Loading...
HomeMy WebLinkAbout4.662 Original Contract0 PROJECT MANUAL DRY CREEK BRIDGE TRAIL PROJECT— PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -31 n For information regarding this project, contact: Michael Szatlocky, PE, City of Port Angeles 360- 417 -4808 PW 0407_01 Part01.doc [Revised April 2010] D O for JULY, 2010 g. 6(0 a KS ANo CITY OF PORT ANGELES WASHINGTON (ft*- e l f <J GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY, DIRECTOR OF ENGINEERING SERVICES C City of Port Angeles P.O. Box 1150 321 E. 5th St Port Angeles, WA 98362 ORIGINAL 1. Prepared by: c Project Engineer Reviewed 1: 4xv Deputy director`) v Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05 -31 PROJECT MANUAL for DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -31 CITY OF PORT ANGELES WASHINGTON JULY, 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES I- 1 R viewed by: da Atto 1 Glenn A Cutler, P.E. Director of Public Works Utilities Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05 -31 ADVERTISEMENT FOR BIDS DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -31 City of Port Angeles Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm, August 9, 2010, and not later, and will then and there be opened and publicly read at that time in the Public Works Conference Room for the construction of the following improvements: The project will install a two span, pre- manufactured trail bridge on Milwaukee Drive at Dry Creek in the City of Port Angeles. The pre- manufactured bridge spans will be provided by the City and are not part of this contract. This work includes construction of two bridge abutments and a center span pier, assembly of two pre- manufactured bridge sections and pipe hangers, placement of the two assembled bridge sections, constructing a reinforced concrete bridge surface, furnishing and hanging four pipe conduits under the bridge, construction of bridge approaches, and extending the conduit to points of connection, excavation, embankment, gravel paving, drainage, erosion control, and other work, all in accordance with the Contract Provisions and Plans. The City Engineer's estimate for this project is between $200,000 and $300,000 Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: /www bxwa.com. Click on: "Posted Projects Public Works "City of Port Angeles Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List Contact the Builders Exchange of Washington (425 -258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 -4700) Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Publish: Peninsula Daily News Wednesday, July 21, 2010; Daily Journal of Commerce Tuesday, July 20, 2010. Posted: North Peninsula Builders Association: noba an olvoen corn, Tuesday, July 20, 2010; Builders Exchange of Washington: bxwa com, Tuesday, July 20, 2010. I- 4 INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. conditional or qualified bid will not be accepted. The Owner reserves the right to accept the bid that is in the best interest of the Owner, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re- advertise for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and shall be completed within the time as stated in the Advertisement for bids. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05 -31 I- 5 BIDDER'S CHECKLIST 1 Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract To be executed by the successful bidder and the City. B. Performance and Payment Bond To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number, and address of surety and power of attorney of signatory. C. Insurance certificate(s). Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05 -31 I 6 1 1 1 1 1 1 1 1 1 1 STATE OF WASHINGTON COUNTY OF lei-er<lrYJ NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Subscribed and sworn to before me this 3r day of ✓l A-44A- 57 MARJORIE ANN MCCONNELL Notary Public State of Washington My Commission Expires April 26, 2011 My Comm. Exp.: 17 1 a r a a 4 11 17) a-L/ Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05-31 I- 7 Signature of-Bidder/Contractor Notary Public in and for the State of Washington. Residing at 'age 8 Non Collusion Affidavit Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale 201 D. 1 Q -n9rut W1 L a-611 1 1 1 1 1 1 1 1 1 1 1 1 Project Name DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non- responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05 -31 Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal I- 9 age 9 Subcontractor List rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale 1 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BID FORM Page 1 of 4 BIDDER: TL MCCONNELL CONSTRUCTION TNc The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual,; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: NAS Surety Grout, Surety 1200 Arlington Hts. Rd.Snite 400 Surety address Itasca, IL 60143 Bonnie Riddle, 360- 892 -5840 Surety Contact and Phone Number Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05 -31 I- 10 Phoenix Surety Insura -gre Agency, Agent 1499 Tech Center Place, Suite 150 Agent Address Vancouver, WA 98683 Bob Lagler 360- 892 -5840 Agent Contact and Phone Number I age 10 Bid Form rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale Item No. Sec No. Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05-31 BID FORM Page 2 of 4 Estimated Unit Price Extended Description of Item Quantity Units (Figures) Amount Schedule A: Non Taxable Road Items 1 1 -07.15 Temporary Water 1 Lump Pollution/Erosion Control Sum 2 1 -09.7 Mobilization 1 Lump Sum 3 2-01.4 Clearing and Grubbing 1 Lump Sum 4 2- 09.3(2)1 Shoring or Extra 1 Lump Excavation, Class A Sum 5 2-09.3(2)1 Structural Excavation Class 86.19 Cubic A Including Haul Yards 6 6-19.4.01 Soil Excavation For Shaft 31.42 Cubic Incl. Haul Yards 7 Concrete Class 4000P for 31.42 Cubic 6- 19.4.01 Shaft Yards 8 6-19.4.01 Steel Reinforcement Bar 11,461 Lb for Shaft 9 6-19.4.01 CSL Access Tube 384 Lineal Feet I 10 I 6- 19.4.01 I CSL Test I 4 I Each 11 Removing Shaft 1 Force 6- 19.5.01 I Obstructions Acct 12 6- 02.3(1) Concrete Class 4000 72.56 Cubic Yard 13 I 6 -02.5 1 Steel Reinforcing Bars 1 14,901 I LB 14 1 To Be 1 Pedestrian Railing 1 60 I Lineal Specified in the I reel Future 1 S 6- 20.4.01 Setting and Erecting Steel 2 Each Truss 16 3- 02.3(13) Expansion Joints 30 Lineal Plan Sheet 10 Feet 17 6-02.3(1) Concrete Class 4000D 40.74 Cubic Yards 18 6-02.3(24)H Epoxy Coated Steel 9,166.67 LB I 19 Reinforcing Bars Contract Delays due to 1 Force 1- 07.16(4) Unanticipated Acct I Archaeological Discovery 20 SCHEDULE A SUBTOTAL age 5 Bid Form rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale Faso. as o.� 7,900,' 7900,' 0, ed 4.00 p_oor 3r7;70 q .y398,'‘) l 16 ou5`1 3.- QS Is /066.— Is g000.' $4,100.00 $4,100.00 9os,- s ?3e1 I /a I I L.391.' I$ 21," 630, 26 358 h� 3,- 27 500.° I $10,000.00 $10,000.00 $21,05,311 s� 4 BID FORM Page 3 of 4 Item Estimated Unit Price Extended No. Sec No. Description of item Quantity Units (Figures) Amount Schedule B: Taxable Non -Road Items 6- 20.4.01 Furnishing Installing 44 Each f B -1 Sheet 10 Hanger Sets (PP 27 �o B -2 6- 20.4.01 14 Inch Diameter, Steel 252 Linear b 151,9)-4:- Sewer Line Carrier Pipe Feet B -3 6- 20.4.01 5 Inch Diameter, SCH 80, 252 Linear PVC Pipe Feet B 4 6- 20.4.01 6 Inch Diameter, SCH 80, 504 Linear y 3 PVC Pipe Feet B -5 E945, Carton Expansion 1 Each l 1 7- Fitting, 5 Inch B -6 E945, Carton Expansion 2 Each Hr9 1T0 Fitting, 6 Inch SCHEDULE B SUBTOTAL I 49 Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05-31 I- 12 Sch. A Bid Subtotal l (D 5 Sch.B Bid Subtotal 'I9 e6 Sch B Sales Tax (8.4%) Total Bid 3M 9 cl 1, age 6 rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale 1, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t o ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s).. a iZE to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. By signing the Bid Form below, the bidder further certifies that he /she is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Bidder's firm name: TL MCCONNELL CONSTRUCTION INC Complete address: 194 Protection Ridge Rd. Port Townsend, WA 98368 (Street address) (State) (Zip) Telephone No.: 360- 344 -4101 Signed by: Printed Name: Tom McConnell Contractor Registration Number: UBI Number: WA State Industrial Insurance Acct. No.: WA State Employment Security Dept. No.: WA State Excise Tax Registration No.: Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Protect 05-31 BID FORM Page 4 of 4 Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. I- 13 TLMCCLM932Q7 602 706 -374 010,141 -01 374063005 602 706 -374 Title: President Date: August 9, 2010 'age 13 rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of which amount is not less than five (5%) percent of the total bid. SIGN HERE KNOW ALL MEN BY THESE PRESENTS: T.L. McConnell Construction, Inc. North American Specialty Insurance Company That we, as Principal and as Surety, are held and firm) bound unt the CITY OF PORT ANGELES as Obligee, in the penal sum of Five percent of the total am bid (5%) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee In accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shalt, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 29 they of T.L. McConnell Construction I ri rican Specialty Insurance rinci rely 960 Broactov AvP S11,jtP 42n Boise, ID 83706 Surety address Terry Dolar 208 433 1800 Surety Contact and Phone Number Dated. Received return of deposit in the sum of S dry Crock Bridgo Trail Project. Phase 2 Bridge ConstrucUon Proiect Prefect 05.31 BID SECURITY TRANSMITTAL FORM BID BOND DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05.01 1 14 July Company phc X Sur@ty Inavrance Agency, Inc. Agent X499 fi Tech CPrlt P1 Vancouver, WA 98683 Agent Address Bonnie Riddle 360 892 5840 Agent Contact and Phone Number Page 7 Bid Bond Provided to Builders Exchange of WA. Inc. For usage Conditions Agreement see www bxwa corn Always Verify Scale .2010. NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY State of Illinois County of Cook NAS SURETY GROUP GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint ROBERT LAGLER and BONNIE RIDDLE JOINTLY OR SEVERALLY Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWENTY -FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authonty of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 of March, 2000 "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached \iIi Y� I nnanaa1111% SEAL By N. 61 S WEAL o Steven P. Anderson, President Chief Executive Officer of Washington International Insurance Company g O S�L e 6 1 S73 rv: n Senior Vice President of North American Specialty Insurance Company s 0: m •?i i6 nmunttu�� az., p4/ David M. L ayman, Senior Vice President of Washington International Insurance Company 44RrrM17. Vice President of North Amencan Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 23rd day of March 20 10 North American Specialty Insurance Company Washington International Insurance Company On this 23 rdday of March 2010 before me, a Notary Public personally appeared Steven P Anderson President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies sEA1;' DONNA D SKI.LVS Notary Public, State of Illinois My Commission Expires 10/06/2011 I, James A. Carnenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 29th day of Donna D Sklens, Notary Public July 20 10 James A Carpenter, Vice President Assistant Secretary of Washington International Insurance Company North Amencan Specialty Insurance Company Add separate sheets if necessary. Date: August 9, 2010 Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05 -31 BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of bidder: Tom L McConnell TL MCCONNELL CONSTRUCTION INC Registration Number: UBI: 602 706 -374 WA License NO: TLMCCLM932Q7 2. Permanent main office address: 194 Protection Ridge Rd. Port Townsend, WA 98368 3. When organized: 1970, INC in 2008 4. Where incorporated: WA 5. How many years have you been engaged in the contracting business under your present firm name? 40 years as McConnell Const, 2 years as TL McConnell Const. Inc 6. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. _E-',e4 r riiii72.447 /��y_�f,W1-32o.r..> 7. General character of work performed by your company: Public Works Construction SEE ATTACHED 8. Have you ever failed to complete any work awarded to you? NO If so, where and why? 9. Have you ever defaulted on a contract? NO 10. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. SEE ATTACHED 11. List your major equipment available for this contract: John Deere 200LC Excavator, Case 590SM Backhoe, Peterbilt 10 Wheel DumD Truck 12. Experience of bidder in construction similar to this project in work and importance: 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Bidder's Signature: Print Name: Title: President I- 8 Tom McConnell I age 4 Bidder's Construction Experience rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn Always Verify Scale MASTER LICENSESERVICt Pu Eicb(9034 ■plytnpia, Wk 985_07-9034 (360) r 64-14,00 R EGISTRATIONS p RT T'OWNSEND WA 98368 Renet4ect, Secretary of State e REGISTERED TRADE CONSTRUtTIONINC 5' 7 -5;5 t N11.4° 7 7 .7' i n I,? 7 1, .s. 0.+, P '4 '1% 0 ',Fr. 9 r r v v v The licensee named above has been issued the business registrations Or licenses listed. By accepting this docum,ent the licensee certiges ihe information okoVided en theapplication forttlese liceneet was complete true,' and accurate to the best of his or het knowledge-, and that business Will be conducted iti compliance with all applicable Washington state, county, and pitytegulationS., Director, Department of LiCensIng' I TL MCCONNELL CONSTRUCTION INC Building and Engineering Contractors TL MCCONNELL CONSTRUCTION INC, PRESIDENT: TOM MCCONNELL HAS BEEN A LICENSED BUILDING AND ENGINEERING CONTRACTOR SINCE 1970. TL MCCONNELL CONSTRUCTION INC 194 PROTECTION RIDGE RD. PORT TOWNSEND, WA 98368 PHONE: 360/344 -4101, FAX: 360/344 -4102 EMAIL: mcc aolvoen.com WA LICENSE NO. TLMCCLM932Q7 UBI NO. 602 706 -374 DUNN BRADSTREET NO. 062942669 LIABILITY COMMERCIAL INSURANCE: PROPEL INSURANCE AGENT: BRENT HEILESEN PO BOX 2940 1201 PACIFIC AVENUE TACOMA, WA 98401 -2940 253/310 -4048 BONDING COMPANY: PHOENIX SURETY ACENCY INC AGENT: BOB LAGLER 1499 SE TECH CENTER PLACE, SUITE 150 VANCOUVER, WA 98683 -4301 360/892 -5840 BANK: WELLS FARGO BANK CONTACT: BONNIE WOOD 2101 WASHINGTON ST. PORT TOWNSEND, WA 98368 360/385 -4444, FAX: 360/379 -9422 TL MCCONNELL CONSTRUCTION INC IS PRIMARILY ENGAGED IN PUBLIC WORKS CONSTRUCTION INCLUDING BRIDGES, ROADWORK, TREATMENT PLANT WORK, FISH HATCHERY WORK, GRADING, UTILITIES, SCHOOL SITE WORK. 194 Protection Ridge Rd. Port Townsend, WA 98368 Phone: 36o 344 Fax: 360 E -mail: mcc @olypen.com WA Cont. Lic. #TLMCCLM932Q7 TL MCCONNELL CONSTRUCTION INC Building and Engineering Contractors OUALIFICATION STATEMENT FOR: TL MCCONNELL CONSTRUCTION INC TOM MCCONNELL, PRESIDENT 194 PROTECTION RIDGE RD. PORT TOWNSEND, WA 98368 360/344 -4101, FAX: 360/344 -4102 EMAIL: mcc(li olvoen.com COMPLETED PROJECTS: PROJECT: SCHMID ROAD DRAINAGE REPLACEMENT PROJECT CONTRACT NO: TA -2825 CONTRACT AMT: 247,758.95 TYPE: BRIDGE REPLACEMENT START: 1 -2010, COMPLETE: 4 -2010 OWNER: GRAYS HARBOR COUNTY DEPT. PUBLIC SERVICES 100 W BROADWAY, SUITE 31, MONTESANO, WA 98563 CONTACT: ROGER STEIN, P.E., 360- 249 -4222 PROJECT: PORT WILLIAMS WELL EQUIPPING WELL #3 CONTRACT NO: G &O -07453 CONTRACT AMT: 417,260.60 TYPE: WELL IMPROVEMENTS START: 11 -2008, COMPLETE: 4 -2009 OWNER: CITY OF SEQUIM 152 W CEDAR ST., SEQUIM, WA 98382 ENGINEER: NANCY LOCKETT, GRAY OSBORNE, INC 206/284 -0860, EMAIL: nlockettna e -o.com PROJECT: LEWIS COUNTY TRACK UPGRADES CONTRACT NO: PO #2839 -03 CONTRACT AMOUNT: 110,308.84 TYPE: RAILROAD BRIDGE RETROFIT START: 9 -2008, COMPLETE: 12 -2008 OWNER: CITY OF TACOMA CONTRACTOR: COAST RAIL PO BOX 308, LAKEBAY, WA 98349 -0308 CONTACT: BOB HARBISON, 253/573 -1028, EMAIL; coastrail cni gmail.com PROJECT: LARRY SCOTT TRAIL CONTRACT No: 1069 CONTRACT AMOUNT: 168,144.06 TYPE: TRAIL EXTENSION START: 8 -2008, COMPLETE: 11 -2008 OWNER: JEFFERSON COUNTY DEPT. OF PUBLIC WORKS PO BOX 2070, PORT TOWNSEND, WA 98368 CONTACT: VALERIE GREENE, 360/385 -9160, EMAIL: vareenel@co.refferson.wa.iis 194 Protection Ridge Rd. Port Townsend, WA 98368 v Phone: 3 4101 Fax. 360 344 E -mail. mcc @olypen.com WA Cont. Lic. #TLMCCLM932Q7 COMPLETED PROTECTS. PAGE 2 PROJECT: FRIDAY HARBOR WWTP RECLAIMED WATER SYSTEM IMPROVEMENTS CONTRACT NO: NA CONTRACT AMOUNT: 791,424.24 TYPE: WWTP IMPROVEMENTS START: 12 -2008, COMPLETE: 6 -2008 OWNER: TOWN OF FRIDAY HARBOR 60 SECOND ST., FRIDAY HARBOR, WA 98250 CONTACT: KING FITCH, 360/378 -2810, email: ckf fridavharbor.org PROJECT: MASON COUNTY INTERTIE CONTRACT NO: NA CONTRACT AMOUNT: 91,979.40 TYPE: WATER MAINS START: 10/2007, COMPLETE: 12/2007 OWNER: MASON COUNTY PUD #1 N 21971 HWY 101, SHELTON, WA 98584 CONTACT: STEVE WILLIE /JWM&A, 360 -352 -9456, EMAIL: steve(iwmaena.com PROJECT: CANAL BEACH 2007 WELL RESERVOIR IMPROVEMENTS CONTRACT NO: 06689 CONTRACT AMT: 207,059.13 TYPE: WELL RESERVOIR IMPROVEMENTS START: 6 -2007, COMPLETE: 9 -2007 OWNER: MASON COUNTY PUD #1 N 21971 HWY 101, SHELTON, WA 98584 CONTACT: STEVE WILLIE /JWM A, 360/352 -9456, EMAIL: steve(iwmaene.com PROJECT: KIANA MBR CONTRACT NO: NA CONTRACT AMOUNT: 349,829.43 TYPE: MEMBRANE BIOREACTOR TREATMENT FACILITY CONSTRUCTION START: 12 -2006, COMPLETE: 4 -2007 OWNER: PORT MADISON ENTERPRISES, SUQUAMISH TRIBE PO BOX 498, SUQUAMISH, WA 98392 CONTACT: BOB GATZ, P.E., 360/394 -8422, EMAIL: bgatz( suauamish.nsn.us PROJECT: BAYVIEW BEACH 2007 IRON MANGANESE TREATMENT FACILITY CONTRACT NO: NA CONTRACT AMT: 83,974.81 TYPE: IRON MANGANESE TREATMENT FACILITY START: 5 -2007, COMPLETE: 6 -2007 OWNER: BAYVIEW WATER DISTRICT PO BOX 222, FREELAND, WA 98249 CONTACT: QUIN CLEMENTS, DAVIDO CONSULTING GROUP INC 360/331 -4131 COMPLETED PROTECTS. PAGE 3 PROJECT: CEDAR STREET RETAINING WALL REPAIR CONTRACT NO: 05 -22 CONTRACT AMT: 217,385.00 TYPE: REPAIR RETAINING WALL START: 7 -2006, COMPLETE: 9 -2006 OWNER: CITY OF PORT ANGELES, PUBLIC WORKS UTILITIES PO BOX 1150, PORT ANGELES, WA 98362 CONTACT: ERIC WALRATH, 360/417 -4806, EMAIL: ewalrath(citvofna.us PROJECT: GIG HARBOR WWTP 2006 UPGRADE CONTRACT NO: CSSP -0601 CONTRACT AMT: $246,870.14 TYPE: WWTP IMPROVEMENTS START: 6 -2006, COMPLETE: 11 -2006 OWNER: CITY OF GIG HARBOR, ENGINEERING DEPT. 3510 GRANDVIEW ST., GIG HARBOR, WA 98335 CONTACT: DARRELL WINANS, 253/851 -8999, EMAIL: winansdCZi citvofgigharbor.net PROJECT: SUNLAND WWTP CONTRACT NO: NONE CONTRACT AMT: 388,770.48 TYPE: UPGRADE WWTP, 8'x18' DEEP WT WELL, 12" SITE PIPING START: 9 -2005, COMPLETE: 5 -2006 OWNER: SUNLAND WATER DISTRICT 135 FAIRWAY DR, SEQUIM, WA 98382 CONTACT: WILLIE BURBANK, 360/683 -3905 PROJECT: OLD TARBOO ROAD BRIDGE CONTRACT NO: NWI 2005 -1 CONTRACT AMT: 122,220.00 TYPE: SITEWORK BRIDGE INSTALLATION START: 7 -2005, COMPLETE: 5 -2006 OWNER: NW WATERSHED INSTITUTE 3407 EDDY ST., PORT TOWNSEND, WA 98368 CONTACT: PETER BAHLS, 360/385 -6786 PROJECT: FT FLAGLER WATER RESERVOIR IMPROVEMENT CONTRACT NO: NW- C3203C CONTRACT AMT: 248,721.82 TYPE: 312,000 GAL. WATER RESERVOIR SITE WORK START: 5 -2005, COMPLETE: 6 -2005 OWENR: WA STATE PARKS RECREATION 220 N WALNUT ST., BURLINGTON, WA 98233 CONTACT: PETER KRAMER, 360/755 -5262, EXT227 COMPLETED PROTECTS. PAGE 4 PROJECT: LAKE LIMERICK WELL #6 CONTRACT NO: NONE CONTRACT AMT: $464,782.96 TYPE: WATER RESERVOIR, PIPING, BOOSTER STATION, MECHANICAL, ELECTRICAL, INSTRUMENTATION START: 8 -2004, COMPLETED: 2 -2005 OWNER: LAKE LIMERICK COUNTRY CLUB INC. CONTRACT OFFICER: KIRK OSBORNE, 360/426 -3581 ARCHITECT: SEMCOM, INC, CONTRACT OFFICER: KIRK OSBORNE, 360/426 -3581 CITY OF PORT ANGELES DRY CREEK BRIDGE TRAIL PHASE 2 BRIDGE CONSTRUCTION PROJECT TO THE PROJECT MANUAL FOR DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05-31 A. PART I. BIDDING REQUIREMENTS ADDENDUM NO. 1 NOTICE TO PROSPECTIVE BIDDERS (JULY 20, 2010) 1. Time for Performance and Liquidated Damages, page 11 -2, Replace Paragraph A with the following: Addendum No. 1 Page 1 of 3 PROJECT 05 -31 The following changes, additions, and /or deletions are hereby made a part of the Project Manual for the construction of Dry Creek Bridge Trail Project Phase 2, Bridge Construction Project dated July 2010 as fully and completely as if the same were fully set forth therein: 1. Advertisement for Bids; page 1 -4, Replace Paragraph 1 with the following: Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm, August 9, 2010, and not later, and will then and there be opened and publicly read at that time in the Public Works Conference Room for the construction of the following improvements: 2. Insert Page 1 -8, BIDDER'S CONSTRUCTION EXPERIENCE 3. Bid Form (Page 2 of 4), page 11, Delete Bid Item 12, Pedestrian Railing. 4. Insert Pagel-14, BID SECURITY TRANSMITTAL FORM B. PART II, CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be Substantially Completed by December 1, 2010, and Physically Completed by December 31, 2010, unless a different time frame is expressly provided in writing by the City. CITY OF PORT ANGELES DRY CREEK BRIDGE TRAIL PHASE 2 BRIDGE CONSTRUCTION PROJECT C. PART III, SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS, SPECIAL PROVISIONS PROJECT 05 31 1. Section 1 -04.4, Conformity With and Deviation From Plans and Stakes. Replace Paragraph 1 with the following: Engineer will lay out and set the original set of construction stakes and marks needed to establish the lines, grades, and slopes required for the bridge and utility construction. These stakes and marks will govern the Contractor's Work. The Contractor shall take full responsibility for detailed dimensions, elevations, and slopes measured from them. The Contractor shall be contractually responsible for maintaining the original set of construction stakes. Any resurvey required to reset original construction stakes or any additional part of the project surveying shall be the responsibility of the Contractor. 2. Section 6- 02.3(14)C, Pigmented Sealer for Concrete Surfaces. Add new Paragraph 6: Contractor is responsible to schedule the completion of the bridge pigmented sealer during favorable weather conditions beginning not earlier than May 1, 2011. Prior to resuming work on the bridge pigmented sealer the Contractor shall provide 5 working day notice to the Contracting Agency. All remaining work, applying pigmented sealer and site restoration shall be completed before August 31, 2011. D. PART IV, SECTION G, PROJECT PLANS 1. Construction Plans, Replace sheets 4 of 11, 5 of 11, 6 of 11, 8 of 11, 9 of 11, 10 of 11 and 11 of 11 with the following attached sheets. 2. Add Big R Bridge plan sheet E4 of E7, (2) 110' -0" x 10' -0" Bridges. E. PART IV, NEW SECTION J, BIG R BRIDGE CONSTRUCTION PLANS 1. Insert pages 1 of 7 through 7 of 7, (2) 110' -0" x 10' -0" Bridges, Dry Creek Pedestrian Bridges, Big R Bridge. Addendum No. 1 Page 2 of 3 CITY OF PORT ANGELES DRY CREEK BRIDGE TRAIL PHASE 2 BRIDGE CONSTRUCTION PROJECT GL 'I A. CUTLER, P.E" Director of Public Works Utilities END OF ADDENDUM Addendum No. 1 Page 3 of 3 PROJECT 05 -31 This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non responsive. 1. Name of bidder: Registration Number: 2. Permanent main office address: 3. When organized: 4. Where incorporated: 5. How many years have you been engaged in the contracting business under your present firm name? 6. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. 7. General character of work performed by your company: 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? 10. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. 