design
submittal or resubmittal and related shop drawings shall be listed on the "Submittal
Review Form" by the Contractor with an appropriate reference to the attachments
submitted. All design submittals shall be stamped by a Professional Engineer
registered in the State of Washington.
All design submittals are required within 28 days after award of the Contract. The
Contractor should allow 14 calendar days from receipt by the City Engineer for review
and approval or rejection. For each design resubmittal required, the Contractor should
allow an additional 14 calendar days from date of receipt by the City Engineer for review
and approval or rejection.
The following are required Design Submittals for this Contract:
SR -02.1 Traffic Control Plans
See Section 1- 10.2(2) of the Standard Specifications, as modified by the Special
Provisions, for submittal requirements for Traffic Control Plans.
SR -03 PROGRESS SCHEDULE
See Section 1 -08.3, as modified in the Special Provisions, for the submittal
requirements for a Progress Schedule and regular updates.
SR -04 AS -BUILT DRAWINGS
Requirements for maintaining As- Builts for the work completed under this Contract are
specified in Section 1 -05.5 of the Special Provisions above. Final As- Builts shall be
submitted to the City Engineer at or before the final inspection for review and approval.
As -built drawings must be approved by the City Engineer before final payment will be
made.
SR -05 OTHER POST CONSTRUCTION SUBMITTALS
The Contractor shall furnish the City Engineer with all other post- construction submittals
required by the specifications, whether or not listed on the submittal review form. All
results of tests the Contractor performs as required by the Contract for quality
assurance such as compaction tests, pressure tests, or bacteriological analyses shall
be submitted to the Project Engineer whether or not the test meets the performance
standards as required by the specifications.
Dry Creek Bridge Trail Phase 2
Bridge Construction Project
Project 05 -31
III 38
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SR -06 ITEMIZED LIST OF SUBMITTALS
Below is a summarized list of the submittals required under this contract.
Edit this list:
ITEM APPLICABLE
NO. DESCRIPTION SECTION
Design Submittals
1 Traffic Control Plan(s) 11 -10
2 Spill Prevention, Control and Countermeasures Plan 1- 07.15(1)
3 Shaft installation Plan 16- 19.3.02.B
4 Progress Schedule 1 -08.3
5 Shaft Preconstruction Meeting 16- 19.3.01 C
6 Material Submittals
Post Construction Submittals
7 Final As- Builts 1 -05.5
8 Certification of Construction 6- 11.9(8)
Dry Creek Brdge Trail Phase 2
Bridge Construction Project
Project 05 -31
III 39
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Dry Creek Bridge Trail Project
Bridge Construction Project
Project 05 -31
PART IV
ATTACHMENTS
1
Attachment A
Washington State Prevailing Wage Rates for Clallam County here including Benefit Code
Key (and Supplemental to Wage Rates for FHWA and State funded projects.
Dry Creek Bridge Trail Project
Bridge Construction Project
Project 05 -31
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
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE
B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER
OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE EIGHT (8) HOUR WORKWEEK DAY OR A FOUR TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER
OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE
K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-2-
1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE
TIMES THE HOURLY RATE OF WAGE
T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT
TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME
PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL
BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A
SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO
ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO
EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN
EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL
BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8)
HOURS OR MORE
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
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
2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-3-
D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE.
F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE
G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY
H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
2 I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE
J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE
K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY
L ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN
MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE
OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE ALL HOURS WORKED
MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE
O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE.
P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
S ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE,
EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL
BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY
T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS
RATE SHALL INCLUDE HOLIDAY PAY
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-4-
W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER
HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY
THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT
ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND
SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
X ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL HOURS
ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE
HOLIDAY CODES
5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (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
(9)
L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
M HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DAY (9)
N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9)
P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A
HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-5-
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6)
R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2)
5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (9)
U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8)
PAID HOLIDAYS SIX (6) PAID HOLIDAYS
W PAID HOLIDAYS NINE (9) PAID HOLIDAYS
X HOLIDAYS AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS
NEW 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 (11)
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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (9)
L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (8)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDAY_
PRESIDENTS' DAY
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-6-
T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9)
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9)
W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEARS 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 YEARS DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
Y PAID HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING
HOLIDAY (9)
Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE
PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE
FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY
NOTE CODES
8 A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE
OVER 50' TO 100' $2 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $3 00 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 220' $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 220' $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET
C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE
OVER 50' TO 100' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' DIVERS MAY NAME THEIR OWN PRICE
D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 51 00 PER HOUR
L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $0 75, LEVEL
B $0 50, AND LEVEL C $0 25
M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A B $1 00,
LEVELS C D $0 50
N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $1 00, LEVEL
B $0 75, LEVEL C $0 50, AND LEVEL D $0 25
P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00,
CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits
On public works projects, workers' wage and benefit rates must add to not less than this total A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $40 03 1H 5D
BOILERMAKERS
JOURNEY LEVEL $56.53 1C 5N
BRICK MASON
BRICK AND BLOCK FINISHER $39 49 1M 5A
JOURNEY LEVEL $46 35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $8 55 1
SHAMPOOER $8 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 $48 47 1H 5D
CREOSOTED MATERIAL $48.57 1H 5D
DRYWALL APPLICATOR $48.74 1H 5D
FLOOR FINISHER $48 60 1H 5D
FLOOR LAYER $48.60 1H 5D
FLOOR SANDER $48.60 1H 5D
MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48 67 1H 5D
SAWFILER $48 60 1H 5D
SHINGLER $48 60 1H 5D
STATIONARY POWER SAW OPERATOR $48 60 1H 5D
STATIONARY WOODWORKING TOOLS $48.60 1H 5D
CEMENT MASONS
JOURNEY LEVEL $40.03 1H 5D
DIVERS TENDERS
DIVER $100 28 1M 5D 8A
DIVER ON STANDBY $56 68 1M 5D
DIVER TENDER $52 23 1M 5D
SURFACE RCV ROV OPERATOR $52 23 1M 5D
SURFACE RCV ROV OPERATOR TENDER $48.85 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49 57 1T 5D 8L
ASSISTANT MATE (DECKHAND) $49 06 IT 5D 8L
BOATMEN $49 57 1T 5D 8L
ENGINEER WELDER $49 62 1T 5D 8L
Page 1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LEVERMAN, HYDRAULIC $51.19 1T 5D 8L
MAINTENANCE $49 06 1T 5D 8L
MATES $49 57 1T 5D 8L
OILER $49.19 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $48 79 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9 37 1
ELECTRICIANS INSIDE
CABLE SPLICER $61 95 2W 5L
CABLE SPLICER (TUNNEL) $66 57 2W 5L
CERTIFIED WELDER $59 85 2W 5L
CERTIFIED WELDER (TUNNEL) $64 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
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 1H 5D
BATCH WEIGHMAN $33.93 1H 50
BRUSH CUTTER $40.03 1H 5D
BRUSH HOG FEEDER $40.03 1H 5D
BURNERS $4003 1H 5D
CARPENTER TENDER $40 03 1H 5D
CASSION WORKER $41 28 1H 5D
CEMENT DUMPER/PAVING $40 77 1H 5D
CEMENT FINISHER TENDER $40 03 1H 5D
CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D
CHIPPING GUN (OVER 30 LBS) $40.77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D
CHOKER SETTER $40.03 1H 5D
CHUCK TENDER $40 03 1H 5D
CLEAN -UP LABORER $40.03 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D
CONCRETE FORM STRIPPER $40 03 1H 5D
CONCRETE SAW OPERATOR $40 77 1H 5D
CRUSHER FEEDER $33 93 1H 5D
CURING LABORER $40.03 1H 5D
DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 50
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 50
DUMPMAN $4003 1H 5D
EPDXY TECHNICIAN $40 03 1H 5D
EROSION CONTROL WORKER $40 03 1H 5D
FALLER/BUCKER, CHAIN SAW $40 77 1H 5D
FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D
construction debns cleanup)
Page 3
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
FINE GRADERS $40 03 1H 5D
FIRE WATCH $33 93 1H 5D
FORM SETTER $40 03 1H 5D
GABION BASKET BUILDER $40.03 1H 5D
GENERAL LABORER $40 03 1H 5D
GRADE CHECKER TRANSIT PERSON $41 28 1H 5D
GRINDERS $4 0.03 1H 5D
GROUT MACHINE TENDER $40.03 1H 5D
GUARDRAIL ERECTOR $40 03 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 50
HIGH SCALER $41.28 1H 5D
HOD CARRIER/MORTARMAN $41.28 1H 5D
JACKHAMMER $40.77 1H 5D
LASER BEAM OPERATOR $40 77 1H 5D
MANHOLE BUILDER MUDMAN $40 77 1H 5D
MATERIAL YARDMAN $40 03 1H 5D
MINER $41 28 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 1H 5D
PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $40.77 1H 5D
PILOT CAR $33 93 1H 5D
PIPE POT TENDER $40.77 1H 50
PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D
PIPELAYER CAULKER $40.77 1H 5D
PIPELAYER CAULKER (LEAD) $41.28 1H 5D
PIPEWRAPPER $40.77 1H 50
POT TENDER $40 03 1H 5D
POWDERMAN $41 28 1H 50
POWDERMAN HELPER $40 03 1H 50
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 50
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 50
SPREADER (CONCRETE) $40 77 1H 5D
STAKE HOPPER $40 03 1H 5D
STOCKPILER $40.03 1H 5D
TAMPER SIMILAR ELECTRIC, AIR GAS $40 77 1H 5D
TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $40 03 1H 50
TOPPER TAILER $40 03 1H 5D
TRACK LABORER $40 03 1H 5D
TRACK LINER (POWER) $40 77 1H 5D
Page 4
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRUCK SPOTTER $40.03 1H 5D
TUGGER OPERATOR $40 77 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40 03 1H 5D
VIBRATOR $40 77 1H 5D
VINYL SEAMER $40 03 1H 5D
WELDER $40.03 1H 5D
WELL -POINT LABORER $40.77 1H 5D
LABORERS UNDERGROUND SEWER WATER
GENERAL LABORER TOPMAN $40 03 1H 5D
PIPE LAYER $40 77 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $12 89 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 1
LANDSCAPING OR PLANTING LABORERS $12.89 1
LATHERS
JOURNEY LEVEL $48 74 1H 5D
MARBLE SETTERS
JOURNEY LEVEL $46.35 1M 5A
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11 41 1
MODULAR BUILDINGS
JOURNEY LEVEL $8.55 1
PAINTERS
JOURNEY LEVEL $21.86 1
PLASTERERS
JOURNEY LEVEL $25.83 1
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8 55 1
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $66 44 1G 5A
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR $50 39 1T 5D 8P
ASSISTANT ENGINEERS $47 12 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 IT 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 IT 5D 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P
BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P
BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P
BOBCAT (SKID STEER) $47 12 1T 5D 8P
BROKK REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P
BROOMS $47 12 1T 5D 8P
BUMP CUTTER $49 90 IT 5D 8P
CABLEWAYS $50.39 1T 50 8P
CHIPPER $49.90 1T 5D 8P
Page 5
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
COMPRESSORS $47 12 1T 5D 8P
CONCRETE FINISH MACHINE LASER SCREED $47 12 1T 5D 8P
CONCRETE PUMPS $49.48 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 IT 5D 8P
METERS
CONVEYORS $49.48 1T 5D 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P
CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P
CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P
WITH ATACHMENTS)
CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 IT 50 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 IT 5D 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52 07 1T 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49 90 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50.39 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 1T 5D 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P
CRUSHERS $49 90 1T 5D 8P
DECK ENGINEER/DECK WINCHES (POWER) $49.90 1T 5D 8P
DERRICK, BUILDING $50 39 1T 5D 8P
DOZER, QUAD 9, D -10, AND HD -41 $50 39 1T 5D 8P
DOZERS, D -9 UNDER $49 48 1T 5D 8P
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 IT 50 8P
DRILLING MACHINE $49 90 1T 50 8P
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P
EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P
FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P
FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P
GRADE ENGINEER $49 90 1T 5D 8P
GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P
GUARDRAIL PUNCH $49 90 IT 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 IT 5D 8P
HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P
HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47 12 1T 5D 8P
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P
LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 5D 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 IT 5D 8P
LOCOMOTIVES, ALL $49 90 1T 5D 8P
MECHANICS, ALL $50 94 1T 5D 8P
MIXERS, ASPHALT PLANT $49 90 1T 5D 8P
MOTOR PATROL GRADER (FINISHING) $50 39 1T 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 1T 50 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 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P
POWER PLANT $47.12 1T 5D 8P
PUMPS, WATER $47.12 1T 5D 8P
QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P
EQUIP
RIGGER AND BELLMAN $47 12 1T 5D 8P
ROLLAGON $50.39 1T 5D 8P
ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P
ROTO -MILL, ROTO- GRINDER $49 90 1T 5D 8P
SAWS, CONCRETE $49 48 1T 5D 8P
SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P
SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49.90 I T 50 8P
OFF -ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE $47 12 1T 5D 8P
SLIPFORM PAVERS $50.39 1T 5D 8P
SPREADER, TOPSIDER SCREEDMAN $50.39 1T 5D 8P
SUBGRADE TRIMMER $49 90 1T 5D 8P
TOWER BUCKET ELEVATORS $49.48 IT 5D 8P
TRACTORS, (75 HP UNDER) $49.48 1T 5D 8P
TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P
TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P
TRENCHING MACHINES $49 48 1T 5D 8P
TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T 5D 8P
TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 IT 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
I CLALLAM COUNTY
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
EFFECTIVE 3-03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25 63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18.00 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $27 78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $20 05 1
RESIDENTIAL INSULATION 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 $12 15 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $3919 2X 5A
Page 8
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10 31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $22 59 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
STONE MASONS
JOURNEY LEVEL $46 35 1M 5A
STREET AND PARKING LOT SWEEPER WORKERS
JOURNEY LEVEL $16 00 1
SURVEYORS
CHAIN PERSON $9 35 1
INSTRUMENT PERSON $11 40 1
PARTY CHIEF $13 40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34 09 1E 5A
TELEPHONE LINE CONSTRUCTION OUTSIDE
CABLE SPLICER $32.27 2B 5A
HOLE DIGGER/GROUND PERSON $18 10 2B 5A
INSTALLER (REPAIRER) $30.94 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A
SPECIAL APPARATUS INSTALLER 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 2B 5A
TELEVISION LINEPERSON /INSTALLER $22 73 2B 5A
TELEVISION SYSTEM TECHNICIAN $27 09 2B 5A
TELEVISION TECHNICIAN $24.35 2B 5A
TREE TRIMMER $30.02 2B 5A
TERRAZZO WORKERS
JOURNEY LEVEL $45 26 1M 5A
TILE SETTERS
JOURNEY LEVEL $45 26 1M 5A
TILE, MARBLE TERRAZZO FINISHERS
FINISHER $39.09 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $38 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX TO 16 YARDS) $45 63 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D 8L
DUMP TRUCK $20 23 1
DUMP TRUCK TRAILER $20 23 1
OTHER TRUCKS $46 47 1T 5D 8L
TRANSIT MIXER $23.73 1
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11 60 1
OILER $9 45 1
WELL DRILLER $11.60 1
Page 9
Attachment B
Davis -Bacon Prevailing Wage Rate Schedule
Dry Creek Bridge Trail Project
Bridge Construction Project
Project 05 -31
General Decision Number: WA100001 04/16/2010 WA1
Superseded General Decision Number: WA20080001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Modification Number Publication Date
0 03/12/2010
1 03/19/2010
2 04/16/2010
CARP0001 -008 09/01/2009
Rates Fringes
Carpenters:
COLUMBIA RIVER AREA
ADAMS, BENTON, COLUMBIA,
DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY,
FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH
MERIDIAN) AND WALLA WALLA
COUNTIES
GROUP 1• 27.73 10.56
GROUP 2 29.73 10.56
GROUP 3• 28.00 10.56
GROUP 4• 27.73 10.56
GROUP 5• 63.50 10.56
GROUP 6 30.75 10.56
GROUP 7 31.75 10.56
GROUP 8 28.00 10.56
GROUP 9 33.75 10.56
WA100001 Modification 2 Wage
Federal Highway Wage Determinations
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPOKANE AREA: ASOTIN,
GARFIELD, LINCOLN, PEND
OREILLE, SPOKANE, STEVENS
AND WHITMAN COUNTIES
GROUP 1• 26.06 10.56
GROUP 2• 28.06 10.56
GROUP 3• 26.32 10.56
GROUP 4• 26.06 10.56
GROUP 5• 60.14 10.56
GROUP 6• 29.07 10.56
GROUP 7 30.07 10.56
GROUP 8 27.32 10.56
GROUP 9 33.07 10.56
CARPENTER DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator
Not Under Pressure
GROUP 8: Assistant Tender, ROV Tender /Technician
GROUP 9: Manifold Operator -Mixed Gas
ZONE PAY:
ZONE 1 0 -40 MILES FREE
ZONE 2 41 -65 MILES $2.25 /PER HOUR
ZONE 3 66 -100 MILES $3.25 /PER HOUR
ZONE 4 OVER 100 MILES $4.75 /PER HOUR
DISPATCH POINTS:
CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
WA100001 Modification 2 2 1 P a g e
Federal Highway Wage Determinations
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50 -100 feet $2.00 per foot
101 -150 feet $3.00 per foot
151 -220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0 -25 feet Free
26 -300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D $.25 per hour This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C $.50 per hour This level uses an air purifying
respirator or additional protective clothing.
LEVEL B $.75 per hour Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit
LEVEL A +$1.00 per hour This level utilizes a fully
encapsulated suit with a self contained breathing apparatus
or a supplied air line.
WA100001 Modification 2 Wage
Federal Highway Wage Determinations
CARP0003 -006 06/01/2007
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
Rates Fringes
Carpenters:
CARPENTERS 27.56 13.30
DIVERS TENDERS 30.28 13.30
DIVERS 68.84 13.30
DRYWALL 27.56 13.30
MILLWRIGHTS 28.04 13.30
PILEDRIVERS 28.04 13.30
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 $0.85
Zone 3 1.25
Zone 4 1.70
Zone 5 2.00
Zone 6 3.00
WA100001 Modification 2 4 1 P a g e
Federal Highway Wage Determinations
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
CARP0770 -003 06/01/2009
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
CARPENTERS ON CREOSOTE
MATERIAL 25.25 11.97
CARPENTERS 35.39 11.97
DIVERS TENDER 39.15 13.08
DIVERS 87.20 13.08
MILLWRIGHT AND MACHINE
ERECTORS 36.39 11.97
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING 35.59 11.97
WA100001 Modification 2
Federal Highway Wage Determinations
Rates Fringes
5IPage
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen Hoquiam
Ellensburg
Centralia
Chelan
Zone Pay:
0 -25 radius miles
26 -35 radius miles
36 -45 radius miles
46 -55 radius miles
Over 55 radius miles
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Free
$1.00 /hour
$1.15 /hour
$1.35 /hour
$1.55 /hour
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles
26 -45 radius miles
Over 45 radius miles
WA100001 Modification 2
Federal Highway Wage Determinations
Free
.70 /hour
$1.50 /hour
6 1Page
CARP0770 -006 06/01/2009
Carpenters:
WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS (excludes
piledrivers only), MASON,
PACIFIC (North of a
straight line made by
extending the north
boundary line of Wahkiakum
County west to the Pacific
Ocean), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
BRIDGE CARPENTERS 35.39 13.08
CARPENTERS ON CREOSOTE
MATERIAL 35.49 13.08
CARPENTERS 35.39 13.08
DIVERS TENDER 39.15 13.08
DIVERS 87.20 13.08
MILLWRIGHT AND MACHINE
ERECTORS 36.39 13.08
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING 35.59 13.08
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
WA100001 Modification 2
Federal Highway Wage Determinations
Rates Fringes
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
71 Page
Zone Pay:
0 -25 radius miles Free
26 -35 radius miles $1.00 /hour
36 -45 radius miles $1.15 /hour
46 -55 radius miles $1.35 /hour
Over 55 radius miles $1.55 /hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26 -45 radius miles .70 /hour
Over 45 radius miles $1.50 /hour
ELEC0046 -001 06/01/2009
CALLAN, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER 44.89 3% +15.71
ELECTRICIAN 40.81 3% +15.71
ELEC0048 -003 01/01/2010
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER 39.66 $16.58
ELECTRICIAN 36.05 $16.58
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31 -50 miles $1.50 /hour
Zone 2: 51 -70 miles $3.50 /hour
Zone 3: 71 -90 miles $5.50 /hour
Zone 4: Beyond 90 miles $9.00 /hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
WA100001 Modification 2 8 1 P a g e
Federal Highway Wage Determinations
ELEC0073-001 01/01/2010
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
CABLE SPLICER 28.62 3%+12.98
ELECTRICIAN 28.37 13.98
ELE00076-002 09/01/2009
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
ELEC0112-005 07/01/2009
Rates Fringes
Rates Fringes
CABLE SPLICER 38.32 3%+16.45
ELECTRICIAN 34.84 3%+16.40
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER 36.70 3%+13.73
ELECTRICIAN 34.95 3%+13.73
ELEC0191-003 03/01/2008
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER 36.86 3%+12.98
ELECTRICIAN 33.51 3%+12.98
WA100001 Modification 2 9IPage
Federal Highway Wage Determinations
ELEC0191 -004 03/01/2008
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER 32.46 3% +12.81
ELECTRICIAN 29.51 3% +12.81
ELEC0970 -001 01/01/2009
COWLITZ AND WAHKIAKUM COUNTY
CABLE SPLICER 34.68 3% +9.59
ELECTRICIAN 31.53 3% +9.59
ENGI0302 -003 06/01/2009
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
Zone 1 (0 -25 radius miles):
Power equipment operators:
Group 1A 35.79 15.15
Group IAA 36.36 15.15
Group lAAA 36.92 15.15
Group 1 35.24 15.15
Group 2 34.75 15.15
Group 3 34.33 15.15
Group 4 31.97 15.15
Zone Differential (Add to Zone 1 rates):
Zone 2 (26 -45 radius miles) $1.00
Zone 3 (Over 45 radius miles) $1.30
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Rates Fringes
Rates Fringes
GROUP lAAA Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
WA100001 Modification 2 10 P a g e
Federal Highway Wage Determinations
GROUP IAA Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP 1A Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders overhead, 8 yards and over; Shovels,
excavator, backhoes -6 yards and over with attachments
GROUP 1 Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and /or shield; Quad 9, HD 41, D -10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane overhead, bridge type -20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer /Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe- 3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal /directional drill
operator; Loaders overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics -all; Mixers asphalt plant;
Motor patrol graders- finishing; Piledriver (other than
crane mount); Roto mill,roto- grinder; Screedman, spreader,
topside operator -Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes -over 75 hp;
Transfer material service machine shuttle buggy, blaw
knox roadtec; Truck crane oiler /driver -100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 Conveyors; Cranes -thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers -D -9 and under; Forklift -3000 lbs.
and over with attachments; Horizontal /directional drill
locator; Outside hoists (elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts /boom
trucks over 10 tons; Loader- elevating type, belt; Motor
patrol grader nonfinishing; Plant oiler- asphalt, crusher;
Pumps- concrete; Roller, plant mix or multi -lift materials;
Saws- concrete; Scrpers- concrete and carry -all; Service
engineer- equipment; Trenching machines; Truck Crane
Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and
under
WA100001 Modification 2 11 1 P a g e
Federal Highway Wage Determinations
GROUP 4 Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine -laser screed; Cranes -A frame -10 tons
and under; Elevator and Manlift permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts /boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete /gunite equipment operator
Category B Projects: 95% of the basic hourly reate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H -1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H -2 Class "C" Suit Base wage rate plus .25 per hour.
H -3 Class "B" Suit Base wage rate plus .50 per hour.
H -4 Class "A" Suit Base wage rate plus .75 per hour.
WA100001 Modification 2 12 1Page
Federal Highway Wage Determinations
ENGI0370 -002 06/01/2009
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Rates Fringes
Power equipment operators:
GROUP lA 23.21 11.05
GROUP 1 23.76 11.05
GROUP 2 24.08 11.05
GROUP 3 24.69 11.05
GROUP 4 24.85 11.05
GROUP 5 25.01 11.05
GROUP 6 25.29 11.05
GROUP 7 25.56 11.05
GROUP 8 26.66 11.05
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation);
Fireman Heater Tender; Hydro- seeder, Mulcher, Nozzleman;
Oiler Driver, Cable Tender, Mucking Machine; Pumpman;
Rollers, all types on subgrade, including seal and chip
coatings (farm type, Case, John Deere similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler Driver (CLD
required) Cable Tender, Mucking Machine
WA100001 Modification 2 13 1 P a g e
Federal Highway Wage Determinations
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable- concrete);
Pavement Breaker, Hydra- Hammer similar; Power Broom;
Railroad Ballast Regulation Operator (self- propelled);
Railroad Power Tamper Operator (self propelled); Railroad
Tamper Jack Operator (self propelled; Spray Curing Machine
(concrete); Spreader Box (self propelled); Straddle Buggy
(Ross similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant Chiller Operator (over 1000 ton);
Backfillers (Cleveland similar); Batch Plant Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P H or
similar); Spreader Machine; Dozer /Tractor (up to D -6 or
equivalent) and Traxcavatdr; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze crete, flow crete, pump
crete, Whitman similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead front -end, under
4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton);
Rubber -tired Skidders (R /T with or without attachments);
Surface Heater Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re- screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
WA100001 Modification 2 14 1 P a g e
Federal Highway Wage Determinations
GROUP 5: Backhoe (under 45,000 gw); Backhoe Hoe Ram (under
3/4 yd.); Carrydeck Boom Truck (under 25 tons); Cranes
(25 tons under), all attachments including clamshell,
dragline; Derricks Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit over) (Robbins, reverse circulation
similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self propelled);
Refrigeration Plant Engineer (1000 tons over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
Trimmers)(Autograde, ABC, R.A. Hansen similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch Wet Mix Operator (multiple units, 2 incl. 4);
Blade Operator (motor patrol attachments); Cable
Controller (dispatcher); Compactor (self propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
Screening Plant Operator; Dozer, 834 R/T similar; Drill
Doctor; Loader Operator (front -end overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes Hoe Ram (3 yds
over); Blade (finish bluetop) Automatic, CMI, ABC,
Finish Athey Huber similar when used as automatic;
Cableway Operators; Concrete Cleaning /Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks Stiffleys (65 tons over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead front -end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. over); Whirleys Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front -end, 10
yards and over); Helicopter Pilot
WA100001 Modification 2 15 1 P a g e
Federal Highway Wage Determinations
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft .50 over scale
Over 250 ft .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
WA100001 Modification 2 16 P a g e
Federal Highway Wage Determinations
ENGI0612 -006 06/01/2009
LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0 -25 radius miles):
Power equipment operators:
GROUP 1A 35.79 15.15
GROUP IAA 36.36 15.15
GROUP lAAA 36.92 15.15
GROUP 1 35.24 15.15
GROUP 2 34.75 15.15
GROUP 3 34.33 15.15
GROUP 4 31.97 15.15
Zone Differential (Add to Zone 1 rates):
Zone 2 (26 -45 radius miles) .70
Zone 3 (Over 45 radius miles) $1.00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Rates Fringes
GROUP 1 AAA Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP IAA Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
WA100001 Modification 2 17 Page
Federal Highway Wage Determinations
GROUP lA Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders overhead, 8 yards and over; Shovels,
excavator, backhoes -6 yards and over with attachments
GROUP 1 Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and /or shield; Quad 9 HD 41, D -10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers
self- propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 Barrier machine (zipper); Batch Plant Operator
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer /deck winches (power);
Drilling machine; Excavator, shovel, backhoe -3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto -mill, roto-
grinder; Screedman, spreader, topside operator -Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler /driver -100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and
over with attachments; Horizontal /directional drill
locator; Outside Hoists (elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts /boom
trucks over 10 tons; Loaders elevating type, belt; Motor
patrol grader nonfinishing; Plant oiler- asphalt, crusher;
Pump- Concrete; Roller, plant mix or multi -lfit materials;
Saws concrete; Scrapers, concrete and carry all; Service
engineers- equipment; Trenching machines; Truck crane
oiler /driver under 100 tons; Tractors, backhoe under 75 hp
WA100001 Modification 2 18 I F a g e
Federal Highway Wage Determinations
GROUP 4 Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger mechanical; Power plant; Pumps water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete /gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H -1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H -2 Class "C" Suit Base wage rate plus .25 per hour.
H -3 Class "B" Suit Base wage rate plus .50 per hour.
H -4 Class "A" Suit Base wage rate plus .75 per hour.
ENGI0701 -002 01/01/2010
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
Power equipment operators:
(See Footnote A)
GROUP 1 37.27 11.50
GROUP 1A 39.13 11.50
GROUP 1B 41.00 11.50
GROUP 2 35.64 11.50
GROUP 3 34.64 11.50
GROUP 4 33.71 11.50
GROUP 5 32.60 11.50
GROUP 6 29.61 11.50
WA100001 Modification 2 19 1 P a g e
Federal Highway Wage Determinations
Zone Differential (add to Zone 1 rates):
Zone 2 $3.00
Zone 3 $6.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in
erecting work; Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and /or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
WA100001 Modification 2 20 P a g e
Federal Highway Wage Determinations
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment); LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required); Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 lbs and above; Bulldozer operator,
twin engine; Bulldozer Operator,tandem, quadnine, D10, D11,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and /or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(without luffing or tower attachment); TOWER /WHIRLEY
OPERATOR: Tower Crane Operator; Whirley Operator, under 90
tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to
200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth moving equipment; RUBBER -TIRED SCRAPERS: Rubber
tired scraper operator, with tandem scrapers, multi engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required); Canal Trimmer (Grade Oiler
required); Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator);
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES EXCAVATOR: Excavator over
130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator,
50 tons through 89 tons (with luffing or tower attachment);
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up
to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic
crane operator, 50 tons through 89 tons (without luffing
or tower attachment); LATTICE BOOM CRANES: Lattice Boom
Crane -50 through 89 tons (and less than 150 feet boom);
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES EXCAVATOR:
excavator over 80,000 lbs. through 130,000 lbs.; LOADERS:
Loader operator 60,000 and less than 120,000; RUBBER -TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self loading, paddle wheel, auger type, finish and /or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 cu yds.
WA100001 Modification 2 21 1 P a g e
Federal Highway Wage Determinations
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required); BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side -boom Operator; Cable -Plow Operator (any
type); CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type); Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing grinding machine);
Hydro Axe (loader mounted or similar type); COMPACTORS
SELF PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi- engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K -17 or
similar types); Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller- Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry);
Directional Drill Operator over 20,000 lbs pullback;
FLOATING EQUIPMENT: Diesel electric Engineer; Jack
Operator, elevating barges, Barge Operator, self
unloading; Piledriver Operator (not crane type) (Deckhand
required); Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel Electric Engineer required);
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types);
Guardrail Auger Operator (all types); Combination Guardrail
machines, i.e., punch auger, etc.; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20,000 lbs through 80,000 lbs.;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25,000 lbs and less than
60,000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
Operator; Piledriver Operator (not crane type); PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting
WA100001 Modification 2 22 1Page
Federal Highway Wage Determinations
Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder); H.D.
Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS:
Rubber -tired Scraper Operator,single engine, single
scraper; Self loading, paddle wheel, auger type under 15
cu. yds.; Rubber -tired Scraper Operator, twin engine;
Rubber -tired Scraper Operator, with push- ull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationay Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds.; Grade -all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR RUBBERED TIRED: Tractor
operator, rubber tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber -tired dozers and
pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix); Asphalt Burner and
Reconditioner Operator (any type); Roto -Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
20,000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power), over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade); CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumperete Operator (any
type); Pavement Grinder and /or Grooving Machine Operator
(riding type); Cement Pump Operator, Fuller Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and /or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A -frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 lbs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type);
Hydraulic Backhoe Operator track type up to and including
WA100001 Modification 2 23 P a g e
Federal Highway Wage Determinations
20,000 lbs.; LOADERS: Loaders, rubber- tired type, less
than 25,000 lbs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser);
PIPELINE -SEWER WATER: Hydra hammer or simialr types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operator; Ballast Tamper Multi Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self propelled;
Pulva -mixer or similar types; Chiip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self- propelled
construction job site; TRACTOR- RUBBER TIRED: Tractor
operator, rubber tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type); Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power), under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B., dry batch, etc.); Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type); Wire Mat or Grooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A -frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self propelled Scaffolding
Operator, construction job site (exclduing working
platform); Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch.Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd.); Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oiler; Guardrail
Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated); PUMPS: Pump Operator (any power);
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade); Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt); Tamping
Machine operartor, mechanical, self propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator
WA100001 Modification 2 24 1 P a g e
Federal Highway Wage Determinations
IRON0014 -005 07/01/2009
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER 30.79 17.40
IRON0029 -002 07/01/2009
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
IRONWORKER 33.12 17.40
IRON0086 -002 07/01/2009
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates
IRONWORKER 31.07
IRON0086 -004 07/01/2009
Rates Fringes
Fringes
17.40
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER 36.62 17.40
WA100001 Modification 2 25 !Page
Federal Highway Wage Determinations
1
LAB00001 -002 06/01/2009
ZONE 1:
Rates Fringes
Laborers:
CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
OCEAN), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
GROUP 1 21.77 9.07
GROUP 2 24.86 9.07
GROUP 3 30.96 9.07
GROUP 4 31.70 9.07
GROUP 5 32.21 9.07
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS AND YAKIMA
COUNTIES
GROUP 1 17.95 9.07
GROUP 2 20.58 9.07
GROUP 3 22.54 9.07
GROUP 4 23.09 9.07
GROUP 5 23.48 9.07
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 Projects within 25 radius miles of the respective
city hall
ZONE 2 More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 $1.00
ZONE 3 $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 Projects within 25 radius miles of the respective
city hall
ZONE 2 More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 $2.25
WA100001 Modification 2 26 1Page
Federal Highway Wage Determinations
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer /Cleaner (detail clean -up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean -up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper /Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power;
Raker Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re- Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self- contained
breathing apparatus or a supplied air line).
