Loading...
HomeMy WebLinkAbout4.554A Original Contractr Washington State /1 Department of Transportation Paula J. Hammond, P.E. Secretary of Transportation e,5 Mr. Glen Cutler Public Works Director City of Port Angeles PO Box 1150 Port Angeles, Washington 98362 -0217 Dear Mr. Cutler: November 30, 2010 Sincerely, r^ ,�►N— J"'-''— C ss A (X 12� Transportation Building 310 Maple Park Avenue S.E. P.O. Box 47300 Olympia, WA 98504 -7300 360 705 -7000 TTY: 1 sdot.v� City of Port Angeles S and Tumwater Bridge Replacement BRM- 7544(006) LA -5617, TA -2621 Administrative Review Kathleen B. Davis Director Highways Local Programs Division KBD:el:ac Enclosure cc: Neal Campbell, Olympic Region Local Programs Engineer, MS 47440 Project Support Services, MS 47420 01 mpic Re :i• i ccountant, MS 47440 gency ccount' 1)EC 3 2010 OF PQFIA 1_ES CITYPUBLIC \,OR The Highways Local Programs Division has conducted an administrative review (see enclosure) of the reimbursement of federal funds to your agency for the subject project with the following results: Net Balance Due Agency 5,929.64 Total Federal Expenditures 10,800,000.00 An electronic fund transfer for this amount was processed on November 18, 2010, in the final settlement of the project. This final accounting constitutes settlement and closure of this agreement. Representatives of the State Auditor's Office, WSDOT and the federal government may perform a financial and/or procedural audit of the cost records pertaining to this agreement within a three -year period. If these activities occur and discrepancies are noted, this final settlement may require adjustment. In accordance with Federal and State regulations, the agency shall retain such records and accounts on this project until at least November 30, 2013. The Highways Local Programs Division is pleased to have assisted you in this project by facilitating the transfer of federal funds to your agency. LL.s5 i i Project Total Local Agency Costs Total Federal Funds Due to Agency Federal Funds Paid to Agency Federal Funds Due to Agency Federal Project Number: BRM- 7544(006) Agency: City of Port Angeles Description: 8th Tumwater Br Replacement Agreement: LA -5617 Fed Appropriation: 1140/Q120/L1C0 Authorized: $10,800,000 Effective Date: PE 09/10/03 Work Orders: TA -2621 CN 11/21/05 10,754,694.68 10,748,765.01 5,929.67 State Costs Total State Costs 50,023 19 Less Federal Share 45,305.32 Subtotal 4,717.87 Indirect Costs 0.00 Amount Due from Agency 4,717.87 Amount Received from Agency 4,717.85 Due from Agency 0.02 Issue a Warrant in the Amount of. 5,929.64 Pro Rata: Federal Share -PE. Federal Share -RW: Federal Share -CN: TOTAL Federal $s Authorized (Inc) /Dec. in Obligation PE CN Non Costs in Total Participating Excess of Participating Federal 80.00% 100.00% TA -2621 Agency PE 1140 36,428.79 0.00 2,420.67 34,008.13 27,206.50 Agency PE Q120 9,631.90 0.00 640.04 8,991.86 7,193.49 Consultant PE 1140 959,060.45 0.00 101,910.56 857,149.89 685,719.91 Consultant PE Q120 109,994.51 0.00 9,870.40 100,124.11 79,452.99 State PE 1140 8,842.00 0.00 0 01 8,841.99 7,073.59 State PE Q120 14,691.92 0.00 0.02 14,691.90 11,753.52 Contract CN L1C0 8,453,644.68 0 00 346,699.17 8,106,945.51 8,102,769.56 Contract CN Q120 940,925.01 0.00 37,626.93 903,298.08 902,352.23 Consultant CN L1C0 966,035.64 0.00 174,035.63 792,000.01 792,000.01 Consultant CN Q120 107,337.28 0.00 19,337.29 87,999.99 87,999.99 Agency CN L1CO 85,527.42 0.00 22,527.41 63,000.01 63,000.01 Agency CN Q120 9,503.03 0.00 2,503.04 6,999.99 6,999.99 State CE L1C0 23,840.37 0.00 9.95 23,830.42 23,830.42 State CE Q120 2,648.90 0.00 1.11 2,647.79 2,647.79 Total 11,728,111.90 0.00 717,582.23 11,010,529.67 10,800,000.00 11,728,111.90 0 00 717,582.23 11,010,529.67 10,800,000.00 818,400.00 0 00 9,981,600.00 10,800,000.00 10,800,000.00 0.00 I I . . I PROJECT MANUAL for 8TH STREET BRIDGE REPLACEMENTS PROJECT NO. 02-15 CONTRACT NO. - TA2621 (8th & Tumwater Bridge) - TA2622 (8th & Valley Bridge) CITY OF PORT ANGELES WASHINGTON JANUARY 2007 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: James M. Malhum, Project Manager, City of Port Angeles 360-417-4701 CON 'F"oRM.E: D CCPi #.1 ... ..~ " .0 ~ ~ ~ . . WASHINGTON, U.S.A. PUBLIC WORKS & UTiliTIES DEPARTMENT ADDENDUM NO.1 TO PROJECT MANUAL FOR atll Street Bridge Replacements PROJECT NO. 02-15 Contract No. - TA2621 (8th & Tumwater Bridge) -TA2622 (8th & Valley Bridge) NOTICE TO PROSPECTIVE BIDDERS Bid Opening March 13,2007 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: RESPONSES TO QUESTIONS RECEIVED AS OF FEBRUARY 23, 2007 1. Is a coffer dam or water diversion going to be needed for the bridge removal? The bridge removal shall be accomplished in accordance with the requirements of the Project Manual and the WDFW Hydraulic Project Approval (HP A). Please note Provision 3 in the HP A. 2. I just noticed that the existing NB SR117 is moved over to a "proposed" SR 117 alignment. Is the moving of that road completed? lfnot, is it part of this project, and ifso, how is it to be paid? SR 117 shall be reconstructed as part of this project as shown on Sheet AS - Plan and Profile. Sheet R2 - Roadway Section, Section F, shows the new roadways section and the station limits of the construction. Quantity Tab Sheets QI and Q2 show the appropriate removal items and the new paint line. The removal items not shown on sheet Ql are included in the Removal of Structures and Obstructions as stated in the Special Provisions. The roadway excavation is included in the estimated quantities. The surfacing quantities are included in the estimated quantities for the applicable Items. Created 011 2i2512007 9 3700 AM N:IPROJECTSI02- J 5 Bib SL BndgeslPcoJecC ManuallConcrete S!ructwe\Addendum No.1 IAddendum No J doc .,. ~ . . . BID FORM 1. Revise Bid Item No. 35 to read as follows: Description Quantity St. Reinf. Bar for Bridge 595,000 Note: New Bid Form page attached. Units Unit Price LB Extended SPECIAL PROVISONS 1. The City will provide, at no cost to the contractor, P APD escort/traffic control for prestressed concrete girder deliveries that are scheduled a minimum of two (2) weeks in advance. 2. Changes to the Summary of Quantities for Superstructure and Roadway Deck, Page N -83, revise the following quantities to read: Superstructm'e - Tumwater Creek Epoxy Coated St. Reinf. Bar St, Reinf. Bar Concrete Class 4000D Concrete Class 4000 Elastomeric Bearing Pad Transverse Elastomeric Girder Stop Pad Cast Iron Bollard 3. Elevation corrections for shaft casings. Page N-96, revise the following elevations to read: B. The Contractor shall furnish and install casings as follows: Upper And Lower Elevation Limits for Concurrent Casing Placement with Excavation Superstructure - Valley Creek Epoxy Coated St. Reinf Bar St. Reinf Bar Concrete Class 4000D Concrete Class 4000 Elastomeric Bearing Pad Transverse Elastomeric Girder Stop Pad Cast Iron Bollard Bridge Name Bridge Pier No. Casing Type Tumwater Tumwater Tumwater Tumwater Tumwater Tumwater Pier 2 Lt Pier 2 Rt Pier 3 Lt Pier 3 Rt Pier 4 Lt Pier 4 Rt Permanent Permanent Permanent Permanent Permanent Permanent Created 00 212512007 9'37-{)O AM 336,500 LBS. 64,800 LBS. 1,295 C.Y 360 C.Y 10 EACH 20 Each 7 Each 336,800 LBS. 64,800LBS. 1,295 C. Y 360 C.Y. 10 EACH 20 Each 7 Each Elev. Of Bottom of Required Casing (ft) 62.00 55.00 37.00 37.00 33.00 33.00 Exist Ground to 62.00 Exist Ground to 55.00 Exist Ground to 37.00 Exist Ground to 37.00 Exist Ground to 33.00 Exist Ground to 33.00 N-\PROJECTSl02-15 8tlt Sf DndgesIProjecl MalluallConcrcte Slructure\Addendum No l\Addcndum No.1 doc ~ . . . Tumwater Tumwater PIer 5 Lt Pier 5 Rt Permanent Permanent 25.00 44.00 Exist Ground to 25.00 Exist Ground to 44.00 Valley Valley Valley Valley Valley Valley Valley Valley Pier 2 Lt Pier 2 Rt Pier 3 Lt Pier 3 Rt Pier 4 Lt Pier 4 Rt Pier 5 Lt Pier 5 Rt Permanent Permanent Permanent Permanent Permanent Permanent Permanent Permanent 63.00 62.00 33.00 33.00 36.00 36.00 44.00 54.00 Exist Ground to 63.00 Exist Ground to 62.00 Exist Ground to 33.00 Exist Ground to 33.00 Exist Ground to 36.00 Exist Ground to 36.00 Exist Ground to 44.00 Exist Ground to 54.00 ATTACHMENTS TO THE SPECIFICATIONS 1. Replace the Hydraulic Project Approval (HP A) Permit with the new HP A. The new permit expiration date is: October 01, 2009. PLANS 1. On Plan Sheet No. C3, 37 of 158, correct the sign SIZE (INCHES) in the SIGNING SCHEDULE for Sign 4 and Sign 5 as follows: The sign SIZE (INCHES) for Sign 4 "Sth ST." is revised from 16X60 to SX30 The sign SIZE (INCHES) for Sign 4 "CEDAR ST." is revised from 16Xn to 8X36 The sign SIZE (INCHES) for Sign 5 "Sth ST." is revised from I6X60 to SX30 The sign SIZE (INCHES) for Sign 5 "CEDAR ST." is revised from 16Xn to SX36 2. Plan Sheets TI5, Tl6, T19, T20, T25, T31, T33, T43, T44, VB, VI5, VI6, VI9, V20, V25, V31, V33, V43 and V44 have been revised as noted on the plans. The Bid Opening Date has not been changed. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non- r~Ave. L.~ ....{'ary ~worthY City Engineer Attachements: Bid Form - Sheet 1-13 Attachment - Revised HP A Plan-SheetsTI5, T16, T19, T20, T25, T31, T33, T43, T44, VB, V15, V16, V19, V20, V25, V31, V33, V43 and V44 Created 011 212512007 9 37:00 AM N.\PROlECTS\02-IS 8th St BndgesIProjectManual\Concrctc Structure\AddendumNo. l\Addelldllm No I doc , . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 23 2-09 Shoring Or Extra 1 LS Excavation CL. A 24 2-09 Structure Excavation 2,171 CY Class B Incl. Haul 25 2-09 Shoring Or Extra 5,815 SF Excavation CL. B 26 2-09 Gravel Backfill for Pipe 700 CY Zone BeddinQ 27 2-09 Gravel Backfill For Wall 450 CY 28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00 Concrete 29 2-09/ Construction Access 1 LS SP Road - Tumwater Creek 30 2-09/ Construction Access 1 LS SP Road - Valley Creek 31 4-01 Crushed Surfacing Base 1,600 Ton Course 32 5-04 Planing Bituminous 850 SY Pavement 33 5-04 HMA CI. B Pg 64-22 1,100 Ton 34 5-04 Anti-StrippinQ Additive 1 Est $550.00 $550.00 35 6-02 St. Reinf. Bar For 595,000 LB Bridoe 36 6-02 Cone. Class 4000 For 2,536 CY Bridqe 37 6-02 Deficient Strength Cone. 1 Calc -1 -1 Price Adiustment 38 6-02 Expansion Joint System 192 LF Strip Seal - Superstr. 39 6-02 Superstructure - 1 LS Tumwater Creek 40 6-02 Superstructure - 1 LS Valley Creek 41 6-02 Prestressed Cone. 7,378 LF Girder W83G 42 6-02 Soil Excavation For 2,075 CY Shaft Includinq Haul 43 6-02 Furnishing Permanent 208 LF Casing For 9'0" Diam. Shaft CiTY OF PORT ANGELES 8'" Street Bndge Replacement Project No 02-15 1- 13 000328 January, 2007 .; . . . W Washington Department of FISH and " WILDLIFE HYDRAULIC PROJECT APPROVAL Coastal 48 Devonshlle Road Montesano, WA 98563 (360) 249-4628 RCW 77 55.100 . Appeal pursuant 10 Chapter 34 05 RCW Issue Date' June 13, 2006 Project Expiration Date: October 01,2009 Control Number' FPAlPublic Notice #: 101226-2 N/A P - - - ~ AUTHORIZED AGENT OR CONTRACTOR ........ \\ 7 t'"" - City of Port Angeles ~',S7~O \0 rg n l~~~~li! II A TTENTION: Jim Mat 321 East Fifth Street Port Angeles, W A 983 - ~17 _-.--J~ 360-417-4701 Fax: 360-417-4709 Project Name: Project Description: 8th Street Bridges Two bridges on 8th Street that cross over Valley and Tumwater Creeks will be replaced. PROVISIONS 1. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife entitled, "8th Street Bridge Replacements", except as modified by this Hydraulic Project Approval. A copy of these plans shall be available on site during construction. 2. Excavation for and placement of the foundation and superstructure shall be outside the ordinary high water line. 3. Any excavation needed for the installation and/or removal of footings/abutments associated with any of the bridges, shall be completely separated from the streams. Placement of abutments for the temporary work bridges shall be landward of the top of the bank. These locations shall be approved in advance of their installation by the Habitat Biologist listed below or his designee. Removal of the existing bridge footings, that are located Within 25 feet of any stream, shall also be approved in advance by the Habitat Biologist listed below or hiS designee. 4. The old and new permanent bridge structures as well as the temporary work bridges, shall be placed and/or removed in a manner to prevent damage to the streambeds and minimize damage to stream banks 5. Mitigation for construction Impacts shall consist of large woody material (LWM) placement in the streams. LWM length shall be no less than two times the bankful width of the stream. LWM diameter shall be no less than 12 inches in diameter on the cut end. LWM shall preferably have Its rootwad attached and be conifer A minimum of three pieces of LWM shall be placed in each stream. Page 1 of 6 .' . . . W Washington Department of ,. <, FISH and .'" ". WILDLIFE HYDRAULIC PROJECT APPROVAL Coastal 48 Devonshire Road Montesano. WA 98563 (360) 249-4628 RCW 77 55 100. Appeai pursuant to Chapter 3405 RCW Issue Date: June 13, 2006 Project Expiration Date, October 01, 2009 Control Number: FPA/Public Notice #. 101226-2 N/A 6. The new permanent bridges shall be constructed to pass the 1 DO-year peak flow with consideration of debris likely to be encountered, The temporary work bridges shall be of sufficient height to freely pass all flows and debris which may occur while they are in place. 7. At least one end of the temporary bridges or stringers shall be securely anchored. 8. All bridge stringers shall be placed in a manner to minimize damage to the streambeds or banks. 9. Removal of the existing structures shall be accomplished so the structure and associated material does not enter the stream. Material shall be disposed of so it will not re-enter the stream. 10. The bridge decks shall be cleaned of aggregate or earth materials prior to bridge removal. This material shall be disposed of so it will not enter the stream. 11. Removal shall be accomplished by mechanical means. This Hydraulic Project Approval does not authorize blasting, 12. Equipment used for thiS project may operate below the ordinary high water line, provided the drive mechanisms (wheels, tracks, tires, etc.) shall not enter or operate below the ordinary high water line. 13. Equipment used for this project shall be free of external petroleum-based products while working around the streams. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment pnor to its working below the ordinary high water line. EqUipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the streams. 14 Other than Provision 15 below, equipment crossings of the stream are not authorized by thiS HPA. 15. To allow for geotechnical dnlling, at the Tumwater Creek site one round trip eqUipment crossings of the stream shall be allowed. The crossing shall be confined to the area north of the existing bridge. This activity shall not be construed as 'establishing a ford', Page 2 of 6 ./ . . . ~ WashIngton Department of , FISH and . WILDLIFE HYDRAULIC PROJECT APPROVAL Coastal 48 Oe'lOl1shlfa Road Montesano, WA 98563 (360) 249-4628 RCW 77 55.100 - Appeal pursuanllo Chaoter 3405 RCW Issue Date: June 13, 2006 Project Expiration Date: October 01. 2009 Control Number FPAlPublic Notice #. 101226-2 N/A 16. All wooden components associated with the temporary work bridges shall not contain creosote or pentachlorophenol. This shall include pilings, beams, structural supports, and decking. 17. If at any time, as a result of project activities, fish are observed In distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Department of Ecology at 1-800-258-5990, and to the Area Habitat Biologist listed below. 18. During all phases of this project, sediment-laden water shall not be allowed to enter the streams. 19. Erosion control methods shall be used to prevent Silt-laden water from entering the stream. These may include, but are not limited to, straw bales, filter fabric, temporanj sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or Immediate mulching of exposed areas. There shall be no sediment laden water allowed to enter any stream as a result of this project. 20. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged to the stream. 21. All waste material such as construction debns, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of flood water in an approved upland disposal site: 22. If high flow conditions that may cause siltation are encountered dUring this project, work shall stop until the flow subsides 23. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sedIment-laden water, chemicals, or any other toxic or deleteriOUs materials are allowed to enter or leach into the streams. 24. Fresh concrete or concrete by-products shall not be allowed to enter the streams at any time during this project. Page 3 of 6 . . . W Washington Department of . FISH and ~' WilDLIFE HYDRAULIC PROJECT APPROVAL Coastal 48 Devonshire Road Montesano, WA 98563 (360) 249-4628 RCW 77 55 100 - Appeal pursuant to Chapter 34 05 RCW Issue Date: June 13. 2006 Project Expiration Dale: October 01. 2009 Control Number' FPAlPublic Notice #: 101226-2 N/A PROJECT LOCATIONS Location #1 8th Street Bridge over Valley WORK START, June 13, 2006 IWORK END: October 01, 2009 WRIA. IWalerbody. I Tnbutary to: - Ivalley Creek 18.0249 Strait Of Juan De Fuca 1/4 SEC' Section Township. Range. Latitude: longItude. County - - - SE 1/4 04 30 N 06W N 48.11529 W 123.44499 Clallam location ~1 Dnving Directions Proceed west on 8th Street from Lindon Street to the project site Location #2 8th Street Bndge over Tumwate WORK START: June 13, 2006 lWORK END: October 01. 2009 WRIA- Walerbody Tnbutary 10. - 18.0256 Tumwater Creek Strait Of Juan De Fuca 1/4 SEC. Seclion T ownshlp- Range latitude longitude County - - - SE 1/4 04 30 N 06W N 48.11992 W 123.45109 Clallam locatIon #2 DrivIng Dlrecllons Proceed west on 8th Street from Lincoln Street to the project site. NOTES APPL Y TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to those requIrements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW (formerly RCW 77 20) Additional authorization from other public agencies may be necessary for this project. The person(s) to whom this Hydraulic Project Approval IS issued is responsible for applying for and obtaining any additional authorization from other pUblic agencies (local. state and/or federal) that may be necessary for thiS project. This Hydraulic Project Approval shall be available on the Job site at all times and all its provIsions followed by the person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work. This Hydraulic Project Approval does not authOrize trespass The person(s) to whom thiS Hydraulic Project Approval IS issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply With the proviSions of thiS Hydraulic Project Approval Failure to comply with the proVisions of thiS Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, pOSSibly punIshable by fine and/or Imprisonment Page 4 of 6 '\ , . . . W. Washington Department of ,-" FISH and ,<" WILDLIFE HYDRAULIC PROJECT APPROVAL Coaslal 48 Devonshire Road Montesano. WA 98563 (360) 249.4628 RCW 77 55 1 CO . Appeal pursuant to Chapter 34 05 RCW Issue Date. June 13,2006 Project Expiration Date: October 01. 2009 Control Number FPAlPubfic Notice #. 101226-2 N/A All Hydraulic Project Approvals issued pursuant to RCW 77 55.021 (EXCEPT agriculturallrngatlon, stock watenng or bank stabilization projects) or 77 55.141 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information Indicates the need for such action The person(s) to whom this Hydraulic Project Approval is issued has the nght pursuant to Chapter 34.04 RCW to appeal such decisions. All agricultural imgation, stock watenng or bank stabilization Hydraulic Project Approvals Issued pursuant to RCW 77.55.021 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s) to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.301. APPEALS INFORMATION If you wish to appeal the issuance or denial of, or conditions proVided In a Hydraulic Project Approval, there are informal and formal appeal processes available. A. INFORMAL APPEALS foNAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55 021, 77.55.141,77.55.181, and 77.55.291. A person who is aggrieved or adversely affected by the following Department actions may request an Informal review of' (A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; or (B) An order imposing civil penalties A request for an INFORMAL REVIEW shall be In WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department Within 30 days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to by the aggrieved party. and the aggneved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached, or the'aggneved party is not the Hydraulic Project Approval applicant. the Habitat Techntcal Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS CNAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (EXCEPT agnculturallrrrgation, stock watering or bank stabllizalion projects) or 77.55.291. A person who is aggrieved or adversely affected by the following Department actions may request a formal review of: (A) The denial or issuance of a Hydraulic Project Approval, or the conditions or prOVIsions made part of a Hydraulic Project Approval; (B) An order imposing civil penaltIes; or (C) Any other 'agency action' for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as 'REQUEST FOR FORMAL APPEAL' and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091, within 3D-days of the Department action that is bemg challenged. The time penod for requesting a formal appeal is suspended dunng consideration of a timely informal appeal If there has been an informal appeal, the deadline for requesting a formal appeal shall be within 3G-days of the date or the Departmeni's written deCIsion in response to the mformal appeal C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.021 (agncultural rrrigation, stock watering or bank stabilization only), 7755.141, 77.55.181, or 77 55 241 A person who is aggneved or adversely affected by the demal or Issuance of a Hydraulic Project Approval. or the conditions or proviSions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Heanngs Office, 4224 Sixth Avenue SE, Building Two- Rowe SIX, Lacey, Washmgton 98504. telephone 360/459-6327. D FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21L RCW' A person who IS aggrieved or adversely affected by the denIal or issuance of a Hydraulic Project Approval, or the conditions or proVlslons made part of a Hydraulic Project Approval may request a formal appeal The FORMAL APPEAL shall be in Page 5 of 6 . " / . . . \t' WashIngton Department of .' FISH and . ~- 'WILDLIFE Coastal 48 Devonshire Road Montesano, WA 98563 (360) 249.4628 HYDRAULIC PROJECT APPROVAL RCW 77 55 100 - Appeal pursuant 10 Chapter 34 05 RCW Issue Date: June 13, 2006 Project Expiration Date' October 01. 2009 101226-2 N/A Control Number' FPA/Pubhc Notice #. accordance with the provisions of Chapter 43 21L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be In WRITING to the Environmental and Land Use Hearrngs Board at EnVIronmental Hearings Office, Environmental and Land Use Hearings Board, 4224 Sixth Avenue SE, Building Two - Rowe SIX, P.O. Box 40903, Lacey, Washington 98504; telephone 3601459-6327, E FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS results in forfeiture of all appeal rights. If there is no llmely request for an appeal, the department action shall be final and unappealable ENFORCEMENT: Sergeant Makoviney (31) P2 Habitat Biologist Chris Byrnes 360-417-1426 CC: ...., ...~. ,. // .. U.;.~ :J;. "'~~+"':J'-"/ for Director WDFW Page 6 of 6 . t , .0 ~ ~ ~ . . WASHINGTON, U.S.A PUBLIC WORKS & UTiliTIES DEPARTMENT ADDENDUM NO.2 TO PROJECT MANUAL FOR sth Street Bridge Replacements PROJECT NO. 02-15 Contract No. - TA2621 (8th & Tumwater Bridge) -TA2622 (8th & Valley Bridge) NOTICE TO PROSPECTIVE BIDDERS Bid Opening March 13, 2007 NOTICE IS HEREBY GWEN that the instructions and requirements of the subject bid are amended as follows: RESPONSES TO QUESTIONS RECEIVED AS OF MARCH 8, 2007 1. Is there an asphalt overlay on the existing Tumwater and Valley Creek Bridges? Yes, the thickness is approximately 2". 2. In addendum 1 there were cast iron bollards added to the roadway deck. Are there 7 bollards on each side of the bridge totaling 14 bollards per bridges? Yes, see revised special provision in this addendum. 3. The Project Manual detail hazardous and dangerous waste but does not relieve the contractor of generator status. Can you please supplement the project manual with a statement releasing the Contractor of a hazardous waste generator? This question pertains to Division 1 of the WSDOT Standard Specifications and changes to this Division require prior approval from WSDOT and FHW A. Because this project is Federally funded and this question involves changes to Division 1 there will be no changes to the special provisions. 4. What is the quantity of alternate fixtures on each bridge? See plan sheets T45 and V45 for the locations of fixtures. Created on 3/612007 ] 0:23 ilO AM N'IPROJECTSI02-]5 8th Sl BridgeslProjecl ManualIConcrele StruclurelAddendum No. 2IAddcndum No 2 doc ~ . . . 5. Can you furnish us with a panel schedule for the Type B Service Cabinet? 60 amp Main - Double pole 20 amp GFI - Single pole 50 amp Signal- Single pole 20 amp Lights - Double pole 6. Construction Note 5: I would like to confIrm that we are installing the existing light fixture on a new base. Yes - per Note 5, and Luminare schedule on Plan Sheet Cl. 7. The construction easement from station 11 +84 to 12+50 right, shows which trees are to be protected. Can these trees be limbed up, since they hang towards the bridge and work area? A portion ofthe trees may be limbed upon approval by the Engineer. The Contractor will be responsible for the conditions of the trees and held liable for any damage that may occur. 8. The trees shown from station 11+85 to 12+75 left, does not say anything about protecting them - are they to be protected? Yes - these trees are to be protected as well, refer also to sheets Tl and V1. The notes on all of these sheets, "Protect Tree (Typ.)" or Exist. Trees to be Saved and Projected (Typ.)" refers to the symbol and the note applies to all trees shown. 9. Have all the trees which are to be protected been marked? No, not at this time. 10. Concrete underneath 8th Street, where does it end? Lincoln Street? Cherry Street or farther west? The concrete starts at the east end of Valley Street and continues east. The City's as-builts drawings do not indicate concrete pavement between the two bridges or west of Tumwater Bridge. 11. Is the easement agreement in place to accommodate tie back or soil nails for shoring needs at all the new abutment locations? Ifnot, who is responsible for accruing the easements? No. Additional easements required for the contractors shoring methods, will be the responsibility of the Contractor to obtain. 12. At Tumwater abutment #6 location, what agreement has been made with the apartment complex? No agreement has been made with the apartment complex. 13. What access requirements is the Contractor responsible for maintaining to the public on the project, especially at the end of the bridges? Access to residents and businesses to be maintained at all times. 14. The 2-13-06 response to questions indicated that there was property just north of the Valley Street Bridge that IS available to the contractor to use. Is the referenced property owned by the City of Port Angeles? If not, please provide the land owner's name and the written Created on 31612007 10:23 '00 AM N.\PROJECTS\02-15 8th SL Bridgcs\ProJect MannallConcrele SlructurelAddelldum No 2\Addendum No 2 doc . . . agreement that allows for construction use. Please re-read number 5 of the 2-13-07 Responses and Questions. As indicated, the City does own the parcel of land. It currently has a honse on it, boarded up, and the conditions of using the site are that the building and foundation be removed from the site. 15. Which bid item includes the rock check dam on sheet TE2? The rock check dams are included in Bid Item 83 Erosion/Water Pollution Contol. 16. Will there be noise restrictions for working outside the standard work week? If so, what is the allowable decibel range? Noise restrictions are limited to the operations of equipment between the hours of 7 Am to 10PM, 7 days a week. If work beyond these hours is needed, the contractor will be responsible for submitting a variance application with the Board of Adjustment. The noise levels can be found as referenced in Chapters 173, 173-60 & 173-70 of the Washington Administrative Code (WAC). 17. Who is responsible for paying for the relocation of the utilities? Existing utilities are addressed in the Special Provisions, page IV-57, and shown on the Plans, for example, on Plan Sheets Tl and VI. IS. In drawing A3 the stationing at the south construction easement appears to be mislabeled. Please provide the correct station number for the current station labeled 28+62.48. On Plan Sheet A3 the south construction easement stationing is correct, however, the easement line on the plan sheet is not drawn to scale. This also occurs on Plan Sheets No. A3, D5, U2, TE2, P2, and Vl. 19. Who is responsible for completing a pre construction evaluations of structures near the bridge abutments? Who is responsible for costs associated with any damage to existing structures? The Contractor. The Contractor 20. Do any of the questions asked during the previous bid of the Sth Street Bridge Project apply to this request for bids? If so, please repost the questions. No, this is a different design, only questions asked during the current bid of the 8th Street project apply to this request for bids. 21. From Station 11 +07 to 11+79.5 right, shows the right of way a total of70 feet, or 35 feet each side of centerline, it is correct to assume that we can use the area up to the right of way in this section? Yes, however note trees to be protected, refer to Plan Sheet Tl and Vl. 22. The existing northbound land of SR 117 - does the old asphalt need to be removed from Station 12+40 to 18+80? Is this quantity figured in the roadway excavation? Yes, the old SR 117 asphalt outside the roadway prism needs to be removed. Creared on 3/612007 10-23 00 AM N IPROJF.CTS\02- 15 8th St BridgesIPrOJect ManualIConcrete SlructurclAddendllDl No 2\Addendmn No 2 doc . . . No, the quantity is included in Item 15, Removing Existing Bridge No. 117/5 Over Tumwater Creek. A Special Provision will be included in this addendum to address that the quantity is incidental to Bid Item 15. 23. The Existing SDMH at Station 10+ 17, 17' right, the pipe leaving the manhole and running to the manhole (11 +85, right) on the west side ofthe bridge, what size pipe is that? The size of the pipes are shown on the profile view on Plan Sheet Dl and are listed on the Structure Notes on Plan Sheet S1. 24. On the Drainage Sheets, there are callouts for Slope Drain HDPE Pipe. Is this supposed to be Butt-Fused HDPE Pipe, or can it be ADS Corrugated HOPE Pipe? The pipe shall be flexible HDPE pipe. 25. Addendum #1 revised the engineer's estimate for Item 35, Substructure, from 659,000 lbs to 595,000 lbs. However, the changes made to the design in the addendum, particularly to the cross beams, actually added weight to the substructure. The added weight coupled with the reduced engineer's estimated weight makes for a rather significant discrepancy for this item. This is a problem because the specifications indicate the City will only pay for the amount of rebar the engineer has estimated for this item. It does appear that the added rebar in question, cross beam bottom bars, has been added to the superstructure items by the addendum, as the new estimated weights for the uncoated bar in those items had been increased significantly over what is actually there. The original quantity 659,000 LB, for Bid Item No. 35, S1. Reinf. Bar for Bridge, included more column reinforcing in the bar list sheets, T43 and V43, than was included in the plans sheets T13, T17, VB and VI7. This was corrected in addendum no. 1 where the number was reduced from 44 #11 per column to 40 #11 in the bar list sheets T43 and V43. The overall effect of eliminating column bars was greater than the added cross beam bars. The increase in the uncoated rebar quantity in the superstructure was mainly due to the increase in the bars at the piers in addendum no. 1. 26. The existing waterline on the eastside of Valley Creek, in .the Wetland Mitigation area, looks like it will have to be relocated or lowered due to the wetland excavation- is this incidental to the Wetland Mitigation item? The grading for the wetland creation site will all be north of the waterline. It is not the intent to relocate the waterline. The wetland boundary is to be established and staked by the engineer, see plan sheet WI. 27. The grading shown on Sheets T6 and V6- are these quantities included in the roadway excavation quantities? What about embankment in these areas- how is that being paid for? No. Bid Item No. 22, Structure Excavation Class A Including Haul. 28. If Piers #2 and #5 on each bridge require over-excavation or shoring- Does the slope have to be restored to it's current slope? Can the shoring stay or does it have to be removed? Yes, see plan sheets No. T13, T14, V13, and V14. 29. Under SectIon 8-02 Roadside Restoration - it states that this work will include furnishing Created on 3/617.007 10:23 00 AM N-\PROlECTS\02- J 58th St- BridgeslProJect Manual\Concrctc Slructurc\Addcndum No 2\AddeoollDl No_ 2 doc . . . and placing topsoil in the wetland area. On the plans on Sheet WI, Wetland Creation Site, under the grading notes, it states to retain top 8 inches of soil for replacement. Is the replacement of this "conserved" soil to be paid under the Wetland Restoration or Wetland Creation? Under the description ofthe Wetland Creation is does not say anything about placing and grading conserved topsoil. Payment for providing grading of top soil is included in Bid Item No. 86, Wetland Creation. 30. On Sheet WI, it also states that the wetland boundary will be established and staked by the engineer, approximately 0.48 acres, has this been done? If not, how are we to bid a lump sum item, with the area and volumes to be determined at a later date? No, the area and volume will equal those shown on the plans. 31. Can Phase 1 of the wetland Restoration be done with Phase 2? If Phase 1 is done as specified in Section 8-02, page IV-I2I, you will lose access along the bridge during construction. No BID FORM Base Bid 1. Revise Bid Item No. 52 to read as follows: Description Quantity Pedestrian Barrier 3032 Units Unit Price LF Extended 2. Delete Bid Item No. 64 and replace with New Bid Item 64 as follows: Description Quantity Units Unit Price Extended GmeValvelOfuch 1 EACH 3. Revise Bid Item No. 77 to read as follows: Description Quantity Gate Valve 8 Inch 3 Units Unit Price Extended EACH 4. Delete Bid Item No. 92 BID ALTERNATIVE A Adjustment for Barrier and lIIumination 1. Revise Bid Item No. 53 to read as follows: Description Quantity Pedestrian Barrier with -94 Structural Slab Units Unit Price Extended LF Created 011 3/612007 10 23 -00 AM N IPROJECTSI02-15 81b Sl BridgesIProject ManuallConcrele Slructurc\Addendum No 2\Addendom No. 2.doc . BID ALTERNATIVE B Adjustment for Rail, Barrier and Illumination 1. Revise Bid Item No. 119 to read as follows: Description Quantity Units Unit Price Extended Alt B Pedestrian Barrier 3032 LF 2. Revise Bid Item No. 120 to read as follows: Description Quantity Units Unit Price Extended Alt. B Pedestrian Barrier 94 LF With Structural Slab 3. Revise Bid Item No. 114 to read as follows: Description Quantity Units Unit Price Extended All. A Pedestrian Barrier -3032 LF 4. Revise Bid Item No. 115 to read as follows: Description Quantity Units Unit Price Extended Alt. A Pedestrian Barrier -94 LF With Structural Slab Note: New Bid Form page attached. . SPECIAL PROVISONS 1. Section 1-07.23(1) of the Special Provisions shall be supplemented with the following: Long Term Closures would be expected to occur once during the removing ofthe existing bridge over SRI17 (anticipated 5 days), once during the erection of the prestressed concrete girders (anticipated 5 days), and once during the reconstruction of SRl17 (anticipated 30 working days). All closures will need to be approved a minimum of two weeks III advance, except SR 117 closures, which will require an additional 30 working days to allow for review and approval by Washington State Department of Transportation (WSDOT). 2. Section 2-02.1 of the Special Provisions shall be supplemented with the following: All costs in connection with the removal of the old SR 117 asphalt concrete outside of the roadway prism, approximately 1,500 SY, shall be included III Item 15, Removing Existing Bridge No. 117/5 Over Tumwater Creek. The quantity is listed only for the convenience ofthe Contractor in determining the volume of work involved and is not guaranteed to be accurate. . Cre.ted OD 3/612007 10 23 00 AM N IPROJECTS\02-15 8th St. Bndge.lPro]cct Manual\Concrcte Structllre\AddendlUU No. 2\Addendun1 No. 2.doc . . . 3. Changes to the Summary of Quantities for Superstructure and Roadway Deck, Page N -83, revise the following quantities to read: Superstructure - Tumwater Creek Epoxy Coated S1. Reinf Bar S1. Reinf. Bar Concrete Class 4000D Concrete Class 4000 Elastomeric Bearing Pad Transverse Elastomeric Girder Stop Pad Cast Iron Bollard Superstructure - Valley Creek Epoxy Coated S1. Reinf. Bar S1. Reinf. Bar Concrete Class 4000D Concrete Class 4000 Elastomeric Bearing Pad Transverse Elastomeric Girder Stop Pad Cast Iron Bo lIard 336,500 LBS. 64,800 LBS. 1,295 C.Y. 360 C.Y 10 EACH 20 Each 14 Each 336,800 LBS. 64,800LBS. 1,295 C. Y. 360 C. Y. 10 EACH 20 Each 14 Each PLANS On Plan Sheet No. Cl, 35 of 158, correct the sign CODE in the SIGNING SCHEDULE for the 8 x 30 SIZE (INCHES) sign for sign 2 to be D3-1 0 1. The Bid Opening Date has not been changed. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non- responSIve. ~L, Gary W. Kenworthy City Engineer Attachements: Bid Form - Sheets 1-11 through 1-20 Includes Bid Summary Sheet and Addenda Aclmowledgement Created on 3/6/2007 10-23 00 AM N'\PROJECTS\02-J5 8th Sl Bridges\ProJcct ManuallConcrete StructurelAddendulI1 No 2IAddendum No 2.doc . . . BID FORM Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, W A 98362 BIDDER: REGISTRATION NO.: DATE: UBI NUMBER. The undersigned, hereinafter called the bidder, declares that the only person(s) interested m this bid are those named herem; that the bid is in all respects fair and without fraud; and that it is made wIthout any connection or collusion Wlth any other person making a bid on this project. The bidder fiu1:her 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 quannties 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 herem, 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 regardmg 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 SUBCONTRACTOR LIST 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: Surety Agent Surety Address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02- 1 5 00032& January 2007 Addendum No 2 I-ll . . . BID FORM Base Bid Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 1 1-04 Minor Chanqe 1 Est $100.00 $100.00 2 1-04 Reimbursement For 1 Est $5,000.00 $5,000.00 Third Party Damaqe 3 1-05 Structure Surveyinq 1 LS 4 1-05 Roadway Surveying 1 LS 5 1-07 SPCC Plan 1 LS 6 1-07 Street Cleaninq 128 HR 7 1-07 Trainino 1,500 HR 8 1-09 Archaeological and 1 Est $5,000.00 $5,000.00 Historical Salvage 9 1-09 Mobilization 1 LS 10 1-10 Type III Barricade 12 Each 11 1-10 Project Temporary 1 LS Traffic Control 12 1-10 Traffic Control 1 LS Supervisor 13 1-10 Temporary Traffic 1 LS Control Devices 14 2-01 Clearing and Grubbinq 1 LS 15 2-02 Removing Existing 1 LS Bridge No. 117/5 Over Tumwater Creek 16 2-02 Removing Existing 1 LS Bridge 8th S1. Over Valley Creek 17 2-02 Removal of Structures 1 LS and Obstructions 18 2-02 Removing and Replace 343 LF Existing Fence 19 2-03 Roadway Excavation 2,000 CY Incl. Haul 20 2-03 Gravel Borrow Incl. Haul 100 Ton 21 2-03 Roadside Cleanup 1 Est $10,000.00 $10,000.00 22 2-09 Structure Excavation 1,960 CY Class A Incl. Haul CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 1-12 00032& January 2007 . . . Unit Price Extended Item Sec. Estimated (Figures) Amou nt No. No. Description of Item Quantitv Units $ $ 23 2-09 Shoring Or Extra 1 LS Excavation CL. A 24 2-09 Structure Excavation 2,171 CY Class B Incl. Haul 25 2-09 Shoring Or Extra 5,815 SF Excavation CL. B 26 2-09 Gravel Backfill for Pipe 700 CY Zone Bedding 27 2-09 Gravel BackfIll For Wall 450 CY 28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00 Concrete 29 2-09/ Construction Access 1 LS SP Road - Tumwater Creek 30 2-09/ Construction Access 1 LS SP Road - Valley Creek 31 4-01 Crushed Surfacing Base 1,600 Ton Course 32 5-04 Planing Bituminous 850 SY Pavement 33 5-04 HMA Cl. B pq 64-22 1,100 Ton 34 5-04 Anti-Stripping Additive 1 Est $550.00 $550.00 35 6-02 S1. Reinf. Bar For 659,000 LB Bridge 36 6-02 Cone. Class 4000 For 2,536 CY BridCle 37 6-02 Deficient Strength Cone. 1 Calc -1 -1 Price Adiustment 38 6-02 Expansion Joint System 192 LF Strip Seal - Superstr. 39 6-02 Superstructure - 1 LS Tumwater Creek 40 6-02 Superstructure - 1 LS Vallev Creek 41 6-02 Prestressed Cone. 7,378 LF Girder W83G 42 6-02 Soil Excavation For 2,075 CY Shaft Including Haul 43 6-02 Furnishing Permanent 208 LF Casing For 9'0" Dlam. Shaft CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 1-13 000328 January 2007 . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 44 6-02 Placing Permanent 16 Each Casing For 9'0tt Diam. Shaft 45 6-02 Casino Shorinq 69 LF 46 6-02 Conc. Class 4000P For 1,940 CY Shaft 47 6-02/ Sf. Reinf. Bar For Shaft 358,800 Lbs SP 48 6-02/ CSL Access Tube 7,380 LF SP 49 6-02/ CSL Test 16 Each SP 50 6-02 Removing Shaft 1 Est $430,000.00 $430,000.00 Obstructions 51 6-06 Bridee Railing Type BP 3,126 LF 52 6-07 Pedestrian Barrier 3032 LF SP 53 6-10 Pedestrian Barrier With 94 LF Structural Slab 54 7-01 Underdrain Pipe 8 in. 318 LF Diam. 55 7-01 Gravel Backfill For Drain 44 CY 56 7-04 Testing Storm Sewer 1,376 LF Pipe 57 7-04 Schedule A Storm 1,014 LF Sewer Pipe 12 In Diam. 58 7-04 Schedule A Storm 362 LF Sewer Pipe 18 In Diam. 59 7-05 Catch Basin Type 1 8 Each 60 7-05 Catch Basin Type 2 1 Each 48 In. Diam. 61 7-05 Catch Basin Type 2 4 Each 72 In. Diam. 62 7-05 Manhole Type 1 1 Each 48 In Diam. 63 7-05 Adjust Manhole 1 Each 64 7-12 Gate Valve 10 Inch 1 Each 65 7-05/ Drainage Detention 1 LS SP Facility 1 CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 1-14 000328 January 2007 . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 66 7-05/ Drainage Detention 1 LS SP Facility 2 67 7-05/ Drainage Detention 1 LS SP F acilitv 3 68 7-05/ Drainage Detention 1 LS SP Facility 4 69 7-05/ Media Filter Vault - 2 Each SP 8 Cartridoes 70 7-05/ Media Filter Vault- 1 Each SP 7 Cartridges 71 7-05/ Media Filter Vault - 1 Each SP 5 Cartridges 72 7-05/ Energy Dissipater 4 Each SP 73 7-09 Polyethylene Pipe For 330 IF Water Main 2 In Diam. 74 7-09 Ductile Iron Pipe For 188 LF Water Main 8 In Diam. 75 7-09/ Adjust Water Valve 8 Each SP 76 7-09/ Adjust Water Meter 4 Each SP 77 7-12 Gate Valve 8 Inch 3 Each 78 7-17 PVC Sanitary Sewer 208 LF Pipe 8 In Diam. 79 7-17 Testinq Sewer Pipe 208 LF 80 7-17 Sewer Cleanout 2 Each 81 8-01 Inlet Protection 14 Each 82 8-01 Silt Fence 3,080 LF 83 8-01 Erosion/Water Pollution 1 Est $22,000.00 $22,000.00 Control 84 8-02 Seeding, Fertilizing and 2.3 Acre Mulching 85 8-02/ Wetland Restoration 1 Est $35,000.00 $35,000.00 SP 86 8-021 Wetland Creation 1 LS SP 87 8-04 Cement Cone. Traffic 920 LF Curb and Gutter CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 1-15 000328 January 2007 . . . Unit Price Extended Item Sec. Esti mated (Figures) Amount No. No. Description of Item Quantity Units $ $ 88 8-09 Raised Pavement 16.1 Hund Marker TVDe 1 89 8-09 Raised Pavement 4.1 Hund Marker Tvoe 2 90 8-12 Chain Link Fence 106 LF Tvoe3 91 8-14 Cement Cone. Sidewalk 655 SY 92 DELETED 93 8-20 Electrical Service 1 LS 94 8-20 Illumination System - 1 LS Off Structure 95 8-201 Illumination System - 1 LS SP Tumwater Creek Structure 96 8-201 Illumination System- 1 LS SP Vallev Creek Structure 97 8-20 Traffic Signal System- 1 LS 81h St & Pine St. 98 8-20 Temp. Traffic Signal 1 LS System - US 101 & Pine St. 99 8-20 Traffic Signal System - 1 LS Marine Dr. & Tumwater St. 100 8-20 Temporary Interconnect 1 LS System - Marine Drive 101 8-21 Permanent Sianina 1 LS 102 8-22 Paint Line 6,296 LF 103 8-22 Painted Wide Line 308 LF 104 8-22 Plastic Stop Line 417 SF 105 8-22 Plastic Cross Walk 1,040 SF 106 8-22 Plastic Traffic Arrow 13 Each 107 8-23 Temporary Pavement 2,200 LF Markina 108 8-24 Rock For Rock Wall 60 Ton 109 8-24 Backfill For Rock Wall 43 Ton TOTAL Base Bid $ CITY OF PORT ANGELES 8th Street BrIdge Replacements ProJcct No 02-15 1-16 000328 January 2007 . . . BID AL lERNA liVE A Adjustment for Barrier and Illumination Add new items 114, 115, 116, and 117; deduct items 52, 53, 95, and 96. Unit Price Extended Item See Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 114 6-02/ Alt. A Pedestrian Barrier 3,032 LF SP 115 6-02/ Alt. A Pedestrian Barrier 94 LF SP With Structural Slab 116 8-20/ Alt. A Illumination 1 LS SP System - Tumwater Creek Structure 117 8-20/ All. A Illumination 1 LS SP System - Valley Creek Structure 52 6-1 0/ Pedestrian Barrier -3,032 LF SP 53 6-10/ Pedestrian Barrier With -94 LF SP Structural Slab 95 8-20/ Illumination System - -1 LS SP Tumwater Creek Structure 96 8-20/ Illumination System - -1 LS SP Valley Creek Structure TOTAL Bid Alternative A $ CITY OF PORT ANGELES 8th Street nndge Replacements Project No. 02-15 1-17 000328 January 2007 . . . BID ALTERNATIVE B Adjustment for Rail, Barrier, and Illumination Add new items 118, 119,120, 121, and 122; deduct items 51, 114, 115, 116, and 117. Unit Price Extended Item Sec Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 118 6-06 Alt. B Bridge Railing 3,126 LF SP 119 6-02/ Alt. B Pedestrian Barrier 3,032 LF SP 120 6-02/ Alt. B Pedestrian Barrier 94 LF SP With Structural Slab 121 8-201 Alt. B Illumination 1 LS SP System - Tumwater Creek Structure 122 8-20/ Alt. B Illumination 1 LS SP System - Valley Creek Structure 51 6-06 Bridge Railing Type BP -3 r 126 LF SS 114 6-101 A1t. A Pedestrian Barrier -3,032 LF SP 115 6-1 01 Alt. A Pedestrian Barrier -94 LF SP With Structural Slab 116 8-20/ Alt. A Illumination -1 LS SP System - Tumwater Creek Structure 117 8-201 Alt. A Illumination -1 LS SP System - Valley Creek Structure TOTAL Bid Alternative B $ CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 1-18 000328 January 2007 . . . Preference 1: BID SUMMARY Base Bid, Plus Bid Alternative A, Plus Bid Alternative B Preference 2: Base Bid, Plus Bid Alternative A Preference 3: Base Bid CITY 01- PORT ANGELES 8th Street Bridge Replacements PrOject No. 02-15 1-19 $ $ $ 000328 January 2007 . . . ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s). to this Project Manual. The name ofthe bidder submitting this bid and its business phone number and address, to which address all corrununications concerned with this bid and with the Contract shall be sent, are listed below. Bidder's fIrm name: Complete address; (Street address) (State) (Zip) Telephone No.: Signed by: Title; Printed Name: Notes: (l) If the bidder is a partoership, 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. CITY OF PORT ANGELES 8th Street Bndge Replacements ProJcct No 02-15 1-20 000328 January 2007 .~ ~ ~ WASHINGTON, U.S.A. PUBLIC WORKS & UTiliTIES DEPARTMENT ADDENDUM NO.3 TO PROJECT MANUAL FOR 8tll Street Bridge Replacements PROJECT NO. 02-15 Contract No. - TA2621 (8th & Tumwater Bridge) -TA2622 (8th & Valley Bridge) NOTICE TO PROSPECTIVE BIDDERS Bid Opening March 13,2007 . NOTICE IS HEREBY GNEN that the instructions and requirements of the subject bid are amended as follows: BID FORM 1. Revise Bid Item No. 35 to read as follows: Description Quantity S1. Reinf. Bar for Bridge 595,000 Units Unit Price LB Extended Note: New Bid Form page attached. The Bid Opening Date has not been changed. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non- respollSlve. .8~ City Engineer Attachements: Bid Form - Sheet 1-13 . Created on 31912001 1.14.00 PM N IPROlECTS\02- J 58th St BndgesIProject ManuaJlCollCrete Stmclure\Addendum No. 3\Addcndutll No 3 doc . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 23 2-09 Shoring Or Extra 1 LS Excavation CL. A 24 2-09 Structure Excavation 2,171 CY Class B Incl. Haul 25 2-09 Shoring Or Extra 5,815 SF Excavation CL. B 26 2-09 Gravel Backfill for Pipe 700 CY Zone Beddino 27 2-09 Gravel Backfill For Wall 450 CY 28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00 Concrete 29 2-091 Construction Access 1 LS SP Road - Tumwater Creek 30 2-091 Construction Access 1 LS SP Road - Valley Creek 31 4-01 Crushed Surfacing Base 1,600 Ton Course 32 5-04 Planing Bituminous 850 SY Pavement 33 5-04 HMA CI. B Po 64-22 1,100 Ton 34 5-04 Anti-Strippinq Additive 1 Est $550.00 $550.00 35 6-02 St. Reinf. Bar For 595,000 LB Bridoe 36 6-02 Cone. Class 4000 For 2,536 CY Bridqe 37 6-02 Deficient Strength Cone. 1 Calc -1 -1 Price Adjustment 38 6-02 Expansion Joint System 192 LF Strip Seal - Superstr. 39 6-02 Superstructure - 1 LS Tumwater Creek 40 6-02 Superstructure - 1 LS Valley Creek 41 6-02 Prestressed Conc. 7,378 LF Girder W83G 42 6-02 Soil Excavation For 2,075 CY Shaft Includino Haul 43 6-02 Furnishing Permanent 208 LF Casing For 9'0" Diam. Shaft CITY OF PORT ANGELES 8'" Street Bndge Replacement Project No 02-15 T - 13 000328 January. 2007 Addendum No.3 '. CONTRACT PROVISIONS AND PLANS for 8TH STREET BRIDGE REPLACEMENTS PROJECT NO. 02-15 CONTRACT NO. - TA2621 (8th & Tumwater Bridge) - TA2622 (8th & Valley Bridge) . CITY OF PORT ANGELES WASHINGTON JANUARY 2007 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES . ,~~ lexPI~ES e Consulting, Inc. Reviewed by: . 7 ,V JiL / City Attorney . . . TABLE OF CONTENTS 8TH STREET BRIDGE REPLACEMENTS PROJECT NO. 02-15 PART I BIDDING REQUIREMENTS Page No(s). Advertisement for Bids............................................................................................................. .1-1 Information for Bidders................. ............................................................................................ .1-2 Bidder's Checklist.................................................................................................................... .1-3 Non-Collusion Declaration....................................................................................................... .1-4 Non-Collusion Affidavit............................................................................................................. .1-5 Bidder's Construction Experience............................................................................................ .1-6 Subcontractor List.................................................................................................................... .1-9 DBE Utilization Certification................................................................................................... .1-10 Bid Form.......................................................................................................................... .......1-11 Addenda Acknowledgment......... ........ ..................... .............................. .............................. ...1-20 Bid Bond Form......... ..................... ........................... ............ ................ .......................... .........1-21 PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT Public Works Contract ................ ........ .................... ............. ................ ............ ............... ........ .11-1 Contract Bond......................................................................................................................... .11-5 Escrow Agreement for Retained Percentage.......... ............. ....... ....... ............................. ........ .11-6 Certificate of Insurance.............. .................................................................... [provided by bidder] PART III STATE AMENDMENTS TO THE STANDARD SPECIFICATIONS PART IV SPECIAL PROVISIONS APPENDICES TO THE SPECIAL PROVISIONS A Summary of Geotechnical Conditions....................................................................... ..IV-A-1 B Disputes Review Board... ................ ................... .................. ............ ....................... ....IV-B-1 PARTV ATTACHMENTS A B C D E F G H Federal Contract Provisions - Federal Aid Construction Contracts Washington State Prevailing Wage Rates for Clallam County Davis-Bacon Prevailing Wage Rate Schedule for the Area Request for Information (RFI) and Construction Change Order (CCO) Forms Contractor's Application for Payment Form Project Approvals, Permits, and Agreements Log of Test Borings Project Plans . PART I BIDDING REQUIREMENTS . . . . . ADVERTISEMENT FOR BIDS 8TH STREET BRIDGE REPLACEMENTS PROJECT 02-15 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 2:00 p.m., March 13,2007, 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: On 8th Street in the City of Port Angeles by replacement of an existing bridge across Tumwater Creek and an existing bridge across Valley Creek. This work Includes removal of two existing timber bridges, construction of two new Series W83G five-span prestressed concrete girder bridges, excavation, embankment, asphalt paving, drainage, sanitary sewer, water main, erosion control, wetland creation, landscaping, illumination, traffic signals, channelization, traffic control, and other work, all in accordance with the Contract Provisions and Plans. The City Engineer's estimate for this project IS between $15 million and $20 million. The time of completion (performance period) for this project is 350 working days. Plans, specifications, addenda, and plan holders list for this project are available online through Builders Exchange of Washington, Inc. at www.bxwa.com.Cllck on "Posted Projects," "Public Works," "City of Port Angeles." Bidders are encouraged to "Register as a Bidder," in order to receive automatic e-mail notification of future addenda and to be placed on the "Bidders LISt." Contact BUilders Exchange of Washington at (425) 258-1303 should you require further assistance. Informational copies of any available maps, plans, and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services, (360) 417-4700. All questions, regarding the plans and specifications, shall be submitted in writing or electronically to Jim Mahlum, Project Manager at imahlum@citvofpa.us. All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement and in the Project Manual; and said bids 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 in the amount of five percent (5%) of the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and registered to issue said bonds in the State of Washington. The bond shall specify the surety's name, address, contact, and phone number, and shall include a power of attorney appointing the signatory of the bond as the person authOrized to execute It. Should the successful bidder fall to enter into the Contract and furnish satisfactory performance bond within the time stated in the Information for Bidders, the bid depOSit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds will not be accepted. The City of Port Angeles, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-Discrimination in Federally Assisted Programs of the Department of Transportation, issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. The City of Port Angeles reserves the right to accept the bid that is In the best Interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date and time, the project name and number as it appears in this advertisement, and the name and address of the bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a bond of faithful performance of the Contract in the full amount of the Contract price. Publish: Peninsula Daily News, February 4 and February 11, 2007 Daily Journal of Commerce, February 5 and February 12, 2007 Copy to: NPBA CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 I-I 000328 January 2007 . 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 pnces 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 percent of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid Will not be accepted. The work will begin Within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the ADVERTISEMENT FOR BIDS. . The Owner may make such investigations as It deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. . 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, shall 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 penod, 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. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02- I 5 1-2 000328 January 2007 . 1. 2. 3. 4. 5. 6. 7. 8. . . BIDDER'S CHECKLIST Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's check been enclosed with your bid? Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid? Have the bid forms been properly signed? Have you bid on all items? Has the Non-Collusion Affidavit been properly executed? Have you shown your contractor's state license number on the bid form? Have you listed all subcontractors that you will use for the project? 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 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 siqnatorv. C. Insurance certificate(s). CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 1-3 000328 January 2007 . NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF PII?r2CB- The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. . ~~ Signature of Bidder/Contractor A~L7l2e1N Al.-~-t1TJ P\2~..5f~T 4tl Subscribed and sworn to before me this ad day of ""'''''''''' ~,,'...f. ,.. JO.Ai "," ," AV..~O '. '-1A_~ ~ ,.~-... ~&&, II &'~ "Y. ~ :: $"'~ ~.. ill .. = f4~~ -,OTAIr.. ~ ~ S : -e_ ~ = - .. ': ~ PUBLIC ~ ~ ~ "Y^.~29 rtS!~. ~Ol .... ("0 .......... ~~ .:' "" 'f: WAS'f\'\ \\\' """''"\\\\ My commission expires: &/2q I 07 . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 1-5 000328 January 2007 Page 9 Non-Collusion Affidavit Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see WNW bxwa com . BIDDER'S CONSTRUCTION EXPERIENCE 1 Answer all questions and provide clear and comprehensive information. Name of bidder. , PA \250NS 12C\ I ~ C . Registration number: rA~O\2L Q04-pS' 2. Permanent main office address: 121b l40th AV6Nuf? cr. 8: ~UMNU2-, V'JA qg-?t1D 3. When organized. I zJ '2-1/11 4 Where Incorporated' W J.\ St\' \ ~~rON. 5. How manyyears have you been engaged In the contracting business under your present firm name? ~ ~c:;. ( l2f/ 'leAe.s ItS ~ISO~ CD~srr<.lAL.f'ON, I~C.) 6. * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name, and phone number. . 566 A-llAaI~O "CDN.Tf2AL-T~ Ot-.! ~O'I 7. · General character of work performed by your company. _Ht:A\J~ {1\lll, . U\\~lH~~, 'NA-re{2..k ~As\\3['J-ATa2. ~1MetJT f'L..-A:t-.lT~ GieNe{2.AL.-- CVtlfQACf02-. I CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 1.6 000328 January 2007 Page 10 Bidders Construction Experience Provided to Builders Exchange ofWA, Inc. For usage Conditions Agreement see WNW.bxwa com . 8. * Have you ever failed to complete any work awarded to you? N.O If so, where and why? N/A NO 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. ~ ATTt\-c-t-\e::D " PrZoJUr~ II {2~\L-'1 Cotv1PiElBD '. 11. * List your major equipment available for thiS contract: Sf&- A-\fA-~ \\ ~UIPM~ T 1--1 S T " 12. * Expenence of bidder In construction similar to this project In work and importance eM\,..l-ft2~ fXllYfle) Mfl.-I2~\-W.-L-L A,,~ue -Auro fAaU11 Bl21~e:} Af.2> . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 1-7 000328 January 2007 Page 11 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com . L.A IL6 TA- pps PA-12 K W AI 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? '(-6:5) UFbN R1%UE:6T. * 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. . ~/~~/01 I I Bidder's SIgnature' ~~ Print Name. At\\~ C. A-L.-~t:c++T Title rt<eSI~N.T . CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No 02-15 1-8 000328 January 2007 Page 12 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com . . . PARSDNS Contracts on Hand Job# Project Name Contract Value Contact Name Contact Number Contact Address 406335 Honouliuli WWTP New Solids Handling $ 31,317,87500 Erwin Ho 808-523-4798 530 S. King Street, #115 Honolulu, Facilities HI 96813 406334 Ho'onanea Grading Site Improvements $ 3,332,825.00 Stuart Soong 808-521-5661 828 Fort Street Mall, 4th Fir. Honolulu, HI 98613 406279 Rlversand $ 4,766,007.65 Jason Hancock 425-216-3400 11241 Slater Avenue NE, #100 Kirkland, WA 98033 406266 Briggs Village West Central Phase $ 3,335,118.32 Dan Tumpak 805-374-7331 4500 E. Thousand Oaks Blvd., #103 Westlake Villaae, CA 91362 406264 Pacific Meadows $ 5,946,543.10 Doug Birch 425-438-8444 17921 Bothell-Everette Hwy, Ste 100 Bothell, WA 98012 406263 Brightwater Conveyance System $ 41,951,211.00 Tina Phipps 821 Second Ave., Exchange Bldg. 8th Fir. Seattle, WA 98104 406261 Honouliuli Water Reclamation Facility $ 577,000.00 Craig WatkinS 562-430-8133 3010 Old Ranch Parksway, #350 Seal Beach, CA 90740 406260 Roadway & Utility Construction, Phase 1, $ 3,001,225.00 Russ Sm Ith 509-649-3000 P.O. Box 887, Roslyn, WA 98941 Division 3 406255 Roadway & Utility Construction, Phase 3, $ 3,272,900.00 Russ Smith 509-649-3000 P.O. Box 887, Roslyn, WA 98941 DivIsion 6-9 406250 N.E. Sandy Blvd. Resurfacing & $ 4,692,374.35 Jimi Joe 503-823-7564 1120 SW 5th Ave, #1100 Streetscaoe Portland, OR 97204 406254 Olhava $ 5,679,246.46 Glen Maurer 425-644-2323 14410 Bell-Red Road, Bellevue, Wa 98007 406212 Omao Water System 16 Inch Transmission $ 1,382,045.00 William Thornton 808-842-6304 PO. Box 280, Koloa, Kaual, HI Line 96756 406213 Plwal Wells 16 Inch Transmission Line $ 3,645,160.00 William Thornton 808-842-6304 P.O. Box 280, Koloa, Kaual, HI 96756 406329 Lompoc Regional Wastewater Reclamation $ 79,442,373.00 Michael Luther 805-875-8272 100 Civic Center Plaza, Lompoc, Plant Uoarade Proiect CA 93438-8001 406208 Hollywood Sewer Relief and $ 5,395,416.40 503-823-7108 1120 SW 5th Ave., #1000 Reconstruction Prolect Portland, OR 97204 . . . Parsons ReI Inc. PROJECTS RECENTLY COMPLETED 1. Albany-Millersbure: Joint Water Supply Proiect Approximate Cost: $22,392,418 Month and Year Completed: October 2005 Contact Name: Peter Barr Phone Number: (541) 917-7643 2. Bullfroe: Bride:e Approximate Cost: Month and Year Completed: Contact Name: Phone Number: $3,732,876 October 2005 Ed Baird (509) 649-3000 3. Cle Elum - Upper Kittitas County Ree:ional WWTP Approximate Cost: $6,097,535 Month and Year Completed: April 2005 Contact Name: Craig Watkins Phone Number: (562) 490-4649 4. Marshall Avenue Auto Facility Bride:e. Phase 2 Approximate Cost: $2,698,747 Month and Year Completed: September 2004 Contact Name: Trevor Thomsley Phone Number: (253) 383-9408 5. Lake Tapps Parkway Approximate Cost: Month and Year Completed: Contact Name: Phone Number: $6,108,529 June 2003 Matthew E. Graves (253) 798-7250 ... , Parsons ContructlOn Group User Defined Report Page 2 of 61 Units Report: Unit List Date. 01/30/07 at 1.27 PM Eastern eegory Series Unit # Make Model Description 320 320110 10098 R1608E - JAW CRUSHER 320 320 110 10099 R1609E - TROMMEL 320 320 110 10101 R1611E - RADIAL STACKER 320 320.11 0 10102 R1612E - RADIAL STACKER 320 320110 10103 4102-S SOLD RI613E - EL-JA Y SHAKER/HOPPER 320 320 11 0 10949 PUB MILL 200TPH R1602 - PUGMILL W/BELT SCALE 320 320 11 0 10950 CEC R1603 - CEC 85 TON SILO WN ANE FEEDER 320 320.11 0 10951 CEC DSLSCREEN R1604 - CEC SCREENING PLANT 320 320.11 0 10953 CHIEFTAIN TURBOCHIE R1606 - TURBO CHIEFTAIN SCREEN 320 320.11 0 10954 POWER SCRE R1607 - POWER SCREEN 80' STACKER 320 320.110 10955 POWER SCRE 550 1614 - POWER SCREEN TROMMEL 511 320 320110 10956 PEGSON 26X44 RI615 - PEGSON JAW CRUSHER 320 320 110 13429 POWER SCRE CHIEFTAIN 1800 CHIEFTAIN 1800 TRACK SCREEN 320 320.120 10100 R1610E - CONVEYOR 320 320 120 10952 55 FT R1605 - SCREEN CONVEYOR 320 320.120 10957 POWER SCRE M60 R1616 - PWR SCRN M60 RADIAL CONVEYOR 330 330 11 0 10502 JD 4850 R897 - JD 4850 FARM TRACTOR 340 10063 JOY I 85CFM 961E - JOY I 85CFM JD ENGINE COMPRESSR 340 10096 INGERSOL R no SOLD R1145E - I-R AIR COMPRESSOR 340 10154 INGERSOL R R9136E - IR AIR COMPRESSOR 340 10155 INGERSOL R PI 85WJD R9137E - IR AIR COMPRESSOR (HAW All) 340 10156 INGERSOL R P185 R9143E -IRPI85 COMPRESSOR 340 10523 ATLS XAS90 SOLD R935 - ATLAS COPCO AIR COMPRESSO 340 10544 A TLS COPCO XAS90DD SOLD R958 - A TLS COPCO AIR COMPRESSOR 340 10545 A TLS COPCO COPCO SOLD R959 - A TLS COPCO AIR COMPRESSOR ~ 10546 A TLS COPCO COP CO 960 - A TLS COPCO AIR COMPRESSOR 10548 A TLS COPCO COPCO 962 - A TLS COPCO AIR COMPRESSOR 10549 A TLS COPCO COPCO 963 - A TLS COPCO AIR COMPRESSOR 340 10846 AIR BOY PRO V5G30 1114 - AIR BOY AIR COMPRESSOR 340 10869 INGERSOL R T30 10FGT 1153 - I-R AIR COMPRESSOR 340 10893 INGERSOL R 2475-F125G R1184 - I-R AIR COMPRESSOR 340 12165 INGERSOL R PI85WJD 9102 - IR AIR COMPRESSOR 340 12173 XAS85DD 9113 - COMPRESSOR 175CFM 340 12186 PI85 9143 - l-R COMPRESSOR (HAW All) 340 12197 INGERSOL R 185WIR R9154 - I-RAIR COMPRESSOR 340 12198 INGERSOL R 185WIR R9155 - I-R AIR COMPRESSOR 340 12205 INGERSOL R PI85 R9162 - I-R AIR COMPRESSOR 340 12206 INGERSOL R P185WIR 9163 - I-R AIR COMPRESSOR 340 12224 INGERSOL R P260 R9182 - I-RAIR COMPRESSOR P260 340 12225 INGERSOL R XP375 R9183 - I-R AIR COMPRESSOR 340 12228 INGERSOL R P185WIR R9186 - I-R PI 85WIR AIR COMPRESSOR 340 12229 INGERSOL R PI85WIR R9187 - I-R PI85WIR AIR COMPRESSOR 340 12232 INGERSOL R PI85WIR R9190 - I-R AIR COMPRESSOR 340 12239 INGERSOL R P185WIR R9198 - I-R AIR COMPRESSOR 340 12246 960? - UNIDENTIFIED AIR COMPRESSOR 340 12800 185CFM R605ST - 185CFM AIR COMPRESSOR 340 12801 185CFM R606ST - I 85CFM AIR COMPRESSOR 340 13435 AL T AS COPCO XAS97JD 185 XAS97 JD AIR COMPRESSOR 340 13436 AL T AS COPCO XAS97JD 185 XAS97 JD AIR COMPRESSOR 340 13437 AL T AS COPCO XAS97JD 185 XAS97 JD AIR COMPRESSOR 350 13277 EZ DRILL EZ DRILL 1901 - EZ 3 GANG HYDRAULIC DRILL 350 13358 S27 RAMMER S27 350 13415 HENDRIX 225 HKX THUMB & COMBO AUX HYDRAULIC KI 350 13416 HELAC 200 HELAC POWER TILT . 13417 HENDRIX 330 HENDRIX QUICK COUPLER 13418 HYDRAULIC QUICK COUPLER 350 13420 950G/962G HYDRAULIC QUICK COUPLER 350 350.130 13379 VOLVO 92008 MATERIAL HANDLING ARM DOSSier Mamtenance Software UDROOOOOO 141-070 130 ~ ~ Parsons Contruction Group User Defined Report Page 30f61 Units Report: Unit List Date 01/30107 at I 27 PM Eastern Category Series Unit # Make Model Description . 350 350.130 13380 VOLVO 92008 MATERIAL HANDLING ARM 350 350 140 13359 MANN CLEARING RAKE 360 10137 JD GATOR 6X4 STOLEN R8903E - JD GATOR 360 10138 JD GATOR 6X4 R8904E - JD GATOR 360 1050 I JD GATOR 6X4 R896 - JD GATOR 6X4 360 12154 KA W ASAKl KAF950-B 8922 - KAWASAKI 950 A TV 360 12155 KA W ASAKl KAF950-B 8923 - KA W ASAKl 950 A TV 360 13201 KA W ASAKl KA950-B6 R8930 - ATV KAF950-B6 360 13356 KA W ASAKl KAF950-B6F ATV MULE KAF950-B6F 360 360 13374 JD 6 X 4 GATOR UTILITY VEHICLE 370 10008 CAT 426B 40 IE - CATERPILLAR 426B 370 10009 CASE 590SL R420E - CASE 590SL BACKHOE 370 10325 CASE 590SL R402 - 590SL CASE BACKHOE 370 10326 CASE 590SL R403 - CASE 590SL BACKHOE 370 10327 CASE 580SL 4WD R404 - CASE 580SL BACKHOE 370 10328 CASE 580SL 4WD R405 - CASE 580SL BACKHOE WI24"" BKT 370 10329 CASE 580SL 4X4 406 - CASE 580SL BACKHOE 4X4 370 10330 CASE 580SL 4X4 R407 - CASE 580SL BACKHOE 4X4 370 10331 CASE 580SL 4X4 R408 - CASE 580SL BACKHOE 4X4 370 10332 CASE 580SL R409 - CASE 580SL BACKHOE 4X4 WIBKT 370 10333 CASE 590SL R410 - CASE 590SL BACKHOE 4X4 WIBKT 370 10334 CASE 580SL 4X4 R411 - CS 580SL BACKHOE WI24"" BKT 370 10335 CASE 590 SUPER 412 - CS 590SL BACKHOE 4X4 WIBKT 370 10336 CASE 590 TURBO SOLD R413 - CS 590 BACKHOE TURBO 4X4 370 10337 CASE 590 SUPER R414 - CS 590SL BACKHOE 4X4 370 10338 CASE 580K PHASE 415 - CS 580K PHSIII 4WD WI ICY BCKT . 370 10339 CASE 590 TURBO SOLD R419 - CS 590 BACKHOE 4X4 W/BKT 370 10340 CAT 416C R421 - CAT 416C BACKHOE 370 10341 CAT 416C R422 - CAT 416C BACKHOE 370 10342 CAT 416C R423 - CAT 416C BACKHOE 370 10343 CAT 416C R424 - CAT 416C BACKHOE 370 10344 CAT 416C EXTEN R425 - CAT 416C BACKHOE 370 10345 CAT 420D R426 - CAT 420D BACKHOE WIBKTSIFORKS 370 10346 JD 310G R427 - JD 31 OG 4X4 BACKHOE 370 10347 ill 310G R428 - ill 31 OG 4X4 BACKHOE 370 10348 CASE 590SL R429 - CASE 590SL BACKHOE 370 12777 CAT 420 R40lST - 420 CAT BACKHOE 370 12778 CAT 420 R402ST - 420 CAT BACKHOE 370 12779 CAT 420 R403ST - 420 CAT BACKHOE 370 12780 CAT 420 R404ST - 420 CAT BACKHOE 370 12781 CAT 420 R405ST - 420 CAT BACKHOE 370 12782 CAT 420 R406ST - 420 CAT BACKHOE 370 12783 CAT 420 R407ST - CAT 420 BACKHOE 370 13273 CASE 580 SM R430 - CASE 580SM 4WD BACKHOE 370 13314 CAT 416C 431 - CATERPILLAR416C BACKHOE 370 13323 JD 310SG 432 - JD 310SG BACKHOE 370 13324 JD 310SG 433 - ill 310SG BACKHOE 370 TEST 380 10407 BMG BWI42 PDB R700 - BMG BWI42 PDB 380 10408 CAT 815B R701 - CAT 815B COMPACTOR ROLLER 380 10409 BOMAG BW75S SOLD R703 - BOMAG WALK BEHIND ROLLER 380 10410 BOMAG BWI20 AD-3 R704 - BOMAG D D. ROLLER 380 10411 DYNAPAC CAI51 R705 - DYNAPAC ROLLER 380 10412 DYNAPAC CA262D R706 - DYNAPAC SHEEPS FOOT ROLLER . 380 10413 DYNAPAC CA262PD R707 - DYNAPAC CA262PD ROLLER 380 10414 DYNAPAC CA252D R708 - DYNAPAC CA252D ROLLER 380 10415 WACKER RDIIA R 760 - WACKER ROLLER 380 10416 SAKAI SV91TF R782 - SAKAI SV9ITF ROLLER DOSSIer Maintenance Software UDROOOOOO 141-070 130 t . Parsons Contruction Group User Defined Report Page. 4 of 61 Units Report: Unit List Dale 01/30/07 at 1 27 PM Eastern eegory Series Unit # Make Model Description 380 10417 SAKAI SV500D R783 - SAKAI SV500D ROLLER 380 10418 SAKAI SV500D R784 - SAKAI SV500 ROLLER 380 10419 SAKAI SV9lD R 785 - SAKAI SV91 D VIBRATORY ROLLER 380 10420 SAKAI SV9lTF R 786 - SAK SV91 TF ROLLER 380 10421 SAKAI SV9lD R 787 - SAK SV91 D VIBRATORY ROLLER 380 10422 SAKAI SV9lD R 788 - SAK SV91 D VIBRATORY ROLLER 380 10423 SAKAI SV500D R789 - SAKAI SV500D ROLLER 380 10424 GILCREST 813RT 790 - GILCREST PAVER 380 12789 CAT CS533 501 ST - CS533 CAT ROLLER 380 12790 CAT CS533 502ST - CS533 CAT ROLLER 380 12791 CAT CB224 503ST - CAT CB224 ROLLER 380 12841 CAT CS533 R701ST - CAT CS533 ROLLER 380 12842 CAT CS533 R702ST - CAT CS533 ROLLER 380 12843 CAT CB224 R703ST - CAT CB224 ROLLER 380 12844 23 TON 704ST - 23 TON TRUCK 380 13194 GILCREST 813RT R790J - GILCREST 813RT PAVER 380 13317 DYNAPAC CA262D 792 - DYNAPAC CA262D 84" DRUM ROLLER 390 13327 ALLEN ALLEN 1902 - ALLEN 255CD TRIPLE RLLR TUBE P A V 390 390.130 13254 ALLEN 255CD TUBE PAVER 255CD 400 10933 450 RI500 - VIBRATORY DRIVER FITS ALLCRAN 400 10937 GROVE RT745 R1511 - GROVE 45 TON CRANE 400 10938 MANITOW AC 3900WV R1512 - MANITOWAC 3900 140T CRANE 400 10939 GROVE RT-745 R1513 - GROVE CRANE 45 TON 400 10940 GROVE RT755 R1514 - GROVE 55 TON CRANE 400 10941 GROVE RT875 R1515 - GROVE CRANE RT 875 (HAWAII) ~ 10942 MANITOWAC 400WV 1516 - MANITOWAC 4000 175T CRANE 10943 LINKBELT HC218A R1517 - LINKBELT CRANE 100 TON 10946 MANITOW AC 3900V RI529 - MANITOW AC 3900 lOOT CRANE 400 13337 LINKBELT RTC-8075 RI530 - LINKBELT RTC-8075 75 TON CRANE 400 400 160 13441 LINKBELT RTC-8090 SERIES II CRANE 90T TELESCOPIC BOOM ROUGH TER 410 10250 CAT D8L R201 - CAT D8L WI STANDARD BLADE 410 10251 CAT D-4H 202 - CAT D4H DOZER 410 10252 CAT 824C SOLD R203 - CAT 824C DOZER 410 10253 CAT D9L R204 - CAT D9L WI STANDARD BLADE 410 10254 CAT D-6H R205 - CAT D6H DOZER 410 10255 CAT D-6 H LGP R206 - CAT D6HLGP DOZER 410 10256 CAT D-7F SOLD R207 - CAT D7F DOZER (CRAWLER) 410 10257 CAT D8N R208 - CAT D8N WI RIPPER 410 10258 CAT D-6 H LGP SOLD R209 - CAT D6HLGP DOZER 410 10259 CAT D6H-LGP R210 - CAT D6H-LGP DOZER 410 10260 CAT D5C XL R211 - CAT DSC DOZER 410 10261 CAT D5C LGP R212 - CAT D5C LGP DOZER 410 10262 CAT D4H 214 - CAT D4H DOZER 410 10263 CAT DION R215 - CATDlON DOZER 410 10264 CAT DIOR R216 - CAT DIOR DOZER 410 10265 JD 550LGP R250 - JD 550LGP DOZER 410 10266 JD 650G SOLD R251 - JD 650G DOZER 410 10267 JD 650G 253 - JD 650G DOZER 410 10268 JD 650G 254 - JD 650G DOZER (WIDE-TRACK) 410 10269 JD 400G 255 - JD 400G WIDETRACK WI STND BLD 410 10270 JD 450G 256 - JD 450G WIDETRACK WI STND BLD 410 10271 JD 650G 257 - JD 650G WIDETRACK WI STND BLD 410 10272 JD 650H LGP R258 - JD 650H LGP DOZER 410 10273 JD 650H R259 - JD 650H DOZER . 10274 JD 700H LGP R260 - JD 700H LGP CRAWLER DOZER 10275 JD 700H R261 - JD 700H DOZER 410 10276 JD 700J LGP R262 - JD 700J LGP DOZER 410 10277 JD 70OJ-XLT R263 - JD 70OJ-XLT DOZER DOSSIer Mamtenance Software lTIDROOOOOO141-070130 '" .. Parsons Contruction Group User Defined Report Page' 50f61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern Category Series Unit # Make Model Description . 410 10278 JD 650J LGP R264 - JD 650J LGP DOZER 410 12530 D5G R20lST - D5G DOZER 410 12531 D5GLGP R202ST - D5GLGP DOZER 410 12891 JD 650G 259-90 - JD 650G NRW TRACK WI STND BLD 410 13196 CAT D6NXL R217 - CAT D6N XL DOZER 410 13198 CAT CAT R217 - D6N XL WIDETRACK 410 13266 JD 650L 265 - JD 650J LGP CRAWLER - DOZER 410 410.110 10003 CAT mc DOZER mc 410 410110 13370 JD 650J DOZER JD 650J CRAWLER 420 10002 JD 790E 152E - JOHN DEERE 790E WI THUMB BUCKT 420 10199 CAT 235D RIOI - CAT 235D WI 2.35 CY BUCKET 420 10200 CAT 320 102 - CAT 320 WI 36"" BUCKET 420 10201 CAT 235DLC RI03 - CAT 235DLC W/2 35 CY BUCKET 420 10202 CAT 320L 104 - CAT 320L WI BUCKET 420 10203 CAT 320L 105 - CAT 320L 420 10204 CAT 320CL RI07 - CAT 320CL TRACKHOE 420 10205 HITACHI EX35U Rill - HIT EX35U EXC 420 10206 HITACHI EX200LC-5 R112 - HIT EX200LC-5 TRACKHOE 420 10207 HITACHI EX200LC-5 RI13 - HIT EX200LC-5 EXC 420 10208 HITACHI EX270LC-5 RI14 - HIT EX270LC-5 TRACKHOE 420 10209 HITACHI EX330LC-5 RI15 - HIT EX330LC-5 TRACKHOE 420 10210 KOM TC PC650 L R120 - KOM PC650 LC-3 TRACKHOE 420 10211 KOM PC400LC-6 RI21 - KOM PC400LC TRACKHOE 420 10212 KOM PC750LC-6 RI22 - KOM PC750LC-6 TRACKHOE 420 10213 KOM PC750LC-6 RI23 - KOM PC750 TRACKHOE 420 10214 KOM PC750LC-6 RI24 - KOM PC750 TRACKHOE . 420 10215 KOM PC400LC-6 RI25 - KOM PC400LC-6 TRACKHOE 420 10216 KOM PC300LC-6 RI26 - KOM PC300LC-6 TRACKHOE 420 10217 KOM PC200LC-6 RI27 - KOM PC200LC-6 TRACKHOE 420 10218 KOM PC228US-LC RI28 - KOM PC228US-LC3 TRACKHOE 420 10219 KOM PC228USLC- RI29 - KOM PC228 TRACKHOE 420 10220 HITACHI EX400LCB 133 - HTCH EX400LCB 420 10221 HITACHI EX400LC3 SOLD R134 - HTCH EX400LC3 TRACKHOE 420 10222 HITACHI EC300-3 RI35 - HITACHI EX300 EXCAVATOR 420 10223 HITACHI EC200LC-5 R136 - HIT EX200 TRACKHOE 420 10224 HITACHI EX450LC-5 RI37 - HIT EX450LC-5 TRACKHOE 420 10225 HITACHI EX450LC-5 RI38 - HITACHI EX450LC-5, w/coupler 30.52 420 10226 HITACHI EX200LC-5 RI39 - HIT EX200LC-5 TRACKHOE 420 10227 HITACHI EX160-5 RI40 - HIT EX160-5 EXCV 420 10228 HITACHI EX450LC-5 RI41 - HITACHI EX450LC 420 10229 HITACHI ZI60LC RI42 - HIT ZI60LC TRACKHOE 420 10230 HITACHI Z450X 143 - HITACHI Z450X TRACKHOE 420 10231 JD 690E 153 - JD 690E TRACKHOE W/THUMB 420 10232 JD 200LC R154 - JD 200LC TRACKHOE W/THUMB 420 10233 JD 270LC RI55 - JD 270LC TRACKHOE 420 10234 JD 550LC RI56 - JD 550LC TRACKHOE 420 10235 KOM PC300LC-7L RI57 - KOM PC300LC-7L TRACKHOE 420 10236 JD 200CLC RI58 - JD 200CLC TRACKHOE 420 10237 JD 200CLC RI59 - JD 200CLC TRACKHOE 420 10238 JD 450C LC RI60 - JD 450C LC TRACKHOE 420 10239 JD 200C LC RI61 - JD 200C LC TRACKHOE 420 10240 JD 200CLC RI62 - JD 200CLC TRACKHOE 420 10241 KOM PC200LC-7 RI63 - KOM PC200LC TRACKHOE 420 12470 CAT 345 RIOIST - 345 CAT EXCAVATOR . 420 12496 CAT 315 RI02ST - 315 CAT EXCAVATOR 420 12497 CAT 315 RI03ST - 315 CAT EXCAVATOR 420 12498 CAT 315 RI04ST - 315 CAT EXCAVATOR 420 12499 CAT 320 RI 05ST - 320 CAT EXCA V A TOR DOSSIer Mamtenance Software UDROOOOOO 141-070 130 j Parsons ContructlOn Group " User Defined Report Page' 60f61 Units Report: Unit List Dale' 01/30/07 at 1 27 PM Eastern .egory Series Unit # Make Model Description 420 12500 CAT 320 R106ST - 320 CAT EXCA V A TOR 420 12501 CAT 320 R107ST - 320 CAT EXCAVATOR 420 12502 CAT 330 R1 08ST - 330 CAT EXCA V A TOR 420 12503 CAT 330 R109ST- 330 CAT EXCAVATOR 420 12505 CAT 330 R110ST - 330 CAT EXCAVATOR 420 12506 CAT 330 R111ST - 330 CAT EXCAVATOR 420 12507 CAT 345 R112ST - 345 CAT EXCAVATOR 420 12508 CAT 345 113ST - CAT 345 TRACKHOE 420 12509 CAT 315 R114ST - CAT 315 TRACKHOE 420 12510 CAT 320 RI15ST- CAT 320 EXCAVATOR 420 12511 CAT 320 RI16ST- CAT 320 EXCAVATOR 420 12512 CAT 320 R117ST - CAT 320 EXCAVATOR 420 12513 CAT 320 R118ST - CAT 320 EXCAVATOR 420 12514 CAT 320 R119ST - CAT 320 EXCAVATOR 420 12520 CAT 320 R120ST - CAT 320 EXCAVATOR 420 12873 YE400 - EXCA V A TORS (PC400) WGT 95.2 420 13197 HITACHI HITACHI 36" & 48" BUCKET; Q.C - R144 420 13265 JD 650LDC 164 - JD 650DLC EXCA V A TOR 420 13326 JD SOD 165 - JD SOD COMPACT EXCA V A TOR 420 420110 10000 HITACHI EX400LC3 EXCA V A TOR EX400LC3 430 10962 INGERSOL R VR-90C R1702 - I-R FORKLIFT 430 10966 GENIE GS2032 R1706 - GENIE MANLIFT (HAWAII) 430 10967 GENIE GS2032 R1707 - GENIE MANLIFT (HAWAII) 430 10968 HYSTER H50XM R1708 - HYSTER H50XM FORKLIFT 430 10969 CAT GP25 R1743 - CAT GP25 FORKLIFT , 10970 HYSTER H250H R1747 - HYSTER H250 FORKLIFT 10971 CHAMP 530-80 SOLD R1751 - CHAMP 530-80 FORKLIFT 10972 GROVE SM2633BE R1754 - GROVE SCISSOR LIFT 430 10973 VR60B R1764 - REACHLIFT 6000 LB 430 10974 CAT V120 R1767 - CAT FORKLIFT 12000 LB 430 10975 TAYLOR Y-60-WO 1778 - TAYLOR FORKLIFT 62000 LB 430 10976 CAT TH63 R1779 - CAT TH63 FORKLIFT 430 10977 CAT TH83 R 1780 - CAT TH83 FORKLIFT 430 10978 CAT TH83 RI781 - CAT TH83 FORKLIFT 430 10979 CAT TH83 RI782 - CAT TH83 TELESCOPIC FORKLIFT 430 12796 CAT TH83 R601 ST - TH83 CAT FORKLIFT 430 430.11 0 13442 CAT TH460B FORKLIFT CA TEPILLAR TH460B 430 430.11 0 13443 CAT TH460B FORKLIFT CA TEPILLAR TH460B 430 430.110 13444 CAT TH460B FORKLIFT CA TEPILLAR TH460B 450 110 13378 TRIMBLE GCS900 GPS CONTROL SYSTEM CGS900 450 130 13384 TRIMBLE TSC2 GPS CU TSC2 WI SCS900 450 450.120 13364 TRIMBLE SPS780 MAX GPS ROVER SYSTEM 450 450.120 13372 TRIMBLE SPS750 GPS SPS750 MAX 900 MHZ KIT 450 450.120 13383 TRIMBLE SPS750 GPS SPS750 MAX 900 MHZ KIT 450 450.130 13349 TRIMBLE S6 ROBOTIC TOTAL STATION 3" 450 450.130 13363 TRIMBLE TSC2 GPS CU TSC2 WI SCS 900 450 450 130 13414 TRIMBLE S6 TRIMBLE S6 5" ROBOTIC TOTAL STATION 460 10010 JD 772A SOLD 552E - JOHN DEERE 772A GRADER 460 10355 CAT 140G R500 - CAT 140G GRADER 460 10356 CAT 14G R502 - CAT 14G GRADER 460 10357 CAT 140G R503 - CAT 140G GRADER 460 10358 CAT 163H R504 - CAT 163H GRADER 460 10359 CAT 140G 505 - CAT 140G GRADER 460 10360 CAT 140G R506 - CAT 140G GRADER . 10361 CAT 140H R507 - CAT 140H GRADER 10362 JD 772 SOLD R552 - JD772 GRADER 6WD 460 13193 HUBER M850A MAIN R581J - HUBER M850A GRADER 460 460.110 13345 VOLVO G976 508 - VOLVO C976 MOTOR GRADER Dossier Mamtenance Software UDROOOOOOI41-070130 . ~ Parsons Contructlon Group User Defined Report Page' 7 of 61 Units Report: Unit List Date 01/30/07 at 1:27 PM Eastern .- Category Series Unit # Make Model Description 460 460.110 13377 VOLVO G976 MOTOR GRADER G976 460 460 11 0 13445 JD 672CH MOTOR GRADER JD 672CH 470 10065 JD TS150 .122E - HOEP AC FOR 790JD 470 10066 ALLIED 8700C 143E - ALLIED VIBRATORY HOEPAC 470 10587 ALLIED 9800 .108 - ALLIED HOE PAC 470 10588 ALLIED 9800 .110 - ALLIED HOE PAC - CONVERTED 470 10589 ALLIED 9800 III - ALLIED HOE PAC - CONVERTED 470 10590 ALLIED 9800 .112 - ALLIED HOE PAC - CONVERTED 470 10591 ALLIED 9800 .113 - ALLIED HOEPAC NOT CONVERTED 470 10592 STANLEY HS-6000 .114 - STANLEY HOE PAC FOR 580 CASE 470 10593 ALLIED 8700 .115 - ALLIED HOE PAC FOR 580 CASE 470 10594 TC-90S .116 - HOEPAC FOR 410C 470 10595 STANLEY HS20000 117 - STANLEY HOE PAC - NOT CONVERT 470 10596 STANLEY FOR 41 OJDI 118 - STANLEY HOE PAC FOR 580 CASE 470 10597 TELEDYNE TC-90S .119 - TELEDYNE HOE PAC - JD 410C 470 10598 ALLIED 8700 .120 - ALLIED HOE PAC 470 10599 OKADA 40 .121 - OKADA HOE PAC - CONVERTED 470 10600 NPK C-8B .123 - NPK HOE PAC FOR 320L 470 10601 ALLIED 8700C L TS .124 - ALLIED HOE PAC FOR 580 CASE 470 10602 TELEDYNE TCl50S .125 - TELEDYNE HOE PAC FOR 690E 470 10603 TELEDYNE TC150S .126 - TELEDYNE HOE PAC 470 10604 ALLIED 8700L TS .127 - ALLIED HOE PAC FOR 580 CASE 470 10605 ALLIED 8700 .128 - ALLIED HOE PAC FOR 580 CASE 470 10606 INDECO IHC 130 129 - INDECO HOE PAC FOR PC200 470 10607 ALLIED .130 - ALLIED HOE PAC - COMP BKT 470 10608 INDECO IHC200 .131 - INDECO HOE PAC FOR EX270LC-5 . 470 10609 TC301 .132 - HOE PAC 470 10610 TC301 .133 - HOE PAC 470 10611 NPK C-4C 134 - NPK HOE PAC FITS 416C 470 10612 NPK C-4C .135 - NPKHOE PAC FOR416C 470 10613 INDECO IHCI30 .136 - INDECO HOE PAC FOR EXI60LC-5 470 10615 STANLEY HS6018 .138 - STANLEY HOE PAC FOR 416C 470 10616 ALLIED 9700 139 - ALLIED HOE PAC 470 10617 AMERICAN DC-24 140 - AMERICAN HOE PAC FOR PC228 470 10618 AMERICAN DC-48 .141 - AMERICAN HOE PAC FOR PC750 470 10619 OAC 200 142 - OAC HOE PAC 470 10620 TELEDYNE TB1680XC 144 - TELEDYNE HYD BREAKER 470 10621 BTI TC91S .145 - NEW B.T.I. HOEPAC FOR R428 470 10622 BTI TC301 146 - NEW B.T.I. HOEPAC FOR R161 470 10623 BTI TC151S 147 - BTI TCI51S HOE PAC (R142) 470 10624 INDECO IHCI30 148 - INDECO HOEPAC 470 10793 CAT 104H - HOE-PAC ATCHMT TO CAT 320 480 10466 MH 42A SD R859 - BRD MH42A SELF-PRPLD HYDRA H 500 10917 AMlDA 5080D 4MH 1 SOLD R1300 - AMlDA LIGHT PLANT 500 10918 TMPE 3A4DC SOLD R1301 - FEDERAL SIGNAL LIGHT PLAN 500 10919 N6KFMXZ R1302 - LIGHT PLANT 4KW 500 10920 ALLMAND N6KFMXZ R1303 - ALLMAND LIGHT TOWER 4KW 500 10921 N6KFMXZ R1304 - LIGHT PLANT 4KW 500 10922 ALLMAND N6KFMXZ R1305 - ALLMAND LIGHT TOWER 4KW 500 10923 ALLMAND N6KFMXZ RI306 - ALLMAND LIGHT TOWER 500 10924 ALLMAND ELPKFMEZ R1307 - ALLMAND LIGHT TOWER 500 500 10551 INGERSOL R 5080C-4MHI 965 - I-R 5080C-4MHI LIGHT PLANT 500 500 10552 FS TMPE*3A4DC 966 - FS TMPE*3A4DC LIGHT PLANT 510 10004 CASE 1840 R30 IE - CASE 1840 LOADER (HAWAII) . 510 10005 CAT 950G 315E - CAT 950G LOADER 510 10006 KOM WA380 323E - KOM WA380 LDR 510 10007 JD 624G SOLD R353E - JD 624G WI 2.75 CY BKT 510 10282 853 R300 - BBCT 853 WI 66'11I C&I BUCKET Dossier Mamtenance Software UDROOOOOO141-070130 \ ~ Parsons ContrnctlOn Group :1 ~ User Defined Report Page' 80f61 Units Report: Unit List Date' 01130/07 at I 27 PM Eastern etegory Series Unit # Make Model Description 510 10283 CAT 980F R310 - CAT 980F WHEEL LOADER 510 10284 CAT 960F R311 - CAT 960F WHEEL LOADER 510 10285 CAT IT28F R312 - CAT IT28F LOADER 510 10286 CAT 950G R313 - CAT 950G LOADER 510 10287 CAT 950G R314 - CAT 950G LOADER 510 10288 CAT 950G R315 - CAT 950G LOADER 510 10289 CAT 950G R316 - CAT 950G LOADER 510 10290 KOM W A320-3L R317 - KOM W A320-3L LOADER (HAWAII) 510 10291 KOM WA450-3 R318 - KOM W A450 LOADER 510 10292 KOM W A380-3 R319 - KOMATSU WA380-3 LOADER 510 10293 KOM W A250-3PT R320 - KOM W A250-3PT LOADER 510 10294 KOM WA320-3 R321 - KOM W A320-3 LOADER WI A TICH 510 10295 KOM W A420-3 R322 - KOMWA420-3 LOADER W/ATICH 510 10296 KOM WA380 323 - KMTS WA380 W/3 75 CY BUCKET 510 10297 KOM WA380 324 - KOM WA380-ILC WHEEL LOADER 510 10298 KOM W A320-3L 325 - KOM W A320-3 WHEEL LOADER 510 10299 KOM W A380-3L R326 - KOM W A380-3 WHEEL LOADER 510 10300 KOM WA420-3L R327 - KOM W A420-3 WHEEL LOADER 510 10301 KOM W A500-1 LE R328 - KOM WA500-ILE WHEEL LOADER 510 10302 KOM W A380 329 - KOM W A380 LOADER 510 10303 KOM W A400-5 R330 - KOM W A400-5 WHEEL LOADER 510 10304 CAT 950G II R331 - CAT 950G II WHEEL LOADER 510 10305 JD 644E 351 - JD 644E W/4 CY BUCKET 510 10306 JD 544G 352 - JD 544G WI 25CY BUCKET 510 10307 JD 624G SOLD 353 - JD 624G WI2 75 CY BUCKET .~ 10308 JD 644G R354 - JD 644G LOADER 10309 JD TC54H 355 - JD TC54 LOADER 10 10310 JD 644H R356 - JD 644H WHEEL LOADER 510 10311 JD 744J R357 - JD 744J WHEEL LOADER 510 10312 JD 644J R358 - JD 644J WHEEL LOADER 510 10313 JD 644J R359 - JD 644J WHEEL LOADER 510 10314 JD 444J R360 - JD 444J WHEEL LOADER 510 10315 JD 644J R361 - JD 644J WHEEL LOADER 510 10389 CAT mOOE II R617 - CAT mOOE II OFF RD TRK 30 TN 510 12665 CAT 924 R30lST - 924 CAT LOADER 510 12667 CAT 924 R302ST - CAT 924 LOADER 510 12668 CAT 924 R303ST - CAT 924 LOADER 510 12669 CAT 950 R304ST - CAT 950 LOADER 510 12670 CAT 962 R305ST - CAT 962 LOADER 510 12671 CAT 962 R306ST - CAT 962 LOADER 510 12672 CAT 962 R307ST - CAT 962 LOADER 510 12673 CAT 924 R308ST - CAT 924 LOADER 510 12674 CAT 966 R309ST - CAT 966 LOADER 510 12757 CAT 950 310ST - CAT 950 WHEEL LOADER 510 13264 JD 544J 362 - JOHN DEERE 544J AR TICULA TED LOADE 510 13275 VOLVO Ll20E 363 - VOLVO Ll20E WHEEL LOADER 510 13276 VOLVO Ll20E 364 - VOLVO Ll20E WHEEL LOADER 510 13339 JD 325 365 - JOHN DEERE 325 SKID STEER LOADER 510 510.130 13430 VOLVO L70E WHEEL LOADER VOLVO L 70E 530 530.130 10058 EVERGREEN 933E - EVRGRN OFFICE TRLR 14' 540 10380 CAT D250D R608 - CAT D250D OFF-RD DUMP 25 TON 540 10381 CAT D250D R609 - CAT D250D OFF-RD DUMP 25 TON 540 10385 VOLVO A30C R613 - VOLVO OFF RD TRK 30 TON . 10386 VOLVO A30C R614 - VOLVO OFF RD TRK 30 TON 10387 VOLVO A30C R615 - VOLVO OFF RD TRK 30 TON 10388 CAT mOOE II R616 - CAT mOOE II OFF RD TRK 30 TN 540 10390 CAT moo II R618 - CAT mOOE OFF RD TRK 30 TON 540 10391 VOLVO A35C R619 - VOLVO A35C OFF RD TRUCK Dossier Maintenance Software UDROOOOOO 141-070 130 I ~ Parsons Contruction Group User Defined Report Page' 9 of 61 Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern Category Series Unit # Make Model Description .- 540 10392 VOLVO A35C R620 - VOLVO A35C OFF RD TRUCK 540 10393 VOLVO A35C R621 - VOLVO A35C OFF RD TRK 540 10394 VOL va A35C R622 - VOLVO A35C OFF RD TRK 540 10395 VOLVO A30C R623 - VOL va OFF RD TRK 30 TON 540 12792 CAT 23 TON 504ST - CAT 23 TON TRUCK 540 12815 26 TON 620ST - PETERBUIL T 26 TON TRUCK 540 540.110 13431 VOLVO A40D A40D HAULER ARTICULATED 540 540.110 13432 VOLVO A40D A40D HAULER ARTICULATED 570 10372 CAT 623B R600 - CAT 623B 23CY SELF-LOADER 570 10373 CAT 623B R601 - CAT 623B 23CY SELF-LOADER 570 10374 CAT 631D R602 - CAT 631 D 31 CY SCRAPER 570 10375 CAT 631D R603 - CAT 631D 31 CY SCRAPER 570 10376 CAT 631D R604 - CAT 631 D 31 CY SCRAPER 570 10377 CAT 631D R605 - CAT 631D 31 CY SCRAPER 570 10378 CAT 631D R606 - CAT 631D 31 CY SCRAPER 570 10379 CAT 631D R607 - CAT 631 D 31 CY SCRAPER 570 10383 CAT 631D R611 - CAT 631D 31 CY SCRAPER 570 10384 CAT 631D R612 - CAT 631D 31 CY SCRAPER 570 13111 YS637P - SCRAPERS-PUSHIPULL (637) 570 13112 YS657P - SCRAPERS-PUSHIPULL (657) 590 11617 7125 - 8 X 20 STEEL SHEET 590 11618 7126 - 8 X 20 STEEL SHEET 590 11619 7127 - 8 X 20 STEEL SHEET 590 11620 7128 - 8 X 20 STEEL SHEET 590 11621 7129 - 8 X 20 STEEL SHEET 590 11622 7130 - 8 X 20 STEEL SHEET . 590 11623 7131 - 8 X 20 STEEL SHEET 590 11624 R7132 - 8 X 19 STEEL SHEET (HAWAII) 590 11625 7133 - 8 X 12 STEEL SHEET 590 11626 7134 - 8 X 20 STEEL SHEET 590 11627 7135 - 8 X 20 STEEL SHEET 590 11628 7136 - 8 X 20 STEEL SHEET 590 11629 7137 - 8 X 16 STEEL SHEET 590 11630 7138 - 8 X 20 STEEL SHEET 590 11631 7139 - 8 X 20 STEEL SHEET 590 11632 7140 - 8 X 20 STEEL SHEET 590 11633 7141 - 7 X 20 STEEL SHEET 590 11634 7142 - 8 X 20 STEEL SHEET 590 11635 7143 - 8 X 20 STEEL SHEET 590 11636 7144 - 8 X 20 STEEL SHEET 590 11637 7145 - 8 X 20 STEEL SHEET 590 11638 7146 - 8 X 20 STEEL SHEET 590 11639 7147 - 8 X 20 STEEL SHEET 590 11640 7148 - 8 X 20 STEEL SHEET 590 11641 7149 - 8 X 20 STEEL SHEET 590 11642 7150 - 8 X 20 STEEL SHEET 590 11643 7151 - 8 X 20 STEEL SHEET 590 11644 7152 - 8 X 20 STEEL SHEET 590 11645 7153 - 8 X 20 STEEL SHEET 590 11646 7154 - 8 X 20 STEEL SHEET 590 11647 7155 - 8 X 20 STEEL SHEET 590 11648 7156 - 8 X 20 STEEL SHEET 590 11649 7157 - 8 X 20 STEEL SHEET 590 11650 7158 - 8 X 20 STEEL SHEET . 590 11651 7159 - 8 X 20 STEEL SHEET 590 11652 7160 - 8 X 20 STEEL SHEET 590 11653 7161 - 8 X 20 STEEL SHEET 590 11654 7162 - 8 X 20 STEEL SHEET Dossier Mamtenance Software UDROOOOOOI41-070130 l . Parsons ContructlOn Group User Defined Report Units Report: Unit List eegory Series Page'lOof61 Date 01/30107 at 1 27 PM Eastern Unit # Make Model Description 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 tI 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 ~ 590 590 11655 11656 11657 11658 11659 11660 11661 11662 11663 11664 11665 11666 11667 11668 11669 11670 11671 11672 11673 11674 11675 11676 11677 11678 11679 11680 11681 11682 11683 11684 11685 11686 11687 11688 11689 11690 11691 11692 11693 11694 11695 11696 11697 11698 11699 11700 11701 11702 11703 11704 11705 11706 11707 11708 11709 11710 11711 11712 7163 - 8 X 20 STEEL SHEET 7164 - 8 X 8 STEEL SHEET 7165 - 8 X 20 STEEL SHEET 7166 - 8 X 20 STEEL SHEET 7167 - 8 X 20 STEEL SHEET 7168 - 8 X 10 STEEL SHEET 7169 - 8 X 10 STEEL SHEET 7170 - 8 X 10 STEEL SHEET 7171 - 8 X 10 STEEL SHEET 7172 - 8 X 20 STEEL SHEET 7173 - 8 X 20 STEEL SHEET 7174 - 8 X 20 STEEL SHEET 7175 - 8 X 17 STEEL SHEET 7176 - 8'8'''' X 8'2'''' STEEL SHEET 7177 - 8 X 20 STEEL SHEET 7178 - 8 X 20 STEEL SHEET 7179 - 8 X 20 STEEL SHEET 7180 - 8 X 20 STEEL SHEET 7181 - 8 X 20 STEEL SHEET 7182 - 8 X 20 STEEL SHEET 7183 - 8 X 25 STEEL SHEET 7184 - 8 X 25 STEEL SHEET 7185 - 8 X 20 STEEL SHEET 7186 - 8 X 20 STEEL SHEET 7187 - 8 X 20 STEEL SHEET 7188 -7 X 20 STEEL SHEET 7189 - 8 X 20 STEEL SHEET 7190 - 8 X 20 STEEL SHEET 7191 - 8 X 20 STEEL SHEET 7192 - 8 X 20 STEEL SHEET 7193 - 8 X 20 STEEL SHEET 7194 - 8 X 20 STEEL SHEET 7195 - 8 X 20 STEEL SHEET 7196 - 8 X 25 STEEL SHEET 7197 - 8 X 20 STEEL SHEET 7198 - 8 X 20 STEEL SHEET 7199 - 8 X 25 STEEL SHEET 7200 - 8 X 25 STEEL SHEET 7201 - 8 X 25 STEEL SHEET 7202 - 8 X 25 STEEL SHEET 7203 - 8 X 25 STEEL SHEET 7204 - 8 X 20 STEEL SHEET 7205 - 8 X 25 STEEL SHEET 7206 - 8 X 25 STEEL SHEET 7207 - 8 X 25 STEEL SHEET 7208 - 8 X 25 STEEL SHEET 7209 - 8 X 25 STEEL SHEET 7210 - 8 X 25 STEEL SHEET 7211 - 8 X 20 STEEL SHEET 7212 - 8 X 20 STEEL SHEET 7213 - 8 X 13 STEEL SHEET 7214 - 8 X 13 STEEL SHEET 7215 - 8 X 20 STEEL SHEET 7216 - 8 X 20 STEEL SHEET 7217 - 8 X 20 STEEL SHEET 7218 - 8 X 20 STEEL SHEET 7219 - 8 X 20 STEEL SHEET 7220 - 8 X 20 STEEL SHEET Dossier Maintenance Software UDROOOOOOI41-070130 I , Parsons Contruction Group User Defined Report Page' 11 of 61 Units Report: Unit List Date 01/30/07 at I 27 PM Eastern . Category Series Unit # Make Model Description 590 11713 7221 - 8 X 25 STEEL SHEET 590 11714 7222 - 8 X 25 STEEL SHEET 590 ]17]5 7223 - 8 X 25 STEEL SHEET 590 ]1716 7224 - 8 X 20 STEEL SHEET 590 11717 7225 - 8 X 25 STEEL SHEET 590 1]718 7226 - 8 X 25 STEEL SHEET 590 ] ]719 7227 - 8 X 20 STEEL SHEET 590 11720 7228 - 8 X ] 0 STEEL SHEET 590 ] 172] 7229 - 8 X 20 STEEL SHEET 590 11722 7230 - 8 X 20 STEEL SHEET 590 1]723 7231 - 8 X 20 STEEL SHEET 590 11724 7232 - 8 X 20 STEEL SHEET 590 1]725 7233 - 8 X ]2 STEEL SHEET 590 ] ] 726 7234 - 8 X ] 2 STEEL SHEET (HAWAII) 590 11727 7235 - 8 X 20 STEEL SHEET (OREGON) 590 1]728 7236 - 8 X 20 STEEL SHEET (OREGON) 590 11729 7237 - 8 X 20 STEEL SHEET (OREGON) 590 11730 7238 - 8 X 20 STEEL SHEET (OREGON) 590 11731 7239 - 8 X 20 STEEL SHEET (OREGON) 590 11732 7240 - 8 X 20 STEEL SHEET (OREGON) 590 11733 7241 - 8 X 20 STEEL SHEET (OREGON) 590 ] 1734 7242 - 8 X 20 STEEL SHEET (OREGON) 590 11735 7243 - 8 X 20 STEEL SHEET (OREGON) 590 1 ]736 7244 - 8 X 20 STEEL SHEET (OREGON) 590 11737 7245 - 8 X 20 STEEL SHEET 590 11738 R 7246 - 8 X 20 STEEL SHEET (HAWAII) . 590 11739 R 7247 - 8 X 20 STEEL SHEET (HAWAII) 590 11740 R 7248 - 8 X 20 STEEL SHEET (HAWAII) 590 11741 7249 - 8 X 20 STEEL SHEET (HAWAII) 590 11742 7250 - 8 X 20 STEEL SHEET (HAWAII) 590 11743 R725] - 8 X 20 STEEL SHEET (HAWAII) 590 1 ]744 7252 - 8 X 20 STEEL SHEET (HAWAII) 590 ]1745 7253 - 8 X 20 STEEL SHEET (HAWAII) 590 11746 7254 - 8 X 20 STEEL SHEET (HAWAII) 590 11747 7255 - 8 X 20 STEEL SHEET (HAWAII) 590 11748 R7256 - 8 X 20 STEEL SHEET (HAWAII) 590 11749 R 7257 - 8 X 20 STEEL SHEET 590 1 ]750 7258 - 8 X 20 STEEL SHEET (HAWAII) 590 11751 7259 - 8 X 20 STEEL SHEET (HAWAII) 590 11752 7260 - 8 X 20 STEEL SHEET (HAWAII) 590 ]]753 7261 - 8 X 20 STEEL SHEET (HAWAII) 590 11754 7262 - 8 X 20 STEEL SHEET (HAWAII) 590 11755 7263 - 8 X 30 STEEL SHEET (HAWAII) 590 1]756 7264 - 8 X 20 STEEL SHEET 590 11757 7265 - 8 X 20 STEEL SHEET (HAWAII) 590 11758 7266 - 6 X ] 2 STEEL SHEET (HAWAII) 590 1]759 7267 - 6 X 12 STEEL SHEET (HAWAII) 590 11760 7268 - 6 X 12 STEEL SHEET ( HAWAII) 590 11761 7269 - 6 X 12 STEEL SHEET (HAWAII) 590 11762 7270 - 6 X 12 STEEL SHEET 590 11763 727] - 6 X ]2 STEEL SHEET 590 11764 7272 - 8 X 15 STEEL SHEET ( HAWAII) 590 11765 7273 - 8 X 15 STEEL SHEET (HAWAII) 590 11766 7274 - 8 X ] 5 STEEL SHEET (HAWAII) . 590 11767 7275 - 8 X ] 5 STEEL SHEET (HAWAII) 590 ] 1768 7276 - 8 X 15 STEEL SHEET (HAWAII) 590 ] ] 769 7277 - 8 X 20 STEEL SHEET 590 ] ] 770 7278 - 8 X 20 STEEL SHEET (HAWAII) Dossier Maintenance Software UDROOOOOOI41-070130 ~ Parsons Contruction Group User Defined Report Units Report: Unit List etegory Series Unit # Page' 12 of61 Date 01/30/07 at 1.27 PM Eastern Make Model Description 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 . 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 ~ 590 590 11771 11772 11773 11774 11775 11776 11777 11778 11779 11780 11781 11782 11783 11784 11785 11786 11787 11788 11789 11790 11791 11792 11793 11794 11795 11796 11797 11798 11799 11800 11801 11802 11803 11804 11805 11806 11807 11808 11809 11810 11811 11812 11813 11814 11815 11816 11817 11818 11819 11820 11821 11822 11823 11824 11825 11826 11827 11828 7279 - 8 X 20 STEEL SHEET 7280 - 8 X 20 STEEL SHEET 7281 - 8 X 17 STEEL SHEET 7282 - 8 X 20 STEEL SHEET 7283 - 8 X 20 STEEL SHEET 7284 - 8 X 16 STEEL SHEET 7285 - 8 X 20 STEEL SHEET 7286 - 8 X 20 STEEL SHEET 7287 - 8 X 20 STEEL SHEET 7288 - 8 X 20 STEEL SHEET 7289 - 8 X 20 STEEL SHEET 7290 - 8 X 20 STEEL SHEET 7291 - 8 X 20 STEEL SHEET 7292 - 8 X 20 STEEL SHEET 7293 - 8 X 20 STEEL SHEET 7294 - 8 X 20 STEEL SHEET 7295 - 8 X 20 STEEL SHEET 7296 - 8 X 20 STEEL SHEET 7297 - 8 X 20 STEEL SHEET 7298 - 8 X 20 STEEL SHEET 7299 - 8 X 20 STEEL SHEET (#756) 7300 - 8 X 20 STEEL SHEET (#756) 7301 - 8 X 20 STEEL SHEET (#756) 7302 - 8 X 20 STEEL SHEET (#756) 7303 - 8 X 20 STEEL SHEET (#756) 7304 - 8 X 20 STEEL SHEET (#756) 7305 - 8 X 20 STEEL SHEET (#756) 7306 - 8 X 20 STEEL SHEET (#756) 7307 - 8 X 20 STEEL SHEET (#756) 7308 - 8 X 20 STEEL SHEET (#756) 7309 - 8 X 20 STEEL SHEET (#756) 7310 - 8 X 20 STEEL SHEET (#756) 7311 - 8 X 20 STEEL SHEET (#756) 7312 - 8 X 20 STEEL SHEET (#756) 7313 - 8 X 20 STEEL SHEET (#756) 7314 - 8 X 20 STEEL SHEET (#756) 7315 - 8 X 20 STEEL SHEET (#756) 7316 - 8 X 20 STEEL SHEET (#756) 7317 - 8 X 20 STEEL SHEET (#756) 7318 - 8 X 20 STEEL SHEET 7319 - 8 X 20 STEEL SHEET 7320 - 8 X 20 STEEL SHEET 7321 - 8 X 20 STEEL SHEET 7322 - 8 X 20 STEEL SHEET 7323 - 8 X 20 STEEL SHEET R7324 - 8 X 20 STEEL SHEET 7325 - 8 X 20 STEEL SHEET 7326 - 8 X 20 STEEL SHEET 7327 - 8 X 20 STEEL SHEET R7328 - 8 X 20 STEEL SHEET 7329 - 8 X 20 STEEL SHEET 7330 - 8 X 20 STEEL SHEET 7331 - 8 X 20 STEEL SHEET 7332 - 8 X 20 STEEL SHEET 7333 - 8 X 20 STEEL SHEET 7334 - 8 X 20 STEEL SHEET 7335 - 8 X 20 STEEL SHEET 7336 - 8 X 20 STEEL SHEET DOSSIer Maintenance Software UDR000000141-070130 Parsons ContructlOn Group User Defined Report Page 13 of61 Units Report: Unit List Date 01/30/07 at I 27 PM Eastern .- Category Series Unit # Make Model Description 590 11829 7337 - 8 X 20 STEEL SHEET 590 11830 7338 - 8 X 20 STEEL SHEET 590 11831 7339 - 8 X 20 STEEL SHEET 590 11832 7340 - 8 X 20 STEEL SHEET 590 11833 7341 - 8 X 20 STEEL SHEET 590 11834 7342 - 8 X 20 STEEL SHEET 590 11835 7343 - 8 X 20 STEEL SHEET 590 11836 R7344 - 8 X 20 STEEL SHEET (HAWAII) 590 11837 7345 - 8 X 20 STEEL SHEET 590 11838 7346 - 8 X 20 STEEL SHEET 590 11839 7347 - 8 X 20 STEEL SHEET 590 11840 7348 - 8 X 20 STEEL SHEET 590 11841 7349 - 8 X 20 STEEL SHEET 590 11842 7350 - 8 X 20 STEEL SHEET 590 11843 7351 - 8 X 20 STEEL SHEET 590 11844 7352 - 8 X 20 STEEL SHEET 590 11845 7353 - 8 X 20 STEEL SHEET 590 11846 7354 - 8 X 12 STEEL SHEET 590 11847 7355 - 8 X 20 STEEL SHEET 590 11848 7356 - 8.5X20 STEEL SHEET 590 11849 7357 - 8.5X20Xl nn STEEL SHEET 590 11850 7358 - 7X20Xl'''' STEEL SHEET 590 11851 7359 - 8X20Xl nn STEEL SHEET 590 11852 7360 - 7X20Xl nn STEEL SHEET 590 11853 7361 - 8 X 20 STEEL SHEET 590 11854 7362 - 8 X 16 STEEL SHEET . 590 11855 7363 - 8 X 20 STEEL SHEET 590 11856 7364 - 8 X 20 STEEL SHEET 590 11857 7365 - 8 X 20 STEEL SHEET 590 11858 7366 - 8 X 20 STEEL SHEET 590 11859 7367 - 8 X 20 STEEL SHEET 590 11860 7368 - 8 X 20 STEEL SHEET 590 11861 7369 - 8 X 20 STEEL SHEET 590 11862 7370 - 8 X 20 STEEL SHEET 590 11863 7371 - 8X20XI nn STEEL SHEET 590 11864 7372 - 8X20XI nn STEEL SHEET 590 11865 7373 - 8X20XI nn STEEL SHEET 590 11866 7374 - 8X20Xl nn STEEL SHEET 590 11867 7375 - 8X20XI'''' STEEL SHEET 590 11868 7376 - 8X20Xl nn STEEL SHEET 590 11869 7377 - 8X20Xl '''' STEEL SHEET 590 11870 7378 - 8X20XI '''' STEEL SHEET 590 11871 7379 - 8 X 20 STEEL SHEET 590 11872 7380 - 8 X 20 STEEL SHEET 590 11873 7381 - 8 X 20 STEEL SHEET 590 11874 7DB? - 7 EFFIe. BOXES 590 11915 R8020 - 8 X 10 DITCH BOX 590 11916 R8021 - 8 X 10 DITCH BOX 590 11917 R8023 - lOX 10 DITCH BOX 590 11918 R8024 - 8 X 10 DITCH BOX 590 11919 R8025 - lOX 10 DITCH BOX 590 11920 8030 - EFFICIENCY BOX 816 XLD 590 11921 R8031 - EFFICIENCY BOX 816 XLD 590 11922 8032 - EFFICIENCY BOX 816 XLD . 590 11923 8033 - EFFICIENCY BOX 816 XLD 590 11924 R8034 - EFFICIENCY BOX 816 XLD 590 11925 R8035 - EFFICIENC BOX 816 XLD 590 11926 STACK R8036 - 8 X 16 DITCH BOX Dossier Mamtenance Software tnDROOOOOO141-070130 ~ Parsons Contruction Group User Defined Report Page 14 of 61 Units Report: Unit List Date 01/30/07 at I 27 PM Eastern eegory Series Unit # Make Model Description 590 11927 8037 - 4 X 16 DnCH BOX STACK 590 11928 8038 - 4 X 24 DITCH BOX 590 11929 R8039 - 8 X 10 DITCH BOX 590 11930 R8040 - 4 X 24 DITCH BOX 590 11931 8050 - EFFICIENCY BOX 6X20 590 11932 8051 - EFFICIENCY BOX 6X20 590 11933 8052 - EFFICIENCY BOX 6X20 590 11934 8060 - EFFICIENCY BOX 820 XLD 590 11935 8061 - EFFICIENCY BOX 820 XLD 590 11936 8062 - EFFICIENCY BOX 820 XLD 590 11937 8063 - EFFICIENCY BOX 820 HT8 590 11938 8064 - EFFICIENCY BOX 820 XLD 590 11939 8065 - EFFICIENCY BOX 820 XLD 590 11940 R8066 - EPI 8 X20 KNIFE 590 11941 8067 - EFFICIENCY BOX 820 XLD 590 11942 R8068 - EFFICIENCY BOX 820 KNIFE 590 11943 R8069 - 8 X 20 DITCH BOX KNIFE 590 11944 8071 - EFFICIENCY BOX 820 XLD 590 11945 R8072 - EFFICIENCY BOX 820 KNIFE 590 11946 R8073 - EPI 8 X 20 KNIFE 590 11947 8074 - EFFICIENCY BOX 820 XLD 590 11948 8076 - EFFICIENCY BOX 820 XLD 590 11949 R8077 - EFFICIENCY BOX 820 XLD 590 11950 R8078 - EFI 8X20 KNIFE 590 11951 8088 - 6 X24 8"" WALL STACK DITCH BOX . 11952 SOLD 8089 - 8 X 24 8" WALL KNIFE DTCH BX 11953 SOLD R8090 - 10 X 24 DITCH BOX 11954 8091 - 8 X 27 DITCH BOX 590 11955 R8092 - 8 X 20 DITCH BOX 590 11956 8093 - 8 X 20 DITCH BOX 590 11957 R8094 - EFI 8 X 20 DITCH BOX 590 11958 8095 - EFI 8 X 20 DITCH BOX ADHT F SP 590 11959 8096 - lOX 20 DITCH BOX 590 11960 SOLD 8097 - 8X24 DITCH BOX 590 11961 R8098 - EPI 8 X 24 DITCH BOX 590 11962 8099 - EPI 2 X 20 DITCH BOX 590 11963 R8100 - EPI 2 X 20 DITCH BOX 590 11964 R8101 - EPI 6 X 20 DITCH BOX 590 11965 R8102 - 8 X 10 X 4"" DITCH BOX 590 11966 8103 - 6 X lOX 2'''' DITCH BOX 590 11967 R8104 - 10 X 10 DITCH BOX 590 11968 R8105 - EPI 8 X 10 DITCH BOX 590 11969 8106 - 6 X 16 DITCH BOX 590 11970 8107 - AGL 8 X 16 DITCH BOX 590 11971 R8108 - EPI 4 X 20 DITCH BOX 590 11972 STACK R8109 - 4X20X4"" DITCH BOX 590 11973 STACK R8110 - 4X20X4'n' DITCH BOX 590 11974 8111 - EPI 6 X 20 DITCH BOX 590 11975 R8112 - 10 X 10 DITCH BOX 590 11976 R8113 - 6 X 20 DITCH BOX 590 11977 R8114 - 8 X 20 DITCH BOX 590 11978 R8115 - 8 X 10 DITCH BOX 590 11979 R8116 - 8 X 24 DITCH BOX ~ 11980 R8117 - 8 X 20 DITCH BOX 11981 R8118 - 8 X 24 DITCH BOX 11982 R8119 - 8 X 24 DITCH BOX 590 11983 R8120 - 8 X 24 DITCH BOX 590 11984 R8121-8X24DITCHBOX Dossier Maintenance Software UDROOOOOOI41-070130 Parsons Contruction Group User Defined Report Page 150f61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern . Category Series Unit # Make Model Description 590 11985 8122 - 8 X 24 DITCH BOX 590 11986 R8123 - 8 X 16 DITCH BOX 590 11987 R8124 - 6 X 16 DITCH BOX 590 11988 8126 -7'8"" X 24 DITCH BOX 590 11989 8127 - 6 X 10 DITCH BOX 590 11990 8128 - 4 X 24 DITCH BOX 590 11991 8129 - 8 X 20 DITCH BOX 590 11992 R8130 - 12' ARCH 590 11993 R8131 - 12' ARCH 590 11994 R8132 - 12' ARCH 590 11995 8134 - 12' ARCH 590 11996 R8135 - 8 X 16 DITCH BOX 590 11997 R8136 - 4 X 24 DITCH BOX 590 11998 R8137 - 8 X 16 DITCH BOX 590 11999 R8138 - 8 X 24 DITCH BOX 590 12000 R8139 - 8 X 16 DITCH BOX 590 12001 R8140 - 8 X 20 DITCH BOX 590 12002 R8141 - 8 X 10 DITCH BOX 590 12003 R8142 - 8 X 10 DITCH BOX 590 12004 R8143 - 8 X 24 DITCH BOX 590 12005 R8144 - 8 X 10 DITCH BOX 590 12006 R8145 - 10 X 10 DITCH BOX 590 12007 R8146 - 8 X 10 DITCH BOX 590 12008 8147 - 8 X 10 DITCH BOX 590 12009 8148 - 8 X 10 DITCH BOX 590 12010 R8149 - 8 X 10 DITCH BOX . 590 12011 R8150 - 8 X 10 DITCH BOX 590 12012 R8151 - 8 X 10 DITCH BOX 590 12013 R8152 - 8 X 10 DITCH BOX 590 12014 R8153 - 8 X 10 DITCH BOX 590 12015 R8154 - 8 X 10 DITCH BOX 590 12016 R8155 - 10X24X6"" DITCH BOX 590 12017 R8156 - 8 X 16 DITCH BOX 590 12018 R8157 - 8 X 20 DITCH BOX 590 12019 R8158 - 8 X 10 DITCH BOX 590 12020 R8159 - 8 X 10 DITCH BOX 590 12021 R8160 - 6 X 20 DITCH BOX 590 12022 R8161 - 10 X 20 DITCH BOX 590 12023 R8162 - 8 X 16 DITCH BOX 590 12024 R8163 - 8 X 16 DITCH BOX 590 12025 R8164 - 8 X 10 DITCH BOX 590 12026 R8165 - 4 X 24 DITCH BOX 590 12027 R8166 - 8 X 16 DITCH BOX 590 12028 8167 - 8 X24 DITCH BOX 590 12029 R8168 - 4 X 20 DITCH BOX 590 12030 R8169 - 4 X 24 DITCH BOX 590 12031 APS-66 R8170 - 6 X 6 DITCH BOX 590 12032 APS-68 R8171 - 6 X 8 DITCH BOX 590 12033 ARCH 8172 - 6' ARCH SPREADER 590 12034 ARCH 8173 - 6' ARCH SPREADER 590 12035 ARCH 8174 - 6' ARCH SPREADER 590 12036 ARCH 8175 - 6' ARCH SPREADER 590 12037 GME R8176 - GME 7 X 10 DITCH BOX 590 12038 GME SOLD 8177 - GME 7 X 10 DITCH BOX . 590 12039 R8178-10X 10 DITCH BOX 590 12040 R8179 - 10 X 10 DITCH BOX 590 12041 R8180-10X 10 DITCH BOX 590 12042 R8181 - 10 X 10 DITCH BOX DossIer Mamtenance Software lnDROOOOOO141-070130 Parsons Contruc/ion Group User Defined Report Units Report: Unit List etegory Series Unit # Page' 160f61 Date 01/30/07 at 1 27 PM Eastern Make Model Description 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 ~~ ~O 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 ~~ .0 590 590 12043 12044 12045 12046 12047 12048 12049 12050 12051 12052 12053 12054 12055 12056 12057 12058 12059 12060 12061 12062 12063 12064 12065 12066 12067 12068 12069 12070 12071 12072 12073 12074 12075 12076 12077 12078 12079 12080 12081 12082 12083 12084 12085 12086 12087 12088 12089 12090 12091 12092 12093 12094 12095 12096 12097 12098 12099 121 00 ARCH R8182 - 10 X 10 DITCH BOX R8183 - 10 X 10 DITCH BOX R8184 - 10 X 10 DITCH BOX R8185 -lOX 10 DITCH BOX R8186 - 8 X 12 DITCH BOX R8187 - 8 X 12 DITCH BOX R8188 - 4 X 16 DITCH BOX R8189 - 8 X 20 DITCH BOX 8190 - 8 X 24 DITCH BOX 8191 - SPEED SHORE - HYD 88EXT R8192 - 4 X 20 DITCH BOX R8193 - 12' ARCH SPREADER 8194 - 8 X 24 DITCH BOX 8195 - 8 X 24 DITCH BOX 8196 - 8 X 24 DITCH BOX 8197 - 8 X 24 DITCH BOX 8198 - 8 X 12 DITCH BOX 8199 - 8 X 12 DITCH BOX R8200 - 10 X 10 DITCH BOX R8201 - 10 X 10 DITCH BOX R8202 - 10 X 10 DITCH BOX R8203 - 10 X 10 DITCH BOX R8204 - lOX 10 DITCH BOX R8205 - 8 X 10 DITCH BOX 8206 - 8 X 24 DITCH BOX 8207 - 8 X 16 DITCH BOX 8208 - 8 X 16 DITCH BOX 8209 - 10 X 10 DITCH BOX 8210 - 10 X 10 DITCH BOX 821 I -10 X 10 DITCH BOX 8212 -10 X 10 DITCH BOX R8213 - 10 X 10 DITCH BOX 8214 - 10 X 10 DITCH BOX 8215 - 10 X 10 DITCH BOX R8216 - 10 X 10 DITCH BOX R8217 - lOX 10 DITCH BOX R8218- lOX 10 DITCH BOX R8219 - 10 X 10 DITCH BOX R8220 - lOX 10 DITCH BOX 8221 -10 X 10 DITCH BOX R8222 - lOX 10 DITCH BOX R8223 - lOX 10 DITCH BOX R8224 - lOX 10 DITCH BOX R8225 - lOX 10 DITCH BOX R8226 - lOX 10 DITCH BOX R8227 - lOX 10 DITCH BOX R8228 - lOX 10 DITCH BOX R8229 - 10 X 10 DITCH BOX R8230 - lOX 10 DITCH BOX R8231 - 10 X 10 DITCH BOX R8232 - 4 X 10 DITCH BOX R8233 - 4 X 10 DITCH BOX R8234 - 4 X 10 DITCH BOX R8235 - 4 X 10 DITCH BOX R8236 - 8 X 14 DITCH BOX R8237 - 4 X 14 DITCH BOX R8238 - 4 X 10 DITCH BOX R8239 - 4 X 10 DITCH BOX Dosster Mamtenance Software UDR000000141-070130 Parsons Contruction Group User Defined Report Page. 17 of 61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern .- Category Series Unit # Make Model Description 590 12101 R8241 - 8X24X6'"' DITCH BOX 590 12102 R8242 - 10X24 DITCH BOX 590 12103 8XIO R8243 - 8XI0X5'"' END PANEL 590 12104 8X16 R8244 - 8XI6X5"" END PANEL 590 12105 R8246 - 8X20X6'"' DITCH BOX 590 12106 R8247 - 10XI0X4'"1 DITCH BOX 590 12107 8X14 R8248 - 8XI4X5"" END PANEL 590 12108 8X14 R8249 - 8XI4X5"" END PANEL 590 12109 R8250 - 8X17 END PANEL 590 12110 R8251 - 8X17 END PANEL 590 12111 R8252 - 8X17 END PANEL 590 12112 R8253 - 8X17 END PANEL 590 12113 R8254 - 8X20 END PANEL 590 12114 R8255 - 8X20 END PANEL 590 12115 R8256 - 8X20 END PANEL 590 12116 R8257 - 4XI0X4'"' DITCH BOX 590 12117 410SW4 R8258 - 4XIOX4"" DITCH BOX 590 12118 41ODW4 R8259 - 4XI0 DITCH BOX 590 12119 610TL4 R8260 - 6XI0X4"" DITCH BOX 590 12120 610TL4 R8261 - 6XIOX4'"' DITCH BOX 590 12121 APS-68 R8262 - 6X8 DITCH BOX 590 12122 416DW4 R8263 - 4X16 DITCH BOX 590 12123 R8264 - 8X20X4'"' DITCH BOX 590 12124 GME 8124 8265 - 8X12X4 GME DITCH BOX 590 12125 MHS412SW R8266 - 4X12 DITCH BOX 590 12126 MHS412SW R8267 - 4X12 DITCH BOX . 590 12127 MHS812DW R8268 - 8X12 DITCH BOX 590 12128 MHS812DW R8269 - 8X12 DITCH BOX 590 12129 MHS812DWKE R8270 - 8X12 DITCH BOX 590 12130 MHS812DWKE R8271 - 8X12 DITCH BOX 590 12162 8DB? - 8 EFFIC BOXES 590 12247 9DB? - 9 EFFIC BOXES 590 12248 DB88 - EFFIC. BOX 8 X 8 MHXLD 590 12249 SH88 - STEEL SHEET 8X8 590 12250 SH99 - SHEET 9X9 590 12314 .34.- - GRAVEL SKIFF (UNSPFD SIZE) 590 12315 .34.1 - GRAVEL SKIFF (UNSPFD SIZE) 590 12316 34.2 - GRAVEL SKIFF (16' X 6' X 4') 590 12317 34.3 - GRAVEL SKIFF (UNSPFD SIZE) 590 12318 34.4 - GRAVEL SKIFF (UNSPFD SIZE) 590 12319 .34.5 - GRAVEL SKIFF (UNSPFD SIZE) 590 12320 .346 - GRAVEL SKIFF (5' X 14') 590 12321 .347 - GRAVEL SKIFF GME (7.5 YD) 590 12322 34.8 - GRAVEL SKIFF (14'X61""X48"") 590 12323 .34.9 - GRAVEL SKIFF (RCI MADE) 590 12504 10DB? - 10 EFFIC. BOXES (SIZE UNID'D) 590 12577 2DB88 - 2 EFFIe. BOXES 8 X 8 590 12578 2SH78 - 2 STEEL SHEETS 7 X 8 590 12579 2SH88 - 2 STEEL SHEETS 8 X 8 590 12580 2SH99 - 2 SHEETS 9X9 590 12774 3DB88 - 3 EFFIC. BOXES 8 X 8 590 12775 3SH78 - 3 STEEL SHEETS 7 X 8 590 12776 3SH88 - 3 STEEL SHEETS 8 X 8 590 12784 4DB88 - 4 EFFIC. BOXES 8 X 8 . 590 12785 4SH78 - 4 STEEL SHEETS 7 X 8 590 12786 4SH88 - 4 STEEL SHEETS 8 X 8 590 12793 5DB88 - 5 EFFIC. BOXES 8 X 8 590 12794 5SH78 - 5 STEEL SHEETS 7 X 8 Dossier MlIlntenance Software lnDROOOOOO141-070130 Parsons Contruction Group User Defined Report Units Report: Unit List etegory Series Unit # Page 180f61 Date' 01/30/07 at I 27 PM Eastern Make Model Description 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 tt 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 ,390 . 590 590 12795 12816 12845 12846 12847 12848 12849 12850 12851 12852 12853 12854 12855 12856 12857 12858 12859 12860 12861 12862 12863 12864 12865 12866 12867 12868 12869 12870 12871 12872 12887 12888 12889 12890 12892 12893 12894 12895 12896 12897 12898 12899 12900 12901 12902 12903 12904 12905 12906 12907 12908 12909 12910 12911 12977 12978 12979 12980 5SH88 - 5 STEEL SHEETS 8 X 8 6DB88 - 6 EFFIC. BOXES 8 X 8 7DB88 - 7 EFFIC. BOXES 8 X 8 8124A - 6 X 16 DITCH BOX 8DB88 - 8 EFFIC. BOXES 8 X 8 9DB88 - 9 EFFIC. BOXES 8 X 8 DB410 - EFFIC. BOX 4 X 10 DB416 - EFFIC. BOX 4 X 16 DB420 - EFFIC. BOX 4 X 20 DB424 - 4 X 24 DITCH BOX DB610 - 6XIO DITCH BOX DB616 - EFFIe. BOX 6 X 16 DB620 - EFFIC BOX 6 X 20 DB624 - EFFIC. BOX 6 X 24 DB810 - EFFIC. BOX 8 X 10 MHXLD DB816 - EFFIC. BOX 8 X 16 XLD DB820 - EFFIC. BOX 8 X 20 XLD DB824 - EFFIC BOX 8 X 24 WI 8"" WALL DB827 - EFFIC. BOX 8 X 27 HT8 SH424 - 4 X 24 SHEET SH615 - STEEL SHEET 6 X IS SH620 - STEEL SHEET 6 X 20 SH710 - STEEL SHEET 7XIO SH810 - STEEL SHEET 8 X 10 SH812 - STEEL SHEET 8 X 12 SH813 - STEEL SHEET 8 X 13 SH815 - STEEL SHEET 8 X IS SH816 - STEEL SHEET 8 X 16 SH820 - STEEL SHEET 8 X 20 SH825 - STEEL SHEET 8X25 34 II - GRAVEL SKIIF (UNSPEC SIZE) IODB88 - 10 EFFIC. BOXES 8 X 8 IOSH78 - 10 STEEL SHEETS 7 X 8 IOSH88 - 10 STEEL SHEETS 8 X 8 2DB410 - 2 EFFIC BOXES 4XIO 2DB416 - 2 EFFIC. BOXES 4 X 16 2DB420 - 2 EFFIC. BOXES 4 X 20 2DB424 - 2 DITCH BOXES 4 X24 2DB620 - 2 EFFIC BOXES 6 X 20 2DB810 - 2 EFFIC. BOXES 8 X 10 2DB816 - 2 EFFIC. BOXES 8 X 16 2DB820 - 2 EFFIC BOXES 8 X 20 2DB824 - 2 EFFIC BOXES 8 X 24 2DB827 - 2 EFFIC. BOXES 8 X 27 2SH420 - 2 STEEL SHEETS 4X20 2SH615 - 2 STEEL SHEETS 6 X 15 2SH710 - 2 STEEL SHEETS 7 X 10 2SH810 - 2 STEEL SHEETS 8 X 10 2SH812 - 2 STEEL SHEETS 8 X 12 2SH813 - 2 STEEL SHEETS 8 X 13 2SH815 - 2 STEEL SHEETS 8 X 15 2SH816 - 2 STEEL SHEETS 8 X 16 2SH820 - 2 STEEL SHEETS 8 X 20 2SH825 - 2 STEEL SHEETS 8 X 25 3DB416 - 3 EFFIC. BOXES 4 X 16 3DB420 - 3 EFFIC BOXES 4 X 20 3DB424 - 3 DITCH BOXES 4X24 3DB620 - 3 EFFIC. BOXES 6 X 20 Dossier Mamtenance Software lnDR000000141-070130 Parsons Contruction Group User Defined Report Page. 190f61 Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern Category Series Unit # Make Model Description .- 590 12981 3DB810 - 3 EFFIC. BOXES 8 X 10 590 12982 3DB816 - 3 EFFIC. BOXES 8 X 16 590 12983 3DB820 - 3 EFFIC. BOXES 8 X 20 590 12984 3DB824 - 3 EFFIC BOXES 8 X 24 590 12985 3DB827 - 3 EFFIC. BOXES 8 X 27 590 12986 3SH420 - 3 SHEETS 4X20 590 12987 3SH615 - 3 STEEL SHEETS 6 X 15 590 12988 3SH710 - 3 STEEL SHEETS 7 X 10 590 12989 3SH810 - 3 STEEL SHEETS 8 X 10 590 12990 3SH812 - 3 STEEL SHEETS 8 X 12 590 12991 3SH813 - 3 STEEL SHEETS 8 X 13 590 12992 3SH815 - 3 STEEL SHEETS 8 X 15 590 12993 3SH816 - 3 STEEL SHEETS 8 X 16 590 12994 3SH820 - 3 STEEL SHEETS 8 X 20 590 12995 3SH825 - 3 STEEL SHEETS 8X25 590 12996 4DB416 - 4 EFFIC. BOXES 4 X 16 590 12997 4DB420 - 4 EFFIC. BOXES 4 X 20 590 12998 4DB424 - 4 DITCH BOXES 4 X24 590 12999 4DB620 - 4 EFFIC. BOXES 6 X 20 590 13000 4DB810 - 4 EFFIC BOXES 8 X 10 590 13001 4DB816 - 4 EFFIC. BOXES 8 X 16 590 13002 4DB820 - 4 EFFIC. BOXES 8 X 20 590 13003 4DB824 - 4 EFFIC. BOXES 8 X 24 590 13004 4DB827 - 4 EFFIC. BOXES 8 X 27 590 13005 4SH420 - 4 SHEETS 4X20 590 13006 4SH615 - 4 STEEL SHEETS 6 X 15 \. 590 13007 4SH710 - 4 STEEL SHEETS 7 X 10 590 13008 4SH810 - 4 STEEL SHEETS 8 X 10 590 13009 4SH812 - 4 STEEL SHEETS 8 X 12 590 13010 4SH813 - 4 STEEL SHEETS 8 X 13 590 13011 4SH815 - 3 STEEL SHEETS 8 X 15 590 13012 4SH816 - 4 STEEL SHEETS 8 X 16 590 13013 4SH820 - 4 STEEL SHEETS 8 X 20 590 13014 4SH825 - 4 STEEL SHEETS 8X25 590 13015 5DB416 - 5 EFFIC. BOXES 4 X 16 590 13016 5DB420 - 5 EFFIe. BOXES 4 X 20 590 13017 5DB424 - 5 DITCH BOXES 4X24 590 13018 5DB620 - 5 EFFIC. BOXES 6 X 20 590 13019 5DB810 - 5 EFFIC. BOXES 8 X 10 590 13020 5DB816 - 5 EFFIe. BOXES 8 X 16 590 13021 5DB820 - 5 EFFIC BOXES 8 X 20 590 13022 5DB824 - 5 EFFIe. BOXES 8 X 24 590 13023 5DB827 - 5 EFFIC. BOXES 8 X 27 590 13024 5SH420 - 5 SHEETS 4X20 590 13025 5SH615 - 5 STEEL SHEETS 6 X 15 590 13026 5SH710 - 5 STEEL SHEETS 7 X 10 590 13027 5SH810 - 5 STEEL SHEETS 8 X 10 590 13028 5SH812 - 5 STEEL SHEETS 8 X 12 590 13029 5SH813 - 5 STEEL SHEETS 8 X 13 590 13030 5SH815 - 5 STEEL SHEETS 8 X 15 590 13031 5SH816 - 5 STEEL SHEETS 8 X 16 590 13032 5SH820 - 5 STEEL SHEETS 8 X 20 590 13033 5SH825 - 5 STEEL SHEETS 8 X 25 590 13034 6DB416 - 6 EFFIC. BOXES 4 X 16 . 590 13035 6DB420 - 6 EFFIC. BOXES 4 X 20 590 13036 6DB620 - 6 EFFIC. BOXES 6 X 20 590 13037 6DB810 - 6 EFFIC. BOXES 8 X 10 590 13038 6DB816 - 6 EFFIC. BOXES 8 X 16 Dossier Maintenance Software UDROOOOOO 141-070130 Parsons Contruction Group User Defined Report Units Report: Unit List .tegory Series Page 200f61 Date 01/30/07 at 127 PM Eastern Unit # Make Model Description 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 .59~ 90 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 590 ,590 .~ 590 590 13039 13040 13041 13042 13043 13044 13045 13046 13047 13048 13049 13050 13051 13052 13053 13054 13055 13056 13057 13058 13059 13060 13061 13062 13063 13064 13065 13066 13067 13068 13069 13070 1307l 13072 13073 13074 13075 13076 13077 13078 13079 13080 13081 13082 13083 13084 13085 13086 13087 13088 13089 13090 13091 13092 13093 13094 13095 13096 6DB820 - 6 EFFIC. BOXES 8 X 20 6DB824 - 6 EFFIC. BOXES 8 X 24 6SH420 - 6 SHEETS 4X20 6SH615 - 6 STEEL SHEETS 6 X 15 6SH710 - 6 STEEL SHEETS 7 X 10 6SH810 - 6 STEEL SHEETS 8 X 10 6SH812 - 6 STEEL SHEETS 8 X 12 6SH813 - 6 STEEL SHEETS 8 X 13 6SH815 - 6 STEEL SHEETS 8 X 15 6SH816 - 6 STEEL SHEETS 8 X 16 6SH820 - 6 STEEL SHEETS 8 X 20 6SH825 - 6 STEEL SHEETS 8 X 25 7DB416 - 7 EFFIe. BOXES 4 X 16 7DB420 - 7 EFFIe. BOXES 4 X 20 7DB620 - 7 EFFIC BOXES 6 X 20 7DB810 -7 EFFIC. BOXES 8 X 10 7DB816 -7 EFFIC BOXES 8 X 16 7DB820 - 7 EFFIC. BOXES 8 X 20 7DB824 - 7 EFFIC BOXES 8 X 24 7SH420 - 7 SHEETS 4X20 7SH615 -7 STEEL SHEETS 6 X 15 7SH71O -7 STEEL SHEETS 7 X 10 7SH810 -7 STEEL SHEETS 8 X 10 7SH812 -7 STEEL SHEETS 8 X 12 7SH813 -7 STEEL SHEETS 8 X 13 7SH815 -7 STEEL SHEETS 8 X 15 7SH816 - 7 STEEL SHEETS 8 X 16 7SH820 - 7 STEEL SHEETS 8 X 20 7SH825 - 7 STEEL SHEETS 8 X 25 8DB416 - 8 EFFIe. BOXES 4 X 16 8DB420 - 8 EFFIC. BOXES 4 X 20 8DB620 - 8 EFFIe. BOXES 6 X 20 8DB810 - 8 EFFIC. BOXES 8 X 10 8DB816 - 8 EFFIC BOXES 8 X 16 8DB820 - 8 EFFIC BOXES 8 X 20 8DB824 - 8 EFFIC BOXES 8 X 24 8DB827 - 8 EFFIC. BOXES 8 X 27 8SH420 - 8 SHEETS 4X20 8SH615 - 8 STEEL SHEETS 6 X 15 8SH710 - 8 STEEL SHEETS 7 X 10 8SH810 - 8 STEEL SHEETS 8 X 10 8SH812 - 8 STEEL SHEETS 8 X 12 8SH813 - 8 STEEL SHEETS 8 X 13 8SH815 - 8 STEEL SHEETS 8 X 15 8SH816 - 8 STEEL SHEETS 8 X 16 8SH820 - 8 STEEL SHEETS 8 X 20 8SH825 - 8 STEEL SHEETS 8 X 25 9DB416 - 9 EFFIC BOXES 4 X 16 9DB420 - 9 EFFIC BOXES 4 X 20 9DB620 - 9 EFFIC. BOXES 6 X 20 9DB81O - 9 EFFIe. BOXES 8 X 10 9DB816 - 9 EFFIC. BOXES 8 X 16 9DB820 - 9 EFFIC. BOXES 8 X 20 9DB824 - 9 EFFIC. BOXES 8 X 24 9DB827 - 9 EFFIC BOXES 8 X 27 , 9SH420 - 9 SHEETS 4X20 9SH615 - 9 STEEL SHEETS 6 X 15 9SH71O - 9 STEEL SHEETS 7 X 10 Dossier Mamtenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page 21 of 61 Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern Category Series Unit# Make Model Description .- 590 13097 9SH81O - 9 STEEL SHEETS 8 XI0 590 13098 9SH812 - 9 STEEL SHEETS 8 X 12 590 13099 9SH813 - 9 STEEL SHEETS 8 X 13 590 13100 9SH815 - 9 STEEL SHEETS 8 X 15 590 13101 9SH816 - 9 STEEL SHEET 8 X 16 590 13102 9SH820 - 9 STEEL SHEETS 8 X 20 590 13103 9SH825 - 9 STEEL SHEETS 8 X 25 590 13104 DBI0I0 - 10X1O DITCH BOX 590 13105 DBI016 - TRENCH BOX 10X16 590 13106 DB 1 020 - EFFIC. BOX lOX 20 590 13107 DB 1 024 - EFFIC. BOX lOX 24 590 13108 DB 1 027 - EFFIC. BOX lOX 27 HT8F 590 13109 DB2040 - EFFIC. BOX 20 X 40 590 13110 SHI0I0 - STEEL SHEET 10 X 10 590 13113 10DB416 - 10 EFFIC. BOXES 4 X 16 590 13114 10DB420 - 10 EFFIC. BOXES 4 X 20 590 13115 10DB620 - 10 EFFIC BOXES 6 X 20 590 13116 10DB81O - 10 EFFIC. BOXES 8 X 10 590 13117 IODB816 - 10 EFFIe. BOXES 8 X 16 590 13118 10DB820 - 10 EFFIC BOXES 8 X 20 590 13119 10DB824 - 10 EFFIC. BOXES 8 X 24 590 13120 10DB827 - 10 EFFIC. BOXES 8 X 27 590 13121 10SH420 - 10 STEEL SHEETS 4 X 20 590 13122 1 OSH615 - 10 STEEL SHEETS 6 X 15 590 13123 10SH71O - 10 STEEL SHEETS 7 X 10 590 13124 1 OSH81O - 10 STEEL SHEETS 8 X 10 . 590 13125 IOSH812 - 10 STEEL SHEETS 8 X 12 590 13126 10SH813 - 10 STEEL SHEETS 8 X 13 590 13127 10SH815 -10 STEEL SHEETS 8 X 15 590 13128 10SH820 - 10 STEEL SHEETS 8 X 20 590 13129 10SH825 - 10 STEEL SHEETS 8 X 25 590 13130 2DBI010 - 2 EFFIC BOXES 10 X 10 590 13131 2DB 1 020 - 2 EFFIe. BOXES lOX 20 590 13132 2DB1024 - 2 EFFIC BOXES 10 X 24 590 13133 2DBI027 - 2 EFFIC BOXES 10 X 27 590 13134 2DB2040 - 2 EFFIC. BOXES 20 X 40 590 13135 2SHI01O - 2 STEEL SHEETS 10 X 10 590 13136 2SHI020 - 2 SHEETS 10X20 590 13137 3DBI01O - 3 EFFIC. BOXES 10 X 10 590 13138 3DBI020-3EFFIC BOXES 10X20 590 13139 3DBI024 - 3 EFFIC BOXES 10 X 24 590 13140 3DBI027 - 3 EFFIC. BOXES 10 X 27 590 13141 3DB2040 - 3 EFFIC BOXES 20 X 40 590 13142 3SHI0I0 - 3 STEEL SHEETS 10 X 10 590 13143 3SHI020 - 3 SHEETS 10 X 20 590 13144 4DB1010 -4 EFFIC. BOXES 10 X 10 590 13145 4DB 1020 - 4 EFFIC BOXES lOX 20 590 13146 4DB 1024 - 4 EFFIC. BOXES lOX 24 590 13147 4DB 1027 - 4 EFFIe. BOXES lOX 27 590 13148 4DB2040 - 4 EFFIC BOXES 20 X 40 590 13149 4SH1010 - 4 STEEL SHEETS 10 X 10 590 13150 5DBI01O - 5 EFFIe. BOXES 10 X 10 590 13151 5DB1020 - 5 EFFIC. BOXES 10 X 20 590 13152 5DB 1024 - 5 EFFIC. BOXES lOX 24 . 590 13153 5DB1027 - 5 EFFIC. BOXES 10 X 27 590 13154 5DB2040 - 5 EFFIC. BOXES 20 X 40 590 13155 5SH1010 - 5 STEEL SHEETS 10 X 10 590 13156 6DB 1010 - 6 EFFIC BOXES 10 X 10 Dossier Maintenance Software UDROOOOOO 141-070130 Parsons Con/ruc/ion Group User Defined Report Page 220f61 Units Report: Unit List Date 01/30107 at I 27 PM Eastern etegory Series Unit # Make Model Description 590 13157 6DBIOl6 - 6 EFFIC. BOXES 10 X 16 590 13158 6DB I 020 - 6 EFFIC. BOXES lOX 20 590 13159 6DB I 024 - 6 EFFIC. BOXES lOX 24 590 13160 6DBI027 - 6 EFFIC. BOXES 10 X 27 590 13161 6DB2040 - 6 EFFIC. BOXES 20 X 40 590 13162 6SHIOIO - 6 STEEL SHEETS 10 X 10 590 13163 7OBIOIO-7EFFIC.BOXES lOX 10 590 13164 7OBIOl6 -7 EFFIC. BOXES 10 X 16 590 13165 70B I 020 - 7 EFFIC. BOXES lOX 20 590 13166 70B I 024 - 7 EFFIC. BOXES lOX 24 590 13167 7DBI027 -7 EFFIC. BOXES 10 X 27 590 13168 7OB2040 - 7 EFFIC. BOXES 20 X 40 590 13169 7SHIOIO -7 STEEL SHEETS 10 X 10 590 13173 8DBIOIO - 8 EFFIC. BOXES 10 X 10 590 13174 8DBIOl6 - 8 EFFIe. BOXES 10 X 16 590 13175 8DB I 020 - 8 EFFIC BOXES lOX 20 590 13176 8DBI024 - 8 EFFIC BOXES 10 X 24 590 13177 8DBI027 - 8 EFFIe. BOXES 10 X 27 590 13178 8DB2040 - 8 EFFIC. BOXES 20 X 40 590 13179 8SHIOIO - 8 STEEL SHEETS 10 X 10 590 13180 9DBIOIO-9EFFIC BOXES lOX 10 590 13181 9DBIOI6-9EFFIC BOXES lOX 16 590 13182 9DBI020 - 9 EFFIC BOXES 10 X 20 590 13185 9DB2040 - 9 EFFIC. BOXES 20 X 40 590 13189 I ODB 1024 - 10 EFFIC BOXES 10 X 24 fJ 13191 IODB2040 - 10 EFFIC. BOXES 20 X 40 590.110 10136 8143E - 8 X 24 DITCH BOX 590.110 10190 YOOI - 10X24X6"" DITCH BOX 590 590110 11105 2DB? - 2 EFFIC BOXES (SIZE UNID'D) 590 590.110 11265 3DB? - 3 EFFIC BOXES (SIZES UNID'D) 590 590.110 11312 4DB? - 4 EFFIC BOXES (SIZE UNID'D) 590 590.110 11406 5DB? - 5 EFFIC BOXES (SIZE UNID'D) 590 590.11 0 11441 6DB? - 6 EFFIe. BOXES 590 590.110 13183 9DB 1024 - 9 EFFIC BOXES lOX 24 590 590.110 13184 9DBI027 - 9 EFFIC BOXES 10 X 27 590 590.110 13187 10DBIOIO - 10 EFFIC. BOXES 10 X 10 590 590.110 13188 IODBI020 - 10 EFFIC. BOXES 10 X 20 590 590.110 13190 IODBI027 - 10 EFFIC. BOXES 10 X 27 590 590.120 10191 002 - IOX24X6'''' DITCH BOX 590 590 120 10192 003 - IOX24X6"" DITCH BOX 610 10068 BS2052 I 38E - 2"" SUB PUMP 610 10069 BS2052 1.39E - 2'''' SUB PUMP 610 10070 BS2052 1.40E - 2'''' SUB PUMP 610 10071 BS2102 1.41E - 3"" SUB PUMP 610 10072 BS2102 1.42E - 3"" SUB PUMP 610 10073 BS2102 I 43E - 3"" SUB PUMP 610 10074 BS2102 I 44E - 3' SUB PUMP 610 10092 CAT V50C 1I05E - CAT V50C FORKLIFT 610 10093 CEC M-40 1124E - CEC PUGMILL M-40 WI BELT SCALE 610 10094 GRIZZLEY 1130E - GRIZZLEY 12XI2 RCI MFG 610 10095 R1133E - WATER TOWER 12000 GAL 610 10097 GROVE RT875 1515E-GROVECRANE RT875 (HAWAII) 610 10104 CAT TH83 RI763E - CAT TH83 FORKLIFT . 10105 CAT TH83 RI765E - CAT TH83 FORKLIFT ~ 0 10106 CAT VI20 1767E - CAT VI20 FORKLIFT 10 108 HIISF3000 20.8E - PRESSURE WASHER 3000 PSI 610 10109 KOM PC650-2-3 20 I OE - 48"" BUCKET FOR KOMATSU PC650 610 10110 HONDA HNQ-F501K2 21.1E -HONDA WALK BEHIND TILLER DOSSIer Mamtenance Software UDROOOOOOI41-070130 Parsons ContructlOn Group User Defined Report Page 230f61 Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern . Category Series Unit # Make Model Description 610 10111 M52-50G 23.5E - RETREV AL SYSTEM 610 10112 DCA70SSm 3.83E - 70KW GEN SET 610 10113 HOMELITE CG5800 3.84E - HOMELITE GENERATOR 610 10114 DCA70SSm 3.90E - 70KW GENERATOR 610 lOllS HITACHI CENTRAL FA 3020E - 62"" BUCKET FOR HITACHI 610 10116 HITACHI 3021 E - 42"" BUCKET FOR HITACHI 610 10117 32.5E - HAMMER FOR PC300 610 10118 I 118 YD 5009E - 36"" BUCKET WITH RIPPERS 610 10119 5010E -72"" MUCKING BUCKET 610 10120 STIHL TS400 7.12E - STIHL CUT-OFF SAW 610 10121 TS400 7 23E - CUT -OFF SAW /RI090 610 10122 TS760 7.87E - CUT -OFF SAW 610 10135 036 8AOE - CHAIN SA W/RI090 610 10158 CASE .1007E - 24"" BUCKET FOR 580 CASE 610 10159 MQP30lTH 1.124E - MULTI-QUIP 30lTH 3"" PUMP 610 10163 BS2102 12 13E - 8HP SUBM PUMP 610 10164 BS2102 12.14E - 8HP SUBM PUMP 610 10165 BS2102 12.l5E - 8HP SUBM PUMP 610 10166 285 19.IIE - I"" AIR GUN I MARK H. 610 10167 580.76805 20.12E - PRESSURE WASHER 3000 PSI 610 10168 PE4013HW 20.13E - PRESSURE WASHER 400 PSI 610 10169 25 10E - DUST MONITOR (LEE RICE) 610 10170 30.14E - 18'"1 CUTTING WHEEL 610 10171 30.18E - RCI MADE 610 10172 30.19E - RCI MADE 610 10173 48"" 30 23E - FORKS FOR 624G . 610 10174 JD 30.24E - QUICK COUPLER FOR 790D JD 610 10175 30.30E - FORKS FOR 580 CASE 42'111 610 10176 OKB318 30A3E - HYD BREAKER WI AUTO GREASER 610 10177 CAT MP20 30 58E - CAT HYDRAULIC SHEAR 610 10178 AZ480 30.67E - ASPHALT ZIPPER ON TRL R9128 610 10179 HITACHI 3021TE - THUMB FOR HITACHI BUCKET 610 10180 CI0067 7 106E - TARGET WALK BEHIND SAW 610 10181 130252 o 1 - 3/4"" TEST PUMP 610 10182 130252 02 - 3/4"" TEST PUMP 610 10183 HYPRO 0.3 - 3/4'''' TEST PUMP 610 10184 004 - TEST PUMP 610 10185 0.5 - 314"" TEST PUMP 610 10186 20FD-B32 0.6 - TEST PUMP 610 10187 BB-Y 0.7 - TEST PUMP 610 10188 o 8 - 3/4"" TEST PUMP 610 10189 BB4-FP 0.9 - TEST PUMP 610 10193 30lTA 1.1 - 3"" CENTRIFUGAL PUMP 610 10194 BS2102 1.2 - 4"" SUB PUMP 610 10195 BS2125 I 3 - 4'111 SUB PUMP 610 10196 lIlDP3 SOLD 1.6 - 3"" DIAPHRAM TRASH PUMP 610 10197 EY250 1.8 - 3"" TRASH PUMP 610 10198 30lTA 1.9 - CENTRIFUGAL TRASH PUMP 610 10242 MQD305R 22 - 3"" DIAPHRAM PUMP 610 10243 2.3 - DIAPHRAM PUMP 610 10244 2 4 - 3' CENTRIFUGAL PUMP 610 10245 2 5 - DIAPHRAM PUMP 610 10246 305R SOLD 2.6 - DIAPHRAM PUMP 610 10247 305R 2.7 - 3"" DIAPHRAM PUMP . 610 10248 80 GPM 2 8 - 3"" DIAPHRAM PUMP 610 10249 M8TO- TS- TS 2.9 - 2'''' DBL DIAPHRAM PHNU. PUMP 610 10279 DCA-2555A- 3.6 - 25KV A AC GENERATOR 610 10280 QD60-C240 3.7 - 25KVAAC GENERATOR Dossier Maintenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page' 24 of 61 Units Report: Unit List Dale 01/30/07 at 1 :27 PM Eastern .egory Series Unit # Make Model Description 610 10281 DCA-2555A- 3.8 - 25KV A AC GENERATOR 610 10317 4.1 - PLATE COMPACTOR 20""/26"" 610 10318 MVCIIOL 4.2 - PLATE COMPACTOR 22""/20"" 610 10319 4.3 - PLATE COMPACTOR 610 10320 MVL-90L 4.4 - PLATE COMPACTOR 610 10321 46 - PLATE COMPACTOR VIBRATING 610 10322 BS53Y 4.7 - VIBRATORY RAMMER 610 10323 BS53Y 4.8 - VIBRATORY RAMMER 610 10324 BS52Y 4.9 - VIBRATORY RAMMER 610 10350 250 5.2 - 12'''' BLOWER FAN (ELEc.) 610 10351 AMG/B 5.6 - BLOWER 610 10352 AMG-B 57-BLOWER 610 10353 GP8 (B&S) 5 8 - MANHOLE BLOWER 610 10354 59 - BLOWER 1151230 VOLT 610 10364 31 6 2 - SMALL JACKHAMMER (AIR) 610 10365 6.3 - 90LB JACKHAMMER 610 10366 CPI241 6.4 - PNUEMA TIC HAMMER 90LB 610 10367 6.5 - 90LB JACKHAMMER 610 10368 CPI240 6 6 - JACKHAMMER 610 10369 CII 6 7 - JACKHAMMER 610 10370 RB90 6 8 - RIVET BUSTER 610 10371 RB90 6 9 - RIVET BUSTER 610 10398 TS400 7.1 - CUT-OFF SAW 610 10399 TS400 72 - CUT-OFF SAW 610 10400 TS400 7.3 - CUT-OFF SAW . 10401 TS400 74 - CUT-OFF SAW 10402 TS400 7.5 - CUT-OFF SAW 10403 TS400 7.6 - CUT-OFF SAW 610 10404 TS760 7.7 - CUT-OFF SAW 610 10405 TS350 7.8 - CUT-OFF SAW 610 10406 TS760 7.9 - CUT-OFF SAW (TYLER TRIPP) 610 10425 028 S 8.5 - CHAIN SAW 20"" 610 10426 034 S 8 6 - CHAIN SAW 24'''' 610 10427 026 8 7 - CHAIN SAW 20'''' 610 10428 BR400 8 8 - CHAIN SAW 610 10429 034 8 9 - CHAIN SAW 610 10486 VERMEER CCI35 R880 - VERMEER GRINDER 610 10505 3W929A 9.4 - HYDRAULIC JACK 610 10506 HBS-916W 9 5 - BAND SAW 610 10586 I - - TRASH PUMP (UNSPCIFIED) 610 10614 !HCl30 .137 - HOEPAC FOR EX200 610 10625 2.- - DIAPHRAM PUMP (UNSPECIFIED) 610 10626 .3.- - GENERATOR SMALL <7KW (UNSPCFD) 610 10627 GRF5RZ 3.1 - 610 10628 POWERMASTE 5000 .3.2 - POWERMASTER 5KW GENERA TOR 610 10629 MUL TIQUIP EY40D .3.3 - MULTIQUIP EY40D GENTR 6KW 610 10630 MULTIQUIP GRF55R 3.4 - MULTIQUIP GRF55R GENTR 5.5KW 610 10631 ROBIN RGX 5000 3.5 - ROBIN RGX 5KW GENERATOR 610 10632 MUL TIQUIP DCA-2555A- 3.6 - MULTIQUIP DCA-2555A-I GENERATR 610 10633 MULTIQUIP QD60-C240 .3.7 - MULTI QUIP QD60-C240 GENERATOR 610 10634 MDL TIQUIP DCA-2555A- 3.8 - MULTIQUIP DCA-2555A-I GENERATR 610 10635 .4.- - PLATE COMPACTOR (UNSPECIFIED) 610 10636 5.- - BLOWER . 10637 6.- - JACKHAMMER (UNSPECIFIED) 10638 .7.- - CUT-OFF SAW 10639 .8.- - CHAIN SAW (UNSPECIFIED) 610 10640 .9.- - CONCRETE HOLE SAW (UNSPECIFIED 610 10641 CAT 0004 - 36"" BUCKET FOR CAT 235D DOSSier Mamtenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page 25 of 61 Units Report: Unit List Date 01130/07 at 1'27 PM Eastern . Category Series Unit # Make Model Description 610 10642 CAT 0005 - 36"" BUCKET FOR CAT 320L 610 10643 CAT 0007 - 50"" BUCKET FOR CAT 235 610 10644 CAT 0008 - 72"" BUCKET FOR CAT 235 610 10645 CAT 0010 - 36'''' BUCKET FOR CAT 320 610 10646 CAT 0011 - 36"" BUCKET FOR CAT 235 610 10647 CAT FORR315 0015 - BUCKET FOR CAT 950G 610 10648 0021 - 24'''' BUCKET FOR 416C 610 10649 CAT 0022 - 24'''' BUCKET FOR CAT 416C 610 10650 CAT 0023 - 24'''' BUCKET FOR CAT 416C 610 10651 CAT 0024 - 24"" BUCKET FOR CAT 416C 610 10652 CAT 0025 - 24'''' BUCKET FOR CAT 416C 610 10653 CAT 0026 - BUCKET FOR CAT 950G 610 10654 CAT 0027 - BUCKET FOR CAT 950G (R314) 610 10655 CAT 0028 - 3.75 BUCKET FOR CAT 950G (R316 610 10656 CAT 0031 - 48"" BUCKET FOR CAT 320CL-Rl 07 610 10657 CAT 0032 - 36"" BUCKET FOR CAT 320CL-RI07 610 10658 CAT 0033 - 18'''' BUCKET FOR CAT 420D (R426) 610 10659 CAT 0034 - 24'''' BUCKET FOR CAT 420D (R426) 610 10660 CAT 0035 - 1.31 CY BUCKET FOR CAT 420D 610 10661 CAT 416C 0036 - 12"" CAT 416C BUCKET 610 10662 0037 - 48'''' BUCKET FOR 950G (R331) 610 10663 LB2-750 1.1 0 - 2"" SUB PUMP 610 10664 KTZA7 1.11 - 4'''' SUB PUMP 610 10665 30lTA 1.12 - 3"" TRASH PUMP 610 10666 30lTA 1.13 - 3"" TRASH PUMP 610 10667 1.14 - PUMP . 610 10668 1.15 - 3"" DIA. PUMP 610 10669 IIDP3 SOLD 1 16 - 3"" DIAPHRAM PUMP 610 10670 30lTA 1.17 - 3"" TRASH PUMP 610 10671 BA2102 I 18 - 3'''' TRASH PUMP (JOE WICKS) 610 10672 BS2052 1.20 - 2"" SUB PUM (SNOQ. STEVE E.) 610 10673 BS2051 1.21 - 2'''' SUB PUMP (SNOQ) 610 10674 GP40-4X4 1.22 - TRASH PUMP 610 10675 120T83-lC 1.23 - 3"" TRASH PUMP 610 10676 VTP-4 1.24 - 4"" TRASH PUMP 610 10677 HTP3-1 1.25 - 3' TRASH PUMP 610 10678 HTP3-1 I 26 - 3"" TRASH PUMP W/ HOSE 610 10679 HTP3-1 1.27 - 3'''' TRASH PUMP 610 10680 JC5W 1.28 - 2"" SUB PUMP 1/2 HP 610 10681 BS2052 I 29 - 2"" SUB PUMP W/ CONTROL BOX 610 10682 BS2050 I 30 - 2"" SUB PUMP 610 10683 BS2102 1.31 - 3' SUB PUMP 610 10684 9-50134-03 1 32 - 3'''' SUB PUMP 610 10685 9-50134-03 1.33 - 3"" SUB PUMP 610 10686 QP301TA 1.34 - 3"" CENTRIFUGAL PUMP 610 10687 GC02 1 35 - 3' CENTRIFUGAL PUMP 610 10688 BS2050 1.36 - 2"" SUB PUMP/JOB 640 610 10689 BS2071 1.39 - 3'''' PUMP 610 10690 PT3A 1.45 - 3' PUMP 610 10691 PT3A 1.46 - 3' PUMP 610 10692 PT3A 1.47 - 3'''' PUMP 610 10693 BS2052 1.48 - 2'''' ELEC SUB PUMP/TYLER TRIPP 610 10694 BS2052 1.49 - 2'''' SUB PUMP 610 10695 BS2052 1.50 - 2' SUB PUMP . 610 10696 BS2052 151 - 2'''' SUB PUMP 610 10697 BS2052 1.52 - 2'''' SUB PUMPIRI057 ERIC JOHNSON 610 10698 BS2052 1.53 - 2"" SUB PUMP 610 10699 BS2052 1.54 - 2'''' SUB PUMP Dossier Maintenance Software UDROOOOOO 141-070 130 Parsons Contructlon Group User Defined Report Page. 26 of 61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern .egOry Series Unit # Make Model Description 610 10700 U2050 I 55 - 2'''' SUB PUMPIRI056 PORTLAND 610 10701 BS2052 I 56 - 2"" SUB PUMP 610 10702 BS2051 1.57 - 2"" SUB PUMP 610 10703 1.58 - TEST PUMP 610 10704 BS2071 I 59 - 3"" PUMP 610 10705 BS2071 I 60 - 3'''' PUMP 610 10706 BS2071 1.61 - 3'''' PUMP 610 10707 BS2071 1.62 - 3' PUMP 610 10708 BS2071 1.63 - 3"" PUMP 610 10709 BS2071 1.64 - 3"" PUMP 610 10710 BS2071 1.65 - 3"" PUMP 610 10711 BS2071 1.66 - 3"" PUMP 610 10712 BS2071 1.67 - 3'''' PUMP 610 10713 BS2071 I 68-3'PUMP 610 10714 BS2071 1.69 - 3"" PUMP 610 10715 BS2071 1.70 - 3"" PUMP 610 10716 BS2071 1.71 - 3"" PUMP 610 10717 BS2071 1.72 - 3'''' PUMP 610 10718 BS2071 1.73 - 3'''' PUMP 610 10719 BS2071 1.74 - 3"" PUMP 610 10720 BS2071 1.75 - 3' PUMP 610 10721 BS2071 1.76 - 3'''' PUMP 610 10722 BS2071 1.77 - 3"" PUMP 610 10723 BS2071 1 78 - 3"" PUMP 610 10724 U2052 1.79 - 2"" SUB PUMP/JOB 701 ~ 10725 U2052 1.80 - 2' SUB PUMP/ JOB 701 10726 BS2052 1.81 - 2' SUB PUMPIR817 MIKE P. 10727 BS2071 1.82 - 3'''' PUMP 610 10728 BS2071 I 83 - 3"" PUMP 610 10729 BS2071 184 - 3"" PUMP 610 10730 BS2071 185 - 3'''' PUMP 610 10731 BS2071 1.86 - 3"" PUMP 610 10732 BS2071 1.87 - 3"" PUMP 610 10733 BS2071 I 88 - 3'''' PUMP 610 10734 BS2071 1.89 - 3'''' PUMP 610 10735 BS2071 I 90 - 3"" PUMP 610 10736 BS2071 1.91 - 3"" PUMP 610 10737 BS2071 1.92 - 2"" PUMP 610 10738 BS2071 1.93 - 2'''' PUMP 610 10739 BS2071 I 94 - 2'''' PUMP 610 10740 BS2071 1 95 - 2' PUMP 610 10741 BS2071 1.96 - 2"" PUMP 610 10742 BS2071 1.97 - 2"" PUMP 610 10743 BS2071 1.98 - 2'''' PUMP 610 10744 BS2071 1.99 - 2' PUMP 610 10745 11224VSR 10 I - ROTO HAMMER 1.5 V AR SPEED 610 10746 11224VSR 10.2 - ROTO HAMMER 1.5 V AR SPEED 610 10747 11224VSR 10.3 - ROTO HAMMER 610 10748 11220EVS 10 4 - ROTO HAMMER I 5 V AR SPEED 610 10749 11220EVS 10.5 - ROTO HAMMER 1 5 V AR SPEED 610 10750 5368-1 10.6 - ROTO HAMMER V AR SPEED (SHOP) 610 10751 11224VSR 10 7 - ROTO HAMMER (SHOP) 610 10752 5362-1 10.8 - ROTO HAMMER 610 10757 CAT 100B - BREAKER A TTCHMNT TO CA T245 . 