11. List your major equipment available for this contract: 12. Experience of bidder in construction similar to this project in work and importance: 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? *Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date: Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05-31 BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. Bidder's Signature: Print Name: Title: I- 8 Item No. 1 2 3 4 5 6 7 8 9 10 I 11 12 Sec No. 1 -07.15 1 -09.7 2 -01.4 2-09,3(2)1 2- 09.3(2)1 6- 19.4.01 6- 19.4.01 6- 19.4.01 6- 19.4.01 6- 19.4.01 6- 19.5.01 6- 20.4.01 16 3- 023(13) Plan Sheet 10 6- 02.3(1) 6- 02.3(24)H Temporary Water Pollution/Erosion Control BID FORM Page 2 of 4 Estimated Description of Item Quantity Units Schedule A: Non Taxable Road Items Mobilization Clearing and Grubbing Shoring or Extra Excavation, Class A Structural Excavation Class A Including Haul Soil Excavation For Shaft Incl. Haul Concrete Class 4000P for Shaft Steel Reinforcement Bar for Shaft CSL Access Tube CSL Test Removing Shaft Obstructions Concrete Class 4000 6 -02.3(1) 13 I 6 -02.5 I Steel Reinforcing Bars 14 To Be Pedestrian Railing Specified in the Future 15 Settmg and Erecting Steel Truss Expansion Joints 17 Concrete Class 4000D 18 Epoxy Coated Steel Reinforcing Bars 19 Contract Delays due to 1- 07.16(4) Unanticipated Archaeological Discovery 20 SCHEDULE A SUBTOTAL Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05-31 1 Lump Sum 1 Lump Sum 1 Lump Sum 1 Lump Sum 86.19 Cubic Yards 31.42 Cubic Yards 31.42 Cubic Yards 11,461 Lb Unit Price Extended I (Figures) Amount 384 Lineal Feet 4 I Each I I 1 Force $4,100.00 $4,100.00 Acct 72.56 Cubic Yard 14,901 I LB I I 60 Lineal Feet 2 Each 30 Lineal Feet 40.74 Cubic Yards 9,166.67 LB 1 Force $10,000.00 $10,000.00 Acct BID FORM Page 3 of 4 1 Item Estimated Unit Price Extended No. Sec No. Description of Item Quantity Units (Figures) Amount Schedule B: Taxable Non -Road Items 6- 20.4.01 Furnishing Installing 44 Each B -1 Sheet 10 Hanger Sets B -2 6- 20.4.01 14 Inch Diameter, Steel 252 Linear I Sewer Line Carrier Pipe Feet B -3 6- 20.4.01 5 Inch Diameter, SCH 80, 252 Linear PVC Pipe Feet B-4 6- 20.4.01 6 Inch Diameter, SCH 80, 504 Linear PVC Pipe Feet B -5 E945, Carlon Expansion 1 Each Fitting, 5 Inch B -6 E945, Carlon Expansion 2 Each Fitting, 6 Inch I SCHEDULE B SUBTOTAL Dry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05-31 I 12 Sch. A Bid Subtotal Sch.B Bid Subtotal Sch B Sales Tax (8.4 Total Bid Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of which amount is not less than five (5 percent of the total bid. KNOW ALL MEN BY THESE PRESENTS: Principal Dated: Received return of deposit in the sum of Pry Creek Bridge Trail Project, Phase 2 Bridge Construction Project Project 05-31 BID SECURITY TRANSMITTAL FORM I- 14 SIGN HERE BID BOND That we, as Principal and as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -01 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS day of 20 Surety Agent Surety address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number 101111111111111111111111111111111111111•11•111111111111111111111111111111111111111111•1111111111111011 MO. IJME loft 32 z DATUM NAV° 1905 I 9 15 IOInOOLO InleArlo SenLEIr To lEArOoEv AbtrAcES GATE I 2 I vot 4 k. REVISION _VIS" LINE 26E fi 0 hi s I Imi• 111111 loom m \V Mgig1ffl101111411111111 WAIF— 1111111111111IMIEU T3 103 0 0 N 0 5 END GE 6 (IA i s 42 EXISTING GROUND LINE AT TV LINE ELEV 22500 1 1 1 ELEV 19300— CON DESISSEO, CEN OEM 06/10_ DEISM SIP DATE, 08/10 I I MUM JO A ILLS 090. 06140 I I I L SLALE, V SCALE, I I ME, V103 MALE; I ALL 51655815 S O IN E FEET I NT ive,A0 I UM ESS 01/0111SE AO!. /1/ 2g8 iI -gblIalla111101.111111011itierdlINIMIIP:11■174MIPMV Ii111■011-17111■1101.10,16,1MIUMMILMOrdillrAteril,P REFERENCE LINE ELEV 176 00 S‘ PLAN SEARING I5 NORMAL TO WTI LINE FOR ALL PIERS TOP OF CONCRETE DECK Er:2.4 0011014 OF TRUSS FrO_F ELEV 22060 I 100 YR MO 195 06360 CPS ITly 15550 W.S. EV I:1 1J exeltech L... Stl" Li Ma ago. a.■ A■ ELEVATION GRADE ELEVATIONS SHOWN ARE TOP OF DECK tales, 099655 t arft i '_/6vA. .f..T21. Tc- -do. A S. --7:-.,,,, 1 A P 4.0 0,0& PIM IC WOWS OrPARTIO CITY Of PORT ANGELES MI EAST 5TH STREET Pa BOX 1150 POW ANCZI ES. *A 90362 mon, MON 157-0411 002 s `Q. SARDWIRE FENCE ELEV 196.0 ELEV 226 00 PI AN AND ELEVATION IS -Ter 10 LONG SAFETY HANDRAIL MT 4 PLACES) SEE SPECIAL PROVISIONS PREFABRICATED STEEL TRUSS PROPRIATARY SUPERSTRUCTURE SIMPLE SPANS CONCRETE DECK LOADING: AASHTO LRED PEDESTRIAN LOAD NOTE ALL EXPOSED CONCRETE SURFACES SHALL RECEIVE A CLASS 2 FINISH WITH PIGMENTED SEALER (SEE SPECIAL PROVISIONS) DRY CREEK PEDESTRIAN BRIDGE 2 RE 11 1n +oA0E I RCv0■DR ��I iFTB 1 S•0" DM DRILLED SHAFT "PEP STA 12.1267 `A" STA 102.1164 3493' RI PM 970 13°2187 12 13 14 TB` LINE 3' -0' DIA DRILLER SHAFT 3'4 DIA DRILLED SHAFT DIA DRILLER SHAFT IR 111101 AEVFS AMCJnt EAT NATXOAL SPECIPKAR1Oa OP I LEN BESRMW CON DAM 06/10 I 1 054002 DIP 001E 06 /10 I I ce£C0001 JC A 01.9 0000) 06/10 I I I I I I I x SCALFA V SCALE, 1 1 RILE, PROA NNL, N L OOEHSORS OUR Ix REST PRESS OTREAInsE x0 FOUNDATION LAYOUT I CONSTRUCT DRILLED SHAFTS 2 CONSTRUCT AlL SUBSTRUCTURE CONCRETE El FMENTS 3 ATTACH ALL UTILITY HANGERS, CARRIER PIPE AND CONDUITS TO STEEL TRUSSES BEFORE PLACING TRUSSES ON OURRTRUCTURE. 4 PLACE SUPERSTRUCTURE STEEL TRU55C5 ON SUBSTRUCTURE 5 CONSTRUCT CONCRETE DECK CONSTRUCTION SEQUENCE �t exeltech lnnn run rat 00x0. 1Nr "PS" STA 14050.97 x "A' STA 104029 42 27 97' RI EP�a .0ENERAL NOTES ALL MATERIAL AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION DATED 2010 AND AMENDMENTS Martglat CONCRETE DECO SLAG CLASS 4000 F'C 4 00 K51 PIERS CLASS 4000 PC 4 00 KSI DRILLER SHAFTS CLASS 4000 P FT 4 00 K51 METAL REINFORCEMENT AASHTO 1431, GRADE 60 FY 60 DO KRI ANCHOR BOLTS 11354, GRADE 05 GALVANIZED FY 9500 K5I AF TER ,F�AB, IC r10 PE 1 AASHTO M232 ALL DIMENSIONS TO REINFORCING STEEL ARE TO CENTERLINE OF BAR UNLESS NOTED OTHERWISE CONCRETE COVER MEASURED FROM THE FACE OF THE CONCRETE TO THE FACE OF ANY REINFORCING OAR SHALL BE I -I /7 UNLESS SHOWN OTHERWISE ON THE DRAWINGS 012NSTKUCTIOH CONSTRUCTION JOINTS WILL 9E PERMITTED ONLY AT THE LOCATIONS SHOWN ON THE PLANS OR AS APPROVED EY THE ENGINEER A YOM RI 0 PI1/499 DESIGN PROCEDURE METHOD A GRAPH 4 DUROMETER POLYI50PRENE DESIGN LOADS (SERVICE I) 100 KIPS ALL BEARINGS DES /N NOTES DESIGN SPFIIFICATIO1OS IN ACCORDANCE WITH "AASHTO LRFD GUIDE SPECIFICATIONS FOR DESIGN OF PEDESTRIAN BRIDGES' 2009 "AASHTO ERFD MIDGE DESIGN SPECIFICATIONS" 4th EDITION 2007 pE516N LOADS PERMANENT LOADS PC UNIT WEIGHT OF REINFORCED CONCRETE 0160 KCF UTILITIES 0120 KLF EV UNIT WEIGHT Or SOIL 0125 KCF TRANSIENT LOADS LI 90 1.9 /SF PEDESTRIAN LOAD TU UNIFORM TEMPERATURE RANGE BASE SETTING TEMPERATURE EXTREME EVENT LOADS EQ ACCELERATION COEFFICIENT D 56 5011 PROFILE TYPE I SEISMIC PERFORMANCE ZONE D SOOT /No erNAIN /LAOS STRENGTH LIMIT STATE SERVICE LIMIT STATE RESISTANCE PACTOR RESISTANCE FACTOR PUNK g1KS OEPA0FREOT CITY OF PORT ANGELES 321 EAST 5TH STREET Pa ISO IPSO PBPI AASELLS RA ➢Rita woo /MW 45R -OVH L REARING v 045 RR 7.00 KIPS /SET 1 P 4 KIPS /SET A SLIDING O4 Q 94 1115 yV c 9.5 KIPS 0° F ro 120• P 64° F BASED ON SETTLEMENT OF 050 IN RESISTANCE 29 KIPS/SET y P 297 KIPS /SFT DRY CREEK PEDESTRIAN OR /DOE FOUNDATION L AYIX/r CONSTRUCTION SEC//ENCE, GENERAL NOTES AND DES /6N NOTES 4 i r i i toPU S- OF 2 1 iA SHAFT 6 AOUr N. I�2 I t W B'-O' SHAFT 3' SLR, ECTION DRILLED SHAFT RMSEo PEASTAL xEON? AND ADDED 011001 0011 WAN.. REVISION SEE TERMINUS DETAIL j CgeM i D A3tTY. I nal? 2a6O mai. a i rB•0 D1A SHAFT 9EE TERMINUS DETAIL i l I 1 _L___ ¢C)TTOM OF SHAFT FLEE 103.5 AMY'. ELEF 1060 ABUT 3 SEE TERMINUS DETAIL ELEVATION 0 �1 O -EO® re E 'PS' LINE IS SPIRAL 3 ACCESS TUBES FOR C5L TESTING OP CE x I OE51ENE0, CEN GAIL 06/10 I 1 MAIM BIP OATS 03/10 I IOIEENES JC d, NEW OATS, 06010 It SCALE. V SCALE, Ft C, PROD M E M e 1 AiSTI ALI MENTIONS ARE N EFEE MESS OTREMIKE NOTED SPIRAL 9AR E i 5. INDMIENNENNENNN SHOP WELD /FIELD WELD OR 3/B" (3/16) 3 3 OR 3 /B" (3/16) 6 \SHOP WELD WELDED SPLICE DETAIL WELDING SHALL MEET THE REQUIRMENTS OF STD. SPEC. 5- 02.3(24)E MAY SE FIELD BENT (TEE) LAP SPLICE DETAIL POE PEFOKMED OARS ONLY USE WELDED LAP SPLICE DETAIL FOR SMOOTH WIRE SPIRAL SPIRAL 3 WRAPS OF SPIRAL' WELDED SPLICE AT ENO OF SPIRAL TERMINUS DETAIL E U2' .12:1 1/ 0' I 1 2' IA10ep1��i4 f MI to E F 9 SPA P 12" a 8'-0" r �yya f SHAFT NF� 1 N 211 F.-Tr" I L 1 M t,A I 1 A SiZ pi i i.m A A fig5 rt I- I- YP. I 5i l -_f ��AI -4 f y 1 C 4 r ya 1 I I 1 f' 1 n 5, 1 ..I I .B 1/4' L 6'.O I /4" P .6 514' 1 JYPJ I EsNA CAM10 LAC e x e l t e c h LAO A, DOE MMN.M 1.4M r# A29 E i4 AS SHOWN (TYP) 4A20 1 IN CURTAIN WALL 1 0. Q. 0 11�t� r 1 (FYPN JA LACE AS �f X71 SHOWN I I lN4 E.F. (TI'?,) r d' (TYP) I tS STIRRUP SET r 1 r V.A. O re 5 e -0' PUBLIC SORRY DEPARTMENT C /TY OF PORT ANGEL ES 72I EAST 5TH STREET P.O. BOY 1150 MHT ANGELES. WA. 921E2 PM. 12061 431 0111 4 ABUTMENT PLAN PIER I SHOWN PIER 3 SIMILAR FOE EADDITIONAL ANCHOR O(7LT LOCATION DETAILS 4 TOTAL ANCHOR BOLTS AT EACH ABUTMENT I 'Pb" LINE 19 LL___ I I I I 1-a jx ii_ 1,LS�� 1 I �a_1_ -r --1 —I- L J l�_l -a- I I J �I 1 I_ 1 i 1.4 L I I —1 1-4-4-4- 0 J IEF IiB 4'•9' ABUTMENT ELEVATION PIER I SHOWN PIER 3 SIMILAR SHOWN LOOKING BACK ON STATION FOR UTILITY LOCATIONS SEE SHEET 10 NOTE CAP REINF ANS PEDESTAL REINF NOT SHOWN ANCHOR BOLTS DETAILS NOT SHOWN SEE SI/ECT 6 FOR ADDITIONAL DETAll 5 REGARDING ANCHOR BOLTS 6 23 i4 EF. r PLACE AS Oa SHOWN E.F. F. Ow #4 E.F. DRY CREEK PEDESTRIAN BR /D6E NOTE PEDESTAL REINF NOT SHOWN JB ANCHOR BOLT LOCATIONS AND DETAILS NOT SHOWN SEE SHEET 6 FOR ADDITIONAL DETAILS REGARDING ANCHOR DOLTS ABUTA /ENT l AND 3 SHAFT DETAILS SHAFT CAP PL AN AND EL EVA TTON 2'-6" e" 5 OF I, I s I OM i r r� /�`•-d 4 AEU {MENT f.Vi 19RG TOP OF ADITTMENT r l.� F WALL WA N0. DATE 2 4101 SACRWAIL AND CURTAIN WALL REINF NOT SHOWN �,i-- A I/P" ANdHOR B #LT (TYP)SEE VIEIY pyl FOE AOp4110NAt/fiA14>'• P iil I 141 trllePn I[1IRrAL NN6Nr AID A00. .won ear aocAm —4-1 -1-- r i 05 STIRRUP SET (TYP) NLAW N I I T °I IA I T TD CEN I I .SIN SIP ICN CHA.JC A RU$ Fr Alru IT." �5 —MD P4 SPACE EQUALLY B so DATE, O5/IO DATE Dry /TD OTTO 00/10 V SEALER PROD FAME, ALL DIVERSIONS ARE N FEET UNLESS ONEARISE NOTED N I' 4T THE 0' DIMENSION AND THE 5/4' DIMENSION MAY SE ADJUSTED IP NECESSARY. ALL OTHER DIMENSIONS ARE CRITICAL TO FACILITATE PROPER PITTING OF THE TR1)55 TO THE SUBSTRUCTURE UNITS 0 X 8 l t e C h le, 01 WY MMN ■.eN w pl'A. S/R v t•o i� 1 /Y S' 1 1 1 H I I 7110" ANCHO ter- DOLT �YXP) a_7 1/2 ANCNOR BOLTS- I BOTTOM NUT FINGER I I TIGHT P NUT T SRO PLATE TOP NUT TIGHT AGAINST DOTTOM NUT 1 —4 PEDESTAL PARTIAL ABUTMENT PLAN N 105' O' P'$' ICY D 105'-7 TYP 130T.41 DIRECTI �S_N_CZOR BOLT PLAN LAYOU TA/N S '.IOC. 1Ac O' 1 1 I B (TYP) 50TH DIRECTIONS RAM MOMS OEPARTIEI/ CITY OF PORT ANGELES UT EAST STN STREET P.O 005 1150 ruff AAEELE5. WA. SAM AXONE, MOW 457 -0411 I I I Il 0 I I -I-- I 7['l I IG NOTE OACKWALL AND CURTAIN WALL REINF. NOT SHOWN DRY CREEK PEDESTRIAN BRIDSF ABUTMENT AND 3 SHAFT CAP SECT /ON AND PEDESTAL EM1 9 ACE E 6 /1 1 MI I I MI 1 a M r,l f °FN' LINE r 1 j 1 I 1 I 1 1 1 j r L J +I +-f --r- 1 r I I H 1 I I i I I i I ELLS 19300 I I I I r �'�"a I t I 1 i I 4 L— 1'1-' I 'F 1 1 .J L 1 I LNEY25AYN r PIER 2 1 I I 1 J EL& 22300 l 1 J i I I ti^ 3 e C23 O fe (IMeMN /PINES,M 22162, I N• I DESIQEDI CEN WEI Oh /10 I MOM 01P DATG 06/10 I i I IOIECIEN 9 RLS °AIL, O6/IO I 1 I 2 Stub v. SCALE, I I f0.E■ PEGS Hill h1 APM I ut NA2MSIDNS ALE N ,ELT UNLESS OTIERTSE !IVIED ®IA TIE 5E1 610. 3'IP PIER 2 PIER WALL VIEW (T■ 1 m ENMN C0e70E1.9. Inc e X e t e c h MI USA Apia Psw6 PUR/C WORTS REPAIRMEN, CITY OF PORT ANGELES 121 EASY Sr., STREET PP. MY 1150 PORT ANGELES, St RAW PROW 0061 157 -0111 8'•U" 3' O' E °P0' LINE 3' 7 le TYP. SPACE EQUALLY j es MIN PENIN6 rTY-P.J 6ECTION /C1 L 1l9 STIRRUP 5Ei I 'N I J I I I I I I I I 2 (717) I 2,0 E`-e' LP 0' 5ECT`I re rm DRY CREEK PEDESTRIAN BRIDGE PIER 2 PIER WALL DETAILS 8 or 11 I' s MN M 4 p t R I 7� /O I 0 1 f i F f._ a ANCHORlootr t iro I 6' 44• ow) TS LINE PLAN PIER 2 PIER CAP SEE ANCHOR DOLT PLAN LAYOUT ON SHEET 6 FOR ADDITIONAL ANCHOR HOLT LOCAL ION DETAILS D TOTAL ANCHOR DOLTS AT PIER 2 L J I STIRRUP SET 6' 0 PIER Y ELEVATION PIER 2 PIER CAP I �719I11 wnu fi r, APPEP ANGIpY R cEM OESIWES CEN 0 0 111 0 6/10 IDOL/ 100ATNRB .WD CNAM6FPIP50PAY 5RT OH186 DIP Oa Tt? 08/10 I EIRCNN iC 4 119 oe>EI Oatto I I N SCALE 0 SCALE, I I ITECI PAN MAC I ALL 110LX56k6 um KU N0.1 OA10 I RLYISXW N ARV 1811.155 OTIEPRISE 110151 7ffea /4 (121 FOE CURTAIN WALL REINFORCING SEE CURTAIN WALL ELEVATION AND SECTIONO hrt i (TYP) /7 Ti' 7 MI6 1}) 04 (TYP 1 CI IA L+vaq. Mc e x e I t e c h 1.,50 90>w IH Meow FOOL. .sa I WT ANCHOR VOLT (TYP) SEE 6ECTION FOR 40OIVIONAL PE Y'•B I E' O' D0' IPDDI S4 619PA O S' 4' -R 2 I- -"al" E: I Ji 1 --n A 1 1 PIER 7 CURTAIN WALL ELEVATION I PI ER 2 r7i h v T"I .-ONES STIRRUP SET n I i /-023/7 (TEE) SECTI &N6 /6 Makk HUMS EYPARTOERT CITY OF PORT ANGELES 32I LAST 51M STREET PO BOY 1150 PORT ANGELES WA 98352 Ma:. 12061 451 -0,11 /-0:6114 (TYP) SECTION( DRY CREEK PEDESTRIAN BR /GGE PIER 2 PIER CAP DETAILS AND CORTA /N WALLS 4 1 1/2" ANCHOR DOLTS BOTH NUTS TIGHT AGAINST DRG PLATE 9 or 11 I r MI M• N- MN I• I MI MI MN E 70. PETE (TYP) COMPRESSION SEAL STUD OUT AND CAP SEWER LINE CARRIER PIPE AND CONDUITS FOR ELECTRICAL AND FIBER OPTIC I If IPIOI AMMO NOM I11OA20R16 660622 2026 i I I I TOP OF ABUTMENT TOP OF CONCRETE DECO BACK WALL USE 315' EDGER ELASTOMERIC COMPRESSION SEAL ABUTMENT I SHOWN, ABUTMENT 3 SIMILAR tor or CONCRETE 00,00-- USE 3/B' EDGEV" •1 (TSP Y 1/4 W 40° F TEMPERATURE OF T A 64. P n STRICTURE AT TIME OF INSTALLING 'f /B O 00° P EXPANSION JOINT ELASTOMERIC COMPRESSION BRIDGE DECK SEAL IP COMPRESSION SEAL PIER 2 UTILITY PIPE STUB OUT DETAIL SLMS10X EXPANSION JOINTS BEGIN OR ENO OF BRIDGE ANVIL PIPE ROLL FIG 171, 0 -LINE 05114. ELLEN 15 OR APPROVED EQUAL (PIPE SIZE 14') 3 117SIpR01 CEN DATE, 06/10 I 1 1 mUew DIP lIlT 06 /10 IfLUSib J0 B RES 2516 D6/Ib SCAL7, V SCALE, 1 flf, P703 NNIE, 1 IA1� 1 ALL 0716151075 ARE W ENT I MUSS 0,477175E NUM COMPRESSION SEAL TABLE DS DROWN I WATSO DDOWMANI few S£A1 I W ID TH 1 4 FAL 1 WIDTH I GF-3D I S I WA -9111)1 9' TESTING SHALL DE PER AA5010 M-220 PRIOR TO USE 17 314' I I I TN GALY. E STEL I I HANGER ROD I I f W/4 HEX NUTS E SEWAGE UNE ANVIL Rt6, 670 OR EQUAL (0600 SIZE P) IVELOBD,„ 14" p SLR. 10 (025" WALL) GALV STEEL SEWER LINE CARRIER PIPE ANVIL FIG 212 OR EQUAL (PIPE SIZE M') 14' 4 SEWER LINE CARRIER PIPE Ewa Comae. I,E t e x e l t e c h Iq. IA 1r4 IA PR 144 n 4V*A fi r P RO5 COUPLING FOR DIAGONAL SEWER BRACE IS ON OPPOSITE 510E OF FLOOR SEAM FROM COUPLING FOR SEWER VERTICAL ROOS OE BRIO E TYPICAL SECTION SCHEMATIC SHOWN LOOKING AHEAD ON STATION P ATTACHED 016 R BRIDGE PLAN -SHEET E4 (OR COMPLETE DETAILS TO POTION U HANGER ROD LENGTI40 5/5' GN.V, STEEL HANGER ROD 16/4 HEX NUTS FOR 6' FIBER PTIO CONDUIT 3/4" GNV, STEEL HANGER ROD W/4 HEX NUTS FOR 6' ELECTRICAL CONDUIT DETAILED AIL 'A'15 TO BE DETERMINED BASES ON DISTANCE FROM BOTTOM OF FLOOR SEAM TOE OF CARRIER PIPE TOP OF CONCRETE DECK 2'•B' 6' PVC ELECTRICAL CONDUIT E B2" I" N -3 I e I I I I 1 I 11 1 5' 0 PVC CONDUITS OR 5" R, PVC CONDUIT ANVIL ADJUSTADLE WROUGHT CLEVIS, FIG 200, B -ONE 03100 OR ELLEN 12 OR EQUAL (CONDUIT SIZE (F FOR ELECTRICAL, 5' FOR EIDER OPTIC) POOL /C VOWS DEPARTMENT CITY OF PORT ANGEL ES 321 EAST 5TH STIIEFT PA BY 1150 POW A6CELES 1A 93362 PIM 12061 957-0III E PD LINE 10'0" FLOOR BLAM E" PVC FIBER OPTIC CONDUIT E 41.0' I 6^ I'YL ELECTRICAL CONDUIT r•6" I 2 I u P ROD 1 LL I nTT 1 a u 3/4" ROS S /B' 000 G m W dETAII C NOTES,I STEEL RODS SHALL BE ASTM A307 2. ALL MATERIAL SHALL BE GALVANIZED AFTER FADRICATION PER AASHTO MIII OR AASHTO M232 EXCEPT PIPE ROLLERS 3 PAINT ROLLERS WITH THREE COATS OF GALVANIZING REPAIR PAINT SEE STA OPEC 5 -002 4 ONE SET OF HANGERS REQUIRED AT EACH FLOOR BEAM. (56 TOTAL 5E1 REQUIRED) 5 ONE SET OF HANGERS CONSISTS OF ONE DETAIL e) ONE DETAIL e ONE DETAIL e FOR 5" TWO DFTAII FOR 6' DRY CREEK PEDESTRJAN ORJLOSE EXPANSION JOINT DETAILS UTILITY HANGER DETAILS OM MN MI MN MN r M• N r ON MN NM MI M NMI 5= 60T N Sdrtd h absauowro gmrtlara Luny wan quantity C TTYa.em 5.6Pfmt I 10.1E -id. REY,HEP SAES ux rm ADD PRO —I— 00.1 OASE EEN5■0 .1CADD \Sheets \11_Barlist dgn 7/22/2010 8 54 29 AM I If 1 CU 1 VEAGME0, CEN DATES 06/10 i f I 011411/11 e1r DATE, 06/10 I I [ECEEO, JC 6 RL5 DATE. 06/10 I M SCALE, Y SCALE. 1E1LL PAWL HARE. ALL ONENS1016 ARC M FEET WHLE55 OTIE1e6E NOTED E= 8.8 to be Tina mewl Y p4T d,NroLTY 015 ammo MSIWRIn *hymen 61Y 1u.sA the 6M419Ir T3:MfA URIZE NAI erM MR*RD Inc e3EeltoCIB�ttaCt h 1m0 Al SOU n *AD AqY 0 hu.N P bl�f r GLIWUIWPAT i 81'r3LMT1,IIT RI&IC 065(5 DEPAMTOLIT CITY OF PORT ANGEL ES XI EAST STM STREET P.O. Mt 1150 POET ANGELES. WA. 90362 PHONE, 12061 457 -0411 1 TYPE SD mPE Si C. TYPE,: L TYPE 53 7'01 _54 TYPE 55 I Tv PE 5fi TYPF S TYPE T S I TYPE 3 U TYPE SO u wATE OAR L /ST 1 Ill l H H H Y DRY CREEK PEDESTRIAN BRIDGE II ALLeuAmnauO.,M E1YL L1ASPDAJPOm1a WO!R PPA%� 3 !OI'OSS MR MEVSNRESSIOS x0MOK aeE PhANI 11 -FEZ tom shape DID .1IILFF070 COMDDI ODE dEPIANVES Of Ed STOOL= IL00 DP UNDO er Pnaa.Ax ED PP OP0EAZ 11A1M s1 memo (Art to C41) o 012111311110121111311101111211312111111011 e [w J rn 7 r5 l r rE.7Kf6%3.1�i. 8E Pj C t�� S I i 1 S I 7i,l #.N Nisi v s:�'i.*rruri3rri EI NIL =EP M C C .f .N Ni Se I W 0 i -sli M11.I CC ,I CC C I, N I!N ,s tI, 1 F1M"kI41 %V I'!S 1 'VE'1,t. 1 y 71x4+ 7 11' Ir -!1 T.. 22: 7 7 1 Cw IKT.lre= =a eM- .0.1 1-11. m� I i 4r =T I F1f ll f tf A,) G7 L 7 1111•11111 1 fl!' TiI t Fit f• -S Y Y 77 i r hi fi ANN .wa tIN'.N p G TM I •1' j f,.+1:• N ■MM.c` .T; es l Y Ll.I a te C O1 f1 P .f .�I[� 7. �3 I,!0,i7'SP :TROT, 2 1 II e r je: f7 11 M M9G7 n W 1 ©o v r7 u ni SEA I "1 ee N izul N '.I z, 4 7 }S 3 A3m� 7 ;q ��f t 4 I. 17 7 f 'd7 M r .TT.T 7 7 2 2 2 2 N'tii7 'IM IMMEI 1 /Y• MEIN II1 [SAM itrvi o e •1. 1 :T 7 P1 ,7 7x7.7' T7 f'.7 -P! lI rixC.7B =1 e e e f b 7.t7 -r F -fir J 3Z. _iiiiii_ _a o =1_ e E C _11_ AA °N1ea�=1=E i.� 111111 =E= ea s e 1 —E ENG.N.__ E ==e =a6Ei=ic==i =i_i__i__n ouniiiif reE =BE8 =2- =�=_�ffi ©46 :e.: E a.Ne m_� d a ace =8 a OM MN MI MN MN r M• N r ON MN NM MI M NMI 5= 60T N Sdrtd h absauowro gmrtlara Luny wan quantity C TTYa.em 5.6Pfmt I 10.1E -id. REY,HEP SAES ux rm ADD PRO —I— 00.1 OASE EEN5■0 .1CADD \Sheets \11_Barlist dgn 7/22/2010 8 54 29 AM I If 1 CU 1 VEAGME0, CEN DATES 06/10 i f I 011411/11 e1r DATE, 06/10 I I [ECEEO, JC 6 RL5 DATE. 06/10 I M SCALE, Y SCALE. 1E1LL PAWL HARE. ALL ONENS1016 ARC M FEET WHLE55 OTIE1e6E NOTED E= 8.8 to be Tina mewl Y p4T d,NroLTY 015 ammo MSIWRIn *hymen 61Y 1u.sA the 6M419Ir T3:MfA URIZE NAI erM MR*RD Inc e3EeltoCIB�ttaCt h 1m0 Al SOU n *AD AqY 0 hu.N P bl�f r GLIWUIWPAT i 81'r3LMT1,IIT RI&IC 065(5 DEPAMTOLIT CITY OF PORT ANGEL ES XI EAST STM STREET P.O. Mt 1150 POET ANGELES. WA. 90362 PHONE, 12061 457 -0411 1 TYPE SD mPE Si C. TYPE,: L TYPE 53 7'01 _54 TYPE 55 I Tv PE 5fi TYPF S TYPE T S I TYPE 3 U TYPE SO u wATE OAR L /ST 1 Ill l H H H Y DRY CREEK PEDESTRIAN BRIDGE II ALLeuAmnauO.,M E1YL L1ASPDAJPOm1a WO!R PPA%� 3 !OI'OSS MR MEVSNRESSIOS x0MOK aeE PhANI 11 -FEZ tom shape DID .1IILFF070 COMDDI ODE dEPIANVES Of Ed STOOL= IL00 DP UNDO er Pnaa.Ax ED PP OP0EAZ 11A1M MI O MI M r O MI MI w .1— loom BRACE D(ACONALS ARE OFFSET I I/2' UPWARD FROM EERIER OF BOTTOM CHORD TO ALLOW FOR SEWER UNE CLEARANCE 1/2 (901 CLEAR) Mar mac NOM 1) FORM DECK I904.L BE TIGHT RTINO HON A GAP NO LARDER MAN 1/4' N ANY .,,..c•....1 2) FORS DECK TO SPAN 2 SPANS MINIMUM. 3) B SHIPPED OVER OO SE LOCATIONS F AA WITH SELF-DRUMS B BRIDGE 1 1 0e HO E a 2) TA NUTS 4' CONCRETE DEO1 1-0' at (ELY OTHERS) FORK OECIr� ii BRACE DIAGONAL 11/16•. HOLE -/(2) 5/6 NUTS 14 CARRIER PIPE W/ HANGER T. RODS (BY OTHERS) 616/16•; r- 5 -1' 91/AI --.n 7 -6 1 3' -2 7/8' 3 -11 13/16' II T' -c INTERIOR FLOO i 4421 RERAN O B' O C (BY OTHERS) r (Br OTHERS) 4422 REBAR 13/18•. HOLE ./(2) 3 /C. NUTS 7 -8• $-3' TYP 3 1 1 /41. HAND RAIL (CAP DID) TIP. RAND RAIL BRACKET I 1 4 1 I I I 1 1 1. A HEWED CDR APPROVAL TIP 1 0 3 0/ 2010 p,0 BOX 1290 OREELEY, COLORADO 80632.1296 Ari.s. 'TARI°ANO'OAY/y ,VJ b1L BIG R PHONE. (970) 360 -2600 FAX (9701306.9621 AOROUATOWWI sDRA EN/ 6066PROPERIYOFen-R6am[.1: Aro REPRODUCTN)Nh'MRT 6 R I 0 G 6 TOLL FREE MOM 2340734 www.bi9rM�9e.com of/4A IHJd.EY.NNn1RH1Rri PIRM63SNAN 15PRON/BRL¢ SAFETY RAIL (CAP A GRIND SUOOTN)'-\. .INTERIOR VERTICAL TAB \`f TYP ,/16 V 2 INTERIOR DIAGONAL Tae+ 711; 3)16 V r TOE PLATE-- SIDE DAWN $FCTIOT)(A1 5 UPPLJ. R /FASRI -ArOR DRAWJN& PRovSPE D (ntw LOORINO TOWARDS MICK END 1E BRIDGE) FOR r N F O R F1 Arrow' —TOP CHORD TAO 5/16 V \TYP /4 ENo Exceptions Taken ❑Make Corrections Noted DReV1se and ResUbmlt ❑Rejected s Otos -GOMM CHORD 6 ELECTRICAL CONDUIT 8 I '-6' FIBER OPTIC CONDUIT Er 3/C ROD (BY OTHERS) H 5/8' ROD (BY OTHERS) 1 1/16 liOLE I 0 '1d CHAMFER fit 3/67 CLEVIS T4TLE 4TT. (19 PER BRIDGE) U76 1TES Nn1FOI I) (I) /3 CLEWS. (4) t NUTS. (4) 3/4'. NUTS. AND (2) 5/0• NUTS REQUIRED AT EACH FLOOR BEAM FOR UTILITY HANGER ROD ATTACHMENT BY 010-10 2) AU. UTILITY PIPE, CONDUIT. HANGERS. HARDWARE AND INSTALIATICH (19TH 114E OF 11405E IN MOI W NOTE /1) BY OTHERS. (21 110' —OR x 10' —O' BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OP PORT ANODES PORT ANOELCE WA 7IkYfa 4. CIEAl I) ALL CONCRETE k REBAR eY OTHERS 2) ALL REBAR COUNTS FOR ONE BRIDGE REBAR SCHRDT,B {MME] TYPE IEUANBTYI LENGTH 1 REMARKS LI 401 I STRAIGHT I 13 1 1091-8' EPDXY. 402 1 STRAIGHT 1 110 1. 9' -0 I EPDXY 1 DIGIT PRECEDING LETTER DENOTES SIZE OF RE0AR SEE CONCRETE NOTE 6 ON El PER SPUCING 2' MIN. man I V 11 L 1/2' CLEAR f REBAR SPACING t 90r -P 1/4'• 2'• 6' A508 }(ANDRAII. BRACKET EOIU CND cr OR BRIDGE 1/4 V GLEBE TM /3 QEMS ROM NUT st YIA 5. FLOOR BEAM 3 1/2' 13/4' 1 3/4' 1/2 HIGH END OP 86160E Q HANGER ROD 1 1/2• (Tn.. All RODS) -1 1/16'e HOLE .1 (2) 1'• NUTS \-Y• HANGER RODS (BY OTHERS) L -re ROD (BY OTHERS) IL HANGER R00/ DENS SECTION 08 -02126 00021 or JN. ORGY CHEERED .Y 61RE1 N0. E4 E7 Attachment J Big R Bridge Construction Plans INN r r r S r DRY CREEK PEDESTRIAN BRDGE CITY OF PORT ANGELES PORT ANGELES, WA GENERAL NOTES 1) E GN I BY ACCORD DATED OZ ORFD GUIDE SPECIFICATIONS FOR THE DESIGN OF PEDESTRIAN 2) MATERIALS (UNLESS NOTED OTHERWISE) a FISS SECTIONS; ASTM A847 WEATHERING STEEL Fy 5D KM MIN. b STEEL SHAPES.` ASTM A588 WEATHERING STEEL Fy 50 Nil c STEEL PLATES. ASTM A586 WEATHERING STEEL Fy 50 KM C• ANCHOR BOLTS ASTM F1554 Gr 55 Fy 55 lad (GALV) a ELASTOMERIC PADS GRADE 4, 60 DUROMETER 3) ALL SHOP WELDING SHALL USE THE GAS METAL ARC WELDING OR FLUX CORED ARC WELDING PROCESS. 4) SHOP SPLICES. a) ALL TOP AND BOTTOM CHORD SHOP SPUCES TO BE COMPLETE PENETRATION TYPE WELDS. b) ALL SAFETY RAIL SHOP SPUCES TO BE SEAL WELDS LOCATED AT CENTERUNE OF VERTICAL 5) AU_ BOLTS AND NUTS SHALL BE FURNISHED IN THE AMOUNT OF 5X IN EXCESS OF THE NUMBER REQUIRED FOR EACH SEE AND LENGTH 6) DESIGN LOADINGS. a BRIDGE DEAD LOAD. b SEWER LNE DEAD LOAD OF 98 8 LB/FT o ELECTRICAL LINE DEAD LOAD OF 12.2 LB/FT (EACH UNE) d FIBER OPTIC LINE DEAD LOAD OF 77 LB/FT. e, UNIFORM UVE LOAD OF 90 PSF I) VEHICLE UVE LOAD OF 10.000 LB TRUCK. D) HORIZONTAL INNS LOAD Of 00 MPH WITH A MAXIMUM BRIDGE HEIGHT OF 58' ABOVE GRACE. 7) FINISH ALL EXPOSED SURFACES OF STRUCTURAL STEEL TO BE BRUSH -OFF BLAST CLEANED IN ACCORDANCE WITH SSPC -SP7 EXPOSED SURFACES OF STEEL SHALL BE DEFINED AS THOSE SURFACES SEEN FROM THE DECK OR FROM THE OUTSIDE OF THE STRUCTURE. B) MAINTENANCE NOTE. DO NOT APPLY DE -ICING CHEMICALS OR SALTS TO ANY PART OF THE BRIDGE STRUCTURE. 9) ANCHOR BOLTS SHALL BE ENBEOOEO A MINIMUM OF 15' INTO THE ABUTMENT ANCHOR BOLTS SHALL BE SWEDGED, THREADED, HOOKED, HEADED OR THREADED NUTTED TO SECURE A SATISFACTORY GRIP UPON THE MATERIAL USED TO EMBED THEM IN THE ABUTMENT SETTING ANCHOR BOLTS WITH EPDXY -RESIN GROUT IN DRILLED OR FORMED HOLES IS ACCEPTABLE AS LONG AS THE EPDXY -RESIN GROUT WILL DEVELOP THE FULL CAPACITY OF THE ANCHOR BOLTS 10) BRIDGE TO BE BUILT TO THE REQUIREMENTS OF AWS DI1 11) BIG B BRIDGE IS MSC QUALITY CERTIFIED FOR SIMPLE AND MAJOR STEEL BRIDGES WITH A FRACTURE CRITICAL AND SOPHISTICATED PAINT ENDORSEMENT. 13 1 F A (ISSUED FOR APPROVAL 1 1 1 I 1 TF 16/30/2010 PROPRIETARY AND CONF/DENFI,,L 'REMOTION IN THIS DRAWING IS THE SOLE PROPERTY OF BARRBRIDGE ANY REPRODUCTION IN PART OR AS wrote Wmio0r WRRTGRPERAOSSI VISPROFIBITED CONCRETE NOTES 1) CONCRETE MIX DESIGN, MATERIALS, QUALITY, MIXING, PLACEMENT, FINISHING AND TESTING SHALL BE N ACCORDANCE WITH THE REQUIREMENTS OF SECTION 552 OF FEDERAL HIGHWAY ADMINISTRATION STANDARD SPECIFICATIONS FM CONSTRUCTION OF ROADS AND BRIDGES ON FEDERAL HIGHWAY PROJECTS (FP -03). FP -03 CAN BE HEWED OR DOWNLOADED AT. HTTP //FI N FHWARDT .MJ1V4TFSOIRCFR/ISE /SPFFS/ 2) STAY IN PLACE GALVANIZED FORM DECK SHALL BE USED ON THE BRIDGE. DECKING SHALL BE SHOP ATTACHED TO FLOOR BEAMS WA SELF DRILLING FASTENERS OR WELDING MINIMUM OF TWO FASTENERS PER SHEET PER FLOOR BEAM. LONGITUDINAL SHEET LAPS SHALL DE ATTACHED WITH SELF- DRLUNG FASTENERS AT 36" MAXIMUM SPACING. DESIGN OF THE DECK REINFORCING IS BASED UPON NON COMPOSITE ACTION WITH THE DECK FORM 3) MATERIALS a) CONCRETE CLASS A(AE). Fa 4000 pd AT 28 DAY AIR CONTENT' OF 5X 1X IRO PCF MAX D) REINFORCING ASTM MID GRADE NO AND ASTM A775 FOR EPDXY COATING 4) CONCRETE TO BE FINISHED WITH A SIDEWALK FINISH PER SECTION 552 t4 (c) OF FP -03. 5) GROOVED CONTRACTION JOINTS SHALL BE PUT IN PER THE CONTRACT DOCUMENTS OR AT THE DISCRETION OF THE ENGINEER AND OWNER IF CONTRACTION JOINTS ARE USED, THEY SHALL BE PLACED OVER THE CENTERUNE OF THE FLOOR BEAMS AS REQUIRED. 8) ALL REINFORCING STEEL SHALL BE EPDXY COATED UNLESS NOTED OTHERWISE IN THE CONTRACT DOCUMENTS OR AS APPROVED BY THE ENGINEER AND OWNER, EPDXY COATING IS TO EXTEND THE UFE OF THE DECK AND IS NOT' REQUIRED TO MEET THE DESIGN STRENGTH REQUIREMENTS. 