WA100001 Modification 2 27 1 P a g e
Federal Highway Wage Determinations
1
1
1
LAB00238 -004 06/01/2009
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1 20.56 8.75
GROUP 2 22.66 8.75
GROUP 3 22.93 8.75
GROUP 4 23.20 8.75
GROUP 5 23.48 8.75
GROUP 6 24.85 8.75
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0 -45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer /Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean -up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean -up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right -of -way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
WA100001 Modification 2 28 1 Page
Federal Highway Wage Determinations
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non mechanical; Driller Tender (when
required to move and position machine); Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
respirator); Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter);
Nozzleman (to include squeeze and flo -crete nozzle);
Nozzleman, water, air or steam; Pavement Breaker (under 90
lbs.); Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers); Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled); Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self contained breathing apparatus or a supplied air line);
Miner Class "D (to include raise and shaft miner, laser
beam operator on riases and shafts)
GROUP 6 Powderman
WA100001 Modification 2 29 P a g e
Federal Highway Wage Determinations
LAB00238 -006 06/01/2009
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
LAB00335 -001 06/01/2008
Zone Differential (Add to Zone 1 rates):
Zone 2 0.65
Zone 3 1.15
Zone 4 1.70
Zone 5 2.75
Rates Fringes
Hod Carrier 24.10 8.75
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1 27.46 8.40
GROUP 2 28.06 8.40
GROUP 3 28.50 8.40
GROUP 4 28.88 8.40
GROUP 5 24.96 8.40
GROUP 6 22.54 8.40
GROUP 7 19.34 8.40
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
WA100001 Modification 2 30 1 Page
Federal Highway Wage Determinations
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean -up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman -Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake Setter; Tunnel Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
WA100001 Modification 2 31 1 P a g e
Federal Highway Wage Determinations
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)- applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
Locomotive Tunnel; Powderman- Tunnel; Shield Operator Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LAB00335 -019 06/01/2008
Hod Carrier 29.58 8.40
PAIN0005 -002 07/01/2009
Rates Fringes
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
PAIN0005 -004 03/01/2009
Rates
Painters:
STRIPERS 27.40
Fringes
11.50
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER 20.82 7.44
WA100001 Modification 2 32 1Page
Federal Highway Wage Determinations
PAIN0005 -006 07/01/2009
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting 21.50
Over 30' /Swing Stage Work $ 22.20
Brush, Roller, Striping,
Steam cleaning and Spray $ 15.09
Lead Abatement, Asbestos
Abatement 21.50
PAIN0055 -002 07/01/2009
Rates Fringes
7.98
7.98
6.78
7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
Painters:
Brush Roller 19.59 7.24
High work All work 60
ft. or higher 20.34 7.24
Spray and Sandblasting 20.19 7.24
PAIN0055 -007 08/13/2009
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY PARKING LOT
STRIPER 30.82 8.62
WA100001 Modification 2 33 !Page
Federal Highway Wage Determinations
PLAS0072 -004 06/01/2009
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON /CONCRETE FINISHER
ZONE 1• 24.08 11.22
Zone Differential (Add to Zone 1 rate): Zone 2 $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
PLAS0528 -001 06/01/2009
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Cement Masons:
CEMENT MASON 35.75 13.40
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE 36.25 13.40
TROWLING MACHINE OPERATOR
ON COMPOSITION 37.25 13.40
PLAS0555 -002 06/01/2009
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
Rates Fringes
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION /POWER
MACHINERY AND
SUSPENDED /HANGING SCAFFOLD $ 29.94 15.59
CEMENT MASONS ON
SUSPENDED, SWINGING AND /OR
HANGING SCAFFOLD 29.41 15.59
CEMENT MASONS 28.87 15.59
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS $ 29.41 15.59
WA100001 Modification 2 34 1 Page
Federal Highway Wage Determinations
1
Zone Differential (Add To Zone 1 Rates):
Zone 2 $0.65
Zone 3 1.15
Zone 4 1.70
Zone 5 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
TEAM0037 -002 06/01/2009
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Zone Differential (Add to Zone 1 Rates):
Zone 2 $0.65
Zone 3 1.15
Zone 4 1.70
Zone 5 2.75
Rates Fringes
Truck drivers:
ZONE 1
GROUP 1 26.90 12.75
GROUP 2 27.02 12.75
GROUP 3 27.15 12.75
GROUP 4 27.41 12.75
GROUP 5 27.63 12.75
GROUP 6 27.79 12.75
GROUP 7 27.99 12.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
WA100001 Modification 2 35 1 Page
Federal Highway Wage Determinations
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w /load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and /or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck /Hydra -lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck /Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic Welder -Body Repairman; Utility and Clean -up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
WA100001 Modification 2 36 1 P a g e
Federal Highway Wage Determinations
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
TEAM0174 -001 06/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Truck drivers:
ZONE A:
GROUP 1• 31.87 14.60
GROUP 2• 31.03 14.60
GROUP 3• 28.22 14.60
GROUP 4- 23.25 14.60
GROUP 5 31.42 14.60
ZONE B (25 -45 miles from center of listed cities Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM
EVERETT
SEATTLE
TACOMA
CENTRALIA
SHELTON
PORT ANGELES
PORT TOWNSEND
TRUCK DRIVERS CLASSIFICATIONS
RAYMOND
ANACORTES
MT. VERNON
ABERDEEN
Rates Fringes
OLYMPIA
BELLEVUE
KENT
BREMERTON
GROUP 1 "A -frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four Wheeled power tractor with trailer and similar
top- loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck -3,000 gallons and over capacity
WA100001 Modification 2 37 1Page
Federal Highway Wage Determinations
GROUP 2 Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four wheeled power tractor with trailer and similar
top- loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and /or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno -Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber- tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 Escort or Pilot Car
GROUP 5 Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour This level utilizes a fully
encapsulated suit with a self contained breathing apparatus
or a supplied air line.
WA100001 Modification 2 38 P a g e
Federal Highway Wage Determinations
TEAM0760 -002 06/01/2009
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
TRUCK DRIVERS CLASSIFICATIONS
Rates Fringes
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1 20.02 10.86
GROUP 2 22.29 10.86
GROUP 3 22.79 10.86
GROUP 4 23.12 10.86
GROUP 5 23.23 10.86
GROUP 6 23.40 10.86
GROUP 7 23.93 10.86
GROUP 8 24.26 10.86
Zone Differential (Add to Zone 1 rate: Zone 2 $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0 -45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder Mulcher;
Stationary Fuel Operator; Tractor (small, rubber tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile
Similar; Bulk Cement Tanks Spreader; Dumptor (6 yds.
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001 16,000 lbs.); Fuel Truck Driver, Steamcleaner
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, similar); Tireperson; Transit Mixers
Truck Hauling Concrete (3 yd. to including 6 yds.);
Trucks, side, end, bottom articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping receiving); Wrecker Tow Truck
GROUP 4: A- Frame; Burner, Cutter, Welder; Service Greaser;
Trucks, side, end, bottom articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons)
WA100001 Modification 2 39 1Page
Federal Highway Wage Determinations
1
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons under);
Self- loading Roll Off; Semi -Truck Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to including 20 yds.);
Truck Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck Trailer; Transit Mixers
Trucks Hauling Concrete (over 10 yds. to including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to including 40 yds.); Truck and Pup;
Tournarocker, DWs similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
WA100001 Modification 2 40 1 P a g e
Federal Highway Wage Determinations
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Footnote A Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C -D: $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A -B: $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self- contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15 /hour
over applicable truck rate
WELDERS Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii))
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
an existing published wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
WA100001 Modification 2 41 !Page
Federal Highway Wage Determinations
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
WA100001 Modification 2 42 1 P a g e
Federal Highway Wage Determinations
Attachment C
Request for Information Form
1
DATE REPLY REQUESTED:
ORIGINATOR SIGNATURE:
COMMENTS:
PW 407_04 Part04 doc [Revised 09/081
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME: DRY CREEK BRIDGE TRAIL PROJECT PHASE 2, BRIDGE CONSTRUCTION
PROJECT
PROJECT /CONTRACT NUMBER: 05 -31
ORIGINATOR: Owner Contractor
ITEM.
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION /REQUEST:
CRITICAL TO SCHEDULE: YES NO
DATE.
RFI Number:
1
Attachment D
Contractor's Application for Payment Form Construction
Change Order Form
TO: City of Port Angeles
Public Works Utilities Department
PO. Box 1150
Port Angeles, WA 98362
FROM:
PERIOD From:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount (Excluding Sales Tax)
1 2 Total Value of 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 and material receipts)
6 Subtotal [4 +5]
7 8.4% Sales Tax (at 8.4% of Subtotal), As Applicable
8 Less Amount Retained (at 5% of subtotal)
9 Subtotal [6 +7 -8]
10 Total Previously Paid
11 AMOUNT DUE THIS REQUEST [9 -10]
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives
and releases, up through the date hereof, any and all claims for costs or item extensions
arising out of or relating to extra or changed work or delays or acceleration not specifically
identified and reserved in the amounts identified below or previously acknowledged in
writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value
of accomplishment under the terms of the contract (and all authorized changes) between
the Applicant and the City of Port Angeles, relating to the above referenced project, and
that the remaining contract balance is sufficient to cover all costs of completing the work in
accordance with the contract documents.
Continued on Page 2
Dry Creek Bndge Trail Project
Bndge Construction Project
Project 05 -31
CONTRACTOR'S APPLICATION FOR PAYMENT
DRY CREEK BRIDGE TRAIL PROJECT PHASE 2
BRIDGE CONSTRUCTION PROJECT
PROJECT NO. 05 -31
Page 1 of 2
DATE:
PAYMENT REQUEST NO.
to [end of period]:
I also certify that all lower -tier payments, less applicable retention, have been made by the
Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower
tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection
with the performance of this contract. 1 further certify that I have complied with all federal, state
and local tax laws, including Social Security laws and Unemployment Compensation laws and
Workmen's Compensation laws, insofar as applicable to the performance of this work, and have
paid all such taxes, premiums and /or assessments arising out of the performance of the work.
1 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 2of2
PW 407_04 Part04.doc [Revised 09/08]
Notary Public in and for the State of
residing at
My appointment expires
Date
Date
CONTRACT CHANGE ORDER (CCO) NO.
Project Name DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 Date:
BRIDGE CONSTRUCTION PROJECT
Contractor Project No. 05 -31
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
1. Describe work here
2. Additional work, etc....
Such work will be compensated by: check one or more of the following as applicable Increase or
Decrease in bid items; Force Account; Negotiated Price The described work affects the existing
contract items and /or adds and /or deletes bid items as follows:
Item Description RFI Qty Unit Cost Per Unit Cost
No
1 Ong. I I I II
Rev I
1 1 I t I
2 Ong I I `r:. I "Y'I
Rev
DAYS XX
Amount with applicable sales tax included
APPROVED BY:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
PW 407_04 Part04 doc [Revised 09/08]
ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
I* I*
I DAYS YY 1 DAYS ZZ
SIGNATURE:
Net Cost Adj. Days
I* i
1 DAYS XX +ZZ -YY I DAYS YY +ZZ
All work, materials and measurements to be in accordance with the provisions of the original contract and /or the standard specifications
and special provisions for the type of construction involved The payments and /or additional time specified and agreed to in this order
include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including
delays to the overall project
DATE:
Attachment E
Contractor and Subcontrator Certification Form
pORT4
Contractor and Subcontractor or
Lower Tier Subcontractor
Certification for City of Port Angeles Projects
ARKS AND
Project Number: 05 -31
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
I certify the above statement to be true and correct.
Company
By
Title
Contractor Certification
To be completed and signed by the contractor
I certify the above statements under Contractor Certification to be true and correct.
Company
By Date
Title
PW 0407_25 [New 07/05]
(Required for each Subcontractor or Lower Tier Subcontractor on all projects)
Project Name:
Dry Creek Bridge Trail Project Phase 2
Bridge Construction Project
The contract documents for this subcontract include the minimum prevailing wage rates.
Date
I. A written agreement has been executed between my firm and the above subcontractor.
2. A written agreement has been executed between (the subcontractor)
and the above lower tier subcontractor.
The contract documents for (1) or (2) marked above include the minimum prevailing wage rates.
Attachment F
Amendments to the Standard Plans and Specifications
1
1
1
1
1
1
1
1
1
I
1
1
1
1
1
1
1
1
1
1 INTRO.AP1
2 INTRODUCTION
3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2010 Standard Specifications for Road, Bridge, 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 April 5, 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:
ASSEMBLED AMENDMENTS 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 Steel Bridges and Steel Bridge components
3 Cantilever Sign Structures and Sign Bridges
4 Cylindrical, Disc, Pin, and Spherical Bearings
5 Modular Expansion Joints
6 Additional items as may be determined by the Engineer.
7
8 The deductions for fabrication inspection costs will be as shown in the Payment Table
9 below.
10
Zone 1 Place of Fabrication 1 Reduction in Payment 1
1 Within 300 airline miles None
from Seattle
2 Between 300 and 3,000 $700.00 per *inspection day
airline miles from Seattle
3 Over 3,000 airline miles $1,000 per *inspection day,
from Seattle but not less than $2,500 per
trip
11 *Note An inspection day includes any calendar day or portion of a calendar
12 day spent inspecting at or traveling to and from a place of fabrication.
13
14 Where fabrication of an item takes place in more than one zone, the reduction in
15 payment will be computed on the basis of the entire item being fabricated in the furthest
16 of zones where any fabrication takes place on that item.
17
18 The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication
19 inspection activities to include but not limited to; plant approvals, prefabrication
20 meetings, fabrication, coatings and final inspection.
21
ASSEMBLED AMENDMENTS 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1- 06.2(2)A General
2 Table 2 "Pay Factors" on page 1 -39 is revised to read:
3
Table 2
Pay Factors
PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU PL) —100
Category n =3 n.4 n=5 n =6 n=7 n=8 n =9 n=10 n =12 n_15 n_18 n_23 n_30 n_43 n=67
to to to to to to to to
n =11 n =14 n =17 n =22 n =29 n =42 n =66
105 100 100 100 100 100 100 100 100 100 100
104 100 99 97 95 96 96 96 97 97 97 97
1 03 100 98 96 94 92 93 93 94 95 95 96 96
1 02 99 97 94 91 89 90 91 92 93 93 94 94
1 01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93
1 00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92
0 99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91
0 98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90
0 97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88
0 96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87
0 95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86
0 94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85
0 93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84
0 92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82
0 91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81
0 90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80
0 89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79
0 88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78
0 87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77
0 86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76
(Continued)
4
5
6
7 Table 2 "Pay Factors" on page 1 -40 is revised to read:
8
I PAY FACTOR
Category
Table 2
Pay Factors (continued)
Minimum Required Percent of Work Within Specification Limits for a Given Factor (P PL) 100
n_3 n =4 n =5 n =6 n =7 n =8 n =9 n =10 n =12 n =15 n =18 n =23 n =30 n =43 n =67
to to to t0 to to to to
n =11 n =14 n =17 n =22 n =29 n =42 n =66
0 85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75
0 84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73
0 83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72
0 82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71
0 81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70
0 80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69
0 79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68
0 78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67
0 77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66
0 76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65
0 75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64
REJECT Values Less Than Those Shown Above
Reject Quality Levels Less Than Those Specified for a 0 75 Pay Factor
Note. If the value of (P„ P,) 100 does not correspond to a (P„ P,) 100 value in this table, use the next smaller (P„ P,) 100 value
9
10
11 07.AP1
12 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
13 April 5, 2010
14 1- 07.13(4) Repair of Damage
15 The last sentence in the first paragraph is revised to read:
ASSEMBLED AMENDMENTS 3
1
1
1
1
1
1
1
1
I
1
1
1
1
1
1
1
1
1
1
1
2 For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8-
3 17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid
4 item "Reimbursement for Third Party Damage
5
6 1 07.16(2) Vegetation Protection and Restoration
7 The second paragraph is revised to read:
8
9 Damage which may require replacement of vegetation includes torn bark stripping,
10 broken branches, exposed root systems, cut root systems, poisoned root systems,
11 compaction of surface soil and roots, puncture wounds, drastic reduction of surface
12 roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to
13 the location that may jeopardize the survival or health of the vegetation to be preserved.
14
15 The third paragraph is revised to read:
16
17 When large roots of trees designated to be saved are exposed by the Contractor's
18 operation, they shall be wrapped with heavy, moist material such as burlap or canvas
19 for protection and to prevent excessive drying. The material shall be kept moist and
20 securely fastened until the roots are covered to finish grade. All material and fastening
21 material shall be removed from the roots before covering. All roots 1 -inch or larger in
22 diameter, which are damaged, shall be pruned with a sharp saw or pruning shear.
23 Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no
24 additional cost to the Contracting Agency.
25
26 The fourth paragraph is revised to read:
27
28 Any pruning activity required to complete the Work as specified shall be performed by a
29 Certified Arborist as designated by the Engineer.
30
31 08.AP1
32 SECTION 1 -08, PROSECUTION AND PROGRESS
33 April 5, 2010
34 1 -08.1 Subcontracting
35 The second and third sentences in the eighth paragraph are revised to read:
36
37 This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023,
38 "Quarterly Report of Amounts Paid as MBE/WBE Participants quarterly for the State
39 fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through
40 September 30, October 1 through December 31, and for any remaining portion of a
41 quarter through Physical Completion of the Contract. The report is due 20 calendar
42 days following the fiscal quarter end or 20- calendar days after Physical Completion of
43 the Contract.
44
45 The last sentence in the ninth paragraph is revised to read:
46
47 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in
48 lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE
49 Participants
50
ASSEMBLED AMENDMENTS 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1 -08.5 Time for Completion
2 The last two sentences in the first paragraph are revised to read:
3
4 When any of these holidays fall on a Sunday, the following Monday shall be counted a
5 nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be
6 counted a nonworking day. The days between December 25 and January 1 will be
7 classified as nonworking days.
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 April 5, 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)A Construction Signs
42 In the fourth paragraph "height" is replaced with "top of the ballast
43
44 1 10.3(3)J Truck Mounted Attenuator
45 The title for this section is revised to read:
46
47 1 10.3(3)J Transportable Attenuator
48
ASSEMBLED AMENDMENTS 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 In the second and fourth paragraphs, the references to "TMA" are revised to read
2 "Transportable Attenuator
3
4 In the first paragraph, the first sentence is revised to read:
5
6 Where shown on an approved traffic control plan or where ordered by the Engineer, the
7 Contractor shall provide, operate, and maintain transportable impact attenuators as
8 required in Section 9- 35.12.
9
10 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's
11
12 1 10.4(2) Item Bids with Lump Sum for Incidentals
13 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable
14 Attenuator(s)".
15
16 In the eighth paragraph, the first sentence is revised to read:
17
18 "Transportable Attenuator" will be measured per each one time only for each host
19 vehicle with mounted or attached impact attenuator used on the project.
20
21 In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with
22 "transportable attenuator".
23
24 1 10.5(2) Item Bids with Lump Sum for Incidentals
25 All references to "truck mounted impact attenuator(s)" are revised to read "transportable
26 attenuator(s)".
27
28 01.AP2
29 SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP
30 April 5, 2010
31 2- 01.3(2) Grubbing
32 In the first paragraph Item 2. e. is revised to read:
33
34 e. Upon which embankments will be placed except stumps may be close -cut or
35 trimmed as allowed in Section 2- 01.3(1) item 3.
36
37 02.AP2
38 SECTION 2 02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
39 January 4, 2010
40 2 02.3 Construction Requirements
41 The fourth paragraph is revised to read:
42
43 The Contractor may dispose of waste material in Contracting Agency owned sites if the
44 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange
45 to dispose of waste at no expense to the Contracting Agency and the disposal shall
46 meet the requirements of Section 2- 03.3(7)C.
47
ASSEMBLED AMENDMENTS 6
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 01.AP5
2 SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION
3 January 4, 2010
4 5 -01.2 Materials
5 The referenced section for the following item is revised to read:
6
7 Dowel Bars 9- 07.5(1)
8
9 04.AP5
10 SECTION 5 -04, HOT MIX ASPHALT
11 April 5, 2010
12 5- 04.3(8)A1 General
13 The second sentence in the second paragraph is revised to read:
14
15 Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt
16 binder, when the Proposal quantities exceed 4,000 -tons.
17
18 The third paragraph is revised to read:
19
20 Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal
21 quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons
22 or less.
23
24 5 04.3(8)A4 Definition of Sampling Lot and Subiot
25 The first sentence in the first paragraph is revised to read:
26
27 A lot is represented by randomly selected samples of the same mix design that will be
28 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design
29 may be increased to 25 sublots
30
31 5 04.3(10)B1 General
32 The first sentence in the second paragraph is revised to read:
33
34 A lot is represented by randomly selected samples of the same mix design that will be
35 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design
36 may be increased to 25 sublots.
37
38 05.AP5
39 SECTION 5 -05, CEMENT CONCRETE PAVEMENT
40 April 5, 2010
41 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement
42 All references to "AASHTO T 22" are revised to read WSDOT FOP for AASHTO T 22
43
44 The eighth paragraph is revised to read:
45
46 Acceptance testing for compliance of air content and 28 -day compressive strength shall
47 be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air
48 content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152.
ASSEMBLED AMENDMENTS 7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and
2 WSDOT FOP for AASHTO T 22.
3
4 5 05.3(12) Surface Smoothness
5 The first paragraph is revised to read:
6
7 The pavement smoothness will be checked with equipment furnished and operated by
8 the Contractor, under supervision of the Engineer, within 48 -hours following placement
9 of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers,
10 intersections, tight horizontal curves, and small or irregular areas as defined by Section
11 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as
12 specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be
13 determined in accordance with WSDOT Test Method 807. Tight horizontal curves are
14 curves having a centerline radius of curve less than 1,000 feet and pavement within the
15 superelevation transition of those curves.
16
17 5 05.3(16) Protection of Pavement
18 All references to "AASHTO T 22" are revised to read WSDOT FOP for AASHTO T 22
19
20 5 05.3(17) Opening to Traffic
21 All references to "AASHTO T 22" are revised to read WSDOT FOP for AASHTO T 22
22
23 02.AP6
24 SECTION 6 -02, CONCRETE STRUCTURES
25 April 5, 2010
26 6- 02.3(6) Placing Concrete
27 The third paragraph is revised to read:
28
29 All foundations, forms, and contacting concrete surfaces shall be moistened with water
30 just before the concrete is placed. Any standing water on the foundation, on the
31 concrete surface, or in the form shall be removed.
32
33 The following new sentence is added after the fourth sentence in the fourth paragraph:
34
35 The submittal to the Engineer shall include justification that the concrete mix design will
36 remain fluid for interruptions longer than 30- minutes between placements.
37
38 6 02.3(10)D Concrete Placement, Finishing, and Texturing
39 The following paragraph is inserted at the beginning of this section:
40
41 Before placing bridge approach slab concrete, the subgrade shall be constructed in
42 accordance with Sections 2 -06 and 5- 05.3(6).
43
44 6 02.3(11) Curing Concrete
45 In the fifth paragraph "Type 10" is revised to read "Type 1 D, Class B
46
47 6 02.3(17)F Bracing
48 Under the heading "Temporary Bracing for Bridge Girders the table is revised to read:
49
ASSEMBLED AMENDMENTS 8
I Girder Series I Distance in Inches
W42G 1 30
1 W5OG 1 42
W58G I 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
1
2
3 6 02.3(17)N Removal of Falsework and Forms
4 The first paragraph including table is revised to read:
5
6 If the Engineer does not specify otherwise, the Contractor may remove forms based on
7 an applicable row of criteria in the table below. Both compressive strength and minimum
8 time criteria must be met if both are listed in the applicable row. The minimum time shall
9 be from the time of the last concrete placement the forms support. In no case shall the
10 Contractor remove forms or falsework without the Engineer's approval.
ASSEMBLED AMENDMENTS 9
1
Concrete Placed In Percent of Specified Minimum Minimum Time
Minimum Compressive
Compressive Strengthl
Strength1
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 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(20) Grout for Anchor Bolts and Bridge Bearings
12 In the fourth paragraph "9- 20.3(4)" is revised to read "Section 9- 20.3(4)
ASSEMBLED AMENDMENTS 10
1
1
1
2 6- 02.3(24) Reinforcement
3 This first paragraph is revised to read:
4
5 Although a bar list is normally included in the Plans, the Contracting Agency does not
6 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement
7 fabrication details shall be determined from the information provided in the Plans.
8
9 The third paragraph is deleted.
10
11 6 02.3(24)C Placing and Fastening
12 The eighth paragraph is revised to read:
13
14 Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance.
15
16 The 14th paragraph is revised to read:
17
18 Clearances for main bars shall be at least:
19
20 4- inches between: Bars and the surface of any concrete masonry exposed
21 to the action of salt or alkaline water.
22
23 3- inches between: Bars and the surface of any concrete deposited against
24 earth without intervening forms.
25
26 2 inches between: Adjacent bars in a layer. Bridge deck bars and the top of
27 the bridge deck.
28
29 2- inches between: Adjacent layers. Bars and the surface of concrete
30 exposed to earth. Reinforcing bars and the faces of
31 forms for exposed aggregate finish.
32
33 1 -%2- inches between: Bars and the surface of concrete when not specified
34 otherwise in this Section or in the Plans. Barrier and
35 curb bars and the surface of concrete.
36
37 1 -inch between: Slab bars and the bottom of the slab. Slab bars and the
38 top surface of the bottom slab of a cast -in -place
39 concrete box girder.
40
41 The following new paragraph is inserted after the 14th paragraph:
42
43 Cover to ties and stirrups may be 1 -inch Tess than the values specified for main bars
44 but shall not be less than 1 -inch.
45
46 6 02.3(24)F Mechanical Splices
47 Items 1, 2, and 3 in the fourth paragraph are revised to read:
48
49 1. Mechanical splices shall develop at least 125 percent of the specified yield strength
50 of the unspliced bar. The ultimate tensile strength of the mechanical splice shall
51 exceed that of the unspliced bar.
52
ASSEMBLED AMENDMENTS 11
1 2. The total slip of the bar within the spliced sleeve of the connector after loading in
p p 9
2 tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured
I 3 displacements between gage points clear of the splice sleeve:
4
5 a. 0.01 inches for bar sizes up to No. 14.
I 6
7 b. 0.03 inches for No. 18 bars.
8
I 9
10 3. The maximum allowable bar size for mechanical laps splices shall be No. 6.
11 6 02.3(25) Prestressed Concrete Girders
I 12 Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is
13 revised to read:
14
I 15
16 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G,
WF58G, WF66G, WF74G, WF83G, WF95G and WF100G.
17
I 18 Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to
19 read:
20
I 21 WSDOT standard girders in this category include Series WF74PTG, WF83PTG,
22 WF95PTG and WF100PTG.
23
24 6 02.3(25)L Handling and Storage
1 25 In the third sentence of the second paragraph, the reference to "1- foot -9- inches" is revised to
26 read "3- foot -0- inches
27
1 28 6 02.3(25)N Prestressed Concrete Girder Erection
29 The seventh paragraph is supplemented with the following:
30
I 31 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not
32 exceed 1.0.
33
I 34 6- 02.3(26)E Ducts
35 Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in
36 the second paragraph is revised to read:
I 37
38 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of
39 PP0340B14541 to PP0340B67884.
40
I 41 6- 02.3(28)F Tolerances
42 The reference to "PCI -MNL -166" is revised to read "PCI -MNL- 116
I 43
44 03.AP6
45 SECTION 6 03, STEEL STRUCTURES
1 46 April 5, 2010
47 6 03.3(25) Repair Welding
48 In the first paragraph "2002" is revised to read "2008
1
1
ASSEMBLED AMENDMENTS 12
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 6- 03.3(25)A Welding Inspection
3 In the first paragraph "2002" is revised to read "2008
4
5 In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised
6 to read "2008 Bridge
7
8 6 03.3(29) Vacant
9 This section including title is revised to read:
10
11 Welded Shear Connectors
12 All welded shear connectors on steel girder top flanges shall be installed in the field
13 after the forms for the concrete bridge deck are in place. The steel surface to be
14 welded shall be prepared to SSPC -SP 11, power tool cleaning, just prior to welding.
15 Installation, production control, and inspection of welded shear connectors shall
16 conform to Chapter 7 of the AASHTO /AWS D1.5M/D1.5:2008 Bridge Welding Code.
17 After the welded shear connectors are installed, the weld and the disturbed steel
18 surface shall be cleaned and painted in accordance with Section 6- 07.3(9)1.
19
20 07.AP6
21 SECTION 6 -07, PAINTING
22 April 5, 2010
23 6- 07.3(9)G Application of Shop Primer Coat
24 In the second paragraph, the second, third, and fourth sentences are deleted.
25
26 6 07.3(9)1 Application of Field Coatings
27 The following new paragraph is inserted preceding the first paragraph:
28
29 Prior to applying field coatings, the Contractor shall field install welded shear connectors
30 on the steel girder top flanges in accordance with Section 6- 03.3(29) and as shown in
31 the Plans. After installation of the welded shear connectors, the weld and the disturbed
32 surface of the steel girder top flange shall be cleaned in accordance with SSPC -SP 11
33 and primed.
34
35 6 07.3(10)H Paint System
36 In the first sentence of the first paragraph "new steel" is revised to read "existing steel
37
38 09.AP6
39 SECTION 6 -09, MODIFIED CONCRETE OVERLAYS
40 January 4, 2010
41 6- 09.3(6) Further Deck Preparation
42 In the second paragraph, item number 3. and 4. are revised to read:
43
44 3. Existing non concrete patches as authorized by the Engineer.
45
46 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of
47 reinforcing steel to a depth of one -half of the periphery of a bar for a distance of 12-
48 inches or more along the bar.
ASSEMBLED AMENDMENTS 13
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 6- 09.3(6)B Deck Repair Preparation
3 In the first paragraph, the second sentence is revised to read:
4
5 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a
6 3 /4 -inch minimum clearance around the top mat of steel reinforcing bars only where
7 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond
8 between concrete and the top mat of steel is broken.
9
10 10.AP6
11 SECTION 6 -10, CONCRETE BARRIER
12 January 4, 2010
13 6- 10.3(1) Precast Concrete Barrier
14 In the 12th paragraph, the first sentence is revised to read:
15
16 Only 1 section less than 20 -feet long for single slope barrier and 10 -feet long for all
17 other barriers may be used in any single run of precast barrier, and it must be at least 8-
18 feet long.
19
20 6 10.3(6) Placing Concrete Barrier
21 The first paragraph is revised to read:
22
23 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation
24 shaped to a uniform grade and section. The foundation surface for precast concrete
25 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity:
26
27 When a 10 -foot straightedge is placed on the surface parallel to the centerline for
28 the barrier, the surface shall not vary more than 1 -inch from the lower edge of the
29 straightedge. If deviations exceed 1 /4 -inch, the Contractor shall correct them as
30 required in Section 5- 04.3(13).
31
32 In the second paragraph, the first sentence is revised to read:
33
34 The Contractor shall align the joints of all precast barrier segments so that they offset no
35 more than 1 /4 -inch transversely and no more than 3 /4 -inch vertically.
36
37 12.AP6
38 SECTION 6 -12, NOISE BARRIER WALLS
39 April 5, 2010
40 6- 12.3(6) Precast Concrete Panel Fabrication and Erection
41 The second sentence of the first paragraph in Item 3 is revised to read:
42
43 The Contractor shall cast the precast concrete panels horizontally.
44
ASSEMBLED AMENDMENTS 14
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 17.AP6
2 SECTION 6 -17, PERMANENT GROUND ANCHORS
3 January 4, 2010
4 6- 17.3(7) Installing Permanent Ground Anchors
5 In the third paragraph, the first sentence is revised to read:
6
7 The tendon shall be inserted into the drill hole to the desired depth prior to grouting.
8
9 In the third paragraph, the following sentence is inserted after the first sentence:
10
11 Wet setting of permanent ground anchors will not be allowed.
12
13 02.AP7
14 SECTION 7 -02, CULVERTS
15 January 4, 2010
16 7 -02.2 Materials
17 In the first paragraph, the following two items are inserted after the item "Corrugated
18 Polyethylene Culvert Pipe 9- 05.19
19
20 Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21
21 High Density Polyethylene (HDPE) Pipe 9 -05.23
22
23 7 02.5 Payment
24 This section is supplemented with the following:
25
26 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. per linear foot.
27 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot.
28
29 04.AP7
30 SECTION 7 -04, STORM SEWERS
31 January 4, 2010
32 7 -04.2 Materials
33 In the first paragraph, the following two items are inserted after the item "Corrugated
34 Polyethylene Storm Sewer Pipe 9- 05.20
35
36 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22
37 High Density Polyethylene (HDPE) Pipe 9 -05.23
38
39 7 04.5 Payment
40 This section is supplemented with the following:
41
42 "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. per linear foot.
43 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot.
44
ASSEMBLED AMENDMENTS 15
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 01.AP8
2 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL
3 April 5, 2010
4 8 -01.2 Materials
5 In the first paragraph, the following is inserted after the first sentence:
6
7 Corrugated Polyethylene Drain Pipe 9- 05.1(6)
8
9 8 01.3(1) General
10 In the sixth paragraph, the first sentence is revised to read:
11
12 When natural elements rut or erode the slope, the Contractor shall restore and repair
13 the damage with the eroded material where possible, and remove and dispose of any
14 remaining material found in ditches and culverts.
15
16 In the seventh paragraph the first two sentences are deleted.
17
18 The table in the seventh paragraph is revised to read:
19
20 Western Washington (West of the Cascade Mountain crest)
21 May 1 through September 30 17 Acres
22 October 1 through April 30 5 Acres
23
24 Eastern Washington (East of the Cascade Mountain crest.)
25 April 1 through October 31 17 Acres
26 November 1 through March 31 5 Acres
27
28 The eighth paragraph is revised to read:
29
30 The Engineer may increase or decrease the limits based on project conditions.
31
32 The ninth paragraph is revised to read:
33
34 Erodible earth is defined as any surface where soils, grindings, or other materials may
35 be capable of being displaced and transported by rain, wind, or surface water runoff.
36
37 The 10th paragraph is revised to read:
38
39 Erodible earth not being worked, whether at final grade or not, shall be covered
40 within the specified time period, (see the tables below) using an approved soil
41 covering practice.
42
43 Western Washington (West of the Cascade Mountain crest)
44 October 1 through April 30 2 -days maximum
45 May 1 to September 30 7 -days maximum
46
47
48 Eastern Washington (East of the Cascade Mountain crest.)
49 October 1 through June 30 5 -days maximum
50 July 1 through September 30 10 -days maximum
ASSEMBLED AMENDMENTS 16
1
2 8- 01.3(1)A Submittals
3 This section' is revised to read:
4
5 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans,
6 the Contractor shall either adopt or modify the existing TESC Plan. If modified, the
7 Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition
8 of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for
9 TESC Plan implementation and incorporate it into the Contractor's progress schedule.
10 The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule
11 prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected
12 inside and outside the limits of the project (including all Contracting Agency provided
13 sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies
14 of water).
15
16 The Contractor shall allow at least 5- working days for the Engineer to review any
17 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not
18 make the Contracting Agency liable to the Contractor for any Work delays.
19
20 8 01.3(1)B Erosion and Sediment Control (ESC) Lead
21 In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number
22 220 -030 EF"
23
24 8 01.3(1)C Water Management
25 In number 2., the reference to "Standard Specification" is revised to read "Section
26
27 Number 3., is revised to read:
28
29 3. Offsite Water
30 Prior to disruption of the normal watercourse, the Contractor shall intercept the
31 offsite stormwater and pipe it either through or around the project site. This water
32 shall not be combined with onsite stormwater. It shall be discharged at its pre
33 construction outfall point in such a manner that there is no increase in erosion
34 below the site. The method for performing this Work shall be submitted by the
35 Contractor for the Engineer's approval.
36
37 8 01.3(1)D Dispersion /Infiltration
38 This section is revised to read:
39
40 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC
41 Plan or to sites approved by the Engineer. Water shall be conveyed to designated
42 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of
43 the State, turbidity standards are achieved. Water shall be conveyed to designated
44 infiltration areas at a rate that does not produce surface runoff.
45
46 8 01.3(2)B Seeding and Fertilizing
47 The fourth paragraph is revised to read:
48
49 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform
50 application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose
ASSEMBLED AMENDMENTS 17
1 fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed
2 250 pounds per acre.
3
4 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder
5
6 8 01.3(2)D Mulching
7 In the second paragraph, the second sentence is revised to read:
8
9 Wood strand mulch shall be applied by hand or by straw blower on seeded areas.
10
11 In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read
12 "hydroseeder
13
14 In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM
15
16 8 01.3(2)E Tacking Agent and Soil Binders
17 The following new paragraph is inserted at the beginning of this Section:
18
19 Tacking agent or soil binders applied using a hydroseeder shall have a mulch
20 tracer added to visibly aid uniform application. This tracer shall not be harmful to
21 plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a
22 tracer, the application rate shall not exceed 250 pounds per acre.
23
24 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the
25 following:
26
27 The BFM may require a 24 to 48 hour curing period to achieve maximum performance
28 and shall not be applied when precipitation is predicted within 24 to 48 hours, or on
29 saturated soils, as determined by the Engineer.
30
31 The last paragraph including title is revised to read:
32
33 Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced
34 Matrix (FRM)
35 The MBFM /FRM shall be hydraulically applied in accordance with the manufacturer's
36 installation instructions and recommendations.
37
38 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
39 The first paragraph is revised to read:
40
41 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing,
42 and mulching of slopes shall be performed during the following periods:
43
44 Western Washington' Eastern Washington
45 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest)
46 March 1 through May 15 October 1 through November 15 only
47 September 1 through October 1
48
49 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be
50 accomplished during the fall period listed above. Written permission to seed after
ASSEMBLED AMENDMENTS 18
1 October 1 will only be given when Physical Completion of the project is imminent and
2 the environmental conditions are conducive to satisfactory growth.
3
4 8 01.3(2)G Protection and Care of Seeded Areas
5 The first paragraph is revised to read:
6
7 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor
8 shall restore eroded areas, clean up and properly dispose of eroded materials, and
9 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency.
10
11 In the second paragraph, number 1. is revised to read:
12
13 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas
14 that have been damaged through any cause prior to final inspection, and reapplied
15 to areas that have failed to receive a uniform application at the specified rate.
16
17 8 01.3(2)H Inspection
18 The first sentence is revised to read:
19
20 Inspection of seeded areas will be made upon completion of seeding, temporary
21 seeding, fertilizing, and mulching.
22
23 The third sentence is revised to read:
24
25 Areas that have not received a uniform application of seed, fertilizer, or mulch at the
26 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or
27 remulched at the Contractor's expense prior to payment.
28
29 8 01.3(2)1 Mowing
30 In the first paragraph, the last sentence is revised to read:
31
32 Trimming around traffic facilities, Structures, planting areas, or other features extending
33 above ground shall be accomplished preceding or simultaneously with each mowing.
34
35 8 01.3(3) Placing Erosion Control Blanket
36 In the first sentence, "Standard" is deleted.
37
38 The second sentence is revised to read:
39
40 Temporary erosion control blankets, having an open area of 60- percent or greater, may
41 be installed prior to seeding.