10758 CAT 100H - HOE-PAC ATCHMT TO CAT 245 10759 CAT lOOT - THUMB ATTACHMENT TO CAT 245 610 10776 CAT 102H - HOE-PAC ATCHMT TO CAT 320 610 10777 CAT 102T - THUMB ATCHMT TO CAT320 Dossier Mamtenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page. 27 of 61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern . Category Series Unit # Make Model Description 610 10792 CAT 104B - BREAKER A TCHMT TO CAT 320C 610 10831 11 1 - CONCRETE VIBRATOR 610 10832 11.2 - CONCRETE VIBRATOR 610 10833 VME2500 11.3 - CONCRETE VffiRA TOR 610 10834 TWMT MDL-B-20 1100 - TWMT MDL-B-20 FRKLFT 20000 LB. 610 10835 ESCO GPS1243 RllOI - ESCO 1.5 YD CLAM BKT/CRANE 610 10836 W ANCO SOLD Rll 02 - W ANCO ARROW BOARD 610 10837 ALLMAND ECLIPSE RII03 - ALLMAND ARROW BOARD 610 10838 MILLER BIG BLUE 4 RII04 - MILLER WELDER 610 10839 CAT V50C 1105 - CAT V50C FORKLIFT- RCIE 6/5/97 610 10840 RII06 - 10,000 GAL H20 TANK WI STAND 610 10841 RII07 - TRUCK DECONT AMINA TION RAMP 610 10842 SANDSTORM BRWB RII08 - SANDSTORM SAND BLASTER 610 10843 1110 - WASH BAY RECYCLE PLANT 610 10844 1111 - SCAFFOLDING 610 10845 PARKER 1113 - PARKER SUPER CRIMP 610 10847 R1115 - PORTA TANK - WATER 610 10848 ENERPAC 1117 - ENERPAC PORTA POWER RAM 610 10849 70 1119 - MAX 70 WELDER 610 10850 DUAL AXLE 1122 - PORTABLE PLATFORM SCALE 610 10851 8500 R 1126 - LIFT ALL BARRIER PICKER 610 10853 1130 - GRIZZLEY 12'X12' RCl MFG. 610 10854 TRH-2430 R1131 - ROME DISK 610 10855 TUTHILL SERIES 520 1132 - TUTHILL 2500 - DIESEL TANK 610 10856 TROY WATER TOWE 1133 - TROY IS0M 12,000 GAL WTR TOWER 610 10857 CLEMCO 16481 RI134 - CLEMCO 16481 SAND BLASTER . 610 10858 MILLER 400D RI135 - MILLER 400D WELDER 610 10859 LINCOLN K1422-1 1136 - LINCOLN WELDER 400 AMP 610 10860 ADDCO 1137 - ADDCO MESSAGE BOARD 610 10861 OLYMPIAN POGXR14 RI138-0LYMPIAN 14' BOAT 610 10862 UNITEC 44090-10 1139 - UNITEC SCALE 610 10863 LIFT ALL 8500B R1l41 - LIFTALL BARRIER PICKER 610 10864 1142 - TOW BEHIND VIB ROLLER 610 10865 LINCOLN RANGER 9 1144 - LCLN WELDER 1 ON TRK#R818 610 10866 MORRISON OMS2-0202 1146 - MORRISON SUPER SCREED 610 10867 1147 - 600 GALLON WATER TANK 610 10868 LINCOLN RANGER 9 1149 - LCLN WELDER I ON TRK#R874 610 10870 LINCOLN LN25 1155 - LINCOLN SUITCASE WELDER K449 610 10871 LINCOLN K1420-1 1156 - LINCOLN WELDER 610 10872 1157 - SCALE HOUSE RCl MADE 610 10873 LINCOLN RANGER 9 1158 - LCLN RANGER 9 WELDER 610 10874 1159 - CLUB CAR 610 10875 LINCOLN LIK1420-1 1160 - LINCOLN WELDER 610 10876 LINCOLN P218G 1161 - LINCOLN WELDER 610 10877 INGERSOL R TYPE 30 R1162 - IR AIR COMP TYPE 30 610 10878 R1l68 - MEGA WATER TOWER 10,000 GAL 610 10879 500 1169 - RECYCLING PARTS WASHER 610 10880 RI170 - TELESCOPIC POLE HOLDER 610 10881 RI171 - TELECOPIC POLE HOLDER 610 10882 RII72 - TELESCOPIC POLE HOLDER 610 10883 LINCOLN K1639-2 RI173 - LINCOLN COMMANDER WELDER (R 610 10884 B-70TD RI174 - BALE CHOPPER 610 10885 LINCOLN RANGER 250 1175 - LINCOLN WELDER (RI015) 610 10886 LINCOLN RANGER 250 1176 - LINCOLN WELDER (R853) . 610 10887 LINCOLN K1639-2 1177 - LINCOLN WELDER (R851) 610 10888 1179 - CRANE MAN BASKET 4X6 610 10889 1180 - 40 TON PIPE TUGGER 610 10890 1181- NES PIPE TUGGER DOSSier Mamtenance Software UDROOOOOOI41-070130 Parsons Contruction Group User Defined Report Page 28 of 61 Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern eegory Series Unit # Make Model Description 610 10891 1182 - BRIDGE OVERHANG SCAFFOLING 610 10892 1183 - WATER NUTRALIZER WITH HOSE 610 10894 KM932MB RI185 - BARRIER PICKER 14500 LB CAP 610 10895 KENCO KL1100 1186 - KENCO 67"" PIPE PICKER 610 10896 18,100 GAL 1187 - RAIN FOR RENT WATER TANK 610 10897 JD LlOO 1188 - JD LlOO LAWN TRACTOR 610 10898 ALLMAND 2200/SE EC RI189 - ALLMAND ECLIPSE ARROW BOARD 610 10899 BOWIE 1100 1190 - BOWIE HYDRO MULCHER 610 10900 KLEIN KPT 120 R1191- KLEIN 12,000 GAL WATER TOWER 610 10901 RI192 - TELESCOPIC POLE HOLDER 610 10902 RI193 - TELESCOPIC POLE HOLDER 610 10903 2102-40 12 I - SUB PUMP 3"" 610 10904 J-IOW 12.2 - DISCHARGE PUMP 2"" 610 10905 OSP33 12.3 - SUB PUMP 610 10906 BS-2050 124- SUB PUMP 2'''' 610 10907 BS-2102 12.6 - SUB PUMP 3"" 82HP 610 10908 2102-50 12.7 - SUB PUMP 3"" 610 10909 12 8 - SUB PUMP I ""(PLASTIC HOUSING) 610 10910 5IHV-B 129 - SUB PUMP 3'''' 610 10911 13.1 - SAWZALL 610 10912 13 2 - BAND SAW 610 10913 13.3 - SAWZALL 610 10914 3935 13 4 - CHOP SAW 610 10915 13 5 - SA WZALL 610 10916 13.6 - HACK SAW ELECTRIC (. 10925 131 B - BREAKER A TCHMT TO HTCH EX200L 10926 131 H - HOE-PAC A TCHMT TO HTCH EX200LC 10927 131 T - THUMB A TCHMT TO HTCH EX200LC 610 10928 132B -BREAKERATCHMTTO HTCH EX200L 610 10929 14.I-CONCRETESAW 610 10930 65CM 14 2 - CONCRETE MIXER (DAN YOUNG) 610 10931 JA45H 14.3 - MULTIQUlP POWER TROWEL 610 10932 15 I - TAMPING RAMMER 610 10934 JD 150B - BREAKER A TCHMT TO JD 490D 610 10935 JD 150H - HOE-PAC A TCHMT TO JD 490D 610 10936 JD 150T - THUMB A TCHMT TO JD690 610 10944 JD 151 H - HOE-PAC A TCHMT TO JD 590D 610 10945 JD 151T - THUMB ATCHMT TO JD590 610 10947 3Z633C 16 I - BATTERY CHARGER 610 10948 3Z633C 162 - BATTERY CHARGER (SNOQ) 610 10958 17 I - CUTTING TORCH 610 10959 17.2 - CUTTING TORCH 610 10960 MAC70 17.6 - CUTTING TORCH 610 10961 INGERSOL R 642B 170 I - IR FORKLIFT 610 10963 CAT TH63 RI703 - CAT TH63 FORKLIFT (HAW All) 610 10964 GENIE GS2032 RI704 - GENIE SCISSOR LIFT (HAW All) 610 10965 GENIE GS2032 RI705 - GENIE SCISSOR LIFT (HAW All) 610 10980 77 18.5 - SKIL SAW (FOR SHOP) 610 11007 19.3 - DIE GRINDER 2'''' 610 11008 7'''' TO 9'''' 19.4 - ANGLE GRINDER 610 11009 7'''' TO 9"" 19.5 - ANGLE GRINDER 610 11010 7'''' TO 9'''' 19 6 - ANGLE GRINDER 610 11011 4076 19 7 - ANGLE GRINDER 7'''' TO 9'''' . 11012 4076 19 8 - ANGLE GRINDER 7"" TO 9'''' 11013 1010 19.9 - SPLINE DRIVE AIR GUN NO 5 11014 M8TO-TF-TF 2.10 - 2"" DBL DIAPHRAM PHNU PUMP 610 11015 2.11 - DIAPHRAM PUMP 610 11016 HDP3-1 2.13 - 3' DIAPHRAM PUMP Dosster Mamtenance Software UDROOOOOO141-070130 Parsons Contruction Group User Defined Report Page 290f61 Units Report: Unit List Date' 01/30/07 at 1.27 PM Eastern e- Category Series Unit # Make Model Description 610 11017 HDP3-1 SOLD 2.14 - 3' DlAPHRAM PUMP 610 11018 20.1 - PRESSURE WASHER 3000 PSI 610 11019 2405 20.2 - PRESSURE WASHER 2000 PSI 610 11 020 5030 20.4 - PRESSURE WASHER 3000 PSI SHOP 610 11021 20.6 - PRESSURE WASHER PORTABLE 610 11 022 CW304-3MGH 20.7 - PRESSURE WASHER 3000 PSI 610 11 023 20.9 - PRESSURE WASHER 3000 PSI 610 11024 KOM 2000 - BUCKET FOR KOMATSU W A320-3 610 11025 KOM 2001 - 36"" BUCKET FOR KOMATSU PC300 610 11026 KOM 2002 - 60"" BUCKET FOR KOMATSU PC650 610 11027 KOM 2003 - BUCKET FOR KOMATSU W A420-3 610 1 1028 KOM 2004 - 48'"' BUCKET FOR KOMATSU PC650 610 11029 KOM FOR R123 SOLD 2006 - 32" BUCKET FR KOMATSU PC650 610 11030 KOM 2007 - 66'"' BUCKET FOR KOMATSU PC750 610 11031 KOM 2008 - 30"" BUCKET FOR KOMATSU PC400 610 11032 KOM 48"" 2009 - 48"" BUCKET FOR KOMATSU PC750 610 11033 KOM 2011 - 70'"' BUCKET FOR KOMATSU PC750 610 11 034 KOM 2012 - 48"" BUCKET FOR KOMATSUPC750 610 11035 KOM 2014 - 36"" BUCKET FOR KOMATSU PC400LC 610 11036 KOM 2015 - 54"" BUCKET FOR KOMATSU PC400LC 610 11037 KOM 2016 - 48"" BUCKET FOR KOMATSU PC300 610 11038 KOM 2017 - 24"" BUCKET FOR KOMATSU PC200 610 11039 KOM 2018 - 36"" BUCKET FOR KOMATSU PC200 610 11040 KOM 2019 - 18"" BUCKET FOR KOMATSU PC200-6 610 11041 KOM 04/25/06 2020 - 35"" BUCKET FOR KOMATSU PC750 610 11042 KOM 2021 - 24'"' BUCKET FOR KOMATSU PC200 .' 610 11043 KOM 2022 - 48"" BUCKET FOR KOMATSU PC228US 610 11 044 KOM 2023 - 36"" BUCKET FOR KOMATSU PC228US 610 11045 KOM FOR PC228U 2024 - 48"" BUCKET FOR KOMATSU PC200 610 11046 KOM 2025 - 30'"' BUCKET FOR KOMATSU PC228US 610 11047 KOM 2026 - 66"" BUCKET FOR KOMATSU PC200 610 11048 KOM 2027 - 12"" BUCKET FOR KOMATSU PC300 610 11049 KOM 2028 - 44"" BUCKET FOR KOMATSU PC400 610 11050 KOM 2029 - 56"" BUCKET FOR KOMATSU PC400 610 11051 KOM 2030 - 36"" BUCKET FOR KOMATSU PC750-6 610 11052 KOM 2031 - 48'"' BUCKET FOR KOMATSU PC200 610 11053 PC228 2032 - 24'"' BUCKET FOR PC228 610 11054 ESCO PC750LC-6 2033 - 48"" ESCO BUCKET FOR R122 610 11055 ESCO PC750LC-6 2034 - 66"" ESCO BUCKET FOR R122 610 11056 CWS WA400-5 2035 - CWS BUCKET 4 5CY FOR W A400-5 610 11057 PSM PC300 2036 - PSM 48''''BUCKET FOR PC300 (RI26) 610 11058 PSM PC300 2037 - PSM 56"" BUCKET FOR PC300 (R126 610 11059 PSM 54"" FOR R 2038 - PSM 54'''' BUCKET FOR PC300LC-7 610 11060 PSM 2039 - 36'"' PSM BUCKET FOR PC228-1 610 11061 PSM 2040 - PSM BUCKET FOR PC750 610 11062 HENSLEY PC300 (R12 2041 - 24"" HENSLEY BUCKET 610 11063 HENSLEY PC300 (R12 2042 - 36"" HENSLEY BUCKET 610 11064 CWS FOR PC200L 2043 - CWS 48"" BUCKET 610 11065 CWS FOR PC200 2044 - CWS 36'''' BUCKET 610 11 066 CAT 204R - RIPPER FOR CAT D9L 610 11067 ADP20 21.2 - BULLARD FREE AIR PUMP 610 11068 BR400Z 22.2 - LEAF BLOWER - SHOP 610 11069 BR400Z 22.3 - LEAF BLOWER 610 11 070 BR420C 22.4 - LEAF BLOWER . 610 11071 23.1 - PERS RETREV AL SYSTEM 610 1 IOn M52-50G 23.2 - PERS RETREV AL SYSTEM 610 11073 M52-50G 23.3 - PERS RETREV AL SYSTEM 610 11074 L3402 23.4 - PERS RETREV AL SYSTEM DOSSier Maintenance Software UDROOOOOO141-070130 Parsons Contruction Group User Defined Report Page 30 of 61 Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern etegory Series Unit # Make Model Description 610 11075 M52-50G 23.6 - PERS RETREV AL SYSTEM 610 11076 L1850-60 23.7 - PERS RETREVAL SYSTEM 610 11077 M52-50GC 23.8 - PERS RETREV AL SYSTEM 610 11078 M52-50GC 23.9 - PERS RETREV AL SYSTEM 610 11 079 AT A06 24.1 - AIR TEST ASSEMBLY 610 11080 TMX412 25.6 - GAS MONITOR 610 11081 TMX412 25.7 - GAS MONITOR 610 11 082 TMX412 25 8 - GAS MONITOR 610 11 083 TMX412 25 9 - GAS MONITOR 610 11084 FS66 26.1 - BRUSH CUTTER 610 11085 FS76 26 2 - BRUSH CUTTER 610 11 086 FS85N 26.7 - BRUSH CUTTER 610 11087 FS85N 26 8 - BRUSH CUTTER 610 11088 FS85 26.9 - BRUSH CUTTER (SHOP) 610 11 089 516 27.1 - PIPE PULLER 12V ELEC OVER HYD 610 11 090 PG554 28.1 - MODEL B 2 STAGE HYD PUMP 610 11091 RR 100 13 28.2 - 100 TON RAM 610 11092 RR 100 13 28.3 - 100 TON RAM 610 11093 RRIOO13 284- 100 TON RAM 610 11094 RR 100 13 28.5 - 100 TON RAM 610 11095 RR 100 13 286- 100 TON RAM 610 11096 RR 100 13 28.7 - 100 TON RAM 610 11097 6095D 29.1 - CORDLESS DRILL 610 11098 4900D 29.2 - PRO PLUS METAL DETECTOR 610 11099 M599 29 3 - ELECTRIC DRILL 3/8"" 4} 11100 29.4 - DRILL 1/2"" 11101 29.6 - T APMA TE TO PIPE DRILL MACHINE 10 11102 GA72GV 29.7 - METAL DETECTOR 610 11103 GA52CX 29 8 - PIPE LOCATOR (M PECKMAN) 610 11104 GA52CX 29 9 - PIPE LOCATOR (E JOHNSON) 610 11106 180ffi63 3.11 - GENERATOR 6300WT 610 11107 180ffi63 SOLD 3 13 - GENERA TOR 6300 WT 610 11108 180ffi63 3.14 - GENERATOR 6300WT 610 11109 180ffi63 3.15 - GENERATOR 6300WT 610 11110 MAR40 3.16 - GENERATOR 4000WT 610 11111 DCA-25SSIU 3.17 - 25KW GENERA TOR 610 11112 180RI62A 3 20 - 6200 WATT GENERA TOR 610 11113 DCA25SSIU 3.21-25KWGENERATOR 610 11114 DCA25SSIY 3.22 - 25KW GENERA TOR 610 11115 CG6300 3.23 - 5000 WATT GENERATOR 610 11116 CG6300 3 24 - 5000 WATT GENERA TOR 610 11117 CHY5000 3.25 - 5000 WATT HIGH CYC IlHP GEN 610 11118 125 3.26 - GENERATOR 610 11119 CY 5000 3.28 - GENERATOR 610 11120 CY 5000 3.29 - GEN SET 610 11121 DCA25SSIU 3.30 - GEN SET 3 PHASE 610 11122 CG6300 3.31 - 5000 WATT GENERATOR 610 11123 CG6300 3 32 - 5000 WATT GENERATOR 610 11124 CHY5000 333 - 5000 WATT GENERATOR 610 11125 200DGFC 3.34 - 200 KW GENERATOR 610 11126 DCA25SSIU 3.35 - 25 KW GENERATOR 610 11127 GDP5000H 3.36 - 5000 WATT GENERA TOR 610 11128 CG6300 3.37 - 5000 WATT GENERATOR ~ 11129 CG6300 SOLD 3.38 - 5000 WATT GENERATOR 11130 CG6300 3.42 - 5000 WATT GENERATOR 11131 CG6300 3.43 - 5000 WATT GENERATOR 610 11132 CG6300 3.44 - 5000 WATT GENERATOR 610 11133 CG6300 3.45 - 5000 WATT GENERATOR Dossier Maintenance Software UDROOOOOOI41-070130 Parsons Contruction Group User Defined Report Page' 31 of61 Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern . Category Series Unit # Make Model Description 610 11134 CG6300 3.46 - 5000 WATT GENERATOR 610 11135 CG6300 3.47 - 5000 WATT GENERATOR 610 11136 3.48 - 25KW GENERATOR 610 11137 CG6300 3.49 - 5000 WATT GENERA TOR 610 11138 CG6300 3.50 - 5000 WATT GENERATOR 610 11139 CG6300 3 51 - 5000 WATT GENERA TOR 610 11140 CG6300 3.52 - 5000 WATT GENERATOR 610 11141 DCA-25SSIU 3.53 - 25KW GEN SET 610 11142 DCA-25SSIU 3 54 - 25KW GEN SET 610 11143 HC-4E-180H 3.55 - HIGH CYCLE GEN SET 610 11144 HC-4E-180H 3.56 - HIGH CYCLE GEN SET 610 11145 LRI4400 3.57 - 4000 WATT GENERATOR 610 11146 LRI4400 3.58 - 4000 WATT GENERA TOR 610 11147 CG6300 3 59 - 5000 WATT GENERATOR 610 11148 CG6300 3.60 - 5000 WATT GENERA TOR 610 11149 GA-6RZRZ 3.61 - 6000 WATT GENERATOR 610 11150 CG6300 3.62 - 5000 WATT GENERATOR 610 11151 CG6300 3 63 - 5000 WATT GENERA TOR 610 11152 DCA25SSIU 3.64 - 25 KWGENERATOR 610 11153 DCA25SSIU 3 65 - 25 KW GENERATOR 610 11154 EHRL4400HD 3.66 - 4400 WATT GENERATOR 610 11155 DCA70SSJU 3 67 - 70KW GEN SET 610 11156 DCA70SSJU 3.68 - 70KW GEN SET 610 11157 CG5800 3.69 - 5000 WATT GENERA TOR 610 11158 CG5800 3.70 - 5000 WATT GENERATOR . 610 11159 CG5800 3.71 - 5000 WATT GENERATOR 610 11160 CG5800 3.72 - 5000 WATT GENERATOR 610 11161 DCA25 3.73 - 25KW GEN SET 610 11162 DCA25 3.74 - 25 KW GENERA TOR (OREGON) 610 11163 DCA25 3 75 - 25KW GEN SET 610 11164 DCA 70SSJU 3 76 - 70KW GEN SET 610 11165 DCA70SSJU 3.77 - 70KW GEN SET 610 11166 DCA25 3 78 - 25 KW GENERA TOR 610 11167 DCA45 3.79 - 45 KWGENERATOR 610 11168 DCA25 3 80 - 25KW GENERA TOR 610 11169 HOMELITE CA5800 3.81 - HOMELITE GENERATOR 610 11170 HC4E-180H 3.82 - HI-CYCLE GENERA TOR 610 11171 DG6000 3 85 - GEN SET 610 11172 DG2900 3.86 - GEN SET 610 11173 B5010-2 3 87 - 5000 WATT GENERA TOR 610 11174 HOMELITE CG6300 SOLD 3 88 - HOMELITE CG6300 GEN SET 610 11175 HOMELITE CG6300 3.89 - HOMELITE CG6300 GEN SET 610 11176 GA6RZRZ 3.91 - M-Q 6000 WT GEN SET 610 11177 HOMELITE CG6300 3 92 - HOMELITE 5000WT GEN SET 610 11178 MULTI-QUIP GA6H 3.93 - MULTI-QUIP GENERATOR 610 11179 MULTI-QUIP DCA45 3.94 - MULTI-QUIP 45KW GEN SET 610 11180 MULTI-QUIP GA-6H 3.95 - MULTI QUIP GA-6H GENERATOR 610 11181 MULTI-QUIP GA-6H 396 - MULTI QUIP GA-6H GENERATOR 610 11182 HONDA EB5000 3.97 - HONDA EB5000 GENERATOR 610 11183 HONDA EB5000 3.98 - HONDA EB5000 GEN SET 610 11184 HONDA EB5000 3.99 - HONDA EB5000 GEN SET 610 11185 30.1 - FORKS FOR W ASOO 610 11186 CASE 30.2 - FORKS FOR 580 CASE 610 11187 43470304 30 3 - 60'''' SWEEPER . 610 11188 JD 500 30.4 - FORKD FOR JD544 610 11189 30.5 - FORKS 610 11190 30.6 - CONVEYOR ATTACHMENT FOR TRKHO 610 11191 30.7 - CONVEYOR ATTACHMENT FOR TRKHO DOSSier Mamtenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page 32of61 Units Report: Unit List Dale 01/30/07 al 1 27 PM Eastern .egory Series Unit # Make Model Description 610 11192 30.8 - FORKS FOR W A320-3 (R321) 610 11193 30.9 - UTILITY FORKS FOR W A320-3 610 11194 HITACHI 300 I - 46"" BUCKET FOR HITACHI 610 11195 HITACHI 3002 - 32'''' BUCKET FOR HITACHI 610 11196 HITACHI 3003 - 30'''' BUCKET FOR HITACHI 610 11197 HITACHI 3004 - 48'''' BUCKET FOR HITACHI 610 11198 HITACHI 3005 - 41"" BUCKET FOR HITACHI 610 11199 HITACHI 3006 - 32"" BUCKET FOR HITACHI 610 11200 HITACHI 3007 - 60'''' BUCKET FOR HITACHI EX450 610 11201 HITACHI 3008 - 33"" BUCKET FOR HITACHI 610 11202 HITACHI 3009 - 45"" BUCKET FOR HITACHI 610 11203 HITACHI A2301 3010 - 36'''' BUCKET FOR HITACHI EX450LC 610 11204 HITACHI 3011 - 54'''' BUCKET FOR HITACHI EX450LC 610 11205 HITACHI 3012 - 54"" BUCKET FOR HITACHI EX450LC 610 11206 HITACHI 3013 - 36"" BUCKET FOR HITACHI EX450LC 610 11207 HITACHI 3014 - 42"" BUCKET FOR HITACHI EX200LC 610 11208 HITACHI 3015 - 30"" BUCKET FOR HITACHI EX200 610 11209 HITACHI 3019 - 36"" BUCKET FOR HITACHI EX400 610 11210 HITACHI 3022 - 48"" BUCKET FOR HITACHI 610 11211 HITACHI 3023 - 36"" BUCKET FOR HITACHI 610 11212 HITACHI 3024 - 82"" BUCKET FOR HITACHI 610 11213 HITACHI 3025 - 48"" BUCKET FOR HITACHI 610 11214 HITACHI 3026 - 30"" BUCKET FOR HITACHI 610 11215 HITACHI 3029 - 36"" BUCKET FOR HITACHI EXI60 610 11216 HITACHI 3030 - 36"" BUCKET FOR HITACHI EX450 . 11217 HITACHI 3031 - 54'''' BUCKET FOR HITACHI EX450 11218 HITACHI 3032 - 36'''' BUCKET FOR HITACHI EX450 10 11219 HITACHI 3033 - 82'''' BUCKET FOR HITACHI EX200 610 11220 HITACHI 3034 - 82"" BUCKET FOR HITACHI EX200 610 11221 HITACHI 3035 - 56'''' BUCKET FOR HITACHI EX270 610 11222 HITACHI 3036 - 36"11 BUCKET FOR HITACHI EX200LC 610 11223 HITACHI 3037 - 28"" BUCKET FOR HITACHI EX270 610 11224 HITACHI 3038 - 30"" BUCKET FOR HITACHI EX330 610 11225 HITACHI 3039 - 54'''' BUCKET FOR HITACHI EX330 610 11226 HITACHI 3040 - 60"" BUCKET FOR HITACHI EXIIO 610 11227 HITACHI 3041 - 36"" BUCKET FOR HITACHI EXl1 0 610 11228 HITACHI 3042 - 24"11 BUCKET FOR HITACHI EX160 610 11229 HITACHI 3043 - 48'''' BUCKET FOR HITACHI EX450 610 11230 HITACHI 3044 - BUCKET FOR HITACHI EX35 610 11231 HITACHI 3045 - BUCKET FOR HITACHI EX35 610 11232 HITACHI 3046 - BUCKET FOR HITACHI EX35 610 11233 1160 31.1 - PIPE LASER 610 11234 AZ-l 312-LEVEL(BJALLGOOD) 610 11235 1160 31.3 - PIPE LASER 610 11236 NI-30 31.4 - LEVEL W/TRIPOD/GRADE ROD (EJ) 610 11237 LSOOC 31 5 - LASER PLANE W /LASER EYE (R81 0) 610 11238 G PLUS 31.6 - LASER PLANE (KEN MARVIN) 610 11239 L220 31.7 - LASER PLANE (RI049) 610 11240 200 31.8 - LASER W/TRIPOD (BRIAN W) 610 11241 LT8-300P 31.9 - LEVEL TRANSIT (MIKE J) 610 11242 32.1 - VERTICAL LIFT 610 11243 322 - WATER METER 610 11244 730 323 - HOE RAM FOR 580 , 11245 740 32.4 - ALLIED HYDRAULIC HAMMER 11246 I 1/2X6' C 34.1 - GRAVEL SKIFF W/TIRES 11247 1 I/2X7' C 34.2 - GRAVEL SKIFF W/TIRES 610 11248 1 I/2X7' 34.3 - GRAVEL SKIFF W /TIRES 610 11249 1 1/2X5'6" 34.4 - GRAVEL SKIFF W/TIRES DOSSIer Mamtenance Software lnDROOOOOO141-070130 Parsons Contruction Group User Defined Report Page' 33 of61 Units Report: Unit List Dale 01/30/07 at 1.27 PM Eastern .- Category Series Unit # Make Model Description 610 11250 34.5 - GRAVEL SKIFF WITIRES 610 11251 1 1I2X6' 34.6 - GRAVEL SKIFF W /TIRES 610 11252 34.7 - GRAVEL SKIFF NO TIRES 610 11253 1 112X5'7" 34.8 - GRAVEL SKIFF W /TIRES 610 11254 34.9 - GRAVEL SKIFF W/TIRES 610 11255 PC3 35.1 - CARBON FILTER ON SKID 610 11256 TRIMBLE GRADER EQP 36.1 - TRIMBLE GPS SV170 COMPUTER 610 11257 TRIMBLE BASE #1 36.2 - TRIMBLE MS750 BASE RECEIVER 610 11258 TRIMBLE ROVER #1 36.3 - TRIMBLE 5700 RECEIVER W/2""WHIP 610 11259 TRIMBLE BASE #2 36.4 - TRIMBLE MS750 BASE RECEIVER 610 11260 TRIMBLE ROVER #2 365 - TRIMBLE 5800 REC/ANT. WI2""WHIP 610 11261 TRIMBLE DR200 ROBO 36.6 - TRIMBLE 5603 TOTAL STATION 610 11262 TRIMBLE BASE #3 36.7 - TRIMBLE MS750 BASE RECEIVER 610 11263 TRIMBLE ROVER #3 36.8 - TRIMBLE 5800 REC/ANT W/2""WHIP 610 11264 LIECA TC806L 36.9 - LIECA TC806L TOTAL STATION 610 11266 BS52Y 4.10 - VIBRATORY RAMMER 610 11267 VPA1350W 4.11 - VIBRATORY RAMMER W/HONDA 5 5HP 610 11268 MVC-90L 412 - PLATE COMPACTOR 610 11269 SRX60 R3 4.14 - PLATE COMPACTOR 610 11270 SRX60 R3 4.15 - PLATE COMPACTOR 610 11271 SRX60 R3 416 - PLATE COMPACTOR 610 11272 BS52Y 4.17 - PLATE COMPACTORlSNOQ. 610 11273 BS52Y 4.18 - PLATE COMP ACTORlSNOQ 610 11274 131 419-TAMPER 610 11275 131 420-TAMPER 610 11276 131 421-TAMPER . 610 11277 131 422-TAMPER 610 11278 MVL-90L 4 23 - PLATE COMPACTOR 610 11279 MVL-90L 4.24 - PLATE COMPACTOR 610 11280 MVL-90L 4 25 - PLATE COMPACTOR 610 11281 BS45Y 426 - VIBRATORY RAMMER 610 11282 VPA1350W 4.27 - PLATE COMPACTOR 610 11283 BS600 4 28 - PLATE COMPACTOR 610 11284 MT-75HS 4.30 - PLATE COMPACTOR 610 11285 BS600 4.31 - PLATE COMP ACTORlSNOQ. 610 11286 DPU6055 432 - PLATE COMPACTOR WALK-BEHIND 610 11287 WPI550AW 433 - PLATE COMPACTOR 610 11288 WPI550AW 4.35 - PLATE COMPACTOR 610 11289 MVC-88GH 4 36 - PLATE COMPACTOR 610 11290 JD 2000 4 37 - COMPACTOR FOR JD4850 610 11291 CAT DC36BLSF 438 - COMPACTOR FOR CAT 320 610 11292 200 4.39 - OAC COMPACTOR 610 11293 BS600 440-RAMMER 610 11294 BS600 4.41 - RAMMER 610 11295 WPI550A W 4.42 - VIB. PLATE COMPACTOR 610 11296 WPI550A W 4.43 - VIB. PLATE COMPACTOR 610 11297 MVC90 444 - PLATE COMPACTOR 610 11298 WEBER SRX65R3 4 45 - WEBER PLATE COMPACTOR 610 11299 WACKER WP1550 4.46 - WACKER PLATE COMPACTOR 610 11300 WACKER BS500 4.47 - WACKER BS500 VIBRATORY RAMMER 610 11301 WACKER WPI550AW 4 48 - WACKER PLATE COMPACTOR 610 11302 WACKER BS50-4 4.49 - WACKER PLATE COMPACTOR 610 11303 WACKER BS50-4 4.50 - WACKER PLATE COMPACTOR 610 11304 WACKER WP1550AW 451 - WACKER PLATE COMPACTOR . 610 11305 WEBER SRV70 452-WEBERPLATECOMPACTOR 610 11306 WACKER WP1550AW 4.53 - WACKER VIB PLATE COMPACTOR 610 11307 WACKER BS60-4 4.54 - WACKER PLATE COMPACTOR 610 11308 4002 - 64"" BUCKET FOR INSLEY DOSSIer Mamtenance Software tnDROOOOOO141-070130 Parsons ContructlOn Group User Defined Report ~ ,1,1 I Page 34 of 61 Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern etegory Series Unit # Make Model Description 610 11309 4003 - 29'''' BUCKET FOR INSLEY 610 11310 4005 - 42'''' BUCKET FOR INSLEY 610 11311 415H - HOE-PAC ATCHMT TO CS 580K 610 11313 5.10 - BLOWER 115 VOLT 610 11314 929 511-BLOWER 610 11315 GP8 5.12 - BLOWER 610 11316 l1lB-IB 5.13 - BLOWER 610 11317 lC 5.14 - BLOWER 24'''' FIRE FAN W/DSL 610 11318 AMG/B 5.15 - MANHOLE BLOWER 610 11319 IllB 516 - BLOWER 610 11320 Cl 5.17 - DIESEL SPITTER BRUSH FAN 610 11321 C1 5 18 - DIESEL SPITTER BRUSH FAN 610 11322 GP8 5 19 - BLOWER 3.5HP B&S 610 11323 5.20 - MANHOLE FAN 610 11324 EP8AC 5.21 - BLOWER 610 11325 GP8 5.22 - BLOWER 610 11326 EFI75XX 5.23 - 12"" BLOWER FAN 610 11327 EFI75XX 5.24 - 12'''' BLOWER FAN 610 11328 CFI64SE 5.25 - BLOWER FANI CASE,HOSE 610 11329 GFI64SE 5.26 - BLOWER FANI CASE,HOSE 610 11330 GFI64SE 5.27 - BLOWER FAN 1 CASE,HOSE 610 11331 EFI75 5.28 - 8"" 20CM BLOWER 610 11332 EFI75 5 29 - 8""20CM BLOWER 610 11333 250 5.30 - BLOWER FAN 610 11334 EFI75XX 5.31 - 12'''' BLOWER W/HOSE . 11335 EP8 5.32 - 8"" BLOWER 11336 150094800 5.33 - V ANCO 250CY FAN 10 11337 150094800 5.34 - V ANCO 250CY FAN 610 11338 150094800 5.35 - V ANCO 250CY FAN 610 11339 150087000 5.36 - V ANCO 500115Y FAN 610 11340 VORTEX AXI 5.37 - 12"" BLOWER FAN 610 11341 GP8 5.38 - BLOWER FAN 610 11342 UB20 5 39 - BLOWER FAN 610 11343 UB20 5 40 - BLOWER FAN 610 11344 UB20 5.4I-BLOWERFAN 610 11345 UB20 5.42 - BLOWER FAN 610 11346 UB20 5.43 - BLOWER FAN 610 11347 UB20 5.44 - BLOWER FAN 610 11348 UB20 5 45 - BLOWER FAN 610 11349 UB20 5 46 - BLOWER FAN 610 11350 UB20 547 - BLOWER FAN 610 11351 UB20 5 48 - BLOWER FAN 610 11352 UB20 5 49 - BLOWER FAN 610 11353 UB20 5 50 - BLOWER FAN 610 11354 UB20 551 - BLOWER FAN 610 11355 UB20 5.52 - BLOWER FAN 610 11356 UB20 5.53 - BLOWER FAN 610 11357 UB20 5.54 - BLOWER FAN 610 11358 UB20 5.55 - BLOWER FAN 610 11359 UB20 5.56 - BLOWER FAN 610 11360 UB20 5.57 - BLOWER FAN 610 11361 UB20 5.58 - BLOWER FAN 610 11362 UB20 5 59 - BLOWER FAN ~ 11363 UB20 5.60 - BLOWER FAN 11364 UB20 5.61 - BLOWER FAN 11365 UB20 5.62 - BLOWER FAN 610 11366 UB20 5.63 - BLOWER FAN 610 11367 RAMF AN UB20 5.64 - RAMF AN UB20 BLOWER FAN DOSSIer Mamtenance Software UDROOOOOO 141-070 130 Parsons Contrnction Group User Defined Report Page 350f61 Units Report: Unit List Date 01130/07 at 1:27 PM Eastern .- Category Series Unit # Make Model Description 610 11368 RAMP AN UB20 5 65 - RAMP AN UB20 BLOWER FAN 610 11369 RAMF AN UB20 5.66 - RAMP AN UB20 BLOWER FAN 610 11370 RAMFAN UB20 5.67 - RAMP AN UB20 BLOWER FAN 610 11371 RAMF AN UB20 5.68 - RAMFAN UB20 BLOWER FAN 610 11372 RAMF AN UB20 5.69 - RAMPAN UB20 BLOWER FAN 610 11373 RAMP AN UB20 5.70 - RAMFAN UB20 BLOWER FAN 610 11374 RAMF AN UB20 5 71 - RAMF AN UB20 BLOWER FAN 610 11375 JD 5000 - BUCKET FOR JD410 610 11376 JD 5001 - 58"" BUCKET FOR JD690 610 11377 JD 5002 - 24"" BUCKET FOR JD410 610 11378 JD 5006 - 48"" BUCKET FOR JD41 0 610 11379 JD 5007 - 24"" BUCKET FOR JD590 610 11380 JD HD24 5012 - 24"" BUCKET FOR JD690 610 11381 JD 5013 - 42"" BUCKET FOR JD690E 610 11382 JD 5014 - 42"" BUCKET FOR JD200LC 610 11383 JD 5015 - 30"" BUCKET FOR JD200LC 610 11384 JD 5016 - 36"" BUCKET FOR JD270LC 610 11385 JD 5017 - 72'111 BUCKET FOR JD 450/EX400 610 11386 JD 5018 - 36"" BUCKET FOR JD550LC 610 11387 JD 5019 - 48'111 BUCKET FOR JD550LC 610 11388 JD 5020 - 24"" BUCKET FOR JD200LC 610 11389 JD 5021 - 48"" BUCKET FOR JD270 610 11390 JD 5022 - 66'''' BUCKET FOR JD230LC/270LC 610 11391 JD 5023 - 60"" BUCKET FOR JD550H 610 11392 5024 - 42"" BUCKET FOR 200LC '. 610 11393 CWS FOR JD 200 5025 - CWS 36'''' BUCKET (FOR R158) 610 11394 CWS 200C 5026 - CWS 36'''' BUCKET (FOR R159) 610 11395 5027 - 24"" BUCKET FOR 31 OG (R427) 610 11396 5028 - 24"" BUCKET FOR 31 OG (R428) 610 11397 5029 - 36'111 BUCKET FOR 450CLC (RI60) 610 11398 5030 - 48'111 BUCKET FOR 450CLC (RI60) 610 11399 5031 - 36"" BUCKET FOR 200CLC (R 161) 610 11400 5032 - 42"" BUCKET FOR 200CLC (R161) 610 11401 CWS 5033 - CWS 30'''' BUCKET FOR JD200CLC 610 11402 CWS JD 160C 5034 - 24"" CWS BUCKET (RI42) 610 11403 CWS JDI60C 5035 - 30'''' CWS BUCKET (RI42) 610 11404 CWS JD 160C 5036 - 36"" CWS BUCKET (RI42) 610 11405 CAT 200 CL HIT 5037 - 24'''' CAT BUCKET FOR 200 CLASS 610 11407 6.10 - PAVING BREAKER 1 114'''' 92LB 610 11408 MX90 6 II - PAVING BREAKER I 114"" 92LB 610 11409 CPI240 6 12 - 90LB JACKHAMMER 610 11410 CP 1240 6.13 - 90LB JACKHAMMER 610 11411 MX9-STD 6.14 - 90LB JACKHAMMER 610 11412 CP 1240 6.16 - 90LB JACKHAMMER 610 11413 CPI240 6 17 - 90LB JACKHAMMER 610 11414 CPI240 618 - 90LB JACKHAMMER 610 11415 APT 180 6.19 - 90LB JACKHAMMER 610 11416 CPI240 6.21 - 90LB JACKHAMMER 610 11417 RB90 6.22 - RIVIT BUSTER 610 11418 106 6.23 - RIVIT BUSTER 610 11419 1240 6.24 - 90LB JACKHAMMER 610 11420 1240 625 - 90LB JACKHAMMER 610 11421 MX90-STD 6.26 - 90LB JACKHAMMER 610 11422 MX90-STD 6.27 - 90LB JACKHAMMER . 610 11423 MX90 6.28 - 90LB JACKHAMMER 610 11424 MX90 6.29 - 90LB JACKHAMMER 610 11425 MX90A 6.30 - 90LB JACKHAMMER 610 11426 180 6.31 - 90LB JACKHAMMER Dossier Maintenance Software UDROOOOOO141-070130 Parsons Contruction Group User Defined Report Page 36 of 61 Units Report: Unit List Date' 01/30107 at I 27 PM Eastern eegory Series Unit # Make Model Description 610 11427 APT 180 6.32 - APT 90LB JACKHAMMER 610 11428 TPB60 6.33 - TOKU/CP 60LB JACK HAMMER 610 11429 APT 190 6.34 - APT 90LB JACKHAMMER 610 11430 INGERSOL R MX90 6.35 - I-R 90LB JACKHAMMER 610 11431 APT 180 6.36 - APT 90 LB JACKHAMMER 610 11432 KOBELCO 6003 - 35"" BUCKET FOR KOBELCO 916 610 11433 6004 - 32"" BUCKET FOR EX200LC-2 610 11434 KOBELCO 6005 - 46"" BUCKET FOR KOBELCO 916 610 11435 KOBELCO 6007 - 30.11. BUCKET FOR KOBELCO 907 610 11436 KOBELCO 6008 - 30"" BUCKET FOR KOBELCO 907 610 11437 KOBELCO ALSO FOR C SOLD 6010 - 30"" BUCKET FOR KOBELCO 916 610 11438 KOBELCO 3CY 6012 - 50"" BUCKET FOR KOBELCO 916 610 11439 6013 - 60"" CLEANOUT BUCKET FOR 907 610 11440 GARBEL 6050 - GARBEL BUCKET 610 11442 TS760 7.10 - CUT-OFF SAW 610 11443 TS760 7.11 - CUT-OFF SAW 610 11444 TS400 7.13 - CUT-OFF SAW (KEVIN SMITH) 610 11445 TS400 7.14 - CUT-OFF SAW/SNOQ 610 11446 TS400 7.15 - CUT-OFF SAW (KEN MARVIN) 610 11447 TS400 7.16 - CUT-OFF SAW 610 11448 TS400 717 - CUT-OFF SAW 610 11449 TS400 7.18 - CUT -OFF SAW (BRIAN WHALEN) 610 11450 TS400 7 19 - CUT-OFF SAW (MIKE PECKMAN) 610 11451 TS400 720 - CUT-OFF SAW 610 11452 TS400 7.21 - CUT-OFF SAW .~ 11453 TS400-12 7.22 - CUT-OFF SAW (RICH BINCKLEY) 11454 TS400 7.24 - CUT-OFF SAW (KEVIN SMITH) 11455 TS400 725 - CUT-OFF SAW 610 11456 TS400 7.26 - CUT-OFF SAW 610 11457 TS400 7.27 - CUT-OFF SAW 610 11458 TS400 7.28 - STIHL CUT OFF SAW 610 11459 TS400 7.29 - CUT-OFF SAW 610 11460 TS400 7.30 - CUT-OFF SAW (R1014) 610 11461 TS400 7 31 - CUT -OFF SAW (CHRIS COOPER) 610 11462 7.40 - CUT-OFF SA W/SHOP 610 11463 TS350 741 - CUT-OFF SAW (GEO KNIGHT) 610 11464 TS350 7.43 - CUT-OFF SAW 610 11465 TS350 7.44 - CUT-OFF SAW (JOE WICKS) 610 11466 TS350 746 - CUT-OFF SAW 610 11467 TS350 7.47 - CUT-OFF SAW 610 11468 TS350 748 - CUT-OFF SAW 610 11469 TS350 7.49 - CUT-OFF SAW (STEVE ENGLISH) 610 11470 TS400Z 7.50 - CUT-OFF SAW (R1025) 610 11471 TS350 7.52 - CUT-OFF SAW (JOE WICKS) 610 11472 TS350 754 - CUT-OFF SAW 610 11473 TS350 7.56 - CUT -OFF SAW (JASON R) 610 11474 TS350 757 - CUT-OFF SAW 610 11475 TS350 7.58 - CUT-OFF SAW 610 11476 TS350 7.59 - CUT-OFF SAW 610 11477 TS350 762 - CUT-OFF SAW 610 11478 TS350 7 63 - CUT-OFF SAW 610 11479 TS350 7.64 - CUT-OFF SAW 610 11480 TS350 7.66 - CUT-OFF SAW , 11481 TS350 7.68 - CUT-OFF SAW 11482 TS350 7.69 - CUT-OFF SAW 11483 TS760 7.70 - CUT-OFF SAW 610 11484 TS350 771 - CUT-OFF SAW 610 11485 TS400 7.73 - CUT-OFF SAW DOSSIer Mamtenance Software UDROOOOOOI41-070130 Parsons ContructlOn Group User Defined Report Page 370f61 Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern .- Category Series Unit # Make Model Description 610 11486 TS400 7.74 - CUT-OFF SAW 610 11487 TS400 7.76 - CUT-OFF SAW 610 11488 TS350 7.78 - CUT-OFF SAW 610 11489 TS400 7.79 - CUT-OFF SAW 610 11490 TS400-12 7.80 - CUT-OFF SAW 610 11491 TS400-12 7.82 - CUT-OFF SAW (GREG DURR) 610 11492 TS400-12 7.83 - CUT-OFF SAW (JOE WICKS) 610 11493 TS400-12 7.85 - CUT-OFF SAW 610 11494 TS400-12 7.86 - CUT-OFF SAW 610 11495 TS400 7.89 - CUT-OFF SAW (RICH B) 610 11496 TS400 7.90 - CUT-OFF SAW (R860) 610 11497 TS400-12 7.91 - CUT-OFF SAW 610 11498 TS400 792 - CUT-OFF SAW 610 11499 TS400 7.93 - CUT-OFF SAW (OREGON) 610 11500 TS400 7.94 - CUT-OFF SAW 610 11501 TS760 7.95 - CUT-OFF SAW (GEO KNIGHT) 610 11502 TS400 7.96 - CUT-OFF SAW (DAN YOUNG) 610 11503 TS760 7.97 - CUT-OFF SAW 610 11504 TS400 7.98 - CUT-OFF SAW 610 11505 TS400 7.99 - CUT-OFF SAW 610 11511 7006 - STEEL SHEET 610 11512 7007 - STEEL SHEET 610 11875 034 810 - CHAIN SAW 24"" 610 11876 0208 V SUP 8.11 - CHAIN SAW 24"" 610 11877 034 812 - CHAIN SAW/FORPARTS 610 11878 028A VEQ 8.16 - CHAIN SAW . 610 1 ]879 034 8.] 7 - CHAIN SAW 20"" 610 ]1880 034 8.18 - CHAIN SAW 20"" (R]08]) 610 1]881 036P 8.19 - CHAIN SAW 20"" 610 ] 1882 029 8.20 - CHAIN SAW / SHOP 6]0 ]1883 029 821 - CHAIN SAW 610 11884 028A V 8.22 - CHAIN SAW 6]0 ]1885 028A V SUPE 8 23 - CHAIN SAW 6]0 ]]886 021 824 - CHAIN SAW 6]0 ]1887 029 8.25 - CHAIN SAW / SHOP 610 ]1888 CS750EVL 8.26 - CHAIN SAW 610 ]1889 039P 8 27 - CHAIN SAW (JOE WICKS) 610 1] 890 026P 8.28 - CHAIN SAW / ABERDEEN 610 1189] 02] 8.29 - CHAIN SAW (JOE WICKS) 610 1]892 036P 8.30 - CHAIN SAW 6]0 ] 1893 026 8.31 - CHAIN SAW 610 11894 026 8.32 - CHAIN SAW 610 1 ]895 5]0070040 8 33 - CHAIN SAW 6]0 11896 026 834 - CHAIN SAW/SNOQ. 6]0 11897 026 8.35 - CHAIN SAW/SNOQ. 6]0 1]898 UTI0885 836 - CHAIN SAW (OREGON) 610 11899 .0424CS:EM 8.37 - CHAIN SAW 14'''' 610 1 ]900 1950 8.38 - CHAIN SAW ]4"" 610 1190] 036 8.39 - CHAIN SAW 610 ]]902 STIHL 025 8.41 - STIHL CHAIN SAW 6]0 ]]903 STIHL MS]80C 8.42 - STIHL CHAIN SAW 610 11904 02] 8.43 - CHAIN SAW 610 11905 MS3]0 8.44 - CHAIN SAW 610 11906 POULAN 2]55 8.45 - POULAN CHAIN SAW 18'''' (JOE D) . 610 ] 1907 2055 8.46 -14"" CHAIN SAW (RICH B.) 610 11908 2055 8.47 - 14'''' CHAIN SAW (GEORGE K.) 610 1] 909 2055 8.48 - CHAIN SAW 14"" (MIKEL.) 610 11910 STIHL MS310 8 49 - STIHL MS310 CHAIN SAW DOSSier MaIntenance Software UDROOOOOOI41-070130 Parsons ContructlOn Group User Defined Report Page. 380f61 Units Report: Unit List Date' 01/30/07 at 1 27 PM Eastern etegory Series Unit # Make Model Description 610 11911 STIHL MS310 8.50 - STIHL MS31 0 CHAIN SAW 610 11912 STIHL MSI80C 8.51 - STIHL MS 180C CHAIN SAW 610 11913 STIHL MS361 8.52 - STIHL MS361 CHAIN SAW 610 11914 STIHL MS250 8.53 - STIHL CHAIN SAW MS250 610 12251 10.- - ROTO HAMMER (UNSPECIFIED) 610 12252 CASE .1001 - 18"" BUCKET FOR 580 CASE 610 12253 CASE .1002 - 24'''' BUCKET FOR 580 CASE 610 12254 CASE .1003 - 18'''' BUCKET FOR 580 CASE 610 12255 CASE .1006 - 24"" BUCKET FOR 580 CASE 610 12256 CASE 1009 - 22"" BUCKET FOR 580 CASE 610 12257 CASE .1010 - 56"" BUCKET FOR CASE 610 12258 CASE ZJG7618P .10 11 - 18"" BUCKET FOR CASE 610 12259 CASE .1012 -12"" BUCKET FOR 580 CASE 610 12260 CASE .1013 - 12"" BUCKET FOR 580 CASE 610 12261 CASE .1014 - 12"" BUCKET FOR 580 CASE 610 12262 CASE .1015 - 30'''' BUCKET FOR 590 CASE 610 12263 CASE .1016 - 24'''' BUCKET FOR 590 CASE 610 12264 CASE SOLD .1017 - 24"" BUCKET FOR 590 CASE 610 12265 CASE .1018 - 24'''' BUCKET FOR 590 CASE 610 12266 CASE SOLD .1019 - 24"" BUCKET FOR 580 CASE 610 12267 CASE .1020 - 24'''' BUCKET FOR 580 CASE 610 12268 CASE .1021-12""BUCKETFOR5800R590CASE 610 12269 CASE .1022 - 24'''' BUCKET FOR 580SL CASE 610 12270 CASE .1023 - 18"" BUCKET FOR 590SL CASE 610 12271 CASE .1024 - 24'''' BUCKET FOR 590SL CASE . 12272 1025 - 12"" BUCKET FOR CASE 590SL 12273 CASE 1026 - 12'''' BUCKET FOR 580 CASE 10 12274 CASE .1027 - 24'''' BUCKET FOR 580 CASE 610 12275 580 1028 - 24'''' CASE BUCKET FOR 580 610 12276 1029 - 24"" CASE BUCKET 610 12277 .11.- - CONCRETE VIBRATOR (UNSPECIFIED 610 12278 .12.- - SUBMERSIBLE PUMP (UNSPECIFIED) 610 12279 13 - - SAW -ZALL (UNSPECIFIED) 610 12280 .13 2 - BAND SAW (RCIE) 610 12281 13 3 - SAW-ZALL (RCIE) 610 12282 .14 - - CONCRETE SAW (UNSPECIFIED) 610 12283 .15 - - TAMPER (UNSPECIFIED) 610 12284 .16 - - R59-GAUGE/TEST GAUGE (UNSPCFD) 610 12285 17 - - CUITING TORCH (UNSPECIFIED) 610 12286 42 17 5 - MAX42 PLASMA ARC 610 12287 18 - - SKIL SAW (UNSPECIFIED) 610 12288 .19.- - ANGEL GR1NDER(UNSPECIFIED) 610 12289 .20 - - PRESSURE WASHER (UNSPECIFIED) 610 12290 21 - - GRADE ROD (UNSPECIFIED) 610 12291 .22.- - BLOWER (UNSPECIFIED) 610 12292 .23 - - IMP ACT WRENCH (UNSPECIFIED) 610 12293 24 1 - AIR TEST ASSEMBLY AT A06 610 12294 CGM929A .25 - - AIR/GAS MONITOR (UNSPECIFIED) 610 12295 26 - - BRUSH CUTTER / WEED EATER 610 12296 .29 - - DRILL (UNSPECIFIED) 610 12297 3.-- - GENERA TOR LARGE> 1 OKW (UNSPCFD 610 12298 MUL TIQUIP DCA-25SSIU .3.17 - MUL TIQUIP DCA-25SS IU GENERA TR 610 12299 MUL TIQUIP DCA-25SSIU .3.21 - MULTIQUIP DCA-25SSIU- GENERATR . 12300 MUL TIQUIP DCA25SSIY .3.22 - MULTIQUIP DCA-25SSIY GENERATR 12301 HOMELITE CG6300 3.24 - HOMELITE CG6300 GENERA TOR 12302 CAT 125 .3.26 - CAT GEN SET 610 12303 ONAN 200DGFC .3.34 - ONAN GENERATOR 610 12304 HOMELITE 6300 .3.37 - HOMELITE GENERATOR Dossier Mamtenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page 39 of 61 Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern Category Series Unit # Make Model Description .- 610 12305 HOMELITE 6300 .3.38 - HOMELITE GENERA TOR 610 12306 MUL TIQUIP DCA 70SSm .3.67 - MQ GEN SET (HAW All) 610 12307 MULTIQUIP DCA70SSm .3 68 - MQ GEN SET (HAW All) 610 12308 MSC .30.- - MSC A TCHMTS: BROOM,FORK,RAKE 610 12309 .30.6 - CONVEYOR A TTCHMNT FOR TRACKHO 610 12310 .30.7 - CONVEYOR A TTCHMNT FOR TRACKHO 610 12311 31.- - LASERlTRANSIT (UNSPECIFIED) 610 12312 .32.- - MISC: V.LFT,HOE-RAM 610 12313 .33.- - BOLT CUTTER 610 12324 PC-3 CRBN .35.1 - CARBON FILTRATION SYSTEM 610 12325 WACKER BS52Y .4.17 - WACKER VIB. HAMMER 610 12326 WACKER BS52Y 4 18 - WACKER VIB HAMMER 610 12327 BS2071 1.100 - 2'"' PUMP 610 12328 BS2071 1.101 - 2"" PUMP 610 12329 8T20-725 1.102 - 4"" PUMP 610 12330 8T20-725 1.103 - 4"" PUMP 610 12331 8T20-725 1104 -4' PUMP 610 12332 8T20-725 1.105 - 4' PUMP 610 12333 8T20-725 1.1 06 - 4'"' PUMP 610 12334 8T20-725 1.107 - 4'"' PUMP 610 12335 FL YGT BS2052 1.1 08 - FL YGT 2"" SUB PUMP 610 12336 LB3-750 1.109 - 2"" SUB. PUMP 610 12337 LB3-750 1.110 - 2"" SUB. PUMP 610 12338 BS2201 1.112 - 8'"' SUB. PUMP 610 12339 BS2102 1.113 - 3' SUB PUMPIDAN YOUNG 610 12340 91232 1.114 - 4"" TRASH PUMP . 610 12341 133452 1.115 - TEST PUMP 610 12342 BS2052 1.116 - 2"" SUB. PUMP (JOE D.) 610 12343 BS2052 1.117 - 2"" SUB. PUMP (JOE D) 610 12344 FLYGT BS2052 1 118 - 2"" FL YGT SUB. PUMP 610 12345 FLYGT BS2052 1.119 - 2"" FL YGT SUB PUMP 610 12346 FL YGT BS2052 1.120 - 2"" FL YGT SUB PUMP 610 12347 FL YGT BS2052 1 121 - 2"" FL YGT SUB. PUMP 610 12348 FL YGT BS2052 1.122 - 2"" FL YGT SUB PUMP 610 12349 FL YGT BS2052 1.123 - 2'"' FL YGT SUB. PUMP 610 12350 TYCO 12-16 1.125 - TYCO TEST PUMP 610 12351 FL YGT BS2071 1.126 - FL YGT BS2071 3'''' SUB. PUMP 610 12352 FLYGT BS2071 1.127 - FL YGT BS2071 3"" SUB. PUMP 610 12353 FL YGT BS2071 1.128 - FLYGT BS2071 3"" SUB. PUMP 610 12354 FL YGT BS2071 1 129 - FL YGT BS2071 3"" SUB. PUMP 610 12355 FL YGT BS2071 1.130-FLYGTBS2071 3"" SUB. PUMP 610 12356 FL YGT BS2071 1.131-FLYGTBS2071 3"" SUB. PUMP 610 12357 GORMAN-RUP PA6A60-F4L 1.132 - GORMAN-RUPP 6"" TEST PUMP 610 12358 HOMELITE HTP3 1.133 - HOMELITE 3"" TRASH PUMP 610 12359 BRIGGS & S 5HP 1 134 - BRIGGS & STRATTON TEST PUMP 610 12360 FLYGT BS2051 1.135 - FL YGT 2"" SUB PUMP 610 12361 MULTIQUIP QP202TH 1.136 - MULTIQUIP 2"" TRASH PUMP 610 12362 FL YGT BS2052 1.137 - FL YGT 2"" SUB. PUMP 610 12363 FLYGT BS2102 1 138 - FL YGT 4"" SUB PUMP 610 12364 FL YGT BS2102 1.139 - FL YGT 4"" SUB. PUMP 610 12365 11224VSR 10.10 - ROTO HAMMER (JOE WICKS) 610 12366 11224VSR 10.11 - ROTO HAMMER 610 12367 11224VSR 10.12 - ROTO HAMMER 610 12368 DW563K 10.13 - ROTO HAMMER (SNOQ) . 610 12369 5368-1 10.14 - ROTO HAMMER (GREG DURR) 610 12370 11224VSR 10.15 - ROTO HAMMER 610 12371 5383-21 10.16 - ROTO HAMMER (GREG DURR) 610 12372 10.17 - ROTO HAMMER ELECTRIC Dossier Mamtenance Software UDROOOOOOI41-070130 Parsons ContructlOn Group User Defined Report Page 40of61 Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern etegory Series Unit # Make Model Description 610 12373 TE15 10.18 - ROTO HAMMER ELECTRIC (KNIGHT) 610 12374 HIL TI TE-6-S 10.19 - HILTI ROTO HAMMER 610 12375 HIL TI TC76ATC 10.20 - HIL TI ROTO HAMMER 610 12515 BS-2050 12.10 - SUB PUMP 2'''' 610 12516 BS-2050 12.11 - SUB PUMP 2"" 610 12517 CD-lOW 1212 - SUB PUMP 2"" 610 12518 CD-lOW 12.17 - SUB PUMP 2'''' 610 12519 BS-2052 12.18 - SUB PUMP 2'''' 610 12521 CP893 19.10 - AIRGUN 1"" (JIM DIGMANN) 610 12522 797 19.12 -IMPACT WRENCH 1"" (MARK H) 610 12523 DW290 19.13 - INPACT WRENCH 1/2"" (MARK H) 610 12524 2934 19.14 - IMPACT WRENCH 1'''' (TYLER T) 610 12525 CP797 19.15 - CP 1"" IMPACT GUN 610 12526 797 -6 1916 - CP 1'''' SQ. DRIVE AIR GUN 610 12527 CW2504-4MV 20.11 - PRESSURE WASHER 610 12528 FWD4030 20.14 - PRESSURE WASHER 610 12529 TX63 20.15 - TOP GUN TX63 PRESSURE WASHER 610 12532 PSM PC750LC-6 2033T - PSM THUMB FOR R122 610 12533 PSM PC300 2037T - PSM THUMB FOR PC300 (RI26) 610 12534 PSM 2040T - PSM THUMB FOR PC750 610 12535 M52-50GC 23.10 - PERS RETREVAL SYSTEM 610 12536 M52-50GC 23 11 - PERS RETREV AL SYSTEM 610 12537 13402 23.12 - PERS RETREVAL SYSTEM 610 12538 MR50SC 23.13 - PERS RETREV AL SYSTEM (R WARE) 610 12539 MR50SC 23.14 - PERS RETREVAL SYSTEM (R WARE) .~ 12540 MR50SC 23.15 - PERS RETREV AL SYSTEM (R WARE) 12541 MR50SC 23.16 - PERS RETREV AL SYSTEM (R WARE) 10 12542 23.18 - RECOVERY SYSTEM & TRIPOD 610 12543 23.19 - RECOVERY SYSTEM & TRIPOD 610 12544 2320 - RECOVERY SYSTEM & TRIPOD 610 12545 2321 - RECOVERY SYSTEM & TRIPOD 610 12546 23.22 - RECOVERY SYSTEM & TRIPOD 610 12547 MR50 23 23 - PERS RETREV AL SYS(BOB W) 610 12548 MILLER MR50 MIGHT 23 24 - MILLER CONF SP RETREV AL SYS 610 12549 MILLER MR50 MIGHT 23 25 - MILLER CONF SP RETREV AL SYS 610 12550 12265 2326 - U.C 1. FALL PROTECTION SYSTEM 610 12551 TMX412 25 11 - GAS MONITOR (R862) 610 12552 TMX412 2512 - GAS MONITOR 610 12553 TMX412 2513 - GAS MONITOR 610 12554 TMX412 25 14 - GAS MONITOR 610 12555 SP402 25.15 - SAMPLING PUMP 610 12556 SP402 25.16 - SAMPLING PUMP 610 12557 SP402 25.17 - SAMPLING PUMP 610 12558 PR160 25.18 - COMPRESSED GAS REGULA TOR 610 12559 TMX412 25.19 - GAS MONITOR 610 12560 TMX412 2520 - GAS MONITOR (KEN MARVIN) 610 12561 SP402 25.21 - GAS MONITOR (BOB FOSTER) 610 12562 SP402 25.22 - GAS MONITOR 610 12563 SP402 25.23 - GAS MONITOR 610 12564 SP402 25.24 - GAS MONITOR 610 12565 TMX412 25.25 - GAS MONITOR (G KNIGHT) 610 12566 TMX412 25.26 - GAS MONITOR 610 12567 TMX412 25.27 - GAS MONITOR . 12568 TMX412 25.28 - GAS MONITOR (M PECKMAN) 12569 TMX412 25.29 - IND. SC GAS MONITOR 12570 GA52CX 29.10 - PIPE LOCATOR (R BINCKLEY) 610 12571 GA52CX 29.11 - PIPE LOCATOR 610 12572 GA52CX 29.12 - PIPE LOCATOR (T TRIPP) DOSSIer Mamtenance Software UDROOOOOOI41-070130 Parsons Con/ruc/ion Group User Defined Report Page' 41 of61 Units Report: Unit List Dale' 01/30/07 at I 27 PM Eastern .- Category Series Unit # Make Model Description 610 12573 29.13 - HOLE HAWG DRILL 610 12574 6020AB 29.14 - TORQUE WRENCH 610 12575 ML-1M 29.15 - SUBSURFACE MAGNETIC LOCATOR 610 12576 GA 92XTI 29.16 - SCHONSTEDT LOCATOR 610 12581 HONDA EB5000XK2A 3.100 - HONDA EB5000 GEN SET 610 12582 HONDA EB5000 3.101 - HONDA EB5000 GENERATOR 610 12583 DEWALT DG6000 3.102 - DEWALT DG6000 GENERATOR 610 12584 DEWALT DG6000 3.103 - DEWALT DG6000 GENERATOR 610 12585 YAMAHA YG5200D 3.104 - YAMAHA 5000 WT GENERATOR 610 12586 DEWALT DG6000 3.105 - DEWALT GEN SET (R8921) 610 12587 HONDA EM5000SX2A 3.106 - HONDA 5000WT GENERA TOR 610 12588 HONDA EM5000SX2A 3.107 - HONDA 5000WT GENERATOR 610 12589 DEWALT DG6000 3 108 - DEW AL T 6000WT GENERA TOR 610 12590 CASE 30.10 - FORKS FOR 580 CASE 610 12591 CASE 30.11 - FORKS FOR 580 CASE 610 12592 CASE 30.12 - FORKS FOR 580 CASE 610 12593 30.13 - BARREL TURNER 610 12594 30.15 - 18"" CUTTING WHEEL 610 12595 110 30.20 - FORKS 11000 LB CAPACITY 610 12596 CASE 1 1/4 X 48 30.21 - FORKS FOR 590 CASE 610 12597 D6HLGP 30.22 - 7' HYD SLOPE BOARD FOR D6H 610 12598 2EA 30.26 - RIPPER PLOW FOR D8 610 12599 2X6X48 30.28 - FORKS FOR W A380 610 12600 D65P 30.29 - CLEARING RAKE FOR D6H 610 12601 30.32 - FORKS FOR W A380 610 12602 EX70 30.33 - 12' EXTENDA V A TOR . 610 12603 CASE 30.34 - FORKS FOR 580 CASE 610 12604 PC650 30.35 - SINGLE SHANK RIPPER FOR PC650 610 12605 30.36 - QUICK COUPLER FOR KOM PC650 610 12606 CAT 100SLH 30.37 - QUICK COUPLER FOR CAT 235 610 12607 NA8000 ESM SOLD 30.38 - BALE CHOPPER 610 12608 30.39 - BOOM EXTENSION 6"" PIN ON 610 12609 TT10 30.40 - POWERTIL T FOR EX200LC-5 610 12610 3041 - QUICK COUPLER FOR EX300LC-3 610 12611 3042 - QUICK COUPLER FOR PC650 (RI20) 610 12612 2X6X48 3044 - FORKS FOR W A420-3 11000LB 610 12613 30.45 - RIPPER PLOW FOR D8 610 12614 30.46 - QUICK COUPLER FOR PC750 610 12615 FORMS 3047 - TRIO WALL SYSTEM 610 12616 FOR R321 30.48 - QUICK COUPLER FOR W A320-3 610 12617 FOR R322 30.49 - QUICK COUPLER FOR W A420-3 610 12618 FOR R322 30.50 - UTILITY FORKS FOR W A420-3 610 12619 FOR R137 30.51 - QUICK COUPLER FOR EX450LC-5 610 12620 R138 30 52 - QUICK COUPLER FOR EX450LC-5 610 12621 HYD FOR R1 30 53 - QUICK COUPLER FOR EX200LC-5 610 12622 1 3/4X4X46 30.54 - FORKS FOR 580SL 610 12623 30.55 - ARM ASSEMBLY FOR PC750LC-6 610 12624 30.56 - ASPHALT ZIPPER 610 12625 FORR124 3057 - QUICK COUPLER FOR PC750LC-6 610 12626 30.59 - FORKS FOR W A450-3 LD 610 12627 JD 30.60 - FORKS FOR JD644E 610 12628 FORR318 30.61 - FORKS FOR WA450-3 610 12629 CASE 30.62 - FORKS FOR 580 OR 590 CASE 610 12630 30.63 - QUICK COUPLER FOR 200LC . 610 12631 30.64 - QUICK COUPLER FOR PC300 610 12632 30.65 - QUICK COUPLER FOR PC200 610 12633 C235QC 30.66 - QUICK COUPLER FOR 235D 610 12634 AZ480 30.68 - ASPHALT ZIPPER ON TRL R9131 Dossier Mamtenance Software tnDROOOOOO141-070130 Parsons ContructlOn Group User Defined Report Page 42 of 61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern eegory Series Unit # Make Model Description 610 12635 CAT 30.69 - FORKS FOR CAT 963 610 12636 30.70 - FORKLIFT MAN BASKET 610 12637 DC36EXLSF 30.71 - SHEEPS FT COMPACTOR FOR 235D 610 12638 FOR EX270 30 72 - LONG REACH STICK & BOOM 610 12639 30.73 - QUICK COUPLER FOR PC228US-LC3 610 12640 JD 30.74 - QUICK COUPLER FOR JD 550LC 610 12641 FORR313 30.75 - FORKS FOR 950G 610 12642 FOR R313 30.76 - QUICK COUPLER FOR 950G 610 12643 C/N 90W003 30.77 - ASPHALT CUTTER WHEEL WA320-3 610 12644 30.78 - QUICK COUPLER FOR PC228USLC-l 610 12645 30.79 - QUICK COUPLER FOR 960F 610 12646 FORR318 30 80 - QUICK COUPLER FOR W A450-3 610 12647 FOR R318 3081 - FORKS FOR W A450-3 72"" 610 12648 FOR R314 30.82 - QUICK COUPLER FOR 950G 610 12649 FORR314 30 83 - FORKS FOR 950G 610 12650 30.84 - FORKS FOR W A320 610 12651 625 30.85 - VIBRO HAMMER 610 12652 EX160 30.86 - RIPPER 610 12653 30.87 - FORKS FOR 950G (R315) 610 12654 72'''' PALLE 30.88 - FORKS FOR 950G (R315) 610 12655 CASE 30.89 - FORKS FOR 590 CASE 610 12656 FORR316 3091 - FORKS FOR 950G 610 12657 FORR316 30.92 - QUICK COUPLER FOR 950G 610 12658 TOP60 30 93 - OKADA BREAKER 610 12659 FOR RI 07 30.94 - QUICK COUPLER FOR 320CL ~ 12660 3095 - PIPE TONGS 52'''' 12661 30.96 - QUICK COUPLER FOR PC750 12662 CAT 30.97 - 53'''' FORKS FOR CAT 420D (R426) 610 12663 PC750LC-6 30.98 - PSM RIPPER FOR R122 610 12664 FOR PC750 30.99 - STINGER FOR PC750 610 12666 HITACHI 3026T - THUMB FOR HITACHI 3026 610 12675 1145-1 31.10 - LASER PLANE 610 12676 AX-I 31.12 - AUTO LEVEL 610 12677 4811-24 31.13 - AUTO LEVEL W/TRIPOD (R863) 610 12678 AZ-2 31.14 - AUTO LEVEL 610 12679 Lll45S 31.16 - SLOPE LASER W/TRIPOD (SCOTT M) 610 12680 Ll165 31.17 - PIPE LASER (RI 045) 610 12681 NA20 31.19 - LEVEL WITRIPOD (CHERYL W) 610 12682 NE20S 31.20 - DIGITAL LEVEL W/TRIPOD 610 12683 NI30 31.21-LEVEL WITRIPOD (PATR) 610 12684 300 31.22 - TRANSIT 610 12685 NI50 31 23 - AUTO LEVEL 610 12686 NI30 31.24 - TRANSIT LEVEL 610 12687 609 31 26 - TRANSIT LEVEL 610 12688 609 31.27 - TRANSIT LEVEL 610 12689 OAL-240 31.30 - LEVEL W/25 FT ROD (JOE W) 610 12690 31.31 - TRANSIT LEVEL (MIKE P) 610 12691 NA824 31.32-AUTOLEVEL WITRIPOD 610 12692 OAL-200 31.33 - AUTO LEVEL WITRIPOD 610 12693 NI30 31.34 - EYE LEVEL (JOE W) 610 12694 1255HP 31.35 - PIPE LASER (JOE W) 610 12695 1280S 31.36 - PIPE LASER (BJ ALLGOOD) 610 12696 AX-l 31.37 - LEVEL (GEORGE K) . 12697 1280S 31.38 - PIPE LASER 12698 1165 31.39 - PIPE LASER 12699 1250HP 31.41 - PIPE LASER 610 12700 OAL240 31.42 - AUTO LEVEL (MIKE P) 610 12701 OAL240 31.43 - AUTO LEVEL (JOE W) Dossier Mamtenance Software UDROOOOOO141-070130 Parsons Contruction Group User Defined Report Page 43 of 61 Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern .- Category Series Unit # Make Model Description 610 12702 1145-1 31.44 - LASER PLANE W /TRIPOD 610 12703 OAL240 31.45 - AUTO LEVEL 610 12704 609 31.46 - TRANSIT LEVEL 610 12705 1250HP 31.47 - PIPE LASER 610 12706 609 31.48 - TRANSIT LEVEL 610 12707 1044 31.50 - LASER PLANE (GREG D) 610 12708 1280 31.51 - PIPE LASER (KEVIN S) 610 12709 NI30 31.52 - LEVEL (MIKE P) 610 12710 AX-l 31.53 - LEVEL W/TRIPOD (R865) 610 12711 L500C 31.54 - ELECTRONIC ROTATING LEVEL 610 12712 61S 31.55 - GEODIMETER SURVEY STATION 610 12713 L220 31.56 - LASER PLANE (MIKE 1) 610 12714 1285S 31.57 - PIPE LASER 610 12715 CH56-L TY 31 58 - TRANSIT 610 12716 1280S 31.59 - PIPE LASER (JOE W) 610 12717 1280S 31.60 - PIPE LASER (TYLER T) 610 12718 1280S 31.61 - PIPE LASER 610 12719 1145-1 31.62 - DUAL SLOPE LASER (CHRIS C) 610 12720 OAL240 31.63 - AUTO LEVEL 610 12721 1212 31 64 - LINE LEVEL 610 12722 1280S 31.65 - PIPE LASER (R861) 610 12723 1280S 31.66 - PIPE LASER (ERIC 1) 610 12724 1280S 31.67 - PIPE LASER (RI056) 610 12725 1280S 31 68 - PIPE LASER (RICH B) 610 12726 1280S 31.69 - PIPE LASER 610 12727 CH56-L TY 31.70 - TRANSIT . 610 12728 1145-1 31.71 - DUAL SLOPE LASER PLANE 610 12729 1280S 31 72 - PIPE LASER (SNOQ) 610 12730 OAL240 31.73 - AUTO LEVEL (DAN Y) 610 12731 L500C 31.74 - LASER PLANE 610 12732 LTY56 31 75 - LINE TRANSIT LEVEL (R1046) 610 12733 LT8-300P 31.76 - LEVEL TRANSIT 610 12734 NI40 31.77 - AUTO LEVEL 610 12735 301 31.78 - TRANSIT LEVEL 610 12736 NI30 31.79 - AUTO LEVEL (RICH B) 610 12737 MS750 3180 - GPS STATION 610 12738 1280S 31.81 - PIPE LASER (MIKE P) 610 12739 NI30 31.82 - LEVEL (MIKE P) 610 12740 1145-1 3183 - LASER 610 12741 TC806L 31.84 - GPS SYSTEM (R1049) 610 12742 GTS21lD 31.85 - ELECTRONIC TOTAL STATION 610 12743 NA 724 31.86 - AUTO LEVEL 610 12744 NA724 31.87 - AUTO LEVEL 610 12745 NA724 31.88 - AUTO LEVEL 610 12746 NA820 31.89 - LEVEL (JON S) 610 12747 4811-24 31 90 - LEVEL (MIKE MCLEAN) 610 12748 1280S 31.91 - PIPE LASER 610 12749 NA724 31.92 - AUTO LEVEL 610 12750 NA724 31.93 - AUTO LEVEL 610 12751 NA20 31.94 - LEVEL (JON S) 610 12752 LT8-300P 31 95 - LEVEL (ERIC 1) 610 12753 LB-4 3196 - DUAL SLOPE LASER (RI025) 610 12754 4811-24 31.97 - AUTO LEVEL (TYLER T) 610 12755 NA724 31.98 - AUTO LEVEL (COLIN L) . 610 12756 LL500 31.99 - LASER PLANE (PETE K) 610 12758 1 1I2X6'3" 34.1 0 - GRAVEL SKIFF W /TIRES 610 12759 1 1I2X6 C 34 11 - GRAVEL SKIFF W/TIRES 610 12760 1 I/2X8' C 34.12 - GRAVEL SKIFFS W /TIRES Dossier Maintenance Software UDROOOOOO 141-070 130 Parsons Contrnction Group User Defined Report Page 44 of 61 Umts Report: Unit List Date 01/30/07 at 1.27 PM Eastern etegory Series Unit # Make Model Description 610 12761 1 1I2X8' C 3413 - GRAVEL SKIFF W/TIRES 610 12762 1 I/2X6' C 34.14 - GRAVEL SKIFF W/TIRES 610 12763 1 1I2X6' C 34 15 - GRAVEL SKIFF W /TIRES 610 12764 1X6' CHAI 34 16 - GRAVEL SKIFF W /TIRES 610 12765 16L 72W 48 34.17 - GRAVEL SKIFF W/TIRES 610 12766 17'3""L-10 34.18 - GRAVEL SKIFF W/TIRES 610 12767 TOPCON GTS-211D 3610 - TOPCON TOTAL STATION 610 12768 TRIMBLE AUTO GPS ( 36 11 - TRIMBLE MS860 RECEIVER 610 12769 TRIMBLE AUTO GPS ( 36 12 - TRIMBLE MS860 RECEIVER 610 12770 TRIMBLE ROBOTIC IN 36.13 - TRIMBLE ROBOTIC AUTO TRACK SYS 610 12771 TRIMBLE SV170 36.14 - TRIBBLE SV170 GPS SYSTEM 610 12772 TRIMBLE DOZER CONT 36.15 - TRIMBLE DOZER CONTROL GPS 610 12773 TRIMBLE 3616 - TRIMBLE ATS ROBOTIC INST 610 12787 JD 5013T - THUMB FORJD690E 610 12788 JD 5014T - THUMB FOR JD200LC 610 12797 CAT 70KW R602ST - CAT 70KW GEN SET 610 12798 CAT 70KW 603ST - CAT 70KW GEN SET 610 12799 CAT 70KW 604ST - CAT 70KW GEN SET 610 12802 R607ST - LIGHT TOWER 610 12803 R608ST - LIGHT TOWER 610 12804 609ST - LIGHT TOWER 610 12805 R610ST - LIGHT TOWER 610 12806 611ST - SWEEPER 610 12807 R612ST - LIGHT TOWER 610 12808 R613ST - LIGHT TOWER . 12809 R614ST - SWEEPER 12810 615ST - LIGHTTOWER 12811 616ST - LIGHTTOWER 610 12812 617ST - LIGHTTOWER 610 12813 618ST - LIGHTTOWER 610 12814 619ST - LIGHTTOWER 610 12817 TS400 7.100 - CUT-OFF SAW 610 12818 TS400 7101 - CUT-OFF SAW 610 12819 TS400 7 102 - STIHL CUT OFF SAW (R863) 610 12820 TS400 7.103 - CUT-OFF SAW (TYLER TRIPP) 610 12821 TS400 7 104 - STIHL CUT -OFF SAW (R868) 610 12822 TS400 7.105 - STIHL TS400 CUT-OFF SAW 610 12823 TS400 7.107 - STIHL TS400 CUT-OFF SAW 610 12824 TS400 7108 - STIHL TS400 CUT-OFF SAW 610 12825 TS760 7.109 - STIHL 14"" CUT-OFF SAW 610 12826 TS400 7.110 - STIHL TS400 CUT-OFF SAW 610 12827 TS400 7 III - STIHL TS400 CUT-OFF SAW 610 12828 TS400 7112 - STIHL TS400 CUT-OFF SAW 610 12829 TS400 7113 - STIHL TS400 CUT-OFF SAW 610 12830 TS400 7.114 - STIHL CUT-OFF SAW (RICH B ) 610 12831 TS400 7115 - STIHL CUT-OFF SAW 610 12832 TS400 7116 - STIHL CUT-OFF SAW 610 12833 TS400 7.117 - STIHL TS400 CUT-OFF SAW 610 12834 TS400 7118 - STIHL TS400 CUT-OFF SAW 610 12835 TS400 7.119 - STIHL TS400 CUT-OFF SAW 610 12836 TS400 7.120 - STIHL CUT-OFF SAW 610 12837 TS400 7.121 - STIHL CUT-OFF SAW 610 12838 TS400 7 122 - STIHL CUT -OFF SAW ~ 12839 TS400 7.123 - STIHL CUT-OFF SAW (R8925) 12840 TS400 7.124 - STIHL CUT-OFF SAW 12874 EX70 .30.33 - P.W.C E ATTACHMENT 610 12875 KENHAR .30.34 - KENHAR FORKS FOR 580 CASE 610 12876 HENDRIX JB .30.36 - HENDRIX JB QUICK COUPLER DOSSier Mamtenance Software UDROOOOOO141-070130 Parsons Con/ruc/ion Group User Defined Report Page 45 of 61 Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern .- Category Series Unit # Make Model Description 610 12877 GOOSEN NA8000 ESM .30.38 - GOOSEN BALE CHOPPER 610 12878 PC750LC-6 .30.57 - JRB HYD QUICK COUPLER 610 12879 .30.67 - ASPHALT ZIPPER 610 12880 .30.68 - ASPHALT ZIPPER 610 12881 AMERICAN DC36EXLSF .30.71 - AMERICAN COMPACTOR 610 12882 TRAMAC 625 .30.85 - TRAMAC VIBRO HAMMER (HAWAII) 610 12883 ZEISS NI30 .31.21 - ZEISS LEVEL W/TRIPOD 610 12884 610S .31.55 - GEODIMETER SURVEY STATION 610 12885 TRIMBLE GPS .31.80 - TRIMBLE GPS STATION 610 12886 LEICA TC805L .31.84 - LEICA TC805L GPS SYSTEM 610 12912 FOR PC750 30.100 - STINGER FOR PC750 610 12913 30.101 - FORKS FOR 644H (R356) 610 12914 CWS 30.102 - CWS QUICK COUPLER W A400-5 610 12915 CWS 30.103 - CWS FORKS FOR WA400-5 610 12916 30.104 - 15' SPREADER BAR 610 12917 CWS FOR ill 200 30.105 - CWS QUICK COUPLER (FOR R158) 610 12918 CWS FOR ill 200 30 106 - CWS QUICK COUPLER 610 12919 30.107 - QUICK COUPLER FOR 950G (R331) 610 12920 30.108 - FORKS FOR 950G (R331) 610 12921 FOR 450C L 30.109 - QUICK COUPLER FOR R160 610 12922 FOR 200C L 30.110 - QUICK COUPLER FOR R161 610 12923 MHI12K 30 III - JEWELL CLAM BKT/BOOM EXTEN 610 12924 90A24-13-D 30.112 - JRB QUICK COUPLER (FOR R162) 610 12925 HENDRIX PC300 30.113 - HENDRIX PIN GRABBER 610 12926 ESCO FOR PC200 30.114 - ESCO PC200 QUICK COUPLER 610 12927 TELEDYNE TB2080XC 30.115 - TELEDYNE HYD BREAKER . 610 12928 30.71A - MOUNTING ADAPTOR FOR 235D 610 12929 30.71B - MOUNTING ADAPTOR FOR EX270 610 12930 SECO 4811-24 31 100 - SECO AUTO LEVEL (TYLER T) 610 12931 ZEISS NI40 31 101 - ZEISS AUTO LEVEL (MIKE P) 610 12932 DG511 31.102 - PIPE LASER (R863) 610 12933 LEICA RUGBY 200 31.1 03 - LEICA LASER (MIKE J.) 610 12934 RUGBY 150LR 31.104 - RUGBY ROTATING LASER 610 12935 SECO 4811-24 31 105 - SECO AUTO LEVEL (MIKE L ) 610 12936 SEeo 4811-24 31.106 - SECO AUTO LEVEL 610 12937 SECO 4811-24 31.1 07 - SECO AUTO LEVEL (JON STUART) 610 12938 HITACHI LT8-300P 31.108 - DAVID WHITE LEVEL (JON STUART) 610 12939 SECO 4811-24 31 109 - SECO LEVEL 610 12940 31.110 - GPS SYSTEM 610 12941 SECO 4811-24 31.111 - SECO AUTO LEVEL 610 12942 SPECTRA 1145-1 31 112 - SPECTRA PRECISION LASER PLANE 610 12943 LEICA 100LR 31.113 - LEICA LASER W/TRIPOD 610 12944 4900 31.114 - LASER ALIGNMENT BEACON 610 12945 SECO 4811-24 31.115 - SECO AUTO LEVEL 610 12946 BERGER 54-203BU 31.116 - BERGER TRANSIT LEVEL 610 12947 BERGER 54-203BU 31.117 - BERGER TRANSIT LEVEL 610 12948 SPECTRA DG511-7 31.118 - SPECTRA PRECISION PIPE LASER 610 12949 SECO 4811-24 31.119 - SECO AUTO LEVEL 610 12950 RUGBY 733-620 31.120 - RUGBY LASER ALIGNMENT 610 12951 LEICA RUGBY 100L 31.121 - LEICA ROTATE LASER 610 12952 RUGBY 733-620 31.122 - RUGBY LASER ALIGNMENT 610 12953 BERGER 203BU 31.123 - BERGER TRANSIT LEVEL 610 12954 SPECTRA DG511-7 31.124 - SPECTRA PIPE LASER 610 12955 STS STS-24 31.125 - STS AUTO LEVEL . 610 12956 SECO 4811-24 31.126 - SECO 4811-24 AUTO LEVEL 610 12957 SPECTRA DG511-7 31.127 - SPECTRA PIPE LASER (R8911) 610 12958 SECO 4811-24 31.128 - SECO AUTO LEVEL 610 12959 SECO 4811-24 31.129 - SECO AUTO LEVEL DOSSIer Mamtenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page 46 of 61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern etegory Series . Unit # Make Model Description 610 12960 SPECTRA DG511-7 31.130 - SPECTRA PIPE LASER 610 12961 SECO 4811-24 31.131 - SECO AUTO LEVEL 610 12962 SPECTRA DG511-7 31.132 - SPECTRA PIPE LASER 610 12963 NIKON AX2S 31.133 - NIKON BUILDING LEVEL 610 12964 NIKON AX2S 31.134 - NIKON BUILDING LEVEL 610 12965 SPECTRA DG511-7 31.135 - SPECTRA PIPE LASER 610 12966 LEICA NA 730 31.136 - LEICA AUTO LEVEL 610 12967 SPECTRA 945-U 31.137 - SPECTRA SINGLE SLOPE LASER 610 12968 SPECTRA DG511 31 138 - SPECTRA PIPE LASER 610 12969 SECO 4811-24 31.139 - SECO AUTO LEVEL W /GRADE ROD 610 12970 SPECTRA DG511 31.140 - SPECTRA PIPE LASER 610 12971 NIKON AX-2S 31.141 - NIKON AUTO LEVEL (R864) 610 12972 SPECTRA DG511 3 1 142 - SPECTRA PIPE LASER 610 12973 SPECTRA DG511 31.143 - SPECTRA PIPE LASER (R8925) 610 12974 BERGER 203BU 31.144 - BERGER TRANSIT LEVEL (R8925) 610 12975 3100 31.145 - DW DUAL SLOPE LASER 610 12976 SPECTRA DG511 31.146 - SPECTRA PREC PIPE LASER 610 13204 DEWALT DEWALT R3.109 - 6000WT GEN SET/R1046 610 13205 DEW AL T DEWALT R3.110 - 6000WT GEN SET /8929 610 13206 BTI BTI R30.116-2005 HYDRAULIC HAMMER (R144) 610 13207 STIHL TS400 R7.126 - 2006 TS400 CUTOFF SA W/R814 610 13208 STIHL TS400 R7.127-TS400-CUTOFF SAW/8929 610 13209 STIHL TS400 R7 125 - 2005 TS400-CUTOFF SA W/RI046 610 13210 LEICA LEICA R31.147-2005 ROTATE LASER/R1046 610 13211 LEICA LEICA R31.148 - BUILDING LEVEL . 13212 LEICA LEICA R31 149-BUILDING LEVEL 13213 DAILAGRADE DAILAGRADE R31.150-DG711-PIPE LASER 13214 SPECTRA DG511-7 R31.151-2006 DG511-7 PIPE LASER 610 13215 RYGBY RYGBY R31152-2006 400DG DUAL SLOPE LASER 610 13216 APACHE APACHE R31 153-2006 BULLSEYE 3-MACHINE RECEIVE 610 13217 FOR Z450X R3047-36" BUCKET 610 13218 FOR Z450X R3048-48" BUCKET 610 13219 FOR JD200 R5038-42" BUCKET 610 13223 STIHL STIHL 7.128 STIHL TS700 CUT OFF SAW 610 13224 DEW AL T DEW AL T 3.110 DEWALT D9 6000 WATT GEN SET 610 13233 BS2052 1.140 - 2" SUB PUMP 610 13234 TS400 7 129 - TS400 CUT OFF SAW 610 13235 DG711 31.155 - PIPE LASER 610 13236 LINCOLN RANGER 250 1826 - LINCOLN WELDER 610 13250 WACKER BS60-21 4 55 - WACKER BS50-21 JUMPING JACK 610 13251 WACKER BS60-21 456 - WACKER BS60-21 PLATE COMPACTOR 610 13252 LINCOLN LINCOLN 1827 - LINCOLN RANGER 250 WELDER 610 13262 TRIMBLE S6-DR300 36.17 - TRIMBLE S6-DR300 3" ROBOTIC STN 610 13271 RIGID RIDID 27.2 - RIGID 535M PIPE THREADER W/STAND 610 13272 TRENCOR Tl060HD 1194 - TRENCOR Tl 060HD CHAIN TRENCHER 610 13320 JD JOHN DEERE 5041 - JD 12" DIGGING BUCKET 610 13321 JD JOHN DEERE 5042 - JD 18" DIGGING BUCKET 610 13322 JD JOHN DEERE 5043 - JD 48" BAILING BUCKET 610 13325 AMERICAN AMERICAN 30.117 - AMERICAN DC24BWP COMP WHEEL 610 13328 JD 310SG 5044 - JD 24" 31 OSG BUCKET 610 13329 JD 310SG 5045 - JD 24" 310SG BUCKET 610 13330 WDS GANNON WDSGANNON 5046 - WDS GANNON 12" JD31 OSG BUCKET 610 13331 WDS GANNON 310SG 5047 - WDS GANNON 36" JD31 OSG BUCKET ~ 13334 WELDCO BEA WELDCO BEA 5040 - WE 36" JD450 CLC BUCKET 13336 WELDCO BEA WELDCO BEA 5039 - WE 36" JD450 CLC ROCK BUCKET 13341 GRASSHOPPE 223/52 1196 - GRASSHOPPER 223/52 LAWN MOWER 610 610.240 10852 SPECTRA LLSOO ROT A TING LASER 610 610.240 13387 SPECTRA LL500 SPECTRA LASER LLSOO DOSSIer Mamtenance Software lnDROOOOOO141-070130 Parsons Con/rue/IOn Group User Defined Report Page 470f61 Units Report: Unit List Date 01/30/07 at I :27 PM Eastern . Category Series Unit # Make Model Description 610 610.310 10001 BS2102 SUB PUMP 3" 610 610310 10067 BS2052 1.37E - 2'''' SUB PUMP 610 610.410 13344 O'LEARY 1195 - O'LEARY EPOXY MACHINE 620 10123 R7016E - 8 X 20 STEEL SHEET 620 10124 70 19E - 8 X 20 STEEL SHEET 620 10125 7023E - 8 X 20 STEEL SHEET 620 10126 R7035E - 8 X 20 STEEL SHEET 620 10127 R7037E - 8 X 20 STEEL SHEET 620 10128 7038E - 8 X 20 STEEL SHEET 620 10129 R7048E - 8 X 20 STEEL SHEET 620 10130 7074E -7.10 X 20 STEEL SHEET 620 10131 7086E - 8 X 20 SHEET 620 10132 7088E - 8 X 20 STEEL SHEET 620 10133 R7096E - 8 X 20 STEEL SHEET 620 10134 R7097E - 8 X 20 STEEL SHEET 620 10316 3SH - 3 STEEL SHEETS (UNSPFD SIZE) 620 10349 4SH - 4 STEEL SHEETS (UNSPFD SIZE) 620 10363 5SH - 5 STEEL SHEETS (UNSPFD SIZE) 620 10830 10SH - 10 STEEL SHEETS (UNSPFD SIZE) 620 11506 7001 - 8 X 13 STEEL SHEET 620 11507 7002 - 8 X 13 STEEL SHEET 620 11508 7003 - 8 X 13 STEEL SHEET 620 11509 7004 - lOX 20 STEEL SHEET 620 11510 7005 - 10 X 20 STEEL SHEET 620 11513 7008 - 8 X 20 STEEL SHEET 620 11514 7009 - 8 X 20 STEEL SHEET . 620 11515 7010 - 8 X 20 STEEL SHEET 620 11516 7011 - 8 X 20 STEEL SHEET 620 11517 7012 - 8 X 20 STEEL SHEET 620 11518 7013 - 8 X 20 STEEL SHEET 620 11519 7014 - 6 X 20 STEEL SHEET 620 11520 7015 - 8 X 20 STEEL SHEET 620 11521 7017 - 8 X 20 STEEL SHEET 620 11522 7018 - 8 X 10 STEEL SHEET 620 11523 7020 - 8 X 20 STEEL SHEET 620 11524 7021 - 8 X 20 STEEL SHEET 620 11525 7022 - 8 X 20 STEEL SHEET 620 11526 7024 - 8 X 20 STEEL SHEET 620 11527 7025 - 8 X 20 STEEL SHEET 620 11528 7026 - 8 X 20 STEEL SHEET 620 11529 7027 - 8 X 20 STEEL SHEET 620 11530 7028 - 8 X 20 STEEL SHEET 620 11531 7029 - 8 X 20 STEEL SHEET 620 11532 7030 - 8 X 20 STEEL SHEET 620 11533 7031 - 8 X 20 STEEL SHEET 620 11534 7032 - 8 X 20 STEEL SHEET 620 11535 7033 - 8 X 20 STEEL SHEET 620 11536 7034 - 8 X 20 STEEL SHEET 620 11537 7036 - 8 X 20 STEEL SHEET 620 11538 7039 - 8 X 20 STEEL SHEET 620 11539 7040 - 8 X 20 STEEL SHEET 620 11540 7041 - 8 X 20 STEEL SHEET 620 11541 7042 - 8 X 20 STEEL SHEET 620 11542 7043 - 8 X 20 STEEL SHEET . 620 11543 7044 - 8 X 20 STEEL SHEET 620 11544 7045 - 8 X 20 STEEL SHEET 620 11545 7046 - 8 X 20 STEEL SHEET 620 11546 7047 - 8 X 20 STEEL SHEET DOSSier Mamtenance Software UDROOOOOO141-070130 Parsons Con/rue/ion Group User Defined Report Units Report: Unit List eegory Series Unit # 620 11547 620 11548 620 11549 620 11550 620 11551 620 11552 620 11553 620 11554 620 11555 620 11556 620 11557 620 11558 620 11559 620 11560 620 11561 620 11562 620 11563 620 11564 620 13186 620 13192 620 620 11565 620 620 11566 620 620 11567 620 620 11568 620 620 11569 . 620 11570 620 11571 620 11572 620 620 11573 620 620 11574 620 620 11575 620 620 11576 620 620 11577 620 620 11578 620 620 11579 620 620 11580 620 620 11581 620 620 11582 620 620 11583 620 620 11584 620 620 11585 620 620 11586 620 620 11587 620 620 11588 620 620 11589 620 620 11590 620 620 11591 620 620 11592 620 620 11593 620 620 11594 620 620 11595 620 620 11596 620 620 11597 t 620 11598 620 11599 620 11600 620 620 11601 620 620 11602 DOSSier Mamtenance Software Page 48 of 61 Date 01/30/07 at I 27 PM Eastern Make Model Description 7049 - 8 X 20 STEEL SHEET 7050 - 8 X 20 STEEL SHEET 7051 - 8 X 20 STEEL SHEET 7052 - 8 X 20 STEEL SHEET 7053 - 8 X 12 STEEL SHEET 7054 - 8 X 15 STEEL SHEET 7055 - 8 X 20 STEEL SHEET R7056 - 8 X 20 STEEL SHEET 7057 - 8 X 20 STEEL SHEET 7058 - 8 X 20 STEEL SHEET 7059 - 8 X 20 STEEL SHEET 7060 - 8 X 8 STEEL SHEET 7061 - 8 X 20 STEEL SHEET 7062 - lOX 10 3/4' STEEL SHEET 7063 - 8 X 15 STEEL SHEET 7064 - 7 X 10 3/4' STEEL SHEET 7065 - 8 X 10 X 12 STEEL SHEET 7066 - 7 X 10 STEEL SHEET 9SHI010 - 9 STEEL SHEETS 10 X 10 10SHI01O - 10 STEEL SHEETS 10 X 10 7067 - 8 X 20 STEEL SHEET 7068 - 8 X 13 3/4' STEEL SHEET 7069 - 8 X 20 STEEL SHEET 7070 - 8 X 20 STEEL SHEET 7071 - 8 X 13 STEEL SHEET 7072 - 8 X 20 STEEL SHEET 7073 - 8 X 21 1/2' STEEL SHEET 7075 - 8 X 20 STEEL SHEET 7076 - 8 X 20 STEEL SHEET 7077 - 8 X 12 STEEL SHEET 7078 - 8 X 20 STEEL SHEET 7079 - 8 X 18 3/4' STEEL SHEET 7080 - 8 X 19 STEEL SHEET 7081 - 8 X 20 STEEL SHEET 7083 - 8 X 9 1/2' STEEL SHEET 7085 - 8 X 20 STEEL SHEET R7086 - 5 X 8 STEEL SHEET 7087 - 5 X 8 STEEL SHEET 7089 - 8 X 20 STEEL SHEET 7090 - 8 X 20 STEEL SHEET 7091 - 8 X 20 STEEL SHEET 7092 - 8 X 20 STEEL SHEET 7093 - 8 X 20 STEEL SHEET 7094 - 8 X 20 STEEL SHEET 7095 - 8 X 20 STEEL SHEET 7098 - 8 X 20 STEEL SHEET 7099 - 8 X 20 STEEL SHEET 7100 - 8 X 20 STEEL SHEET 7101 - 8 X 20 STEEL SHEET 7102 - 8 X 20 STEEL SHEET 7103 - 8 X 20 STEEL SHEET 7104 - 8 X 20 STEEL SHEET 7105 - 10 X 201 1/4' STEEL SHEET 7106 - 8 X 20 STEEL SHEET 7107 - 8 X 20 STEEL SHEET 7108 - 8 X 20 STEEL SHEET 7109 - 8 X 20 STEEL SHEET 7110 - 8 X 20 STEEL SHEET UDROOOOOOI41-070130 Parsons Controction Group User Defined Report Page- 49 of 61 Units Report: Unit List Date 01130/07 at 1.27 PM Eastern . Category Series Unit # Make Model Description 620 620 11603 7111 - 8 X 20 STEEL SHEET 620 620 11604 7112 - 8 X 20 STEEL SHEET 620 620 11605 7113 - 8 X 20 STEEL SHEET 620 620 11606 7114 - 8 X 20 STEEL SHEET 620 620 11607 7115 - 8 X 20 STEEL SHEET 620 620 11608 7116 - 8 X 20 STEEL SHEET 620 620 11609 7117 - 8 X 20 STEEL SHEET 620 620 11610 7118 - 8 X 20 STEEL SHEET 620 620 11611 7119 - 8 X 20 STEEL SHEET 620 620 11612 7120 - 8 X 20 STEEL SHEET 620 620 11613 7121 - 8 X 20 STEEL SHEET 620 620 11614 7122 - 8 X 20 STEEL SHEET 620 620 11615 7123 - 8 X 20 STEEL SHEET 620 620 11616 7124 - 8 X 20 STEEL SHEET 620 630 12168 9105 - STORAGE CONTAINER 24'(HA WAIl) 620 630 12221 40' HIGH C 9179 - 40' CONTAINER 630 10039 R905E - CONTAINER 40' (HANFORD) 630 10064 995E - STORAGE V AN YARD CNTNR 20' 630 10578 R992 - SHOP-STRG V AN YARD CNTNR 40' 630 13346 CONTAINER 40' 630 13428 HYUNDAI HDIAA831 40' CONNEX 630 630 10139 9109E - CONTAINER 24' 630 630 10140 R9110E - CONTAINER 24' 630 630 10142 R9116E - CONTAINER 24' 630 630 10143 R9117E - CONTAINER 24' 630 630 10144 R9118E - CONTAINER 24' . 630 630 10145 9119E - CONTAINER 24' 630 630 10146 R9120E - CONTAINER 24' 630 630 10147 R9121E - CONTAINER 24' 630 630 10148 9122E - CONTAINER 24' 630 630 10149 R9123E - CONTAINER 24' 630 630 10150 R9124E - CONTAINER 24' 630 630 10151 R9125E - CONTAINER 40' 630 630 10519 N/A R919 - STORAGE CONTAINER 20' 630 630 10525 STRG SOLD R937 - STRG CONTAINER VAN 20' 630 630 10526 STRG SOLD R938 - STRG CONTAINER VAN 20' 630 630 10527 STRG SOLD R939 - STRG CONTAINER V AN 20' 630 630 10542 STRG R956 - STRG CONTAINER V AN 24' 630 630 10568 982 - SHOP-STRG V AN YARD CNTNR 40' 630 630 10569 R983 - SHOP-STRG V AN YARD CNTNR 30' 630 630 10570 SOLD R984 - SHOP-STORAGE V AN 20' 630 630 10571 985 - SHOP-STORAGE VAN 20' 630 630 10572 986 - SHOP-STORAGE VAN 20' 630 630 10573 R987 - SHOP-STRG VAN YARD CNTNR 20' 630 630 10579 SOLD R993 - SHOP-STRG VAN YARD CNTNR 4 630 630 10580 994 - SHOP-STRG VAN YARD CNTNR 40' 630 630 10581 R995 - HI -STRG V AN YARD CNTNR 20' 630 630 10582 R996 - SHOP-STRG V AN YARD CNTNR 20' 630 630 10583 R997 - SHOP-STRG VAN YARD CNTNR 20' 630 630 10584 R998 - SHOP-STRG VAN YARD CNTNR 20' 630 630 12163 R9100 - CONTAINER VAN 20' 630 630 12164 R9101- CONTAINER VAN 20' 630 630 12169 9106 - STORAGE CONTAINER 24' 630 630 12183 R9140 - TEXU 40' CONTAINER . 630 630 12185 OOLU 9142 - NW CONTAINER 40' 630 630 12200 9157 - CONTAINER 20' 630 630 12201 9158 - CONTAINER 20' 630 630 12202 9159 - CONTAINER 20' DOSSier Mamtenance Software UDROOOOOO 141-070 130 Parsons Contruction Group User Defined Report Page 50 of 61 Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern eegory Series Unit # Make Model Description 630 630 12203 R9160 - 40' CONTAINER TRAILER 630 630 12219 20' R9177 - CONTAINER 20' 630 630 12222 40' HIGH C 9180 - 40' CONTAINER 630 630 12223 40' HIGH C 9181 - 40' CONTAINER 630 630 12235 R9193 - CONTAINER 20' 630 630 12236 R9194 - CONTAINER 40' 630 630 12237 R9195 - 40' CONTAINER 630 630 12238 9197 - 40' CONTAINER 630 630 12240 R9199 - STRG CONTAINER 20' 630 630 13202 CONTAINER R9205 - 40' CONTAINER/CORP 630 630 13340 9207 - 20' CONNEX 640 10011 R803E - TENNANT SWEEPER (HI) 640 10430 ATHEY M9 MOBILE SWEEPER M9 640 10431 ROSCO RB48 SWEEPER RB48 640 10435 ROSCO RB48 R806 - ROSCO RB48 SWEEPER 640 13319 TYMCO TYMCO 8959 - TYMCO 435 REGEN AIR ST SWEEPER 640 640.110 10432 ROSCO RB48 BROOM RB48 640 640 11 0 10434 ROSCO RB48 R805 - ROSCO RB48 SWEEPER 640 640.110 10437 ROSCO RB48 R809 - ROSCO RB48 BROOM 640 640.120 13386 TYMCO 435 TYMCO REGENERATIVE ST. SWEEPER 650 10040 BENLEE T A60MDD45 R910E - BENLEE TA60MDD45 ROLL-OFF TLR 650 10041 BENLEE TA60MDD45 R911E - BENLEE TA60MDD45 ROLL-OFF TLR 650 10042 BENLEE T A60MDD45 R912E - BENLEE TA60MDD45 ROLL-OFF TLR 650 10043 BENLEE T A60MDD45 R913E - BENLEE TA60MDD45 ROLL-OFF TLR 650 10044 BENLEE T A60MDD45 R914E - BENLEE TA60MDD45 ROLL-OFF TLR . 10045 BENLEE TA60MDD45 R915E - BENLEE TA60MDD45 ROLL-OFF TLR 10046 BENLEE T A60MDD45 R916E - BENLEE TA60MDD45 ROLL-OFF TLR 10047 BENLEE T A60MDD45 921E - BENLEE TA60MDD45 ROLL-OFF TLR 650 10048 BENLEE TA60MDD45 922E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10049 BENLEE T A60MDD45 923E - BENLEE TA60MDD45 ROLL-OFF TLR 650 10050 BENLEE TA60MDD45 924E - BENLEE TA60MDD45 ROLL-OFF TLR 650 10051 BENLEE T A60MDD45 925E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10052 BENLEE T A60MDD45 926E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10053 BENLEE T A60MDD45 927E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10054 BENLEE TA60MDD45 R928E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10055 BENLEE T A60MDD45 929E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10056 BENLEE T A60MDD45 930E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10057 BENLEE T A60MDD45 931 E - BENLEE T A60MDD45 ROLL-OFF TLR 650 10059 FHF TD-20-25 T R942E - FHF AIR TILT BED TRAILER 650 10060 PINES DECONT AMIN SOLD 950E - PINES 40' DECON TRAILER 650 10061 TIPMTE DECONTAMIN 951E - TIPMTE 10' DECON TRAILER 650 10062 TRAILMAX T-12-UT TI 953E - TRAILMAX 16'TILTBED TRAILER 650 10141 INGERSOL R PI 85WJD R9112E - IRAIR COMP 650 10152 R9126E - UTILITY 46' TRAILER 650 10153 EVERGREEN 9129E - EVERGREEN OFFICE TRAILER 650 10157 T A60MDD45 R9175E - BENLEE T A60MDD45 ROLL-OFF TR 650 10507 TKWLD PTERS-4 900 - TKWLD PUP 4 AXLE END-DUMP 650 10508 TKWLD PTERS-4 901 - TKWLD PUP 4 AXLE END-DUMP 650 10509 TKWLD PTERS-4 SOLD 902 - TKWLD PUP 4 AXLE END-DUMP 650 10510 TKWLD PTERS-3 903 - TKWLD PUP 3 AXLE END-DUMP 650 10511 ALLOY 33'VANTRLR 650 10512 PRLS PONY 905 - PRLS PONY 3 AXLE END-DUMP 650 10513 PRLS PONY 906 - PRLS PONY 3 AXLE END-DUMP 650 10514 STDYW DS46SAL 907 - STDYW DS46SAL 4 AXLE DUMP TRLR . 10515 RANCO 20-42-3 (R 908 - RANCO BELLY DUMP TRAILER 10516 20MK8.2.S R909 - SHOP-STRG VAN YARD CNTNR 20' 650 10517 ALLOY 28' V AN TRLR 650 10518 ALLOY 33'VANTRLR Dossier Mamtenance Software UDROOOOOOI41-070130 Parsons Contruction Group User Defined Report Page 510f61 Units Report: Unit List Date 01/30/07 at 1'27 PM Eastern Category Series Unit # Make Model Description .- 650 10520 TLCFB R920 - TORKLIFT FLAT-BED 650 10521 EVERGREEN 12X240T R932 - EVERGREEN OFFICE TRLR 12X42 650 10522 ATLS XAS90 DD R934 - A TLS COPCO AIR COMP 650 10524 ADDCO R936 - ADDCO MESSAGE BOARD 650 10528 TRAILKING TKT50 TILT TRAILER 650 10529 941 - 650 10530 FHF TD-20-25 T 942 - FHF AIR TILT BED TRAILER 650 10531 TRAILKING TK60 R943 - TK TK60 ELECTC TILT BED--ROLLR 650 10532 ASPEN HG60-3AIL 944 - ASPEN 60 TON 3 AXLE LOWBOY 650 10533 ASPEN 946 - ASPEN 10 TON TAG AXLE 650 10534 LOADKING PHD70/90-2 947 - LOADKING GOOSE NECK TRL 650 10535 FHF R948 - FHF PROJECT V AN TRLR 27' 650 10536 R949 - STORAGE V AN TRAILER (MARK H.) 650 10537 PINES SOLD 950 - PINES 40' DECON TRAILER 650 10538 TIMPTE 951 - TIMPTE DECON TRAILER 10' 650 10539 LOAD KING 253TT TILT 952 - LOADKING 253TT T-BED 650 10540 ASPEN 35 TON R954 - ASPEN JEEP TRAILER 650 10541 LILTEX 15L T-8 955 - LIL TEX TRAILER 650 10543 R957 - UTILITY 34' VAN 650 10547 JOY I 85CFM 961 - JOY I 85CFM JD ENGINE COMPRSR 650 10550 A TLS COPCO COPCO 964 - A TLS COPCO XAS40DDDG CMPRlGNTR 650 10553 MBK EAGER BEA V SOLD R967 - MBK EAGER BEAVER CHIPPER 650 10554 REEVE RKI40 LP 968 - RVS RKI40 LP 140G TAR KETTLE 650 10555 TRAILERABL 969 - TRAILERABLE FUEL TANK 650 10556 BRW 45' PROJECT VAN TRLR 650 10558 FHF 40' PRJCT VAN TRLR . 650 10559 GD R973 - GD PROJECT VAN TRLR 40' 650 10560 FHF R974 - FHF PROJECT V AN TRLR 27' 650 10561 R975 - BRN PRJCT VAN TRLR 27' (ORANGE 650 10562 R976 - OB OFFICE TRAILER 28' 650 10563 32XIO R977 - MIC OFFICE TRLR 32' 650 10564 978 - CRG TOOL & EQMNT TRLR 20' 650 10565 979 - FUEL TRAILER 8' 650 10566 980 - CLK SHOP-STORAGE V AN TRLR 40' 650 10567 ALLOY ATVT43.5 43' PROJECT VAN TRLR 650 10574 SF2F400A61 R988 - BDD PRJCT VAN CNTNR 40' 650 10575 BLASER R989 - BLASER OFFICE TRAILER 48' 650 10576 EVERGREEN 990 - EVGN OFFICE TRAILER 32' 650 10577 ELDEN R991 - ELDEN OFFICE TRAILER IOX42 650 10585 DORSEY AIDT-203 R999 - DORSEY PROJECT V AN 650 12166 12X56 R9103 - OFFICE TRAILER 12X56 650 12167 9104 - ASPHALT ZIPPER TRAILER (HI) 650 12170 SOLD R91 07 - GREAT DANE 42' TRAILER 650 12171 R9108 - UTILITY TRAILER 40' 650 12172 JOE 4 x 8 UTILITY TRAILER 650 12174 DBL WIDE R9114 - BLAZER DBLIW OFFICE TRAILER 650 12175 IOX42 R9115 - OFFICE TRAILER IOX42 650 12176 R9127 - STORAGE VAN 40' 650 12177 R9128 - TRAILER FOR ASPHALT ZIPPER 650 12178 R9130 - GREAT DANE STORAGE TRLR 650 12179 R9131 - TRAILER FOR ASPHALT ZIPPER 650 12180 DORSEY TRLR, 77' 650 12181 XAS96 R9138 - ATLAS COPCO AIR COMPo 650 12182 9139 - MILLER 20X56 OFFICE TRLR . 650 12184 TWIOI 9141 - WELLS CARGO TRAILER 10' 650 12187 R9144 - CONTAINER 20' 650 12188 R9145 - NW CONT 20' CONTAINER 650 12189 R9146 - CONTAINER 20' DOSSier Mamtenance Software UDROOOOOOI41-070130 Parsons Con/ruc/lOn Group User Defined Report Page 520f61 Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern etegory Series Unit # Make Model Description 650 12190 DOUBLE WID 9147 - BLAZER OFFICE TRAILER 650 12191 5-14TILT STOLEN 9148 - TNT TILT TRAILER 650 12192 9149 - STORAGE CONTAINER 40' 650 12193 28' R9150 - UTILITY TRAILER 28' 650 12194 4X8 UTILIT 9151 - BIG TEX 4X8 TRAILER 650 12195 T-12-UT R9152 - TRAILMAX UTILITY TRAILER 650 12196 FLATBED R9153 - FRUEHAUF FLTBD TRAILER 44' 650 12199 TRAILKING TKT12U R9156 - TRAILKING TRAILER 650 12204 DBL WIDE 0 9161 - EVERGREEN DBL WD TRAILER 650 12207 UTILITY 9164 - EAGLE TRAILER 650 12208 HITACHI MIXER 9165 - WHITEMAN CEMENT MIXER 650 12209 18FT R9166 - HlW A Y TRAILERS 650 12210 9167 - MULTI-QUIP TRAILER 650 12211 TRAIL-MAX T-112-UT R9168 - TRAIL-MAX TILT TRAILER 650 12212 WHITEMAN 9169 - WHITEMAN TRAILER 650 12213 WHITEMAN 9170 - WHITEMAN TRAILER 650 12214 DS48SA 9171 - STRDYWLD 4 AXLE PUP TRAILER 650 12215 TRAILKING TKT50-283 R9172 - TRAILKING TILT TRAILER 650 12216 FX30 R9173 - DITCH WITCH V ACTOR TRAILER 650 12217 B250 R9174 - BANDIT CHIPPER 650 12218 10X32 R9176 - NW BLDG SYSTEM TRAILER 650 12226 WELLS 16' R9184 - WELLS CARGO 16' TRAILER 650 12227 EVERGREEN 12X42 9185 - EVERGREEN 12X42 OFFICE TRLR 650 12230 NWC CDS-EA-40F R9188 - NWC 40' CONTAINER 650 12231 TRAIL KING TKT50 R9189 - TRAIL KING TKT50 TILT TRLR 4~ 12233 TRAILMAX T12UT R9191 - TRAILMAX 12 TON TILT TRAILER 12234 MA YCO LST30-60 R9192 - MA YCO CONCRETE PUMPER 12241 OS816 R9200 - BLAZER 8X16 OFFICE TRAILER 650 12242 STRUDYWELD 4 AXLE 9201 - STURDYWELD 4 AXLE PUP TRAILER 650 12243 STRUDYWELD 4 AXLE 9202 - STURDYWELD 4 AXLE PUP TRAILER 650 12244 WILLIAMS S 48X60 9203 - WILLIAMS SCOTSMAN 4W 0 TRAILER 650 12245 INTERSTATE 8.5'X 18' R9204 - INTERSTATE CARGO TRAILER 650 13195 96X60 9196J - 96' X 60' OFFICE TRAILER 650 13263 TRAIL KING TRAIL KING 9206 - TRAIL KING TILT TRAILER 650 13343 WHITLEY 14X60 9208 - WHITLEY 14X60 OFFICE TRAILER 650 650.11 0 10557 R971 - PROJECT V AN TRAILER 40' 650 650.11 0 12220 HITACHI 4 WIDE 9178 - WHITE 4 WIDE OFFICE TRAILER 650 650.11 0 13170 885 900 - 900 PONY A TICH TO R885 650 650.110 13171 886901 - 901 PONY ATICH TO R886 650 650.11 0 13172 887.902 - 902 PONY A TTCH TO R887 650 650.11 0 13350 FRUEHAUF V AN TRAILER 48' INDUST / MECH 670 10037 KENWORTH T800 R882E - KENWORTH T800 DUMP 670 10038 PRLS PONY 903E - PRLS PONY 3 AXLE END-DUMP 670 10076 FORD FI50 lOOSE - FD F150 PIU (DAN LEGARD) 670 10080 FORD F350 Rl 031 E - FD F350 MECHANIC'S TRUCK 670 10081 FORD F350 IT 1032E - FD F350 PIU 670 10082 FORD F350 1 035E - FD F350 FLA TBED(HI-FIELD) 670 10083 FORD F-150 R1044E - FD F150 PIU (BARON KANESHIRO) 670 10084 FORD RANGER TRK, PIU 670 10085 FORD RANGER RI053E - FD RANGER (B CALLAHAN) 670 10086 FORD FI50 R1055E - FD FI50 PIU (R. FONTANILLA) 670 10087 FORD F47-SUPER RI074E - FD F-SD PIU 670 10088 FORD R150 XLT RI089E - FD F150 XLT PIU ~~ 10089 FORD RANGER R1093E - FD RANGER 10090 FORD F250 1095E - FD F250 PIU 10091 FORD F150XLT 1099E - FD FI50 XLT PIU 670 10160 FORD EXPLORER RI0I00E - FD EXPLORER 670 10161 FORD F150 RI0I02E - FD F150 PIU Dossier Mamtenance Software lnDROOOOOO141-070130 Parsons Contruction Group User Defined Report Page 53 of 61 Units Report: Unit List Date 01/30/07 at 1.27 PM Eastern . Category Series Unit # Make Model Description 670 10162 FORD RANGER RIOl76E - FD RANGER (SPARE) , 670 10453 AUTOCAR ACL64B SOLD 844 - AUTOCAR ACL64B ROLL-OFF TR 670 10454 AUTOCAR ACL64B SOLD 845 - AUTOCAR ACL64B ROLL-OFF TR 670 10753 FORD EXPEDITION 1000 - FD EXPEDITION (MIKE KERBY) 670 10754 CHEVROLET 3/4T 1003 - CHEVY PIU (HI) 670 10755 FORD FI50XLT PIU 670 10756 FORD FI50XL TOTALED RI009 - FD F150 PIU 670 10760 FORD EXPLORER RI011 - FD EXPLORER (SPARE) 670 10761 FORD EXPLORER 1012 - 96 FORD EXPLORER 670 10762 FORD EXPEDITION lOB - FD EXPEDITION (ANDY ALBRECHT) 670 10763 FORD F350 XL RI014 - FD F350 XL PIPETRUCK 670 10764 FORD F-SUPER DU RI015 - FD F-SUPER DUTY (HI SPARE) 670 10765 FORD 800 SER RI016 - FD BROOM - SELF-PROPELLED 670 10766 FORD F250 CREW 1017 - FD F250 4X4 (SPARE) 670 10767 FORD F150 1019-FD F150PlU4X2 670 10768 FORD F150 SOLD 1020 - FD FI50 PIU (SPARE) 670 10769 FORD F150 RI021 - FD F150 PIU 670 10770 FORD EXPLORER 1022 - FD EXPLORER (SPARE) 670 10771 FORD F250 SOLD RI024 - FD F250 PICKUP (SITE TRK) 670 10772 FORD F-SUPER DU SOLD RI025 - FD F-SD PIPE TRK (W GOTTS) 670 10773 FORD F250 RI026 - FD F250 PICKUP (SPARE) 670 10774 FORD FI50XL RI027 - FD FI50 PICKUP (SPARE) 670 1077 5 FORD EXPLORER 1028 - FD EXPLORER (JIM HALL) 670 10778 FORD EXPLORER SOLD 1030 - FD EXPLORER (MIKE H.) 670 10779 FORD F350 RI032 - FD F350 FLATBED . 670 10780 FORD FI50XLT 1034 - FD FI50 XLT PIU 4X4 670 10781 CHEVROLET CR31 RI036 - CHEV CR31 PIU 670 10782 FORD FI50 RI037 - FD F150 PIU 670 10783 FORD FI50 XLT 1038 - FD F150 XLT (BEAU SANDERS) 670 10784 FORD F250 XL T RI039 - FD F250 XL T PIU 4X4 (SPARE) 670 10785 FORD FI50 XL SOLD 1040 - FD FI50 PIU (DREW RANDOLPH) 670 10786 FORD F150 RI041 - FD FI50XL PIU (ST SITE TRK) 670 10787 FORD F150 RI042 - FD FI50 PIU (BILLY BINZ) 670 10788 FORD FI50 1043 - FD FI50 PIU (KURT DRESSEN) 670 10789 FORD F-SUPER DU RI046 - FD F-SUPER DUTY (SPARE) 670 10790 FORD F150 SOLD RI048 - FD FI50 PIU (B. ULRICH) 670 10791 FORD VAN RI049 - FD 3/4 TON SURVEY V AN 670 10794 FORD F750 RI051 - FD F750 FLATBED DUMP 670 10795 FORD F150 RI052 - FD FI50 PIU (SPARKY) 670 10796 FORD RANGER 1054 - FD RANGER PIU (MARY ECKLES) 670 10797 CHEVROLET I TON SOLD RI056 - CHEV FLATBED (OREGON SPA 670 10798 CHEVROLET I TON RI057 - CHEV I TON PIU 670 10799 FORD FI50 1059 - FD F150 PIU 670 10800 FORD FI50 SOLD RI060 - FD FI50 4X4 PIU (SPARE) 670 10801 FORD FI50 1061 - FD FI50 PIU 670 10802 FORD FI504X4 RI062 - FD FI50 PIU (JAMES KAAN) 670 10803 FORD EXPEDITION RI063 - FD EXPEDITION 670 10804 FORD ECONOLINE SOLD Rl 064 - FD SAFETY VAN (RHONDA W A 670 10805 FORD F-SUPER DU RI065 - FD F-SUPER DUTY (STAN SALBEDO) 670 10806 FORD F600 SOLD RI066 - FD F600 FUEL TK WIl400G TNK 670 10807 FORD EXPLORER 1068 - FD EXPLORER (SPARE) 670 10808 FORD F600 RI069 - FD F600 2T FLATBED 670 10809 FORD F600 SOLD RI070 - FD F600 2T FLATBED . 670 10810 CHEVROLET CC79042 RI071 - CHEV 5YD DUMP 670 10811 FORD F150 RI072 - FD F150 PIU 4X2 670 10812 FORD F150 1073 - FD F150 PIU 4X2 (MIKE MILLER) 670 10813 CHEVROLET 1500 SOLD RI077 - CHEV 1500 PIU (SITE TRUCK) 670 10814 FORD F150 RI078 - FD F150 PIU (GREG KOWOLSKI) Dossier Maintenance Software UDROOOOOOI41-070130 Parsons ContructlOn Group User Defined Report Page 540f61 Units Report: Unit List Dale 01/30/07 at I 27 PM Eastern .tegory Series Unit # Make Model Description 670 10815 FORD RANGER RI079 - FD RANGER 670 10816 C70 RI 080 - GMC C70 FLATBED 670 10817 FORD F-SUPER DU SOLD RI081 - FD F-SUPER DUTY 670 10818 FORD F-SUPER DU RI082 - FD F-SUPER DUTY 670 10819 C70 RI083 - GMC C70 FLATBED 670 10820 FORD FI50 RI084 - FD FI50 PIU 670 10821 FORD FI50 XLT 1086 - FD FI50 XLT PIU (GLENN P.) 670 10822 FORD FI50XL RI087 - FD FI50XL PIU 670 10823 FORD FI50XL 1088 - FD FI50XL PIU 670 10824 FORD FI50XL RI090 - FD FI50 XL PIU (Baron K) 670 10825 FORD F250XL RI091 - FD F250XL 670 10826 FORD F250 XL SOLD RI092 - FD F250 PIU 670 10827 FORD RANGER 1094 - FD RANGERPIU 670 10828 FORD FI50XLT RI096 - FD FI50XLT PIU 670 10829 FORD FI50XL RI098 - FD FI50XL PIU 670 12376 FORD FI50 RIOI03 - FD FI50 PIU 670 12377 FORD EXPLORER 10104 - FD EXPLORER (TERRY GUISINGER) 670 12378 FORD EXPLORER 10105 - FD EXPLORER 670 12379 FORD EXPLORER RIOI06 - FD EXPLORER 670 12380 FORD FI50 RIOI07 - FD FI50 PIU (RYAN HEATHERS) 670 12381 FORD FIsO 10108 - FD FIsO PIU (SPARE) 670 12382 FORD FIsO 10109 - FD FIsO PIU (SPARE) 670 12383 FORD EXPLORER SOLD RIOIIO - FD EXPLORER 670 12384 FORD FI50 10111 - FD FI50 PIU (DAVID DICKINSON) 670 12385 FORD FIsO RI01l2 - FD FIsO PIU 670 12386 MERCEDES IL430 10113 - MERCEDES-BENZ (J ROBISON) . 12387 FORD FIsO 10114 - FD FIsO PIU (DICK WHITESIDE) 12388 FORD EXPLORER lOllS - FD EXPLORER 670 12389 FORD RANGER RIOl16 - FD RANGER 4X4 670 12390 FORD RANGER RIOl17 - FD RANGER4X4 670 12391 FORD F 150 RIOl18 - FD FIsO 4X4 670 12392 FORD FIsO 10119 - FD FIsO PIU (SPARE) 670 12393 FIsO 10120 - 670 12394 FORD F350 RIOl21 - FD F3s0 PIPE TRUCK 670 12395 FORD FIsO RIOl22 - FD FIsO PIU 670 12396 FORD FIsO 10123 - FD FIsO PIU (DAVE MOHN) 670 12397 FORD EXPLORER 10124 - FD EXPLORER (SPARE) 670 12398 FORD FIsO RIOl25 - FD FIsO PIU 670 12399 FORD FIsO RIOl26 - FD FI50 PIU (JOHN AHRENS) 670 12400 FORD FIsOXLT RIOI27-FD FIsO XLT (BRYAN FORD) 670 12401 FORD EXPLORER RIOl28 - FD EXPLORER 670 12402 FORD FIsO 10130 - FD FIsO PIU 670 12403 FORD FIsO RIOl32 - FD FIsO PIU (C BRAY) 670 12404 FORD EXPEDITION 10133 - FD EXPEDITION (RALPH MASON) 670 12405 FORD FIsOXL 10134 - FD FIsOXL (HARVEY MARTIN) 670 12406 FORD F4s0XL RI013s - FD F450XL PICKUP (SPARE) 670 12407 CADILAC ESCALADE 10136 - CADILAC ESCALADE (MARK ROBISO 670 12408 MERCEDEZ BENZ 10137 - MERCEDES BENZ (HI) 670 12409 FORD EXPLORER SOLD 10138 - FD EXPLORER (MARK HANKEL 670 12410 FORD FIsO RI0139 - FD FIsO PIU 670 12411 FORD F700 RIOl40 - FD F700 SPRAY VAN 670 12412 FORD FIsO RIOl41 - FD FI50 PIU 670 12413 FORD EXPEDITION SOLD 10142 - FD EXPEDITION (V. SUlTONUR) 670 12414 FORD FI50 10143 - FD FI50 PIU . 12415 FORD FIsO 10144 - FD FI50 PIU (GEORGE LEIGHTON) 12416 FORD FIsO 10145 - FD FI50 PIU (DON LEIGHTON) 670 12417 FORD FI50 RIOl46 - FD FI50 PIU 670 12418 FORD EXPLORER 10147 - FD EXPLORER (BENSON KRULL) DOSSIer Maintenance Software UDROOOOOOI41-070130 Parsons Contruction Group User Defined Report Page 55 of 61 Units Report: Unit List Date 01/30/07 at 1:27 PM Eastern Category Series Unit # Make Model Description . 670 12419 FORD EXPLORER 10148 - FD EXPLORER (LAUREN ROBISON) 670 12420 FORD EXPLORER RI0149 - FD EXPLORER 670 12421 FORD F150 RI0150 - FD F150 PIU 670 12422 FORD F150 RI0151 - FD F150 PIU 670 12423 FORD FI50 RI0152 - FD F150 PIU 670 12424 FORD F150 RI0153 - FD F150 PIU 670 12425 FORD F150 RI0154 - FD F150 PIU (KEVIN BUNTING) 670 12426 FORD F150 10155 - FD F150 PIU 670 12427 FORD F150 RI0156 - FD F150 PIU 670 12428 FORD F150 RI0157 - FD F150 PIU (SHANNON PHIPPS) 670 12429 FORD FI50 RI0158 - FD F150 PIU 670 12430 CHEVROLET TAHOE 10159 - CHEVY TAHOE (MARK HEINTZ) 670 12431 FORD EXPEDITION SOLD 10160 - FD EXPEDITION (PETE WOLD) 670 12432 FORD F150 RI0161-FDFI50PIU(KLYNCH) 670 12433 FORD F150 RI0162 - FD FI50 PIU 670 12434 FORD FI50 RIOl63 - FD F150 PICKUP 670 12435 FORD FI50 RIOI64 - FD F150 PICKUP 670 12436 FORD FI50 10165 - FD FI50 PICKUP 670 12437 FORD FI50 RI0166 - FD F150 PICKUP 670 12438 FORD EXPLORER RI0167 - FD EXPLORER 670 12439 44HSE 10168 - RANGE ROVER (MARK R.) 670 12440 FORD EXPEDITION 10169 - FD EXPEDITION (ANDY A.) 670 12441 FORD FI50 RIOl70 - FRD FI50 4X4 PU 670 12442 CHEVROLET LSI500 RIOl71 - CHEV LSI500 PU (TIM MAINARD) 670 12443 FORD FI50 RIOI72 - FRD F150 PU (LEE SURRAT) 670 12444 FORD FI50 10173 - FD F150 PIU . 670 12445 FORD EXPLORER RI0174 - FD EXPLORER 670 12446 FORD AEROST AR SOLD RI0175 - FD AEROSTAR VAN 670 12447 FORD EXPEDITION SOLD RIO 177 - FD EXPEDITION 670 12448 FORD EI50 RIOl78 - FORD EI50 V AN 670 12449 FORD FI50 XLT RIOl79 - FD FI50 4X4 PIU 670 12450 FORD FI50XLT 10180 - FD F150 PICKUP (MIKE Q.) 670 12451 FORD EXPEDITION SOLD 10181 - FRO EXPEDITION 670 12452 CHEVROLET TAHOE SOLD 10182 - CHEV TAHOE 670 12453 FORD F150 10183 - FD FI50 4X4 PU (GENE W.) 670 12454 4 4 HSE 10184 - LAND ROVER (MWR) 670 12455 FORD FI50 10185 - FRD F150 PICKUP (JOE DAMITZ) 670 12456 FORD EXPLORER 10186 - FRD EXPLORER (GEORGE NORTON) 670 12457 FORD E350 RIOl87 - FD E350 VAN (15 PASSENGER) 670 12458 FORD F150 SUPER RI0188 - FD FI50 4X4 PU (P KELDERHOUSE) 670 12459 FORD FI50 SUPER 10189 - FD F150 4X4 PICKUP 670 12460 FORD FI50 10190 - FD F150 PICKUP (MIKE PECKMAN) 670 12461 FORD FI50 HRTG RIOl91 - FD FI50 PICKUP 670 12462 FORD F150 HRTG I.OT PICKUP 670 12463 FORD F150 HRTG RI0193 - FRD FI50 PICKUP 670 12464 FORD F250 4X4 PIU 670 12465 FORD FI50 RI0195 - FRD F150 PICKUP 670 12466 FORD FI50 HRTG 10196 - FRD F150 4X4 PICKUP (TOM H.) 670 12467 FORD FI50 HRTG RI0197 - FRD FI50 PICKUP 670 12468 FORD FI50 HRTG RI0198 - FD F150 PICKUP (SCOTT NELSON) 670 12469 FORD F150 HRTG RI0199 - FD FI50 4X4 PICKUP 670 12471 FORD FI50 XLT RI0200 - FD FI50 PICKUP 670 12472 FORD F250 RI0201 - FD F250 3/4 TON PU (J MORGADO) 670 12473 FORD FI50 RI0202-FDF150 II2TONPU . 670 12474 FORD FI50 10203 - FD FI50 4X4 PICKUP 670 12475 FORD F150 10204 - FD F150 4X4 PICKUP 670 12476 FORD F150 RI0205 - FD F150 4X4 PICKUP 670 12477 FORD FI50 RI0206 - FD FI50 PICKUP Dossier Maintenance Software UDROOOOOO 141-070130 Parsons ContructlOn Group User Defined Report Page 560f61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern etegory Series Unit # Make Model Description 670 12478 FORD F150 RI0207 - FD F150 PICKUP 670 12479 FORD F150 RI0208 - FD F150 PICKUP 670 12480 FORD F150 HRTG RI0209 - FD F150 PICKUP 670 12481 FORD F150 RI0210 - FD F150 PICKUP (ERIC MOLDEN) 670 12482 FORD F150 RI0211 - FD F150 PICKUP 670 12483 FORD F150 RI0212 - FD F150 PICKUP (K MERCURI) 670 12484 FORD F150 RI0213 - FD FI50 PICKUP 670 12485 FORD F150 4X4 10214 - FD F150 PICKUP 670 12486 FORD F150 RI0215 - FD F150 PICKUP (RON WIKA) 670 12487 FORD F150 RI0216 - FRD F150 4X4 PU 670 12488 PLYMOUTH VOYAGER VA 10217 -PLYMOUTH VAN 670 12489 FORD F150 RI0218 - FRD F150 4X4 PU (KEN TANNAHILL 670 12490 FORD EXPLORER 10219 - FD EXPLORER 670 12491 FORD F150 10220 - FD F150 PICKUP 670 12492 FORD EXPLORER R10221 - FD EXPLORER 670 12493 FORD EXPLORER R10222 - FD EXPLORER 670 12494 FORD EXPLORER 10223 - FD EXPLORER 670 12495 FORD F150 RI0224 - FD F150 PU 670 13203 FORD F150 RI0225-F150 TRUCK (JERRY WOOD) 670 13220 FORD F150 10226-2006 FORD F150 PICKUP (TIM DAVIS) 670 13221 FORD F150 10227-2006 FORD F150 PICKUP (B PARKER) 670 13222 FORD F250 10228-FORD F250 XL T 4X4 PU (c. Bell) 670 13231 FORD F250 10229 - FORD F250 4X2 670 13232 SIERRA SIERRA 10230 - GMC SIERRA 3500 DUMP BOX 670 13253 FORD F150 10231 - FORD FI50XL-SC (TIM COX) . 13255 FORD F250 10233 - FORD F250-SC 13256 FORD F250 10234 - FORD F250-SC 13260 FORD F250 10232 - FORD F250-SC 670 13269 FORD F150 10235 - FORD F150XL 4WD PICKUP 670 13270 FORD F150 10236 - FORD F150XL 4WD PICKUP 670 13279 CHEVROLET CHEVROLET 10272 - CHEVROLET 3/4 TON DUMP TRUCK 670 13280 CHEVROLET CHEVROLET 10273 - CHEVROLET 3/4 TON PICKUP 670 13281 CHEVROLET CHEVROLET 10238 - CHEVROLET 1 TON DUMP TRUCK 670 13282 CHEVROLET CHEVROLET 10239 - CHEVROLET 1 TON DUMP TRUCK 670 13283 CHEVROLET CHEVROLET 10240 - CHEVROLET I TON DUMP TRUCK 670 13284 CHEVROLET CHEVROLET 10241 - CHEVROLET 1 TON DUMP TRUCK 670 13285 CHEVROLET CHEVROLET 10242 - CHEVROLET 2 TON DUMP TRUCK 670 13286 CHEVROLET LUMINA 10243 - CHEVROLET LUMINA 670 13287 CHEVROLET LUMINA 10244 - CHEVROLET LUMINA 670 13288 CHEVROLET LUMINA 10245 - CHEVROLET LUMINA 670 13289 CHEVROLET IMP ALA 10246 - CHEVROLET IMP ALA 670 13290 CHEVROLET IMPALA 10247 - CHEVROLET IMPALA 670 13291 CHEVROLET IMP ALA 10248 - CHEVROLET IMPALA 670 13292 CHEVROLET CHEVROLET 10249 - CHEVROLET 3/4 TON PICKUP 670 13293 CHEVROLET CHEVROLET 10250 - CHEVROLET 3/4 TON PICKUP 670 13294 CHEVROLET CHEVROLET 10251 - CHEVROLET 3/4 TON PICKUP 670 13295 CHEVROLET CHEVROLET 10252 - CHEVROLET 3/4 TON PICKUP 670 13296 CHEVROLET CHEVROLET 10253 - CHEVROLET 1/2 TON PICKUP 670 13297 CHEVROLET CHEVROLET 10254 - CHEVROLET 3/4 TON PICKUP 670 13298 CHEVROLET CHEVROLET 10255 - CHEVROLET 3/4 TON PICKUP 670 13299 CHEVROLET CHEVROLET 10256 - CHEVROLET 3/4 TON PICKUP 670 13300 CHEVROLET CHEVROLET 10257 - CHEVROLET 3/4 TON PICKUP 670 13301 CHEVROLET CHEVROLET 10258 - CHEVROLET 1/2 TON PICKUP ~ 13302 CHEVROLET CHEVROLET 10259 - CHEVROLET 1/2 TON PICKUP 13303 CHEVROLET CHEVROLET 10260 - CHEVROLET 3/4 TON PICKUP 13304 CHEVROLET CHEVROLET 10261 - CHEVROLET 3/4 TON PICKUP 670 13305 CHEVROLET CHEVROLET 10262 - CHEVROLET 3/4 TON PICKUP 670 13306 CHEVROLET CHEVROLET 10263 - CHEVROLET 3/4 TON PICKUP Dossier Mamtenance Software UDROOOOOOI41-070130 Parsons Con/ruc/lOn Group User Defined Report Page 57 of 61 Units Report: Unit List Date 01/30/07 at 1 27 PM Eastern .- Category Series Unit # Make Model Description 670 13307 CHEVROLET CHEVROLET 10264 - CHEVROLET 3/4 TON PICKUP 670 13308 CHEVROLET CHEVROLET 10265 - CHEVROLET 3/4 TON PICKUP 670 13309 CHEVROLET CHEVROLET 10266 - CHEVROLET 3/4 TON PICKUP 670 13310 CHEVROLET CHEVROLET 10267 - CHEVROLET 3/4 TON PICKUP 670 13311 CHEVROLET CHEVROLET 10268 - CHEVROLET 3/4 TON PICKUP 670 13312 CHEVROLET CHEVROLET 10269 - CHEVROLET 3/4 TON PICKUP 670 13313 CHEVROLET CHEVROLET 10270 - CHEVROLET 3/4 TON PICKUP 670 13338 FORD E350XL 10237 - FORD E350XL 15 PASSENGER WAGON 670 670.110 10490 KENWORTH T800B R885 - KENWORTH T800B TRACTOR 670 670.110 10494 KENWORTH T800 889 - KENWORTH TRACTOR (OR) 670 670.110 10498 KENWORTH T800 R893 - KENWORTH TRACTOR T800 670 670.110 12131 KENWORTH 885L - KENWORTH DUMP WI LOWBOY 670 670.11 0 12140 MACK RW713 890L - MCK RW713 TRACTOR & LOWBED 670 670.11 0 12148 KENWORTH T800B 8917 - KENWORTH T800B LOWBOY TRACTO 670 670 110 12151 MACK CL713 891L - MCK CL713 TRACTOR & LOWBED 670 670.110 12160 MACK CL 713 892L - MCK CL713 TRACTOR & LOWBED 670 670.11 0 12161 KENWORTH 893L - KENWORTH & LOWBOY 670 670.120 10035 MACK MS250 R870E - MCK MS250 TOOLS-VAN 670 670.120 10075 FORD F150 RI004E - FD F150 PIU (SURVEY CREW-HI) 670 670.120 10077 FORD F 150 SUPER R1007E - FD F150 4X4 PIU (DON STIEN) 670 670.120 10079 FORD RANGER R1023E - FD RANGER 670 670.120 13228 FORD F250 8942 - FORD F250 4X4 (CW P AGLINA WAN) 670 670.120 13229 FORD F250 8943 - FORD F250 (KRIS HINDS) 670 670.120 13237 FORD F250 8946 - FORD F250 4X4 (J. JUSTISE) 670 670.120 13258 FORD F250 8953 - FORD F250-SC 670 670 120 13259 FORD F250 8954 - FORD F250-SC (JOHN ORR) . 670 670.120 13261 FORD F250 8949 - FORD F250 (P ASH) 670 670.120 13274 FORD F250 8955 - FORD F250 PICKUP (CHRIS TRAINER) 670 670.120 13332 FORD F250 8961 - FORD F250 4X2 PICKUP 670 670.120 13333 FORD F250 8962 - FORD F250 4X2 PICKUP 670 670.120 13347 CHEVROLET SIL VERADO PICKUP SIL VERADO 670 670.120 13348 FORD F250 PICKUP F250 4X2 670 670.120 13351 FORD F250 PICKUP F250 4WD SCSB 670 670.120 13352 FORD F250 PICKUP F250 4WD SCSB 670 670.120 13353 FORD F250 PICKUP F250 4WD SCLB 670 670.1'20 13354 FORD F250 PICKUP F250 4WD SCSB 670 670.120 13355 FORD F250 PICKUP F250 4WD SCSB 670 670.120 13357 FORD EXPLORER EXPLORER XLS 4WD 670 670.120 13360 FORD F250 PICKUP F250 SCSB 4WD 670 670.120 13361 FORD F250 PICKUP F250 SCSB 4WD 670 670.120 13362 FORD F250 PICKUP F250 SCSB 4WD 670 670.120 13366 FORD F250 PICKUP F250 4X4 SC 670 670.120 13367 FORD F250 PICKUP F250 4X4 SC (M JERKOVICH) 670 670.120 13368 FORD F250 PICKUP F250 4X4 SC 670 670.120 13369 FORD F250 PICKUP F250 4X4 SC (BOB LEGER) 670 670.120 13375 FORD F250 PICKUP F250 SUPER DUTY 4WD 670 670.120 13376 FORD F250 PICKUP F250XL SC 4X4 DIESEL 670 670.120 13381 FORD F250 PICKUP F250 4X4 SC 670 670.120 13382 FORD E150 V AN E 150 ECQNOLINE 670 670.120 13388 MAZDA SEDAN MAZDA 670 670.120 13389 MAZDA SEDAN MAZDA 670 670.120 13390 FORD F250 PICKUP F250 670 670.120 13391 FORD F150 PICKUP F150 670 670.120 13392 FORD F150 PICKUP F150 . 670 670.120 13393 MAZDA MAZDA5 MAZDA5 670 670.120 13394 MAZDA MAZDA5 MAZDA5 670 670.120 13395 MAZDA MAZDA5 MAZDA5 670 670.120 13396 MAZDA MAZDA5 MAZDA5 Dossier MlIlntenance Software UDROOOOOOI41-070130 . Parsons Contruction Group User Defined Report Page' 58 of 61 Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern etegory Series Unit # Make Model Description 670 670.120 13397 MAZDA SEDAN MAZDA 670 670.120 13398 MAZDA SEDAN MAZDA 670 670.120 13399 MAZDA SEDAN MAZDA 670 670.120 13400 MAZDA SEDAN MAZDA 670 670 120 13401 MAZDA SEDAN MAZDA 670 670.120 13402 FORD E350 E350 670 670.120 13403 FORD FI50 PICKUP FI50 670 670.120 13404 FORD FI50 PICKUP FI50 670 670.120 13405 FORD FI50 PICKUP FI50 670 670.120 13406 FORD FI50 PICKUP FI50 670 670.120 13407 FORD FI50 PICKUP FI50 670 670.120 13408 FORD RANGER PICKUP RANGER 670 670.120 13409 FORD ESCAPE XLS SUV ESCAPE XLS 670 670 120 13410 FORD ESCAPE XLS SUY ESCAPE XLS 670 670120 13411 FORD FI50 PICKUP FI50 SUPERCAB 4WD 670 670.120 13412 FORD F550 PICKUP F550 4X2 REG CHAS CAB 670 670.120 13419 FORD F250XL PICKUP F250XL 4WD CC 8' 670 670.120 13421 FORD F250 PICKUP F250XL SC 4X4 DIESEL 670 670.120 13422 FORD F250 PICKUP F250XL SC 4X4 DIESEL 670 670 120 13423 FORD F250 PICKUP F250XL SC 4X4 DIESEL 670 670.120 13425 FORD F250 PICKUP F250XL SC 4X4 DIESEL 670 670.120 13426 FORD F250 PICKUP F250XL SC 4X4 DIESEL 670 670.120 13427 FORD F550 PICKUP F550 4X2 REG CHAS CAB 670 670.130 10034 FORD F SUPER DU 868E - FD PIPE TRUCK(STEVE ENGLISH) 670 670.130 10036 MACK RS688LS R881E - MACK 12 YD DUMP . 670 130 10433 FORD F450 R804 - FD F450 PIPE 670.130 10436 FORD F450 SOLD R807 - FD F450 PIPE 670.130 10438 FORD F450 R810 - FD F450 PIPE 670 670.130 10439 FORD F450 R811 - FD F450 PIPE 670 670 130 10440 FORD F450 812 - FD F450 PIPE (K WOLLE) 670 670 130 10441 FORD F450 R813 - FD F450 PIPE (PHIL MOENOA) 670 670.130 10442 FORD F450 814 - FD F450 PIPE TRK 670 670 130 10443 FORD F450 815 - FD F450 PIPE (SANDERS DAY ACOS) 670 670.130 10444 FORD F450 R816 - FD F450 PIPE 670 670 130 10445 FORD F450 R817 - FD F450 PIPE 670 670 130 10446 FORD F450 R818 - FD F450 PIPE 670 670 130 10447 FORD F450 R819 - FD F450 PIPE 670 670.130 10448 FORD F450 820 - FD F450 PIPE TRUCK (GEO K) 670 670.130 10449 FORD F450 R821 - FRD F450 PIPE TRK (CHERYL W.) 670 670.130 10450 FORD F450 R822 - FD F450 PIPE TRUCK 670 670.130 10451 FORD F450 R823 - FRD F450 PIPE TRUCK 670 670.130 10452 FORD F450 R824 - FRD F450 PIPE TRK 670 670.130 10455 FORD F450 R848 - FD F450 PIPE (B LEONARD) 670 670.130 10456 FORD F700 R849 - FD F700 MECH TRUCK WI CRANE 670 670.130 10457 FORD F450 R850 - FD F450 MECH TRK (S HARLOW) 670 670.130 10458 FORD F450 851 - FD F450 WELD 670 670.130 10459 FORD F450 852 - FD F450 PIPE (TROY ROSEVEAR) 670 670.130 10460 FORD F450 R853 - FD F450 PIPE 670 670.130 10461 FORD F800 R854 - FD F80245 SRV TRK (P CUNNINGHAM) 670 670.130 10462 KENWORTH BOO 855 - KENWORTH MECH 670 670.130 10463 FORD F600 856 - FD F600 FLATBED (WELDERS TRUCK) 670 670 130 10464 FORD F600 2T SOLD R857 - FD F600 FL TBD MUD-CONC 670 670.130 10465 FORD F350 R858 - FD F350 FLAGGER TRUCK I. 670.130 10467 FORD F450 860 - FD F450 PIPE 670.130 10468 FORD F450 R861 - FD F450 PIPE (SPARE) 670.130 10469 FORD R450 R862 - FD F450 PIPE 670 670.130 10470 FORD F SUPER DU R863 - FD PIPE TRUCK 670 670.130 10471 FORD F SUPER DU R864 - FD PIPE TRUCK (M. NELSON DOSSIer Maintenance Software UDROOOOOOI41-070130 ~ . Parsons ContrnctlOn Group User Defined Report Page 59 of 61 Units Report: Unit List Dale 01130/07 at 1'27 PM Eastern . Category Series Unit # Make Model Description 670 670.130 10472 FORD F SUPER DU R865 - FD F SUPR DTY 670 670.130 10473 FORD F-450 R866 - FD F450 PIPE (D CALL) 670 670.130 10474 MACK R-600 SOLD R867 - MCK FUEL TRUCK 1040 GAL CA 670 670.130 10475 FORD F SUPER DU 868 - FDF SUPRDTYIUTLY (T. GATTS) 670 670 130 10477 FORD 5YD 871 - FD 5YD DUMP TRUCK 670 670.130 10478 FORD F750 R872 - FD F750 MECH (TIM LOUCKS) 670 670.130 10479 MACK RS612LS 873 - MCKRS612LS FUEL/LUBE TK(1500) 670 670.130 10480 T400 R874 - FUEL/LUBE CAP 1000 GAL (HI) 670 670 130 10487 MACK RD688S 882 - MCK RD688S 12YD DUMP TRUCK 670 670.130 10489 KENWORTH T800 BOOM TRUCK T800 (HAW AIr) 670 670.130 10491 KENWORTH T800B 886 - KENWORTH T800B DUMP 670 670.130 10492 KENWORTH T800B R887 - KENWORTH T800B DUMP 670 670 130 10493 KENWORTH T800 R888 - KNWTH T800 BOOM TRUCK 670 670.130 10495 MACK RW713 R890 - MCKRW713 FLATBED (JEFF BATES) 670 670.130 10496 MACK CL713 891 - MCK CL713 FUEL TRUCK 670 670.130 10497 MACK CL 713 892 - MCK CL713 FUEL TRUCK 670 670.130 10499 MACK BSF38.l6H R894 - MACK CONCRETE PUMPER TRUCK 670 670.130 10500 KENWORTH T800 R895 - KNWTH T800 LUBE TRUCK 670 670 130 10503 PTRBLT 330 R898 - PTRBL T FUEL TRUCK (B. MITCHELL) 670 670 130 10504 KENWORTH T800 899 - KENWORTH T800 DUMP (LOUIE L.) 670 670.130 12132 MACK RD688 R8900 - MACK DUMP TRK 670 670 130 12133 MACK RD688 R8901 - MACK DUMP TRK 670 670.130 12135 MACK CV713 8905 - MACK CV713 DMP TRK 670 670.130 12136 PETERBILT 330 R8906 - PETERBIL T MECH TRK (JON E.) 670 670.130 12137 FORD F550 SD 8907 - FRD F550 PIPE TRUCK 670 670.130 12139 FORD F650 R8909 - FD F650 MECHANIC TRK (MAX M ) . 670 670.130 12141 FORD F450 R8910 - FD F450 FLATBED (PARTS TRK) 670 670.130 12142 FORD F450 8911 - FD F450 PIPE TRUCK 670 670 130 12143 FORD F450 SD R8912 - FD F450 PIPE TRUCK 670 670.130 12144 FORD F450 SD R8913 - FD F450 PIPE TRUCK 670 670 130 12145 KENWORTH T800 R8914 - KENWORTH T800 FUEL TRUCK 670 670.130 12147 FORD F450 R8916 - FD F450 PIPE TRUCK 670 670 130 12149 FORD F450 SD R8918 - FRD F450 PIPE TRUCK 670 670.130 12150 KENWORTH T800B 8919 - KENWORTH T800B DUMP (SHANE J) 670 670.130 12152 KENWORTH T800B 8920 - KENWORTH T800B DUMP(RY AN H) 670 670.130 12153 FORD F450 R8921 - FRD F450 PIPE TRUCK (M MCCALLEN 670 670.130 12156 FORD F450 R8924 - FRD F450 PIPE TRUCK (A POOUAHI) 670 670.130 12157 FORD F450 R8925 - FRD F450 PIPE TRUCK 670 670.130 12158 FORD F450 R8926 - FD F450 FLATBED (EDDIE NAKI) 670 670.130 12159 FORD F450 R8927 - FD F450 FLATBED 670 670.130 13199 KENWORTH T300 R8928- TJOO MECHANIC TRUCK 670 670.130 13200 FORD F450 R8929 - F450 PIPE TRUCK (CHRIS COOPER) 670 670.130 13227 PETERBUIL T PETERBUILT 8944-2006 MECHANIC TRUCK 670 670.130 13238 FORD F450 SD 8947 - FORD F450 PIPE TRUCK 670 670 130 13239 KENWORTH T800B 8931 - KENWORTH T800B DUMP TRUCK 670 670.130 13240 KENWORTH T800B 8932 - KENWORTH T800B DUMP TRUCK 670 670.130 13241 KENWORTH T800B 8933 - KENWORTH T800B DUMP TRUCK 670 670.130 13242 KENWORTH T800B 8934 - KENWORTH T800B DUMP TRUCK 670 670.130 13243 KENWORTH T800B 8935 - KENWORTH T800B DUMP TRUCK 670 670.130 13244 KENWORTH T800B 8936 - KENWORTH T800B DUMP TRUCK 670 670.130 13245 KENWORTH T800B 8937 - KENWORTH T800B DUMP TRUCK 670 670.130 13246 KENWORTH T800B 8938 - KENWORTH T800B DUMP TRUCK 670 670.130 13247 KENWORTH T800B 8939 - KENWORTH T800B DUMP TRUCK 670 670.130 13248 KENWORTH T800B 8940 - KENWORTH T800B DUMP TRUCK .' 670 670.130 13249 FORD F450 8948 - FORD F450 PIPE TRUCK (S. LEHMAN) 670 670.130 13257 FORD F550 8952 - FORD F550 MECHANIC TRUCK 670 670.130 13315 FORD F450 8941 - FORD F450 PIPE TRUCK 670 670.130 13316 FORD F550 8957 - FORD F550 SD PIPE TRUCK DossIer Mamtenance Software UDROOOOOO 141-070 130 ... .' Parsons ContructlOn Group User Defined Report Page 60 of 61 Units Report: Unit List Date 01/30/07 at I :27 PM Eastern etegory Series Unit # Make Model Description 670 670 130 13318 FORD F550 8960 - FORD F550 PIPE TRUCK 670 670.130 13371 FORD F550 PIPE TRUCK F550 670 685 110 12138 FORD F650 FORD V ACMASTER TRUCK 680 680 10012 KENWORTH T800B R826E - KENWORTH TRACTOR 680 680 10013 KENWORTH T800B R827E - KENWORTH TRACTOR 680 680 10014 KENWORTH T800B R828E - KENWORTH TRACTOR 680 680 10015 KENWORTH T800B R829E - KENWORTH TRACTOR 680 680 10016 KENWORTH T800B R830E - KENWORTH TRACTOR 680 680 10017 KENWORTH T800B R831E - KENWORTH TRACTOR 680 680 10018 FREIGHTLIN FLD120SD R832E - FREIGHTLINER FLD120SD TRACTOR 680 680 10019 FREIGHTLIN FLD120SD R833E - FREIGHTLINER FLD120SD TRACTOR 680 680 10020 FREIGHTLIN FLD 120SD R834E - FREIGHTLINER FLD120SD TRACTOR 680 680 10021 FREIGHTLIN FLD 120SD R835E - FREIGHTLINER FLD120SD TRACTOR 680 680 10022 FREIGHTLIN FLD120SD 836E - FREIGHTLINER FLD120SD TRACTOR 680 680 10023 FREIGHTLIN FLD 120SD R837E - FREIGHTLINER FLD120SD TRACTOR 680 680 10024 FREIGHTLIN FLD 120SD R838E - FREIGHTLINER FLD120SD TRACTOR 680 680 10025 FREIGHTLIN FLD120SD R839E - FREIGHTLINER FLD120SD TRACTOR 680 680 10026 FREIGHTLIN FLD120SD R840E - FREIGHTLINER FLD120SD TRACTOR 680 680 10027 FREIGHTLIN FLD120SD R841E - FREIGHTLINER FLD120SD TRACTOR 680 680 10028 FREIGHTLIN FLD 120SD R842E - FREIGHTLINER FLD120SD TRACTOR 680 680 10029 FREIGHTLIN FLD 120SD R843E - FREIGHTLINER FLD 120SD TRACTOR 680 680 10030 AUTOCAR ACL64B SOLD R844E - AUTOCAR ACL64B ROLL-OFF T 680 680 10031 AUTOCAR ACL64B SOLD R845E - AUTOCAR ACL64B ROLL-OFF T 680 680 10032 WESTERN ST 4864-2 SOLD R846E - WESTRN STAR 4864-2 ROLL-OF 700 700.120 10033 1954S 847E -INTERNATIONAL WATER TRUCK (10 700 120 10382 CAT 613B R610-CAT613B WATER TANKER 5000 G 70~ 700 120 10397 CAT D400D R625 - CAT ARTICULATED WATER TRUCK 700.120 10476 KENWORTH T800 R869 - KENWORTH T800 WATER TRUCK 700 700.120 10481 W-900 R875 - KN W-900 3600G H20 TRUCK 700 700.120 10482 W-900 R876 - KN W-900 3600G H20 TRUCK 700 700.120 10483 MACK RD688S R877 - MCK RD688S 4000G H20 TRUCK 700 700.120 10484 INTERNA TIO SOLD R878 - INTN'L WATER TRK 700 700 120 10485 INTERNA TIO 8100 R879 -INTN'L 8100 WATER TRUCK 700 700 120 10488 MACK RD688S R883 - MCK RD688S WATER TRUCK 700 700.120 12134 INTERNA TIO 1854S SOLD R8902 - INTNL WATER TRK 700 700 120 12146 INTERNATIO 4900 R8915 -lNTN'L WATER TRUCK 3300 GAL 700 700.120 13267 FORD F750 8950 - FORD F750 WATER TRUCK 700 700.120 13268 STERLING LT7500 8951 - STERLING LT7500 WATER TRUCK 700 700 120 13365 FORD F750 WATER TRUCK F750 2000 GAL 700 700 120 13424 STERLING WATER TRUCK STERLING 4000 GALLON 700 700.130 10396 CAT 613C R624 - CAT 613C WATER PULL 710 10107 LINCOLN RANGER 9 R1814E - LINCOLN WELDER 710 10981 WHISPERWEL SDW-225SS R1801- WHISPERWELDWELDER 710 10982 LINCOLN RANGER 250 1802 - LINCOLN WELDER (R814) 710 10983 LINCOLN RANGER 250 1803 - LINCOLN WELDER (R816) 710 10984 LINCOLN RANGER 250 1804 - LINCOLN WELDER (R817) 710 10985 LINCOLN RANGER 250 1805 - LINCOLN WELDER (R872) 710 10986 LINCOLN COMM 800 RI806 - LINCOLN WELDER (JOB 746) 710 10987 LINCOLN COMM 500 R1807 - LINCOLN WELDER (JOB 771) 710 10988 LINCOLN RANGER 250 1808 - LINCOLN WELDER (R854) 710 10989 LINCOLN RANGER 250 1809 - LINCOLN WELDER 710 10990 LINCOLN RANGER 9 1810 - LINCOLN WELDER (R898) 710 10991 LINCOLN RANGER 250 1811 - LINCOLN WELDER (R823) .~ 10992 LINCOLN RANGER 250 R1812 - LINCOLN WELDER 10993 LINCOLN RANGER 9 R1813 - LINCOLN WELDER 10994 LINCOLN KI725-7 1815 - LINCOLN KI725-7 WELDER (R854) 710 10995 LINCOLN RANGER 9 1816 - LINCOLN RANGER 9 WELDER 710 10996 TRACST AR T5000102 R1817 - TRACSTAR FUSION MACHINE Dossier Mamtenance Software UDROOOOOO141-070130 " W' .. Parsons Contruction Group User Defined Report Page' 61 of 61 Units Report: Unit List Date 01/30/07 at 1 :27 PM Eastern . Category Series Unit # Make Model Description 710 10997 LINCOLN RANGER 250 1818 - LINCOLN RANGER 250 WELDER 710 10998 LINCOLN RANGER 250 1819 - LINCOLN RANGER 250 WELDER 710 10999 LINCOLN RANGER 1820 - LINCOLN WELDER 710 11000 LINCOLN RANGER 250 1821 - LINCOLN WELDER (R8911) 710 11001 LINCOLN RANGER 250 1822 - LINCOLN WELDER 710 11002 LINCOLN RANGER 250 1823 - LINCOLN RANGER 250 WELDER 710 11003 LINCOLN POWERMIG25 1824 - LINCOLN WELDER/SHOP 710 11004 LINCOLN RANGER 250 1825 - LINCOLN WELDER (R8925) 710 11005 LINCOLN RANGER 9 1858 - LINCOLN RANGER 9 WELDER 710 11006 MCELROY 430101 1859 - MCELROY 4"" PIPE FUSER 710 13335 LINCOLN RANGER 250 1828 - LINCOLN RANGER250 WELDER 710 13342 MILLER XMT 304 1861 - MILLER XMT304CC/CV 4 PACK RACK 710 710110 13385 Red-D-Arc GX300 Welder GX300 Red-D-Arc Ex 710 710.110 13413 LINCOLN RANGER LINCOLN 250 AMP WELDER PROJECT 041743 SAND ISLAND WWTP PROJECT 041754 GREEN RIVER HEADWORKS PROJECT 041762 SAND ISLAND HEADWORKS PROJECT 041772 PEARL HARBOR SEWER FORCE MAIN PROJECT 041816 HONOULIULI RESERVOIR NO.3 PROJECT 041844 SOUND TRANSIT PROJECT 041860 SAND HILLS EST A TES PROJECT 041862 HI REGIONAL HOUSING PPV PROJECT 041863 KA IWI SHORELINE PROJECT 041868 MAUl LAN! COMMERCIAL SITE PROJECT 041870 EQUA CHLOR PROJECT 041874 FORD ISLAND '.' PROJECT 041878 MILILAN! MAUKA 1150 RES. NO.2 PROJECT 041884 PAILANI ST. WATER SYSTEM IMPROV. PROJECT 041885 NW 3RD & 4TH AVE IMPROVEMENTS PROJECT 041887 LANIKEAH SUBDIVISION CIVIL IMPROV. PROJECT 041893 NORTH SOUTH ROAD PROJECT 041898 MAUl WATERSHED PROJECT 041901 FEDERAL WAY CROSSINGS PROJECT 041907 SUNCADIA PIT RECLAMATION PROJECT 041924 EW A SHAFT CARBON TREATMENT F AC PROJECT 041927 W AIMANALO WWTP PROJECT 041928 BRIGGS VILLAGE PROJECT 041929 GIG HARBOR NORTH PROJECT 042456 ERDF WASTE TRANSPORTATION PROJECT 042925 BASIN F WASTE PILE REMEDIATION PROJECT 406208 PROJECT 406213 PIW AI WELLS 16' TRANSMISSION LINE PROJECT 406250 N.E. SANDY BLVD. PROJECT 406254 OLHA V A POULSBO PROJECT 406255 SUNCADIA - BULLFROG CLE ELUM PROJECT 406260 SUNCADIA PROJECT 406263 BRIGHTW A TER PROJECT 406264 PACIFIC MEADOWS / MARYSVILLE PROJECT 406266 BRIGGS VILLAGE CENTRAL PHASE PROJECT 406270 MINT FARM PROJECT 406272 POWDER MILL CREEK SEDIMENT REMOVAL PROJECT 406279 RIVER SAND - AUBURN . DOSSIer MaIntenance Software UDROOOOOOI41-070130 i. Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non-responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for In the proposed contract. The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360-753-9693. PAfZboNS 12G\ \ NC. certifies that the Disadvantaged Business Enterprise (DBE) Name of Bidder Firms listed below have been contacted regarding partiCipation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet) . Project Rote" (prilne, Joint Venture, AIiiQl,mt to .... Name of OBE SllbcQnt~ctQf , be applied MlInulaclure, RegUlar Certificate Number Dealer Service Provider} Descriotion Of Work TOward Goal 1 I2'A~N ~R. STEEa-J INC.. FVRJvJstt At-Jt::> ~1,S"oq OCO. 00 DIM oq 0100" sve, lNs:rAI.l... f<e~~ 2. 3. 4. 5. 6. 7 8 9 10. Disadvantaged BUSiness Enterpnse Subcontracting Goal' Regular Dealer status must be approved by the Office of Equal Opportunity, Wash. State Dept of Transportation, on each contract See the section "Counting DBE Participation Toward Meeting the Goal" In the Contract Document ... The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal or the average goal attainment of all bidders. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly eoI DBE Total $ 1/ SOC/, GOO. 00 i. DOT Form 272-056 EF ReVised 6/2004 CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 1-10 000328 T anuary 2007 Page 14 Disadvantaged BUSiness Enterprise UtIlization Certification PrOVIded to BUilders Exchange of WA, Inc For usage Conditions Agreement see WVIfW bxwa com . . . BID FORM Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, W A 98362 BIDDER: f'AtLSON5 P-G\ \~C. DATE:~ \ ~ J 01 REGISTRATION NO.: PARSOJZJ: q S4pS UBI NUMBER: '00- tbO- ~t:j~ The undersigned, hereinafter called the bidder, declares that the only person(s) interested m 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 calefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project unprovement(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 regardmg the interpretation of surface infOlmation and has utilized all data which it believes is pertinent from the CIty Engineer, hereinafter also leferred to as the City or Owner, and such other source of information as it determined necessary in mriving at its conclusion. The bidder further certifies that the subcontractmg firms or businesses submitted on the SUBCONTRACTOR LIST will be awarded subcontracts for the described portions ofthe work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the perfOlmance bond is: ZU'4W NCi\2.n\ ,6.Mel2leAN ;u(2eTi Surety eq t-l0t2-lH fif2ANJ/ ~"D'J P~\.lE,e..~&. 6L0-1p<\..6, (JA tJ(1 z.o3 Surety Address ~cN. ~IS\.( ~ IreS Agent 101 W'l-~t+/12G .f3t..IJD. STe. C:PX:> L.O,5 ArJ't~, ep.. 10017 Agent Address AND'! Pt-kT, (~,~J 4dI-ZS?/2- Swety Contact and Phone Number ~A-r2-UtJe-- ~~u.(2A- &1'b)(p7p -/32-8 Agent Contact and Phone Number ClTY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 1-11 000328 January 2007 Addendum No 2 Page 8 Bid Form PrOVided to BUilders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com . . . BID FORM Base Bid Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 1 1-04 Minor Chanae 1 Est $100.00 $100.00 2 1-04 Reimbursement For 1 Est $5,000.00 $5,000.00 Third Party Damaae 3 1-05 Structure Survevina 1 LS Cf?1. (XX) . 00 q~l (lX). Ct:) 4 1-05 Roadwav Surveying 1 LS U.WD. vO Z~a;o.w 5 1-07 SPCC Plan 1 LS I, ctlJ. 00 1,000.00 6 1-07 Street Cleanina 128 HR ,10.00 i4 OW. ()D 7 1-07 Training 1,500 HR 1.00 l,gOb.tV 8 1-09 Archaeological and 1 Est $5,000.00 $5,000.00 Historical Salvage 9 1-09 Mobilization 1 LS I, !lOt?, o::t}. <:it:' I/~'~'OO 10 1-10 Type III Barricade 12 Each ~CV.()() '2., 4-0). 00 11 1-10 Project Temporary 1 LS 180, a;.:v. w \bO, lXV. 00 Traffic Control 12 1-10 Traffic Control 1 lS I1G. 00). 00 116-, c:t:V. 00 Supervisor 13 1-10 Temporary Traffic 1 LS 11,OO0.00 11, oev. w Control Devices 14 2-01 Clearina and Grubbing 1 LS 1.-~, Q;;O. (P '2G (:u). 00 I 15 2-02 Removing Existing 1 LS Bridge No. 117/5 Over ~ 1 $1 ()(X) . ex> 41;,000. a> Tumwater Creek 16 2-02 Removing Existing 1 LS Bridge 8th St. Over 4'30/0C70.00 4"30,100:>.00 Valley Creek 17 2-02 Removal of Structures 1 LS Go, OW. co GO, OCO. 00 and Obstructions 18 2-02 Removing and Replace 343 LF 2g.oo q, b04-. 00 Existing Fence 19 2-03 Roadway Excavation 2,000 CY .zo.m 40, 00:>. 00 Inel. Haul 20 2-03 Gravel Borrow Inel. Haul 100 Ton 80. 00 G a::;o. DO , 21 2-03 Roadside Cleanup 1 Est $tO,OOO.OO $10,000.00 22 2-09 Structure Excavation 1,960 CY GO. CO q€, ceo. co Class A Incl. Haul ( ) CITY OF PORT ANGELES 8th Street Ilridge Replacements Project No. 02-15 1-12 000328 January 2007 Page 9 PrOVided to Builders Exchange of W A, Inc. For usage Conditions Agreement see www.bxwa.com . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantitv Units $ $ 23 2-09 Shoring Or Extra 1 LS ~JOOO. aJ ~ roo. co Excavation CL. A 24 2~09 Structure Excavation 2,171 CY 10. CO 21 1110. CO Class B Incl. Haul 25 2w09 Shoring Or Extra 5,815 SF tJO.oo 114-. ~o, (l} Excavation CL. B 26 2-09 Gravel Backfill for Pipe 700 CY 21,00 18, qoo, C\/ Zone Bedding 27 2-09 Gravel Backfill For Wall 450 CY 50. CO 2Z,SW.00 28 2-09 Force Account Lean 1 Est $5,000.00 $5,000.00 Concrete 29 2-09/ Construction Access 1 LS 5r:JO, 000. co SP Road - Tumwater 5 r:Jf:J, OOC. 00 Creek 30 2-09/ Construction Access 1 LS -,OOt(;OO'OO ;001000. em SP Road Valley Creek 31 4-01 Crushed Surfacing Base 1,600 Ton 113. 00 40, exv. 00 Course 32 5-04 Planing Bituminous 850 SY q,oo 1, "GO. 00 Pavement 33 5-04 HMA CI. B Po 64-22 1,100 Ton qg.OO 1D4-.l?CO. 00 34 5-04 Anti-Strippino Additive 1 Est $550.00 $550.00 35 6-02 Sf. Reinf. Bar For 595,000 LB 1.?O 113,50<'.00 Bridae 36 6-02 Cone. Class 4000 For 2,536 CY S~g.OO 1,440, 44~. 00 Bridoe 37 6-02 Deficient Strength Cone. 1 Calc -1 -1 Price Adjustment 38 6-02 Expansion Joint System 192 LF 110,00 ~1,'20, 00 Strip Seal Superstr. 39 6-02 Superstructure - 1 LS 1,1oCl.OOO. co 1,1C1O,OC70.00 Tumwater Creek 40 6-02 Superstructure - 1 LS l,10C1,Ct>t>.00 1,100,~. 00 Valley Creek 41 6-02 Prestressed Cone. 7,378 LF 400.00 '2/~G., ~oO. 00 Girder W83G 42 6-02 Soil Excavation For 2,075 CY 420.00 C071 , S'aJ. VI1 Shaft Includina Haul 43 6-02 Furnishing Permanent 208 LF ~ G". 00 \15,1"'0.(;0 Casing For 9'0" Diam. Shaft CITY OF PORT ANGELES 8'" Street Bndge Replacement Project No. 02-] 5 1-13 000328 January, 2007 Addendum No 3 Page 2 Provided to BUilders Exchange of W A, Inc For usage Conditions Agreement see www bxwa com . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 44 6-02 Placing Permanent 16 Each Casing For 9/0" Diam. '2. "?S""". 00 ~11fDO. 00 Shaft 45 6-02 CasinQ ShorinQ 69 LF t,rol50.00 1'2.1,~so.oo 46 6-02 Cone. Class 4000P For 1,940 CY ?~O.OO 1"31,'Z.00.00 Shaft 47 6-021 St. Reinf. Bar For Shaft 358,800 Lbs l.LO ~q4,~t>.OO SP 48 6-02/ CSL Access Tube 7,380 LF 10.00 7?/, $lX). CO SP 49 6-021 CSL Test 16 Each ,,OU), 00 'b, 000. 00 SP 50 6-02 Removing Shaft 1 Est $430,000.00 $430,000.00 Obstructions 51 6-06 Bridqe Railing Type BP 3,126 LF 4~.oo l4,,7Qll1.00 52 6-07 Pedestrian Barrier 3032 LF f> 1. DO 2.(P~, 1~4. 00 SP 53 6-10 Pedestrian Barrier With 94 LF 4epO.oo 4?,2J1o.00 Structural Slab 54 7-01 Underdrain Pipe 8 in. 318 LF 10.00 ~II&o. 00 Diam. 55 7-01 Gravel Backfill For Drain 44 Cy 2v.CO i,920.CQ 56 7-04 Testing Storm Sewer 1,376 LF 1..00 2,1gz.ro Pipe 57 7-04 Schedule A Storm 1,014 LF (j'7. 00 G0,110, 00 Sewer Pipe 12 In Diam. 58 7-04 Schedule A Storm 362 LF gg.OO ~,'110. 00 Sewer Pipe 18 In Diam. 59 7-05 Catch Basin Type 1 8 Each 1.800. a:> (O,4CO. GO 60 7-05 Catch Basin Type 2 1 Each :2, tLO. CO 2,oa:>. ro 48 In. Diam. 61 7-05 Catch Basin Type 2 4 Each 8,4W. OJ 1-3, U:::o. bO 72 In. Diam. 62 7-05 Manhole Type 1 1 Each Z, aD. 00 2.CCO.00 48 In Diam. 63 7-05 Adjust Manhole 1 Each 2'2-G. to '225. 00 64 7-12 Gate Valve 10 Inch 1 Each ',400. cO , , 400 . U) 65 7-051 Drainage Detention 1 LS -1G,toO. CO 1!7,lLO. 00 SP Facility 1 CITY OF PORT ANGELES 8th Street Illidge Replacements Project No. 02-15 1-14 000328 January 2007 Page 11 Provided to BUilders Exchange of W A, Inc For usage Conditions Agreement see WINW bxwa com . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. Description of Item Quantltv Units $ $ 66 7-05/ Drainage Detention 1 LS 4G,M.OO ~DCO.W SP Facility 2 67 7-05/ Drainage Detention 1 LS %", OOD. 00 4f7, 000. DO SP Facility- 3 68 7-05/ Drainage Detention 1 LS 4b,DOO. DO 4b, ODD. DO SP Facility 4 69 7-05/ Media Filter Vault - 2 Each 4O,CCD.CO gO, OCO. (;0 SP 8 CartridQes 70 7-05/ Media Filter Vault- 1 Each ~IWD.Q) ~,CCO,w SP 7 Cartridoes 71 7-05/ Media Filter Vault - 1 Each 40,000. U) 40, oDD. ro SP 5 Cartridoes 72 7-05/ Energy Dissipater 4 Each G, W. Q) '20 OC:V. CO SP , 73 7-09 Polyethylene Pipe For 330 LF 2O,m b, bDo, DO Water Main 2 In Diam. 74 7-09 Ductile Iron Pipe For 188 LF 1Z0.w za,~.vo Water Main 81n Diam. 75 7-09/ Adjust Water Valve 8 Each g70.o0 2,Q00. co SP 76 7-09/ Adjust Water Meter 4 Each 87f3. 00 I,EOo,w SP 77 7-12 Gate Valve 8 Inch 3 Each , , ~OO, 00 ~, '100. 00 78 7-17 PVC Sanitary Sewer 208 LF !1f7, CO II,#O,O() Pipe 8 In Diam. 79 7-17 Testina Sewer Pipe 208 LF ~.OO <024,00 80 7-17 Sewer Cleanout 2 Each 400. 00 goo,W 81 8-01 Inlet Protection 14 Each 4e,OO b~.Q) 82 8-01 Silt Fence 3,080 LF 10,00 ~. 800,00 83 8-01 Erosion/Water Pollution 1 Est $22,000.00 $22,000.00 Control 84 8-02 Seeding, Fertilizing and 2.3 Acre t,ICO. CO 4-lg~. a::> Mulchina 85 8-02/ Wetland Restoration 1 Est $35,000.00 $35,000.00 SP 86 8-021 Wetland Creation 1 LS '1 (7, l)ClO. 00 10'1 O(t). DO SP 87 8-04 Cement Cone. Traffic 920 LF '20. 00 1~,4tiO. 00 Curb and Gutter CITY OF PORT ANGELES 8th Street Bridge Replacements ProJcctNo.02-15 1-15 000328 January 2007 Page 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see WWIN.b>N<la com . . . Unit Price Extended Item Sec. Estimated (Figures) Amount No. No. DescriDtlon of Item Quantity Units $ $ 88 8-09 Raised Pavement 16.1 Hund 2- 20. 00 ~G42.lV Marker TVDe 1 89 8-09 Raised Pavement 4.1 Hund ~~.oo 1,t?lq,&iO Marker Type 2 90 8-12 Chain Link Fence 106 LF Ztg. 00 /}.., qi/b I CO Type 3 91 8-14 Cement Cone. Sidewalk 655 SY :gtr:;. w ";L2 I 'J'JI3;. Q) 92 DELETED 93 8-20 Electrical Service 1 LS 12.. 100.00 12./ L 00. 00 94 8-20 Illumination System - 1 LS 4~,1(7(? 00 4~/IOO. 00 Off Structure 95 8-201 Illumination System - 1 LS SP Tumwater Creek U OJ C1OO. 00 " 0, CLlO. 00 Structure 96 8-201 Illumination System - 1 LS /Jf], 000.00 II 0, 000. c>o SP Valley Creek Structure 97 8-20 Traffic Signal System - 1 LS ~ ()(X). Of) 6o,~.OO 8th St & Pine St. 98 8-20 Temp. Traffic Signal 1 LS System - US 101 & 2.'Z, oot:'. OC 2'2.,000. cx;I Pine St. 99 8-20 Traffic Signal System - 1 LS Marine Dr. & Tumwater .q c" c;a,. 00 4C?, COO. eo St. 100 8-20 Temporary Interconnect 1 lS I~ 000.00 ItJ, 000. OeJ System - Marine Drive 101 8-21 Permanent Siqninq 1 LS (eo I 8cV. Q? (p ?cD. 00 , 102 8-22 Paint Line 6.296 IF a.GO ?1148.~ 103 8-22 Painted Wide Line 308 LF -:2.40 7~'j I 20 104 8-22 Plastic Stop Line 417 SF lJ".EiO Z, '2- q ~ . 50 105 8-22 Plastic Cross Walk 1,040 SF 4.bD 4-, L:,.~O. OJ 106 8-22 Plastic Traffic Arrow 13 Each qG.OO I. Z~. oLJ 107 8-23 Temporary Pavement 2,200 LF I. l:7S ~, "-70. 00 Markina 108 8-24 Rock For Rock Wall 60 Ton 11G . CV I(;? oCt>. CO 109 8-24 Backfill For Rock Wall 43 Ton i?S. ex> ',f70E7. CO TOTAL Base Bid $ lro/4t~/Z.(P7.'2.0 ~o , B,t.flto,o<<s.~ - CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 1-]6 000328 January 2007 Page 13 PrOVided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com . . . BID ALTERNATIVE A Adjustment for Barrier and illumination Add new items 114, 115, 116, and 117; deduct items 52, 53, 95, and 96. Unit Price Extended Item Sec Estimated (Figures) Amount No. No. DescriptIon of Item Quantity Units $ $ 114 6-021 Alt. A Pedestrian Barrier 3,032 LF '1 0.00 'l12..,&f10.oo SP 115 6-021 Alt. A Pedestrian Barrier 94 LF 42. (p, 00 40,044.00 SP With Structural Slab 116 8-20f Alt. A Illumination 1 LS SP System - Tumwater , ~q ,500,00 10J9,5t:XJ.oO Creek Structure 117 8-201 Alt. A Illumination 1 LS SP System - Valley Creek I Q9, 500. ~o 199,5CXJ,OO Structure 52 6-1 Of Pedestrian Barrier -3,032 LF &1.00 -2(,:1~,164, ()O SP 53 6-1 01 Pedestrian Barrier With -94 LF 4~o. 00 -4~,'2.~0.ot? SP Structural Slab 95 8-201 Illumination System- -1 LS 110, 000. 00 - JI 0, OOCJ. ()(I SP Tumwater Creek Structure 96 8-201 Illumination System - -1 LS J1~ OCJO. 00 - II 0, 000, DO SP Valley Creek Structure TOTAL Bid Alternative A $ J 64-, ~OC>. 00 CITY OF PORT ANGELES 8th Street Dridge Rep]acements Project No. 02-]S 1-17 000328 January 2007 Page 14 Bid Alternative A Provided to BUIlders Exchange of WA, Inc. For usage Conditions Agreement see WNW.bxwa com . . . BID AL TERNA riVE B Adjustment for Rail, Barrier, and Illumination Add new items 118, 119, 120, 121, and 122; deduct items 51, 114, 115, 116, and 117. Unit Price Extended Item Sec Estimated (Figures) Amount No. No. Description of Item Quantity Units $ $ 118 6-06 Alt. B Bridge Railing 3,126 LF /80. fX) 5"b21~' 00 SP 119 6-021 Alt. B Pedestrian Barrier 3,032 LF '16.00 'Z~"I 4') (,.00 SP 120 6-02/ Alt. B Pedestrian Barrier 94 LF ~1 S. 00 ~S"125'O. 00 SP With Structural Slab 121 8-201 All. B Illumination 1 LS SP System - Tumwater J 99, $'<<1. 00 J ''I, '5'00. 00 Creek Structure 122 8-201 Alt. B Illumination 1 LS SP System - Valley Creek I '1q ,500. "0 199, 500. 00 Structure 51 6-06 Bridge Railing Type BP -3,126 LF 4(,.00 -/4'3,19&.00 SS 114 6-10/ All. A Pedestrian Barrier -3,032 LF qo.OO -2,Z./~,()O SP 115 6-1 0/ All. A Pedestrian Barrier -94 LF 42(p,OO -40,044.00 SP With Structural Slab 116 8-201 All. A Illumination -1 LS SP System - Tumwater 199, 5"OO.O() 'r-J'J9,stJo.OO Creek Structure 117 8-201 All. A Illumination -1 LS -1'19, 5()(J. 0() SP System - Valley Creek /Cffj 5"00. 00 I Structure TOTAL Bid Alternative B $ *3,1,70".00 CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 1-18 000328 January 2007 Page 15 Bid Alternative B Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see www.b"JNVa com . . . BID SUMMARY Preference 1: Base Bid, Plus Bid Alternative A, Plus Bid Alternative B Preference 2: Base Bid, Plus Bid Alternative A Preference 3: Base Bid CITY 01<' PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 1-19 Page 16 Bid Summary Provided to BUilders Exchange ofWA, Inc. For usage Conditions Agreement see www.bX>Nacom $ JtO, Q&ltra1:3.'2o $ ItO/~04-,1(P7.2.0 $ 1 f>,41ct, ~fp7. '1.0 000328 January 2007 . . . ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that 1t has received Addenda No(s). I> 'Z) ~ to this Project Manual. The name of the bidder submitting this bid and rts business phone number and address, to which address all conununicatIons concerned with this bid and with the Contract shall be sent, are listed below. Bidder's fum name: fA~ON5 J2CI INC. Complete address; \ Z-I/P 14-0-t:h A-~ e-NU~ cr. e.. (Street address) SlAMrJW (State) W~ q8'~10 (Zip) Telephone No.: (1..r?1~) ~(P8 - !3'J-OO S~by:jJ~ ~ '~I~T Printed Name: AN DJ2ev'J C . /tL- g~T Notes: (1) If the bidder is a partnership. so state. giving fum name under which business is transacted. (2) If the b1dder is a corporation, this bid must be executed by its duly authOlized officials. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02- 15 1-20 000328 January 2007 Page 17 Addenda Acknowledgement Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see WINW bxwa com . BID BOND FORM Herewith find deposit in the form of a cashier's check, postal money order, or Bid Bond in the amount of , which amount is not less than five percent (5%) of the total bid. SIGN HERE: BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Parsons RCI Inc. as Principal and Fidelity and * as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent of Amount Bid 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. * Deposit Company of Maryland The condition of this obligation is such that if the Obligee shall make any award to the Principal for: 8TH STREET BRIDGE REPLACEMENTS PROJECT 02-15 . 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 parSMI\~ YprinciPal Ian R. Thomsen, Vice President Fidelity and Deposit Company of Maryland Surety March ,20j2L. -\ ~~ Aon Risk Services, Inc. Agent 801 N. Brand Blvd., Glendale. CA 91203 Surety Address Andy Platt 818-409-2800 Surety Contact and Phone Number 707 Wilshire Blvd., Ste. 6000 Los Angeles, CA 90017 Agent Address Charlene Nakamura 213-630-3200 Agent Contact and Phone Number Dated: 3/01/2007 Received return of deposit in the sum of $ . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 1-21 000328 January 2007 Page 25 Bid Bond Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com . ~ ~ (. ~. I I' I ~ ~ ~ 1 I. I' I, I. I ~. I' . I" I' ~ I I' I ~, ~ I I' I ( I t. (, ( I I' (. r. . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ~- -,- - - ( State of California } ss County of Los Angeles On March 2, 2007 Date , before me, Ladene Marie McLoughlin, Notary Public, Name and Title of Officer (e 9 . "Jane Doe, Notary Public') personally appeared Ian R. Thomsen Name(s) of Slgner(s) lID personally known to me o proved to me on the baSIS of satisfactory evidence .... LA;E~ ~RIE M~LOU~LiN ~ Commission # 1524314 Notary Public - California ~ Los Angeles County - My Comm. Expires Nov 2. 2008 to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument Place Notary Seal Above OPTIONAL Though the information below IS not reqUired by law, It may prove valuable to persons relYing on the document and could prevent fraudulent removal and reattachment of thIS form to another document Description of Attached Document Title or Type of Document. Document Date Number of Pages: Slgner(s) Other Than Named Above. Capacity(ies) Claimed by Signer Signer's Name' D Individual D Corporate Officer - TItle(s) D Partner - D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other RIGHT THUMBPRINT OF SIGNER Top of thumb here I. I' ~ ~ Signer Is Representing ~ " 0.;~'Q<,.'Q<,.'9:,;g..'Q<,.'Q<,.~'g<..'Q<. <;.<;__ -~ 'Y- e 1999 National Notary Assoclallon . 9350 De SOlO Ave, POBox 2402 . Chatsworth CA 91313.2402 . wwwnatlonalnolaryorg Prod No 5907 Reorder Call Toll-Free 1.800-876-6827 "? - --~' 'J .J '1 '1 .J .j I ,~ ,I 1 .1 .1 ,I >I ., '1 .[ 'I .1 .1 '1 'I .1 'I 'I 'I '1 .1 .1 'I 'I ,[ 'I 'I 'I .[ -~- . . . State of California County of Los Angeles On March 1, 2007 before me, M. Gonzales, Notary Public, personally appeared Michael Mayberry personally known to me (-er proved to me on the basis of satisfactory evidence) to be the person~ whose namefs) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacityEfes-), and that by his/her/their signatureW on the instrument the personE-s1, or the entity upon behalf of which the personE-s1 acted, executed the instrument. WITNESS my hand and official seal. /rn)j~~ M. Gonz: es . . . Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary. in pursuance of authority granted by ArtIcle VI, SectIOn 1. of the By-Laws of said Company, wh~ltin;e set forth on the reverse side hereof and are hereby certified to be In full force and effect on the date hereo~ d~s~i1it~nate, constItute and appoInt Michael MAYBERRY, of Los Angeles, California, its true ~~~e~b&htt Att~n-Fact. to make, execute, seal and deliver, for, and on its behalf as surety, an4jlS-~~: ..l~~.J:.~.aU~~i~d undertakings and the executIon of such bonds or undertakings in pursl./<l~~\~~e~~~ilV'~J,~~ding upon SaId Company, as fully and amply, to all mtents and purposes. a~ it;~~y ~tid~'-duly..e,x~c:u.(effI ~Rfb'u1Wwledged by the regularly elected officers of the Company at its office In R"'ln~&'0~Y'in'1h~~p~~t ~soifs. \--::-'1 "....7\2/ ~ al.\' ,o,z\ \,,-~1.:5 c. The said Assistant~dpd-h~n;~~I1l~~t~tract set fOlth on the reverse side hereof is a true copy of Article VI, Section 1, of the By-MW~ smd Gifri1b:rn~~d(is1'1ow in force. ~ \ \ \ U'\.;> IN WITNESS W~~~e'SaId Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate..sc:;ar of'the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of August, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND a:rv~ ~ By: Assistant Secretary Paul C. Rogers Vice President T. E. Smith St~te of Max:land } ss: CIty of BaltImore On this 7th day of August, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland. duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. to me personally known to be the individuals and officers described m and who executed the preceding instrument. and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and dIrection of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my OffiCIal Seal the day and year first above written. f}/pJ Dennis R. Hayden Notary Public My Commission Expires: February I, 2005 POA-F 012-32658 '. EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND . "Article VI. Section 2. The Chairman of the Board. or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specIally authonzed so to do by the Board of Directors or by the ExecutIve Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint ResIdent Vice-Presidents, Assistant Vice-PresIdents and Attorneys-in-Fact as the business of the Company may reqUIre, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, polIcies, contracts, agreements, deeds, and releases and assignments of Judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney IS still in full force and effect on the date of thIs certificate: and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specIally authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolutIOn of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechamcally reproduced signature of any Vice-President Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter. wherever appeanng upon a certified copy of any power of attorney issued by the Company, shall be valId ~ bInding upon the Company with the same force and effect as though manually affixed." . IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 1st day of March 2007 Gfd~ AH1~tallt Secretar" . . :. . SUBCONTRACTOR LIST Prepared in compliance with ROW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name: 8th Street Bridge Replacements (Proiect No. 02 -15) 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 OLYMPIC 6Lec..rR/c. C,rJ., ItJC . Work to be Performed ~1J21c.p..L . Subcontractor Name Work to be Performed f')..l2-s>ot-1-> t2.C I IN C . ~IIN~ Subcontractor Name PAI2$CN.5 gel IN C . Work to be Performed \J.6NTI L.A-T' CN Subcontractor Name PA{lScNS \281 INC. Work to be Performed A\\2. WNDlTIcA\llN.~ Subcontractor Name Work to be Performed a-~ (2Vf R-1AlVl0t~ IrJC. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 1-9 000328 January 2007 Page 13 Subcontractor list Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see WNW bxwa com . P ART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT . . " . . . ORIGINAL PUBLIC WORKS CONTRACT This Contract IS made and entered into in duplicate thIS 16tJaay of April , 200?byand between the CIty of Port Angeles, a non-charter code city ofthe State of Washington, hereinafter referred to as "the City," and Parsons RCI Inc. a Washington Cprporation , 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 m this Contract. NOW, THEREFORE, m conSIderatIOn of the terms, condItIOns, and agreements contained herein, the partIes hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and eqUIpment m order to accomplish the followmg project: 8th Street Bridge Replacements, Project 02-15 m accordance WIth and as described in SectIOn 1-01.3 of the Washington State Department of TransportatIon Standard Specifications, and shall perform any alteratIons m 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 m this Contract, except as may otherwIse be prOVIded m the Project Manual. 2. Time for Performance and LIqUIdated Damages. A. Time IS of the essence m the performance of thIS Contract and in adhenng to the tIme frames specified herem. The Contractor shall commence work wIthm ten (10) calendar days after notIce to proceed from the City, and said work shall be physically completed wIthm 350 workmg days after said notice to proceed, unless a different tIme frame IS expressly prOVIded m wntmg by the CIty. 3. CompensatIon and Method ofPavment. A. The City shall pay the Contractor for work performed under this Contract as detaIled m 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 m writmg by the CIty. No payment shall be made for any work rendered by the Contractor except as identified and set forth in thIS Contract. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 11- ] 000328 January 2007 . C. Progress payments shall be based on the ttmely 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. Followmg approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). E. The Contractor shall submIt payment requests WIth a completed Application for Payment form, an example of which IS included m the Attachments to this Contract. This form includes a lien waiver certIficatIOn and shall be notanzed before submission. ApplIcations for payment not sIgned or notanzed shall be conSIdered mcomplete and inelIgible for payment consideratIOn. The City shall imtiate authorizatton for payment after receipt of a sattsfactorily 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 contractmg enttties. No agent, employee, servant, or representatIve of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City proVIdes for ItS employees. The Contractor shall be solely and entirely responsIble for ItS acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsIbilIty for payment of all wages and salaries and all federal, state, and local taxes or contnbutIOns imposed or required, includmg, but not limited to, unemployment insurance, workers compensation insurance, social secunty, and mcome tax WIthholding. - 5. PreVaIling Wage ReqUIrements. The Contractor shall document compliance WIth applicable prevaIling wage requirements of the Washington State Department of Labor & Industnes, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC and shall file with the City appropnate affidavits, certificates, and/or statements of compliance with the State prevaIling wage reqUIrements. The Washmgton 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 documentatton 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, mjunes, damages, losses, or laWSUIts, including attorney fees, arising out of or m connectIOn WIth the performance of this Contract, except for mjunes and damages caused by the sole neglIgence of the CIty. It is further provided that no liability shall attach to the City by reason of entering mto this Contract, except as expressly prOVIded herem. B. Should a court of competent jurisdIction determine that this Contract is subject to RCW 4.24.115, then, m the event of liabIlity for damages arising out of bodIly injUry to persons or damages to property caused by or resulting from the concurrent neglIgence of the Contractor and the City, ItS officers, officials, employees, and volunteers, the . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 II-2 000328 January 2007 . ' . . . Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It IS further specifically and expressly understood that the mdemmfication provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of thIS mdemmficatIOn. ThIS waIver has been mutually negotIated by the partIes. The provisions of thIS section shall SUrvIve the expIration or terminatIOn of thIS Contract. 7. Insurance. The insurance coverage shall be m accordance with and as descnbed in the Washmgton State Department of TransportatIOn Standard SpecIficatIons DIvision 1-07.18. A. Venfication of Coverage The Contractor shall furnIsh the CIty with original certificates and a copy of the amendatory endorsements, mcluding but not limited to the additional insured endorsement, eVIdencing the insurance reqUIrements of the Contractor before commencement of the work. B. Subcontractors The Contractor shall mclude all subcontractors as insureds under its policies or shall furnIsh separate certIficates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance reqUIrements as stated herein for the Contractor. 8. ComplIance WIth Laws. A. The Contractor shall comply WIth all applicable federal, state, and local laws, including regulatIons for licensmg, certIficatIOn, and operatIOn of facilIties and programs, and accredItation and licensing of mdIviduals, and any other standards or cnteria as set forth in the Project Manual. B. The Contractor shall pay any applicable busmess 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 Proj ect Manual. 9. Non-DIscnmmatIOn. Non-discrimmatIon shall be m accordance WIth and as described m the Washmgton State Department of Transportation Standard SpecificatIOns and the Special ProvIsions DIVIsion 1-07.11. 10. Assignment. A. The Contractor shall not aSSIgn this Contract or any interest herem, nor any money due to or to become due hereunder, without first obtaimng the written consent of the CIty, nor shall the Contractor subcontract any part of the servIces to be performed hereunder without first obtammg the consent of the CIty. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 000328 January 2007 II-3 " , . . . . ~ B. The Contractor hereby assIgns to the City any and all claims for overcharges resulting from antItrust violatIOns as to goods and matenals purchased in connection with this Contract, except as to overcharges resultmg from antItrust violations commencing after the date of the bId or other event establishmg the pnce of this Contract. In additIOn, the Contractor warrants and represents that each of its suppliers and subcontractors shall assIgn any and all such claIms for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to gIve the CIty Immediate notice of the existence of any such claIm. 11. Contract Administration. R.M. Cranston, V.P & Director ThIS Contract shall be admimstered by Contracts & Procurenent on behalf of the Contractor and by James M. Mahlum. Proiect Manaf!er on behalf of the CIty. Any written notices requITed by the terms of this Contract shall be served or mailed to the followmg addresses: Contractor: Parsons RCI, Inc. 1730 PO Box 1730 1216 140th Avenue Ct. E Sumner, W A 98390 City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. This Contract shall be interpreted and construed m accordance with the laws of the State of Washmgton. The venue of any htigation between the parties regardmg thIS Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused thIS Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: Parsons RCI Inc. Name of Contractor ~ Mayor a~~ By: ~~ Titlef~ s.~ a~'t\-:t Attest: ~)QP~. , JJpto A CI err - CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No 02-15 11-4 000328 January 2007 :.. . . . CONTRACT BOND Bond to the City of Port Angeles 08863468, Bond # 82037555 KNOW ALL MEN BY THESE PRESENTS: That we. the undersigned. Parsons RCI Inc. as Principal. and Fidelity and Deposit * a corporation. organized and existing under the laws of the State ** ~~sAiAQl9A, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of $ 18,416,067.20 for the payment of which sum on demand we bind ourselves and our successors. heirs, administrators, or personal representatives, as the case may be. * Company of Maryland and Federal Insurance Company ** of Maryland and Indiana This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at Los Angeles, CA ,WashifIgt6ft". this17th day of April ,20 07. The conditions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the said Parsons RCI Inc. the above bounded Principal, a certain contract, the said contract being numbered 02-15 . and providing for 8th Street Bridae Replacements (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS. the said Principal has accepted, or is about to accept, the said contract. and undertake to perform the work therein provided for in the manner and within the time set forth; now, therefore, If the said Principal, Parsons RCI Inc. , shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers. mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event. this obligation shall be void; but otherwise. it shall be and remain in full force and effect. Signed this 17thday of April Fidelity and Deposit Company Federal Insurance Company Surety BY~Ura - ,20 07. of Maryland Parsons RCI Inc. Principal h/1)~ By Ian R. Thomsen - Attorney in Fact Vice President Title Aon Risk Services, Inc. 707 Wilshire Blvd, Los Angeles, CA 90017 Agent Address Charlene NaKamura 213-630-3200 Agent Contact and Phone Number Title 801 N. Brand, Glendale, CA 91203 PO Box 1615, Warren NJ 07061-1615 Surety Address Andy Platt 818-409-2812 Sceve Grella 213-612-5573 Surety Contact and Phone Number CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 11-5 000328 January 2007 . . . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ~-, State of California } 55 County of Los Angeles On April 18, 2007 Date , before me, Ladene Marie McLoughlin, Notary Public, Name and Title of Officer (e 9 , "Jane Doe. Notary Public") personally appeared Ian R. Thomsen Name(s) of Slgner(s) r f f. !Xl personally known to me o proved to me on the basIs of satisfactory eVidence LADENE MARIE MCLOUGHLIN Commission # 1524314 Notary Public - California ~ Los Angeles County My Comm. Expires Nov 2, 2008 to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacitY(les), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument I' [ Place Notary Seal Above I' Though the mformatlon below IS not reqUIred by law, It may prove valuable to persons relymg on the document and could prevent fraudulent removal and reattachment of thIs form to another document ~, Description of Attached Document Title or Type of Document Document Date Number of Pages Slgner(s) Other Than Named Above [, Capacity(ies) Claimed by Signer Signer's Name' D Individual D Corporate Officer - Title(s): D Partner - D Limited D General D Attorney In Fact D Trustee D Guardian or Conservator D Other Top of thumb here RIGHT THUMBPRINT OF SIGNER u (, Signer Is Representing' ~ - ,~ - ~ ~ - ~ - - - ~ ~ @ 1999 National Notary ASSOciatIon. 9350 De Soto Ave, PO Box 2402. Chatsworth. CA 91313.2402. wwwnatlonatnotaryorg Prod No 5907 Reorder Call TolI.Free 1 -800-876-6827 ~ ~ ~ ~ , ~ j ,j j 1 J 'I , ~ .1 .J ~ .] I 'J I I .) .1 'J .~ .1 .] ,] ] ] 'J . . . :. State of California County of Los Angeles On April 17, 2007 before me, M. Gonzales, Notary Public, personally appeared C.K. Nakamura personally known to me (or proved to me on the basis of sati~factory evidence) to be the personEst whose namets) is/are subscribed to the within instrument and acknowledged to me that fte/she/~ executed the same in Ris/her/t-AeH- authorized capacity(-ies1; and that by fHs/her/..tAeH= signature(~ on the instrument the person~, or the entity upon behalf of which the personEsj acted, executed the instrument. WITNESS my hand and official seal. /}11~~ M. Gonzal . . . " State of California County of Los Angeles On April 17, 2007 before me, M. Gonzales, Notary Public, personally appeared C.K. Nakamura personally known to me (()r pro'Jed to me on the basis of sati~factory evidence) to be the personEst whose nameW is/are s,u bscri bed to the within instrument and acknowledged to me that he/she/tRey executed the same in Ris/her/t-Reir authorized capacity(test; and that by -Ris/her/-tI:leH= signature(-sj on the instrument the person~, or the entity upon behalf of which the person~ acted, executed the instrument. WITNESS my hand and official seal. ~ M. Gonzale Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, AssIstant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, w9~~~set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereo~ d~s~~~nate, constitute and appoint C. K. NAKAMURA, of Los Angeles, California, its true and J.a;wfur~"6rlt ~~'Morne.vl'~act, to make, execute, -- J}_,rQl1 \ ~l'fl\ seal and deliver, for, and on its behalf as surety, and as its a~~\s-aro-an ~L~c\~ ~~~,t! takings and the execution of such bonds or undertakings in pursuan(,p-Af/lli)lrse~~, .s~l!-~~, '!JI.._~l\L..c:on said Company, as fully and .-::\"r"",~J'( ~J-; \. ~ - .., \ \ "'- ~p amply, to all mtents and purposes, as if t..J:t~~ ~~~y--exeq'ff~i,1&1 ~~ ged by the regularly elected officers of the Company at its office in ~al~€r~;Ijn-lli~r,~~~~rSJirs':JThis power of attorney revokes that issued on behalf of C. K. NA~da'tBc't-Mn~30~~D\ \\ ~ ~ \ v l~') r ,) ~7Z...,\\::./ \...-' The said Assistant see 0~~.f~~tlfj1hat the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-~~C~p1ky, and is now in force. IN WITNESS WH~~F, the sald Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of October, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND o:y V~ By: Assistant Secretary Paul C. Rogers ~ T. E. Smith Vice President State of Mal)'land }ss: City of Baltimore On this 3rd day of October, A.D. 2003, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretal'y of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and bemg by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding'instrument is the Corporate Seal of said Company, and that the said Corporate Seal and theIr signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. f?/P0 Dennis R. Hayden Notary Public My Commission Expires: Febmary 1, 2005 POA.F 012.3265M \ \ , ) '. \ \ \ , ., \ \ EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND \ \ "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or dny of the Senior Vice-Presidents or VICe-Presidents specially authorized so to do by the Board of Directors or by the Executive Comrmttee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to a~point Resident Vice-Presidents, AssIstant Vice-Presidents and Attorneys-in-Fact as the business of the Company may teqUlre, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizance~, stipulations, policies, contracts, agreements, deeds, and releases and assignments of Judgements, decrees, mortgages and I~struments in the nature of mortgages,...and to affix the seal of the Company thereto." \ CERTIFICATE \ I, the undersigned, Assistant Secretary ofthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereb~ certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws \of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. \ , This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the \ ,Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on t,he 10th day of May, 1990. \ RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsirmle or mechanically reproduced signature of any Vice-President, Secretary, or ASSistant Secretary of the Company, whether made heretofore \or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid Jd binding upon the Company with the same force and effect as though manually affixed." \ H'f, TESTIMONY WHEREOF, I have hereunto subscnbed my name and affixed the corporate seal of the saId Company, \ \ this '. 17th day of April 2007 ofc!~ Ass/slallt Secretary \ \ '~ ..,. ,.3 , i_ A CORDTM_JCERTIFI@A:TE~,bF:t~4,1UEIfuY:li~~slJaA:~c{:E ... I DATE(MM/DD/YYYY) i ! 04/18/2007 ; no. . __ _ __. _._. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY Aon Risk Services, Inc of So CA Insurance service 707 Wllshlre Boulevard AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS Suite 6000 CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE Los Angeles CA 90017-0460 USA COVERAGE AFFORDED BY THE POLICIES BELOW. PHONE. (866) 283-7122 FAX- (847) 953-5390 INSURERS AFFORDING COVERAGE NAIC # IN~URED fNSURER A National union Fire Ins Co of pittsburgh 19445 Parsons RCI Inc. INSURER B Amen can Home Assurance Co. 19380 PO Box 1730 Sumner, WA 98390 USA INSURER C fNSURER D fNSURER E COVERAGES , "0 . . . SIR Ma ADDIY THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICA TED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MA Y 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'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRU TYPE OF INSURANCE POLICY !'lUMBER DATE(MMIDDlYY) DA TE(MMIDDlYY) LIMITS A ~''^' ''^""...., GL1794615 01/01/07 01/01/08 EACH OCCURRENCE $1,500,000 X COMMERCIAL GENERAL LIABILITY AOS Included A GL1794617 01/01/07 01/01/08 DAMAGE TO RENTED X CLAIMS MADE D OCCUR FL PREMISES (Cd occurence) MLD EXp (Anyone person) InC uaea A X professlOnal l1ab,llty GL1794618 01/01/07 01/01/08 OR PERSONAL & ADV INJUR Y Included 0 GENERAL AGGREGATE $3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER Included PRODUCTS - COMP/OP AGG ~ POLICY D PRO- D LOC JECT A AUTOMOBILE LIABILITY CA8262562 01/01/07 01/01/08 COMBINeD SfNGLE LIMIT X ANY AUTO AOS (CJ aCCident) $1,000,000 B X CA8262561 01/01/07 01/01/08 ALL OWNED AUTOS MA BODlL Y INJURY X SCHEDULED AUTOS ( Per person) X HIRED AUTOS BODILY fNJURY X NON OWNeD AUTO, (Per dCCldent) - PROPERTY DAMAGE - (Per aCCident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT B ANY AUTO OTHER THAN EA ACC AUTO ONLY AGG EXCE,S /UMBRELLA LIABILITY EACH OCCURRENCE o OCCUR D CLAIMS MADE AGGREGATE E3 DEDUCTIBLE RETENTION IWC STATU. I I7TH- WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYER~' LIABILITY E L EACH ACCIDENT ANY PROPRIeTOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED" E L DlSEASE-EA EMPLOYEE J I ye~, descnbe under SPECIAL PROVISIONS E L DISEASE-POLICY LIMIT below OTHER DESCRIPTION OF OPERA TIONS/LOCA TIONSNEHICLES/rXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS JOb# 406357; proJect Descrlptlon: 8th Street Brldge Replacements. See Attachment for Special Clauses and CG 20 10 11 85, *10-day notlce of cancellatlon for non-payment of premlum, CERTIFICA TE HOLDER CANCELLA TION . Clty of port Angeles SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 321 East Fifth Street DATE THEREOF, THE ISSUING INSURER WILL eNDEAVOR TO MAIL Port Angeles WA 98362 USA 30 DAYS WRITTEN NOTICE TO THe CeRTIFICATE HOLDER NAMeD TO THE LeFT, BUT FAILURE TO DO SO SHALL IMPose NO OBLIGATION OR LIABILITY OF ANY KfND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPREseNTATIVE I!6:l ~ S~,14~ ~ S6lll'h0lll ~ 1~JI/1rMI4 S~ ACORD 25 (2001/08) " ACORD CORPORATION 1988 ... ClJ S .... = ClJ "Cl .... ... ClJ "Cl '0 :c tv'l co .-! ~ <D o N N o o ..... U"l o ;z: ~ '" ... !E ... ClJ U - ~ iibii IIZ..-o ~ ~ ...... ~ ~ ~ ~ ~ ~ ~- ~~ ~ ~ -=-ii .. ,\ ......... .~ Chubb Surety POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn: Surety Department 15 Mountain View Road Warren, NJ 07059 CHUBB Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE .COMPANY, a New York cOlJ>oration, and PACIFIC INDEMNITY COMPANY, a Wisconsin corlloration, do each hereby constitute and point E.S. Albrecht, Jr., Tracy Aston, Joyce Herrin, M.R. Mayberry, C.K. Nakamura, Maria Pena and Lisa L. hornton of Los Angeles, California each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affIX their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in seid bonds or obligations. In WItness Whereof, seid FEDERAL INSURANCE COMfU'NY. VIGILANT It:lSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY haV/1 each executed and attested these presents and affIXed their corporate seals on this 4 day of Apnl, 2006 ~~-:d~ ~L~/ nnath C. Wendel, Assistant Secratary 7 ~.>? ~G:~) J P. mith, Vice President STATE OF NEW JERSEY County of Somerset On this 4th day of April, 2006 before me, a Notary Public of New Jersey, personally came Kennath C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secratary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affIXed to the foregoing Power of Attorney are such corporate seals and were thereto affIXed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with John P Smith, and knows him to be Vice President of said Companies; and that the signature of John P. Smith, subscribed to said Power of Attorney is in the genuine handwriting of John P. Smith, and was thereto subscribed by authority of said By- Laws anll in deponent's presence. ss. Notarial Seal . KAREN A. fDEl Notary Public, Stat. of New ...., No. 22316-47 Commission Expires Oct. 28, 200'9 <\~dtL Notary Public CERTIFICATION "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affIXed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shell be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secratary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ij) the Companies are dUly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treauy Depertmert; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ thiS April 17, 2007 L~21f!d <~~ ;' Kenneth C. endel, Assi tant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surchubb.com t' .- ' . . . ... INSURED Parsons RCI Inc. PO Box 1730 Sumner, WA 98390 USA Speclal Clauses Additional Insured: Except as respects workers' Compensation and professlonal Liability Coverage and solely as respects work performed by the named insured, City of Port Angeles and State of Washington are lncluded as an additional insured but only to the extent of the named lnsured's negligence. Certificate No : 570022064183 ". ~,'" . . . ...' INSURED Parsons RCI Inc. PO Box 1730 Sumner, WA 98390 USA CG 20 10 11 85 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSERS OR CONTRACTORS (FORM B) ThlS endorsement modlfles insurance provided under the following: COMMERCIAL GENERAL LIABILTY COVERAGE PART. SCHEDULE Name of Persons or organizatlon: City of Port Angeles and State of washington RE: Job# 406357; 8th Street Bridge Replacements (If no entry appears above, lnformation required to complete this endorsement will be shown ln the Declarations as appllcable to this endorsement) WHO IS AN INSURED (section II) is amended to include as an lnsured the person or or~anization shown in the Schedule, but only with respect to liablllty arislng out of "your work' for that insured by or for you. CG 20 10 11 85 Copyrlght, Insurance SerVlces office, Inc., 1984 Certificate No : 570022064183 . PART III STATE AMENDMENTS TO THE STANDARD SPECIFICATIONS . . \ . . . PART III AMENDMENTS TO THE STANDARD SPECIFICATIONS Table of Contents PAGE l~lrFlODLJ(;lrIO~-------------------------------------------------------------------------------------- 111-1 SE(;lrIO~ 1-04, S(;OPE OF THE WOFlK...............................................................11I-1 SE(;lrIO~ 1-06, (;O~lrFlOL OF MATEFlIAL............................................................ 111-1 SE(;lrIO~ 1-07, LEGAL FlELAlrIO~S A~D FlESPO~SIBILllrIES lrO THE PLJBLI(;......... .............................. ................................. ... 111-3 SE(;lrIO~ 1-08, PFlOSE(;LJTIO~ A~D PFlOGFlESS .............................................. 111-4 SE(;lrIO~ 1-09, MEASLJFlEME~T A~D PAYME~lr .............................................. 111-12 SE(;lrION 2-03, FlOADWAY EX(;AVAlrION AND EMBA~KMENlr ........................111-12 SE(;lrION 2-09, STFlLJ(;TLJFlE EX(;A VA TION ...................................................... 111-16 SE(;lrION 2-12 (;ONSlrFlLJ(;TION GEOlrEXlrlLE ................................................111-16 SE(;lrION 3-01, PFlODLJ(;TIO~ FFlOM QLJAFlFlY A~D Pllr SITES ......................111-16 SE(;lrION 5-01, (;EME~lr (;O~(;FlETE PAVEME~lr FlEHABILlTAlrlON ..............111-17 SE(;TION 5-05, (;EMENlr (;O~(;FlElrE PAVEMENlr............................................ 111-18 SE(;lrION 6-02, (;ON(;FlETE SlrFlLJ(;TLJFlES ......................................................111-19 SE(;lrION 6-03, STEEL STFlU(;TLJFlES ........................... .......... ......................... 111-24 SE(;lrION 6-05, PILI ~G ....................................................................................... 111-25 S E(;lrION 6-07, PAINlrl ~G................................................................................... 111-25 SE(;lrION 6-11, FlEI~FOFl(;ED (;O~(;FlETE WALLS .......................................... 111-26 SE(;lrION 6-12, NOISE BAFlFlIEFl WALLS........................................................... 111-30 SE(;lrION 6-13, STRLJCTU RAL EARTH WALLS.................................................. 111-30 SE(;lrION 6-14, GEOSY~lrHElrl(; FlElrAI~I~G WALLS....................................... 111-31 SE(;lrION 6-15, SOIL ~AIL WALLS........... ....... ..... ............................................... 111-32 SE(;lrION 6-16, SOLDIEFl PILE AND SOLDIEFl PILE TIEBA(;K WALLS............. 111-33 SE(;lrION 6-17, PEFlMANENT GFlOLJND AN(;HOFlS..........................................11I-34 SE(;lrION 7-01 , DMINS...................................................................................... 111-34 SE(;lrION 7-02, (;UL VEFllrS................................................................................. 111-35 SE(;TION 7-04, STOFlM SEWEFlS...................................................................... 111-35 SE(;TION 8-01, EFlOSION (;ONTFlOLAND WAlrEFl POLLLJTION (;ONTFlOL....1I1-35 SE(;lrION 8-02, FlOADSIDE FlESlrOM lrIO~..................... ........................ .......... 111-37 SE(;TION 8-04, (;UFlBS, GUTIEFlS, AND SPILLWAYS ......................................111-37 CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No 02-15 III-i 000328 January 2007 SECTION 8-08, RUMBLE STRiPS..................................................... .................. 111-38 SECTION 8-09, RAISED PAVEMENT MARKERS................................................ 111-38 SECTION 8-11, GUARDRAIL........................................ ....................................... 111-38 SECTION 8-16, CONCRETE SLOPE PROTECTION .......................................... 111-39 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ........... ............................ .............................. 111-39 SECTION 8-21, PERMANENT SIGNING ............................................................. 111-40 SECTION 8-22, PAVEMENT MARKING ............................................................... 111-41 SECTION 9-00, DEFINITIONS AND TESTS ........................................................111-45 SECTION 9-02, BITUMINOUS MATERIALS ........................................................111-45 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ...... 111-47 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS.................. 111-49 SECTION 9-09, TIMBER AND LUMBER.............................................................. 111-49 SECTION 9-12, MASONRY UNITS........................................................ .............. III-50 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS.................................................................... III-51 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING ..................111-51 SECTION 9-15, IRRIGATION SYSTEM ...... ......................................................... III-58 SECTION 9-16, FENCE AND GUARDRAIL ......................................................... III-58 SECTION 9-22, MONUMENT CASES ................................................................. III-58 SECTION 9-28, SIGNING MATERIALS AND FABRICATION ............................... III-58 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL.................................... III-58 SECTION 9-30, WATER DISTRIBUTION MATERIALS ........................................111-64 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC.......................................... 111-65 SECTION 9-34, PAVEMENT MARKING MATERIAL ............................................111-73 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS ...................... 111-74 CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 II1-ii . . . . . . 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with 3 the Washington State Department of Transportation's 2006 Standard Specifications for 4 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 9 contract and supersede any conflicting provisions of the Standard Specifications. For 10 informational purposes, the date following each Amendment title indicates the 11 implementation date of the Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the 14 Standard Specifications and may include references which do not apply to this 15 particular project. 16 17 SECTION 1-04, SCOPE OF THE WORK 18 April 3, 2006 19 1-04.6 Variation in Estimated Quantities 20 The third paragraph beginning with "If the adjusted final quantity of any items", is 21 revised to read: 22 23 If the adjusted final quantity of any item does not vary from the quantity shown in 24 the proposal by more than 25%, then the Contractor and the Contracting Agency 25 agree that all work under that item will be performed at the original contract unit 26 price. 27 28 SECTION 1-06, CONTROL OF MATERIAL 29 April 3, 2006 30 1-06.1 Approval of Materials Prior to Use 31 The second sentence in the first paragraph is revised to read: 32 33 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source 34 Approval (ASA) Database, or the Request for Approval of Material (RAM) form. 35 36 Number 1 under the second paragraph is revised to read: 37 38 1. Shall be new, unless the Special Provisions or Standard Specifications permit 39 otherwise; 40 41 1-06.1(1) Qualified Products List (QPL) 42 This section is supplemented with the following: 43 44 The current QPL can be accessed on-line at 45 www.wsdot.wa.gov/biz/mats/OPUOPL.cfm CITY OF PORT ANGELES 8th Street Bndge Replacements ProjectNo 02-15 III-I 000328 January 2007 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 / The following new sub-section is inserted to follow 1-06.1 (2). . 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA 'Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 1-06.2(2)0 Quality level Analysis Item 9 under the first paragraph is revised to read: . 9. Determine the Composite Pay Factor (CPF) for each lot. 33 34 35 36 37 38 39 40 CPF = f1(PF1) + f2(PF2) +.+ fi(PFi) Lf I i = 1 to j where: fi = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 III-2 . . . 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE 2 PUBLIC 3 August 7, 2006 4 1-07.9(1) General 5 The fifth paragraph is revised to read: 6 7 If employing labor in a class not listed in the contract provisions on state funded 8 projects only, the Contractor shall request a determination of the correct wage 9 and benefits rate for that class and locality from the Industrial Statistician, 10 Washington State Department of Labor and Industries (State L&I), and provide a 11 copy of those determinations to the Engineer. 12 13 The fifth paragraph is supplemented with the following new paragraph: 14 15 If employing labor in a class not listed in the contract provisions on federally 16 funded projects, the Contractor shall request a determination of the correct wage 17 and benefits for that class and locality from the U. S. Secretary of Labor through 18 the project engineer's office. Generally, the contractor initiates the request by 19 preparing standard form 1444 and submitting it to the project engineers' office for 20 further action. 21 22 1-07.10 Worker's Benefits 23 The fourth paragraph is revised to read: 24 25 The Public Works Contract Division of the Washington State Department of Labor 26 and Industries will provide the Contractor with applicable industrial insurance and 27 medical aid classification and premium rates. After receipt of Revenue Release 28 from the Washington State Department of Revenue, the contracting agency will 29 verify through the Department of Labor and Industries that the Contractor is 30 current with respect to the payments of industrial insurance and medical aid 31 premiums. 32 33 1-07.15 Temporary Water Pollution/Erosion Control 34 The first paragraph is revised to read: 35 36 In an effort to prevent, control, and stop water pollution and erosion within the 37 project, thereby protecting the work, nearby land, streams, and other bodies of 38 water, the Contractor shall perform all work in strict accordance with all Federal, 39 State, and local laws and regulations governing waters of the State, as well as 40 permits acquired for the project. 41 CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 III-3 000328 January 2007 1 SECTION 1-08, PROSECUTION AND PROGRESS . 2 December 4, 2006 3 1-08.1 Subcontracting 4 The eighth paragraph (beginning with - On all projects funded with both Contracting 5 Agency funds and Federal assistance ...) is supplemented with the following: 6 7 The Contractor has the option of submitting actual MBE/WBE or DBE payment 8 data, on Federally assisted, Federally assisted and Contracting agency funded, 9 and Contracting Agency funded only contracts to the contracting agency on a 10 monthly basis using the Contract Monitoring and Tracking System (CMATS) 11 through the BizWeb application located at 12 http://www.omwbe.wa.Qov/bizwebatwashinQton. Use of CMATS will become a 13 requirement for all contractors effective January 7,2008. 14 15 1-08.3 Progress Schedule 16 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the 17 following: 18 19 1-08.3 Progress Schedule 20 1-08.3(1) General Requirements 21 The Contractor shall submit Type A or Type B Progress Schedules and 22 Schedule Updates to the Engineer for approval. Schedules shall show work 23 that complies with all time and order of work requirements in the contract. 24 Scheduling terms and practices shall conform to the standards established in . 25 Construction Planning and Scheduling, Second Edition, published by the 26 Associated General Contractors of America. Except for Weekly Look-Ahead 27 Schedules, all schedules shall meet these General Requirements, and 28 provide the following information: 29 30 1. Include all activities necessary to physically complete the project. 31 32 2. Show the planned order of work activities in a logical sequence. r 33 34 3. Show durations of work activities in working days as defined in 35 Section 1-08.5. 36 37 4. Show activities in durations that are reasonable for the intended 38 work. 39 40 5. Define activity durations in sufficient detail to evaluate the progress 41 of individual activities on a daily basis. 42 43 6. Show the physical completion of all work within the authorized 44 contract time. 45 46 The Contracting Agency allocates its resources to a contract based on the 47 total time allowed in the contract. The Contracting Agency may accept a 48 Progress Schedule indicating an early physical completion date but cannot . 49 guarantee the Contracting Agency's resources will be available to meet an CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-4 000328 January 2007 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look-Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)8 Type 8 Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information: Contract Number and Title Construction Start Date Critical Path CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No. 02-15 III-5 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date . The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look-Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look-Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look-Ahead Schedule shall include the description, duration, and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look-Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. . 1-08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. 3. The project is significantly delayed. 4. Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significanf' delay in time is defined as 1 0 working days or 1 0 percent of the original contract time, whichever is greater. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 I1I-6 . -- . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as-constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as-planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look-Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule Updates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No 02-15 III- 7 000328 January 2007 1 1-08.4 Prosecution of Work 2 The first sentence is revised to read: . 3 4 The Contractor shall begin work within 21 calendar days from the date of 5 execution of the contract by the Contracting Agency, unless otherwise approved 6 in writing. 7 8 1-08.5 Time for Completion 9 This section is revised to read: 10 11 The Contractor shall complete all physical contract work within the number of 12 ''working days" stated in the Contract Provisions or as extended by the Engineer 13 in accordance with Section 1-08.8. Every day will be counted as a ''working day" 14 unless it is a nonworking day or an Engineer determined unworkable day. A 15 nonworking day is defined as a Saturday, a Sunday, a whole or half day on which 16 the contract specifically prohibits work on the critical path of the Contractor's 17 approved progress schedule, or one of these holidays: January 1, the third 18 Monday of January, the third Monday of February, Memorial Day, July 4, Labor 19 Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas 20 Day. When any of these holidays fall on a Sunday, the following Monday shall be 21 counted a nonworking day. When the holiday falls on a Saturday, the preceding 22 Friday shall be counted a nonworking day. The days between December 25 and 23 January 1 will be classified as nonworking days. 24 25 An unworkable day is defined as a half or whole day the Engineer declares to be .. 26 unworkable because of weather or conditions caused by the weather that _ 27 prevents satisfactory and timely performance of the work shown on the critical 28 path of the Contractor's approved progress schedule. Other conditions beyond 29 the control of the Contractor may qualify for an extension of time in accordance 30 with Section 1-08.8. 31 32 Contract time shall begin on the first working day following the 21 st calendar day 33 after the date the Contracting Agency executes the contract. If the Contractor 34 starts work on the project at an earlier date, then contract time shall begin on the 35 first working day when onsite work begins. The contract provisions may specify 36 another starting date for contract time, in which case, time will begin on the 37 starting date specified. 38 39 Each working day shall be charged to the contract as it occurs, until the contract 40 work is physically complete. If substantial completion has been granted and all 41 the authorized working days have been used, charging of working days will 42 cease. Each week the Engineer will provide the Contractor a statement that 43 shows the number of working days: (1) charged to the contract the week before; 44 (2) specified for the physical completion of the contract; and (3) remaining for the 45 physical completion of the contract. The statement will also show the nonworking 46 days and any half or whole day the Engineer declares as unworkable. Within 10 47 calendar days after the date of each statement, the Contractor shall file a written 48 protest of any alleged discrepancies in it. To be considered by the Engineer, the 49 protest shall be in sufficient detail to enable the Engineer to ascertain the basis 50 and amount of time disputed. By not filing such detailed protest in that period, the . 51 Contractor shall be deemed as having accepted the statement as correct. CITY OF PORT ANGELES 8th Street Bridge Replacements ProjectNo 02-15 III-8 000328 January 2007 . . . 1 The Engineer will give the Contractor written notice of the physical completion 2 date for all work the contract requires. That date shall constitute the physical 3 completion date of the contract, but shall not imply the Secretary's acceptance of 4 the work or the contract. 5 6 The Engineer will give the Contractor written notice of the completion date of the 7 contract after all the Contractor's obligations under the contract have been 8 performed by the Contractor. The following events must occur before the 9 Completion Date can be established: 10 11 1. The physical work on the project must be complete; and 12 13 2. The Contractor must furnish all documentation required by the contract 14 and required by law, to allow the Contracting Agency to process final 15 acceptance of the contract. The following documents must be received 16 by the Project Engineer prior to establishing a completion date: 17 18 a. Certified Payrolls (Federal-aid Projects) 19 b. Material Acceptance Certification Documents 20 c. Annual Report of Amounts Paid as MBE/WBE Participants or 21 Quarterly Report of Amounts Credited as DBE Participation, as 22 required by the Contract Provisions. 23 d. FHWA 47 (Federal-aid Projects) 24 e. Final Contract Voucher Certification 25 26 1-08.8 Extensions of Time 27 Section 1-08.8 is revised to read: 28 29 The Contractor shall submit any requests for time extensions to the Engineer in 30 writing no later than 10 working days after the delay occurs. The requests for time 31 extension shall be limited to the affect on the critical path of the Contractor's 32 approved schedule attributable to the change or event giving rise to the request. 33 34 To be considered by the Engineer, the request shall be in sufficient detail (as 35 determined by the Engineer) to enable the Engineer to ascertain the basis and 36 amount of the time requested. The request shall include an updated schedule 37 that supports the request and demonstrates that the change or event: (1) had a 38 specific impact on the critical path, and except in cases of concurrent delay, was 39 the sole cause of such impact, and (2) could not have been avoided by 40 resequencing of the work or by using other reasonable alternatives. If a request 41 combined with previous extension requests, equals 20 percent or more of the 42 original contract time then the Contractor's letter of request must bear consent of 43 Surety. In evaluating any request, the Engineer will consider how well the 44 Contractor used the time from contract execution up to the point of the delay and 45 the effect the delay has on any completion times included in the special 46 provisions. The Engineer will evaluate and respond within 15 calendar days of 47 receiving the request. 48 CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 1II-9 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: . 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1- 08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1-04.4 if a change increases the time to do any of the work including unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. . d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 III-tO . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 . . i. In Section 1-09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: . Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; . Changes, protests, increased quantities, or changed conditions (Section 1-04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; . Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; . Rejection of faulty or inappropriate equipment as provided in Section 1- 05.9; . Correction of thickness deficiency as provided in Section 5-05.5(1)8. CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-II 000328 January 2007 1 The Engineer will determine whether the time extension should be granted, the 2 reasons for the extension, and the duration of the extension, if any. Such 3 determination will be final as provided in Section 1-05.1. 4 5 SECTION 1-09, MEASUREMENT AND PAYMENT 6 December 4, 2006 7 1-09.6 Force Account 8 The last paragraph under "3. For Equipment" is revised to read: 9 10 Copies of the AGCIWSDOT Equipment Rental Agreement will be maintained on 11 the Contracting Agency's web site at www.wsdot.wa.gov. 12 13 1-09.9(1) Retainage 14 The fourth paragraph is revised to read: 15 16 Release of the retainage will be made 60 days following the Completion Date 17 (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are 18 met: 19 20 1. On contracts totaling more than $20,000, a release has been obtained 21 from the Washington State Department of Revenue. 22 23 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are 24 on file with the Contracting Agency (RCW 39.12.040). 25 26 3. A certificate of Payment of Contributions Penalties and Interest on 27 Public Works Contract is received from the Washington State 28 Employment Security Department. 29 30 4. Washington State Department of Labor and Industries (per section 1- 31 07.10) shows the Contractor is current with payments of industrial 32 insurance and medical aid premiums. 33 34 5. All claims, as provided by law, filed against the retainage have been 35 resolved. In the event claims are filed and provided the conditions of 1, 36 2, 3, and 4 are met, the Contractor will be paid such retained percentage 37 less an amount sufficient to pay any such claims together with a sum 38 determined by the Contracting Agency sufficient to pay the cost of 39 foreclosing on claims and to cover attorney's fees. 40 41 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 42 August 7,2006 43 2-03.3(2) Rock Cuts 44 This section is revised to read: 45 46 1 . Preserving Rock Below Subgrade. The Contractor shall take care not to 47 break down, loosen, or damage the rock under the subgrade line, except as 48 provided by Section 2-03.3(3). Normally cuts will be made from the top, lift by CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 000328 January 2007 III-12 . . . . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 lift, to protect the rock bench that will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed, regardless of any previous approvals by the Engineer. 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a hazard to roadway users. If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1-04.4. 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review. The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: a) Station limits of proposed shot. b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth. c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be employed. Review of the blasting plan by the Engineer shall not relieve the Contractor of the responsibility for the accuracy and adequacy of the plan when implemented in the field. When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, the Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods. Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backs/ope. Controlled CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No. 02-]5 1II-13 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 blasting techniques covered by this specification include presplitting and . cushion blasting. In addition to the blasting plan submittal, when using controlled blasting the Contractor shall: a) Prior to commencing full-scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less than 100 feet. Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 3D-inches apart, then adjust if needed, until the Engineer approves the spacing to be used for full-scale blasting operations. b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the presplitting holes. c) The controlled blast holes shall be not less than 21/2 inches nor . more than 3 inches in diameter. d) The Contractor shall control drilling operations by the use of the proper equipment and technique to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in anyone lift, the Contractor shall reduce the height of the lifts until the 9-inch alignment tolerance is met. Upon satisfactory demonstration, the length of holes may be increased to a maximum of 60 feet with written approval of the Engineer. g) When the cut height requires more than one lift, a maximum 2-foot offset between lifts will be permitted to allow for drill equipment . clearances. The Contractor shall begin the control blast hole drilling CITY OF PORT ANGELES 8th Street Bndge Replacemepts PrOject No. 02-15 000328 January 2007 III-I 4 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts, to compensate for any drift that may have occurred in the upper lifts. h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions shall be exercised so that the placing of the charges will not cause caving of material from the walls of the holes. i) The maximum diameter of explosives used in presplit holes shall not be greater than 1/2 the diameter of the presplit hole. j) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved by the Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the presplit holes. k) If fractional portions of standard explosive cartridges are used, they shall be firmly affixed to the detonating cord in a manner that the cartridges will not slip down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. I) Continuous column cartridge type of explosives used with detonating cord shall be assembled and affixed to the detonating cord in accordance with the explosive manufacturer's instructions, a copy of which shall be furnished to the Engineer. m) The bottom charge of a presplit hole may be larger than the line charges but shall not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently, to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a %-inch sieve. 0) If presplitting is specified, the detonation of these holes shall be fired first. p) If cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 III-IS 000328 January 2007 1 diameter, unless approved by the Engineer. Detonation of 2 production holes shall be on a delay sequence toward a free face. . 3 4 r) The use of horizontal blast holes for either production or controlled 5 blasting is prohibited. 6 7 SECTION 2-09, STRUCTURE EXCAVATION 8 January 3, 2006 9 2-09.3(1)E Backfilling 10 Item 1 of the first paragraph under Compaction is revised to read: 11 12 1. Backfill supporting roadbed, roadway embankments, or structures, including 13 backfill providing lateral support for noise barrier wall foundations, luminaire 14 poles, traffic signal standards, and roadside and overhead sign structure 15 foundations - placed in horizontal layers no more than 6 inches thick with 16 each layer compacted to 95 percent of the maximum density determined by 17 the Compaction Control Test, Section 2-03.3(14 )D. 18 19 SECTION 2-12 CONSTRUCTION GEOTEXTILE 20 August 7, 2006 21 The section title is revised to read: 22 23 CONSTRUCTION GEOSYNTHETIC 24 25 2-12 CONSTRUCTION GEOTEXTILE . 26 This heading is revised to read: 27 28 2-12 CONSTRUCTION GEOSYNTHETIC 29 30 2-12.1 Description 31 The word geotextile is revised to geosynthetic. 32 33 2-12.2 Materials 34 In the first and second paragraphs geotextile is revised to geosynthetic. 35 36 2-12.3 Construction Requirements 37 In the first, second, and third paragraphs geotextile is revised to geosynthetic. 38 39 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES 40 August 7,2006 41 3-01.4(1) Acquisition and Development 42 The first paragraph is revised to read: 43 44 If, under the terms of the Contract, the Contractor is required to provide a source 45 of materials, or if the Contractor elects to use materials from sources other than . 46 those provided by the Contracting Agency, the Contractor shall, at no expense to CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-16 000328 January 2007 . . . 1 the Contracting Agency, make all necessary arrangements for obtaining the 2 material and shall ensure the quantity of suitable material is available. Preliminary 3 samples shall be taken by or in the presence of the Engineer or a designated 4 representative unless the Engineer permits otherwise. Approval of the source 5 does not relieve the Contractor from meeting these specification requirements, 6 nor does it guarantee that the material will meet these requirements without 7 additional or proper processing. The Engineer may require additional preliminary 8 samples at any time. 9 10 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 11 December 4, 2006 12 5-01.3(2)B Portland Cement Concrete 13 The third paragraph beginning with "Acceptance testing" is supplemented with the 14 following: 15 16 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, 17 and protect concrete cylinders in cure boxes from excessive vibration and shock 18 waves during the curing period in accordance with Section 6-02.3(6}D. Payment 19 for cure boxes shall be in accordance with Section 6-02.5. 20 21 5-01.3(4) Replace Portland Cement Concrete Panel 22 The third paragraph is revised to read: 23 24 When new concrete pavement is to be placed against existing cement concrete 25 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled 26 and grouted into the existing pavement with either Type I or IV epoxy resin as 27 specified in Section 9-26. Tie bars are not required for panel replacement less 28 than a full panel. 29 30 5-01.3(6) Dowel Bar Retrofit 31 The fourth and fifth sentences in the second paragraph are revised to read: 32 33 When gang saws are used, slots that are not used shall be cleaned and sealed 34 with either Type I or IV epoxy resin as specified in Section 9-26. 35 36 The sixth paragraph is revised to read: 37 38 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning 39 shall remove all slurry, parting compound, and other foreign materials prior to 40 installation of the dowel. Any damage to the concrete shall be repaired by the 41 Contractor at no cost to the Contracting Agency. Traffic shall not be allowed on 42 slots where concrete has been removed. 43 CITY OF PORT ANGELES 8th Street Bridge Replacements ProjectNo 02-15 III-I? 000328 January 2007 1 5-01.3(10) Pavement Smoothness 2 This section is revised to read: 3 4 Perform the work described in Section 5-05.3(12), and the following: 5 6 Where the pavement is ground, calculation of the profile index shall exclude 7 dips and depressions in the existing roadway. The profilograph generated 8 reports shall be provided to the Engineer prior to payment. 9 10 5-01.5 Payment 11 This section is revised to read: 12 13 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete 14 "Cement Concrete Pavement Grinding", per square yard. 15 16 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per 17 square yard. 18 19 The second sentence in the 16th paragraph is revised to read: 20 21 The costs of any additional pavement grinding and profiling required to 22 complete the work as specified is also included in this payment. 23 24 The 18th paragraph for Replace Uncompactable Material is supplemented with 25 the following: 26 27 All costs associated with the containment, collection and disposal of concrete 28 slurry and grinding residue shall be included in the applicable concrete 29 grinding or cutting items of work. 30 31 SECTION 5-05, CEMENT CONCRETE PAVEMENT 32 December 4, 2006 33 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 34 The ninth paragraph beginning with "Acceptance testing for compliance" is 35 supplemented with the following: 36 37 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, 38 and protect concrete cylinders in cure boxes from excessive vibration and shock 39 waves during the curing period in accordance with Section 6-02.3(6)D. Payment 40 for cure boxes shall be in accordance with Section 6-02.5. 41 42 5-05.3(7) Placing, Spreading, and Compacting Concrete 43 The second paragraph is revised to read: 44 45 The average density of the cores shall be at least 97 percent of the approved mix 46 design density or the actual concrete density when determined by the Contractor 47 using AASHTO T 121 with no cores having a density of less than 96 percent. 48 CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 000328 January 2007 III-I 8 . . . . . . 1 5-05.3(10) Tie Bars and Dowel Bars 2 The second sentence in the seventh paragraph is revised to read: 3 4 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in 5 Section 9-26. 6 7 5-05.3(12) Surface Smoothness 8 The first sentence in the first paragraph is revised to read: 9 10 The pavement smoothness will be checked with equipment furnished and 11 operated by the Contractor, under supervision of the Engineer, within 48 hours 12 following placement of concrete. 13 14 SECTION 6-02, CONCRETE STRUCTURES 15 December 4, 2006 16 6-02.3(2) Proportioning Materials 17 The third paragraph is revised to read: 18 19 The use of fly ash is required for Class 40000 and 4000P concrete, except that 20 ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. 21 The use of fly ash and ground granulated blast furnace slag is optional for all 22 other classes of concrete. 23 24 6-02.3(2)A Contractor Mix Design 25 The first paragraph is revised to read: 26 27 The Contractor shall provide a mix design in writing to the Engineer for all classes 28 of concrete specified in the Plans except for those accepted based on a 29 Certificate of Compliance. No concrete shall be placed until the Engineer has 30 reviewed the mix design. The required average 28 day compressive strength 31 shall be selected per ACI 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 32 shall be used to determine proportions. The proposed mix for Class 4000P shall 33 provide a minimum fly ash or ground granulated blast furnace slag content per 34 cubic yard of 100 pounds, and a minimum cement content per cubic yard of 600 35 pounds. The proposed mix for Class 4000D shall provide a minimum fly ash or 36 ground granulated blast furnace slag content per cubic yard of 75 pounds, and a 37 minimum cement content per cubic yard of 660 pounds. All other concrete mix 38 designs, except those for lean concrete and commercial concrete, shall have a 39 minimum cementitious material content of 564 pounds per cubic yard of concrete. 40 41 The following new sentence is inserted after the first sentence in the fourth paragraph. 42 43 An alternate combined aggregate gradation conforming to Section 9-03.1 (5) may 44 also be used. CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No. 02-15 III-19 000328 January 2007 1 6-02.3(4)A Qualification of Concrete Suppliers 2 The first paragraph and the entire second paragraph (1 through 4) are deleted and . 3 replaced with the following: 4 5 Batch Plant Prequalification may be obtained through one of the following 6 methods: 7 8 1. Certification by the National Ready Mix Concrete Association (NRMCA). 9 Information concerning NRMCA certification may be obtained from the 10 NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at 11 www.nrmca.org. The NRMCA certification shall be good for a two year 12 period. When this method of certification is used the following 13 documentation shall be submitted to the project engineer. 14 15 a. A copy of the current NRMCA Certificate of Conformance, the 16 concrete mix design(s) (WSDOT Form 350-040), along with 17 copies of the truck list, batch plant scale certification, admixture 18 dispensing certification, and volumetric water batching devices 19 (including water meters) verification. 20 21 2. Independent evaluation certified by a Professional Engineer using 22 NRMCA checklist. The Professional Engineer shall be licensed under 23 title 18 RCW, state of Washington, qualified in civil engineering. The 24 independent certification using the NRMCA checklist shall be good for a 25 two year period. When this method of certification is used the following 26 documentation shall be submitted to the engineer. . 27 28 a. A copy of the Professional Engineer's stamped and sealed 29 NRMCA Verification of Inspection and Application for Certificate 30 page from the NRMCA checklist, the concrete mix design(s) 31 (WSDOT Form 350-040), along with copies of the truck list, 32 batch plant scale certification, admixture dispensing 33 certification, and volumetric water batching devices (including 34 water meters) verification. 35 36 3. Inspection conducted by the Plant Manager, defined as the person 37 directly responsible for the daily plant operation, using the NRMCA Plant 38 Certification checklist. The Plant Manager certification shall be done 39 prior to the start of a project, and every six months throughout the life of 40 the project, and meet the following requirements: 41 42 a. The Agreement to Regularly Check Scales and Volumetric 43 Batching Dispensers page in the NRMCA Plant Certification 44 checklist shall be signed by the Plant Manager and notarized. 45 46 b. The signed and notarized Agreement to Regularly Check 47 Scales and Volumetric Batching Dispensers page and a copy 48 of the NRMCA Plant Certification checklist cover page showing 49 the plant designation, address and Company operating plant 50 shall all be submitted to the Project Engineer with the concrete . 51 mix design (WSDOT Form 350-040), along with copies of the CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 III-20 000328 January 2007 . . . 1 truck list, batch plant scale certification, admixture dispensing 2 certification, and volumetric water batching devices (including 3 water meters) verification. 4 5 c. The NRMCA Plant Certification checklists shall be maintained 6 by the Plant Manager and are subject to review at any time by 7 the Contracting Agency. 8 9 e. Volumetric water batching devices (including water meters) 10 shall be verified every 90 days. 11 12 6-02.3(5)C Conformance to Mix Design 13 Item 2 under the first paragraph is revised to read: 14 15 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 16 percent of that specified in the mix design. 17 18 6-02.3(5)H Sampling and Testing for Compressive Strength 19 This section including title is revised to read: 20 21 6-02.3(5)H Sampling and Testing for Compressive Strength and 22 Initial Curing 23 Acceptance testing for compressive strength shall be conducted at the same 24 frequency as the acceptance tests for temperature, consistency, and air content. 25 26 The Contractor shall provide, and maintain cure boxes for curing concrete 27 cylinders. The Contractor shall also provide, maintain, and operate all necessary 28 power sources and connections needed to operate the curing box. Concrete 29 cylinders shall be cured in a cure box in accordance with WSDOT FOP for 30 AASHTO T 23. The cure boxes shall maintain a temperature between 60QF and 31 80QF for concrete with specified strengths less than 6000 psi and between 68QF 32 and 78QF for concrete with specified strengths of 6000 psi and higher. A 33 minimum/maximum thermometer shall be installed to measure the internal 34 temperature of the cure box. The thermometer shall be readable from outside of 35 the box and be capable of recording the high and low temperatures in a 24-hour 36 period. The cure boxes shall create an environment that prevents moisture loss 37 from the concrete specimens. The top shall have a working lock and the interior 38 shall be rustproof. A moisture-proof seal shall be provided between the lid and the 39 box. The cure box shall be the appropriate size to accommodate the number of 40 concrete acceptance cylinders necessary or the Contractor shall provide 41 additional cure boxes. Once concrete cylinders are placed in the cure box, the 42 cure box shall not be moved until the cylinders have been cured in accordance 43 with these specifications. When concrete is placed at more than one location 44 simultaneously, multiple cure boxes shall be provided. 45 46 The Contractor shall protect concrete cylinders in cure boxes from excessive 47 vibration and shock waves during the curing period in accordance with Section 6- 48 02.3(6)D. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 III-21 000328 January 2007 1 6-02.3(6)0 Protection Against Vibration 2 The last sentence in the second paragraph is revised to read: . 3 4 See the Shaft Special Provision, and Section 6-16 respectively for shaft 5 installation, and soldier pile shaft installation operations. 6 7 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to 8 read: 9 10 (3) Equipment Class H (High Vibration) shall include pile drivers, machine 11 operated impact tools, pavement breakers, and other large pieces of 12 equipment. 13 14 6-02.3(11) Curing Concrete 15 The second paragraph is supplemented with the following: 16 17 Runoff water shall be collected and disposed of in accordance with all applicable 18 regulations. In no case shall runoff water be allowed to enter any lakes, streams, 19 or other surface waters. 20 21 6-02.3(16) Plans for Falsework and Formwork 22 The address for FEDEX delivery following the fourth paragraph is revised to read: 23 24 Washington State Department of Transportation 25 Bridge and Structures Engineer . 26 7345 Linderson Way SW 27 Tumwater, WA 98501-6504 28 29 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 30 The address for FEDEX delivery following the first paragraph is revised to read: 31 32 Washington State Department of Transportation 33 Bridge and Structures Engineer 34 7345 Linderson Way SW 35 Tumwater, WA 98501-6504 36 37 6-02.3(16)8 Preapproved Formwork Plans 38 The address for FEDEX delivery following the second paragraph is revised to read: 39 40 Washington State Department of Transportation 41 Bridge and Structures Engineer 42 7345 Linderson Way SW 43 Tumwater, WA 98501-6504 . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-22 000328 January 2007 . 1 6-02.3(24)C Placing and Fastening 2 The 14th paragraph is revised to read: 3 4 Clearances shall be at least: 5 6 4-inches between: Main bars and the top of any concrete masonry 7 exposed to the action of salt or alkaline water. 8 9 3-inches between: Main bars and the top of any concrete deposited 10 against earth without intervening forms. 11 12 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and 13 the top of the roadway slab. 14 15 2-inches between: Adjacent layers. Main bars and the surface of 16 concrete exposed to earth or weather (except in 17 roadway slabs). Reinforcing bars and the faces 18 of forms for exposed aggregate finish. 19 20 11/2-inches between: Main bars and the surface of concrete not 21 exposed to earth or weather. Slab bars and the 22 top of the slab (except roadway slabs). Barrier 23 and curb bars and the surface of the concrete. 24 Stirrups and ties and the surface of the concrete . 25 exposed to earth or weather. 26 27 1-inch between: Slab bars and the bottom of the slab. Stirrups 28 and ties and the surface of the concrete not 29 exposed to earth or weather. 30 31 6-02.3(26)A Shop Drawings 32 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: 33 34 Washington State Department of Transportation 35 Bridge and Structures Engineer 36 7345 Linderson Way SW 37 Tumwater, WA 98501-6504 38 . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 III-23 000328 January 2007 1 6-02.3(28)A Shop Drawings 2 The first paragraph is revised to read: . 3 4 Before casting the structural elements, the Contractor shall submit: 5 6 1. Seven sets of shop drawings for approval by the Department of 7 Transportation Bridge and Structures Engineer, Construction Support, 8 addressed as follows: 9 10 US Postal Service 11 P. O. Box 47340 12 Olympia, WA 98504-7340 13 14 FedEx 15 7345 Linderson Way SW 16 Tumwater, WA 98501-6504; and 17 18 2. Two sets of shop drawings to the Project Engineer. 19 20 6-02.4 Measurement 21 This section is supplemented with the following: 22 23 No specific unit of measure will apply to the lump sum item for cure box. 24 25 6-02.5 Payment 26 This section is supplemented with the following: . 27 28 "Cure Box", lump sum. 29 The lump sum contract price for "Cure Box" shall be full pay for all costs for 30 providing, operating, maintaining, moving and removing the cure boxes and 31 providing, maintaining and operating all necessary power sources and 32 connections needed to operate the curing boxes. 33 34 SECTION 6-03, STEEL STRUCTURES 35 December 4, 2006 36 6-03.3(7) Shop Plans 37 The first two sentences in the first paragraph are revised to read: 38 39 The Contractor shall submit for approval all shop detail plans for fabricating the 40 steel. These shall be sent to the Department of Transportation Bridge and 41 Structures Engineer, Construction Support, addressed as follows: 42 43 US Postal Service 44 P. O. Box 47340 45 Olympia, WA 98504-7340 46 47 FedEx 48 7345 Linderson Way SW . 49 Tumwater, WA 98501-6504 CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 1II-24 000328 January 2007 . . . 1 6-03.3(21)A Web Plates 2 This section is revised to read: 3 4 If web plates are spliced, gaps between plate ends shall be set at shop assembly 5 to measure 1/4-inch, and shall not exceed 3/8-inch. 6 7 6-03.3(33) Bolted Connections 8 The first sentence in the second paragraph is revised to read: 9 10 All bolted connections are slip critical. 11 12 SECTION 6-05, PILING 13 August 7,2006 14 6-05.3(11)H Pile Driving From or Near Adjacent Structures 15 The second paragraph is revised to read: 16 17 Freshly placed concrete in the vicinity of the pile driving operation shall be 18 protected against vibration in accordance with Section 6-02.3(6)0. 19 20 The third paragraph is deleted. 21 22 6-05.5 Payment 23 The paragraph following "Furnishing S1. Piling", per linear foot is revised to read: 24 25 The unit contract price per linear foot for "Furnishing (type) Piling (_)" shall be 26 full pay for furnishing the piling specified, including fabricating and installing the 27 steel reinforcing bar cage, and casting and curing the concrete, as required for 28 concrete piling. Such price shall also be full pay, when measurement includes, for 29 piling length ordered but not driven. 30 31 SECTION 6-07, PAINTING 32 August 7,2006 33 6-07.2 Materials 34 The first sentence in the second paragraph is revised to read: 35 36 Material used for field abrasive blasting shall meet Military Specification MIL-A- 37 22262B(SH) as listed on QPL -22262-28 as maintained by the Department of the 38 Navy. 39 40 6-07.3(2)A Bridge Cleaning 41 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent 42 opening size (ASTM 04751) is revised to read: 43 44 #100 US Sieve 45 CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 III-25 000328 January 2007 1 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS 2 January 3, 2006 . 3 This section including title is revised to read: 4 5 SECTION 6-11, REINFORCED CONCRETE WALLS 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 36 37 38 39 40 41 42 43 44 45 46 6-11.1 Description This work consists of constructing reinforced concrete retaining walls, including those shown in thaStandard Plans, L walls, and counterfort walls. 6-11.2 Materials Materials shall meet the requirements of the following sections: Cement Aggregates for Portland Cement Concrete Gravel Backfill Premolded Joint Filler Steel Reinforcing Bar Epoxy-Coated Steel Reinforcing Bar Concrete Curing Materials and Admixtures Fly Ash Water 9-01 9-03.1 9-03.12 9-04.1 (2) 9-07.2 9-07.3 9-23 9-23.9 9-25 Other materials required shall be as specified in the Special Provisions. . 6-11.3 Construction Requirements 6-11.3(1) Submittals The Contractor shall submit all excavation shoring plans to the Engineer for approval in accordance with Section 2-09.3(3)D. The Contractor shall submit all falsework and formwork plans to the Engineer for approval in accordance with Sections 6-02.3(16) and 6-02.3(17). If the Contractor elects to fabricate and erect precast concrete wall stem panels, the following information shall be submitted to the Engineer for approval in accordance with Sections 6-01.9 and 6-02.3(28)A: 1. Working drawings for fabrication of the wall stem panels, showing dimensions, steel reinforcing bars, joint and joint filler details, surface finish details, lifting devices with the manufacturer's recommended safe working capacity, and material specifications. 2. Working drawings and design calculations for the erection of the wall stem panels showing dimensions, support points, support footing sizes, erection block outs, member sizes, connections, and material specifications. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 000328 January 2007 III-26 . . . 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 36 37 38 3. Design calculations for the precast wall stem panels, the connection between the precast panels and the cast-in-place footing, and all modifications to the cast-in-place footing details as shown in the Plans or Standard Plans. The Contractor shall not begin excavation and construction operations for the retaining walls until receiving the Engineer's approval of the above submittals. 6-11.3(2) Excavation and Foundation Preparation Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 2-09.3(1 )C. 6-11.3(3) Precast Concrete Wall Stem Panels The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast concrete wall stem panels may be used for construction of non-Standard Plan retaining walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. The precast concrete wall stem panels shall be designed in accordance with the requirements for Load Factor Design in the following codes: 1. For all loads except as otherwise noted. - AASHTO Standard Specifications for Highway Bridges, latest edition and current interims. The seismic design shall use the acceleration coefficient and soil profile type as specified in the Plans. 2. For all wind loads - AASHTO Guide Specifications for Structural Design of Sound Barriers, latest edition and current interims. The precast concrete wall stem panels shall be fabricated in accordance with the dimensions and details shown in the Plans, except as modified in the shop drawings as approved by the Engineer. The precast concrete wall stem panels shall be fabricated full height, and shall be fabricated in widths of 8 feet, 16 feet, and 24 feet. CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 II1-27 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 The construction tolerances for the precast concrete wall stem panels shall be as follows: . :t1/4 inch :t1/4 inch :t1/4 inch -1/8 inch :t3/8 inch -1/8 inch Width of precast concrete wall stem panel joints :t1/4 inch Offset of precast concrete wall stem panels :t1/4 inch (Deviation from a straight line extending 5 feet on each side of the panel joint) Height Width Thickness Concrete cover for steel reinforcing bar The precast concrete wall stem panels shall be constructed with a mating shear key between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 inches maximum. The shear key shall be continuous and shall be of uniform width over the entire height of the wall stem. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall stem panels shall be cast in a vertical position if the Plans call for a form liner texture on both sides of the wall stem panel. . The precast concrete wall stem panel shall be rigidly held in place during placement and curing of the footing concrete. The precast concrete wall stem panels shall be placed a minimum of one inch into the footing to provide a shear key. The base of the precast concrete wall stem panel shall be sloped V2 inch per foot - to facilitate proper concrete placement. To ensure an even flow of concrete under and against the base of the wall panel, a form shall be placed parallel to the precast concrete wall stem panel, above the footing, to allow a minimum one foot head to develop in the concrete during concrete placement. The steel reinforcing bars shall be shifted to clear the erection block outs in the precast concrete wall stem panel by 1-1/2 inches minimum. All precast concrete wall stem panel joints shall be constructed with joint filler installed on the rear (backfill) side of the wall. The joint filler material shall extend from two feet below the final ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic flexible material and shall be installed to create a waterproof seal at panel joints. '. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 000328 January 2007 III-28 . . . 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 36 37 38 39 40 41 42 43 44 45 46 The soil bearing pressure beneath the falsework supports for the precast concrete wall stem panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining wall. 6-11.3(4) Cast-In-Place Concrete Construction Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, and finished in accordance with Section 6-02, and the details shown in the Plans and Standard Plans. All cast-in-place concrete shall be Class 4000. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Cast-in-place concrete for adjacent wall stem sections (between vertical expansion joints) shall be formed and placed separately, with a minimum 12 hour time period between concrete placement operations. Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem expansion joints in accordance with Section 6-01.14. 6-11.3(5) Backfill, Weepholes, and Gutters Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted in accordance with Method B of Section 2-Q3.3(14)C, unless otherwise specified. Cement concrete gutter shall be constructed as shown in the Standard Plans. 6-11.3(6) Traffic Barrier and Pedestrian Barrier When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and Standard Plans. 6-11.4 Measurement Concrete Class 4000 for retaining wall will be measured as specified in Section 6- 02.4. Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for retaining wall will be measured as specified in Section 6-02.4. Traffic barrier and pedestrian barrier will be measured as specified in Section 6- 10.4 for cast-in-place concrete barrier. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 III-29 000328 January 2007 1 6-11.5 Payment 2 Payment will be made in accordance with Section 1-04.1 for each of the following . 3 bid items when they are included in the proposal: 4 5 "Conc. Class 4000 For Retaining Wall", per cubic yard. 6 All costs in connection with furnishing and installing weep holes and 7 premolded joint filler shall be included in the unit contract price per cubic 8 yard for "Conc. Class 4000 for Retaining Wall". 9 10 "St. Reinf. Bar For Retaining Wall", per pound. 11 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound. 12 13 ''Traffic Barrier", per linear foot. 14 "Pedestrian Barrier", per linear foot. 15 The unit contract price per linear foot for "_ Barrier" shall be full pay for 16 constructing the barrier on top of the retaining wall, except that when these 17 bid items are not included in the proposal, all costs in connection with 18 performing the work as specified shall be included in the unit contract price 19 per cubic yard for "Conc. Class 4000 For Retaining Wall", and the unit 20 contract price per pound for "_ Bar For Retaining Wall". 21 22 SECTION 6-12, NOISE BARRIER WALLS 23 January 3, 2006 24 6-12.3(6) Precast Concrete Panel Fabrication and Erection 25 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. . 26 27 The below new item 5 is inserted ahead of renumbered item 6: 28 29 5. Precast concrete panels shall not be erected until the foundations for the 30 panels have attained a minimum compressive strength of 3,400 psi. 31 32 SECTION 6-13, STRUCTURAL EARTH WALLS 33 December 4, 2006 34 6-13.3(2) Submittals 35 The fifth paragraph is revised to read: 36 37 The design calculation and working drawing submittal shall include detailed 38 design calculations and all details, dimensions, quantities, and cross-sections 39 necessary to construct the wall. The calculations shall include a detailed 40 explanation of any symbols, design input, material property values, and computer 41 programs used in the design of the walls. All computer output submitted shall be 42 accompanied by supporting hand calculations detailing the calculation process. If 43 MSEW 3.0, or a later version, is used for the wall design, hand calculations 44 supporting MSEW are not required. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 III-30 000328 January 2007 . . . 1 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 2 This section is supplemented with the following: ,3 4 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 5 2-12.3 and 6-13.3(5). 6 7 6-13.3(7) Backfill 8 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are 9 revised to "a plate compactor". 10 11 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 12 This section is revised to read: 13 14 The Contractor, in conjunction with the structural earth wall manufacturer, shall 15 design and detail the SEW traffic barrier and SEW pedestrian barrier in 16 accordance with Section 6-13.3(2) and the above ground geometry details shown 17 in the Plans. The barrier working drawings and supporting calculations shall 18 include, but not be limited to, the following: 19 20 1. Complete details of barrier cross section geometry, including the portion 21 below ground, and accommodations necessary for bridge approach 22 slabs, PCCP, drainage facilities, underground utilities, and sign support, 23 luminaire pole, traffic signal standard, and other barrier attachments. 24 25 2. Details of the steel reinforcement of the barrier, including a bar list and 26 bending diagram in accordance with Section 6-02.3(24), and including 27 additional reinforcement required at sign support, luminaire pole, traffic 28 signal standard, and other barrier attachment locations. 29 30 3. Details of the interface of, and the interaction between, the barrier and 31 the top layers of structural earth wall reinforcement and facing. 32 33 4. When the Plans specify placement of conduit pipes through the barrier, 34 details of conduit pipe and junction box placement. 35 36 SEW traffic barrier and SEW pedestrian barrier shall be constructed in 37 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans 38 and in the structural earth wall working drawings as approved by the Engineer. 39 40 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 41 December 4, 2006 42 6-14.3(2) Submittals 43 Item 2 is revised to read: 44 45 2. The Contractor's proposed wall construction method, including proposed 46 forming systems, types of equipment to be used, proposed erection 47 sequence and details of how the backfill will be retained during each stage of 48 construction. CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-31 000328 January 2007 1 6-14.3(4) Erection and Backfill 2 The first sentence in the eighth paragraph is revised to read: . 3 4 The Contractor shall place and compact the wall backfill in accordance with the 5 wall construction sequence detailed in the Plans and Method C of Section 2- 6 03.3(14)C, except as follows: 7 8 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are 9 revised to "a plate compactor". 10 11 6-14.4 Measurement 12 The first three paragraphs are revised to read: 13 14 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall 15 will be measured by the square foot of face of completed wall. Corner wrap area 16 and extensions of the geosynthetic wall beyond the area of wall face shown in the 17 Plans or staked by the Engineer are considered incidental to the wall construction 18 and will not be included in the measurement of the square foot of face of 19 completed geosynthetic retaining wall. 20 21 Gravel borrow for geosynthetic retaining wall backfill will be measured as 22 specified in Section 2-03.4. 23 24 Shotcrete facing and concrete fascia panel will be measured by the square foot 25 surface area of the completed facing or fascia panel, measured to the neat lines . 26 of the facing or panel as shown in the Plans. When a footing is required, the 27 measurement of the fascia panel area will include the footing. 28 29 6-14.5 Payment 30 The bid item "Borrow for Geosynthetic Walllncl. Haul" and subsequent paragraph are 31 revised to read: 32 33 "Gravel Borrow for Geosynthetic Ret. Walllncl. Haul", per ton or per cubic yard. 34 All costs in connection with furnishing and placing backfill material for temporary 35 or permanent geosynthetic retaining walls as specified shall be included in the 36 unit contract price per ton or per cubic yard for "Gravel Borrow for Geosynthetic 37 Ret. Wall Incl. Haul". 38 39 SECTION 6-15, SOIL NAIL WALLS 40 August 7, 2006 41 6-15.3(8) Soil Nail Testing and Acceptance 42 The first sentence in the fourth paragraph is revised to read: 43 44 The pressure gauge shall be graduated in increments of either 100 psi or two 45 percent of the maximum test load, whichever is less. . CITY OF PORT ANGELES 8th Street Bndge Replacements PrOject No 02-15 IIl-32 000328 January 2007 . . . 1 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 2 August 7, 2006 3 6-16.3(5) Backfilling Shaft 4 The first and second paragraphs are revised to read: 5 6 The excavated shaft shall be backfilled with either controlled density fill (CDF), or 7 pumpable lean concrete, as shown in the Plans and subject to the following 8 requirements: 9 10 1. Dry shaft excavations shall be backfilled with CDF. 11 12 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 13 14 3. Pumpable lean concrete shall be a Contractor designed mix providing a 15 minimum 28 day compressive strength of 100 psi. Acceptance of 16 pumpable lean concrete will conform to the acceptance requirements 17 specified in Section 2-09.3(1) for CDF. 18 19 4. A wet shaft is defined as a shaft where water is entering the excavation 20 and remains present to a depth of six inches or more. 21 22 5. When the Plans or test hole boring logs identify the presence of a water 23 table at or above the elevation of the bottom of soldier pile shaft, the 24 excavation shall be considered as wet, except as otherwise noted. Such 25 a shaft may be considered a dry shaft provided the Contractor furnishes 26 and installs casing that is sufficiently sealed into competent soils such 27 that water cannot enter the excavation. 28 29 Placement of the shaft backfill shall commence immediately after completing the 30 shaft excavation and receiving the Engineer's approval of the excavation. CDF or 31 pumpable lean concrete shall be placed in one continuous operation to the top of 32 the shaft. Vibration of shaft backfill is not required. 33 34 6-16-3(6) Installing Timber Lagging and Permanent Ground Anchors 35 The first paragraph is revised to read: 36 37 The excavation and removal of CDF and pumpable lean concrete for the lagging 38 installation shall proceed in advance of the lagging, and shall not begin until the 39 CDF and pumpable lean concrete are of sufficient strength that the material 40 remains in placed during excavation and lagging installation. If the CDF or 41 pumpable lean concrete separates from the soldier pile, or caves or spa lis from 42 around the pile, the Contractor shall discontinue excavation and timber lagging 43 installation operations until the CDF and pumpable lean concrete is completely 44 set. The bottom of the excavation in front of the wall shall be level. Excavation 45 shall conform to Section 2-03. 46 CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 III-33 000328 January 2007 1 SECTION 6-17, PERMANENT GROUND ANCHORS 2 August 7, 2006 3 6-17.3(8) Testing and Stressing 4 The first sentence in the third paragraph is revised to read: 5 6 The pressure gauge shall be graduated in increments of either 100 psi or two 7 percent of the maximum test load, whichever is less. 8 9 SECTION 7-01, DRAINS 10 August 7, 2006 11 7-01.3 Construction Requirements 12 This section is revised to read: 13 14 A trench of the dimensions shown in the Plans or as specified by the Engineer 15 shall be excavated to the grade and line given by the Engineer. 16 17 Section 7-01.3 is supplemented with the following new sub-sections: 18 19 7-01.3(1) Drain Pipe 20 Drain pipe shall be laid in conformity with the line and grades as shown in the 21 Plans. The drain pipe shall be laid with soil-tight joints unless otherwise specified. 22 Concrete drain pipe shall be laid with the bell or larger end upstream. PVC drain 23 pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal 24 as described in Section 9-04.8. The bell shall be laid upstream. PE drain pipe 25 shall be jointed with snap-on, screw-on, bell and spigot, or wraparound coupling 26 bands as recommended by the manufacturer of the tubing. 27 28 7-01.3(2) Underdrain Pipe 29 When underdrain pipe is being installed as a means of intercepting ground or 30 surface water, the trench shall be fine-graded in the existing soil 3 inches below 31 the grade of the pipe as shown in the Plans. Gravel backfill shall be used under 32 the pipe. Gravel backfill shall be placed to the depth shown in the Plans or as 33 designated by the Engineer. All backfill shall be placed in 12-inch maximum 34 layers and be thoroughly compacted with three passes of a vibratory compactor 35 for each layer. The Contractor shall use care in placing the gravel backfill material 36 to prevent its contamination. 37 38 Class 2 perforations shall be used unless otherwise specified. When Class 1 39 perforations are specified the perforated pipe shall be laid with the perforations 40 down. Upon final acceptance of the work, all drain pipes shall be open, clean, and 41 free draining. Perforated pipe does not require a watertight joint. PVC underdrain 42 pipe shall be jointed using either the flexible elastomeric seal as described in 43 Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of 44 the Contractor unless otherwise specified in the Plans. The bell shall be laid 45 upstream. PE drainage tubing underdrain pipe shall be jointed with snap-on, 46 screw-on, bell and spigot, or wraparound coupling bands, as recommended by 47 the manufacturer of the tubing. 48 CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No. 02-15 000328 January 2007 III-34 . . . . . . 1 SECTION 7-02, CULVERTS 2 January 3, 2006 3 7 -02.2 Materials 4 The fifth and seventh paragraphs are deleted: 5 6 SECTION 7-04, STORM SEWERS 7 January 3, 2006 8 7-04.2 Materials 9 The fourth and sixth paragraphs are deleted: 10 11 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 12 December 4, 2006 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 8-01.3(1) General The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: In western Washington (west of the Cascade Mountain crest): October 1 through April 30 May 1 to September 30 2 days maximum 7 days maximum In eastern Washington (east of the Cascade Mountain crest.): October 1 through June 30 July 1 through September 30 5 days maximum 10 days maximum 8-01.3(1)8 Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1-05.13(1 ). CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No 02-15 III-35 000328 January 2007 1 The ESC Lead shall implement the Temporary Erosion and Sediment Control . 2 (TESC) plan. Implementation shall include, but is not limited to: 3 4 1. Installing and maintaining all temporary erosion and sediment control 5 Best Management Practices (BMPs) included in the TESC plan to 6 assure continued performance of their intended function. Damaged or 7 inadequate TESC BMPs shall be corrected immediately. 8 9 2. Updating the TESC plan to reflect current field conditions. 10 11 When a TESC plan is included in the contract plans, the Contractor shall inspect 12 all on-site erosion and sediment control BMPs at least once every calendar week 13 and within 24 hours of runoff events in which stormwater discharges from the site. 14 Inspections of temporarily stabilized, inactive sites may be reduced to once every 15 calendar month. The Erosion and Sediment Control Inspection Form (Form 16 Number 220-030 EF) shall be completed for each inspection and a copy shall be 17 submitted to the Engineer no later than the end of the next working day following 18 the inspection. 19 20 8-01.3(2)E Tacking Agent and Soil Binders 21 The third paragraph, (PAM) is revised to read: 22 23 Soil Binding Using Polyacrylamide (PAM) 24 The PAM shall be applied on bare soil completely dissolved and mixed in water or 25 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more . 26 than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds 27 per acre of cellulose fiber mulch treated with a non-toxic dye shall be applied with 28 the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per 29 acre using a hand-held fertilizer spreader or a tractor-mounted spreader. 30 31 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 32 The second paragraph under East of the summit of the Cascade Range, beginning 33 with ''The Contractor will be responsible", is deleted. 34 35 8-01.3(9)A Silt Fence 36 The fifth paragraph is revised to read: 37 38 Posts shall be either wood or steel. Wood posts shall have minimum dimensions 39 of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel 40 posts shall have a minimum weight of 0.90 Ibs/ft 41 42 8-01.4 Measurement 43 This section is supplemented with the following: 44 45 Coir log will be measured by the linear foot along the ground line of the 46 completed installation. . CITY OF PORT ANGELES 8th Street Bndge Replacements PrOject No. 02-15 II1-36 000328 January 2007 . . . 1 8.01.5 Payment 2 The following bid item is inserted after "Compost Sock", per linear foot: 3 4 "Coir Log", per linear foot 5 6 This section is supplemented with the following: 7 8 "Mowing", per acre. 9 10 SECTION 8.02, ROADSIDE RESTORATION 11 April 3, 2006 12 8.02.3(8) Planting 13 The seventh and eighth paragraphs are deleted and replaced with the following: 14 15 All burlap, baskets, string, wire, and other such materials shall be removed from 16 the hole when planting balled and burlapped plants. The plant material shall be 17 handled in such a manner that the root systems are kept covered and damp at all 18 times. The root systems of all bare root plant material shall be dipped in a slurry 19 of silt and water immediately prior to planting. The root systems of container plant 20 material shall be moist at the time of planting. In their final position, all plants shall 21 have their top true root (not adventitious root) no more than 1" below the soil 22 surface, no matter where that root was located in the original root ball or 23 container. After planting, the backfill material and root ball shall be thoroughly 24 watered in within 24 hours. 25 26 8.02.3(9) Pruning, Staking, Guying, and Wrapping 27 The first paragraph is revised to read: 28 29 Plants shall be pruned at the time of planting, only to remove minor broken or 30 damaged twigs, branches, or roots. Pruning shall be done with a sharp tool and 31 shall be done in such a manner as to retain or to encourage natural growth 32 characteristics of the plants. All other pruning shall be performed only after the 33 plants have been in the ground at least one year. 34 35 SECTION 8.04, CURBS, GUTTERS, AND SPILLWAYS 36 December 4, 2006 37 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters 38 The first paragraph is supplemented with the following: 39 40 Just prior to placing the curb, a tack coat of asphalt shall be applied to the 41 existing pavement surface at the rate ordered by the Engineer. 42 43 8-04.4 Measurement 44 The first paragraph is revised to read: 45 46 All curbs, gutters, and spillways will be measured by the linear foot along the line 47 and slope of the completed curbs, gutters, or spillways, including bends. 48 Measurement of cement concrete curb and cement concrete curb and gutter, 49 when constructed across driveways or sidewalk ramps, will include the width of 50 the driveway or sidewalk ramp. CITY OF PORT ANGELES 8th Street Bndge Replacements ProJect No. 02-15 III-37 000328 January 2007 1 SECTION 8-08, RUMBLE STRIPS 2 April 3, 2006 3 8-08.1 Description 4 The first sentence is revised to read: 5 6 This work consists of constructing centerline and shoulder rumble strips by 7 grinding hot mix asphalt. 8 9 8-08.3 Construction Requirements 10 The first sentence in the first paragraph is revised to read: 11 12 The equipment shall have a rotary type cutting head or series of cutting heads 13 capable of grinding one or more recesses in the hot mix asphalt as detailed in the 14 Standard Plans. 15 16 The third sentence in the third paragraph is revised to read: 17 18 All cuttings and other debris shall become the property of the Contractor and be 19 disposed of outside the project limits. 20 21 SECTION 8-09, RAISED PAVEMENT MARKERS 22 April 3, 2006 23 8-09.3(5) Recessed Pavement Marker 24 This section is revised to read: 25 26 Construct recesses for pavement markers by grinding the pavement in 27 accordance with the dimensions shown in the Standard Plans. This work shall 28 include cleanup and disposal of cuttings and other resultant debris. Prepare the 29 surface in accordance with Section 8-09.3(1). Install Type 2 markers in the recess 30 in accordance with the Standard Plans and Section 8-09.3(4). 31 32 SECTION 8-11, GUARDRAIL 33 April 3, 2006 34 8-11.3(4) Removing Guardrail 35 This section including title is revis\ed to read: 36 37 8-11.3(4) Removing Guardrail and Guardrail Anchor 38 Removal of the various types of guardrail shall include removal of the rail, cable 39 elements, hardware, and posts, including transition sections, expansion sections 40 and terminal sections . Removal of the various types of guardrail anchors shall 41 include removal of the anchor assembly in its entirety, including concrete bases, 42 rebar, and steel tubes and any other appurtenances in the anchor assembly. All 43 holes resulting from the removal of the guardrail posts and anchors shall be 44 backfilled with granular material in layers no more than 6-inches thick and 45 compacted to a density similar to that of the adjacent material. The removed 46 guardrail items shall become the property of the Contractor. CITY OF PORT ANGELES 8th Street Bndge Replacements ProjectNo 02-15 000328 January 2007 1II-38 . . . . . . 1 SECTION 8-16, CONCRETE SLOPE PROTECTION 2 August7,2006 3 4 5 6 7 8 9 10 11 12 13 14 8-16.2 Materials The material "Concrete Class 3000" and referenced section "6-02" are revised to read: Commercial Concrete 6-02.3(2)B 8-16.3(3) Poured-in-Place Cement Concrete In the second paragraph, the words "Class 3000 cement" are revised to read "commercial" . SECTION 8-20, IllUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL December 4, 2006 15 8-20.3(2) Excavating and Backfilling 16 The third paragraph is revised to read: 17 18 The excavations shall be backfilled in conformance with the requirements of 19 Section 2-09.3(1 )E, Structure Excavation. 20 21 8-20.3(4) Foundations 22 The second paragraph is revised to read: 23 24 The bottom of concrete foundations shall rest on firm ground. If the portion of the 25 foundation beneath the existing ground line is formed or cased instead of being 26 cast against the existing soil forming the sides of the excavation, then all gaps 27 between the existing soil and the completed foundation shall be backfilled and 28 compacted in accordance with Section 2-09.3(1)E. 29 30 The thirteenth paragraph is revised to read: 31 32 Both forms and ground which will be in contact with the concrete shall be 33 thoroughly moistened before placing concrete; however, excess water in the 34 foundation excavation will not be permitted. Foundations shall have set at least 35 72 hours prior to the removal of the forms. All forms shall be removed, except 36 when the Plans or Special Provisions specifically allow or require the forms or 37 casing to remain. 38 39 8-20.3(9) Bonding, Grounding 40 The first, second, and fourth paragraphs are revised to read: 41 42 All metallic appurtenances containing electrical conductors (luminaires, light 43 standards, cabinets, metallic conduit, etc.) shall be made mechanically and 44 electrically secure to form continuous systems that shall be effectively grounded. 45 46 Where conduit is installed, the installation shall include an equipment ground 47 conductor, in addition to the conductors noted in the contract. Bonding jumpers 48 and equipment grounding conductors shall be installed in accordance with CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III.39 000328 January 2007 1 Section 9-29.3 and NEe. Where existing conduits are used for the installation of 2 new circuits, an equipment-grounding conductor shall be installed unless an . 3 existing equipment ground conductor, which is appropriate for the largest circuit, 4 is already present in the existing raceway. The equipment ground conductor 5 between the isolation switch and the sign lighter fixtures shall be a minimum of a 6 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a 7 common conduit, the equipment-grounding conductor shall be sized by the 8 largest overcurrent device serving any circuit contained within the conduit. 9 10 Supplemental grounding shall be provided at light standards, signal standards, 11 cantilever and sign bridge structures. Steel sign posts which support signs with 12 sign lighting or flashing beacons shall also have supplemental grounding. The 13 supplemental ground conductor shall be connected to the foundation rebar (all 14 rebar crossings shall be wire tied) by means of a grounding connector listed for 15 use in concrete, and lead up directly adjacent to a conduit installed within the 16 foundation. The free end of the conductor shall be terminated to the ground 17 terminal, with an approved clamp, within the pole. If no ground terminal is 18 provided, bond to standard or post. Three feet of slack shall be provided inside 19 the standard. Where a concrete and rebar foundation is not used the 20 supplemental ground shall be a grounding electrode placed in the hole next to the 21 post prior to back fill. For light standards, signal standards, cantilever and sign 22 bridge structures the supplemental grounding conductor shall be a non-insulated 23 4 AWG stranded copper conductor. For steel sign posts which support signs with 24 sign lighting or flashing beacons the supplemental grounding conductor shall be a 25 non-insulated 6 AWG stranded copper conductor. 26 . 27 8-20.3(14)E Signal Standards 28 The second paragraph is revised to read: 29 30 Signal standards shall not be erected on concrete foundations until the 31 foundations have attained 2400 psi or 14 days after concrete placement. Signal 32 standards without mast arms may be erected after 72 hours. Type IV and V strain 33 pole standards may be erected but the messenger cable (span wire) shall not be 34 placed until the foundation has attained 2400 psi or 14 days after concrete 35 placement. 36 37 SECTION 8-21, PERMANENT SIGNING 38 January 3, 2006 39 8-21.3(9)F Bases 40 The second paragraph is revised to read: 41 42 The excavation and backfill shall be in conformance with the requirements of 43 Section 2-09.3(1)E. 44 45 The fifth paragraph is revised to read: 46 47 The bottom of concrete foundations shall rest on firm ground. If the portion of the 48 foundation beneath the existing ground line is formed or cased instead of being 49 cast against the existing soil forming the sides of the excavation, then all gaps . CITY OF PORT ANGELES 8th Street Bridge Replacements PrOject No. 02-15 III-40 000328 January 2007 . . . 1 between the existing soil and the completed foundation shall be backfilled and 2 compacted in accordance with Section 2-09.3(1)E. 3 4 The fourteenth paragraph is revised to read: 5 6 Both forms and ground which will be in contact with the concrete shall be 7 thoroughly moistened before placing concrete; however, excess water in the 8 foundation excavation will not be permitted. Forms shall not be removed until the 9 concrete has set at least three days. All forms shall be removed, except when the 10 Plans or Special Provisions specifically allow or require the forms or casing to 11 remain. 12 13 SECTION 8-22, PAVEMENT MARKING 14 December 4, 2006 15 8-22.3(2) Preparation of Roadway Surfaces 16 The following new sentence is inserted after the first sentence in the second 17 paragraph: 18 19 The temperature requirement may be superseded by the material manufacturers 20 written installation instructions. 21 22 The last sentence in the third paragraph is revised to read: 23 24 These cure periods may be reduced if the manufacturer performs a successful 25 bond test and approves the reduction of the pavement cure period. 26 27 8-22.3(3) Marking Application 28 The following is inserted preceding the first paragraph: 29 30 Flat Lines - Pavement marking lines with a flat surface. 31 32 Profiled Marking - A profiled pavement marking is a marking that consists of a 33 base line thickness and a profiled thickness which is a portion of the pavement 34 marking line that is applied at a greater thickness than the base line thickness. 35 Profiles shall be applied using the extruded method in the same application as 36 the base line. The profiles may be slightly rounded provided the minimum profile 37 thickness is provided for the length of the profile. See the Standard Plans for the 38 construction details. 39 40 Embossed Plastic Line - Embossed plastic lines consist of a flat line with 41 transverse grooves. An embossed plastic line may also have profiles. See the 42 Standard Plans for the construction details. 43 44 Inset Line - A line constructed by grinding or saw cutting a groove into the 45 pavement surface and spraying, extruding, or gluing pavement marking material 46 into the groove. The groove depth is dependent upon the material used, the 47 pavement surface, and location. CITY OF PORT ANGELES 8th Street Bndge Replacements ProjectNo 02-15 I1I-41 000328 January 2007 1 The second paragraph is revised to read: 2 3 Centerlines on two lane highways with skip patterns, paint or plastic, shall be 4 applied in the increasing mile post direction so they are in cycle with existing skip 5 pattern lines at the beginning of the project. Skip patterns applied to multi-lane or 6 divided roadways shall be applied in cycle in the direction of travel. 7 8 Where paint is applied on centerline on two-way roads with bituminous surface 9 treatment or centerline rumble strips, the second paint application shall be 10 applied in the opposite (decreasing mile post) direction as the first application 11 (increasing mile post) direction. This will require minor skip pattern corrections for 12 curves on the second application. 13 14 The fourth paragraph, beginning with "Lines with skip patterns", is deleted. 15 16 The fifth paragraph, beginning with "Glass beads", is deleted. 17 18 The first sentence in the sixth paragraph is revised to read: 19 20 Pavement markings shall be applied at the following base line thickness 21 measured above the pavement surface or above the slot bottom for inset 22 markings in thousandths of an inch (mils): 23 24 In the sixth paragraph, the chart Marking Material Application is revised to read: 25 Marking Material Application HMA PCC BST Paint-first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A - flat/transverse & symbol~ extruded 125 125 125 Type A - flatllong line & symbols spray 90 90 120 Type A - with profiles extruded 90 90 120 Type A - embossed extruded 160 160 160 Type A - embossed with profiles extruded 160 160 160 Type B - flat/transverse & symboll: heat fused 125 125 125 Type C - flat/transverse & adhesive 90 90 NA symbols Type C-1 - inset/long line adhesive 60 60 NA Type 0 - flat/transverse & spray 120 120 120 symbols Type 0 - flat/transverse & extruded 120 120 120 symbols Type 0 - flat/long line spray 90 90 120 Type 0 - flat/long line extruded 90 90 120 Type 0 - profiledllong line extruded 90 90 120 Type 0 - inset/long line spray 40 40 40 Type 0 - insetllong line extruded 230 230 230 CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 III-42 . . . . . . 1 2 3 In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is revised to read: Mils Thickness Feet of 4" Line/Gallon Square Feet/Gallon 10 483 161 15 322 108 30 161 54 40 125 42 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 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 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type A) yield is revised to read: 230 - flat inset 47 15 The ninth and tenth paragraphs are deleted. The eleventh paragraph is revised to read: All inset plastic lines shall be applied into a groove cut or ground into the pavement. For Type A or 0 material the groove shall be cut or ground with equipment to produce a smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth square groove with a width in accordance with the material manufacturer's recommendation. The groove depth for Type C-1 material shall be 100 mils, plus or minus 10 mils. The groove depth for Type A or 0 material shall be as shown in the Plans. Section 8-22.3 is supplemented with the following new sub-section. 8-22.3(3)A Glass beads Top dress glass beads shall be applied to all spray and extruded pavement marking material. Glass beads shall be applied by a bead dispenser immediately following the pavement marking material application. Glass bead dispensers shall apply the glass beads in a manner such that the beads appear uniform on the entire pavement marking surface with 50 to 60% embedment. Hand casting of beads will not be allowed. Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be applied at the rate recommended by the marking material manufacturer. CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No 02-15 III -43 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. The cure period between successive applications shall be in accordance with the manufacturer's recommendations. Any loose beads, dirt, or other debris shall be swept or blown off the line prior to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. e 8-22.3(5) Installation Instructions This section including title is revised to read: 8-22.3(5) Plastic Installation Instructions Installation instructions for plastic markings shall be provided for the Engineer. All materials including glass beads shall be installed according to the manufacturer's recommendations. A manufacturer's technical representative shall be present at the initial installation of plastic material to approve the installation procedure or the material manufacturer shall certify that the Contractor will install the plastic material in accordance with their recommended procedure. 8-22.4 Measurement The following is inserted after the fifth paragraph: Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and pattern shown in the Standard Plans. These lines will be measured as painted or plastic line or wide line by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. . Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of arrow heads. The last paragraph is revised to read: Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. 8-22.5 Payment The following items are deleted: "Painted HOV Lane Symbol Type "Plastic HOV Lane Symbol Type " " . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 000328 January 2007 III-44 . . . 1 SECTION 9-00, DEFINITIONS AND TESTS 2 January 3, 2006 3 9-00.8 Sand Equivalent 4 The second paragraph is revised to read: 5 6 For acceptance, there must be a clear line of demarcation. If no clear line of 7 demarcation has formed at the end of a 30 minute sedimentation period, the 8 material will be considered as failing to meet the minimum specified sand 9 equivalent. 10 11 SECTION 9-02, BITUMINOUS MATERIALS 12 January 3, 2006 13 9-02.1(4) Asphalt Binders 14 This section including title is revised to read: 15 16 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 17 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades 18 specified in the contract shall be used in the production of HMA. The Direct 19 Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 20 21 9-02.1(4)A Performance Graded Asphalt Binder 22 This section including title is revised to read: 23 24 9-02.1(4)A Quality Control Plan 25 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in 26 accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That 27 Certify Performance Graded Asphalts". The Asphalt Supplier's QCP shall be 28 submitted and approved by the WSDOT State Materials Laboratory. Any change 29 to the QCP will require a new QCP to be submitted. The Asphalt Supplier of 30 PGAB shall certify through the Bill of Lading that PGAB meets the specification 31 requirements of the contract. 32 33 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P 34 This section is revised to read: 35 36 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The 37 polymer shall be milled into the asphalt or emulsion during the manufacturing of 38 the emulsion. The asphalt CRS-2P shall meet the following specifications: CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-45 000328 January 2007 AASHTO Test Specifications Method Minimum Maximum Viscosity @122QF, SFS T59 100 400 Storage Stability 1 day % T59 --- 1 Demulsibility 35 ml. 0.8% Dioctyl T59 40 .-- Sodium Sulfosuccinate Particle Charge T59 positive --- Sieve Test % T59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77QF T49 100 250 Torsional Recovery % note 2 18 _n or Toughness/Tenacity in-Ibs note 3 50/25 --- . . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 note 1 Distillation modified to use 300 grams of emulsion heated to 350QF :!:: 9QF and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 77QF, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson ToughnessfTenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson ToughnessfTenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 III -46 . . . 1 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 2 December 4, 2006 3 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe 4 This section including title is revised to read: 5 6 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch) 7 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 8 252 type C (corrugated both inside and outside) or type S (corrugated outer wall 9 and smooth inner liner). The maximum size pipe shall be 10 inches in diameter. 10 11 9-05.1(7) Corrugated Polyethylene Drain Pipe 12 This section including title is revised to read: 13 14 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 15 60-inch) 16 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, 17 shall meet the minimum requirements of AASHTO M 294 Type S or 12-inch 18 through 24 inch diameter maximum shall meet the minimum requirements of 19 AASHTO M 294 Type C. 20 21 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing 22 Underdrain Pipe 23 This section including title is revised to read: 24 25 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (up to 26 10-inch) 27 Perforated corrugated polyethylene underdrain pipe shall meet the requirements 28 of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 29 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 30 perforations. Additionally, Class 2 perforations shall be uniformly spaced along 31 the length and circumference of the pipe. The maximum size pipe shall be 10- 32 inch diameter. 33 34 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 35 This section including title is revised to read: 36 37 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 38 (12-inch through 60-inch) 39 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch 40 diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or 41 Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP 42 shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, 43 Class 2 perforations shall be uniformly spaced along the length and 44 circumference of the pipe. 45 46 9-05.4(3) Protective Treatment 47 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 I1I-47 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 9-05.15 Metal Castings This section is revised to read: . For all metal castings the producing foundry shall provide certification stating the country of origin, the material meets the required ASTM or AASHTO specification noted in the subsections below. The producing foundry shall detail all test results from physical testing to determine compliance to the specifications. The test reports shall include physical properties of the material from each heat and shall include tensile, yield, and elongation as specified in the appropriate ASTM or AASHTO specification. For AASHTO M 306, Section 8, Certification is deleted and replaced with the above certification and testing requirements. Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or repaired. Porosity in metal castings for drainage structures shall be considered a workmanship defect subject to rejection by the Engineer. Metal castings made from gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal castings made from cast steel shall conform to the requirements of Section 9-06.8. All metal castings shall meet the proof load testing requirements of AASHTO M 306. 9-05.15(1) Manhole Ring and Cover This section is revised to read: Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron. . All covers shall be interchangeable within the dimensions shown in the Standard Plans. All mating surfaces shall be machine finished to ensure a nonrocking fit. The inside vertical recessed face of the ring and the vertical outside edge of the cover shall be machined or manufactured to the following tolerances: Ring Cover +3/32 inch to -3/32 inch +3/32 inch to -3/32 inch All manhole rings and covers shall be identified by the name or symbol of the producing foundry and country of casting origin. This identification shall be in a plainly visible location when the ring and cover are installed. Ductile iron shall be identified by the following, "DUC" or "01." The producing foundry and material identification shall be adjacent to each other and shall be minimum Y2 inch to maximum inch-high letters, recessed to be flush with the adjacent surfaces. 9-05.15(2) Metal Frame, Grate, and Solid Metal Cover for Catch Basins or Inlets The first and second paragraphs are revised to read: Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile iron, and as shown in the Standard Plans. . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 000328 January 2007 III -48 . . . 1 Castings for grates and solid metal covers for catch basins and inlets shall be 2 cast steel or ductile iron and as shown in the Standard Plans. Additionally, 3 leveling pads are allowed on grates and solid metal covers with a height not to 4 exceed 1/8 inch. The producing foundry's name and material designation shall be 5 embossed on the top of the grate. The material shall be identified by the 6 following: "CS" for cast steel or "DUC" or "01" for ductile iron and shall be located 7 near the producing foundry's name. 8 9 9-05.15(3) Cast Metal Inlets 1 0 The first sentence is revised to read: 11 12 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown 13 in the Standard Plans. 14 15 9-05.19 Corrugated Polyethylene Culvert Pipe 16 The first paragraph is revised to read: 17 18 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 19 294 Type S or 0 for pipe 12-inch to 60-inch diameter with silt-tight joints. 20 21 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 22 December 4, 2006 23 9-06.5(4) Anchor Bolts 24 The first and second paragraphs are revised to read: 25 26 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise 27 specified, shall be Grade 105 and shall conform to Supplemental Requirements 28 S2, S3, and S4. 29 30 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 31 291, Grade 0 or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall 32 conform to AASHTO M 291, Grade DH and shall conform to the lubrication 33 requirements in Section 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or 34 galvanized anchor bolts shall conform to AASHTO M 291, Grade A. Washers 35 shall conform to ASTM F 436. 36 37 9-06.9 Gray Iron Castings 38 The AASHTO requirement is revised to read "AASHTO M 306". 39 40 SECTION 9-09, TIMBER AND LUMBER 41 August 7,2006 42 9-09.2(3) Inspection 43 This section is revised to read: 44 45 Timber and lumber requiring a grade stamp shall be marked with a certified 46 lumber grade stamp provided by one of the following agencies: CITY OF PORT ANGELES 8th Street Bridge Replacements ProjectNo 02-15 III -49 000328 Janual)' 2007 1 West Coast Lumber Inspection Bureau (WCLlB) 2 Western Wood Products Association (WWPA) 3 Pacific Lumber Inspection Bureau (PUB) 4 Any lumber grading bureau certified by the American Lumber Standards 5 Committee 6 7 Timber and Lumber requiring a grading certificate shall have a certificate that was 8 issued by either the grading bureau whose stamp is shown on the material, or by 9 the lumber mill, which must be under the supervision of one of the grading 10 bureaus listed above. The certificate shall include the following: 11 12 Name of the mill performing the grading 13 The grading rules being used 14 Name of the person doing the grading with current certification 15 Signature of a responsible mill official 16 Date the lumber was graded at the mill 17 Grade, dimensions, and quantity of the timber or lumber 18 19 For Structures: 20 All material delivered to the project shall bear a grade stamp and have a grading 21 certificate. The grade stamp and grading certificate shall not constitute final 22 acceptance of the material. The Engineer may reject any or all of the timber or 23 lumber that does not comply with the specifications or has been damaged during 24 shipping or upon delivery. 25 26 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 27 Mailbox Posts: 28 Material delivered to the project shall either bear a grade stamp on each piece or 29 have a grading certificate. The grade stamp or grading certificate shall not 30 constitute final acceptance of the material. The Engineer may reject any or all of 31 the timber or lumber that does not comply with the specifications or has been 32 damaged during shipping or upon delivery. 33 34 9-09.3(1) General Requirements 35 The last sentence in the first paragraph is revised to read: 36 37 Unless otherwise specified in the contract, all timber and lumber shall be treated 38 in accordance with Sections U1 and T1, of the latest edition of the AWPA 39 standards. 40 41 SECTION 9-12, MASONRY UNITS 42 August 7, 2006 . 43 9-12.7 Precast Concrete Dry Wells 44 The third sentence is revised to read: 45 46 Each seepage port shall provide a minimum of 1 square inch and a maximum of 47 7 square inches for round openings and 15 square inches for rectangular 48 openings. CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 000328 January 2007 III-50 . . . . . . 1 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND 2 ROCK WALLS 3 August 7,2006 4 9-13.5(2) Poured Portland Cement Concrete Slope Protection 5 The first paragraph is revised to read: 6 7 Cement concrete for poured concrete slope protection shall be commercial 8 concrete in conformance with Section 6-02.3(2)8. 9 10 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 11 August 7,2006 12 9-14.2 Seed 13 This section is revised to read: 14 15 Grasses, legumes, or cover crop seed of the type specified shall conform to the 16 standards for "Certified" grade seed or better as outlined by the State of 17 Washington Department of Agriculture "Rules for Seed Certification," latest 18 edition. Seed shall be furnished in standard containers on which shall be shown 19 the following information: 20 21 (1) Common and botanical names of seed, 22 (2) Lot number, 23 (3) Net weight, 24 (4) Pure live seed 25 26 All seed installers and vendors must have a business license issued by the 27 Washington State Department of Licensing with a "seed dealer" endorsement. 28 Upon request, the contractor shall furnish the Engineer with copies of the 29 applicable licenses and endorsements. 30 31 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 32 statement signed by the vendor certifying that each lot of seed has been tested 33 by a recognized seed testing laboratory within six months before the date of 34 delivery on the project. Seed which has become wet, moldy, or otherwise 35 damaged in transit or storage will not be accepted. 36 37 9-14.4(1) Straw 38 This section is revised to read: 39 40 All straw material shall be in an air dried condition free of noxious weeds and 41 other materials detrimental to plant life. Straw mulch so provided shall be suitable 42 for spreading with mulch blower equipment. 43 44 9-14.4(3) Bark or Wood Chips 45 This section is supplemented with the following: 46 47 Sawdust shall not be used as mulch. 48 CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-51 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 9-14.4(4) Sawdust This section including title is revised to read: . 9-14.4(4) Vacant 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant-derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) Test Method 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: . Min. Percent passing 2" 1 00% Percent passing 1" 99% Percent passing 1 /2" 90% Percent passing 14" 75% Maximum particle length of 6 inches Max. 100% 100% 100% Coarse Compost shall meet the following: Min. Percent passing 3" 1 00% Percent passing 1" 90% Percent passing %" 70% Percent passing 14" 40% Maximum particle length of 6 inches Max. 100% 100% 60% 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by TMECC 03.08-A. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 000328 January 2007 III-52 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 4. Minimum organic matter shall be 40 percent dry weight basis as determined by TMECC 05.07A, "Loss-On-Ignition Organic Matter Method" . 5. Soluble salt contents shall be less than 4.0mmhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, "Germination and Root Vigor". 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide Evolution Rate" 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of other approved organic waste and/or biosolids may be substituted for recycled plant waste. The supplier shall provide written verification of feedstock sources 9. The Engineer may also evaluate compost for maturity using the Solvita Compost Maturity Test. Fine Compost shall score a number 6 or above on the Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost Maturity Test. The compost supplier will test all compost products within 90 calendar days prior to application. Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol. (The sample collection protocol can be obtained from the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an independent STA Program approved lab. The compost supplier will pay for the test. A copy of the approved independent STA Program laboratory test report shall be submitted to the Contracting Agency prior to initial application of the compost. Seven days prior to application, the Contractor shall submit a sample of each type of compost to be used on the project to the Engineer. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. The Contractor shall either select a compost supplier from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 III-53 000328 January 2007 1 3. The supplier shall verify in writing, and provide lab analyses that the 2 material complies with the processes, testing, and standards specified in . 3 WAC 173-350 and these specifications. An independent STA Program 4 certified laboratory shall perform the analysis. 5 6 4. A list of the feedstock by percentage present in the final compost 7 product. 8 9 5. A copy of the producer's Seal of Testing Assurance certification as 10 issued by the U.S. Composting Council. 11 12 Acceptance will be based upon a satisfactory Test Report from an independent 13 STA program certified laboratory and the sample(s) submitted to the Engineer. 14 15 9-14.5(5) Wattles 16 This section is revised to read: 17 18 Wattles shall consist of cylinders of biodegradable plant material such as straw, 19 coir, compost, or wood shavings encased within biodegradable or 20 photodegradable netting. Wattles shall be at least 5 inches in diameter, unless 21 otherwise specified. Encasing material shall be clean, evenly woven, and free of 22 encrusted concrete or other contaminating materials such as preservatives. 23 Encasing material shall be free from cuts, tears, or weak places and shall have a 24 lifespan greater than 6 months. 25 26 Compost filler shall meet the material requirements as specified in Section 9- . 27 14.4(8), and shall be Coarse Compost. 28 29 9-14.5(6) Compost Sock 30 This section is revised to read: 31 32 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly 33 woven, and free of encrusted concrete or other contaminating materials and shall 34 be free from cuts, tears, broken or missing yarns and thin, open, or weak places. 35 Fabric for compost sock shall consist of extra heavy weight biodegradable fiber 36 which has not been treated with any type of preservative. Compost for compost 37 socks shall meet the material requirements as specified in Section 9-14.4(8), and 38 shall be Coarse Compost 39 40 Wood stakes for compost sock and wattles shall be made from Douglas-fir, 41 hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal 42 dimension and 36 inches in length, unless otherwise indicated in the Plans. 43 44 Section 9-14.5 is supplemented with the following new section. 45 46 9-14.5(7) Coir Log 47 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly 48 compacted within an outer netting. Log segments shall have a maximum length of 20 49 feet, with a minimum diameter as shown in the Plans. Logs shall have a density of 7 . 50 Ibs/cf or greater. CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-54 000328 January 2007 . . . 1 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir 2 twine with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 3 2 inch by 2 inch openings. 4 5 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall 6 have a notch to secure the rope ties. Rope ties shall be one-quarter inch diameter 7 commercially available hemp rope. 8 9 9-14.6(1) Description 10 This section is revised to read: 11 12 Bare root plants are grown in the ground and harvested without soil or growing 13 medium around their roots. 14 15 Container plants are grown in pots or flats that prevent root growth beyond the 16 sides and bottom of the container. 17 18 Balled and burlapped plants are grown in the ground and harvested with soil 19 around a core of undisturbed roots. This root ball is wrapped in burlap and tied or 20 placed in a wire basket or other supportive structure. 21 22 Cuttings are live plant material without a previously developed root system. 23 Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall 24 be made with a sharp instrument. Written permission shall be obtained from 25 property owners and provided to the Engineer before cuttings are collected. The 26 Contractor shall collect cuttings in accordance with applicable sensitive area 27 ordinances. For cuttings, the requirement to be nursery grown or held in nursery 28 conditions does not apply. Cuttings include the following forms: 29 30 A. Live branch cuttings shall have flexible top growth with terminal buds 31 and may have side branches. The rooting end shall be cut at an 32 approximate 45 degree angle. 33 34 B. Live stake cuttings shall have a straight top cut immediately above a 35 bud. The lower, rooting end shall be cut at an approximate 45 degree 36 angle. Live stakes are cut from one to two year old wood. Live stake 37 cuttings shall be cut and installed with the bark intact with no branches 38 or stems attached, and be ~ to 1 ~ inch in diameter. 39 40 C. Live pole cuttings shall have a minimum 2-inch diameter and no more 41 than three branches which shall be pruned back to the first bud from the 42 main stem. 43 44 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at 45 the nodes and becoming erect at the apex. Rhizomes shall have a 46 minimum of two growth points. 