7) THE CONTRACTOR MUST EXERCISE CARE TO CONTROL TRAFFIC AND STORAGE OF MATERIALS ON THE FORM DECK BEFORE CONCRETE PLACEMENT ON THE DECK. B) LOVOTUDNAL BARS MAY BE SPUCED IF REQUIRED. SPLICE SHALL BE LOCATED AT THE ONE -THIRD POINT OF THE BY SPAN AND STAGGERED EVERY OTHER LONGITUDINAL BAR REQUIRED SPUCE LENGTHS ARE AS FOLLOWS. BAR SIZE 1 0 6 in YB r9 31' 39' 46' 58" 76' 96' PO BOX 1280 GREELEY, COLORADO 80632 -1290 B IG R PHONE (970) 388.9000 FAX (870) 388.9821 BRIDGE TOLL FREE (900) 234 0734 VAVW.blgrbrIdge.corf NORMAL WEIGHT UGHT WEIGHT CONCRETE (145 PCF)I CONCRETE (125 PCF) 35' 4" 1 Sr BO' 88" IO" CITY OF PORT ANGELES PORT AWELESS WA 0 BROG-OXT2811 INSTP CF BRIE, RUED TWO BRIDGES ONE EACH. BROB- 02128/1 ONE EACH BRO8- 82128/2 (2) 110 -0' x 10 -0' BRIDGES DRY CREEK PEDESTRIAN BRIDGE o 0 0 0 BIGR BIG R BRIDGE BRIDGE 1.005•234.0734 1•B00- 234.0734 110,00010 VEHICLE LOAD] 110 000 LU VEHICLE LOAM I 0 0 BRO11•0212812 I 0 DATA PLATE DETAIL DATA PLATE pETAIj, (01106- 02120/I) (DRUB 02121/2) DRAFT 1 08 -02126 DINMI BY JVL BRIM BY TLF CHIMED BY JVL MELT El or E7 I• r MI M- OM I- r r r MI r NM N ABUTMENT h GRADE EL. 230.00'3 Q BRIDGES EXPANO0N AN WENT W ABUTMENT 41 BEARING SLIT EL 226.68'3 WEL SAFETY AND HAND RAIL NOT SHOWN FOR CLARITY g 110' (BACKWALL TO Q PIER) YO' -0 1/2" (OUT TO OUT OF BRIDGE) 61' I /2" BRO8- 02128/1 14 "0 SEWER LINE SPUEE "10' -9' (ABUTMENT BACKWALL TO ABUTMENT BACKWALL) t PIER '9' -0 1/2" PIER 02 BEARING SEAT EL 26&38'3 90 ELECTRICAL CONDUIT 6 0 ELECTRICAL CONDUIT- 9Y FIBER OPTIC UNE axED. 1 I I I I I 1 A IMBUED FOR APPROVAL TF 10/30/2010 PO BOX 1290. GREELEY, COLORADO 00612.1290 �lpp(?IETARPANOCONF)[)ENT/At BIG R PHONE (970) 306.9000 FAX (970) 168 -0621 IFORNANDN IN TNUGRAIYING IS THE BOLE PROPERTY OF 810.8 SLEDGE ANY REPRODUCTION IN PART OR AS A WNW IWTNOIR WRITTEN PERMISSIONISPROHIBITER 0 R I D O E TOLL FREE:(800)2140734• w•W DTgYDYWg6.56m 1" GAP PI R GRADE EL 23180' I l� 110' -Y (BACKWALL TO Q PIER) 110' -0 1/2" (OUT TO OUT OF BRIOCC' R1' -0 1/2" $1701- 021,28/2 (2) 110' -O" x 10' -0" BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANGELES. WA SPLICE "9' -0 1/2" ABUTMENT #3 BEARING SEAT EL 229 99'3 FXPANSIRN I/2" GAP ABUTMENT 03 GRADE EL. 233.00'3 AFI TMFNT'1 DRAFT 08 -02126 =ON BY JNL BMAYN BY TLF 0115116 BY JAL BBE11 AS E2 or E7 r r r r r r INTERIOR VERTICAL DATA PLATEN i END VERTICAL-, MARK 111S END 1' FOR Low lir 1 ,n r o ABUTMENT /1 I -1 1/4" OAP let INTERIOR DIAGONAL END DIAGONAL 'INTERIOR DIAGONAL 81' -0" (SECTION 1 WEIGHT 27,100 L81" 7-TOP CHORD \11\r AVII/J/ 1 I RN C 1' -3 3/4' CAMBER BOTTOM CHORD (INCLUDES 2 1/4" DEAD LOAD CAMBER) 15 SPACES 0 6' -6" 110 -0" OUTSIDE ELEVATIONI ff SPLICE c am` BRACE DIAGONAL `DETAL 2 FLOOR BEAM ff PIER 220' -8' BACKWALL TO BACKWALL 119 -3' BACKWALL TO ff PIER 1 110' -3' ff PIER TO BACKWALL 108' -4" t TO ff BEARING (BRO8- 02128/1) 109 -4" It TO t BEARING N. -8" 5' L -5' P WALL HEIGHT AND ANCHOR BOLT LAYOUT MAY DIFFER FROM ='-0" CONTRACT PLANS, B= 1_ A 1'-10" 1' PIER /2 I I I 1 I G 7 (FIXES) (FIXED) i (EXPANSION) ANCHOR BOLT ELEVATION LAYOUT A I I I I I I 1 I A (ISSUED FOR APPROVAL I TT 1 8/30/2010 S PROPRTETARYAND CONFIDENTIAL INFORMATION NI THIS DRAWING IS THE SIRE PROPERTY OF 0104E BRIDGE ANY REPROOUCTXN M PART OR AB A 141101E WITHOUT WRITTEN MAMMON IS PROMOTED (BROO- 02128/2) BOTTOM CHORD DETAIL ABUTMENT R 1 (EXPANSION) 3/8"0 DRILLED DRAIN HOLE 1TP. SPUCED BRACE DIAGONALS 8" '-B' ANCHOR BOLTS r J i L D. BIG R PO BOX 1290 GREELEY, COLORADO 80632 -1280 PHONE (970) 36B -9800 FAX (970) 386 -9621 B R I D G E TOLL FREE: (800) 234 0734 mew blgrbrI.IBo.com It SPLICE ^9' -0" (SECTION 2 WEIGHT 9,700 LBS) /7 3/8'0 DRILLED DRAIN HOLE (TYPICAL AT SPICED DIAGONALS, BOTH ENDS OF BOTTOM CHORD R� BOTH END VERTICALS) 108' -0" 6" H H ANCHOR BOLT PLAN LAYOUT MEMBER I SIZE TOP CHORD I HSS 6.683/8 BOTTOM CHORD (1155 8.6.3/8 END VERTICAL I HSS 8.0.3 /B q INTERIOR VERTICAL I ASS 7.5x1/4 Of END DIAGONAL I HSS 5.3.1/4 T a lot INTERIOR DIAGONAL I HSS 58381/4 Y/, INTERIOR DIAGONAL I HSS 4.2x1/4 E. BRACE DIAGONAL I HSS 3143.1/4 END FLOOR BEAM I W 12.26 INTERIOR FLOOR REAM (W 12.26 SIDE DAM I C 4.54 MA TIS E END DAM 1 C 4.54 -3 I 'H' RK FOR H HIGH ND BRIDGE DECKING 1 VULCRAFT 1 OC 22 GA. (0 80) SAFETY RAIL I L 1 1/2.1 1/2.3/18 HARD RAIL I 1 1/4' SCH 40 PIPE (GALV TOE PLATE I C 6X8 2 ANCHOR BOLTS (BY OTHERS) I 1 1/2'0 (GALA) H (2) 110' -O' x 10'-0' BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANGELES, WA DETAIL 1 ff VERTICAL 3/4 --3/4" DRAFT 3 SI 1/4 TYP DES 3 SIDES 1/4 V TYP DETAIL BRIDGE REACTIONS I P (LEIS) I H (LOS) I L (LEIS) DEAD 22,800 DEAD (UTILITIES) 3,600 I I LIVE (90 PSF) I 24,800 1 VEHICLE (10.000 LB) I 5,300 1 I WAND HORZ. (90 MPH) I *7,100 I 22.800 I WINO VERT (20 PSF) -0,205 SEISMIC I I 81,100 I 61,100 THERMAL I BC I �•■C 3,900 'P FOUR PER BRIDGE "H TWO PER BRIDGE (ONE PER ABUTMENT) "L FOUR PER BRIDGE LIFTING WEIGHT 38.700 LOU (FULL STRUCTURE NOT INCLUDING WEIGHT OF CONCRETE DECK OR UTILITIES LOAD) 08 -02126 DEMON BY JVL DR4YN BY TLF CNECfW BY JOT SHEET NO. E3 Of E7 I MI I MI MI MI MI OM MI MI r NO7F BRACE DIAGONALS ARE OFFSET 11/2" UPWARD FROM CENTER OF BOTTOM CHORD TO ALLOW FOR SEWER LINE CLEARANCE �1 1/2' (MIN CLEAR) 4- CONCRETE DECK (BY OTHERS) tr Io 1 in s JI� 148 15/15" 1' -5 3/4' -1 1/16 HOLE w/(2) I'• NUTS I I -INTERIOR FLOOR BEAM I CADONAL L. ir(CIEAR) 1, 1 I I II 1 14' CARRIER PIPE I I L e.l I w/ HANGER 1'0 RODS (BY OTHERS) 7/A' l' -11 13 /ID' A A I I I I I I I 1H 7' A!ISSUED FOR APPROVAL 17F 16/30/2010 PROP(7E74.i INFORMATION ATION N 7703 DRAWING I3 THE SOLE PROPERTY OF 01OR BRIDGE ANY REPRODUCTION NPART OR AS WHOLE WITHOUT WRITTEN PERMISSION IS PROIAUTEO. FORM DM NOTVO I) FORM DECK SHALL BE TIGHT 0111150 YA1H A OAP NO LARGER THAN 1/4' IN ANY DIRECTOR 2) FORM DECK TO SPAN 2 SPANS MINIMUM. 3.) FORM DECK OVER SPLICE LOCATIONS WILL BE SHIPPED LOOSE AND FIELD ATTACHED INTO SELF- DRILLING FASTENERS FORM DEC( 10' 0' 0 BRIDGE 421 RERAN O 9' O.C. (BY OTHERS) f 402 RERAR 0 i' -0' O.C. (BY OTHERS) nK 13/16'• HOLE w /(2) 3/4'8 NUTS 11/18'• HOLE w /(2) 5 /B'0 NUTS 0" ELECTRICAL CONDUIT 3/4' ROD (BY OTHERS) (MEW LOOKING TOWARDS HIGH END OF BRIDGE) TYP/ 3/16 V 1 1/4'. HAND RAIL (CAP END) TW 3/16 V HAND RAIL BRACKET TAB` TOP 3/16 V 2 TOE PLATE SIRE DAM- BIG P.O. BOX 1200 GREELEY, COLORADO 80832 -1290 V n PHONE. (970) 356 -9600 FAX (070) 358 -1621 19 R I 0 O E TOLL FREE: (800) 234 0734 www b19TDAdge corn 1/4 V TIP SAFETY RAIL (CAP GRIND SMOOTH)-\ INTERIOR VERTICAL TAB TYP 3/16 V 2 N INTERIOR DIAGONAL 5' FIBER OPTIC CONDUIT 5/0' ROD (BY OTHERS) HANDRAIL BRACKET DRAFT c. FLOOR BEAM 3 1/2` 1 3/4. 3/4" BOTTOM CHORD 1 1/16 HOLE 2' 1'x1' CHAMFER (R 3 /8' CLEVIS TAB DETAIL, (16 REQUIRED PER BRIDGE) 1110 ITIFS NOTE$ 1) (1) p3 CLEVIS,)) (4) REQUIRED 0 NUTS, (4) 3/4'• NUTS, (2) FLOOR L SE //8B AM FOR UTILITY AT HANGER ROD ATTACHMENT BY 610 -13 2) ALL UTILITY PIPE, CONDUIT, HANGERS. HARDWARE AND INSTALLATION (WITH THE EXCEPTION OF THOSE IN MENTIONED IN NOTE #1) BY OTHERS. (2) 110' -0' x 10' -0' BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANGELES. WA nTTF 1) ALL CONCRETE RERAR DY OTHERS 2) ALL RERAR COUNTS FOR ONE BRIDGE. RERAR SCHEDULE MARK I TYPE I QUANTITY I LENGTH I REMARKS 4D1 I STRAIGHT I 13 1 109' -e' EPDXY. 402 I STRAIGHT I 110 I 9' -6' I EPDXY DIGIT PRECEDING LETTER DENOTES SIZE OF RERAR SEE CONCRETE NOTE 8 ON El FOR SPUCINO 1 1/2` 2" MIN CLEAR-T -1 CLEAR 1/ I [1/2' CLEAR LOW END OF BRIDGE 1 1/2' I/4 V CLEW TAB 03 CLEVIS w/ I'S x3" A325 T3 BOLT, NUT A WASHER RERAR SPACINQ r yI .I T XJ 1 /2 R 1 /4 "x 2 "x 5' AM HIGH END OF BRIDGE II t HANGER ROD 11 /2' (TIP ALL RODS) 1 1/16'0 HOLE w/ (2) I'M NUTS `1'0 HANGER RODS (BY OTHERS) I'0 ROD (BY OTHERS) IL HANGER ROD/ CLOTS 108 -02126 0E000 9Y JVL DRAM BY TLF 0410110 BY JVL SKEET w0. E4 E7 6111 1111111 11.1 111111 NS 1 MI I MI NS S r MI MB ea I END VERTICAL I 1 1/2" OAP -y END DAN-\ 1 I r e a —END FLOOR BEAM -BRACE DIAGONAL `—HAND RAIL I I I 1 I ELASTOMERIC PAD ILL EL ASTOMTOAIERIC PAD 1 I 1 11 BOTTOM CHORD a yg U DUTY LINES U ad a 4 4 ABUTMENT /1 JNBIDE_C f LEVATIOIZ (EXPANSION) (TYPICAL BOTH ABUTMENTS) 4 TIP i F 1 g i 1 7 A IISSJED FOR APPROVAL g PRO#R/ETARreINO cONFIDENnat INFORMER* W TIO$ DRAWING IS TEE SOLE PROPERTY OFBIGR BRIDGE ANY REPRODUCTION IN PART U OR ASA WHOLE WITHOUT WRITTEN PERMISSION ISPROHEITED 3/18 (TYPICAL AT TOE PLATE) SECTION O I I I I I I I TF I e /30/2010 TYFETY RAIL 3/16 V I I PJP y P 2 VERT SIDES TOE PLATE 1 L 1 4-4" CONCRETE DECK I (BY OTHERS) —FLOOR BEAM -END VERTICAL (TYPICAL AT SAFETY RAIL) —TOP CHORD (BY OTHERS) UTIUTY LINES HANGERS (BY OTHERS) ANCHOR BOLTS 0 e BOTTOM NUT FNOER TIGHT, TOP NUT TIGHT AT EXPANSION END BOTH NUTS 11OHT AT FIXED END. 'SAFETY RAIL (CAP END GRIND SMOOTH) ,l \S: TYPE 3/16 V gip 13/10) C END VERTICAL— BIG R P 0 BOX 1290 GREELEY, COLORADO 00032.4200 PHONE (970) 366 -9000 FAX (B70) 360 .0621 B ft I D G E TOLL FREE- (BOO) 234 0734 144RW bigrbrldgo corn 4 RORIE SIDES TYP 1/4 V J ND DIAGONAL DETAIL 1 I/4' GAP TTOP CHORD INTERIOR VERTICAL EACH SIDE B- U2o -OF TOP CHORD I/4 V e a o INTERIOR DIAGONAL DETAIL 1/8 I\ \TYP VERT EDGE 3/18 V TYP L END DAM I BOTTOM CHORD— END DIAGONAL 3 SIDES 5/18 V INTERIOR DIAGONAL SEAL TAB V TYP INTERIOR VERTICAL DRAFT SIDE DAM TOP CHORD 4 HORI2 SIDES 1/4 V TIP PJP INTERIOR 2 VERT SIDES VERTICAL TYP 1a TAO' TIP 1/4 PJP 2 SIDES TYP BOTTOM 3/18 V 2 TLANGE .-END VERTICAL TOE PLATE (CAP END Al GRIND SMOOTH) C END VERTICAL 4k END VERTICAL— I END FLOOR BEAM I —0-- 1/4 I SECTIWILie END DM SECTION C (2) 110' -0B x 10' -0 BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANOELEG, WA END FLOOR BEAM BOTTOM 3/8 V 2 -18 TYP ANCHOR BOLTS— INTERIOR DIAGONAL DETAIL -1' GAP SIDE DAM I II BOTTOM (3-11105--- BEARING PLATE ELASTOMERIC PAD a II II a 11 II t II II II II a c U L11 4J a 4 a Tot INTERIOR DIAGONAL I 111 iii II II Il TITIIIIII.IfftH, 1■i1,11,I!iIIl11IIIr 1711' a 4 a 4 a s 4 FIER 12 J 21LTSTDE ELEVATION (FIXED) (FIXED) (BR08- 02126/1) (GROG- 02128/2) a 08-02126 OWN BY JVL OM AR BY TLF 066070) BY JVL SMUT NO E5 E7 MO O MN r r r• MI r MI I- 4 N A 0 I War =6. 111 3 PLACES) l 1 TYP vie V 1 r Gm 4r k Y -C I INFS•PER "RMSz7" 14.44' --,Y .Y 1' -4 1/2" 10 1/4" (HOLD INSIDE) '5I /B 6 i PLATE REARING PLATE (GRADE 4, 60 DUROMETER) LAYERED ELASTOMERIC HEARING PAD A (ISSUED FOR APPROVAL PROPR /ETARYANOCONq_OFJ)77AE INFORMATION IN THIS GRA WINO IS THE SOLE PROPERTY OF Ban BRIDGE ANY REPRODUCTION W PART OH AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED I /B PERIMETER (TOP) I/O" COVER 4T (4 11 OA. I 1 I I I IF 16/30/2010 BIG R ORIDGE I/O" COVER TIP, PO. BOX 1200 OREELEV, COLORADO 80032.1290 PHONE (970) 3604600 FAX (070) 369 -9621 TOLL FREE: (800) 234 6734 w w blgrbrldgo corn MEMBERS I ON I THICKNESS I SIZE I HOLES BEARING PLATE I 4 I 3/4" 111 1/2 "x I' -4 1/711 3/4 "x 5 1/2' KEEPER BAR I B I 1/4" I 1/4" x 7" I KEEPER BAR I 4 I 1/4" I 1/4" x 10" I ELASTOMERIC PAD I 4 I 2" I 7'x 10" I NO]E. ALL QUANTITIES FOR ONE BRIDGE 2 DRY CREEK PEDESTRIAN BRIDGE CITY OP PORT ANGELES PORT ANGELES. WA 1/4 V (TOP A 1/4" IJ I) (2) 110'-0" x 10' -0" BRIDGES 109' -4" (HOLD) IEASURED HORIZONTALLY c/c ANCHOR BOLT PLAN SHOWING REARING PLATE r`.ONN1H .T!ON DRAFT 108- 02126 o 2510N or JVL B RAN BY ILO 000151 BY JVI. 511021 IN E6 E7 N M MI MI MI MB MI MB MI I= M MI MI MI OM OM MO TOP CHORD— HAND RAIL— SAFETY RAIL TOE PLATE SIDE DAM -1 SAUCE TUBE BOTTOM CHORD— OF SPLICE NO TS NOT SHOWN FOR CLARITY SPLICE DETAILS 3/18 V HAND RNl BRACKET 4 3/18 4 TAB TYP 3/18 V TAB 4 TOP i 3/18 V q I I m A (ISSUED FOR APPROVAL I TF 1 8/30/2010 y PiRQPq/ETARYANO P H BOX 1205 COLORADO 80692.1290 WFORArlow IN THIS DRAY/MGM THE SOJEPROPERTYOFBIG RBRDGE ANY REPRODUCTION IN PART PHONE (870)388•88008 OR AS A WHOLE WITHOUT WRITTENPFRWSSTONISPRORBITr 5 I 0 0 D 8 R I D G E TOLL FREE (800)2340734 4 www.blgr corn 1 2 (TYP, SPLCED DIAGONAL 3/16 D 3/16 MEMBERS I OTT I THICKNESS I SPLICE PLATE SIZE 1 HOLES I BOLTS (BOLT DTY TOP CHORD SPLICE PLATE I 8 I 1/2" 14 I/2 "x1' -15" I 1 1/16" I I "0x2 I/4" A325 13 I 48 BOTTOM CHORD SPLICE PLATE I 8 I 1/2" 1 41/2 "x2' -5" 1 1 1/18" I I "0x2 I/4' A325 13 I 84 DIAGONAL SPLICE PLATE I 4 I 3/8" I 3".1 I 13/16" 3/4"..3 3/4 A325 13 I 12 BRACE WAG. SPLICE PLATE I 2 I 3/B' I 3 I 13/16" I 3/4'8.4 3/4" A325 T3 I 8 DIAGONAL STIFFENER PLATE I 4 I 3/8" I 2 1 /2 "x9' I I I BRACE DIAL STIFFENER PLATE I 2 I 3/8" 12 1/2' .9" I I I SPLICE BAR I 4 I 1/2" I 1 -10" I I I SIDE DAM PLATE I 4 I 3/8" I 1'. 4" I I I NOTE: ALL QUANTITIES FOR ONE BRIDGE (23 SPACES 0 3 /I8 V 1 1/2 (2) SPACES 0 31/2" TACK WELD 1 "0 NUTS IN PLACE (3 PLACES EA NUT) TOP CHORD SPLICE PT.ATE„Z (LOCATE INSIDE OF TUBE) 1 i -8 (2) SPACES o (2) SPACES 0 Z 1/2' 5" 2 1/2' 5" DIAGONAL SPLICE PLATES (LOCATE OUTSIDE OF TUBE) 3/18" FROM EDGE OF HOLE TYPICAL SPLICE STIFFENFA NOTE. STIFFENER PLATES ARE FLUSH ON THE INSIDE OF THE SPLICED DIAGONALS AND SPLICED BRACE DIAGONALS CITY OF PORT ANGELES PORT ANGELES WA a (3 SPAC o 3 ID 1 /2• (2) 110 -0° x 10' -0° BRIDGES DRY CREEK PEDESTRIAN BRIDGE (2) SPACES PY 2 1/2" 5` (3) SPACES 0 3 1/2 10 1/2' J H O uw ®91400 TACK WELD 1 "0 NUTS IN PLACE (3 PLACES EA. NUT) BOTTOM CHORD SPi.TCF. PLATES (LOCATE INSIDE OF TUBE) (2) SPACES O 2 1/2" 5" BRACE DIAGONAL SPLICE PLATES (LOCATE OUTSIDE OF TUBE) DRAFT 08 -02126 UEBDN Br JAL DYnBN BY ILF CHECKED BY JVL 92C7 ND. E7 E7 1 Part II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05-01 G pORTg C`4 6Z4c, -B Sc September 13, 2010 TO: T. L. McConnell Construction, Inc. Attn. Tom McConnell 194 Protection Ridge Road Port Townsend, WA 98368 CITY OF PORT ANGELES NOTICE OF AWARD PROJECT Description: Dry Creek Bridge Trail Phase 2 Construction, Project No. 05 -31 The Owner has considered the bid submitted by you for the above described work in response to its Advertisement for Bids dated July 20, 2010. You are hereby notified that your bid has been accepted for the base bid in the amount of $265,227.51 and the additive for LEKT sewer construction in the amount of $53,764.23 for a total of $318,991 74. You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. cc. City Clerk You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 13th day of September, 2010 Receipt of the above Notice of Award is hereby acknowledged this t3 day of 1" SIGNATURE Print Name: nWG'OiY44f L, Title: Please return signed original to the City of Port Angeles Public Works Utilities Department, attn: name of Project Manager PW 0407_17 [Revised 05/06] CITY OF PORT ANGELES By Michael Szatlocky, PE Title: Project Engineer ACCEPTANCE OF NOTICE BY CONTRACTOR 20h This Contract is made and entered into in duplicate this 7�' day of 1 by and between the City of Port Angeles, a non charter code city of the State of Washington, hereinafter referred to as "the City and T. L. McConnell Corporation, Inc., a Washington corporation, hereinafter referred to as "the Contractor WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. PUBLIC WORKS CONTRACT The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -31 DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -01 in accordance with and as described in A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2010 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Dama>?es. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be Substantially Completed by October 31, 2010, and Physically Completed by November 30, 2010, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO 05 -31 II -2 responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO 05 -31 II 3 A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the industrial Insurance laws of the State of Washington. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub contractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO 05 -31 II -4 ii. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products completed operations aggregate limit. iii. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. i. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. ii. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled or reduced as to coverage by either party, except after forty -five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. G. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their subcontractors, lower tier subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -31 II 5 insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO 05 -31 II -6 D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to pay or to assure payment of any monies due any subcontractor or assignee. H. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. I. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower -tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower -tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO 05 -31 II -7 This Contract shall be administered by TOM MCCONNELL on behalf of the Contractor and by Michael Szatlocky, PE, Civil Engineer, on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: T.L. MCCONNELL CONSTRUCTION, INC. 194 PROTECTION RIDGE RD. PORT TOWNSEND, WA, 98368 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: T.L. MCCONNELL CONSTRUCTION, INC. By: Name of Contractor By: TOM L. MCCONNELL Mayor Title: PRESIDENT DRY CREEK BRIDGE TRAIL PROJECT- PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO 05 -31 II City: CITY OF PORT ANGELES: Approved as to Form: Attest: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 City Attorney KNOW ALL MEN BY THESE PRESENTS. std That we, the undersigned. McConnell Construction, Inc. its Princos pip erican Specialty Insurance Company a New Hampshire Corporation a corporation. organized anti existing time the laws of the State of 1Xt iO rya, as a surety coporation, and qualified order the laws of the State of Washington to become surety t.pon bonds of contractors with municipal corporations as surety. are jointly and severally held and firmly bound to the City of Port Angolos in the penal sum of s 318 991.74 F for tite payment or which surn on demand we bind ourselves and our successors. heirs, administrators or porso'naI representatives. as the case may he This oU!ieatron is entered into pursuant to the statutes of the Slate of Washington and the ordinanc of the City of Port Angeles. Dated 1 1ty of Port Angeles V1►aShingtCn, this 13th. ay of September 20 to The condition!; of the above obligation we such that: WHEREAS, the City of Port Angeles has let or is about to let to the sad TL McConnell Construction, Inc the above tuninited Principal. a certain contract. the said contract being nuirbered 05.31, and provrduul for DRY CREEK BRIDGE TRAII. PROJECT PHASE 2 t3RIDGt_ CONS 1 RUC 1 ION PROJECT (which conhacl t!; it :font:El to heroin and is made a part hereof n!: though attached hereto).:ird WHEREAS, the said Pnrtcpal has accepted, or is about to accept, the saes contract. and undertake to perform the work therein provided for in the manner and within the trine set forth; now therefore, II me said Principal, TL McConnell Construct ion, Inc shalt'.ii:lrrtgl; perform all of the provisions of said contract in the manner one within the time therein set (aril, or within such extensions of limo as may be granted under sad contract, and shad pay al laborers, mechanics. subcontractors and matenatnu:n, and all persons who shall supply said Pnnuual or subcontractors with provisions and supplies for tho carrying on of said work. and shall innemndy and hold the City of Port Angeles harmless from any damage or expon a by 10aSUi1 of la lure of performance as specified in said contract or (rain defect:. appearing or developing in the m.it►rnal or workmanship pmvtded: or performed :ender sad contract within a pen= of one year after its acceptance thereof by the City of Port Angeles, then and in that event. this obligation shall be void, hut otherwise, it shall be and •emain in full force and effect Sot 1 d this 1 nitY :rcartit a'. P. rani( 141(UFco Pr+ASiF 2 llrtlnct. CortSTHIH:Tlntl CIti1JCt:f ii (.)JCU,t'n0 et. at PERFORMANCE and PAYMENT BOND Rond to the City of Port Angeles ay of September 20 10 Comps 'i; t'nnnp. :l 11.9 pl u t I'rrtnrrr..v,M .rn9 Pi "rl I'.c''I Ptv.r "ca !o 13u ;dcts E, of WA Inc For w.icje Conddwns Agruurnent for• :.'r,ay Ye d, Sc a'c fiend II 2136456 Norte Amer ,.n Specialty Insurance TL McConnell Construction, Inc. Attorney -In -Fact Two 960 Broadway Ave. Suite1420 poise. ID 83706 Suruty Address•. Terry Dolar 208 433 -1800 Surety Contact end Phone Number prCY ClrrrEK EUIiRGE TRAIL t•HoJCCr i'Irl.SEI 2 E3n1RCG CONSTIlUCTt021 PIMA:CT pu0JECI NO 03.31 LI 10 P0{10 d Provided to Budder; Exchange o' WA Inc Tdtu 1499 SE Tech Center P1. #150 Agent Addrons Vancouver, WA 98683 Bonnie Riddle 360- 892 -5840 Agent Contncl ;nut Phone Humber For usage Condd►ons Agreement ..ee Wn'v bxvo co'n Mw.. Wray Scolu NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY NAS SURETY GROUP GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: ROBERT LAGLER and BONNIE RIDDLE JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWENTY -FIVE MILLION ($25,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24` of March, 2000 "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate beanng such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached B ./r Steven P. Anderson, President Chief Executive Officer of Washington International Insurance Company Senior Vice President of North American Specialty Insurance Company By David M Layman, Senior Vice President of Washington International Insurance Company Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 23rd day of March 20 10 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this 23 rdday of March 20 10 before me, a Notary Public personally appeared Steven P. Anderson President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. I' m EA "'t 1 I DONNA B SKI.EVS ,k_v, y• 7,',0 v'i 7 ,,,b,,2 Notary Public, State of Illinois My Commission Expires 10/05/2011 Donna D Sklens, Notary Public I, James A Carpenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 13th day of September 20 10 James A Carpenter, Vice President Assistant Secretary of Washington International Insurance Company North American Specialty Insurance Company 9/20/2010 11 :54 ACORD, EVIDENCE OF PROPERTY INSURANCE DATE(MMIDD /YY) 09/14/2010 THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. PRODUCER I PHONE (NC. No. Extl Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CODE AGENCY CUSTOMER ID 11fV7A7 INSURED T L McConnell Construction, Inc. City of Port Angeles And /Or Subcontractors ATIMA 194 Protection Ridge Rd. Port Townsend, WA 98368 PROPERTY INFORMATION LOCATION/DESCRIPTION Milwaukee Drive at Dry Creek, City of Port Angeles 98362 Dry Creek Bridge Trail Project Phase 2 Project No 05 -31 COVERAGE INFOkN ►ON REMARKS (including Special Conditions) t I ACORD 27 (3/93) 1 of 321 East Fifth Street PO Box 1150 Port Angeles, WA 98362 SUB CODE Bratrud Middlton Insurance 253 759 -2200 COVERAGE/PERILS/FORMS All Risk, Builder's Risk, Including Earthquake Flood Earthquake Deductible 2 %/$50,000 Minimum Flood Deductible 2 %/$50,000 Minimum LOAN NUMBER Christie Smith-)-Tom McConnell 1/1 MCCOCONS2 I COMPANY I revelers Property and Casualty Company of America POLICY NUMBER BINDER647172 EFFECTIVE DATE EXPIRATION DATE 09/24/10 09/24/11 THIS REPLACES PRIOR EVIDENCE DATED CONTINUED UNTIL n TERMINATED IF CHECKED I AMOUNT OF INSURANCE DEDUCTIBLE $318,992 $1,000 CANCELLATION 10 Days for.Non- Payment THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD SHOULD THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW45 DAYS WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT INTEREST, IN ACCORDANCE WITH THE POLICY P ROVISIONS OR AS REQUIRED BY LAW ADDITIONAL INTEREST NAME AND ADDRESS MORTGAGEE City of Port Angeles LOSS PAYEE X Public Works Utilities Department LOAN ADDITIONAL INSURED Owner AUTHORIZED REPRESENTATIVE 1 M 30190 CX504 g ACORD CORPORATION 199: A B AC:OROTe CERTIFICATE OF LIABILITY INSURANCE PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 INSURED COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADD'llJ� LTR NSRCI X TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 1 CLAIMS MADE I X OCCUR X I BI /PD Ded: $10,000 X X X GEN'L AGGREGATE LIMIT APPLIES PER I POLICY rid f MT [1 LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS I UMBRELLA LIABILITY CERTIFICATE HOLDER Client 110237 T L McConnell Construction, Inc. 194 Protection Ridge Rd. Port Townsend, WA 98368 ANY AUTO OCCUR 1 DEDUCTIBLE II CLAIMS MADE City of Port Angeles Public Works Utilities 321 East Fifth Street P.O. Box 1150 Port Angeles, WA 98362 PX810595 POLICY NUMBER 09PKG01337 RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE 09PKG01337 OFFICER/MEMBER EXCLUDED' (Mandatory in NH) If yes, oescribe u,xder SPECIAL PROVISIONS below OTHER WA Stop Gap DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS RE: Dry Creek Bridge Trail Project Phase 2, Project No. 05 -31 The City of Port Angeles is named as an Additional Insured as required by written contract. Primary and Non Contributory provisions apply. ACORD 25 (2009/01) 1 of 2 #S498093/M482145 POLICY EFFECTIVE DATE IMM /DD/YYYYI 10/27/2009 10/27/2010 D)ECEHE 1 £.