42
43 8 01.3(4) Placing Compost Blanket
44 In the first paragraph, "before" is revised to read "prior to
45
46 The last sentence is revised to read:
47
48 Compost shall be Coarse Compost.
49
50 8 01.3(5) Placing Plastic Covering
51 The first sentence is revised to read:
ASSEMBLED AMENDMENTS 19
1
2 Plastic shall be placed with at least a 12 -inch overlap of all seams.
3
4 8- 01.3(6)A Geotextile- Encased Check Dam
5 The first paragraph is deleted.
6
7 8 01.3(6)B Rock Check Dam
8 This section including title is revised to read:
9
10 8 01.3(6)B Quarry SpaII Check Dam
11 The rock used to construct rock check dams shall meet the requirements for quarry
12 spalls.
13
14 8 01.3(6)D Wattle Check Dam
15 This section is revised to read:
16
17 Wattle check dams shall be installed in accordance with the Plans.
18
19 8 01.3(6)E Coir Log
20 This section is revised to read:
21
22 Coir logs shall be installed in accordance with the Plans.
23
24 8 01.3(9)A Silt Fence
25 In the second paragraph, the second sentence is revised to read:
26
27 The strength of the wire or plastic mesh shall be equivalent to or greater then what is
28 required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab
29 tensile strength in the machine direction).
30
31 8 01.3(9)B Gravel Filter, Wood Chip or Compost Berm
32 In the second paragraph, the last sentence is deleted.
33
34 The third paragraph is revised to read:
35
36 The Compost Berm shall be constructed in accordance with the detail in the Plans.
37 Compost shall be Coarse Compost.
38
39 8 01.3(9)C Straw Bale Barrier
40 This section is revised to read:
41
42 Straw Bale Barriers shall be installed in accordance with the Plans.
43
44 8 01.3(9)D Inlet Protection
45 This section is revised to read:
46
47 Inlet protection shall be installed below or above, or as a prefabricated cover at each
48 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to
49 beginning clearing, grubbing, or earthwork activities.
50
ASSEMBLED AMENDMENTS 20
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the
2 requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum
3 filtration properties of Table 2.
4
5 When the depth of accumulated sediment and debris reaches approximately 1 /2 the
6 height of an internal device or o the height of the external device (or less when so
7 specified by the manufacturers) or as designated by the Engineer, the deposits shall be
8 removed and stabilized on site in accordance with Section 8- 01.3(16).
9
10 8 01.3(10) Wattles
11 In the first paragraph, the third sentence is revised to read:
12
13 Excavated material shall be spread evenly along the uphill slope and be compacted
14 using hand tamping or other method approved by the Engineer.
15
16 This section is supplemented with the following new paragraph:
17
18 The Contractor shall exercise care when installing wattles to ensure that the method of
19 installation minimizes disturbance of waterways and prevents sediment or pollutant
20 discharge into waterbodies.
21
22 8 01.3(12) Compost Sock
23 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read
24 "waterbodies
25
26 In the second paragraph "bank" is revised to read "slope
27
28 In the third paragraph "and" is revised to read "or
29
30 This section is supplemented with the following new paragraph:
31
32 Compost for Compost Socks shall be Coarse Compost.
33
34 8 01.3(14) Temporary Pipe Slope Drain
35 The first paragraph is revised to read:
36
37 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be
38 constructed in accordance with the Plans
39
40 The last paragraph is revised to read:
41
42 Placement of outflow of the pipe shall not pond water on road surface.
43
44 8 01.3(15) Maintenance
45 In the fourth paragraph, the last sentence is revised to read:
46
47 Clean sediments may be stabilized on site using approved BMPs as approved by the
48 Engineer.
49
50 8 01.3(16) Removal
51 In the second paragraph, the last sentence is revised to read:
ASSEMBLED AMENDMENTS 21
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 This may include, but is not limited to, ripping the soil, incorporating soil amendments,
3 and seeding with the specified seed.
4
5 8 -01.4 Measurement
6 The eighth paragraph is revised to read:
7
8 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the
9 linear foot along the ground line of completed barrier.
10
11 8 01.5 Payment
12 The following bid items are relocated after the bid item "Check Dam
13
14 "Inlet Protection per each.
15
16 "Gravel Filter Berm per linear foot.
17
18 The following new paragraph is inserted before the bid item "Stabilized Construction
19 Entrance
20
21 The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per
22 each for "Inlet Protection" shall be full pay for all equipment, labor and materials to
23 perform the Work as specified, including installation, removal and disposal at an
24 approved disposal site.
25
26 The paragraph after the bid item "Temporary Curb" is revised to read:
27
28 The unit Contract price per linear foot for temporary curb shall include all costs to install,
29 maintain, remove, and dispose of the temporary curb.
30
31 The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM
32
33 02.AP8
34 SECTION 8 -02, ROADSIDE RESTORATION
35 January 4, 2010
36 8- 02.3(2) Roadside Work Plan
37 In the first paragraph, the second sentence is revised to read:
38
39 The roadside work plan shall define the Work necessary to provide all Contract
40 requirements, including: wetland excavation, soil preparation, habitat, Structure
41 placement, planting area preparation, seeding area preparation, bark mulch and
42 compost placement, seeding, planting, plant replacement, irrigation, and weed control in
43 narrative form.
44
45 The first sentence under "Progress Schedule" is revised to read:
46
47 A progress schedule shall be submitted in accordance with Section 1 -08.3. The
48 Progress Schedule shall include the planned time periods for Work necessary to
49 provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03.
50
ASSEMBLED AMENDMENTS 22
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The first sentence under "Weed and Pest Control Plan" is revised to read:
2
3 The Weed and Pest Control Plan shall be submitted and approved prior to starting any
4 Work defined in Sections 8 -01, and 8 -02.
5
6 In the third paragraph under "Weed and Pest Control Plan" the first and second sentences
7 are revised to read:
8
9 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator
10 or Consultant when chemical pesticides are proposed. The plan shall include methods
11 of weed control; dates of weed control operations; and the name, application rate, and
12 Material Safety Data Sheets of all proposed herbicides.
13
14 The last paragraph under "Plant Establishment Plan" is deleted.
15
16 8 02.3(2)A Chemical Pesticides
17 This section is deleted.
18
19 8 02.3(2)B Weed and Pest Control
20 This section is deleted.
21
22 8 02.3(3) Planting Area Weed Control
23 This section including title is revised to read:
24
25 8 02.3(3) Weed and Pest Control
26 The Contractor shall control weed and pest species within the project area using
27 integrated pest management principles consisting of mechanical, biological and
28 chemical controls that are outlined in the Weed and Pest Control Plan or as designated
29 by the Engineer.
30
31 Those weeds specified as noxious by the Washington State Department of Agriculture,
32 the local Weed District, or the County Noxious Weed Control Board and other species
33 identified by the Contracting Agency shall be controlled on the project in accordance
34 with the weed and pest control plan.
35
36 The Contractor shall control weeds not otherwise covered in accordance with Section 8-
37 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including
38 erosion control seeding area and vegetation preservation areas, as designated by the
39 Engineer.
40
41 This section is supplemented with the following new sub sections:
42
43 8 02.3(3)A Planting Area Weed Control
44 All planting areas shall be prepared so that they are weed and debris free at the time of
45 planting and until completion of the project. The planting areas shall include the entire
46 ground surface, regardless of cover, all planting beds, areas around plants, and those
47 areas shown in the Plans.
48
49 All applications of post- emergent herbicides shall be made while green and growing
50 tissue is present. Should unwanted vegetation reach the seed stage, in violation of
51 these Specifications, the Contractor shall physically remove and bag the seed heads.
ASSEMBLED AMENDMENTS 23
1 AN physically removed vegetation and seed heads shall be disposed of off site at no
2 cost to the Contracting Agency.
3
4 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square
5 and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be
6 installed according to the manufacturer's recommendations.
7
8 8 02.3(3)B Chemical Pesticides
9 Application of chemical pesticides shall be in accordance with the label
10 recommendations, the Washington State Department of Ecology, local sensitive area
11 ordinances, and Washington State Department of Agriculture laws and regulations. Only
12 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of
13 Way at http: /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be
14 used.
15
16 The applicator shall be licensed by the State of Washington as a Commercial Applicator
17 or Commercial Operator with additional endorsements as required by the Special
18 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer
19 evidence that all operators are licensed with appropriate endorsements, and that the
20 pesticide used is registered for use by the Washington State Department of Agriculture.
21 All chemicals shall be delivered to the job site in the original containers. The licensed
22 applicator or operator shall complete a Commercial Pesticide Application Record (DOT
23 Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by
24 the following business day.
25
26 The Contractor shall ensure confinement of the chemicals within the areas designated.
27 The use of spray chemical pesticides shall require the use of anti -drift and activating
28 agents, and a spray pattern indicator unless otherwise allowed by the Engineer.
29
30 The Contractor shall assume all responsibility for rendering any area unsatisfactory for
31 planting by reason of chemical application. Damage to adjacent areas, either on or off
32 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the
33 property owner, and the cost of such repair shall be borne by the Contractor.
34
35 8 02.3(5) Planting Area Preparation
36 In the first paragraph, the second sentence is revised to read:
37
38 Material displaced by the Contractor's operations that interferes with drainage shall be
39 removed from the channel and disposed of as approved by the Engineer.
40
41 8 02.3(7) Layout of Planting
42 The second paragraph is deleted.
43
44 8 02.3(8) Planting
45 In the second paragraph, the first and second sentences are revised to read:
46
47 Under no circumstances will planting be permitted during unsuitable soil or weather
48 conditions as determined by the Engineer. Unsuitable conditions may include frozen
49 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high
50 water levels.
51
ASSEMBLED AMENDMENTS 24
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The fourth paragraph is revised to read:
2
3 Plants shall not be placed below the finished grade.
4
5 The fifth paragraph is revised to read:
6
7 Planting hole sizes for plant material shall be in accordance with the details shown in
8 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting.
9
10 The following new paragraph is inserted after the fifth paragraph:
11
12 All cuttings shall be planted immediately if buds begin to swell.
13
14 8 02.3(9) Pruning, Staking, Guying, and Wrapping
15 In the first paragraph, the last sentence is revised to read:
16
17 All other pruning shall be performed only after the plants have been in the ground at
18 least one year and when plants are dormant.
19
20 8 02.3(13) Plant Establishment
21 In the third paragraph, the first sentence is revised to read:
22
23 During the first -year plant establishment period, the Contractor shall perform all Work
24 necessary to ensure the resumption and continued growth of the transplanted material.
25
26 In the fourth paragraph, "propose" is revised to read "submit
27
28 8 02.3(15) Live Fascines
29 In the first paragraph, the fourth sentence is revised to read:
30
31 Dead branches may be placed within the live fascine and on the side exposed to the air.
32
33 In the second paragraph, the third sentence is deleted.
34
35 In the second paragraph, the seventh sentence is revised to read:
36
37 The live stakes shall be driven through the live fascine vertically into the slope.
38
39 8 02.3(16)A Lawn Installation
40 In the third paragraph, the last two items "West of the summit of the Cascade Range March
41 1 to October 1." and "East of the summit of the Cascade Range April 15 to October 1." are
42 revised to read:
43
44 Western Washington Eastern Washington
45 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest)
46 March through May 15 October 1 through November 15
47 September 1 through October 1
48
49 The fifth paragraph is revised to read:
50
ASSEMBLED AMENDMENTS 25
I 1 Topsoil for seeded or
p sodded lawns shall be placed at the depth and locations as shown
1 2 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth
3 even grade without low areas that trap water and compacted, all as approved by the
4 Engineer.
5
I 6 In the sixth paragraph, the last sentence is revised to read:
7
8 Following placement, the sod shall be rolled with a smooth roller to establish contact
I 9 with the soil.
10
11 8 02.4 Measurement
I 12 The seventh paragraph is revised to read:
13
14 Fine compost, medium compost and coarse compost will be measured by the cubic
I 15 yard in the haul conveyance at the point of delivery.
16
17 8 02.5 Payment
I 18 The following new paragraph is inserted above the paragraph beginning with "Payment shall
19 be increased to 90- percent
20
I 21
22 Plant establishment milestones are achieved when plants meet conditions described in
Section 8- 02.3(13).
23
1 24 The following is inserted after the bid item "Fine Compost
25
26 "Medium Compost", per cubic yard.
27
1 28 The paragraph for the bid item "Weed Control" is revised to read:
29
30 "Weed and Pest Control will be paid in accordance with Section 1 -09.6.
I 31
32 The following new paragraph is inserted after the bid item "Soil Amendment
33
I 34 The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for
35 furnishing and incorporating the soil amendment into the existing soil.
36
I 37 The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch
38
39 The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay
111 40 for furnishing and spreading the mulch onto the existing soil.
41
42 03.AP8
43 SECTION 8 03, IRRIGATION SYSTEMS
1
44 January 4, 2010
I 45 8 -03.1 Description
46 In this section, "staked" is revised to read "approved by the Engineer."
47
48 8 03.3 Construction Requirements
1 49 The second paragraph is revised to read:
50
1
I ASSEMBLED AMENDMENTS 26
1
1
1
1
1
1
1
1
1
1
1
1
1
I
1
1
1
1
1
1 Potable water supplies shall be protected against cross connections in accordance with
2 applicable Washington State Department of Health rules and regulations and approval
3 by the local health authority.
4
5 8 03.3(1) Layout of Irrigation System
6 This section is revised to read:
7
8 The Contractor shall stake the irrigation system following the schematic design shown in
9 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the
10 layout may be expected in order to conform to ground conditions and to obtain full and
11 adequate coverage of plant material with water. However, no changes in the system as
12 planned shall be made without prior authorization by the Engineer.
13
14 This section is supplemented with the following new sub section:
15
16 8 03.3(1)A Locating Irrigation Sleeves
17 Existing underground irrigation sleeve ends shall be located by potholing. Irrigation
18 sleeves placed during general construction prior to installation of the irrigation system
19 shall be marked at both ends with a 2x4x24 -inch wood stake extending 6- inches out of
20 the soil and painted blue on the exposed end.
21
22 8 03.3(2) Excavation
23 In the first paragraph, the fourth sentence is revised to read:
24
25 Trenches through rock or other material unsuitable for trench bottoms and sides shall
26 be excavated 6- inches below the required depth and shall be backfilled to the top of the
27 pipe with sand or other suitable material free from rocks or stones. Backfill material shall
28 not contain rocks 2- inches or greater in diameter or other materials that can damage
29 pipe.
30
31 The second paragraph is revised to read:
32
33 The Contractor shall exercise care when excavating pipe trenches near existing trees to
34 minimize damage to tree roots. Where roots are 1 -1/2- inches or greater in diameter, the
35 trench shall be hand excavated and tunneled under the roots. When large roots are
36 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas,
37 for protection and to prevent excessive drying. The material must be kept moist until the
38 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than
39 1 -1/2- inches in diameter shall have severed roots cleanly cut. Trenches having exposed
40 tree roots shall be backfilled within 24 -hours unless adequately protected by moist
41 material as approved by the Engineer. All material and fastenings used to cover the
42 roots shall be removed before backfilling.
43
44 The third paragraph is revised to read:
45
46 Detectable marking tape shall be placed in all trenches 6- inches directly above, parallel
47 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and
48 aluminum sleeves, conduits and casing pipe. The width of the tape and installation
49 depth shall be as recommended by the manufacturer for the depth of installation or as
50 shown in the Plans.
51
ASSEMBLED AMENDMENTS 27
1
1 8- 03.3(3) Piping
2 This section is revised to read:
3
4 All water lines shall be a minimum of 18- inches below finished grade measured from the
5 top of the pipe or as shown in the Plans. All live water mains to be constructed under
6 existing pavement shall be placed in steel casing jacked under pavement as shown in
7 the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be
8 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond
9 the limits of pavement. All jacking operations shall be performed in accordance with an
10 approved jacking plan. Where possible; mains and laterals or section piping shall be
11 placed in the same trench. All lines shall be placed a minimum of 3 -feet from the edge
12 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will
13 not be allowed for installation and placement of irrigation pipe.
14
15 Mainlines and lateral lines shall be defined as follows:
16
17 Mainlines: All supply pipe and fittings between the water meter and the irrigation
18 control valves.
19
20 Lateral Lines: All supply pipe and fittings between the irrigation control valves
21 and the connections to the irrigation heads. Swing joints, thick walled PVC or
22 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not
23 considered part of the lateral line but incidental components of the irrigation heads.
24
25 8 03.3(4) Jointing
26 In the second paragraph, the third sentence is revised to read:
27
28 Threaded galvanized steel joints shall be constructed using either a nonhardening,
29 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe
30 manufacturer, or as shown in the Plans.
31
32 In the last sentence of the second paragraph, "will" is revised to read "shall
33
34 In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is
35 revised to read "of
36
37 In the fifth paragraph, the first sentence is revised to read:
38
39 On PVC or polyethylene -to -metal connections, work the metal connection first.
40
41 In the fifth paragraph, the third sentence is revised to read:
42
43 Connections between metal and PVC or polyethylene are to be threaded utilizing
44 female threaded PVC adapters with threaded schedule 80 -PVC nipple only.
45
46 In the sixth paragraph, the second sentence is revised to read:
47
48 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out,
49 and inserted to the full depth of the fitting.
50
ASSEMBLED AMENDMENTS 28
1 8- 03.3(5) Installation
2 The following new paragraph is inserted after the third paragraph:
3
4 All automatic control valves, flow control valves, and pressure reducing valves shall be
5 installed in appropriate sized valve boxes. Manual control valves shall be installed in an
6 appropriate sized valve box and where appropriate, upstream of the automatic control
7 valves. Manual and automatic valves installed together shall be in an appropriate sized
8 box with 3- inches of clearance on all sides.
9
10 The fourth paragraph is revised to read:
11
12 Final position of valve boxes, capped sleeves, and quick coupler valves shall be
13 between 1 /2 -inch and 1 -inch above finished grade or mulch, or as shown in the Plans.
14
15 The following new paragraph is inserted after the fourth paragraph:
16
17 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately
18 or within a control valve assembly box upstream of the control valves. Valves, quick
19 couplers, and hose bibs shall have 3- inches of clearance on all sides within the valve
20 box.
21
22 In the fifth paragraph "an" is revised to read "a minimum
23
24 The following new paragraph is inserted after the fifth paragraph:
25
26 Automatic controller pedestals or container cabinets shall be installed on a concrete
27 base as shown in the Plans or in accordance with the manufacturer's recommendations.
28 Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through
29 the base and 3- inches minimum beyond the edge or side of the base both inside and
30 outside of the pedestal.
31
32 8 03.3(6) Electrical Wire Installation
33 This section is revised to read:
34
35 All electrical work shall conform to the National Electric Code, NEMA Specifications and
36 in accordance with Section 8 -20. Electrical wiring between the automatic controller and
37 automatic valves shall be direct burial and may share a common neutral. Separate
38 control conductors shall be run from the automatic controller to each valve. When more
39 than one automatic controller is required, a separate common neutral shall be provided
40 for each controller and the automatic valves which it controls. Electrical wire shall be
41 installed in the trench adjacent to or above the irrigation pipe, but no less than 12- inches
42 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10 -foot
43 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation
44 pipe, the wire shall be placed at a minimum depth of 18- inches and be "snaked" from
45 side to side in the trench. Each circuit shall be identified at both ends and at all splices
46 with a permanent marker identifying zone and /or station.
47
48 Wiring placed under pavement and walls, or through walls, shall be placed in an
49 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than
50 1 -inch in diameter, and shall meet conduit specifications for PVC conduit as required in
51 Section 9 -29.1.
52
ASSEMBLED AMENDMENTS 29
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole
2 bases, or within control equipment boxes or pedestals. A minimum of 18- inches of
3 excess conductor shall be left at all splices, terminals and control valves to facilitate
4 inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the
5 boxes.
6
7 All 120 -volt electrical conductors and conduit shall be installed by a certified electrician
8 including all wire splices and wire terminations.
9
10 All wiring shall be tested in accordance with Section 8- 20.3(11).
11
12 Continuity ground and functionality testing shall be performed for all 24 -volt direct burial
13 circuits. The Megger test, confirming insulation resistance of not less than 2 megohms
14 to ground in accordance with Section 8- 20.3(11), is required.
15
16 8 03.3(7) Flushing and Testing
17 In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to
18 read "required
19
20 The third paragraph is revised to read:
21
22 Main Line Flushing
23 All main supply lines shall receive two fully open flushing's to remove debris that may
24 have entered the line during construction: The first before placement of valves and the
25 second after placement of valves and prior to testing.
26
27 The fourth paragraph is revised to read:
28
29 Main Line Testing
30 All main supply lines shall be purged of air and tested with a minimum static water
31 pressure of 150 -psi for 60- minutes without introduction of additional service or pumping
32 pressure. Testing shall be done with one pressure gauge installed on the line, in the
33 location required by the Engineer. For systems using a pump, an additional pressure
34 gauge shall be installed at the pump when required by the Engineer. Lines that show
35 loss of pressure exceeding 5 -psi at the ends of specified test periods will be rejected.
36
37 The fifth paragraph is deleted.
38
39 In the sixth paragraph, "any" is revised to read "all
40
41 In the seventh paragraph, the second sentence is revised to read:
42
43 The operating line pressure shall be maintained for 30- minutes with valves closed and
44 without introduction of additional service or pumping pressure.
45
46 In the eighth paragraph, the fourth and fifth sentences are revised to read:
47
48 The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters,
49 etc., located downstream of the break or disruption of service, and make all needed
50 repairs to ensure that the entire irrigation system is operating properly.
51
ASSEMBLED AMENDMENTS 30
1
1
1
1 8- 03.3(8) Adjusting System
2 In the first paragraph, the last sentence is revised to read:
3
4 Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water
5 to pavement, walks, or Structures.
6
7 8 03.3(11) System Operation
8 In the first paragraph, the last sentence is revised to read:
9
10 The final inspection of the irrigation system will coincide with the end of the Contract or
11 the end of first -year plant establishment, which ever is later.
12
13 In the second paragraph "ordered" is revised to read "required
14
15 In the third paragraph, the last sentence is revised to read:
16
17 Potable water shall not flow through the cross connection control device to any
18 downstream component until tested and approved for use by the local health authority
19 in accordance with Section 8- 03.3(12).
20
21 The fourth paragraph is revised to read:
22
23 In the spring, when the drip irrigation system is in full operation, the Contractor shall
24 make a full inspection of all emitters, and irrigation heads. This shall involve visual
25 inspection of each emitter and irrigation head under operating conditions. All
26 adjustments, flushing, or replacements to the system shall be made at this time to
27 ensure the proper operation of all emitters and irrigation heads.
28
29 8 03.3(12) Cross Connection Control Device Installation
30 In the first sentence of the first paragraph "serving utility" is revised to read "local health
31 authority
32
33 8 03.3(13) Irrigation Water Service
34 The first paragraph is revised to read:
35
36 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall
37 arrange for a water meter installation(s) for the irrigation system at the locations and
38 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's
39 responsibility to contact the Engineer to schedule the water meter installation. The
40 Contractor shall provide a minimum of 60- calendar days notice to the Engineer prior to
41 the desired water meter installation date.
42
43 In the second paragraph, "will" is revised to read "shall
44
45 8 03.3(14) Irrigation Electrical Service
46 The first paragraph is revised to read:
47
48 The Contracting Agency shall arrange for electrical service connection(s) for operation
49 of the automatic electrical controller(s) at the locations as shown in the Plans. The
50 Contractor shall splice and run conduit and wire from the electrical service
51 connection(s), or service cabinet to the automatic electrical controller and connect the
ASSEMBLED AMENDMENTS 31
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 conductors to the circuit(s) per the controller manufacturer's diagrams or
2 recommendations.
3
4 In the second paragraph, "conduit" is revised to read "conduits
5
6 08.AP8
7 SECTION 8 -08, RUMBLE STRIPS
8 April 5, 2010
9 8 -08.3 Construction Requirements
10 In the fourth paragraph, the first and second sentences are combined to read:
11
12 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the
13 requirements of Section 5 -02 following the completion of the shoulder rumble strip.
14
15 14.AP8
16 SECTION 8 -14, CEMENT CONCRETE SIDEWALKS
17 April 5, 2010
18 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit
19 This section including heading is revised to read:
20
21 8 14.3(5) Detectable Warning Surface
22 Detectable warning surfaces shall consist of truncated domes as shown in the Plans.
23 Where a detectable warning surface is to be applied, the Contractor shall attach the
24 detectable warning surface to the pavement surface according to the manufacturer's
25 recommendations. The detectable warning surface shall be located as shown in the
26 Plans.
27
28 The Contractor shall use one of the detectable warning surface products listed in the
29 Qualified Products List or submit another product for approval by the Project Engineer.
30 If the Plans require, the detectable warning surface shall be capable of being bonded to
31 a cement concrete surface or to an asphalt concrete surface. Vertical edges of the
32 detectable warning surface shall be flush with the adjoining surface to the extent
33 possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after
34 installation.
35
36 8 14.4 Measurement
37 The second sentence in the first paragraph is revised to read:
38
39 Cement concrete curb ramp type will be measured per each for the complete
40 curb ramp type installed and includes the installation of the detectable warning surface.
41
42 The second paragraph is revised to read:
43
44 Detectable warning surface will be measured by the square foot of detectable warning
45 surface material installed as shown in the Plans.
46
47 8 14.5 Payment
48 The pay item "Cement Conc. Curb Ramp Type is supplemented with the following
49 new paragraph:
ASSEMBLED AMENDMENTS 32
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 The unit Contract price per each for "Cement Concrete Curb Ramp Type shall be
3 full pay for installing the curb ramp as specified including the "Detectable Warning
4 Surface
5
6 The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read
7 "Detectable Warning Surface
8
9 15.AP8
10 SECTION 8 -15, RIPRAP
11 January 4, 2010
12 8 -15.2 Materials
13 The referenced sections for the following items are revised to read:
14
15 Heavy Loose Riprap 9 -13
16 Light Loose Riprap 9 -13
17 Hand Placed Riprap 9 -13
18 Sack Riprap 9 -13
19 Quarry SpaIls 9 -13
20
21 17.AP8
22 SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS
23 April 5, 2010
24 8 -17.4 Measurement
25 The first paragraph is supplemented with the following new sentence:
26
27 Only the maximum number of temporary impact attenuators installed at any one time
28 within the project limits will be measured for payment.
29
30 8 17.5 Payment
31 In the second paragraph following the bid item "Resetting Impact Attenuator", the first
32 sentence is revised to read:
33
34 If an impact attenuator is damaged by a third party, repairs shall be made in accordance
35 with Section 1- 07.13(4) under the Bid item "Reimbursement For Third Party Damage
36
37 20.AP8
38 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
39 ELECTRICAL
40 April 5, 2010
41 8 -20.1 Description
42 In the first paragraph item number 3 is revised to read:
43
44 3. Intelligent Transportation Systems (ITS)
45
46 8 20.3(4) Foundations
47 In the 12th paragraph, item number 2 is revised to read:
ASSEMBLED AMENDMENTS 33
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be
3 tightened by the Turn -Of -Nut Tightening Method to minimum rotation of 1 /4 -turn (90
4 degrees) and a maximum rotation of o -turn (120 degrees) past snug tight.
5 Permanent marks shall be set on the base plate and nuts to indicate nut rotation
6 past snug tight.
7
8 In the 12th paragraph, the following is inserted after item number 2:
9
10 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by
11 the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees)
12 and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent
13 marks shall be set on the base plate and nuts to indicate nut rotation past snug
14 tight.
15
16 8 20.3(5) Conduit
17 In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming
18
19 8 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
20 In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to
21 read "in accordance with
22
23 8 20.3(8) Wiring
24 The following new two paragraphs are inserted after the first table:
25
26 Splices and taps on underground circuits shall be made with solderless crimp
27 connectors meeting the requirements of Section 9- 29.12.
28
29 Only one conductor or one multi conductor cable per wire entrance will be allowed in
30 any rigid mold splice.
31
32 In the eleventh paragraph item number 5 is revised to read:
33
34 5. Video detection camera lead -in cable the numbers of the phases the camera
35 served.
36
37 In the eleventh paragraph the following is added after item number 5:
38
39 6. For ITS cameras the number of the camera indicated in the Contract and the
40 number of the associated cabinet as indicated on the Plans.
41
42 7. Communication cable labeled as Comm.
43
44 This section is supplemented with the following new paragraph:
45
46 Installation of coaxial or coaxial /Siamese cable or data cables with a 600 VAC rating will
47 be allowed in the same raceway with 480 VAC illumination cable.
48
49 8 20.4 Measurement
50 The first sentence is revised to read:
51
ASSEMBLED AMENDMENTS 34
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 No specific unit of measurement will apply to the lump sum items for illumination
2 system, intelligent transportation system (ITS), or traffic signal systems, but
3 measurement will be for the sum total of all items for a complete system to be furnished
4 and installed.
5
6 8 20.5 Payment
7 All references to "Intelligent Transportation System" are revised to read "ITS
8
9 21.AP8
10 SECTION 8 -21, PERMANENT SIGNING
11 January 4, 2010
12 8- 21.3(4) Sign Removal
13 In the fourth paragraph, the following sentence is inserted after the second sentence:
14
15 Where signs are removed from existing overhead sign Structures, the existing vertical
16 sign support braces shall also be removed.
17
18 In the fourth paragraph, the third sentence is revised to read:
19
20 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind
21 beams, and other metal structural members, and all existing fastening hardware
22 connecting such members being removed, shall become the property of the Contractor
23 and shall be removed from the project.
24
25 01.AP9
26 SECTION 9 -01, PORTLAND CEMENT
27 April 5, 2010
28 9- 01.2(1) Portland Cement
29 In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and
30 the paragraph ends.
31
32 In the second paragraph, "per" is revised to read "in accordance with
33
34 03.AP9
35 SECTION 9 -03, AGGREGATES
36 January 4, 2010
37 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335
38
39 04.AP9
40 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
41 January 4, 2010
42 9 -04.11 Butyl Rubber
43 This section including title is revised to read:
44
ASSEMBLED AMENDMENTS 35
1
1 9 -04.11 Butyl Rubber and Nitrile Rubber
2 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines
3 that the area will be exposed to petroleum products Nitrite rubber shall be utilized and
4 conform to ASTM D 2000, M1 BG 610.
5
6 05.AP9
7 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
8 January 4, 2010
9 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe,
10 and Profile Wall PVC Sanitary Sewer Pipe
11 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's
12
13 9 05.13 Ductile Iron Sewer Pipe
14 The second and third paragraphs are revised to read:
15
16 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement
17 mortar Tined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine
18 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The
19 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or
20 the Class indicated on the Plans or in the Special Provisions.
21
22 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical
23 type meeting the requirements of AWWA C111.
24
25 Division 9 -05 is supplemented with the following new sections:
26
27 9 05.21 Steel Rib Reinforced Polyethylene Culvert Pipe
28 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM
29 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch
30 to 60 -inch diameter with silt -tight joints.
31
32 Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a
33 bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to
34 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the
35 manufacturer.
36
37 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires
38 an approved joint system and a formal quality control plan for each plant proposed for
39 consideration.
40
41 A Manufacturer's Certificate of Compliance shall be required and shall accompany the
42 materials delivered to the project. The certificate shall clearly identify production lots for
43 all materials represented. The Contracting Agency may conduct verification tests of pipe
44 stiffness or other properties as it deems appropriate.
45
46 9 05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe
47 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM
48 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum
49 diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for
50 which a manufacturer has submitted a qualified joint. Qualified manufacturers and
ASSEMBLED AMENDMENTS 36
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally
2 molded, injection molded, or factory welded.
3
4 All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell
5 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets
6 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the
7 manufacturer.
8
9 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe
10 requires joint system conformance to ASTM D 3212 using elastomeric gaskets
11 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for
12 consideration.
13
14 A Manufacturer's Certificate of Compliance shall be required and shall accompany the
15 materials delivered to the project. The certificate shall clearly identify production lots for
16 all materials represented. The Contracting Agency may conduct verification tests of pipe
17 stiffness or other properties as it deems appropriate.
18
19 9 05.23 High Density Polyethylene (HDPE) Pipe
20 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM
21 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI)
22 designation of PE 3408.
23
24 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5.
25
26 HDPE pipe shall be joined into a continuous length by an approved joining method.
27
28 The joints shall not create an increase in the outside diameter of the pipe. The joints
29 shall be fused, snap together or threaded. The joints shall be water tight, rubber
30 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212.
31
32 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the
33 manufacturer's recommendations. Fusion equipment used in the joining procedure
34 shall be capable of meeting all conditions recommended by the pipe manufacturer,
35 including but not limited to fusion temperature, alignment, and fusion pressure. All field
36 welds shall be made with fusion equipment equipped with a Data Logger. Temperature,
37 fusion pressure and a graphic representation of the fusion cycle shall be part of the
38 Quality Control records. Electro fusion may be used for field closures as necessary.
39 Joint strength shall be equal or greater than the tensile strength of the pipe.
40
41 Fittings shall be manufactured from the same resins and Cell Classification as the pipe
42 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and
43 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM
44 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055.
45
46 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and
47 this specification.
48
49 The supplier shall furnish a Manufacturer's Certification of Compliance stating the
50 materials meet the requirements of ASTM D 3350 with the correct cell classification with
51 the physical properties listed above. The supplier shall certify the dimensions meet the
52 requirements of ASTM F 714 or as indicated in this Specification or the Plans.
ASSEMBLED AMENDMENTS 37
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for
3 defects and tested for Elevated Temperature Sustain Pressure in accordance with
4 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old
5 from the date of manufacture.
6
7 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free
8 of cracks, holes, foreign materials, blisters, or deleterious faults.
9
10 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the
11 manufacturer, SDR, size, material, machine, and date on which the pipe was
12 manufactured.
13
14 07.AP9
15 SECTION 9 -07, REINFORCING STEEL
16 January 4, 2010
17 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement)
18 This sections title is revised to read:
19
20 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement
21 Rehabilitation)
22
23 08.AP9
24 SECTION 9 -08, PAINTS AND RELATED MATERIALS
25 January 4, 2010
26 9- 08.1(2)C Inorganic Zinc Rich Primer
27 In the first paragraph, the reference to "Type II" is revised to read "Type I
28
29 9 08.1(2)D Organic Zinc Rich Primer
30 This section is revised to read:
31
32 Organic zinc rich primer shall be a high performance two- component epoxy conforming
33 to SSPC Paint 20 Type II.
34
35 14.AP9
36 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING
37 April 5, 2010
38 9 -14.3 Fertilizer
39 In the first paragraph, the second sentence is revised to read:
40
41 It may be separate or in a mixture containing the percentage of total nitrogen, available
42 phosphoric acid, water soluble potash, or sulfur in the amounts specified.
43
44 9 14.4(1) Straw
45 This section is revised to read:
46
ASSEMBLED AMENDMENTS 38
1 Straw shall be in an air dried condition free of noxious weeds, seeds, and other
2 materials detrimental to plant life. Hay is not acceptable.
3
4 All straw material shall be Certified Weed Free Straw using North American Weed
5 Management Association (NAWMA) standards or the Washington Wilderness Hay and
6 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board.
7 Information can be found at htta: /www.nwcb.wa.aov.
8
9 In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that
10 the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or
11 other State's Department of Agriculture laboratory test reports, dated within 90 days
12 prior to the date of application, showing there are no viable seeds in the straw.
13
14 Straw mulch shall be suitable for spreading with mulch blower equipment.
15
16 9 14.4(2) Wood Cellulose Fiber
17 This section including title is revised to read:
18
19 9 14.4(2) Fiber Mulch
20 All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and
21 other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with
22 a hydroseeder or mulch blower equipment.
23
24 This section is supplemented with the following new sub sections:
25
26 9 14.4(2)A Cellulose Fiber Mulch
27 Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock,
28 corrugated cardboard, cotton or straw. It shall be free from chemical printing ink,
29 germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic.
30
31 If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide
32 documentation that the material is steam or heat treated to kill seeds, or shall provide
33 U.S., Washington, or other State's Department of Agriculture laboratory test reports,
34 dated within 90 days prior to the date of application, showing there are no viable seeds
35 in the mulch.
36
37 Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in
38 slurry tanks with water, the fibers will become uniformly suspended, without clumping, to
39 form a homogeneous slurry. When hydraulically applied, the material shall form a strong
40 moisture holding mat that allows the continuous absorption and infiltration of water.
41
42 Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the
43 material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain
44 concrete or painted surfaces.