47 48 E. Tubers shall be a thickened and short subterranean branch having 49 numerous buds or eyes. CITY OF PORT ANGELES 8th Street BrIdge Replacements Project No. 02-15 III-55 000328 January 2007 1 9-14.6(2) Quality 2 This section is revised to read: 3 4 All plant material furnished shall meet the grades established by the latest edition 5 of the American Standard for Nursery Stock, (ASNS) ANSI 260.1 shall conform to 6 the size and acceptable conditions as listed in the contract, and shall be free of all 7 foreign plant material. 8 9 All plant material shall comply with State and Federal laws with respect to 10 inspection for plant diseases and insect infestation. 11 12 All plant material shall be purchased from a nursery licensed to sell plants in 13 Washington State. 14 15 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, 16 shall be vigorous, well formed, with well developed fibrous root systems, free 17 from dead branches, and from damage caused by an absence or an excess of 18 heat or moisture, insects, disease, mechanical or other causes detrimental to 19 good plant development. Evergreen plants shall be well foliated and of good 20 color. Deciduous trees that have solitary leaders shall have only the lateral 21 branches thinned by pruning. All conifer trees shall have only one leader (growing 22 apex) and one terminal bud, and shall not be sheared or shaped. Trees having a 23 damaged or missing leader, multiple leaders, orY-crotches shall be rejected. 24 25 Root balls of plant materials shall be solidly held together by a fibrous root system 26 and shall be composed only of the soil in which the plant has been actually 27 growing. Balled and burlapped rootballs shall be securely wrapped with jute 28 burlap or other packing material not injurious to the plant life. Root balls shall be 29 free of weed or foreign plant growth. 30 31 Plant materials shall be nursery grown stock. Plant material, with the exception of 32 cuttings, gathered from native stands shall be held under nursery conditions for a 33 minimum of one full growing season, shall be free of all foreign plant material, 34 and meet all of the requirements of these Specifications, the Plans, and the 35 Special Provisions. 36 37 Container grown plants must be plants transplanted into a container and grown in 38 that container sufficiently long for new fibrous roots to have developed so that the 39 root mass will retain its shape and hold together when removed from the 40 container, without having roots that circle the pot. Plant material which is root 41 bound, as determined by the Engineer, shall be rejected. Container plants shall 42 be free of weed or foreign plant growth. 43 44 Container sizes for plant material of a larger grade than provided for in the 45 container grown specifications of the ASNS shall be determined by the volume of 46 the root ball specified in the ASNS for the same size plant material. 47 48 All bare root plant materials shall have a heavy fibrous root system and must be 49 dormant at the time of planting. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 000328 January 2007 III-56 . . . . . . 1 Average height to spread proportions and branching shall be in accordance with 2 the applicable sections, illustrations, and accompanying notes of the ASNS. 3 4 Plants specified or identified as "Street Tree Grade" shall be trees with straight 5 trunks, full and symmetrical branching, central leader, and be developed, grown, 6 and propagated with a full branching crown. A "Street Tree Grade" designation 7 requires the highest grade of nursery shade or ornamental tree production which 8 shall be supplied. 9 10 Trees with improperly pruned, broken, or damaged branches, trunk, or root 11 structure shall be rejected. In all cases, whether supplied balled and burlapped or 12 in a container, the root crown (top of root structure) of the tree shall be at the top 13 of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not 14 be accepted. 15 16 Plants, which have been determined by the Engineer to have suffered damage as 17 the result of girdling of the roots, stem, or a major branch; have deformities of the 18 stem or major branches; have a lack of symmetry; have dead or defoliated tops 19 or branches; or have any defect, injury, or condition which renders the plant 20 unsuitable for its intended use, shall be rejected. 21 22 Plants that are grafted shall have roots of the same genus as the specified plant. 23 24 9-14.6(3) Handling and Shipping 25 The last sentence in the sixth paragraph is deleted. 26 27 9-14.6(6) Substitution of Plants 28 The second paragraph is revised to read: 29 30 Container or balled and burlapped plant material may be substituted for bare root 31 plant material. Container grown plant material may be substituted for balled and 32 burlapped plant materials. When substitution is allowed, use current ASNS 33 standards to determine the correct rootball volume (container or balled and 34 burlapped) of the substituted material that corresponds to that of the specified 35 material. These substitutions shall be approved by the Engineer and be at no cost 36 to the Contracting Agency. 37 38 9-14.6(7) Temporary Storage 39 The third paragraph is revised to read: 40 41 Cuttings shall continually be shaded and protected from wind. Cuttings must be 42 protected from drying at all times and shall be heeled into moist soil or other 43 insulating material or placed in water if not installed within 8 hours of cutting. 44 Cuttings to be stored for later installation shall be bundled, laid horizontally, and 45 completely buried under 6 inches of water, moist soil or placed in cold storage at 46 a temperature of 34 F and 90% humidity. Cuttings that are not planted within 24 47 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings 48 taken when the temperature is higher than 500F shall not be stored for later use. 49 Cuttings that already have developed roots shall not be used. 50 51 The fourth paragraph is deleted. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 III-57 000328 January 2007 1 SECTION 9-15, IRRIGATION SYSTEM 2 August 7,2006 3 9-15.1 Pipe, Tubing, and Fittings 4 The second paragraph is revised to read: 5 6 Copper pipe or tubing shall be annealed, seamless" and conform to the 7 requirements of ASTM B 88, and shall be a minimum of Type L rating. 8 9 SECTION 9-16, FENCE AND GUARDRAil 10 April 3, 2006 11 9-16.1(1)A Post Material for Chain-Link Fence 12 The two references in the second paragraph to "Standard Plan L 2" are revised to 13 "ASTM F1 043". 14 15 Under Roll Form Material, the reference in the third paragraph to 16 "standard Plan L 2" is revised to "ASTM F1043". 17 18 SECTION 9-22, MONUMENT CASES 19 August 7,2006 20 9-22.1 Monument Cases, Covers, and Risers 21 The AASHTO requirement is revised to read "AASHTO M 306". 22 23 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 24 August 7,2006 25 9-28.14(1) Timber Sign Posts 26 The last sentence is revised to read: 27 28 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 29 . 30 SECTION 9-29, IllUMINATION, SIGNAL, ELECTRICAL 31 December 4, 2006 32 9-29.2 Junction Boxes 33 Section 9-29.2 including title is revised to read: 34 35 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 36 9-29.2(1) Standard Junction Box 37 This section including title is revised to read: 38 39 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 40 For the purposes of this specification concrete is defined as Portland Cement 41 Concrete and non-concrete is all others. 42 43 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy 44 Duty Junction Boxes are defined as Type 4, 5, and 6. CITY OF PORT ANGELES 8th Street Bridge Replacements ---. Project No. 02-15 000328 January 2007 III-58 . . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 . . The contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For eacn type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections: 9-29.2(1)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1 )C. A complete Type 7 or Type 8 Junction Box includes the spread footing shown in the Standard Plans. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following: Concrete Reinforcing Steel Fiber Reinforcing Lid Frame or Section 6-02 Section 9-07 ASTM C 1116, Type III ASTM A786 diamond plate steel ASTM A786 diamond plate steel Lid Support & Handle Anchors (studs) ASTM A36 flat steel ASTM A36 steel Section 9-06.15 Non-Concrete Junction Boxes Material for the non-concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. Type 1,2, 7, and 8 non-concrete junction boxes shall have a Design Load of 22,500 Ibs. and shall be tested in accordance with 9-29.2(1 )C. Non-concrete junction boxes shall be gray in color and have an open bottom design with CITY OF PORT ANGELES 8th Street Bndge Replacements ProjectNo 02-15 III-59 000328 January 2007 , 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non-concrete junction box lids shall include a pull slot and shall be secured with two % inch stainless steel hex-head bolts factory coated with anti-seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. . 9-29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with 9-29.2(1)C . The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of 4000 PSI. Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Concrete Reinforcing Steel Lid Section 6-02 Section 9-07 ASTM A786 diamond plate steel, rolled from plate complying with ASTM A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft-Ib at 40 degrees F ASTM A572 grade 50 or ASTM A588, . Frame and stiffener plates both with degrees F Handle Anchors (studs) Bolts, Nuts, Washers min. CVN toughness of 20 ft-Ib at 40 ASTM A36 steel Section 9-06.15 ASTM F 593 or A 193, type 304 or 316 The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(1)C Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 III-60 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 For concrete junction boxes the independent testing lab shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall give the Engineer 30 days notice prior to testing. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. For non-concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory (witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non-concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10-inch x 10-inch x 1-inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 11I-61 000328 January 2007 1 Testing for the Standard Duty Non-Concrete Junction Boxes 2 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as e 3 defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the 4 contractor shall provide a Manufacture Certificate of Compliance for each 5 non-concrete junction box installed. 6 7 Testing for Heavy Duty Junction Boxes 8 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test 9 load shall be applied vertically through a 10-inch x 20-inch x 1-inch steel 10 plate centered on the lid with an orientation both on the long axis and the 11 short axis of the junction box. The test load shall be applied and released ten 12 times on each axis. The deflection at the test load and released state shall 13 be recorded for each interval. At each interval the test box shall be inspected 14 for lid deformation, failure of the lid or frame welds, vertical and horizontal 15 displacement of the lid frame, cracks, and concrete spalling. After the 16 twentieth loading interval the test shall be terminated with a 60,000 pound 17 load being applied vertically through the steel plate centered on the lid and 18 with the long edge of steel plate orientated parallel to the long axis of the 19 box. 20 21 Heavy Duty Junction Boxes will be considered to have withstood the 46,000 22 pounds test if none of the following conditions are exhibited: 23 24 1. Permanent deformation of the lid or any impairment to the function 25 of the lid. 26 2. Vertical or horizontal displacement of the lid frame. . 27 3. Cracks wider than 0.012-inches that extend 12-inches or more. 28 4. Fracture or cracks passing through the entire thickness of the 29 concrete. 30 5. Spalling of the concrete. 31 32 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 33 pounds test if all of the following conditions are exhibited: 34 35 1. The lid is operational. 36 2. The lid is securely fastened. 37 3. The welds have not failed. 38 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 39 5. No buckling or collapse of the box. 40 41 9-29.2 (2) Vacant 42 This section including title is revised to read: 43 44 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 45 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed 46 as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard 47 Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the 48 same box as shown in the Standard Plans. 49 50 The Contractor' shall provide shop drawings if their manufacturing process or . 51 standard production model includes any deviation from the Standard Plan. For CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-62 000328 January 2007 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 . . each type of box or whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with 9- 29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Concrete Reinforcing Steel Lid Frame Section 6-02 Section 9-07 ASTM A786 diamond plate steel ASTM A786 diamond plate steel or ASTM A36 flat steel ASTM A36 steel Section 9-06.15 ASTM F593 or A 193, type 304 or 316 Lid Support & Handle Anchors (studs) Bolts, Nuts, Washers 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Concrete Reinforcing Steel Cover Ring Anchors (studs) Bolts, Nuts, Washers Section 6-02 Section 9-07 Section 9-05.15(1) Section 9-05.15(1) Section 9-06.15 ASTM F593 or A193, type 304 or 316 CITY OF PORT ANGELES 8th Street Hndge Replacements Project No. 02-15 1II-63 000328 January 2007 1 9-29.2(4) Cover Markings 2 The first sentence of the first paragraph is revised to read: . 3 4 Junction boxes, cable vaults, and pull boxes with metallic lids shall be 5 marked with the appropriate legend in accordance with the bead weld 6 details in the Standard Plans. Non-metallic lids shall be embossed with 7 the appropriate legend and a non-skid surface. Legends for metallic 8 lids and non-metallic lids shall be 1-inch nominal height. 9 10 The first sentence of the second paragraph is revised to read: 11 12 Junction boxes, cable vaults, and pull boxes shall be marked or 13 embossed for use in accordance with the plans and following 14 schedule: 15 16 9-29.6(2) Slip Base Hardware 17 The last sentence in the first paragraph is revised to read: 18 19 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness 20 tolerances specified in AASHTO M 293 for circular washers. 21 22 9-29.6(5) Foundation Hardware 23 The second and third paragraphs are revised to read: 24 . 25 Anchor bolts, and associated nuts and washers, for Type CClV, II, III, IV, and V 26 signal standards and luminaire poles shall conform to Section 9-06.5(4). Anchor 27 rods conforming to ASTM A 449 may be substituted, provided that the galvanized 28 ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall 29 be tested for embrittlement in accordance with either ASTM A 143 (if the rod 30 length is equal to or greater than five times the bolt diameter) or ASTM F 606 31 Section 7 (if the rod length is less than five times the nominal bolt diameter). 32 33 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 34 AASHTO M 111 and AASHTO M 232. 35 36 SECTION 9-30, WATER DISTRIBUTION MATERIALS 37 August 7, 2006 38 9-30.6(3)A Copper Tubing 39 This section is revised to read: 40 41 Copper pipe or tubing shall be annealed, seamless, and conform to the 42 requirements of ASTM B 88, Type K rating. 43 . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 III -64 000328 January 2007 . . . 1 SECTION 9-33, CONSTRUCTION GEOTEXTILE 2 August 7,2006 3 Section 9-33 including title is revised in its entirety to read: 4 5 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 6 7 9-33.1 Geosynthetic Material Requirements 8 The term geosynthetic shall be considered to be inclusive of geotextiles, 9 geogrids, and prefabricated drainage mats. 10 11 Geotextiles, including geotextiles attached to prefabricated drainage core to form 12 a prefabricated drainage mat, shall consist only of long chain polymeric fibers or 13 yarns formed into a stable network such that the fibers or yarns retain their 14 position relative to each other during handling, placement, and design service life. 15 At least 95 percent by weight of the material shall be polyolefins or polyesters. 16 The material shall be free from defects or tears. The geotextile shall also be free 17 of any treatment or coating which might adversely alter its hydraulic or physical 18 properties after installation. 19 20 Geogrids shall consist of a regular network of integrally connected polymer 21 tensile elements with an aperture geometry sufficient to permit mechanical 22 interlock with the surrounding backfill. The long chain polymers in the geogrid 23 tensile elements, not including coatings, shall consist of at least 95 percent by 24 mass of the material of polyolefins or polyesters. The material shall be free of 25 defects, cuts, and tears. 26 27 Prefabricated drainage core shall consist of a three dimensional polymeric 28 material with a structure that permits flow along the core laterally, and which 29 provides support to the geotextiles attached to it. 30 31 The geosynthetic shall conform to the properties as indicated in Tables 1 through 32 8 in Section 9-33.2, and additional tables as required in the Standard Plans and 33 Special Provisions for each use specified in the Plans. Specifically, the 34 geosynthetic uses included in this section and their associated tables of 35 properties are as follows: 36 Applicable Geotextile Geosynthetic Application Property Tables Underground Drainage, Low and Moderate Survivability, Tables 1 and 2 Classes A, 8, and C Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Tables 4 and 5 Survivability, Classes A, 8, and C Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-65 000328 January 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in the Standard Plans for permanent walls, and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. . 9-33.2 Geosynthetic Properties 9-33.2(1) Geotextile Properties Table 1: Geotextile for underground drainage strength properties for survivability. ASTM Geotextile Property Requirements I Test Low Moderate Method2 Survivability Survivability Geotextile Property Woven Nonwoven Woven Nonwoven Grab Tensile Strength, 180lb 250lb in machine D 4632 min. 1151b min. min. 160 Ib min. and x-machine direction Grab Failure Strain, in machine D 4632 <50% ~50% <50% :2. 50% and x-machine direction Seam 160lb 220lb Breaking D 46323 min. 100 Ib min. min. 140 Ib min. Strength Puncture D 6241 370lb 220 Ib min. 4951b 310 Ib min. Resistance min. min. Tear Strength, in machine 671b 80lb 50 Ib min. and x- D 4533 min. 40 Ib min. min. machine direction Ultraviolet (UV) D 4355 50% strength retained min., Radiation after 500 hours in a xenon arc device Stability . . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 000328 January 2007 III-66 . . . 1 2 Table 2: Geotextile for underground drainage filtration properties. 3 4 5 ASTM Geotextile Property Requirements Geotextile Test Property Method2 Class A Class B Class C AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80 max. max. max. Water Permittivity D 4491 0.5 sec'1 min. 0.4 sec.1 min. 0.3 sec'1 min. Table 3: Geotextile for separation or soil stabilization. 6 ASTM Geotextile Property Requirements 1 Geotextile Test Separation Soil Stabilization Property Method2 Woven Nonwoven Woven Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Water o 4491 0.02 sec'1 min. 0.10 sec.1 min. Permittivity Grab Tensile D 4632 250lb 160 Ib min. 3151b 200 Ib min. Strength, min. min. in machine and x-machine direction Grab Failure D 4632 <50% ~50% <50% ~50% Strain, in machine and x-machine direction Seam Breaking o 46323 220lb 140 Ib min. 270lb 180 Ib min. Strength min. min. Puncture D 6241 4951b 310 Ib min. 620lb 430 Ib min. Resistance min. min. Tear Strength, o 4533 80lb 50 Ib min. 1121b 79 Ib min. in machine and min. min. x-machine direction Ultraviolet (UV) o 4355 50% strength retained min., Radiation after 500 hours in xenon arc device Stability CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III-67 000328 January 2007 1 2 Table 4: Geotextile for permanent erosion control and ditch lining. . Geotextile Property Requirements Permanent Erosion Control Ditch Lining Moderate High ASTM Survivability Survivability Geotextile Test Non- Non- Non- Property Method2 Woven woven Woven woven Woven woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 sec-1 min. Permittivity Grab D 4632 250lb 160lb 3151b 200lb 250lb 160lb Tensile min. min. min. min. min. min. Strength, in machine and x-machine direction Grab D 4632 15% - ~50% 15% - ~50% <50% ~50% Failure 50% 50% Strain, in machine and x-machine direction Seam D 46323 220lb 140lb 270lb 180lb 220lb 140lb Breaking min. min. min. min. min. min. Strenath Puncture D 6241 4951b 310lb 620lb 430lb 4951b 310lb Resistance min. min. min. min. min. min. Tear D 4533 80lb 50lb 1121b 791b 80lb 50lb Strength, min. min. min. min. min. min. in machine and x-machine direction Ultraviolet D 4355 70% strength retained min., (UV) after 500 hours in xenon arc device Radiation Stability . 3 4 5 Table 5: Filtration properties for geotextile for permanent erosion control. ASTM Geotextile Property Requirements 1 Geotextile Test Property Method2 Class A Class B Class C AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70 max. max. max. Water D 4491 0.7 sec-1 min. 0.4 sec-1 min. 0.2 sec-1 min. Permittivity . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 000328 January 2007 III-68 . . . 1 2 Table 6: Geotextile for temporary silt fence. 3 4 5 6 7 8 Geotextile Property Requirements 1 Su pported ASTM Between Posts Geotextile Test Unsupported with Wire or Property Method2 Between Posts Polymeric Mesh U.S. No. 30 max. for slit wovens, U.S. No. AOS 04751 50 for all other geotextile types, U.S. No. 100 min. Water Permittivitv o 4491 0.02 sec.1 min. Grab Tensile 180 Ib min. in Strength, machine direction, in machine and o 4632 100 Ib min. 100 Ib min. x-machine in x-machine direction direction Grab Failure Strain, 30% max. at 180 Ib in machine and o 4632 x-machine or more direction Ultraviolet (UV) o 4355 70% strength retained min., Radiation Stabilitv after 500 hours in xenon arc device 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. ASTM Geotextile Property Requirements 1 Test Woven Nonwoven Geotextile Property Method2 AOS o 4751 U.S. No. 20 max. Water Permittivitv o 4491 0.02 sec.1 min. Grab Tensile o 4632 200 Ib min. 120 Ib min. Strength, in machine and x-machine direction Grab Failure Strain, o 4632 <50% ~50% in machine and x-machine direction Seam Breaking o 46323,4 160 Ib min. 100 Ib min. Strenath Puncture Resistance o 6241 370 Ib min. 220 Ib min. Tear Strength, o 4533 63 Ib min. 50 Ib min. in machine and x-machine direction Ultraviolet (UV) o 4355 70% (for polypropylene and polyethylene) Radiation Stability and 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 II1-69 000328 January 2007 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1 2 3 4 5 6 9-33.2(3) Prefabricated Drainage Mat Prefabricated drainage mat shall have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: . Table 8: Minimum properties required for prefabricated drainage mats. ASTM Test Geotextile Property Method2 Geotextile Property Requirements 1 AOS o 4751 U.S. No. 60 max. Water Permittivity o 4491 0.4 sec.1 min. Grab Tensile o 4632 Nonwoven - 100 Ib min. Strength, in machine and x-machine direction Width o 5199 12 In. min. Thickness 0.4 In. min. Compressive Strength o 1621 100 psi min. at Yield In Plan Flow Rate 04716 Gradient = 0.1, Pressure = 5.5 psi 5.0 gal./min./ft. Gradient = 1.0, Pressure = 14.5 psi 15.0 aal/min./ft. lAII geotextile properties in Tables 1 through 8 are minimum average roll values (Le., the test results for any sampled roll in a lot shall meet or exceed the values shown in the table). . 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies of these test methods are available at the State Materials Laboratory P.O. Box 47365, Olympia, WA 98504-7365. 3With seam located in the center of a-inch long specimen oriented parallel to grip faces. 4Applies only to seams perpendicular to the wall face. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 000328 January 2007 1II- 70 . . . 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 36 37 38 39 40 41 42 43 44 45 9-33.4 Geosynthetic Material Approval and Acceptance 9-33.4(1) Geosynthetic Material Approval If the geosynthetic source material has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. Geosynthetic material approval will be based on conformance to the applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the sample and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval shall not be the basis of acceptance of specific lots of material delivered to the Contractor unless the roll numbers of the lot sampled can be clearly identified as the rolls tested and approved in the geosynthetic approval process. For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of Tal performed in accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. The Contractor shall submit to the Engineer the following information regarding each geosynthetic material proposed for use: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), Proposed geosynthetic use(s), and Certified test results for minimum average roll values. 9-33.4(2) Vacant 9-33.4(3) Acceptance Samples When the quantities of geosynthetic materials proposed for use in the following geosynthetic applications are greater than the following amounts, acceptance shall be by satisfactory test report: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent All quantities Geosvnthetic RetaininCl Walls The samples for acceptance testing shall include the information about each geosynthetic roll to be used as stated in 9-33.4(4). CITY OF PORT ANGELES 8th Street BrIdge Replacements ProjectNo 02-15 III-71 000328 January 2007 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 36 37 38 39 40 41 Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. . Approval will be based on testing of samples from each lot. A "I of' shall be defined for the purposes of this specification as all geosynthetic rolls within the consignment (Le., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geosynthetic lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 8 in Section 9-33.2, and additional tables as specified in the Special Provisions, the roll or rolls which were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength T ult as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for Tu1t shall be greater than or equal to Tuft as determined from the product data submitted and approved by the State Materials Laboratory during source material approval. . Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 000328 January 2007 1lI-72 . . . 1 The Manufacturer's Certificate of Compliance shall include the following 2 information about each geosynthetic roll to be used: 3 4 Manufacturer's name and current address, 5 Full product name, 6 Geosynthetic structure, including fiber/yarn type, 7 Geosynthetic Polymer type (for all temporary and permanent 8 geosynthetic retaining walls only), 9 Geosynthetic roll number(s), 10 Geosynthetic lot number(s), 11 Proposed geosynthetic use(s), and 12 Certified test results. 13 14 9-33.4(5) Approval of Seams 15 If the geotextile seams are to be sewn in the field, the Contractor shall 16 provide a section of sewn seam that can be sampled by the Engineer before 17 the geotextile is installed. 18 19 The seam sewn for sampling shall be sewn using the same equipment and 20 procedures as will be used to sew the production seams. If production 21 seams will be sewn in both the machine and cross-machine directions, the 22 Contractor must provide sewn seams for sampling which are oriented in both 23 the machine and cross-machine directions. The seams sewn for sampling 24 must be at least 2 yards in length in each geotextile direction. If the seams 25 are sewn in the factory, the Engineer will obtain samples of the factory seam 26 at random from any of the rolls to be used. The seam assembly description 27 shall be submitted by the Contractor to the Engineer and will be included 28 with the seam sample obtained for testing. This description shall include the 29 seam type, stitch type, sewing thread type(s), and stitch density. 30 31 SECTION 9-34, PAVEMENT MARKING MATERIAL 32 April 3, 2006 33 9-34.2 Paint 34 This section is revised to read: 35 36 White and yellow paint shall comply with the specifications for high volatile 37 organic compound (VaC) solvent based paint, low vac solvent based paint or 38 low vac waterborne paint. Blue paint for "Access Parking Space Symbol with 39 Background" shall be chosen from a WSDaT QPL listed Manufacturer. The blue 40 color shall match Fed Standard 595, color 15090 and the tolerance of variation 41 shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." CITY OF PORT ANGELES 8th Street Bridge Replacements Project No. 02-15 III- 73 000328 January 2007 I if 1 9-34.3 Plastic 2 This section is revised to read: . 3 4 White and yellow plastic pavement marking materials shall comply with the 5 specifications for: 6 7 Type A - Liquid hot applied thermoplastic 8 Type B - Pre-formed fused thermoplastic 9 Type C - Cold applied pre-formed tape 10 Type D - Liquid cold applied methyl methacrylate 11 12 Blue plastic pavement marking material for "Access Parking Space Symbol with 13 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue 14 color shall match Fed Standard 595, color 15090 and the tolerance of variation 15 shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." 16 17 9-34.4 Glass Beads 18 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to 19 AASHTO M 247, Type 1. 20 21 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 22 April 3, 2006 23 9-35.2 Construction Signs 24 The first paragraph is supplemented with the following: . 25 26 Post mounted Class A construction signs shall conform to the requirements of this 27 section and additionally shall conform to the requirements stated in section 9-28. 28 29 The second paragraph is revised to read: 30 31 Aluminum sheeting shall be used to fabricate all construction signs. The signs 32 shall have a minimum thickness of O.080-inches and a maximum thickness of 33 0.125-inches. 34 35 The first sentence in the fourth paragraph is revised to read: 36 37 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup 38 signs, and any other previously approved sign materials except aluminum is 39 prohibited. Any sign which otherwise meets the requirements of this section and 40 was purchased prior to July 1,2004, may be utilized until December 31,2007. If a 41 fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project No 02-15 III-74 000328 January 2007 . PART IV SPECIAL PROVISIONS AND APPENDICES TO THE SPECIAL PROVISIONS '. Appendix A. Summary of Geotechnical Conditions Appendix B. Disputes Review Board . . PART IV SPECIAL PROVISIONS AND APPENDICES Table of Contents PAGE DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK...................... .................. .................... ...... .......................2 1-01 DEFINITIONS AND TERMS ............................................................................2 1-01.3 Definitions........................................................................................ 2 . 1-02 BID PROCEDURES AND CONDITIONS ........................................................4 1-02.1 Qualification of Bidders ....................................................................4 1-02.4 Examination Of Plans, Specifications And Site Of Work................... 4 1-02.5 Proposal Forms............................................................................... 4 1-02.6 Preparation Of Proposal.................................................................. 5 Alternative Bids................................................................................ 5 1-02.7 Bid Deposit...................................................................................... 6 1-02.9 Delivery of Proposal......................................................................... 6 1-02.13 I rregular Proposals.......................................................................... 7 1-02.14 Disqualification of Bidders................................................................ 7 1-02.15 Pre Award Information.......................................... ........................... 8 1-03 AWARD AND EXECUTION OF CONTRACT ..................................................8 1-03.3 Execution of Contract ...................................................................... 8 1-03.4 Contract Bond.................................................................................. 9 1-04 SCOPE OF THE WORK................................................................................1 0 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ........................... 10 1-04.5 Procedure and Protest by the Contractor .................... ................... 10 1-05 CONTROL OF WORK...................................................................................15 1-05.4 Conformity With And Deviations From Plans And Stakes ............... 15 Contractor Surveying - Structure.................................................... 15 Contractor Surveying - Roadway................................................... 18 1-05.7 Removal of Defective and Unauthorized Work............................... 21 1-05.11 Final Inspections and Operational Testing...................................... 22 1-05.13 Superintendents, Labor and Equipment of Contractor.................... 24 1-06 CONTROL OF MATERIAL .............. ............. ......... .......................... ............. .24 Foreign Made Materials................................................................................ 24 . CITY OF PORT ANGELES 8th Street Bridge Replacements Project,02-15 IV-i 000328 January 2007 1-07 ~_~~.~L RCa~T;~~: ~~~~:d~.~~.~~~~~~~~~~.~.~~..~~~..~~.~~~~.::::::::::::::';; . Lead Health Protection Program ............. .......................................26 Construction Requirements........................................................... 26 Payment........................................................................................ 26 1-07.2 State Sales Tax.............................................................................. 26 1-07.2 State Taxes.................................................................................... 28 1-07.5 Environmental Regulations............................................................ 28 1-07.5(2) State Department of Fish And Wildlife........................... 28 1-07.6 Permits And Licenses....................... ............ ................................. 28 Corps Of Engineers Permits For Construction ............................... 28 1-07.7 Load Limits.................................................................................... 28 1-07.9 Wages ....................................... ................................................. ...29 1-07.9(1) General........................................................................ 29 Application of Wage Rates for the Occupation of Landscape Construction............................................................................. 29 1-07.11 Requirements For Nondiscrimination .......... ................................... 30 Disadvantaged Business Enterprise Condition of Award Participation................................................................... 37 Special Training Provisions............ ................................................ 51 1-07.12 Federal Agency Inspection............................................................. 56 Required Federal Aid Provisions.................................................... 56 1-07.16 Protection And Restoration Of Property......................................... 57 1-07.16(4) Archaeological And Historical Objects .......................... 57 1-07.17 Utilities And Similar Facilities ............................................. ............ 57 .-, 1-07.23 Public Convenience and Safety..................................................... 59 1-07.23(1) Construction Under Traffic ............................................ 59 1-07.23(2) Construction and Maintenance of Detours.................... 61 1-07.24 Rights-of-Way ........................................ .......... .............................. 61 1-08 PROSECUTION AN D PROG RESS......... ..... ............... .................................. 62 Preliminary Matters....................................................................................... 62 Preconstruction Conference.......................................................... 62 Hours of Work....................... ...........:............................................. 63 1-08.1 Subcontracting..................................................... ..... .................. ... 64 1-08.4 Notice to Proceed and Prosecution of the Work............................. 64 1-08.5 Time For Completion ..................................................................... 65 1-08.7 Maintenance During Suspension ................................................... 66 1-09 MEASUREMENT AND PAYMENT ................................................................66 1-09.6 Force Account............................................................ .................... 66 1-09.9 Payments....................................................................................... 66 1-09.13(3) Claims $250,000 or Less.............................................. 67 1-09.13(3)A Administration of Arbitration ............................ 67 1-09.8 Payment For Material On Hand .....................................................67 1-09.9 Payments....................................................................................... 68 1-10 TEMPORARY TRAFFIC CONTROL .............................................................68 1-10.1 (2) Description................................................................... 68 . 1-10.2(1) Traffic Control Management ......................................... 69 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-ii 000328 January 2007 . DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ................................ 70 2-02.1 Description........................... ................. ...... ........ .... ................ .... ... 70 2-02.3 Construction Requirements........................................................... 70 Creosoted Timber Removal and Disposal...................................... 70 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structu res..................................................................... 70 Bridge Demolition Plan.................................................................. 71 Use of Explosives.......................................................................... 71 2-02.4 Measurement... .............................................................................. 71 2-02.5 Payment ....................... ....... .............. ........ ......... ........................ ... 71 2-03 ROADWAY EXCAVATION AND EMBANKMENT .......................................... 71 2-03.4 Measurement................................................................................. 71 '. STRUCTURE EXCAV ATIO N ................................ ....... .............. ~ ...................72 2-09.3 Construction Requirements........................................................... 72 2-09.3(1)C Removal of Unstable Base Material................ 72 2-09.5 Payment ... ........ ................... ......... ..................... ............ ............. ... 72 2-13 CONSTRUCTION ACCESS ROAD NEW SECTION ..................................... 73 2-13.1 Description.... ................................................. ................................ 73 2-13.2 Construction Requirements........................................................... 73 2-13.3 Measurement................................................................................. 73 2-13.4 Payment........................................................................................ 73 2-09 DIVISION 4 BASES 4-06 ASPHALT TREATED BASE ......................................................................... 74 4-06.2 Materials............ ................................................. ........................... 74 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT ......................................................................................75 5-04.3 Construction Requirements........................................................... 75 5-04.3(12) Joints............................................................................ 75 5-04.3(13) Surface Smoothness.................................................... 75 5-04.3(16) Weather Limitations...................................................... 75 . CITY OF PORT ANGELES 8'h Street Bridge Replacements Project 02-15 IV -ui 000328 January 2007 DIVISION 6 STRUCTURES 6-01 GENERAL REQUIREMENTS FOR STRUCTURES ...................................... 76 6-01.2 Foundation Data...................................................... ...................... 76 . 6-02 CONCRETE STRUCTURES ......................................................................... 76 6-02.2 Materials........................................................................................ 76 Resin Bonded Anchors.................................................................. 76 Fractured Fin Finish..............................................:........................ 77 Pigmented Sealer ..................... .......................... .......... ............ ..... 78 Strip Seal Expansion Joint System ................................................78 Bridge Supported Utilities.............................................................. 78 6-02.3 Construction Requirements ....................... .................................... 78 Bridge Supported Utilities.............................................................. 78 6-02.3(5) Acceptance of Concrete ............................................... 79 6-02.3(5)B Certification of Compliance............................. 79 6-02.3(5)C Conformance to Mix Design............................ 79 6-02.3(13) Expansion Joints......... ................................................. 79 Strip Seal Expansion Joint System ............................... 79 6-02.3(14) Finishing Concrete Surfaces......................................... 80 General Requirements for Concrete Surface Finishes Produced by Form Liners........................................ 80 Fractured Fin Finish................... ................................... 81 Pigmented Sealer......................................................... 81 6-02.3(18) Placing Anchor Bolts.................. ....................... ............ 82 6-02.4 Measurement................................................................................. 83 Summary of Quantities for Superstructure and Roadway Deck...... 83 6-02.5 Payment .............................. .......................................................... 84 Bridge and Structures Minor Items................................................. 85 . 6-06 BRIDGE RAILI NGS .. ........... ............................. ............ ......... ............. ........ ..85 6-06.3 Construction Requirements........................ ................................... 85 6-06.3(2) Metal Railings............................................................... 85 6-06.4 Measurement................................................................................. 85 6-06.5 Payment ........................................ ................................................ 85 6-10 CONC RETE BARRIE R ........ ................ ........... .............. ....................... ....... ..86 6-1 0.4 Measurement.................................................................................86 6-10.5 Payment. .................................... ................................................... 86 6-19 SHAFTS New Section.. ............. .............. ............... ............. ........................ .86 6-19.1 Description.... ...................................... ........................................... 86 6-19.2 Materials........................................................................................ 86 6-19.3 Construction Requirements ...........................................................90 6-19.4 Measurement............................................................................... 108 6-19.5 Payment......... ............................................................................. 109 '. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-iv 000328 January 2007 7-04 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS STORM SEWERS ....................................................................................... 111 7 -04.1 Description.................................................................................... 111 7 -04.2 Materials................................................................................ .......111 7-04.3 Construction Requirements........................................................ ..115 7-04.4 Measurement.............................................................................. ..117 7-04.5 Payment ........ .............................................................................. .117 . 7-09 WATER MAINS ...................:.......................................................................118 7 -09.2 Materials... ...... ............................................................................ ..118 7 -09.3 Construction Requirements......................................................... .118 7 -09.5 Payment............................. ........................................................ ..118 7 -17 SANITARY SEWERS ...................................................................... ............ 118 7 -17.5 Payment......... ....... ...................................................................... .118 DIVISION 8 MISCELLANEOUS CONSTRUCTION . 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL....................119 8-01.3 Construction Requirements ..........................................................119 8-01.3(2) Seeding, Fertilizing and Mulching ................................119 8-01.3(2)B Seeding and Fertilizing ..................................119 8-01.3(2)D Mulching ....................................................... 120 8-01.3(3) Placing Erosion Control Blanket ................................. 120 8-01.5 Payment.............. ........................................................................ 120 8-02 ROADSIDE RESTORATION .......................................................................120 8-02.1 Description................................................................................... 120 8-02.3 Construction Requirements ......................................................... 121 8-02.3(5) Planting Area Preparation........................................... 121 8-02.5 Payment .................. .................................... ................................ 121 8-13 MONUME NT CASES ..................................................................................122 8-13.1 Description....................................... ............................................ 122 8-13.2 Materials...................................................................................... 122 8-13.3 . Construction Requirements ......................................................... 122 8-13.4 Measurement............................ ......................... ................... ....... 122 8-13.5 Payment.... .................................................... .............................. 122 . 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL .........122 8-20.1 Description........... ........................................................................ 122 8-20.2 Materials........ .............................................................................. 123 Light And Signal Standards.......................................................... 123 Traffic Signal Standards............................................................... 124 8-20.2(1) Equipment List and Drawings ..................................... 129 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 N-v 000328 January 2007 8-20.3 Construction Requirements ......................................................... 130 . Temporary Interconnect System - Marine Drive ..........................130 8-20.3(1) General...................................................................... 130 8-20.3(4) Foundations............................................................... 131 8-20.3(5) Conduit...... ..................................... ................. ........... 131 8-20.3(8) Wiring......................................................................... 132 8-20.3(11) Testing........................................................................ 133 8-20.3(14) Signal Systems.................. ........................ ................. 134 8-20.3(14)C Induction Loop Vehicle Detectors .................134 8-20.3(14)E Signal Standards .......................................... 134 8-20.5 Payment .................................. .................................................... 134 DIVISION 9 MATERIALS 9-03 AGG REGATES .......... .......... .................. ............ ......................................... 136 9-03.8 Aggregates for Hot Mix Asphalt.................................................... 136 9-03.8(2) HMA Test Requirements............................................. 136 9-29 ILLUMINATION, SIGNALS, ELECTRICAL .................................................136 9-29.3 Conductors, Cable....................... ................................................ 136 9-29.13 Traffic Signal Controllers.............................................................. 136 9-29.17 Signal Head Mounting Brackets and Fittings................................ 138 9-29.18 Vehicle Detector................. ......................................................... 139 9-29.19 Pedestrian Push Buttons ..... ........................................................ 139 . AP PE NDICES.......... ......... ......... .................................. ............ ...............................140 STANDARD PLANS ......................... ............. .......... ...............................................141 '> . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-vi 000328 January 2007 . . . 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 36 CITY OF PORT ANGELES PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS This Contract incorporates the Washington State Department of Transportation's 2006 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed below, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement, and payment of work to be completed under this Contract. The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the Standard Specifications, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) (******) General Special Provision Notes a revision to a General Special Provision and also notes a Project-Specific Special Provision. Bridges and Structures Special Provision (BSP date) General Special Provisions are similar to Standard Specifications in that they typically apply to many projects. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in." Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in." Project-Specific Special Provisions normally appear only in the contract for which they were developed. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-I 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK . (March 13, 1995) This contract provides for the improvement of *** 8th Street in the City of Port Angeles by replacement of an existing bridge across Tumwater Creek and an existing bridge across Valley Creek. This work includes removal of two existing timber bridges, construction of two new Series W83G five span prestressed concrete girder bridges, excavation, embankment, asphalt paving, drainage, sanitary sewer, water main, erosion control, wetland creation, landscaping, illumination, traffic signals, channelization, traffic control, *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (May 25, 2006 APWA GSP) Section 1-01.3 is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", 'Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". . All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-2 . . . 1 2 3 4 5 6 7 8 9 10 11 12 1.3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-3 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 1-02 BID PROCEDURES AND CONDITIONS . 1-02.1 Prequalification of Bidders Section 1-02.1 is deleted and replaced with the following: Qualifications of Bidders (October 1 , 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. (March 13, 1995) 1-02.4 Examination of Plans, Specifications, and Site of Work Section 1-02.4, is supplemented with the following: The geotechnical information used for design of this project is available for review by the bidder at the following address: City of Port Angeles Public Works and Utilities, 321 E Fifth Street, Port Angeles, WA 98362-0217 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) . Section 1-02.5 is deleted and replaced with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. . CITY OF PORT ANGELES 8'b Street Bridge Replacements Project 02-15 000328 January 2007 IV-4 . . . 1 Any correction to a bid made by interlineation, alteration, or erasure, shall be 2 initialed by the signer of the bid. The bidder shall make no stipulation on the Bid 3 Form, nor qualify the bid in any manner. 4 5 A bid by a corporation shall be executed in the corporate name, by the president 6 or a vice president (or other corporate officer accompanied by evidence of 7 authority to sign). 8 9 A bid by a partnership shall be executed in the partnership name, and signed by a 10 partner. A copy of the partnership agreement shall be submitted with the Bid Form 11 if any D/M/WBE requirements are to be satisfied through such an agreement. 12 13 A bid by a joint venture shall be executed in the joint venture name and signed by 14 a member of the joint venture. A copy of the joint venture agreement shall be 15 submitted with the Bid Form if any D/W/MBE requirements are to be satisfied 16 through such an agreement. 17 18 1-02.6 Preparation of Proposal 19 20 Section 1-02.6 is supplemented with the following: 21 22 (******) 23 Alternative Bids 24 The bidding proposal on this project requires the bidder to submit a bid on the 25 Base Bid, on Bid Alternative A, and on Bid Alternative B. 26 27 Bid Proposal 28 The bid proposal is composed of the following parts: Base Bid and Bid 29 Alternative A and Bid Alternative B. 30 31 The alternative portions of the bid proposal contain all items which change 32 as to quantity, dimension, or construction method, depending on which 33 alternative is bid. 34 35 Base Bid 36 The base bid includes constructing the rail, barrier, and illumination as 37 detailed in the Plans. 38 39 The bid items for Base Bid are listed in the bid proposal. 40 41 Alternative A 42 Alternative A is based on constructing the barrier and illumination as detailed 43 in the contract plans and as identified Alt. A. 44 45 The bid items for Alternative A are as listed in the bid proposal. 46 47 Alternative B 48 Alternative B is based on constructing the rail, barrier, and illumination as 49 detailed in the plans and identified as Alt. B. 50 51 The bid items for Alternative B are as listed in the bid proposal. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-5 000328 January 2007 1 Bidding Procedures 2 If a contract is awarded, the successful bidder will be the responsible bidder . 3 submitting the lowest bid for the preference, listed in order below, that is within 4 the amount of funds available for constructing this project. 5 6 Order of Preference 7 Preference 1: Lowest total bid for Base Bid plus Alternative A plus Alternative 8 B 9 10 Preference 2: Lowest total bid for Base Bid plus Alternative A 11 12 Preference 3: Lowest total bid for Base Bid 13 14 1-02.7 Bid Deposit 15 (October 1, 2005 APWA GSP) 16 17 Section 1-02.7 is supplemented with the following: 18 19 Bid bonds shall contain the following: 20 1. Contracting Agency-assigned number for the project; 21 2. Name of the project; 22 3. The Contracting Agency named as obligee; 23 4. The amount of the bid bond stated either as a dollar figure or as a 24 percentage which represents five percent of the maximum bid amount 25 that could be awarded; 26 5. Signature of the bidder's officer empowered to sign official statements. . 27 The signature of the person authorized to submit the bid should agree 28 with the signature on the bond, and the title of the person must 29 accompany the said signature; 30 6. The signature of the surety's officer empowered to sign the bond and 31 the power of attorney. 32 33 If so stated in the Contract Provisions, bidder must use the bond form included in 34 the Contract Provisions. 35 36 1-02.9 Delivery of Proposal 37 (October 1, 2005, APWA GSP) 38 39 The first paragraph is Section 1-02.9 is revised to read: 40 41 Each proposal shall be submitted in a sealed envelope, with the Project Name 42 and Project Number as stated in the Advertisement for Bids clearly marked on the 43 outside of the envelope, or as otherwise stated in the Bid Documents, to ensure 44 proper handling and delivery. 45 . CITY OF PORT ANGELES 81h Street Bridge Replacements Project 02-15 IV-6 000328 January 2007 . . . 1 1-02.13 Irregular Proposals 2 (October 1, 2005 APWA GSP) 3 4 Item 1 of Section 1-02.13 is revised to read: 5 6 1. A proposal will be considered irregular and will be rejected if: 7 a. The bidder is not prequalified when so required; 8 b. The authorized proposal form furnished by the Contracting Agency is 9 not used or is altered; 10 c. The completed proposal form contains any unauthorized additions, 11 -deletions, alternate bids, or conditions; 12 d. The bidder adds provisions reserving the right to reject or accept the 13 award, or enter into the contract; 14 e. A price per unit cannot be determined from the bid proposal; 15 f. The proposal form is not properly executed; 16 g. The bidder fails to submit or properly complete a subcontractor list, if 17 applicable, as required in Section 1-02.6. 18 h. The bidder fails to submit or properly complete a Disadvantaged, 19 Minority or Women's Business Enterprise Certification, if applicable, as 20 required in Section 1-02.6; or 21 i. The bid proposal does not constitute a definite and unqualified offer to 22 meet the material terms of the bid invitation. 23 24 1-02.14 Disqualification of Bidders 25 (October 1, 2005 APWA GSP) 26 27 Section 1-02.14 is revised to read: 28 29 A bidder may be deemed not responsible and the proposal rejected if: 30 1. More than one proposal is submitted for the same project from a bidder 31 under the same or different names; 32 2. Evidence of collusion exists with any other bidder or potential bidder. 33 Participants in collusion will be restricted from submitting further bids; 34 3. The bidder, in the opinion of the Contracting Agency, is not qualified for 35 the work or to the full extent of the bid, or to the extent that the bid 36 exceeds the authorized prequalification amount as may have been 37 determined by a prequalification of the bidder; 38 4. An unsatisfactory performance record exists based on past or current 39 Contracting Agency work or for work done for others, as judged from the 40 standpoint of conduct of the work; workmanship; progress; affirmative 41 action; equal employment opportunity practices; or Disadvantaged 42 Business Enterprise, Minority Business Enterprise, or Women's 43 Business Enterprise utilization; 44 5. There is uncompleted work (Contracting Agency or otherwise) which 45 might hinder or prevent the prompt completion of the work bid upon; 46 6. The bidder failed to settle bills for labor or materials on past or current 47 contracts; 48 7. The bidder has failed to cQmplete a written public contract or has been 49 convicted of a crime arising from a previous public contract; CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-7 000328 January 2007 1 8. The bidder is unable, financially or otherwise, to perform the work; 2 9. A bidder is not authorized to do business in the State of Washington (not . 3 registered in accordance with RCW 18.27); 4 10. There are any other reasons deemed proper by the Contracting Agency. 5 6 1-02.15 Pre-Award Information 7 (October 1 , 2005 APWA GSP) 8 9 Section 1-02.15 is revised to read: 10 11 Before awarding any contract, the Contracting Agency may require one or more 12 of these items or actions of the apparent lowest responsible bidder: 13 1. A complete statement of the origin, composition, and manufacture of any 14 or all materials to be used, 15 2. Samples of these materials for quality and fitness tests, 16 3. A progress schedule (in a form the Contracting Agency requires) 17 showing the order of and time required for the various phases of the 18 work, 19 4. A breakdown of costs assigned to any bid item, 20 5. Attendance at a conference with the Engineer or representatives of the 21 Engineer, 22 6. Obtain, and furnish a copy of, a business license to do business in the 23 city or county where the work is located. 24 7. A copy of State of Washington Contractor's Registration, or 25 8. Any other information or action taken that is deemed necessary to 26 ensure that the bidder is the lowest responsible bidder. . 27 28 1-03 AWARD AND EXECUTION OF CONTRACT 29 1-03.3 Execution of Contract 30 (October 1, 2005 APWA GSP) 31 32 Section 1-03.3 is revised to read: 33 34 Copies of the Contract Provisions, including the unsigned Form of Contract, will 35 be available for signature by the successful bidder on the first business day 36 following award. The number of copies to be executed by the Contractor will be 37 determined by the Contracting Agency. 38 39 Within 10 calendar days after the award date, the successful bidder shall return 40 the signed Contracting Agency-prepared contract, an insurance certification as 41 required by Section 1-07.18, and a satisfactory bond as required by law and 42 Section 1-03.4. Before execution of the contract by the Contracting Agency, the 43 successful bidder shall provide any pre-award information the Contracting Agency 44 may require under Section 1-02.15. 45 46 Until the Contracting Agency executes a contract, no proposal shall bind the 47 Contracting Agency nor shall any work begin within the project limits or within 48 Contracting Agency-furnished sites. The Contractor shall bear all risks for any 49 work begun outside such areas and for any materials ordered before the contract . 50 is executed by the Contracting Agency. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-8 000328 January 2007 . . . 1 If the bidder experiences circumstances beyond their control that prevents return 2 of the contract documents within the calendar days after the award date stated 3 above, the Contracting Agency may grant up to a maximum of 10 additional 4 calendar days for return of the documents, provided the Contracting Agency 5 deems the circumstances warrant it. 6 7 1-03.4 Contract Bond 8 (October 1, 2005 APWA GSP) 9 10 The first paragraph of Section 1-03.4 is revised to read: 11 12 The successful bidder shall provide an executed contract bond for the full 13 contract amount. This contract bond shall: 14 1. Be on a Contracting Agency-furnished form; 15 2. Be signed by an approved surety (or sureties) that: 16 a. Is registered with the Washington State Insurance 17 Commissioner, and 18 b. Appears on the current Authorized Insurance List in the State of 19 Washington published by the Office of the Insurance 20 Commissioner, 21 3. Be conditioned upon the faithful performance of the contract by the 22 Contractor within the prescribed time; 23 4. Guarantee that the surety shall indemnify, defend, and protect the 24 Contracting Agency against any claim of direct or indirect loss resulting 25 from the failure: 26 a. Of the Contractor (or any of the employees, subcontractors, or 27 lower tier subcontractors of the Contractor) to faithfully perform 28 the contract, or 29 b. Of the Contractor (or the subcontractors or lower tier 30 subcontractors of the Contractor) to pay all laborers, 31 mechanics, subcontractors, lower tier subcontractors, 32 materialperson, or any other person who provides supplies or 33 provisions for carrying out the work; 34 5. Be accompanied by a power of attorney for the Surety's officer 35 empowered to sign the bond; and 36 6. Be signed by an officer of the Contractor empowered to sign official 37 statements (sole proprietor or partner). If the Contractor is a corporation, 38 the bond must be signed by the president or vice-president, unless 39 accompanied by written proof of the authority of the individual signing 40 the bond to bind the corporation (Le., corporate resolution, power of 41 attorney, or a letter to such effect by the president or vice-president). 42 CITY OF PORT ANGELES 81b Street Bndge Replacements Project 02-15 IV-9 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1-04 SCOPE OF THE WORK . 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1 , 2005 APWA GSP) The second paragraph of Section 1-04.2 is revised to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge, and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. (April 4, 2005) 1-04.5 Procedure and Protest by the Contractor Section 1-04.5 is deleted in its entirety and replaced with the following: . The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment and final settlement of all claims for contract time and for all costs of any kind, including costs of delays, related to any work either covered or affected by the change. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the Engineer any written or oral order (including directions, instructions, interpretations, and determinations). If in disagreement with anything required in a change order, another written order, or an oral order from the Engineer, including any direction, instruction, interpretation, or determination by the Engineer, the Contractor shall: 1. Immediately give a signed written notice of protest to the Project Engineer or the Project Engineer's field inspectors before doing the work; 2. Supplement the written protest within 30 calendar days with a written statement and supporting documents providing the following: a. The date and nature of the protested order, direction, instruction, interpretation, or determination; b. A full discussion of the circumstances which caused the protest, including names of persons involved, time, duration . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-IO . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 and nature of the work involved, and a review of the plans and provisions referenced to support the protest; c. The estimated dollar cost, if any, of the protested work and a detailed breakdown showing how that estimate was determined; and d. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption; and e. If the protest is continuing, the information required above shall be supplemented monthly until the protest is resolved. Throughout any protested work, the Contractor shall keep complete records of extra costs and time incurred. The Contractor shall permit the Engineer access to these and any other records related to the protested work as determined by the Engineer. The Engineer will evaluate all protests provided the procedures in this section are followed. If the Engineer determines that a protest is valid, the Engineer will adjust payment for work or time by an equitable adjustment in accordance with Section 1-09.4. Extensions of time will be evaluated in accordance with Section 1-08.8. No adjustment will be made for an invalid protest. If the Engineer determines that the protest is invalid, that determination, with an explanation, shall be provided in writing to the Contractor. The determination will be provided within seven calendar days after receipt of the Contractor's supplemental written statement described in item 2 above. If the Contractor does not accept the Engineer's determination, either party may refer the dispute to a Disputes Review Board. If the parties mutually agree, the protest may be defaulted to Section 1-09.11 (2), Claims, bypassing the Disputes Review Board process. In spite of any protest, the Contractor shall proceed promptly with the work as the Engineer orders. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work. Disputes Review Board In order to assist in the resolution of disputes arising out of the work of this project, the contract provides for the establishment of a Disputes Review Board, hereinafter called the "Board." The Board is created as part of. the disputes resolution process to be utilized when normal Contracting Agency-Contractor dispute resolution is unsuccessful and prior to the filing of a Section 1-09.11 (2) claim. The Board will consider disputes referred to it and furnish recommendations to the Contracting Agency and Contractor to assist in the resolution of the differences between them. The purpose of the Board response to such issues is to provide nonbinding findings and recommendations designed to expose the disputing parties to an independent view of the dispute. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-II 000328 January 2007 1 The Board members will be especially knowledgeable in the type of construction 2 involved in the Project and shall discharge their responsibilities impartially and . 3 independently considering the facts and conditions related to the matters under 4 consideration and the provisions of the Contract. 5 6 The Board shall consist of one member selected by the Contracting Agency and 7 one member selected by the Contractor, with these two members to select the 8 third member. The first two members shall be mutually acceptable to both the 9 Contracting Agency and the Contractor. If one or both of the two members 10 selected are not acceptable to the Contracting Agency or Contractor, another 11 selection shall be made. 12 13 The Contracting Agency and Contractor shall each select their member and 14 negotiate an agreement, separate and apart from this contract, with their 15 respective Board member within the first 60 calendar days after execution of the 16 contract. The agreements with these two Board members shall contain language 17 imposing the "Scope of Work" and "Suggested Administrative Procedures" 18 included in the Appendix to the Special Provisions. These negotiated agreements 19 shall also include clauses that require the respective selected members to 20 immediately pursue selection of a third member. The goal is to obtain a third 21 Board member who will complement the first two by furnishing a needed 22 expertise, which will facilitate the Board's operations. The Contracting Agency has 23 entered into "standby" agreements with a number of potential third members. The 24 qualifications of these potential members have been reviewed and deemed 25 acceptable by both the State of Washington Department of Transportation and the 26 Associated General Contractors of Washington. The names of these potential . 27 members will be provided to the first two members for consideration. If a selection 28 can be made from the standby list, then the Board may be immediately seated 29 with the execution of a task order under the corresponding standby agreement. 30 Should the first two members decide to select a third member not on the list of 31 standby candidates, then the selected person will be accepted to the Board after 32 he or she executes a standby agreement (Third Party Member Disputes Review 33 Board Consultant Agreement). The acceptable format for this agreement and all 34 accompanying exhibits may be downloaded from the Internet 35 www.wsdot.wa.gov/Consulting <http://www.wsdot.wa.gov/Consulting> or may be 36 obtained from the Project Engineer. The fee for the third member shall be 37 negotiated with the first two members and shall be included in a task order, 38 issued by the Project Engineer after the third member standby agreement is fully 39 executed. 40 41 In the event of an impasse in selection of the third member, either the Contracting 42 Agency or the Contractor or both may appeal to the Thurston County Superior 43 Court for selection of a third member by the court from a list or lists submitted to 44 the court by the Contracting Agency and/or the Contractor. An impasse shall be 45 considered to have been reached if the two members appointed by the 46 Contracting Agency and the Contractor to the Board have been unable to appoint 47 the third member in a period of 60 calendar days after the approval of the last of 48 such two members. 49 50 In case a member of the Board needs to be replaced, the replacement member . 51 will be appointed in the same manner as the replaced member was appointed. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-12 000328 January 2007 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 The appointment of a replacement Board member will begin promptly upon determination of the need for replacement and shall be completed within 30 calendar days. SeNice of a Board member may be terminated at any time with not less than 30 calendar days notice as follows: 1 . The Contracting Agency may terminate seNice of the Contracting Agency appointed member. 2. The Contractor may terminate seNice of the Contractor appointed member. 3. The third member's seNices may be terminated by agreement of the other two members. 4. By resignation of the member. Termination of a member will be followed by appointment of a substitute as specified above. No member shall have a financial interest in the contract, except for payments for services on the Board. The Contracting Agency-selected member and the Contractor-selected member shall not have been employed by the party who selected them within a period of one year; except that, seNice as a member of other Disputes Review Boards on other contracts will not preclude a member from seNing on the Board for this contract. Compensation for the Board members, and the expenses of operation of the Board, shall be shared by the Contracting Agency and Contractor in accordance with the following: 1. The Contracting Agency will compensate directly the wages and travel expense for its selected member. 2. The Contractor shall compensate directly the wages and travel expense for its selected member. 3. The Contracting Agency and Contractor shall share equally in the third member's wages and travel expense, and all of the operating expenses of the Board. These equally shared expenses shall be billed to and paid by the Contracting Agency. The Gontractor's share will be deducted from monies due or coming due the Contractor. 4. The Contracting Agency, through the Engineer, will provide administrative seNices, such as conference facilities and secretarial seNices, to the Board and the Contracting Agency will bear the costs for this seNice. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 1V-13 000328 January 2007 1 Disputes Review Board Procedures 2 The Board, the Contracting Agency, and the Contractor shall develop by . 3 agreement the Board's rules of operation and procedures to be followed for the 4 Project. The Agreement shall include the frequency of the Board's visits to the 5 Project and its interactions with the Contracting Agency and the Contractor to 6 keep abreast of the construction development and potential disputes. 7 8 In developing the Agreement, the parties shall take into consideration their 9 respective duties and responsibilities set forth in the "Scope of Work" section of 10 their agreements, the form of which is included in the Appendix of the Special 11 Provisions. 12 13 The parties may also consider the "Suggested Administrative Procedures" for the 14 Board's operation included in their agreements, the form of which is included in 15 the Appendix of the Special Provisions. These Procedures express, in general 16 terms, the policy for the creation and operation of the Board and are intended to 17 supplement the Special Provisions to the extent that no conflict with such 18 provisions is created. 19 20 Disputes, as used in this section, will refer only to protests properly submitted in 21 accordance with Section 1-04.5. If the Engineer has determined the protest to be 22 invalid and either the Contractor or the Contracting Agency has elected to refer 23 the matter to the Board, then the Board shall consider the issue and provide 24 recommendations concerning: 25 26 1. The interpretation of the Contract . 27 28 2. Entitlement to additional compensation or time for performance 29 30 3. The amount of additional compensation or time for performance 31 following a recommendation of entitlement by the Board provided that; 32 (1) the parties were not able to reach a resolution as to the amount of 33 the equitable adjustment or time; (2) the Engineer has made a unilateral 34 determination of the amount of compensation for time; and (3) the 35 Contractor has protested the Engineer's unilateral determination. 36 37 4. Other subjects mutually agreed by the Contracting Agency and 38 Contractor to be a Board issue. 39 40 Procedure for Consideration of Disputes 41 42 1. Once a protest has been denied as described in Section 1-04.5, the 43 Board members will be contacted and advised of the existence of the 44 dispute. A hearing will be scheduled to be conducted at the next regular 45 project visit or at such other time, as agreed to by the parties. 46 47 2. The Contractor and the Contracting Agency shall each be afforded an 48 opportunity to be heard by the Board and to offer evidence. Either party 49 furnishing any written evidence or documentation to the Board must 50 furnish copies of such information to the other party a minimum of . 51 15 calendar days prior to the date the Board sets to convene the hearing CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-14 000328 January 2007 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 . . for the dispute. Either party shall produce such additional evidence as the Board may deem necessary to an understanding and determination of the dispute and furnish copies to the other party. 3. After the hearing is 'concluded, the Board shall meet in private and reach a conclusion supported by two or more members. Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent contract provisions and facts and circumstances involved in the dispute. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The Board shall make every effort to reach a unanimous decision. If this proves impossible, the dissenting member may prepare a minority report. 4. Within 30 calendar days of receiving the Board recommendations, both the Contracting Agency and the Contractor shall respond to the other in writing signifying that the dispute is either resolved or remains unresolved. Although both parties should place weight upon the Board recommendations, the recommendations are not binding. In the event the Board's recommendations do not lead to resolution of the dispute, all Board records and written recommendations, including any minority reports, will be admissible as evidence in any subsequent litigation. Submittal of a dispute to the Board will be a condition precedent to the filing for litigation in a court of law unless the Contracting Agency and the Contractor have agreed to default the dispute to Section 1-09.11 (2) Claims. If the Board's assistance does not lead to resolution of the dispute, causing the Contractor to file a Section 1-09.11 (2) Claim, or if the parties default the dispute to that section, full compliance by the Contractor with the provisions of that section is a contractual condition precedent to the Contractor's right to seek judicial relief. Disputes, claims, counterclaims and other matters in question between the Contracting Agency and the Contractor that are not resolved will be decided in the Superior Court of Thurston County, Washington, which shall have exclusive jurisdiction and venue over all matters in question between the Contracting Agency and the Contractor. The Contract shall be interpreted and construed in accordance with the laws of the State of Washington. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations From Plans and Stakes Section 1-05.4 is supplemented with the following: (December 6, 2004) Contractor Surveying - Structure Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-I5 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 The Contractor shall be responsible for setting, maintaining, and resetting all . alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all . secondary control points. 2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02- 15 000328 January 2007 IV-16 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 11. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 15. Establish box girder bottom slab grades and locations. 16. Establish girder and/or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. 18. Establish roadway slab grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile and alignment on roadway slab. 20. Profile all girders prior to the placement of any dead load or construction live load that may affect the girder's profile. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information: 1 . Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one-tenth points along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor. The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances: CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02- 15 IV-17 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Vertical Horizontal :to.02 feet :to.02 feet . 1. Stationing on structures 2. Alignment on structures 3. Superstructure elevations :1:0.01 feet variation from plan elevation :1:0.02 feet variation from Plan grades. The Contracting Agency may spot-check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. 4. Substructure When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: Piles Shafts Footings columns The Contractor shall calculate coordinates for the points associated with piles, shafts, footings, and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. . Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: "Structure Surveying", lump sum. The lump sum contract price for "Structure Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. (December 4, 2006) Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, . CITY OF PORT ANGELES 8th Street Bridge Replacements PrOject 02-15 000328 January 2007 IV-IS . 1 surveying, and measuring required for setting and maintaining the necessary 2 lines and grades shall be the Contractor's responsibility. 3 4 Detailed survey records shall be maintained, including a description of the work 5 performed on each shift, the methods utilized, and the control points used. The 6 record shall be adequate to allow the survey to be reproduced. A copy of each 7 day's record shall be provided to the Engineer within three working days after the 8 end of the shift. 9 10 The meaning of words and terms used in this provision shall be as listed in 11 "Definitions of Surveying and Associated Terms" current edition, published by the 12 American Congress on Surveying and Mapping and the American Society of Civil 13 Engineers. 14 15 The survey work shall include but not be limited to the following: 16 17 1. Verify the primary horizontal and vertical control furnished by the 18 Contracting Agency, and expand into secondary control by adding 19 stakes and hubs as well as additional survey control needed for the 20 project. Provide descriptions of secondary control to the Contracting 21 Agency. The description shall include coordinates and elevations of all 22 secondary control points. 23 24 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or 25 marks on centerline or on offsets to centerline at all curve points (PCs, . 26 PTs, and Pis) and at points on the alignments spaced no further than 27 50 feet. 28 29 3. Establish clearing limits, placing stakes at all angle points and at 30 intermediate points not more than 50 feet apart. The clearing and 31 grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond 32 the top of a cut unless otherwise shown in the Plans. 33 34 4. Establish grading limits, placing slope stakes at centerline increments 35 not more than 50 feet apart. Establish offset reference to all slope 36 stakes. 37 38 5. Establish the horizontal and vertical location of all drainage features, 39 placing offset stakes to all drainage structures and to pipes at a 40 horizontal interval not greater than 25 feet. 41 42 6. Establish roadbed and surfacing elevations by placing stakes at the top 43 of subgrade and at the top of each course of surfacing. Subgrade and 44 surfacing stakes shall be set at horizontal intervals not greater than 45 50 feet in tangent sections, 25 feet in curve sections with a radius less 46 than 300 feet, and at 10-foot intervals in intersection radii with a radius 47 less than 10 feet. Transversely, stakes shall be placed at all locations 48 where the roadway slope changes and at additional points such that the 49 transverse spacing of stakes is not more than 12 feet. . 50 CITY OF PORT ANGELES 81h Street Bndge Replacements Project 02- I 5 IV-19 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. . 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as nece,ssary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines, and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. . The Contractor'shall ensure a surveying accuracy within the following tolerances: Slope stakes Subgrade grade stakes set 0.04 feet below grade Vertical :to. 1 0 feet Horizontal :to. 1 0 feet :to.01 feet :to.5 feet (parallel to alignment) :to.1 feet (normal to alignment) Stationing on roadway Alignment on roadway Surfacing grade stakes N/A N/A :to.01 feet :to. 1 feet :to.04 feet :to.5 feet (parallel to alignment) :to.1 feet (normal to alignment) Roadway paving pins for surfacing or paving :to.01 feet :to.2 feet (parallel to alignment) :to.1 feet (normal to alignment) . CITY OF PORT ANGELES 8'h Street Bridge Replacements Project 02-15 000328 January 2007 IV-20 . . . 1 The Contracting Agency may spot-check the Contractor's surveying. These spot- 2 checks will not change the requirements for normal checking by the Contractor. 3 4 When staking roadway alignment and stationing, the Contractor shall perform 5 independent checks from different secondary control to ensure that the points 6 staked are within the specified survey accuracy tolerances. 7 8 The Contractor shall calculate coordinates for the alignment. The Contracting 9 Agency will verify these coordinates prior to issuing approval to the Contractor for 10 commencing with the work. The Contracting Agency will require up to seven 11 calendar days from the date the data is received. 12 13 Contract work to be performed using contractor-provided stakes shall not begin 14 until the stakes are approved by the Contracting Agency. Such approval shall not 15 relieve the Contractor of responsibility for the accuracy of the stakes. 16 17 Stakes shall be marked in accordance with Standard Plan H-14. When stakes are 18 needed that are not described in the Plans, then those stakes shall be marked, at 19 no additional cost to the Contracting Agency as ordered by the Engineer. 20 21 Payment 22 Payment will be made in accordance with Section 1-04.1 for the following bid item 23 when included in the proposal: 24 25 "Roadway Surveying", lump sum. 26 27 The lump sum contract price for "Roadway Surveying" shall be full pay for all 28 labor, equipment, materials, and supervision utilized to perform the work 29 specified, including any resurveying, checking, correction of errors, replacement 30 of missing or damaged stakes, and coordination efforts. 31 32 1-05.7 Removal of Defective and Unauthorized Work 33 (October 1 , 2005 APWA GSP) 34 35 Section 1-05.7 is supplemented with the following: 36 37 If the Contractor fails to remedy defective or unauthorized work within the time 38 specified in a written notice from the Engineer, or fails to perform any part of the 39 work required by the Contract Documents, the Engineer may correct and remedy 40 such work as may be identified in the written notice, with Contracting Agency 41 forces or by such other means as the Contracting Agency may deem necessary. 42 43 If the Contractor fails to comply with a written order to remedy what the Engineer 44 determines to be an emergency situation, the Engineer may have the defective 45 and unauthorized work corrected immediately, have the rejected work removed 46 and replaced, or have work the Contractor refuses to perform completed by using 47 Contracting Agency or other forces. An emergency situation is any situation 48 when, in the opinion of the Engineer, a delay in its remedy could be potentially 49 unsafe, or might cause serious risk of loss or damage to the public. 50 CITY OF PORT ANGELES 8lh Street Bndge Replacements Project 02-15 N-21 000328 January 2007 1 Direct or indirect costs incurred by the Contracting Agency attributable to 2 correcting and remedying defective or unauthorized work, or work the Contractor . 3 failed or refused to perform, shall be paid by the Contractor. Payment will be 4 deducted by the Engineer from monies due, or to become due, the Contractor. 5 Such direct and indirect costs shall include in particular, but without limitation, 6 compensation for additional professional services required, and costs for repair 7 and replacement of work of others destroyed or damaged by correction, removal, 8 or replacement of the Contractor's unauthorized work. 9 10 No adjustment in contract time or compensation will be allowed because of the 11 delay in the performance of the work attributable to the exercise of the 12 Contracting Agency's rights provided by this Section. 13 14 The rights exercised under the provisions of this section shall not diminish the 15 Contracting Agency's right to pursue any other avenue for additional remedy or 16 damages with respect to the Contractor's failure to perform the work as required. 17 18 1-05.11 Finallnspection 19 20 Section 1-05.11 is deleted and replaced with the following: 21 22 1-05.11 Final Inspections and Operational Testing 23 (October 1 , 2005 APWA GSP) 24 25 Substantial Completion Date 26 When the Contractor considers the work to be substantially complete, the . 27 Contractor shall so notify the Engineer and request the Engineer establish the 28 Substantial Completion Date. The Contractor's request shall list the specific items 29 of work that remain to be completed in order to reach physical completion. The 30 Engineer will schedule an inspection of the work with the Contractor to determine 31 the status of completion. The Engineer may also establish the Substantial 32 Completion Date unilaterally. 33 34 If, after this inspection, the Engineer concurs with the Contractor that the work is 35 substantially complete and ready for its intended use, the Engineer, by written 36 notice to the Contractor, will set the Substantial Completion Date. If, after this 37 inspection the Engineer does not consider the work substantially complete and 38 ready for its intended use, the Engineer will, by written notice, so notify the 39 Contractor giving the reasons therefor. 40 41 Upon receipt of written notice concurring in or denying substantial completion, 42 whichever is applicable, the Contractor shall pursue vigorously, diligently and 43 without unauthorized interruption, the work necessary to reach Substantial and 44 Physical Completion. The Contractor shall provide the Engineer with a revised 45 schedule indicating when the Contractor expects to reach substantial and 46 physical completion of the work. 47 48 The above process shall be repeated until the Engineer establishes the 49 Substantial Completion Date and the Contractor considers the work physically . 50 complete and ready for final inspection. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-22 000328 January 2007 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 N-23 000328 January 2007 1 Operational and test periods, when required by the Engineer, shall not affect a 2 manufacturer's guaranties or warranties furnished under the terms of the 3 contract. 4 5 1-05.13 Superintendents, Labor, and Equipment of Contractor 6 (May 25, 2006 APWA GSP) 7 8 The seventh paragraph of Section 1-05.13 is revised to read: 9 10 Whenever the Contracting Agency evaluates the Contractor's qualifications 11 pursuant to Section 1-02.1, it will take these performance reports into account. 12 13 Section 1-05 is supplemented with the following: 14 15 Water and Power 16 (October 1 , 2005 APWA GSP) 17 18 The Contractor shall make necessary arrangements, and shall bear the costs for 19 power and water necessary for the performance of the work, unless the contract 20 includes power and water as a pay item. 21 22 Oral Agreements 23 (October 1, 2005 AWPA GSP) 24 25 No oral agreement or conversation with any officer, agent, or employee of the 26 Contracting Agency, either before or after execution of the contract, shall affect or 27 modify any of the terms or obligations contained in any of the documents 28 comprising the contract. Such oral agreement or conversation shall be 29 considered as unofficial information and in no way binding upon the Contracting 30 Agency, unless subsequently put in writing and signed by the Contracting Agency. 31 32 1-06 CONTROL OF MATERIAL 33 Section 1-06 is supplemented with the following: 34 35 Foreign-Made Materials 36 37 (March 13, 1995) 38 The major quantities of steel and iron construction material that is permanently 39 incorporated into the project shall consist of American-made materials only. 40 41 The Contractor may utilize minor amounts of foreign steel and iron in this project 42 provided the cost of the foreign material used does not exceed one-tenth of one 43 percent of the total contract cost or $2,500.00, whichever is greater. 44 45 American-made material is defined as material having all manufacturing 46 processes occur in the United States. The action of applying a coating to steel or 47 iron is deemed a manufacturing process. Coating includes epoxy coating, 48 galvanizing, aluminizing, painting, and any other coating that protects or 49 enhances the value of steel or iron. Any process from the original reduction from CITY OF PORT ANGELES 8th Street Bridge Replacements PrOject 02-15 000328 January 2007 lV-24 . . . . 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 36 37 38 39 40 41 42 A.3 44 45 46 47 48 49 50 51 . . ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1 , 2005 APWA GSP) Section 1-07.1 is supplemented with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. CITY OF PORT ANGELES 8th S1reet Bndge Replacements Project 02-15 IV-25 000328 January 2007 1 The Contractor shall have sole responsibility for the safety, efficiency, and 2 adequacy of the Contractor's plant, appliances, and methods, and for any 3 damage or injury resulting from their failure, or improper maintenance, use, or 4 operation. The Contractor shall be solely and completely responsible for the 5 conditions of the project site, including safety for all persons and property in the 6 performance of the work. This requirement shall apply continuously, and not be 7 limited to normal working hours. The required or implied duty of the Engineer to 8 conduct construction review of the Contractor's performance does not, and shall 9 not, be intended to include review and adequacy of the Contractor's safety 10 measures in, on, or near the project site. 11 12 (January 5, 2004) 13 Lead Health Protection Program 14 Structural and non-structural materials located at the project site *** of the 15 existing 8th Street Bridges over Tumwater Creek and Valley Creek (pedestrian 16 bridge rail components) *** contain lead-based products. The Contractor shall be 17 fully responsible for the safety and health of all on-site workers and compliant 18 with Washington Administrative Code (WAC 296-155-176). The Contractors Lead 19 Health Protection Program shall be sent to the Contracting Agency at least 20 2 weeks prior to the Contractor beginning work involving exposure to lead 21 contamination. The Contractor shall communicate with the Project Engineer to 22 ensure a coordinated effort for providing and maintaining a safe worksite for both 23 the Contracting Agency's and Contractor's workers. 24 25 Construction Requirements 26 The Contractor. shall be responsible for the containment measures required to 27 provide and maintain a safe and healthful jobsite for the duration of the project in 28 accordance with all applicable laws and this Special Provision. 29 30 Payment 31 All costs to comply with this Special Provision for the Lead Health Protection laws 32 and regulations are the responsibility of the Contractor and shall be included in 33 related items of work. 34 35 1-07.2 State Taxes 36 37 Section 1-07.2 is deleted in its entirety, including subsections, and replaced with the 38 following: 39 40 1-07.2 State Sales Tax 41 (October 1 , 2005 APWA GSP) 42 43 General 44 The Washington State Department of Revenue has issued special rules on the 45 State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those 46 rules. The Contractor should contact the Washington State Department of 47 Revenue for answers to questions in this area. The Contracting Agency will not 48 adjust its payment if the Contractor bases a bid on a misunderstood tax liability. 49 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV-26 . . . . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. State Sales Tax - Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. State Sales Tax - Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. CITY OF PORT ANGELES 81b Street Bridge Replacements Project 02- 15 N-27 000328 January 2007 1 Services 2 The Contractor shall not collect retail sales tax from the Contracting Agency on . 3 any contract wholly for professional or other services (as defined in Washington 4 State Department of Revenue Rules 138 and 244). 5 6 1-07.2 State Taxes 7 Section 1-07.2 is supplemented with the following: 8 9 (March 13, 1995) 10 The work on this contract is to be performed upon lands whose ownership 11 obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) 12 apply. 13 14 1-07.5 Environmental Regulations 15 16 1-07.5(2) State Department of Fish And Wildlife 17 Section 1-07.5(2) is supplemented with the following: 18 19 (******) 20 The Contracting Agency has obtained a Hydraulic Project Approval (HPA) for 21 this project. All contacts with the Department of Fish And Wildlife concerning 22 this approval shall be through the Engineer. The provisions of the approval 23 are listed in Attachment F. 24 25 This Hydraulic Project Approval pertains to contract work within the project 26 limits as described in the original contract. This Hydraulic Project Approval is . 27 not a permit for work in material sources, staging areas, or disposal sites not 28 provided in the contract. 29 30 1-07.6 Permits And Licenses 31 Section 1-07.6 is supplemented with the following: 32 33 (March 13, 1995) 34 Corps Of Engineers Permits For Construction 35 The Contracting Agency has obtained a Corps of Engineers permit for this project 36 (Permit Number *** 200501213 ***). All contacts with the Corps of Engineers 37 concerning this permit shall be through the Engineer. A copy of the permit is 38 available at the Engineer's Office. The Contractor shall, at no expense to the 39 Contracting Agency, comply with all requirements of the Corps of Engineers in the 40 construction of this project and shall secure additional permits as are necessary. 41 42 1-07.7 Load Limits 43 Section 1-07.7 is supplemented with the following: 44 45 (March 13, 1995) 46 Except for the load limit restrictions specified in Section 1-07.7(2), and as outlined 47 below, the Contractor may operate vehicles which exceed the legal gross weight 48 limitations without special permits or payment of additional fees provided such 49 vehicles are employed in the construction and within the limits of this project. . 50 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-28 000328 January 2007 . . . 1 Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted. 2 3 The Contractor shall not operate vehicles which exceed the maximum gross 4 weight provided by law within the following areas of this project: 5 6 *** US 101, SR 117, and all City of Port Angeles Streets *** 7 8 (March 13, 1995) 9 If the sources of materials provided by the Contractor necessitates hauling over 10 roads other than State Highways, the Contractor shall, at the Contractor's 11 expense, make all arrangements for the use of the haul routes. 12 13 1-07.9 Wages 14 15 1-07.9(1)General 16 Section 1-07.9(1) is supplemented with the following: 17 18 (October 6, 2003) 19 The Federal wage rates incorporated in this contract have been established by 20 the Secretary of Labor under United States Department of Labor General 21 Decision No. WA030001. 22 23 (August 7, 2006) 24 Application of Wage Rates For The Occupation Of Landscape Construction 25 State prevailing wage rates for public works contracts are included in this contract 26 and show a separate listing for the occupation: 27 28 Landscape Construction, which includes several different occupation 29 descriptions such as: Irrigation and Landscape Plumbers, Irrigation and 30 Landscape Power Equipment Operators, and Landscaping or Planting 31 Laborers. 32 33 In addition. Federal wage rates that are included in this contract may also 34 include occupation descriptions in Federal Occupational groups for work also 35 specifically identified with landscaping such as: 36 37 Laborers with the occupation description, Landscaping or Planting, or 38 39 Power Equipment Operators with the occupation description, Mulch 40 Seeding Operator. 41 42 If Federal wage rates include one or more rates specified as applicable to 43 landscaping work, then Federal wage rates for all occupation descriptions, 44 specific or general, must be considered and compared with corresponding 45 State wage rates. The higher wage rate, either State or Federal, becomes the 46 minimum wage rate for the work performed in that occupation. 47 48 Contractors are responsible for determining the appropriate crafts necessary to 49 perform the contract work. If a classification considered necessary for 50 performance of the work is missing from the Federal Wage Determination 51 applicable to the contract, the Contractor shall initiate a request for approval of CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-29 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate, and submit the completed form to the project engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. . 1-07.11 Requirements For Nondiscrimination Section 1-07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide . TImetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non-SMSA Counties WA Walla Walla. 5.4 3.6 . CITY OF PORT ANGELES 8'h Street Bridge Replacements Project 02-15 000328 January 2007 IV-3D . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Yakima, WA: SMSA Counties: Yakima, WA WA Yakima. Non-SMSA Counties WA Chelan; WA Okanogan. 9.7 7.2 Douglas; WA Grant; WA Kittitas; WA Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA WA Clark. Non-SMSA Counties WA Cowlitz; WA Klickitat; Wahkiakum. 4.5 3.8 WA Skamania; WA These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-31 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. . 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941 ; d. Minority includes: . (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the' Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-32 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 '. . individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individuaHy required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-33 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. . b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. .' e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. 1. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual ,and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-34 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female, and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer, and vacation ~mployment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. CITY OF PORT ANGELES 81lt Street Bridge Replacements Project 02-15 IV-35 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. . p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling anyone or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). . 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may. be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 N-36 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, . apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (Apri/3,2006) Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this contract. This goal is considered a condition of award. DBE Goals The Contracting Agency has established a goal in the amount of: *** 60/0 *** DBE Eligibility Selection of DBEs DBEs proposed by the bidder'shall be listed as DBEs on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE.) In absence of being listed, the Contractor may provide written proof from OMWBE documenting that their proposed DBEs are currently certified. A list of firms certified by OMWBE is available from that office and on line through their website (www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704-1181. It shall be the responsibility of the bidder to confirm with OMWBE that the certification of any proposed DBE firm is current and that the firm is certified in the North American Industry Classification System (NAICS) code for the work being proposed. In establishing the CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-37 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 certification status of any subcontractor or supplier, the bidder may rely . upon the website list or upon any written commitments from OMWBE provided that information is obtained no earlier than 24 hours prior to the time set for bid submittals. Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be credited by the Contracting Agency for the purpose of meeting the goals. The amounts committed to a non- certified firm will not be counted in the evaluation of the bidder's DBE submittal. In the event that a DBE firm listed is certified at the time of the submission of the bid, but the listed DBE firm is subsequently determined to be ineligible prior to execution of the contract, then the contract execution will proceed and the Contractor will be required to substitute a certified DBE firm for the same amount or to make a good faith effort to do so. Counting DBE Participation Toward Meeting the Goal and Substitution Requirements When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted towards the DBE goal. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, . including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliates, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted toward DBE goals. In very rare situations, a DBE firm may utilize equipment and/or personnel from a non-DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and must have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the DBE goal only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward the DBE goal. The DBE firm may further subcontract to lower tier DBE subcontractors to the extent specified by . Section 1-08.1. CITY OF PORT ANGELES 81h Street Bridge Replacements Project 02-15 000328 January 2007 IV-38 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4. When a non-DBE subcontractor further subcontracts to a lower-tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing in a commercially useful function with its own forces. 5. Continue to count the work subcontracted to a decertified DBE firm after decertification, provided the prime contractor had a subcontract in force before the decertification and the prime contractor's actions did not influence the DBE's decertification. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. In the event that the DBE Prime contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the goal. If this work is part of the Condition of Award the prime will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed/paid to a non-COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation, the work of the decertified DBE prime contractor may continue to be counted toward the goal. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count toward COA DBE goal In the event that the DBE Joint Venture contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will. not count toward the DBE goal. If this work is part of the Condition of Award the Joint Venture will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed/paid to a non-COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation the work of the decertified DBE Joint Venture contractor may continue to be counted toward the goal. Changes in the Quantity of Work Owner initiated Change Orders In the event the Contracting Agency reduces quantities or deletes work items that impact a DBE's work and insufficient work remains on the contract, the Contracting Agency may relieve the prime contractor from attainment of that portion of the goal. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV -39 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Original Quantity Underruns In the event that work committed to a DBE firm as part of the COA, . under runs the original planned quantities and that work is completed according to the contract, the contractor shall not be required to substitute work for the portion of the COA not achieved. Contractor-Initiated Proposals-General 1. Reductions or Deletions Any reduction or deletion of Condition of Award DBE work that is proposed by the Contractor under this provision shall not be permitted without the express prior written consent of the Contracting Agency, including concurrence by WSDOT/OEO, which shall have the discretion to deny approval. The Contractor must notify and obtain written approval from the contracting agency prior to replacing a DBE or making any change in the participation. Approval for replacement will be granted only if it is demonstrated that the DBE is unable or unwilling to perform. The Contractor must make every good faith effort to find another certified DBE subcontractor to substitute for the original DBE. The good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the original DBE, to the extent needed to meet the contract goal. Any deviation from the DBE condition-of-award letter or contract specifications must be approved by Change Order issued by the . Contracting Agency. The Contractor shall notify affected DBEs in writing of any changes in the scope of work which result in a reduction in the dollar amount of condition-of-award to the contract. In addition to the above requirements for reductions in the Condition of Award, additional requirements apply to the two cases of Contractor-Initiated work substitution proposals. Where the contract allows alternate work methods which serve to delete or create underruns in condition of award DBE work, and the Contractor selects that alternate method or, where the Contractor proposes a substitute work method or material that serves to diminish or delete work committed to a DBE and replace it with other work, then the Contractor must demonstrate one of the following: a. That the replacement work will be performed by the same DBE (as long as the DBE is certified in the respective item of work) in a modification of the Condition of Award agreement; or b. That the DBE is aware that its work will be deleted or will experience underruns and has agreed in writing to the change. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so; or . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV -40 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 c. That the DBE is not capable of performing the replacement work or has declined to perform the work at a reasonably competitive price. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so. 2. Additions As stated above, any change in the condition of award will be evidenced by a change order. Where the revision includes work committed to a new DBE subcontractor, not previously involved in the project, then a Request to Sublet shall be submitted in accordance with Section 1-08.1 . If the commitment of work is in the form of additional tasks assigned to an existing subcontractor, then a new Request to Sublet shall not be required. However, the Contractor must document efforts to assure that the existing DBE subcontractor is capable of performing the additional work and has agreed (in writing) to the change. Commercially Useful Function Payments to a DBE firm will count toward DBE goals only if the DBE is performing a commercially useful function on the contract. 1 . A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. Two party checks are not allowed. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1 . The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-41 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. . 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm and may enter an agreement with an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE or employs a DBE owner-operator receives credit for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non-DBE firm and may enter an agreement with an owner-operator who is a non-DBE. The DBE who leases trucks from a non-DBE or employs a non-DBE owner- operator is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. . 7. In any lease or owner-operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: . A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. Does not apply to owner-operator arrangements. . Only the vehicle, (not the operator) is leased or rented. Does not apply to owner-operator arrangements. 8. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by the Contracting Agency prior to performing their portion of the work. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-42 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer 1 . Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-site" review and been approved by WSDOT- OEO to operate as a DBE Manufacturing firm prior to bid opening on any USDOT federally-assisted contract. Use of a DBE manufacturer that has not received an on-site review and approval by WSDOT-OEO prior to bid opening will result in the bid being declared non-responsive To schedule a review, the manufacturing firm must submit a written request to WSDOT/OEO and may not receive credit towards DBE participation until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers (per contract) may be obtained from WSDOT-OEO. Regular Dealer 1 . Counting . If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer, the firm must own, operate, or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-43 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. . c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract-by-contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT/OEO. OEO must be in receipt of this request at least seven (7) calendar days prior to bid opening. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. DBE firms that are approved as regular dealers for a contract (whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov/biz/contaa/ prior to the time of bid opening. In addition, bidders may request confirmation of the DBE supplier's approval to operate as a regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State Department of Transportation, P.O. Box 47314, Olympia, WA 98504-7314 or by phone at (360) 705-7085. Use of a supplier that has not received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). . Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted toward the goal. No part of the cost of the materials and supplies themselves may be applied toward DBE goals. DBE Utilization Certification To be eligible for award of the contract, the bidder must properly complete and submit a DBE Utilization Certification which has been made a part of the bidder's formal bid proposal. The Certification will be used by the Contracting Agency in determining whether the bidder's Qid proposal satisfies the DBE contract requirements. For each DBE described in the Certification, the bidder shall state the project role and work item in which that DBE will participate. A general description of the work to be performed by the DBE shall be included. If a DBE will perform . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 N-44 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 a partial item of work, the bidder shall also include a dollar amount for each partial item of work. The bidder shall also include a dollar amount for each DBE listed in the Certification that will be applied toward the assigned DBE contract goal. In the event of arithmetic errors in completing the Certification, the amount listed to be applied towards the goal for each DBE shall govern and the DBE total shall be adjusted accordingly. The information and commitments demonstrated in th~ Certification shall become a condition of any subsequent award of a contract to that bidder and the Certification itself shall become a part of the subsequent contract. The Contracting Agency shall consider as non-responsive and shall reject any bid proposal submitted that does not contain a DBE Certification or contains a DBE Certification that fails to demonstrate that the bidder will meet the DBE participation requirements in one of the manners permitted by the contract as described below. Selection of Successful Bidder/Good Faith Efforts The successful bidder shall be selected on the basis of having submitted the lowest responsive bid, which demonstrates that the bidder will meet the DBE contract requirements by doing either of the first two methods as follows: 1. Document, through the DBE utilization certification mentioned previously, that the bidder has obtained enough DBE participation to meet the assigned DBE goal. The DBE total dollar amount shown on the bidder's Certification will become the condition of award (COA) amount. 2. Document that the bidder made adequate good faith efforts to meet the DBE assigned contract goal, even though it did not succeed in obtaining enough DBE participation, as noted in the DBE utilization certification, to do so. The documentation supporting good faith efforts must be provided as part of the bid submittal. Based on that documentation, the Contracting Agency shall determine whether the bidder has made a sufficient good faith effort to seek DBE participation. The Contracting Agency will consider all relevant information that is provided in the bid submittal. In the event a bidder is unable to meet the assigned DBE contract goal, the bidder shall provide additional information with the bid regarding its good faith efforts to meet the goal per the requirements of this contract. The Contracting Agency will make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The quality, quantity, and intensity of the different kinds of efforts that the bidder has made will be considered. A determination will be made whether the efforts employed by the bidder were those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mere pro forma efforts will not be considered to be CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-45 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 good faith efforts to meet the DBE contract requirements. The . following is a list of types of actions, which will be considered as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: a. Attendance by the bidder at any pre-solicitation or pre-bid meetings that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; b. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in suffici~nt time to allow the enterprises to participate effectively; c. Selection by the bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the bidder preferred to perform these work items as the prime contractor; d. Advertising by the bidder in general circulation, trade association minority, and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; . e. Providing written notice from the bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified Firms for the selected subcontracting or material supply work, in sufficient time to allow the enterprises to participate effectively; f. Follow-up by the bidder of initial solicitations of interest by , contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action may include the information outlined below: 1. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed-up by contacting the DBEs to determine with certainty whether the DBEs were interested; 51 52 2. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the work to be performed; 3. Documentation of each DBE contacted but . rejected and the reason(s) for that rejection; CITY OF PORT ANGELES 8tb Street Bridge Replacements PrOject 02-15 000328 January 2007 IV -46 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 g. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply work; h. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, bids that are prepared by any DBE; i. Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; j. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; k. Using the services of minority community organizations, minority contractor groups, local, state, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and I. Using DBE Supportive Services by contacting the Office of Minority and Women's Business Enterprises DBE Supportive Services Offices: Seattle: Tacoma: (206) 553-7356 (253) 680-7393 If, after review of the documentation provided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's partial commitment. However, the bidder will be formally advised in the award letter that the partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result of the reduced attainment. Should all bidders fail to meet the goal, WSDOT and its subrecipients will determine the adequacy of the low bid and otherwise responsive bidder's submission in light of DBE participation attained by all bidders. This will be accomplished by comparing the low bidder's submission to the average DBE participation by all bidders. When computing the average DBE participation, only the amount of the DBE attainment which does not exceed the established goal shall be used. Should the low bidder's DBE participation be lower than the average, the bid shall be considered nonresponsive and shall be rejected. If the lowest bid is rejected, the next lowest bid(s) shall be CITY OF PORT ANGELES 81b Street Bridge Replacements Project 02-15 IV-47 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 examined under the forgoing criteria until the contract is awarded or all bids are rejected. . Should the low and otherwise responsive bidder fail to meet the DBE participation requirements in one of the manners provided in the proposed contract, its bid proposal will be rejected as non-responsive and the next lowest responsive bid accepted unle'ss the Contracting Agency chooses to reject all bids. Administrative Reconsideration 1. A bidder has the right to reconsideration in the event its bid has been found to be nonresponsive due to a failure to meet the requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to reconsideration. 2. The Contracting Agency's decision on reconsideration shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. 3. The bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the bidder's position as to why its bid proposal met the DBE contract requirements. The bidder's support for its position must be based on its bid submittal. The bidder may provide further explanation/clarification of the information and materials in the submittal, but no new materials or information will be considered by the official in reaching a decision on reconsideration. . 4. The official shall send the bidder a written decision on reconsideration, explaining the basis for the finding as to whether the bidder's bid submittal met the DBE contract requirements. The Contracting Agency has been advised that the United States Department of Transportation will not accept appeals concerning results of the reconsideration process. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. The Contracting Agency will notify the successful bidder of the award of the contract in writing and will include a request for a further breakdown of the DBE information. After award and prior to execution of the contract, the bidder shall submit the following items: . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-48 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 (1) Additional information for all successful DBE's as shown on the DBE Utilization Certification: · Correct business name, federal employee identification number (if available), and mailing address. . List of all bid items assigned to each successful DBE firm, including unit prices and extensions. · Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of work under each item to be performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. This submittal, showing the DBE work item breakdown, when accepted by the Contracting Agency and resulting in contract execution, shall become a part of the contract. A breakdown that does not conform to the DBE Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Certification will be returned for correction. The contract will not be executed by the Contracting Agency until a satisfactory breakdown has been submitted. A breakdown that conforms to the DBE Utilization Certification but demonstrates a greater total amount of participation than that included in the Certification will be accepted and the Condition of Award will be adjusted accordingly. (2) A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1 . age of the firm 2. average of its gross annual receipts over the past three years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th, April 20th, July 20th, and October 20th of each year. Or, the contractor has the option of submitting actual DBE payment data to the contracting agency on a monthly basis using the Construction Management and Tracking System (CMA TS)'. Use of CMA TS will become a requirement for all contractors effective January 7, 2008. The CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-49 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 dollars reported will be in accordance with the "Counting DBE Participation" section of this specification. . In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower-tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Damages for Noncompliance When a Contractor violates the DBE provIsions of the contract, the Contracting Agency may incur damages. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as loss of federal funding. Damages attributable to a Contractor's violations of the DBE provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as allowed by RCW 60.28.021. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not limit its ability to suspend or revoke the Contractor's pre- qualification status or seek other remedies as allowed by federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to state or federal authorities for additional sanctions. . Required Disadvantaged Business Enterprise Provisions The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Contracting Agency deems appropriate. If the Contractor does not comply with any part of its contract as required under 49 CFR part 26, and/or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend, or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the contract for each violation. In the case of WSDOT contracts, repeated violations, exceeding a single violation, may disqualify the Contractor from further participation in WSDOT contracts for a period of up to three years. An apparent low bidder must be in compliance with these contract provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of contract violation and assessed penalties by filing a written application within thirty days of receipt of notification. The adjudicative . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV-50 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. Payment Compensation for all costs involved with complying with the conditions of this specification and any ass'ociated DBE requirements is included in payment for the associated contract items of work. (April 3, 2006) Special Training Provisions General Requirements The Contractor's equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on-the-job training aimed at developing trainees to journeyman status in the trades involved. The number of training hours shall be *** 1,500 ***. The training program shall assign a minimum of 200 hours per trainee. The Contractor may elect to accomplish training as part of' the work of a subcontractor; however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions. The Contractor shall also ensure that this training provision is made applicable to any subcontract that includes training. Trainee Approval The Federal government requires Contracting Agencies to include these training provisions as a condition attached to the receipt of Federal highway funding. The Federal government has determined that the training and promotion of members of certain minority groups and women is a primary objective of this training provision. The Contractor shall make every effort to enroll minority groups and women trainees to the extent such persons are available within a reasonable recruitment area. This training provision is not intended and shall not be used to discriminate against any applicant for training, whether that person is a minority, woman or otherwise. A non- minority male trainee or apprentice may be approved provided the following requirements are met: 1. The Contractor is otherwise in compliance with the contract's Equal Employment Opportunity and On-the-Job Training requirements and provides documentation of the efforts taken to fill the specific training position with either minorities or females 2. or, if not otherwise in compliance, furnishes evidence of his/her systematic and direct recruitment efforts in regard to the position in question and in promoting the enrollment and/or employment of minorities and females in the craft which the proposed trainee is to be trained CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-51 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 3. and the Contractor has made a good faith effort towards recruiting of minorities and women. As a minimum this good faith effort shall consist of the following: . . Distribution of written notices of available employment opportunities with the Contractor and enrollment opportunities with its unions. Distribution should include but not be limited to; minority and female recruitment sources and minority and female community organizations; . Records documenting the Contractor's efforts and the outcome of those efforts, to employ minority and female applicants and/or refer them to unions; . Records reflecting the Contractor's efforts in participating in developing minority and female on-the-job training opportunities, including upgrading programs and apprenticeship opportunities; . Distribution of written notices to unions and training programs disseminating the Contractor's EEO policy and requesting cooperation in achieving EEO and OJT obligations. No employee shall be employed as a trainee in any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman. The Contractor's records shall document the methods for determining the trainee's status and findings in each case. When feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. . For the purpose of this specification, acceptable training programs are those employing trainees/apprentices registered with the following: 1. Washington State Department of Labor & Industries - State Apprenticeship Training Council (SA TC) approved apprenticeship agreement: a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall be; i. an individual written agreement between an employer and apprentice ii. a written agreement between (an employer or an association of employers) and an organization of employees describing conditions of employment for apprentices iii. a written statement describing conditions of employment for apprentices in a plant where there is no bona fide employee organization. . CITY OF PORT ANGELES 8th Street Bridge Replacements PrOject 02- 15 000328 January 2007 IV-52 . . '. 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 All such agreements shall conform to the basic standards and other provisions of RCW Chapter 49. 2. Apprentices must be registered with U.S. Department of Labor - Bureau of Apprenticeship Training (BAT) approved program. Or 3. Trainees participating in a non-BAT/SA TC program, which has been approved by the contracting agency for the specific project. 4. For assistance in locating trainee candidates, the Contractor may call WSDOT's OJT Support Services Technical Advisor at (360) 705-7088, (206) 587-4954 or toll free at 1-866-252-2680. Obligation to Provide Information Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the approved program the Contractor will follow in providing the training. Upon completion of the training, the Contractor shall provide the Contracting Agency with a certification showing the type and length of training satisfactorily completed by each trainee or, the Contractor has the option of submitting the above information using the Contract Management and Tracking System (CMATS). Use of CMATS will become a requirement for all contractors effective January 7, 2008. Training Program Approval The Training Program shall meet the following requirements: 1. The Training Program (DOT Form 272-049) must be submitted to the Engineer for approval prior to commencing contract work and shall be resubmitted when modifications to the program occur. 2. The minimum length and type of training for each classification will be as established in the training program as approved by the Contracting Agency. 3. The Training Program shall contain the trades proposed for training, the number of trainees, the hours assigned to the trade and the estimated beginning work date for each trainee. ' 4. Unless otherwise specified, Training Programs will be approved if the proposed number of training hours equals the training hours required by contract and the training program assigns a minimum of 200 hours per trainee. 5. After approval of the training program, information concerning each individual trainee and good faith effort documentation shall be submitted on (DOT Form 272-050.) 6. In King County, laborer trainees or apprentices will not be approved on contracts containing less than 1000 training hours as specified in CITY OF PORT ANGELES 8lh Street Bridge Replacements Project 02-15 IV-53 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 this Section. In King County, no more than twenty percent (20%) of hours proposed for trainees or apprentices shall be in the laborer classification when the contract contains 1000 or more hours of training as specified in this Section. The training program shall assign a minimum of 200 hours per trainee. . 7. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 8. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off-site training is permissible as long as the training is an integral part of an approved training program. 9. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or upon completion of the training program. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. . 10. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event that no training program has been established by the Department of Labor and Industries, the trainee shall be paid in accordance with the provisions of RCW 39.12.021, which reads as follows: Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to RCW 49.04, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. Compliance In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goals accordingly. ' .' CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-54 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Requirements for Non BAT/SATe Approved Training Programs Contractors who are not affiliated with a program approved by SAT or SA TC may have their training program approved provided that the program is submitted for approval on DOT Form 272-049, and the following standards are addressed and incorporated in the Contractor's program: · The program establishes minimum qualifications for persons entering the training program. · The program shall outline the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process. The program shall include the method for recording and reporting the training completed shall be stated. · The program shall include a numeric ratio of trainees to journeymen consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operations (normally considered to fall between 1:10 and 1 :4). . The terms of training shall be stated in hours. The number of hours required for completion to journeyman status shall be comparable to the apprenticeship hours established for that craft by the SATC. The following are examples of programs that are currently approved: CRAFT Laborer Ironworker Carpenter Construction Electrician Operating Engineer Cement Mason Teamster HOURS 4,000 6,000 5,200-8,000 8,000 6,000-8,000 5,400 2,100 · The method to be used for recording and reporting the training completed shall be stated. · A numeric ratio of trainees to journeymen shall be established. It shall be consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operations. Measurement The Contractor may request that the total number of "training" hours for the contract be increased subject to approval by the Contracting Agency. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other sources do not prohibit other reimbursement. Reimbursement to the Contractor for off- CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-55 000328 January 2007 1 site training as indicated previously may only be made when the Contractor 2 does one or more of the following and the trainees are concurrently 3 employed on a Federal-aid project: 4 5 . contributes to the cost of the training, 6 . provides the instruction to the trainee, 7 . pays the trainee's wages during the off- site training period. 8 9 Reimbursement will be made upon receipt of a certified invoice that shows 10 the related payroll number, the name of trainee, total hours trained under the 11 program, previously paid hours under the contract, hours due this estimate, 12 and dollar amount due this estimate. The certified invoice shall show a 13 statement indicating the Contractor's effort to enroll minorities and women 14 when a new enrollment occurs. If a trainee is participating in a SATC/BAT 15 approved apprenticeship program, a copy of the certificate showing 16 apprenticeship registration must accompany the first invoice on which the 17 individual appears. Reimbursement for training occurring prior to approval of 18 the training program will be allowed if the Contractor verbally notifies the 19 Engineer of this occurrence at the time the apprentice/trainee commences 20 work. A trainee/apprentice, regardless of craft, must have worked on the 21 contract for at least 20 hours to be eligible for reimbursement. 22 23 Payment 24 The Contractor will be reimbursed under the item "Training" per hour for each 25 hour of training for each employee. 26 27 (March 13, 1995) 28 1-07.12 Federal Agency Inspection 29 Section 1-07.12 is supplemented with the following: 30 31 Required Federal Aid Provisions 32 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 33 1273) and the amendments thereto supersede any conflicting provisions of the 34 Standard Specifications and are made a part of this contract; provided, however, 35 that if any of the provisions of FHWA 1273, as amended, are less restrictive than 36 Washington State Law, then the Washington State Law shall prevail. 37 38 The provisions of FHWA 1273, as amended, included in this contract require that 39 the Contractor insert the FHWA 1273 and amendments thereto in each 40 subcontract, together with the wage rates which are part of the FHWA 1273, as 41 amended. Also, a clause shall be included in each subcontract requiring the 42 subcontractors to insert the FHWA 1273 and amendments thereto in any lower 43 tier subcontracts, together with the wage rates. The Contractor shall also ensure 44 that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each 45 subcontract for subcontractors and lower tier subcontractors. For this purpose, 46 upon request to the Project Engineer, the Contractor will be provided with extra 47 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, 48 and this Special Provision. 49 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-56 . . . . . . ) 1 1-07.16 Protection And Restora~ion Of Property 2 3 (December 6,2004) 4 1-07.16(4) Archaeological And Historical Objects 5 Section 1-07.16(4) is supplemented with the following: 6 7 The project area potentially contains archaeological or historical objects that may 8 have significance from a historical or scientific standpoint. To protect these 9 objects from damage or destruction, the Contracting Agency, at its discretion and 10 expense, may monitor the Contractor's operations, conduct various sites testing, 11 and perform recovery and removal of such objects when necessary. 12 13 The Contractor may be required to conduct its operations in a manner that will 14 accommodate such activities, including the reserving of portions of the work area 15 for site testing, exploratory operations and recovery and removal of such objects 16 as directed by the Engineer. If such activities are performed by consultants 17 retained by the Contracting Agency, the Contractor shall provide them adequate 18 access to the project site. 19 20 Added work necessary to uncover, fence, dewater, or otherwise protect or assist 21 in such testing, exploratory operations and salvaging of the objects as ordered by 22 the Engineer shall be paid by force account as provided in Section 1-09.6. If the 23 discovery and salvaging .activities require the Engineer to suspend the 24 Contractor's work, any adjustment in time will be determined by the Engineer 25 pursuant to Section 1-08.8. 26 27 To provide a common basis for all bidders, the Contracting Agency has entered 28 an amount for the item "Archaeological and Historical Salvage" in the Proposal to 29 become a part of the total bid by the Contractor. 30 31 (February 5, 2001) 32 1-07.17 Utilities And Similar Facilities 33 Section 1-07.17 is supplemented with the following: 34 35 Locations and dimensions shown in the Plans for existing facilities are in 36 accordance with available information obtained without uncovering, measuring, or 37 other verification. 38 39 Public and private utilities, or their Contractors, will furnish all work necessary to 40 adjust, relocate, replace, or construct their facilities unless otherwise provided for 41 in the Plans or these Special Provisions. Such adjustment, relocation, 42 replacement, or construction will be done during the prosecution of the work for 43 this project. 44 45 The following addresses and telephone numbers of utility companies known or 46 suspected of having facilities within the project limits are supplied for the 47 Contractor's convenience: 48 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-57 000328 January 2007 1 Electrical Power Distribution .' 2 City of Port Angeles 3 321 East 5th Street 4 P.O. Box 1150 5 Port Angeles WA 98362 6 Contact: Terry Dahlquist 7 (360) 417-4702 8 9 Electrical Power Transmission 10 Nippon Paper Industries USA Company ltd. 11 P.O. Box 271 12 Port Angeles, WA 98362 13 Contact: Dean Reed 14 (360) 565-7051 15 16 Telecomunications 17 Qwest Communications Company 18 Contact: Diane Hager 19 (360) 452-2184 or (360) 417-2174 20 21 Water Service 22 City of Port Angeles 23 321 East 5th Street 24 P.O. Box 1150 25. Port Angeles WA 98362 . 26 Contact: Steve Sperr 27 (360) 417-4821 28 29 Sanitary Sewer 30 City of Port Angeles 31 321 East 5th Street 32 P.O. Box 1150 33 Port Angeles WA 98362 34 Contact: Steve Sperr 35 (360) 417-4821 36 37 Solid Waste Collection 38 City of Port Angeles 39 321 East 5th Street 40 P.O. Box 1150 41 Port Angeles WA 98362 42 Contact: Steve Sperr 43 (360) 417-4821 44 45 Storm Drainage 46 City of Port Angeles 47 321 East 5th Street 48 P.O. Box 1150 49 Port Angeles WA 98362 . 50 Contact: Steve Sperr 51 (360) 417-4821 CITY OF PORT ANGELES 000328 8th Street Bridge Replacements IV-58 January 2007 PrOject 02-15 . . . 1 Cable Television / Broadband 2 Wave Broadband 3 725 East 1 5t Street 4 Port Angeles WA 98362 5 Contact: Mike Sturgeon 6 (360) 452-8467 7 8 (******) 9 The Contractor shall coordinate the de-energizing of the 69 kV power 10 transmission line located underneath the Valley Creek bridge. The high 11 voltage power line underneath the Valley Creek bridge belongs to 12 Nippon Paper Industries USA Company Ltd. 13 14 15 1-07.23 Public Convenience and Safety 16 17 1-07.23(1) Construction Under Traffic 18 (October 1, 2005 APWA GSP) 19 20 The second paragraph of Section 1-07.23(1) is revised to read: 21 22 To disrupt public traffic as little as possible, the Contractor shall permit traffic to 23 pass through the work with the least possible inconvenience or delay. The 24 Contractor shall maintain existing roads, streets, sidewalks, and paths within the 25 project limits, keeping them open, and in good, clean, safe condition at all times. 26 Deficiencies caused by the Contractor's operations shall be repaired at the 27 Contractor's expense. Deficiencies not caused by the Contractor's operations 28 shall be repaired by the Contractor when directed by the Engineer, at the 29 Contracting Agency's expense. The Contractor shall also maintain roads, streets, 30 sidewalks, and paths adjacent to the project limits when affected by the 31 Contractor's operations. Snow and ice control will be performed by the 32 Contracting Agency on all projects. Cleanup of snow and ice control debris will be 33 at the Contracting Agency's expense. The Contractor shall perform the following: 34 35 1. Remove or repair any condition resulting from the work that might 36 impede traffic or create a hazard. 37 2. Keep existing traffic signal and highway lighting systems in operation as 38 the work proceeds. (The Contracting Agency will continue the route 39 maintenance on such system.) 40 3. Maintain the striping on the roadway at the Contracting Agency's 41 expense. The Contractor shall be responsible for scheduling when to 42 renew striping, subject to the approval of the Engineer. When the scope 43 of the project does not require work on the roadway, the Contracting 44 Agency will be responsible for maintaining the striping. 45 4. Maintain existing permanent signing. Repair of signs will be at the 46 Contracting Agency's expense, except those damaged due to the 47 Contractor's operations. 48 5. Keep drainage structures clean to allow for free flow of water. Cleaning 49 of existing drainage structures will be at the Contracting Agency's 50 expense when approved by the Engineer, except when flow is impaired 51 due to the Contractor's operations. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-59 000328 January 2007 1 (******) 2 Section 1-07.23(1) is supplemented with the following: . 3 4 Traffic restrictions shall be in accordance with the following: 5 6 Short Term Closures 7 During this project, it will occasionally be necessary to close 8th Street across 8 the Tumwater Creek Bridge or the Valley Creek Bridge, or the SR 117 9 Tumwater Truck Route. To minimize the impact on traffic, short term closures 10 shall be scheduled during the weekends or at night. 11 12 Long Term Closures 13 During this project, it will be necessary to close 8th Street across the 14 Tumwater Creek Bridge and the Valley Creek Bridge and the SR 117 15 Tumwater Truck Route. For long term closures, advance bridge closure 16 advisory signing and Detour Route signing shall be installed along the 17 designate alternate route as shown in the Plans. 18 19 Signing of Alternate, Detour Route and Truck Route 20 Sign installations for the alternate route will be included in the project to 21 guide motorists from 8th Street to the Lincoln Street, First Street/Front Street, 22 Marine Drive, Tumwater Street, 5th Street and "C" Street alternate route. The 23 signing will be black on orange including "8th Street", "Alternate Route" and a 24 directional arrow in the Legend. During the occasional weekend closures of 25 the bridge, "Alternate Route" may be replaced with "Detour Route" by 26 installing temporary sign panels on the alternate route sign panel. . 27 28 During the closure of the SR 117 Tumwater Truck route, a truck route 29 construction signing scheme shall be developed to direct commercial traffic 30 from Tumwater Truck Route to Marine Drive via SR 101, Lauridsen 31 Boulevard, Lincoln Street, and Front Street/1st Street. Modification of the 32 eastbound to southbound right turn corner radius at Lincoln Street/Front 33 Street shall be temporarily constructed by closing the eastbound right turn 34 lane to allow a wider radius for truck turning at this location. Existing truck 35 route guidance signing shall be modified or covered to indicate road closure 36 to commercial drivers. These closures shall be expected to occur once 37 during the bridge construction and once during the reconstruction of the 38 SR 117 roadway. 39 40 (April 5, 2004) 41 The construction safety zone will be determined as follows: 42 43 When the posted speed is 35 MPH or under, the safety zone will be 44 10 feet from the outside edge of traveled way or 2 feet beyond the 45 outside edge of the sidewalk. 46 47 When the posted speed is from 40 to 55 MPH the safety zone will be 48 15 feet from the outside edge of traveled way. 49 50 When the posted speed is 60 MPH or over the safety zone will be . 51 30 feet from the outside edge of traveled way. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV -60 000328 January 2007 . . . 1 During nonworking hours equipment or materials shall not be within the 2 safety zone unless it is protected by permanent guardrail or temporary 3 concrete barrier. The use of temporary concrete barrier shall be 4 permitted only if the Engineer approves the installation and location. 5 6' During the actual hours of work, unless protected as described above, 7 only materials absolutely necessary to construction shall be within the 8 safety zone and only construction vehicles absolutely necessary to 9 construction shall be allowed within the safety zone or allowed to stop or 10 park on the shoulder of the roadway. 11 12 The Contractor's nonessential vehicles and employees private vehicles 13 shall not be permitted to park within the safety zone at any time unless 14 protected as described above. 15 16 Deviation from the above requirements shall not occur unless the 17 Contractor has requested the deviation in writing and the Engineer has 18 provided written approval. 19 20 1-07.23(2) Construction and Maintenance ot Detours 21 (October 1, 2005 APWA GSP) 22 23 The first paragraph of Section 1-07.23(2) is revised to read: 24 25 Unless otherwise approved, the Contractor shall maintain two-way traffic during 26 construction. The Contractor shall build, maintain in a safe condition, keep open 27 to traffic, and remove when no longer needed: 28 1. Detours and detour bridges that will accommodate traffic diverted from 29 the roadway, bridge, sidewalk. or path during construction, 30 2. Detour crossings of intersecting highway, and 31 3. Temporary approaches. 32 33 34 1-07.24 Rights-ot-Way 35 (October 1, 2005 APWA GSP) 36 Section 1-07.24 is deleted in its entirety, and replaced with the following: 37 38 Street right of way lines, limits of easements, and limits of construction permits 39 are indicated in the Plans. The Contractor's construction activities shall be 40 confined within these limits, unless arrangements for use of private property are 41 made. 42 43 Generally, the Contracting Agency will have obtained, prior to bid opening, all 44 rights of way and easements, both permanent and temporary, necessary for 45 carrying out the work. Exceptions to this are noted in the Bid Documents or will 46 be brought to the Contractor's attention by a duly issued Addendum. 47 48 Whenever any of the work is accomplished on or through property other than 49 public right of way, the Contractor shall meet and fulfill all covenants and 50 stipulations of any easement agreement obtained by the Contracting Agency from 51 the owner of the private property. Copies of the easement agreements may be CITY OF PORT ANGELES 81h Street Bodge Replacements Project 02-15 N-61 000328 January 2007 1 included in the Contract Provisions or made available to the Contractor as soon . 2 as practical after they have been obtained by the Engineer. 3 4 Whenever easements or rights of entry have not been acquired prior to 5 advertising, these areas are so noted in the Plans. The Contractor shall not 6 proceed with any portion of the work in areas where right of way, easements, or 7 rights of entry have not been acquired until the Engineer certifies to the 8 Contractor that the right of way or easement is available or that the right of entry 9 has been received. If the Contractor is delayed due to acts of omission on the 10 part of the Contracting Agency in obtaining easements, rights of entry or right of 11 way, the Contractor will be entitled to an extension of time. The Contractor agrees 12 that such delay shall not be a breach of contract. 13 14 Each property owner shall be given 48 hours notice prior to entry by the 15 Contractor. This includes entry onto easements and private property where 16 private improvements must be adjusted. 17 18 The Contractor shall be responsible for providing, without expense or liability to 19 the Contracting Agency, any additional land and access thereto that the 20 Contra~tor may desire for temporary construction facilities, storage of materials, 21 or other Contractor needs. However, before using any private property, whether 22 adjoining the work or not, the Contractor shall file with the Engineer a written 23 permission of the private property owner, and, upon vacating the premises, a 24 written release from the property owner of each property disturbed or otherwise 25 interfered with by reasons of construction pursued under this contract. The . 26 statement shall be signed by the private property owner, or proper authority 27 acting for the owner of the private property affected, stating that permission has 28 been granted to use the property and all necessary permits have been obtained 29 or, in the case of a release, that the restoration of the property has been 30 satisfactorily accomplished. The statement shall include the parcel number, 31 address, and date of signature. Written releases must be filed with the Engineer 32 before the Completion Date will be established. 33 34 1-08 PROSECUTION AND PROGRESS 35 Section 1-08 is supplemented with the following: 36 37 Preliminary Matters 38 (May 25, 2006 APWA GSP) 39 40 Preconstruction Conference 41 (May 25, 2006 APWA GSP) 42 43 Prior to the Contractor beginning the work, a preconstruction conference will be 44 held between the Contractor, the Engineer, and such other interested parties as 45 may be invited. The purpose of the preconstruction conference will be: 46 1. To review the initial progress schedule; 47 2. To establish a working understanding among the various parties 48 associated or affected by the work; 49 3. To establish and review procedures for progress payment, notifications, . 50 approvals, submittals, etc.; CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 N-62 000328 January 2007 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 . . 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1 . A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the pUblic or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-63 000328 January 2007 1 Contracting Agency employees when in the opinion of the Engineer, such work . 2 necessitates their presence. 3 4 1-08.1 Subcontracting 5 Section 1-08.1 is supplemented with the following: 6 7 (October 12, 1998) 8 Prior to any subcontractor or lower tier subcontractor beginning work, the 9 Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) 10 that a written agreement between the Contractor and the subcontractor or 11 between the subcontractor and any lower tier subcontractor has been executed. 12 This certification shall also guarantee that these subcontract agreements include 13 all the documents required by the Special Provision Federal Agency Inspection. 14 15 A subcontractor or lower tier subcontractor will not be permitted to perform any 16 work under the contract until the following documents have been completed and 17 submitted to the Engineer: 18 19 1. Request to Sublet Work (Form 421-012), and 20 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification 21 for Federal-aid Projects (Form 420-004). 22 23 The Contractor's records pertaining to the requirements of this Special Provision 24 shall be open to inspection or audit by representatives of the Contracting Agency 25 during the life of the contract and for a period of not less than three years after . 26 the date of acceptance of the contract. The Contractor shall retain these records 27 for that period. The Contractor shall also guarantee that these records of all 28 subcontractors and lower tier subcontractors shall be available and open to 29 similar inspection or audit for the same time period. 30 31 1-08.4 Notice to Proceed and Prosecution of the Work 32 (October 1 , 2005 APWA GSP) 33 34 Section 1-08.4 is revised to read: 35 36 Notice to Proceed will be given after the contract has been executed and the 37 contract bond and evidence of insurance have been approved and filed by the 38 Contracting Agency. The Contractor shall not commence with the work until the 39 Notice to Proceed has been given by the Engineer. The Contractor shall 40 commence construction activities on the project site within ten days of the Notice 41 to Proceed Date, unless otherwise approved in writing. The Contractor shall 42 diligently pursue the work to the physical completion date within the time 43 specified in the contract. Voluntary shutdown or slowing of operations by the 44 Contractor shall not relieve the Contractor of the responsibility to complete the 45 work within the time(s) specified in the contract. 46 . CITY OF PORT ANGELES 8'b Street Bridge Replacements Project 02-15 N-64 000328 January 2007 1 1-08.5 Time For Completion 2 (March 13, 1995) 3 Section 1-08.5 is supplemented with the following: 4 5 This project shall be physically completed within *** 350 *** working days. 6 7 (October 1, 2005 APWA GSP) 8 The fourth and fifth paragraphs of Section 1-08.5 are revised to read: 9 10 Contract time shall begin on the first working day following the Notice to Proceed 11 Date. The contract provisions may specify another starting date for contract time, 12 in which case, time will begin on the starting date specified. 13 14 Each working day shall be charged to the contract as it occurs, beginning on the 15 day after the Notice to Proceed Date, unless otherwise provided in the Contract 16 Provisions, until the contract work is physically complete. If substantial completion 17 has been granted and all the authorized working days have been used, charging 18 of working days will cease. Each week the Engineer will provide the Contractor a 19 statement that shows the number of working days: (1) charged to the contract the 20 week before; (2) specified for the physical completion of the contract; and 21 (3) remaining for the physical completion of the contract. The statement will also 22 show the nonworking days and any partial or whole day the Engineer declares as 23 unworkable. Within 10 calendar days after the date of each statement, the 24 Contractor shall file a written protest of any alleged discrepancies in it. To be 25 considered by the Engineer, the protest shall be in sufficient detail to enable the 26 Engineer to ascertain the basis and amount of time disputed. By not filing such 27 detailed protest in that period, the Contractor shall be deemed as having 28 accepted the statement as correct. If the Contractor elects to work 10 hours a day 29 and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 30 4-10 shift is worked would ordinarily be charged as a working day then the fifth 31 day of that week will be charged as a working day whether or not the Contractor 32 works on that day. 33 34 The seventh paragraph of Section 1-08.5 is revised to read: 35 36 The Engineer will give the Contractor written notice of the completion date of the 37 contract after all the Contractor's obligations under the contract have been 38 performed by the Contractor. The following events must occur before the 39 Completion Date can be established: 40 1 . The physical work on the project must be complete; and 41 2. The Contractor must furnish all documentation required by the contract 42 and required by law, to allow the Contracting Agency to process final 43 acceptance of the contract. The following documents must be received 44 by the Project Engineer prior to establishing a completion date: 45 a. Certified Payrolls (Federal-aid Projects) 46 b. Material Acceptance Certification Documents 47 c. Annual Report of Amounts Paid as MBE/WBE Participants or 48 Quarterly Report of Amounts Credited as DBE Participation, as 49 required by the Contract Provisions. 50 d. FHWA 47 (Federal-aid Projects) 51 e. Final Contract Voucher Certification 52 f. Property owner releases per Section 1-07.24 . . . CITY OF PORT ANGELES 81b Street Bridge Replacements Project 02-15 IV-65 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1-08.7 Maintenance During Suspension (October 1 , 2005 APWA GSP) . The second paragraph of Section 1-08.7 is revised to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 1 , 2005 APWA GSP) Section 1-09.6 is supplemented with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 1 , 2005 APWA GSP) . The third paragraph of Section 1-09.9 is deleted and replaced with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form - the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form - the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the schedule of values for that item. 3. Materials on Hand - 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders - entitlement for approved extra cost or completed extra work as determined by the Engineer. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV -66 . . . 1 Progress payments will be made in accordance with the progress estimate less: 2 1. Retainage per Section 1-09.9(1); 3 2. The amount of Progress Payments previously made; and 4 3. Funds withheld by the Contracting Agency for disbursement in 5 accordance with the Contract Documents. 6 7 Progress payments f~r work performed shall not be evidence of acceptable 8 performance or an admission by the Contracting Agency that any work has been 9 satisfactorily completed. 10 11 Payments will be made by warrants, issued by the Contracting Agency's fiscal 12 officer, against the appropriate fund source for the project. Payments received on 13 account of work performed by a subcontractor are subject to the provisions of 14 RCW 39.04.250. 15 16 1-09.13(3) Claims $250,000 or Less 17 (October 1 , 2005 APWA GSP) 18 19 Section 1-09.13(3) is deleted and replaced with the following: 20 21 The Contractor and the Contracting Agency mutually agree that those claims that 22 total $250,000 or less, submitted in accordance with Section 1-09.11 and not 23 resolved by nonbinding ADR processes, shall be resolved through litigation 24 unless the parties mutually agree in writing to resolve the claim through binding 25 arbitration. 26 27 1-09.13(3)A Administration of Arbitration 28 (October 1, 2005 APWA GSP) 29 30 The third paragraph of Section 1-09.13(3)A is revised to read: 31 32 The Contracting Agency and the Contractor mutually agree to be bound by the 33 decision of the arbitrator, and judgment upon the award rendered by the arbitrator 34 may be entered in the Superior Court of the county in which the Contracting 35 Agency's headquarters are located. The decision of the arbitrator and the specific 36 basis for the decision shall be in writing. The arbitrator shall use the contract as a 37 basis for decisions. 38 39 (April 28, 1997) 40 1-09.8 Payment For Material On Hand 41 The last paragraph' of Section 1-09.8 is revised to read: 42 43 The Contracting Agency will not pay for any individual item on hand with a cost of 44 less than $2,000. As materials are used in the work, credits equaling the partial 45 payments for them will be taken on future estimates. Each month, no later than 46 the estimate due date, the Contractor shall submit a letter to the Project Engineer 47 that clearly states: 1) the amount originally paid on the invoice (or other record of 48 production cost) for the items on hand, 2) the dollar amount of the material 49 incorporated into each of the various work items for the month, and 3) the amount 50 that should be retained in material on hand items. If work is performed on the CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-67 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. . (March 13, 1995) 1-09.9 Payments Section 1-09.9 is supplemented with the following: The quantity of the following items to be paid for on this project shall be the quantity shown in the Proposal, unless changes are made in accordance with Section 1-04.4 which affect this quantity. The quantity shown in the Proposal will be adjusted by the amount of the change and will be paid for as specified in Section 1-04.4. Roadway Excavation Incl. Haul St. Reinf. Bar for Bridge Conc. Class 4000 For Bridge The quantities in the Proposal are listed only for the convenience of the Contractor in determining the volume of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. No adjustments other than for approved changes will be made in the quantity even though the actual quantities required may deviate from those listed. . The unit contract price for these items shall be full pay to construct and complete this portion of the work. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 (2) Description (May 25, 2006 APWA GSP) The third paragraph of Section 1-10.1 (2) is revised to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-68 000328 January 2007 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 . . DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: (******) The following items shall be removed and disposed of: Existing Illumination System on SR 117 (incl. 2 luminaires, and appurtenances) Manhole Catch Basin Beam Guard Rail Guard Rail Anchor Concrete Traffic Barrier Paint Line Plastic Line Raised Pavement Marker 1 Each 6 Each 1064 LF 14 Each 186 LF 35 LF 46 LF 3 Hundred The quantities listed are only for the convenience of the Contractor in determining the volume of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. 2-02.3 Construction Requirements Section 2-02.3 is supplemented with the following: (******) Plans of the existing bridge(s) are available at the Project Engineer's Office for the prospective bidder's inspection. Creosoted Timber Removal and Disposal Recycling shall be the primary means of disposal, with these following limitations: 1. Any unused pieces, after all recycling efforts have been exhausted, must be disposed of as dangerous waste either to a landfill or an appropriate Treatment, Storage and Disposal facility. 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures Section 2-02.3(2) is supplemented with the following: (June 26, 2000) The Contractor shall remove existing Bridge *** No. 117/5 Over Tumwater Creek and 8th S1. Over Valley Creek *** after routing traffic onto *** the detour route as shown in the plans ***. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02- 15 N-70 000328 January 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1-10.2(1) Traffic Control Management . General (August 2,2004) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 END OF DIVISION 1 . . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-69 . . . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 (June 26, 2000) Bridge Demolition Plan The Contractor shall submit a bridge demolition plan with working drawings and calculations to the Engineer for approval in accordance with Section 6-01.9, showing the method of removing the existing bridge(s), or portions of bridges, as specified. The bridge demolition plan shall show support bents, bracing, guys, lifting devices, lifting attachments, the sequence of demolition and removal, the type of equipment to be used in all demolition and removal operations, the location of cranes and barges, the location of support or lifting points, and the weights of structure parts being removed. The plan shall include a crane stability analysis and crane load calculations based on the controlling crane picks of the Contractor's plan. The plan shall detail the containment, collection, and disposal of all debris. The plan shall show all stages of demolition. The Contractor shall not begin removal operations until receiving the Engineer's approval of the bridge demolition plan. Use of Explosives (June 26, 2000) Explosives shall not be used in the demolition. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 (******) The Contractor is encouraged to salvage and recycle materials, especially large sections of metal and wood structure. The recycling of concrete and asphalt debris is also encouraged. 2-02.4 Measurement Section 2-02.4 is supplemented with the following: No specific unit of measurement shall apply to the lump sum item of removal and disposal of structures and obstructions. 2-02.5 Payment Section 2-02.5 is supplemented with the following: (June 26, 2000) "Removing Existing Bridge ", lump sum. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.4 Measurement Section 2-03.4 is supplemented with the following: (March 13, 1995) Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-71 000328 January 2007 1 Control stakes will be set during' construction to provide the Contractor with all 2 essential information for the construction of excavation and embankments. 3 4 If discrepancies are discovered in the ground elevations which will materially 5 affect the quantities of earthwork, the original computations of earthwork 6 quantities will be adjusted accordingly. 7 8 Earthwork quantities will be computed, either manually or by means of electronic 9 data processing equipment, by use of the average end area method or by the 10 finite element analysis method utilizing digital terrain modeling techniques. 11 12 Copies of the ground cross-section notes will be available for the bidder's 13 inspection, before the opening of bids, at the Project Engineer's office and at the 14 Region office. 15 16 Upon award of the contract, copies of the original ground cross-sections will be 17 furnished to the successful bidder on request to the Project Engineer. 18 19 2-09 STRUCTURE EXCAVATION 20 21 2-09.3 Construction Requirements 22 23 2~09.3(1)C Removal of Unstable Base Material 24 Section 2-09.3(1)C is supplemented with the following: 25 26 (January 3, 2006) 27 If unsatisfactory foundation material, as determined by the Engineer, is 28 encountered for placing bridge footings, the foundation material shall be 29 excavated below the footing, and the unsatisfactory material replaced with gravel 30 backfill for foundation Clas's A, or lean concrete, except, when the maximum 31 design soil pressure is greater than five tons per square foot, lean concrete only 32 shall be used for replacing the unsatisfactory material. 33 34 Lean concrete shall meet the requirements of Section 6-02. 35 36 The unsatisfactory material shall be removed to a maximum of 3 feet below the 37 bottom of the footing elevation, unless the Engineer directs the Contractor to 38 excavate deeper. Excavations greater than 3 feet below the bottom of the footing 39 may require redesign of the footings and columns, for which the Engineer will 40 furnish revised plans. 41 42 2-09.5 Payment 43 Section 2-09.5 is supplemented with the following: 44 45 (March 13, 1995) 46 When lean concrete is used to backfill voids left by the removal of unsatisfactory 47 foundation material, as determined by the Engineer, payment for this work shall 48 be by force account as provided in Section 1-09.6. 49 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-72 . . . . . . 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 36 37 38 39 40 41 42 43 To provide a common basis for all bidders, the Contracting Agency has estimated the amount of force account for "Force Account Lean Concrete" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. 2-13 CONSTRUCTION ACCESS ROAD NEW SECTION 2-13.1 Description This work consists of constructing, maintaining, and removing the temporary construction access roads and bridges as required for the bridge construction and as detailed in the plans. 2-13.2 Construction Requirements Construction of the access roads and access bridges shall be within the construction easement areas shown in the plans. Adequate care shall be taken to ensure that the area outside of the construction easement is not disturbed. Any disturbed area outside of these areas shall be restored to the satisfaction of the engineer at no cost to the City. The contractor shall be responsible for the design of any temporary access bridges. Design Plans and calculations for temporary bridges shall be submitted to the engineer for approval prior to construction in accordance with Section 6-02. Adequate care shall be taken to ensure that the areas within the creeks ordinary high water mark are not disturbed and no material shall be placed within this area. Following construction, the temporary bridges shall be removed and the area restored to the satisfaction of the engineer. All temporary bridge material shall remain the property of the Contractor. All materials used to construct the temporary access road and bridges shall be removed at the completion of the new permanent bridge construction. The removal area shall have the top 12" of soil loosened to permit native vegetation to reestablish. 2-13.3 Measurement No specific unit of measurement shall apply to the lump sum price for "Construction Access Road - Tumwater" and "Construction Access Road - Valley". 2-13.4 Payment Payment will be made in accordance with Section 1-04.1 , for each of the following bid items that are included in the proposal: "Construction Access Road - Tumwater", lump sum. "Construction Access Road - Valley", lump sum. END OF DIVISION 2 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-73 000328 January 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 DIVISION 4 BASES 4-06 ASPHALT TREATED BASE 4-06.2 Materials Section 4-06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be *** PG64-22 *** unless otherwise ordered by the Engineer. END OF DIVISION 4 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV-74 . . . . . . 1 DIVISION 5 2 SURFACE TREATMENTS AND PAVEMENTS 3 4 5-04 HOT MIX ASPHALT 5 6 5-04.3 Construction Requirements 7 8 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture 9 (January 5,2004) 10 Section 5-04.3(8)A is supplemented with the following: 11 12 Commercial HMA Evaluation 13 The following HMA will be accepted by commercial HMA evaluation: 14 15 "HMA CI W' PG 64-22" 16 17 5-04.3(12) Joints 18 Section 5-04.3(12) is supplemented with the following: 19 20 (January 5, 2004) 21 The HMA overlay shall be feathered to produce a smooth riding connection to the 22 existing pavement. 23 24 HMA utilized in the construction of the feathered connections shall be modified by 25 eliminating the coarse aggregate from the mix at the Contractor's plant or the 26 commercial source or by raking the joint on the roadway, to the satisfaction of the 27 Engineer. 28 29 5-04.3(13) Surface Smoothness 30 (January 5,2004) 31 The second sentence of Section 5-04.3(13) is revised to read: 32 33 The completed surface of the wearing course shall not vary more than 1/4 inch 34 from the lower edge of a 10-foot straightedge placed on the surface parallel to 35 centerline. 36 37 5-04.5 Payment 38 The first sentence of Section 5-04.5 is supplemented with the following: 39 40 "HMA CI W' PG 64-22, per ton shall include the construction of butt joints, where 41 indicated on the plans and shall include application of soil residual herbicide." 42 43 END OF DIVISION 5 CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 IV-75 000328 January 2007 1 DIVISION 6 2 STRUCTURES 3 4 6-01 GENERAL REQUIREMENTS FOR STRUCTURES 5 6 6-01.2 Foundation Data 7 Section 6-01.2 is supplemented with the following: 8 9 (June 26, 2000) 10 The attached log of test boring pages is reproductions of the original Log of Test 11 Boring for the test holes shown in the Plans. 12 13 The Contractor should review the geotechnical recommendations report prepared 14 for this project. Copies of the geotechnical recommendations report are available 15 for review by prospective bidders at the location specified in Section 1-02.4 as 16 supplemented in these Special Provisions. 17 18 (August 6, 2001) 19 The Contractor should also review the Summary of Geotechnical Conditions in 20 the Appendix to the Special Provisions. 21 22 6-02 CONCRETE STRUCTURES 23 24 6-02.2 Materials 25 Section 6-02.2 is supplemented with the following: 26 27 (August 5, 2002) 28 Resin Bonded Anchors 29 The resin bonded anchor system shall include the nut, washer, and threaded 30 anchor rod which is installed into hardened concrete with a resin bonding 31 material. The resin bonded anchor system shall conform to the following 32 requirements: 33 34 1. Threaded Anchor Rod and Nuts 35 Threaded anchor rods shall conform to ASTM A 193 Grade B7 or 36 ASTM A 449, except as otherwise noted, and be fully threaded. 37 Threaded anchor rods for stainless steel resin bonded anchor systems 38 shall conform to ASTM F 593 and shall be Type 304 unless otherwise 39 specified. 40 41 Nuts shall conform to AASHTO M 291, Grade DH, except as otherwise 42 noted. Nuts for stainless steel resin bonded anchor systems shall 43 conform to ASTM F 594 and shall be Type 304 unless otherwise 44 specified. 45 46 Washers shall conform to AASHTO M 293, except as otherwise noted. 47 Washers for stainless steel resin bonded anchor systems shall conform 48 to ANSI B 18.22.1 and shall be Type 304 Stainless Steel unless 49 otherwise specified. 50 CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 IV-76 000328 January 2007 . . . . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Nuts and threaded anchor rods, except those manufactured of stainless steel, shall be galvanized in accordance with AASHTO M 232. Galvanized threaded anchor rods shall be tested for embrittlement after galvanizing, in accordance with Section 9-06,5(4). Threaded anchor rods used with resin capsules shall have the tip of the rod chiseled in accordance with the resin capsule manufacturer's recommendations. Galvanized threaded rods shall have the tip chiseled prior to galvanizing. 2. Resin Bonding Material Resin bonding material shall be one of the following: a. Vinylester resin. b. Polyester resin. c. Methacrylate resin. d. A two component epoxy resin which meets the requirements of ASTM C 881, Type IV. The grade and class of the epoxy resin shall be as recommended by the epoxy resin manufacturer and as approved by the Engineer. 3. Ultimate Anchor Tensile Capacity Resin bonded anchors shall each have the following minimum ultimate tensile load capacity when installed in concrete having a maximum compressive strength of 6000 pounds per square inch (psi) at the embedment specified below: Anchor Diameter (inch) 3/8 1/2 5/8 3/4 7/8 1 1-1/4 Tensile Capacity (Ibs.) 7,800 12,400 19,000 27,200 32,000 41 ,000 70,000 Embedment (inch) 3-3/8 4-1 /2 5-5/8 6-3/4 7 -7/8 9 11-1/4 (August 5, 2002) Fractured Fin Finish The fractured fin finish shall be accomplished by the use of a form liner selected from the approved products listed in the WSDOT Qualified Products List (QPL), latest edition. The height of the form liner shall be equal to or greater than the height of the formed surface. Only elastomeric form liners are allowed to have horizontal splices. CITY OF PORT ANGELES Sib Street Bndge Replacements Project 02-15 IV-77 000328 January 2007 1 (Apri/7,2003) . 2 Pigmented Sealer 3 The pigmented sealer shall be a semi-opaque colored toner containing only 4 methyl methacrylate-ethyl acrylate copolymer resins, toning pigments suspended 5 in solution at all times by a chemical suspension agent, and solvent. Toning 6 pigments shall be laminar silicates, titanium dioxide, and inorganic oxides only. 7 There shall be no settling or color variation. Use of vegetable or marine oils, 8 paraffin materials, stearates, or organic pigments in any part of coating 9 formulation will not be permitted. 10 11 The color shall match the color chip Washington Gray. Pigmented sealer color 12 chips are available from the State Bridge and Structures Architect, WSDOT 13 Bridge and Structures Office, P. O. Box 47340, Olympia, WA 98504-7340. 14 15 The pigmented sealer shall be selected from the approved products listed in the 16 WSDOT Qualified Products List, latest edition. 17 18 (January 5,2004) 19 Strip Seal Expansion Joint System 20 The metal components shall conform to ASTM A 36, ASTM A 992, or ASTM A 21 572, and shall be protected against corrosion by one of the following methods: 22 23 1. Zinc metallized in accordance with the Special Provision METALLIC 24 COATINGS. 25 . 26 2. Hot-dip galvanized in accordance with MSHTO M 111. 27 28 3. Paint in accordance with Section 6-07.3(1). The color of the final coat 29 shall be Washington Gray. The surfaces embedded in concrete shall be 30 painted only with a shop coat of inorganic zinc silicate paint. 31 32 The strip seal gland shall be continuous for the full length of the joint with no 33 splices permitted, unless otherwise shown in the Plans. 34 35 Bridge Supported Utilities 36 37 (June 26, 2000) 38 Inserts shall be of the type and model specified in the Plans. Inserts shall be 39 galvanized in accordance with MSHTO M 111. 40 41 6-02.3 Construction Requirements 42 Section 6-02.3 is supplemented with the following: 43 44 Bridge Supported Utilities 45 46 (June 26, 2000) 47 The Contractor shall furnish and install inserts for the bridge utility supports as 48 shown in the Plans. The Contractor shall verify that the hanger rods freely hang 49 plumb in their inserts, and shall make adjustments to the inserts as necessary . 50 and as approved by the Engineer prior to utility installation. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-78 000328 January 2007 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 6-02.3(5) Acceptance of Concrete 6-02.3(5)8 Certification of Compliance Section 6-02.3(5)8 is supplemented with the following: (April 30, 2001) When combined aggregate gradation is used for structural concrete, the Certificate of Compliance shall include: Manufacturer plant (batching facility) Contracting Agency contract number Date Time batched Truck No. Initial revolution counter reading Quantity (quantity batched this load) Type of concrete by class and producer design mix number Cement producer, type, and Mill Certification No. (The mill test number as required by Section 9-01.3) Fly ash (if used) brand and type Mix design weight per cubic yard and actual batched weights for: Cement Fly ash (if used) Aggregate components and moisture contents (each size) Water (including free moisture in aggregates) Admixtures brand and total quantity batched Air-entraining admixture Water reducing admixture Other admixtures 6-02.3(5)C Conformance to Mix Design Section 6-02.3(5)C is supplemented with the following: (January 5,2004) When combined aggregate gradation is used for structural concrete, the specified fine and coarse aggregate weight tolerance shall ~ot apply. 6-02.3(13) Expansion Joints Section 6-02.3(13) is supplemented with the following: (June 26, 2000) Strip Seal Expansion Joint System The Contractor shall submit working drawings of the expansion joint system to the Engineer for approval in accordance with Section 6-03.3(7). These plans shall include but not be limited to the following: 1. Plan, elevation, and sections of the joint system and all components, with dimensions and tolerances. 2. All material designations. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 N-79 000328 January 2007 ~ 3. Manufacturer's written installation procedure. . 3 4. Corrosion protection system used on the metal components. 4 5 5. Locations of welded shear studs, lifting mechanisms, temperature 6 setting devices, and construction adjustment devices. 7 8 6. Method of sealing the system to prevent leakage of water through the 9 joint. 10 11 The strip seal shall be removable and replaceable. 12 13 Other than items shown in the Plans, threaded studs used for construction 14 adjustments are the only items that may be welded to the steel shapes provided 15 they are removed by grinding after use, and the area repaired by application of an 16 approved corrosion protection system. 17 18 If the opening between the steel shapes is anticipated to be less than 1 Y2 inches 19 at the time of seal installation, the seal may be installed prior to encasement of 20 the steel shapes in concrete. 21 22 After the joint system is installed, the joint shall be flooded with water and 23 inspected, from below the joint, for leakage. If leakage is observed, the joint 24 system shall be repaired by the Contractor, as recommended by the 25 manufacturer and approved by the Engineer, at no additional cost to the 26 Contracting Agency. . 27 28 6-02.3(14) Finishing Concrete Surfaces 29 Section 6-02.3(14) is supplemented with the following: 30 31 (June 26, 2000) 32 General Requirements for Concrete Surface Finishes Produced by Form 33 Liners 34 Horizontal and vertical joints shall be spliced in accordance with the 35 manufacturer's printed instructions. A copy of these printed instructions shall be 36 submitted to the Engineer prior to placement of the form liners. The Contractor 37 shall not place concrete against the form liners until receiving the Engineer's 38 approval of the forms and splices. 39 40 Horizontal splicing of ASS and plastic form liners to achieve the required height is 41 not permitted and there shall be no horizontal joints. The concrete formed with 42 ASS and plastic form liners shall be given a light sandblast to remove the glossy 43 finish. 44 45 Side forms, traffic barrier forms, and pedestrian barrier forms using these form 46 liners may be removed after 24 hours provided a water reducing admixture 47 approved by the Engineer is used in the concrete, and the concrete reaches 48 1,400 psi minimum compressive strength before form removal. Concrete in load 49 supporting forms utilizing these form liners shall be cured in accordance with 50 Section 6-02.3(17)N. Once the forms are removed, the Contractor shall treat the . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV -80 000328 January 2007 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 . . joint areas by patching or light sandblasting as required by the Engineer to ensure that the joints are not visible. Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners with repairs, patches, or defects which, in the opinion of the Engineer, would result in adverse effects to the concrete finish shall not be used. Care shall be taken to ensure uniformity of color throughout the textured surface. A change in form release agent will not be allowed. All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form ties shall be a type that leaves a clean hole when removed. All spa lis and form tie holes shall be filled as specified for a Class 2 surface finish. (June 26, 2000) Fractured Fin Finish Form liners shall be placed with fins and joints normal to grade for barrier applications and vertical (or as shown in the Plans) for other applications. Horizontal joints in the elastomeric form liners are permitted on surfaces greater than 8 feet in height provided that the minimum form liner panel dimension is 8 feet. (August 1, 2005) Pigmented Sealer The Contractor shall submit a one-quart wet sample, a draw down color sample and spectrophotometer or colorimeter readings, taken in accordance with either ASTM D 2244 or Color Matching Conference (CMC) standards, for each batch. The calculated Delta E (CIELAB or CMC) shall not exceed 1.0 deviation from the color chip specified and available from the Contracting Agency. The Contractor shall label each wet sample and draw down color sample with the batch number. The Contractor shall not begin applying pigmented sealer until receiving the Engineer's written approval of the pigmented sealer color samples. All surfaces to be sealed shall receive a Class 2 finish, (except that concrete barrier surfaces shall be finished in accordance with Section 6-02.3(11 )A) and shall receive a light brush sandblasting in order that complete neutralization of the surface and subsequent penetration of the pigmented sealer is achieved. All curing agents and form release agents shall be removed. The surface shall be dry, clean and prepared in accordance with manufacturer's written instructions. The Contractor shall submit four copies of the manufacturer's written instructions. The pigmented sealer shall be spray applied in accordance with the manufacturer's written instructions for application, qualification of applicator, rate of application, and number of coats to apply. Sealer shall be applied only when the air temperature is at or above 50F. Sealer shall not be applied until the concrete has cured for at least 28 days. It shall not be applied upon damp surfaces, nor shall it be applied when the air is misty, or otherwise unsatisfactory for the work, in the opinion of the manufacturer or the Engineer. The final appearance shall have an even and uniform color acceptable to the Engineer. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-81 000328 January 2007 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 36 37 38 '39 40 41 42 43 44 45 46 47 48 49 50 For concrete surfaces such as columns, retaining walls and abutments, the pigmented sealer shall extend to 1 foot below the finish ground line, unless otherwise shown in the Plans. . (August 5, 2002) 6-02.3(18) Placing Anchor Bolts Section 6-02.3(18) is supplemented with the following: Resin Bonded Anchors The Contractor shall submit item 1 and 2 to the Engineer for all resin bonded anchor systems. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 to the Engineer. 1. The resin manufacturer's written installation procedure for the anchors. Resin bonding material used in overhead and horizontal application shall be specifically recommended by the resin manufacturer for those applications. 2. The manufacturer's certificate of compliance for the threaded anchor rod certifying that the anchor rod meets the requirements of this Special Provision. ' 3. Test results' by an independent laboratory certifying that the threaded anchor rod system meets the ultimate anchor tensile load capacity specified in Section 6-02.2 as supplemented in these Special Provisions. The tests shall be performed in accordance with ASTM E 488. . The embedment depth of the anchors shall be as specified in the Plans. If the embedment depth of the anchor is not specified in the Plans then the embedment depth shall be as specified in the table of minimum and maximum torque below. The anchors shall be installed in accordance with the resin manufacturer's written procedure. Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary hammer drill when core drilling is not specified in the Plans. If holes are core drilled, the sides of the holes shall be roughened with a rotary hammer drill after core drilling. Holes shall be prepared in accordance with the resin manufacturer's recommendations and shall meet the minimum requirements as specified herein. Holes drilled into concrete shall be thoroughly cleaned of debris, dust, and laitance prior to installing the threaded rod and resin bonding material. Holes shall not have any standing liquid at the time of installation of the threaded anchor rod. Threaded anchors shall not be installed in submerged liquid environments unless specifically recommended by the resin manufacturer. The Contractor shall submit tests performed by an independent laboratory which certifies that anchors . CITY OF PORT ANGELES 8111 Street Bridge Replacements Project 02-15 000328 January 2007 IV -82 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 installed in a submerged environment meet the strength requirements specified in Section 6-02.2 as supplemented in these Special Provisions. The anchor nuts shall be tightened to the following torques when the embedment equals or exceeds the minimum embedment specified. Minimum Anchor Minimum Maximum Embedment Diameter (inch) Torque (ft-Ibs) Torque (ft-Ibs) (Inch) 3/8 12 18 3-3/8 1/2 22 35 4-1/2 5/8 55 80 5-5/8 3/4 106 140 6-3/4 7/8 165 190 7-7/8 1 195 225 9 1-1/4 370 525 11-1/4 When the anchor embedment depth is less than the minimum values specified, the anchor nuts shall be tightened to the torque values specified in the Plans, or as recommended by the resin bonded anchor system manufacturer and approved by the Engineer. 6-02.4 Measurement Section 6-02.4 is supplemented with the following: Summary of Quantities for Superstructure and Roadway Deck (June 26, 2000) *** Superstructure - Tumwater Creek and Superstructure - Valley Creek*** contains the following approximate quantities of materials and work: *** Superstructure - Tumwater Creek Epoxy Coated S1. Reinf. Bar S1. Reinf. Bar Concrete Class 40000 Concrete Class 4000 Elastomeric Bearing Pad Transverse Elastomeric Girder Stop Pad 321,600 LBS. 33,560 LBS. 1,295 C.Y. 360 C.Y. 10 EACH 20 Each Superstructure - Valley Creek Epoxy Coated S1. Reinf. Bar S1. Reinf. Bar Concrete Class 40000 Concrete Class 4000 Elastomeric Bearing Pad Transverse Elastomeric Girder Stop Pad 321,600 LBS. 33,560 LBS. 1,295 C.Y. 360 C.Y. 10 EACH 20 Each *** The quantities are listed only for the convenience of the Contractor in determining the volume of work involved and are not guaranteed to be accurate. The prospective bidders shall verify these quantities before submitting a bid. No adjustments other than for approved changes will be made in the lump sum CITY OF PORT ANGELES 81h Street Bridge Replacements Project 02- 15 IV-83 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 contract price for *** "Superstructure - Tumwater Creek" and "Superstructure - Valley Creek" *** even though the actual quantities required may deviate from those listed. . (June 26, 2000) Expansion joint system *** strip *** seal - superstr. will be measured by the linear foot along its completed line and slope. (BSP December 5, 2005) Prestressed concrete girder will be measured by the linear foot of girder specified in the Proposal, including adjustments to the Plan quantity made in accordance with Section 1-04.4. 6-02.5 Payment The first bid item under Section 6-02.5 is supplemented with the following: (June 26, 2000) All costs in connection with producing *** fractured fin *** finish on concrete surfaces as specified shall be included in the unit contract price per cubic yard for "Cone. Class ". If the concrete is to be paid for other than by class of concrete then the costs shall be included in the applicable adjacent item of work. (June 26, 2000) All costs in connection with furnishing and applying pigmented sealer on concrete surfaces as specified shall be included in the unit contract price per cubic yard for "Cone. Class ". If the concrete is to be paid for other than by class of concrete then the costs shall be included in the applicable adjacent item of work. . The third bid item under Section 6-02.5 is supplemented with the following: (June 26, 2000) All costs in connection with *** furnishing and installing inserts for the bridge utility supports *** shall be included in the lump sum contract price for "Superstructure - " The fifth and sixth bid items under Section 6-02.5 are supplemented with the following: (June 26, 2000) All costs in connection with drilling holes in concrete and setting steel reinforcing bar dowels with epoxy resin as specified shall be included in the unit contract price per pound for "St. Reinf. Bar " or "Epoxy-Coated St. Reinf. Bar " as applicable. If the steel reinforcing bars are to be paid for other than by type of bar then the costs shall be included in the applicable adjacent item of work. Section 6-02.5 is supplemented with the following: (June 26, 2000) "Expansion Joint System - Superstr.", per linear foot. . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-1 5 000328 January 2007 IV -84 . . . 1 (BSP December 5, 2005) 2 "Prestressed Conc. Girder ", per linear foot. 3 The unit contract price per linear foot for "Prestressed Conc. Girder " shall 4 be full pay for performing the work as specified, including shop drawing 5 submittals, fabrication, storage, handling, shipping, erection, furnishing and 6 removing oak block wedges, furnishing and removing temporary bracing, and 7 furnishing and cutting temporary strands. For deck bulb tee girders and PCPS 8 members, all work related to equalizing girder camber, connecting weld-ties, and 9 grouting keyways, shall also be included. For spliced prestressed concrete 10 girders, all work related to cast-in-place concrete closures and post-tensioning 11 shall be included. Payment will be made based on the quantity specified in the 12 Proposal, unless changes are made to this quantity in accordance with Section 1- 13 04.4, in which case the quantity specified in the Proposal will be adjusted by the 14 amount of the change and will be paid for in accordance with Section 1-04.4. 15 16 (June 26,2000) 17 Bridge and Structures Minor Items 18 For the purpose of payment, such bridge and structures items as *** premolded 19 joint filler, expanded polystyrene, utility inserts, anchor bolts, *** etc., for which 20 there is no pay item included in the proposal, are considered as bridge and 21 structures minor items. All costs in connection with furnishing and installing these 22 bridge and structures minor items as shown and noted in the Plans and as 23 outlined in these specifications and in the Standard Specifications shall be 24 included in the *** applicable adjacent items of work. *** 25 26 6-06 BRIDGE RAILINGS 27 28 6-06.3 Construction Requirements 29 30 6-06.3(2) Metal Railings 31 Section 6-06.3(2) is supplemented with the following: 32 33 (******) 34 Alt. B Bridge Railing 35 The Alt. B bridge railing shall be fabricated as detailed in the Plans. The finished 36 rail assemblies shall be galvanized after fabrication in accordance with 37 AASHTO M 111. 38 39 6-06.4 Measurement 40 Section 6-06.4 is supplemented with the following: 41 42 (******) 43 Alt. B Bridge Railing will be measured by the linear foot along the line and slope 44 at the base of the competed rail. 45 46 6-06.5 Payment 47 Section 6-06.5 is supplemented with the following: 48 49 (******) 50 "Alt. B Bridge Railing", per linear foot. CITY OF PORT ANCELES 8th Street Bndge Replacements Project 02-15 IV -85 000328 January 2007 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 6-10 CONCRETE BARRIER . 6-10.4 Measurement Section 6-10.4 is supplemented with the following: (******) Pedestrian Barrier, Alt. A Pedestrian Barrier, and Alt. B Pedestrian Barrier, will be measured by the linear foot along its completed line and slope at the face of the barrier. Pedestrian Barrier With Structural Slab, Alt. A Pedestrian Barrier With Structural Slab, and Alt. B Pedestrian Barrier With Structural Slab will be measured by the linear foot along the completed line and slope at the face of the barrier. 6-10.5 Payment Section 6-10.5 is supplemented with the following: (******) "Pedestrian Barrier", per linear foot. "Alt. A Pedestrian Barrier", per linear foot. "Alt. B Pedestrian Barrier", per linear foot. "Pedestrian Barrier With Structural Slab", per linear foot. "Alt. A Pedestrian Barrier With Structural Slab", per linear foot. "Alt. B Pedestrian Barrier With Structural Slab", per linear foot. 6-19 SHAFTS New Section . 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6-19.1 Description 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. 6-19.2 Materials 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 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. . CITY OF PORT ANGELES 8th Street Bndge Replacements PrOject 02-15 IV-.86 000328 January 2007 . . . 1 B. Permanent casing is defined as casing designed as part of the shaft 2 structure and installed to remain in place after construction is complete. 3 Temporary casing is defined as casing installed to facilitate shaft construction 4 only, which is not designed as part of the shaft structure, and which shall be 5 completely removed after shaft construction is complete, unless otherwise 6 shown in the Plans. 7 8 C. The casing shall be watertight and clean prior to placement in the 9 excavatio"n. 10 11 D. The outside diameter of the casing shall not be less than the specified 12 diameter of the shaft. The inside diameter of the casing shall not be greater 13 than the specified diameter of the shaft plus six inches, except as otherwise 14 noted for shafts 5'-0" or less in diameter, and as otherwise noted in 15 subsection 3.03.C of this Special Provision for temporary telescoping casing. 16 The inside diameter of casings for shafts 5'-0" or less in diameter shall not be 17 greater than the specifi,ed diameter of the shaft plus 1 '-0". 18 19 E. Where the minimum thickness of the casing is specified in the Plans, it is 20 specified to satisfy structural design requirements only. The Contractor shall 21 increase the casing thickness as necessary to satisfy the requirements of 22 item A of this section. 23 24 2.02 Reinforcing Steel 25 26 A. Reinforcing steel used in the construction of shafts shall conform to Section 27 9-07. 28 29 B. Steel reinforcing bar centralizers shall be steel, conforming to the details 30 shown in the Plans. The Contractor may propose the use of alternative steel 31 reinforcing bar devices as part of item 7 of the shaft installation plan 32 submittal, as specified in subsection 3.02.B of this Special Provision, subject 33 to the Engineer's review and approval of such devices. 34 35 2.03 Concrete 36 37 A. Concrete used in the construction of shafts shall be Class 4000P conforming 38 to Section 6-02. 39 40 B. When shafts are constructed in water, the concrete used for the casing 41 shoring seal shall be Class 4000W conforming to Section 6-02. 42 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-87 000328 January 2007 1 2.04 Slurry 2 . 3 Slurry shall conform to one of the following: 4 5 A. Mineral Slurry 6 7 1. Mineral slurry shall conform to the following requirements: 8 Property Test Requirement Density (pcf) Mud Weight (Density) 64.3 to 75 API 138-1 , Section 1 Viscosity Marsh Funnel and 26 to 50 (seconds/quart) Cup API 13b-1 , Section 2.2 PH Glass Electrode, pH 8t011 Meter, or pH Paper Sand Content Sand API 138-1, (percent) Section 5 -prior to final cleaning 4.0 max. -immediately prior to . placing concrete 4.0 max. 9 10 Use of mineral slurry in salt water installations will not be allowed. 11 12 Slurry temperature shall be at least 40F when tested. 13 8. Synthetic Slurries 14 15 1. Synthetic slurries shall be used in conformance with the manufacturer's 16 recommendations, the quality control plan specified in subsection 17 3.02.8.5 of this Special Provision, and these Special Provisions. The 18 following synthetic slurries are approved as slurry systems, with 19 additives that have been load tested for the California Department of 20 Transportation: 21 . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-88 000328 January 2007 . . . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Product Novagel Manufacturer Geo-Tech SeNices, LLC 220 North Zapata Highway, Suite 11 A Laredo, TX 78043-4464 CETCO 1500 West Shure Drive Arlington Heights IL, 60004 KB International, LLC Suite 216, 735 Broad Street Chattanooga, TN 37402-1855 PDS Company 8140 East Rosecrans Ave. Paramount, CA 90723-2754 ShorePac GCV SlurryPro CDP Super Mud* *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) Test Mud Weight (Density) API 138-1, Section 1 Sand API 138-1, Section 5 Requirement 70 max. Sand Content (percent) 4.0 max. 21 22 Use of water slurry in salt water installations will not be allowed. 23 24 Slurry temperature shall be at least 40F when tested. 25 26 2.05 Access Tubes for Crosshole Sonic Log Testing 27 28 A. Access tubes for crosshole sonic log testing shall be steel pipe of 29 0.145 inches minimum wall thickness and at least 1-1/2 inch inside diameter. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-89 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50, 51 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 the top. 2.06 Grout . A. Grout for filling the access tubes at the completion of the cross hole sonic log tests shall be a neat cement grout with a maximum water/cement ratio of 0.45. 6-19.3 Construction Requirements 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 1. Unless otherwise specified in. this Special Provision, the Contracting Agency will perform cross hole 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. . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-90 . . . 1 C. Shaft Preconstruction Conference 2 3 1 . A shaft preconstruction conference shall be held at least five working 4 days prior to the Contractor beginning any shaft construction work at the 5 site to discuss construction procedures, personnel, and equipment to be 6 used, and other elements of the approved shaft installation plan as 7 specified in subsection 3.02.B of this Special Provision. If synthetic 8 slurry is used to construct the shafts, the frequency of scheduled site 9 visits to the project site by the synthetic slurry manufacturer's 10 representative will be discussed. The list of materials specified in the 11 Record of Materials (ROM) form for this item of work will also be 12 discussed. Those attending shall include: 13 14 a. (representing the Contractor) The superintendent, on site 15 supervisors, and all foremen in charge of excavating the shaft, 16 placing the casing and slurry as applicable, placing the steel 17 reinforcing bars, and placing the concrete. If synthetic slurry is 18 used to construct the shafts, the slurry manufacturer's 19 representative and a Contractor's employee trained in the use 20 of the synthetic slurry, as identified to the Engineer in 21 accordance with subsection 3.02.C of this Special Provision, 22 shall also attend. 23 24 b. (representing the Contracting Agency) The Project Engineer, 25 key inspection personnel, and representatives from the 26 WSDOT Construction Office and Materials Laboratory 27 Geotechnical Branch. 28 29 2. If the Contractor's key personnel change, or if the Contractor proposes a 30 significant revision of the approved shaft installation plan, an additional 31 conference shall be held before any additional shaft construction 32 operations are performed. 33 34 3.02 Submittals 35 36 A. Construction Experience 37 38 1. Prior to the start of drilled shaft construction, the Contractor shall submit 39 four copies of a project reference list to the Engineer for approval 40 verifying the successful completion by the Contractor of at least three 41 separate foundation projects with drilled shafts of diameters, depths, 42 and ground conditions equal to or larger than those shown in the Plans. 43 A brief description of each project and the owner's contact person's 44 name and current phone number shall be included for each project 45 listed. 46 47 2. Prior to the start of drilled shaft construction, the Contractor shall submit 48 four copies of a list identifying the on-site supervisors, and drill rig 49 operators assigned to the project to the Engineer for approval. The list 50 shall contain a detailed summary of each individual's experience in shaft CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-91 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 excavation operations, and placement of assembled steel reinforcing bar cages and concrete in shafts. . a. On-site supervisors shall have ~ minimum two years experience in supervising construction of drilled shaft foundations of similar size (diameter and depth) and scope to those shown in the Plans, and similar geotechnical conditions to those described in the geotechnical report 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 are not acceptable for this experience requirement. b. Drill rig operators shall have a minimum one year experience in construction of drilled shaft foundations. 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 drilled shaft until the Contractor's qualifications and field personnel are approved by the Engineer. The Engineer may suspend the drilled shaft construction if the Contractor substitutes unqualified 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. . B. Shaft Installation Plan The Contractor shall submit four copies of 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. An overall construction operation sequence and the sequence of drilled shaft construction. 2. List, description, and capacities of proposed equipment, including but 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 and subsurface conditions. 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. 3. Details of shaft excavation methods, including proposed drilling methods, methods for cleanout of the shafts and a disposal plan for excavated material and drilling slurry (if applicable). This shall . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-92 . . . 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 include a review of method suitability to the anticipated site and subsurface conditions. 4. Details of the method(s) to be used to ensure shaft stability (Le., prevention of caving, bottom heave, etc. using temporary casing, slurry, or other means) during excavation (including pauses and stoppages during excavation) and concrete placement. This shall include a review of method suitability to the anticipated site and subsurface conditions. If casings are proposed or required, casing dimensions and detailed procedures for permanent casing installation, temporary casing installation and removal, and methods of advancing temporary and permanent casing with the excavation in accordance with subsection 3.03.B of this Special Provision, shall be provided. 5. Detailed procedures for mixing, using, maintaining, and disposing of 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: Property Density Viscosity Test Method Mud Weight (Density), API 13B-1 , Section 1 Marsh Funnel and Cup, API 13B-1 , Section 2.2 Glass Electrode, pH Meter, or pH Paper Sand, API 13B-1 , Section 5 PH Sand Content 31 32 33 34 35 36 37 38 39 40 *6. The method used to fill or eliminate all voids below the top of shaft between the plan shaft diameter and excavated shaft diameter, or between the shaft casing and surrounding soil, if permanent casing is specified. 7. 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 rock backfill below the bottom of shaft CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV -93 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 elevation provided the conditions of subsection 3.05.0 of this Special Provision are satisfied. . *8. 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 volume of concrete placed versus the depth of shaft for all shaft concrete placement (except concrete placement in the dry). *9. The method to be used to form an emergency horizontal construction joint during concrete placement. 10. Description of the material used to temporarily backfill a shaft excavation during a stoppage of the excavation operation, as well as the method used to place and remove the material. 11. 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. * Submittal items 6, 8, and 9 need not be included in the Shaft Installation Plan for this project, provided that the Shaft Contractor has already submitted these items to, and has received approval from, the WSDOT Bridge Construction Engineer, as part of the annual shaft installation plan review and renewal process, and also provided that the date of the approved submittal on file with the WSDOT Bridge Construction Engineer is within the past twelve months. . 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. At the option of the Contracting Agency, a Shaft Installation Plan Submittal Meeting may be scheduled following review of the Contractor's initial submittal of the plan. Those attending the Shaft Installation Plan Submittal Meeting, if held, 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 Project Engineer, and Contracting Agency personnel involved with the structural, geotechnical, and construction review of the shaft installation plan. For WSDOT administered projects, this includes representatives of the Bridge and Structures Office, Materials Laboratory Geotechnical Services Branch, and Construction Office. . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV-94 . . . 1 C. Slurry Technical Assistance 2 3 1. If slurry other than water slurry is used to construct the shafts, the 4 Contractor shall provide or arrange for technical assistance in the use of 5 the slurry as specified in subsection 3.04.A.1 of this Special Provision. 6 The Contractor shall submit four copies of the following to the Engineer: 7 8 a. The name and current phone number of the slurry 9 manufacturer's technical representative assigned to the project. 10 11 b. The name(s) of the Contractor's personnel assigned to the 12 project and trained by the slurry manufacturer in the proper use 13 of the slurry. The submittal shall include a signed training 14 certification letter from the slurry manufacturer for each trained 15 Contractor's employee listed, including the date of the training. 16 17 D. Crosshole Sonic Log Testing Organization and Personnel 18 19 1. At least seven calendar days prior to beginning shaft construction, the 20 Contractor shall submit the name of the independent testing 21 organization, and the names of the personnel, conducting the crosshole 22 sonic log tests to the Engineer for approval. The submittal shall include 23 documentation that the qualifications specified below are satisfied. The 24 independent testing organization and the testing personnel shall meet 25 the following minimum qualifications: 26 27 a. The testing organization shall have performed crosshole sonic 28 log tests on a minimum of three deep foundation projects in the 29 last two years. 30 31 b. Personnel conducting the tests for the testing organization 32 shall have a minimum of one year experience in crosshole 33 sonic log testing and interpretation. 34 E. Work shall not begin until all the required submittals have been approved in 35 writing by the Engineer. All procedural approvals given by the Engineer will 36 be subject to trial in the field and shall not relieve the Contractor of the 37 responsibility to satisfactorily complete the work. 38 39 3.03 Shaft Excavation 40 41 A. Shafts shall be excavated to the required depth as shown in the Plans or as 42 directed by the Engineer. Once the excavation operation has been started, 43 the excavation shall be conducted in a continuous operation until the 44 excavation of the shaft is completed, except for pauses and stops as noted, 45 using approved equipment capable of excavating through the type of 46 material expected. Pauses during this excavation operation, except for 47 casing splicing and removal of obstructions, are not allowed. The Contractor 48 shall provide temporary casing at the site in sufficient quantities to meet the 49 needs of the anticipated construction method. 50 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-95 000328 January 2007 1 Pauses, defined as momentary interruptions of the excavation operation, will . 2 be allowed only for casing splicing and removal of obstructions. Shaft 3 excavation operation interruptions not conforming to this definition shall be 4 considered stops. 5 6 If the shaft excavation is not complete at the end of the shift or series of 7 continuous shifts, the shaft excavation operation may be stopped, provided 8 the following conditions are met. The Contractor shall, before the end of the 9 work day, either install casing in the hole to the depth of the excavation and 10 either the Plan diameter of the shaft or the actual excavated diameter of the 11 hole, whichever is greater, or backfill the hole with material approved by the 12 Engineer in accordance with subsection 3.02.8.10 of this Special Provision. 13 The Contractor shall backfill the hole to the ground surface, if the excavation 14 is not cased, or to a minimum of five feet above the bottom of casing, if the 15 excavation is cased. Backfilling of shafts with casing fully seated into rock, as 16 determined by the Engineer, will not be required. If slurry is present in the 17 shaft excavation, the Contractor shall conform to the requirements of 18 subsection 3.04.B of this Special Provision regarding the maintenance of the 19 minimum level of drilling slurry throughout the stoppage of the shaft 20 excavation operation, and shall recondition the slurry to the required slurry 21 properties in accordance with subsection 3.04 of this Special Provision prior 22 to recommencing shaft excavation operations. 23 24 B. The Contractor shall furnish and install casings as follows: 25 . 26 Upper 27 And Lower 28 Elev. Of Elevation Limits 29 Bottom of for Concurrent 30 Bridge Bridge Casing Required Casing Placement 31 Name Pier No. Type Casing (ft) with Excavation 32 33 Tumwater Pier 2 Lt Permanent 62.00Exist Ground to 62.00 34 Tumwater Pier 2 Rt Permanent 55.00Exist Ground to 55.00 35 Tumwater Pier 3 Lt Permanent 37.00Exist Ground to 37.00 36 Tumwater Pier 3 Rt Permanent 38.00Exist Ground to 38.00 37 Tumwater Pier 4 Lt Permanent 33.00Exist Ground to 33.00 38 Tumwater Pier 4 Rt Permanent 33.00Exist Ground to 33.00 39 Tumwater Pier 5 Lt Permanent 41.00Exist Ground to 41.00 40 Tumwater Pier 5 Rt Permanent 44.00Exist Ground to 44.00 41 42 Valley Pier 2 Lt Permanent 63.00Exist Ground to 63.00 43 Valley Pier 2 Rt Permanent 62.00Exist Ground to 62.00 44 Valley Pier 3 Lt Permanent 33.00Exist Ground to 33.00 45 Valley Pier 3 Rt Permanent 33.00Exist Ground to 33.00 46 Valley Pier 4 Lt Permanent 36.00Exist Ground to 36.00 47 Valley Pier 4 Rt Permanent 36.00Exist Ground to 36.00 48 Valley Pier 5 Lt Permanent 54.00Exist Ground to 54.00 49 Valley Pier 5 Rt Permanent 54.00Exist Ground to 54.00 . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV-96 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 When installing temporary or required permanent casings between the upper and lower elevation limits specified above, the casing shall be advanced prior to or concurrently with the excavation. Excavation in advance of any temporary casing tip shall not exceed ***5*** feet. C. Where the acceleration coefficient used for seismic design of the structure, as specified in the General Notes of the structure Plans, is less than or equal to 0.10, the Contractor may use temporary telescoping casing for the shafts at any bridge intermediate or interior pier, subject to the following conditions: 1. The Contractor shall submit the request to use temporary telescoping casing to the Engineer for approval. The request shall specify the diameters of the temporary telescoping casing, and shall specify the shafts where use is requested. The Contractor shall not proceed with the use of temporary telescoping casing until receiving the Engineer's approval. 2. The minimum diameter of the shaft shall be as shown in the Plans. 3. The temporary telescoping casing shall conform to subsections 2.01.A, 2.01.8, 2.01.C, and 2.01.E of this Special Provision. D. The Contractor shall conduct casing installation and removal operations and shaft excavation operations such that the adjacent soil outside the casing and 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 qf the shaft foundation. E. Shaft excavations shall not be left open overnight unless cased full depth. An open shaft excavation is defined as a shaft excavation that has not been filled with concrete, or temporarily backfilled with a material approved by the Engineer in accordance with stJbsection 3.02.8.10 of this Special Provision. F. The Contractor shall use appropriate means such as a c1eanout 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 for end bearing shafts. No more than 6 inches of loose or disturbed material shall be present for side friction shafts. End bearing shafts shall be assumed unless otherwise noted in the Contract. Shafts specified as both side friction and end bearing shall conform to the sloughing criteria specified for end bearing shafts. G. 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. H. When obstructions are encountered, the Contractor shall notify the Engineer promptly. An obstruction is defined as a specific object (including, but not CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 N-97 000328 January 2007 1 limited to, boulders, logs, and man made objects) encountered during the . 2 shaft excavation operation which prevents or hinders the advance of the 3 shaft excavation. When efforts to advance past the obstruction to the design 4 shaft tip elevation result in the rate of advance of the shaft drilling equipment 5 being significantly reduced relative to the rate of advance for the portion of 6 the shaft excavation in the geological unit that contains the obstruction, then 7 the Contractor shall remove, break-up, or push aside, the obstruction under 8 the provisions of subsection 5.01.8 of this Special Provision. The method of 9 dealing with such obstructions, and the continuation of excavation shall be 10 as proposed by the Contractor and approved by the Engineer. 11 12 I. When permanent casing is specified, excavation shall conform to the 13 specified outside diameter of the shaft. After the casing has been filled with 14 concrete, all void space occurring between the casing and shaft excavation 15 shall be filled with a material which approximates the geotechnical properties 16 of the in-situ soils, in accordance with the shaft installation plan specified in 17 subsection 3.02.8.6 of this Special Provision and as approved by the 18 Engineer. 19 20 J. Drilling equipment shall not be operated from an existing bridge, except as 21 otherwise noted. If necessary and safe to do so, and if the Contractor 22 submits a written request to the Engineer in accordance with Section 6-01.6, 23 the Engineer may approve the operation of drilling equipment on a bridge. 24 25 K. When shafts are constructed in water, the Contractor shall construct a seal . 26 between the casing shoring and the upper portion of the permanent casing 27 for the shaft as shown in the Plans, in accordance with the shaft installation 28 plan specified in subsection 3.02.8.13 of this Special Provision, and as 29 approved by the Engineer. 30 31 The seal thickness shown in the Plans is designed to resist the hydrostatic 32 uplift force with the corresponding seal weight and adhesion of the seal to 33 the permanent casing and the casing shoring of 20 psi, based on the casing 34 shoring dimension and the seal vent water surface elevation specified in the 35 Plans. If the Contractor uses a casing shoring diameter other than that 36 specified in the Plans, the Contractor shall submit a revised seal design to 37 the Engineer for approval in accordance with subsection 3.02.8.13 of this 38 Special Provision. 39 40 If, in the opinion of the Engineer, water conditions at the time of construction 41 allow the seal vent water surface elevation to be lowered, the Contractor 42 may revise the casing shoring seal by submitting a revised seal design to the 43 Engineer for approval in accordance with subsection 3.02.8.13 of this 44 Special Provision. 45 46 L. The Contractor shall use slurry, in accordance with subsection 3.04 of this 47 Special Provision, to maintain a stable excavation during excavation and 48 concrete placement operations once water begins to enter the shaft 49 excavation and remain present. 50 . CITY OF PORT ANGELES 000328 8th Street Bridge Replacements IV-98 January 2007 Project 02-15 . . . 1 3.04 Slurry Installation Requirements 2 3 A. Slurry Technical Assistance 4 5 1. If slurry other than water slurry is used, the manufacturer's 6 representative,- as identified to the Engineer in accordance with 7 subsection 3.02.C of this Special Provision, shall: 8 9 a. provide technical assistance for the use of the slurry, 10 11 b. shall be at the site prior to introduction of the slurry into a drilled 12 hole, and 13 14 c. shall remain at the site during the construction and completion 15 of a minimum of one shaft to adjust the slurry mix to the 16 specific site conditions. 17 18 2. After the manufacturer's representative is no longer present at the site, the 19 Contractor's employee trained in the use of the slurry, as identified to the Engineer in 20 accordance with subsection 3.02.C of this Special Provision, shall be present at the 21 site throughout the remainder of shaft slurry operations for this project to perform the 22 duties specified in items 1 a through 1 c above. 23 24 8. Minimum Level of Slurry in the Excavation 25 26 1. When slurry is used to maintain a stable excavation, the slurry level in 27 the excavation shall be maintained above the groundwater level the 28 greater of the following dimensions, except as otherwise noted in 29 subsection 3.04.8.3 of this Special Provision: 30 31 a. not less than five feet for mineral slurries, 32 33 b. not less than ten feet for water slurries, 34 35 c. not less than ten feet for synthetic slurries, except when a 36 lesser dimension is specifically recommended by the slurry 37 manufacturer for the site Qonditions and construction method, 38 and is supported by slurry material property, mix, and 39 maintenance requirements submitted as part of item 5 of the 40 shaft installation plan in accordance with subsection 3.02.8 of 41 this Special Provision, 42 43 d. one shaft diameter, 44 45 e. dimension as required to provide and maintain a stable hole. 46 47 The Contractor shall provide casing, or other means, as necessary to 48 meet these requirements. 49 50 2. The slurry level shall be maintained above all unstable zones a sufficient 51 distance to prevent bottom heave, caving or sloughing of those zones. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-99 000328 January 2007 1 3. Throughout all stops in shaft excavation operations, as specified in . 2 subsection 3.03.A of this Special Provision, the Contractor shall monitor 3 and maintain the slurry level in the excavation the greater of the 4 following elevations: 5 6 a. no lower than the water level elevation outside the shaft, 7 8 b. elevation as required to provide and maintain a stable hole. 9 10 C. Slurry Sampling and Testing 11 12 1. Mineral slurry and synthetic slurry shall be mixed and thoroughly 13 hydrated in slurry tanks, ponds, or storage areas. The Contractor shall 14 draw sample sets from t~e slurry storage facility and test the samples for 15 conformance with the appropriate specified material properties before 16 beginning slurry placement in the drilled hole. Mineral slurry shall 17 conform to the material specifications in subsection 2.04.A of this 18 Special Provision. Synthetic slurry shall conform to the quality control 19 plan included in the shaft installation plan in accordance with subsection 20 3.02.8.5 of this Special Provision and as approved by the Engineer. A 21 sample set shall be composed of samples taken at mid-height and 22 within two feet of the bottom of the storage area. 23 24 2. The Contractor shall sample and test all slurry in the presence of the 25 Engineer, unless otherwise directed. The date, time, names of the . 26 persons sampling and testing the slurry, and the results of the tests shall 27 be recorded. A copy of the recorded slurry test results shall be submitted 28 to the Engineer at the completion of each shaft, and during construction 29 of each shaft when requested by the Engineer. 30 31 3. Sample sets of all slurry, composed of samples taken at mid-height and 32 within two feet of the bottom of the shaft, shall be taken and tested 33 during drilling as necessary to verify the control of the properties of the 34 slurry. As a minimum, sample sets of synthetic slurry shall be taken and 35 tested at least once every four hours after beginning its use during each 36 shift. Sample sets of all slurry shall be taken and tested at least once 37 every two hours if the slurry is not recirculated in the drilled hole or if the 38 previous sample set did not have consistent specified properties. All 39 slurry shall be recirculated, or agitated with the drilling equipment, when 40 tests show that the sample sets do not have consistent specified 41 properties. 42 43 4. Sample sets of all slurry, as specified, shall be taken and tested prior to 44 final cleaning of the bottom of the hole and again just prior to placing 45 concrete. Cleaning of the bottom of the hole and placement of the 46 concrete shall not start until tests show that the samples taken at ~id- 47 height and within two feet of the bottom of the hole have consistent 48 specified properties. 49 . 50 D. The Contractor shall clean, recirculate, de-sand, or replace the slurry to 51 maintain the required slurry properties. CITY OF PORT ANGELES 000328 8th Street Bndge Replacements IV-tOO January 2007 Project 02-15 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 . . 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 tools to remove the excess slurry buildup as was used to excavate the shaft to its current depth. 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. 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 spacers along with the shop drawings. The reinforcing steel spacers 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" Greater than 3'-0" and less than 5'-0" 5'-0" or larger 3" 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 spa lis 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 CITY OF PORT ANGELES 8th Street Bridge Replacements PrOject 02-15 IV-lOt 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 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.7 of this Special Provision. E. Shaft excavation shall not be started until the Contractor has received approval from the Engineer for the reinforcing steel spacers required when the casing is to be pulled during concrete placement. 3.06 Access Tubes for Cross hole Sonic Log Testing A. The Contractor shall install access tubes for crosshole sonic log testing in all drilled shafts, except as otherwise noted, to permit access for the cross hole 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, 0 inside the spiral or hoop reinforcement and three inches clear of the vertical reinforcement, at a uniform spacing measured along the circle passing through the centers of the access tubes. If the vertical reinforcement is not . bundled and each bar is not more than one inch in diameter, the access tubes shall be placed two inches clear of the vertical reinforcement. If these minimums cannot be met due to close spacing of the vertical reinforcement, then the access tubes shall be bundled with the vertical reinforcement. 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. Care shall be taken to prevent damaging the access tubes during reinforcement cage installation and concrete placement operations in the shaft excavation. D. The access tubes shall be filled with potable water as soon as possible after concrete placement (but no later than one day after concrete placement), and the top watertight threaded PVC caps shall be reinstalled. 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.F and . 3.04, respectively, of this Special Provision. Concrete placement shall CITY OF PORT ANGELES 81h Street Bndge Replacements Project 02-15 000328 January 2007 IV-102 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 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. B. When placing concrete in the dry, only the top five feet of concrete 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 the top five feet 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, the Contractor shall use 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 device to seal out water while the tube is first filled,with concrete. 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 nigh 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 drilled shaft excavation with freshly placed concrete and curing concrete are subject to the following restrictions: CITY OF PORT ANGELES 8'h Street Bridge Replacements Project 02-15 IV-103 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1. The Contractor shall not drive piling within the distance specified and calculated in accordance with Section 6-05.3(11 )H. . 2. The Contractor shall not advance a casing, or perform rock drilling, within four shaft diameters or 30 feet of the centerline of the concreted shaft, whichever is greater, during the time period between six hours after beginning concrete placement operations and eight days after completing concrete placement operations, except after satisfying one of the following conditions: a. The compressive strength of the concrete in the concreted shaft shall have reached 3,000 psi. The Contractor shall obtain and test concrete test cylinders for this early concrete strength measurement in accordance with Section 6-02.3(17)0. b. The Contractor shall implement a shaft vibration monitoring plan as follows: 1. The Contractor shall submit a shaft vibration monitoring plan to the Engineer for approval, including a description of the monitoring equipment, and the installation and monitoring procedure. 2. The Contractor shall furnish and install monitoring equipment in accordance with the shaft vibration monitoring plan as approved by the Engineer. The Contractor shall locate the monitoring sensor at the concreted shaft and on a line between the concreted shaft and the construction operation within the specified boundary causing the vibration. The monitoring equipment shall be sensitive enough to detect a Peak Particle velocity of 1/4 inch per second. . 3. The Contractor shall cease all construction operations within the specified boundary when monitoring equipment detects Peak Particle velocities exceeding the following values: Concrete Age Peak Particle Velocity 6 hours to 72 hours 72 hours to 8 days 1/4 inches per second 2 inches per second 4. The Contractor shall furnish, install, and operate the monitoring equipment at no additional expense to the Contracting Agency. . CITY OF PORT ANGELES 81h Street Bridge Replacements Project 02-15 000328 January 2007 IV-I 04 . . . 1 H. Except for shafts where the shaft concrete is placed in the dry, the Contractor 2 shall complete a uniform yield form, consistent with the sample form 3 submitted to the Engineer as part of the shaft installation plan as specified in 4 subsection 3.02.8.9 of this Special Provision, for each shaft and shall submit 5 the completed form to the Engineer within 24 hours of completing the 6 concrete placement in the shaft. 7 8 3.08 Casing Removal 9 10 A. As the temporary casing is withdrawn, a minimum 5 foot head of concrete 11 shall be maintained to balance the foundation material and water pressure at 12 the bottom of the casing. 13 14 8. Tops of permanent casings for the shafts shall be removed to the top of the 15 shaft or finished ground line, whichever is lower, unless directed otherwise by 16 the Engineer. For those shafts constructed within a permanent body of water, 17 tops of permanent casings for shafts shall be removed to the low water 18 elevation, unless directed otherwise by the Engineer. 19 20 C. The Contractor shall completely remove all temporary casings, except as 21 noted. The Contractor may leave some or all of the temporary casing in 22 place provided all the following conditions are satisfied: 23 24 1. The Contractor shall submit the following information in writing to 25 the Engineer: 26 27 a. The Contractor shall completely describe the portion of the 28 temporary casing to remain. 29 30 b. The Contractor shall specify the reason(s) for leaving the 31 portion of the temporary casing in place. 32 33 c. The Contractor shall submit structural calculations, using 34 the design specifications and design criteria specified in 35 the General Notes of the structure Plans, in accordance 36 with Section 6-01.9, indicating that leaving the temporary 37 casing in place is compatible with the structure as 38 designed in the Plans. 39 40 2. The Contractor shall have ~eceived the Engineer's written approval 41 of the submitted request to leave the temporary casing in place. 42 43 3.09 Nondestructive Testing of Shafts (Crosshole Sonic Log Testing) 44 45 A. The Contractor shall provide for crosshole sonic log testing and analysis on 46 all completed shafts designated for testing by the Engineer. The testing and 47 analysis shall be performed by the independent testing organization 48 submitted by the Contractor and approved by the Engineer in accordance 49 with subsection 3.02.D of this Special Provision. 50 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV-I 05 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 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. . 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: 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. 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, . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV -106 . 1 the testing costs and the delay costs resulting from the additional testing will 2 be paid by the Contracting Agency in accordance with Section 1-05.6, and, if 3 the shaft construction is on the critical path of the Contractor's schedule, a 4 time extension equal to the delay created by the additional testing will be 5 granted in accordance with Section 1-08.8. 6 7 8 F. For all shafts determined to be unacceptable, the Contractor shall submit a 9 plan for further investigation or remedial action to the Engineer for approval. 10 All modifications to the dimensions of the shafts, as shown in the Plans, 11 required by the investigation and remedial action plan shall be supported by 12 calculations and working drawings as specified in Section 6-01.9. All 13 investigation and remedial correction procedures and designs shall be 14 submitted to the Engineer for approval. The Contractor shall not begin repair 15 operations until receiving the Engineer's approval of the investigation and 16 remedial action plan. 17 18 G. If the Engineer determines that the concrete placed under slurry for a given 19 shaft is structurally inadequate, that shaft will be rejected. The placement of 20 concrete under slurry shall be suspended until the Contractor submits to the 21 Engineer written changes to the methods of shaft construction needed to 22 prevent future structurally inadequate shafts, and receives the Engineer's 23 written approval of the submittal. 24 . 25 H. At the Engineer's request, the Contractor shall drill a corehole in any 26 questionable quality shaft (as determined from crosshole sonic log testing 27 and analysis or by observation of the Engineer) to explore the shaft 28 condition. 29 30 Prior to beginning coring, the Contractor shall submit the method and 31 equipment used to drill and remove cores from shaft concrete to the 32 Engineer and receives the Engineer's written approval. The coring method 33 and equipment shall provide for complete core recovery and shall minimize 34 abrasion and erosion of the core. 35 36 If a defect is confirmed, the Contractor shall pay for all coring costs in 37 accordance with Section 1-05.6. If no defect is encountered, the Contracting 38 Agency will pay for all coring costs in accordance with Section 1-05.6, and, if 39 the shaft construction is on the critical path of the Contractor's schedule, 40 compensation for the delay will be granted by an appropriate time extension 41 in accordance with Section 1-08.8. Materials and work necessary, including 42 engineering analysis and redesign, to effect corrections for shaft defects 43 shall be furnished to the Engineer's satisfaction at no additional cost to the 44 Contracting Agency. 45 46 I. All access tubes and cored holes shall be dewatered and filled with grout 47 after tests are completed. The access tubes and cored holes shall be filled 48 using grout tubes that extend to the bottom of the tube or hole or into the . 49 grout already placed. 50 CITY OF PORT ANGELES 000328 8th Street Bndge Replacements IV-107 January 2007 Project 02-15 1 6-19.4 Measurement . 2 4.01 Measurement 3 4 A. Measurement will be made as follows: 5 6 1. Soil excavation for shaft including haul will be measured by the cubic 7 yards of shaft excavated. The cubic yards will be computed using the 8 shaft diameter shown in the Plans, the top of shaft soil excavation, as 9 defined below, and the bottom elevation shown in the Plans, unless 10 adjusted by the Engineer, less all rock excavation measured as 11 specified in item 2. 12 13 Except as otherwise specified, the top of shaft soil excavation shall be 14 defined as the highest existing ground point within the shaft diameter. 15 For shafts where the top of shaft is above the existing ground line and 16 where the Plans show embankment fill placed above the existing ground 17 line to the top of shaft and above, the top of shaft soil excavation shall 18 be defined as the top of shaft. Excavation through embankment fill 19 placed above the top of shaft will not be included in the measurement. 20 21 2. Furnishing permanent casing will be measured by the number of linear 22 feet of required permanent casing, as specified in subsection 3.03.B of 23 this Special Provision, installed below the cutoff elevation. 24 25 3. Placing permanent casing will be measured by the number of . 26 permanent casings placed. 27 28 4. Casing shoring will be measured by the number of linear feet of casing 29 shoring installed. The linear feet dimension will be computed using 30 either the top of ground line, defined as the highest ground line elevation 31 within the casing shoring, or the specified shaft seal vent elevation as 32 shown in the Plans, whichever is higher, and the bottom elevation as 33 shown in the Plans. 34 35 5. Concrete Class 4000P for shaft will be measured by the cubic yards of 36 concrete in place. The cubic yards will be computed using the shaft 37 diameter shown in the Plans, and the top and bottom elevations shown 38 in the Plans, unless adjusted by the Engineer. 39 40 6. Steel reinforcing bar for shaft will be measured by the computed weight 41 of all reinforcing steel in place, as shown in the Plans. Bracing for steel 42 reinforcing bar cages shall be considered incidental to this item of work. 43 44 7. CSL access tube will be measured by the linear foot of tube furnished 45 and installed. 46 47 8. CSL test will be measured once per shaft tested. 48 . CITY OF PORT ANGELES 8'h Street Bndge Replacements Project 02-15 lV-108 000328 January 2007 . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 . . 6-19.5 Payment 5.01 Payment 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. 2. "Furnishing Permanent Casing For _ Diam. Shaft", per linear foot. 3. "Placing Permanent Casing For Diam. Shaft", per each. 4. "Casing Shoring", per linear foot, including all costs in connection with placing seals when required. 5. "Conc. Class 4000P For Shaft", per cubic yard. 6. "St. Reinf. Bar For Shaft", per pound, including all costs in connection with furnishing and installing steel reinforcing bar spacers and centralizers. 7. "CSL Access Tube", per linear foot. 8. "CSL Test", per each shaft tested. 9. "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.H 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 CITY OF PORT ANGELES 8th Street Hndge Replacements Project 02-15 IV-I09 000328 January 2007 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 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: 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. END OF DIVISION 6 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 IV-I 10 . . . . . . 1 2 3 4 5 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS 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 36 37 38 39 40 41 42 43 44 45 46 47 48 7-04.1 Description Section 7-04.1 is supplemented with the following: (******) This work also consists of providing and installing four drainage detention facilities, energy dissipaters, and media filter vaults. 7-04.2 Materials Section 7-04.2 is supplemented with the following: (******) Schedule A Storm Sewer Pipe 8 inch diameter shall meet the requirements of 12-inch-diameter storm sewer pipe. Materials for the drainage detention facilities shall meet the requirements of the following Sections: Concrete Gravel Backfill for Pipe zone bedding Rubber Gaskets Flexible Plastic Gaskets (Aluminized) Corrugated Steel Drain Pipe Coupling Bands Metal Castings Reinforcing Steel 6-02 9-03.12(3) 9-04.4 9-04.5 9-05.1 (2) 9-05.1 (2) A 9-05.15 9-07 Materials for the energy dissipaters shall meet the requirements of the following Sections: Concrete Crushed Surfacing Base Course Geotextile Debris Cage Quarry Spalls 6-02 9-03.9(3) 9-33 9-05.16 9-13.6 Media Filter Vault The Contractor shall submit media filter vault shop drawings to the Engineer for approval. The vault system shall be the StormFilter™ provided by Stormwater 360 Inc. An Operation and Maintenance Manual shall be submitted to the Engineer. Internal Components All internal components including PVC manifold piping, filter cartridge(s), filter media (as specified on the plans in the Storm Filter data block), flow CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-Ill 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 spreader(s), and energy dissipator(s) shall be provided by Stormwater 360 Inc., 12021-B NE Airport Way, Portland, OR 97220 (800/548-4667). . A. PVC Manifold Piping: All internal PVC pipe and fittings shall meet ASTM D1785. Manifold piping shall be provided to the contractor pre- cut and partially glued and assembled. B. Filter Cartridge: Filter cartridge bottom pan, inner ring, and hood shall be constructed from linear low-density polyethylene. Filter cartridge screen shall consist of galvanized 1" x W' welded wire fabric (16 gauge minimum) with a bonded PVC coating. Internal parts shall consist of PVC or ABS pipe and fittings. Siphon-priming float shall be constructed from linear low-density polyethylene. Outer filter fabric shall be 10 x 8.5 clear fiberglass mesh. Inner filter fabric shall be 10 x 8.5 clear fiberglass mesh over Enkamat 7210 or woven polyethylene with a US Standard Sieve #20 opening size. All miscellaneous nuts, bolts, screws, and other fasteners shall be aluminum or stainless steel. An orifice plate shall be supplied with each cartridge to restrict flow rate to a maximum of 15 gpm. C. Filter Media: Filter media shall be by Stormwater 360 or approved alternate. Filter media shall consist of one or more of the following, as specified in the StormFilter data block: . 1. Perlite Media: Perlite media shall be made of natural siliceous volcanic rock free of any debris or foreign matter. The expanded perlite shall have a bulk density ranging from 6.5 to 8.5 Ib/ft3 and particle sizes ranging from 0.06 to 0.50 inches. 2. CSF Leaf Media: CSF leaf media shall be made exclusively of fallen deciduous I,eaves with less than 5% by dry weight of woody or green yard debris materials. Filter media shall be granular and shall contain less than 0.5% foreign material such as glass or plastic contaminants. Media shall be dry at the time of installation. The CSF leaf media shall have a bulk density ranging from 40 to 50 Ib/ft3 and particle sizes ranging from 0.05 to 0.625 inches for at least 90% of particles. Maximum level of dust for filter media shall be defined as: media passing through a US Standard Sieve #4 shall have no more than 10% (by mass of dry media) passing a US Standard Sieve #45. 3. XFCSF Leaf Media: CSF leaf media shall be made exclusively of fallen deciduous leaves with less than 5% by dry weight of woody or green yard debris materials. Filter media shall be granular and shall contain less than 0.5% . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 1V-112 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 foreign material such as glass or plastic contaminants. Media shall be dry at the time of installation. The XFCSF leaf media shall have a bulk density ranging from 45 to 65 Ib/fe. Particle size range is dependent upon manufacturing conditions at the time of production. Media produced for [this project] shall have a particle size between 0.05 and 0.25 inches for 90% of particles. Maximum level of dust for filter media shall be defined as: media passing through a US Standard Sieve #4 shall have no more than 10% (by mass of dry media) passing a US Standard Sieve #45. 4. Zeolite Media: Zeolite media shall be made of naturally occurring clinoptilolite, which has a geological structure of potassium-calcium-sodium aluminosilicate. The zeolite media shall have a bulk density ranging from 44 to 50 I bite, particle sizes ranging from 0.125 to 0.25 inches, and a cation exchange capacity ranging from 1 .0 to 2.2 meq/g. 5. Iron-Infused Media: Iron-infused media shall be made trom phenolic resin mixed with iron particles and polymerized to form open cellular foam. The stock materials must be free of debris with the iron particles being non-reactive and non- greased. The iron-infused media shall have a bulk density ranging from 20 to 30 Ib/ft3 and particle sizes ranging from 0.0 to 0.5 inches. 6. Pleated Fabric Insert: Pleated fabric insert shall be constructed with a minimum of 75 sq-ft ot fabric placed between two aluminum end caps with neoprene gaskets. The overall dimensions of the insert shall be 16.0" 0.0. x 11.5" 1.0. x 18.25" tall. The fabric shall meet the following specifications: 140 pleats measuring 2.125" x 18.25"; 100% 3D PE/PET bicomponent fiber; thickness of 19 mils; Mullen Burst of 96 psi; and Coulter Porometer of 70 micron. 7. Granular Activated Carbon: Granular activated carbon (GAC) shall be made of lignite coal that has been steam activated. The GAC media shall have a bulk density ranging from 24 to 26 Ib/ft3 and particle sizes ranging from 0.07 to 0.19 inches. 8. Zeolite-Perlite-Granular Activated Carbon (ZPG): ZPG is a mixed media that shall be composed of a 1.4 ft3 outer layer of 100% Perlite (see above) and an inner layer consisting IV-I 13 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 of a 1 fe mixture of 90% Zeolite (see above) ~nd 10% Granular Activated Carbon (see above). D. Flow Spreader: Flow spreader shall be constructed of spun LOPE. . E. Energy Dissipator: Energy dissipator shall be constructed of polyolefins. Precast Concrete Vault Components A. Precast Concrete Vault: Shall be provided according to ASTM C 858-83. B. Vault Joint Sealant: Shall be Conseal CS-101 or Engineer approved. C. Doors: Doors shall have hot-dipped galvanized frame and covers. Covers shall have diamond plate finish. Each door to be equipped with a recessed lift handle and a locking latch with 3/8" penta head hold-down bolts. Pentahead wrench to be provided for each set of doors, upon request. Doors shall meet H-20 loading requirements for incidental traffic minimum. D. Frames and Covers: Frames and covers shall be gray cast iron and shall meet AASHTO H-20 loading requirements. E. Ladders: Ladders shall be constructed of aluminum and steel reinforced copolymer polypropylene conforming to ASTM 0-4101. Ladder shall bolt in place and be equipped with a pull-up ladder extender that shall extend a minimum of 24 inches above the top rung of ladder. Ladder shall meet all ASTM C-497 load requirements. F. Steps: Steps shall be constructed of copolymer polypropylene conforming to ASTM 0-4101. Steps shall be driven into preformed or drilled holes once concrete is cured. Steps shall meet the requirements of ASTM C-478 and AASHTO M-199. . Contractor Provided Components Specifications for all contractor-provided components are minImum requirements. If a higher standard is shown on the plans or described in another section of the technical specifications, then the higher standard shall govern. A. Sub-Base: Sub-base shall be six-inch minimum of SA-inch minus rock, 95% compaction. Compact undisturbed sub-grade materials to 95% of maximum density at +/-2% of optimum moisture content. Unsuitable material below sub-grade shall be replaced to engineer's approval. B. Concrete: Concrete shall be 3000 psi minimum at 28-day strength, SA-inch round rock, 4-inch slump maximum, placed within 90 minutes of initial mixing. '. CITY OF PORT ANGELES 8'" Street Bridge Replacements Project 02-15 IV-114 000328 JanuaI)' 2007 . . . 1 C. Silicone Sealant: Shall be pure RTV silicone conforming to Federal 2 Specification Number IT S001543A or IT S00230C or Engineer 3 approved. 4 5 O. Grout: Shall be non-shrink grout meeting the requirements of Corps 6 of Engineers CRO-C588. Specimens molded, cured, and tested in 7 accordance with ASTM C-109 shall have minimum compressive 8 strength of 6,200 psi. Grout shall not exhibit visible bleeding. 9 10 E. Backfill: Backfill shall be %-inch minus rock at 95% compaction. 11 12 13 7-04.3 Construction Requirements 14 Section 7-04.3 is supplemented with the following: 15 16 (******) 17 Drainage Detention Facility 18 These facilities shall consist of four underground pipe manifold systems for 19 stormwater detention in accordance with the plans, the standard specifications, 20 and these Special Provisions. The two Barrel arrangement pipe manifold 21 systems are 72" diameter, 12 gage Aluminized Corrugated Steel pipes 22 (3"x1" or 5"x1" corrugation) along with end caps, bands, gaskets, and access 23 risers with ladders. 24 25 The pipe manifold system shall be installed per Section 7-08 of the Standard 26 Specifications. 27 28 Shoring is required for the structure excavation in accordance with 29 Section 2-09.3(3)0. Open pits or extra excavation without shoring will not be 30 allowed. 31 32 Energy Dissipater 33 The energy dissipater shall be constructed at the out flow end of the storm sewer 34 pipes attached to the media vaults as shown in'the contract plans. Each energy 35 dissipater shall include the base unit of a 48" manhole with a cast-in-place 36 concrete splitter block and a debris cage on top of the manhole base. A 3' apron 37 of quarry spa lis shall be placed around the top of the manhole unit and the outfall 38 ditch shall be lined with quarry spa lis as detailed in the contract plans. 39 40 The gravel base shall be installed level and compacted to provide a firm base for 41 the energy dissipater. The geotextile shall meet the requirements for soil 42 separation. 43 44 The concrete splitter block shall be cast in the manhole unit opposite the inflow 45 storm sewer pipe. The top of the splitter block shall be equal to the top of the 46 inflow pipe or higher. 47 48 The quarry spall for apron and outfall ditch shall be compacted in accordance 49 with method A or to the satisfaction of the Engineer. 50 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-1I5 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 The debris cage shall be fabricated as shown in the plans and secured to the top of the manhole unit. . Media Filter Vault The Contractor shall furnish and install stormwater treatment systems at the locations shown on the plans. Precast Concrete Vault A. Vault floor shall slope 1/4 inch maximum across the width and slope downstream 1 inch per 12 foot of length. Vault top finish grade shall be even with surrounding finish grade surface unless otherwise noted on plans. B. Contractor to grout all inlet and outlet pipes flush with vault interior wall. Contractor to grout internal baffle walls. C. Sanded PVC fittings shall be used on all PVC inlet and outlet pipes. Contractor responsible for inspecting and/or completing installation of flow spreaders and energy dissipators. Anti-Flotation Ballast Ballast shall be to the dimensions specified by the engineer and noted on the data block. Ballast shall run the entire length of the long side of the vault, both sides. Ballast shall not encase the inlet and/or outlet piping. Provide 12" clearance from outside diameter of pipe. Clean-up Remove all excess materials, rocks, roots, or foreign material, leaving the site in a clean, complete condition approved by the engineer. All filter components shall be free of any foreign materials including concrete and excess sealant. . Filter Cartridges A. Filter cartridges shall not be installed until the project site is clean and stabilized. The project site includes any surface that contributes storm drainage to the StormFilter™. All impermeable surfaces shall be clean and free of dirt and debris. All catch basins, manholes, and pipes shall be free of dirt and sediments. B. Contractor to notify Stormwater 360 (800-548-4667) two weeks before filter cartridges are required on site. Stormwater 360 will deliver filter cartridges complete with filter media. Plugs will be provided for all manifold fittings not equipped with a filter cartridge. C. Contractor to install filter cartridges. 