-,.17 F MCCOCONS2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A Evanston Insurance Company INSURER B Unigard Insurance Company I INSURER C INSURER D INSURER E d 10/27/2009 10/27/2010 arty d iron Ainga„n lia&ikt f'ma bs J /II tUesg ngllet!l Ig SeI VICES DSISIDFT 10/27/2009 10/27/2010 POLICY EXPIRATION DATE (MM /DD/YYYY) I EACH OCCURRENCE DAMAGE TO RENTED PRPMISFS IFa nccerrencel MED EXP (Any one person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE I$ ACC I s AGG I I s I s I s I s I$ WC STATU- 0TH TORY I IMITS I X I FR I E L EACH ACCIDENT I $500,000 E L DISEASE EA EMPLOYEE' $500,000 E L DISEASE POLICY LIMIT I $500,000 (Per accident) I AUTO ONLY EA ACCIDENT OTHER THAN EA AUTO ONLY I EACH OCCURRENCE AGGREGATE LIMITS DATE (MM /DD/YYYY) 9/15/2010 NAIC $3,000.000 $50.000 $5,000 $3,000,000 $3,000,000 $3,000,000 $1,000,000 CANCELLATION 10 Days for Non Payment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 31) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE 0 1988 -2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CLMOO w' ACORD 25 (2009/01) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) 2 of 2 #S498093/M482145 DISCLAIMER The Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. POLICY NUMBER: 09PKG01337 Name of Person or Oraanization AS PER WRITTEN CONTRACT IE- 0054 -0404 ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. SCHEDULE A. WHO IS AN INSURED (SECTION II) is amended to include as an insured the person or organization shown in the schedule. But only with respect to liability arising out of "your work" for that insured by or for you B. As respects additional insureds as defined above This insurance also applies to "bodily injury" or "property damage" arising out of your negligence when the following written contract requirements are applicable I. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insured's shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. 2. We waive any right of recovery we may have against these additional insured's because of payments we make for injury or damage arising out of "your work" done under a written contract with the additional insured. 3. The term "insured" is used separately and not collectively, but the inclusion of more than one "insured" shall not increase the limits or coverage provided by this insurance. "Insureds are advised that certificates of insurance should be used only to provide evidence of insurance in lieu of an actual copy of the applicable insurance policy. Certificates should not be used to amend, expand, or otherwise alter the terms of the actual policy." POLICY NUMBER: 09PKG01337 ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS PER WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. "Insureds are advised that certificates of insurance should be used only to provide evidence of insurance in lieu of an actual copy of the applicable insurance policy. Certificates should not be used to amend, expand, or otherwise alter the terms of the actual policy." ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME IE- 0036 -0404 I of I PART I I I SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS I I I INTRODUCTION /ORDER OF PRECEDENCE See Section 1 -04.2 of the Standard Specifications for the general order of precedence I for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or other technical requirements of this Project Manual is as follows: I 1. Contract Change Orders. 2. Special Provisions as set forth on pages III 13 through III 39. I 3. Submittal requirements, as listed on pages III 3. 4. Project Plans, as set forth in Attachment G. I 5. Amendments to the Standard Plans and Specifications issued prior to January 4, 2010, as set forth in Attachment F. 6. Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein I as the Standard Specifications. 7. The most recent edition of the City of Port Angeles' Urban Services Standards and Guidelines, which are hereby incorporated into this Project Manual. I 8. Washington State Department of Transportation's Standard Plans, as referenced on page III 37. I 9. Attachments (exclusive of the above mentioned) as listed in the Table of Contents of the Project Manual. I STANDARD SPECIFICATIONS I This Contract incorporates the Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as I detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. I I SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard I Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. I 1 -01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment I Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 1 I I I Bond" for this project. I The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City 1 of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works I for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of I Public Works Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the I City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. I 1 -02.2 PLANS AND SPECIFICATIONS I Section 1 -02.2 of the Standard Specifications is deleted and replaced with the following: I Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper, as well as the Advertisement for Bids page in Part 1 of this Manual. I 1 -02.5 PROPOSAL FORMS I The term "prequalified" is deleted from Section 1 -02.5 of the Standard Specifications for this project. II 1 -02.9 DELIVERY OF PROPOSAL Section 1 -02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: I Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. I 1 -03.4 PERFORMANCE AND PAYMENT BOND I In accordance with Section 1 -03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power -of- attorney appointing I the signatory of the bond as the person authorized to execute it. Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 2 1 -04.4 CHANGES IN WORK Section 1 -04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form contained in Part IV, Attachments. Definitions: a. RFI: Request for Information b. CCO: Construction Change Order PLANS AND WORKING DRAWINGS Unless otherwise required by the Submittal Requirements, Section 1 -05.3 of the Standard Specifications shall apply. 1 -05.5 AS -BUILT DRAWINGS Section 1 -05.5 is supplemented with the following: As -built drawings are required to be maintained by the Contractor. The as -built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as -built conditions. These as -built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 3 b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. The City of Port Angeles has the right to deny progress payments for completed work if as -built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as- builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1 -05.10 GUARANTEES Section 1 -05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX Section 1 -07.2 is supplemented with the following: The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project as follows: 1. The provisions of Section 1- 07.2(1) apply to the following listed portions of the project: Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 4 Schedule A 2. The provisions of Section 1- 07.2(2) apply to all of the remaining portions of the project. For bidding purposes the Contracting Agency has segregated the plan quantities which are affected by Section 1- 07.2(1) from those quantities affected by Section 1- 07.2(2). These approximate quantities are shown on the Summary of Quantities sheets; however, any tax payments shall be based on actual quantities used. 1 -07.6 PERMITS AND LICENSES All requirements of any permits included in this Project Manual shall be adhered to by the Contractor. All costs related to adhering to these permit(s) shall be included in the overall cost of the contract. Section 1- 07.16(4) is supplemented with the following: The Work is governed by an Inadvertent Discovery and Archaeological Monitoring Plan initiated by the City as required for Federal Compliance. Any ground disturbing activity requires presence of a qualified archaeologist to monitor the construction and ensure proper archaeological protocols are followed. The City will supply the services of a Principal Archaeologist and additional qualified archaeologists as necessary. It is the responsibility of the Contractor to provide advance notice of work schedule and coordinate the presence of the qualified archaeologist. 48 hours advance notice will be required for each ground disturbing activity. The Contractor may not conduct a ground disturbing action without the presence of a qualified archaeological monitor (or without the explicit instructions of how to proceed without an archaeological monitor provided by the Principal Archaeologist). The Principal Archaeologist will provide training on archaeological monitoring issues to construction personnel at a pre -work meeting to ensure that contract personnel understand the duties of the archaeological monitors and will comply with any and all necessary conditions imposed by them. Operators who have not received this training to the satisfaction of the Principal Archaeologist will not be allowed to continue with the ground disturbance. The City has also afforded local tribes the ability to observe ground disturbances as part of the Inadvertent Discovery and Archaeological Monitoring Plan. Tribal liaisons are to be treated with respect and courtesy. Section 1- 07.16(4)A Paragraph 1 is supplemented with the following: In the event of an inadvertent archaeological discovery the Principal Archaeologist will coordinate the determination of significance as defined in the Inadvertent Discovery and Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 5 Archaeological Monitoring Plan and will work with the Engineer to coordinate work stoppages, buffers zones, and schedule modifications. 1 -07.17 UTILITIES AND SIMILAR FACILITIES Section 1 -07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1- 800 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1 -07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the Project Manual. 1 -07.23 PUBLIC CONVENIENCE AND SAFETY Section 1 -07.23 is supplemented with the following: The construction safety zone for this project is 10 feet from the outside edge of the traveled way. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 6 I permitted to park within the safety zone at any time unless protected as described above. Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling public. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. In addition to the requirements of Section 1- 07.23(1) of the Standard Specifications, the following provisions shall apply: 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer at least one work day in advance of the need to restrict parking within the project limits. The Engineer will notify the Police Department of the required restricted parking. 3. Prior to cutting across driveways and business or parking accesses, the Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADVANCE. 4. Every effort shall be made to limit restrictions to access of businesses to short periods of time. The Contractor may be required to address business access concerns on short notice. Modification(s) to the contract to compensate the Contractor for changes due to access concerns shall only be made if such change results in an impact on the delivery schedule of more than one day and /or a significant change in labor or equipment requirements. PROGRESS SCHEDULE Section 1 -08.3 is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Critical Path Method (CPM) schedule, in both electronic and hard copy format. The CPM shall include all aspects of the contract, including procurement of materials, construction, testing, submittals, and inspection. The Contractor shall develop the CPM using Microsoft Office Project Standard 2003, which shall be capable of operating in a Windows NT environment. The Contractor shall submit, within 21 calendar days of award of the contract, 3 sets of complete CPM time scaled logic diagram on 22" x 34" sheets with accompanying Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 7 schedule reports. An electronic copy shall also be submitted. The schedule diagrams shall show activity numbers, descriptions, early -start dates, float, and all relationships. The diagrams shall also show the sequence, order, and interdependence of activities in which the work is to be accomplished. The Contractor shall submit to the Engineer updates to the CPM schedule monthly with each Payment Request. The CPM schedule shall be accompanied by a written narrative report describing current status and identifying potential delays. This report shall, at a minimum, state whether the contract is on schedule, note any milestones that will not be met, and comment on the project's current critical path as it relates to previously submitted critical path. The CPM deliverables shall be incidental to the contract, and the City will provide no additional payment for work related to developing and maintaining the CPM schedule as required in this contract. The City may withhold payment as a result of incomplete CPM updates, as well as assess liquidated damages per Section 1 -08.9 if the schedule shows that work will not be completed in a timely manner to meet the performance period of the contract. TIME FOR COMPLETION Section 1 -08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be substantially completed by October 31, 2010, and physically completed by November 30, 2010, unless a different time frame is expressly provided in writing by the City. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. PAYMENTS Section 1 -09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. All contract Payments will be made only through an Electronic Fund Transfer. It is the sole responsibility of the Contractor to provide to the City the applicable account Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 8 information to allow this to occur. TRAFFIC CONTROL MANAGEMENT The third sentence of the first paragraph of Section 1- 10.2(1) is revised to read: The Contractor may designate the project superintendent as the TCS. TRAFFIC CONTROL PLANS The last sentence of Section 1- 10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. Costs associated with the development of the traffic control plan(s) shall be incidental to contract prices. CONSTRUCTION SIGNS Section 1- 10.3(3) is revised to read: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, except for the project sign, shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor, except for the project sign. All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All signs shall be constructed of Type I or II reflective background sheeting unless otherwise noted in the Plans. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. The following Class A signs shall be installed by the Contractor at locations designated at the pre construction conference: Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 9 "Construction Ahead" (4) "End Construction" (2) "Project Sign" provided by the City Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Furnishing Class B signs will be in accordance with Section 1- 10.3(3). Payment for setup and take down of Class B signs will be paid for under the lump sum bid item "Maintenance and Protection of Traffic Section 1- 07.23. The condition of the signs shall be new or "Acceptable" as defined in the book, Quality Standards For Work Zone Traffic Control Devices. The Engineer's decision on the condition of a sign shall be final. The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898 -5400, FAX: (703) 898 -5510. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. 6 -19 SHAFTS (New Section) Description 6- 19.1.01 Shafts A. This item of work shall consist of furnishing all materials, labor, tools, equipment, services and incidentals necessary to construct the shafts in accordance with the Plans, the Standard Specifications, and the Special Provisions. Materials 6- 19.2.01 Casing A. All permanent casing shall be of steel base metal conforming to ASTM A 36. All permanent casing shall be of ample strength to resist damage and deformation from transportation and handling, installation stresses, and all Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 10 pressures and forces acting on the casing. All temporary casing shall be a smooth wall structure of steel base metal, except where corrugated metal pipe is shown in the Plans as an acceptable alternative material. All temporary casing shall be of ample strength to resist damage and deformation from transportation and handling, installation and extraction stresses, and all pressures and forces acting on the casing. The casing shall be capable of being removed without deforming and causing damage to the completed shaft, and without disturbing the surrounding soil. B. Permanent casing is defined as casing designed as part of the shaft structure and installed to remain in place after construction is complete. Temporary casing is defined as casing installed to facilitate shaft construction only, which is not designed as part of the shaft structure, and which shall be completely removed after shaft construction is complete, unless otherwise shown in the Plans. C. The casing shall be watertight and clean prior to placement in the excavation. D. The outside diameter of the casing shall not be less than the specified diameter of the shaft. The inside diameter of the casing shall not be greater than the specified diameter of the shaft plus six inches, except as otherwise noted for shafts 5' -0" or less in diameter, and as otherwise noted in subsection 3.03.0 of this Special Provision for temporary telescoping casing. The inside diameter of casings for shafts 5' -0" or less in diameter shall not be greater than the specified diameter of the shaft plus 1 -0 E. Where the minimum thickness of the casing is specified in the Plans, it is specified to satisfy structural design requirements only. The Contractor shall increase the casing thickness as necessary to satisfy the requirements of item A of this section. 6- 19.2.02 Reinforcing Steel A. Reinforcing steel used in the construction of shafts shall conform to Section 9- 07. B. Steel reinforcing bar centralizers shall be steel, conforming to the details shown in the Plans. The Contractor may propose the use of alternative steel reinforcing bar devices as part of item 7 of the shaft installation plan submittal, as specified in subsection 3.02.B of this Special Provision, subject to the Engineer's review and approval of such devices. 6- 19.2.03 Concrete A. Concrete used in the construction of shafts shall be Class 4000P conforming to Section 6 -02. Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 11 B. When shafts are constructed in water, the concrete used for the casing shoring seal shall be Class 4000W conforming to Section 6 -02. 6- 19.2.04 Slurry Slurry shall conform to one of the following: A. Mineral Slurry 1. Mineral slurry shall conform to the following requirements: Property Density (pcf) Sand Content (percent) prior to final cleaning Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 Test Mud Weight (Density) API 13B- 1, Section 1 Sand API 13B -1, Section 5 Requirement 64.3 to 75 Viscosity Marsh Funnel and 26 to 50 (seconds /quart) Cup API 13b -1, Section 2.2 PH Glass Electrode, pH 8 to 11 Meter, or pH Paper 4.0 max. immediately prior to placing concrete 4.0 max. Use of mineral slurry in salt water installations will not be allowed. Slurry temperature shall be at least 40F when tested. B. Synthetic Slurries 1. Synthetic slurries shall be used in conformance with the manufacturer's recommendations, the quality control plan specified in subsection 3.02.B.4 of this Special Provision, and these Special Provisions. The following synthetic slurries are approved as slurry systems, with additives that have been load tested for the California Department of Transportation: III 12 Product Manufacturer Novagel Geo -Tech Services, LLC 220 North Zapata Highway, Suite 11A Laredo, TX 78043 -4464 ShorePac GCV CETCO 1500 West Shure Drive Arlington Heights IL, 60004 Slurry Pro CDP KB International, LLC Suite 216, 735 Broad Street Chattanooga, TN 37402 -1855 Super Mud* PDS Company 8140 East Rosecrans Ave. Paramount, CA 90723 -2754 *Approval as,a product applies to the liquid product only. Other synthetic slurry products may be approved for use provided the product meets the acceptance criteria established by WSDOT, including status as an approved synthetic slurry (with load tested additives) with the California Department of Transportation (Caltrans). 2. The sand content of synthetic slurry prior to final cleaning and immediately prior to placing concrete shall be less than 2.0 percent, in accordance with API 13B -1, Section 5. C. Water Slurry (with or without site soils) 1. Water with or without site soils may be used as slurry when casing is used for the entire length of the drilled hole. Use of water slurry without full length casing may only be used with the approval of the Engineer. 2. Water slurry shall conform to the following requirements: Property Density (pcf) Sand Content (percent) Test Mud Weight (Density) API 13B -1, Section 1 Requirement 65 max. Sand API 13B -1, 1.0 max. Section 5 Use of water slurry in salt water installations will not be allowed. Slurry temperature shall be at least 40F when tested. 6- 19.2.05 Access Tubes for Crosshole Sonic Log Testing Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 13 A. Access tubes for crosshole sonic log testing shall be steel pipe of 0.145 inches minimum wall thickness and at least 1 -1/2 inch inside diameter. B. The access tubes shall have a round, regular inside diameter free of defects and obstructions, including all pipe joints, in order to permit the free, unobstructed passage of 1.3 inch maximum diameter source and receiver probes used for the crosshole sonic log tests. The access tubes shall be watertight, free from corrosion with clean internal and external faces to ensure good bond between the concrete and the access tubes. The access tubes shall be fitted with watertight threaded PVC caps on the bottom, and shall be fitted with watertight PVC caps, secured in position by means as approved by the Engineer, on the top. 6- 19.2.06 Grout A. Grout for filling the access tubes at the completion of the crosshole sonic log tests shall be a neat cement grout conforming to Section 9 -20.3 with a maximum water /cement ratio of 0.45. Construction Requirements 6- 19.3.01 Quality Assurance A. Shaft Construction Tolerances 1. Shafts shall be constructed so that the center at the top of the shaft is within the following horizontal tolerances: Shaft Diameter Tolerance Less than or equal to 2' -0" 3" Greater than 2' -0" and less than 5' -0 "4" 5' -0" or larger 6" 2. Shafts shall be within 1.5 percent of plumb. For rock excavation, allowable tolerance can be increased to 2 percent max. 3. During drilling or excavation of the shaft, the Contractor shall make frequent checks on the plumbness, alignment, and dimensions of the shaft. Any deviation exceeding the allowable tolerances shall be corrected with a procedure approved by the Engineer. 