45
46 Cellulose Fiber Mulch furnished by the Contractor shall be pre packaged by the
47 manufacturer. The Contractor shall supply independent test results from the National
48 Transportation Product Evaluation Program (NTPEP) or other accredited, independent
49 testing laboratory as approved by the Engineer to assure compliance with the minimum
50 requirements in the following table:
51
ASSEMBLED AMENDMENTS 39
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
Properties
Water Holding Capacity
I Organic Matter Content
Moisture Content
Seed Germination
Enhancement
Performance in
Protecting Slopes from
Rainfall- Induced Erosion
Test Method
ASTM D 7367
ASSEMBLED AMENDMENTS 40
I 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 National Resources
Conservation Service
(NRCS) Soil Texture Triangle
Requirements
1,000 percent
minimum
1 90 percent minimum
1 15 percent maximum
200 percent minimum
C Factor 0.15
maximum using
Revised Universal
Soil Loss Equation
(RUSLE)
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.
*Available at:
htto: /soils.usda.aov/ education resources /lessons /texture /textural tri hi.iia
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 long- 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 accredited, independent
testing laboratory as approved by the Engineer to assure compliance with the minimum
requirements in the following table:
Properties I Test Method I Requirements
Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of
the fiber, by mass, is
collected on the
combination of No. 8,
No. 16, and No. 24
sieves
Water Holding Capacity ASTM D 7367 1,300 percent
minimum
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
1 Organic Matter Content
1 Moisture Content
Seed Germination
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 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.
*Available at:
htto: /soils.usda.aov /education/ resources /lessons /texture /textural tri hi.ioa
9 14.4(3) Bark or Wood Chips
The first paragraph is revised to read:
Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species
and shall not contain resin, tannin, or other compounds in quantities that would be
detrimental to plant life. Sawdust shall not be used as mulch.
This section is supplemented with the following:
Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior
to placement and shall meet the following loose volume gradation:
Sieve Size
2
No. 4
20
21
22 9 14.4(4) Wood Strand Mulch
23 This first paragraph is revised to read:
24
25
26
27
28
29
30
31
32
33
34
35
36
Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are
frayed, with a high length -to -width ratio and shall be derived from native conifer or
deciduous trees. A minimum of 95 percent of the wood strand shall have lengths
between 2 and 10- inches. At least 5 percent of the length of each strand shall have a
width and thickness between 1 /i6 and 1 -inch. No single strand shall have a width or
thickness greater than 1/2-inch.
The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds
in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings
shall not be acceptable. Products shall be tested according to WSDOT Test Method
125 prior to acceptance.
ASSEMBLED AMENDMENTS 41
1 ASTM D 586*
1 ASTM D 644*
ASTM D 7322*
Percent Passing
Minimum 1 Maximum
95 1 100
0 1 30
1 90 percent minimum
1 15 percent maximum
300 percent minimum
C Factor 0.15
maximum using
Revised Universal
Soil Loss Equation
(RUSLE)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 9- 14.4(6) Gypsum
2 This section is revised to read:
3
4 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form.
5 100 percent shall pass through a No. 8 sieve.
6
7 9 14.4(7) Tackifier
8 This section is revised to read:
9
10 Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall
11 contain no growth or germination inhibiting materials, and shall not reduce infiltration
12 rates. Tackifier shall hydrate in water and readily blend with other slurry materials.
13
14 All tackifiers shall meet the following requirements:
15
1 Properties 1 Test Method
1 Viscosity* 1 ASTM D 2364
16
17 *Testing shall be performed by an accredited independent laboratory.
18
19 This section is supplemented with the following new sub sections:
20
21 9 14.4(7)A Organic Tackifier
22 Organic tackifier shall be derived from natural plant sources and shall have an MSDS
23 that demonstrates to the satisfaction of the Engineer that the product is not harmful to
24 plants, animals, and aquatic life.
25
26 9 14.4(7)B Synthetic Tackifier
27 Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the
28 Engineer that the product is not harmful to plants, animals, and aquatic life.
29
30 9 14.4(8) Compost
31 In the third paragraph, number 1. is revised to read:
32
33 1. Compost material shall be tested in accordance with U.S. Composting Council
34 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-
35 B, "Sample Sieving for Aggregate Size Classification
36 Fine Compost shall meet the following gradation:
37
Percent Passing
Sieve Size Minimum 1 Maximum
1 2" 100
1 1" 95 X 100
1 5 /e" 90 100
1 1 /4" 75 100
38 Maximum particle length of 6- inches.
39
40 Medium Compost shall meet the following gradation:
41
1
1 Percent Passing
ASSEMBLED AMENDMENTS 42
1 Requirements
1 4000 cPs minimum
1 Sieve Size Minimum 1 Maximum 1
1 2" 1100 I I
1" 195 1100
5 /8" 1 90 100 I
1 175 85
1 Maximum particle length of 6- inches.
2
3 Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and
4 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of
5 "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using
6 TMECC 04.02D.
7
8 Coarse Compost shall meet the following gradation:
9
Percent Passing
Sieve Size 1 Minimum 1 Maximum
3" 100
1 1" 1 90 100
70 100
1 140 160
Maximum particle length of 6- inches.
10
11
12 In number 8. of the third paragraph, the reference to "manufacturer" is revised to read
13 "Contractor
14
15 9 14.4(8)A Compost Approval
16 This sections title is revised to read:
17
18 9 14.4(8)A Compost Submittal Requirements
19
20 The first sentence is revised to read:
21
22 The Contractor shall submit the following information to the Engineer for approval:
23
24 Number 1. is revised to read:
25
26 1. The Qualified Products List printed page or a Request for Approval of Material
27 (DOT Form 350 -071 EF).
28
29 In number 3., the reference to "manufacturer" is revised to read "Contractor" and the
30 reference to "analyses" is revised to read "analysis
31
32 9 14.4(8)B Compost Acceptance
33 This section is revised to read:
34
35 Fourteen days prior to application, the Contractor shall submit a sample of the compost
36 approved for use, and a STA test report dated within 90 calendar days of the
37 application, and the list of feed stocks by volume for each compost type to the Engineer
38 for review.
39
ASSEMBLED AMENDMENTS 43
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The Contractor shall use only compost that has been tested within 90 calendar days of
2 application and meets the requirements in Section 9- 14.4(8). Compost not conforming
3 to the above requirements or taken from a source other than those tested and accepted
4 shall not be used.
5
6 9 14.4(9) Bonded Fiber Matrix (BFM)
7 This section is revised to read:
8
9 Bonded Fiber Matrix (BFM) shall be a hydraulically applied blanket/mulch /matrix
10 comprised of biodegradable, thermally processed, defibrated, long strand fibers from
11 natural or recycled wood chips or similar woody material, weed free straw, cotton,
12 coconut, jute, and /or hemp. The fibers shall physically interlock to form a strong
13 moisture holding mat that allows the absorption and infiltration of water. BFM shall be
14 free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper
15 and meets the requirements in Section 9- 14.4(2)A.
16
17 The BFM shall be manufactured in such a manner that when agitated in slurry tanks
18 with water, the fibers will be uniformly suspended to form a homogeneous slurry.
19
20 Within 48 hours the BFM shall bond with the soil surface to create a continuous,
21 absorbent, flexible erosion resistant blanket that allows for seed germination and plant
22 growth.
23
24 BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall
25 be non -toxic to plants, animal, and aquatic life and shall not stain concrete or painted
26 surfaces.
27
28 BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with
29 an MSDS that demonstrates to the satisfaction of the Engineer that the product is not
30 harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of
31 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 accredited independent testing
35 laboratory as approved by the Engineer to assure compliance with the minimum
36 requirements in the following table:
37
ASSEMBLED AMENDMENTS 44
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
I Properties
Long Strand Fibers
Tackifier, Type A or
Type B
Water Holding Capacity
I Organic Matter Content
1 Moisture Content
Seed Germination
Enhancement
Performance in
Protecting Slopes from
Rainfall- Induced Erosion
9 14.4(10) Mechanically Bonded Fiber Matrix (MBFM)
This section including title is revised to read:
ASSEMBLED AMENDMENTS 45
I Test Method I Requirements
WSDOT Test Method T A minimum of 50% of the
126 fiber, by mass, is
collected on the
combination of No. 8,
No. 16, and No. 24
sieves
See Section 9- 14.4(7)A Minimum 10 percent by
weight of a cross linked,
polysaccharide, hydro
colloid tackifier
1 1,300 percent minimum
190 percent minimum
115 percent maximum
500 percent minimum
1 ASTM D 7367
I 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
C Factor 0.10
maximum using Revised
Universal Soil Loss
Equation (RUSLE)
1 Thickness I ASTM D 6525* 1 0.10-inch minimum I
I Ground Cover 1 ASTM D 6567* 197 percent minimum
1 Mass Per Unit Area I ASTM D 6566* 1 10.0 oz/yd2 minimum I
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 three 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(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced
Matrix (FRM)
The MBFM /FRM shall be a hydraulically applied blanket/mulch /matrix comprised of
biodegradable, thermally processed, defibrated, long- strand fibers from natural or
recycled wood chips or similar woody material, straw, coconut, jute, and /or hemp. The
MBFM /FRM shall contain a minimum of 5% by weight of biodegradable or
photodegradable polyfibers that are bent in multiple locations on each strand and that
physically interlock with the wood fibers to form a strong moisture holding mat that
I
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
allows the absorption and infiltration of water. The MBFM /FRM shall contain a cross-
linked polysaccharide tackifier. MBFM /FRM shall be free from paper, rock, metal, and
plastic.
MBFM /FRM 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.
The MBFM /FRM shall require no curing period upon application, and shall bond with the
soil surface to create a continuous, porous, absorbent, and flexible erosion resistant
blanket that allows for seed germination and plant growth.
MBFM /FRM shall be furnished premixed by the manufacturer. The MBFM /FRM shall be
furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the
product is not harmful to plants, animals, and aquatic life. Under no circumstances will
field mixing of additives or components be acceptable.
The Contractor shall supply independent test results from the National Transportation
Product Evaluation Program (NTPEP) or other accredited independent testing
laboratory as approved by the Engineer to assure compliance with the minimum
requirements in the following table:
Properties 1 Test Method
Long Strand Fibers WSDOT Test Method T 126
Tackifier, Type A or
Type B
Water Holding
Capacity
Organic Matter
Content
1 Moisture Content
Seed Germination
Enhancement
Performance in
Protecting Slopes
from Rainfall- Induced
Erosion
See Section 9- 14.4(7)A
ASTM D 7367
ASTM D 586*
1 ASTM D 644*
ASTM D 7322*
ASSEMBLED AMENDMENTS 46
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 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
90 percent minimum
1 15 percent maximum
500 percent minimum
C Factor 0.05
maximum using Revised
Universal Soil Loss
Equation (RUSLE)
1 Thickness 1 ASTM D 6525* 1 0.15 -inch minimum
1 Ground Cover 1 ASTM D 6567* 1 98 percent minimum
1 Mass Per Unit Area 1 ASTM D 6566* 1 11.0 oz/yd2 minimum
22 ASTM test methods developed for Rolled Erosion Control Products (RECPs) with
23 the only modification being that Hydraulic Erosion Control Products (HECPs) are
24 applied to the test plot.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
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 three 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 14.5(1) Polyacrylamide (PAM)
The third and fourth sentences are revised to read:
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.
This section is supplemented with the following:
PAM shall be delivered in a dry granular or powder form.
9 14.5(2) Erosion Control Blanket
This section is revised to read:
Temporary erosion control blanket shall be made of natural plant fibers and meet the
following requirements:
Properties
Protecting Slopes
from Rainfall
Induced Erosion
Dry Weight per
Unit Area
Performance in
Protecting
Earthen Channels
from Stormwater-
Induced Erosion
Seed Germination D 7322* 200 percent minimum
Enhancement
Netting, if present, shall be biodegradable with a life span not to exceed one year.
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 three successive test durations of 30 minutes each test in 24 hour
intervals may be substituted.
ASSEMBLED AMENDMENTS 47
ASTM Test Method
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
D 6475
D 6460 Test in one soil type.
Soil tested shall be loam as
defined by the NRCS Soil
Texture Triangle
Requirements
Maximum C factor of
0.15 using Revised
Universal Soil Loss
Equation (RUSLE)
0.36 lb/sq. yd. minimum
1.0 lb/sq. ft. minimum
Available at:
htto: /soils. usda.aov/ education resources /lessons /texture /textural tri hi.ioa
1 Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized
2 fibers, filaments, or netting and shall meet the following requirements:
3
1 Properties 1 ASTM Test Method I Requirements 1
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
Performance in D 6460 Test in one soil type. 2.0 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
4 Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for
5 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches
6 per hour with three successive test durations of 30 minutes each test in 24 hour
7 intervals may be substituted.
8 *Available at:
9 htto: /soils. usda.aov/ education resources /lessons /texture /textural tri hi.ioa
10
11 This section is supplemented with the following new sub section:
12
13 9 14.5(2)A Erosion Control Blanket Approval
14 The Contractor shall select Erosion Control Blanket products that bear the Quality and
15 Data Oversight and Review (QDOR) seal from the Erosion Control and Technology
16 Council (ECTC). All materials selected shall be currently listed on the QDOR products
17 list available at htto:www.ectc.ora /ador.
18
19 9 14.5(4) Geotextile Encased Check Dam
20 In the second paragraph, the second and third sentences are revised to read:
21
22 The geotextile material shall overhang the foam by at least 6- inches at each end, and
23 shall have apron type flaps that extend a minimum of 24- inches on each side of the
24 check dam. The geotextile material shall meet the requirements for Temporary Silt
25 Fence in Section 9 -33.
26
27 9 14.5(5) Wattles
28 This section is revised to read:
29
30 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir,
31 compost, wood chips, excelsior, or wood fiber or shavings encased within
ASSEMBLED AMENDMENTS 48
1 biodegradable netting. Wattles shall be a minimum of 5- inches in diameter. Netting
2 material shall be clean, evenly woven, and free of encrusted concrete or other
3 contaminating materials such as preservatives. Netting material shall be free from cuts,
4 tears, or weak places and shall have a minimum lifespan of 6 months.
5
6 Compost filler shall be Coarse Compost and shall meet the material requirements as
7 specified in Section 9- 14.4(8). If wood chips are used they shall meet the material
8 requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent
9 of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50- inches
10 wide, and between 0.017 and 0.13- inches thick.
11
12 9 14.5(6) Compost Sock
13 This section is revised to read:
14
15 Compost socks shall consist of extra heavy weight biodegradable fabric, with a
16 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost.
17 Compost Socks shall be at least 8- inches in diameter. The fabric shall be clean, evenly
18 woven, and free of encrusted concrete or other contaminating materials and shall be
19 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas
20 and shall be free of any type of preservative.
21
22 Coarse Compost filler shall meet the material requirements as specified in Section 9-
23 14.4(8).
24
25 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or
26 pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36- inches
27 in length,
28
29 9 14.5(7) Coir Log
30 This section is revised to read:
31
32 Coir logs shall be made of 100 percent durable coconut (cow) fiber uniformly compacted
33 within woven netting made of bristle coir twine with minimum strength of 80 Ibs tensile
34 strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall
35 have a maximum length of 20 feet, with a minimum diameter as shown in the Plans.
36 Logs shall have a minimum density of 7 Ibs /cf.
37
38 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall
39 have a notch to secure the rope ties. Rope ties shall be of 1/4-inch diameter
40 commercially available hemp rope.
41
42 9 14.6(1) Description
43 The fourth paragraph is revised to read:
44
45 Cuttings are live plant material without a previously developed root system. Source
46 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with
47 a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement
48 to be nursery grown or held in nursery conditions does not apply. Written permission
49 shall be obtained from property owners and provided to the Engineer before cuttings are
50 collected. The Contractor shall collect cuttings in accordance with applicable sensitive
51 area ordinances. Cuttings shall meet the following requirements:
ASSEMBLED AMENDMENTS 49
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 A. Live branch cuttings shall have flexible top growth with terminal buds and may
3 have side branches. The rooting end shall be cut at an approximate 45 degree
4 angle.
5
6 B. Live stake cuttings shall have a straight top cut immediately above a bud. The
7 lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes
8 are cut from one to two year old wood. Live stake cuttings shall be cut and
9 installed with the bark intact with no branches or stems attached, and be 1 /2 to
10 11 -inch in diameter.
11
12 C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than
13 three branches which shall be pruned back to the first bud from the main stem.
14
15 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and
16 becoming erect at the apex. Rhizomes shall have a minimum of two growth points.
17 Tubers shall be a thickened and short subterranean branch having numerous buds or
18 eyes.
19
20 9 14.6(2) Quality
21 The first paragraph is revised to read:
22
23 At the time of delivery all plant material furnished shall meet the grades established by
24 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and
25 shall conform to the size and acceptable conditions as listed in the Contract, and shall
26 be free of all foreign plant material.
27
28 The third paragraph is revised to read:
29
30 All plant material shall be purchased from a nursery licensed to produce plants for sale
31 in Washington State.
32
33 This section is supplemented with the following new paragraph:
34
35 All nurseries and nursery vendors must have a business license issued by the
36 Washington State Department of Licensing with a "Nursery" endorsement. Upon
37 request, the Contractor shall furnish the Engineer with copies of the applicable licenses
38 and endorsements.
39
40 9 14.6(3) Handling and Shipping
41 Item numbers 8 and 9 are revised to read:
42
43 8. Size. (Height, runner length, caliper, etc. as required.)
44
45 9. Signature of shipper by authorized representative.
46
47 Item numbers 10 and 11 are deleted.
48
49 9 14.6(7) Temporary Storage
50 The first paragraph is revised to read:
51
ASSEMBLED AMENDMENTS 50
1 Plants stored under temporary conditions prior to installation shall be the responsibility
2 of the Contractor.
3
4 15.AP9
5 SECTION 9 -15, IRRIGATION SYSTEM
6 January 4, 2010
7 The first paragraph is supplemented with the following:
8
9 When the water supply for the irrigation system is from a non potable source, irrigation
10 components shall have lavender indicators supplied by the equipment manufacturer.
11
12 9 15.3 Automatic Controllers
13 This section is revised to read:
14
15 The automatic controller shall be an electronic timing device for automatically opening
16 and closing control valves for predetermined periods of time. The automatic controller
17 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge
18 sheet aluminum alloy 6061 -T6 or 16 gauge sheet steel or unpainted, non rusting
19 industrial grade stainless steel. The pedestal shall have a completely removable
20 locking faceplate to allow easy access to wiring.
21
22 The automatic controller housing shall have hasp and lock or locking device. All locks or
23 locking devices shall be master keyed and three sets of keys provided to the Engineer.
24 The controller shall be compatible with and capable of operating the irrigation system as
25 designed and constructed and shall include the following operating features:
26
27 1. Each controller station shall be adjustable for setting to remain open for any
28 desired period of time, from five minutes or less to at least 99 minutes.
29 2. Adjustments shall be provided whereby any number of days may be omitted
30 and whereby any one or more positions on the controller can be skipped.
31 When adjustments are made, they shall continue automatically within a 14 -day
32 cycle until the operator desires to make new adjustments.
33 3. Controls shall allow any position to be operated manually, both on or off,
34 whenever desired, without disrupting the 14 day cycle.
35 4. Controls shall provide for resetting the start of the irrigation cycle at any time
36 and advancing from one position to another.
37 5. Controllers shall contain a power on -off switch and fuse assembly.
38 6. Output shall be 24 volt AC with battery back up for memory retention of the 14
39 day cycle.
40 7. Both normally -open or normally closed rain sensor compatibility.
41
42 9 15.4 Irrigation Heads
43 This section is supplemented with the following new paragraph:
44
45 All instructions, special wrenches, clamps, tools, and equipment supplied by the
46 manufacturer necessary for the installation and maintenance of the irrigation heads
47 shall be turned over to the Engineer upon completion and acceptance of the project.
48
49 9 15.5 Valve Boxes and Protective Sleeves
50 This section including title is revised to read:
ASSEMBLED AMENDMENTS 51
1
1
1
2 9 -15.5 Valve Boxes
3 Valve boxes shall conform to the Plans and be extendible to obtain the depth required.
4 All manual drain valves and manual control valves shall be installed in valve box with a
5 vandal resistant lid as shown in the Plans.
6
7 9 15.7(1) Manual Control Valves
8 The third and fourth sentences are revised to read:
9
10 The Contractor shall furnish three suitable operating keys. Valves shall have removable
11 bonnet and stem assemblies with adjustable packing glands and shall house long acme
12 threaded stems to ensure full opening and closing.
13
14 9 15.7(2) Automatic Control Valves
15 In the second paragraph, the first and second sentences are revised to read:
16
17 Valves shall be of a normally closed design and shall be operated by an electronic
18 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic
19 solenoids shall have a stainless steel plunger and be directly attached to the valve
20 bonnets or body with all control parts fully encapsulated.
21
22 In the fifth sentence of the second paragraph, "electric" is revised to read "electrical
23
24 9 15.7(3) Automatic Control Valves With Pressure Regulator
25 This section is revised to read:
26
27 Automatic control valves with pressure regulators shall be similar to automatic
28 control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to
29 a constant pressure regardless of supply fluctuations. The regulator must be fully
30 adjustable.
31
32 9 15.8 Quick Coupling Equipment
33 In the first paragraph, the first and second sentences are revised to read:
34
35 Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock
36 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded
37 Semi -Red Brass conforming to ASTM B 584.
38
39 In the fifth sentence of the first paragraph, "will" is revised to read "shall
40
41 9 15.9 Drain Valves
42 This section is revised to read:
43
44 Drain valves may be a' /z -inch or 3 /4 -inch PVC or metal gate valve manufactured for
45 irrigation systems. Valves shall be designed for underground installation with suitable
46 cross wheel for operation with a standard key, and shall have a service rating of not less
47 than 150 -psi non -shock cold water. The Contractor shall furnish three standard
48 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal
49 resistant lid as shown in the Plans.
50
ASSEMBLED AMENDMENTS 52
1
1
1 Drain valves on potable water systems shall only be allowed on the downstream side of
2 approved cross connection control devices.
3
4 9 15.10 Hose Bibs
5 The first sentence is revised to read:
6
7 Hose bibs shall be angle type, constructed of bronze or brass, threaded to
8 accommodate a 3 /4 -inch hose connection, and shall be key operated.
9
10 9 15.11 Cross Connection Control Devices
11 This section is revised to read:
12
13 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker
14 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure
15 backflow devices (RPBDs), shall be of a manufacturer and product model approved for
16 use by the Washington State Department of Health, Olympia, Washington or a
17 Department of Health certified agency.
18
19 9 15.12 Check Valves
20 The last sentence is revised to read:
21
22 Valves shall have angled seats, Buna -N seals and threaded connections, and shall be
23 installed in 8 -inch round plastic valve boxes with vandal resistant lids.
24
25 9 15.14 Three Way Valves
26 The last sentence is revised to read:
27
28 When handles are included as an integral part of the valves, the Contractor shall
29 remove the handles and give them to the Engineer for ultimate distribution to the
30 Maintenance Division.
31
32 9 15.15 Flow Control Valves
33 The third sentence is revised to read:
34
35 Valves shall be factory set to the flows as shown in the Plans.
36
37 9 15.17 Electrical Wire and Splices
38 This section is revised to read:
39
40 Electrical wire used between the automatic controller and automatic control valves shall
41 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE
42 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National
43 recognized Testing Laboratory. Each conductor shall be color coded and marked at
44 each end and at all splices with zone or station number identification.
45
46 Low voltage splices shall be made with a direct bury splice kit using a twist -on wire
47 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical
48 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall
49 consist of a mastic lined heavy wall polyolefin cable sleeve.
50
ASSEMBLED AMENDMENTS 53
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 9 -15.18 Detectable Marking Tape
2 The first paragraph is revised to read:
3 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to
4 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the
5 soil, with a metallic foil core to provide for the most positive detection and pipeline
6 location.
7
8 In the second paragraph, the first and second sentences are revised to read:
9
10 The tape shall be color coded and shall be imprinted continuously over its entire length
11 in permanent black ink indicating the type of line buried below and shall also have the
12 word "Caution" prominently shown.
13
14 The last paragraph is revised to read:
15
16 The width of the tape shall be as recommended by the manufacturer based on depth of
17 installation.
18
19 16.AP9
20 SECTION 9 -16, FENCE AND GUARDRAIL
21 January 4, 2010
22 9- 16.3(2) Posts and Blocks
23 The first sentence in the second paragraph is revised to read:
24
25 Timber posts and blocks shall conform to the grade specified in Section 9 -09.2.
26
27 22.AP9
28 SECTION 9 -22, MONUMENT CASES
29 January 4, 2010
30 9 -22.1 Monument Cases, Covers, and Risers
31 In the first sentence, "Class 30B" is revised to read "Class 35B
32
33 23.AP9
34 SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES
35 April 5, 2010
36 9 -23.1 Sheet Materials for Curing Concrete
37 In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171
38
39 9 23.2 Liquid Membrane Forming Concrete Curing Compounds
40 In the first sentence of the first paragraph, "AASHTO M 148" is deleted and "(ASTM C 309)"
41 is revised to read "ASTM C 309
42
43 29.AP9
44 SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL
45 April 5, 2010
46 In this division, all references to "hot- dipped" are revised to read "hot- dip
ASSEMBLED AMENDMENTS 54
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 9- 29.1(2)A Expansion Fittings, Deflection Fittings, and Combination
3 Expansion /Deflection Fittings
4 The following new paragraph is inserted after the first paragraph:
5
6 Expansion fittings for use with PVC shall allow for 4- inches of movement minimum (2-
7 inches in each direction). Expansion fittings for PVC conduit shall be PVC and have
8 threaded terminal adaptor or coupling end and shall meet the requirements listed in
9 Section 9- 29.1(4)A.
10
11 9 29.4 Messenger Cable, Fittings
12 This section is supplemented with the following:
13
14 Messenger cable shall be o -inch, 7 -wire strand messenger cables conforming to ASTM
15 A 475, extra high- strength grade, 15,400 pounds minimum breaking strength, Class A
16 galvanized.
17
18 Strain insulators shall be wet process, porcelain, conforming to EEI -NEMA Class 54 -2
19 standards for 12,000 pound ultimate strength.
20
21 Down guy assembly shall consist of an eight -way steel expanding anchor, having a
22 minimum area of 300 square inches, made of pressed steel, coated with asphalt or
23 similar preservative, and fitted with a 3 /4 -inch minimum guy eye anchor rod 8 -feet long.
24 As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3'h-
25 inch pitch, 1 -inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque
26 may be installed.
27
28 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be
29 hot dipped galvanized in conformance with the requirements of AASHTO M 232.
30
31 9 29.6(5) Foundation Hardware
32 The first paragraph is revised to read:
33
34 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the
35 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO
36 M 291, grade A. Washers shaft meet the requirements of ASTM F 844 or ASTM F 436.
37
38 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases,
39 Cantilever Bases and Sign Bridge Bases
40 The content of this section is revised and moved to the following new sub sections:
41
42 9 29.7(1) Unfused Quick Disconnect
43 Unfused quick- disconnect connector kits shall conform to the following requirements:
44
45 1. The copper pin and copper receptacle shall be a crimped type of connection or
46 a stainless steel set screw and lug connection to the cable. The receptacle
47 shall establish contact pressure with the pin through the use of a tinned copper
48 or copper beryllium sleeve spring and shall be equipped with a disposable
49 mounting pin. The receptacle shall be fully annealed. Both the copper pin and
50 receptacle shall have a centrally located recessed locking area adapted to be
51 complementarily filled and retained by the rubber housing.
ASSEMBLED AMENDMENTS 55
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 2. The plug and receptacle housing shall be made of water resistant synthetic
3 rubber which is capable of burial in the ground or installation in sunlight. Each
4 housing shall provide a section to form a water -seal around the cable, have an
5 interior arrangement to suitably and complementarily receive and retain the
6 copper pin or receptacle, and a section to provide a water -seal between the
7 two housings at the point of disconnection.
8
9 3. The kit shall provide waterproof in -line connector protection with three cutoff
10 sections on both the line and load side to accommodate various wire sizes. All
11 connections shall be as described in item "1" above. Upon disconnect, the
12 connector shall remain in the load side of the kit.
13
14 9 29.7(2) Fused Quick Disconnect
15 Fused quick- disconnect kits shall provide waterproof in -line fuse protection. The kit shall
16 provide three cutoff sections on both lines and load side to accommodate various wire
17 sizes. All connections shall be as described in item "1" above. Upon disconnect, the
18 fuse shall remain in the load side of the kit.
19
20 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage
21 of the circuit involved and shall have the following characteristics:
22
23 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load.
24
25 2. Fuses shall be capable of supporting 135 percent of the rated load for
26 approximately 1 hour.
27
28 3. A load of 200 percent of rated load shall effectively cause instantaneous
29 blowing of the fuse.
30
31 4. Fuses shall be rated as listed below and shall be sized to fit the fuse
32 containers furnished on this project, according to the manufacturer's
33 recommendations therefore.
34
35 5. Fuses shall be listed by a nationally recognized testing laboratory.
36
37
Luminaire
Size
1,000W
750W
700W
400W
310W
250W
200W
175W
150W
100W
70W
50W
ASSEMBLED AMENDMENTS 56
Service Voltage
480V 1 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
1
2
3 9 29.9 Ballast, Transformers
4 This sections content is deleted and replaced with:
5
6 Heat generating components shall be mounted to use the portion of the luminaire upon
7 which they are mounted as a heat sink. Capacitors shall be located as far as practicable
8 from heat generating components or shall be thermally shielded to limit the fixture
9 temperature to 160 °F.
10
11 Transformers and inductors shall be resin impregnated for protection against moisture.
12 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed.
13
14 No capacitor, transformer, or other device shall employ the class of compounds
15 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other
16 purpose.
17
18 This section is supplemented with the following new sub sections:
19
20 9 29.9(1) Ballast
21 Each ballast shall have a name plate attached permanently to the case listing all
22 electrical data.
23
24 A Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 meeting
25 the manufacturers and these Specification requirements, shall be submitted by the
26 Contractor with each type of luminaire ballast.
27
28 Ballasts shall be designed for continuous operation at ambient air temperatures from
29 20 °F without reduction in ballast life. Ballasts shall have a design life of not less than
30 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours
31 on and 12 hours off, with the Tamp circuit in an open or short- circuited condition and
32 without measurable reduction in the operating requirements. All ballasts shall be high
33 power factor (90
34
35 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6,
36 Methods of Measurement of High- Intensity- Discharge Lamp Ballasts. Starting aids for
37 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same
38 wattage and manufacturer without adjustment.
39
40 Ballast assemblies shall consist of separate components, each of which shall be
41 capable of being easily replaced. A starting aid will be considered as a single
42 component. Each component shall be provided with screw terminals, NEMA tab
43 connectors or a single multi- circuit connector. All conductor terminals shall be identified
44 as to the component terminal to which they connect.
45
46 Ballasts for high pressure sodium lamps shall have a ballast characteristic curve which
47 will intersect both of the Tamp- voltage limit lines between the wattage limit lines and
48 remain between the wattage limit lines throughout the full range of lamp voltage. This
49 requirement shall be met not only at the rated input voltage of the ballast, but also the
50 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of
ASSEMBLED AMENDMENTS 57
1
1
1 the lamp, the ballast curve shall fall within the specified limits of Tamp voltage and
2 wattage.
3
4 All luminaires ballasts shall be located within the luminaire housing. The only exception
5 shall be ballasts to be mounted on lowering assemblies and shall be external to, and
6 attached to the fixture assembly.
7
8 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources
9 shall be:
10
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%
HPS any 750 1000 Auto Reg. Lead 10% 30%
CWA
MH I any 1 175 400 'Mag. Reg. Lag I 10% I 18%
MH any 1000 Auto Reg. Lead 10% 30%
CWA
11
12
13 9 29.9(2) Transformers
14 The transformers to be furnished shall be indoor /outdoor dry type transformers rated as
15 shown in the Plans. The transformer coifs, buss bar, and all connections shall be
16 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps,
17 one at 5% and one at 10% below the normal full capacity.
18
19 9 29.10 Luminaires
20 This section is revised to read:
21
22 All luminaires shall have their components secured to the luminaire frame with ANSI,
23 300 series chrome nickel grade stainless steel, zinc dichromate coated steel or ceramic
24 coated steel hardware. The luminaire slip- fitter bolts shall be either stainless steel, hot
25 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal
26 luminaire assemblies shall be assembled on or fabricated from either stainless steel or
27 galvanized steel. The housing, complete with integral ballast, shall be weathertight.
28
29 The temperature rating of all wiring internal to the luminaire housing, excluding the pole
30 and bracket cable, shall equal or exceed 200 °F
31
32 All luminaires shall be provided with markers for positive identification of light source
33 type and wattage. Markers shall be 3- inches square with Gothic bold, black 2 -inch
34 legend on colored background. Background color shall be gold for high pressure
35 sodium, and red for metal halide Tight sources. Legends shall be sealed with transparent
36 film resistant to dust, weather, and ultraviolet exposure.
37
38 Legends shall correspond to the following code:
39
Lamp 1 Wattage Legend
ASSEMBLED AMENDMENTS 58
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
70
100
150
175
200
250
310
400
700
750
1,000
7
10
15
17
20
25
31
40
70
75
XI
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 Tamp, 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 Tens shall be mounted in a
18 doorframe assembly which shall be hinged to the Iuminaire 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 Tamp complete with ballast.
40
ASSEMBLED AMENDMENTS 59
1
1
1 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat
2 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall
3 withstand a 1,000 -hour salt spray test as specified in ASTM B 117.
4
5 H. All luminaires to be mounted on horizontal mast arms, shall be capable of
6 withstanding cyclic loading in:
7
8 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak
9 sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for
10 a minimum of 2 million cycles without failure of any luminaire parts, and;
11
12 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum
13 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as
14 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million
15 cycles without failure of any luminaire parts.
16
17 I. All luminaires shall have leveling reference points for both transverse and
18 longitudinal adjustment. Luminaires shall have slip- fitters capable of adjusting
19 through a 5- degree axis for the required leveling procedure.
20
21 9 29.10(2) Decorative Luminaires
22 In the first paragraph, "150 400" is revised to read "50 400
23
24 In the second paragraph, "box shaped" is deleted.
25
26 In the third paragraph, the first sentence is deleted. The second sentence is revised to read:
27
28 The ballast housing shall be adequately constructed to contain ballasts for 50 400 watt
29 alternate high intensity discharge sources.
30
31 The fourth paragraph is revised to read:
32
33 Each housing shall consist of an integral reflector, containing a mogul based high
34 intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens
35 mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or
36 secured with screws. The reflector assembly shall have a lamp vibration damper. The
37 reflector shall be manufactured of polished aluminum or molded from prismatically
38 formed borosilicate glass. The housing shall have a heat resistant finish. The lens
39 frame shall be secured to the housing with ANSI, 300 series chrome nickel grade
40 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware.
41
42 The last sentence in the fifth paragraph is deleted.
43
44 The sixth paragraph is deleted.
45
46 The seventh paragraph is revised to read:
47
48 The finish shall meet the requirements of ASTM B 117 with the exception that the finish
49 shall be salt spray resistant after 300 hours exposure
50
51 The first sentence in the eight paragraph is deleted.
52
ASSEMBLED AMENDMENTS 60
1
1
1
1 9- 29.10(3) High Mast Luminaires and Post Top Luminaires
2 This sections content including title is deleted and replaced with:
3
4 9 29.10(3) Vacant
5
6 9- 29.10(5) Sign Lighting Luminaires
7 This section is revised to read:
8
9 Sign lighting luminaires shall be the Induction Bulb type.
10
11 9 29.10(5)A Sign Lighting Luminaires Mercury Vapor
12 This section including title is revised to read:
13
14 9 29.10(5)A Sign Lighting Luminaires Isolation Switch
15 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9-
16 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The
17 terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall
18 be either single pole, single throw, or double pole single throw as necessary to open all
19 conductors to the luminaires other than neutral and ground conductors. The switch shall
20 contain 600 volt alternating current (VAC) terminal strips on the Toad side with
21 solderless lugs as required for each load carrying conductor plus four spare lugs per
22 strip.
23
24 9 29.10(5)B Sign Lighting Fixtures Induction
25 The first sentence is revised to read:
26
27 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a
28 polyester paint finish.
29
30 In the second sentence of the sixth paragraph, "87" is revised to read "85
31
32 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A
33
34 The first sentence of the last paragraph is revised to read:
35
36 A Manufacturer's Certificate of Compliance, conforming to Section 1 -06.3
37 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator
38 test methods and results shall be submitted by the manufacturer with each lot of sign
39 lighting fixtures.