1. Filter Cartridges With CSF Media: Tape shall be cleanly and completely removed from manifold fitting openings. Spool pieces shall be inserted without glue into all manifold fittings to be equipped with a filter cartridge. Filter cartridges shall be placed over the spool pieces to contact the vault floor. Plugs shall be . CITY OF PORT ANGELES 8th Street Bndge Replacements PrOject 02-15 000328 January 2007 IV-116 18 . . 1 inserted without glue in all manifold fittings not 2 equipped with a filter cartridge. 3 4 2. Filter Cartridges With All Other Types of Media: Tape 5 shall be cleanly and completely removed from 6 manifold fitting openings. 7 8 Spool pieces shall be glued and inserted into all manifold fittings to be 9 equipped with a filter cartridge. Filter cartridges shall be threaded onto 10 the spool pieces until they contact the vault floor. Plugs shall be inserted 11 without glue in all manifold fittings not equipped with a filter cartridge. 12 13 7-04.4 Measurement 14 15 (******) 16 Pipe manifold System will be measured as a Lump sum quantity for each 17 drainage facility. . 18 19 Shoring will be measured according to section 2.09.4 of Standard Specifications 20 21 Energy dissipaters will be measured per each for each energy dissipater installed 22 and accepted. 23 24 Media Filter Vault_ Cartridges will be measured per each installed and 25 accepted. 26 27 7-04.5 Payment 28 Section 7-04.5 is supplemented with the following: 29 30 (******) 31 "Drainage Detention Facility ~', Lump sum. 32 The lump sum contract price for "Drainage Detention Facility_" shall include 33 but not be limited to fabrication, transportation, excavation, installation, gravel 34 backfill for pipe zone bedding, backfill and compaction, access manholes, 35 ladders, etc. 36 37 Payment for shoring will be in accordance with section 2-09.5, "Shoring or Extra 38 Excavation Class B", of the Standard Specifications. 39 40 "Energy Dissipater", per each. 41 The unit contract price per each for "Energy Dissipater" shall be full pay for 42 furnishing all materials, labor, tool, equipment, services, and incidentals 43 necessary to furnish and install the energy dissipaters as detailed in the plans 44 and specified herein. 45 46 "Media Filter Vault_ Cartridges", per each. 47 The unit contract price per each for "Media Filter Vault_ Cartridges" shall be full 48 payment to perform the work as specified. Excavation shall be paid for as 49 "Structure Excavation Class B Incl. Haul". 50 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-I 17 000328 January 2007 1 7-09 WATER MAINS .' 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 36 37 38 39 40 41 42 43 44 7-09.2 Materials The "Pipe for main line" list in Section 7-09.2 is supplemented with the following: (******) Polyethylene (PE) Pressure Pipe (2" and under) 9-30.6(3)8 The "Fittings for main line" list in Section 7-09.2 is supplemented with the following: (******) Polyethylene (PE) Pressure Pipe (2" and under) 9-30.6(4) 7-09.3 Construction Requirements Section 7-09.3 is supplemented with the following: (******) Where shown in the plans, and as directed by the Engineer, the Contractor shall install 16" block out holes through all piers and diaphragms of the Tumwater Creek and Valley Creek structures for a future water line installation. The holes shall be plugged in a manner satisfactory to the Engineer. 7-09.5 Payment Section 7-09.5, third paragraph, is modified as the following: (******) The unit contract price per linear foot for each size and kind of "_ Pipe for Water Main _ In. Diam." shall be full pay for all work to. complete the installation of the water main including but not limited to trench excavation, bedding, laying and jointing pipe and fittings, connecting existing service line to new pipe, backfilling, concrete thrust blocking, testing, flushing, disinfecting the pipeline, and cleanup. . 7-17 SANITARY SEWERS 7-17.5 Payment Section 7-17.5, second paragraph, is modified as the following: (******) The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing, hauling, and assembling in place the completed installation including all wyes, tees, special fittings, joint materials, bedding and backfill material, connection of existing service laterals to the new sewer pipe, capping/plugging existing sewer line, and adjustments of inverts to manholes for the completion of the installation to the required lines and grades. END OF DIVISION 7 . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-lIS . 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 36 37 38 39 40 41 42 43 44 45 - 46 47 48 49 . . DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(2)Seeding, Fertilizing and Mulching 8-01.3(2)8 Seeding and Fertilizing Section 8-01.3(2)B is supplemented with the following: (******) Seeding and fertilizing shall be applied to the Wetland Creation site after application of compost and coordinated with planting of the site. Seeding and fertilizing for the Wetland Creation Site shall be of the composition specified in the plans. (January 3, 2006) Grass seed, of the following composition, proportion, and quality shall be applied at the rate of *** 80 *** pounds per acre on all areas requiring seeding within the project, except for the Wetland Creation Site: Kind and Variety of %By Minimum % Minimum % Seed in Mixture Weight Pure Seed Germination Red Fescue 40 39.2 80 Perennial Ryegrass 40 39.2 90 Colonial Bentgrass 10 9.8 85 White Dutch Cover, 10 9.8 85 pre-inoculated Weed Seed 0.5 (max) Inert and Other Crop 1 .5 (max) TOTAL 100.00 (January 3, 2006) Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients: Total Nitrogen as N - *** 135 *** pounds per acre. Available Phosphoric Acid as P20S - *** 60 *** pounds per acre. Soluble Potash as K20 - *** 60*** pounds per acre. CITY OF PORT ANGELES 8lh Street Bridge Replacements Project 02-15 IV-119 000328 January 2007 1 *** 90 *** pounds of nitrogen applied per acre shall be derived from . 2 isobutylidene diurea (IBOU), cyclo-di-urea (COU), or a time release, 3 polyurethane coated source with a minimum release time of 6 months. 4 The remainder may be derived from any source. 5 6 The fertilizer formulation and application rate shall be approved by the 7 Engineer before use. 8 9 8-01.3(2)0 Mulching 10 Section 8-01.3(2)0 is supplemented with the following: 11 12 (January 3, 2006) 13 *** Bark or wood chip *** mulch shall be applied at a rate of *** 2,000*** pounds 14 per acre. 15 16 8-01.3(3) Placing Erosion Control Blanket 17 The second sentence of Section 8-01.3(3) is revised to read: 18 19 (******) 20 Compost used for compost blanket and berms shall be Type 1 meeting the 21 requirements of Section 9-14.4(8). 22 23 (April 3, 2006) 24 8-01.5 Payment 25 Section 8-01.5 is supplemented with the following: . 26 27 All costs associated with the treatment of pH in high pH stormwater or dewatering 28 water shall be included in the applicable concrete, grinding, or saw cutting items 29 of work. 30 31 8-02 ROADSIDE RESTORATION 32 33 8-02.1 Description 34 35 (January 7,2002) 36 The first paragraph of Section 8-02.1 is revised to read: 37 38 This work shall consist of furnishing and placing topsoil and soil amendments, 39 and furnishing and planting trees, whips, shrubs, ground covers, cuttings, live 40 stakes, live poles, rhizomes, tubers, and seedling, and applying compost in 41 accordance with these Specifications and as shown in the Plans or as directed by 42 the Engineer. 43 44 Section 8-02.1 is supplemented with the following: 45 46 (******) 47 Roadside Restoration will include the restoration of wetlands and non-wetland 48 habitat disrupted during construction and creation of a new wetland site and any 49 additional restoration due to construction of the Valley Creek bridge near the . 50 northeast corner of the Valley Creek Bridge as shown on the plans. 51 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 1V-120 000328 January 2007 . . . 1 Phase 1 wetland restoration shall be constructed in Plant Area 1 in the Fall of 2 2007 or Spring of 2008. 3 4 Phase 2 wetland restoration shall be constructed in Plant Area 2 in the Fall of 5 2008 or Spring of 2009. 6 7 8-02.3 Construction Requirements 8 9 8-02.3(5) Planting Area Preparation 10 Section 8-02.3(5) is supplemented with the following: 11 12 (August 2, 2004) 13 After the initial planting area weed control, soil placement, and grading are 14 completed, and prior to the installation of irrigation lines and planting, all 15 designated planting areas shall be covered with compost. 16 17 Prior to placement and incorporation of compost, the application and 18 incorporation methods shall be approved by the Engineer. 19 20 Compost shall not be placed when a condition exists, such as frozen or 21 water saturated soil, that may be detrimental to successful application, 22 incorporation, or soil structure. 23 24 The Contractor shall notify the Engineer a minimum of five working days 25 prior to the start of compost work. 26 27 Compost shall be uniformly and evenly placed at a depth of 3 inches in all 28 designated areas. 29 30 31 8-02.5 Payment 32 Section 8-02.5 is supplemented with the following: 33 34 Payment for 'Wetland Creation" shall be lump sum for providing pre- 35 excavation weed control, excavating, loading, hauling, and disposal, grading, 36 providing, and placing compost blanket, seeding, fertilizing and mulching; 37 planting of trees, plant mixture A and B, fertilizer for plants, and plant 38 establishment. 39 40 Payment for 'Wetland Restoration" shall be by force account as provided in 41 Section 1-09.6 of the Standard Specifications. 42 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02- 15 IV-121 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 8-13 MONUMENT CASES . 8-13.1 Description (March 13, 1995) Section 8-13.1 is deleted and replaced by the following: This work shall consist of furnishing and placing monument cases, covers, and pipes in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer. 8-13.2 Materials Section 8-13.2 is supplemented with the following: (March 13, 1995) The pipe shall be Schedule 40 galvanized pipe. 8-13.3 Construction Requirements (March 13, 1995) The last paragraph of Section 8-13.3 is revised to read: The Engineer will be responsible for placing the concrete core and tack or wire inside the pipe. . 8-13.4 Measurement (March 13, 1995) Section 8-13.4 is deleted and replaced by the following: Measurement of monument case, cover, and pipe will be by the unit for each monument case, cover, and pipe furnished and set. 8-13.5 Payment (April 28, 1997) Section 8-13.5 is supplemented with the following: "Monument Case, Cover, and Pipe", per each. 8-20 IllUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is supplemented with the following: (******) This work also consists of furnishing and installing an interconnect cable at Marine Drive and Tumwater Street. . CITY OF PORT ANGELES 8th Street Bridge Replacements PrOject 02-15 IV -122 000328 January 2007 . . . 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 The Agency (City of Port Angeles) will furnish the following materials: Signal controller Fully-wired and tested controller cabinets Opticom preemption modules for controller Signal poles and mast arms Vehicle, pedestrian signal heads, and mounting hardware Iteris video detection camera and video modules The contractor will purchase and install all other required equipment including but not limited to foundations, anchor bolts, pedestrian push buttons, terminal cabinets, wire, conduit, junction boxes, emergency preemption detectors, luminaires and lamps, and signs. 8-20.2 Materials Section 8-20.2 is supplemented with the following: Light And Signal Standards (April 3, 2006) Light Standards with Type 1 Luminaire Arms Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans listed below, provided the following requirements have been satisfied: (a) Light source to pole base di~tanc~_ (H1) s!1all be as noted tn the Plans. Verification of H1 distances by the Engineer, prior to fabrication, is not required. Fabrication tolerance shall be :t6 inches. (b) All other requirements of the Special Provisions have been satisfied. Pre-Approved Plan Fabricator Mounting Hgt. Drawing No. DB00654 Rev. A Valmont Ind. Inc. Sheets 1, 2, & 3 30',40' & 50' Drawing No. W3721-1 Rev. E & W3721-2 Rev. A Ameron Pole Prod. Div. 40' & 50' Drawing No. NWS 3510 Rev. Northwest Signal 4-6-04 or NWS 3510B Rev. Supply Inc. 4-6-04 25',30',35', 40', 45' & 50' Drawing WS-SL-01 American Pole Structures, Inc. 25',30',35', 40',45',50' Drawing 71035-B39 Rev. 2 Sheets 1 & 2 Union Metal ~ Corp. 40' CITY OF PORT ANGELES 8tb Street Bndge Replacements Project 02-15 IV-I 23 000328 , January 2007 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 36 37 38 39 40 41 42 43 Drawing 71035-838 Rev. 2 Sheets 1 & 2 Union Metal Corp. 50' . Drawing No. WSDOT-LP-01 Rev. 2, Sheets 1 and 2 or WSDOT - LP-01-8E Rev 0 Sheets 1 and 2 or WSDOT - LP-01-C88 Rev 0 West Coast Engineering Group 25',30',35',40', 45', and 50' (August 7, 2006) Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre- approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. Traffic signal standard types and applicable characteristics are as follows: . Type PPB Pedestrian push button posts shall conform to Standard Plan J-7a or to one of the following pre-approved plans: Fabricator Northwest Signal Supply Inc. Drawing No. NWS 3530 or NWS 35308 Valmont Ind. Inc. D800655 Rev. B Ameron Pole Prod. Div. M3723 Rev. E Union Metal Corp. TA-10035 Rev. 3 West Coast Engineering Group WSDOT-PP-01 Rev. 0 . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-124 000328 January 2007 . 1 Type PS Pedestrian signal standards shall conform to Standard 2 Plan J-7a or to one of the following pre-approved plans: 3 4 Fabricator Drawing No. 5 Northwest Signal NWS 3530 or NWS 3530B 6 Supply Inc. 7 8 Valmont Ind. Inc. DB00655 Rev. B 9 10 Ameron Pole M3723 Rev. E or W3539 Rev. A 11 Prod. Div. 12 13 Union Metal Corp. TA-10025 Rev. 13 14 15 West Coast 16 Engineering Group WSDOT-PP-02 Rev. 0 17 18 Type I Type I vehicle signal standards shall conform to Standard 19 Plan J-7a or to one of the following pre-approved plans: 20 21 Fabricator Drawing No. 22 Northwest Signal NWS 3530 or NWS 3530B 23 Supply Inc. 24 . 25 Valmont Ind. Inc. DB00655 Rev. B 26 27 Ameron Pole M3723 Rev. E or W3539 Rev. A 28 Prod. Div 29 30 Union Metal Corp. TA-10025 31 Rev. 11 32 33 West Coast 34 Engineering Group WSDOT-PP-02 Rev. 0 35 36 Type FB Type FB flashing beacon standard shall conform to 37 Standard Plan J-7a or the following pre-approved plan: 38 39 Fabricator Drawing No. 40 Union Metal Corp 50200-B58 Rev. 3 41 42 Valmont Ind. Inc. DB00655 Rev. B 43 44 Ameron Pole W3539 Rev. B 45 Prod. Div. 46 47 Northwest Signal NWS 3535 or NWS 3535B 48 Supply, Inc. . 49 CITY OF PORT ANGELES 000328 8th Street Bridge Replacements IV-125 January 2007 Project 02-15 1 Type RM Type RM ramp meter standard shall conform to Standard . 2 Plan J-7a or the following pre-approved plan: 3 4 Fabricator Drawing No. 5 Union Metal Corp 50200-B58 Rev. 3 6 7 Valmont Ind. Inc. DB00655 Rev. B 8 9 Ameron Pole W3539 Rev. A 10 Prod. Div. 11 12 Northwest Signal NWS 3535 or NWS 3535B 13 Supply, Inc. 14 15 Type CCTV Fabricator Drawing No. 16 Valmont Industries, Inc. DB 00759 Rev. C 17 18 Type II Characteristics: 19 20 Luminaire mounting height N.A. 21 Luminaire arms N.A. 22 Luminaire arm length N.A. 23 Signal arms One Only 24 25 Type II standards shall conform to one of the following pre- . 26 approved plans, provided all other requirements noted 27 herein have been satisfied. Maximum (x) (y) (z) signal arm 28 loadings in cubic feet are noted after fabricator. 29 30 Signal Arm 31 Length (max) Fabricator-(x) (y) (z) Drawing No. 32 33 65 ft. Valmont Ind. Inc.-(2894) DB00625-Rev. E, 34 Shts. 1, 2 & 3 35 36 65 ft. Union Metal Corp. (2900) 71026-B86 Rev. 4 37 shts. 1, 2, & 3 38 39 65 ft. Ameron Pole-(2900) W3724-1 Rev. E & 40 Prod. Div. W3724-2 Rev. 0 41 42 65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03 43 Supply Inc. or NWS 3500B 44 Rev. 10/14/03 45 46 45 ft. American Pole (1875) WS- T2-L Rev. 1 47 Structures, Inc. 48 49 65 ft. American Pole (2913) WS- T2-H Rev. 1 . 50 Structures, Inc. 51 CITY OF PORT ANGELES 000328 8th Street Bridge Replacements 1V-126 January 2007 PrOject 02-15 . 1 Type III Characteristics: 2 3 Luminaire mounting height 30 ft., 4 35 ft., 5 40 ft., 6 or 50 ft. 7 Luminaire arms One Only 8 Luminaire arm type Type 1 9 Luminaire arm length (max.) 16 ft. 10 Signal arms One Only 11 12 Type III standards shall conform to one of the following 13 pre-approved plans, provided all other requirements noted 14 herein have been satisfied. Maximum (x) (y) (z) signal arm 15 loadings in cubic feet are noted after fabricator. 16 17 Signal Arm 18 Length (max) Fabricator-(x) (y) (z) Drawing No. 19 20 65 ft. Valmont Ind. Inc.-(2947) DB00625-Rev. E, 21 Shts. 1, 2 & 3 22 and "J" luminaire arm 23 24 65 ft. Union Metal Corp. (2900) 71026-B87 Rev. 4 25 Shts. 1, 2 ~ 3 . 26 27 65ft Ameron Pole-(2900) W3724-1 Rev. E & 28 Prod. Div. W3724-2 Rev. D 29 and "J" luminaire arm 30 31 65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03 32 Supply Inc. or NWS 3500B 33 Rev. 1 0/14/03 34 35 45 ft. American Pole (1875) WS-T3J-L, Rev. 1, Shts. 1 & 2 36 Structures, Inc. 37 38 65 ft. American Pole (2913) WS-T3J-H Rev. 1, Shts. 1 & 2 39 Structures, Inc. 40 41 Type IV Type IV strain pole standards shall be consistent with 42 details in the plans and Standard Plan J-7c or one of the 43 following pre-approved plans: 44 45 Fabricator Drawing No. 46 Northwest Signal NWS 3520 or NWS 35208, 47 Supply Inc. 48 49 Valmont Ind. Inc. 5000-4 . 50 51 Ameron Pole M3650 Rev. A 52 Prod. Oiv. CITY OF PORT ANGELES 000328 8th Street Bridge Replacements IV-127 January 2007 Project 02-15 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Type V Type SD CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 Union Metal Corp. EA-10224 Rev. 8 . American Pole Structures, Inc. 9000-12-037 Rev. A West Coast Engineering Group WSDOT-TS-01 Rev. 0 Sheets 1, 2, and 3 Type V combination strain pole and lighting standards shall be consistent with details in the plans and Standard Plan J-7c or one of the following pre-approved plans: Fabricator Northwest Signal Supply Inc. Drawing No. NWS 3520 or NWS 35208 Valmont Ind. Inc. 5000-4 Ameron Pole Prod. Div. M3650 Rev. A Union Metal Corp. EA-10225, Rev. 8 Shts. 1 & 2 American Pole Structures, Inc. 9020-12-007 Rev. B . West Coast Engineering Group WSDOT- TS-01 Rev. 0 Sheets 1, 2, and 3 The luminaire arm shall be Type 1, 16 foot maximum and the luminaire mounting height shall be 40 feet or 50 feet as noted in the plans. ,Type SD standards require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre-approved plans and as follows: 1. A 90 mph wind loading shall be used. 2. The Design Life and Recurrence Interval shall be 50 years for luminaire support structures exceeding 50 feet in height, and 25 years for all other luminaire support structures. 3. Fatigue design shall conform to AASHTO Section 11, Table 11-1 using fatigue category III. . IV-128 000328 January 2007 . . . 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 36 37 38 39 40 41 42 43 44 45 46 Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. Details for hand holes and luminaire arm connections are available from the Bridges and Structures Office. Foundations for various types of standards shall be as follows: Type PPB Type PS Type I Type FB Type RM Type CCTV Type II Type III Type IV Type V Type SD As noted on Standard Plan J-7a. As noted on Standard Plan J-7a. As noted on Standard Plan J-7a. As noted on Standard Plan J-7a As noted on Standard Plan J-7a As noted in the Plans. As noted in the Plans. As noted in the Plans. As noted in the Plans and Standard Plan J-7c. As noted in the Plans and Standard Plan J-7c. As noted in the Plans. 8-20.2(1) Equipment List and Drawings Section 8-20.2(1) is supplemented with the following: Shop Drawings The Contractor shall submit shop drawings for the illumination system to the Engineer for review in accordance with Section 1-05.3 prior to fabrication. After fabrication, the luminaire pole and light guard shall be galvanized in accordance with AASHTO M111 Specifications. The Contractor shall submit shop drawings for the temporary interconnect system to the Engineer for review in accordance with Section 1-05.3. CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-129 000328 January 2007 1 8-20.3 Construction Requirements 2 Section 8-20.3 is supplemented with the following: 3 4 (******) 5 Temporary Interconnect System - Marine Drive 6 Additional interconnect cable shall be installed in a 2 inch conduit on the SW 7 corner timber pole and to the NE corner existing utility pole at the Marine 8 Driveffumwater Street intersection. 9 . Install pole attachment hardware and interconnect cable from the NE 10 corner pole at Marine Driveffumwater Street to the Port Angeles City 11 Light steel pole on the North side of Marine Drive. 12 · Install pole attachment hardware and interconnect cable to the 13 Port Angeles City Light steel pole on the South side of Marine Drive. 14 . Install a new 30 foot Class 2700 timber strain pole with back guy 15 anchor within 15 feet of the existing signal controller cabinet to the 16 SE corner at the Marine Drive and Tumwater Accessffruck Route 17 intersection. 18 . Install one 2 inch conduit and weather head on timber strain pole and 19 install conduit to signal junction box. 20 . Install interconnect cable from timber pole to the signal controller 21 cabinet at Marine Drive and Tumwater Accessffruck Route 22 intersection. 23 24 Contractor shall coordinate installation and terminations at the traffic controllers 25 with City of Port Angeles and WSDOT traffic operations engineer and technician. 26 Contractor shall coordinate installation on existing steel light poles from City Light 27 prior to installation. 28 29 Contact: Terry Dahlquist, 360-417-4702 30 31 After traffic control detour is completed and upon approval of the Engineer, the 32 Contractor shall remove the temporary interconnect system in its entirety. 33 34 8-20.3(1) General 35 Section 8-20.3(1) is supplemented with the following: 36 37 (......) 38 The existing luminaires, and light standards shall remain the property of 39 Contracting Agency. The Contractor shall deliver this equipment to 40 41 Port Angeles City Light Operations Pole Yard 42 Tumwater Truck Route at Lauridsen Boulevard 43 Port Angeles, WA 44 45 during normal business hours. Contact Port Angeles City Light, James Klarr 46 (360)-417-4730. 47 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-130 000328 January 2007 . . . . . . 1 The temporary signal equipment including timber poles, signal heads, traffic 2 signal controller, and electrical service to be removed shall remain the property of 3 the Contracting Agency. The Contractor shall deliver this equipment to: 4 5 Traffic Signal Yard 6 Valley Street at Cherry Street 7 Port Angeles, WA 8 9 During normal business hours. Contact City of Port Angeles Traffic Engineer, 10 Jim Mahlum (360) 417-4701. 11 12 All other existing electrical equipment and materials designated to be removed 13 shall become the property of the Contractor and be removed from the project. 14 15 8-20.3(4) Foundations 16 Section 8-20.3(4) is supplemented with the following: 17 18 (..**..) 19 All existing light standard and signal standard foundations to be removed shall be 20 removed to 2 feet below finished grade. The remaining hole shall be backfilled 21 with granular material and compacted in accordance with Section 8-20.3(2). 22 23 The Contractor shall verify the traffic signal controller cabinet base dimensions 24 are compatible to the cabinet foundation dimensions as shown in Standard Plans 25 J-3b and J-6c prior to construction the foundation. 26 27 8-20.3(5) Conduit 28 Section 8-20.3(5) is supplemented with the following: 29 30 (**.... ) 31 All conduits for traffic signal installations shall be rigid galvanized steel. If the 32 Contractor elects to use PVC conduit for illumination or interconnect runs the 33 conduit shall meet the following requirements: 34 35 1. Minimum diameter of 1 14 inches. 36 2. Schedule 80 conduit. 37 3. Installed per Standard Specifications and Standard Plans. 38 4. Any underground crossing of roadway, roadbed, driveway, or road 39 approach shall be rigid galvanized steel. 40 41 All conduit for traffic signals, illumination, interconnect, or Intelligent 42 Transportation System shall be rigid galvanized steel at all underground roadway, 43 roadbed, driveway, or road approach crossings. 44 CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 N-131 000328 January 2007 1 8-20.3(8) Wiring . 2 Section 8-20.3(8) is supplemented with the following: 3 4 (March 13, 1995) 5 Field Wiring Chart 6 501 AC+ Input 516-520 Railroad Pre-empt 7 502 AC- Input 5A 1-5D5 Emergency Pre-empt 8 503-510 Control-Display 541-580 Coordination 9 511-515 Sign Lights 581-599 Spare 10 11 Movement Number 1 2 3 4 5 6 7 8 9 12 13 Vehicle Head 14 Red 611 621 631 641 651 661 671 681 691 15 Yellow 612 622 632 642 652 662 672 682 692 16 Green 613 623 633 643 653 663 673 683 693 17 Spare 614 624 634 644 654 664 674 684 694 18 Spare 615 625 635 645 655 665 675 685 695 19 AC- 616 626 636 646 656 666 676 686 696 20 Red Auxiliary 617 627 637 647 657 667 677 687 697 21 Yellow Auxiliary 618 628 638 648 658 668 678 688 698 22 Green Auxiliary 619 629 639 649 659 669 679 689 699 23 Pedestrian Heads & Dets. 24 Hand 711 721 731 741 751 761 771 781 791 25 Man 712 722 732 742 752 762 772 782 792 26 AC- 713 723 733 743 753 763 773 783 793 . 27 Detection 714 724 734 744 754 764 774 784 794 28 Common-Detection 715 725 735 745 755 765 775 785 795 29 Spare 716 726 736 746 756 766 776 786 796 30 Spare 717 727 737 747 757 767 777 787 797 31 Spare 718 728 738 748 758 768 778 788 798 32 Spare 719 729 739 749 759 769 779 789 799 33 Detection 34 AC+ 811 821 831 841 851 861 871 881 891 35 AC- 812 822 832 842 852 862 872 882 892 36 Common-Detection 813 823 833 843 853 863 873 883 893 37 Detection A 814 824 834 844 854 864 874 884 894 38 Detection B 815 825 835 845 855 865 875 885 895 39 Loop 1 Out 816 826 836 846 856 866 876 886 896 40 Loop 1 In 817 827 837 847 857 867 877 887 897 41 Loop 2 Out 818 828 838 848 858 868 878 888 898 42 Loop 2 In 819 829 839 849 859 869 879 889 899 43 Supplemental Detection 44 Loop 3 Out 911 921 931 941 951 961 971 981 991 45 Loop 3 In 912 922 932 942 952 962 972 982 992 46 Loop 4 Out 913 923 933 943 953 963 973 983 993 47 Loop 4 In 914 924 934 944 954 964 974 984 994 48 Loop 5 Out 915 925 935 945 955 965 975 985 995 49 Loop 5 In 916 926 936 946 956 966 976 986 996 50 Loop 6 Out 917 927 937 947 957 967 977 987 997 . 51 Loop 6 In 918 928 938 948 958 968 978 988 998 52 Spare 919 929 939 949 959 969 979 989 999 CITY OF PORT ANGELES 000328 8'h Street Bridge Replacements IV-132 January 2007 Project 02-15 . . . 1 8-20.3(11) Testing 2 Section 8-20.3(11) is supplemented with the following: 3 4 Testing and turn-on electrical systems shall be performed during daytime hours. 5 The time and date of the Turn-on date shall be coordinated with the Jim Mahlum, 6 Project Manager for the City of Port Angeles. Prior to scheduling a Turn-On date, 7 the Contractor shall verify with the Engineer that: 8 9 1. Field tests 1, 2, and 3 as specified in Section 8-20.3(11) have been 10 completed; and 11 2. All other field tests specified in Section 8-20.3(14)0 have been 12 completed. 13 3. Four Contractor-supplied 48" x 48" W20-902 (NEW SIGNAL AHEAD) 14 signs and 4 x 6 wood posts shall each be installed at locations staked 15 by the Engineer. The Contractor shall remove these sign assemblies 16 two weeks after normal cycling operation has begun. 17 4. Give notice of the Turn-On date and time to the Engineer five working 18 days in advance of said date. 19 20 Traffic signal Turn-On procedures shall not commence until: 21 22 1. All required channelization - crosswalks, stop bars and pavement 23 markings have been installed; and, 24 2. All required signs have been installed. 25 26 Prior to Turn-On, the Contractor shall perform Field Test 4 in the presence of 27 Agency electronics technicians and electrical inspectors. 28 29 Field Test 4 shall proceed as follows: 30 31 1. Turn-On the signal system to its flash mode to verify proper flash 32 indications; 33 2. Stop all traffic from entering the intersection; and, 34 3. Allow the signal system to cycle through no less than one full signal 35 cycle to verify proper signal operation. 36 37 Based on the outcome of Field Test 4, the Contracting Agency electronics 38 technicians will order the Contractor to take one of the following actions: 39 40 1. Turn-On the signal system to normal cycling operation: 41 2. Set the signal system to its flash mode for a period not exceeding five 42 calendar days: or, 43 3. Turn-Off power to the signal system and cover all signal displays with 44 black opaque material. 45 46 If action 3 is taken, the Contractor shall schedule a new Turn-On date with the 47 Contracting Agency electronics technicians following the procedures given 48 herein. 49 50 Following Turn-On, all conflicting signs shall be removed as ordered by the 51 Engineer. CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 000328 January 2007 IV-133 1 Turn-On to normal cycling operation shall start no earlier than 9:00 a.m. and be 2 completed prior to 2:00 p.m., however, no Turn-On will be allowed on Fridays, 3 weekends, holidays, or the day preceding a holiday. 4 5 8-20.3(14) Signal Systems 6 7 8-20.3(14)C Induction Loop Vehicle Detectors 8 Section 8-20.3(14)C is deleted and replaced with the following: 9 10 (******) 11 Video Detection 12 Temporary and permanent vehicle detection shall be provided via Iteris video 13 detection equipment. The video detection and ancillary equipment shall be as 14 required by Iteris. Four conductor hybrid cable shall be composed of RG-59 15 coaxial video cable and a three conductor #14 AWG jacketed power cable 16 conforming to International Municipal Signal Association (IMSA) 17 specification 20-1. The video and power cable shall not be spliced in more than 18 one location per cable. 19 20 8-20.3(14)E Signal Standards 21 Section 8-20.3(14)E is supplemented with the following: 22 23 (******) 24 Traffic Signal Standard Identification 25 Signal mast arms, Type II shafts, Type III shafts, Type IV shafts, Type V shafts, 26 and luminaire mast arms shall require identification tags. The identification shall 27 consist of a corrosion resistant metal tag riveted to the component. Tags for shafts 28 shall be located above the base plate hand hole. Tags for signal mast arms shall 29 be located above the arm connection. Tags for the luminaire arm shall be located 30 above the connection point. The tag shall conform to the detail shown on the 31 signal standard chart and include the approved pole drawing number, pole 32 number, manufacturer's name, and manufacture date. Identification of Type PPB, 33 Type PS and Type I standards is not required. 34 35 8-20.5 Payment 36 Section 8-20.5 is supplemented with the following: 37 38 (******) 39 All costs associated with the delivery of removed electrical equipment to remain 40 the property of the Contracting Agency to the Port Angeles City Light Salvage 41 Yard shall be included in the lump sum price for "Illumination System " 42 43 "Temp. Traffic Signal System - US 101 & Pine St.", lump sum. 44 The lump sum contract price for ''Temp. Traffic Signal System - US 101 & 45 Pine St." shall be full pay for the system as described, including removal. 46 47 ''Temporary Interconnect System - Marine Drive", lump sum. 48 The lump sum contract price for "Temporary Interconnect System - Marine Drive" 49 shall be full pay for furnishing all materials, labor, tool, equipment, services and CITY OF PORT ANGELES 81b Street Bridge Replacements PrOject 02-15 1V-134 000328 January 2007 . . . . . . 1 2 3 4 5 6 7 8 9 10 11 incidentals necessary to furnish and install the temporary interconnect system as detailed in the plans and specified herein. "All. A Illumination System - ", lump sum. "All. B Illumination System - ", lump sum. The lump sum contract price for "All. A Illumination System - " and "All. B Illumination System - " shall be full pay for furnishing all materials, labor, tool, equipment, services and incidentals necessary to furnish and install the illumination system as detailed in the plans and specified herein. END OF DIVISION 8 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-135 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 DIVISION 9 MATERIALS . 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(2) HMA Test Requirements (May 25, 2006 APWA GSP) Section 9-03.8(2) is supplemented with the following: ESALs The number of ESALs for the design and acceptance of the HMA shall be *** 3.9 *** million. 9-29 IllUMINATION, SIGNALS, ELECTRICAL 9-29.3 Conductors, Cable Section 9-29.3, shall be supplemented with the following: (******) Video Detector cable shall be hybrid oval-jacketed cable composed of one RG-59 coaxial video cable and a three conductor #14 AWG jacketed cable. The cable shall meet the manufacturer's requirements for the video detection cameras and detection interface modules in the controller. The three conductor cable shall be in accordance with the International Municipal Signal Association (IMSA) specification 20-1. 9-29.13 Traffic Signal Controllers Section 9-29.13 is supplemented with the following: . (******) Signal cabinets will be built per WSDOT Olympic Region's cabinet specifications and cabinet wiring diagram. The following list is for the Contractor's information only. All control equipment and modules shall be furnished by the Contracting Agency: Equipment requirements shall include the following: 1 ea. Type "P" Aluminum Controller Cabinet (Double Door). Controller cabinets shall be finished inside with an approved finish coat of exterior white enamel and outside with an approved enamel finish, light gray or aluminum in color, with front and rear doors. Provide for temporary installation of lifting eyes. The cabinet shall include two shelves. Each shelf shall have additional support welded down the center. The bottom shelf shall contain a slide out with lid for a laptop computer and drawing storage. 1 ea. 16 Position Load Bay. The load bay shall be fully wired including: 12 channel conflict monitor cables; controller special function cable; TMM 500 "A" and "E" cables, . CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-136 000328 January 2007 . 1 fused load switch outputs (KTK-10 or equal), with 9 in. clearance from 2 field output terminals to cabinet floor. Fuse blocks shall be screw 3 terminal type with NO.1 0 post capable of accepting no less than two 4 No. 12 wires fitted with spade lugs. Phase amber or red flash 5 sequence shall be changeable without the use of tools. All 8-phase 6 Walk CMU inputs shall be made available on the back panel front. 7 Phase Walk CMU input to load switch shall be selectable with one 8 jumper per phase. 9 10 16 ea. Type SP 4301 Dual Indicating Load Switches. 11 12 1 ea. Eberle Design Inc. Model SSM-12LE Data Logging conflict monitor or 13 equal. CMU must display time, fault(s), and all load switch output 14 conditions simultaneously. 15 16 1 ea. Stop Time Switch. 17 Cabinets shall be equipped with a three position toggle switch that 18 provides Stop Time true inputs as follows: Auto - Stop Timing applied 19 by CMU during an abnormal condition, or by the flash position of the 20 police panel Flash-Auto switch. Oft - Stop Timing not true any time. 21 On - Stop Timing always true. 22 23 1 ea. 12 Two Channel Rack-Mounted Digital Loop Detectors (Timing Type) 24 14 Position Loop Detector/Opticom Card Rack . 25 2 Positions wired for Opticom M752 Discriminators. 26 12 Positions wired for 2 channel loop detectors with respective phase 27 green inputs as follows: 28 29 L11 30 L21,L22,L23,L24 31 L31 32 L41,L42 33 L51 34 L61, L62, L63, L64 ' 35 L71 36 L81, L82 37 Aux1 through Aux8 38 39 2 ea. 3M model 752 Phase Selectors (Opticom) 40 41 1 ea. Detector Display Panel 42 43 24 vehicle detection displays (PSB-28 LAMPS) 44 45 4 pedestrian detection displays (PSB-28 LAMPS) 46 47 4 pedestrian displays (PSB-120 LAMPS) 48 . 49 Detection switches shall be 1,4 inch mountALCO MTA106H 50 On-Oft-On (Momentary) miniature toggle type. 51 CITY OF PORT ANGELES 000328 8th Street Bridge Replacements IV -13 7 January 2007 Project 02-15 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 36 9-29.17 Signal Head Mounting Brackets and Fittings 37 Section 9-29.17 is supplemented with the following: 38 39 (******) 40 The plumbizer required for the Type M mount shall be bronze as shown in 41 Standard Plan J-6g. The unit shall provide a wire way capable of accepting the 42 5-conductor cable without damage to the sheath, shall include three stainless 43 steel set screws, shall be mounted with a 3/8 inch stainless steel through-bolt 44 with washers and double nuts, and shall be painted with two coats of traffic 45 signal green baked enamel. 46 Lamps shall be protected by Sylvania Osram 3016X series lenses. Lamp caps are not acceptable. . 1 ea. 4 wire interconnect Hayes smart type Dial-up Modem. 1 ea. Traconex TMP-390 (J8 software) Controller with Special Function Module shall meet or exceed the requirements specified in: 1. Washington Standard Specifications for Road, Bridge, and Municipal construction. 2. National Electrical Manufacturers Association (NEMA) Publication No. TS1-1976 as currently amended. 3. These Special Provisions. 1 ea. Traconex TMP-390 Multi-Comm Communication Module 1 ea. GDI212 PC programmable "S" Registers PC programmable "AT" Command Set Shall maintain programming for 12 months while unpowered The following functions shall also be provided in the local signal control unit: 1. Guaranteed Yellow The Yellow interval for all phases shall be 3.5 seconds unless the operator sets a higher value for it. . 2. Simultaneous Gap Out Two concurrently timing phases shall simultaneously reach a rest state prior to their termination by gap out and prior to advancing across the barrier. A phase in dual ring operation may re-time its gap from a rest state upon vehicle actuation: . CITY OF PORT ANGELES 81h Street Bndge Replacements Project 02-15 N-138 000328 January 2007 . . . 1 9-29.18 Vehicle Detector 2 Section 9-29.18 is supplemented with the following: 3 4 (******) 5 Camera Detection 6 All detection shall be video detection. Video cameras and detection modules will 7 be furnished by the Contracting Agency for installation and set up and field testing 8 by the Contractor. A detection scheme that includes stop bar detection in left turn 9 lanes on the main street and all side street approach lanes will be required to be 10 set up, as directed by the Engineer. 11 12 9-29.19 Pedestrian Push Buttons 13 Section 9-29.19 is deleted and replaced with the following: 14 15 (******) 16 Where noted in the contract, pedestrian push buttons of substantially tamper- 17 proof construction shall be furnished and installed. They shall consist of a 2 % - 18 inch diameter chrome plated mushroom plunger and a single momentary contact 19 switch in a cast metal housing assembled with the push button sign shown in the 20 plans. The switch shall have a snap action contacts, actuated by a three bladed 21 beryllium copper springs, and shall be rated 10 amperes, 125 volts. 22 23 The pedestrian push-button assembly shall be constructed and mounted as 24 detailed in the contract. The assembly shall be constructed so that it will be 25 impossible to receive an electrical shock under any weather conditions. 26 27 END OF DIVISION 9 CITY OF PORT ANGELES 8lh Street Bndge Replacements Project 02-15 IV-139 000328 January 2007 1 APPENDICES 2 (July 12, 1999) 3 4 5 6 7 8 9 10 11 12 The following appendices are attached and made a part of this contract: *** APPENDIX A: Summary of Geotechnical Conditions APPENDIX B: Disputes Review Board *** CITY OF PORT ANGELES 8th Street Bridge Replacements Project 02-15 IV-140 000328 January 2007 . . . . . . 1 STANDARD PLANS 2 August 7, 2006 3 The State of Washington Standard Plans for Road, Bridge, and Municipal Construction 4 M21-01 transmitted under Publications Transmittal No. PT 06-035, effective August 7, 5 2006, is made a part of this contract. 6 7 The Standard Plans are revised as follows: 8 9 All Standard Plans 10 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be 11 revised to read "Hot Mix Asphalt". 12 13 All references in the Standard Plans to the abbreviation "ACP" shall be revised to 14 read "HMA". 15 16 A-1 17 The TI E BAR length of 32" is revised to 30". 18 19 In the PCCP TO ACP LONGITUDINAL JOINT, SECTION VIEW: the reference to 20 Std. Spec. 5-04.3(11) is revised to Std. Spec. 5-04.3(12)8. 21 22 C-1 Sheet 2 23 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and 24 to 7/8" from 1". 25 26 C-11 b Sheets 1 and 2 27 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST-IN- 28 PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is 29 revised to CONCRETE CLASS 4000. 30 31 In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding 32 symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld 33 joints, and the 1/2" End Gussets have 1 /2" fillet weld joints. 34 35 D-1 a Sheet 2 & D-1 b Sheet 2 36 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension l' - 2 37 1/2" is revised to l' - 0 1/2". 38 39 F-3b 40 In SECTION "C": the dimension labeled VARIES - 3' - 0" TO "A" - TYPE 2A is 41 revised to VARIES - 3' - 0" TO "E" - TYPE 2A; VARIES - 2' - 6" TO "e" - 42 TYPE 2B is revised to VARIES - 2'_ 6" TO "G" - TYPE 2B; and, VARIES - 6'_ 43 0" TO "B" is revised to VARIES - 6'- 0" TO "F". 44 45 G-8g Sheet 1 46 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the 47 parenthetical specification "12 GAGE" is revised to "7 GAGE". 48 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 IV-141 000328 January 2007 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 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1-10 In NOTE 1: the reference to Standard Specification 8-01.3(5)A is revised to Standard Specification 8-01.3(6)A. K-1 through K-27 These plans are for local agency use only. . M-17.10-00 NOTE 2 is omitted. (See Standard Plan G-1 for sign mounting height) The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-1 ..................... 5/13/02 A-3 .................... 5/30/02 A-6 .................2/24/03 A-2 ..................... 5/09/02 A-5 .................... 2/24/03 A-7 ............... 10/04/05 8-5.20-00...........6/01/06 8-30.50-00........6/01/06 8-75.20-00..... 6/01/06 8-5.40-00........... 6/01/06 8-30.70-00........6/01/06 8-75.50-00.....6/08/06 8-5.60-00........... 6/01/06 8-30.80-00........ 6/08/06 8-75.60-00..... 6/08/06 8-10.20-00......... 6/01/06 8-30.90-00........6/08/06 8-80.20-00.....6/08/06 8-10.40-00......... 6/01/06 8-35.20-00 ........ 6/08/06 8-80.40-00 ..... 6/01/06 . 8-10.60-00.........6/08/06 8-35.40-00........6/08/06 8-82.20-00.....6/01/06 8-15.20-00.........6/01/06 8-40.20-00........6/01/06 8-85.10-00.....6/01/06 8-15.40-00......... 6/01/06 8-40.40-00........ 6/01/06 8-85.20-00.....6/01/06 8-15.60-00......... 6/01/06 8-45.20-00........6/01/06 8-85.30-00.....6/01/06 8-20.20-00.........6/01/06 8-45.40-00........6/01/06 8-85.40-00..... 6/08/06 8-20.40-00......... 6/01/06 8-50.20-00........6/01/06 8-85.50-00.....6/08/06 8-20.60-00......... 6/01/06 8-55.20-00........6/01/06 8-90.10-00.....6/08/06 8-25.20-00.........6/08/06 8-60.20-00........6/08/06 8-90.20-00..... 6/08/06 8-25.60-00.........6/01/06 8-60.40-00........ 6/01/06 8-90.30-00..... 6/08/06 8-30.10-00.........6/08/06 8-65.20-00........ 6/01/06 8-90.40-00.....6/08/06 8-30.20-00.........6/08/06 8-30.30-00.........6/01/06 8-30.40-00......... 6/01/06 8-90.50-00.....6/08/06 8-95.20-00..... 6/08/06 8-95.40-00.....6/08/06 8-65.40-00........ 6/01/06 8-70.20-00........ 6/01/06 8-70.60-00........ 6/01/06 . CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02-15 000328 January 2007 N-142 . 1 C-1 .. .... ............. 10/31/03 C-3 . . .. .. . .. . .. .. .... 1 0/04/05 C-8f ................ 6/30/04 2 C-1 a ................... 7/31/98 C-3a ................ 1 0/04/05 C-10 ............... 7/31/98 3 C-1 b ................. 10/31/03 C-3b ...............: 1 0/04/05 C-11 ............... 5/20/04 4 C-1 c ................... 5/30/97 C-3c .................. 6/21/06 C-11 a ............. 5/20/04 5 C-1 d ................. 10/31/03 C-3d .................. 3/03/05 C-11 b ... ..........5/20/04 6 C-2............. ........ 1/06/00 C-4 ............... ..... 7/13/01 C-12 ............... 7/27/01 7 C-2a................... 6/21/06 C-4a ....... .. .. .. .. ... 2/25/05 C-13 ............... 4/16/99 8 C-2b ................... 6/21/06 C-4b ..... ... .. . . .. . ... 6/08/06 C-13a ............. 4/16/99 9 C-2c ................... 6/21/06 C-4e . .. .... . .... .. .... 2/20/03 C-13b ............. 4/16/99 10 C-2d ................... 6/21/06 C-4f ................... 6/30/04 C-14a ............. 7/26/02 11 C-2e ................... 6/21/06 C-5 .................. 10/31/03 C-14b ............. 7/26/02 12 C-2f ....................3/14/97 C-6 .................... 5/30/97 C-14c ............. 7/26/02 13 C-2g ................... 7/27/01 C-6a .................. 3/14/97 C-14d ............. 7/26/02 14 C-2h ................... 3/28/97 C-6c .................. 1/06/00 C-14e ............. 7/26/02 15 C-2i .................... 3/28/97 C-6d .................. 5/30/97 C-14f .............. 9/02/05 16 C-2j .................... 6/12/98 C-6f ................... 7/25/97 C-14g ............. 9102/05 17 C-2k ................... 7/27/01 C-7 .................. 10/31/03 C-14h ............. 1/11/06 18 C-2n ................... 7/27/01 C-7a ................ 10/31/03 C-14i ............ 12/02/03 19 C-2o ................... 7/13/01 C-8 ....................4/27/04 C-14j ............ 12/02/03 20 C-2p.................10/31/03 C-8a .................. 7/25/97 C-14k ............. 1/11/06 21 C-2q ................... 3/03/05 C-8b .................. 1/11/06 C-16a ........... 11/08/05 22 C-2r.................... 3/03/05 C-8c ................ 11/08/05 C-16b ........... 11108/05 23 C-2s ................... 3/03/05 C-8d ................ 11108/05 24 C-2t.................... 3/03/05 C-8e ................ 11108/05 . 25 26 0-1 a ................... 1/23/02 0-2.30-00........ 11/10/05 0-2.80-00.....11/10/05 27 0-1 b .................10/06/99 0-2.32-00........ 11/10/05 0-2.82-00..... 11/10/05 28 0-1 c ................. 10/06/99 0-2.34-00........ 11/10/05 0-2.84-00.....11/10/05 29 0-1 d................. 10/06/99 0-2.36-00........ 11/10/05 0-2.86-00..... 11/10/05 30 0-1 e ................... 1/23/02 0-2.38-00........ 11/10/05 0-2.88-00..... 11/10/05 31 0-1 f.................. 10/06/99 0-2.40-00 ........ 11/10/05 0-2.92-00..... 11/10/05 32 0-2.02-00..........11/10/05 0-2.42-00........ 11/10/05 0-3 ................. 7/13/05 33 0-2.04-00..........11/10/05 0-2.44-00........ 11/10/05 0-3a ............... 6/30/04 34 0-2.06-00..........11/10/05 0-2.46-00........ 11/10/05 0-3b ............... 6/30/04 35 0-2.08-00..........11/10/05 0-2.48-00........ 11/10/05 0-3c ............... 6/30/04 36 0-2.10-00..........11/10/05 0-2.60-00........ 11/10/05 0-4............... 12/11/98 37 0-2.12-00..........11/10/05 0-2.62-00........11/10/05 0-6................. 6/19/98 38 0-2.14-00..........11/10/05 0-2.64-00........11/10/05 0-7............... 10/06/99 39 0-2.16-00..........11/10/05 0-2.66-00........ 11/10/05 0-7a ............. 10/06/99 40 0-2.18-00..........11/10/05 0-2.68-00........ 11/10/05 0-9............... 12/11/98 41 0-2.20-00..........11/10/05 0-2.78-00 ........ 11/10/05 42 43 E-1 ..................... 7/25/97 E-4 .................... 8/27/03 E -5 ................. 5/29/98 44 E-2 ..................... 5/29/98 E-4a .................. 8/27/03 45 46 F-1 ................... 12/17/02 F-2c...................6/23/04 F-3c .. . .. . .. .. .. .... 2/09/05 47 F-1 a................. 12/17/02 F-2d .................. 6/23/04 F-3d................ 2/09/05 48 F-2 ..................... 8/27/99 F-3 .................... 1/13/03 F-3e................ 2/09/05 49 F-2a ................... 6/23/04 F-3a .................. 2/09/05 F-,4 ................. 1/13/03 . 50 F-2b ................... 2/09/05 F-3b .................. 9/02/05 51 CITY OF PORT ANGELES 000328 8th Street Bridge Replacements IV-143 January 2007 Project 02-15 1 G-1.....................9/12/01 G-6.................... 8/27/03 G-8e............... 8/18/04 . 2 G-2.....................6/04/02 G-6a.................. 8/27/03 G-8f .............. 11/09/05 3 G-2a................... 6/04/02 G-6b.................. 8/27/03 G-8g. ............ 11/09/05 4 G-3................... .11 /09/05 G-7....................6/08/06 G-9a ............... 6/25/02 5 G-3a.. .. ... .. .. .. .. ... 11/09/05 G-8a................ 12/15/04 G-9b............... 6/08/06 6 G-3b..................11/09/05 G-8b................ 11/09/05 G-9c ............. 11/23/04 7 G-4a..................11/09/05 G-8c... ...............8/18/04 G-9d ............... 6/08/06 8 G-4b................... 6/30/04 G-8d................12/15/04 9 10 H-1.....................1/10/02 H-4 .................... 8/18/04 H-10 ............... 5/29/98 11 H-1 a....... ............ 4/14/00 H-4a ..................2/25/05 H-12 ............... 2/25/05 12 H-1 b ................... 6/21/06 H-4b .................. 2/25/05 H-12a ............. 2/25/05 13 H-1 c ................... 3/04/05 H-6.................. 10/29/03 H-12b ............. 2/25/05 14 H-1d...............:...6/21/06 H-7 .................... 8/10/98 H-13 ............... 2/25/05 15 H-1 e................... 6/21/06 H-8 ....................9/18/98 H-13a ............. 2/25/05 16 H-2..................... 3/04/05 H-9 ....................4/18/97 H-14 ............... 2/09/05 17 18 1-1 ...................... 7/18/97 1-6...................... 7/17/03 1-11 ....... .......... 9/11/03 19 1-2 ...................... 4/23/99 1-7......................7/17/03 1-12................. 7/17/03 20 1-3 ...................... 8/20/99 1-8...................... 7/17/03 1-13................. 7/17/03 21 1-4...................... 7/17/03 1-9...................... 7/17/03 1-14................. 7/17/03 22 1-5 ...................... 7/17/03 1-10.................... 7/17/03 1-15................. 7/13/05 23 24 J-1 b.................. 10/08/99 J-6g................. 12/12/02 J-11 b ......... .....9/02/05 25 J-1 c .................... 4/24/98 J-6h...................4/24/98 J-11 c.............. 6/21/06 . 26 J-1 d.....................1/11/06 J-7a................... 9/12/01 J-12.............. 11/08/05 27 J-1 e.....................1 /11/06 J-7c................... 6/19/98 J-15a ............ 1 0/04/05 28 J-1 1..................... 6/23/00 J-7 d................... 4/24/98 J-15b............ 10/04/05 29 J-3...................... 8/01/97 J-8a .. .... .. .. .. ... .... 5/20/04 J-16a .............. 3/04/05 30 J-3b.................... 3/04/05 J-8b................... 5/20/04 J-16b.............. 9/02/05 31 J-3c.................... 6/24/02 J-8c ................... 5/20/04 J-18 ................ 9/02/05 32 J -3d.. .. .. .. .. .. .. .. .. .11 /05/03 J-8d................... 5/20/04 J-19 ................ 9/02/05 33 J-5...................... 8/01/97 J-9a...................4/24/98 J-20 ................9/02/05 34 J-6c.................... 4/24/98, J-1 0................... 7/18/97 35 J-61..................... 4/24/98 J-11 a .................9/02/05 36 37 K-1 ................... 12/20/02 K-10 ................ 12/20/02 K-19 ............. 12/20/02 38 K-2 ................... 12/20/02 K-11 ................ 12/20/02 K-20 ............. 12/20/02 39 K -3 ................... 12/20/02 K-12 ................ 12/20/02 K-21 ............. 12/20/02 40 K-4 ....... ............ 12/20/02 K-13 ................ 12/20/02 K-22 ............. 12/20/02 41 K-5 ................... 12/20/02 K-14 ........ ........ 12/20/02 K-23 ............. 12/20/02 42 K-6................... 12/20/02 K-15 ................ 12/20/02 K-24 ............. 12/20/02 43 K-7 ................... 12/20/02 K-16 ................ 12/20/02 K-25 ............. 12/20/02 44 K-8 ................... 12/20/02 K-17 ........ ........ 12/20/02 K-26 ............. 12/20/02 45 K-9................... 12/20/02 K-18 ........ ........ 12/20/02 K-27 ............. 12/20/02 46 47 L-1 ..................... 7/18/97 L-3..................... 7/18/97 L-5a................ 7/31/98 48 L-2 ..................... 7/18/97 L-5..................... 7/31/98 L-6.................. 7/25/97 49 . CITY OF PORT ANGELES 000328 8th Street Bridge Replacements IV -144 January 2007 Project 02-15 . . . 1 2 3 4 5 6 7 8 9 10 M-1.20-00 ..........2/25/05 , M-1AO-00 ..........2/25/05 M-1.60-00 ..........2/25/05 M-1.80-00 ..........2/25/05 M-2.20-00 ..........2/25/05 M-2AO-00 ..........2/25/05 M-2.60-00 .......... 2/25/05 M-3.10-00 ........ 12/15/04 M-3.20-00 ........12/15/04 CITY OF PORT ANGELES 8th Street Bndge Replacements Project 02- 15 M-3.30-00........12/15/04 M-3AO-00........ 12/15/04 M-3.50-00........12/15/04 M-5.1 0-00........ 12/15/04 M-7.50-00.......... 3/04/05 M-9.50-00.......... 3/04/05 M-11.1 0-00........ 3/04/05 M-15.1 0-00........ 2/25/05 M-17.1O-00........3/04/05 IV-145 M-20.1O-00..... 3/04/05 M-20.20-00..... 3/04/05 M-20.30-00..... 3/04/05 M-20AO-00.....3/04/05 M-20.50-00..... 3/04/05 M-24.20-01..... 5/31/06 M-24AO-01.....5/31/06 M-24.60-01.....5/31/06 000328 January 2007 . Appendix A. Summary of Geotechnical Conditions . . . . . SUMMARY OF GEOTECHNICAL CONDITIONS As encountered in the subsurface explorations conducted at the bridge sites, the subsurface conditions at the pier locations for the 8th Street Bridge Replacements include soils that have been overridden by glaciers and alluvial valley infil!. The steep side slopes of both valleys also have disturbed colluvial soils (slope wash) that are either weathered in place or the result of surficial slope instability (sloughing) and/or erosion. The alluvial valley infill is potentially liquefiable during the design seismic event. Saturated ground conditions were encountered in the test borings drilled during the subsurface explorations. Based on groundwater measurements in open standpipe piezometers installed during the subsurface exploration program, groundwater is at or near the ground surface at the location of most of the interior piers for the replacement structures. Artesian groundwater conditions are indicated at the east interior pier for the Tumwater structure. The contractor may need to provide temporary casing and/or dewatering in order to control ground pressures during shaft excavation and construction. Shafts will be installed through potentially caving alluvial or colluvial/slide debris materials and into dense-to-very-dense glacial soils with gradations that vary from dominantly fine-grained matrix to more granular sands and gravels. The potential for encountering cobbles and/or boulders during shaft excavation is high. CITY OF PORT ANGELES 8th Street Bridge Replacements ProjectNo 02-15 IV-A-! 000328 January 2007 . Appendix B. Disputes Review Board . . . (January 5, 2004) Appendix to the Special Provisions Disputes Review Board Scope of Work The Scope of Work of a Board includes, but is not limited to, the following items of work: Board Consideration of Disputes or Claims: Upon request by either the State or the Contractor to review a dispute, the Board shall convene to review and consider the issue. Both the State and the Contractor shall be given the opportunity to present their evidence at these meetings. The time and location of Board meetings shall be determined by the State, Contractor, and Board. It is expressly understood that the Board members are to act impartially and independently in the consideration of facts and conditions surrounding any written appeal presented by the State or the Contractor and that the recommendations concerning any such appeal are advisory. Procedures: Prior to any hearing involving a contract dispute, the Board will meet with the State and the Contractor to establish the rules and procedures that will govern the Board's participation in the Project as set forth in the Special Provisions of the construction contract. In establishing the rules and procedures, the parties may consider the Suggested Administrative Procedures included in this Appendix. The Board may establish any internal rules and procedures not covered in the Agreement with the State and the Contractor. The Board's recommendations resulting from its consideration of a dispute shall be furnished in writing to the State and the Contractor. The recommendations shall be based on the construction contract provisions and the facts and circumstances involved in the dispute. . Furnishing Documents: The State shall furnish to the Board three copies of the contract and other documents, which are or may become pertinent to the activities of the Board. The Contractor shall furnish to the Board three sets of documents, which are or may become pertinent to the activities of the Board, except documents furnished by State. Construction Site Visits: The Board members shall visit the project site to keep abreast of construction activities and to develop a familiarity of the work in progress. The frequency, exact time, and duration of these visits shall be as mutually agreed between the State, the Contractor, and the Board. Suggested Administrative Procedures Objective . The principal objective of the Board is to assist in the resolution of disputes, which would otherwise be likely submitted to litigation processes. If this objective is achieved, such disputes can be resolved promptly, with minimum expense, and with minimum disruption to the administration and performance of the work. It is not intended for the State or the Contractor to default on their normal responsibility to amicably and fairly settle their differences by indiscriminately assigning them to the Board. It is intended that the mere existence of the Board will encourage the State and the Contractor to resolve potential disputes without resorting to this appeal procedure. But when a dispute which is serious enough to warrant the Board's review does develop, the machinery for prompt and efficient action will already be in place. CITY OF PORT ANGELES 8th Street Bndge Replacements Project No. 02-15 IV-B-I 000328 January 2007 Responsibility of the Board . Render findings and recommendations on disputes between the Contractor and the State arising from the construction contract. Primarily, the Board will consider claims and disputes involving interpretation of the Plans and Specifications, delays, acceleration of the work, scheduling, classification of extra work, changed conditions, design changes, and the like. During its regular visits to the job site, the Board will encourage the settlement of differences at the job level. The Board will refrain from officially giving any advice or consultative services to either party. The individual members will act in a completely independent manner and will have no consultative or business connections with either party. During routine meetings of the Board as well as during formal hearings, Board members should refrain from expressing opinions on the merits of statements on matters under dispute or potential dispute. Opinions of Board members expressed in private sessions should be kept strictly confidential. Normally, the Board member selected by the first two will act as Chairman for all activities. However, this post may be delegated to another member from time-to-time. Regular Construction Progress Meetings All regular meetings will be held at or near the job site. The frequency of regular meetings will be set by agreement of the Board, the Contracting Agency, and the Contractor, consistent with the construction activities and the matters under . consideration and dispute. Each meeting will consist of a round table discussion and a field inspection of the work being performed on that contract. The round table discussion will be conducted by a member of the State's staff and will be attended by selected personnel from the State and the Contractor. The agenda will generally be as follows: . Meeting opened by Chairman of the Board. . Remarks by the State's representative. . A description by the Contractor of work accomplished since the last meeting, the current status of the work, schedule-wise, and a forecast for the coming period. · An outline, by the Contractor, of potential problems and a description. . An outline, by the State's Project Engineer, of the status of the work as the Project Engineer views it. · A brief description, by the Contractor or the State, of potential claims or disputes, which have surfaced since the last meeting. . A summary, by the Contractor, the State, or the Board, of the status of past disputes and claims. . CITY OF PORT ANGELES 8th Street Bndge Replacements PrOject No 02-15 IV-B-2 000328 January 2007 . The State will prepare minutes of all regular meetings and circulate them for revision and approval by all concerned. The field inspection will cover all active segments of the work, the Board being accompanied by both State and Contractor personnel. Handling of Written Appeals When the Board receives a written appeal, it shall first reach agreement with the parties on a time to conduct the hearings. The decision shall be tempered by the desires and needs of the State and the Contractor. If the matter is not urgent, it may be scheduled for the time of the next regular visitation to the project. For an urgent matter, the Board should meet at its earliest convenience. The Board may also request that written documentation concerning the dispute be sent to each individual member for study before the hearing begins. A party furnishing any written documentation to the Board must furnish copies of such information to the other party before the hearing begins. Normally, the hearings would be conducted at the job site. However, any location, which would be more convenient and still provide all required facilities and access to the necessary documentation, would be satisfactory. Private sessions of the Board may also be held at a location other than the job site. . For hearing on disputes, the third member or one of the other members designated by the third member of the Board will act as Chairman. The State and the Contractor shall have a representative at all hearings. The claimant will discuss the dispute followed by the other party. Each party will then be allowed one or more rebuttals until all aspects are thoroughly covered. Each time a person testifies, the Board members may ask questions, seek clarification, or request further data. The Board may request from either party documents or information that would assist the Board in making its findings and recommendations, including, but not limited to, documents used by the Contractor in preparing the bid for this project. A refusal by a party to provide information requested by the Board may be considered by the Board in making its findings and recommendations. In large or complex issues, one or more additional hearings may be necessary in order to consider all the evidence presented by both parties. During open hearings, no Board member should express an opinion concerning the merit of any facet of the dispute. By the same token, all Board deliberations should be conducted in private, with all interim individual views kept strictly confidential. After the hearings are concluded, the Board shall meet in private and reach a conclusion supported by two or more members. Its findings and recommendations, together with its reasons shall then be submitted as a written report to both parties. The recommendations shall be based on the pertinent contract provisions and facts and circumstances involved in the dispute. The Board should make every effort to reach a unanimous decision. If this proves impossible, the dissenting member may prepare a minority report. . CITY OF PORT ANGELES 8th Street Bndge Replacements Project No 02-15 IV-B-3 000328 January 2007 Although both parties should place weight upon the Board's recommendations, they . are not binding. Either party may appeal a recommendation to the Board for reconsideration. However, if the Board's recommendations do not resolve the dispute, all records, and written recommendations, including any minority reports, may be admissible as evidence in any subsequent litigation. Miscellaneous It is not desirable to adopt hard and fast rules for the functioning of the Board. The entire procedure should be kept flexible so that it can adapt to changing situations. The Board should initiate, with the other parties' concurrence, new rules or modifications to old ones whenever this is deemed necessary. . . CITY OF PORT ANGELES 8th Street Bndge Replacements PToJectNo 02-15 IV-B-4 000328 January 2007 . P ART V ATTACHMENTS A. Federal Contract Provisions - Federal Aid Construction Contracts B. Washington State Prevailing Wage Rates for Clallam County C. Davis-Bacon Prevailing Wage Rate Schedule for the Area . D. Request for Information (RFI) and Construction Change Order (CCO) Forms E. Contractor's Application for Payment Form F. Project Approvals, Permits, and Agreements G. Log of Test Borings H. Project Plans . . Attachment A. Federal Contract Provisions- Federal Aid Construction Contracts . . . . . -------- - - ------- --- FHWA.' 713 (16clronlc V6,"on Marc}, 10 1994 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. II. III. IV. V. VI VII. VIII. IX. X. Page 1 1 3 3 6 6 7 7 7 XI. Generel NondiSCrimination Nonsegregated FacIlities . . . . . , . . , . . . . Payment of Predetermined MInimum Wage Statements and Payrolls . . . Record of Matenals, Supplies. and Labor ... Subletting or Assigning the Contrect ... Safety ACCident Prevention. . . . . False Statements Concerning Highway Projects Implamentatlon of Clean Air Act and Federal Watar Pollution Control Act CertIficatIOn Regarding Dabarment, SuspenSion, IneligibilIty, and Voluntary Exclusion .. CertificatIon Regerding Use of Contract Funds for Lobbying XII. ATTACHMENTS A. Employment Preference for Appalachian Contracts (Included In Appalachian contracts only) I. GENERAL 1 These contract prOVISions shall apply 10 all work performed on the contract by the contractor's own organizatIon and With the assistance of workers under the contractor's Immediate superintendence and to all work performed on the contract by pIecework, station work, or by subcontract 2. Except a< otherWise prOVided for in each sectIOn, the contractor shall Insert In each subcontract all of the stlpulatlOn< contained In these ReqUIred Contract ProVISions, and further require their Inclu<lon In any lower tier <ubcontract or purchase order that may In turn be made The ReqUired Contract ProvI- Sions shall not be Incorporated by reference In any ca<e The pllme contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor With these ReqUired Contract ProVIsIOns 3. A breach at any ot the stipulations contained In these ReqUired Contract PrOVisions shall be suffiCIent grounds for termination of the contract. 4 A breach of the follOWing clauses 01 the ReqUired Conlract PrOVISions may also be grounds for debarment as prOVIded In 29 CFR 5 12: SectIOn I, paragraph 2. SectIOn IV, paragraphs 1, 2, 3, 4, and 7; Section V. paragraphs 1 and 2a through 2g. 6. Disputes allsmg out of the labor standards prOVISions 01 Section IV (except paragraph 5) and Section V of these ReqUired Contract PrOVISions shall not be subject 10 the general disputes clause of thiS contract. Such disputes shall be resolved m accor- dance WIth the procedures of the U.S Department of labor (DOL) as set forth In 29 CFR 6, 6, and 7 Disputes wlthm the meaning of thiS clause include disputes between the conlractor (or any of ItS subcontractorsl and the contracting agency, the DOL, or the contractor's employees or their representatives 6. Selection of labor DUling the performance of th.. con tract, the contractor shall not. a discriminate against labor from any other Stete, posses- Sion, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as speclfted In Attachment AI, or b. employ convict lebor for any purpose Within the limIts of the project unless It IS labor performed by convicts who are on parole, superVised release, or probation 8 II, NONDISCRIMINATION 8 (Apphcable to all Federal-aid constructIOn contracts end to all related subcontracts of S10,000 or more) 9 1 . Equal Employment Opportunity Equal employment opportunity (EEOI reqUirements not to dlSCllmlnate and to take affirmative \,ctlon to assure equal opportunity as set forth under laws, executive orders. rules, regulations (28 CFR 36, 29 CFR 1630 and 41 CFR 601 and orders of the Secretary of Labor as rnodlfl8d by the prOVISIonS preSCribed herein, and Imposed pursuant to 23 U S C. 140 shall constitute the EEO and speCIfiC affnmatlve actIOn standards for the contractor's project actiVities under thiS contract The Equal Opportunity Construction Contract SpeCifIcatIOns set forth under 41 CFR 60-4 3 and the prOVISions of the Amellcan D,sabilll,es Act of 1990 (42 U.S.C. 121 01 ~ ~.) setlorth under 28 CFR 35 dnd 29 CFR 1630 are Incorporated by reference In thiS contract. In the executIOn of thIS contract, the contractor agrees to comply With the follOWIng mmlmum speCifiC reqUirement aCtiVities of EEO. a The contractor will work With the State highway agency (SHA) and the Federal Government In carrYing out EEO obhga. tlons and In their review of his/her actiVities under the contract. b. The contractor Will accept as hiS operating policy the follOWing statement. "It IS the pohcy 01 thiS Company to assure that apphcants ere employed. and thaI employees are treated dUring employment, WIthout regard 10 their race, relIgion, sex, color, natIOnal ongln, age or dIsabIlity. Such actIOn shall Include employment, upgrading, demotIOn. or transfer. recrUitment or recruitment advertiSing; layoff 01 termination, rales 01 payor other forms of compensation. and selection for training, Including apprenticeship, preapprentlcesh.p, and/or on-the-Job training." 2. EEO Officer The contractor Will deSignate and make known to the SHA contracting officers an EEO Officer who Will have the responslblhty lor and must be capable of effectively admlnlstenng and promotIng an actIve contractor progrem of EEO and who must be aSSIgned adNluate authOrity and responSibilIty to do so 3 Dissemination of Policy; All members 01 the contractor's staff who are authonzed to hire, superVise, promote. and diS- charge employees, or who recommend such action. or who are substantially Involved m such ectlon, Will be made fully cognizant of, and wllllmplemenl, the contractor's EEO policy and contrac. tual responSibilitIes to prOVide EEO in each grade and c1asslftca- tlon of employment. To ensure that the above agreement Will be P..oel met, the follOWing actions will be taken as a minimum' a. Periodic meetings of supervisory and personnel office employees Will be conducted before the start of work and then not less often than once every SIX months, at which tIme the contractor's EEO policy and ItS Implementation will be reviewed and explained. The meetings Will be conducted by the EEO Officer. b. All new supervisory or personnel office employees Will be glvan a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations Within thirty days follOWing their reporting for duty With the contractor c. All personnel who are engaged In direct recruitment for the project Will be Instructed by the EEO Officer In the contract. or's procedures for locating and hiring minority group employees. d NotIces and posters setting forth the contractor's EEO policy Will ba placed In areas readily acceSSible to employees, applicants for amployment and potential employees. e. The contractor's EEO pohcy and the procedures to Implement such pohcy Will be brought to the attention of employ. ees by means of meetings, employee handbooks, or other appropriate means 4 Recruitment. When advertiSing for employee.. the contrac- tor will Include In all advertisements lor employees the notation: "An Equal Opportunity Employer" All such advertisements Will be placed In publicetlons haVing a large clfculatlon among minority groups In the area !rom which the project work force would normally be derived a. The contractor will, unloss precluded by a valid bargain- Ing agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to Yield quahllcd mlnollty group apphcants To meet thiS requlfe- ment, the contractor Will Identify sources of potential minority group employees, and establish With such Identified source. procedures whereby mlnomy group applicants may be referred to the contractor for employment consideratIOn. b. In the event the contractor has a valid bargamlng agree. ment prOViding for exclUSIve hlflng hall referrals, he IS expected to observe the prOVISiOnS of that agreement to the extent that the system permlls the contractor's compliance With EEO contract proviSions (The DOL has held that where Implementation of such agreements have the effect of diSCriminating agamst mlnOfltles or women, or obligates the contractor to do the same, such implementation Violates Exacutive Order 11246, as amend- ed.) c. The contractor Will encourage hIS present employees to refer minority group applicants for employment Informallon and procedures With regard to referring mmorlty group applicants Will be discussed With employees. 5, Personnel Actions: Wages, working conditions, and employea benefits shall be established and administered, and personnel actions of every lype, Including hlllng, upgrading, promotion, transfer, demotion, layoff, and terminatIOn, .hall be taken Without regard to race, color, rehglon, sex, natIOnal orrgln, age or disability. The lollowmg procedures shall be followed: a. The contractor Will conduct perIOdiC Inspections 01 prOject sites to Insyre that working conditions and employee faolhtles do not Indicate diSCriminatory treatment of prolect site personnel. Peoe2 b The contractor Will periodically evaluate the spread of weges paId wlthm each claSSification to determine any eVidence 01 d,scllmonatory wage practices . c -rhe contractor Will periodIcally review selected person- nel actions m depth to determone whether there IS eVidence of dlscllmmatlon Where eVidence IS found, the contractor Will promptly take corrective action. II the review indicates that the dlscllmlnatlon may extend beyond the aCllons reviewad, such oorrectlve ectlon shall Include ell affected persons. d The contractor will promptly investigate all complaints of alleged dlSCllmlnatlon made to the oontractor m connection With his obligations under thiS contract, Will attempt to rasolve such complaints, and will take appropriate corrective action Within a reasonable time. If the investigation mdlcates that the dlscflmmatlon may affect persons other than the complainant, such corrective action shall Includa such other persons. Upon completion of each InvestigatIOn, the contractor wlllmform every complamant of all of hiS avenues of appeal 6 Training Bnd Promotion: a. The contractor Will assist 10 10catlOg, qualifYing, and Inoreaslng the skills of mlOoflty group and women employees. and applicants for employment. b Consistent With the contractor's work force require- ments and as permiSSible under Federal and State regulations, the contractor shall make full use of training programs, Ie, appren- ticeship, and on-the-Job tramlng programs for the geogrephlcel urea 01 contraot performance. Where feaSible, 25 percent of apprentices or trainees 10 eaoh occupation shall be In thelf first year of apprentICeship or training. In the event a speolal provI- sion for tralnong IS prOVided under thiS contract, thiS subpard- graph will be superseded as indicated m the speCial prOVISIon .: c The contrector Will adVise employees and applicants lor employment of available training programs and entrance require. ments for each. d. The contractor Will peflodlcally raview the training end promotIOn potential 01 minority group and women employees and Will encourage eligible employees to apply for such tramlng and promotion. 7 Umons: II the contractor relies m whole or In part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperatIOn of such unIOns to Increese opportunities for mlnollly groups and women Within the Unions, and to effect referrals by such unions of mllloflly and female employee. Actions by the contractor either directly or through a contractor's aSSOCIation acting as agent will Include the proce- dures set forth below a. The contractor Will use best efforts to develop, In cooperation With the Unions, 10lnt trmnlng programs aimed lowdrd qualifYing more mlnonty group members and women for membership In the unions and IrIcreaslflg the skills of mlnoflty group employees dnd women so that they may qualify for higher paYing employment. b. The contractor will use best efforts to Incorporate an fEO clause Into each union agreement to the end tl1at such union Will be contractually bound to refer applicants Without regard to thell race, oolor, religIOn, sex, natIOnal on91r1, age or dlsablilty c. The contractor IS to obtain information as to the referral . . . . practlcas and pohclas of the labor union excapt that to the extent such Information is within tha axcluslve possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such ,nformation d. In the event the union IS unable to provide the contrac- tor with a reasonable flow of minority and women referrals Within the time limit set forth in the collective bargaining agreemant, the contractor will, through Independent recruitment efforts, fill the employment vacancies Without regard to race, color, religion, sex, natlonel Origin, age or disllblllty; making full efforts to obtain qUlllifled and/or qualiflabla minority group persons and woman. (The DOL has held that It shall be no IIxcusa that the union With which the contractor hilS II collective bllrgalnlng IIgreement prOViding for exclUSive referral failed to refer mlnortty employees) In the event tha unIOn referral practice prevents the contractor from meeting tha obligations pursuant to Execullve Order 11246, as amendad, and thasa spacial prOVISions, such contractor shall Immedlataly notify the SHA 8. Selection of Subcontractor., Procurllment of Matenels end leasing of Equipment The contractor shall not dlscnmlnata on the grounds of race, color. religion, sex, national origin, age or disability in the selection and retennon of subcontractors, Includ. Ing procurement of matenals and lea5e~ of equipment a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under thiS contract b. Disadvantaged bUSiness enterpnses (DBE), as defined In 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters I nto pursuant to thiS contract. The contractor Will use hiS best efforts to soliCit bids from and to utlllza DBE subcontractors or subcontractors With meaningful mlnorrty group and female representation among thelf employees Contractors shall obtain lists of DBE construc- tion firms from SHA personnel. c. The contractor will use hiS best efforts to ensure subcontractor compliance With their EEO obligations 9, Records IInd Reports: The contractor shall keep such records as necessary to document compliance wllh the EEO reqUirements. Such records shall be retained for a period of three years follOWing completion of the contract work and shall be evallable at reasonable times and places for inspectIOn by autho- rized represantatlves of the SHA and the FHWA a. The records kept by the contractor shall document the followlng- (1) The number. of mrnorlty and non.mlnorlty group members and women employed In each work claSSificatIOn on the project, (2) The progre~s and efforts berng made In cooperation With Unions, when applicable, to rncrease employment opportuni- ties for mrnOrltles and women, (3) Tha progress and efforts being made In locating, hiring, training, quelifyrng, and upgrading mlnorrty and female employees; and (4) The progress and efforts berng made In securing the services of DBE subcontractors or subcontractors with meaning- ful mrnority and female representation among their employees b The contractors Will submit an annual report to the SHA each July for the duretion of the proJect, indicating tha number of minority, women, and non-mrnority group employees currently engaged In eech work claSSIfication reqUired by the contract work. ThIS tnformation IS to be reported on Form FHW A-1 391 . If on-the job training IS being requored by speCial prOVISion, the contractor Will be reqUired to collect and report training date. III. NONSEGREGATED FACILITIES (Applicable to all Federal-aid constructIOn contracts end to all related subcontracts of $10,000 or more.) a. By submiSSIon of thiS bid, the exacutlon of thiS contract or subcontract, or the consummetlon of thiS materiel supply agree- ment or purchese order, as epproprlate, the bidder, Federal-aId construction contractor, subcontractor, matenal suppher, or vendor, as epproprlate, certifies that the form does not melntaln or prOVide for I!S employees eny segregated faCIlities at any of ItS estabhshments, end that the firm does not permit Its employees to perform theor services at any location, under Its control, where segregated faCIlities are maintained. The firm agrees thet e breach at thiS certification IS a Violation of the EEO prOVISionS of thiS contract. The hrm further certifies that no employe a Will be denied access to adequate facllines on the baSIS of sex or disability b As used In th,s certification, the term "segregated facllltlos" means any waiting rooms, work areas, restrooms end washrooms, restaurants and other eating areas, tlmeclocks, locker rooms, and other storage or dreSSing areas, parking lots, dnnkrng fountains, recreation or entertainment areas, transpor- tation, and hOUSing faclhnes prOVided for employees which ere segregated by expliCit directive, or are, In fact, segregated on the baSIS of race, color, religion, national ongln, aye or disability, because of habit, local custom, or otherWise The only exceptIOn Will be for the disabled when the demands for acceSSibility override Ie g. disabled parking) c The contractor dgrees that It has obtained or will obtain Identical certificatIOn from proposed subcontractors or matenal suppliers pnor to award of subcontracts or consummation of material supply agreements of $10,000 or more and that It Will retain such certifications In .ts hies. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federel-ald construction contrects exceeding $2,000 and to all related subcontracts, except for prOjects located on roadways claSSified as local roads or rural minor collectors, which are exempt) General' All mechaniCS and laborers employed or working upon the site of the work Will be paid unconditIOnally and not less often than once a week and without subsequent deduction or rebate on any account lexcept such payroll deductions as ere permitted by regulations 129 CFR 3) Issued by the Secretary of labor under the Copeland Act (40 U.S.C. 276c)l the full amounts of weges end bona fide fnnge benefits (or cash eqUivalents thereof) due at trme of payment The payment shall be computed at wage rates not less than those contained In the wage determi- nation of the Secretary of labor (hereinafter "the wage determi- nation") which IS attached hereto and made a part hereof, regardless of any contractual relatronship which may be alleged to eXist between the contractor or lIs subcontractors and such laborers and mechaniCS. The wage determinatIOn (Including any Paoc3 additional classifIcations and wage rates conformed under paragraph 2 of thiS Sactlon IV and the DOL poster (WH-l 321) or Form FHWA-149S) shall be posted at all tImes by the contrector and Its subcontractors at the site of the work In a prominent and acceSSIble place where it can be eaSily seen by the workers. For the purpose of thiS SectIOn, contnbullons made or costs reason- ably antIcIpated for bona fIde fringe benefits under SectIon 1 (b)(2) of the DaVis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechaniCS are conSIdered wages paId to such laborers or mechanICS, subject to the prOVISions of Section IV, paragraph 3b, hereof. Also, for the purpose of thIS Section, regular contnbutlons made or costs Incurred for more than a weekly penod (but not lass often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to bo constructively made or Incurred dunng such weekly penod. Such laborars and mechaniCS shall ba paId the appropnate wage rate and fnnge benefits on the wage determination for the claSSifIcation of work actually performed, WIthout regard to Skill, except as prOVided in paragraphs 4 and 5 of thIS Section IV b. Laborers or mechaniCS performing work In more than one claSSificatIon may be compensated at the rate specifted for each claSSification for the time actually worked therem, prOVIded, that the employer's payroll records accurately set forth the time spent m each classlftcallon In whIch work IS performed. c. All ruhngs and InterpretatIons of the DaVIs-Bacon Act and related acts contained In 29 CFR I, 3, and 5 are herein Incorporated by reference In thiS contract. 2. Classification a. The SHA contractmg officer shall requlle that any class of laborers or mechaniCS employed under the contract, which IS not hsted In the wage determmatlOn, shall be claSSIfied In conformance with the wage determmatoon b The contrectmo officer shall approve an additional claSSification, wage rate and fringe benefits only when the following cntena have been met (1) the work to be performed by the additional classlfl. cation requested IS not performed by a claSSIfication m the wage determmatlon, (2) the additIonal claSSificatIOn IS utilized In the area by the construction Industry; (3) the proposed waoe rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained In the wage determination, and (4) With respect to helpers, when such a claSSIfication prevaIls In the area In which the work IS performed. c If the contractor or subcontractors, as appropriate, the leborers end mechaniCS (If known) to be employed in the addltlonel c1esqlflcatlon or their representatIves, and the contract- ing officer agree on the classlflCallon and wage rate (Including the amount designated for fringe benefits where appropriate). a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour DIVISIon, Employment Standards Admlnlstratoon, Washington, D.C_ 20210. The Wage and Hour Administrator, or an authOrized representa- tive, Will approve, modify, or disapprove every addItional claSSIfication ection Within 30 days of receipt and so adVise the contracting officer or Will nollfy the. contracting ofhcer Within the 30-day perood that additional time IS necessary Page 4 d. In the event the contractor or subcontractors, as appro- pro ate, the laborers or mechaniCS to be employed In the addltoonal claSSificatIon or their reprasentatlves, and the contracting offIcer do not agree on the proposed claSSIfication and wage rate (including the amount deSignated for fronga benefits. whera appropriata). the contracting officer shall refer the questIons, Including the vlaws of all Interested parties and the recommenda- tIon of the contracting officer, to the Wage and Hour Administra- tor for determinatIon. Said AdmInistrator, or an authorozed representatIve, WIll Issue a determInatIon within 30 days of receipt and so adVIse the contractIng officer or WIll notify the contracting offIcer within the 3D-day perood that additIonal lime IS necessary . e. The wage rate hncludlng fronge benefits where appropn- ate) determined pursuant to paragraph 2c or 2d of thiS SactlOn IV shall be paid to all workers performing work in the additional claSSIfication from the first day on which work IS performed In the claSSIfication. 3. Payment of Fronge Benefits: a Whenever the mInimum waga rata preSCribed In the contract for a class of laborers or machanlcs Includes a fringe benefIt which IS not expressed as an hourly rate, the contractor or subcontractors, as approproate, shall either pay the benefit as stated In the wage determmallon or shall pey another bona fide fringe benefit or an hourly case eqUivalent thereof b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may conSider as a part of the wages of any laborer or mechaniC the amount of any costs reasonably antiCipated In prOViding bona fide fronge benefits under a plan or program, prOVided, thet the Secre- tary of Labor has found, upon the wrItten request of the contrac- tor, that the applicable standards of the DaVis-Bacon Act have been met. The Secretary of Labor may requlle the contractor to sot aSIde m a separate account assets for the meeting of obligations under tha plan or program. . 4. ApprentIces and Trainees {Programs of the U.S DOL) end Helpers. a. Apprentices' (1) Apprentices Will be permitted to work at less than the predetarmlned rate for the work they performed when they are employed pursuant to and indiVidually registered In a bona fide apprenticeship program registered With the DOL, Employ- ment and TraIning AdministratIon, Bureau of Apprenticeship and Training, or WIth a Slate apprenticeshIp agency recognized by the Bureau, or If a person IS employed In his/her first 90 days of probatIonary employment as an apprentIce In such an apprentice- ship program, who IS not indiVidually registered In the program, but who has been certified by the Bureau of ApprentIceship end Training or a State apprentIceship agency (where approptlate) to be eliglbla for probatIOnary amployment as an apprentice. (2) The allowable ratIO of apprentices to Journeyman- level employeas on the lob sIte In any craft claSSIficatIon shall not be greater than the ratio permitted to the contractor as to the enllte work force under the regIstered program. Any employee listed on a payroll at an apprentIce wage rate, who IS not regIs- tered or otherWise employed as stated above, shall be paid not less than the apphcable wage rate listed In the wage determina- tion for the classificatIon 01 work actually performed. In addItion, any apprenllce performing work on the lob sIte In excess of the ratio permItted under the regIstered program shall be paid not less . . than the apphcable wago rate on the wage determination for the work actually performed. Where a contractor or subcontractor IS performing construction on a project In a locality other than that In which ItS program IS registered, the ratios and wage rates (expressed In percentages of the journeyman'level hourly rate) speCified In the contractor's or subcontractor's registered program shall be observed 13) Every apprentice must be paid at not less than the rate speCified in the registered program for the apprentice's level of progress, expressed as a percentage of the Journeyman.level hourly rate speCified in the eppllcable wage determination Apprentices shall be paid fringe benefits In accordance With the proviSions of the apprenticeship program. If the apprenticeship program does not speCify fnnge benefits, apprentices must be paid the full amount of fringe benefits hsted on the wage determl' nation for the applicable claSSifIcation If the Administrator for the Wage and Hour D,VIs,on determines that a different prectlce prevails for the applicable apprentice claSSification. fringes shall be paid In eccordence With that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, Withdraws approval of an apprenticeship program. the contractor or subcontractor Will no longer be permllled to uttltze apprentices et less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program IS approved. b. Trainees . (1) Except as prOVided In 29 CFR 5.16, trainees Will not be permllled to work at less than the predetermined rate for the work performed unless they are employed pursuant to and indiVidually regIstered In a program which has received prior approval, eVIdenced by formal certification by the DOL, Employ. ment end Training AdministratIon. (2) The ratio of trainees to Journeyman.level employees on the lob site shall not be greater than permitted under the plan approved by the Employment and Training AdministratIOn Any employee listed on the payroll at a trainee rate who IS not rcgls' tered and participating In a training plan approved by the Employ- ment and Treinlng Admlnlstratton shall be paid not less than the applicable wage rate on the wage determination for the classlflca. tlOn of work actually performed. In addition, any trainee perform. Ing work on the Job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wag a determination for the work actually performed (31 Every trainee must be paid at not less than the rate speCified In the approved program for his/her level of progress. expressed as a percentage of the Journeyman.level hourly rate speCified In the applicable wage determination Trainees shall be peld fringe benefits In accordance With the prOVISions of the trainee program. If the trainee program does not mention fringe baneflts, trainees shall be paid the full amount of fnnge benefIts hsted on the wage determination unless the Administrator of the Wage and Hour DIVISion determines that there .s an apprentice, ship program assOCiated With the corresponding Journeyman-level wage rate on the wage determination which prOVides for less than full fringe benefits for apprenltces, In which case such trainees shall receive the seme fringe benefits as apprentices. (4) In the event the Employment and Training Admlnls, tralion Withdraws approval of a training program, the contractor or subcontractor Will no longer be permItted to utilize trainees at . less than the applicable predetermined rate for the work per- formed until an acceptable program IS approved c. Helpers: Helpers Will be permitted to work on a project If the helper claSSIfication IS speCIfied and defined on the applicable wage determination or IS approved pursuant to the conformance procedure set forth In Section IV.2. Any worker listed on e payroll at a helper wage rate. who is not a helper under a approved definlllon, shall be paid not less than the applicable wage rate on the wage determinatIon for the claSSification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. OOTI: Apprentices and trainees working under apprenticeship and skill training programs which have been certIfIed by tha Secretary of Transportation 8S promoting fEO In connection with Federal- aid highway construction programs are not subject to the reqUire- ments of paragraph 4 of thiS Section IV. The straIght tlma hourly wage rates for apprentices and trainees under such programs Will be established by the particular programs. The ratio of apprentic- es and trainees to Journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding The SHA shall upon ItS own action or upon written request of an authOrized representatIve of the DOL Withhold, or cause to be Withheld. from the contractor or subcontractor under thiS contract or any other Federal contract With the same pnme contractor, or any other Federally-aSSisted contract subject to DaVis-Bacon prevailing wage requirements which IS held by the same prime contractor. as much of the accrued payments or advances as may be conSidered necessary to pay laborers and mechaniCS, Including apprentices. trainees, and helpers, em- ployed by the contractor or any subcontractor the full amount of wages reqUired by the contract. In the event of failure to pay any laborer or mechaniC, Including any apprentice, trainee, or helper, employed or working on the site of the work. all or part of the wages reqUired by the contract. the SHA contracting officer may, after written notice to the contractor, take such actIon as may be necessary to cause the suspensIon of any further payment, advance, or guarantee of funds until such ViolatIOns have ceased 7 Overtime ReqUirements' No contractor or subcontractor conlracltng for any part of the contract work which may reqUire or Involve the employ. ment of laborers, mechaniCS, watchmen, or guards (including apprentices, trainees, and hclpcrs deSCribed In paragraphs 4 and 5 above) shall require or permit any laborer. mechaniC, watch- man, or guard in any workweek In which he/she IS employed on such work. to work In excess of 40 hours In such workweek unless such laborer, mechaniC. w.nchman, or guard receives compensation et a rate not less than one-and-one-half times h,./her baSIC rate of pay for all hours worked In excess of 40 hours In such work week. 8 VIolation: Liability for Unpaid Wages, LiqUidated Damages: In the event 01 any VIolation of the clause set forth In paragraph 7 above, the contractor and any subcontractor responSible thereof shall be liable to the affected employee for his/her unpaId wages In addition, such contractor and subcontractor shall be hable to Paoe6 the UnIted States (rn the cese of work done under contrect for the Dlstnct of ColumbIa or a territory, to such District or to such territory) for liqUIdated dameges Such liquidated damages shall be computed with respect to each Individual laborer, mechanic, watchman, or guard employed m vIolation of the clause set forth m paragraph 7, m the sum of $10 for each calendar day on which such employee was required or parmllted to work m excess of the stendard work week of 40 hours without payment of the overtime wages reqUIred by the clause set forth In paragraph 7 9. Withholding for Unpaid Wages and LiquIdated Damages. The SHA shell upon Its own aclion or upon wrllten request of any authorlzad representatIve of the DOL WIthhold, or cause to ba withheld, from any mOnies payable on aecount of work performed by the contractor or subcontractor under any such contract or any other Federal contract with tha sama prima contractor, or any other Faderally-asslstad contract subject to the Contract Work Hours and Safety Standards Act, whIch IS held by the same prime contractor, such sums as may be determmed to be necessary to satisfy any lIabllltias of such contractor or subcontractor for unpaid wages and liqUIdated damages as prOVIded m the clause set forth ,n paragraph 8 above V STATEMENTS AND PAYROLLS (Applicable to all Federal-aId constructIOn contracts exceedong $2,000 and to all related subcontracts, except for projects located on roadways claSSified as local roads or rural collectors, whIch ara axempt.) 1. Compliance With Copeland Regulations 129 CFR 3): The contractor shall comply with the Copeldnd Regulations of the Secretary of labor which are herem Incorporated by refer- ence. 2. Payroll. and Payroll Records a. Payrolls and baSIC records relatong thereto shall be malntamed by the contractor and each subcontractor dUring the course of the work and preserved for a period of 3 years from the date of completIOn of the contract for all laborers, mechaniCS, apprentices, tramees, watchmen, helpers, and guards working at the sIte of the work b. The payroll records shall contam the name, SOCial security number, and address of each such employee, hiS or her correct claSSificatIOn, hourly rates of wages paId !Including rates of contributions or costs anticipated for bona fide fringe benefits or cash eqUIvalent thereof the types deSCribed In Section 1 (b)(2)(8) of the DaVIS Bacon Act); dally and weekly number of hours worked; deducllons made, and dctual wages pdld In addition, for Appalachian contracts, the payroll records shall contam a notation mdlcatlng whether the employee does, or does not, normally reSide In the labor area as defined In Attachment A. paragraph 1 Whenever the Secretary of labor, pursuant to SectIOn IV, paragraph 3b, has found that the wages of any laborer or mechanoc Include the amount of any costs reasonably antiCipated in prOViding benehts under a plan or program de- SCribed In Section 1 Ib)(2)(B) of the DaVIS Bacon Act, the contrac- tor and each subcontractor shall maIntain records which show that the commitment to prOVIde such benefits IS enforceable, thaI the plan or program IS financially responSible, that the plan or program has been communicated 111 WrIlll1g to the laborers or mechaniCS affected, and show the cost antICipated or the actual cost Incurred In prOViding benefIts. Contractors or subcontrac- tors emplOYing apprentices or trainees under approved programs Pegoe shall maintain written eVldance of the registration of apprentices and trainees, Bnd ratios and wage rates prescllbed In tha applicable programs. . c Each contractor and subcontractor shall furnish, each week In which any contract work IS performed, to the SHA reSident engineer a payroll of wages paid each of Its employeas (mcludlng apprentices, trainees, and helpers, deSCribed In Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work dUring the preceding weekly payroll period). The payroll submilted shall set out accurately and completely all of the Information required to be malntdlned under paragraph 2b of thiS Section V. ThIS II1formellon may be submitted In any form deSired. OptIonal Form WH-347 IS available for thiS purpose and may be purchased from the Superintendent of Documents (Federal stock number 029.005.0014-1 I, U.S. Government Printing Office, Washington. D C. 20402 The pllme contractor IS responSible for the submiSSIon of cop.es of payrolls by all subcontractors. d. Each peyroll submitted shall be accompanied by a .Statement of Compliance: SIgned by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract end shall certIfy the follOWing. (1) that the payroll for the payroll period contains the informatIOn reqUIred to be maintained under paragraph 2b of thiS SectIOn V and that such Informallon IS correct and complete, (2) that such laborer or mechaniC (including each helper, apprentIce, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, Without rebate, erther directly or indirectly, and that no deduc- tIons have been made either directly or Indirectly from the full wages earned, other than permiSSible deductions as set forth In the Regulations, 29 CFR 3, .' (3) that each laborer or mechanoc has been paid not less that the applicable wage rate and fringe benefits or cash eqUlva- lant for the c1asslflcallon of worked performed, as speCified in the applicable wage determination Incorporated II1to the contract. e. The weekly submiSSion of a properly executed certifica- tion setlorth on the reversc Side of OptIOnal Form WH-347 shall satIsfy the requirement for submiSSIon of the .Statement of Compliance" reqUired by paragraph 2d of thiS Section V f, The felslflcatlon of any of the above certIfiCatiOns may subject the contractor to CIVil or Criminal prosecutIon under 18 U S,C. 1001 and 31 U.S.C. 231 g. The contractor or subcontractor shall make the records reqUired under paragraph 2b of thiS Section V available for Inspection, copYing, or tranSCriptIOn by authOrized representatives of the SHA, the FHWA, or the DOL, and shall permit such repre- sentatives to Interview employees dUring working hours on the Job If the contractor or subcontractor fails to submit the reqUired records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, apphcant, or ownor, take such actions as may be necessary to cause the suspensIon of any further payment, advdnce, or guarantee of funds. Furthermore, failure to submit the reqUired records upon request or to make such records available may be grounds for debarment actIOn pursuant to 29 CFR 5 12 VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR . . 1. On all Federal-aid contracts on the National Highway Systam, aNcept thoso which provlda solely for tha installation of protactlva devices at railroad grade crossings, those which are constructad on a forca account or direct labor basIs, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge IS less than $1,000,000 (23 CFR 635) the contractor shall: a Becomo lamllrar wIth the Irst of speclhc materials end supplies contained In Form FHWA-47, "Statement of Matenals and Labor Used by Contractor 01 Highway Construction Involving Federal Funds," pnor to tha commencement of work under thiS contract. b. Malntaon a record of the total cost of all matenals and supplies purchased for and .ncorporated In the work, and also 01 the quantttllls of those specific matenals and supplres lIsted on Form FHWA.47, and on the untts shown on Form FHWA-47. c. Furnish, upon tha complellon of the contract, to the SHA reSident engineer on Form FHWA-47 together With the data reqUIred in paragraph 1 b relatllle to matenals and supplies, a final labor summary of all contract work Indicating the total hours worked and the total amount earned 2 At the pnme contractor's option. either a Single report cOllenng all contract work or separate reports lor The contlactor and for each subcontract shall be submlttad. VII. SUBLETTING OR ASSIGNING THE CONTRACT . 1. The contractor shall perform With Its own organizatIon contract work amounting to not less than 30 percent (or a greater percentage If speCIfied elsewhere In the contract) of the total onginal contract price. eNcludlng any speCialty lIems designatad by the State. SpeCialty items may be performed by subcontract and the amount of any such speCialty Items per- formed may be deducted from the total Original contract pnce before computing the amount of work reqUired to be performed by tho contractor's own organizatIOn (23 CFR 635) a. "Its own orgamzatlOn" shall be construed to Include only workers employed and pallj directly by the prime contractor and equipment owned or rented by the pnme contractor, With or Without operators Such term does not Include employees or equipment of a subcontractor, assIgnee, or agent of the prime contractor b. "SpeCIalty Items" shall be construed to be Iinllted to work that "lquires highly "peclahzed knowledge, abilities. or equipment not ordlnanly avaIlable m the type of contraclmg organizations qualified and B><pected to bid on the contract as a whole and In ganeral are to be Irmlled to minor components of the overall contract. 2. The contract amount upon whIch the requirements set forth in paragraph 1 of Section VII IS computed mcludes the cost of material and manufactured products whICh are to be purchesed or produced by the contractor under the contract provIsions 3. The contractor shall furnIsh (a) a competent superintendent or superlllsor who IS employed by the firm, has full authOrity to direct parformanca of the work In accordance With the contract raqulrements, and IS in charge of all construction operations (regardless of who performs the work) and (bl such other of ItS own organizational resources (superVISion, management, and engineering services) as the SHA contracting olllcer determmes IS necessary to assure the performanca of the contract. . 4. No portion 01 the contract shall be sublet, assigned or otherWise disposed of except WIth the wlltten consent of the SHA contracting officer, or authorlzad representatllle, and such consant when gillen shall not be construed to rehelle the contractor of any responSIbIlity lor the fulfollment of the contract. WI/tten consent Will be gIven only after the SHA has assured that each subcontract IS eVidenced 10 wnting and that It contains all pertinent prOVISions and reqUIrements 01 the prlme contract VIII. SAFETY: ACCIDENT PREVENTION 1, In the performance 01 thiS contract the contractor shall comply With all applicable Federal, Stete, and local laws gOllern- Ing safety, health, and samtation (23 CFR 635) The contractor shall prOVide all safeguards, safety deVIC8S and prot8ctllle equipment and taKe any other needed actIons as It determines, or as the SHA contractmg officer may determme, to be reason- ably necessary to protect the hfe and health of employees on the lob and th8 sarety 01 the pubhc and to protect property on connection WIth the performanc8 of the work covered by the contract. 2. It IS a conditIOn 01 thiS contract, and shall be made a condlllOn of each subcontract, which the contractor enters mto pursuant to thiS contract, that the contractor and any subcontrac- tor shall not permIt any employee, In performance of the con. tract, to work m surroundings or under condItions which are unsanitary, hazardous or dangerous to hlslher health or safety, as determoned under constructoon safety and hoalth standards (29 CFR 1926) promulgated by the Secretary of Labor, In accordance With Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S C 333). 3. Pursuant to 29 CFR 1926.3, It IS a condition of thiS contract that the Secretary of labor or authOrized representalllle thereof, shall have rlght of entry to any slle of contract perfor- mance to Inspect or investigate the matter of comphance With the constructIOn salety and health standards and to carry out the dutIes of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C 3331. IX FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction In conformity With approved plans and speCIfications and a high degree of reliability on statements and representations made by engmeers, contractors, supphers, and workers on Federal.ald highway proJects, It IS essential that all persons concerned WIth the project perlorm the" funcllons as carefully, thoroughly, and honestly as pOSSible. WIllful falslllcatlon, distortion, or misrepre- sentatIon With respect to any facts related to the project IS a IIlolatlon 01 Federal law. To prellent any mlsunderstandong regardmg the serlousness of these and Similar acts, the followmg notice shell be posted on each Federal'Bld hIghway project (23 CFR 635) In one or mora places where It IS readily allailable to ell persons concerned Wllh the proJect: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL.AID HIGHWA Y PROJECTS 18 U.S C. 1020 rcads as follows: "Whoever, bemg an officer. agenr, or employee of the Umted States, or of any State or Terntory, or whoever, whether a person, aS50c/atlon, firm, or corporation, knOWingly makes any false statement. false representation, or false report as to rhe character, quality, quant/ry, or cost of rhe material used or to be used. or the quantJ/y or quality of the work performed or to be Paoe 7 parformad, or tha cost tharaof m connaction with the submission of plans, maps, specifications, contracts, or costs of construction on any highwElY or rEllated proJact submlttad for approval to tha Secretary of Transportation, or Whoever knowmgly makes any falsastatemenr, false represen- tation, falsa raport or false claim With respect to the character, quality, quantity, or cost of any work parformed or to be per- formed, or matenals furnished or to be furnished, m connection with tha construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowmgly makes any false statement or false repre- sentation as to matenal fact m any statement, certificate, or report submlttad pursuant to prOVISIOns of the Federal-aid Roads Act approved July 7. 7916, (39 Stat. 3551, as amended and supplementad; Shall ba fmad not more that $/0,000 or Imprisoned not more than 5 years or both. . X IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal-aId construction contracts and to all related subcontracts of S 1 00,000 or more I By submISSIon of thiS bid or the executIon of thIS contract, or subcontract, as appropriate, the bidder, Federal-Old constructIon contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows. 1. That any faclhty that is or WIll be utilized In the performance of thIS contract, unless such contract IS exempt under the Clean Air Act, as amended (42 U S.C. 1857 ~ ~, as amended by Pub.L. 91.604), and under the Federel Water PollutIon Control Act, as amended (33 U S.C. 1251 ~ ~ . as amended by Pub.l. 92-500), ExecutIve Order 11738, and regulations Inlmplemcnta. tlon thereof (40 CFR 15) IS not listed, on the date of contract eward, on the U S. EnVIronmental Protection Agency (EPAl L,st of VIOlating Fecllltles pursuant to 40 CFR 15.20. 2. That the hrm agrees to comply and remain In compliance With all the reqUirements of Section 114 of the Clean Air Act and Section 308 of the Federel Water PollutIon Control Act and all regulatIons and gUidelines listed thcreunder 3 That the firm shall promptly notify the SHA of the receIpt of eny communlcetlon from the Director, Office of Federal ActIVities, EPA, indicatIng that a faCIlity that IS or WIll be utlhzed for the contract IS under conSIderation to be listed on the EPA LIst of Violating Faclhties. 4. That the firm agrees to Include or cause to be Included the requirements of paragraph 1 through 4 of thiS Section X In every nonexempt subconlract, and further agrees to take such action as the government may direct as a means of enforCIng such reqUirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION. INELIGIBILITY AND VOLUNTARY EXCLUSION 1. In8tructlon8 lor Certification - Primary Covered Transac- tions: (ApplIcable to all Federal-aId contracts - 49 CFR 291 a. By signing and submitting thiS proposal, the prospectIve PooeS .. promary participant IS providing the certifIcatIon set out below. . b Tho inabIlity of a parson to prOVide the certifICatiOn set out below Will not necessaroly result In demal of partIcipation In thIS covered transaction. The prospectIve partiCipant shall submit an explenatlon of why It cannot prOVide the certificatIon set out below The certification or explanation Will be conSidered In connectIOn WIth the department or agency's determination whether to enter Into thIS transactIon. However, fallu re of the prospectIve promary partiCipant to furnish a certIfIcation or an explanation shall dlsquahfy such a person from partiCipatIon In thiS transaction. c. The certIfICatiOn on thlb clause is a material representa- tion of fact upon whIch reliance was placed when the department or agency determined to enter Into thiS transaction If It IS later determIned that the prospectlv," promary partiCipant knOWingly rendered an erroneous certification, In additIOn to other remedies avalleble to the Federal Government, the department or agency may termonate this transaction for cause of default d The prospective pllmary partiCIpant shall prOVide Immediate wrotten notice to the department or agency to whom thiS proposal IS submitted ,f any time the prospective promary partIcIpant learns that ItS certifIcation was erroneous when submitted or has become erroneous by reason of changed circumstances. e, The terms 'covered transaction," "debarred,. .suspend- ed,' "ineligIble," "lower tIer covered transaction,' "partIcipant," "person." "primary covered transaction," "pronclpel," "proposal," and "voluntaroly excluded," as used In thiS clau~e, have the meamngs set out In the DefInitIOns and Coverage sectIOns of rules implementIng ExecutIve Order 12549 You may contact the department or agency to which thiS proposal .s submItted for assIstance In obtaining a copy of those regulations. . f. The prospective primary particIpant agrees by submItting thiS proposal that, should the proposed covered transactIon be entered Into, It shall not knowmgly enter Into any lower tIer covered transactIOn With a person who IS debarred, suspended, declared Inehglble, or voluntaroly excluded from partiCipatiOn In thiS covered transactIon, unless authOrized by the department or agency enterong Into thIS transactIon. g The prospectIve promary partICipant further agrees by submitting thiS proposal that It Will Includa the clause tItled "Certlfrcallon Regardong Debarment, SuspenSion, IneligibIlity and Voluntary ExclUSIon-Lower TIer Covered TransactIon," prOVided by the department or agency entering Into thIS covered transac- tion. Without modificatIOn. m all lower ller covered transactions and In all sohcltatlOns for lower tIer covered transactIOns. h A partiCIpant In a covered transactIon may rely upon a cerllflcatlon of a prospective particIpant In a lower tler covered transactIOn that IS not debarred, suspended. Ineligible, or volun- tarily excluded from the covered transactIon, unless it knows that the certifIcation IS erroneouS A partiCipant may decide the method and frequency by whIch It determInes the eligibility of ItS prinCIpals. Each partIcIpant may, but IS not reqUIred to, check the nonprocurement portion of the "lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocure- ment List) whIch IS compiled by the General ServIces AdminIstra- tion I. Nothing contaoned on the foregOing shall be construed to reqUire establishment of a system of records In order to render in good faith the certIfIcation reqUired by thIS clause The knowl- . . . . edge and Information of participant's not reqUired to exceed that which is normally possessed by a prudent person In the ordinary course of bUSiness deahngs. J. Except for transactions authonzed under paragraph f of these Instructions, If a participant In a covered transaction knoWingly enters Into a lower tier covered transaction With a person who IS suspended, debarred, ineligible, or voluntanly excluded from partlclpHtlon In this transacllon, In addItIon to other remedies available to the Federal Government, the depart. ment or egency may terminate this transaction for cause or default. Certification Regarding Debarment, SuspenSion, Ineligibility and Voluntary Exclusion-.Pnmary Covered Tranaactions 1 The prospective pnmary participant certifies to the best of its knowledQe and behef, that It and Its pnnclpals: a Are not presently debarred, suspendcd, proposed for debarment, declared Ineligible, or voluntanly excluded from covered transactions by any Federal department or agency; b. Have not Within a 3-year penod preceding this proposal been convicted of or had a CIVil Judgement rendered against them for commission of fraud or a cnmlnal offense In connectIOn With obtamlng, attamptlng to obtain, or performing a public (Federal, State or local} transacllon or contract under a public transactIOn, VIolation of Federal or State antitrust statutes or commiSSion of embezzlement, theft, forgery, bnbery, falSIfication or destruction of records, making false statements, or receiving stolen property, c. Are not presently Indlcled for or otherWise criminally or CIVilly charged by a governmental entity (Federal, State or locall With commiSSion of any of the offenses enumerated In paragraph 1 b of thiS certlficHtlon, and d. Have not with," a 3-yeer penod preceding thiS applica- tion/proposal had one or more public transactions (Fedpral. State or local) terminated lor cause or default 2 Where the prospectIve promary participant IS unable to certify to any of the statements In thiS certification, such prospective partiCipant shall attach an explanation to thiS proposal 2. Instructions for CertlflcBtlon - Lower Tier Covered TransBc, tions' (Apphcable to all subcontracts. purchase orders and other lower tier transactions of $25,000 or more - 49 CfR 291 a By slgmng end submllllng thiS proposal, the prospectIve lower tier IS prOViding the cerllflcallon set out below, b. The certification In thiS clause IS a meteroal representa' tlon of fact upon which reliance was placed when thiS transac' tlOn was entered Into. If It IS later determlOed that the prospec- tive lower tier partICipant knowinQly rendered an erroneous certIfication, In addition to other remedies available to the Federal Government, the deportment, or agency with which thiS transac. t,on oroglnated may pursue available remedies, including suspen' sian and lor debarment. c. The prospective lower tlar partiCipant shall prOVide Immediate written notice to the person to wtuch thiS proposal is submitted II at any lime the prospective lower tier participant learns that Its certification was erroneous by reason of changed circumstances d. The terms "covered transactIon," "debarred," "suspend- ed," "lnehglble," "primary covered transaction," "partiCipant," "person," "principal," "proposel," and "voluntarily excluded," as used In thiS clause, have the meaninQs set out In the Definitions and CoveraQe sections of rules ImplementlnQ Executive Order 12549. You may contact the person to whIch thiS proPQsalls submitted for assistance In obtalnmg a copy of those regulations e The prospectIve lower tier partiCipant agrees by submit- ting thiS proposal that, should the proposed covered trensactlon be entered into, It shall not knQwingly enter Into any lower t'er covered transaction With a perSQn who is dabarred, suspended, declared ineligIble, or voluntanly excluded I rom partiCipation In this covared transaction, unlo,s authOrized by the department or a\lency WIth whIch thIS Iransacllon onglnated f. The prospective lower tier partICipant further agrees by submitting thiS proposal that It Will Include th,s clause titled "CertIfICation Regard,"g Debarment. SuspenSion, IneligIbility and Voluntary ExclUSion-Lower Tier Covered Transaction," Without modification, In all lower tier covered transactions and In all soliCItations for lower tlcr covered transactIons g A partiCipant In a covered transaction may rely UPQn a certification of a prospecllve particIpant In a lower tier covered transaction that IS not debarred, suspended. ineligible, or volun- taroly excluded from the covered transaction, unless It knows that the certification IS erroneous. A partiCIpant may deCide the method and frequency by whIch It determines the ehglblllty of .ts pronclpals Each partiCipant may, but IS not reqUired to, check the Nonprocurement List. h. Nothing contained In the foregOing shall be construed to require establishment of a system of records In order to render In good faith the certification reqUIred by thiS clause The knowl- edge and informatIOn of parllclpant IS not reqUITed to exceed that which IS normally possessed by a prudent person In the ordinary course of bUSiness dealings. I. Except for transactions authoTlzed under paragraph e of these instructIons, If a partiCIpant In a covered transaction knOWingly enters Into a lower t,er covered tran<;actlOn With a person who IS suspended, debarred, Inehglble. or voluntaroly excluded from partiCipatiOn In thiS transaction, In addition to other remedies avalldblo to the Federal Government, the depart- ment or agency With which thiS transactIon originated may pursue available remedies, Including suspension and lor debar- ment. Certification Regarding Debarment, Suspension, Inellglblhty and Voluntary Excluslon..Lower Tier Covered Transactions' 1 The prospective lower tier participant cernfles, by submis. Sian of thIS proposal, that neither It nor its pnncipels IS presently debarred, suspended. proposed for debarment, declarad Inehglble, or voluntarily excluded from partICipation In thiS transactIon by any Federal department or agency Pege9 2. Where the prospective lower tler participant IS unable to . certlly to any of the statements In this certificatIOn. such prospective partiCipant shell ettach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to ell Federal-aid construction contrects and to all related subcontrects which exceed $100,000.49 CFR 20) 1. The prospective participant certifies, by SlgOlng and submit. tong thiS bid or proposal, to the best of hiS or her knowledge and beltef, that; a. No Federal appropriated lunds have been paid or Will be paid, by or on behalf of the underSigned, to any person for Influencing or attempting to Influence an officer or employee of any Federal agency, a Member of Congress, an officer or employ. ee of Congress, or an employee of e Member of Congress In connection With the ewarding of eny Federal contract, the making of any Federal grant, the making of any Federal loan. the entering IOto of any cooperative egreement, and the extenSion, continUation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropnated funds have been paid or Will be paid to any person for influenCing or attempt- Ing to Influence an olflcer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of e Member of Congress In connection With thiS Federal contrect, grant, loan, or cooperatIve agreement, the underSIgned shall complete and submIt Standard Form.LLL. "DIsclosure Form to Report LobhYlng," In accordance With Its InstructIons . 2. This certlflcdtlOn IS a material reprasentatlon of fact upon which rehance was placed when thiS transactIOn was made or entered into. SubmiSSion of thiS certification IS a prereqUisite for making or entenng onto thiS transaction Imposed by 31 U S.C 1352. Any person who falls to file the reqUired certification shall be subject to a CIVil penalty of nct less than $10,000 and not more than $100,000 lor each such failure. 3. The prospective partiCipant also agre9s by submitting hiS or her bid or proposal that he or she sholl reqUire that the language 01 thiS certification be oncluded in all lower tier subco ntracts, which exceed $100,000 and that all such recipients shall certlly and disclose accordmgly. . Page to . . .. 1 AMENDMENT 2 REQUIRED CONTRACT PROVISIONS 3 FEDERAL-AID CONSTRUCTION CONTRACTS 4 (Exclusive of Appalachian Contracts) 5 Under Section II, Paragraph 8b is revised as follows: 6 The reference to 49 CFR 23 is revised to read 49 CFR 26. 7 Under Section II , Paragraph 8b is supplemented with the following: 8 The contractor, subrecipicnt or subcontractor shall not discriminate on the basIs of race, color, national origin, or sex 9 in the performance ofthls contract. The contractor shall carry out applicable requIrements of 49 CFR Part 26 in 10 the award and administration of US DOT-assisted contracts. Failure by the contractor to carry out these reqUirements 11 is a material breach of this contract which may result in the termmatlOn of this contract or such other remedy as 12 the recipient deems appropriate 13 Under Section II, in accordance with standard specification 1-08.1(A) and applicable RCWs a new paragraph 8d is 14 added as follows: 15 The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory 16 performance of its contract and/or agreement no latcr than ten (10) days from the receipt of each payment the prime 17 contractor receives from WSDOT or its subrecipients. The prime contractor agrees further to return retainage 18 payments to each subcontractor wIthin ten (10) days after the subcontractor's work IS satisfactorily completed. Any 19 delay or postponement of payment from the above referenced tIme frame may occur only for good cause following 20 written approval ofthe WSDOT. This clause covers both DBE and non-DBE contractors. 21 22 Under Section IV, Paragraph 2b(4) IS deleted 23 24 Under Section IV, Paragraph 4, "and helpers" IS deleted from the title 25 26 Under Section IV, Paragraph 4a(1), add. 27 28 The proviSions in thiS section allowing apprentices to work at less than the predetermined rate when they are 29 registered In a bona fide apprenticeship program registered With the U.S Department of Labor, Employment 30 and Training Administration, or With the Bureau of Apprenticeship and Training, does not preclude a 31 reqUirement for the Contractor to pay apprentices the full applicable predetermined rate In the event a State 32 Apprenticeship Agency, recognized by the Bureau, has not approved, or Withdraws approval, of an 33 apprenticeship program 34 35 Under Section IV, Paragraph 4c IS deleted. 36 37 Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper" 38 39 Under Section IV, Paragraph 7 IS revised by deleting "helpers". 40 41 Under Section V, Paragraph 2a is revised by deleting "helpers". 42 43 Under Section V, Paragraph 2d(2) IS revised by deleting "helper" 44 45 Amendment to Form FHWA 1273 46 ReVised December 2, 2002 . Attachment B. Washington State Prevailing Wage Rates for Clallam County . . . State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fnnge benefits. On public works projects, workers' wage and benefit rates must add to not less than this total A bnef description of overtime calculation requirements IS provided on the Benefit Code Key. CLALLAM COUNTY Effective 03-03-07 ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 1M 50 BOILERMAKERS JOURNEY LEVEL $4747 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 CARPENTERS . ACOUSTICAL WORKER $41.43 1M 50 BRIDGE, DOCK AND WARF CARPENTERS $41.33 1M 50 CARPENTER $41.33 1M 50 CREOSOTED MATERIAL $41.37 1M 50 DRYWALL APPLICATOR $41.31 1M 50 FLOOR FINISHER $41.40 1M 50 FLOOR LAYER $41.40 1M 50 FLOOR SANDER $41.40 1M 50 MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $41.47 1M 50 SAWFILER $41.40 1M 50 SHINGLER $41.40 1M 50 STATIONARY POWER SAW OPERATOR $41 .40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 1M 50 CEMENT MASONS JOURNEY LEVEL $34.36 1M 50 DIVERS & TENDERS DIVER $85.75 1M 50 8A DIVER TENDER $44.22 1M 50 DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 50 8L ASSISTANT MATE (DECKHAND) $41 51 1T 50 8L BOATMEN $42.02 1T 50 8L ENGINEER WELDER $42.07 1T 50 8L LEVERMAN, HYDRAULIC $43.64 1T 50 8L MAINTENANCE $41.51 1T 50 8L MATES $42.02 1T 50 8L . OILER $41.64 1T 50 8L Page 1 CLALLAM COUNTY Effective 03-03-07 . ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $937 ELECTRICIANS - INSIDE CABLE SPLICER $52.30 10 5A CABLE SPLICER (TUNNEL) $5621 10 5A CERTIFIED WELDER $50.53 1D 5A CERTIFIED WELDER (TUNNEL) $54.26 10 5A CONSTRUCTION STOCK PERSON $27.32 10 5A JOURNEY LEVEL $48.75 10 5A JOURNEY LEVEL (TUNNEL) $52.30 10 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER $55.40 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35 92 4A 5A HEAD GROUNDPERSON $37.88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37 88 4A 5A . JOURNEY LEVEL L1NEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.26 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 60 MECHANIC IN CHARGE $63 45 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $1350 FENCE ERECTORS FENCE ERECTOR $1380 FENCE LABORER $11.60 FLAGGERS JOURNEY LEVEL $29.68 1M 5D GLAZIERS JOURNEY LEVEL $42 41 1H 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $45.13 18 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $34 84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.10 . Page 2 CLALLAM COUNTY Effective 03-03-07 . ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code INLAND BOATMEN CAPTAIN $38 04 1K 58 COOK $31.90 1K 58 DECKHAND $31.59 1K 58 ENGINEER/DECKHAND $34.37 1K 58 MATE, LAUNCH OPERATOR $36.02 1K 58 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 GROUT TRUCK OPERATOR $11.48 HEAD OPERATOR $12.78 TECHNICIAN $7.93 TV TRUCK OPERATOR $10.53 INSULATION APPLICATORS JOURNEY LEVEL $20.50 IRONWORKERS JOURNEY LEVEL $46.25 10 5A LABORERS ASPHALT RAKER $34.84 1M 50 BALLAST REGULATOR MACHINE $34.36 1M 50 BATCH WEIGHMAN $29.68 1M 50 BRUSH CUTTER $34 36 1M 50 . BRUSH HOG FEEDER $34 36 1M 50 BURNERS $34.36 1M 50 CARPENTER TENDER $34.36 1M 50 CASSION WORKER $35.20 1M 50 CEMENT DUMPER/PAVING $34.84 1M 50 CEMENT FINISHER TENDER $34.36 1M 50 CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 1M 50 CHIPPING GUN (OVER 30 LBS) $34.84 1M 50 CHIPPING GUN (UNDER 30 LBS) $34.36 1M 50 CHOKER SETTER $34.36 1M 50 CHUCK TENDER $34.36 1M 50 CLEAN-UP LABORER $34 36 1M 50 CONCRETE DUMPER/CHUTE OPERATOR $34 84 1M 50 CONCRETE FORM STRIPPER $34.36 1M 50 CONCRETE SAW OPERATOR $34 84 1M 50 CRUSHER FEEDER $29.68 1M 50 CURING LABORER $34.36 1M 50 DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $34.36 1M 50 DITCH DIGGER $34 36 1M 50 DIVER $35 20 1M 50 DRILL OPERATOR (HYDRAULIC, DIAMOND) $34.84 1M 50 DRILL OPERATOR, AIRTRAC $35 20 1M 50 DUMP MAN $34.36 1M 50 EPOXY TECHNICIAN $34.36 1M 50 EROSION CONTROL WORKER $34.36 1M 50 FALLER/BUCKER, CHAIN SAW $34.84 1M 50 FINAL DETAIL CLEANUP (I e , dusting, vacuuming, window cleamng, $27.36 1M 50 NOT construction debns cleanup) . FINE GRADERS $34 36 1M 50 Page 3 CLALLAM COUNTY Effective 03-03-07 . ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code FIRE WATCH $29.68 1M 50 FORM SETTER $34 36 1M 50 GABION BASKET BUILDER $34 36 1M 50 GENERAL LABORER $34.36 1M 50 GRADE CHECKER & TRANSIT PERSON $34 84 1M 50 GRINDERS $34 36 1M 50 GROUT MACHINE TENDER $34 36 1M 50 GUARDRAIL ERECTOR $34 36 1M 50 HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 50 HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 50 HAZARDOUS WASTE WORKER LEVEL C $34 36 1M 50 HIGH SCALER $35.20 1M 50 HOD CARRIERlMORTARMAN $34 84 1M 50 JACKHAMMER $34 84 1M 50 LASER BEAM OPERATOR $34 84 1M 50 MANHOLE BUILDER-MUDMAN $34 84 1M 50 MATERIAL YARDMAN $34.36 1M 50 MINER $35.20 1M 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $34.84 1M 50 PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, $34.84 1M 50 GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR $29 68 1M 50 PIPE POT TENDER $34.84 1M 50 . PIPE RELlNER (NOT INSERT TYPE) $34.84 1M 50 PIPELAYER & CAULKER $34 84 1M 50 PIPELAYER & CAULKER (LEAD) $35.20 1M 50 PIPE WRAPPER $34.84 1M 50 POT TENDER $34 36 1M 50 POWDERMAN $35.20 1M 50 POWDERMAN HELPER $34 36 1M 50 POWERJACKS $34 84 1M 50 RAILROAD SPIKE PULLER (POWER) $34 84 1M 50 RE- TIMBERMAN $35.20 1M 50 RIPRAP MAN $34.36 1M 50 RODDER $34.84 1M 50 SCAFFOLD ERECTOR $34.36 1M 50 SCALE PERSON $34.36 1M 50 SIGNALMAN $34.36 1M 50 SLOPER (OVER 20') $34.84 1M 50 SLOPER SPRAYMAN $34.36 1M 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $34.84 1M 50 SPREADER (CONCRETE) $34.84 1M 50 STAKE HOPPER $34 36 1M 50 STOCKPILER $34.36 1M 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $34.84 1M 50 TAMPER (MULTIPLE & SELF PROPELLED) $34.84 1M 50 TOOLROOM MAN (AT JOB SITE) $34.36 1M 50 TOPPER-TAILER $34 36 1M 50 TRACK LABORER $34.36 1M 50 TRACK LINER (POWER) $34 84 1M 50 . Page 4 CLALLAM COUNTY . Effective 03-03-07 ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $34.36 1M 50 TUGGER OPERATOR $34.84 1M 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $34.36 1M 50 VIBRATOR $34 84 1M 50 VINYL SEAMER $34.36 1M 50 VVELDER $34.36 1M 50 WELL-POINT LABORER $34 84 1M 50 LABORERS- UNDERGROUND SEWER & WATER GENERAL LABORER $34.36 1M 50 PIPE LAYER $34.84 1M 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK DRIVERS $793 LANDSCAPING OR PLANTING LABORERS $793 LATHERS JOURNEY LEVEL $41.31 1M 50 METAL FABRICATION (IN SHOP) FITTERlWELDER $15.16 LABORER $11.13 MACHINE OPERATOR $1066 PAINTER $11 41 . PAINTERS JOURNEY LEVEL $33 16 28 5A PLASTERERS JOURNEY LEVEL $25.83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $55.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1M 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42.35 1M 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42.84 1M 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43 39 1M 50 8L BACKHOES, (75 HP & UNDER) $41.93 1M 50 8L BACKHOES, (OVER 75 HP) $42 35 1M 50 8L BARRIER MACHINE (ZIPPER) $42 35 1M 50 8L BATCH PLANT OPERATOR, CONCRETE $42.35 1M 50 8L BELT LOADERS (ELEVATING TYPE) $41.93 1M 50 8L BOBCAT (SKID STEER) $39.57 1M 50 8L BROOMS $39.57 1M 50 8L BUMP CUTTER $42.35 1M 50 8L CABLE WAYS $42.84 1M 50 8L CHIPPER $42 35 1M 50 8L COMPRESSORS $39.57 1M 50 8L CONCRETE FINISH MACHINE -LASER SCREED $39 57 1M 50 8L CONCRETE PUMPS $41 93 1M 50 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 50 8L CONVEYORS $41 93 1M 50 8L . CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1M 50 8L Page 5 CLALLAM COUNTY Effective 03-03-07 '. ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42 35 1M 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42 84 1M 50 8L JIB WITH ATTACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 50 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING $43.96 1M 50 8L JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $39.57 1M 50 8L CRANES, A-FRAME, OVER 10 TON $41 93 1M 50 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 1M 50 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42.35 1M 50 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $42.84 1M 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43.39 1M 50 8L CRANES, TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $43.39 1M 50 8L CRANES, TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $43.96 1M 50 8L CRUSHERS $42 35 1M 50 8L DECK ENGINEER/DECK WINCHES (POWER) $42 35 1M 50 8L DERRICK, BUILDING $42.84 1M 50 8L DOZERS, (}'9 & UNDER $41.93 1M 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1M 50 8L DRILLING MACHINE $42 35 1M 50 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $39.57 1M 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1M 50 8L . FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 50 8L FORK LIFTS, (3000 LBS AND OVER) $41.93 1M 50 8L FORK LIFTS, (UNDER 3000 LBS) $39 57 1M 50 8L GRADE ENGINEER $41.93 1M 50 8L GRADECHECKER AND STAKEMAN $39.57 1M 50 8L GUARDRAIL PUNCH $42.35 1M 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $41 93 1M 50 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1M 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $41.93 1M 50 8L LOADERS, OVERHEAD (6 YO UP TO 8 YO) $42 84 1M 50 8L LOADERS, OVERHEAD (8 YO & OVER) $43.39 1M 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $42.35 1M 50 8L LOCOMOTIVES, ALL $42 35 1M 50 8L MECHANICS, ALL $42 84 1M 50 8L MIXERS, ASPHALT PLANT $42 35 1M 50 8L MOTOR PATROL GRADER (FINISHING) $42.35 1M 50 8L MOTOR PATROL GRADER (NON.fINISHING) $41.93 1M 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42 84 1M 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 50 8L OPERATOR $39.57 1M 50 8L PAVEMENT BREAKER PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1M 50 8L PLANT OILER (ASP HAL T, CRUSHER) $41.93 1M 50 8L POSTHOLE DIGGER, MECHANICAL $39.57 1M 50 8L POWER PLANT $39 57 1M 50 8L PUMPS, WATER $39 57 1M 50 8L . Page 6 CLALLAM COUNTY . Effective 03-03-07 ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code QUAD 9,0-10, AND HD-41 $42.84 1M 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 50 8L EQUIP RIGGER AND BELLMAN $39.57 1M 50 8L ROLLAGON $42.84 1M 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1M 50 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $41.93 1M 50 8L ROTO-MILL, ROTa-GRINDER $42.35 1M 50 8L SAWS, CONCRETE $41.93 1M 50 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $42.35 1M 50 8L ARTICULATING OFF-ROAD EQUIPMENT (UNDER 45 YD) $42 84 1M 50 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YO AND OVER) $41.93 1M 50 8L SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN $42.35 1M 50 8L SHOTCRETE GUNITE $39.57 1M 50 8L SLlPFORM PAVERS $42.84 1M 50 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $42.35 1M 50 8L SUBGRADE TRIMMER $42.35 1M 50 8L TOWER BUCKET ELEVATORS $41.93 1M 50 8L TRACTORS, (75 HP & UNDER) $41.93 1M 50 8L . TRACTORS, (OVER 75 HP) $42.35 1M 50 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1M 50 8L TRENCHING MACHINES $41.93 1M 50 8L TRUCK CRANE OILER/DRIVER (UNDER 100 TON) $41.93 1M 50 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $42 35 1M 50 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1M 50 8L WHEEL TRACTORS, FARMALL TYPE $39.57 1M 50 8L YO YO PAY DOZER $42.35 1M 50 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A SA SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27.68 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $4247 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25 63 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 RESIDENTIAL ELECTRICIANS . JOURNEY LEVEL $27.78 Page 7 CLALLAM COUNTY Effective 03-03-07 . ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $986 RESIDENTIAL LABORERS JOURNEY LEVEL $1808 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $14.60 RESIDENTIAL REFRIGERATION & AIR CONDITIONING JOURNEY LEVEL $5301 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $32.09 1E 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 ROOFERS JOURNEY LEVEL $35.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS . JOURNEY LEVEL (FIELD OR SHOP) $49 97 1E 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $1215 SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 18 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $1031 18 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $935 INSTRUMENT PERSON $11.40 PARTY CHIEF $1340 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31.15 10 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $29.89 28 5A HOLE DIGGER/GROUND PERSON $16.81 28 5A INSTALLER (REPAIRER) $28.68 28 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $27 82 28 5A SPECIAL APPARATUS INSTALLER I $29.89 28 5A SPECIAL APPARATUS INSTALLER II $29 30 28 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29 89 28 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27.82 28 5A . Page 8 . CLALLAM COUNTY Effective 03-03-07 ****************************************************************************************************** (See Benefit Code Key) PREVAILING Overtime Holiday Note Classification WAGE Code Code Code TELEVISION GROUND PERSON $15.96 28 5A TELEVISION L1NEPERSON/lNST ALLER $21.17 28 5A TELEVISION SYSTEM TECHNICIAN $25 15 28 5A TELEVISION TECHNICIAN $22 64 28 5A TREE TRIMMER $27.82 28 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $40.33 18 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $34.16 18 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASP HAL T MIX ( TO 16 YARDS) $39 04 1T 50 8L ASP HAL T MIX (OVER 16 YARDS) $39.62 1T 50 8L DUMP TRUCK $20 23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $39.62 1T 50 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 OILER $945 . WELL DRILLER $11.60 . Page 9 PREVAILING WAGE RATES FOR CLALLAM COUNTY . APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50 00% $1843 1M 50 2 1001-2000 HOURS 60 00% $21 06 1M 50 3 2001-3000 HOURS 7500% $27 10 1M 50 4 3001-4000 HOURS 90 00% $31 45 1M 50 1 0000-1000 HOURS 6000% $23 86 1M 50 2 1001-2000 HOURS 7000% $26 48 1M 50 3 2001-3000 HOURS 80 00% $29 11 1M 50 4 3001-4000 HOURS 90 00% $31 73 1M 50 BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70 00% $38.86 1C 5N 2 1001-2000 HOURS 75 00% $40 30 1C 5N 3 2001-3000 HOURS 80 00% $41.73 1C 5N 4 3001-4000 HOURS 85 00% $43 17 1C 5N 5 4001-5000 HOURS 90 00% $44 60 1C 5N 6 5001-6000 HOURS 95 00% $46 04 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50 00% $25 49 1M 5A 2 0751-2250 HOURS 55 00% $27 05 1M 5A . 3 2251-3000 HOURS 60 00% $28 62 1M 5A 4 3001-3750 HOURS 70 00% $31 74 1M 5A 5 3751-4500 HOURS 80 00% $34 87 1M 5A 6 4501-5250 HOURS 90 00% $37 99 1M 5A 7 5251-6000 HOURS 95 00% $39 56 1M 5A CARPENTERS CARPENTER 1 0000-1000 HOURS 60 00% $25 30 1M 50 2 1001-2000 HOURS 65 00% $30 69 1M 5D 3 2001-3000 HOURS 70 00% $3221 1M 50 4 3001-4000 HOURS 75 00% $33 73 1M 50 5 4001-5000 HOURS 80 00% $35 25 1M 50 6 5001-6000 HOURS 85 00% $36 77 1M 50 7 6001-7000 HOURS 90.00% $38 29 1M 5D 8 7001-8000 HOURS 95 00% $39 81 1M 50 DRYWALL APPLICA TOR DRYWALL METAL STUD AND CEILING APPLICATORS 1 0000-0700 HOURS 50 00% $22 25 1M 50 2 0701-1400 HOURS 60 00% $2916 1M 50 3 1401-2100 HOURS 68 00% $31 59 1M 50 4 2101-2800 HOURS 76 00% $34 02 1M 50 5 2801-3500 HOURS 84.00% $36 45 1M 50 6 3501-4200 HOURS 92 00% $38 88 1M 50 ACOUSTICAL WORKER 1 0000-1000 HOURS 50 00% $22 31 1M 50 2 1001-2000 HOURS 60 00% $29.23 1M 50 3 2001-3000 HOURS 68 00% $31 67 1M 50 4 3001-4000 HOURS 76 00% $34 11 1M 50 5 4001-5000 HOURS 84 00% $36 55 1M 50 6 5001-6000 HOURS 92 00% $38 99 1M 50 . Page 1 PREVAILING WAGE RATES . FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code MILLWRIGHT AND MACHINE ERECTORS 1 1 st Penod 60 00% $25 86 1M 50 2 2nd Penod 65 00% $31.30 1M 50 3 3rd Period 70 00% $32 87 1M 50 4 4th Penod 75 00% $34.44 1M 50 5 5th Period 80 00% $36 00 1M 50 6 6th Penod 85 00% $37 57 1M 50 7 7th Period 90 00% $39 14 1M 50 8 8th Period 95 00% $40.70 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1 1 st Penod 60 00% $25 38 1M 50 2 2nd Penod 65 00% $30 78 1M 50 3 3rd Period 70 00% $32 31 1M 50 4 4th Period 75 00% $33 84 1M 50 5 5th Penod 80 00% $35 36 1M 50 6 6th Penod 85 00% $36 89 1M 50 7 7th Penod 90 00% $38 42 1M 50 8 8th Penod 95 00% $39.94 1M 50 BRIDGE, DOCK, AND WHARF CARPENTERS 1 1 st Penod 60 00% $25 30 1M 50 2 2nd Period 65 00% $30.69 1M 50 3 3rd Period 70 00% $32.21 1M 50 4 4th Period 75.00% $33.73 1M 50 5 5th Penod 80 00% $35 25 1M 50 6 6th Period 85 00% $36 77 1M 50 . 7 7th Period 90 00% $38 29 1M 50 8 8th Penod 95 00% $39.81 1M 50 CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1313 1M 50 2 1001-2000 HOURS 60 00% $1576 1M 50 3 2001-3000 HOURS 70 00% $1838 1M 50 4 3001-4000 HOURS 80 00% $21 01 1M 50 5 4001-5000 HOURS 90 00% $23 63 1M 50 6 5001-6000 HOURS 95 00% $24 95 1M 50 DRYWALL TAPERS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $26 84 1E 5P 2 1001-2000 HOURS 55.00% $28 27 1E 5P 3 2001-3000 HOURS 65 00% $31 13 1E 5P 4 3001-4000 HOURS 75 00% $33 99 1E 5P 5 4001-5000 HOURS 85 00% $36 85 1E 5P 6 5001-6000 HOURS 90 00% $38 28 1E 5P ELECTRICIANS -INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 40 00% $21 49 10 5A 2 1001-2000 HOURS 50 00% $25 05 10 5A 3 2001-3500 HOURS 55 00% $30 09 10 5A 4 3501-5000 HOURS 65 00% $34 23 10 5A 5 5001-6500 HOURS 75 00% $38 39 10 5A 6 6501-8000 HOURS 85 00% $42 53 10 5A ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LlNEPERSON 1 0000-1000 HOURS 60 00% $32 03 4A 5A 2 1001-2000 HOURS 63 00% $33 20 4A 5A 3 2001-3000 HOURS 67 00% $34 76 4A 5A 4 3001-4000 HOURS 72.00% $36 71 4A 5A 5 4001-5000 HOURS 78 00% $39 05 4A 5A 6 5001-6000 HOURS 86 00% $42 17 4A 5A . 7 6001-7000 HOURS 90.00% $43 73 4A 5A Page 2 PREVAILING WAGE RATES FOR CLALLAM COUNTY . APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code POLE SPRA YER 1 0000-1000 HOURS 8570% $42 06 4A 5A 2 1001-2000 HOURS 8980% $43 66 4A 5A 3 2001-3000 HOURS 92 80% $44 83 4A 5A ELEVA TOR CONSTRUCTORS MECHANIC 1 0000-1000 HOURS 50 00% $20 69 4A 60 2 1001-1700 HOURS 55.00% $37 36 4A 60 3 1701-3400 HOURS 65 00% $41 76 4A 60 4 3401-5100 HOURS 70 00% $44 55 4A 60 5 5101-6800 HOURS 80 00% $48 97 4A 60 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $793 2 1001-2000 HOURS 60.00% $793 3 2001-3000 HOURS 65 00% $793 4 3001-4000 HOURS 70 00% $845 5 4001-5000 HOURS 7500% $905 6 5001-6000 HOURS 80.00% $966 7 6001-7000 HOURS 85.00% $1026 8 7001-8000 HOURS 95 00% $11 47 TELECOMMUNICA TION TECHNICIANS TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL 1 0000.{)800 HOURS 60 00% $20 37 10 5A 2 0801-1500 HOURS 65 00% $21 71 10 5A 3 1601-2400 HOURS 70 00% $23 06 10 5A 4 2401-3200 HOURS 75 00% $2441 10 5A . 5 3201-4000 HOURS 80 00% $25 76 10 5A 6 4001-4800 HOURS 85 00% $27 11 10 5A GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 45 00% $21 83 1H 5G 2 1001-2000 HOURS 50 00% $23 71 1H 5G 3 2001-3000 HOURS 55.00% $25 58 1H 5G 4 3001-4000 HOURS 60 00% $27 45 1 H 5G 5 4001-5000 HOURS 65 00% $29 32 1H 5G 6 5001-6000 HOURS 70 00% $31 19 1H 5G 7 6001-7000 HOURS 80 00% $34 93 1H 5G 8 7001-8000 HOURS 90.00% $38 67 1H 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC 1 0000-1000 HOURS 40.00% $24 92 1S 5J 2 1001-2000 HOURS 45 00% $2661 1S 5J 3 2001-3000 HOURS 50 00% $28 29 1S 5J 4 3001-4000 HOURS 55.00% $29 97 1S 5J 5 4001-6000 HOURS 65 00% $33 34 1S 5J 6 6001-8000 HOURS 75 00% $36 71 1S 5J 7 8001-10000 HOURS 85 00% $40 08 1S 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60 00% $23 86 1M 50 2 1001-2000 HOURS 70 00% $26.48 1M 50 3 2001-3000 HOURS 80 00% $29 11 1M 50 4 3001-4000 HOURS 90 00% $31 73 1M 50 . Page 3 PREVAILING WAGE RATES . FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code INSULA TION APPLlCA TORS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1025 2 1001-2000 HOURS 60 00% $12.30 3 2001-3000 HOURS 75 00% $1538 4 30014000 HOURS 90 00% $1845 IRON WORKERS JOURNEY LEVEL 1 0000.{)750 HOURS 65 00% $27 48 10 5A 2 0751-1500 HOURS 70 00% $29 05 10 5A 3 1501-2250 HOURS 75 00% $38 38 10 5A 4 2251-3000 HOURS 80 00% $39 95 10 5A 5 3001-3750 HOURS 90 00% $4310 10 5A 6 37514500 HOURS 90 00% $4310 10 5A 7 4501-5250 HOURS 9500% $44 68 10 5A 8 5251-6000 HOURS 9500% $44 68 10 5A LABORERS GENERAL LABORER 1 0000-1000 HOURS 60 00% $23 86 1M 50 2 1001-2000 HOURS 70 00% $26 48 1M 50 3 2001.3000 HOURS 80 00% $29 11 1M 50 4 30014000 HOURS 90 00% $31 73 1M 50 LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER . 1 0000-1000 HOURS 60 00% $23 86 1M 50 2 1001-2000 HOURS 70 00% $26 48 1M 50 3 2001-3000 HOURS 80 00% $29 11 1M 50 4 30014000 HOURS 90 00% $31.73 1M 50 LATHERS JOURNEY LEVEL 1 0000.{)700 HOURS 50 00% $22.25 1M 50 2 0701-1400 HOURS 60 00% $2916 1M 50 3 1401.2100 HOURS 68 00% $31 59 1M 50 4 2101-2800 HOURS 76 00% $34 02 1M 50 5 2801-3500 HOURS 84 00% $36.45 1M 50 6 35014200 HOURS 92 00% $38 88 1M 50 PAINTERS JOURNEY LEVEL 1 0000.{)750 HOURS 52 00% $1927 26 5A 2 0751-1500 HOURS 56 00% $20 32 28 SA 3 1501-2250 HOURS 60 00% $21 37 28 5A 4 2251-3000 HOURS 64 00% $23 26 26 SA 5 3001-3750 HOURS 68 00% $24 36 26 5A 6 40014800 HOURS 72.00% $25 45 26 5A PLASTERERS JOURNEY LEVEL 1 0000.{)500 HOURS 40 00% $1033 2 0501-1000 HOURS 45 00% $11.62 3 1001-1500 HOURS 45 00% $11 62 4 1501-2000 HOURS 50 00% $12.92 5 2001-2500 HOURS 55 00% $14 21 6 2501-3000 HOURS 60 00% $1550 7 3001-3500 HOURS 65 00% $16 79 8 35014000 HOURS 70 00% $1808 9 40014500 HOURS 75 00% $1937 10 4501-5000 HOURS 80 00% $20 66 11 5001-5500 HOURS 85 00% $21 96 12 550HiOOO HOURS 90 00% $23 25 . 13 6001-6500 HOURS 95 00% $24 54 14 6501-7000 HOURS 95 00% $24 54 Page 4 Stage of Progression & Hour Range PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-2000 HOURS 50 00% 2 20014000 HOURS 62 50% 3 4001 ~OOO HOURS 70 00% 4 6001-8000 HOURS 75 00% 5 8001-10000 HOURS 85 00% POWER EQUIPMENT OPERA TORS BACKHOES (75 HP & UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65 00% $31 28 2 1001-2000 HOURS 70 00% $3280 3 2001-3000 HOURS 7500% $34 32 4 30014000 HOURS 80 00% $35 84 5 4001-5000 HOURS 90 00% $3889 6 5001~000 HOURS 95.00% $4041 POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER (SEE POWER EQUIPMENT OPERA TORS) 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70.00% 3 2001-3000 HOURS 75 00% 4 30014000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001~000 HOURS 95 00% POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75 00% 2 1001-2000 HOURS 80 00% 3 2001-3000 HOURS 85 00% 4 30014000 HOURS 90 00% REFRIGERA TION & AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50 00% 2 20014000 HOURS 55 00% 3 4001 ~OOO HOURS 60.00% 4 6001-8000 HOURS 7000% 5 8001-10000 HOURS 85 00% RESIDENTIAL CARPENTERS JOURNEY LEVEL 1 1st Penod 60 00% 2 2nd Period 65 00% 3 3rd Penod 70 00% 44th Period 75 00% 55th Penod 80 00% 66th Penod 85 00% 77th Period 90.00% 88th Period 95 00% RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000.<J900 HOURS 50 00% 2 0901-1800 HOURS 55 00% 3 1801-2700 HOURS 75 00% 4 27014000 HOURS 85 00% RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL 0000-1000 HOURS 55 00% 1001-2000 HOURS 65 00% 20014000 HOURS 75.00% 400HOOO HOURS 85 00% 1 2 3 4 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Wage $29 93 $40 82 $43 73 $45 67 $49 57 $31 28 $32 80 $34 32 $35 84 $38 89 $4041 $2517 $26 34 $27 52 $28 70 $1384 $1522 $1661 $1938 $23 53 $10 71 $11 60 $1250 $1339 $1428 $1517 $16 07 $1696 $1389 $1528 $20 84 $2361 $803 $949 $1095 $1241 Overtime Holiday Code Code 1G SA 1G 5A 1G 5A 1G SA 1G SA 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 4A SA 4A SA 4A SA 4A 5A . Note Code 8L 8L 8L 8L 8L 8L . Page 5 . PREVAILING WAGE RATES . FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000.Q900 HOURS 55.00% $1625 1E 6L 2 0901-1800 HOURS 60 00% $1715 1E 6L 3 1801-2700 HOURS 65 00% $1847 1E 6L 4 2701-3600 HOURS 70 00% $1937 1E 6L 5 3601-4500 HOURS 75 00% $20 52 1E 6L 6 4501-5400 HOURS 8000% $21 42 1E 6L ROOFERS JOURNEY LEVEL 1 0000.Q820 HOURS 60 00% $23 23 1R 5A 2 0821-1630 HOURS 67 00% $25 03 1R 5A 3 1631-2450 HOURS 74 00% $26 82 1R 5A 4 2451-3270 HOURS 81 00% $30 91 1R 5A 5 3271-4080 HOURS 88 00% $3271 1R 5A 6 4081-4899 HOURS 9500% $34 50 1R 5A SHEET METAL WORKERS JOURNEY LEVEL 1 0000-2000 HOURS 45 00% $21 91 1E 6L 2 2001-3000 HOURS 50 00% $3019 1E 6L 3 3001-4000 HOURS 55.00% $32 04 1E 6L 4 4001-6000 HOURS 60 00% $33 92 1E 6L 5 5001-6000 HOURS 65 00% $35 79 1E 6L 6 6001-7000 HOURS 70 00% $37 65 1E 6L 7 700Hl000 HOURS 75 00% $39 52 1E 6L . 8 8001-9000 HOURS 80 00% $41 38 1E 6L 9 9001-10000 HOURS 85 00% $43 26 1E 6L SOFT FLOOR LAYERS JOURNEY LEVEL 1 0000.Q750 HOURS 45.00% $1599 18 5A 2 0751-1500 HOURS 50 00% $1815 18 5A 3 1501-2250 HOURS 60 00% $22 49 18 5A 4 2251-3000 HOURS 70 00% $2531 , 18 5A 5 3001-3750 HOURS 80 00% $28.12 18 5A 6 3751-4500 HOURS 85 00% $29 53 18 5A 7 4501-6250 HOURS 90 00% $30 94 18 5A 8 525HOOO HOURS 95 00% $32 35 18 5A SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL GRADE 1 /INDENTURED AFTER APRIL 1 200m 1 0000-1 000 HOURS 45 00% $885 1 2 1001 -2000 HOURS 50 00% $984 1 3 2001 -3000 HOURS 55 00% $10 82 1 4 3001-4000 HOURS 60 00% $11 80 1 1 0000-1 000 HOURS 40 00% $793 1 2 1001 -2000 HOURS 45 00% $885 1 3 2001 -3000 HOURS 50 00% $984 1 4 3001-4000 HOURS 5500% $1082 1 1 0000-1 000 HOURS 65 00% $1279 1 2 1001 -2000 HOURS 70 00% $1377 1 3 2001 -3000 HOURS 75.00% $1475 1 4 3001-4000 HOURS 80 00% $1574 1 5 4001 -5000 HOURS 85 00% $16 72 1 6 5001 -6000 HOURS 90.00% $1770 1 1 0000-1 000 HOURS 60 00% $11 80 1 2 1001 -2000 HOURS 65 00% $1279 1 3 2001 -3000 HOURS 70 00% $13.77 1 4 3001-4000 HOURS 75.00% $1475 1 5 4001-5000 HOURS 80 00% $15.74 1 . 6 500HOOO HOURS 85 00% $1672 1 Page 6 PREVAILING WAGE RATES FOR . CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code TILE, MARBLE & TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50 00% $23 34 18 5A 2 1001-2500 HOURS 55 00% $24 75 18 5A 3 2501-3500 HOURS 60 00% $26 14 18 5A 4 35014500 HOURS 70 00% $28 96 18 5A TERRAZZO WORKERS & TILE SETTERS 1 0000-1000 HOURS 50 00% $24 00 18 5A 2 1001-2500 HOURS 5500% $2547 18 5A 3 2501-3500 HOURS 60.00% $26.93 18 5A 4 35014500 HOURS 70 00% $29 87 18 5A 5 4501-5500 HOURS 80 00% $3281 18 5A 6 5501~250 HOURS 90 00% $3574 18 5A 7 6251-7000 HOURS 9500% $37 21 18 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000.()500 HOURS 60 00% $1469 1K 5A 2 0501-1000 HOURS 60 00% $2001 1K 5A 3 1001-2333 HOURS 60.00% $23 11 1K 5A 4 23344666 HOURS 73 00% $26.94 1K 5A 5 4667-7000 HOURS 88 00% $31 36 1K 5A TRUCK DRIVERS DUMP TRUCK ALL TRUCKS 1 0000.()700 HOURS 70 00% $14 16 2 0701-1400 HOURS 80 00% $1618 . 3 1401-2100 HOURS 90 00% $1821 . Page 7 BENEFIT CODE KEY - EFFECTIVE 3-3-07 . OVRRTIMR CODRS OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON l!lllLK. WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL ALSO BE P AID 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 HOURL Y 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 WORKED 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 P AID 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 HOLIDA YS 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 HOURL Y RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE . Page 1 BENEFIT CODE KEY - EFFECTIVE 3-3-07 M ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE P AID 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 HOLIDA YS 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 P AID AT DOUBLE THE HOURL Y RATE OF WAGE 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 MONDA Y THROUGH SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE . T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6 00 PM SATURDAY TO 600 AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DA Y) SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V ALL HOURS WORKED ON SATURDAYS, 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 SA TURDA YS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE 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, FRIDA Y, 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. . Page 2 . . . BENEFIT CODE KEY - EFFECTIVE 3-3-07 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 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 HOURL Y 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 HOURL Y RATE OF WAGE ALL HOURS WORKED ON SA TURDA YS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE P AID AT TWO TIMES THE HOURL Y RATE OF WAGE. 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 P AID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY 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 HOURL Y RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES 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 Page 3 BENEFIT CODE KEY - EFFECTIVE 3-3-07 HOLm A V C:ODFS . 5 A HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DA Y (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 HOLIDA YS NEW YEAR'S DAY, MEMORIAL DA Y, 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 DA Y, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (II) G HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6) HOLIDAYS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) . HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDA Y AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N. HOLIDA YS 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) 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 DA Y, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). SPAID 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 (10) V. PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS . Page 4 . . . 6. BENEFIT CODE KEY - EFFECTIVE 3-3-07 x HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY, AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DA Y, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDA YS' 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 HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 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 DA Y, 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) 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 (I I). P AID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) L HOLIDA YS 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 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 HOLIDA YS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING DA Y, THE FRIDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9) V PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10) x PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I) Page 5 BENEFIT CODE KEY - EFFECTIVE 3-3-07 NOTR COORS . 8 A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPL Y TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $225 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5 50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MA Y NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY 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 ISO' - $150 PER FOOT FOR EACH FOOT OVER 100 FEET OVER ISO' TO 200' - $200 PER FOOT FOR EACH FOOT OVER ISO FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS- LEVEL A $075, LEVEL B $050, AND LEVEL C $025 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 $100, LEVEL B $075, LEVEL C $050, AND LEVEL D $025 . 9. A SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO I AM IS WAGE PLUS 17.3% GRAVEYARD FROM 12.30 AM TO 9.00 AM IS WAGE PLUS 3 14% B SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO 1230 AM IS WAGE PLUS 10% FOR 7 'h HOURS WORKED GRAVEYARD FROM 1230 AM TO 9.00 AM IS WAGE PLUS 15% 7 HOURS WORKED c. . Page 6 . Attachment C. Davis-Bacon Prevailing Wage Rate Schedule for the Area . . Page 1 of 45 General Decision Number: WA030001 01/19/2007 WA1 . Superseded General Decision Number: WA020001 State: Washington Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 06/13/2003 1 01/23/2004 2 02/06/2004 3 02/13/2004 4 03/05/2004 5 03/12/2004 6 04/16/2004 7 05/14/2004 8 06/18/2004 9 06/25/2004 10 07/02/2004 11 07/23/2004 12 08/06/2004 . 13 08/20/2004 14 09/03/2004 15 10/01/2004 16 10/15/2004 17 10/22/2004 18 11/05/2004 19 11/19/2004 20 12/03/2004 21 01/14/2005 22 02/18/2005 23 03/18/2005 24 03/25/2005 25 04/01/2005 26 04/22/2005 27 06/03/2005 28 06/10/2005 29 06/17/2005 30 07/08/2005 31 07/29/2005 32 08/12/2005 33 08/19/2005 34 09/09/2005 35 09/16/2005 36 09/23/2005 37 09/30/2005 38 10/14/2005 39 11/18/2005 . 40 01/27/2006 41 02/10/2006 42 02/17/2006 43 02/24/2006 http://www.wdol.gov/wdol/scafi1es/davisbaconIWA1.dvb 1/22/2007 Page 2 of 45 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 03/31/2006 06/02/2006 06/16/2006 06/23/2006 06/30/2006 07/14/2006 08/11/2006 09/01/2006 09/08/2006 09/22/2006 09/29/2006 10/13/2006 11/03/2006 11/24/2006 12/01/2006 12/08/2006 01/19/2007 . CARP0001-008 06/01/2006 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:................... $ 24. 93 GROUP 2:................... $ 26.18 GROUP 3:................... $ 25.20 GROUP 4:................... $ 24.93 GROUP 5:................... $ 61.74 GROUP 6:................... $ 29. 07 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1:................... $ 24.26 GROUP 2:................... $ 25.51 GROUP 3:................... $ 24.52 GROUP 4:................... $ 24.26 GROUP 5:................... $ 60.07 GROUP 6:................... $ 28.35 8.50 8.50 8.50 8.50 8.50 8.50 . 8.50 8.50 8.50 8.50 8.50 8.50 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw-Off Bearer; Wire, Wood and Metal Lather Applicator . http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb 1/22/2007 . . . Page 3 of 45 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, dock and wharf carpenters GROUP 5 : Divers GROUP 6 : Divers Tender ZONE PAY: ZONE 1 0-45 MILES FREE ZONE 2 46-65 MILES $2.00/PER HOUR ZONE 3 66-100 MILES $3.00/PER HOUR ZONE 4 OVER 100 MILES $4.50/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee. CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee. CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee. CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee. CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee. DEPTH PAYY FOR DIVERS: Each foot over 50-100 feet Each foot over 100-175 feet Each foot over 175-250 feet $1.00 2.25 5.50 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 +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. http://www . wdo1.gov/wdol/scafiles/davisbaconIW A 1.dvb 1/22/2007 Page 4 of 45 CARP0003-006 06/01/2006 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS (Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Wil1apa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY . SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS; ACOUSTICAL.... ..$ 29.49 DIVERS TENDERS..... .........$ 32.18 DIVERS. . . . . . . . . . . . . . . . . . . . . . $ 69.76 DRYWALL. . . . . . . . . . . . . . . . . . . . . $ 29.49 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood-type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating ma t e r i 1 s . . . . . . . . . . . . . . . . . . . . $ 2 9 . 64 MILLWRIGHTS......... ...... ..$ 29.99 PILEDRIVERS. . . . . . . . . . . . . . . . . $ 29. 99 11. 28 11. 28 11. 28 11. 28 . 11. 28 11.28 11.28 DEPTH PAY: 50 TO 100 FEET 100 TO 150 FEET 150 TO 200 FEET $1.00 PER FOOT OVER 50 FEET 1.50 PER FOOT OVER 100 FEET 2.00 PER FOOT OVER 150 FEET Zone Differential (Add up Zone 1 rates) : Zone 2 - $0.85 Zone 3 - 1. 25 Zone 4 - 1. 70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowli~z, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 . http://www.wdol.gov/wdollscafiles/davisbacon/WA1.dvb 1/2212007 . . . Page 5 of 45 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770-003 06/01/2006 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACCOUSTICAL WORKERS..... ...$ 22.05 CARPENTERS AND DRYWALL APPLICATORS............. ...$ 22.05 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . . $ 22.05 DIVERS TENDER.... ..........$ 33.29 DIVERS. . . . . . . . . . . . . . . . . . . . . $ 74.82 INSULATION APPLICATORS... ..$ 22.05 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . . $ 31. 34 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS..... ..$ 30.34 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING..... ..$ 30.34 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 22.05 10.65 10.65 10.65 10.93 10.93 10.65 10.65 10.65 10.65 10.65 (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 Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside http://www . wdol.gov /wdol/ scafiles/ davisbaconIW A 1.dvb 1/22/2007 Page 6 of 45 Zone Pay: o -25 radius miles 25-35 radius miles 35-45 radius miles 45-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $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: o -25 radius miles 25-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour ---------------------------------------------------------------- CARP0770-006 06/01/2006 Rates Frlnges Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHAT COM COUNTIES ACOUSTICAL WORKERS.........$ BRIDGE, DOCK & WHARF CARPENTERS...... ... ........$ CARPENTERS AND DRYWALL APPLICATORS.. ......... .....$ CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . . $ DIVERS TENDER. ........ .....$ DIVERS. . . . . . . . . . . . . . . . . . . . . $ INSULATION APPLICATORS.....$ MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . . $ PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING.......$ 30.54 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER . 30.50 10.93 30.34 10.93 30.34 10.93 30.44 10.93 33.29 10.93 74.82 10.93 30.34 10.93 31. 34 10.93 10.93 . http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb 1/22/2007 . . . Page 7 of 45 STATIONARY WOOD WORKING TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 30.47 10.93 (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 Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside Zone Pay: o -25 radius miles 25-35 radius miles 35-45 radius miles 45-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $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: o -25 radius miles 25-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour ELEC0046-001 06/05/2006 CALLAM, JEFFERSON, KING AND KIT SAP COUNTIES Rates Fringes Cable splicer....................$ 37.95 Electrician.......... ............$ 34.50 3%+13.21 3%+13.21 ELEC0048-003 01/01/2006 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes Cable splicer.................... $ 31. 85 Electrician. . . . . . . . . . . . . . . . . . . . . . $ 31.60 3%+$13.80 3%+$13.80 * ELEC0073-001 11/01/2006 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES http://www.wdo1.gov/wdol/scafiles/davisbaconIWA1.dvb 1/2212007 Page 8 of 45 Rates Fringes Cable splicer.............. ......$ 25.07 Electrician. . . . . . . . . . . . . . . . . . . . . . $ 24.67 3%+12.03 3%+12.03 . ---------------------------------------------------------------- ELEC0076-002 09/01/2006 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes Cable splicer....................$ 35.59 Electrician......................$ 32.06 3%+13.18 3%+13.18 ---------------------------------------------------------------- ELEC0077-002 02/01/2006 Rates Fringes Line Construction: CABLE SPLICERS..............$ 40.47 GROUNDMEN...................$ 25.29 LINE EQUIPMENT MEN..........$ 31.07 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN....$ 36.13 POWDERMEN, JACKHAMMERMEN.. ..$ 27.10 TREE TRIMMER..... ...........$ 22.10 3.875%+10.35 3.875%+8.60 3.875%+8.60 3.875%+10.35 3.875%+8.60 3.875%+8.15 ---------------------------------------------------------------- ELEC0112-005 06/01/2006 . ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes Cable splicer............. .......$ 31.82 Electrician. . . . . . . . . . . . . . . . . . . . . . $ 30.30 3%+12.68 3%+12.68 ---------------------------------------------------------------- ELEC0191-003 09/01/2006 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes Cable splicer........ ...... ......$ 34.55 Electrician.... ................ ..$ 31.41 3%+11. 97 3%+11.97 ---------------------------------------------------------------- ELEC0191-004 09/01/2006 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer..... ............. ..$ 30.15 Electriclan.......... ...... .... ..$ 27.41 3%+11.92 3%+11. 92 . ---------------------------------------------------------------- ELEC0970-001 06/01/2006 http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb 1/2212007 . . . Page 9 of 45 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer.. ..................$ 34.05 Electrician..... .... ...... ..... ..$ 30.95 3%+10.90 3%+10.90 ENGI0302-003 06/01/2006 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) : Rates Fringes Power equipment operators: Group 1A................... $ 31. 89 Group 1AA.................. $ 32.46 Group 1AAA..... .......... ..$ 33.02 Group 1..................... $ 31.34 Group 2..................... $ 30.85 Group 3..................... $ 30. 43 Group 4..................... $ 28.07 11. 50 11.50 11.50 11.50 11. 50 11.50 11. 50 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom 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 http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 Page 10 of 45 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/drlver-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; OutSlde 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 . GROUP 4 - Assistant Englneer; 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 pald on the following: . 1. Projects involving work on structures such as buildlngs and bridges whose total value is less than $1.5 million http://www.wdo1.gov/wdol/scafiles/davisbaconIWAI.dvb 1/2212007 Page 11 of 45 excluding mechanical, electrical, and utillty 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 "An Suit - Base wage rate plus $ .75 per hour. . Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) GROUP lAA - 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 includlng 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 http://www.wdol.gov/wdol/scafiles/davisbaconIWAI.dvb 1/22/2007 Page 12 of 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-3 yards and under; Flnishing Machlne, 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/Drlver under 100 tons; Tractors, backhoe 75 hp and under . 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 RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures and bridges whose total value is less million excluding mechanical, electrical, and of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. such as buildings than $1.5 utility portions . http://www.wdo1.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 Page 13 of 45 . HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed 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. ENGI0302-009 06/01/2006 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 ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0-25 radius miles) : . Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER........ ..$ 30.01 11. 50 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . . $ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER. . . . . . . . . . $ 30.14 11.50 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . . $ 27.06 8.40 GROUP 3 TOTAL PROJECT COST $300,000 AND OVER..........$ 30.52 11. 50 TOTAL PROJECT COST UNDER $300,000.................. .$ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER........ ..$ 30.57 11.50 TOTAL PROJECT COST UNDER $300,000. . . . . . . . . . . . . . . . . . . $ 27.43 8.40 GROUP 5 TOATL PROJECT COST . $300,000 AND OVER.. ...... ..$ 32.14 11. 50 TOTAL PROJECT COST UNDER $300,000. . .. . . . . . . . . ... . . .. $ 28.75 8.40 GROUP 6 http://www.wdol.gov/wdollscafiles/davisbacon/WA1.dvb 1/2212007 Page 14 of 45 TOTAL PROJECT COST $300,000 AND OVER...... ....$ 30.01 TOTAL PROJECT COST UNDER $300,000...................$ 26.96 11.50 8.40 . Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Englneer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance 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. Heavy Wage rates (Category A) Applies to clam shell dredge, hoe and dipper, shovels and shovel attachments, cranes and bulldozers. HANDLING OF HAZARDOUS WASTE MATERIALS: 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 slte when not outfitted with protective clothing H-2 Class "e" 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. http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb 1/22/2007 . . . Page 15 of45 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 - ASSISTANT MATE (DECKHAND) GROUP 2 - OILER GROUP 3 - ASSISTANT ENGINEER (ELECTRIC, DIESEL, STEAM OR BOOSTER PUMP); MATES AND BOATMEN GROUP 4 - CRANEMAN, ENGINEER WELDER GROUP 5 - LEVERMAN, HYDRAULIC GROUP 6 - MAINTENANCE CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and 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 including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed 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. B-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. ENGI0370-002 06/01/2006 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: http://www.wdol.gov/wdollscafiles/davisbaconIWAI.dvb 1/22/2007 Page 16 of 45 Rates Fringes . Power equipment operators: GROUP 1A................... $ 22.04 GROUP 1..................... $ 22.59 GROUP 2..................... $ 22.91 GROUP 3..................... $ 23.52 GROUP 4..................... $ 23.68 GROUP 5..................... $ 23.84 GROUP 6..................... $ 24.12 GROUP 7..................... $ 24.39 GROUP 8..................... $ 25.49 8.32 8.32 8.32 8.32 8.32 8.32 8.32 8.32 8.32 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mlle radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lA: 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; Grade Checker; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chlp coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine . 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 Finlshing 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 . http://www.wdo1.gov/wdol/scafiles/davisbacon/WA1.dvb 1/22/2007 . . . Page 17 of45 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; 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; Tractor (to 0-6 or equivalent) and Traxcavator; 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) (operate drilling machine, drive or transport drill rig to and on job site and weld well casing); 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) 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 & slmilar) (operates drilling machine, drive or transport drill rig to and on job site and weld well casing); 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) 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, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); 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; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving http://www . wdol.gov /wdol/ scafi1es/ davisbacon/W A 1.dvb 1/22/2007 Page 18 of45 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.); Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker . 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 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 BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .30 over scale Over 250 ft $ .60 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. ---------------------------------------------------------------- ENGI0370-006 06/01/2006 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 WORK PERFORMED ON HYDRAULIC DREDGES Rates Fringes Hydraulic Dredge GROUP 1:.................... $ 30. 01 GROUP 2:.................... $ 30.52 GROUP 3:.................... $ 30.57 GROUP 4:.................... $ 32.14 GROUP 5:.................... $ 30.01 GROUP 6:.................... $ 30.14 GROUP 7:.................... $ 30.52 11. 50 11. 50 11.50 11.50 11. 50 11.50 11.50 . http://www.wdol.gov/wdol/scafiles/davisbaconIWAI.dvb 1/2212007 . . . Page 19 of 45 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler GROUP 7: Mates & Boatman HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ENGI0612-001 06/01/2006 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300,000 and over GROUP 1.................... $ 30.01 GROUP 2.................... $ 30.14 GROUP 3.................... $ 30.52 GROUP 4.................... $ 30.57 GROUP 5.................... $ 32.14 GROUP 6.................... $ 30.01 WORK PERFORMED ON HYDRAULIC DREDGES:Total Project Cost under $300,000 GROUP 1....................$ 26.96 GROUP 2.................... $ 27.06 GROUP 3.................... $ 27. 38 GROUP 4.................... $ 27. 43 GROUP 5.................... $ 28.75 GROUP 6.................... $ 26. 96 11. 50 11. 50 11. 50 11.50 11. 50 11.50 8.40 8.40 8.40 8.40 8.40 8.40 ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings http://www.wdo1.gov/wdol/scafi1es/davisbacon/WA1.dvb 1/22/2007 Page 20 of 45 and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than $150,000 . WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612-002 06/01/2006 . 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) : Rates Fringes Power equipment operators: GROUP 1A................... $ 31. 89 GROUP 1AA.......... ...... ..$ 32.46 GROUP 1AAA.................$ 33.02 GROUP 1..................... $ 31. 34 GROUP 2..................... $ 30.85 GROUP 3..................... $ 30.43 GROUP 4..................... $ 28.07 11.50 11. 50 11.50 11. 50 11.50 11. 50 11. 50 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 http://www .wdol.gov/wdol/scafiles/davisbaconIW Al.dvb 1/2212007 . . . Page 21 of 45 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom {including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 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 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 englneer/deck winches (power); Drilling machlne; 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-lOa tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists-{elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carryall; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp http://www.wdol.gov/wdollscafiles/davisbacon/WA1.dvb 1/22/2007 Page 22 of 45 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machlne-Iaser 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 lS less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 mllllon 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 perlmeter shall be e1gible 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 H-3 Class "B" Suit - Base wage rate plus H-4 Class "A" Suit - Base wage rate plus . $ .25 per $ .50 per $ .75 per hour. hour. hour. ---------------------------------------------------------------- * ENGI0701-002 01/01/2007 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1..................... $ 32.15 GROUP lA....................$ 33.76 GROUP lB.................... $ 35.37 GROUP 2..................... $ 30.71 GROUP 3..................... $ 29.83 GROUP 4..................... $ 29. 19 GROUP 5..................... $ 28. 47 GROUP 6..................... $ 25.79 11. 00 11. 00 11. 00 11.00 11.00 11.00 11.00 11.00 . Zone Differential (add to Zone 1 rates): Zone 2 - $1. 50 http://www.wdo1.gov/wdol/scafiles/davisbacon/WA1.dvb 1/22/2007 . . . Page 23 of 45 Zone 3 - 3.00 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 mlles 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 GROUP lA: 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb 1/2212007 Page 24 of 45 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 englne; Bulldozer Operator, tandem, quadnine, 010, 011, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with 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. . . GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and includlng 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (wlth 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. 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 simllar type; Tub Grlnder; Land Clearing . http://www.wdo1.gov/wdollscafiles/davisbaconIWA1.dvb 1/2212007 . . . Page 25 of 45 Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, wlth 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 Ibs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel-Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 Ibs through 80,000 Ibs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 Ibs and less than 60,000 Ibs; 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 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 http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 Page 26 of 45 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, dlgging 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 Ibs. 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 slmilar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quallty Control Operator; Beltcrete Operator; Pumpcrete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller-Kenyon and simllar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place plpe 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; Directlonal Drill Operator over 20,000 Ibs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 Ibs.; LOADERS: Loaders, rubber- tlred type, less than 25,000 Ibs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Servlce 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 . . http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 . . . Page 27 of 45 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 Brooming 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 * ENGI0701-003 01/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER.... .....$ 33.58 ASSISTANT MATE... ..........$ 29.57 LEVERMAN, DIPPER, FLOATING CLAMSHELL... ......$ 35.97 10.80 10.80 10.80 http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb 1/22/2007 LEVERMAN, HYDRAULIC........$ TENDERMAN. . . . . . . . . . . . . . . . . . $ ZONE B ASSISTANT ENGINEER.........$ ASSISTANT MATE........... ..$ LEVERMAN, DIPPER, FLOATING CLAMSHELL....... ..$ LEVERMAN, HYDRAULIC........$ TENDERMAN. . . . . . . . . . . . . . . . . . $ ZONE C ASSISTANT ENGINEER....... ..$ ASSISTANT MATE...... .......$ LEVERMAN, DIPPER, FLOATING CLAMSHELL. ........$ LEVERMAN, HYDRAULIC........$ TENDERMAN. . . . . . . . . . . . . . . . . . $ Page 28 of 45 35.97 10.80 32.49 10.80 35.58 10.80 . 31. 57 10.80 37.97 10.80 37.97 10.80 34.49 11.00 36.58 10.80 32.57 10.80 38.97 10.80 38.97 10.80 35.49 10.80 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30-50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographlcal center of the project. ---------------------------------------------------------------- IRON0014-005 07/01/2006 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES . Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . . . $ 27.79 14.76 ---------------------------------------------------------------- IRON0029-002 07/01/2006 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . . . $ 29.64 14.76 ---------------------------------------------------------------- IRON0086-002 07/01/2006 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes Ironworker.. ... ........... .... ...$ 28.69 14.76 IRON0086-004 07/01/2006 . ---------------------------------------------------------------- CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 . . . Page 29 of 45 MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Ironworker. . . . . . . . . . . . . . . . . . . . . . . $ 31.49 14.76 LABOOOOI-002 06/01/2006 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.................... $ 19.26 GROUP 2.................... $ 21.58 GROUP 3......... . . . . . . . . . . . $ 26. 26 GROUP 4......... . . . . . . . . . . . $ 26. 74 GROUP 5......... . . . . . . . . . . . $ 27. 10 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1.................... $ 15.67 GROUP 2......... . . . . . . . . . . . $ 17. 99 GROUP 3......... . . . . . . . . . . . $ 19. 71 GROUP 4.................... $ 20. 19 GROUP 5......... . . . . . . . . . . . $ 20. 55 8.15 8.15 8.15 8.15 8.15 8.15 8.15 8.15 8.15 8.15 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1. 00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA 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 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 http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 respective city hall ZONE 3 - More than 45 radius miles from the respective city hall 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 Ibs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C); Maintenance Person; Materlal 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 Ibs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure alr 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; Powderman; Re-Timberman; Hazardous Waste Worker (Level A) . ---------------------------------------------------------------- LAB00238-004 07/03/2006 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 http://www . wdol. gOY /wdol/ scafiles/ davisbaconIW A 1.dvb Page 30 of 45 . . . 1/22/2007 . . . Page 31 of45 Laborers: ZONE 1: GROUP 1.................... $ 18. 71 GROUP 2.................... $ 20.81 GROUP 3.................... $ 21. 08 GROUP 4.................... $ 21.35 GROUP 5.................... $ 21.63 GROUP 6.................... $ 23.00 7.25 7.25 7.25 7.25 7.25 7.25 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, pumpcrete machine, signaling, handling the nozzle of squeezcrete or similar machine, 6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material) ; Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is mlnimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumpcrete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolltion 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 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb 1/22/2007 Page 32 of 45 include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 Ibs.); 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 Splker 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 Llner; 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 lnclude mlner, 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 Ibs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 Ibs. 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 "0", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman LAB00238-006 08/01/2006 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrler.... . . . . . . . . . . . . . . . . . . $ 22.60 7.25 LAB00335-001 06/01/2006 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 http://www.wdo1.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 . . . Page 33 of 45 Laborers: ZONE 1: GROUP 1.................... $ 24.99 GROUP 2.................... $ 25.57 GROUP 3.................... $ 26.00 GROUP 4....................$ 26.37 GROUP 5.................... $ 22.56 GROUP 6.................... $ 20.21 GROUP 7.................... $ 17. 11 8.15 8.15 8.15 8.15 8.15 8.15 8.15 Differential (Add to Zone 1 rates): Zone Zone 2 $ Zone 3 Zone 4 Zone 5 0.65 1. 15 1. 70 2.75 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. 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 electrlcal); 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 Materlals of an http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb 1/22/2007 lrritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Pavlng 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); Pumpcrete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster 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 ---------------------------------------------------------------- LAB00335-0l0 06/01/2006 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 Hod Carrier. .... .................$ 26.86 8.15 ---------------------------------------------------------------- PAIN0005-002 06/01/2005 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS. . . . . . . . . . . . . . . . . . . . $ 23.20 10.20 ---------------------------------------------------------------- PAIN0005-004 07/01/2006 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND http://www.wdo1.gov/wdol/scafiles/davisbacon/WAl.dvb Page 34 of 45 . . . 1/2212007 . . . Page 35 of 45 WHAT COM COUNTIES Rates Fringes Painter. . . . . . . . . . . . . . . . . . . . . . . . . . $ 19.46 6.82 * PAIN0005-006 07/01/2006 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 Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples. . . . . . . . . . . . . . . . . . . . $ 20.84 Over 30'/Swing Stage Work..$ 21.54 Brush, Roller, Striping, Steam-cleaning and Spray....$ 15.09 Lead Abatement, Asbestos Abatement. . . . . . . . . . . . . . . . . . . $ 20.84 TV Radio, Electrical Transmission Towers.........$ 21.59 Over 30'/Swing Stage Work..$ 22.29 6.88 6.88 5.68 6.88 6.88 6.88 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055-002 04/01/2006 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller..............$ 19.03 High work - All work 60 ft. or higher........ .......$ 19.78 Spray and Sandblasting.... ..$ 19.63 6.73 6.73 6.73 PAIN0055-007 06/01/2006 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb 1/2212007 Page 36 of 45 STRIPER.....................$ 26.99 8.05 ---------------------------------------------------------------- PLAS0072-004 06/01/2006 . ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTI ES Rates Fringes Cement Mason ZONE 1:..................... $ 23. 68 7.78 Zone Differentlal (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528-001 06/01/2006 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON.............. . . $ 30. 69 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 30.94 . 11.57 11.57 ---------------------------------------------------------------- PLAS0555-002 06/01/2006 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 26.61 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD............$ 26.10 CEMENT MASONS............. ..$ 25.59 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 26.10 13.60 13.60 13.60 13.60 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 . http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb 1/22/2007 . . '. Page 37 of 45 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall PLUM0032-002 06/01/2006 CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes Plumbers and Pipefitters.... .....$ 37.38 17.01 PLUM0032-003 06/01/2006 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes Plumbers and Pipefitters. ........$ 25.88 14.09 PLUM0044-003 06/01/2006 ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipe fitters ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE AND STEVENS AND SPOKANE COUNTIES. . . . . . . . . . . . . . . . . . . . $ 28.96 WHITMAN COUNTY. ........ .....$ 35.06 12.29 12.29 PLUM0082-001 06/01/2006 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes Plumbers and Pipefitters.... .....$ 34.27 13.30 http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb 1/2212007 Page 38 of 45 ---------------------------------------------------------------- PLOM0265-003 06/01/2006 ISLAND, SKAGIT, SNOHOMISH,SAN JOAN AND WHATCOM COONTIES . Rates Fringes Plumbers and Pipefitters.........$ 34.27 13.30 ---------------------------------------------------------------- PLOM0290-003 10/01/2006 CLARK (ALL EXCLODING NORTHERN TIP INCLODING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters.........$ 34.49 15.59 ---------------------------------------------------------------- PLOM0598-005 06/01/2006 ADAMS (SOOTHERN PART), ASOTIN (EXCLODING THE CITY OF CLARKSTON), BENTON, COLOMBIA, DOOGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BOT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COONTIES Rates Fringes Plumber. . . . . . . . . . . . . . . . . . . . . . . . . . $ 33.69 17.96 PLOM0631-001 06/01/2006 . ---------------------------------------------------------------- MASON (NE SECTION), AND KITSAP COONTIES Rates Fringes Plumbers and Pipe fitters All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100,000....................$ 26.52 All other work where the plumbing and mechanical cost of the project is $100,000 and over...........$ 33.62 9.66 13.30 TEAM0037-002 11/01/2006 .' ---------------------------------------------------------------- CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line http://www.wdo1.gov/wdol/scafiles/davisbaconIWAl.dvb 1/2212007 Page 39 of 45 made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES . Rates Fringes Truck drivers: ZONE 1 GROUP 1.................... $ 23.05 GROUP 2.................... $ 23. 17 GROUP 3.................... $ 23.30 GROUP 4.................... $ 23.56 GROUP 5.................... $ 23. 78 GROUP 6.................... $ 23.94 GROUP 7.................... $ 24. 14 11. 00 11.00 11.00 11.00 11.00 11.00 11.00 Differential (Add to Zone 1 Rates): Zone Zone 2 - Zone 3 Zone 4 Zone 5 $0.65 1.15 1. 70 2.75 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. 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 http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb 1/2212007 Page 40 of 45 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-WeIder-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. lncludes 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 Tralns 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 comblnations thereof: over 60 cu. yds. and lncluding 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and includlng 100 cu. yds., lncludes Artlculated Dump Trucks; Industrial Lift Truck (mechanical tailgate) * TEAM0174-001 06/01/2006 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 Rates Fringes Truck drivers: ZONE A: GROUP 1:................... $ 27.62 GROUP 2:................... $ 27.06 GROUP 3:...................$ 24.66 GROUP 4:................... $ 20.41 GROUP 5:................... $ 27.40 11.98 11. 98 11. 98 11.98 11. 98 . http://www . wdo1.gov/wdol/scafiles/ davisbaconIW A 1.dvb 1/22/2007 Page 41 of 45 . 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 RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON TRUCK DRIVERS CLASSIFICATIONS . 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 OW 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 capaclty GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transportlng 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 $2.00 per hour for onsite work only) . GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic http://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb 1/22/2007 Page 42 of 45 HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.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 - Thls level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. . TEAM0760-002 08/31/2006 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 Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1.................... $ 18.52 GROUP 2.................... $ 20.79 GROUP 3.................... $ 21.29 GROUP 4.................... $ 21.62 GROUP 5.................... $ 21.73 GROUP 6.................... $ 21.90 GROUP 7.................... $ 22.43 GROUP 8.................... $ 22.76 10.35 10.35 10.35 10.35 10.35 10.35 10.35 10.35 . Zone Differentlal (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 TRUCK DRIVERS CLASSIFICATIONS 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 Ibs. 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) and GROUP 3: Auto Crane (2000 Ibs. capacity); Buggy Moblle & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 Ibs.); Fuel Truck Driver, Steamcleaner & . http://www . wdol. gOY /wdol/ scafiles/ davisbaconIW A l.dvb 1/22/2007 Page 43 of 45 . 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) 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) GRbup 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 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-O: - $.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. http://www.wdol.gov/wdol/scafiles/davisbaconIWAl.dvb 1/2212007 Page 44 of 45 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 (29CFR5.5 (a) (1) (ii)). In the listing above, the "SU" designatlon 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 Offlces have responslbllity 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. Wlth regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determlnations. 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 . http://www.wdol.gov/wdol/scafiles/davisbaconIWA1.dvb 1/22/2007 . . .' Page 45 of 45 200 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 http://www . wdo l.gov /wdo1/ scafiles/ davisbacon/W A 1.dvb 1/22/2007 . Attachment D. Request for Information (RFI) and Construction Change Order (CCO) Forms . . .' . . REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DOwner 0 Contractor DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: 0 YES 0 NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: CONTRACT CHANGE ORDER (CCO) NO. '. Project Name Date Contractor Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc. Such work will be compensated by: check one or more of the following as applicable [ ] 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 Adj No. Description RFI# Qty. Unit $ Cost Per Unit $ Cost Net $ Cost Davs 1 Orig. Rev. - 2 Oriq. Rev. . ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER THIS CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE CHANGE ORDER . . . . . DAYS XX DAYS:YY DAYS: ZZ DAYS XX+ZZ.YY DAYS: YY+ZZ · Amount with applicable sales tax included All work, materials and measurements to be In accordance with the provIsIons of the onglnal contract and/or the standard specifications and special provIsions for the type of construction involved. The payments and/or additional time specified and agreed to In thiS order Include every claim by the Contractor for any extra payment or extension of time With respect to the work descnbed herein, Including delays to the overall project. APPROVED BY: SIGNATURE: DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: . . Attachment E. Contractor's Application for Payment Form . . . . CONTRACTOR'S APPLICATION FOR PAYMENT PROJECT NAME, PROJECT NO. XX-XX Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department P.O. Box 1150 Port Angeles, W A 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order No(s). [Exduding Sales Tax] $ 3 Adjusted Contract Amount (1+2) $ 4 Value of Work Completed to Date [per attached breakdown] $ 5 Material Stored on Site [per attached breakdown] $ 6 Subtotal (4+5) $ 7 8.3% Sales Tax [at 8.3% of subtotal], As Applicable $ 8 Less Amount Retained [at 5% of subtotal] $ 9 Subtotal (6+7-8) $ 10 Total Previously Paid [Deduction] $ 11 AMOUNT DUE THIS REQUEST (9-10) $ 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 CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 . I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower-tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: . CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this _day of ,20_" Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date . - ~I'O CITY OF PORT ANGELES - CONTINUATION SHEET A..J,.O,;./.... - ~ () ~ if Payment application No.: 1 \t {fJ PROJECT NAME: Date of application: ~A~~ PROJECT NUMBER: Payment period: Sheet: C - ofC_ Attach this sheet to your application for payment. A B C D E F G H I J K Work Completed ($) Actual Quantity This Application Total Item Description of Work Estimated Unit Price Total Completed to Completed and % (J/E) No. Quantity Date Stored Stored to Date PrevIous Materials (not (G+H+I) Application Work In Place in G or H) $0.00 0 $0.00 SUBTOTAL PW-402.14[01/01] $0.00 $0.00 $0.00 . Attachment F. Project Approvals, Permits, and Agreements . . . WDFW Hydraulic Project Approval . . ~ Depart~ent of ~ FISH and WILDLIFE ...........",....,....._. .,......,"'....."'. .... ..--..- RCW 77 .55.100 - Appeal pursuant to Chapter 34 05 RCW 48 Devonshire Road Montesano, WA 98563 (360) 249-4628 Control Number: 101226-1 FPAlPublic Notice #: . Issue Date: April 13, 2005 Expiration Date: October 01, 2006 PERMITTEE City of Port Angeles ATTENTION: Jim Mahlum 321 East Fifth Street Port Angeles WA, 98362-0217 360-417 -4701 ( ) Fax: 360-417-4709 AUTHORIZED AGENT OR CONTRACTOR Project Name: Project Description: 8th Street Bridges Two bridges on 8th Street that cross over Valley and Tumwater Creeks will be replaced. PROVISIONS 1. Work shall be accomplished per plans and specifications approved by the Washington Department of Fish and Wildlife entitled, "8th Street Bridge Replacements", except as modified by this Hydraulic Project Approval. A copy of these plans shall be available on site during construction. 2. Excavation for and placement of the foundation and superstructure shall be outside the ordinary high water line. . 3. Any excavation needed for the installation and/or removal of footings/abutments associated with any of the bridges, shall be completely separated from the streams. Placement of abutments for the temporary work bridges shall be landward of the top of the bank. These locations shall be approved in advance of their installation by the Habitat Biologist listed below or his designee. Removal of the existing bridge footings, that are located within 25 feet of any stream, shall also be approved in advance by the Habitat Biologist listed below or his designee. 4. The old and new permanent bridge structures as well as the temporary work bridges, shall be placed and/or removed in a manner to prevent damage to the streambeds and minimize damage to stream banks. 5. Mitigation for construction impacts shall consist of large woody material (LWM) placement in the streams. LWM length shall be no less than two times the bankful width of the stream. LWM diameter shall be no less than 12 inches in diameter on the cut end. LWM shall preferably have its rootwad attached and be conifer. A minimum of three pieces of LWM shall be placed in each stream. 6. The new permanent bridges shall be constructed to pass the 100-year peak flow with consideration of debris likely to be encountered. The temporary work bridges shall be of sufficient height to freely pass all flows and debris which may occur while they are in place. 7. At least one end of the temporary bridges or stringers shall be securely anchored. . Page 1 of 5 ~, Department of ~ FISH and WILDLIFE . . I ...,. ", ..__. _ . . .._-............,. ~ .. . ..._.. ._ Issue Date: April 13, 2005 Expiration Date: October 01,2006 48 Devonshire Road Montesano, WA 98563 (360) 249-4628 Control Number: 101226-1 FPAlPublic Notice #: . 8. All bridge stringers shall be placed in a manner to minimize damage to the streambeds or banks. 9. Removal of the existing structures shall be accomplished so the structure and associated material does not enter the stream. Material shall be disposed of so it will not re-enter the stream. 10. The bridge decks shall be cleaned of aggregate or earth materials prior to bridge removal. This material shall be disposed of so it will not enter the stream. 11. Removal shall be accomplished by mechanical means. This Hydraulic Project Approval does not authorize blasting. 12. Equipment used for this project may operate below the ordinary high water line, provided the drive mechanisms (wheels, tracks, tires, etc.) shall not enter or operate below the ordinary high water line. 13. Equipment used for this project shall be free of external petroleum-based products while working around the streams. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the ordinary high water line. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the streams. 14. Equipment crossings of the stream are not authorized by this HPA. . 15. All wooden components associated with the temporary work bridges shall not contain creosote or pentachlorophenol. This shall include pilings, beams, structural supports, and decking. 16. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), immediate notification shall be made to the Washington Department of Ecology at 1-800-258-5990, and to the Area Habitat Biologist listed below. 17. During all phases of this project, sediment-laden water shall not be allowed to enter the streams. 18. Erosion control methods shall be used to prevent silt-laden water from entering the stream. These may include, but are not limited to, straw bales, filter fabric, temporary sediment ponds, check dams of pea gravel-filled burlap bags or other material, and/or immediate mulching of exposed areas. There shall be no sediment laden water allowed to enter any stream as a result of this project. 19. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged to the stream. Page 2 of 5 . ~1\ Depart~ent of ~I FISH and 'C( - WILDLIFE . . . ~. '\.I ~'""'.....t......, . . ,"'-''''''-'"''''. '" , 1"_.' .- . Issue Date: April 13, 2005 Expiration Date: October 01, 2006 48 Devonshire Road Montesano, WA 98563 (360) 249-4628 Control Number: 101226-1 FP AlPublic Notice #: 20. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of flood water in an approved upland disposal site. 21. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 22. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the streams. 23. Fresh concrete or concrete by-products shall not be allowed to enter the streams at any time during this project. Location #1 8th Street Bridge PROJECT LOCATIONS Work Start:04-13-2005 Work End: 10-01-2006 . WRIA WATERBODY TRIBUTARY TO COUNTY - 18.0249 Valley Creek Strait Of Juan De Fuca Clallam 1/4 SEC. Section Township: Range: Latitude: Longitude SE 1/4 04 30 N 06W N 48.11529 W 123.44499 DRIVING DIRECTIONS: Proceed west on 8th Street from Lindon Street to the project site. Location #2 8th Street Bridge Work Start:04-13-2005 Work End:10-01-2006 WRIA WATERBODY TRIBUTARY TO COUNTY - 18.0256 Tumwater Creek Strait Of Juan De Fuca Clallam 1/4 SEC. Section Township: Range: Latitude: Longitude SE 1/4 04 30 N 06W N 48.11992 W 123.45109 DRIVING DIRECTIONS: Proceed west on 8th Street from Lincoln Street to the project site. NOTES APPLY TO ALL HYDRAULIC PROJECT APPROVALS This Hydraulic Project Approval pertains only to the provisions of the Washington State Fisheries and Wildlife Code, specifically RCW 77.55 (formerly RCW 75.20). Additional authorization from other public agencies may be necessary for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal) that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work. . Page 3 of 5 'I ~ Depart~ent of ~ FISH and - WILDLIFE . I I ....,. " '''''''''_._ . . \.,-,v~......,. , .. . ..._ ... ._ Issue Date: April 13, 2005 Expiration Date: October 01,2006 48 Devonshire Road Montesano, WA 98563 (360) 249-4628 Control Number: 101226-1 FPAlPublic Notice #: . I ! This Hydraulic Project Approval does not authorize trespass. The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of thiS Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued pursuant to RCW 77.55.100 or 77.55.200 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The person(s) to whom this Hydraulic Project Approval is issued has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All Hydraulic Project Approvals issued pursuant to RCW 77.55.110 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the person(s) to whom this Hydraulic Project Approval is issued: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.170. APPEALS INFORMATION . IF YOU WISH TO APPEAL THE ISSUANCE OR DENIAL OF, OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE A. INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100,77.55.110,77.55.140,77.55.190,77.55.200, and 77.55.290: A person who is aggrieved or adversely affected by the follOWing Department actions may request an informal review of: (A)The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; or (B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance of a Hydraulic Project Approval or receipt of an order imposing civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant, the Habitat Environmental Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.140: A person who is aggrieved or adversely affected by the following . Page 4 of 5 ~-!\ Depart~ent of ~! FISH and WILDLIFE I I I L..II ~V'-I'-' I I ',,",'-'L-\J I I U . I ''''' v, \~ . Issue Date: April 13, 2005 Expiration Date: October 01, 2006 48 Devonshire Road Montesano. WA 98563 (360) 249-4628 Control Number: 101226-1 FPA/Public Notice #: Department actions may request a formal review of: (A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval; (B) An order imposing civil penalties; or (C) Any other 'agency action' for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals Coordinator, shall be plainly labeled as 'REQUEST FOR FORMAL APPEAL' and shall be RECEIVED DURING OFFICE HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091, within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a formal appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110, 77.55.200, 77.55.230, or 77.55.290: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two - Rowe Six, Lacey, Washington 98504; telephone 360/459-6327. . D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21 L RCW: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office, Environmental and Land Use Hearings Board, 4224 Sixth Avenue SE, Building Two - Rowe Six, P.O. Box 40903, Lacey, Washington 98504; telephone 360/459-6327. E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. ENFORCEMENT OFFICER: Sergeant Makoviney (31) P2 Tim Rymer 360-457-2719 ~ ~, a.t..~ for Director Habitat Biologist WDFW cc: . Page 5 of 5 .1 . U.S. Army Corps of Engineers Nationwide Permit 23 and Modifications . . . . . DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS P.O. BOX 3755 SEATTLE, WASHINGTON 98124-3755 r;--.-::--- ."'____ ~ ; - ~\ r -~ II(~' r~ p '0.\, i'l =" r:-'\ I ,; \~ i-~ !" r g~ 11 ..~/ ::..~ In\ . i' : j ~ ? ~:-;:7 '.:.:;;..' \J \.1 tl-:.:> In' " : J . --,-.,.---..-- ...--...., I i :, "I i : I' II 'i;";!1 JMI - 9 2006 1//111 .,' I . lSJl I :.' "'I 1.[..1 . ! J ; ------__J t_~___ J REPLY TO ATTENTION OF Regulatory Branch JAN - 8 2005 James Mahlum Port Angeles Public Works and Utilities Department 321 East Fifth Street Port Angeles, Washington 98362 Reference: 200501213 City of Port Angeles Dear Mr. Mahlum: In your letter dated November 15, 2006, you requested a modification to the referenced Nationwide Permit (NWP) 23 verification issued to you on December 19, 2005. The work authorized by NWP 23 was to replace two bridges carrying 8th Street across Valley Creek and Tumwater Creek, in Port Angeles, Washington. As originally proposed, the bridges were to have a total direct wetland impact of 1176 square feet and about 0.6 acre of temporary, construction- related wetland impact. You requested a permit modification to cover bridges of a different design, with a total direct wetland impact of355 square feet, and 1.47 acre of temporary, construction related wetland impact attributable to construction access roads going higher up the walls of the two canyons. Mitigation is essentially unchanged, and still calls for the complete removal of the construction roads. Mitigation and construction plans were updated in a document entitled Wetland Mitigation Plan Port Angeles 8th Street Bridge Replacements, dated November 2006. We have reviewed your modified proposal and hereby verify that NWP 23 still authorizes this project under current regulations. In order for this NWP authorization to be valid, you must ensure that the work and mitigation is performed in accordance with the November 2006 mitigation plan. This verification is valid until NWP 23 is modified, reissued, or revoked. All of the existing NWPs are scheduled to be modified, reissued, or revoked prior to March 18, 2007 . You should remain informed ofchariges to the NWPs. We will issue a public notice when the NWPs are reissued. If you commence or are under contract to commence this activity before the date that NWP 23 is modified or revoked, you will have 12 months from the date of the modification or ,. '. -2- . revocation ofthe NWP to complete the activity under the present terms and conditions of this nationwide permit. All other terms and conditions contained in the original NWP verification remain in full force and effect. If you have any questions, please contact me at telephone (206) 764-6907 or via email atlack.kennedv@nws02.usace.army.mil S pcerely, t J c ennedy, Project anager T ansportation Liaiso Team . . ~ . (J ere. . DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS P.O BOX 3755 SEATTLE, WASHINGTON 98124-3755 REPLY TO ATTENTION OF Regulatory Branch r \. } 1.,J DEe 19 :.GD~ City of Port Angeles Public Works and Utilities Department ATTN: Gary Kenworthy Post Office Box 1150 Port Angeles, Washington 98362 Reference: 200501213 City of Port Angeles Dear Colleagues' . OUf regulatory program utilizes a series of nationwide permits (NWPs) to authorize specific categories of work that have mmimal impact on the aquatic enVironment when conducted In accordance with the pennit conditions (Federal Register, January 15,2002, Vol. 67, No. 10). Based on the mfonnation you prOVided to us. NWP 23, Categorical Exclusions, authorizes your proposal to replace the 8th Street Bridges across Tumwater Creek and Valley Creek in Port Angeles, Washington. The work must be performed as depicted on the enclosed drav.-ings. In order for this NWP authorization to be valid, you must ensure that the work IS perfonned in accordance with the enclosed NationwIde Permit 23, Terms and Condztions and the following special conditions we have added to ensure that this project would have no more than a minimal adverse impact on the aquatic envlrorunent: a. A status report on the mitigation construction, including as~built drawmgs, must be submitted to the Corps, Seattle District, Regulatory Branch, l3 months from the date of permit issuance. Annual status reports on mitigation construction are required until mitigation construction is complete. b. The pcnnit1ee shall implement and abide by the mitigation plan entitled Port Angeles, 8111 Street Bridge Replacements dated January 2005. ~itigatioll monitoring reports will be due armually for 5 years from the due date of the as-built drawmgs ofllie mitigation site. All reports must be submitted to the Corps, Seattle District, Regulatory Branch and must prominently display the reference number 200501213. . . . -2- . In order for this NWP authorization to be valid, the Washington State Department of Ecology (Ecology) must have issued or waived Section 401 Water Quality Certification (WQC) and concurred with or waived a Coastal Zone Management (CZM) consistency determination Based on our review of the proposed work, the Corps has detcmlined that the proposed work will be in compliance wlth Ecology's WQC and CZM consistency determination concurrence requirements for this NWP. Therefore, no further coordination with Ecology is required. For this project, the Federal HIghway Admmistration is the Federal lead agency responsible for compliance wlth Section 7 ofthe Endangered Species Act (ESA), the Magnuson-Stevens Fishery Conservation and Management Act (MSA), and SectIOn 106 o[the National Historic Preservation Act. For the purpose of this Department of the Army authorization, the Corps has determined that this project will comply wlth the requirements of the above laws. Our verification ofthis NWP is valid for 2 years from the date of this letter unless NWP 23 is modIfied or revoked. All of the existing NWPs arc scheduled to be modified, reissued, or revoked prior to March 18, 2007. It is incumbent upon you to remain informed of changes to the NWPs. We win issue a public notice when the NWPs are reissued. Furthermore, If you connncncc or are under contract to commence this activity before the date that the relevant . nationwide permit is modified or revoked, you will have twelve (12) months /j'om the date of the modification or revocation of the NWP to complete the activity under the present tcrms and conditions 0[thi5 natIOnWide permit. If this project complies with all terms and conditions of this NWP, you will need no further authorization from us. However, you must still obtain all State and local permits that apply to your project Also, we remind you that failure to comply with all terms and conditions ofthl5 NWP verification invalidates your authorization and could result in a violatJOll of Secllon 404 of the C lean Water Act. Upon completing the authorized work, please fill out and return the enclosed Certificate of Compliance with Department of the Army Permlt form to the address indicated on the fonn. Your signature 00 thIS form is our assurance that the completed work and any required mitigation was conducted in accordance with the tenns and conditions ofthi5 NWP. Thank you for your cooperation during the penTIlt process. Your efforts help us protect OUT oati01l's aquatic resources, including wetlands We are mterested in your thoughts and opinions concerning your experience with our Regulatory Program and encourage you to complete a customer service survey form. This form and information about our administrative appeal process lS available on our webslte at: wv.'w.nws.usacc.army.mil/reg.html . . . . '. -3~ A copy of this letter without enclosure will be furnished to Bemue Chaplin, Exeltcch Consulting, Inc, 2627-A Parkmotmt Lane, Olympia, Washington 98502 If you have any questions about this letter or our regulatory program, please contact me at (206) 764-6907or via crnail at iack.kennedy@nws02.usace.anny.mil Enclosures I j Sincerel?" /' , ,I I ,/ 1 ~ : ~ / 1 kil F k e.yV'v~Jlv/l Ja\;kKennedyl1tegulatory prpject Manager Tr~nsportatiort Liaison Team; . . , _.~ Above, WDOE Shoreline Photo. Bridges appear at the top. Right. Existing bridges are in the red circles. Below. Artist's rendition of the Tumwater Creek Bridge. -~_.-..._----... ----,-- bJJcloSu~ / . . . 1\"\ ~ 164 -'. "0:: '-- N ,S\ TOWNSHIP Of PORT ANGELES I - !,: ',r-I: ili r ~f!' . -;~. ,;..;\ ;,{ ~~ ~~-R'" 5' ){:-- / ' .: Ii ' .. _/r:'jt TI/'I ~l 1/ ./: r ~ ; ; ~. " 'jM~~lll,~<<~ ,."fJ)~ 1';/ ,r f" : ...... ~', ru'ii, L _,"'_ _, -.c...1>'ilE>lC_ n ~:i- , '1 t 11 '-- J.: " " ,--'j --.., .1 - l' 11 :il ,j' ~ ~ . I: I: ~, :!, . --t(. ,'- .....1''. \, .-': ~-- --- t.POJo. .- ~r, " -. ~i~:':" ;1+~' -"-"--j;'~':'::}::;1~'~:':-~'''<_: ,- _ , ., I 101HWtsr~ 1 ' 11 '~-, ,-n-.-__ '$\ I~~~ 1-' ,l/MQJ.~~ -I 1\:, I' . : :. .' " .' ..f.I.Ati. SC"A.l.l'-.JO-ff "".. ""'l'(]t, lit I'l{Jil '.l WI' 22</-<1' ~._- t~EIl 3" ~l Iii'.:!~~~~ U;HJ l><i." $'IfJl:4R u-b:, Fll!t _on,. -....~.mY'_<<L9l'm________mn. _____... n .I2ID!M. "CRIll ,Q.IDiI:Nf \oEVICAL ll<AAl ,... -- .- -_ _______F_. u______u___ .~-.---.-_.._-....-, ----------------.-..-... ------- .......__.___._. ......_....___n__ _._ _.... .._______._ ..'..'._._ ELEVATION 'SCJLE. i-.~JIl~- ......... Qf:SlGNED-O ~1U'\.~ DAlL"n<<6 Ol'AMt to k.I4 DArr.MI1~ 01!aID:. I'CLUlCIJY OA1LlIl9ll~ K. sc.u: &.1 IlIO'1iIl Y ~lC t.~E. rtlI~~~..4~ ~ ~ _ ALLO~OICS~l"ftU ~s::. D1)o(....,st HOlO ~ POT 49 8TH STREET BRIDGE REPLACEMENTS TUMWA TER CREEK BRIDGE PLAN AND ELEVA nON ~r.......~h(o. :am.~\Lattw e " e It.. c h =.:='" ~. . ..... . ..... QI filii: JIU51.&tZ5 J'WLlC lias tlQ'MlIKNT OTY OF PORT ANGElES 3ZI~6'Dl~ P.o.9O)l.rto. ~N<<I.1S,"""__ptlQM!:(:ZN) ~"""'1 '" , """""- 20., 6Yld 2 Ir Vl W -' W <.!l :z < I- Q: o 0- Il. o !!: :t: Vl :z ~ o I- , i- tal 15 0;: 1:l 10 ~ ~ 10. ~I ~~ lit'"" in ,,'" ~~ ! ~ j- l!iE. U? t;;to~ ~!l~ , ,~ ~~J ~ ~ ~ b ~ ~ ~ ~ u ~ tj "'l: t::l r::.: ~ (i:: ~ l!l ~ ~ C5 cj ~ ~ Q u ~ &3 >- "'l; l- l:l <: t:l -l "'l; g: ~ it tn ~ co . Z O\> i=~ <- ~~ LoJ . I ~l ~f >/; tl ~, ~i ~!I a i t tl ~ i ~ ~~ ~I~'" ~ ~.~ ~I ~ ~ ~ ~ ~ ~ el' .,ld Z o::a t;;t:" a w ~ ~ f ~~ 5 f:i _ s~ ~ 01 . ~ ~ ~~ un~! ~ lI' ~Ii~ ~6" cd Ie r. , i 1 I ~ I r ~ . I J I ! i ( I , . . ,; 'l ;'<" ''.!' ; " i. ~ ~. ~. ~--- -~ 1 ~; ... ,y ~' ~ ;~~ \.4" ~ Si- t' ~: ..' f~: t '. ~- " e' ~ , t' r '\ ( t l" ~ ~ ~. ~: ~ ~ ~ ~ ~ '-../ ~ , / I / .' ~~ CJ)DJ gg. . ~:1 w (I) fa I =0 ~ (") I "'" CD CJ) ':Jr , , I 6 ;.<> T' .I' /" " -sir j. ;;~ :.' ,. / .' ""'../ ....,............... " ..-.... ..........~ f.' . .. .., , . . . . 50 Feel I -..... '...., # I '" () ...~ ,.... -'.-- --. --~ ---- -- . 6 tdv5~pJ. 4 . Photo 0395 Valley Creek . Photo 0396 Valley Creek . Port Angeles Bridge Replacements permitting Photos G~d.~ . Photo 0397 Valley Creek . ~~'"ltf8~~~ I I -1, Photo 0398 Valley Creek . Port Angeles Bridge Replacements Permitting Ph~tos 2 .0 <',,-;: .... Photo 0399 Valley Creek Photo 0405 Valley Creek Port Angelos Bridge Replacemel1ts Permittil1g Photos 3 . . . . Photo 0415 Tumwater Creek . . Port Angeles Bridge Replacements PermittIng Photos 4 Photo 0426 Tumwater Creek Port Angeles Bridge Replacements Permitting Photos 5 . .' . . . Photo 0427 Tumwater Creek . . Photo 0429 Tumwater Creek . Port Angeles Bridge Replacements Permitting Photos 6 US Army Corps of Engineers @ Seallle Di$tnct NATIONWIDE PERMIT 23 Terms and Conditions Effective Date: March 18, 2002 . m A. Description of Authorized Activities - page 1 B. Corps Regional Specific Conditions for this NWP - page 2 C. EP A, Puyallup Tribe and Chehalis Tribe WQC Conditions for this NWP - page 2 D. State WQC Conditions for this NWP - page 2 B. State CZM Consistency Determination Conditions for this NWP - page 3 F. Corps National General Conditions for all NWPs - page 3 G. Corps Regional General Conditions for all NWPs - page 11 H. Additional Limitations on the Use ofNWPs - page 13 1. Further Information - page 13 . In addition to any special condition that may be required on a case-by-case basis by the District Engineer, the fonowing terms and conditions must be met, as applicable, for a Nationwide Permit 23 authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES Approved Categorical Exclusions. ActlVities undertaken, assisted, authonzed, regulated, funded, or financed, m whole or in part, by another Federal agency or department where that agency or department has determined, pursuant to the Council on Environmental Quality Regulation for Implementing the Procedural Provisions of the National Environmental Policy Act (NEP A)(40 CFR Part 1500 et seq.), that the activity, work, or discharge is categorically excluded from environmental documentation, because it is included within a category of actions which neither individually nor cumulatively have a significant effect on the human environment, and the Office of the Chief of Engineers (A TTN: CECW -OR) has been furnished notice of the agency's or department's application for the categorical exclusion and concurs With that deternunation. Before approval for purposes of this NWP of any agency's categorical exclusions, the Chief of Engineers will solicit public comment. In addressing these comments, the Cluef of Engineers may require certain conditions for authonzation of an agency's categorical exclusions under this NWP. (Sections 10 and 404) . . . . B. CORPS REGIONAL CONDITIONS FOR TillS NWP The permittee must notlfy the DIStrict Engineer in accordance with General Condition 13 for projects within the State of Washington. NOTE: Notification should include a statement/form that the proposed work is categorically exempt. The statement/fonn must be signed by an official of the Federal agency that has issued the categorical exemption. C. EPA, PUYALLUP TRIBE AND CHEHALIS TRIBE WQC CONDITIONS FOR TIllS NWP EP A, Puyallup Tribe and Chebalis Tnbe water quality certification (WQc) has been denied without prejudice. An individual WQC is required for all Section 404 activities. D. STATE WQC CONDITIONS FOR TillS NWP State WQC has been partially denied without prejudice for this permit. Written auoroval of the proposed mitigation plan for the project is required by Ecology for the activities and impacts listed below; 1. Any fill-related impacts to tidal waters or to non-tidal wetlands adjacent to tidal waters. 2. Any lill-related impacts greater than ~ acre. An mdividual40l certification. in addition to an approved mitigation plan, IS required prior to starting work for the following: 1. For the activities listed in 1 and 2 above where Ecology determines the mitigation proposed for the project is insufficient and written approval IS not received; 2. Any project impacting 1 acre or greater of wetlands NOTE: MitigatIOn plans submitted for Ecology review and approval shall be based on the guidance provided in Guidelines for Developing Freshwater Wetlands MItigation Plans and Proposals (Ecology Publication 94-29 or as revised). For projects proposing mitigation at an Ecology-approved mitigatIon bank, applicants shall provide a copy of the bank credit withdrawal transaction recorded at the county auditor's office. An mdividua1401 Certification is required for projects or activities authorized under this NWP if the project/activity will likely result in any of the following adverse effects: 1. The project or activity will likely cause or contnbute to an exceedance of a State water quality standard (W AC 173~201A) or sediment quality standard (WAC 173-204). The requirement to obtain an indiVIdual 401 certification shall not apply to projects or activities that are carried out in accordance with the following permits, approvals, or management practices. These projects are presumed to comply with state water quality standards including state sediment management standards: a. Projects or activities where the discharges authorized under thIs NWP are explicitly authorized or covered by a National Pollutant Discharge Elimination System pennit. b. Projects, activities or portions of projects or activities designed, constructed and maintaUled in accordance with the stormwater standards and practIces contained in the most current version of Ecology's Storrnwater Manual or an Ecology approved eqUIvalent. 2 c. For WSDOT in-water or over-water construction and maintenance activities, an individua1401 certification is Dot required for those projects carried out in compliance with 2 through 4 below and the Ecology approved Implementing Agreement regarding comphance with the state of Washington Surface Water Quality Standards. . Compliance with this condition will be determined through receipt of a signed statement by the WSDOT project engineer or maintenance supervisor, guaranteeing that the project will meet the latest Ecology approved Water Quality Implementing Agreement for work In-Water. This statement shall be sent to the Corps of Engineers along with the JARP A application. 2. For projects/activities not designed in accordance with either Ecology's stonnwater manual or an Ecology approved equivalent, or for projects where there is credible site specific information which indicates that the permits, approvals, or management practices identified above will not be sufficient to meet state water quality standards, the applicant may provide documentation with the application that the project/activlty will otherwise comply with state water quality standards. An individual 401 Certification IS required for projects which are unable to provide documentation that the project/activity will otherwise comply with state water quality standards. 3. Projects or activities that cause or contnoute to a discharge to a waterbody on the state's list of impaired waterbodies [i.e., the 303(d) list] and the discharge may result in further exceedances oia specific parameter the waterbody is listed for. The current list of 303( d)-listed waterboclies is avaIlable on Ecology's web site athttp://www.ecy.wa.gov/pl.ograms/wql303d1199811998_by_wrias.htmlor by contacting Ecology's Federal Permits staff. NOTE: An individual 401 Certification will not be required lithe applicant provides documentation showing that the project or activity will either not result in a discharge containing the listed parameter or, if present, the parameter will not contnbute to an increased impainnent of the waterbody. 4. Projects that do not incorporate structures and/or modifications beneficial for fish or Wlldlife habitat (e.g., soil bioengineering, biotechnical design, rock barbs, etc.). . NOTE: An individual 401 certification will not be required if the project/activity is designed and constructed in accordance to guidelines developed by the Washington State Department ofFish and Wildlife. E. STATE CZM CONSISTENCY DETERMINATION CONDITIONS FOR TIDS NWP - The Coastal Zone Management (CZM) Consistency Determination has been partially denied without prejudice for this NWP _ An mdividual eZM Consistency Response must be obtained for projects reqwring individual 401 Certification and located within counties in the coastal zone. F. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs 1. Navigation. No activity may cause more than a nnnimal adverse effect on navigation. 2. Proper Maintenance. Any structure or fill authorized shall be properly maintained, including maintenance to ensure public safety. 3. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and an exposed soil and other fills, as well as any work below the ordmary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perfonn work within waters of the United States during periods oflow-flow or no-flow. . 3 . 4. Aquatic Life Movements. No activity may substantially disrupt the necessary life-cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. 5. Equipment Heavy equipment working in wetlands must be placed on mats, or other measures must be taken to minimize soil disturbance. 6. Regional and Case-Dy-Case Conditions. The activity must comply WIth any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state or tribe in its Section 401 Water Quality Certlfication and Coastal Zone Management Act consistency determination. 7. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System; or in a river officially designated by Congress as a "study river" for possible inclusion in the system, while the river 15 in an official study statuS; unless the appropriate Federal agency, with direct ma.nagement responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation, or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Pederalland management agency in the area (e.g., Natlonal Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 8. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 9. Water Quality. . (a) In certain states and tnballands an mdtvidua1401 Water Quality Certification must be obtained or waived (See 33 CFR 330.4(c)). (b) ForNWPs 12, 14, 17, 18,32, 39, 40, 42,43, and 44, where the state ortnbal401 certi.fication(either genencally or individually) does not require or approve water quality management measures, the permittee must provide water quahty management measures that will ensure that the authorized work does not result in more than minimal degradation of water quality (or the Cotps determines that compliance with state or local standards, where applicable, will ensure no more than minimal adverse effect on water quality). An important component of water quality maJIllgement includes stormwater management that minimizes degradation of the downstream aquatic system, including water quality (refer to General Condition 21 for stormwater management requirements). Another important component of water quality management is the establishment and maintenance of vegetated buffers next to open waters, including streams (refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that bave the potential to affect water quality. Whlle appropriate measures must ------be-taken;-in-mes-t-G-ases-#-i.s-net-neG€\so~ooQuGt-detai1ed-studieS-toidt'ntiry ~lH~h measnre.; OJ' to require moDitoring. 10. Coastal Zone Management. In certain states, an individual state coastal zone management consistency concurrence must be obtained or waived (see 33 CFR 330.4(d)). 11. Endangered Species. (a) No activity is authonzed under any NWP which is likely to jeopardize the continued eXIStence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which WIll destroy or adversely modlfy the cntical habitat of such species. Non. federal pennittees shall notify the District Engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is authonzed. For activities that may affect Federally-listed endangered or threatened species or designated critical habitat, the notification must mclude the naroe(s) ofllie endangered or threatened species that may be affected by the . 4 proposed work or that utilize the designated critical habitat that may be affected by the proposed work. As a result of fonnal or informal consultation with the FWS or NMFS the District Engineer may add species-specific regional endangered species conditions to the NWPs. . (b) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological OpinIon with "incidental take" provisions, etc.) from the USFWS or the NMFS, both lethal and non-lethal "takes" of protected species are in violation of the ESA. Information on the locatlon of threatened and endangered specIes and therr critical habitat can be obtained directly from the offices of the USFWS and NMFS or their world wide web pages at http://wwwfws.govIr9endspp/endspp.html and http://www.nmft.noaa.gov/protJes/overviewles.html respectively. 12. Historic Properties. No actlvlty which may affect histonc properties listed, or eligfble for listing, in the National Register of Historic Places is authorized, until the District EngIneer bas comphed with the provisions of33 CPR part 325, Appendix C. The prospective pennittee must notify the Distnct Engineer if the authorized activity may affect any historic properties listed, determined to be eligible, or which the prospective pennittee has reason to believe may be eligtble for listing on the National Register of Historic Places, and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized. Information on the location and existence ofmstoric resomces can be obtained from the State Historic Preservation Office and the National Register of Historic Places (see 33 CFR 330.4(g)). For activities that may affect historic properties listed in, or eligible for listing in, the National Register of Historic Places, the notification must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. (a) Timing: Where required by the tenns of the NWP, the prospective permittee must notify the District Engineer with a preconstIUction notification (PeN) as early as possible. The District Engineer must detemune if the notification is complete within 30 days of the date of receipt and can request additional infonnatioD necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN review process will not commence until all of the requested information has been received by the District Engineer. The prospective permittee shall not begin the activity; . (1) Until notified in writing by the District Engineer that the activity may proceed under the NWP with any special conditlons imposed by the District or DIvision Engineer; or (2) If notified in writing by the District or Division Engineer that an Indlvidual Permit is required; or (3) Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CPR 330.5(d)(2). (b) Contents of Notification: The notification must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) Brief description ofthe proposed project; the project's pllIpose; direct and indirect adverse environmental effects the project would cause; any otherNWP(s), Regional General Permit(s), or Individual Permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. Sketches should be provided when necessary to show that the activity complies with the tenns of the NWP (Sketches usually clarify the project and when provided result in a quicker deciSIon.); . 5 . . . (4) For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42, and 43, the PCN must also include a delineation of affected special aquatic sites, including wetlands, vegetated shallows (e.g., submerged aquatic vegetation, seagrass beds), and riftle and pool complexes (see paragraph 13(t)); (5) For NWP 7 (Outfall Structures and Maintenance), the PCN must include information regardIng the original design capacities and configurations of those areas of the facility where maintenance dredgmg or excavation is proposed; (6) For NWP 14 (Linear Transportation Proj ects), the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the US and a statement descnbing how temporary losses of waters of the US will be mini:mi.zed to the maximum extent practicable; (7) For NWP 21 (Surface Coal Mining ActiVIties), the PCN must include an Office of Surface Mining (OSM) or state-approved mitigation plan, if applicable. To be authorized by this NWP, the District Engineer must determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are minimal both individually and cwnulative1y and must notify the project sponsor of this determination in writing; (8) For NWP 27 (Stream and Wetland Restoration Activities), the PCN must include documentation of the prior condition of the site that will be reverted by the pennittee; (9) For NWP 29 (Single-Family Housing), the PCN must also include: (i) Any past use of this NWP by the Individual Permittee andlor the permittee's spouse; (ii) A statement that the single-family housing activity is for a personal residence of the permittee; (iii) A description of the entire parcel, including its size, and a delineation of wetlands. For tbe purpose of this NWP, parcels ofland measuring ll4-acre or less will not require a formal on-site delineation. However, the applicant shall provide an indication ofwbere the wetlands are and the amount of wetlands that exists on the property. For parcels greater than 114-acre in size, formal wetland delineation must be prepared in accordance with the CUlTent method required by the Corps. (See paragraph l3(t)); (iv) A written description of all land (including, ifavailable, legal descriptions) owned by the prospective pennittee and/or the "prospective permittee's spouse, within a one mile radius of the parcel. in any form of ownership (including any land owned as a partner, corporation, joint tenant, co-tenant, Of as a tenant-by-the-entirety) and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; (10) For NWP 31 (Maintenance of Existing Flood Control Faciltties). the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year (or less) maintenance plan. In addition, the PCN must include all of the fonowing: (i) Sufficient baseline infonnation identifying the approved channel depths and configurations and existing facilities. Minor deviations are authorized, provided the approved flood control protection or drainage is not increased; (ii) A delineation afany affected special aquatic sites, including wetlands; and, (ill) Location of the dredged material disposal site; (11) For NWP 33 (Temporary Construction, Access, and Dewatenng), the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; (12) For NWPs 39, 43 and 44, the PCN must also include a written statement to the Dlsmct Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; 6 (13) For NWP 39 and NWP 42, the PCN must include a compensatory mitigation proposal to offset losses of waters oftbe US or justification explaining why compensatory mitigation should not be required. For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed, to be authorized, the District Engineer must detennine that the activity complies with the other tenns and conditions of the NWP, deteIDIine adverse environmental effects are minimal both individually and cumulatively, and waive the limitation on stream impacts in writing before the permittee may proceed; . (14) For NWP 40 (Agricultural Activities), the PCN must include a compensatory mitigation proposal to offset losses of waters of the US. This NWP does not authorize the relocation of greater than 300 linear-feet of existing serviceable drainage ditches constructed in non-tidalstreant'i unless, for drainage ditches constructed in intermittent non-tidal streams, the District Engineer waives this criterion in writing, and the District Engineer bas determined that the project complies Wlth all terms and conditions of this NWP, and that any adverse impacts of the project on the aquatic environment are minimal, both individually and cumulatively; (15) For NWP 43 (Stonnwater Management Facilities), the PCN must include, for the construction of new stonnwater management facilities, a maintenance plan (in accordance with state and local requirements, if applicable) and a compensatory mitigation proposal to offset losses of waters of the US. For discharges that cause the loss of greater than 300 linear feet of an intennittent stream bed, to be authorized, the District Engineer must determine that the activity complies with the other terms and conditions of the NWP, determine adverse environmental effects are minimal both individually and cumulatively, and waive the limitation on stream impacts in writing before the pernuttee may proceed; (16) For NWP 44 (Mining Activities), the PCN must include a description of all waters of the US adversely affected by the project, a description of measures taken to minimize adverse effects to waters of the US, a description ofmeasures taken to comply with the criteria of the NWP, and a reclamation plan (for all aggregate mining activities m isolated waters and non-tidal wetlands adjacent to headwaters and any hard rock/mineral mining actiVIties); (17) For activities that may adversely affect Federally-listed endangered or threatened species, the PCN must include the name(s) of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habItat that may be affected by the proposed work; and . (18) For activities that may affect historic properties listed in, or eligIble for listing in, the National Register of Historic Places, the PCN must state which bistoric property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. . (c) Form of Notification: The standard Individual Permit application form (Form ENG 4345) maybe used as the notification but must clearly indlcate that it is a PCN and must include all of the information required in (b) (1)- (18) of General Condition 13. A letter contaming the requisite information may also be used. (d) District Engineer's Decision: In reviewing the PCN for the proposed activity, the District Engineer will determine whether the activity authorized by the NWP will result in more than minImal individual or cumulative adverse environmental effects or may be contrary to the public interest. The prospective permittee may submit a proposed mitigation plan with the PCN to expedite the process. The DistrIct Engineer will consider any proposed compensatory mitigation the apphcant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal. If the District Engineer detennines that the activity complies with the terms and conditJ.ons of the NWP and that the adverse effects on the aquatic environment are minimal, after considering mitigation, the District Engineer will notify the permittee and include any conditions the District Engineer deems necessary. The District Engineer must approve any compensatory mitigation proposal before the pennittee commences work.. If the prospective permittee is required to submit a compensatory IllItigation proposal with the PCN, the proposal may be either conceptual or detailed. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the District Engineer will expeditiously review the proposed compensatory mItigation plan. The District Engineer must review the plan within 45 days of receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more than minimal adverse effects on the aquatic enviromnent. Iftbe net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the District Engineer to be minunal, the District Engineer win provide a timely written response to the applicant. The response will s1llte that . 7 . . . the proj eet can proceed under the telUlS and conditions of the NWP. If the District Engineer determines that the adverse effects of the proposed work are more than minimal, then the District Engineer will notify the applicant either: (1) That the project does not qualify for authorization under the NWP and instruct the applicant on Ihe procedures to seek authorization under an Individual Permit; (2) that the project is authorized under the NWP subject to the applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level; or (3) that the project is authorized under the NWP with specific modifications or conditions. Where the District Engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45-day PCN period. The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant subIDlt a mitigation proposal that would reduce the adverse effects on the aquatic environment to the mmimallevel. When conceptual mitigation is included, or a mitigation plan is required under item (2) above, no work in waters of the US will occur until the District Engineer has approved a specific mitigation plan. (e) Agency Coordination: The District Engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the tenns and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification to the District Engineer that result in the loss ofgreatertban 1/2-acre of waters of the US, the District Engineer will provide immediately (e.g., via facsinule transmission, overnight mail, or other expeditious manner) a copy to the appropriate Federal or state offices (USFWS, state natural resource or water quality agency, EP A, State Historic Preservation Officer (SHPO), and, if appropriate, the NMFS). With the exception ofNWP 37, these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they intend to provide substantive, site-specific comments. If so contacted by an agency, the District Engineer will wait an addltionallS calendar days before making a decision on the notification. The District Engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency, except as provided below. The District Engineer Wlll indicate in the administrative record associated with each notification that the resource agencies' concerns were considered. As required by section 305(b)(4)(B) of the Magnuson~StevellS Fishery Conservation and Management Act, the District Engineer will provide a response to NMFS within 30 days of receipt of any Essential Fish Habitat conservation recommendations. Applicants are encouraged to provide the Corps multiple copies ofnotificanons to expedite agency notification. (f) Wetland Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps (For NWP 29 see paragraph (b)(9)(iii) for parcels less than (1/4~acre in size). The permittee may ask the Corps to delineate the special aquatic site. There may be some delay if the Corps does the delineation. Furthermore, the 45-day period will not start until the wetland debneation has been completed and submitted to the Corps, where appropriate. 14. Compliance Certification. Every permittee who has received N'NP verification from the Corps will submit a signed certification regarding the completed work and any required mitigation. The certification will be forwarded by the Corps with the authorization letter and will include: (a) A statement that the authorized work was done in accordance with the Corps authorization, including any general or specific conditions; (b) A statement that any required mitigation was completed in accordance with the permit conditions; and (c) The signature of the permittee certifying the completion <lfthe work and mitlgation. 15. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit (e.g. if a road crossing over tidal watetS is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maxinmm acreage loss of waters of the US for the total project cannot exceed 1I3-acre). 16. Water Supply Intakes. No activity, including structures and work in navigable waters of the US or discharges of dredged or fiU material, may occur in the proximity of a public water supply iDtake except where the activity is for repa11' of tile public water supply intake structures or adjacent bank stabilization. 8 17. Shellfish Beds. No activity. including stmctures and work in navigable waters of the US or discharges of dredged or fill material. may occur in areas of concentrated shellfish populations, unless the activity is dJrectly related to a she1l:fisb harvesting activity authorized by NWP 4. . 18. Suitable Material. No activity, including structures and work in navigable waters of the US or discharges of dredged or fill material, may consist of unsuitable material (e.g., trash. debris, car bodtes, asphalt, etc.) and material used for constructJ.on or discharged must be free from toxic pollutants in toXIC amounts (see section 307 of the CW A). 19. Mitigation. The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a) The project must be designed and constructed to avoid and minimize adverse effects to waters of the US to the maximum extent practicable at the project site (i_e., on site). (b) Mitigation in all its forms (avoiding, m;nimi?:ing, rectifying, reducmg or compensating) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (e) Compensatory mitigation at a minimum one~for-oDe ratio will be required for all wetland impacts requiring a PCN I unless the District Engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. Consistent with National policy, the District Engineer WIll establish a preference for restoration of wetlands as compensatory mitigation. with preservation used only in exceptional circumstances. (d) Compensatory mitigation (i.e., replacement or substitution of aquatic resources for those impacted) will not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs. For example, 1/4-acre of wetlands cannot be created to change a 3/4-acre loss of wetlands to a l/2-acre loss associated with NWP 39 verification. However. ll2-acre of created wetlands can be used to reduce the impacts ofa tl2-acre loss ofwet1ands to . the minimum impact level in order to meet the minimal unpact reqwrement associated with NWPs. (e) To be practicable, the mitigation must be available and capable of being done considering costs, existing technology, and logistics in light of the overall project pmposes. Examples of mitigation that may be appropriate and practicable include, but are not limited to: reducing the size of the project; establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams; and replacing losses of aquatic resource functioDS and values by creating, restoring, enhancing, or preserving similar functions and values, preferably in the same watershed. (f) Compensatory mitigabon plans for projects in or near streams or other open waters will normally include a requirement for the establishment, mamtenance, and legal protection (e.g., easements, deed restrictions) of vegetated ---bl:tffers-to tlpea. vtater~~es;-v.egetated-buff~.~vill~compeDSator}uT'itig~tinn T~qllirerl Veeetate.cL._____ buffers should consist of native specIes. The width of the vegetated buffers required will address documented water quality or aquabc habitat loss concerns. Nonnally, the vegetated buffer will be 25 to 50 feet wide on each side of the stream, but the District Engineers may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns. Where both wetlands and open waters eXIst on the project site, the Corps will determine the appropriate compensatory mitigation (e.g, stream buffers or wedands compensation) based on what is best for the aquatic enviromnent on a watershed basIS. In cases where vegetated buffers are detennined to be the most appropriate fonn of compensatory mitigation, the District Engineer may waive or reduce the reqwrement to provide wetland compensatory mitigation for wetland impacts. (g) Compensatory mitigation proposals submitted with the "notification" may be either conceptual ar detailed. If conceptual plans are approved under the verificaban, then the Corps will condition the verification to require detailed plans be submitted and approved by the Corps prior to constIUction of the authonzed activity m waters of the US. (h) Permittees may propose the use ofrnitigation banks, in-lieu fee arrangements or separate activity-specific compensatory mitigation. In all cases that require compensatory mihgation, the mitigation provisions will specify the party responsible for accomplishing and/or complymg with the mitIgation plan. . 9 . . . 20. Spawning Areas. Activities, including structures and work in navigable waters of the US or discharges of dredged or fill material. in spawning areas during spaWDing seasons must be avoIded to the maximum extent practicable. Activities that result in the physical destruction (e.g., excavate, fill, or smother downstream by substantial turbidtty) of an important spawning area are not authonzed. 21. Management of Water Flows. To the maximum extent practicable, the activity must be designed to maintain preconstruction downstream flow conditions (e.g., location, capacity, and flow rates). Furthermore, the activity must not pennanently restrict or impede the passage of normal or expected high flows (unless the primary purpose of the fill is to unpound waters) and the structure or discharge of dredged or fill material must withstand expected high flows. The activity must, to the maximum extent practicable, provide for retaining excess flows from the site, provide for maintainIng surface flow rates from the site sundar to preconstruction conditions, and provide for not increasing water flows from the project site, relocating water, or redirecting water flow beyond preconstruction conclitioDS. Stream channelizing will be reduced to the minimal amount necessary, and the activity must, to the :maximum extent practicable, reduce adverse effects such as floodmg or erosion downstream and upstream of the project site, unless the activity is part of a larger system designed to manage water flows. In 1IlO8t cases, It will not be a requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that have the potential to affect waterf1ows. While appropriate measures must be taken. It is not necessary to conduct detailed studies to Identify such measures or require monitoring to emure their effectiveness. Normally, the Corps will defer to state and local authorities regarding management of water flow. 22. Adverse Effects From Impoundments. Iftbe activity creates an impoundment of water, adverse effects to the aquatic system due to the acceleration of the passage of water, and/or the restricting its flow shall be miDimlzed to the max.inmm extent practicable. This includes structures and work in navigable waters of the Us. or discharges of dredged or fill material. 23. Waterfowl Breeding Areas. Activities, including structures and work m navigable waters of the US or discharges of dredged or fill material, into breeding areas for migratory waterfowl nmst be avoided to the maximum extent practicable. 24. Removal of Temporary Fills. Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 25. Designated Critical Resourc:e Waters. Critical resourc:e waters include, NOAA-designated marine sanctuaries, National Estuarine Research Reserves, 1\ational Wild and Scenic RIvers, critical habitat for Federally listed threatened and endangered species, coral reefs, state natural heritage sites, and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological significance and identified by the District Engmeer after notlce and opportunity for public comment. The District Engineer may also designate additIonal critical resource waters after notice and opportunity for comment. (a) Except as noted below, discharges of dredged or tIll material into waters of the US are not authorized by NWPs 7,12,14,16,17,21,29,31,35,39,40,42,43, and 44 for any activity within, or dJ.rectly affecting, critical resource waters, including wetlands adjacent to such waters. Discharges of dredged or fill matenals into waters of the US may be authorized by the above NWPs in NatioDlll Wild and Scenic Rivers if the activity complies with General Condition 1. Further, such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in a detennination of compliance with this condition. (b) For NWPs 3, 8,10, 13, 15, 18,19,22,23,25,27,28,30,33,34,36,37, and 38, notification is required in accordance with General Condition 13, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The District Engineer may authonze activities under these NWPs only after 1t is determined that the impacts to the critical resource waters will be no more than miniInal. 26. Fills Within 100. Year Flood plains. For purposes of this General Condition, 1 DO-year floodplains will be identified through the existing Federal Emergency Management Agency's (FEMA) Flood Insurance Rate Maps or FEMA.approved local floodplain maps. 10 (a) Discharges in Floodplain; Bel~w Headwaters. Discharges of dredged or fill material into waters of the US within the mapped 100-year floodplain. below headwaters (ie., 5 cfs), resulnng in pennanent above-grade fills, are not authorized by NWPs 39, 40, 42, 43, and 44. . (b) Discharges in Floodway; Above Headwaters. Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped flood way, resulting In permanent above-grade fills, are not authorized by NWPs 39,40,42, and 44. (c) The permittee must comply with any applicable FEMA -approved state or local floodplain management requirements. 27. Construction Period. For actiVIties that have not been venfied by the Corps and the project was commenced or under contract to commence by the expiration date of the NWP (or mochfication or revocation date), the work must be completed WIthin 12-months after such date (including any modification that affects the project). For activities that have been verified and the project was commenced or under contract to commence within the verification period, the work must be completed by the date detennined by the Corps. For projects that have been verified by the Corps, an extension of a Corps approved completion date maybe requested. This request must be submitted at least one month before the previously approved completion date. G. CORPS REGIONAL GEl\TERAL CONDITIONS FOR ALL NWPs 1. Mature Forested and Bog and Bog~like Wetlands. The use ofNWPs is specifically prolubited in mature forested wetlands or bog and bog-l1ke wetlands or just these components of a wetland system (as defined in the Definition section oftbis Public Notice), except for projects provided coverage under the following NWPs: NWP 3(i,ii) - NWP- 20 h"WP 32 NWP 38 :!\lWP 40(a) - MainteIWlCC Oil Spill Cleanup Completed Enforcement Actions Oeanup of Hazardous and Toxic Waste USDA program participant . NOTE: NWP regulations do not allow the regional conditioning ofNWP 40(a). 2. Access. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensme that it is being, or has been, accomphshed in accordance with the terms and COnditiOns ofyoW" pemnt 3. Commencement Bay. An m(11vldual penmt IS reqwred1ntlie Col:1li'DCnccrnehTB"ay"Swdy .Are:r{el3SJ\Tfor---------- activities which would have qualified for the following NWPs: NWP 12 - Utility Lme Activities (substations and access roads) NWP 13 - Bank Stabilization NWP 14 - Linear Transportation Crossings NWP 23 - Approved Categorical Exclusions NWP 29 - Single-Family Housing }!'WP 39 - Residential, Commercial, and Institutional Developments NWP 40 - Agricultural Activities NWP 41 - Reshaping Existing Dramage Ditches NWP 42 - Recreational Facilities NWP 43 - Stormwater Management Facilities The CBSA is located near the southern end ofPuget Sound's main basin at Tacoma, PIerce County, Waslungton. The CBSA extends from Brown's POlDt around the bay to POlDt Defiance and includes the conunercial waterways, wetlands, and any other junsdictional waters. From Point Defiance, the llDe runs southeast to State Route 7 (pacific . 11 . . . Avenue), then south to the centerline ofI-5; then east (nortbbound lanes) along 1.5 to the Puyallup River. The boundary extends 200 feet on either side of the Puyallup River southeast to the Clark Creek Road (Melroy) Bridge. From the Puyallup River, the boundary extends east along 1-5 to 70th Avenue E. The line then returns to Brown's Point to the northwest, following the l00-foot contour elevation above sea level located east ofHylebos Creek and Marine View Drive. 4. Mill Creek Special Area Management Plan (SAMP). Within the boundaries of the (SAMP), the following NWPs can be used only in those areas designated as ''Developable Wetlands": NWP 14 - NWP 23 - NWP 29 - NWP 33 - NWP 39 - NWP 40- NWP41 - NWP 42 - NWP 43 - Linear Transportation Crossings Approved Categorical Exclusions Single-Family Housing Temporary Construction, Access and Dewatering Residential, Commercial, and Institutional Developments Agricultural Activities Reshaping Existing Drainage Ditches Recreational Facilities Stormwater Management Facilities Until the SAMP is approved, the users of these NWPs listed above (except NWP 40a.) must notify the District Engineer in accordance with General Condition 13 for any acreage or volume proposed. Once the SAMP is approved, the "Notification" linuts will be as specified m the individual NWPs. Mitigation requirements for these projects must either be onsite or within the areas designated as "Preferred Mitigation SItes". Mitigation plans must comply with the requirements found within the Mill Creek Special Area MBIlagement Plan, King County, Washington, dated April 2000. An individual pennit IS required for aU proposals in ''Developable Wetlands" tbat would have qualified for NWPs other than those listed above. NWP 27, Stream Restoration and EnhancernentActivitIes, can be used within the SAMP, but, must comply with the requirements found within the Mill Creek Special.Area Management Plan, King County, Washington. The Mill Creek SAMP applies to all areas and tnbutaries drained by Mill Creek (Auburn), Mullen Slough, Midway Creek, Auburn Creek, and the area bounded by 4th Street Northeast in Auburn on the south, and the Ordmary High Water mark of the Green River on the east and north. 5. Prohibited Work Times fOT Bald Eagle Protection. For compliance with National General Condition 11, the-fellewiag-€onstro.&oon-acti-vity-prohib-itions-a~pr.otect.ba1d..-eagles,Jistcd 1I~ th"l'llt...n...1i t1nrl~ the EndBn~ed Species Act: (a) No construction activity authorized under a NWP shall occur within 1/4 nule of an occupied bald eagle nest, nocturnal roost site, or WIntering concentration area, within the following seasonal work prohibition times. (b) No construction activity authorized under a NWP shall occur within 1/2 nule BY IJNE OF SIGIIT of an occupied bald eagle nest or nocturnal rOost site, within the following seasonal work prohibition times: Work prohibitIon times: (1) Nesting between IanuaIy 1 and August 15 each year. (2) Wintering areas between November 1 and March 31 each year. ExceptIons to these prolubited work times can be made by request to the Corps and approved by the u.s. Fish and Wildlife Service (USFWS). 12 . . ~. Contact the USFWS to determine if a bald eagle nest, nocturnal roost, or wintering concentration occurs near your proposed project: . West of Cascades. Olympia Office- (360) 753-9440 East of Cascades: Ephrata - (509) 754-8580 or Spokane - (509) 893.8002 Mamstem of the Columbia River downstream from McNary Dam: Portland - (503) 231~6179 H. ADDITIONAL LIMITATIONS ON THE USE OF NWPs 1. District EnglDeers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other Federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive priV11eges. 4. NWPs do not authorize any injury to the property or rights of others. S. NWPs do not authorize interference with any eXlsting or proposed Federal project. 6. Iffuture operations by the United States require the removal, relocation, or other alteration of the work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, you will be required, upon due notice from the U. S Anny Corps of Engineers, to remove, relocate, or alter tbe stIUcturaI work or obstructions caused thereby, without expense to the United States. No claim shall be . made against the United States on account of any such removal or alteration. I. FURTHER INFORMATION Further infonnation about the U.S. Army Corps of Engineers regulatory program, including nationwide permits, may also be accessed on our Internet page: http://www.nws.usace.army.mil (select "RegulatorylPermics"). . 13 . Interagency Memorandum of Agreement . . ~ r- YJ:. . MEMORANDUM OF AGREEMENT BETWEEN THE FEDERAL HIGHWAY ADMINISTRATION (FHWA), THE WASHINGTON DEPARTMENT OF TRANSPORTATION (WSDOT), THE WASHINGTON STATE HISTORIC PRESERVATION OFFICER (SHPO), AND THE CITY OF PORT ANGELES PURSUANT TO 36 CFR 800.6(a) REGARDING THE PORT ANGELES 8TH STREET BRIDGE REPLACEMENTS PROJECT PORT ANGELES, WASHINGTON . WHEREAS, the Federal Highway Administration (FHWA) has determined that the Port Angeles 8th Street Bridge Replacements Project will have an adverse effect on the Valley Creek Bridge and Tumwater Creek Bridge, which have been determined eligible for the National Register of Historic Places, and has consulted with the Washington State Historic Preservation Officer (SHPO) pursuant to 36 CFR Part 800, regulations implementing Section 106 of the National Historic Preservation Act (Title 16 USC Section 470(f)); and WHEREAS, FHWA has consulted with the Washington State Department of Transportation (WSDOT) and City of Port Angeles regarding the effects of the undertaking on the Valley Creek Bridge and Tumwater Creek Bridge and has invited them to sign this Memorandum of Agreement (MOA) as a concurring party; and WHEREAS, in accordance with 36 CFR Section 800.6(a)(1), FHWA has notified the Advisory Council on Historic Preservation (Council) of its adverse effect determination with speCified documentation and the Council has chosen not to participate in the consultation pursuant to 36 CFR Section 800.6(a}(1)(iii); NOW, THEREFORE, FHWA, SHPO, and WSDOT agree that the undertaking shall be implemented in accordance with the following stipulations in order to take into account the effect of the undertaking on Valley Creek Bridge and Tumwater Creek Bridge. STIPULATIONS FHWA shall ensure that the following measures be carried out: 1. The Valley Creek Bridge and Tumwater Creek Bridge will be documented prior to their removal so that there will be a permanent record of their present appearance and history. The level of documentation shall be determined appropriate in consultation between the SHPO, the Washington Department of Transportation (WSDOT) and the City of Port Angeles. Copies of the documentation will be provided to the SHPO. 2. In consultation with the SHPO, the Valley Creek Bridge and Tumwater Creek Bridge shall be marketed as follows: a. The City of Port Angeles will prepare an information package containing structure data, photographs, location map, information on its historic significance, estimated cost for relocation and requirements regarding relocation, rehabilitation. and maintenance. The package shall also include the relevant . . section of the Secretary of the Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings. Respondents expressing an interest in acquiring the bridges shall be required to submit a relocation and reuse plan and specifics regarding the new site location. b. A grant to defray the costs of disassembly and relocation, equal to the estimated cost of demolition of the bridge shall be offered to any recipient who will agree to abide by preservation covenants. c. The Valley Creek Bridge and Tumwater Creek Bridge will be advertised and a schedule for receiving and reviewing offers will be developed in consultation with the SHPO. All offers shall be reviewed in consultation with the SHPO. d. The Valley Creek Bridge and Tumwater Creek Bridge will be offered for relocation with preference to potential recipients who agree to abide by preservation covenants as developed in consultation with the SHPO. 3. If applicable, an Agreement to Execute Preservation Covenants shall be signed by the grantee at the same time that the bridge bill of sale or transfer is executed. Such agreement will be recorded in the office of the Clerk and Recorder of Clallam County. The preservation covenant will be executed according to the conditions of the Agreement to Execute Preservation Covenants. WSDOT or the City of Port Angeles shall abide by an Interim Maintenance Plan to ensure that the Valley Creek Bridge and Tumwater Creek Bridge are maintained in satisfactory condition prior to transfer. . I i 4. If the Valley Creek Bridge and Tumwater Creek Bridge are relocated, the SHPO shall reevaluate the property in its new location and make recommendation to the Secretary of Interior concerning their continued eligibility to the National Register of Historic Places. . 5. If there is no acceptable offer that will conform to the requirements of relocation, rehabilitation, and maintenance. the FHWA with the approval of the SHPO may permit transfer of all or part of the property without preservation covenants. . 6. If no new owner can be found to relocate the bridges, they shall remain the property of the City of Port Angeles and may be disposed of or demolished as deemed appropriate 7. In the event of an unanticipated or inadvertent discovery of cultural material during the project AppendiX A of this document will serve as the guide for the treatment of those materials (36 CFR 800.13 [a][2J). DISPUTE RESOLUTION Should any party to this agreement object at any time to any actions proposed or the manner In which the terms of this MOA are implemented, FHWA shall consult with the objecting party(ies) to resolve the objection. If FHW A determines, within 30 days, that such objections cannot be resolved, FHWA will: 1. Forward all documentation relevant to the dispute to the Council in accordance with 36 CFR Section 800.2(b)(20). Upon receipt of adequate documentation, the Council shall review and advise FHWA on the resolution of the objection within 30 days. Any comment provided by the Council, and all comments from the parties to the MOA, will be taken into account by FHWA in reaching a final decision regarding the dispute. 2 . . 2. If the Council does not provide comments regarding the dispute within 30 days after receipt of adequate documentation, FHWA will take into account all comments regarding the dispute from the parties to the MOA. 3. FHWA's responsibilities to carry out all other actions SUbject to the terms of this MOA that are not subject of the dispute remain unchanged. FHWA will notify all parties of its decision in writing before implementing that portion of the Undertaking subject to dispute under this stipulation. FHWA's decision will be final. AMENDMENTS, TERMINATION AND NONCOMPLIANCE If any signatory to this MOA determines that its terms will not or cannot be carried out or that an amendment to its terms must be made, that party shall immediately consult with the other parties to develop an amendment to this MOA pursuant to 36 CFR 800.6 (c)(7) and 800.6 (c)(8). The amendment will be effective on the date a copy is signed by all of the original signatories and IS filed with the Council. If a MOA is not amended following the consultation set out in accordance with Dispute Resolution, it may be terminated by any signatory. Within 30 days following termination, FHWA shall notify the signatories if it will initiate consultation to execute an MOA with the signatories under 336 CFR 800.6(a)(1) or request the comments of the Council under 36 CFR 800.7(a) and proceed accordingly. . EXECUTION OF AGREEMENT Execution of this Memorandum of Agreement by FHWA, the Washington SHPO. and WSDOT and implementation of its terms, serves as evidence that FHWA has afforded the Council an opportunity to comment on the project and its effects on historic properties, and that FHW A has taken into account the effects of the undertaking on Valley Creek Bridge and Tumwater Creek Bridge. SIGNED: FEDERAL HIGHWAY ADMINISTRATION Dan Mathis DiviSion Administrator By: ~ ~ Date: 10/'405 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION Kathleen B. Davis, Director HigXts & Local. programs Division , :rl1~ ,--:-> \'\ ' By: ) I~_ ,\'))--....'0 t J, Date: \ C,). \ d. .as WASHINGTON STATE DEPARTMENT OF ARCHAEOLOGY AND HISTORIC PRESERVATION Dr. AlIyson Bra Director /L Date: / () / IJ./lo r By: . 3 . APPENDIX 1 PLAN AND PROCEDURES FOR DEALING WITH THE UNANTICIPATED DISCOVERY OF CULTURAL RESOURCES DURING PORT ANGELES 8TH STREET BRIDGE REPLACEMENTS PROJECT PORT ANGELES, WASHINGTON 1. INTRODUCTION Washington State Department of Transportation (WSDOT) is undertaking replacement of the 8th Street Bridge across Tumwater Creek and Valley Creek in Port Angeles, Clallam County, Washington. The project will be in part funded by Federal Highway Administration (FHWA) funds. In the event that archaeological materials are encountered during Project activities this document serves as the plan for dealing with any unanticipated discoveries of human skeletal remains, artifacts, sites, or any other cultural resources eligible for listing in the National Register of Historic Places (NRHP). This plan is intended to provide guidance to WSDOT personnel and their contractors so they can: . . Comply with any applicable Federal and State laws and regulations, particularly 36 CFR 800 (as amended January 11, 2001) of the regulations that implements Section 106 of the National Historic Preservation Act of 1966. and seek guidance from Title 27 Revised Codes of Washington Chapter 27.44 Indian Graves and Records, Chapter 27.53 Archaeological Sites and Resources, and . Describe to regulatory and review agencies the procedures WSDOT and their agent will follow to prepare for and deal with unanticipated discoveries, and . Provide direction and guidance to project personnel the proper procedures to be followed should an unanticipated discovery occur. 2. PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL MATERIAL Any human skeletal remains regardless of ethnic origin, which may be discovered during this project will at all times be treated with dignity and respect. In the event that any human remains are discovered and they are determined to be of Native American ongin, the affected Native American Tribe(s). A. During all operations if any City of Port Angeles employee, any of the City of Port Angeles contractors or subcontractors believes that he or she has made an unanticipated discovery of human skeletal remains, all work adjacent to the discovery shall cease. The area of work stoppage will be adequate to provide for the total security, protection, and Integrity of the human skeletal remains, in accordance with Washington State Law. No persons other than the proper law enforcement personnel WSDOT Cultural Resource Staff and the SHPO are authorized direct access to the discovery location after the area is secured. If the remains are determined to be of Native American ancestry, tribal access will be allowed when an . 5 .\ . affected tribes' representative can be designated. Coordination for tribal member access must go through the designated Tribal representative. This is to insure the safety of the remains and the Integrity of the burial area. B. Representatives of the City of Port Angeles will be responsible for taking appropriate steps to protect the discovery. At a minimum, the immediate area will be secured to a distance of thirty (30) feet from the discovery. Vehicles, equipment, and unauthorized personnel Will not be permitted to traverse the discovery site C. Following specific guidance in set forth here, The City of Port Angeles will immediately call the Clallam County Sheriff's office and will insure an individual competent and qualified to identify human skeletal remains is present. The ethnic origin, or ancestry, of the discovered human remains will be determined through consultation with the WSDOT Cultural Resource Staff, SHPO, Clallam County Coroner/Port Angeles Police and the Affected Tribe. The Sheriff's office may arrange for a representative of the county coroner's office to examine the discovery and will determine whether it should be treated as a crime scene or as a human burial of Native American ancestry. D. If the human skeletal remains are determined to be Native American, the participating parties will consult to determine what treatment is appropriate for the human remains. At this point if the Consulting parties warrant, FHWA may assume all authority over the government-to-government consultation process. E. If disinterment of Native American human remains becomes necessary, the consulting parties, which will include the SHPO, FHWA, The affected tribe, and WSDOT. will jointly determine the final custodian of the human skeletal remains for reinterment. . F. The WSDOT and/or the FHWA will make a good faith effort at accommodating requests from the affected tribe to be present after they are notified of discoveries, and prior to the implementation of mitigation measures related to human skeletal remains. 6 . . 3. PROCEDURES FOR THE DISCOVERY OF ARCHAEOLOGICAL RESOURCES A. If any city of Port Angeles employee, its contractors or subcontractors believes that he or she has inadvertently uncovered any cultural resource at any point in the project, all work adjacent to the discovery shall cease. Representatives of WSDOT will be notified. The area of work stoppage will be adequate to provide for the security, protectton, and integrity of the archaeological discovery. A cultural resource discovery could be prehistoric or historic and consist of: . areas of charcoal or charcoal - stained soil and stones, . stone tools or waste flakes (Le. an arrowhead, or stone chips), . bones, burned rocks. or other food remains in association with stone tools or chips, . or a cluster of tin cans or bottles, logging or agricultural equipment older than 50 years. . B. If the City of Port Angeles representative believes that the discovery is a portion of the existing site. or is of a nature that would change or add to the criteria for which the site has been determined eligible, the representative will take appropriate steps to protect the discovery site. At a minimum, the immediate area of the discovery will be secured to a distance of thirty (30) feet. Vehicles. equipment, and unauthorized personnel will not be permitted to traverse the discovery site. Work in the immediate area will not resume until treatment of the discovery has been completed following provisions for treating archaeological/cultural material as set forth in this agreement. C. The on site personnel Will contact the WSDOT Project Manager and Cultural Resources Office to assist in the evaluation of all unanticipated discoveries of cultural resources potentially eligible for listing in the NRHP that are encountered during construction. The archaeologist and qualified WSDOT cultural resource specialist/archaeologist will recommend whether the discovery is eligible for listing in the NRHP. Any discovery deemed eligible for listing in the NRHP will be assessed and treated according to provisions set forth in Appendix 1 of this document. D. The archaeologist will immediately contact the SHPO and WSDOT to seek consultation regarding the National Register eligibility of any further discovery. IfWSDOT and SHPO representatives determine that the discovery is an eligible cultural resource, they and the affected tribe will consult to determine appropriate treatment of it. Treatment measures may include protection in place or data recovery such as mapping, photography, limited probing and sample collection, or other activity deemed appropriate through this Memorandum of Agreement. . 7 . 4. TREATMENT OF ARCHAEOLOGICAL RESOURCES Should construction activities related to the 81h Street Bridges Replacement Project cause disturbance to underground archaeological resources the following document establishes provisions for the professional archaeological treatment of cultural materials inadvertently discovered during usual construction activities, including mechanical clearing, grubbing, scraping, and the removal and replacement of structures in the course of the above named project. Provisions of the Archaeological I Cultural Resource Treatment Plan are as follows: 1. The WSDOT Project manager, or their appointee, will be contacted by the Monitor to immediately report all unanticipated discovery of cultural resources potentially eligible for listing in the National Register of Historic Places (NRHP) encountered during construction to the Regional FHWA Administrator, Megan Hall or her designee, (Administrator) for the purpose of establishing contact WIth the concerned parties. The Project Manager will contact Sandie Turner of WSDOT or a member of her staff, and concurrently notify the Tribe(s) and SHPO of any unanticipated discovery. Construction will be halted within the immediate area of the discovery and the scene will be protected until the Project Manager has arranged consultation with WSDOT Cultural Resources Staff, the SHPO and Tribe to determine the appropriate course of action. The Project Manager may direct construction away from cultural resources to work in other areas prior to contacting the concerned parties. 2. The City of Port Angeles will secure the services of a professional archaeologist who, in cooperation with WSDOT archaeologists. will ensure the proper documentation and assessment of any discovered cultural resources. Non-intrUSive field documentation of all human remains will be undertaken immediately. All prehistoric and historic cultural material discovered during project construction will be recorded by a professional archaeologist on State of Washington cultural resource site or isolate form using standard techniques. Site overviews, features, and artifacts will be photographed; stratigraphic profiles and soil/sediment descriptions will be prepared for subsurface exposures. Discovery locations will be documented on scaled site plans and site location maps. . 3. Sites discovered during construction will be assumed eligible under criteria d for inclusion in the NRHP for the purposes of Section 106 compliance, in accordance with 36 CFR 800.13(c). 4. Routine documentation of newly discovered cultural material should not impact construction schedules. Where complex or extensive cultural remains are encountered, the project manager and archaeological personnel will determine the appropriate level of documentation and treatment of the resource atter consultation with SHPO, WSDOT, and affected tribal representatives. 5. Where cultural resources are encountered during construction, but additional project effects to the resources are not anticipated, project construction may continue while documentation and assessment of the cultural resources proceed. If continued construction is .likely to cause additional impacts to such resources, project activities within a radius of 30 feet of the discovery will cease until the archaeological monitor has documented the site, evaluated its significance, and assessed potential effects to the site The project directors will decide when construction may continue at the discovery location. 8 . . . . 6. Cultural features, horizons and artifactual remains detected in buried sediments may require further evaluation using hand-dug test units to clarify aspects of integrity, stratigraphic context, or feature function. Units may be dug in controlled fashion to expose features, collect radiocarbon or animal/plant macrofossil samples from undisturbed contexts, or interpret complex stratigraphy. A test excavation unit or small trench might also be used to cross-section a feature to determine if an intact occupation surface is present. Test UOlts will be used only when necessary to gather information on the nature. extent, and integrity of subsurface cultural deposits to evaluate the site's potential to address significant research domains. Excavations will be conducted using state-of-the-art techniques for controlling provenience of recovered remains. 7. Sediments excavated for purposes of cultural resources investigation will be screened through 1/8-inch mesh. Spatial information, depth of excavation levels, natural and cultural stratigraphy, presence or absence of cultural material. and depth to sterile soil, regolith, or bedrock will be recorded for each probe on a standard form. Test excavation units will be recorded on unit-level forms. which include plan maps for each excavated level, and material type, number, and vertical provenience (depth below surface and stratum association where applicable) for all artifacts recovered from the level. Radiocarbon and macrofossil samples will be taken from intact subsurface features exposed by shovel/auger probes or test units. A stratigraphic profile will be drawn for at least one wall of each test excavation unit. 8. All prehistoric and historic artifacts collected from the surface and from probes and excavation units will be analyzed, catalogued. and temporarily curated. Ultimate disposition of cultural matenals will be determined in consultation with the SHPO and the concerned tribes. 9. Within 90 days of concluding fieldwork, a management summary describing any and all monitoring and resultant archaeological excavations will be provided to the project manager or the region. The project manager will forward the report to the WSDOT Cultural Resources Office for review and delivery to SHPO and the affected tribe(s). If construction activity exposes human remains (burials, or isolated teeth or bones) all defined procedures outlined, previously in section 2. will be followed. 10. 9 . Attachment G. Log of Test Borings . . Project. 8th Street Bridges Replacements Project Surface Elevation: 69.1 ft . Job Number: 03-070 Top of Casing Elev.: 70.1 ft Location: Port Angeles, Washington Drilling Method. Rotary/Core Coordinates: Northing: 417595 76, Easting. 1002736.48 Sampling Method' Rotary/Core N-Value .A- D Q) .5 en - g a. (j) C Z >- co a.> "0 PL Moisture LL a.> a.> f- I- .c I . I E .c Q) - MATERIAL DESCRIPTION - C. Ci en ..... E ;:) c. E ~ a.> >- ..... a.> E .c U) ~RQD Recovery ~ (j) 0 ro CIl ..Q - E U) (f) CO 0 0 0 50 100 Medium dense, mixed brown and gray, Silty SAND with Gravel: saturated, Sand fine to coarse, well graded, angular, mainly angular basalt with scattered quartz. Broken texture. (Mass Wasting Deposits). R-1 Unit 1 5 9 PT-1 5 GS 5 R-2 ------------------------- Loose, gray With some mixed brown, Poorly-graded SAND 10 with Silt and Gravel: saturated, fine rounded gravel, trace clay, non-plastic but slightly sticky. Sand fine to medium. Indistinctly laminated. (Slope Wash/ Alluvium). 3 . PT- 3 4 R-3 Unit 1. 15 32 PT- 15 GS 10 R-4 ~~~d~~~o~d~~~~mi~~GAA~L:-- 20 mOist to wet, trace sand, slightly plastic clayey matrix Gravel rounded, 50% clast supported. Slightly mixed texture. (Mass Wasting Deposits). 7 PT- 6 r-- 0 8 ;0 Unit 1. I- 0 C> 0 R-5 LU C> z 25 <<: "- ~ "- C> ~ Completion Depth: 41.5ft ~ Date Borehole Started. 4/5/04 ~ Date Borehole Completed: 4/5/04 o Logged By. SHE . ~~UXS"b'":~G OF TEST BORING BH-01-04 o c> I N COR P 0 RAT E 0 g Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Remarks: STA 34+78, 16' LT. SPT sampler driven With a 140 lb. safety hammer operated by a rope and cat-head. Piezometer dry for all readings. Boring location and surface elevation from survey by others. Figure A-2 Sheet 1 of 2 ProJect: Job Number: Location: Coordinates. 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing. 417595.76, Easting: 1002736.48 Surface Elevation: Top of Casing Elev.: Dnlling Method. Sampling Method: ci Q) S l/l E' c. - Z l/l 0 '-" >- to Q) I- ..!!1 -- I- ..c .s= Q) E - 0- a. l/l L- 0- E E :: Q) >- Q) .s= CI) 0 co <1l .Q - CI) (f) III 0 6 PT- 17 32 R-6 30 11 PT- 28 5015 R-7 35 15 PT- 27 50/6 R-8 40 PT- 50/6 45 t- o ~ I- o g 50 w Cl z ...: a. -, a. Cl rJJ Cl o ...J o t- o M o W ...J o ~ PanGE~ o Cl o ...J Completion Depth: Date Borehole Started. Date Borehole Completed. Logged By. Dnlling Company: MATERIAL DESCRIPTION Dense, brown with red mottles, Clayey GRAVEL: moist to wet, trace sand and silt. Matrix medium plastic. Gravel rounded, of varied lithology. Massive, 50% clast supported texture. Weathered. (Older Drift) (Contmued) Unit 5a Very dense, mixed brown and-oiiVe,- Sandy GRAVEL' mOist to wet, some non-plastic Silt Gravel fine to coarse, rounded, mostly volcanics, massive texture. Weathered. (Older Drift). Wet, brown and gray, clast supported. Unit Sa Bottom of Boring. Note: Well constructed of Sch 80 PVC, 1 Inch casing Steel monument has stick-up above ground surface surface of 1 0 foot 69.1 ft 70.1 ft Rotary/Core Rotary/Core N-Value A PL I ~RQD o Moisture LL . I - c Q) E ::J ..... - U) c Recovery ~ 100 >> 41.5ft 4/5/04 4/5/04 SHE CRUX Subsurface Remarks' STA 34+78, 16' LT. SPT sampler driven with a 140 Ib safety hammer operated by a rope and cat-head. Piezometer dry for all readings BOring location and surface elevation from survey by others. LOG OF TEST BORING BH-01-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual. Figure A-2 Sheet 2 of 2 . PrOject Job Number' Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 41781649, Easttng: 100232097 Surface Elevation: Top of Casing Elev : Drilling Method' Sampling Method. 82.8ft 82.8ft Rotary/Core Rotary/Core N-Value A ..-.. 0 <11 c: l/l .- ~ Z 0. l/l (5 PL MOisture LL '-" ~ <.0 Q) Q) I- .0 I . I .c Q) - E MATERIAL DESCRIPTION .- c.. c.. l/l .... 0- E E 3: Q) >- Q) .c CJ) ~RQD Recovery ~ 0 C\3 lU 0 .- Cf) en C5 0 0 0 50 100 Soft, dark gray, Organic rich SAND and GRAVEL. saturated, trace silt and cia . Hard, gray, Gravelly SILT moist, some clay, slightly plastic, medium R-1 dilatancy Texture massive to indistinctly laminated (Vashon Till). PT-1 35 50/6 5 R-2 10 27 33 37 PT- . R-3 R-4 15 PT- 27 50/6 R-5 PT 25 20 50/4 - co Q S fo- 0 Cl 0 w Cl z 25 ~ GS GS Unit 4. Very dense, brown to red brown, Silty SAND with Gravel to Clayey SILT mOist, medium plastic to non-plastiC, fine bedded (1 to 3 inches) with deformed contacts!- deeply weathered. (Pre-Vashon Drift) Unit 5a. . . . . . . . . . . Very dense, red brown, well-graded SAND with Silt and Gravel: moist to wet Gravel rounded, fine to coarse, trace of clay (rhlnd/coatlngs), dark gray volcaniCS Sand fine to coarse. Some cobbles. Deeply weathered (Older Gravel or Drift) Unit 5a Rusty brown, slightly clayey, coarse sand to coarse gravel ..., 0.. Cl l3 Completton Depth. 434ft ~ Date Borehole Started 4/6/04 9 Date Borehole Completed. 4/6/04 8 Logged By SHE . Drilling Company CRUX Subsurface ~ PanGE@ LOG OF TEST BORING BH-02-04 giN COR P 0 RAT E D g Phone: 206.262.0370 The stratification lines represent approximate boundaries The tranSition may be gradual. >> Remarks STA 30+09,28' RT SPT sampler driven With a 140 Ib safety hammer operated by a rope and cat-head Groundwater level dUring drilling not determined due to mud rotary drilling method BOring locatIon and surface elevatIon from survey by others. Figure A-3 Sheet 1 of 2 Project: Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing. 417816.49, Eastlng' 100232097 Surface Elevation: Top of Casing Elev . Drilling Method. Sampling Method. 82.8ft 82.8ft Rotary/Core Rotary/Core . N-Value A - ci Q) .!: en - E. z a. en (5 PL >. CD Q) Q) l- I-- ..0 I .c 0.. Q) E MATERIAL DESCRIPTION - c.. en .... a. E E 3 Q) :>. Q) .c CJ) ~RQD 0 C\3 III 0 - CJ) CI) III 0 0 Dense, olive and brown, Clayey SAND' mOist to wet, some silt and fine rounded gravel, matrix medium plastic Sand fine to coarse Massive texture, tabular gravel randomly oriented. (Older Drift) Moisture LL . I 30 Unit 5a Recovery ~ 100 PT- 9 17 24 Hard, olive brown, SILT (ML)' mOist, some clay, low to medium plastic, no dilatancy, some fine sand In layers, laminated, occasional gravel (Older Marine/Lacustrine beds). PT- 13 30 37/5 GS 35 Unit 5b PT- 23 50/6 Moist to wet. . 40 PT- 27 50/5 >:> 45 <D o S .... o g 50 w Cl z ~ -, a. Cl C/) Cl o ...J o .... 'i' '" o W ...J o ~ PanGE@ o Cl o ...J Completion Depth Date Borehole Started' Date Borehole Completed Logged By. Drilling Company: 43.4ft 4/6/04 4/6/04 SHE CRUX Subsurface Remarks: STA 30+09,28' RT SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head Groundwater level dUring drilling not determined due to mud rotary drilling method BOring location and surface elevation from survey by others LOG OF TEST BORING BH-02-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The tranSition may be gradual Figure A-3 Sheet 2 of 2 Project: Job Number Location: Coordinates' 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing' 418511 91, Easling: 1001351 82 Surface Elevation Top of Casing Elev : Dnlllng Method Sampling Method: 556ft 55.6ft Rotary/Core Rotary/Core C/) N-Value ... --- ci Q) .5 .... ~ Z c. C/) "0 PL MOisture LL ......... ~ (0 a.> a.> - I- .c I . I ..c. c.. Q) E MATERIAL DESCRIPTION - a. C/) .... a. E E :i: a.> >. a.> ..c. (j) ~RQD Recovery ~ 0 co Cll .Q .... (/) rJ) OJ 0 0 0 50 100 Very loose, dark gray, Organic nch SAND and GRAVEL' saturated, trace silt and clay R-1 Loose, red brown to brown, Silty SAND With Gravel: saturated, trace clay Sand fine to medium, massive to layered (AllUVium / Slope Wash) -1 -' co 0 !2 f- e C!) 0 w C!) z <( ll. ..., ll. C!) C/) C!) 0 ...J 0 .... 0 M w a: 0 CD U. 0 C!) 0 ...J 5 3 PT-1 3 2 R-2 10 1 PT- 2 GS 3 R-3 15 3 PT- 3 2 R-4 20 2 PT 2 GS 4 R-5 25 Completion Depth. 469ft Date Borehole Started: 4/8/04 Date Borehole Completed: 4/8/04 Logged By: SHE Dnlllng Company. CRUX Subsurface Unit 1 Remarks ST A 18+17, 22' L T SPT sampler dnven With a 140 lb. safety hammer operated by a rope and cat-head Groundwater level dunng dnlllng not determined due to mud rotary dnlling method Boring location and surface elevation from survey by others. PanGE~ LOG OF TEST BORING BH-03-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stralificatlon lines represent approximate boundanes The transition may be gradual Figure A-4 Sheet 1 of 2 co 0 s ~ 0 - Cl 0 UJ Cl z ct ..., a.. Cl en Cl 0 ....J 0 ,.. 'i' '" 0 W ....J 0 J: w et: 0 co u. 0 Cl 0 ....J Project: Job Number: Location. Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 418511 91, Eastlng: 1001351 82 Surface Elevation: Top of Casing Elev.. Drilling Method: Sampling Method 556ft 556ft Rotary/Core Rotary/Core . N-Value A - 0 Q) .!: CIl - ~ Z Q. CIl (5 PL Moisture LL ......... ~ co Q) Q) I- ..a I . I .r:. Q) -- E MATERIAL DESCRIPTION - c.. 0.. CIl '- c. E E ~ Q) >- Q) .r:. (/) ~RQD Recovery ~ 0 co ctl .Q - Cf} (J) CD 0 0 50 100 7 Loose, red brown to brown, Silty SAND With Gravel: saturated, trace PT- 7 clay. Sand fine to medium, massive to layered. (Alluvium / Slope a ' Wash) (Contmued) R-6 30 11 PT- a 24 R-7 35 2 PT- 25 46 R-8 40 PT- 12 50/6 R-9 45 PT- 23 50/5 50 Completion Depth. Date Borehole Started Date Borehole Completed: Logged By: Drilling Company Dense, rusty brown, Slightly Clayey SAND and GRAVEL' mOist to wet, matrix medium plastic (sticky) Gravel subrounded, fine to coarse, sand subangular, fine to coarse, mainly basalt Deeply weathered (Older Drift). Unit Sa. Very dense, brown With rusty bands, SAND. wet, some non-plastiC silt Sand fine to medium, poorly graded. Laminated, With thin gray clay lenses (Older Alluvium). Interbeds of gray clay, brown Silt, thin bedded, with peaty laminae Unit 5c Brown, fine to medium sand, clean, occasional fine gravel, thick bedded (1 to 2 feet) Clean sand, thick bedded (finer/coarser) Bottom of BOring. 469ft 4/8/04 4/8/04 SHE CRUX Subsurface Remarks. STA 18+17,22' L T SPT sampler driven With a 140 lb. safety hammer operated by a rope and cat-head Groundwater level dUring drilling not determined due to mud rotary dnlllng method Bonng location and surface elevation from survey by others. PanGE@ LOG OF TEST BORING BH-03-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes. The transition may be gradual. Figure A-4 Sheet 2 of 2 20 PT- 27 40 48 Gravelly sand, massive texture - tabular gravels randomly oriented R-4 t- o ~ R-5 f- a <9 o w <9 ~ 25 0.. PT- 6 11 20 ..., 0.. <9 ~ Completion Depth: 51.0ft ~ Date Borehole Started 4/9/04 q Date Borehole Completed: 4/9/04 ~ Logged By' SHE ':l _ ~GEQ)UXS"'''":~G OF TEST BORING BH-04-04 o <9 I N COR P 0 RAT E D g Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual. Remarks: STA 13+53, 25' LT. SPT sampler dnven with a 140 Ib safety hammer operated by a rope and cat-head. Groundwater level dunng drilling not determined due to mud rotary dnlllng method. Boring location and surface elevation from survey by others. Figure A-S Sheet 1 of 3 Project: Job Number: Localion' Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 418769 01, Easting. 1000965.08 Surface Elevalion: Top of Casing Elev.. Dnlling Method' Sampling Method: 0 Q) .5 III g ..... Z c- III "0 >- co a> f- a> - I- .0 .!:: 0.. Q) III .... E MATERIAL DESCRIPTION c.. 0.. E E ~ a> >. a> .!:: C/) 0 ro ro ..Q ..... C/) (/) III 0 R-6 30 10 PT- 18 GS 24 R-7 35 16 PT- 12 19 R-8 PT- 50/3 40 R-9 45 PT- 29 50/6 R-10 I'- <::> iO I- o g 50 PT-1 w (!) z <1; ll. 9 22 30 ..., ll. (!) rJ) (!) o -' <::> I'- <::> M <::> w -' o ~ PanGE@ o (!) o --' Completion Depth' Date Borehole Started' Date Borehole Completed. Logged By' Drilling Company. Hard, green gray, Sandy SILT: bedded, mOist (to wet In coarser beds), non-plastic to slightly plastic, rapid dilatancy. Laminated to thin bedded (1 to 2 Inches), BCN 50 - 100. (Older Marine/Lacustnne Beds) (Contmued) Groundwater measured 6/30/04. Unit 5b. Fine sand beds, scattered wood chips. Very dense, dark gray, Sandy GRAVEL: saturated. Gravel fine to coarse, subrounded, tabular to blocky, mainly volcanics. Some aligned gravels show BCN - 100. (Older AllUVium). Unit 5c. Some weathered clasts, clay coatings on gravel Hard, green gray, Silty CLAY: moist, medium plastic, no dilatancy. Medium bedded with sandy bed at tip, wavy laminae, small white grains (Older Marine Beds). Unit 5b. Bottom of Bonng. 100.0ft 102.9ft Rotary/Core Rotary/Core N-Value ... PL I ~RQD o Moisture . ..... c a> E :J .... en c LL I 51.0ft 4/9/04 4/9/04 SHE CRUX Subsurface Remarks' STA 13+53, 25' LT. SPT sampler dnven with a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level during dnlling not determined due to mud rotary drilling method. Boring location and surface elevalion from survey by others. LOG OF TEST BORING BH-04-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stralification lines represent approximate boundaries. The transition may be gradual. Figure A-5 Sheet 2 of 3 . . ..., a. C) fJ) C) o --' o .... o M o w --' - o C) o --' Project: Job Number. Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' 418769.01, Easting: 1000965.08 Surface Elevation: Top of Casing Elev.: Dnlllng Method: Sampling Method: 100.0ft 102.00 Rotary/Core Rotary/Core N-Value . ci Q) 5 1Il g 0- W Z >. <.0 Q) "0 I- .!: Q) -. I- ..c 0.. Q) E .- 0. 1Il ... Q. E E ~ Q) >- Q) .!: (f) 0 ro co .Q .- (f) (/) CO 0 PL I ~RQD o c Q) E ::l ... .- 1Il C MATERIAL DESCRIPTION Moisture LL . I Recovery ~ 50 100 Note: well constructed of Sch 80 PVC, 1 Inch casing. Steel monument has stick-up above ground surface surface of 2 9 feet. 55 60 65 70 .... o "' 75 l- e (!) o w C) z -<: a. Completion Depth. Date Borehole Started: Date Borehole Completed. Logged By. Drilling Company: 51.0ft 4/9/04 4/9/04 SHE CRUX Subsurface PanGE~ Remarks: ST A 13+53, 25' LT. SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level dunng dnlllng not determined due to mud rotary dnlllng method. Boring location and surface elevation from survey by others. LOG OF TEST BORING BH-04-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual. Figure A-5 Sheet 3 of 3 Project: Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 418856.43, Easting: 1000832.28 Surface Elevation Top of Casing Elev : Drilling Method: Sampling Method. ci Q) 5 lJ) g - Z 0- lJ) "0 >- co a> I- a> -. I- .0 ..c Q) - a. Ci lJ) .... E a. E E ~ a> >. a> ..c (/) 0 ro ro .Q - (/) (fJ co 0 0 MATERIAL DESCRIPTION As halt 2 inches. Loose to medium dense, brown and gray, Silty SAND: moist to wet, trace day, non-plastic. Sand fine grained, poorly graded, scattered gravel Some mottles and rusty weathered grains. Massive. (Recessional Outwash). 1435ft 143.5ft Rotary/Core Rotary/Core N-Value . PL I ~RQD o MOisture LL . I Recovery ~ 50 100 5 Unit 2. 1 PT-1 4 GS 6 Very dense, brown, Poorly-graded GRAVEL With Silt and Sand' wet, matrix medium plastic. Gravel fine to coarse, subangular to subrounded, blocky. Clast supported, weathered. (Layered Till). 10 Unit4 35 PT- 34 GS Hara:gray-SliiiCLAY :-molst, tracetosome flne to medium-sand. - - - 34 scattered gravel. Medium to high plastic. Massive Scattered rusty weathered grains. (Till) 15 Very dense, gray to olive brown, Poorly-graded GRAVEL to Sandy GRAVEL: wet, trace silt and clay In layers, matnx 5% or less. Gravel PT- 50/6 GS fine to coarse, With cobbles, subangular to subrounded, blocky, some >> tabular (Glacial Outwash). R-1 20 r- o ili PT- 34 50/6 I- Cl " o w " ~ 25 R-2 a. ..., a. " <J) " o -' o r- o ,;, o Completion Depth. Date Borehole Started' Date Borehole Completed' Logged By: ~ Drilling C<;>mpany ~ PanGE~ o " o ...J GS Unit 3. ~~~M~~~g~W~~ra~dGRA~C~h~Md~~---- (GW-GM): wet. (Glacial Outwash). >:> 68.5ft 4/11/04 4/11/04 SHE CRUX Subsurface Remarks: ST A 11 +94, 25' L T SPT sampler driven With a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level dunng dnlling not determined due to mud rotary dnlling method. Bonng location and surface elevation from survey by others. LOG OF TEST BORING BH-05-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The tranSition may be gradual. Figure A-6 Sheet 1 of 3 . Project Job Number: Location' Coordinates' 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 418856.43, Eastlng: 100083228 Surface Elevation: Top of Casing Elev.: Dnlling Method: Sampling Method: 143.5ft 143.5ft Rotary/Core Rotary/Core N-Value ... ci Q) c: l/l e- - Z a. l/l 0 PL MOisture LL ........ >- co (!) (!) f- r- .0 I . I ..c: i5.. Q) E MATERIAL DESCRIPTION - Ci. l/l L- a. E E ~ (!) >. (!) ..c: (f) ~RQD Recovery ~ 0 ltl co .Q - (f) C/) a:l 0 0 100 Very dense, dark gray Well-graded GRAVEL with Silt and Sand 41 (GW-GM)' wet. (Glacial Outwash) (Continued) PT- 50/3 Silt and clay coatings on gravel; tabular gravel layered, BCN - (1'. 45 R-6 Unit Sa 30 R-3 Hard, dark gray, Silty CLAY to Clayey SILT: mOist to wet (silt beds), non-plastic to medium plastic, rapid to no dilatancy. Laminated and 11 medium bedded (6 - 12 inches) BCN - 00. (Older Marine Beds). PT- 28 >:> 50/5 35 R-4 Unit 5b. . 15 Abundant black and brown woody and reedy organics, along and PT- 27 transverse bedding 50/6 40 R-5 Very dense, red brown, Sandy GRAVEL to Gravelly SAND: wet, trace Silt and clay in coatings and matrix. Gravel and sand fine to coarse, well graded. Gravel rounded, blocky to tabular; sand sub rounded PT- 50/6 Layered. Deeply weathered (Older Dnft). ..., a. l? en l? o ...J o .... '7 0) o W ...J o .! "- o l? o ...J PT- 38 50/3 .... o ~ f- a g 50 w l? z <( a. R-7 Completion Depth Date Borehole Started: Date Borehole Completed: Logged By Dnlllng Company' 68.5ft 4/11/04 4/11/04 SHE CRUX Subsurface Remarks: ST A 11 +94, 25' LT. SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level dunng drilling not determined due to mud rotary dnlllng method. Bonng location and surface elevation from survey by others. PanGE~ LOG OF TEST BORING BH-05-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual. Figure A-6 Sheet 2 of 3 Project: Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 418856.43, Easting: 100083228 Surface Elevation: Top of Casing Elev.. Dnlling Method: Sampling Method: 143.5ft 143.5ft Rotary/Core Rotary/Core N-Value ... 0 Q) 5 1Il 42' .... z c.. 1Il (5 ....... >- CD Q) Q) l- I-- ..c .J::. a. Q) E .... c.. 1Il L- a. E E 3: Q) >- Q) .J::. C/) 0 ro <U 0 .... en (f) CO 0 5 PT-1 13 22 55 R-8 PT-1 50/6 MATERIAL DESCRIPTION PL I ~RQD o MOisture . LL I Unit 5. >> Stiff to hard, dark brown grading to blue gray, Silty CLAY: moist, medium to highly plastic, organic at top, massive with indistinct wavy laminae. (Older Manne Bed). (Contmued) ____________~m~~____________ Very dense, red brown, SAND' moist, some rounded gravel to gravelly, trace silt. Massive, deeply weathered. (Older Gravel). 60 R-9 PT-1 50/6 65 R-10 Very dense, dark olive gray, SAND and SILT. mOist, trace clay. Sand fine to medium, poorly graded, subangular, mixed volcanics and quartz, clean beds. Medium bedded and laminated, BCN - 00, occasional brown (organic?) band. (Manne Bed). >> PT-1 24 37 50/6 Bottom of Bonng. 70 .... Q ~ 75 t- o C.9 o w C.9 z <( ll. a: C.9 en C.9 o ...J o .... o ,I, o w <:) I PanGE@ o C.9 o ...J Completion Depth: Date Borehole Started. Date Borehole Completed: Logged By: Drilling Company: 685ft 4/11/04 4/11/04 SHE CRUX Subsurface Remarks: ST A 11 +94, 25' LT. SPT sampler driven With a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level during dnlling not determined due to mud rotary drilling method. Bonng location and surface elevation from survey by others. I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual. Figure A-6 Sheet 3 of 3 LOG OF TEST BORING BH-05-04 PrOject Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' 418382 95, Easting: 100146754 Surface Elevation Top of Casing Elev Drilling Method Sampling Method: 143 8ft 1438ft Rotary/Core Rotary/Core N-Value A - ci CD c: C/) - ~ Z c. C/) (5 ?:: CD Q) Q) I- .0 .s:: CD ""- E - 0.. Q. C/) .... e. E E ~ Q) >. Q) .s:: en 0 ell ro .Q - en en CO 0 0 PL I ~RQD o MATERIAL DESCRIPTION Moisture LL . I - c: Q) E ::l .... - C/) c: Recovery ~ 50 100 Loose, brown, Sandy GRAVEL saturated, some silt. Gravel fine, poorly graded, rounded. (Recessional Outwash). 5 3 Unit2 PT-1 4 .0 4 Very dense, brown, Gravelly SAND: mOist to saturated, trace slit, occasional light gray clay seams. Sand fine to coarse, well graded with poorly graded beds, gravel layers Fine bedded to massive, BCN 00 _50 (Glacial Outwash) 10 26 PT- 27 33 Unit 3. 15 Fine to coarse gravel bed PT- 45 50/6 R-1 R-2 20 CD 52 8 PT I- o Cl o w Cl ~ 25 R-3 Well graded gravelly sand, layered, sand subangular volcaniCS and quartz 13 30 39 -, Cl. Cl C/) Cl o ...J o .... 9 M o Completion Depth' Date Borehole Started Date Borehole Completed. Logged By. Drilling Company: ~ PanGE~ o Cl o ...J 785ft 4/11/04 4/12/04 SHE CRUX Subsurface Remarks: STA 19+85, 23' LT. SPT sampler driven with a 140 Ib safety hammer operated by a rope and cat-head Groundwater level during drilling not determined due to mud rotary drilling method. BOring location and surface elevation from survey by others LOG OF TEST BORING BH-06-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Figure A-7 Sheet 1 of 4 Project. Job Number. Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 418382 95, Eastlng. 100146754 Surface Elevation. Top of Casing Elev.. Dnlling Method' Sampling Method: 1438ft 1438ft Rotary/Core Rotary/Core N-Value ... . - 0 Q) c II) - 4== Z a. II) PL Moisture LL - ~ co Q) 0 Q) I- .0 I . I .r:. Ql -- E MATERIAL DESCRIPTION - a. a. II) ~ Co E E == Q) >- Q) .r:. CJ) ~RQD Recovery ~ 0 co 11l .Q - (f) II) a:l 0 0 50 100 Very dense, brown, Gravelly SAND' mOist to saturated, 35 trace silt, occasional light gray clay seams. Sand fine to PT- coarse, well graded with poorly graded beds, gravel layers 50/2 Fine bedded to maSSive, BCN 00 _50. (Continued) MOist to saturated 30 R-4 -') , co 0 - S , b (!) 0 UJ (!) Z -0: Q. -, Q. (!) en (!) 0 ...J 0 .... 0 M 0 UJ ...J 0 J: UJ IX: 0 lD U. 0 (!) 0 ...J 32 Laminated, BCN - 220 PT- 41 22 Hard, brown, slightly Clayey SILT. mOist, some fine sand, slightly plastic Upper contact sharp, 350 Grades Into sand @~~~~-------------------- / 35 Very dense, brown, Silty SAND' mOist, trace gravel, cobbles. R-5 Sand gap graded (fine and coarse) to well graded Layered, laminated In layers, With scattered rusty laminae (Vashon TIII- Possibly Marine) PT- 38 Well graded sand, trace clay, laminated. 50/2 40 R-6 Unit 4 PT- 50/5 Gray, well graded Silty sand, some clay (slightly sticky) occasional possible shell fragment, mOist to wet 45 R-7 PT- 41 50/6 Very dense, red to orange brown, Sandy GRAVEL. mOist, some Silt. Well graded. Gravel subrounded, blocky, With clayey coatings, massive. Deeply weathered (Older Gravel) 50 R-8 Unit 5a - c Q) E :J ~ - II) c Completion Depth' Date Borehole Started Date Borehole Completed. Logged By Drilling Company 78.5ft 4/11/04 4/12/04 SHE CRUX Subsurface Remarks. ST A 19+85, 23' L T SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head Groundwater level dUring drilling not determined due to mud rotary drilling method BOring location and surface elevation from survey by others. PanGE~ LOG OF TEST BORING BH-06-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines' represent approximate boundaries. The transition may be gradual Figure A-7 Sheet 2 of 4 ProJect: Job Number: Location: Coordinates' 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' 418382 95, Eastlng. 1001467.54 Surface Elevation Top of Casing Elev.: Drilling Method Sampling Method. ..-.. ci Ql .~ III .... 4: Z Co III (5 - ~ to Q) Q) - I- .0 .c c.. Ql '- E .... c.. III a. E E ~ Q) >. Q) .c (f) 0 ro III 0 .... CI) C/J m 0 28 PT-1 28 39 55 R-9 PT-1 43 50/3 60 R-10 43 PT-1 43 50/4 65 R-11 PT-1 5015 70 R-12 PT-1 47 26 23 <0 Q S I- 75 R-13 o (9 o UJ (9 Z <( Cl. 24 17 ..., Cl. (9 Ul (9 o ...J o .... e;> <"l PT-1 Completion Depth' Date Borehole Started: Date Borehole Completed: Logged By: Dnlllng Company: ~ PanGE@ o (9 o ...J MATERIAL DESCRIPTION Hard, gray brown, Silty CLAY mOist, medium plastic, slow dilatancy, some fine to medium sand, scattered gravel. Laminated with low BCN, high angle sand seams Rusty weathered grains and bands (Older AllUVium/Manne). __________~mU~__________~ Very dense, dark brown, SAND' wet to saturated, trace Silt, scattered gravel Sand medium to coarse Gravel rounded, mainly basalt Thin bedded, BCN 00 - 50. (Older AllUVium) Unit 5c. Very dense, dark red brown, very Gravelly SAND wet, well graded With cobbles, deeply weathered. (Older Gravel). Unit 5a Very dense, brown, SAND: mOist to wet, trace gravel. Sand clean, fine to medium, poorly graded Gravel rounded, platy Laminated, BCN - 00 (Older Alluvium). __________~mU~__________ Very dense, brown, SAND and GRAVEL' wet, some cobbles. Sand and gravel well graded, clean, with some layers haVing clay coatings, rounded (Older AllUVium). Unit 5c Hard, dark gray, Silty CLAY: mOist, medium to high plastic, occasional gravel, pOSSible organics, laminated (Older Marine Clay) Groundwater measured 6/30/04. Unit 5b Red brown, fine sand, poorly graded, laminated, BCN - 00. 143 8ft 143.8ft Rotary/Core Rotary/Core N-Value A PL I ~RQD o .... c Q) E :J '- .... III C MOisture . LL I >> 78.5ft 4/11/04 4/12/04 SHE CRUX Subsurface Remarks ST A 19+85, 23' L T SPT sampler dnven With a 140 Ib safety hammer operated by a rope and cat-head. Groundwater level dunng drilling not determined due to mud rotary dnlling method Bonng location and surface elevation from survey by others. LOG OF TEST BORING BH-06-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transItion may be gradual Figure A-7 Sheet 3 of 4 Project: Job Number: Location: Coordinates 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing. 418382.95, Eastlng' 1001467.54 4:? 0 Q) .~ Z a. .......- ~ <0 .s::. Q) Ql -- +-' 0.. c. CIl 0. E E =: Q) 0 ctl l'Il 0 en CIl CO 2S ~~ 80 --, " <0 Q ~ t- o t') 0 UJ t') z a: ..., a. t') CJl t') 0 ...J 0 ..... 9 '" 0 UJ ...J 0 I UJ 0: 0 ro LL 0 t') 0 ...J 85 90 95 100 Completion Depth Date Borehole Started: Date Borehole Completed Logged By. Dnlllng Company' PanGE~ CIl +-' CIl Q) I- (5 ..0 E >. en MATERIAL DESCRIPTION .... Q) .s::. <5 &"//fi Surface Elevation Top of Casing Elev: Drilling Method' Sampling Method Bottom of Boring Note' well constructed of Sch 80 PVC. 1 Inch casing. Steel monument flush with ground surface 78.5ft 4/11/04 4/12/04 SHE CRUX Subsurface 1438ft 1438ft Rotary/Core Rotary/Core N-Value ... PL I ~RQD o MOisture LL . I . +-' c: Q) E ::l .... +-' CIl c: . Remarks ST A 19+85, 23' L T SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head Groundwater level dunng dnlling not determined due to mud rotary dnlling method. Bonng location and surface elevation from survey by others Recovery ~ 50 100 LOG OF TEST BORING BH-06-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratIfication lines represent approximate boundanes The transItion may be gradual --- Figure A-7 Sheet 4 of 4 . . ..., !l. " (fJ " o ...J o r-- 9 '" o W ...J o I .~ o " 9 Project Job Number: Location: Coordinates' g ci Q) ~ Z c. >- to ..!!:! I- ..s::: Q) ..... c.. 0. In c.. E E s: Q) 0 ro ro .Q Cf) CI) CO 0 5 PT-1 10 PT- 15 PT- R-1 20 r-- ~ PT- t- o " o w " ~ 25 R-2 !l. 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 417901 99, Eastlng: 1002192 32 Surface Elevation: Top of Casing Elev.. Drilling Method: Sampling Method' 143.8ft 143 8ft Rotary/Core Rotary/Core N-Value . In ..... Ui 0 PL MOisture LL c: Q) Q) I- .0 I . I E L.. E MATERIAL DESCRIPTION ::l Q) >- L.. ..... ..s::: Cf) ~RQD Recovery ~ In ..... c: 0 0 50 100 /> " Concrete 4 inches. Medium dense, brown, Poorly-graded SAND with Silt and Gravel: wet to saturated Sand fine to coarse, rounded to subrounded. Gravel fine to coarse, rounded, blocky. Layered, BCN - 00. (Recessional Outwash). Unit 2. GS 5 7 8 20 50/5 Very dense, olive brown to brown, Poorly-graded SAND with Silt and Gravel to Poorly-graded GRAVEL with Sand and Silt: wet to saturated Some cobbles. Gravel rounded, blocky; sand subrounded to rounded Medium to thick bedded. (GlaCial Outwash). Unit 3. 16 26 36 GS 23 50/3 Varied lithology, Including gramtics. Completion Depth: Date Borehole Started: Date Borehole Completed: Logged By: Dnlling Company' 65.6ft 4/13/04 4/14/04 SHE CRUX Subsurface Remarks: STA 28+54,27' RT. SPT sampler driven With a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level during drilling not determined due to mud rotary drilling method. Boring location and surface elevation from survey by others. PanGE@ LOG OF TEST BORING BH-07 -04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transItion may be gradual Figure A-a Sheet 1 of 3 Project: Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 417901.99, Easting. 1002192 32 Surface Elevation. Top of Casing Elev.: Drilling Method' Sampling Method: 0 <Il .!: If) g - Z a. If) 0 co Q) ~ I- .0 .c: E - a. If) .... e. E 3: Q) >- Q) .c: en 0 co ..Q - en CO 0 26 45 50/6 30 R-3 24 PT- 45 48 35 R-4 15 PT- 35 50/6 40 R-5 PT- 20 50/5 45 R-6 PT- 27 48 43 r-- e '" f- o ~ 50 w <!l z <>:: Q, ..., Q, <!l Ul <!l o ...J o r-- o M o W ...J o ~ PanGE~ o <!l o ...J R-7 Completion Depth: Date Borehole Started' Date Borehole Completed' Logged By: Dnlllng Company: MATERIAL DESCRIPTION Very dense, olive brown to brown, Poorly-graded SAND with Silt and Gravel to Poorly-graded GRAVEL with Sand and Silt wet to saturated. Some cobbles. Gravel rounded, blocky, sand subrounded to rounded. Medium to thick bedded. (Glacial Outwash) (Continued) Well graded and poorly graded beds, medium (2 to 3 Inch) beds, occasional yellow silt laminae Groundwater measured 5/5/04 Laminated and fine bedded, BCN - 00, granitic lithology. Groundwater measured 6/30/04. Fine to medium bedded, well and poorly graded beds, one dark red brown clayey silt bed (3/4 inch), weathered clast. Unit 3. Fine to medium sand, layered, BCN on tabular gravels - 300 Interbedded sand and gravel. Very dense, brown, Silty SAND to Sandy SILT mOist, scattered gravel, rusty laminae or bands at 300 (Vashon Till). Unit 4. 143.8ft 143.8ft Rotary/Core Rotary/Core N-Value ~ PL I ~RQD o Moisture LL . I - c: Q) E :J .... ii) c: Recovery ~ 100 >> 65.6ft 4/13/04 4/14/04 SHE CRUX Subsurface Remarks: STA 28+54,27' RT. SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level dunng dnlling not determined due to mud rotary drilling method BOring location and surface elevation from survey by others. LOG OF TEST BORING BH-07 -04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual. Figure A-8 Sheet 2 of 3 . . Project: Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: 417901.99, Eastlng: 1002192.32 Surface Elevation' Top of Casing Elev.: Drilling Method: Sampling Method: c:i Ql 5 1Il g - Z a. 1Il 0 ,., co Q) Q) l- I- ..c .s:: c.. Ql E - 0.. 1Il .... a. E E ~ Q) >. Q) .s:: CJ) 0 ctl III .2 - CJ) en OJ 0 R-8 55 60 PT-1 30 50/1 MATERIAL DESCRIPTION Very dense, brown, Silty SAND to Sandy SILT' moist, scattered gravel, rusty laminae or bands at 300 (Vashon Till). (Continued) ~~~~~w~ni~G~Vaa~MND:wJ~--- saturated, some silt matrix, with cobbles. Sand fine to coarse, well graded, clast supported, massive. (Vashon Drift). Unit4 Very dense, gray, Silty SAND' moist, some rounded fine gravel, coarse sand, trace clay (slightly plastiC in places). Sand mainly fine, poorly graded. Blocky, till-like fabric With wavy parting (Older Drift - possibly Manne). Unit Sa Bottom of Boring Note' well constructed of Sch 80 PVC, 1 Inch casing Steel monument flush with ground surface surface. 143.8ft 1438ft Rotary/Core Rotary/Core N-Value ... PL I ~RQD o c Q) E :J .... en c: 65 PT-1 42 50/2 Moisture LL . I Recovery ~ 50 100 Completion Depth: 656ft Date Borehole Started' 4/13/04 Date Borehole Completed. 4/14/04 Logged By' SHE . ~GEEf)UXS""'":~G OF TEST BORING BH-07-04 o ~ I N COR P 0 RAT E D g Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual. 70 .... o ~ 75 f- o ~ o w ~ z <( a. ...., a. ~ Ul ~ o --J o .... 'i' .., o Remarks: STA 28+54, 2T RT. SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head. Groundwater level during drilling not determined due to mud rotary dnlling method. Boring location and surface elevation from survey by others. Figure A-8 Sheet 3 of 3 Project: Job Number. Location. Coordinates 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing 41746904, Eastlng. 100285406 Surface Elevation. Top of Casing Elev Dnlllng Method Sampling Method ........ ci Q) .~ ~ Z c. ~ <D .s::. Q) Q) -- ..... "'5. a. rJl a. E E 3: Q) 0 co 111 0 CI) en iii 0 rJl ..... rJl Q) f- L- Q) .s::. o 5 GS PT-1 27 16 14 10 PT- 24 27 24 GS 15 PT- 31 38 48 20 --I 29 41 42 PT co Q !:? I- o <!) o w <!) ~ 25 <l. 28 -, <l. <!) en <!) o ..J o .... o ,!, o lU ..J o i PanGE~ o <!) o ..J Completion Depth Date Borehole Started Date Borehole Completed Logged By: Dnlllng Company. (5 ..0 E >. C/) MATERIAL DESCRIPTION ,. " " Concrete 4 Inches. Medium dense, brown, Silty SAND with Gravel wet, sand fine to coarse, well graded. Trace clay in a 3 inch layer, some rusty weathenng (Recessional Outwash) Unit 2. . . . . . . . . . . . . . . . Very dense, brown, Well-graded SAND with Silt and Gravel mOist to saturated, matnx slightly sticky Sand fine to coarse, with well and poorly graded, 4 to 6 Inch beds. Subrounded (GlaCial Outwash). Unit 3. Occasional clay coatings, occasional rusty staining, gravel blocky to tabular, layered with BCN - 00 Very gravelly sand, occasional weathered gravel, layered with BCN - 50 143.7ft 143.7ft Rotary/Core Rotary/Core N-Value & PL I ~RQD o Moisture LL . I Recovery ~ 50 100 . 614ft 4/14/04 4/15/04 SHE CRUX Subsurface Remarks STA 36+45, 26' RT SPT sampler driven with a 140 Ib safety hammer operated by a rope and cat-head Groundwater level during dnlling not detennlned due to mud rotary dnlllng method Boring location and surface elevation from survey by others LOG OF TEST BORING BH-08-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratlficallon lines represent approximate boundaries. The transition may be gradual Figure A-9 Sheet 1 of 3 Project: 8th Street Bridges Replacements Project Surface Elevation: 143.7ft Job Number: 03-070 Top of Casing Elev. 1437ft Location. Port Angeles, Washington Drilling Method Rotary/Core Coordinates: Northing' 417469 04, Eastlng: 100285406 Samphng Method Rotary/Core N-Value ... ........ 0 Q) .~ l/) .... ~ Z c. l/) (5 PL MOisture LL ...... >. <0 Q) Q) ..... I- .0 I . I ..r::. Ci Q) E MATERIAL DESCRIPTION .... 0. l/) .... e. E E ~ Q) >. Q) ..r::. (/) ~RQD Recovery ~ 0 ell III 0 .... (/) en iii 0 0 50 100 . . Very dense, brown, Well-graded SAND with Silt and Gravel mOist to . . saturated, matrix shghtly sticky. Sand fine to coarse, with well and . . . . poorly graded, 4 to 6 inch beds. Subrounded. (Glacial Outwash). . . . (Continued) . . . Occasional clay coatings on large gravel, laminated In places, BCN - . . . 300 . . . . . . 30 . . . . PT 50/5 . . >> . . . Becoming gray green, wet to saturated, sand volcanics and quartz. . . . . . . . . . . . .-- . . . . . . . . . . . 35 . . . . 70 . . PT- . . >> 50/4 . . Layered, very gravelly sand, well and poorly graded beds, BCN 00 - . . . 50 . . . . . . . . . . . . . . . . . . 40 . . . . . Unit 3. 50 . . . PT- 47 . . >> 50/4 ----------------------------- Very dense, brown, SAND wet, some to scattered gravel, trace silt Bedded with well and poorly graded beds, occasional laminated silty beds, BCN variable 00 to 300 (GlaCial Outwash - possibly Advance). " 45 PT- 36 50/5 . -I ~ co 0 ~ I- 0 (!) .0 w (!) z <0:: a. ..., a. (!) en (!) 0 ...J 0 ... q '" 0 w a: 0 In l1. 0 (!) 0 ...J 50 PT-1 29 50/5 Completion Depth: Date Borehole Started: Date Borehole Completed: Logged By. Drilling Company PanGE~ Well graded sand, 2 Inch Silty fine sand bed, BCN 00 - 50. >> Unit3 Fine to medium sand, laminated BCN 00. >> 614ft 4/14/04 4/15/04 SHE CRUX Subsurface Remarks: STA 36+45, 26' RT SPT sampler driven with a 140 lb. safety hammer operated by a rope and cat-head Groundwater level dUring drilling not determined due to mud rotary dnlhng method. BOring location and surface elevation from survey by others. LOG OF TEST BORING BH-08-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The tranSition may be gradual. Figure A-9 Sheet 2 of 3 , , co Q ;3 b (!) 0 w (!) z <( 0.. ...., 0.. (!) VJ (!) 0 -' 0 ..... 0 M 0 w -' 0 J: W [l: 0 In U. 0 (!) 0 -' Project. Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' 417469.04, Easting 100285406 Surface Elevation Top of Casing Elev. Drilling Method Sampling Method. -. ci Q) .~ l/) ..... it:: Z c.. l/) 0 '-' ~ CD Q) Q) -- f- .c .s::: a. Q) E ..... c.. l/) ... a. E E ~ Q) >- Q) 0 .s::: (f) Cl ro III ..... (f) en CO 0 MATERIAL DESCRIPTION Very dense, brown, SAND' wet, some to scattered gravel, trace silt. Bedded With well and poorly graded beds, occasional laminated silty beds, BCN variable 00 to 300. (Glacial Outwash - possibly Advance) (Contmued) 55 PT-1 22 50/6 Well graded sand With poorly grade beds, bedding contacts low angle, grain alignment 300 (possible cross or foreset beds). 60 Very dense, gray, Silty SAND: wet, trace fine, rounded gravel, non-plasllc Sand fine to medium, poorly graded. Till-like fabriC (Vashon Till/Drift). PT-1 40 48 50/5 Unit4 Bottom of BOring 65 70 75 143.7ft 1437ft Rotary/Core Rotary/Core . N-Value ... PL I ~RQD o LL I MOisture . Recovery ~ 50 100 >> >> . Completion Depth: Date Borehole Started. Date Borehole Completed. Logged By Drilling Company. 614ft 4/14/04 4/15/04 SHE CRUX Subsurface Remarks STA 36+45,26' RT SPT sampler driven with a 140 Ib safety hammer operated by a rope and cat-head Groundwater level dUring drilling not determined due to mud rotary drilling method. BOring location and surface elevation from survey by others PanGE@ LOG OF TEST BORING BH-08-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Figure A-9 Sheet 3 of 3 ProJect: 8th Street Bridges Replacements Project Surface Elevation: 73.7ft Job Number: 03-070 Top of Casing Elev.: 77.2ft '. Location. Port Angeles, Washington Drilling Method: Hollow Stem Auger Coordinates: Northing: 417584 83, Eastlng: 1002724.71 Sampling Method Std. Pen. Test (SPT) N-Value ... ci Q) .S: l/l -- ~ -- Z a. l/l (5 PL MOisture LL c: ......... ~ (0 Q) Q) Q) I- .0 I . I E .c: Q) -- E MATERIAL DESCRIPTION -- 0.. Ci l/l ..... :J c.. E ~ Q) >. ..... E -- Q) .c: (f) ~RQD Recovery ~ l/l 0 ro l\l 0 -- (f) l/l m 0 c: 0 0 50 100 Very loose, dark. brown, SAND and GRAVEL. saturated, some silt and clay, well graded, with woody and peaty organics (Mass Wasting Deposits) 2 S1 1 Unit 1 2 ------------------------- Loose, olive brown gray, Clayey SAND wet, some rounded 5 gravel, well graded, mottled, mixed texture with scattered 4 organics, deeply weathered (Mass Wasting Deposits) S2 3 Groundwater measured 6/30/04. 4 '1 S3 4 Unit 1. 5 10 3 S4 3 .... 4 Medium dense, yellow brown SAND. wet, trace to some Silt 6 and clay, fine to coarse, well graded, grains subrounded, S5 9 tabular to blocky, layered, BCN - 200 (Deeply Weathered 10 Older Drift/Gravel) _________~lliU~__________ 15 5 Stiff, yellow brown, Sandy SILT moist, medium plastic, trace rounded gravel and clay, rusty sand stringers, otherwise S6 7 maSSive, deeply weathered (Older Drift) 10 Unit 5c 20 S7 39 GS ------------------------- Very dense, brown, dark brown and yellow brown, 50/4 Interbedded SAND, Silty SAND and Clayey SILT: mOist, some gravel in coarse beds, weathered with rusty stains, 20 fine bedded to laminated, BCN low (Older Drift). 15 Finer grained beds, fine sand to Silty clay, bed thickness to 6 S8 36 Inches, laminated with blocky fracture 38 co Bottom of BOring Q ~ l- e <:l 0 UJ <:l z 25 <( a.. ..., a.. <:l (f) <:l o ...J o .... o ~ . Logged By: SHE Drilling Company' BoreTec, Inc ! PanGEE8 <:l I N COR P 0 RAT E D g Phone: 206.262.0370 The stratification lines represent approximate boundaries Completion Depth: Date Borehole Started. Date Borehole Completed' 215ft 6/5/04 6/5/04 Remarks STA 34+74, 0' Offset. SPT sampler driven with a 140 lb. safety hammer operated by rope and cat-head Boring location and surface elevation from survey provided by others LOG OF TEST BORING BH-09-04 The transition may be gradual Figure A-10 Sheet 1 of 1 -----' co 52 ~ t- o C) 0 UJ C) z a: ..., Q. C) en C) 0 ...J 0 r-. q '" 0 UJ ...J 0 ::t: UJ a:: 0 m u.. 0 C) 0 ...J Project Job Number. Location: Coordinates: 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing: 417570 84, Eastlng 100271257 Surface Elevation' Top of Casing Elev Drilling Method: Sampling Method' - 0 Q) C l/l .... S z c- l/l "0 >- CD Q) Q) l- I-- .0 .c Q) - E .... c.. a. l/l .... a. E E ;: Q) >. Q) .c CJ) 0 co III .Q .... en (/J m 0 0 MATERIAL DESCRIPTION Loose, dark brown, Clayey SAND. wet, with organics 4 S1 ------------------------ 5 Loose, mottled and mixed brown, olive gray and orange, 4 Silty SAND with Gravel wet, some rounded gravel and silt, sand fine to coarse and well graded, mixed texture, 5 abundant organics at top. (Mass Wasting DepOSits). 3 Groundwater measured 6/30/04 S2 4 GS Scattered charcoal bits 3 Unit 1. ------------------------ Loose, orange brown to olive gray, SAND wet, some gravel, 3 fine to coarse and well graded, layered. (Mass Wasting S3 2 DepOSits). 3 Very dense, gray to brown gray, Interbedded SAND and 10 22 SILT moist, trace gravel, sand fine to coarse, With well graded and poorly graded beds and Silt beds, medium S4 44 bedded and laminated (Older Dnft). 50/3 S5 5015 Unit Sa. S6 50/4 15 Bottom of Bonng. 20 25 805ft 836ft Hollow Stem Auger Std. Pen Test (SPT) N-Value. PL I ~RQD o .... c Q) E ::I .... .... l/l C Moisture LL . I Recovery ~ 50 100 Remarks: STA 34+71,18' RT. SPT sampler dnven With a 140 lb. safety hammer operated by'rope and cat-head. Bonng location and surface elevation from survey provided by others Completion Depth Date Borehole Started. Date Borehole Completed: Logged By' Dnlling Company: PanGE~ 148ft 6/5/04 6/5/04 SHE BoreTec, Inc LOG OF TEST BORING BH-10-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes. The transition may be gradual. Figure A-11 Sheet 1 of 1 ProJect: Job Number: Location: Coordinates. Surface Elevation' Top of Casing Elev.. Dnlllng Method: Sampling Method. 57.2ft 609ft Hollow Stem Auger Std. Pen Test (SPT) N-Value '" - ci Ql .!: en - ~ Z a. en 0 ~ co (]) (]) -- I- .a .I::. c.. Ql E - Ci en L- a. E E ~ (]) >. (]) .I::. C/) 0 C\3 co 0 - (j) C/J iii 0 0 S1 5 S2 S3 10 S4 S5 15 S6 S7 20 --1 S8 CD e ~ I- o c:> o LU c:> ~ 25 a. ..., a. c:> (/) Cl o --' o I'- o M 8th Street Bridges Replacements Project 03-070 Port Angeles, Was~lngton Northing. 418493 82, Eastlng' 100134049 3 2 5 3 5 6 3 3 3 4 4 GS 4 6 3 4 10 31 37 6 7 17 8 11 16 Completion Depth: Date Borehole Started. Date Borehole Completed. Logged By: Dnlllng Company' 215ft 6/5/04 6/5/04 SHE BoreTec, Inc ~ PanGE@) o c:> o --' MATERIAL DESCRIPTION. PL I ~RQD o MOisture LL . I - c (]) E :J L- - en c Recovery ~ 50 100 Groundwater measured 0 68 feet above ground surface on 6/30/04 Loose, gray brown with yellow and red stains, Silty SAND with Gravel' moist to wet, matrix medium plastiC, sand fine to coarse and well graded, wood debris and black charcoal bed at top (Mass Wasting DepOSits). MaSSive, till-like structure, deeply weathered With some grains weathered through. Unit 1 Massive till-like structure. Loose, gray SAND and GRAVEL' mOist, With woody - peaty material, layered With deformed bedding, deep rust s~alns. AllUVium Very stiff, gray brown, Clayey SILT and fine SAND: mOist, slightly to medium plastiC, laminated, BCN _50 r ~__________~m~~__________~ Very dense, rusty brown, Sandy GRAVEL: wet to saturated, tr~ELs.!!! m~~ Qe~'!y YteJ!t!le~~ J.OJ9~ QrillL _ _ _ _ Very stiff, blue to green gray, Silty CLAY' mOist, medium to high plastic, sandy lenses, occasional gravel, laminated With ripple marks, BCN low. (Older Dnft) Unit 5b Rusty sand beds In tip of S7 Fine bedded and laminated, BCN to 50, scattered dark rectangular grains Bottom of BOring. Remarks' STA 18+18, 0' Offset SPT sampler driven With a 140 Ib safety hammer operated by rope and cat-head. Bonng location and surface elevation from survey provided by others LOG OF TEST BORING BH-11-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The tranSition may be gradual Figure A-12 Sheet 1 of 1 ..l I co 0 S b C) 0 UJ C) Z <( D- -, D- C) (J) C) 0 ...J 0 I'- c:;> "" 0 UJ ...J 0 I UJ lr 0 CO LL 0 C) 0 ...J Project. Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing 418479.75, Easting' 10013306 Surface Elevation Top of Casing Elev : Drilling Method' Sampling Method: 597ft 597ft Hollow Stem Auger Std. Pen Test (SPT) N-Value A 0 Q) .!: en g ..... Z 0- en 0 PL MOisture LL ~ co Q) Q) I- .0 I . I .J::. Q) -- E MATERIAL DESCRIPTION ..... c.. Q. en .... a. E E 3: Q) >- Q) .J::. en ~RQD Recovery ~ 0 ro III 0 ..... en en ai 0 0 0 50 100 Loose to medium dense, dark brown to yellow brown, very Clayey, Silty SAND: moist to wet, some gravel, trace organics, sand fine to coarse, well graded (Mass Wasting Deposits). 5 S1 10 S2 15 S3 S4 20 25 4 5 27 23 40 37 16 37 39 50/6 Complellon Depth: Date Borehole Started. Date Borehole Completed. Logged By' Drilling Company GS 18 Oft 6/5/04 6/5/04 SHE BoreTec, Inc PanGE~ Cobble at 6 feet Unit 1 Hard, rusty brown (top) to blue gray, Lean CLAY with Sand. mOist, medium plasticity, no dilatancy, laminated With BCN low, Silt and fine sand interbeds (Older Drift). . Unit 5b. Very dense, rusty brown to brown gray, Interbedded Sand and Clayey SILT' moist to wet (coarser beds), scattered gravel and coarse sand lenses, non- to medium plastiC, sand fine to medium, laminated, BCN _50. (Older Drift). Unit 5b Bottom of BOring. >> Remarks. STA 18+17,17' RT. SPT sampler driven With a 140 lb. safety hammer operated by rope and cat-head Boring location and surface elevation from survey provided by others. LOG OF TEST BORING BH-12-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual Figure A-13 Sheet 1 of 1 Project: Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing 417842.77, Eastlng: 100234506 - ci Q) c l/) +-' 4: Z a. l/) '0 ....... ~ co Q) Q) ""- f- .0 ..c a. Q) E +-' Ci l/) L- a. E E ~ Q) >. Q) ..c (J) 0 C\3 ro 0 +-' (j) CI) m 0 0 S1 5 S2 10 15 20 <D !2 S b C) o w C) ~ 25 0. ..., 0. C) CIl C) o ...J o .... o M o 16 16 50/5 29 50/4 Completion Depth. Date Borehollfl Started. Date Borehole Completed: Logged By' Drilling Company' .~ PanGE~ o C) o ...J 5.3ft 6/30/04 6/30/04 SHE BoreTec,lnc Surface Elevation: Top of Casing Elev . Dnlling Method: Sampling Method: 882ft 882ft Hollow Stem Auger Std Pen. Test (SPT) MATERIAL DESCRIPTION PL I ~RQD o Soft, very dark gray, Organic SILT wet, low plastic, some sand and gravel. Unit 1 Very dense, olive gray, Sandy GRAVEL mOist, some Silt and clay in medium plastic matnx, gravel fine to coarse, rounded, of mIxed quartz and lithiC matenal, maSSive, some mottling at top. (GlaCial Till/Drift). Unit4 o Bottom of Bonng N-Value A Moisture LL . I Recovery ~ 50 100 >> Remarks: STA 30+15, 7' L T SPT sampler dnven with a 140 Ib safety hammer operated by rope and cat-head. Boring location and surface elevation from survey provided by others. LOG OF TEST BORING BH-13-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes. The transItion may be gradual. Figure A-14 Sheet 1 of 1 ProJect. Job Number. Location: Coordinates. 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing. 418737 41, Easting. 1000956.34 Surface Elevation: Top of Casing Elev: Dnlllng Method: Sampling Method. 0 Q) .E: en 2 - z a. en (5 - >- co Q) Q) l- I- .0 ~ Q) - E - a. 0. en .... a. E E ~ Q) >. Q) ~ en 0 ro CII 0 - en en m 0 0 I I I . -~ S1 .'~l 5 S2 c-' I I L._ i-- I l.: ,- I j---l I I L CD !2 S [ I- 0 C,!) 0 w C,!) z ~ I D- L. ..., D- C,!) (f) C,!) 0 ~ 0 t-- 0 ,I, 0 w ~ 0 :I: w a: 0 lD u. 0 C,!) 0 ~ 10 15 20 25 S3 S4 S5 6 6 8 2 2 2 7 17 18 18 35 50/6 30 50/5 Completion Depth. Date Borehole Started: Date Borehole Completed: Logged By: Dnlling Company PanGE&) 134ft 6/30/04 6/30/04 SHE BoreTec, Inc MJ\ TERIAL DESCRIPTION Medium dense, mixed brown - gray - red, SAND. dry to moist, some rounded gravel, trace silt and clay, sand fine to medium and poorly graded, broken texture (Mass Wasting DepOSits). Unit 1 Loose, brown and red, Clayey GRAVEL wet, with sand, gravel fine to coarse and subrounded, texture mixed and broken. (Mass Wasting DepOSits) Hard, dark gray, Clayey SILT to Silty CLAY: mOist, trace fine sand with occasional sand Interbeds, medium plastiC, rapid to no dilatancy, laminatecfto massive, BCN low. (Older Manne/Lacustrine Beds). Unit 5b. Thin (2"), wet sand bed, becoming predominantly silty clay, with water on fractures. Silty clay, medium plastic, no dilatancy, possible organic material. Bottom of Boring 764ft 76.4ft Hollow Stem Auger Std. Pen. Test (SPT) . N-Value & PL I ~RQD o Moisture . LL I Recovery ~ 50 100 Remarks ST A 13+63, 7' RT SPT sampler dnven with a 140 lb. safety hammer operated by rope and cat-head. Bonng location and surface elevation from survey prOVided by others LOG OF TEST BORING BH-14-04 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes The transItion may be gradual Figure A-15 Sheet 1 of 1 Project Job Number: Location Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing ,Eastlng: Surface Elevation. Top of Casing Elev Drilling Method' Sampling Method: 68 Oft Mud Rotary 1 HSA Std Pen. Test (SPT) N-Value A ........ 0 Q) .~ en - ~ Z c. en (5 PL MOisture LL - ~ (0 Q) Q) I- .c I . I ..c Q) -- E MATERIAL DESCRIPTION - a. c.. en .... a. E E 3: Q) >- Q) ..c en ~RQD Recovery ~ Cl ro I'll 0 - en en iIi 0 0 0 50 100 Loose to medium dense, gray and rusty brown, Gravelly SAND: wet, trace silt and clay, trace of organics, fine to coarse grained, mixed textures with indistinct layering, matrix slightly plastic. (Mass Wasting Deposit). ~-' 5 2 Unit 1. S-1 2 4 10 S-2 3 3 3 --1 <D 0 !:1 f- e Cl 0 UJ Cl z ..: 0- ..., 0- Cl en Cl 0 ..J 0 .... 0 M w a: 0 co lL. 0 Cl 0 ..J S-4 9 18 26 Dense, gray, Gravelly SAND wet, trace silt and clay, sand fine to medium grained, matrix slightly plastic, massive and till-like With one rusty brown weathered band (Older Outwash). Unit Sb 15 S-3 6 8 12 20 S-5 Very dense, brown to gray brown, Interbedded Sand and GRAVEL and Silty SAND. mOist to wet, trace clay as matrix, grain coatings, fine to coarse grained, sub-horizontally layered (Older Drift 1 Outwash) 25 14 26 Orange weathering, silt pockets, medium sand veins , Completion Depth: Date Borehole Started Date Borehole Completed Logged By Drilling Company PanGE~ 703ft 7/17/06 7/18/06 SHE Gregory Drilling Remarks ST A 34+64, 11' L T SPT sampler driven With a 140 lb. safety hammer With auto-trip mechanism. BOring location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map prOVided by oth~rs. LOG OF TEST BORING BH-15-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The tranSition may be gradual. Figure A-16 Sheet 1 of 3 ProJect: Job Number. Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: , Eastlng' . Surface Elevation' Top of Casing Elev.. Drilling Method Sampling Method: 68.0ft Mud Rotary / HSA Std. Pen. Test (SPT) N-Value . ci CIl .~ II) 2 - Z 0.. II) (5 ........ >. <0 Q) Q) l- I- .c ..c CIl - E - a. a. II) .... e. E E ~ Q) >. Q) ..c CI) 0 co t\l 0 - Cf) en iii 0 35 35 Grading brown gray, Interbedded sandy fine gravel and fine to medium S-7 50/3 >> sand, clean. Unit 5a . 40 5-8 50/6 Brown with rusty mottles, sandy fine to coarse gravel, mOist wet, >> moderately weathered. 30 19 37 38 S-6 45 5-9 50/5 <D g S l- e g 50 S-10 UJ (9 Z <( a. 50/5 ..., a. (9 (f) (9 o -' o .... '1' M o UJ -' o ~ PanGE~ o (9 o -' Completion Depth' Date Borehole Started: Date Borehole Completed. Logged By: Drilling Company MATERIAL DESCRIPTION PL I ~RQD o Recovery ~ 50 100 Moisture LL . I GS Very dense, brown to gray brown, Interbedded Sand and GRAVEL and Silty SAND' moist to wet, trace clay as matrix, grain coatings, fine to coarse grained, sub-horizontally layered. (Older Drift / Outwash). (Continued) Unit 5a Some fine gravel, moderate weathering. Slightly sandy fine to coarse gravel, sub-rounded, tabular, prismatic and blocky. >> Medium bedded (0.5 to 2 0 feet), fine to coarse gravel with sand. >> 703ft 7/17106 7/18/06 SHE Gregory Drilling Remarks STA 34+64,11' LT. SPT sampler driven With a 140 Ib safety hammer with auto-trip mechanism. Boring location measured from on-site features With a laser rangefinder Surface elevation estimated from site survey map prOVided by others. LOG OF TEST BORING BH-15-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual Figure A-16 Sheet 2 of 3 ProJect. Job Number Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' , Eastlng: Surface Elevation: Top of Casing Elev.: Drilling Method: Sampling Method: Mud Rotary / HSA Std Pen. Test (SPT) 68 Oft N-Value A ........ c:i Q) .~ 00 ... .:I: Z c- oo 0 PL Moisture LL - ~ co Q) Q) I- .0 I . I .s::: Q) - E MATERIAL DESCRIPTION ... a. a. 00 .... e. E ~ Q) >. Q) E .s::: (f) ~RQD Recovery ~ 0 C'll t\l 0 ... C/) U) m 0 0 50 100 703ft 7/17/06 7/18/06 SHE Gregory Drilling ~ PanGE~ o C!) o ...J 55 5-11 50/5 60 5-12 50/4 65 5-13 50/6 70 S-14 50/4 <0 Q 8 75 ~ o C!) o w C!) Z <l: 0.. .., 0.. C!) en C!) o ...J o ,... o ,J, Completion Depth' Date Borehole Started: Date Borehole Completed: Logged By. Drilling Company. Very dense, brown to gray brown, Interbedded Sand and GRAVEL and Silty SAND. mOist to wet, trace clay as matrix, grain coatings, fine to coarse grained, sub-horizontally layered. (Older Drift / Outwash) (Contmued) Fine to coarse gravel with sand, slightly to moderately weathered, clay grain coatings. >> Gravel with sand, fine to coarse, moderately weathered, clayey coatings Gray, gravelly fine to coarse sand, mainly dark reddish volcanics, massive >> >> Bottom of BOring Remarks: ST A 34+64, 11 ' LT. SPT sampler driven With a 140 lb. safety hammer with auto-triP mechanism BOring location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map proVided by others LOG OF TEST BORING BH-15-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The tranSition may be gradual Figure A-16 Sheet 3 of 3 Project. Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing. , Eastlng. Surface Elevation. Top of Casing Elev Drilling Method: Sampling Method 510ft Mud Rotary / HSA Std. Pen Test (SPT) N-Value A ci Q) .!: lJ) E' ..... Z 0- lJ) (5 PL Moisture LL .......- ~ <D (]) (]) I- .0 I . I .c Q) -- E MATERIAL DESCRIPTION ..... a. a. lJ) L- a. E E :;: (]) >. (]) .c CJ) ~RQD Recovery ~ 0 CI:l Cll 0 ..... (f) (J) iii 0 0 0 50 100 Medium stiff, brown SILT 5-1 14 13 21 Dense, red brown, Silty GRAVEL. moist, fine to coarse grained, sub-rounded, some fine to coarse sand, Indistinct layering, matrix weathered, mainly volcanic IIthics (Alluvium/Mass Wasting DepOSit). Unit 1 5-3 7 17 22 Unit 1. . 5 Loose, yellow brown, Clayey SAND wet (saturated), some silt, fine to coarse grained, matrix material low plastic, layered, moderately weathered with rusty seams and laminae. (Alluvium). 10 5-2 2 1 1 Unit 1 Dense, brown, SAND with Gravel: wet (saturated), some silt in matrix, fine to coarse grained, subrounded, subhori;::ontally laminated, slightly weathered (Alluvium). 15 20 5-4 50/4 >> Bottom of Boring BOring terminated due to drilling refusal uSing these drilling methods. co o S I- o C> o w C> ~ 25 .., ll. C> en C> o -' o I"- 9 M o W -' o ~ PanGE@ o C> o -' Completion Depth Date Borehole Started: Date Borehole Completed: Logged By Drilling Company. 20.3ft 7/20/06 7/20/06 SHE Gregory Drilling Remarks. STA 33+33,31' RT. SPT sampler driven With a 140 lb. safety hammer With auto-trip mechanism. Boring location measured from on-site features With a laser rangefinder Surface elevation estimated from site survey map provided by others LOG OF TEST BORING BH-16-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transItion may be gradual Figure A-17 Sheet 1 of 1 . ProJect. Job Number: Location: Coordinates. 8th Street Bridges Replacements Project 03-070 Port Angeles, Washmgton Northing. , Easting: Surface Elevation: Top of Casing Elev . Drilling Method Sampling Method' ..-.. 0 Q) c:: lJ) +-' ~ Z Co lJ) (5 --- ~ co Q) Q) I- .0 .s::: Q) - E +-' a. Ii lJ) .... c. E E 3: Q) >. Q) .s::: en 0 ell III 0 +-' en en m 0 0 C-1 Grab ~, 5 C-1 MATERIAL DESCRIPTION Loose to medIum dense, brown, SAND with Silt to poorly graded SAND with Gravel. moist to wet, with mixed gravel, clay layers, cobble-size clay clasts, trace organics at top. (Mass Wasting Deposit / Valley Alluvium). Fine to coarse gravel bed at 4 feet. Unit 1. C-1 10 4 5-1 12 . 26 .- C-2 15 GS C-2 8 5 - 9. lumps of slide debris Dense, yellow brown, clayey coarse sand to fine gravel 11 - 18' medium dense, brown sandy fine to coarse gravel with cobbles and cobble size slide debris, medlL:m plastic matrix and Interbedded sand and gravel beds 1/2 to 1 1/4 Inch thick. 20 21 - 22 medium dense to dense, brown, fine to coarse sand, wet, occasional cobbles ravell alluvium. Very dense, gray, Clayey SAND and GRAVEL and Silty SAND With Grave' wet With mOist layers, trace Silt, occasional cobbles, matrix non-plastiC to low plastiC, layered, mainly clast supported With occasional matrix supported layers. (Older Drift / Outwash). 18 - 21: dense, mottled brown and red brown, slit and sand, mOist to wet, weathered, broken texture in 1/2 inch clasts. C-2 5-2 14 50/4 . l , -.! <D e S r l- e (9 0 w (9 z <( a. .., a. (9 rJ) (9 0 ...J 0 .... c;> '" w a: 0 OJ "- 0 (9 0 ...J C-3 25 Grab Unit Sa 510ft Sonic Core Sonic Core & Std Pen. Test (SPT) N-Value ... PL I ~RQD o Moisture . LL I Recovery ~ 100 Completion Depth: Date Borehole Started' Date Borehole Completed Logged By: Drilling Company. 80.0ft 8/8/06 8/8/06 SHE PR050NIC, Corp. Remarks' STA 33+49,4' RT SPT sampler driven With a down-hole, 140 lb. safety hammer WIth auto-triP mechanism, tested to 45% efficient BOring location measured from on-site features With a laser rangefinder Surface elevation estimated from site survey map provided by others. PanGE~ LOG OF TEST BORING BH-16a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual. Figure A-18 Sheet 1 of 4 510ft Surface Elevation. Top of Casing Elev: Drilling Method Sampling Method. 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: , Easting. ProJect: Job Number. Location: Coordinates: Sonic Core Sonic Core & Std Pen. Test (SPT) N-Value ... ......... 0 CD .!: en - ;I:: Z 0- en 0 ........ >- co Q) Q) l- I-- .0 J:: CD -- E - a. c.. en .... a. E E 3: Q) >- Q) J:: (f) 0 ell l\l 0 - (j) en CO 0 C-3 G5 30 C-3 5-3 50/3 C-4 MOisture LL . I PL I ~RQD o MATERIAL DESCRIPTION Recovery ~ 50 100 Very dense, gray, Clayey SAND and GRAVEL and Silty SAND with Grave. wet with mOist layers, trace silt, occasional cobbles, matrix non-plastic to low plastic, layered, mainly clast supported with occasional matrix supported layers. (Older Drift 1 Outwash). (Continued) . Silt and sand with gravel, dry to mOIst. 35 30 - 40 dense, gray gravel with sandy layers, mOist, silt-clay matrix, C-4 clast supported, rounded to sub-angular. Unit Sa. . Grab 40 r.-4 5-4 50/5 Sand and gravel, Silt-clay matrix, deeply weathered C-5 40 - 43. brown gray, fine to coarse sand and gravel, wet, clean. Dense, brown to gray brown, Silty SAND to SAND. wet (saturated), trace Silt, fine to medium grained, homogeneous, massive. (Older AllUVium 1 Outwash) 45 C-5 Unit Sc. , <0 52 S I- 0 C) 0 UJ C) z ..: Cl. ..., Cl. C) en C) 0 ...J 0 .... 9 M 0 UJ ...J 0 :z: UJ Cl: 0 III U. 0 C) 0 ...J Grading to moist 50 Scattered fine gravels, indistinct finer 1 coarser layering, sub-horizontal. 7 22 33 GS 5-5 Remarks STA 33+49,4' RT. SPT sampler driven With a down-hole, 140 lb. safety hammer With auto-trip mechanism, tested to 45% efficient. BOring location measured from on-site features with a laser rangefinder. Surface elevation estimated from site survey map provided by others Completion Depth. 80 Oft Date Borehole Started 8/8/06 Date Borehole Completed. 8/8/06 Logged By SHE Drilling Company. PROSONIC, Corp. PanGE~ LOG OF TEST BORING BH-16a-06 Figure A-18 Sheet 2 of 4 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual . PrOject Job Number: Location: Coordinates' 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' , Easting: Surface Elevation: Top of Casing Elev . Dnlling Method Sampling Method: ........ ci Q) .!: en - il:: Z a. en 0 ........- >- (0 Q) I- Q) -- I- ..0 .J:::. 0. Q) ~ E - a. en c. E E :: Q) >- Q) .J:::. en 0 co C'Cl .2 - en en OJ 0 55 C-6 GS 60 C-6 13 S-6 15 24 C-7 . 65 G-7 70 Grab C-7 S-7 50/3 C-8 <0 !;2 ~ C-8 75 f- e C!) o UJ C!) Z <{ ll. C-8 .., ll. C!) C/) C!) o ...J o .... c;> CO) Completion Depth. Date Borehole Started' Date Borehole Completed' Logged By Drilling Company ~ PanGE~ o C!) o ...J MATERIAL DESCRIPTION Dense, brown to gray brown, Silty SAND to SAND: wet (saturated), trace Silt, fine to medium grained, homogeneous, massive. (Older AllUVium / Outwash) (Continued) 50 - 60 brown gray, fine sand, wet, trace Silt. Up to 2 feet heave - sample disturbed, blow counts unreliable. 60 - 66: brown gray, fine to medium sand, wet, trace Silt, massive With Indistinct laminations Unit 5c. 66 - 70: grading to brown gray, fine to coarse sand and gravel, wet, trace Silt, grading to Silt at bottom; contacts gradational Very Dense, gray, SAND and GRAVEL. wet, trace Silt, fine to coarse grained - well graded, trace clay coatings. (Advanced Outwash). Unit Sa. Very dense, gray, SILT With Gravel. moist, some fine to coarse sand, till-like, no penetration With pocket penetrometer (Older Drift). Unit Sa 51.0ft SOniC Core Sonic Core & Std. Pen Test (SPT) N-Value ... PL I ~RQD o Moisture LL . I Recovery ~ 50 100 . 80 Oft 8/8/06 8/8/06 SHE PROSONIC, Corp. Remarks STA 33+49, 4' RT. SPT sampler driven With a down-hole, 140 Ib safety hammer With auto-trip mechanism, tested to 45% effiCient. Boring location measured from on-site features with a laser rangefinder Surface elevation estimated from site survey map prOVided by others. LOG OF TEST BORING BH-16a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transItion may be gradual Figure A-18 Sheet 3 of 4 ProJect: Job Number: Location: Coordinates 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing. , Eastlng: ........ 0 Q) .S en - S. Z a. en '0 .::- <0 Q) Q) ~ .0 L: Q) -- E - Ci a. en .... a. E E ~ Q) >. Q) L: CJ) 0 ca t\l 0 - (/) (f) 10 0 III Grab Grab 80 Surface Elevation Top of Casing Elev . Drilling Method' Sampling Method: 510ft ~ Sonic Core Sonic Core & Std Pen. Test (SPT) N-Value ... MATERIAL DESCRIPTION Very dense, gray, SAND with Gravel: wet, fine to coarse grained, trace silt, massive. (Older Alluvium / Outwash). Unit 5c Bottom of Boring 85 90 95 --I <<J 0 ~ l- e c:> 0 w c:> z <( 11. ..., 11. c:> ffl (!) 0 ...J 0 .... 0 '" 0 W ...J 0 J: W 0:: 0 CD LL 0 c:> 0 ...J 100 Completion Depth. Date Borehole Started. Date Borehole Completed Logged By: Drilling Company 80.0ft 8/8/06 8/8/06 SHE PROSONIC, Corp PanGE~ PL I ~RQD o MOisture LL . I Recovery ~ 50 100 . Remarks. STA 33+49, 4' RT SPT sampler driven with a down-hole, 140 lb. safety hammer with auto-trip mechanism, tested to 45% efficient. Boring location measured from on-site features with a laser rangefinder. Surface elevation estimated from site survey map provided by others. LOG OF TEST BORING BH-16a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes The transition may be gradual . Figure A-18 Sheet 4 of 4 Project: Job Number: Location' Coordinates' 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' , Easting' Surface Elevation' Top of Casing Elev.. Drilling Method: Sampling Method' - ci Q) c: l/) - 4::: Z a. l/) 0 ........ >- co Q) I- Q) -- I- .0 .c: C. Q) E - 0.. l/) ..... e. E E 3: Q) >- Q) .c: en Cl co 11l ..Q - C/) l/) OJ 0 0 C-1 5 10 14 12 50/3 C-1 5-1 15 C-2 20 5-2 C-3 13 50/1 : <0 Q !:2 t- o C> 0 w C> Z <( a. -, a. C> (/J C> 0 ...J 0 ,... <;> ::c w 0:: 0 al LL 0 C> 0 ...J Grab Grab 25 C-3 Completion Depth: Date Borehole Started Date Borehole Completed Logged By. Drilling Company MATERIAL DESCRIPTION Loose to dense, soft to medium stiff, brown and gray, SILT, Sandy SILT and SAND: moist to wet, Interbedded, some beds With gravel and gravel size clay clasts, layered, non-plastic to slightly plastic. (Mass Wasting Deposits / Valley AllUVium) Unit 1 Dense, brown to gray brown, GRAVEL and SAND wet to moist, gravel and sand fine to coarse grained, With clay/silt matrix, subangular to subrounded, blocky, clast supported, (Older AllUVium / Outwash) Unit Sa 20 - 28 fine to coarse, clayey gravel, wet at top 47.0ft Sonic Core Sonic Core & Std Pen Test (SPT) N-Value A PL I ~RQD o MOisture LL . I Recovery ~ 100 >> 808ft 8/9/06 8/9/06 SHE PROSONIC, Corp Remarks ST A 31 + 79, 2' L T SPT sampler driven With a down-hole, 140 Ib safety hammer With auto-trip mechanism, tested to 45% effiCient Boring location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map provided by others. PanGE~ LOG OF TEST BORING BH-17 -06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Figure A-19 Sheet 1 of 4 --j to e !:2 I- 0 (!) 0 w (!) z g: ..., "- (!) rJ) (!) 0 -' 0 ,.... 0 ~ 0 w -' 0 :I: w 0:: 0 o:l LL 0 (!) 0 -' ProJect: Job Number: Location' Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing ,Eastlng. Surface Elevation. Top of Casing Elev: Drilling Method Sampling Method ........ ci Q) c en +-' 4== Z a. en (5 - ~ (!) Q) Q) - I- .0 ..c c.. Q) E +-' C. en ..... a. E E 3: Q) >- Q) ..c (f) 0 co Ctl 0 +-' C/) en ai 0 C-3 30 5-3 50/4 C-4 35 C-4 C-4 40 C-4 5-4 13 50/1 C-5 Grab GS 45 C-5 Grab 50 C-5 S-5 5015 Completion Depth: Date Borehole Started' Date Borehole Completed: Logged By. Drilling Company PanGE~ 47 Oft Sonic Core SOniC Core & Std Pen. Test (SPT) N-Value. . MATERIAL DESCRIPTION Dense, brown to gray brown, GRAVEL and SAND: wet to moist, gravel and sand fine to coarse grained, With clay/silt matrix, subangular to subrounded, blocky, clast supported, (Older AllUVium / Outwash). (Contmued) 28 - 30: gray brown sand and gravel, trace silt and clay. 30 - 34. dark brown to gray, silty fine to coarse gravel, wet, layered Hard, gray SILT With fine SAND: moist, trace clay and gravel, massive and lIlI-IIke (Older Manne? Dnft). Unit Sa ~~~~e.W~bro~,w~~~~GAAVaw~S~d.~t.~~o- coarse grained, layered (Older AllUVium / Outwash). 39 - 40: gravelly fine to coarse sand, layered, wet. Unit Sa Well-grade gravel With sand (GW). 40 - 50' gray sand and gravel, wet, fine to coarse, rounded, tabular to blocky, layered, scattered cobbles, mainly volcaniCS, occasional granitic clasts, PL I ~RQD o Moisture . LL I Recovery ~ 50 100 . . 808ft 8/9/06 8/9/06 SHE PROSONIC, Corp Remarks: STA 31+79, 2' LT. SPT sampler driven with a down-hole, 140 lb. safety hammer With auto-tnp mechanism, tested to 45% effiCient. Bonng location measured from on-site features with a laser rangefinder. Surface elevation estimated from site survey map prOVided by others. LOG OF TEST BORING BH-17 -06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes The transltlon.may be gradual Figure A-19 Sheet 2 of 4 Project 8th Street Bndges Replacements Project Surface Elevation. 47 Oft Job Number: 03-070 Top of Casing Elev. Location: ~ Port Angeles, Washington Dnlling Method SOniC Core Coordinates' Northing: , EastlOg. Sampling Method' SOniC Core & Std. Pen. Test (SPT) N-Value A ....... ci Q) .S: en - ~ Z a. en "0 PL Moisture LL ....... >- CD Q) Q) l- f- .c I . I .c: Q) -- E MATERIAL DESCRIPTION - a. a. en .... c.. E := Q) >, Q) E .c: en ~RQD 0 co C\l .Q - (f) en II) 0 0 Very dense, gray brown, well-graded GRAVEL with Sand wet, fine to coarse grained, layered. (Older AllUVium / Outwash). (Continued) 50 - 58' brown gray sand and gravel, wet, fine to coarse grained, trace silt, layered 55 C-6 Very dense, gray, Silty SAND to SILT" wet, non-plastic, trace gravel and clay, massive and till-like at top (Older Glaciolacustrine / Lacustrine Beds) 60 C-6 5-6 26 Unit 5b. 50/4 C-7 GS . 60 - 65: gray, till-like Silt and fine sand, pocket penetrometer 0 4 to 1 25 TSF. 65 C-7 70 Very dense, gray SAND: wet, trace to some slit, trace fine rounded gravel, sand interbedded fine to coarse and fine to medium, layered With 2" beds. (Older Alluvium / Outwash). 65 - 70' Silty fine to medium sand, some rounded fine gravel, till-like. C-7 26 50/5 Hard, brown gray Silt, wet, non-plastiC, massive. 5-7 - '-1 CD Q 8 f- e C!l 0 w C!l z <( 0- .., 0- C!l CIJ C!l 0 -' 0 .... 0 M w a:: 0 ell u. 0 C!l 0 -' C-8 75 Unit 5c Grab Completion Depth Date Borehole Started. Date Borehole Completed: Logged By. Dnlling Company' 808ft 8/9/06 8/9/06 SHE PR050NIC, Corp. Remarks STA 31+79, 2' LT. SPT sampler driven With a down-hole, 140 Ib safety hammer With auto-tnp mechanism, tested to 45% effiCient Boring location measured from on-site features With a laser rangefinder Surface elevation estimated from site survey map provided by others. PanGE@ LOG OF TEST BORING BH-17 -06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes The transition may be gradual. Figure A-19 Sheet 3 of 4 47 Oft 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' , Eastlng Surface Elevation Top of Casing Elev.: Drilling Method Sampling Method. ProJect: Job Number' Location Coordinates: . SOniC Core SOniC Core & Std Pen Test (SPT) N-Value A .......... 0 Q) .S: lJl ..... ~ Z a. lJl "6 '-" >. CD Q) Q) l- f- .0 -- .c Ci Q) lJl E ..... 0.. .... a. E E 3 Q) >. Q) .c (/') C ell cu ..Q ..... CI) en aJ 0 C-8 80 22 S-8 50/4 PL I ~RQD o MOisture . LL I MATERIAL DESCRIPTION Recovery ~ 50 100 Very dense, gray SAND' wet, trace to some Silt, trace fine rounded gravel, sand Interbedded fine to coarse and fine to medium, layered with 2" beds (Older Alluvium / Outwash) (Continued) Bottom of Boring 85 90 95 , , '" e S l- e C> 0 w Cl Z <( c.. .., c.. Cl rJl C> 0 ...J 0 .... 9 (0') 0 W ...J 0 :r: w 0:: 0 In LL 0 Cl 0 ...J 100 Remarks. STA 31+79,2' LT. SPT sampler driven with a down-hole, 140 lb. safety hammer with auto-trip mechanism, tested to 45% efficient BOring locatIon measured from on-site features with a laser rangefinder Surface elevation estimated from site survey map prOVided by others Completion Depth Date Borehole Started Date Borehole Completed Logged By Drilling Company 808ft 8/9/06 8/9/06 SHE PROSONIC, Corp. PanGE~ LOG OF TEST BORING BH-17 -06 Figure A-19 Sheet 4 of 4 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The tranSItion may be gradual Project Job Number: Location. Coordinates 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing ,Easting. Surface Elevation: Top of Casing Elev . Dnlllng Method. Sampling Method' --- 0 Q) .!: III - ~ Z a. III (5 ~ CD Q) Q) I- .0 .r::. Q) -- E - a. a. III L- a. E E 3 Q) >> Q) .r::. en 0 rn co 0 - en III (Q 0 0 5 o o o S-1 MATERIAL DESCRIPTION Very loose, dark gray, SAND and SILT wet, trace clay and orgamcs, sand fine to medium, trace fine gravel, slightly plastiC matnx, massive (Mass Wasting DepOSits) Unit 1. Loose, brown gray, Clayey to Silty GRAVEL: wet, some sand, mixed textures, orange mottling (Mass Wasting DepOSits). 10 1 Unit 1. S-2 4 3 ----------------------------- Medium dense, brown and gray SILT' mOist, nonplastic, sand seams and scattered gravel, sub-t-onzontally laminated in places. (Valley Alluvium). 15 2 Unit 1. S-3 5 10 Very dense to dense, brown, SAND and SILT mOist to wet, non-plastic, rapid dilatancy, fine grained, rare gravels, occasional , orange mottles. (Older Manne Dnft). 20 13 '-1 S-4 24 34 co o S f- e CJ o UJ CJ ~ 25 a.. 16 20 -, a.. CJ C/) CJ o -' o ..... 9 S-5 Completion Depth' Date Borehole Started Date Borehole Completed' Logged By Dnlllng Company. ~ PanGEQ) o CJ 9 Unit 5b 59.0ft Mud Rotary / HSA Std Pen. Test (SPT) N-Value ... PL I ~RQD o MOisture LL . I Recovery ~ 50 100 553ft 7/18/06 7/18/06 SHE Gregory Dnlling Remarks' STA 30+58,29' RT SPT sampler dnven With a 140 lb. safety hammer With auto-tnp mechamsm. Boring location measured from on-Site features With a laser rangefinder. Surface elevation estimated from site ~urvey map provided by others LOG OF TEST BORING BH-18-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approxImate boundanes. The transItion may be gradual Figure A-20 Sheet 1 of 3 ProJect: Job Number. Location: Coordinates 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: , Eastlng: Surface Elevation' Top of Casing Elev . Drilling Method. Sampling Method' 4? ci Q) .~ en a. - Z en (5 .......... >- CD CD Q) l- I- .0 -- .s:: c... Q) E - a. en .... a. E E 3 CD >- CD .s:: C/) 0 co 1Il 0 - (j) en 03 0 -, 30 S-6 38 50/3 35 23 32 44 S-7 40 S-8 50/6 45 S-9 50/5 '" o S l- e @ 50 S-10 t:> Z ..: a. 35 50/3 ..... a. t:> en Cl o ...J o .... q M o UJ ...J o ~ PanGE~ o Cl o ...J Completion Depth Date Borehole Started. Date Borehole Completed: Logged By: Drilling Company. GS MATERIAL DESCRIPTION Very dense to dense, brown, SAND and SILT. mOist to wet, non-plastic, rapid dilatancy, fine grained, rare gravels, occasional orange mottles. (Older Marine Drift) (Contmued) Very dense, brown to gray, well-graded GRAVEL with Silt and Sand to Gravelly SAND wet, mainly fine to coarse grained, trace Silt and clay In matrix and coatings, moderately weathered layers, layered (Older Drift / Outwash) Unit Sa Varied color, gravel fine, rounded, tabular and blocky, moderate weathering. Gravel mainly volcaniCS and quartzite, sub-angular to sub-rounded. Unit Sa. Dark gray gravel, moderately weathered With some clay coatings. Brown gray gravelly sand, minor clay matrix Gray gravelly sand, trace Silt clay matrix, sub-hOrizontally layered 59 Oft Mud Rotary / HSA Std Pen Test (SPT) . . N-Value ... PL I ~RQD o Moisture LL . I Recovery ~ 50 100 >> 553ft 7/18/06 7/18/06 SHE Gregory Drilling Remarks' STA 30+58,29' RT. SPT sampler driven with a 140 Ib safety hammer With auto-trip mechanism Boring location measured from on-site features with a laser rangefinder. Surface elevatron estimated from site survey map prOVided by others. LOG OF TEST BORING BH-18-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The tranSition may be gradual Figure A-20 Sheet 2 of 3 PrOject Job Number. Location' Coordinates. 8th Street Bridges Replacem~nts Project 03-070 Port Angeles, Washington Northing' , Easting. Surface Elevation Top of Casing Elev Drilling Method Sampling Method' ci 0) c:: en 2 ..... Z 0- en (5 ......... ~ co a> a> I- .0 .r:. e. 0) en E ..... 0.. .... e. E E ~ a> >. a> .r:. (j) Cl co C'Il 0 ..... CJ) rn iii 0 55 5-11 50/4 60 65 70 --1 --' '" 52 S I- 0 ~ 0 w ~ z <( ll. ..., ll. ~ C/) ~ 0 --' 0 r-- <;' w a: 0 ell U. 0 ~ 0 -, --' , 75 Completion Depth: Date Borehole Started: Date Borehole Completed: Logged By: Drilling Company' PanGE~ MATERIAL DESCRIPTION Very dense, brown to gray, well-graded GRAVEL with Silt and Sand to Gravelly SAND: wet, mainly fine to coarse grained, trace Silt and clay In matrix and coatings, moderately weathered layers, layered. (Older Drift I Outwash) (Contmued) Sand With ravel wet clean radln coarser downward. Bottom of BOring. 59.0ft Mud Rotary I HSA Std Pen Test (SPT) PL I ~RQD o N-Value A MOisture LL . I Recovery ~ 50 100 553ft 7/18/06 7/18/06 SHE Gregory Drilling Remarks: STA 30+58,29' RT SPT sampler driven With a 140 lb. safety hammer with auto-trip mechanism BOring location measured from on-site features With a laser rangefinder Surface elevation estimated from site survey map prOVided by others LdG OF TEST BORING BH-18-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transItion may be gradual Figure A-20 Sheet 3 of 3 Projl!ect: Job Number. Location. Coordinates 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: , Eastlng: Surface Elevation Top of Casing Elev . Drilling Method Sampling Method ........ c:i CD .!: m - .;= Z 0- m -0 ......- >- (0 Q) I- Q) - I- .0 .r:. a. CD E - 0.. C/l L- a. E E :: Q) >. Q) .r:. C/) Cl ell <Il 0 - C/) (j) iIi 0 0 MATERIAL DESCRIPTION Medium stiff, gray brown and orange, Sandy, Silty CLAY: moist to wet, low plastic, no dilatancy, trace fine rounded gravel, sand fine grained, scattered organics, moderate weathering. (Mass Wasting Deposits). 545ft Mud Rotary / HSA Std. Pen Test (SPT) . N-Value A PL I ~RQD o MOisture LL . I Recovery ~ 50 100 5 3 Unit 1 8-1 3 4 ~, ~ooe.re~rn~e~~~~gffi0~~~~~~yGMVE~~-- SAND wet, gravel fine grained, subangular to subrounded, matrix low to medium plastiC, mainly clast supported, moderately weathered. 10 (Valley Alluvium / Mass Wasting DepOSits) 2 5-2 4 3 . Unit 1 -.J ..J '" 0 S I- 0 c.:> 0 w c.:> z <l: D- ..., D- c.:> (f) c.:> 0 ...J 0 >- <;> '" 0 W ...J 0 J: W a: 0 co u.. 0 c.:> 0 ...J 15 2 2 4 G5 Very stiff to hard, brown gray grading to dark gray, Lean CLAY with Sand: mOist, low to medium plastiC, slow dilatancy, occasional sand and/or gravel seams, massive laminated (Older Marine Drift). Unit 5b Dark gray Silty clay, With small white grains 70.9ft 7/19/06 7/19/06 SHE Gregory Drilling Remarks' STA 18+14, 9' LT. SPT sampler driven With a 140 lb. safety hammer With auto-trip mechanism BOring location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map provided by others LOG OF TEST BORING BH-19-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual 5-3 20 5 7 10 5-4 25 12 19 5-5 Completion Depth. Date Borehole Started: Date Borehole-Completed Logged By: Drilling Company: PanGE~ Figure A-21 Sheet 1 of 3 - 35 20 S-7 50/6 . 40 2G S-8 35 50/6 . --' -, --' CD Q S l- e Cl 0 w Cl z <I: a. .., a. Cl en Cl 0 -' 0 ... SO w 0:: 0 CD U. 0 Cl 0 -' Project Job Number Location' Coordinates' 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' , Eastmg: Surface Elevation Top of Casing Elev.: Drilling Method Sampling Method' Mud Rotary 1 HSA Std. Pen. Test (SPT) 54 Sft N-Value A ........ ci Q) c: en +-' il== Z a. en "0 - >. to Q) Q) t- -- r- ..c .I:; a. Q) E +-' a. en .... a. E E ~ Q) >. Q) .I:; (f) 0 roo ll! 0 +-' (f) en CO 0 PL I ~RQD o MATERIAL DESCRIPTION Moisture LL . I Recovery ~ 100 Very stiff to hard, brown gray grading to dark gray, Lean CLAY with Sand. mOist, low to medium plastiC, slow dilatancy, occasional sand andlor gravel seams, massive laminated (Older Marine Drift). ~~@~~------------------------- Very dense, multl-colored Clayey SAND and GRAVEL moist to wet, sand and gravel both coarse, clast-supported, deeply weathered. (Older Drift) 30 S-6 18 46 42 Unit Sa Hard, gray SILT to Silty CLAY: wet, non-plastic (top) to low plastiC, fine sand laminae at top With pinch and swell structures. (Older Marine Drift). Unit 5b. Dark brown and light gray brown banded, bedding dip to 200, possible peaty organic laminae Very dense, gray, Silty SAND' wet, fine to medium gramed With trace of coarse grains, clean, hOrizontally laminated (Older Alluvium 1 Outwash) 45 Unit 5c. 40 50/6 S-9 50 Reddish gray, well laminated 39 37 50/6 GS S-10 Completion Depth Date Borehole Started Date Borehole Completed: Logged By Drilling Company Remarks: STA 18+14, 9' LT. SPT sampler driven With a 140 Ib safety hammer With auto-trip mechanism. BOring location measured from on-site features With a laser rangefinder Surface elevation estimated from site survey map provided by others 70.9ft 7/19/06 7/19/06 SHE Gregory Drilling PanGE~ LOG OF TEST BORING BH-19-06 I N COR P 0 RAT E D Phone: 206.262.0370, The stratlficallon lines represent approximate boundaries The transition may be gradual. Figure A-21 Sheet 2 of 3 Project. Job Number Location" Coordinates: 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing: , Easting: Surface Elevation: Top of Casing Elev.: Dnlling Method: Sampling Method: ......... ci Q) .!: en ... ~ Z D- en "0 >. CD Q) Q) l- I-- .0 ..c Q) -- E ... 0. a. en .... a. E E ~ Q) >- Q) ..c (j) 0 co co 0 ... (j) (f) m 0 55 5-11 50/6 "' 60 5-12 50/3 65 S-13 50/4 70 47 50/5 S-14 <D o !:2 75 I- o C) o l1J C) Z <( 0. ...., 0. C) (/) C) o ...J o ,... '9 '" o l1J ...J o ~ PanGEe& o C) o ...J Completion Depth. Date Borehole Started. Date Borehole Completed. Logged By: Drilling Company. MATERIAL DESCRIPTION Very dense, gray, Silty SAND. wet, fine to medium grained With trace of coarse grains, clean, horizontally laminated (Older Alluvium / Outwash). (Continued) Light gray brown, fine to medium sand, laminated, 80% quartz, 20% lithic grains. Very dense, light brown gray to olive brown, GRAVEL With Sand: moist to wet, trace silt and clay In matrix and salmon colored coatings, fine to coarse grained sub-rounded and blocky, moderately weathered, clast supported. (Older Dnft / Outwash). Unit Sa Fine to coarse sand With fine gravel, sub-rounded, tabular to blocky, grain alignment Olive brown fine to coarse sand, trace gravel, clean and laminated. Bottom of Bonng. 545ft Mud Rotary / HSA Std. Pen Test (SPT) PL I ~RQD o . N-Value A MOisture . LL I Recovery ~ 50 100 . >> 709ft 7/19/06 7/19/06 SHE Gregory Drilling Remarks. ST A 18+14, 9' L T 5PT sampler driven with a 140 lb. safety hammer With auto-tnp mechanism Boring location measured from on-site features with a laser rangefinder Surface elevation estimated from site survey map provided by others LOG OF TEST BORING BH-19-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes The transition may be gradual Figure A-21 Sheet 3 of 3 Project Job Number. Location' Coordinates. 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing' , Eastlng: Surface Elevation Top of Casing Elev . Drilling Method: Sampling Method ..-.. ci Q) c lJ) - ~ Z c. lJ) 0 - >. co Q) Q) l- I-- .c ..c Q) -- E - c.. Ci lJ) '- a. E E 3: Q) >. Q) ..c C/) 0 ell III 0 - C/) CI) in 0 0 5 o o 2 S-1 10 9 15 15 S-2 15 13 18 30 S-3 20 -, lD e !:l I- o Cl o UJ Cl ~ 25 Q. ..., Q. Cl rn Cl o ...J o .... q Completion Depth: Date Borehole Started Date Borehole Completed: Logged By. Drilling Company: ~ PanGE~ o Cl o ...J MATERIAL DESCRIPTION Very loose/soft, dark gray, SAND, SILT and CLAY: wet (saturated), with abundant organics. (Alluvium, Overbank Deposits) Unit 1. Dense, brown to gray, GRAVEL with Sand: wet, fine to coarse grained, rounded and blocky gravel, minor clay In matrix, slightly weathered, sub-honzontallayerlng. (Alluvium) Unit 1 Clast supported, minor silt clay matrix Bottom of Boring Drilling refusal uSing these methods. 47.0ft Mud Rotary / HSA Std. Pen Test (SPT) N-Value & PL I ~RQD o Moisture . LL I Recovery ~ 50 100 17 Oft 7/19/06 7/19/06 SHE Gregory Drilling Remarks. ST A 16+91, 1 0' LT. SPT sampler dnven With a 140 lb. safety hammer With auto-trip mechanism Bonng location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map provided by others. LOG OF TEST BORING BH-20-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Figure A-22 Sheet 1 of 1 ---1 '" 0 S f- 0 Cl 0 UJ Cl z <( 11. ...., 11. Cl II) Cl 0 -' 0 .... q '" 0 UJ -' 0 I UJ a:: 0 CO u. 0 Cl 0 -' Project: Job Number' Location: . Coordinates: 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing ,Easting: Surface Elevation: Top of Casing Elev. Dnlling Method: Sampling Method ci Q) C l/l 2 ..... z c- l/l (5 .......... >- <D Q) Q) l- I- .0 .J:: Q) -- E ..... a. c.. l/l '- 0.. E E := Q) >. Q) .J:: (/) 0 co I1l 0 ..... (j) (/) CO 0 0 C-1 5 C-1 10 14 S-1 17 24 C-2 15 Grab GS C-2 20 9 36 27 S-2 C-3 25 Grab Completion Depth' Date Borehole Started. Date Borehole Completed: Logged By' Drilling Company: MATERIAL DESCRIPTION Very loose/soft, brown to gray, Interbedded SILT, Clayey SILT and SAND moist - sand beds wet, organics, non-plastic to low plastic, rapid dilatancy, gradational contacts (Alluvium, Overbank Deposits) Gravel bed Unit 1 Dense. brown, pooriY-graded GRAVEL with Siit and-Sand to GraveilY - SAND: wet, trace Silt clay matnx, slightly weathered, layered (AllUVium). Dense, gravel with sand Unit 1 10 - 20: brown gray, fine to coarse gravel with cobbles, wet, Silt clay matnx Dense, gray fine to medium sand, wet (top) becoming sandy fine to coarse gravel (bottom) 21 5 - 29. dense, gray, fine to coarse sand with sandy gravel interbeds, wet, with cobbles, contacts gradational, Silt and clay coatings on cobbles. 47.0ft Sonic Core Sonic Core & Std Pen. Test (SPT) N-Value ... . PL I ~RQD o Moisture . LL I . Remarks STA 16+91, 21' LT. SPT sampler driven with a down-hole, 140 lb. safety hammer with auto-trip mechanism, tested to 45% effiCient Bonng location measured from on-site features with a laser rangefinder. Surface elevation estimated from site survey map provided by others. 90 Oft 8/14/06 8/14/06 SHE PROSONIC, Corp PanGE@ LOG OF TEST BORING BH-20a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes The tranSition may be gradual Figure A-23 Sheet 1 of 4 r- ProJed' Job Mumber' Location. Coordinates ,- I r -- ! I 30 5-3 C-4 35 C-4 C-4 40 5-4 C-5 45 i _J co 52 S ..... e (!) 0 w (!) z q: !L ..., !L (!) (f) (!) 0 -' 0 l"- e;> I W 0: 0 m u. 0 (!) 0 -' C-5 50 S-5 C-G 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing ,Easting: 17 50 34 3 4 3 4 50/6 Completion Depth' Date Borehole Started' Date Borehole Completed Logged By' Dnlling Company ....... 0 Q) .!: en - :s z Co en (5 >. CD Q) I- a> -- ~ .0 .c a.. Q) E .- a. en .... 0. E E 3: Q) >- Q) .c en Cl co III 0 - (/) en CO 0 C-3 Surface Elevation: Top of Casing Elev.: Drilling Method. Sampling Method: MATERIAL DESCRIPTION Dense, brown, poorly-graded GRAVEL with Silt and Sand to Gravelly SAND: wet, trace silt clay matrix, slightly weathered, layered (Alluvium). (Continued) Dense, brown and gray, Sandy GRAVEL WIth Silt: wet, fine to coarse, silt and clay matrix, moderately weathered, till-like. (Older GlaCial Drift). Unit Sa. Very dense, gray SAND' wet, fine grained, some Silt to Silty, non-plastic, rapid dilatancy, indistinctly laminated (Older Outwash). Unit 5c. Hard, gray to light brown, Silty CLAY grading to Clayey SILT' moist, low to medium plasllc, laminated With sand lenses, top contact weathered red brown, pocket penetrometer 2 0 - 3 5 TSF (Older Marine Dnft). Unit 5b. Dense, brown SAND. dry to wet, fine to medium grained, trace Silt, trace to some fine gravel, layered. (Older Outwash). Unit 5c Heave In bOring, sample disturbed; blowcounts unreliable Brown, fine sand, wet, fine bedded with gray clayey gravel lenses Dense, brown gray, SAND and GRAVEL' wet, fine to coarse grained, medium bedded With finer / coarser beds (Older Outwash). Unit 5c Very dense, brown gray SILT' moist, trace fine sand, non-plasllc, maSSive, pocket penetrometer to maximum. (Older Glacial Drift). Unit 5b Very dense, brown, Sandy GRAVEL. wet, fine to coarse with slit clay matrix, subrounded, blocky and tabular (Older Drift) 47 Oft Sonic Core Sonic Core & Std. Pen. Test (SPT) N-Value. PL I ~RQD o MOisture LL . I Recovery ~ 50 100 90 Oft 8/14/06 8/14/06 SHE PROSONIC, Corp. Remarks. STA 16+91, 21' LT. SPT sampler driven with a down-hole, 140 lb. safety hammer With auto-trip mechanism, tested to 45% efficient BOring location measured from on-site features with a laser rangefinder Surface elevallon estimated from site survey map prOVided by others PanGE@ LOG OF TEST BORING BH-20a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Figure A-23 Sheet 2 of 4 - '" 0 S I- 0 C) 0 w C) z a: ..., 0.. C) (/) g ...J 0 t- q C"l 0 W ...J 0 I W a:: 0 al lL 0 C) 0 ...J 75 C-8 Completion Depth Date Borehole Started' Date Borehole Completed' Logged By: Drilling Company' PanGE@ Unit 5c. 90 Oft 8/14/06 8/14/06 SHE PROSONIC, Corp Remarks: STA 16+91, 21' LT. SPT sampler driven with a down-hole, 140 Ib safety hammer with auto-trip mechanism, tested to 45% efficient. Boring location measured from on-site features with a laser rangefinder. Surface elevation estimated from site survey map provided by others. LOG OF TEST BORING BH-20a-06 I NeD A P 0 A ATE D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Figure A-23 Sheet 3 of 4 PrOject Job Number: Location' Coordinates' 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing ,Eastrng' ........ 0 Q) c: II) - ~ Z a. II) "0 --- >. co Cl> Cl> l- f- ..0 .c Q) -- E - a. 0.. II) L- a. E E ~ Cl> :>. Cl> .c CJ) Cl ctl co 0 - CJ) en CO 0 ~rau C-8 80 C-9 Grab ~ C-9 85 Grab ~ f-- 90 95 _J --, CD !;2 S I- 0 Cl 0 w Cl z ~ .., B- Cl Ul Cl 0 -' 0 .... 0 M w 0:: 0 Ul u.. 0 Cl 0 -' 100 Completion Depth: Date Borehole Started: Date Borehole Completed. Logged By: Drilling Company. PanGE~ Surface Elevation Top of Casing Elev.: Drilling Method: Sampling Method: 47.0ft Sonic Core SOniC Core & Std. Pen Test (SPT) N-Value & MATERIAL DESCRIPTION Dense, brown gray SAND: wet, fine to medium grained, trace to some silt, homogeneous. (Older Outwash). (Continued) Grading to silty fine sand to sandy silt, wet, non-plastic, rapid dilatancy, Indistinctly laminated. 90.0ft 8/14/06 8/14/06 SHE PROSONIC, Corp. Bottom of BOring PL I ~RQD o Moisture LL . I Recovery ~ 50 100 Remarks: STA 16+91, 21' LT. SPT sampler driven With a down-hole, 140 lb. safety hammer With auto-triP mechanism, tested to 45% efficient BOring location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map provided by others LOG OF TEST BORING BH-20a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries. The transition may be gradual Figure A-23 'Sheet 4 of 4 Project. Job Number. Location: Coordinates: 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing. , Easting Surface Elevation: Top of Casing Elev. Dnlllng Method. Sampling Method. 47.0ft Mud Rotary / HSA Std. Pen. Test (SPT) N-Value A ~ c:i Q) c:: tJ) ..... Z Co tJ) "'6 ........- >- CD Q) Q) I- -- I- .0 .!:: Q) E ..... a. a. tJ) .... a. E E == Q) :>. Q) .!:: C/) 0 ttl III 0 ..... (/) CIJ 03 0 0 MATERIAL DESCRIPTION PL I ~RQD o MOisture . LL I Recovery ~ 50 100 Soft, dark brown, Organic SILT. wet. (Alluvium, Overbank Deposit). Unit 1. Dense to very dense, gray, Interbedded Silty SAND and GRAVEL: wet, trace clay, fine to coarse grained, gravel sub-angular to sub-rounded, clast supported (Alluvium). 5-1 11 21 23 Unit 1 5 10 12 5-2 26 35 . .~ ------------------------------ Medium stiff, brown, Organic SILT mOist to wet, slightly weathered, layered (AllUVium, Overbank DepOSits). 15 3 Unit 1 5-3 12 ------------------------------ 24 Very dense, multicolored green gray, Sandy GRAVEL: mOist to wet, fine to coarse grained, slightly weathered, layered (AllUVium). Unit 1. -' 20 5-4 50/4 >> Bottom of Bonng. Dnlling refusal using these methods.. <0 ~ s:1 b C) o UJ C) ~ 25 Cl. ..., Cl. C) f/) C) o ...J o ro- q '" o UJ ...J o ~ PanGE~ o C) o ...J Completion Depth Date Borehole Started. Date Borehole Completed: Logged By: Drilling Company: 203ft 7/20/06 7/20/06 SHE Gregory Drilling Remarks. STA 15+41, 29' L T SPT sampler dnven With a 140 lb. safety hammer with auto-trip mechanism Bonng location measured from on-site features with a laser rangefinder. Surface elevation eslimated from site survey map provided by others. LOG OF TEST BORING BH-21-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratlficalion lines represent approximate boundanes The transition may be gradual Figure A-24 Sheet 1 of 1 Project Job Number. Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: , Easting. Surface Elevation: Top of Casing Elev . Dnlllng Method Sampling Method. ........ 0 Ql .!: en - il= Z c- en (5 - >. co Q) Q) l- I- .c .c Ql - E - a. a. en .... a. E E ;: Q) >. Q) .c en 0 co 11I 0 - (j) (f) a:i 0 0 C-1 ' Grab --- 5 C-1 --, 10 13 13 14 S-1 C-2 15 -- - i ~ CD 0 S I- 0 Cl 0 UJ Cl z ..: a. ..., a. Cl (J) Cl 0 -' 0 .... 'i' UJ a: 0 co u.. 0 Cl 0 -' 10 10 6 C-2 20 S-2 C-3 25 Grab Completion Depth: Date Borehole Started' Date Borehole Completed: Logged By' Drilling Company PanGE~ 47 Oft Sonic Core SOniC Core & Std Pen Test (SPT) N-Value. MATERIAL DESCRIPTION Loose, dark brown, silty SAND: mOist to wet, abundant organics (Alluvium, Overbank Deposits). Loose to medium dense, gray, GRAVEL with sand: very wet, some Silt, contains cobbles. 6"-thick wood obstruction at approximately 4' (Alluvium). No recovery from 4' to 10'. Unit 1 -Becomes medium dense, medium to coarse grained sand, water bearing Very soft, dark brown, organic SILT wet, contains rounded fine gravel (Alluvium) Medium dense, gray, SAND With Silt and gravel water bearing, medium to coarse grained (AllUVium, Overbank Deposits) Interlayered With roughly 6"-thick rounded fine gravel (pea gravel) layers Trace organics, Increase In fines at tip of sampler. Loose, dark brown to grayish brown, SILT wet, abundant fine organic lJ2a~!:!?[j~lJ.Yi!!.m...J.. Q.v~~~ .Qftl?Q?I~L _ _ _ _ _ _ _ _ _ _ _ _ Loose to medium dense, gray, Silty fine to medium grained SAND. very wet (AllUVium). 6"-thlck rounded fine gravel layer (pea gravel) at upper contact. PL I ~RQD o Moisture LL . I Recovery ~ 50 100 815ft 8/15/06 8/15/06 STS PROSONIC, Corp Remarks' ST A 15+41, 50' L T SPT sampler driven with a down-hole, 140 Ib safety hammer WIth auto-triP mechanism, tested to 45% effiCient Boring location estimated from on-site features Surface elevation estimated from site survey map provided by others. LOG OF TEST BORING BH-21 a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual. Figure A-25 Sheet 1 of 4 ProJect. Job Number: Location: Coordinates 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' , Eastlng: Surface Elevation: Top of Casing Elev.: Drilling Method: Sampling Method. - ci Q) .S: en - ~ Z a. en 0 ~ CD (l) (l) - f- .0 ..c: c.. Q) E - a. en .... a. E E ~ (l) >- (l) ..c: C/) 0 m CIl 0 - C/) en in 0 C-3 30 C-3 4 Dense, gray, GRAVEL with silt and sand: wet, contains thin lenses of 8-3 10 silty fine sand Soft, wet, slightly decayed log In core (Older Glacial 24 Drift) Unit 5a C-4 Very dense, greenish gray, SILT' mOist, 1 "-thick clean sand lenses In upper portion of silt layer, trace slickensIdes, trace organic fragments, PP= 4 0-4 5 tsf Laminated, fine sand along lamination planes (Older 35 Marine/Glacial Drift) Unit 5b C-4 Dense, brown, medium to coarse grained SAND With silt: mOist to wet, occasional rounded fine gravel, Iron oxide staining (Older Outwash) -.. . C-4 Unit 5c. 40 Grades to fine to medium grained sand, 2"-thlck heavily Iron OXide S-4 stained layer Sampler over driven from 40' to 43 5' Blowcounts unreliable, not reported. ..., a. C!) (/) C!) o ..J o ... <;> "" o W ..J o ~ PanGE~ o C!) o ..J 45 S-4 C-5 -, C-5 <0 !2 S I- o @ 50 S-5 C!) z <C a. 43 50/3 Completion Depth: Date Borehole Started: Date Borehole Completed Logged By. Drilling Company. MATERIAL DESCRIPTION Medium stiff to stIff, gray, clayey SILT' wet, trace fine sand, thin organic lenses, contains fine gravel, PP=1 0 tsf (Alluvium, Overbank Deposits) Unit 1. Becomes light brown Unit 5a Alternating dark brown layers Localized increase In fines, contains clay. Becomes very dense, increase In iron OXide staining. o 47.0ft SOniC Core SOniC Core & Std Pen. Test (SPT) N-Value ... . PL I ~RQD o MOisture . LL I Recovery ~ 50 100 815ft 8/15/06 8/15/06 STS PROSONIC, Corp Remarks STA 15+41, 50' LT. SPT sampler driven With a down-hole, 140 lb. safety hammer With auto-trip mechanism, tested to 45% efficient. Boring location estimated from on-site features. Surface elevatIon estImated from site survey map provided by others. LOG OF TEST BORING BH-21 a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transItion may be gradual Figure A-25 Sheet 2 of 4 Surface Elevation Top of Casing Elev : Drilling Method: Sampling Method: 47.0ft 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing. , Easting' Project Job Number: Location' Coordinates: Sonic Core Sonic Core & Std. Pen Test (SPT) N-Value A ..-.. ci Q) c en ..... ~ Z a. en 0 --- ~ CD Q) Q) t- .c .c Q) - E ..... Ci Ii en '- a. E E ;: Q) >. Q) .c C/) 0 ctl 11I 0 ..... C/) en CO 0 C-6 PL I ~RQD o Moisture . LL I MATERIAL DESCRIPTION Recovery ~ 50 100 Very dense, gray GRAVEL with Silt and sand' wet, contains cobbles (Older Outwash/Drift). (Continued) Very dense, brown, coarse grained clean SAND. very wet (Older Outwash). 55 Grab Unit 5c. C-6 Increase In fines and gravel (SP-SM/GP-GM), contains cobbles. 60 C-6 1 8-6 50/4 C-7 Grab 65 C-7 Very dense, graYish brown, fine to medium grained SAND with Silt. moist to wet, contains small mica flakes (Older Outwash). Unit 5c. 70 C-7 1 8-7 1 1 24 C-8 SPT sampler driven In drilling slough. Blow counts not ~epresentative -.J --, --J '" 52 !:1 -- 0 Cl 0 w Cl Z <( Q. -, Q. Cl en Cl 0 ...J 0 l'- q w 0:: 0 to LL 0 Cl 0 ...J Dense, Silty fine to medium grained SAND: moist to wet, contains small mica flakes Interlayered 2"-4" thick Silt lenses, PP=4 0 tsf (Older Outwash) C-8 75 Unit 5c Remarks' ST A 15+41, 50' L T SPT sampler driven With a down-hole, 140 lb. safety hammer With auto-trip mechanism, tested to 45% effiCient Boring location estimated from on-site features Surface elevation estimated from sit~ survey map proVided by others Completion Depth. Date Borehole Started. Date Borehole Completed' Logged By: Drilling Company' 815ft 8/15/06 8/15/06 STS PROSONIC, Corp. PanGE&> LOG OF TEST BORING BH-21 a-06 Figure A-25 Sheet 3 of 4 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transItion may be gradual Project. Job Number: Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: , Easting: Surface Elevation Top of Casing Elev . Dnlling Method. Sampling Method 47.0ft ..-.. ci Q) !: l/) - 4:: Z Co l/) 0 --- >- co Q) Q) l- I-- ..c L: Q) -- E ....... a. a. l/) .... a. E ~ Q) >. Q) E L: en 0 co III 0 ....... en l/) ai 0 C-8 80 1 S-8 8 36 SOniC Core SOniC Core & Std. Pen. Test (SPT) N-Value ... . MATERIAL DESCRIPTION PL I ~RQD o Moisture . LL I Dense, Silty fine to medium grained SAND mOist to wet, contains small mica flakes Interlayered 2"-4" thick Silt lenses, PP=4 0 tsf (Older Outwash). (Continued) Recovery ~ 50 100 Bottom of Bonng. 85 ~ 90 95 -, 1 -1 <0 52 S I- 0 CJ 0 UJ CJ z ~ .., 0.. CJ (J) CJ 0 -J e l"- e M e UJ -J 0 J: UJ a: 0 III U. 0 CJ 0 -J 100 815ft 8/15/06 8/15/06 STS PROSONIC, Corp PanGE~ Completion Depth Date Borehole Started: Date Borehole Completed: Logged By. Dnlling Company: Remarks: STA 15+41, 50' LT. SPT sampler driven with a down-hole, 140 lb. safety hammer with auto-tnp mechanism, tested to 45% efficient. Bonng location estimated from on-site features Surface elevation estimated from site survey map prOVided by others LOG OF TEST BORING BH-21 a-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes. The transItion may be gradual Figure A-25 Sheet 4 of 4 r- r - . [ ~ r-- [ Project Job Number' Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing' , Easting' Surface Elevation' Top of Casing Elev Drilling Method: Sampling Method' ci <D .!: (/) ~ +-' Z 0- (/) "0 ......... >. co Q) Q) l- I-- .0 ..c <D -.. E +-' a. c. (/) ~ a. E E 3: Q) :>. Q) ..c (j) 0 ro t1l 0 +-' (j) en CD 0 0 5 5 11 13 MATERIAL DESCRIPTION Very sllff to hard, dark brown to green gray, Silty CLAY to Clayey SILT: mOist, low plastiC to non-plastic, slow to rapid dilatancy, massive to sub-horizontally laminated. (Older Marine Drift) Rusty brown weathering, top of sample, sand seams. Unit 5b. 8-1 10 9 Dry to mOist, small (1/4") bladed organics, randomly Oriented 8-2 17 . 25 Unit 5b 15 16 Grading to fine sand. 8-3 33 30 20 6 17 26 Laminated silty clay and clayey Site, with sand laminae and thin beds, light and dark layering Very dense, green gray SAND and GRAVEL. wet, fine to coarse, rounded, blocky, trace clay and Silt In matrix and coatings, rounded and blocky gravel (Older GlaCial Drift / Outwash). 8-4 co ~ !:1 t- o Cl o UJ Cl ~ 25 24 36 Unit Sa. 60.0ft Mud Rotary / HSA Std. Pen Test (SPT) N-Value A PL I ~RQD o Moisture LL . I Recovery ~ 50 100 .., 0- Cl Ul Cl o ...J o .... q '" S-5 60Aft 7/18/06 7/19/06 SHE Gregory Drilling Remarks' STA 13+98, 12' RT. SPT sampler driven with a 140 Ib safety hammer with auto-trip mechanism. Boring location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map prOVided by others. ~ PanGE~ o Cl o ...J Completion Depth Date Borehole Started. Date Borehole Completed' Logged By. Drilling Company' LOG OF TEST BORING BH-22-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundaries The transition may be gradual Figure A-26 Sheet 1 of 3 ProJect. Job Number: Location: Coordinates. 8th Street Bndges Replacements Project 03-070 Port Angeles, Washington Northing: , Easting: Surface Elevation. Top of Casing Elev: Dnlllng Method: Sampling Method: ......... ci Q) .!: III - ;;:: Z C. III <5 PL - >- (0 Q) Q) l- I- .0 I .s= Q) -- E MATERIAL DESCRIPTION - 0.. a. III '- 0- E E ~ Q) >. Q) .s= C/) ~RQD 0 co 111 .Q - C/) en CD 0 0 Very dense, green gray SAND and GRAVEL wet, fine to coarse, rounded, blocky, trace clay and silt in matrix and coatings, rounded and blocky gravel (Older Glacial Dnft / Outwash). (Contmued) Hard, green gray, Fat CLAY to Clayey SILT: mOist, low to medium plastiC, slightly weathered fine sand seams at top, sub-honzontal laminae (Older Marine Dnft). 30 10 5-6 26 46 Unit 5b. b g 50 ~ S-10 z <( a. .., a. Cl en Cl o -' o ..... <;> '" o w -' o I PanGE~ o Cl o '-' 45 27 50/5 5-9 CD e 8 ~ 26 50/6 Completion Depth' Date Borehole Started. Date Borehole Completed Logged By' Drilling Company' Very dense, brown, Interbedded Clayey GRAVEL and SILT' mOist to wet, gravel rounded and blocky, fine grained, mainly volcaniCS and quartzite With one weathered through granitic, Silt laminated, low plastiC, layers -6 Inches. (Older Glacial Dnft) Unit Sa. 60.0ft Mud Rotary / HSA Std Pen Test (SPT) . N-Value ... Moisture LL . I Recovery ~ 50 100 60.4ft 7/18/06 7/19/06 SHE Gregory Drilling Remarks. STA 13+98,12' RT. SPT sampler dnven With a 140 lb. safety hammer With auto-tnp mechanism. Boring location measured from on-site features With a laser rangefinder. Surface elevation estimated from site survey map provided by others. LOG OF TEST BORING BH-22-06 I N COR P 0 RAT E D Phone: 206.262.0370 The stratification lines represent approximate boundanes The transition may be gradual Figure A-26 Sheet 2 of 3 . ProJect. Job Number. Location: Coordinates: 8th Street Bridges Replacements Project 03-070 Port Angeles, Washington Northing: , Eastlng: Surface Elevation: Top of Casing Elev.: Drilling Method. Sampling Method: - 0 cD .!: C/l ..... ;t::: Z Q. C/l (5 - ~ co Q) Q) I- ..c .r: cD -- E ..... 0.. a. C/l .... a. E E ~ Q) >- Q) .r: U) 0 co l1J ..Q ..... U) C/) CD 0 55 5-11:;:S 50/4 60 5-12 ~ 50/5 "-" 65 70 <0 Q ~ 75 I- o C> o w C> z <( a. .., a. C> (J) C> o ...J e .... e ,.\ Completion Depth: Date Borehole Started. Date Borehole Completed: Logged By: Drilling Company. ~ PanGE@ o C> o ...J I N COR P 0 RAT E D Phone: 206.262.0370 MATERIAL DESCRIPTION ~ ;..''/1 ~ ~ ~ ~ ~ ~ ;.. Very dense, brown, interbedded Clayey GRAVEL and SILT mOist to wet, gravel rounded and blocky, fine grained, mainly volcanics and quartzite with one weathered through granitic, Silt laminated, low plastic, layers -6 Inches (Older GlaCial Drift). (Contmued) ------------------------------ Very dense, light brown SAND with Gravel. moist to wet, sand fine to coarse grained, clast supported with Silt - clay matrix and coatings, moderately weathered (Older Glacial Drift / Outwash) Bottom of BOring 60.0ft Mud Rotary / HSA Std. Pen. Test (SPT) PL I ~RQD o N-Value & Moisture . LL I Recovery ~ 50 100 >> 604ft 7/18/06 7/19/06 SHE Gregory Drilling Remarks. STA 13+98, 12' RT SPT sampler driven With a 140 lb. safety hammer With auto-trip mechanism BOring location measured from on-site features with a laser rangefinder. Surface elevatton estimated from site survey map provided by others. LOG OF TEST BORING BH-22-06 The stratification lines represent approximate boundaries The tranSition may be gradual. Figure A-26 Sheet 3 of 3 . Attachment H. Project Plans . .