4. Shaft steel reinforcing bar placement tolerances shall conform to Section 6- 02.3(24)C. B. Nondestructive Testing of Shafts Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 14 1. Unless otherwise specified in this Special Provision, the Contracting Agency will perform crosshole sonic log testing of specific shafts, except for those constructed completely in the dry, selected in accordance with subsection 3.09.A of this Special Provision. The Contractor shall accommodate the crosshole sonic log testing by furnishing and installing access tubes in accordance with subsection 3.06.A of this Special Provision. C. Shaft Preconstruction Conference 1. A shaft preconstruction conference shall be held at least five working days prior to the Contractor beginning any shaft construction work at the site to discuss construction procedures, personnel, and equipment to be used, and other elements of the approved shaft installation plan as specified in subsection 3.02.B of this Special Provision. Those attending shall include: 6- 19.3.02 Submittals Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 a. (representing the Contractor) The superintendent, on site supervisors, and all foremen in charge of excavating the shaft, placing the casing and slurry as applicable, placing the steel reinforcing bars, and placing the concrete. If synthetic slurry is used to construct the shafts, the slurry manufacturer's representative or approved Contractor employees trained in the use of the synthetic slurry shall also attend. b. (representing the Contracting Agency) The prime consultant's Project Engineer, key inspection personnel, and Lead Design Engineer and representatives from the Geotechnical design firm.. 2. If the Contractor proposes a significant revision of the approved shaft installation plan, as determined by the Engineer, an additional conference shall be held before any additional shaft construction operations are performed. A. Construction Experience 1. Prior to the start of shaft construction, the Contractor shall electronically submit a project reference list to the Engineer for approval verifying the successful completion by the Contractor of at least three separate foundation projects with shafts of diameters and depths similar to or larger than those shown in the Plans, and ground conditions similar to those identified in the Contract. A brief description of each listed project shall be provided along with the name and current phone number of the project owner or the owner's Contractor. III 15 2. Prior to the start of shaft construction, the Contractor shall electronically submit a list identifying the on -site supervisors, and drill rig operators potentially assigned to the project to the Engineer for approval. The list shall contain a brief description of each individual's experience in shaft excavation operations, and placement of assembled steel reinforcing bar cages and concrete in shafts. The individual experience lists shall be limited to a single page for each supervisor or operator. B. Shaft Installation Plan a. On -site supervisors shall have a minimum two years experience in supervising construction of shaft foundations of similar size (diameter and depth) and scope to those shown in the Plans, including two to three projects using equipment as identified in the shaft installation narrative in accordance with subsection 3.02.B.2 of this Special Provision, and similar geotechnical conditions to those described in the boring logs and summary of geotechnical conditions. The work experience shall be direct supervisory responsibility for the on -site shaft construction operations. Project management level positions indirectly supervising on -site shaft construction operations is not acceptable for this experience requirement. b. Drill rig operators shall have a minimum one year experience in construction of shaft foundations, including two to three projects using equipment as identified in the shaft installation narrative in accordance with subsection 3.02.B.2 of this Special Provision. 3. The Engineer will approve or reject the Contractor's qualifications and field personnel within 10 working days after receipt of the submission. Work shall not be started on any shaft until the Contractor's qualifications and field personnel are approved by the Engineer. The Engineer may suspend the shaft construction if the Contractor substitutes unapproved personnel. The Contractor shall be fully liable for the additional costs resulting from the suspension of work and no adjustments in contract time resulting from the suspension of work will be allowed. The Contractor shall electronically submit a shaft installation narrative for approval by the Engineer. In preparing the narrative, the Contractor shall reference the available subsurface data provided in the contract test hole boring logs, the Summary of Geotechnical Conditions provided in the Appendix to the Special Provisions, and the geotechnical report(s) prepared for this project. This narrative shall provide at least the following information: 1. Proposed overall construction operation sequence. 2. Description, size and capacities of proposed equipment, including but Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 16 Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 not limited to cranes, drills, auger, bailing buckets, final cleaning equipment and drilling unit. The narrative shall describe why the equipment was selected, and describe equipment suitability to the anticipated site conditions and work methods. The narrative shall include a project history of the drilling equipment demonstrating the successful use of the equipment on shafts of equal or greater size in similar soil /rock conditions. The narrative shall also include details of shaft excavation and cleanout methods. 3. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of caving, bottom heave, etc. using temporary casing, slurry, or other means) during excavation (including pauses and stoppages during excavation) and concrete placement. If permanent casings are required, casing dimensions and detailed procedures for installation shall be provided. 4. Detailed procedures for mixing, using and maintaining the slurry shall be provided. A detailed mix design (including all additives and their specific purpose in the slurry mix), and a discussion of its suitability to the anticipated subsurface conditions, shall also be provided for the proposed slurry. The submittal shall include a detailed plan for quality control of the selected slurry, including tests to be performed, test methods to be used, and minimum and /or maximum property requirements which must be met to ensure that the slurry functions as intended, considering the anticipated subsurface conditions and shaft construction methods, in accordance with the slurry manufacturer's recommendations and these Special Provisions. As a minimum, the slurry quality control plan shall include the following tests: Propert Test Method Y Density Mud Weight (Density), API 13B -1, Section 1 Viscosity Marsh Funnel and Cup, API 13B -1, Section 2.2 PH Glass Electrode, pH Meter, or pH Paper Sand Sand, API 13B -1, Section 5 Content 5. Description of the method used to fill or eliminate all voids below the III 17 I top of shaft between the plan shaft diameter and excavated shaft diameter, when permanent casing is specified. 6. Details of concrete placement, including proposed operational procedures for pumping methods, and a sample uniform yield form to be used by the Contractor for plotting the approximate volume of concrete placed versus the depth of shaft for all shaft concrete placement (except concrete placement in the dry). 7. When shafts are constructed in water, the submittal shall include seal thickness calculations, seal placement procedure, and descriptions of provisions for casing shoring dewatering and flooding. 8. Description and details of the storage and disposal plan for excavated material, and drilling slurry (if applicable). 9. Reinforcing steel shop drawings, details of reinforcement placement, including bracing, centering, and lifting methods, and the method to assure the reinforcing cage position is maintained during construction, including use of bar boots and /or rebar cage base plates, and including placement of rock backfill below the bottom of shaft elevation provided the conditions of subsection 3.05.D of this Special Provision are satisfied. The reinforcing steel assembly and installation plan shall include: a. Procedure and sequence of steel reinforcing bar cage assembly. b. The tie pattern, tie types and tie wire gages for all ties on permanent reinforcing and temporary bracing. c. Number and location of primary handling steel reinforcing bars used during lifting operations. d. Type and location of all steel reinforcing bar splices. e. Details and orientation of all internal cross bracing, including a description of connections to the steel reinforcing bar cage. f. Description of how temporary bracing is to be removed. g. Location of support points during transportation. h. Cage weight and location of the center of gravity. i. Number and location of pick points used for lifting for Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 18 J. C. Slurry Technical Assistance Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 installation, and for transport (if assembled off site). Crane charts and a description and /or catalog cuts for all spreaders, blocks, sheaves and chockers used to equalize or control lifting loads. k. The sequence and minimum inclination angle at which intermediate belly rigging lines (if used) are released. I. Pick point loads at 0, 45, 60 and 90 degrees and at all intermediate stages of inclination where rigging lines are engaged or slackened. m. Methods and temporary supports required for cage splicing. n. For picks involving multiple cranes, the relative locations of the boom tips at various stages of lifting, along with corresponding net horizontal forces imposed on each crane. For shafts with a 6' -0" minimum nominal diameter and /or shafts with 60' -0" minimum length, the reinforcing steel assembly and installation plan shall be prepared and submitted in accordance with Section 6 -01.9. The Engineer will evaluate the shaft installation plan for conformance with the Plans, Specifications and Special Provisions, within the review time specified in Section 6 -01.9. A Shaft Installation Plan Submittal Teleconference Meeting will be scheduled by the Contracting Agency following review of the Contractor's initial submittal of the plan and prior to Contracting Agency formal response to the initial submittal. Teleconference participants shall include the following: a. (representing the Contractor) The superintendent, on -site supervisors, and other Contractor personnel involved in the preparation of the shaft installation plan. b. (representing the Contracting Agency) The prime consultant's Project Engineer, key inspection personnel, and Lead Design Engineer and representatives from the Geotechnical design firm. 1. If slurry other than water slurry is used to construct the shafts, the Contractor shall provide or arrange for technical assistance in the use of the slurry as specified in subsection 3.04.A.1 of this Special Provision. The Contractor shall electronically submit the following to the Engineer: III 19 I I a. The name and current phone number of the slurry manufacturer's technical representative assigned to the project, and the frequency I of scheduled visits to the project site by the synthetic slurry manufacturer's representative. I b. The name(s) of the Contractor's personnel assigned to the project and trained by the slurry manufacturer in the proper use of the slurry. The submittal shall include a signed training certification I letter from the slurry manufacturer for each trained Contractor's employee listed, including the date of the training. I D. Crosshole Sonic Log Testing Organization and Personnel 1. At least seven calendar days prior to beginning shaft construction, the I Contractor shall submit the name of the independent testing organization, and the names of the personnel, conducting the crosshole sonic log tests to the Engineer for approval. The submittal shall include documentation that I the qualifications specified below are satisfied. The independent testing organization and the testing personnel shall meet the following minimum qualifications: I a. The testing organization shall have performed g g p crosshole sonic log I tests on a minimum of three deep foundation projects in the last two years. I b. Personnel conducting the tests for the testing organization shall have a minimum of one year experience in crosshole sonic log testing and interpretation. I E. All submittals shall be in electronic pdf format, and all documents in each pdf shall be legible. All submittals shall be prepared jointly by the Contractor and I any subcontractors that will be performing the work. F Work shall not begin until all the required submittals have been approved in I writing by the Engineer. All procedural approvals given by the Engineer will be subject to trial in the field and shall not relieve the Contractor of the responsibility to satisfactorily complete the work. I 6- 19.3.03 Shaft Excavation I A. Shafts shall be excavated to the required depth as shown in the Plans. Shaft excavation operations shall conform to this Special Provision and the shaft installation plan as approved by the Engineer, except as otherwise specified by I the Engineer. Once the excavation operation has been started, the excavation shall be conducted in a continuous operation until the excavation of the shaft is completed, except for pauses and stops as noted, using approved equipment I capable of excavating through the type of material expected. Pauses during D ry Creek Bridge Trail Phase 2 Bridge Construction Project I Project 05 -31 III 20 this excavation operation, except for casing splicing, tooling changes, slurry maintenance, and removal of obstructions, are not allowed. Pauses, defined as momentary interruptions of the excavation operation, will be allowed only for casing splicing, tooling changes, slurry maintenance, and removal of obstructions. Shaft excavation operation interruptions not conforming to this definition shall be considered stops. Stops for uncased excavations (including partially cased excavations) shall not exceed 16 hours duration. Stops for fully cased excavations, excavations in rock, and excavations with casing seated into rock, shall not exceed 65 hours duration. For stops exceeding the time durations specified above, the Contractor shall stabilize the excavation using one or both of the following methods: 1. For an uncased excavation, before the end of the work day, install casing in the hole to the depth of the excavation. The outside diameter of the casing shall not be smaller than six inches less than either the Plan diameter of the shaft or the actual excavated diameter of the hole, whichever is greater. Prior to removing the casing and resumption of shaft excavation, the annular space between the casing and the excavation shall be sounded. If the sounding operation indicates that caving has occurred, the casing shall not be removed and shaft excavation shall not resume until the Contractor has stabilized the excavation in accordance with the shaft installation plan conforming to subsection 3.02.B.3 of this Special Provision. 2. For both a cased and uncased excavation, backfill the hole with either CDF or granular material. The Contractor shall backfill the hole to the ground surface, if the excavation is not cased, or to a minimum of five feet above the bottom of casing (temporary or permanent), if the excavation is cased. Backfilling of shafts with casing fully seated into rock, as determined by the Engineer, will not be required. During stops, the Contractor shall stabilize the shaft excavation to prevent bottom heave, caving, head loss, and loss of ground. The Contractor bears full responsibility for selection and execution of the method(s) of stabilizing and maintaining the shaft excavation, in accordance with Section 1- 07.13. Shaft stabilization shall conform to the shaft installation plan in accordance with subsection 3.02.B.3 of this Special Provision. If slurry is present in the shaft excavation, the Contractor shall conform to the requirements of subsection 3.04.B of this Special Provision regarding the maintenance of the slurry and the minimum level of drilling slurry throughout the stoppage of the shaft excavation operation, and shall recondition the slurry to the required slurry properties in accordance with subsection 3.04 of this Special Provision prior to recommencing shaft excavation operations. Shaft casing shall be equipped with cutting teeth or a cutting shoe, and installed by either rotating Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 21 or oscillating the casing. Installing the casing by vibratory means will not be allowed. D. The Contractor shall conduct shaft excavation operations such that the adjacent soil outside the shaft excavation for the full height of the shaft is not disturbed. Disturbed soil is defined as soil whose geotechnical properties have been changed from those of the original in -situ soil, and whose altered condition adversely affects the structural integrity of the shaft foundation. E. The Contractor shall use appropriate means such as a cleanout bucket or air lift to clean the bottom of the excavation of all shafts. No more than 2 inches of loose or disturbed material shall be present at the bottom of the shaft just prior to placing concrete. F. The excavated shaft shall be inspected and approved by the Engineer prior to proceeding with construction. The bottom of the excavated shaft shall be sounded with an airlift pipe, a tape with a heavy weight attached to the end of the tape, or other means acceptable to the Engineer to determine that the shaft bottom meets the requirements in the Contract. G. When obstructions are encountered, the Contractor shall notify the Engineer promptly. An obstruction is defined as a specific object (including, but not limited to, boulders, logs, and man made objects) encountered during the shaft excavation operation which prevents or hinders the advance of the shaft excavation. When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the portion of the shaft excavation in the geological unit that contains the obstruction, then the Contractor shall remove, break -up, or push aside, the obstruction under the provisions of subsection 5.01.B of this Special Provision. The method of dealing with such obstructions, and the continuation of excavation shall be as proposed by the Contractor and approved by the Engineer. H. When permanent casing is specified, excavation shall conform to the specified outside diameter of the shaft. After the casing has been filled with concrete, all void space occurring between the casing and shaft excavation shall be filled with a material which approximates the geotechnical properties of the in -situ soils, in accordance with the shaft installation plan specified in subsection 3.02.B.5 of this Special Provision and as approved by the Engineer. I. Drilling equipment shall not be operated from an existing bridge, except as otherwise noted. If necessary and safe to do so, and if the Contractor submits a written request to the Engineer in accordance with Section 6 -01.6, the Engineer may approve the operation of drilling equipment on a bridge. J. When shafts are constructed in water, the Contractor shall construct a seal between the casing shoring and the upper portion of the permanent casing for Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 22 I the shaft as shown in the Plans, in accordance with the shaft installation plan specified in subsection 3.02.B.7 of this Special Provision, and as approved by the Engineer. The seal thickness shown in the Plans is designed to resist the hydrostatic uplift force with the corresponding seal weight and adhesion of the seal to the permanent casing and the casing shoring of 20 psi, based on the casing shoring dimension and the seal vent water surface elevation specified in the Plans. If the Contractor uses a casing shoring diameter other than that specified in the Plans, the Contractor shall submit a revised seal design to the Engineer for approval in accordance with subsection 3.02.B.7 of this Special Provision. If, in the opinion of the Engineer, water conditions at the time of construction allow the seal vent water surface elevation to be lowered, the Contractor may revise the casing shoring seal by submitting a revised seal design to the Engineer for approval in accordance with subsection 3.02.B.7 of this Special Provision. K. The Contractor shall use slurry, in accordance with subsection 3.04 of this Special Provision, to maintain a stable excavation during excavation and concrete placement operations once water begins to enter the shaft excavation at an infiltration rate of 12 inches of depth or more in one hour and remain present at a three inch depth or greater. 6- 19.3.04 Slurry Installation Requirements A. Slurry Technical Assistance 1 If slurry other than water slurry is used, the manufacturer's representative, as identified to the Engineer in accordance with subsection 3.02.0 of this Special Provision, shall: a. provide technical assistance for the use of the slurry, b. shall be at the site prior to introduction of the slurry into a drilled hole, and c. shall remain at the site during the construction and completion of a minimum of one shaft to adjust the slurry mix to the specific site conditions. 2. After the manufacturer's representative is no longer present at the site, the Contractor's employee trained in the use of the slurry, as identified to the Engineer in accordance with subsection 3.02.0 of this Special Provision, Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 23 shall be present at the site throughout the remainder of shaft slurry operations for this project to perform the duties specified in items 1a through 1c above. B. Minimum Level of Slurry in the Excavation 1. When slurry is used to maintain a stable excavation, the slurry level in the excavation shall be maintained above the groundwater level the greater of the following dimensions, except as otherwise noted in subsection 3.04.B.3 of this Special Provision: a. not less than five feet for mineral slurries, b. not less than ten feet for water slurries, c. not less than ten feet for synthetic slurries, d. one shaft diameter, e. dimension as required to provide and maintain a stable hole. The Contractor shall provide casing, or other means, as necessary to meet these requirements. 2. The slurry level shall be maintained above all unstable zones a sufficient distance to prevent bottom heave, caving or sloughing of those zones. 3. Throughout all stops in shaft excavation operations, as specified in subsection 3.03.A of this Special Provision, the Contractor shall monitor and maintain the slurry level in the excavation the greater of the following elevations: a. no lower than the water level elevation outside the shaft, b. elevation as required to provide and maintain a stable hole. C. Slurry Sampling and Testing 1. Mineral slurry and synthetic slurry shall be mixed and thoroughly hydrated in slurry tanks, ponds, or storage areas. The Contractor shall draw sample sets from the slurry storage facility and test the samples for conformance with the appropriate specified material properties before beginning slurry placement in the drilled hole. Mineral slurry shall conform to the material specifications in subsection 2.04.A of this Special Provision. Synthetic slurry shall conform to the quality control plan included in the shaft installation plan in accordance with subsection 3.02.B.4 of this Special Provision and as approved by the Engineer. A sample set shall be Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 24 2. The Contractor shall sample and test all slurry in the presence of the Engineer, unless otherwise directed. The date, time, names of the persons sampling and testing the slurry, and the results of the tests shall be recorded. A copy of the recorded slurry test results shall be submitted to the Engineer at the completion of each shaft, and during construction of each shaft when requested by the Engineer. 3. Sample sets of all slurry, composed of samples taken at mid height and within two feet of the bottom of the shaft, shall be taken and tested during drilling as necessary to verify the control of the properties of the slurry. As a minimum, sample sets of synthetic slurry shall be taken and tested at least once every four hours after beginning its use during each shift. Sample sets of all slurry shall be taken and tested at least once every two hours if the slurry is not recirculated in the drilled hole or if the previous sample set did not have consistent specified properties. All slurry shall be recirculated, or agitated with the drilling equipment, when tests show that the sample sets do not have consistent specified properties. 4. Sample sets of all slurry, as specified, shall be taken and tested prior to final cleaning of the bottom of the hole and again just prior to placing concrete. Cleaning of the bottom of the hole and placement of the concrete shall not start until tests show that the samples taken at mid height and within two feet of the bottom of the hole have consistent specified properties. D. The Contractor shall clean, recirculate, de -sand, or replace the slurry to maintain the required slurry properties. E. The Contractor shall demonstrate to the satisfaction of the Engineer that stable conditions are being maintained. If the Engineer determines that stable conditions are not being maintained, the Contractor shall immediately take action to stabilize the shaft. The Contractor shall submit a revised shaft installation plan which addresses the problem and prevents future instability. The Contractor shall not continue with shaft construction until the damage which has already occurred is repaired in accordance with the specifications, and until receiving the Engineer's approval of the revised shaft installation plan. F. When mineral slurry, conforming to subsection 2.04.A of this Special Provision, is used to stabilize the unfilled portion of the shaft, the Contractor shall remove the excess slurry buildup inside of the shaft diameter prior to continuing with concrete placement. The Contractor shall use the same methods of shaft excavation and the same diameter of drill tolls to remove the excess slurry buildup as was used to excavate the shaft to its current depth. Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 composed of samples taken at mid height and within two feet of the bottom of the storage area. III -25 G. The Contractor shall dispose of the slurry as specified in the shaft installation plan as approved by the Engineer, and in accordance with the following requirements: 1. Water slurry may be infiltrated to uplands within the confines of the Contracting Agency Right Of Way for the project, provided that the groundline at the disposal site is at least five feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of water slurry disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. 2. Synthetic and mineral slurries shall be contained and disposed of at a waste water treatment facility or into a sanitary sewer in accordance with the Contractor's permit requirements. 6- 19.3.05 Assembly And Placement Of Reinforcing Steel A. The reinforcing cage shall be rigidly braced to retain its configuration during handling and construction. Individual or loose bars will not be permitted. The Contractor shall show bracing and any extra reinforcing steel required for fabrication of the cage on the shop drawings. Shaft reinforcing bar cages shall be supported on a continuous surface to the extent possible. All rigging connections shall be located at primary handling bars, as identified in the reinforcing steel assembly and installation plan as approved by the Engineer. Internal bracing is required at each support and lift point. B. The reinforcement shall be carefully positioned and securely fastened to provide the minimum clearances listed below, and to ensure that no displacement of the reinforcing steel bars occurs during placement of the concrete. The steel reinforcing bars shall be securely held in position throughout the concrete placement operation. The Contractor shall submit details of the proposed reinforcing cage centralizers along with the shop drawings. The reinforcing steel centralizers at each longitudinal space plane shall be placed at least at the quarter points around the circumference of the steel reinforcing bar cage, and at a maximum longitudinal spacing of either 2.5 times the shaft diameter or 20' -0 whichever is less. C. Place bars as shown in the contract plans with minimum concrete cover as shown in the table below. Shaft Diameter Minimum Concrete Cover Less than or equal to 3' -0" Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III -26 3" Greater than 3' -0" and less than 5' -0" 5' -0" or larger 4" 6" D. For shafts with temporary casing within 15 feet of the bottom of shaft elevation as specified in the Plans, the Contractor may place quarry spalls or other rock backfill approved by the Engineer into the shaft below the specified bottom of shaft elevation as a means to support the steel reinforcing bar cage, provided that the materials and means to accomplish this have been addressed by the shaft installation plan as approved by the Engineer, as specified in subsection 3.02.B.9 of this Special Provision. The use of bar boots and /or rebar cage base plates is required when quarry spalls or other rock backfill is placed at the base of the shaft excavation. E. Shaft excavation shall not be started until the Contractor has received approval from the Engineer for the reinforcing steel centralizers required when the casing is to be pulled during concrete placement. 6- 19.3.06 Access Tubes for Crosshole Sonic Log Testing A. The Contractor shall install access tubes for crosshole sonic log testing in all shafts, except as otherwise noted, to permit access for the crosshole sonic log test probes. If, in the opinion of the Engineer, the condition of the shaft excavations permit shaft construction in the dry, the Engineer may specify that the access tubes be omitted. B. The Contractor shall securely attach the access tubes to the interior of the reinforcement cage of the shaft. One access tube shall be furnished and installed for each foot of shaft diameter, rounded to the nearest whole number, as shown in the Plans. The number of access tubes for shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher whole number. The access tubes shall be placed around the shaft, inside the spiral or hoop reinforcement and bundled with the vertical reinforcement. Where circumferential components of the rebar cage bracing system prevent bundling the access tubes directly to the vertical reinforcement, the access tubes shall be placed inside the circumferential components of the rebar cage bracing system as close as possible to the nearest vertical steel reinforcement bar. C. The access tubes shall be installed in straight alignment and as near to parallel to the vertical axis of the reinforcement cage as possible. The access tubes shall extend from the bottom of the reinforcement cage to at least two feet above the top of the shaft. Splice joints in the access tubes, if required to achieve full length access tubes, shall be watertight. The Contractor shall clear the access tubes of all debris and extraneous materials before installing the access tubes. The tops of access tubes shall be de- burred. Care shall be taken to prevent damaging the access tubes during reinforcement cage Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 27 installation and concrete placement operations in the shaft excavation. D. The access tubes shall be filled with potable water before concrete placement, and the top watertight PVC caps shall be reinstalled and secured in accordance with subsection 2.05.B of this Special Provision. The Contractor shall keep all of a shaft's access tubes full of water through the completion of CSL testing of that shaft. When temperatures below freezing are possible, the Contractor shall protect the access tubes against freezing by wrapping the exposed tubes with insulating material, adding anti freeze to the water in the tubes, or other methods as approved by the Engineer. 6- 19.3.07 Placing Concrete A. Concrete placement shall commence immediately after completion of excavation by the Contractor and inspection by the Engineer. Immediately prior to commencing concrete placement, the shaft excavation and the properties of the slurry (if used) shall conform to subsections 3.03.E and 3.04, respectively, of this Special Provision. Concrete placement shall continue in one operation to the top of the shaft, or as shown in the Plans. The Contractor shall place concrete between the upper construction joint of the shaft and the top of the shaft in the dry. During concrete placement, the Contractor shall monitor, and minimize, the difference in the level of concrete inside and outside of the steel reinforcing bar cage. The Contractor shall conduct concrete placement operations to maintain the differential concrete head as 1' -0" maximum. B. When placing concrete in the dry, only the top five feet of concrete shall be vibrated, in accordance with Section 6- 02.3(9), except that the entire depth of concrete placed in the shaft column steel reinforcing bar splice zone shall be vibrated. If a temporary casing is used it shall be removed before vibration. This requirement may be waived if a temporary casing is used and removed with a vibratory hammer during the concrete placement operation. Vibration of concrete does not affect the maximum slump allowed for the concrete class specified. C. If water is not present, the concrete shall be deposited through the center of the reinforcement cage by a method which prevents segregation of aggregates and splashing of concrete on the reinforcement cage. The concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. D. When placing concrete underwater, including when water in a shaft excavation exceeds three inches in depth with an infiltration rate of 12 inches of depth or more in one hour, the Contractor shall place the concrete by pressure feed using a concrete pump, with a watertight tube having a minimum diameter of 4 inches. The discharge end of the tube on the concrete pump shall include a Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 28 device to seal out water while the tube is first filled with concrete. Concrete placement by gravity feed is not allowed. E. Throughout the underwater concrete placement operation, the discharge end of the tube shall remain submerged in the concrete at least 5 feet and the tube shall always contain enough concrete to prevent water from entering. The concrete placement shall be continuous until the work is completed, resulting in a seamless, uniform shaft. If the concrete placement operation is interrupted, the Engineer may require the Contractor to prove by core drilling or other tests that the shaft contains no voids or horizontal joints. If testing reveals voids or joints, the Contractor shall repair them or replace the shaft at no expense to the Contracting Agency. Responsibility for coring costs, and calculation of time extension, shall be in accordance with subsection 3.09.H of this Special Provision. F. Before placing any fresh concrete against concrete deposited in water or slurry, the Contractor shall remove all scum, laitance, loose gravel and sediment on the upper surface of the concrete deposited in water or slurry and chip off any high spots on the upper surface of the existing concrete that would prevent the steel reinforcing bar cage from being placed in the position required by the Plans. Prior to performing any of the crosshole sonic log testing operations specified in subsection 3.09 of this Special Provision, the Contractor shall remove the concrete at the top of the shaft down to sound concrete. G. The Contractor's construction operation in the vicinity of a shaft excavation with freshly placed concrete and curing concrete shall conform to Section 6- 02.3(6)D. H. Except for shafts where the shaft concrete is placed in the dry, the Contractor shall complete a uniform yield form, consistent with the sample form submitted to the Engineer as part of the shaft installation plan as specified in subsection 3.02.B.6 of this Special Provision, for each shaft and shall submit the completed form to the Engineer within 24 hours of completing the concrete placement in the shaft. I. Concrete shall not be placed above the top of shaft (for column splice zones, columns, footings, or shaft caps) until the Contractor receives the Engineer's acceptance of CSL testing, if performed at that shaft, and acceptance of the shaft. 6- 19.3.08 Casing Removal A. As the temporary casing is withdrawn, a minimum 5 foot head of concrete shall be maintained to balance the foundation material and water pressure at the Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 29 bottom of the casing. B. Tops of permanent casings for the shafts shall be removed to the top of the shaft or finished groundline, whichever is lower, unless directed otherwise by the Engineer. For those shafts constructed within a permanent body of water, tops of permanent casings for shafts shall be removed to the low water elevation, unless directed otherwise by the Engineer. C. The Contractor shall completely remove all temporary casings, except as noted. The Contractor may leave some or all of the temporary casing in place provided all the following conditions are satisfied: Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 1. The Contractor shall submit the following information in writing to the Engineer: a. The Contractor shall completely describe the portion of the temporary casing to remain. b. The Contractor shall specify the reason(s) for leaving the portion of the temporary casing in place. c. The Contractor shall submit structural calculations, using the design specifications and design criteria specified in the General Notes of the structure Plans, in accordance with Section 6 -01.9, indicating that leaving the temporary casing in place is compatible with the structure as designed in the Plans. 2. The Contractor shall have received the Engineer's written approval of the submitted request to leave the temporary casing in place. 3.09 Nondestructive Testing of Shafts (Crosshole Sonic Log Testing) A. The Contractor shall provide for crosshole sonic log testing and analysis on all completed shafts designated for testing by the Engineer. The testing and analysis shall be performed by the independent testing organization submitted by the Contractor and approved by the Engineer in accordance with subsection 3.02.D of this Special Provision. The testing shall be performed after the shaft concrete has cured at least 96 hours. Additional curing time prior to testing may be required if the shaft concrete contains admixtures, such as set retarding admixture or water reducing admixture, added in accordance with Section 6- 02.3(3). The additional curing time prior to testing required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor in accordance with Section 1 -08.8. III 30 Crosshole sonic log testing shall be conducted at all shafts in which access tubes for test probe access have been installed (see subsection 3.06.A of this Special Provision). B. After placing the shaft concrete and before beginning the crosshole sonic log testing of a shaft, the Contractor shall inspect the access tubes. Each access tube that the test probe cannot pass through shall be replaced, at the Contractor's expense, with a two inch diameter hole cored through the concrete for the entire length of the shaft. Unless directed otherwise by the Engineer, cored holes shall be located approximately six inches inside the reinforcement and shall not damage the shaft reinforcement. Descriptions of inclusions and voids in cored holes shall be logged and a copy of the log shall be submitted to the Engineer. Findings from cored holes shall be preserved, identified as to location, and made available for inspection by the Engineer. C. The Contractor shall submit the results and analysis of the crosshole sonic log testing for each shaft tested to the Engineer for approval. The Engineer will determine final acceptance of each shaft, based on the crosshole sonic log test results and analysis for the tested shafts, and will provide a response to the Contractor within three working days after receiving the test results and analysis submittal. D. Except as otherwise noted, the Contractor shall not commence subsequent shaft excavations until receiving the Engineer's approval and acceptance of the first shaft, based on the results and analysis of the crosshole sonic log testing for the first shaft. The Contractor may commence subsequent shaft excavations prior to receiving the Engineer's approval and acceptance of the first shaft, provided the following condition is satisfied: E. If the Contractor requests, the Engineer may direct that additional testing be performed at a shaft. If subsequent testing at a shaft indicates the presence of a defect(s) in the shaft, the testing costs and the delay costs resulting from the additional testing shall be borne by the Contractor in accordance with Section 1 -05.6. If this additional testing indicates that the shaft has no defect, the testing costs and the delay costs resulting from the additional testing will be paid by the Contracting Agency in accordance with Section 1 -05.6, and, if the shaft construction is on the critical path of the Contractor's schedule, a time extension equal to the delay created by the additional testing will be granted in accordance with Section 1 -08.8. Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 1. The Engineer approves continuing with shaft construction based on the Engineer's observations of the construction of the first shaft, including, but not limited to, conformance to the shaft installation plan as approved by the Engineer, and the Engineer's review of Contractor's daily reports and Inspector's daily logs concerning excavation, steel reinforcing bar placement, and concrete placement. III 31 F. For all shafts determined to be unacceptable, the Contractor shall submit a plan for further investigation or remedial action to the Engineer for approval. All modifications to the dimensions of the shafts, as shown in the Plans, required by the investigation and remedial action plan shall be supported by calculations and working drawings as specified in Section 6 -01.9. All investigation and remedial correction procedures and designs shall be submitted to the Engineer for approval. The Contractor shall not begin repair operations until receiving the Engineer's approval of the investigation and remedial action plan. G. If the Engineer determines that the concrete placed under slurry for a given shaft is structurally inadequate, that shaft will be rejected. The placement of concrete under slurry shall be suspended until the Contractor submits to the Engineer written changes to the methods of shaft construction needed to prevent future structurally inadequate shafts, and receives the Engineer's written approval of the submittal. H. At the Engineer's request, the Contractor shall drill a corehole in any questionable quality shaft (as determined from crosshole sonic log testing and analysis or by observation of the Engineer) to explore the shaft condition. Prior to beginning coring, the Contractor shall submit the method and equipment used to drill and remove cores from shaft concrete to the Engineer and receives the Engineer's written approval. The coring method and equipment shall provide for complete core recovery and shall minimize abrasion and erosion of the core. If a defect is confirmed, the Contractor shall pay for all coring costs in accordance with Section 1 -05.6. If no defect is encountered, the Contracting Agency will pay for all coring costs in accordance with Section 1 -05.6, and, if the shaft construction is on the critical path of the Contractor's schedule, compensation for the delay will be granted by an appropriate time extension in accordance with Section 1 -08.8. Materials and work necessary, including engineering analysis and redesign, to effect corrections for shaft defects shall be furnished to the Engineer's satisfaction at no additional cost to the Contracting Agency. I. All access tubes and cored holes shall be dewatered and filled with grout after tests are completed. The access tubes and cored holes shall be filled using grout tubes that extend to the bottom of the tube or hole or into the grout already placed. Measurement 6- 19.4.01 Measurement A. Measurement will be made as follows: 1. Soil excavation for shaft including haul will be measured by the cubic yards Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 32 Payment 6- 19.5.01 Payment of shaft excavated. The cubic yards will be computed using the shaft diameter shown in the Plans, the top of shaft soil excavation, as defined below, and the bottom elevation shown in the Plans, unless adjusted by the Engineer, less all rock excavation measured as specified in item 2. Except as otherwise specified, the top of shaft soil excavation shall be defined as the highest existing ground point within the shaft diameter. For shafts where the top of shaft is above the existing ground line and where the Plans show embankment fill placed above the existing ground line to the top of shaft and above, the top of shaft soil excavation shall be defined as the top of shaft. Excavation through embankment fill placed above the top of shaft will not be included in the measurement. 2. Concrete Class 4000P for shaft will be measured by the cubic yards of concrete in place. The cubic yards will be computed using the shaft diameter shown in the Plans, and the top and bottom elevations shown in the Plans, unless adjusted by the Engineer. 3. Steel reinforcing bar for shaft will be measured by the computed weight of all reinforcing steel in place, as shown in the Plans. Bracing for steel reinforcing bar cages shall be considered incidental to this item of work. 4. CSL access tube will be measured by the linear foot of tube furnished and installed. 5. CSL test will be measured once per shaft tested. 6. Removing Shaft Obstructions See Item 6- 19.5.01 B. A. Payment will be made, in accordance with Section 1 -04.1, for the following bid items when they are included in the proposal: 1. "Soil Excavation For Shaft Including Haul per cubic yard, including all costs in connection with furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all mineral, synthetic, and water slurry, and disposing of ground water collected by the shaft excavation. Excavation of Glacial Till and /or Sandstone, where required, will be considered "Soil Excavation" for purposes of Measurement and Payment. 2. "Conc. Class 4000P For Shaft per cubic yard. 3. "St. Reinf. Bar For Shaft per pound, including all costs in connection Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 33 with furnishing and installing steel reinforcing bar centralizers. 4. "CSL Access Tube per linear foot. 5. "CSL Test per each shaft tested. 6. "Removing Shaft Obstructions estimated. B. Payment for Removing Shaft Obstructions 1. Payment for removing, breaking -up, or pushing aside, shaft obstructions, as defined in subsection 3.03.G of this Special Provision, will be made for the changes in shaft construction methods necessary to deal with the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Removing Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. 2. If shaft construction equipment is idled as a result of the work required to deal with the obstruction and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the work required to deal with the obstruction and cannot be reasonably reassigned within the project, than all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. 3. The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 a. the dollar amount estimated by the Contracting Agency has been exceeded, and b. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. III 34 I 1 I PREFABRICATED STEEL TRUSS BRIDGE 6 -20 SUPERSTRUCTURE (New Section) I Description 6- 20.1.01 Bridge Superstructure I A. This item of work shall consist of furnishing all g materials, labor, tools, equipment, I services and incidentals necessary to take delivery of the prefabricated steel truss bridge superstructure, which consists of two 110 ft 0 in bridge spans, at the Dry Creek Bridge construction site in Port Angeles, WA in accordance with the I Plans, the Standard Specifications, and the Special Provisions. Materials I 6- 20.2.01 Prefabricated Steel Truss Bridge Superstructure A. The prefabricated steel truss bridge superstructure will be provided by others. I B. The sewer pipe ,electrical cables and fiber optic cable will be provided and installed by others. I Construction Requirements I 6- 20.3.01 Site Access and Delivery A. The Fabricator will coordinate the exact time of the steel truss delivery to the site I with the Contractor and the City. B. The Fabricators trucks delivering the two steel trusses shall be unloaded at the I time of arrival. C. The Fabricator will provide written field erection procedures for lifting and I splicing the steel trusses. D. The methods, equipment and sequence of steel truss erection are the I responsibility of the Contractor. E. The steel trusses shall be set on temporary supports by the Contractor in order I for all utility hangers, carrier pipes and conduit pipes to be attached to the steel trusses before the Contractor erects the steel trusses on the Dry Creek Bridge substructure. I F. Place and secure steel trusses on permanent substructure units as shown on the Plans. G. Construct concrete deck on steel trusses, includin g PP all appurtenances. Dry Creek Bridge Trail Phase 2 Bridge Construction Project I Project 05 -31 III 35 Measurement 6- 20.4.01 Measurement A. Measurement will be made as follows: 1. Setting a steel truss on temporary supports and erecting one span of a steel truss in final position on the Dry Creek Bridge substructure will be measured per each. 2. Furnishing and installing utility hanger sets will be measured per each. 3. Furnishing and placing sewer line carrier pipe will be measured by the number of linear feet installed within the limits shown in the Plans. 