40
41 9 29.12 Electrical Splice Materials
42 This section is revised to read:
43
44 Circuit splicing materials shall meet the following specifications.
45
46 9 29.12(1) Illumination Circuit Splices
47 This section is revised to read:
48
49 Illumination circuit splices shall be split bolt vice type connectors or solderless crimped
50 connections to securely join the wires both mechanically and electrically as defined in
51 Section 8- 20.3(8).
ASSEMBLED AMENDMENTS 61
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 This section is supplemented with the following new sub sections:
3
4 9- 29.12(1)A Heat Shrink Splice Enclosure
5 Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil
6 Spec 1 230053
7
8 9 29.12(1)B Molded Splice Enclosure
9 Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar
10 sheet bonded to butyrate webbing forming a flexible mold. The material used shall be
11 compatible with the insulation material of the insulated conductor or cable. The
12 component materials of the resin insulation shall be packaged ready for convenient
13 mixing without removing from the package.
14
15 9 29.12(2) Traffic Signal Splice Material
16 This section is revised to read:
17
18 Induction loop splices and magnetometer splices shall include an uninsulated barrel
19 type crimped connector capable of being soldered. The insulating material shall be a
20 heat shrink type meeting requirements of Section 9- 29.12(1)A, an epoxy resin cast type
21 with clear rigid plastic mold meeting the requirements of Section 9- 29.12(1)B, or a re-
22 enterable type with silicone type filling compound that remains flexible and enclosed in a
23 re- enterable rigid mold that snaps together.
24
25 9 29.15 Flashing Beacon Control
26 In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers
27
28 9 29.18 Vehicle Detector
29 The first paragraph is revised to read:
30
31 Induction loop detectors and magnetometer detectors shall comply with current NEMA
32 Specifications when installed with NEMA control assemblies and shall comply with the
33 current California Department of Transportation document entitled "Transportation
34 Electrical Equipment Specifications," specified in Section 9- 29.13(7) when installed with
35 Type 170, Type 2070 or NEMA control assemblies.
36
37 30.AP9
38 SECTION 9 -30, WATER DISTRIBUTION MATERIALS
39 January 4, 2010
40 9- 30.1(1) Ductile Iron Pipe
41 In the first paragraph, number 1. and 2. are revised to read:
42
43 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe
44 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the
45 requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged
46 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be
47 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated
48 on the Plans or in the Special Provisions.
49
ASSEMBLED AMENDMENTS 62
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 2. Nonrestrained joints shall be either rubber gasket type, push on type, or
2 mechanical type meeting the requirements of AWWA 0111.
3
4 9 30.1(2) Polyethylene Encasement
5 This section is revised to read:
6
7 Polyethylene encasement shall be tube -form, high density cross laminated polyethylene
8 film, or linear low density polyethylene film, meeting the requirements of ANSI /AWWA
9 C105. Color shall be natural or black.
10
11
12 33.AP9
13 SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC
14 April 5, 2010
15 9- 33.4(3) Acceptance Samples
16 The third paragraph is revised to read:
17
18 Samples from the geosynthetic roll will be taken to confirm the material meets the
19 property values specified. Samples will be randomly taken at the job site by the
20 Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer.
21
22 The first sentence in the sixth paragraph is revised to read:
23
24 For each geosynthetic roll that is tested and fails the Project Engineer will select two
25 additional rolls from the same lot for sampling and retesting. The Contractor shall
26 sample the rolls in accordance with WSDOT T 914 in the presence of the Project
27 Engineer.
28
29 35.AP9
30 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS
31 January 4, 2010
32 9 -35.0 General Requirements
33 In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable
34 Attenuator
35
36 In the second paragraph, the third sentence is revised to read:
37
38 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified
39 Products List (QPL) submittals are not required.
40
41 9 35.12 Truck Mounted Attenuator
42 This section including title is revised to read:
43
44 9 35.12 Transportable Attenuator
45 Transportable attenuators are Truck Mounted Attenuators (TMA) or Trailer- Mounted
46 Attenuators (TMA trailer). The transportable attenuator shall be mounted on, or
47 attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum
48 weight in accordance with the manufacturer's recommendations. Ballast used to obtain
49 the minimum weight requirement, or any other object that is placed on the vehicle shall
ASSEMBLED AMENDMENTS 63
1 be securely anchored such that it will be retained on the vehicle during an impact. The
2 Contractor shall provide certification that the transportable attenuator complies with
3 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the
4 Contractor are subject to the approval of the Engineer. The Contractor shall provide the
5 Engineer with roll -ahead distance calculations and crash test reports illustrating that the
6 proposed host vehicle is appropriate for the attenuator and the site conditions.
7
8 The transportable attenuator shall have a chevron pattern on the rear of the unit. The
9 standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non reflective
10 black and retro reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with
11 the "V" at the center of the unit.
12
13 This section is supplemented with the following new sub sections:
14
15 9 35.12(1) Truck Mounted Attenuator
16 The TMA may be selected from the approved units listed on the QPL or submitted using
17 a RAM.
18
19 The TMA shall have an adjustable height so that it can be placed at the correct
20 elevation during usage and to a safe height for transporting. If needed, the Contractor
21 shall install additional lights to provide fully visible brake lights at all times.
22
23 9 35.12(2) Trailer Mounted Attenuator
24 The TMA trailer may be selected from the approved units listed on the QPL or
25 submitted using a RAM.
26
27 If needed, the Contractor shall install additional lights to provide fully visible brake lights
28 at all times.
29
30 9 35.12(3) Submittal Requirements
31 For transportable attenuators listed on the QPL, the Contractor shall submit the QPL
32 printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350-
33 071 EF) for the product proposed for use to the Engineer for approval. The Contractor
34 shall submit a RAM for transportable attenuators not listed on the QPL.
35
ASSEMBLED AMENDMENTS 64
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
s
It 2 1
Pt wa
7
t r
i
rort• a..n
CD
FEVtsIau
VICINITY MAP
N
Project
.nr
I
WILLIAM k FAIRCHILD
INTL AIRPORT
C -7 )r--1
)0 A\GE__,ES
Dry Crcc _�ric_gc
and Arai_ ?hasc
roec t No. D5 3:_
SHEET INDEX
at. :ro rP
PORT
ANGELES
L
I t DESIGNED LEN DATE 06/10
1 1
I I DRawN: BIP DATE 06/10
1 1 CHECKED, JC RL5 DATE. 06 /i0
I I H. SCALE.
I I
V. SCALE
J 1 F LE: PPD./. n.wE:
I I
I f3; IAPFEND. I AIL DItAENSION5 ARE IN FEET
UNLESS OTHERWISE NOTED
SHEET TITLE
1 VICINITY MAP AND SHEET INDEX
2 PLAN AND ELEVATION
I 3 TESC AND SITE ACCESS PLAN
4 FOUNDATION LAYOUT, CONSTRUCTION SEQUENCE, GENERAL NOTES AND DESIGN NOTES
5 ABUTMENT 1 AND 3 SHAFT DETAILS, SHAFT CAP PLAN AND ELEVATION
6 ABUTMENT 1 AND 3 SHAFT CAP SECTION AND PEDESTAL
7 PIER 2 SHAFT AND SHAFT CAP DETAILS
8 PIER 2 PIER WALL DETAILS
9 PIER 2 PIER CAP DETAILS AND CURTAIN WALLS
10 EXPANSION JOINT DETAILS, UTILITY HANGER DETAILS
11 BAR LIST
6
Eaeller+ Cans,Nmg Inc
e x e l t e c h
Lazy, HA Sellk. WA Pal Anyekt W.t Perlknd OR
PUBLIC WORKS DEPARTMEA7
CITY OF FORT ANGEL ES
321 EAST 5TH STREET P.0 B06 1150
PORT ANGELES WA 98362 PHONE (2061 457 -0411
DRY CREEK PEDESTRIAN BRIDGE
VICi7" ✓I7Y RAP AND SHEET INDEX
5 18'2
N7 0 21
tV
3.2
a r
DATUM
NAVA 1988
HO. 1 DATE
A° UNE
1
REVISION
17•18•10 ADDED 'PIGMENTED Mina' TO
EXPOSED SURFACES
a
�Z
J ..fM JB '&95I
r' %�r` tv2
att` IOU u.s I. lair war wit x.w r+
CEN
Na_a
EXISTING GROUND LINE
AT "PB" LINE
DESIGNED. CEN
DRAWN 01P
CHECKED; JG h RLS
11. SCALE:
FILE:
PROJ. NAVEL
ALL DIMENSIONS ARE IN FEET
APPEND. UNLESS OTHERWISE NOTED
ELEV 223.00 -1-
1
1
ELEV 19300
GATE: 06110
DATE: 06/10
OATtr 06110
V. SCALE:
7
REFERENCE LINE ELEV 170,00
TOP OF CONCRETE DECK
BOTTOM OF TRUSS
Lsi/. IA S>00% RA fad Awti VIA PcNrA
PLAN
SEARING 15 NORMAL TO "PS° UNE FOR ALL P1&5
§S. O. trieMiriliMerd1P2M3. 112100. 10117512MilIffilardrilant
1,5
100 YR MRI ;�'i —ELEV 193.00
Q =360 CF5 1 ELEV 155.50
X W.5. ELEV 181.6." I I I
�s -r I,1
LI
EreBlA Cmv&lep. Ia
—ELEV 223.50
ELEVATION
&RAPE ELEVATIONS SHOWN ARE TOP OF DECK
201 -1
r X41
214 J)
noQ
202 20 6
J�
PUBLIC WORKS OEPARTUENT
CITY OF PORT ANGEL ES
321 EAST STN STREET P.O. BOX 1150
PORT ANGELES WA. 98362 PRONF• 12061 457-0411
-2 Z1
ORAVEL
`Lc
r
u"r x- 'j
Mgr ANGELES. ur- 1 y
SAR5W1RE FENCE
ELEV 196,0
ti ELEV 226.00
15'-0 LONG SAFETY HANDRAIL
(TYP. 4 PLACES) SEE SPECIAL
PROVISIONS
NOTE. ALL EXPOSED CONCRETE SURFACES
SHALL RECEIVE A CLASS 2 FINISH
WITH PIGMENTED SEALER WE
5PECIAL PROVISIONS).
DRY CREEK PEDESTRIAN BRIDGE
P/. AN AND EL EVATION
M1 I
2
OF
11
PREFABRICATED STEEL TRUSS
PROPRIATARY SUPERSTRUCTURE
SIMPLE SPANS CO NCRETE DECK
L0 ADING: AASHTO LRFD
PEDESTRIAN LOAD
L !I1I f f t t tlll
�i f f
--="--N
Z j .'-----/---\.t
l
-3 N`\\ 1
\\\NN\\I
X111
NO 1 DA(E 1 REV'SICN
ORDINARY HIGH WATER MARK
PERMANENT SEDIMENT CONTROLS
J
1 OESIGNEU: CEN DATE: 06/10
I OPAWU: JWB DATE: 06/22
CHECKED. JC RL DATE 06)10
H. SCALE V SCALE.
FILE. PAST NAME
ALL DIMENSIONS ARE IN FEET
BY APPEND UNLESS OTHERWISE NOTED
yz/-y(
per
7L
40#/#00.,p .i:#,#4. ,,,o,,,,o..00,.4..0•,,o,t,s0,0,.;00,_,,:s.
4-
DATUM
NAM 1983
sVU I
1J1j
Qt8 "1-2-i7-21;r-_27:5 i
LEGEND
0
CHECK DAM (SMP 1207) 4'
SILT FENCE ("SMP #C233)
—CHECK PAM
CONIFER, DECIDUOUS TREE, 8" DIAMETER OR
GREATER DSH TO BE REMOVED. CUT A T 13A5E.
LEAVE ROOTS IN PLACE UNLESS REQUIRED
SY FOUNDATION CONSTRUCTION.
CONSTRUCTION ENTRANCE (SMP 1C105) x
APPROXIMATE ACCESS ROUTE (BMP 1C107, SMP 1203) 4
Y T Y 1 T t Y
t 4 EASEMENT FROM PORT OF PORT ANGELES
4
Cat,, WA Stalk. WA Pr, Atte W4 Paflond, OR
50D SWALE (SMP 1C124)-
APPROXIMATE WORK AREA
Exelfech Cenaudmq, Inc
e x e 1 t e c h
PUBLIC WORKS CEPA4TUEVT
C!T Y OF PORT ANGEL ES
321 E4ST 571-1 STREET PO BOX 1150
PORT ANGELES 53 98362 PHONE (2061 457 -0411
4, SMPs FROM THE DEPARTMENT OF ECOLOGY'S 2005 STORMWArER
MANAGEMENT MANUAL FOR WESTERN WASHINGTON
DRY' CREEK PEOESTRIA,b 9
TESC SiT E ACCESS PL ,'J,Ir
NO.
7 -19 -10
DATE
12
3'-O" PIA
DRILLED SHAFT
REVISION
"P8" 5TA 12 +12.87
"A" STA 102+11.54 34.93' RT
0I• ti011r r rr rlir� ar r�101:14 01 r r r.,iv r,;�tr P
Li
ADDED ANCHOR 130LT MATERIAL SPECIFICATION
"P8" LINE
8P 1 LEN
3' -0" DIA DRILLED SHAFT-
13
1473 °21'53.13 "E
3' -O" DIA DRILLED SHAFT
DESIGNED: LEN
DRAWN: BIP
FOUNDATION LAYOUT
5 f
DATE. 06/10
OATS: 06/10
I CIIMKEOt J G A RI-9- D A-rF 05
SCALEt V. SCALE:
1 1 EILEt PROs. NAMEI
k Ail DIMENSIONS ARE IN FEET
�X#PD. UNLESS OTHERWISE NOTED
ff
I
oI
1. CONSTRUCT DRILLED SHAFTS
2. CONSTRUCT ALL SUBSTRUCTURE CONCRETE ELEMENTS
3. ATTACH ALL UTILITY HANGERS, CARRIER PIPE AND CONDUITS
TO STEEL TRUSSES BEFORE PLACING TRUSSES ON SUBSTRUCTURE.
4. PLACE SUPERSTRUCTURE STEEL TRUSSES ON SUBSTRUCTURE.
5. CONSTRUCT CONCRETE DECK
PB" 5TA 13 +21.87
CONSTRUCTION SEQUENCE
14
3'-0" DIA DRILLED SHAFT
4
e x e l t e c h
tO'11. VA SedNe. WA rat Aop ks VA &aka OR
"P0" 5TA 14 +30.87
"A" 5TA 104 +29 42 27.57' RT
r r
1-
CxAle:ACms1Ettgt l,.
GENERAL NOTES
cON9TRUCTION SPECIFIC/lift/N.5
ALL MATERIAL AND WORKMANSHIP SHALL SE 114 ACCORDANCE WITH THE REQUIREMENTS OF
THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS
FOR ROAD, SRIDGE AND MUNICIPAL CONSTRUCTION DATED 2010 AND AMENDMENTS
CONCRETE DECK SLAB CLASS 4000
PIERS CLA55 4000
DRILLED SHAFTS CLASS 4000 P
METAL REINFORCEMENT AASHTO M31, GRADE 60
ANCHOR BOLTS: F1554, GRADE 55 GALVANIZED
AFTER FAB; IC TIO PER AASHTO M232
pL DIMENSTO A D ELEVATIO
ALL DIMENSIONS TO REINFORCING STEEL ARE TO CENTERLINE OF BAR UNLESS NOTED OTHERWISE.
CONCRETE COVER MEASURED FROM THE FACE OF THE CONCRETE TO THE FACE OF ANY REINFORCING SAR 5HALL
SE 1 -1 /2". UNLESS SHOWN OTHERWISE ON THE DRAWINGS.
CONSTRUCTION
CONSTRUCTION JOINTS WILL BE PERMITTED ONLY AT THE LOCATIONS SHOWN 014 THE PLANS OR AS
APPROVED BY THE ENGINEER.
FLAST-OMERIC BEAR1aaS
DESIGN PROCEDURE METHOD A
GRAVE 4 DUROMETER POLYISOPRENE
DESIGN LOADS (SERVICE 1) 100 KIPS ALL BEARINGS
DESIGN NDTE5
DESIGN SPECIFICATIONS
114 ACCORDANCE WITH "AASHTO LRFD GUIDE SPECIFICATIONS FOR DESIGN OF PEDESTRIAN 8R1DGE5" 2009
"AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS" 4th EDITION 2007
DESIGN LOADS
PERMANENT LOADS
DC UNIT WEIGHT OF REINFORCED CONCRETE
UTILITIES
EV UNIT WEIGHT OF SOIL
TRANSIENT LOADS
LL 90 LB /5F PEDESTRIAN LOAD
TI) UNIFORM TEMPERATURE RANGE
BASE SETTING TEMPERATURE
EXTREME EVENT LOADS
EQ ACCELERATION COEFFICIENT
5011 PROFILE TYPE
SEISMIC PERFORMANCE ZONE
FOOTING DESIGN LOADS
STRENGTH LIMIT STATE
RESISTANCE FACTOR
RESISTANCE FACTOR
PUBLIC WORKS DEPARTHEA7
CITY OF PORT ANGELES
321 EAST 5TH STREET P1). BOX 1150
PORT ANGELES, WA, 911T62 PHONE 12061 451' -0411
BEARING 0.45
Rn 7.00 KIPS/SFT
y P 4 KIP5 /5FT
4, SLIDING 0.4
Q 9.4 KIPS
y V 9.5 KIP5
F'G 4.00K5I
PC 4.00 K51
F'C =4.00KSI
FY 60.00 K9I
FY 55.00 K51
0.160 KCF
0.120 KLF
0.125 KCF
0° F TO 120 F
64° F
0.35
D
SERVICE LIMIT STATE
BASED ON SETTLEMENT OF 0.50 114
4, RESISTANCE 2.5 K1P5 /5FT
y P 2 97 KlP5 /5FT
DRY CREEK PEDESTRIAN BRIDGE
FOUNDATION LAYOUT, CONSTRUCTION SEQUENCE,
GENERAL NOTES AND DESIGN NOTES
10 BUNDLES
OF 2L51111B
3" CLR.
4 SHAFT
a.
m;.c
SECTION :0
DRILLED SHAFT
1 1 7-19-10IXEYISE0 PEPISTAL HEIGHT AND ADDED
I ANCHOR ITOLT LOCATIONS
ABUT
SEE TERMINUS DETAIL
oft I Jo
ttir OF SHAFT
4.1 Aour.
ar9 ABM.
SEE TERMINUS DETAIL
DM SHAFT
I
BOTTOM OF SHAFT
ELEY I03.0 Ariu
ELEY 196.0 ABUT. 3
SEE TERMINUS DETAIL
ELEVATION
c LINE
15 SPIRAL
3 ACCESS TUBES FOR C5L TESTING
OP CEN
DESIGNED, CEN
DRAWN: gm
tiftt-KED: gji5
H. SCALE: V. SCALE,
FILET PROJ. NAK:
ALL DIMENSIONS ARE IN FEET
NO. 1 OAT SION APPO. I UNLESS OTHERWISE NOTED
REVI
-SPIRAL BAR-- 6"
I I it14.
51" "tap 3/te (3/26) OR 3//3" (3/16)."- 6
WELDED SPLICE DETAIL
WELDING SHALL MEET THE REQUIRMENTS
OF STD. SPEC. 6-02.3(24)E
MAY I3E FIELD
BENT (TYP.)
DATE 06/10
BATE: 06/20
°Air OM
LAP SPLICE DETAIL
FOR DEFORMED 13NZ5 ONLY
USE WELDED LAP SPLICE DETAIL
FOR SMOOTH WIRE SPIRAL
3 WRAPS OF SPIRAL -2\ WELDED SPLICE AT
END OF SPIRAL
SPIRAL-ki
TERMINUS DETAIL
exeltech
/FIELD WELD OR
\SHOP WELD
laq; IA Salk. N't Pal 14014 WA Porfkot OR
;t,
4F251#4 IN
CURTAIN
(TYP)
Eattech Owe*. IX.
Lyz, i 2 .i 4 wr 4 1L 2",
9" 1/2'
M)±1.E.F. Na 14 E F. 9 SPA 0 12 0.-cr 1A201
E.F.
5 Oa 0 6" 3' Spit OS'
o 2r-3" 2`-3
A 04
PLACE AS
ACE A5 SHOWN
(TYP)
9 k
1190Wii
aye) 7?" /0154.4 F. frYP,1
I I I
"PO' Umq
I AFT 71 A2 1
01
SH 4
----.--e-----e--t-e-!-..,..M
4 4 I
4,ers, "nr...".■ -..'...1 7 4 47^ .....0
7: s•-...■ ....t.■....-........■ taars■ ......J.■ A: 7
i
■A., ■1.1—.. •........1.
I i I' II i
5ECOt4,1 i 2 112 eft ANCHOR—, 0- 7 1 1
Lc. t
i i i ear -Mie) .k Lilt r„
5' 1/4" I I 1 616- g
6 114" I Pe@ 14" tsi
PUBLIC WORKS DEPARTNENI
CITY OF PORT ANGEL ES
.21 EAST 5T11 STREET PA BOX 1150
PORT ANGELES. WA 98362 PHONE; (2061 457-0411
ABUTMENT PLAN
PIER 1 swim PIER 3 SIMILAR
SEE e LAYOUT ON SHEET 6
FOR ADDITIONAL ANCHOR 6011 LOCATION VETA/L5
4 TOTAL ANCHOR BOLTS AT EACH ABUTMENT
op
.L J.
I
YE LINE
r-FA E;Fy #4 E,F.
PLACE .A9
11111
4-4 —1-4— A-
4`-tr
\6
1 1
t
10 W. dr! B 15.-4" (M') L t—pc-F41$0 SWOP SET
4 I
I' 1
i r
1
f t t
t
PIER 1 SHOWN PIER 3 SIMILAR
SHOWN LOOKING BACK ON STATION
FOR urtury LOCATIONS SEE SHEET 10
ABUTMENT ELEVATION
—1
A101
DRY CREEK PEDESTRIAN BRJDOE
NOTE: CAP REINF. ANA PEDESTAL
REINF. NOT SHOWN. ANCHOR
130LTS DETAILS NOT SHOWN.
SEE SHEET 6 FOR ADDITIONAL
DETAILS REGARDING ANCHOR
BOLTS.
ABUT 4/ENT I AND .3 SHAFT DETAILS
SHAFT CAP PL AN AND ELEVATION
9"
6
E F
13
Al21,t
E.F
NOrE: PEDESTAL gEit4F. NOT sHOWN.
ANCHOR BOLT LOCATIONS AND
DETAILS NOT SHOWN. SEE
SHEET 6 FOR ADDITIONAL
DETAILS REGARDING ANCHOR
BOLTS.
5
OF
11
--4t ASU MEN
TOP OF UTMENT 9
t.. BACK WALL i
1
-NOTE: MCKWALL AND
CURTAIN W REINF.
:Nor SHOWN.
e
i
I( 1 1
I J
t
J.4 ...tI.
r I
N
2';6'
t 8"
1 17 -19 -101 REVISED PEDISrAL HEIGHT AHD ADDED I or 1 GEN
I 1 ANCHOR OOtr LOCATIONS j 1
I 1
I l I
I 1
I 1 1
f I 1 1
I I 1 1
NO. 1 DATE 1 REVISION 1 Br 1 APPD.
1 1 S
2 0
Y
l ixsictlEct CEN
DRAWN. 61P
PEW,EDWC d KW
H. SCALE:
FILE:
t if2" 41 ANCHOR BOLT
(TYPPEE VIEW
FOR ADINTlONAJ -TAILS
5 (A30) #4
9'
7(311
SPACE EQUALLY
oATE: 06/10
DATE: 06/10
HATE Q6f10
V. SCALD
14
PROJ. NAME:
ALL DIMENSIONS ARE 81 FEET
UNLESS OTHERWISE NOTED
AI J *5 STIRRUP 5Er 1` I
t L 1
*6 (TYP.)
18
w THE 6° DIMENSION ANO THE
1' -6" 3/4" DIMENSION MAY BE
ADJUSTED IF NECESSARY. ALL
OTHER DIMENSIONS ARE
CRITICAL TO FACILITATE
PROPER FITTING OF THE TRU55
TO THE SUBSTRUCTURE UNITS.
N
4 I /2" 10 #4_ 1 1 ur
6"
tc
co
e x e l t e c h
Lerq. WA 5"!0; ■1 reel Mccka, WA Pwticd GA
h!
4 9PA. c
t t t
1 1 I
L a r
E.cdra a CmadLa,1. Int
PEDESTAL
108' -0
r 6DL7' �7 ANCHOR
r
PARTIAL ABUTMENT PLAN
60r,i DIRECTIONS
S 1
108' -7 16 (TYP)
8'
1o5 -o°
108' -7 16 (TYP)
BOTH DIRECTIONS
'ANCHOR BOLT PLAN LAYOUT
2 -f 1/2° 4, ANCHOR BOLTS
130TTOM NUT FINGER
TIGHT AGAINST 8RG
PLATE. TOP NUT TIGHT
AGAINST BOTTOM NUT.
8"
PU& IC WORKS DEPARTMENT
CITY OF PORT ANGELES
321 EAST 5TH STREET P.0 8OX 1150
PORT ANGELES. WA. 98362 PHONE 1206) 457 -0411
1
iti
I 1' -8 !374- I
J 1
l i
VIEW©
NOTE: BACKWALL AND
CURTAIN WALL REINF.
NOT SHOWN.
DRY CREEK PEDESTRIAN BRIDGE_
ABUTMENT AND 3 SHAFT CAP SECT/ON
AND PEDESTAL
IASI
Y
MG-
SP E EQUALLY
6
OF
1/
NO. DATE REVISION
1 I
I 1
I i I
U.. LA t
thlLurl t
I
to U th I
;.t I _J.-
1
---A-
.........--r
---t-------T
5EE TERMINUS DETAIL
I I
I i 1 r
10 BUNDLES
OF 215211*10
3" CLR.
C SHAFT 4 PIER
SEE TERMINUS DETAIL
3
SHAFT
l'IER
BY I APPEND
1 y DIA SHAFT
BOTTOM OF SHAFT
1
tJ
ELEVATION
ne
:2F
SECTION rA
DRILLED SHAFT
#10
ELEV 153.5
TOP OF SHAFT
ELEV 138.5
SEE TERMINUS DETAIL
NOT& SEE SHEET 5 OF 11
FOR "WELDED SPLICE DETAIL",
"LAP SPLICE DETAIL" AND
'TERMINUS DETAIL"
-1322I #5 SPIRAL
3 ACCESS TU3E5 FOR C5L TESTING
DESICNED: CEN 04. 2E OH/10
DRAWN. SIF DATE 06/10
CHECKED JC RLS DATE. 06/10
H SCALE. V SCALE
FILE PROJ NAME
ALL OWENS/DNS ARE IN FEET
UNLESS OTHERWISE NOTED
N N
41
.7 V
ir. 1
:1
F'731,*5 3" 2 SPA 4 12' I
51 SET
3'-0" DIA SHAFT (TYp)
exeltech
tour WA Seal I4 RA 8,8 Mq9 tt 28 PerlIced 08
Exel1KACcasuIlatg. Inc.
SHAFT
10
PIER WALL
14 SPA 5"-= 5'-10"
H
iITi
1 1 1 1 1 1 1 1 1 1
1
--IP12)*7 E F.
PUBLIC WORTS DEPARTMENT
CU( OF PORT A4'6 ES
321 EAST 5TH STREET PO PDX 1150
PORT ANGELES. WA 98362 PHONE (206) 451-0411
20
PLAN
'PS" LINE
ELEVATION
PIER 2 SHAFT CAP
7
`-10 Pfol *11
10•.0"
_L____1,
SHAFT
DRY CREEK PEDESTRIAN BRIDGE
-1 i101plii06
3 SPA, eli 12" 14 5PA 0 5"= 5'-10" k 2 SPA D 12" 1 a' t
3'0' I 2'0"
1
1 i
t fr
i r 1 1 1 1 1
L _1
1 I I I I
4 4 --If
I i I I I 1_
1
L 1
1— 1— -1--)
PIER 2 SHAFT AND SHAFT CAP DETAILS
7
OF
11
"PS" LINE r PJER 2
ri
UI
I i I
1
1 1
1 i f 1
I I I
�_)1._J
I I I
1- 1
1
6' -0"
14 TIE sE 7
PIER 2 PIER WALL
3'
VIEW-
5P 1 CEH DESIGNED: CEN DATE: 06/10
1 1 I 1
1710•1011:EVIBED PEDESTAL HEIGHT
1 I
1
NO. 1 DATE 1
REVISION
DRAWN: SIP
CHECKED: JC RL5
H. SCALE:
DATE. 06/10
DAZE: Q /1
V. SCALE:
FA-E: PROJ. NAME,
ALL DIMENSIONS ARE IN FEET
UNLESS OTHERV1SE NOTED
e x e 1 t e c h
tart. WA PA• a„1 !Aosta WA racrs OR
fulled fm i w Iv.
1r3I
3' -0"
G'-0"
"PO" LINE
76 M I
k_ I- I
PENING (T
1
ECTIDN
PUEL IC WORKS DEPARTMEt7T
CITY OF PORT ANGELES
321 EAST STn STREET P.O. 80X 1150
PORT ANGELES. WA. 083E2 PHONE: 19161 457-04/ 1
SECTION
t 1
1 1
1 1
r I
4(6
15 STIRRUP 5E7 1
—1 I r L-4,----"--4,--),
,,_,_-__t____,
f 1 1 1 1
L .___L_-._-ai _J
P1.-2-4#.7 lrrP.j
i r I
m` MD tlf
19 7YP.
SPACE EQUALLY
14 TIE SET
1
1
DRY CREEK PEDESTRIAN BRIDGE
PIER 2 PIER WALL DETAILS
1
DATE I
J'6(TYP) I
r
9" 1 2 i 4
t?
—0
Te.
Zs) —n
5
t TO" LINE
c tsar PIER 2 PIER CAP
SEE ANCHOR r PLA SH
N LAYOUT ON SHEET 6 FOR
ADOITIONAL ANCHOR BOLT LOCATION DETAILS
8 TOTAL ANCHOR Bars AT PIER 2
•1
173116
OTIRKUP SEr
7-19-10I REVISED PEINSTAL fiEfOHT. AOPEO ANCHOR 1
/VOLT LOCATIONS AND CHANGEPENSAR 5/Z
REVISION
13P
CEN
j#.311
WO
1,6 Loll
4P 6
1_11 I_
1 I _1011
F 1° ij
1 1" i
I/ 4) Ake:40+0LT (TYP)
ktrgl EA
.7'‘ r 7 frY014
E V ...t 1
15 SPA. 0 n" 15=0'
PIER 2
ELEVATION PIER 2 PIER CAF'
DESGKO: CEN
ORAWNi 6IP
trIELKCO: JC teL.4
4
H. SCALE: V. SCALE,
DATE: 06/10
OATE: 06/10
DM: 06/10
MEI
PRDJ NAME-
APPO, L ALL DIMENstorn AnE IN FEET
UNLESS OTHERWISE NOTED
2
1 -V 1 5W
r -711-4c4 #4 (ryr.)
FOR CURTAIN WALL REINFORCING
rriT 1
I 4_1_1_4. #4 (rYP)
L,1" 1- I._ 1
rt
1 1111
4-1-1— 4-1-0 Arid W4 (n-rj
e z+t-I0 j-W4
614
SEE CURTAIN WALL ELEVATION
AND SECTION
[Terkel) Conallag. 114
exeltech
t. 111 SEAGA WI 11,1 .1**5. 1171 Wend, 69
1 1/2" ANCHOR BOLT (rr)
SEE vectiort
FOR ADDITIONAL Off LS
ITO 14 615PA. 9" 4.-6-
L --0
1 1 I 1 1
!11
PIER 2
CURTAIN WALL ELEVATION
12- STIRRUP SET
I 1 I
F
-fr.$2117 (TYP)
I
q
1
i
1 i
i a
1 I 1
1),
-4-........... y A
i V'
SECTION
ir:511
1 4-
PI
Z 4T3 nt 3
6
PUBLIC WORKS 1:11,PARTIIEHT
CITY OF PORT ANGELES
321 EAST 5TH STREET PA. BOX 1150
PORT Anal ES. WA- 98362 PHONE; 12061 457-0911
1
T 7
iMX-4 (TYP)
2
S_ECT ION
DRY CREEK PEDESTRIAN BR/06E
PIER 2 PIER CAP DETAILS
AND CO/?TA.IN WALLS
4 f 1/2.. 4, ANCHOR
BOLTS OOTH Nurs
TIGHT AGAINST SRO
PLATE
STUB OUT AND CAP
SEWER UNE CARRIER
PIPE MP CONDUITS
FOR ELECTRICAL
AND FIBER OPTIC
NO. 1 DATE
TOP OF ABUTMENT TOP OF CONCRETE DECK
BACK WALLt
(TYP.) :7 i
USE we EDGER
11/2"
ELASTOMERIC
COMPRESSION
SEAL
TOP OF ONGR1irk "DECK
U5E 3/8" EDGER
(TYP.)
ELASTOMERIC -f
COMPRESSION
SEAL
COMPRESSION SEAL
ABUTMENT 1 SHOWN, ABUTMENT 3 SIMILAR
COMPRESSION _SEAL
PIER 2
EXPANSION JOINTS
15'
UTILITY FIFE STUB OUT DETAIL
1 17- f9 -f01 ADDED NOTES REGARDING HANGER RODS I 9P
RLVISION RV
h S
----BRIDGE DECK
2 1 4 fP 4 Q F TEMPERATURE OF
R nr,40 F STRUCTURE AT
TI OF INSTALLING
I /8 80° 1= EXPANSION JOINT
r
BEGIN OR END OF BRIDGE
CEN
AFRO,
DESIGNED: CEN
DRAWN. BIP
0.1Mgpl dG RLS
ANVIL PIPE ROLL FIG 171,
B -LINE 53114. ELCEN 15 OR
APPROVED EQUAL
(PIPE SIZE 14")
DATE, 06/10
DATE: 06/10
OAIE, 06/10
H. SCALE: V. SCALE:
FR PROD. NAMEt
ALL DIMENSIONS ARE W FEET
UNLESS OTHERWISE NOTED
COMPRESSION SEAL TABLE
D.S. BROWN I WATSON BOWMAN
ACME
SEAL 1 WIDTH 1 SEAL 1 WIDTH
CV -30 I 3" I WA -3001 3°
TESTING SHALL SE PER AASHTO M -220
PRIOR TO USE
17 3/4°
DETA1
Lt SEWAGE UNE
MG_ 278 OR EQUAL
T ROD 51 /.E "-ANVIL 1
05
WELDED -Ns
1 4
1 l- 14" 4, SEWER LINE
CARRIER PIPE
GALV. STEEL
HANGER ROD
W/4 HEX NUTS
14" 4, SCH. 10
(0.25" WALL)
GALV. STEEL
SEWER LINE
CARRIER PIPE
ANVIL FIG. 212
OR EQUAL
(PIPE SIZE 14")
w
w
u
1
DETAIL
u
DETAIL
DETAIL
\1..
'A' IS TO BE DETERMINED BASED
ON DISTANCE FROM BOTTOM OF
FLOOR SEAM TO C OF CARRIER
PIPE.
TOP OF
CONCRETE DECK
°A"
COUPLING FOR DIAGONAL SEWER BRACE
15 ON OPPOSITE SIDE OF FLOOR SEAM
FROM COUPLING FOR SEWER VERTICAL RODS.
5' -O"
6" 4, PVC CONDUITS OR
5" 4 PVC CONDUIT
ANVIL ADJUSTABLE WROUGHT
CLEYIS, HG. 260, 8 -LINE
B3100 0R ELCEN 12 OR EQUAL
(CONDUIT SIZE 6" FOR ELECTRICAL,
5° FOR FIBER OPTIC)
PUBLIC WORKS OEPARTN£HT
CITY OF PORT ANGELES
321 EAST 5TH STREET PA. BOY 1150
PORT AA'i_LES. WA. 95362 PHONE: (2061 457 -0411
re LINE
10'-0"
FLOOR BEAM-
S" PVC FIBER OPTIC CONDUIT
2'-6 0" PVC ELECTRICAL CONDUIT
Zi
6" P11C
ELECTRICAL CONDUIT
3/4" ROD
5••O"
1 1
1, I
1 1
1
1 1
1
t _SEWER UNE
BRID E TYPICAL OECTIl. N SC HEM ATICD
SHOWN _LOOXING AHEAD OW SinrION
--5/8" ROD
SEE ATTACHED SIG 1: BRIDGE PLAN .SHEEP E4 .FOR C4: P T€ DETA1L5
1
TG DETERMINE 11AN6EK ROD LEN9TJ48
5/8° GALV. STEEL HANGED: POD .W14 HEX fiwT5 FOR 6° FIBER OPTIC CONDUIT
3/4" GALV. STEEL HANGER ROD W/4 HEX NUTS FOR 0" ELECTRICAL CONDUIT
NOTE5•1 STEEL RODS SHALL SE ASTM A307.
2. ALL MATERIAL SHALL SE GALVANIZED AFTER
FABRICATION PER AASHTO M1I1 OR AA5HTO M232
EXCEPT PIPE ROLLERS.
3. PAINT ROLLERS WITH THREE COATS OF
GALVANIZING REPAIR PAINT. SEE 5TA SPEC 9 -08.2
4. ONE SET OF HANGERS REQUIRED AT EACH FLOOR SEAM.
(56 TOTAL SETS REQUIRED)
6. ONE SET OF HANGERS CONS15T5 OF:
ONE DETAIL Q
ONE DETAIL 15
ONE DETAIL t FOR 5"
TWO DETAIL l FOR 6"
DRY CREEK PEDESTRIAN BRIDGE
EXPANSION JOINT DETAILS
UTILITY HANGER DETAILS
DETA -1 L f"
P R 1 2. 6 plAFT5
Nor 1 short rert1E414
•12 Plc, 1 '.f ehpft ogee&
721. dire 2 ohofG vdrfltsle
yf2 Pt.r a ;than apfr*M
KJEP� 14
J
+'aP Eei fr
5 -5� vt
OP e� �.r q
O R!1 Or!
2 4,41.92'
Al 2d oaa
MR Pf as A PER 1YAL4
pr gltudl p R+
P -101 lli
0 of MHO
fps nor ,WAR rig v.g:t
r211 riersdfirp,
P2le pier-WAR TM Bat
PIER. 7. mg 4VrALL CAP
P50 got tutslIU11141
ear rot L°nyl llel
1P.32 ?Far aorta trrdltt
L
0.4 fr
aS p u y.$t
r a N fl AI Ut4
r50 rtnld dre
P frapar pvtDldA
PBS' t Yrev Yen
I 1
N0, DATE
5 Dor I5 i7c11c4d h
eubOAuctrwn quantltha
L Luny man quantity
T innasrse
5egmnb
REVISION
1 17- t9- I0LREV19E0 BARS A22 P3i AND Pb0
1 I
I 1
1 1
1 1
I
4-
14.
4.0
u
Ft k Fl k Fri h
I:
fL .4,
0,
2
17
7
�.e
471
4
6
4
f 73,3
22b
2
4:
4 7.0
...1CADDISheets111_Barlist.dgn 7/22/2010 8:54:29 AM
FY
I BY 1 GEN DESIGNED: CEN
DRAWN: all'
CHECKED JC RL5
FI, SCALE:
E Dar 16toMo Tory coated
V Car dtncnsbn5 Lvtaeen dndrabn
Mon on this he and the fod:whg ka.
PA to Q,t?
CRS PROD. NAA4ET
Fir ALL MANSIONS ARE 1N FEET
APPEIOT,' UNLESS OTHERWISE NOTED
DATE: 06/10
DATE: 06 /10
DATE: 06/10
V. SCALE:
71173111 INJAM
1
Lie
PaD
Panli -2
Pali MILIE10
H II
CC h M_ e
1�
hilLa [RIB M4�Xr7f r
Ll�� 6 9- 9
�����oe o 00
i
I 1 111 1 1111 1 1 1 1
R X1111111 FP
11 IN 111111 laid 1
OIL =MS 1 :1i
Iiiiiiiiiiiii 11
l :CC: D _:B °C: 1111111 1111
13ARkER
MOE afilE 11E75
Endkm consd6119. Inc
e x e i t e c h
tazlc WA S&16 WA •Pr4 Anp2( IA 14•11441. OR
b: 7 NitNTUE6N0( ice TI7F85,(3'1R Lsr
PUBLIC WORKS DEPARTMENT
CITY OF PORT ANGELES
321 EAST 5TH STREET P-O. BOX 1150
PORT ANGELES, WA. 98362 PHONE: (2061 457 -0411
u
TYPE SO
/mug,
CC _IYPF St
TYPE. 53
t I
U
wan 54
TYPE 56
TrPE "S7
wve
NOE 59
WIFE 55
U
n n
it 4
Oaf: 1 W DIACWAAS
TYPE 60
I\
I ►Y
WO YAW MR WA'
D AOZWI R32 E tas
TYPE 67
u
.nkt
.ft?
u 1
TYPB '80
•.fit
awe 79
1 AIL PRECE/20 BAER CN 1F6 9#r 5044 DE A5OA 1106 (141E651-0414
ODEEREE
2`
79 4 4 7 K A 0 w m =oar At west 901W11.1TIFENR 1151" 5E IRANC
NWERENEr
S BOO RR TRAT6YERSE ryes Olz To Mtt•VO. arsoic l01R76 H(S AIX 01E4
61111 THEE M123 9441t OE tIMA51atiCJD 70 aFFORA4 DTFE
COMULFAZIV Or RE sncluE
4 W91RAWLfiV;7Nff !WS 40DE 84 071 W6com
DAIS
DRY CREEK PEDESTRIAN BRIDGE
BAR LIST
lyas s1 x
B
b
1
TYPE
TYPE 62
65e
u
TYNE,433_
11
to
NQIE; BRACE DIAGONALS ARE OFFSET 1 1/2"
UPWARD FROM CENTER OF BOTTOM CHORD
TO ALLOW FOR SEWER UNE CLEARANCE.
-1 1/2' (MIN. CLEAR)
4' CONCRETE DECK
(BY OTHERS)
1
-1 1/16"o HOLE
w /(2) 1'0 NUTS
iti I'+ AN. ire
r -9 1 /B'
2' -6'
3' -2 7/8"
3 11 13/16'
m
m
N r
1 1
m A- (SHIED FOR APPROVAL
T F I13/3q/2410
v PROM /EIAAV 4AV CONR/OWIAL
rNr"b3FCATION IAt OR_A[ INS l$ INVVOLEPROPERTYOF RIG-R aRtosE. ANY REPRODUCTION AV PART
ORASA li7 /OI GW1lHcUT WRI77ENAMttS ssie seRoulanED.
FORM DECK NOTES:
1.) FORM DECK SHALL BE TIGHT FITTING
WITH A CAP NO LARGER THAN 1/4" IN
ANY DIRECTION.
2.) FGRM DECK TO SPAN 2 SPANS MIN11lUM.
3.) FORD DECK OVER SPLICE LOCATIONS
V U. BE SHIPPED LOOSE AND FIELD
ATTACHED WITH SELF-DRILLING
FASTENERS.
FORM DECK
11Y -0'
BRIDGE
NNI% I 1(CLEAR)
i
11 I
!j( i s 14' CARRIER PIPE
w/ HANGER do 1'0 RODS
(BY OTHERS)
BIGR
B R I D G E
SIs'CTION
1
13/16'0 HOLE
w /(2) 3/4'0 NUTS
INTERIOR FLOOR BEAU
11/16'0 HOLE
w /(2) 5/8'0 NUTS
401 REBAR 9" O.C.
(BY OTHERS)
6' ELECTRICAL CONDUIT
3/4" ROD (BY OTHERS)
(VIEW LOOKING TOWARDS HIGH END OF BRIDGE)
4D2 REBAR 0 1' -0" 0.C.
(BY OTHERS)
TYP VIO
1
TYP. 3/t6 V
1/40 HAND RAIL (CAP END)
TYF 3/16
HAND RAIL BRACKET
SAFETY RAIL
(CAP GRIND SMOOTH)
T&B
7YP. 3 /i8 V 2 INTERIOR DIAGONAL
T&I
TYP
5 uPPLJ R /FAe c-Aro
DRAWJltl& PRov nE D
FoR INFOR M,4rrc p1
PAT. BOX 1290 GREELEY, COLORADO 80632.1290
PHONE: (970) 366 -9600 FAX (970) 356 -9621
TOLL FREE: (800) 234 0734 www,bigrbrittge.com
V 2
TOE FLAW—
SIDE tum
1/4
(2) 11O' —O n
—TOP CHORD
TAG
5/16 V TYP.
5" FIBER OPTIC CONDUIT
5/8 ROD (BY OTHERS)
INTERIOR VERTICAL
E No Exceptions Taken
E A1ake Corrections Noted
D Revise and Resubmit
EJRejected
Ds j o r Nt-t99
:•IStiEU
`ex
BOTTOM CHORD
3:ATe
1 1/16'0 HOLE
3
Of. 3/8"}
CLEVIS T DET TL
(18 REQUIRED PER BRIDGE)
1 %1" CHAMFER
=mug=
N TFC^
1.) (1) fl3 CLEVIS, (4) 1'0 NUTS, (4) 3/4"4
NUTS, AND (2) 5/B'0 NUTS REQUIRED
AT EACH FLOOR BEAM FOR UTILITY
HANGER ROD ATTACHMENT BY BIG-R.
2) ALL UTILITY PIPE, CONDUIT, HANGERS.
HARDWARE AND INSTALLATION (MATH THE
EXCEPTION OF THOSE IN MEN ED Nd
NOTE #1) BY OTHERS.
7-tit to
x 10' —O" BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANGELES, WA
1 1/2"
CLEAR
.I
LAS;
1) ALL CONCRETE REBAR BY OTHERS.
2) ALL REBAR COUNTS FOR ONE BRIDGE.
RERAR SCHEDULE
MARK,] TYPE !QUANTITY LENGTH REMARKS
401 STRAIGHT 13 109_ -8' f EPDXY*
402 (STRAIGHT J 110 9' -8" EPDXY
DIGIT PRECEDING LETTER DENOTES SIZE OF REBAR
SEE CONCRETE NOTE 6 ON El FOR SPLICING
LOW END
OF BRIDGE
114
DIEMS TAB
#3 CLEVIS
1y/ 1k4r x3 'A32,^i 75
DOLT, NUT WASHER
2"
MIN,
L 1/2' CLEAR
V
REBAR SPACING
k
N; 3 -1 /2 R 1/4 "x 2"x 5" A588
1 1/2
BAND,RAIL. B j.ACXT
rt FLOOR BEAM
'L HANGER ROD
1/2"
(TYP. ALL RODS)
-I vitro HOLE
w/ (2) 1'0 NUTS
1 "0 HANGER RODS
(BY OTHERS)
ROD
(BY OTHERS)
HANGER ROO/ CLEMS
SEC.TIO
HIGH CND
OF BRIDGE
Attachment H
Pedestrian Bridge Installation Guide
UNLOADING
SPLICING NOTES (WHEN REQUIRED)
TWO TYPES OF BOLTED SPLICE CONNECTIONS ARE TYPICALLY USED UNLESS OTHERWISE NOTED ON THE SHOP
DRAWINGS VERTICAL TRUSS DIAGONALS AND HORIZONTAL BRACE DIAGONALS WILL BE JOINED WITH SPLICE PLATES
ON THE OUTSIDE OF THE TRUSS MEMBERS WITH PASS THROUGH BOLTS EACH HOLE LOCATION WILL RECEIVE ONE
LOOSE BOLT AND ONE LOOSE NUT THE CHORD SPLICE WILL HAVE LOOSE SPLICE PLATES WITH ALL NUTS TACK
WELDED INTO PLACE LOCATED ON THE INSIDE OF THE CHORD MEMBER EACH HOLE LOCATION WILL RECEIVE ONE
LOOSE BOLT. FOR THE BOLTED SPLICE DETAILS REFER TO THE SHOP DRAWINGS
VERTICAL TRUSS DIAGONAL AND HORIZONTAL BRACE DIAGONAL PLATES WILL ARRIVE LOOSE OR WIRED AND
BOLTED TO THE BRIDGE LIKE PLATES ARE INTERCHANGEABLE FOR PLATE LOCATIONS AND BOLT SIZE REFER TO
THE SHOP DRAWINGS.
ALL CHORD SPLICE PLATES WILL BE ATTACHED BY WIRE AND SHIPPING BOLTS TO THE SPECIFIC FACE OF THE
MEMBER TO WHICH THEY FIT DO NOT MIX THE PLATES LIP THE BRIDGE WAS FABRICATED WITH THE PLATES IN
THESE SPECIFIC LOCATIONS AND A QUALITY FIT UP WILL BE DEPENDENT UPON THEM BEING IN THE SAME
LOCATIONS AT INSTALLATION DO NOT TRY TO USE A PLATE ON ANY OTHER FACE OF THE SAME OR ANY OTHER
CHORD. IT MAY NOT FIT PROPERLY IN ANY OTHER LOCATION. SHIPPING BOLTS ARE TO BE REMOVED AND
DISCARDED PLATES ARE THEN TO BE SLID OUT TO THE PROPER LOCATION ON THE SPLICE AND BOLTS INSTALLED
LOOSE
THERE ARE THREE COMMON PROCEDURES FOR SPLICING BRIDGE SECTIONS TOGETHER
NOTE
BRIDGE SECTIONS WILL ARRIVE ON OVER THE ROAD TRUCKING AND BE DELIVERED AS CLOSE TO THE BRIDGE
LOCATION AS POSSIBLE THE CONTRACTOR WILL BE RESPONSIBLE FOR UNLOADING THE BRIDGE AT THE SITE
OCCASIONALLY, IT MAY BE NECESSARY TO UNLOAD OTHER BIG R MATERIAL TO REACH THE BRIDGE THE
CONTRACTOR WILL NEED TO RELOAD SAID MATERIAL IN THIS EVENT.
LOOSE ITEMS SUCH AS SETTING PLATES AND BOLTS WILL ARRIVE WITH THE BRIDGE THE CONTRACTOR SHOULD
MAKE SURE ALL LOOSE ITEMS ARE UNLOADED WITH THE BRIDGE REFER TO THE BILL OF LADING.
MOST SPLICED BRIDGES ARRIVE IN TWO SECTIONS PLACE ONE SECTION ON A RELATIVELY FLAT SURFACE
WITH THE SPLICED END CRIBBED UP IN THE AIR ABOUT 2 THIS WILL ALLOW FOR EASIER FIT UP AND ALLOWS
ROOM TO WORK UNDER THE BRIDGE THE OTHER SECTION IS LIFTED WITH A CRANE WHEN THE CHORD
SPLICES ARE LINED UP, THE SECTION WILL BE SLID INTO PLACE IT MAY BE NECESSARY TO USE
COME -A -LONGS TO PULL THE SECTIONS TOGETHER WHEN BOLT UP IS COMPLETE, THE ENTIRE BRIDGE MAY
BE LIFTED AS ONE PIECE WITH THE CRANE AND SET ON THE FOUNDATIONS
MID -AIR SPLICING CAN BE USED WHEN THERE ARE SEPARATE CRANES TO LIFT EACH SECTION
ONE SECTION MAY BE PLACED ON THE APPROPRIATE FOUNDATION WHILE THE SPLICE RESTS ON TEMPORARY
SHORING
VERTICAL TRUSS DIAGONAL �I
DIAGONAL SPLICE PLATES
(PLATES OUTSIDE OF DIAGONAL)
DIAGONAL SPLICE BOLTS w/ NUTS
(SEE SPLICE PAGE FOR SIZE TYPE)
BOTH VERTICAL TRUSS DIAGONAL
HORIZONTAL BRACE DIAGONAL SPLICES
UTILIZE THE EXTERIOR SPLICE PLATES
WITH THRU -BOLTS
DECKING CONSIDERATIONS:
BOTTOM CHORD
TYPICAL TRUSS SPLICE
NOTE THESE PROCEDURES ARE RECOMMENDATIONS ONLY THE JOB SITE WILL DETERMINE WHICH IS PREFERABLE
THESE PROCEDURES CAN BE USED FOR SIMPLE SPANS AS WELL AS MULTIPLE SPAN STRUCTURES LIFTING
WEIGHTS ARE LOCATED ON THE SHOP DRAWINGS
1) IF THE BRIDGE HAS WOOD DECKING, IT IS ALLOWABLE
BUT NOT REQUIRED FOR THE CONTRACTOR TO
REMOVE 2 -3 DECK PLANKS FROM EACH SIDE OF
THE SPLICE TO MAKE ROOM FOR BOLTING THE BRACE
DIAGONAL AND STRINGERS BELOW THE DECK
7777
STRINGER SPLICE
BOLTS w/ NUTS
(SEE SPLICE PAGE
FOR SIZE TYPE)
STRINGER SPLICE PLATE
STRINGER SPLICE PLATE
(WELDED TO FLOOR BEAM)
FLOOR BEAM
O'RELEASED
PROPR /ETARYAND CONF /DENT /AL
INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIG -R BRIDGE ANY REPRODUCTION IN PART
OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED
CHORD SPLICE BOLTS
(SEE SPLICE PAGE FOR SIZE TYPE)
I I
CHORD SPLICE PLATE
w WELDED NUTS
(PLATES INSIDE CHORD)
1 5/04/2010
TOP CHORD
2) IF THE BRIDGE HAS A CONCRETE DECK, MOST OF THE
GALVANIZED FORM DECKING WILL BE SHIPPED FACTORY
INSTALLED EXCEPT FOR THE PIECES REQUIRED TO COVER
THE SPLICE THE CONTRACTOR WILL BE REQUIRED TO INSTALL TYPICAL STRINGER SPLICE
THE SPLICE PIECES THESE PIECES WILL BE CONNECTED TO THE FLOOR BEAMS UTILIZING SELF TAPPING
SCREWS IT IS RECOMMENDED THAT THE CONTRACTOR PRE -DRILL ALL HOLES PRIOR TO INSTALLING THE
SCREWS THE SCREWS WILL BE PROVIDED AS LOOSE ITEMS WITH THE BRIDGE
LIFTING INSTRUCTIONS
USE A MINIMUM OF (4) LIFTING POINTS WHEN LIFTING
ANY BRIDGE IT IS RECOMMENDED THAT LIFTING POINTS
BE 1/4 TO 1/3 OF THE BRIDGE SPAN IN FROM THE ENDS
OF THE BRIDGE LIFTING MAY ALSO BE DONE AT THE
ENDS OF THE BRIDGE AT THE END FLOOR BEAM AND
VERTICAL AS DESCRIBED IN THE FOLLOWING
UNDERHUNG AND H•SECTION BRIDGES ARE TO BE LIFTED FROM THE BOTTOM CHORD OR FLOOR BEAMS ONLY FOR
UNDERHUNG BRIDGES WITH GAP BETWEEN DECK AND CHORD FACE, WRAP CHAIN, CABLE OR SLING OVER TOP OF FLOOR
BEAM, UNDER BOTTOM CHORD, UP AND INSIDE OF TRUSS OVER THE DECK FOR H- SECTION BRIDGES, WRAP CHAIN,
CABLE OR SLING INSIDE THE VERTICAL BELOW THE FLOOR BEAM, AROUND THE VERTICAL CROSSING OVER ON THE
OUTSIDE OF THE VERTICAL, UP AND INSIDE THE TRUSS OVER THE DECK
(UNDERHUNG)
NOT MORE THAN 4 DIAMETERS
1/4 TO 1/3 POINT
(H— SECTION
ALL BOLTS ARE HIGH STRENGTH STRUCTURAL BOLTS THE COMMON BOLT SIZES ARE''/." AND 1° DIAMETER THE
PROPER SOCKET SIZES ARE 1 W AND 1 5/8" RESPECTIVELY WASHERS ARE TYPICALLY NOT REQUIRED AND NOT
INCLUDED ALL BOLTS SHOULD BE INSTALLED LOOSE AND THEN TIGHTENED FROM THE CENTER OF THE SPLICE
FIRST AND THEN WORK OUTWARD
TIGHTENING OF THE BOLTS SHALL BE IN ACCORDANCE WITH THE "SPECIFICATION FOR STRUCTURAL JOINTS USING
ASTM A325 OR A490 BOLTS" BY RCSC WE RECOMMEND USING THE TURN -OF -NUT PROCEDURE DESCRIBED
BELOW
BRING ALL BOLTS TO A'SNUG TIGHT CONDITION TO INSURE THAT THE PARTS OF THE JOINT ARE BROUGHT
INTO GOOD CONTACT WITH EACH OTHER SNUG TIGHT IS DEFINED AS THE TIGHTNESS ATTAINED BY A FEW
IMPACTS OF AN IMPACT WRENCH OR THE FULL EFFORT OF A MAN USING AN ORDINARY SPUD WRENCH
FOLLOWING THIS INITIAL OPERATION, ALL BOLTS SHALL THEN BE TIGHTENED ADDITIONALLY BY THE
APPLICABLE AMOUNT OF NUT ROTATION AS SPECIFIED IN THE TABLE BELOW, WITH THE TIGHTENING
PROGRESSING SYSTEMATICALLY FROM THE MOST RIGID PART OF THE JOINT TO ITS FREE EDGES DURING
THIS OPERATION, THERE SHALL BE NO ROTATION OF THE PART NOT TURNED BY THE WRENCH
NUT ROTATION FROM SNUG TIGHT CONDITION
BOLT LENGTH (AS MEASURED FROM UNDERSIDE OF HEAD TO DISPOSITION OF OUTER FACES OF BOLTED PARTS
EXTREME END OF POINT) BOTH FACES NORMAL TO BOLT AXIS
MORE THAN 4 DIAMETERS BUT NOT MORE THAN 8 DIAMETERS I
MORE THAN 8 DIAMETERS BUT NOT MORE THAN 12 DIAMETERS I
1/3 TURN
1/2 TURN
2/3 TURN
NUT ROTATION IS RELATIVE TO BOLT, REGARDLESS OF THE ELEMENT (NUT OR BOLT) BEING TURNED FOR BOLTS
INSTALLED BY TURN AND LESS, THE TOLERANCE SHOULD BE PLUS OR MINUS 30 FOR BOLTS INSTALLED BY 2/3
TURN AND MORE, THE TOLERANCE SHOULD BE PLUS OR MINUS 45
IF ANY NUTS CANNOT BE TIGHTENED, GRIT MAY HAVE BECOME LODGED IN THE THREADS REMOVE THE GRIT AND
RETIGHTEN OR RETAPPING OF THE NUT MAY BE NECESSARY
P.O. BOX 1290 o GREELEY, COLORADO 80632 -1290
PHONE: (970) 356 -9600 o FAX (970) 356 -9621
BRIDGE TOLL FREE: (800) 234 0734 o www.bigrbridge.com
ALTERNATIVELY, BRIDGES MAY BE LIFTED FROM THE TOP CHORD IF A SPREADER BAR IS USED TO KEEP ANY TANGENTIAL
FORCES FROM BEING APPLIED TO THE BRIDGE THE TOP CHORDS SHOULD NEVER BE PULLED TOWARDS EACH OTHER
DURING THE LIFTING PROCESS
WHEN AN UNDERHUNG BRIDGE HAS A CONCRETE DECK THAT EXTENDS ALL THE WAY TO THE CHORD FACE LIFTING MAY
BE DONE BY WRAPPING CABLE, CHOKER OR SLING AROUND A DIAGONAL AND VERTICAL MEMBER WHERE THEY MEET ON
THE TOP OF THE BOTTOM CHORD AT DECK LEVEL
80X TRUSS BRIDGES MAY BE LIFTED BY WRAPPING CHAIN, CHOKER OR SLING AROUND THE TOP CHORD AT THE JOINT OF
A VERTICAL, DIAGONALS AND TOP STRUT
DIAGONAL
BOTTOM CHORD
(UNDERHUNG CONCRETE DECK
AGAINST CHORD FACE)
WHEN LIFTING PAINTED BRIDGES IT IS RECOMMENDED THAT STRAPS BE USED WITH PADDING PLACED BETWEEN THE
STRAP AND THE CHORD OR VERTICAUDIAGONAL ELEMENTS TO KEEP THE STRAP FROM POTENTIALLY DAMAGING THE
PAINTED FINISH
BEARING PREPARATION
SETTING INSTRUCTIONS
BIG -R BRIDGE
GREELEY, CO
VERTICAL TOP BRACE DIAGONAL
FLOOR
BEAM
TOP CHORD
ANCHOR BOLTS
SETTING PLATE
VERTICAL
HIGH STRENGTH
NON SHRINK GROUT
PEDESTRIAN BRIDGE INSTALLATION GUIDE
(BOX TRUSS)
ALL LOOSE SETTING PLATES ARE TO BE SET ON THE FOUNDATIONS ON APPROXIMATELY W OF SHIMS BEFORE SETTING THE
BRIDGE LIGHTLY APPLY GREASE TO TOPS OF ALL BASE PLATES EXCEPT TEFLON/STAINLESS STEEL BEARINGS
ALL TEFLON /STAINLESS BEARING ASSEMBLIES WILL BE FACTORY SUPPLIED AND TACK WELDED TO BEARING PLATES MAKE
CERTAIN THAT THE SETTING PLATE (LOWER BEARING THAT SITS ON THE FOUNDATION) HAS THE TEFLON FACING UP AND
THE TOP BEARING (PHYSICALLY WELDED TO THE BRIDGE) HAS THE STAINLESS FACING DOWN REMOVE ANY PROTECTIVE
COATINGS FROM THE TEFLON AND STAINLESS SURFACES
AFTER THE BRIDGE IS SET, SHIMS CAN BE ADJUSTED TO MAKE THE DECK FLUSH WITH THE BACKWALL AND TO OBTAIN FULL
CONTACT BETWEEN THE SETTING PLATE AND THE BEARING PLATE
AFTER ALL ADJUSTMENTS ARE MADE, PLACE HIGH STRENGTH NON SHRINK GROUT UNDER SETTING PLATE TO CREATE FULL
CONTACT BETWEEN THE SETTING PLATE AND THE FOUNDATION SEAT
REFER TO THE SHOP DRAWINGS FOR ANY SPECIAL INSTRUCTIONS RELATED TO BEARINGS
PORTAL STRUT
AFTER PLACING THE BRIDGE, ADJUST STRUCTURE ON THE FOUNDATIONS SO THAT SPACING IS EQUAL AT BOTH ENDS OR
AS DIRECTED IN NOTES ON THE SHOP DRAWINGS NOTE IF THE BRIDGE HAS AN ELEVATION DIFFERENCE, BE SURE TO
SET THE HIGH END OF THE BRIDGE ON THE HIGHER FOUNDATION PER THE SHOP DRAWINGS REFER TO THE SHOP
DRAWINGS FOR CORRECT ALIGNMENT BRIDGES WITH AN ELEVATION DIFFERENCE WILL HAVE A WELDED MARK (H) FOR
HIGH, (L) FOR LOW LOCATED ON THE OUTSIDE FACE OF THE CORRESPONDING END FLOOR BEAM.
EACH ANCHOR BOLT WILL RECEIVE (1) WASHER AND (2) NUTS ONE END OF THE BRIDGE IS DESIGNED TO BE FIXED AND
THE NUTS ARE TO BE INSTALLED TIGHT THE EXPANSION END WILL HAVE THE FIRST NUT TIGHTENED FINGER TIGHT TO
THE WASHER PLACED ON THE BEARING PLATE THE SECOND NUT WILL BE INSTALLED TIGHT TO THE FIRST REFER TO THE
SHOP DRAWINGS TO DETERMINE WHICH END OF THE BRIDGE IS TO BE THE FIXED OR EXPANSION END
WHEN INSTALLING PAINTED BRIDGES CARE MUST BE TAKEN TO MINIMIZE DAMAGE TO THE FINISH DURING INSTALLATION
PADDING SHOULD BE USED TO PROTECT THE PAINT FROM CHAIN, CHOKER OR SLING IT WILL BE THE RESPONSIBILITY OF
THE ONSITE CONTRACTOR TO PERFORM ALL TOUCH UP PAINTING AS NECESSARY A NOMINAL AMOUNT OF TOUCH UP
PAINT WILL BE SUPPLIED THIS IS OFTEN AN EPDXY SYSTEM AND ATTENTION WILL NEED TO BE GIVEN TO MIXING THE
PAINT TOUCH UP MUST BE APPLIED TO BLEND WITH FACTORY APPLICATION AS MUCH AS POSSIBLE
SHEET NO
1
OF
1
Attachment 1
Geotechnical Report
K razari ASSOCIATES, INC.
GEOTECHNICAL ENGINEERING ENVIRONMENTAL ENGINEERING
CONSTRUCTION TESTING INSPECTION
FORENSIC INVESTIGATION
GEOTECHNICAL ENGINEERING INVESTIGATION
PROPOSED DRY CREEK PEDESTRIAN BRIDGE
OLYMPIC DISCOVERY TRAIL
PORT ANGELES, WASHINGTON
PROJECT No. 092 -10006
MAY 19, 2010
Prepared for:
EXELTECH CONSULTING, INC.
ATTN: Ms. LEAH M. JONES, MBA
8729 COMMERCE PLACE DRIVE NE, SUITE A
LACEY, WASHINGTON 98516
Prepared by:
KRAZAN ASSOCIATES, INC.
GEOTECHNICAL ENGINEERING DIVISION
11715 NORTH CREEK PARKWAY SOUTH, SUITE C -106
BOTHELL, WASHINGTON 98011
(425) 485 -5519
11715 North Creek Parkway South C -106 Bothell, Washington 98011 (425) 485 5519 FAX (425) 485 6837
With Offices Serving the Western United States
Kr
ASSOCIATES,INC.
GEOTECHNICAL ENGINEERING ENVIRONMENTAL ENGINEERING
CONSTRUCTION TESTING INSPECTION
May 19, 2010 KA Project No. 092 -10006
INTRODUCTION
PURPOSE AND SCOPE
GEOTECHNICAL ENGINEERING INVESTIGATION
PROPOSED DRY CREEK PEDESTRIAN BRIDGE
OLYMPIC DISCOVERY TRAIL
PORT ANGELES, WASHINGTON
This report presents the results of our Geotechnical Engineering Investigation for the proposed Dry
Creek pedestrian bridge located along Olympic Discovery Trail, in Port Angeles, Washington (Figure
1). Discussions regarding site conditions are presented herein, together with conclusions and
recommendations pertaining to site preparation, structural fill, utility trench backfill, drainage and
landscaping, erosion control, and foundations.
A site plan (Figure 2) showing the approximate locations of the exploratory borings is presented
following the text of this report. A description of the field investigation and the laboratory testing
program, the exploratory boring logs and the results of the laboratory testing are presented in Appendix
A. Appendix B contains guides to aid in the development of earthwork specifications. If conflicts in
the text of the report occur with the general specifications in the appendices, the recommendations in
the text of the report have precedence.
This investigation was conducted to evaluate the shallow soil and groundwater conditions at the site and
to develop geotechnical engineering recommendations for use in design of specific construction
elements.
Our scope of services was performed in general accordance with our original proposal for this project,
dated January 14, 2010 (KA Proposal No. G10- 006WAB), and included the following:
A site reconnaissance by a member of our engineering staff to evaluate the surface conditions at
the project site.
A field investigation consisting of drilling and sampling three exploratory borings within or
near the proposed Dry Creek pedestrian bridge crossing location. The exploratory borings were
drilled to approximately 11.0 to 30.0 feet below existing grades.
Eleven Offices Serving The Western United States
11715 North Creek Pkwy S., Suite C -106 Bothell WA, 98011 (425) 485 -5519 (425) 485 -6837
092 -07032 doc
Laboratory tests on representative soil samples obtained from the exploratory borings to classify
the properties of the subsurface soils.
Evaluation of the data obtained from the investigation and completion of engineering analyses
to develop recommendations for use in the project design.
Preparation of this report summarizing our findings, the results of our analyses and our
conclusions and geotechnical recommendations for this project.
PROPOSED CONSTRUCTION
KA No. 092 -10006
May 19, 2010
Page No. 2 of 14
It is our understanding that the proposed pedestrian bridge will span the approximately 200 foot wide
ravine over Dry Creek, connecting the eastern and western portions of the Olympic Discovery Trail
(ODT). We have not yet received specific information regarding the proposed pedestrian bridge
structures or site grading. The proposed bridge will likely be supported by piers and would consist of 2
spans, minimizing disturbance to the existing sloping areas. In the event that the structural or grading
information detailed in this report is inconsistent with the final design, the geotechnical engineer should
be notified so that this report may be updated as applicable.
SITE LOCATION AND DESCRIPTION
The site of the proposed pedestrian bridge is located east of the intersection of Lower Elwha Road and
Kacee Way near Port Angeles, Washington, as shown in the Vicinity Map (Figure 1). The project
includes a crossing of the Dry Creek ravine in a right -of -way once occupied by a railroad. Map
coordinates for the project site include Township 30 North, Range 6 West (W.M.), Section 1 in Clallam
County.
GEOLOGIC SETTING
The Washington State Department of Natural Resources, Washington Division of Geology and Earth
Resources, Geologic Mao of The Washington Portion of the Port Angeles 1:100.000 Ouadranele.
Washington (Schasse, Henry W WA DNR, 2003) indicates that the proposed Dry Creek pedestrian
bridge site lies near the contacts of Recent Alluvium, Vashon Glacial Till, Continental Sediments,
Fraser and Pre- Fraser Undifferentiated Surficial Deposits, and the Pysht Formation (Miocene
Oligocene). The glacial and non glacial sedimentary deposits consist of interbedded clay, silt, sand,
gravel, and glacial till, and are found along steep slopes and narrow stream valleys. The Pysht
Formation consists of poorly indurated and interbedded marine mudstone, claystone, sandy siltstone,
and sandstone, and is exposed within the Dry Creek channel area.
FIELD INVESTIGATION
The field investigation consisted of drilling three exploratory borings within or near the proposed Dry
Creek pedestrian bridge crossing location. The exploratory borings were drilled to approximately 11.0
to 30.0 feet below existing grades. Krazan Associates, Inc. performed the field work on March 17,
March 31 and April 1, 2010. An attached Site Plan (Figure 2) shows the approximate locations of the
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
093 -10006 doc
exploratory borings. Representative samples of the subsurface soil were collected from the borings and
sealed in plastic bags. These samples were transported to our laboratory for further examination and
verification of the field classifications. The soils encountered in the exploratory borings were
continuously examined and visually classified in accordance with the Unified Soil Classification System
(USCS). A more detailed description of the field investigation is presented in Appendix A.
Laboratory tests were performed on selected soil samples to evaluate their physical characteristics and
engineering properties. The laboratory testing program included soil gradation analyses of the materials
encountered. Details of the laboratory testing program and results of the laboratory tests are summarized
in Appendix A. This information, along with the field observations, was used to prepare the final
exploratory boring logs, which are presented in Appendix A.
SOIL PROFILE AND SUBSURFACE CONDITIONS
KA No. 092 -10006
May 19. 2010
Page No. 3 of 14
The soils encountered in the exploratory borings were generally typical of those found in the mapped
geologic units for this area.
The soils encountered in Boring 1 (B -1) consisted of approximately 2.5 feet of topsoil, plant debris and
organic material underlain by medium dense silty sand with gravel to a depth of 4.5 feet below grade.
Below these materials, the soil boring encountered very dense silty sand with gravel interbedded with
hard silt lenses and dense silty gravel with sand lense to a depth of approximately 9.5 feet below the
ground surface. Very dense silty sand with gravel was encountered from about 9.5 feet to the boring
termination and refusal depth of 22.5 feet below the existing ground surface.
The soils encountered in Boring 2 (B -2) consisted of approximately 2.5 feet of topsoil, plant debris, and
organic material underlain by loose sand with silt and minor gravel to a depth of about 4.5 feet. This
material was found to be underlain by very dense poorly indurated sandstone, extending to the bottom
of the exploration at a depth of 30,0 feet below the existing ground surface.
The soils encountered in Boring 3 (B -3) consisted of approximately 1.0 foot of topsoil and organic
debris underlain by very dense silty sand with some gravel to a depth of 9.5 feet below grade. Below
these materials, the soil boring encountered very dense silty sand with some gravel and cobbles to the
boring termination and refusal depth of 11.0 feet below the ground surface. It is noted that refusal was
encountered in two other attempts at deeper boreholes in the vicinity of Boring B -3 at a similar depth.
For additional information about the soils encountered, please refer to the logs of the exploratory
borings in Appendix A.
EROSION CONCERN/HAZARD
The Natural Resources Conservation Services (NRCS) indicates that the proposed Dry Creek pedestrian
bridge location is near the contacts of Clallam Gravelly Sandy Loam(12, 0 to 15 percent slopes) with
"Slight" erosion potential in a disturbed state and Neilton Very Gravelly Loamy Sand (44, 30 to 70
percent slopes) with "Severe" erosion potential in a disturbed state. It has been our experience that soil
erosion potential can be minimized through landscaping and surface water runoff control. It is our
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092 -10006 doc
SLOPES
KA No. 092 -10006
May 19, 2010
Page No. 4 of 14
understanding that the main soil work will consist of constructing the bridge foundation. Typically
erosion of exposed soils will be most noticeable during periods of rainfall and may be controlled by the
use of normal temporary erosion control measures, i.e., silt fences, hay bales, mulching, control ditches
or diversion trenching, and contour furrowing. Erosion control measures should be in place before the
onset of wet weather.