4. Furnishing and placing 5 inch diameter PVC pipe will be measured by the number of linear feet installed within the limits shown in the Plans. 5. Furnishing and placing 6 inch diameter PVC pipe will be measured by the number of linear feet installed within the limits shown in the Plans. 6. Furnishing and placing Epoxy Coated Steel Reinforcement for deck. 7. Furnishing, placing and finishing concrete Class 4000D for deck. Payment 6- 20.5.01 Payment A. Payment will be as follows: 1. "Setting and Erecting Steel Truss per each. 2. "Utility Hanger Sets per each. 3. "Sewer Line Carrier Pipe per linear foot. 4. "5 Inch Diameter PVC Pipe per linear foot. 5. "6 Inch Diameter PVC Pipe per linear foot. 6. "Epoxy Coated Steel Reinforcement Bars per pound. 7. "Concrete Class 4000D per cubic yard. Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III -36 I 1 STANDARD PLANS I The Washington State Department of Transportation's Standard Plans for Road, Bridge and Municipal Construction, up to and including any official changes to these Plans issued through December, 2009, are hereby made a part of this contract. Any conflicts I between the Standard Plans and other parts of this contract will be resolved as stated in the Order of Precedence at the beginning of Part III. I SUBMITTAL REQUIREMENTS I The following is an index of the section contained under Submittal Requirements: SR -01 Material Submittals I SR -02 Design Submittals SR -03 Progress Schedule I SR -04 As -Built Drawings SR -05 Other Post Construction Submittals SR -06 Itemized List Of Submittals I SR -01 MATERIAL SUBMITTALS I The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed in SR -06, "Itemized List Of Submittals All material submittals or resubmittals shall be accompanied by SR -07, "Submittals Review Form The location of the specification for I each of these items in the Standard Specifications or Special Provisions is indicated in SR -06. If the item description for the material submittal is not the exact brand or model specified in the Contract, then 3 copies of the manufacturer's descriptive literature, I catalog cut sheets, etc., must also be included with the submittal package. The Contractor shall clearly indicate on all material submittals and copies, the submittal I review package number (starting with "1" for the first submittal review package), submittal item number (from SR -06) and the exact item selected. In all cases, the Contractor shall enter the exact brand and model on the "Submittal Review Form" for I that particular item. All material submittals shall be submitted within 28 days after award of the Contract. I The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. For each material resubmittal required, the Contractor should allow an additional 7 calendar days from date of receipt by the City Engineer for I review and approval or rejection. Except as provided herein, all requirements of Section 1 -05.3, "Plans and Working Drawings of the Standard Specifications shall apply. I NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED I Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 37 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR -02 DESIGN SUBMITTALS Three copies of all design submittals and related shop drawings are required. Shop drawings and electrical schematic details shall be of the size 22" x 34 Each design submittal or resubmittal and related shop drawings shall be listed on the "Submittal Review Form" by the Contractor with an appropriate reference to the attachments submitted. All design submittals shall be stamped by a Professional Engineer registered in the State of Washington. All design submittals are required within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. For each design resubmittal required, the Contractor should allow an additional 14 calendar days from date of receipt by the City Engineer for review and approval or rejection. The following are required Design Submittals for this Contract: SR -02.1 Traffic Control Plans See Section 1- 10.2(2) of the Standard Specifications, as modified by the Special Provisions, for submittal requirements for Traffic Control Plans. SR -03 PROGRESS SCHEDULE See Section 1 -08.3, as modified in the Special Provisions, for the submittal requirements for a Progress Schedule and regular updates. SR -04 AS -BUILT DRAWINGS Requirements for maintaining As- Builts for the work completed under this Contract are specified in Section 1 -05.5 of the Special Provisions above. Final As- Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. SR -05 OTHER POST CONSTRUCTION SUBMITTALS The Contractor shall furnish the City Engineer with all other post- construction submittals required by the specifications, whether or not listed on the submittal review form. All results of tests the Contractor performs as required by the Contract for quality assurance such as compaction tests, pressure tests, or bacteriological analyses shall be submitted to the Project Engineer whether or not the test meets the performance standards as required by the specifications. Dry Creek Bridge Trail Phase 2 Bridge Construction Project Project 05 -31 III 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SR -06 ITEMIZED LIST OF SUBMITTALS Below is a summarized list of the submittals required under this contract. Edit this list: ITEM APPLICABLE NO. DESCRIPTION SECTION Design Submittals 1 Traffic Control Plan(s) 11 -10 2 Spill Prevention, Control and Countermeasures Plan 1- 07.15(1) 3 Shaft installation Plan 16- 19.3.02.B 4 Progress Schedule 1 -08.3 5 Shaft Preconstruction Meeting 16- 19.3.01 C 6 Material Submittals Post Construction Submittals 7 Final As- Builts 1 -05.5 8 Certification of Construction 6- 11.9(8) Dry Creek Brdge Trail Phase 2 Bridge Construction Project Project 05 -31 III 39 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Dry Creek Bridge Trail Project Bridge Construction Project Project 05 -31 PART IV ATTACHMENTS 1 Attachment A Washington State Prevailing Wage Rates for Clallam County here including Benefit Code Key (and Supplemental to Wage Rates for FHWA and State funded projects. Dry Creek Bridge Trail Project Bridge Construction Project Project 05 -31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE EIGHT (8) HOUR WORKWEEK DAY OR A FOUR TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -2- 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -3- D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE 2 I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE S ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -4- W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K HOLIDAYS• NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) M HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -5- Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9) U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY (9 1/2) F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11) H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10) I PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDAY_ PRESIDENTS' DAY BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -6- T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9) PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9) W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10) X PAID HOLIDAYS• NEW YEARS DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y PAID HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY NOTE CODES 8 A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' $2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 51 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $0 75, LEVEL B $0 50, AND LEVEL C $0 25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A B $1 00, LEVELS C D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $1 00, LEVEL B $0 75, LEVEL C $0 50, AND LEVEL D $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00, CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40 03 1H 5D BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39 49 1M 5A JOURNEY LEVEL $46 35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8 55 1 SHAMPOOER $8 97 1 WAXER $8 97 1 WINDOW CLEANER $13 22 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14 67 1 CARPENTERS ACOUSTICAL WORKER $48 60 1H 5D BRIDGE, DOCK AND WARF CARPENTERS $48 47 1H 5D CARPENTER $48 47 1H 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48.74 1H 5D FLOOR FINISHER $48 60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48 67 1H 5D SAWFILER $48 60 1H 5D SHINGLER $48 60 1H 5D STATIONARY POWER SAW OPERATOR $48 60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $40.03 1H 5D DIVERS TENDERS DIVER $100 28 1M 5D 8A DIVER ON STANDBY $56 68 1M 5D DIVER TENDER $52 23 1M 5D SURFACE RCV ROV OPERATOR $52 23 1M 5D SURFACE RCV ROV OPERATOR TENDER $48.85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49 06 IT 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $49 62 1T 5D 8L Page 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49 06 1T 5D 8L MATES $49 57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48 79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9 37 1 ELECTRICIANS INSIDE CABLE SPLICER $61 95 2W 5L CABLE SPLICER (TUNNEL) $66 57 2W 5L CERTIFIED WELDER $59 85 2W 5L CERTIFIED WELDER (TUNNEL) $64 25 2W 5L CONSTRUCTION STOCK PERSON $31 83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL (TUNNEL) $61 95 2W 5L ELECTRICIANS MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41 22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46 32 4A 5A POLE SPRAYER $54 59 4A 5A POWDERPERSON $41 22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12 07 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73 87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13 50 1 FENCE ERECTORS FENCE ERECTOR $9 96 1 FLAGGERS JOURNEY LEVEL $33 93 1H 5D GLAZIERS JOURNEY LEVEL $48 61 1Y 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50 28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $41 28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 Page 2 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INLAND BOATMEN CAPTAIN $59.22 1 COOK $34 81 1 DECKHAND $34 52 1 ENGINEER/DECKHAND $58 62 1 MATE, LAUNCH OPERATOR $50 20 1 INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8 55 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $20 50 1 IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41 28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 50 BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $4003 1H 5D CARPENTER TENDER $40 03 1H 5D CASSION WORKER $41 28 1H 5D CEMENT DUMPER/PAVING $40 77 1H 5D CEMENT FINISHER TENDER $40 03 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN (OVER 30 LBS) $40.77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D CHOKER SETTER $40.03 1H 5D CHUCK TENDER $40 03 1H 5D CLEAN -UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D CONCRETE FORM STRIPPER $40 03 1H 5D CONCRETE SAW OPERATOR $40 77 1H 5D CRUSHER FEEDER $33 93 1H 5D CURING LABORER $40.03 1H 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 50 DITCH DIGGER $40.03 1H 5D DIVER $41 28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D DRILL OPERATOR, AIRTRAC $41 28 1H 50 DUMPMAN $4003 1H 5D EPDXY TECHNICIAN $40 03 1H 5D EROSION CONTROL WORKER $40 03 1H 5D FALLER/BUCKER, CHAIN SAW $40 77 1H 5D FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D construction debns cleanup) Page 3 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40 03 1H 5D FIRE WATCH $33 93 1H 5D FORM SETTER $40 03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40 03 1H 5D GRADE CHECKER TRANSIT PERSON $41 28 1H 5D GRINDERS $4 0.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40 03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 50 HIGH SCALER $41.28 1H 5D HOD CARRIER/MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40 77 1H 5D MANHOLE BUILDER MUDMAN $40 77 1H 5D MATERIAL YARDMAN $40 03 1H 5D MINER $41 28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 1H 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33 93 1H 5D PIPE POT TENDER $40.77 1H 50 PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D PIPELAYER CAULKER $40.77 1H 5D PIPELAYER CAULKER (LEAD) $41.28 1H 5D PIPEWRAPPER $40.77 1H 50 POT TENDER $40 03 1H 5D POWDERMAN $41 28 1H 50 POWDERMAN HELPER $40 03 1H 50 POWERJACKS $40.77 1H 50 RAILROAD SPIKE PULLER (POWER) $40 77 1H 5D RE- TIMBERMAN $41 28 1H 5D RIPRAP MAN $40 03 1H 5D RODDER $40 77 1H 5D SCAFFOLD ERECTOR $40 03 1H 50 SCALE PERSON $40.03 1H 5D SIGNALMAN $40 03 1H 50 SLOPER (OVER 20 $40.77 1H 5D SLOPER SPRAYMAN $40 03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 50 SPREADER (CONCRETE) $40 77 1H 5D STAKE HOPPER $40 03 1H 5D STOCKPILER $40.03 1H 5D TAMPER SIMILAR ELECTRIC, AIR GAS $40 77 1H 5D TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D TOOLROOM MAN (AT JOB SITE) $40 03 1H 50 TOPPER TAILER $40 03 1H 5D TRACK LABORER $40 03 1H 5D TRACK LINER (POWER) $40 77 1H 5D Page 4 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40 77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40 03 1H 5D VIBRATOR $40 77 1H 5D VINYL SEAMER $40 03 1H 5D WELDER $40.03 1H 5D WELL -POINT LABORER $40.77 1H 5D LABORERS UNDERGROUND SEWER WATER GENERAL LABORER TOPMAN $40 03 1H 5D PIPE LAYER $40 77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $12 89 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 1 LANDSCAPING OR PLANTING LABORERS $12.89 1 LATHERS JOURNEY LEVEL $48 74 1H 5D MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11 41 1 MODULAR BUILDINGS JOURNEY LEVEL $8.55 1 PAINTERS JOURNEY LEVEL $21.86 1 PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $66 44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50 39 1T 5D 8P ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 5D 8P BROKK REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $47 12 1T 5D 8P BUMP CUTTER $49 90 IT 5D 8P CABLEWAYS $50.39 1T 50 8P CHIPPER $49.90 1T 5D 8P Page 5 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code COMPRESSORS $47 12 1T 5D 8P CONCRETE FINISH MACHINE LASER SCREED $47 12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 IT 5D 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 IT 50 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49 48 IT 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52 07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49 90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50.39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49 90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZER, QUAD 9, D -10, AND HD -41 $50 39 1T 5D 8P DOZERS, D -9 UNDER $49 48 1T 5D 8P DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 IT 50 8P DRILLING MACHINE $49 90 1T 50 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 90 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49 90 IT 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47 12 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 IT 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50 94 1T 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P Page 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MOTOR PATROL GRADER (NON FINISHING) $49 48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50 39 1T 50 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS, WATER $47.12 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P ROTO -MILL, ROTO- GRINDER $49 90 1T 5D 8P SAWS, CONCRETE $49 48 1T 5D 8P SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49.90 I T 50 8P OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47 12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49 90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 IT 5D 8P TRACTORS, (75 HP UNDER) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P TRENCHING MACHINES $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 IT 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 50 8P WELDER $50 39 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49 90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40 79 4A 5A SPRAY PERSON $38 73 4A 5A TREE EQUIPMENT OPERATOR $39 25 4A 5A TREE TRIMMER $36 50 4A 5A TREE TRIMMER GROUNDPERSON $27 55 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27 68 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17 85 1 Page 7 I CLALLAM COUNTY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EFFECTIVE 3-03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25 63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27 78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20 05 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $17.76 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $46.35 1m 5A RESIDENTIAL PAINTERS JOURNEY LEVEL $20.00 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $14 60 1 RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS JOURNEY LEVEL $62.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $21 82 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19 67 1 RESIDENTIAL STONE MASONS JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $18 29 1 ROOFERS JOURNEY LEVEL $29 05 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59 32 1E 6L SHIPBUILDING SHIP REPAIR BOILERMAKER $32 56 1H 6W HEAT FROST INSULATOR $50 28 1S 5J LABORER $12 16 1 MACHINIST $17.16 1 SHIPFITTER $14 66 1 WELDER/BURNER $14 66 1 SIGN MAKERS INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19 29 1 SIGN MAKERS INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $12 15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $3919 2X 5A Page 8 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10 31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $22 59 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $46 35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $16 00 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34 09 1E 5A TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18 10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON /INSTALLER $22 73 2B 5A TELEVISION SYSTEM TECHNICIAN $27 09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45 26 1M 5A TILE SETTERS JOURNEY LEVEL $45 26 1M 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38 90 1K 5A TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) $45 63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $20 23 1 DUMP TRUCK TRAILER $20 23 1 OTHER TRUCKS $46 47 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11 60 1 OILER $9 45 1 WELL DRILLER $11.60 1 Page 9 Attachment B Davis -Bacon Prevailing Wage Rate Schedule Dry Creek Bridge Trail Project Bridge Construction Project Project 05 -31 General Decision Number: WA100001 04/16/2010 WA1 Superseded General Decision Number: WA20080001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 03/12/2010 1 03/19/2010 2 04/16/2010 CARP0001 -008 09/01/2009 Rates Fringes Carpenters: COLUMBIA RIVER AREA ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• 27.73 10.56 GROUP 2 29.73 10.56 GROUP 3• 28.00 10.56 GROUP 4• 27.73 10.56 GROUP 5• 63.50 10.56 GROUP 6 30.75 10.56 GROUP 7 31.75 10.56 GROUP 8 28.00 10.56 GROUP 9 33.75 10.56 WA100001 Modification 2 Wage Federal Highway Wage Determinations 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• 26.06 10.56 GROUP 2• 28.06 10.56 GROUP 3• 26.32 10.56 GROUP 4• 26.06 10.56 GROUP 5• 60.14 10.56 GROUP 6• 29.07 10.56 GROUP 7 30.07 10.56 GROUP 8 27.32 10.56 GROUP 9 33.07 10.56 CARPENTER DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). WA100001 Modification 2 2 1 P a g e Federal Highway Wage Determinations 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0 -25 feet Free 26 -300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D $.25 per hour This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C $.50 per hour This level uses an air purifying respirator or additional protective clothing. LEVEL B $.75 per hour Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit LEVEL A +$1.00 per hour This level utilizes a fully encapsulated suit with a self contained breathing apparatus or a supplied air line. WA100001 Modification 2 Wage Federal Highway Wage Determinations CARP0003 -006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS 27.56 13.30 DIVERS TENDERS 30.28 13.30 DIVERS 68.84 13.30 DRYWALL 27.56 13.30 MILLWRIGHTS 28.04 13.30 PILEDRIVERS 28.04 13.30 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 $0.85 Zone 3 1.25 Zone 4 1.70 Zone 5 2.00 Zone 6 3.00 WA100001 Modification 2 4 1 P a g e Federal Highway Wage Determinations BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770 -003 06/01/2009 Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL 25.25 11.97 CARPENTERS 35.39 11.97 DIVERS TENDER 39.15 13.08 DIVERS 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS 36.39 11.97 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 35.59 11.97 WA100001 Modification 2 Federal Highway Wage Determinations Rates Fringes 5IPage (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 radius miles 26 -35 radius miles 36 -45 radius miles 46 -55 radius miles Over 55 radius miles Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Free $1.00 /hour $1.15 /hour $1.35 /hour $1.55 /hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26 -45 radius miles Over 45 radius miles WA100001 Modification 2 Federal Highway Wage Determinations Free .70 /hour $1.50 /hour 6 1Page CARP0770 -006 06/01/2009 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS 35.39 13.08 CARPENTERS ON CREOSOTE MATERIAL 35.49 13.08 CARPENTERS 35.39 13.08 DIVERS TENDER 39.15 13.08 DIVERS 87.20 13.08 MILLWRIGHT AND MACHINE ERECTORS 36.39 13.08 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 35.59 13.08 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend WA100001 Modification 2 Federal Highway Wage Determinations Rates Fringes Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside 71 Page Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles .70 /hour Over 45 radius miles $1.50 /hour ELEC0046 -001 06/01/2009 CALLAN, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER 44.89 3% +15.71 ELECTRICIAN 40.81 3% +15.71 ELEC0048 -003 01/01/2010 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER 39.66 $16.58 ELECTRICIAN 36.05 $16.58 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. WA100001 Modification 2 8 1 P a g e Federal Highway Wage Determinations ELEC0073-001 01/01/2010 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES CABLE SPLICER 28.62 3%+12.98 ELECTRICIAN 28.37 13.98 ELE00076-002 09/01/2009 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELEC0112-005 07/01/2009 Rates Fringes Rates Fringes CABLE SPLICER 38.32 3%+16.45 ELECTRICIAN 34.84 3%+16.40 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER 36.70 3%+13.73 ELECTRICIAN 34.95 3%+13.73 ELEC0191-003 03/01/2008 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER 36.86 3%+12.98 ELECTRICIAN 33.51 3%+12.98 WA100001 Modification 2 9IPage Federal Highway Wage Determinations ELEC0191 -004 03/01/2008 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER 32.46 3% +12.81 ELECTRICIAN 29.51 3% +12.81 ELEC0970 -001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTY CABLE SPLICER 34.68 3% +9.59 ELECTRICIAN 31.53 3% +9.59 ENGI0302 -003 06/01/2009 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0 -25 radius miles): Power equipment operators: Group 1A 35.79 15.15 Group IAA 36.36 15.15 Group lAAA 36.92 15.15 Group 1 35.24 15.15 Group 2 34.75 15.15 Group 3 34.33 15.15 Group 4 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) $1.00 Zone 3 (Over 45 radius miles) $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS Rates Fringes Rates Fringes GROUP lAAA Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) WA100001 Modification 2 10 P a g e Federal Highway Wage Determinations GROUP IAA Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto mill,roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine shuttle buggy, blaw knox roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader- elevating type, belt; Motor patrol grader nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrpers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under WA100001 Modification 2 11 1 P a g e Federal Highway Wage Determinations GROUP 4 Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit Base wage rate plus .25 per hour. H -3 Class "B" Suit Base wage rate plus .50 per hour. H -4 Class "A" Suit Base wage rate plus .75 per hour. WA100001 Modification 2 12 1Page Federal Highway Wage Determinations ENGI0370 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS CLASSIFICATIONS Rates Fringes Power equipment operators: GROUP lA 23.21 11.05 GROUP 1 23.76 11.05 GROUP 2 24.08 11.05 GROUP 3 24.69 11.05 GROUP 4 24.85 11.05 GROUP 5 25.01 11.05 GROUP 6 25.29 11.05 GROUP 7 25.56 11.05 GROUP 8 26.66 11.