The Site is located within an area that Clallam County and the City of Port Angeles consider a Critical
Slope Area/Geologically Hazardous Area (Slopes 40 percent or greater, Erosion and/or Moderate to
High Landslide Hazard Area.
The slopes, within the close vicinity of the proposed Dry Creek pedestrian bridge crossing, vary in
declivity between approximately 5 to greater than 100 percent. During our field investigation, we
traversed the proposed pedestrian bridge abutment slope areas. As we conducted the traverses within
the sloping regions, we looked for any signs that would indicate past slope failures or future instability.
During our site traverse we did observe a relatively recent shallow slide north of the proposed bridge
location, which was most likely caused by scouring of the slope toe by water flow along the Dry Creek
channel area. We also observed scouring of the Dry Creek channel slopes indicating high water
velocities during and just after flooding or prolonged wet weather events. This channel scouring most
likely will lead to additional slope undercutting and instability in the future (mainly along the western
side of the channel area near the proposed pedestrian bridge location). Outside of the recent shallow
slide area, the site slopes are vegetated with grass, ferns, and other herbaceous plants, blackberry bushes
and other shrubbery, as well as cedar, maple, alder and fir trees.
It should be understood, that due to natural geologic processes such as weathering and erosion due to
precipitation, channel scouring, drying, wind, and other natural weathering processes, that the site
slopes will ultimately retreat toward the west and east along the Dry Creek channel area. This is
typically a long -term process that may have a limited affect on the proposed pedestrian bridge location
during the design life of the structure, depending on the proposed location of the structure relative to
steep slope areas, the Dry Creek channel area. These processes can be retarded by implementing proper
drainage and erosion control features in the design. It should be noted that the rate of slope retreat may
accelerate if shallow slides and slope movement take place without proper mitigation.
GROUNDWATER
The exploratory borings where checked for the presence of groundwater during and immediately
following drilling operations. Groundwater was encountered at a depth of approximately 18 feet in the
exploratory boring B -2 at the date and time of our field investigation.
It should be recognized that water table elevations may fluctuate with time. The groundwater level will
be dependent upon seasonal precipitation, irrigation, land use, and climatic conditions, as well as other
factors. Therefore, water levels at the time of the field investigation may be different from those
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092 -10006 doc
SEISMIC CONDITIONS
Peak Ground Acceleration (PGA)
28.43 (10% probability of exceedance in 50 years)
50.13 (2 %probability of exceedance in 50 years)
S 112.16 %ofg
S 46.98% of g
FA 1.00
F 1.30
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
KA No. 092 -10006
May 19, 2010
Page No. 5 of 14
encountered during the construction phase of the project. The evaluation of such factors is beyond the
scope of this report.
Groundwater flow may increase during the wet weather season. If construction takes place during the
wet season, difficulties may arise with respect to grading and excavation work. Certain remedial and/or
dewatering measures may be necessary to aid in earthwork construction.
The site soil profile has been identified according to the 2006 International Building Code (IBC). The
glacial soils and poorly indurated sandstone encountered in the exploratory borings, primarily below a
depth of about 5 feet, were generally in a dense to very dense condition. The overall soil profile at the
proposed Dry Creek pedestrian bridge generally corresponds to a site class soil profile of C, as defined
by Table 1613.5.2 of the 2006 International Building Code. A site class soil profile of C applies to a
profile consisting primarily of very dense soils to soft rock within the upper 100 feet.
We referenced the U.S. Geological Survey (USGS) Earthquake Hazards Program website to obtain
values for S S FA, and F The USGS website includes the most updated published data on seismic
conditions. The site specific seismic design parameters and adjusted maximum spectral' response
acceleration parameters are as follows:
Additional seismic considerations include Liquefaction potential and amplification of ground motions by
soft soil deposits. The liquefaction potential is highest for loose sand with a high groundwater table.
The relatively dense to very dense glacial soils and poorly indurated sandstone interpreted to underlie
the site are considered to have a low potential for liquefaction.
092-10006 doc
CONCLUSIONS AND RECOMMENDATIONS
General
Site Preparation
KA No. 092 -10006
May 19, 2010
Page No. 6 of 14
It is our opinion that the proposed Dry Creek pedestrian bridge should be placed on drilled piers to help
minimize the disturbance of the existing slopes during construction work, to reduce the potential for
erosion around the bridge foundation due to creek scour and slope runoff, and to effectively resist lateral
loads. The drilled piers for the proposed Dry Creek pedestrian bridge abutments should be setback from
the existing Dry Creek channel area to minimize potential for scouring of sediment from around
foundation elements during seasonal flow fluctuations.
General site clearing should include removal of the, vegetation; trees and associated root systems;
wood; existing utilities; rubble; and rubbish that will impact the proposed pedestrian bridge
construction. Site stripping will be mainly dependent on the proposed pedestrian bridge abutments
(drilled pier locations). At a minimum, site stripping should extend to a depth of about 1 to 2.5 feet, or
until all organics in excess of 3 percent by volume are removed. These materials will not be suitable for
use as structural fill. However, stripped topsoil may be stockpiled and reused in landscape or non-
structural areas.
During wet weather conditions, typically October through May, subgrade stability problems and grading
difficulties may develop due to excess moisture and/or the disturbance of sensitive soils. Although not
recommended, construction during the extended wet weather periods could create the need to over
excavate exposed soils if they become disturbed and cannot be re- compacted due to elevated moisture
contents. The on -site soils have variable silt contents and are considered moisture sensitive. If the
construction of the proposed new pedestrian bridge takes place during the wet season, general project
site winterization should consist of the protection of exposed soils during the construction phase and
control of any surface water runoff from the construction site on the pedestrian bridge construction site
towards Dry Creek and surrounding slopes.
A representative of our firm should be present during all site clearing and grading operations to test and
observe earthwork construction. This testing and observation is an integral part of our service, as
acceptance of earthwork construction is dependent upon compaction and stability of the material. The
geotechnical engineer may reject any material that does not meet compaction and stability requirements.
Further recommendations, contained in this report, are predicated upon the assumption that earthwork
construction will conform to the recommendations set forth in this section and in the Structural Fill
Section.
Temporary Excavations
The on site native soils have variable friction and cohesion strengths; therefore, the safe angles to which
these materials may be cut for temporary excavations is limited, as the soils may be prone to caving and
slope failures in temporary excavations deeper than 4 feet. Temporary excavations in the medium dense
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
09Z.100Co doc
KA No. 092 -10006
May 19, 2010
Page No. 7 of 14
to dense native soils should be sloped no steeper than 1H:1V (horizontal to vertical) where room
permits. If the soil in the excavation is subject to heavy vibration along cuts, the temporary excavation
should be sloped no steeper than 1.5H:1V. All temporary cuts should be in accordance with
Washington Administrative Code (WAC) Part N, Excavation, Trenching, and Shoring. The temporary
slope cuts should be visually inspected daily by a qualified person during construction work activities
and the results of the inspections should be included in daily reports. The contractor is responsible for
maintaining the stability of the temporary cut slopes and minimizing slope erosion during construction.
The temporary cut slopes should be covered with visqueen to help minimize erosion during wet weather
and the slopes should be closely monitored until the permanent retaining systems are complete.
Materials should not be stored and equipment operated within 10 feet of the top of any temporary cut
slope.
A Krazan Associates geologist or geotechnical engineer should observe, at Least periodically, any
temporary cut slopes during the excavation work. The reasoning for this is that all soil conditions may
not be fully delineated during the previous geotechnical exploratory work. In the case of temporary
slope cuts, the existing soil conditions may not be fully revealed until the excavation work exposes the
soil. Typically, as excavation work progresses the maximum inclination of the temporary slope will
need to be reevaluated by the geotechnical engineer so that supplemental recommendations can be
made. Soil and groundwater conditions can be highly variable. Scheduling for soil work will need to be
adjustable to deal with unanticipated conditions, so that the project can proceed smoothly and required
deadlines can be met.
If any variations or undesirable conditions are encountered during construction, Krazan Associates
should be notified so that supplemental recommendations can be made.
Structural Fill
The native soils may not be suitable for reuse as structural fill due to the high fines content (silt and
clay) and the elevated natural moisture content. Best Management Practices (BMP's) should be
followed when considering the suitability of material for use as structural fill. A representative of the
geotechnical engineer should observe the condition of existing soils if proposed for use as structural fill.
The feasibility of using these materials will depend on the condition of the soils (grain sizes and
moisture content) as they are excavated, the time of year and weather during earthwork, and allowances
in the schedule for drying and re- compaction if considered. If these soils are deemed unsuitable, a plan
should be in place for importing structural fill material.
It should not be taken for granted that the onsite soils may be used as the sole source for
structural fill (especially during winter construction activities). During wet weather conditions
the soils with higher silt and clay contents will be moisture sensitive, easily disturbed and most
likely will not meet compaction requirements. Furthermore, during the winter the native soils
typically have elevated natural moisture contents, which will limit the use of these materials as
structural fill without proper mitigation measures. The contractor should use Best Management
Practices to protect the soils during construction activities and be familiar with wet weather and
wintertime soil work. An allowance for importing structural fill should be incorporated into the
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092 -10006 doc
Erosion and Sediment Control
KA No. 092 -10006
May 19, 2010
Page No. 8 of 14
construction cost of the project (for wintertime construction this may be as high as 100 percent
import).
Imported structural fill material should consist of well- graded gravel or a sand and gravel mixture with a
maximum grain size of 3 inches and less than 5 percent fines (material passing the U.S. Standard No.
200 Sieve). All structural fill material should be submitted for approval to the geotechnical engineer at
least 48 hours prior to delivery to the site.
Fill soils should be placed in horizontal lifts not exceeding 8 inches loose thickness, moisture
conditioned as necessary (moisture content of soil shall not vary by more than ±2 percent of optimum
moisture) and the material should be compacted to at least 95 percent of the maximum dry density,
based on ASTM Test Method D1557. In place density tests should be performed on all structural fill to
verify proper moisture content and adequate compaction. Additional lifts should not be placed if the
previous lift did not meet the compaction requirements or if soil conditions are not considered stable.
Erosion and sediment control (ESC) is used to minimize the transportation of sediment to wetlands,
streams, lakes, drainage systems, and adjacent properties. Erosion and sediment control measures
should be taken and these measures should be in general accordance with local regulations. At a
minimum, the following basic recommendations should be incorporated into the design of the erosion
and sediment control features of the site:
1) Phase the soil, foundation, utility, and other work requiring excavation or the disturbance of the
site soils, to take place during the dry season (generally May through September). However,
provided precautions are taken using Best Management Practices (BMP's), grading activities
can be undertaken during the wet season (generally October through April), but it should also be
known that this may increase the overall cost of the project.
2) All site work should be completed and stabilized as quickly as possible.
3) Additional perimeter erosion and sediment control features may be required to reduce the
possibility of sediment entering the surface water. This may include additional silt fences, silt
fences with a higher Apparent Opening Size (AOS), construction of a berm, or other filtration
systems.
4) Any runoff generated by dewatering discharge should be treated through construction of a
sediment trap if there is sufficient space. If space is limited other filtration methods will need to
be incorporated.
Groundwater Influence on Structures /Construction
Groundwater was encountered at a depth of 18 feet in exploratory boring B -2 at the date and time of our
field investigation.
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092-10006 doc
If groundwater is encountered during construction, we should observe the conditions to determine if
dewatering will be needed. Design of temporary dewatering systems to remove groundwater should be
the responsibility of the contractor.
If earthwork is performed during or soon after periods of precipitation, the subgrade soils may become
saturated. These soils may "pump," and the materials may not respond to densification techniques.
Typical remedial measures include: discing and aerating the soil during dry weather; mixing the soil
with drier materials; and/or removing and replacing the soil with an approved fill material. A qualified
geotechnical engineering firm should be consulted prior to implementing remedial measures to observe
the unstable subgrade conditions and provide appropriate recommendations.
Drainaee and Landscaping
In general, the ground surface should slope away from the pedestrian bridge area, toward appropriate
drop inlets or other surface drainage devices, or outlets. These grades should be maintained for the life
of the project. The stormwater collection facilities should be designed to limit surface water runoff and
infiltration into the steep slope areas and should be tightlined away from the steep slope areas, and
disposed of where down slope properties, structures and slopes are not jeopardized.
Specific recommendations for, and design of, storm water disposal systems are beyond the scope of our
services and should be prepared by other consultants that are familiar with design and discharge
requirements.
Utility Trench Backfill
Utility trenches should be excavated according to accepted engineering practices following OSHA
(Occupational Safety and Health Administration) standards, by a contractor experienced in such work.
The responsibility for the safety of open trenches should be borne by the contractor. Traffic and
vibration adjacent to trench walls should be minimized; cyclic wetting and drying of excavation side
slopes should be avoided. Depending upon the location and depth of some utility trenches, groundwater
flow into open excavations could be experienced, especially during or shortly following periods of
precipitation.
Gravelly and sandy soil conditions were encountered at shallow depths in the exploratory borings at this
site. These soils have low cohesion and have a tendency to cave in trench wall excavations. Shoring or
sloping back trench sidewalls may be required within these soils.
All utility trench backfill should consist of imported structural fill or suitable on -site material. Utility
trench backfill placed in or adjacent to buildings and exterior slabs should be compacted to at Ieast 95
percent of the maximum dry density, based on ASTM Test Method D 1557. The upper 5 feet of utility
trench backfill placed in pavement areas should be compacted to at least 95 percent of the maximum dry
density, based on ASTM Test Method D1557. Below 5 feet, utility trench backfill in pavement areas
should be compacted to at least 90 percent of the maximum dry density, based on ASTM Test Method
D1557. Pipe bedding should be in accordance with the pipe manufacturer's recommendations.
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
KA No. 092 -10006
May 19, 2010
Page No. 9 of 14
092 -10006 doc
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The contractor is responsible for removing all water sensitive soils from the trenches regardless of the
backfill location and compaction requirements. The contractor should use appropriate equipment and
methods to avoid damage to the utilities and/or structures during fill placement and compaction.
Drilled Pier Foundations
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
KA No. 092 -10006
May 19, 2010
Page No. 10 of 14
As stated in the General Section of this report, Krazan believes that the proposed Dry Creek pedestrian
bridge should be supported on a drilled pier foundation system. The proposed Dry Creek pedestrian
bridge drilled pier foundations should penetrate into the dense to very dense glacial soils or into the
poorly indurated sandstone bedrock within the proposed bridge alignment.
We understand that the preliminary vertical downward (compression) foundation loads at the abutments
and central pier will be on the order of 150 kips and 400 kips, respectively. Furthermore, we understand
that the preliminary lateral foundation loads at the abutments and central pier will be on the order of 30
kips and 90 kips, respectively.
Based on the preliminary bridge information we have evaluated capacities for 36 inch diameter drilled
piers, particularly due to the need to resist lateral loads within tolerable movements and to seat the
foundation deeper considering steep slopes and significant erosion potential. The tops of the piers may
be capped to create a foundation system with the required compressive, uplift, and lateral capacities for
the pedestrian bridge. The piers typically obtain vertical compressive capacity primarily from end
bearing and friction along the shafts. Uplift capacity is obtained through a combination of skin friction
and the dead weight of the pier. With a pier foundation system, applied lateral loads and moments are
resisted through a combination of lateral resistance along the pier shafts and against the pier caps.
We recommend that the piers for the proposed pedestrian bridge reach a minimum depth of
approximately 20 feet below existing grades (approximate minimum 12 feet of embedment into dense to
very dense, native soil, or into the poorly indurated sandstone bedrock) to develop the necessary end
bearing and skin friction axial capacities considering site slope and potential erosion and scour
conditions." The lateral pile load analyses by the designer and erosion considerations may require deeper
piers. The piers should be drilled with proper auger equipment that is capable of penetrating the dense
to very dense soils, and poorly indurated weathered sandstone bedrock. Refusal borehole drilling
conditions at the abutments indicate that boulders are present. The contractor should be prepared to
remove or drill through boulders or other obstructions present. Temporary casing may be needed for
pier construction, to prevent caving in the drilled pier holes. The casing should be seated in the bearing
stratum with all water and loose material removed prior to the placement of the pier concrete.
Groundwater was encountered at the time of our investigation and the pier contractor should understand
that there is groundwater present (especially with depth at the proposed Dry Creek pedestrian bridge
Location) and that dewatering of the pier holes may be required. Clean, dry pier holes should be verified
by inspection. Care should be taken to make sure that a sufficient head of concrete is maintained within
the casing during extraction.
The concrete slump is typically between about 3 and 5 inches for uncased piers and 5 to 7 inches for
cased piers. A reinforcing steel cage is typically lowered into the hole, prior to concrete placement, to
09'2.10006 doc
provide lateral and/or tensile load and moment carrying capabilities (designed by the structural
engineer). Pier concrete should be placed in a manner that will avoid striking the reinforcing steel
during placement. Complete installation of piers should be accomplished within an 8 hour period, in
dry excavations, and preferably as rapidly as possible to reduce the deterioration of bearing surfaces.
We recommend that a minimum of 3 inches of clear cover be provided between the steel reinforcement
and the soil surrounding the pier.
We recommended at the proposed Dry Creek pedestrian bridge that the piers penetrate into the dense to
very dense native soils and/or poorly indurated sandstone bedrock (Pysht Formation) a minimum of 12
feet (likely total depth of about 20 feet). Increased capacity can be obtained with increased penetration
and/or diameter of piers. Since variations in the depth of the bearing layer may be present, we
recommended that the contractor be prepared to adjust the steel reinforcement and pier lengths on site.
Pier installation should be monitored to verify proper embedment into the presumed bearing layer. A
longer central reinforcing tendon would be required if increased depths become necessary to provide for
the uplift capacity presented subsequently. The following table presents the recommended allowable
pier capacities for various pier sizes.
Approximate Depth Below Existing
Grades
(feet)
20
(Min. 12 feet long shaft based on
assumption that pile cap bottom is at
approximately 7 feet below existing
grades)
Allowable Drilled Pier Axial Capacities
36 inch Diameter Drilled Pier.
Allowable Compression Allowable Uplift
(kips) (kips)
250 50
Reduction of axial pier capacities due to group action can be minimized by spacing the piers a minimum
of 3 times the pier diameter (center to center). We estimate that the group effect of piers installed in
groups of 4 or less will be negligible. Uplift capacities are based upon the assumption that the piers will
be properly reinforced to transfer pullout forces to the pier tips.
Lateral Drilled Pier Capacities: The following information includes LPILE Software Input
Parameters. We understand that lateral pier analyses will be performed using the commercially
available LPILE software.
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
KA No. 092 -10006
May 19, 2010
Page No. 11 of 14
092 -10006 doc
We recommend that the following engineering properties or parameters for dense to very dense glacial
till as well as poorly indurated sandstone:
Soil Property Value
Total Soil Unit Weight: 135 pcf
Submerged Effective. Unit Weight: 75 pcf
1 Friction Angle: 38 degrees
Cohesion: 0 psf
Modulus of Lat. Subgrade Reaction (k) above Water Table 225 pci
Modulus of Lat. Subgrade Reaction (k) below Water Table 125 pci
Testine and Inspection
'Soil Pai=airieters
Method of Analysis: Sands (Reese)
'p- Modifiers for Pile Spacing in the Direction of Load (for p -y curves)
Pile Spacing (On Center) 1 Row 1/ Shaft 1 Row 2/ Shaft 2
3 x Pile Diameter (3D) 1 0.7 0.5
Note: Row 1, Pile 1 is at the far end of the load application direction.
p- Modifier for Shafts Due to Steep Slope
p- modifier 0.5 for slope effect for load application towards downslooe.
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
KA No. 092 -10006
May 19, 2010
Page No. 12 of 14
An add/deduct unit price should be included in the bid documents to account for variations in actual pier
lengths versus design lengths.
It is likely that cobbles and boulders could underlie portions of the site. Because piers are drilled,
obstacles such as concrete or rocks in the subsurface can cause difficult installation conditions. If
obstacles are encountered during drilling, the piers may require relocation at the time of construction.
A representative of Krazan Associates, Inc. should be present at the site during the earthwork
activities to confirm that actual subsurface conditions are consistent with the exploratory fieldwork.
This activity is an integral part of our services, as acceptance of earthwork construction is dependent
upon compaction testing and stability of the material. This representative can also verify that the intent
of these recommendations is incorporated into the project design and construction. Krazan
092 -10006 doc
KA No. 092 -10006
May 19, 2010
Page No. 13 of 14
Associates, Inc. will not be responsible for grades or staking, since this is the responsibility of the Prime
Contractor. Furthermore, Krazan Associates is not responsible for the contractor's procedures,
methods, scheduling or management of the work site.
LIMITATIONS
Geotechnical engineering is one of the newest divisions of Civil Engineering. This branch of Civil
Engineering is constantly improving as new technologies and understanding of earth sciences improves.
Although your site was analyzed using the most appropriate current techniques and methods,
undoubtedly there will be substantial future improvements in this branch of engineering. In addition to
improvements in the field of geotechnical engineering, physical changes in the site either due to
excavation or fill placement, new agency regulations or possible changes in the proposed structure after
the time of completion of the soils report may require the soils report to be professionally reviewed. In
light of this, the owner should be aware that there is a practical limit to the usefulness of this report
without critical review. Although the time limit for this review is strictly arbitrary, it is suggested that
two years be considered a reasonable time for the usefulness of this report.
Foundation and earthwork construction is characterized by the presence of a calculated risk that soil and
groundwater conditions have been fully revealed by the original foundation investigation. This risk is
derived from the practical necessity of basing interpretations and design conclusions on limited
sampling of the earth. Our report, design conclusions and interpretations should not be construed as a
warranty of the subsurface conditions. Actual subsurface conditions may differ, sometimes
significantly, from those indicated in this report. The recommendations made in this report are based on
the assumption that soil conditions do not vary significantly from those disclosed during our field
investigation. The findings and conclusions of this report can be affected by the passage of time, such
as seasonal weather conditions, manmade influences, such as construction on or adjacent to the site,
natural events such as earthquakes, slope instability, flooding, or groundwater fluctuations. If any
variations or undesirable conditions are encountered during construction, the geotechnical engineer
should be notified so that supplemental recommendations can be made
The conclusions of this report are based on the information provided regarding the proposed
construction. If the proposed construction is relocated or redesigned, the conclusions in this report may
not be valid. The geotechnical engineer should be notified of any changes so that the recommendations
can be reviewed and reevaluated.
Misinterpretations of this report by other design team members can result in project decays and cost
overruns. These risks can be reduced by having Krazan Associates, Inc. involved with the design
teams meetings and discussions after submitting the report. Krazan Associates, Inc. should also be
retained for reviewing pertinent elements of the design team's plans and specifications. Contractors can
also misinterpret this report. To reduce this, risk Krazan Associates. Inc. should participate in pre -bid
and preconstruction meetings, and provide construction observations during the site work.
This report is a geotechnical engineering investigation with the purpose of evaluating the soil conditions
in terms of foundation design. The scope of our services did not include any environmental site
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092. 10006 doe
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
KA No. 092 -10006
May 19, 2010 j
Page No. 14 of 1,41
assessment for the presence or absence of hazardous and/or toxic materials in the soil, groundwater or
atmosphere, or the presence of wetlands. Any statements, or absence of statements, in this report or on
any test pit log regarding odors, unusual or suspicious items, or conditions observed are strictly for
descriptive purposes and are not intended to convey engineering judgment regarding potential hazardous
and/or toxic assessments.
The geotechnical information presented herein is based upon professional interpretation utilizing
standard engineering practices and a degree of conservatism deemed proper for this project. It is not
warranted that such information and interpretation cannot be superseded by future geotechnical
developments. We emphasize that this report is valid for this project as outlined above, and should not
be used for any other site. Our report is prepared for the exclusive use of our client. No other party
may rely on the product of our services unless we agree in advance to such reliance in writing.
If you have any questions, or if we may be of further assistance, please do not hesitate to contact our
office at (425) 485 -5519.
Respectfully submitted,
KRAZAN ASSOCIATES, INC.
RN /gs:
Gopal A. Singam, P.E.
Geotechnical Division Manager
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
l53
RONALD R c'1t1ANC E 1
Ronald P. Nance, P.G.
Senior Geologist
691 t OOfl doe
N
1;7
trt
4
',"t;
2
Vicinity M
RA
sc.
p
Port Angeles Area, Clallam County, WA
4
Vuiktf
424
Pori Artg014,3ti
,1,=3‘
,,,,P t4littoo,;;4= .+4..-
.4
Site Th
POI: ^A N
1
4-1
r4.
4444
,A I
12
ASSOCIATES,INC.
Dry Creek Pedestrian Bridge -Port Angeles, WA I
Date: March 2010 II Reference: Maptech
i Drawn By: Jt.. Figure. 1 Project Number: 092-10006 I
IMO NM OM MO MIN MIN MN MN OM MIN MIL MIL ME MI
U��������
Site Plan 0uN
B-1
Number and Approximate
Location of Soll Boring
Not to Scale
\\L I"
IfillL;;;;4:17r!
i V� 1
Reference. Site plan based on an undated drawing by Exeltech Consulting, Inc.
titled "Dry Creek Pedestrian Bridge Plan Profile and Typical Section"
Dry Creek Pedestrian Bridge, Port Angeles, VVanhinohon
Date: May 2010 U Project Number: 092-10006
Drawn By: JL U U Figure 2 K Not to scale
APPENDLY A
FIELD INVESTIGATION AND LABORATORY TESTING
Appendix A
Page A.1
A field investigation consisting of drilling and sampling three exploratory borings within or near the
proposed Dry Creek pedestrian bridge crossing location. The exploratory borings were drilled to
approximately 11.0 to 30.0 feet below existing grades. The approximate exploratory boring locations
are shown on the site plan (Figure 2). The depths shown on the attached boring logs are from the
existing ground surface at the time the boring was dnlled.
The soils encountered were logged in the field during the exploration and, with supplementary
laboratory test data, are described in accordance with the Unified Soil Classification System (USCS).
All samples were returned to our laboratory for evaluation. The logs of the exploratory borings along
with the laboratory test results are presented in this appendix.
Laboratory Testing
The laboratory testing program was developed pnmarily to determine the grain size distribution of the
soils. The sieve analysis tests were performed for the purpose of soil classification, and were used as
criteria for determining the engineering suitability of the surface and subsurface materials encountered.
Laboratory sieve test results are presented in this appendix.
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092 -07032 doc
1
1
1
1
Totes
/ater Level
KRAZAN AND ASSOCIATES
11715 North Creek Parkway South
Suite C -106
Bothell, Washington 98011
MATERIAL DESCRIPTION
Topsoil, Plant Debris, Organic Material
w
a
2
Q)
I 3
2
26
Silty Sand with Gravel (SM)
Medium dense, silty'sand with some gravel. brown, moist.
(Weathered Glacial Till)
Silty Sand with Graves interbedded with Silt Lenses 1 '5
(SM/ML)
Very dense, silty sand with some gravel, brown, moist,
interbeddedwith hard silt tense, gray, moist. (Glacial Till and i 13 i
Lacustrine Deposit), r f 20
J 1 2<
Silty Gravel with Sand (GM)
\Dense, silty gravel with sand, brown, moist. (Glacial Till) 24
1 Silty Sand with Gravel (SM) i ci2 I
Very dense, silty sand with.gravel, brown, moist. (Glacial Till)
Refusal
Initial: 0 Final:
I Water Observations. None Encountered
End of Exploratory Boring
LOG OF EXPLORATORY BORING B -1
PROJECT: Dry Creek Bridge
PROJECT NO.: 092 -10006
LOGGED BY: RN
CONTRACTOR:
SAMPLE METHOD: Split Spoon
7
'0
10
44
w 50
1 5+Z(5)
i sq0) -s0
DATE: 3/2010
PAGE: 1 of 1
SURFACE ELEVATION: Approx. 234 Ft.
BORING TYPE: Hollow Stem Auger
LOCATION: Port Angeles, WA
N -VALUE (GRAPH)
10 30 50 70 90 0 20 40 60 80 100
Natural Moisture
Content
and
Atterberg Limits
1
1
1
1
totes:
1
Dater Level
KRAZAN AND ASSOCIATES
11715 North Creek Parkway South
Suite C -106
Bothell, Washington 98011
MATERIAL DESCRIPTION
Topsoil, Plant Debris, Organic Material
Sand with Silt and Minor Gravel (SP -SM)
Loose, fine sand with silt and minor gravel, brown, moist to
saturated.
Poorly Indurated Sandstone
Very dense, gray, moist.
Groundwater encountered from approximately 18 to 19 feet
in depth.
Initial: Final: 1
End of Exploratory Boring
Water Observations Groundwater encountered from approximately 18 to 19 feet in depth.
LOG OF EXPLORATORY BORING B -2
PROJECT: Dry Creek Bridge
PROJECT NO.: 092 -10006
LOGGED BY: RN
CONTRACTOR:
SAMPLE METHOD: Split Spoon
2
3
2
-a 24
SG(2)
50X5)
I (NA)
50 (0) i >SO
1
5 O) i >s° Tr
5 a5i
N -VALUE (GRAPH)
10 30
DATE: 312010
PAGE: 1 of 1
SURFACE ELEVATION: Approx. 195 Ft.
BORING TYPE: Hollow Stem Auger
LOCATION: Port Angeles, WA
50 70 90 0 20 40 60 80 100
Natural Moisture
Content
and
Atterberg Limits
i E
20-
15-
30-
10-,
25-
35-
Notes:
KRAZAN AND ASSOCIATES
11715 North Creek Parkway South
Suite C -106
Bothell, Washington 98011
Topsoil, Organic Debris
Silty Sand with Gravel (SM)
Very dense, silty sand with some gravel, brown, moist.
(Glacial Till)
Silty Sand with Gravel and Cobbles (SM)
Very dense, silty sand with some gravel and cobbles, brown,
`moist. (Glacial Till)
Refusal
Water Level Initial: o Final: 1
Water Observations: None Encountered
MATERIAL DESCRIPTION
End of Exploratory Boring
LOG OF EXPLORATORY BORING B -3
PROJECT: Dry Creek Bridge
PROJECT NO.: 092 -10006
LOGGED BY: RN
CONTRACTOR:
SAMPLE METHOD: Split Spoon
m
a
(0
z
0
v
0
co cc,
3
12
29
34
50(3)
17
48
42
30
50(3)
19
I 1
>84
90
>50
(NA) l (NA)
DATE: 412010
PAGE: 1 of 1
SURFACE ELEVATION: Approx. 215 Ft.
BORING TYPE: Hollow Stem Auger
LOCATION: Port Angeles, WA
N -VALUE (GRAPH)
Natural Moisture
Content
and
Atterberg Limits
10 30 50 70 90 0 20 40 60 80 100
100
90
80
70
60
50
40
30
20
10
YOM .014■111
100
c
N K
(no specification provided)
Location: B -1 7.5' BGS
Sample Number: P17617
Particle Size Distribution Report
s C C
10
(razan
a
O N O Q
ti ik It
0 0
0 o v o
co
st a 00
0, 1
0,01
GRAIN SIZE mm
Gravel Sand Fines
+3 Coarse Fine Coarse Medium Fine Silt Clay
0.0 20.6 29.4 I II 7 14.3 119 1 12.1
Test Results (ASTM C -136 ASTM C -117) Material Description
Opening Percent Spec. Pass? SILTY GRAVEL WITH SAND
Size Finer (Percent) (X =Fail)
15 100.0
1 83 I
.75 79 4 PL= NP LL= NV PI=
625 72 5
5 66 9
375 61 9 USCS (D 2487)= GM AASHTO (M 145)= A
44 50 0 Coefficients
08 40 4 D90= 3 1 2664 D85= 27 4391 060= 8 5540
016 32 0 D50= 4 7647 D30= 0.9611 D15= 0.1 1 12
040 24.0 0 10= Cu= Cc=
#60 20 9
#100 172
#200 121 REPORT 119716
FIELD DESCRIPTION. SILTY SAND WITH GRAVEL
MOISTURE CONTENT 7 7%
Date Received: 4/6/10 Date Tested: 4/12/10
Tested By: ZL
Checked By: AC
Title: LABORATORY MANAGER
Client: EXEL TECH
Project: DRY CREEK
Atterbera Limits (ASTM D 4318)
Classification
Remarks
Date Sampled: 3/31/10
Proiect No: 092 -10006 Fiaure
0
10
20
30
40
50
60
70
80
90
100
0 001
100
90
80
70
60
50
40
30
20
10
0
(n
Particle Size Distribution Report
8
100 10 1 0.1 0 01 0.001
GRAIN SIZE mm.
Gravel Sand Fines
*3 Coarse Fine Coarse Medium Fine Silt
0.0 I 0.0 0.0 0.4 8 I 53.1 i 38.4
Test Results (ASTM C -136 ASTM C -117) Material Descriotion
Opening Percent Spec. Pass
Size Finer (Percent) (X =Fail)
44 100 0
48 99 8
416 97 7
440 91 5
460 87 2
480 77 7
4100 686
4 140 50 6
#200 38 4
(no speed provided)
Location: B -2 15'BGS
Sample Number: P17610
SILTY SAND
Atterberq Limits (ASTM D 43181
PL= NP LL= NV PI= NP
Classification
USCS (D 2487)= SM AASHTO (M 145)= A -4(0)
Coefficients
D90= 0 3185 D85= 0.2246 D60= 0 1281
D50= 01045 D30 D15=
070= C C
Client: EXEL TECH
Project: DRY CREEK
Remarks
REPORT 119716
FIELD DESCRIPTION FINE SAND WITH SILT
MOISTURE CONTENT 25 6%
0
Clay
Date Received: 4/6/10 Date Tested: 4/12/10
Tested By: ZL
Checked By: AC
Title: LABORATORY MANAGER
Date Sampled: 3/31/10
Project No: 092 10006 Fiaure
10
20
30
40
50
60
70
80
90
l00
100
90
80
70
60
50
40
30
20
10
0
Gravel
+3 Coarse Fine
0.0 0 0 0 3
Test Results (ASTM C -136 ASTM C -117) Material Description
Opening Percent Spec Pass? SILTY SAND
Size Finer (Percent) (X =Fail)
375 100 0
#4 99 7 Atterbera Limits (ASTM D 43181
#8 97 9 PL= NP LL= NV PI=
#16 94 9
#40 914 Classification
#60 86 3 USCS (0 2487)= SM AASHTO (M 145)= A 2 4(0)
#80 72.3 Coefficients
4 100 60 8 D90= 0 3073 085= 0.2387 D60= 0 1481
#140 40 7 D50= 0 1263 D30= 0 0782 D15=
4200 288 0 10= Cu= Cc=
(no specification piov,ded)
Location: B -2 25' BGS
Sample Number: P17612
Particle Size Distribution Report
C C 0 0 0
C L
0 0 0 0 0 0
N q r. it 32 it �t iL ik ik
100 10 1 0.1 0.01 0.001
zflonto• jiu =K
I
GRAIN SIZE mm
Sand
Coarse Medium Fine
Fines
Silt Clay
1 24 59 62.6 288
REPORT 119716
FIELD DESCRIPTION SAND WITH SILT
MOISTURE CONTENT 27 0%
Date Received: 4/6/10 Date Tested: 4/12/10
Tested By: ZL
Checked By: AC
Title: LABORATORY MANAGER
Client: EXEL TECH
Project: DRY CREEK
Remarks
Date Sampled: 3/31/10
Project No: 092 -10006 Fiaure
0
10
20
30
40
50
60
70
80
90
100
100
90
80
70
60
50
40
30
20
10
0
C C 0 O 0
C C
C C C 6 0 O O 0 0 C N
D
cp t7 N
St 7G it iG
100
10
Test Results (ASTM C -136 ASTM C -117)
4100 15 9
4200 10 6
(no specification provided)
Location: B -3 7.5' BGS
Sample Number: P17614
.11004 Mal AINIS.,1
Particle Size Distribution Report
0.1
0.01
GRAIN SIZE mm
Gravel Sand Fines
+3 1 Coarse Fine Coarse Medium Fine Silt Clay
0.0 1 5 8 39 1 13.8 16.0 14.7 I 10.6
Material Description
Remarks
50
60
70
80
90
100
0 001
Opening Percent Spec." Pass? POORLY GRADED GRAVEL WITH SILT AND SAND
Size Finer (Percent) (X =Fail)
1 100.0
75 94 2 Atterbera Limits (ASTM 0 4318)
625 82 0 PL= NP LL= NV PI=
.5 74.4
.375 70 9 Classification
44 55 1 USCS (D 2487)= GP GM AASHTO (M 145)= A I a
48 43 4 Coefficients
416 35 2 D90= 17 8280 085= 16 6245 D60= 5 7868
440 25 3 D50= 3.6752 D30= 0 7063 D15= 0 1341
460 20 4 D10 Cu Cc
REPORT 119716
FIELD DESCRIPTION. SILTY SAND WITH GRAVEL
MOISTURE CONTENT: 7 9%
Date Received: 4/6/10 Date Tested: 4/12/10
Tested By: ZL
Checked By: AC
Title: LABORATORY MANAGER
Client: EXEL TECH
Project: DRY CREEK
Date Sampled: 4/1/10
Proiect No: 092 -10006 Fiaure
10
20
30
40
GENERAL
APPENDIX B
EARTHWORK SPECIFICATIONS
Appendix B
Page B
When the text of the report conflicts with the general specifications in this appendix, the
recommendations in the report have precedence.
SCOPE OF WORK: These specifications and applicable plans pertain to and include all earthwork
associated with the site rough grading, including but not limited to the furnishing of all labor, tools, and
equipment necessary for site clearing and grubbing, stnpping, preparation of foundation materials for
receiving fill, excavation, processing, placement and compaction of fill and backfill materials to the
lines and grades shown on the project grading plans, and disposal of excess materials.
PERFORMANCE: The Contractor shall be responsible for the satisfactory completion of all
earthwork in accordance with the project plans and specifications. This work shall be inspected and
tested by a representative of Krazan and Associates, Inc., hereinafter known as the Geotechnical
Engineer and/or Testing Agency. Attainment of design grades when achieved shall be certified to by
the project Civil Engineer. Both the Geotechnical Engineer and Civil Engineer are the Owner's
representatives. If the contractor should fail to meet the technical or design requirements embodied in
this document and on the applicable plans, he shall make the necessary readjustments until all work is
deemed satisfactory as determined by both the Geotechnical Engineer and Civil Engineer. No deviation
from these specifications shall be made except upon written approval of the Geotechnical Engineer,
Civil Engineer or project Architect.
No earthwork shall be performed without the physical presence or approval of the Geotechnical
Engineer. The Contractor shall notify the Geotechnical Engineer at least 2 working days prior to the
commencement of any aspect of the site earthwork.
The Contractor agrees that he shall assume sole and complete responsibility for job site conditions
during the course of construction of this project, including safety of all persons and property; that this
requirement shall apply continuously and not be limited to normal working hours; and that the
Contractor shall defend, indemnify and hold the Owner and the Engineers harmless from any and all
liability, real or alleged, in connection with the performance of work on this project, except for liability
ansing from the sole negligence of the Owner of the Engineers.
TECHNICAL REQUIREMENTS: All compacted materials shall be compacted to a density not less
than 95 percent of maximum dry density as determmed by ASTM Test Method D1557 as specified in
the technical portion of the Geotechnical Engineering Report. The results of these tests and compliance
with these specifications shall be the basis upon which satisfactory completion of work will be judged
by the Geotechnical Engineer.
SOIL AND FOUNDATION CONDITIONS: The Contractor is presumed to have visited the site and
to have familiarized himself with existing site conditions and the contents of the data presented in the
soil report.
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092 -070:2 doc
The Contractor shall make his own interpretation of the data contained in said report, and the Contractor
shall not be relieved of liability under the contractor for any loss sustained as a result of any variance
between conditions indicated by or deduced from said report and the actual conditions encountered
during the progress of the work.
DUST CONTROL: The work includes dust control as required for the alleviation or prevention of any
dust nuisance on or about the site or the borrow area, or off -site if caused by the Contractor's operation
either during the performance of the earthwork or resulting from the conditions in which the Contractor
leaves the site. The Contractor shall assume all liability, including Court costs of codefendants, for all
claims related to dust or windblown materials attributable to his work.
SITE PREPARATION
Appendix B
Page B
Site preparation shall consist of site clearing and grabbing and preparations of foundation materials for
receiving fill.
CLEARING AND GRUBBING: The Contractor shall accept the site in this present condition and
shall demolish and/or remove from the area of designated project, earthwork all structures, both surface
and subsurface, trees, brush, roots, debris, organic matter, and all other matter determined by the
Geotechnical Engineer to be deleterious. Such materials shall become the property of the Contractor
and shall be removed from the site.
Tree root systems in proposed building areas should be removed to a minimum depth of 1 foot and to
such an extent which would permit removal of all roots larger than 1 inch. Backfill or tree root
excavation should not be permitted until all exposed surfaces have been inspected and the Geotechnical
Engineer is present for the proper control of backfill placement and compaction. Burning in areas,
which are to receive fill materials, shall not be permitted.
SUBGRADE PREPARATION: Surfaces to receive Structural fill shall be prepared as outlined above,
excavated/scarified to a depth of 12 inches, moisture conditioned as necessary, and compacted to 95
percent compaction.
Loose and/or areas of disturbed soils shall be moisture conditioned and compacted to 95 percent
compaction All ruts, hummocks, or other uneven surface features shall be removed by surface grading
prior to placement of any fill material. All areas scheduled to receive fill materials shall be approved by
the Geotechnical Engineer prior to the placement of any of the fill material.
EXCAVATION: All excavation shall be accomplished to the tolerance normally defined by the Civil
Engineer as shown on the project grading plans. All over excavation below the grades specified shall be
backfilled at the Contractor's expense and shall be compacted in accordance with the applicable
technical requirements.
FILL AND BACKFILL MATERIAL: No material shall be moved or compacted without the
presence of the Geotechnical Engineer. Material from the required site excavation may be utilized for
construction site fills provided prior approval is given by the Geotechnical Engineer. All materials
utilized for constructing site fills shall be free from vegetable or other deleterious matter as determined
by the Geotechnical Engineer.
Krazan Associates, Inc.
Eleven Offices Serving The Western United States
092- 07032Joc
Attachment J
Big R Bridge Construction Plans
2) MATERIALS (UNLESS NOTED
a) IiSS SECTIONS:
b) STEEL SHAPES:
c) STEEL PLATES:
d) ANCHOR BOLTS:
e) ELASTOMERIC PADS:
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANGELES, WA
GENERAL NOTES
1) DESIGN IS IN ACCORDANCE WITH LRFD GUIDE SPECIFICATIONS FOR THE DESIGN
BRIDGES BY AASHTO, DATED 2009.
OTHERWISE):
ASTM A847 WEATHERING STEEL
ASTM A586 WEATHERING STEEL
ASTM A588 WEATHERING STEEL
ASTM F1554 Gr 55
GRADE 4, 60 DUROMETER
OF PEDESTRIAN
Fy 50 kal MIN.
Fy 5D ksl
Fy 50 kW
Fy 55 ksl (GALV)
3) ALL SHOP WELDING SHALL USE THE GAS METAL ARC WELDING OR FLUX CORED ARC WELDING
PROCESS.
4) SHOP SPLICES:
a) ALL TOP AND BOTTOM CHORD SHOP SPLICES TO BE COMPLETE PENETRATION TYPE WELDS.
b) ALL SAFETY RAIL SHOP SPLICES TO BE SEAL WELDS LOCATED AT CENTERLINE OF VERTICAL.
5) ALL BOLTS AND NUTS SHALL BE FURNISHED IN THE AMOUNT OF 5% IN EXCESS OF THE NUMBER
REQUIRED FOR EACH SIZE AND LENGTH.
6) DESIGN LOADINGS:
a1 BRIDGE DEAD LOAD.
b SEWER UNE DEAD LOAD OF 96.6 L8 /FT.
o ELECTRICAL UNE DEAD LOAD OF 12.2 L8 /FT (EACH UNE)
d FIBER OPTIC LINE DEAD LOAD OF 7.7 LB /FT.
e UNIFORM LIVE LOAD OF 90 PSF.
0 VEHICLE LIVE LOAD OF 10,000 L8 TRUCK.
g) HORIZONTAL WIND LOAD OF 90 MPH WITH A MAXIMUM BRIDGE HEIGHT OF 58' ABOVE GRADE.
7) FINISH:
ALL EXPOSED SURFACES OF STRUCTURAL STEEL TO BE BRUSH —OFF BLAST CLEANED IN
ACCORDANCE WITH SSPC —SP7. EXPOSED SURFACES OF STEEL SHALL BE DEFINED AS THOSE
SURFACES SEEN FROM THE DECK OR FROM THE OUTSIDE OF THE STRUCTURE.
8) MAINTENANCE NOTE: 00 NOT APPLY DE —ICING CHEMICALS OR SALTS TO ANY PART OF THE
BRIDGE STRUCTURE.
9) ANCHOR BOLTS SHALL BE EMBEDDED A MINIMUM OF 15" INTO THE ABUTMENT. ANCHOR BOLTS
SHALL BE SWEDGED, THREADED, HOOKED, HEADED OR THREADED NUTTED TO SECURE A
SATISFACTORY GRIP UPON THE MATERIAL USED TO EMBED THEM IN THE ABUTMENT. SETTING
ANCHOR BOLTS WITH EPDXY —RESIN GROUT IN DRILLED OR FORMED HOLES IS ACCEPTABLE AS
LONG AS THE EPDXY —RESIN GROUT WILL DEVELOP THE FULL CAPACITY OF THE ANCHOR BOLTS.
10) BRIDGE TO BE BUILT TO THE REQUIREMENTS OF AWS D1.1
11) BIG R BRIDGE IS RISC QUALITY CERTIFIED FOR SIMPLE AND MAJOR STEEL BRIDGES WITH A
FRACTURE CRITICAL AND SOPHISTICATED PAINT ENDORSEMENT.
ro
0.
N
N
O
0 a
N 1
N
1
A IISSUED FOR APPROVAL
8 PROPRIETARY AND CONFIDENT /AL
j INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIGR BRIDGE. ANY REPRODUCTION IN PART
OR ASAWHOLE W/TIIOUT WRITTEN PERMISSION IS PROHIBITED.
1 1
1 1
1 1
1 IF 16/30/2010
BIG R
B R I D G E
CONCRETE NOTES
1) CONCRETE MIX DESIGN, MATERIALS, QUALITY. MIXING, PLACEMENT, FINISHING AND TESTING SHALL
BE IN ACCORDANCE WITH THE REQUIREMENTS OF SECTION 552 OF FEDERAL HIGHWAY
ADMINISTRATION STANDARD SPECIFICATIONS FOR CONSTRUCTION OF ROADS AND BRIDGES ON
FEDERAL HIGHWAY PROJECTS (FP -03). FP -03 CAN BE MEWED OR DOWNLOADED AT:
HTTP: /FLH.FHWA.DOT.GOV /RESOURCES /PSE /SPECS/
2) STAY IN PLACE GALVANIZED FORM DECK SHALL BE USED ON THE BRIDGE. DECKING SHAU. BE
SHOP ATTACHED TO FLOOR BEAMS VIA SELF DRILLING FASTENERS OR WELDING. MINIMUM OF
TWO FASTENERS PER SHEET PER FLOOR BEAM. LONGITUDINAL SHEET LAPS SHALL BE ATTACHED
WITH SELF— DRIWNG FASTENERS AT 36" MAXIMUM SPACING. DESIGN OF THE DECK REINFORCING
IS BASED UPON NON— COMPOSITE ACTION WITH THE DECK FORM.
3) MATERIALS
a) CONCRETE:
b) REINFORCING:
CLASS A(AE): 1'a 4000 pal AT 28 DAY
AIR CONTENT OF 5% 1%
160 PCF MAX
ASTM A615 GRADE 60 AND ASTM A775 FOR EPDXY COATING
4) CONCRETE TO BE FINISHED WITH A SIDEWALK FINISH PER SECTION 552.14 (c) OF FP -03..
5) GROOVED CONTRACTION JOINTS SHALL BE PUT IN PER THE CONTRACT DOCUMENTS OR AT THE
DISCRETION OF THE ENGINEER AND OWNER IF CONTRACTION JOINTS ARE USED, THEY SHALL BE
PLACED OVER THE CENTERLINE OF THE FLOOR BEAMS AS REQUIRED.
6) ALL REINFORCING STEEL SHALL BE EPDXY COATED UNLESS NOTED OTHERWISE IN THE CONTRACT
DOCUMENTS OR AS APPROVED BY THE ENGINEER AND OWNER. EPDXY COATING IS TO EXTEND
THE UFE OF THE DECK AND IS NOT REQUIRED TO MEET THE DESIGN STRENGTH REQUIREMENTS.
7) THE CONTRACTOR MUST EXERCISE CARE TO CONTROL TRAFFIC AND STORAGE OF MATERIALS ON
THE FORM DECK BEFORE CONCRETE PLACEMENT ON THE DECK.
8) LONGITUDINAL BARS MAY BE SPLICED IF REQUIRED. SPUCE SHALL BE LOCATED AT THE
ONE —THIRD POINT OF THE BY SPAN AND STAGGERED EVERY OTHER LONGITUDINAL BAR.
REQUIRED SPLICE LENGTHS ARE AS FOLLOWS.
BAR SIZE
#4
#5
#6
(17
iD
N9
31"
39"
48"
58`
76"
96"
P.O. BOX 1200 GREELEY, COLORADO 80632 -1290
PHONE: (970) 356 -9600 FAX (970) 356 -9621
TOLL FREE: (800) 234 0734 www bigrbridge.com
NORMAL WEIGHT LIGHT WEIGHT
CONCRETE (145 PCF) I CONCRETE (120 PCF)
35"
44"
53"
66"
86"
108"
CITY OF PORT ANGELES
PORT ANGELES, WA
a i
BIG R
0
BRIDGE
1 -800- 234 -0734
110.000 LB VEHICLE LOAD
i I
SERIAL NO
BRO8- 02126/1
CAIE
CF MFG
0 0
DATA PLATE DETAIL
(BR08- 02126/1)
NOTE; BUILD TWO BRIDGES
ONE EACH: BROB- 02126/1
ONE EACH: BROB- 02126/2
(2) 110'-0° x 1O' -0 A BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
0
BIG R
BRIDGE
1-800 -234 -0734
so.o00 LO VEHICLE LonO
SERIAL Na
BROB 02126/2
OAIE OF Ufa
0 0
DATA PLATE DETAII,_
(BRO8- 02126/2)
DRAFT
08-02126
DESKYI BY
JVL
DRAWN BY
TLF
CHECKED DV
JVL
SHEET N0.
El
OF
E7
ABUTMENT #1
GRADE EL
230.00'±
BRIDGES
1 1/2" GAP
EXPANSION
ABUTMENT #1
NOEL
SAFETY AND HAND RAIL
NOT SHOWN FOR CLARITY
110' -3" (BACKWALL TO g PIER)
110' -0 1/2" (OUT TO OUT OF BRIDGE)
81' -0 1/2"
N
CO
0
CO
co
1 I 1
1 1
A 'ISSUED FOR APPROVAL 1 TF 16/30/2010
PROPRIETARY AND CONF/DENT /AL
INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIG-R BR/OM ANY REPRODUCTION IN PART
OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED
BRO8- 02128 /1
'2O' -6" (ABUTMENT BACKWALL TO ABUTMENT BACKWALL)
I.
?9' -0 1/2"
SPLICE
PIER
SPLICE
LICE
I
\N /[77 77 .NN I 77
1 ABUTMENT 13
PIER 82 PIER #2 BEARING SEAT EL.
ABUTMENT 11 BEARING SEAT EL. GRADE EL 229.88'±
BEARING SEAT EL. 268.38'± 231.50'±
228.88'#
I -1" GAP
110 -3" (BACKWALL TO t PIER)
110-0 1/2" (OUT TO OUT OF BRIDGE)
81' -O 1/2"
FIXED EIXED BRO8- 02126/2
^9' -0 1/2"
EXPANSION
14" 0 SEWER LINE
6 °0 ELECTRICAL CONDUIT
6 "4 ELECTRICAL CONDUIT
5 °0 FIBER OPTIC LINE r
FIER in
BIG PHONE: 970) 356-9 00 FAX (9 0 356 -9621 2 1290
0 R I 0 G E TOLL FREE: (800) 234 0734 www.bigrbridyo.com
(2) 11O'—O" x 10'- 0 n BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANGELES, WA
ABUTMENT 13
DRAFT
1 1 1/2" GAP
ABUTMENT 13
GRADE EL
233.00'±
08 -02126
DESIGN BY
JVL
DRAWN BY
TLF
CNECKEO BY
JVL
SHEET N0.
E2
oT
E7
1 MARK THIS END
FOR LOW
INTERIOR VERTICAL
DATA PLATE
END VERTICAL--....
=8"
P
1st INTERIOR
DIAGONAL
DIAGONAL
1 —END DIAGONAL
END BRACE DIAGONAL
INTERIOR FLOOR BEAM
Z t t t
BRACE DIAGONAL
FLOOR BEAM
220' -6" BACKWALL TO BACKWALL
110' -3" BACKWALL TO c. PIER
5 5"
109' -4" c. TO c, BEARING -1 1. 1
P P r B B ACK ALL HEIGHT AND ANCHOR
BOLT LAYOUT MAY DIFFER FROM
CONTRACT PLANS.
5"
8 111'
I1 0 0 0
w
1 1/4" GAP
PIER
0
rn
BR08 -02128 1 PIER #2
s A BUTMENT y1 JI
N 1 f,
i (EXPANSION) (FIXED) (FIXED)
ir
i
CO
N 1
0
I
I
CO
A 'ISSUED FOR APPROVAL
co
o PROPRJETARYAND CONFIDENTIAL
j INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF B1G•R BRIDGE. ANY REPRODUCTION IN PART
OR AS A WHOLE WITHOUT WRITTEN PERMISSION 1S PROHIBITED
DETAIL 2
110' -3" Pp PIER TO BACKWALL
109' -4° TO c, BEARING
(BRO8- 02126/2)
ANCHOR BOLT ELEVATION LAYOUT
81' -0" (SECTION 1 WEIGHT 27,100 LBS)
/TOP CHORD
\L_ \104%\, El_ 7/ 1
`80770M CHORD [1'-3 3/4" CAMBER 3/8 "0 DRILLED DRAIN HOLE
(INCLUDES 2 1/4" DEAD LOAD CAMBER) (TYPICAL AT SPUCED DIAGONALS,
BOTH ENDS OF BOTTOM CHORD dc�
BOTH END VERTICALS)
BIG IR
B R I D G E
15 SPACES 6' -6" 97' -6"
110 -0"
OUTSIDE ELEVATION
BOTTOM CHORD DETAIL
P
nn M
ABUTMENT #3
(EXPANSION)
0
3/8 "0 DRILLED DRAIN HOLE
TYP. SPLICED BRACE DIAGONAL:
H
1 8"
P.O. BOX 1290 GREELEY, COLORADO 80632 -1290
PHONE: (970) 356 -9600 FAX (970) 356 -9621
TOLL FREE: (800) 234 0734 www.bigrbridgo.cotn
108'- 0
ANCHOR BOLTS
L
SPLICE
T9' -0" (SECTION 2 WEIGHT 9,700 LBS)
t SPLICE
ee
ANCHOR BOLT PLAN LAYOUT
DATA PLATE
I MARK THIS ENDI
'H' FOR HIGH
N
z
(2) 11O' -0" x 10' -O" BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF PORT ANGELES
PORT ANGELES, WA
MEMBER
TOP CHORD
BOTTOM CHORD
END VERTICAL
INTERIOR VERTICAL
END DIAGONAL
1st INTERIOR DIAGONAL
INTERIOR DIAGONAL
BRACE DIAGONAL
END FLOOR BEAM
INTERIOR FLOOR BEAM
SIDE DAM
END DMA
BRIDGE DECKING
SAFETY RAIL
HAND RAIL
TOE PLATE
ANCHOR BOLTS (BY OTHERS)
DETAIL 1
VERTICAL
3/4 3/4"
DETAIL 2
3/4"
BRIDGE REACTIONS I
DEAD
DEAD (UTILITIES)
LIVE (90 PSF) I
VEHICLE (10.000 LB)
WIND HORZ. (90 MPH) 1
WINO VERT. (20 PSF)
SEISMIC
THERMAL
SIZE
HSS 8x6)3 /8
HSS 8x6x3/8
HSS 6x6x3/8
HSS 7x5x1/4
HSS 5x3x1/4
HSS 5x3x1/4
HSS 4x2x1/4
HSS 3x3x1/4
W 12x26
W 12x26
C 4x5.4
C 4x5.4
VULCRAFT 1.0C 22 GA. (0 -60)
L 1 1/2x1 1/2x3/16
1 1/4° SCH. 40 PIPE (GALV.)
C 6X8.2
1 1/2 "0 (GALV.)
/3 SIDES
1/4 V TYP.
3 SIDES
1/4 V TYP.
P (LBS) I 11 (LBS)
22,800
3,600
24,800
5,300
*7,100
-8,200
61,100
P FOUR PER BRIDGE
"H TWO PER BRIDGE (ONE PER ABUTMENT)
"L FOUR PER BRIDGE
LIFTING WEIGHT 36,700 L8S (FULL STRUCTURE NOT
INCLUDING WEIGHT OF CONCRETE DECK
OR UTILITIES LOAD)
DRAFT
61,100
3,900
08 -02126
DESIGN BY
JVL
DRAWN BY
TLF
CHECKED BY
JVL
SHEET NO.
E3
E
E7
N
N
0
N
0
M
N
11
CD
0
0
45*
I1101
�1 1/2' (MIN. CLEAR)
4" CONCRETE DECK
(BY OTHERS)
4
1
T
R /I
y
f
8 15/16"): 1' -5 3/4"
h_
ro
0.
NOTE; BRACE DIAGONALS ARE OFFSET 1 1/2"
UPWARD FROM CENTER OF BOTTOM CHORD
o TO ALLOW FOR SEWER LINE CLEARANCE.
ac
O3
CO
A (ISSUED FOR APPROVAL
PROPRIETARY AND CONF /DENT /AL
0
INFORMAT/ON IN THIS DMW /NG IS THE SOLE PROPERTY OF BIG -R BRIDGE. ANY REPRODUCTION IN PART
OR AS A WHOLE WITHOUT WRITTEN PERMISSION 1S PROHIBITED
,-1 1/16 "0 HOLE
w /(2) 1"0 NUTS
191 11
14" CARRIER PIPE
Z I9 w/ HANGER 1"� RODS
(BY OTHERS)
1 -9 1/8"
2' -6"
3' -2 7/8"
3' -11 13/16"
I I
i i
I TF 16/30/2010
r BRACE
DIAGONAL
o
1 "(CLEAR)
BIG R
B R I D G E
10' -O"
FORM DECK NOTES:
1.) FORM DECK SHALL BE TIGHT FITTING
WITH A GAP NO LARGER THAN 1/4" IN
ANY DIRECTION.
2.) FORM DECK TO SPAN 2 SPANS MINIMUM.
3.) FORM DECK OVER SPLICE LOCATIONS
1MLL BE SHIPPED LOOSE AND FIELD
ATTACHED WITH SELF-DRILLING
FASTENERS.
r BRIDGE
FORM DECK
L
1.
1 1
\--INTERIOR FLOOR BEAM
13/16 "0 HOLE
w /(2) 3/4 "0 NUTS
401 REBAR 0 9" 0.0.
(BY OTHERS)
11/16 "0 HOLE
w /(2) 5/8 "0 NUTS
6" ELECTRICAL CONDUIT
3/4" ROD (BY OTHERS)
r 402 REBAR O 1' -0" O.C.
(BY OTHERS)
2' -6"
3' -3"
ti' -0"
SECTION
E3
(VIEW LOOKING TOWARDS HIGH END OF BRIDGE)
4' -0"
TYP/ 3/16
1 1/4"0 HAND RAIL (CAP END)
TYP 3/16
HAND RAIL BRACKET
r• r, r.
SAFETY RAIL
(CAP GRIND SMOOTH)K
T&B
TYP.
T&B
TYP./
1 h
3/16 V 2
TOE PLATE
SIDE DAM
3/16
TYP 3/16 V
J it
1t
11
P.O. BOX 1290 GREELEY, COLORADO B0632 -1290
PHONE: (970) 356.9600 FAX (970) 356 -9621
TOIL FREE: (800) 234 0734 www.blgrbridge.com
9"
3/16 V 2 —INTERIOR DIAGONAL
—TOP CHORD
INTERIOR VERTICAL
5" FIBER OPTIC CONDUIT
5/8" ROD (BY OTHERS)
T&B
5/16 V T
DRAFT
BOTTOM CHORD j ,/16°0 HOLE
CITY OF PORT ANGELES
PORT ANGELES, WA
i 2 "f 2" 1 "x1" CHAMFER
4"
(R 3/8")
CLEVIS TAB DETAIL
(18 REQUIRED PER BRIDGE)
UTILITIES NOTES:
1.) (1) #3 CLEWS, (4) 1 "4 NUTS, (4) 3/4 "v
NUTS. AND (2) 5/8 "0 NUTS REQUIRED
AT EACH FLOOR BEAM FOR UTILITY
HANGER ROD ATTACHMENT BY B1G -R.
2) ALL UTILITY PIPE, CONDUIT, HANGERS.
HARDWARE AND INSTALLATION (WITH THE
EXCEPTION OF THOSE IN MENTIONED IN
NOTE #1) BY OTHERS.
(2) 110'- -O" x KY-O" BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
1 1/2"
CLEAR
NOTES:
1) ALL CONCRETE REBAR BY OTHERS.
2) AU. REBAR COUNTS FOR ONE BRIDGE.
REBAR SCHEDULE
MARK! TYPE QUANTITY I LENGTH 1 REMARKS
401 I STRAIGHT I 13 I 109' -8" EPDXY*
402 I STRAIGHT I 110 9' -6" 1 EPDXY
DIGIT PRECEDING LETTER DENOTES SIZE OF REBAR
SEE CONCRETE NOTE 8 ON El FOR SPLICING
r
L 1/2" CLEAR
V
REBAR SPACING
LOW END
OF BRIDGE
2" MIN. CLEAR f f f�
1/4
CLEVIS TAB
;,:3 1/2
HANDRAIL BRACKET
1 1/2",
#3 CLEVIS
w/ 1 "0 x3" A325 T3
BOLT. NUT WASHER
I. 1/4 "x 2 "x 5" A58B
i. FLOOR BEAM
3 1/2"
1 3/4" ,4 1 3/4"
SECTION J
HIGH END
OF BRIDGE
Q HANGER ROD
1 1/2"
(TYP. ALL RODS)
1 1/16"0 HOLE
w/ (2) 1 "0 NUTS
L `t "0 HANGER RODS
(BY OTHERS)
1 "0 ROD
(BY OTHERS)
HANGER ROD/ CLEVIS
08 -02126
DESIGN BY
JVL
DRAWN BY
TLF
CHECKED BY
JVL
SHEET ND.
END VERTICAL
L_1 1
1 1/2" GAP
0
r
uo
i•
1il� :dfflllR'I' lia
4
4
4
t II
END FLOOR BEAM
II
I1
v
4
4 4
ABUTMENT X11
d
d
4
1
INSIDE ELEVATION
(EXPANSION)
(TYPICAL BOTH ABUTMENTS)
a 4
BRACE DIAGONAL
co
TY P/ 3/16 V
11
11
A pis
I II
BEARING PLATE 1 i i
ELASTOMERIC PAD 1 1
1 7 l U71U7Y LINES
1
ANCHOR (BY BOL OWNERS) TS
U
BOTTOM NUT FINGER TIGHT,
TOP NUT TIGHT AT EXPANSION END.
ROTH NUTS TIGHT AT FIXED END.
(TYPICAL AT SAFETY RAIL)
Tom 3/16
(TYPICAL AT TOE PLATE)
SECTION
0
0
I
A'ISSUED FOR APPROVAL
co
o PROPRIETARY AND CONK /DENT /AL
INFORMATION IN THIS DRAWING IS TILE SOLE PROPERTY OFBIG•R BRIDGE. ANY REPRODUCTION IN PART
OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED.
1
11
7F 16/30/2010
—4" CONCRETE DECK
(BY OTHERS)
-END VERTICAL
.t
\5'
UTILITY LINES HANGERS
{8Y OTHERS)
SAFETY RAIL
{CAP END GRIND SMOOTH)
1- 4.
/-END VERTICAL
TOE PLATE
(CAP END GRIND SMOOTH)
lop
BIG R
B R I D G E
—TOP CHORD
—HAND RAIL
SAFETY RAIL
—TOE PLATE
FLOOR BEAM
—BOTTOM CHORD
END VERTICAL
11
1/8
G
END VERTICAL-
3/16 V
—.1/2"
SECTION
P.O. BOX 1290 GREELEY, COLORADO 80832 -1290
PHONE: (970) 356 -9600 FAX (970) 356-9621
TOLL FREE: (800) 234 0734 www.blgrbridgo.com
PJP
2 VERT. SIDES
TYP.
4 HORIZ. SIDES
TYP. 1/4 V
[TOP
END FLOOR BEAM
1/4 V
EACH SIDE
B- U2a -GF
CHORD
1
1/4 V
END DIAGONAL DETAIL
1 1/4" GAP [TOP CHORD
L
1
5/16 V
INTERIOR
VERTICAL—'
INTERIOR DIAGONAL
SEAL
1 T &B
V TYP.
INTERIOR DIAGONAL DETAIL
1/8 I\ \T
EDGE
T.
3/16 V VER TYP
END DAM
BOTTOM CHORD—
END VERTICAL—
END DIAGONAL
INTERIOR VERTICAL 1st. INTERIOR DIAGONAL DETAIL
3T T &B SIDES
TYP.
SECTION
CITY OF PORT ANGELES
PORT ANGELES, WA
DRAFT
SIDE DAM BOTTOM
3/16 V 2 TYP.
FLANGE
END FLOOR BEAM
BOTTOM
3/6 V 2 -18 7 F t GE
END DAM
INTERIOR
VERTICAL
T &B
TYP. 1/9
PJP
2 SIDES
TYP
(2) 111Y-0" x KY-0" BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
SIDE DAM
BOTTOM CHORD
4
I t
BEARING PLATE
ELASTOMERIC PAD
I1 1L 11 1
11 11 11 1
ANCHOR BOLTS
111 11 Iii 11
flt!ifrii "e,e h(Eiil '111t5E1thliilllflrini111
/TOP CHORD
°4
4 HORIZ. SIDES
1/4 V TYR
PJP
2 VERT. SIDES
TYP.
4
1st INTERIOR DIAGONAL
B
4
4
PIER #2
1
OUTSIDE ELEVATION
(FIXED)
(8R08-02126/1)
I L
1 GAP
___‘/Lir
4
d
e
4
4
4
a
4
(FIXED)
(8R08- 02126/2)
DESIGN BY
JVL
DRAWN BY
TLF
CHECKED BY
JVL
SHEET N0.
E5
or
E7
0
08 -02126
z
a
bi
0
N
I
(1) 1/4 "x1/4 "x10"
KEEPER BARS
3 PLACES
TYP. 3/16 V
10
IMP
F
t
14 "-14
1' -4 1/2"
10 1/4"
INSIDE)
5 1/8;f5 1/8
t
PLATE
BEARING PLATE
(GRADE 4, 60 DUROMETER)
LAYERED ELASTOMERTC BEARING PAD
p
N
O
G
0
rc
.9.
0
A (ISSUED FOR APPROVAL
o PROPRIETARY AND CONFIDENTIAL
N INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIG•R BRIDGE. ANY REPRODUCTION IN PART
OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED.
8m
O
z m
k
(2) 1/4 "x1/4 "x7"
KEEPER BARS
1 I
1 I
I
1 TF 16/30/2010
--1/8" PERIMETER (TYP.)
1/8" COVER
f TYP.
(4) 11 GA.
STEEL SHIMS
BIG R
B R I D G E
1/8" COVER
TYP.
P.O. BOX 1200 GREELEY, COLORADO 00632 -1290
PHONE: (970) 356 -9600 FAX (970) 366 -9621
TOLL FREE: (800) 234 0734 www.bigrbridge.com
MEMBERS
BEARING PLATE
KEEPER BAR
KEEPER BAR
ELASTOMERIC PAD
NQiE; AU. QUANTITIES FOR ONE BRIDGE.
1/4"
1/4"
J
PLAN SHOWING BEARING PLATE CONNECTION
(2) 11(Y—On x 1O' —O" BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
CITY OF POUT ANGELES
PORT ANGELES, WA
1 QTY I THICKNESS SIZE II HOLES
1 4 1 3/4" 111 1/2 "x 1' -4 1/2 "11 3/4 "x 5 1/2"
1 8 1 1/4" 1 1/4" x 7" 1
1 4 1 1/4" 1 1/4" x 10" 1
i 4 1 2" I 7 "x 10" 1
109' -4" (HOLD)
MEASURED HORIZONTALLY
c/c ANCHOR BOLT
1/4 V \TYP.
DRAFT
08 -02126
DESIGN BY
JVL
DRAWN BY
TLF
CHECKED BY
JVL
SHEET NO
E6
or
E7
rn
0.
1
to
N
70P CHORD—
HAND RAIL--
SAFETY RAIL
TOE PLATE
SIDE DAM
SPLICE TUBE
BOTTOM CHORD
O
0
0
9
N
N 1
O
1
c 1
a
ro A IISSUED FOR APPROVAL
00 PROPRIETARY AND CONADENT /AL
1/2 -1/2"
1
ii1
4 OF SPLICE
1
BOLTS NOT SHOWN FOR CLARITY
1
1
1 1
1 TF 16/30/2010
INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIO-R BRIDGE ANY REPRODUCTION IN PART
OR ASA WHOLE WITHOUT WRITTEN PERMISSION ISPROHIBITED.
3/16
HAND RAIL BRACKET
Thal
SPLICE DETAILS
3/16
TYP. 3/16 V
T&9
TYP. 3/16 V
3/16 N
3/16 V
BIG R
B R I D G E
2PLICED DIAGONAL
1
3/16 N
3/16 V
P.O. BOX 1200 GREELEY, COLORADO 60632 -1200
PHONE: (970) 356.9600 FAX (970) 356 -9821
TOLL FREE: (600) 234 0734 www.bigrbridge.cOm
MEMBERS
TOP CHORD SPLICE PLATE
BOTTOM CHORD SPLICE PLATE
DIAGONAL SPLICE PLATE
BRACE DIAG. SPLICE PLATE
DIAGONAL STIFFENER PLATE
BRACE DIAG. STIFFENER PLATE
SPLICE BAR
SIDE DAM PLATE
NOT ALL QUANTITIES FOR ONE BRIDGE.
1' -10"
(2) SPACES CD 2 1 -2" SPACES
3 1/2" 7 3 1/2" 7"
QTY
8
8
4
2
4
2
4
4
TACK WELD no NUTS IN PLACE
(3 PLACES EA. NUT)
TOP CHORD SPLICE PLATES
(LOCATE INSIDE OF TUBE)
—1' -6"
2" 2
(2) SPACES 0 (2) SPACES 0
2 1/2" 5 2 1/2" 5"
1 •••1
DIAGONAL SPLICE PLATES
<LOCATE OUTSIDE OF TUBE)
3/18 V 1 1/2
3/16" FROM
EDGE OF HOLE
TYPICAL SPLICE STIFFENER
NOTE: STIFFENER PLATES ARE FLUSH ON THE
INSIDE OF THE SPLICED DIAGONALS
AND SPLICED BRACE DIAGONALS
CITY OF PORT ANGELES
PORT ANGELES, WA
THICKNESS
1/2"
1/2"
3/8"
3/8"
3/8"
3/8"
1/2"
3/8"
h
'sr Iv
N
is
1 c e
SPLICE PLATE SIZE
4 1/2" x 1' -10"
4 1/2" x 2' -5"
3" x 1' -6"
3" x 1' -6"
2 1/2" x 9"
2 1/2" x 9"
1 "x 5' -t0"
1 "x4"
(2) T1O' -0Y x 1O' -0n BRIDGES
DRY CREEK PEDESTRIAN BRIDGE
HOLES
1 1/16"
1 1/16"
13/16"
13/16"
(3) SPACES 0
BOLTS
1 "0 x 2 1/4"
1 "0 x 2 1/4"
3/4 "0 x 3 3/4"
3/4 "0 x 4 3/4"
r40.44
A325 13
A325 T3
A325 T3
A325 T3
(3) SPACES
TACK WELD 1 "0 NUTS IN PLACE
(3 PLACES EA. NUT)
BOTTOM CHORD SPLICE PLATES,
(LOCATE INSIDE OF TUBE)
—1 -6
2" T 2"
(2) SPACES 0 (2) SPACES
21/2 "a5 I 21/2 5"
BRACE DIAGONAL SPLICE PLATES
(LOCATE OUTSIDE OF TUBE)
DRAFT
BOLT QTY
48
64
12
6
i 22'-55
2"i, L 2
3 1/2" 10 1/2" 3 1/2" 10 1/2"
e
N
N
08 -02126
DESIGN BY
JVL
DRAM BY
TLF
CHECKED BY
JVL
SHEET N0.