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler Driver (CLD required) Cable Tender, Mucking Machine WA100001 Modification 2 13 1 P a g e Federal Highway Wage Determinations GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer similar; Power Broom; Railroad Ballast Regulation Operator (self- propelled); Railroad Power Tamper Operator (self propelled); Railroad Tamper Jack Operator (self propelled; Spray Curing Machine (concrete); Spreader Box (self propelled); Straddle Buggy (Ross similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant Chiller Operator (over 1000 ton); Backfillers (Cleveland similar); Batch Plant Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavatdr; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze crete, flow crete, pump crete, Whitman similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) WA100001 Modification 2 14 1 P a g e Federal Highway Wage Determinations GROUP 5: Backhoe (under 45,000 gw); Backhoe Hoe Ram (under 3/4 yd.); Carrydeck Boom Truck (under 25 tons); Cranes (25 tons under), all attachments including clamshell, dragline; Derricks Stifflegs (under 65 tons); Drilling Equipment(8 inch bit over) (Robbins, reverse circulation similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self propelled); Refrigeration Plant Engineer (1000 tons over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches Trimmers)(Autograde, ABC, R.A. Hansen similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch Wet Mix Operator (multiple units, 2 incl. 4); Blade Operator (motor patrol attachments); Cable Controller (dispatcher); Compactor (self propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle Screening Plant Operator; Dozer, 834 R/T similar; Drill Doctor; Loader Operator (front -end overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes Hoe Ram (3 yds over); Blade (finish bluetop) Automatic, CMI, ABC, Finish Athey Huber similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks Stiffleys (65 tons over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. over); Whirleys Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot WA100001 Modification 2 15 1 P a g e Federal Highway Wage Determinations BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft .50 over scale Over 250 ft .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. WA100001 Modification 2 16 P a g e Federal Highway Wage Determinations ENGI0612 -006 06/01/2009 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Power equipment operators: GROUP 1A 35.79 15.15 GROUP IAA 36.36 15.15 GROUP lAAA 36.92 15.15 GROUP 1 35.24 15.15 GROUP 2 34.75 15.15 GROUP 3 34.33 15.15 GROUP 4 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) .70 Zone 3 (Over 45 radius miles) $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS Rates Fringes GROUP 1 AAA Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom WA100001 Modification 2 17 Page Federal Highway Wage Determinations GROUP lA Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 Barrier machine (zipper); Batch Plant Operator concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders elevating type, belt; Motor patrol grader nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws concrete; Scrapers, concrete and carry all; Service engineers- equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp WA100001 Modification 2 18 I F a g e Federal Highway Wage Determinations GROUP 4 Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger mechanical; Power plant; Pumps water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit Base wage rate plus .25 per hour. H -3 Class "B" Suit Base wage rate plus .50 per hour. H -4 Class "A" Suit Base wage rate plus .75 per hour. ENGI0701 -002 01/01/2010 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 37.27 11.50 GROUP 1A 39.13 11.50 GROUP 1B 41.00 11.50 GROUP 2 35.64 11.50 GROUP 3 34.64 11.50 GROUP 4 33.71 11.50 GROUP 5 32.60 11.50 GROUP 6 29.61 11.50 WA100001 Modification 2 19 1 P a g e Federal Highway Wage Determinations Zone Differential (add to Zone 1 rates): Zone 2 $3.00 Zone 3 $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton WA100001 Modification 2 20 P a g e Federal Highway Wage Determinations GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth moving equipment; RUBBER -TIRED SCRAPERS: Rubber tired scraper operator, with tandem scrapers, multi engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. WA100001 Modification 2 21 1 P a g e Federal Highway Wage Determinations GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF PROPELLED: Compactor Operator, with blade; Compactor Operator, multi- engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller- Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel electric Engineer; Jack Operator, elevating barges, Barge Operator, self unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting WA100001 Modification 2 22 1Page Federal Highway Wage Determinations Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR RUBBERED TIRED: Tractor operator, rubber tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including WA100001 Modification 2 23 P a g e Federal Highway Wage Determinations 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self- propelled construction job site; TRACTOR- RUBBER TIRED: Tractor operator, rubber tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Grooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch.Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator WA100001 Modification 2 24 1 P a g e Federal Highway Wage Determinations IRON0014 -005 07/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER 30.79 17.40 IRON0029 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES IRONWORKER 33.12 17.40 IRON0086 -002 07/01/2009 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER 31.07 IRON0086 -004 07/01/2009 Rates Fringes Fringes 17.40 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER 36.62 17.40 WA100001 Modification 2 25 !Page Federal Highway Wage Determinations 1 LAB00001 -002 06/01/2009 ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 21.77 9.07 GROUP 2 24.86 9.07 GROUP 3 30.96 9.07 GROUP 4 31.70 9.07 GROUP 5 32.21 9.07 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 17.95 9.07 GROUP 2 20.58 9.07 GROUP 3 22.54 9.07 GROUP 4 23.09 9.07 GROUP 5 23.48 9.07 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 Projects within 25 radius miles of the respective city hall ZONE 2 More than 25 but less than 45 radius miles from the respective city hall ZONE 3 More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 $1.00 ZONE 3 $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 Projects within 25 radius miles of the respective city hall ZONE 2 More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 $2.25 WA100001 Modification 2 26 1Page Federal Highway Wage Determinations 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line). WA100001 Modification 2 27 1 P a g e Federal Highway Wage Determinations 1 1 1 LAB00238 -004 06/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 20.56 8.75 GROUP 2 22.66 8.75 GROUP 3 22.93 8.75 GROUP 4 23.20 8.75 GROUP 5 23.48 8.75 GROUP 6 24.85 8.75 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA100001 Modification 2 28 1 Page Federal Highway Wage Determinations GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self contained breathing apparatus or a supplied air line); Miner Class "D (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 Powderman WA100001 Modification 2 29 P a g e Federal Highway Wage Determinations LAB00238 -006 06/01/2009 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN LAB00335 -001 06/01/2008 Zone Differential (Add to Zone 1 rates): Zone 2 0.65 Zone 3 1.15 Zone 4 1.70 Zone 5 2.75 Rates Fringes Hod Carrier 24.10 8.75 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 27.46 8.40 GROUP 2 28.06 8.40 GROUP 3 28.50 8.40 GROUP 4 28.88 8.40 GROUP 5 24.96 8.40 GROUP 6 22.54 8.40 GROUP 7 19.34 8.40 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA100001 Modification 2 30 1 Page Federal Highway Wage Determinations LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake Setter; Tunnel Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster WA100001 Modification 2 31 1 P a g e Federal Highway Wage Determinations GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive Tunnel; Powderman- Tunnel; Shield Operator Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335 -019 06/01/2008 Hod Carrier 29.58 8.40 PAIN0005 -002 07/01/2009 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES PAIN0005 -004 03/01/2009 Rates Painters: STRIPERS 27.40 Fringes 11.50 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER 20.82 7.44 WA100001 Modification 2 32 1Page Federal Highway Wage Determinations PAIN0005 -006 07/01/2009 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting 21.50 Over 30' /Swing Stage Work $ 22.20 Brush, Roller, Striping, Steam cleaning and Spray $ 15.09 Lead Abatement, Asbestos Abatement 21.50 PAIN0055 -002 07/01/2009 Rates Fringes 7.98 7.98 6.78 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush Roller 19.59 7.24 High work All work 60 ft. or higher 20.34 7.24 Spray and Sandblasting 20.19 7.24 PAIN0055 -007 08/13/2009 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY PARKING LOT STRIPER 30.82 8.62 WA100001 Modification 2 33 !Page Federal Highway Wage Determinations PLAS0072 -004 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON /CONCRETE FINISHER ZONE 1• 24.08 11.22 Zone Differential (Add to Zone 1 rate): Zone 2 $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528 -001 06/01/2009 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Cement Masons: CEMENT MASON 35.75 13.40 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE 36.25 13.40 TROWLING MACHINE OPERATOR ON COMPOSITION 37.25 13.40 PLAS0555 -002 06/01/2009 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 29.94 15.59 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD 29.41 15.59 CEMENT MASONS 28.87 15.59 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 29.41 15.59 WA100001 Modification 2 34 1 Page Federal Highway Wage Determinations 1 Zone Differential (Add To Zone 1 Rates): Zone 2 $0.65 Zone 3 1.15 Zone 4 1.70 Zone 5 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall TEAM0037 -002 06/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Zone Differential (Add to Zone 1 Rates): Zone 2 $0.65 Zone 3 1.15 Zone 4 1.70 Zone 5 2.75 Rates Fringes Truck drivers: ZONE 1 GROUP 1 26.90 12.75 GROUP 2 27.02 12.75 GROUP 3 27.15 12.75 GROUP 4 27.41 12.75 GROUP 5 27.63 12.75 GROUP 6 27.79 12.75 GROUP 7 27.99 12.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA100001 Modification 2 35 1 Page Federal Highway Wage Determinations TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck /Hydra -lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic Welder -Body Repairman; Utility and Clean -up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck WA100001 Modification 2 36 1 P a g e Federal Highway Wage Determinations GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) TEAM0174 -001 06/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Truck drivers: ZONE A: GROUP 1• 31.87 14.60 GROUP 2• 31.03 14.60 GROUP 3• 28.22 14.60 GROUP 4- 23.25 14.60 GROUP 5 31.42 14.60 ZONE B (25 -45 miles from center of listed cities Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN Rates Fringes OLYMPIA BELLEVUE KENT BREMERTON GROUP 1 "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four Wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity WA100001 Modification 2 37 1Page Federal Highway Wage Determinations GROUP 2 Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber- tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 Escort or Pilot Car GROUP 5 Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour This level utilizes a fully encapsulated suit with a self contained breathing apparatus or a supplied air line. WA100001 Modification 2 38 P a g e Federal Highway Wage Determinations TEAM0760 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES TRUCK DRIVERS CLASSIFICATIONS Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 20.02 10.86 GROUP 2 22.29 10.86 GROUP 3 22.79 10.86 GROUP 4 23.12 10.86 GROUP 5 23.23 10.86 GROUP 6 23.40 10.86 GROUP 7 23.93 10.86 GROUP 8 24.26 10.86 Zone Differential (Add to Zone 1 rate: Zone 2 $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder Mulcher; Stationary Fuel Operator; Tractor (small, rubber tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile Similar; Bulk Cement Tanks Spreader; Dumptor (6 yds. under); Flat Bed Truck with Hydraullic System; Fork Lift (3001 16,000 lbs.); Fuel Truck Driver, Steamcleaner Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, similar); Tireperson; Transit Mixers Truck Hauling Concrete (3 yd. to including 6 yds.); Trucks, side, end, bottom articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping receiving); Wrecker Tow Truck GROUP 4: A- Frame; Burner, Cutter, Welder; Service Greaser; Trucks, side, end, bottom articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) WA100001 Modification 2 39 1Page Federal Highway Wage Determinations 1 GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons under); Self- loading Roll Off; Semi -Truck Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to including 20 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck Trailer; Transit Mixers Trucks Hauling Concrete (over 10 yds. to including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to including 40 yds.); Truck and Pup; Tournarocker, DWs similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials WA100001 Modification 2 40 1 P a g e Federal Highway Wage Determinations 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Footnote A Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate WELDERS Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. WA100001 Modification 2 41 !Page Federal Highway Wage Determinations With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA100001 Modification 2 42 1 P a g e Federal Highway Wage Determinations Attachment C Request for Information Form 1 DATE REPLY REQUESTED: ORIGINATOR SIGNATURE: COMMENTS: PW 407_04 Part04 doc [Revised 09/081 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: DRY CREEK BRIDGE TRAIL PROJECT PHASE 2, BRIDGE CONSTRUCTION PROJECT PROJECT /CONTRACT NUMBER: 05 -31 ORIGINATOR: Owner Contractor ITEM. REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION /REQUEST: CRITICAL TO SCHEDULE: YES NO DATE. RFI Number: 1 Attachment D Contractor's Application for Payment Form Construction Change Order Form TO: City of Port Angeles Public Works Utilities Department PO. Box 1150 Port Angeles, WA 98362 FROM: PERIOD From: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount (Excluding Sales Tax) 1 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) 3 Adjusted Contract Amount [1 +2] 4 Value of Work Completed to Date (per attached breakdown) 5 Material Stored on Site (per attached breakdown and material receipts) 6 Subtotal [4 +5] 7 8.4% Sales Tax (at 8.4% of Subtotal), As Applicable 8 Less Amount Retained (at 5% of subtotal) 9 Subtotal [6 +7 -8] 10 Total Previously Paid 11 AMOUNT DUE THIS REQUEST [9 -10] WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 Dry Creek Bndge Trail Project Bndge Construction Project Project 05 -31 CONTRACTOR'S APPLICATION FOR PAYMENT DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 BRIDGE CONSTRUCTION PROJECT PROJECT NO. 05 -31 Page 1 of 2 DATE: PAYMENT REQUEST NO. to [end of period]: I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. 1 further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. 1 further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 20 APPROVAL: Project Manager City Engineer CONTRACTOR'S APPLICATION FOR PAYMENT Page 2of2 PW 407_04 Part04.doc [Revised 09/08] Notary Public in and for the State of residing at My appointment expires Date Date CONTRACT CHANGE ORDER (CCO) NO. Project Name DRY CREEK BRIDGE TRAIL PROJECT PHASE 2 Date: BRIDGE CONSTRUCTION PROJECT Contractor Project No. 05 -31 DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc.... Such work will be compensated by: check one or more of the following as applicable Increase or Decrease in bid items; Force Account; Negotiated Price The described work affects the existing contract items and /or adds and /or deletes bid items as follows: Item Description RFI Qty Unit Cost Per Unit Cost No 1 Ong. I I I II Rev I 1 1 I t I 2 Ong I I `r:. I "Y'I Rev DAYS XX Amount with applicable sales tax included APPROVED BY: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE PW 407_04 Part04 doc [Revised 09/08] ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER I* I* I DAYS YY 1 DAYS ZZ SIGNATURE: Net Cost Adj. Days I* i 1 DAYS XX +ZZ -YY I DAYS YY +ZZ All work, materials and measurements to be in accordance with the provisions of the original contract and /or the standard specifications and special provisions for the type of construction involved The payments and /or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project DATE: Attachment E Contractor and Subcontrator Certification Form pORT4 Contractor and Subcontractor or Lower Tier Subcontractor Certification for City of Port Angeles Projects ARKS AND Project Number: 05 -31 Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor I certify the above statement to be true and correct. Company By Title Contractor Certification To be completed and signed by the contractor I certify the above statements under Contractor Certification to be true and correct. Company By Date Title PW 0407_25 [New 07/05] (Required for each Subcontractor or Lower Tier Subcontractor on all projects) Project Name: Dry Creek Bridge Trail Project Phase 2 Bridge Construction Project The contract documents for this subcontract include the minimum prevailing wage rates. Date I. A written agreement has been executed between my firm and the above subcontractor. 2. A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. The contract documents for (1) or (2) marked above include the minimum prevailing wage rates. Attachment F Amendments to the Standard Plans and Specifications 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2010 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 02.AP1 17 SECTION 1 -02, BID PROCEDURES AND CONDITIONS 18 January 4, 2010 19 1 -02.7 Bid Deposit 20 In the first paragraph, the third sentence is revised to read: 21 22 For projects scheduled for bid opening in Olympia, the proposal bond may be in hard 23 copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 24 25 1 02.9 Delivery of Proposal 26 In the first paragraph, the first sentence is revised to read: 27 28 For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and 29 submitted in the envelope provided with it, or electronically via Expedite software and 30 BidX.com at the location and time identified in Section 1- 02.12. 31 32 The following new paragraph is inserted after the first paragraph: 33 34 For projects scheduled for bid opening in the Region, each Proposal shall be sealed 35 and submitted in the envelope provided with it, at the location and time identified in 36 Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper 37 handling and delivery. 38 39 06.AP1 40 SECTION 1 -06, CONTROL OF MATERIALS 41 April 5, 2010 42 1 -06.1 Approval of Materials Prior to Use 43 This section is supplemented with the following new sub section: 44 45 1 06.1(4) Fabrication Inspection Expense 46 In the event the Contractor elects to have items fabricated beyond 300 miles from 47 Seattle, Washington the Contracting Agency will deduct from payment due the 48 Contractor costs to perform fabrication inspection on the following items: ASSEMBLED AMENDMENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 Steel Bridges and Steel Bridge components 3 Cantilever Sign Structures and Sign Bridges 4 Cylindrical, Disc, Pin, and Spherical Bearings 5 Modular Expansion Joints 6 Additional items as may be determined by the Engineer. 7 8 The deductions for fabrication inspection costs will be as shown in the Payment Table 9 below. 10 Zone 1 Place of Fabrication 1 Reduction in Payment 1 1 Within 300 airline miles None from Seattle 2 Between 300 and 3,000 $700.00 per *inspection day airline miles from Seattle 3 Over 3,000 airline miles $1,000 per *inspection day, from Seattle but not less than $2,500 per trip 11 *Note An inspection day includes any calendar day or portion of a calendar 12 day spent inspecting at or traveling to and from a place of fabrication. 13 14 Where fabrication of an item takes place in more than one zone, the reduction in 15 payment will be computed on the basis of the entire item being fabricated in the furthest 16 of zones where any fabrication takes place on that item. 17 18 The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication 19 inspection activities to include but not limited to; plant approvals, prefabrication 20 meetings, fabrication, coatings and final inspection. 21 ASSEMBLED AMENDMENTS 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1- 06.2(2)A General 2 Table 2 "Pay Factors" on page 1 -39 is revised to read: 3 Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU PL) —100 Category n =3 n.4 n=5 n =6 n=7 n=8 n =9 n=10 n =12 n_15 n_18 n_23 n_30 n_43 n=67 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n =42 n =66 105 100 100 100 100 100 100 100 100 100 100 104 100 99 97 95 96 96 96 97 97 97 97 1 03 100 98 96 94 92 93 93 94 95 95 96 96 1 02 99 97 94 91 89 90 91 92 93 93 94 94 1 01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1 00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0 99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0 98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0 97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0 96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0 95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0 94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0 93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0 92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0 91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0 90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0 89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0 88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0 87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0 86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued) 4 5 6 7 Table 2 "Pay Factors" on page 1 -40 is revised to read: 8 I PAY FACTOR Category Table 2 Pay Factors (continued) Minimum Required Percent of Work Within Specification Limits for a Given Factor (P PL) 100 n_3 n =4 n =5 n =6 n =7 n =8 n =9 n =10 n =12 n =15 n =18 n =23 n =30 n =43 n =67 to to to t0 to to to to n =11 n =14 n =17 n =22 n =29 n =42 n =66 0 85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0 84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0 83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0 82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0 81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0 80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0 79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0 78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0 77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0 76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0 75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0 75 Pay Factor Note. If the value of (P„ P,) 100 does not correspond to a (P„ P,) 100 value in this table, use the next smaller (P„ P,) 100 value 9 10 11 07.AP1 12 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 13 April 5, 2010 14 1- 07.13(4) Repair of Damage 15 The last sentence in the first paragraph is revised to read: ASSEMBLED AMENDMENTS 3 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 2 For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8- 3 17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid 4 item "Reimbursement for Third Party Damage 5 6 1 07.16(2) Vegetation Protection and Restoration 7 The second paragraph is revised to read: 8 9 Damage which may require replacement of vegetation includes torn bark stripping, 10 broken branches, exposed root systems, cut root systems, poisoned root systems, 11 compaction of surface soil and roots, puncture wounds, drastic reduction of surface 12 roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to 13 the location that may jeopardize the survival or health of the vegetation to be preserved. 14 15 The third paragraph is revised to read: 16 17 When large roots of trees designated to be saved are exposed by the Contractor's 18 operation, they shall be wrapped with heavy, moist material such as burlap or canvas 19 for protection and to prevent excessive drying. The material shall be kept moist and 20 securely fastened until the roots are covered to finish grade. All material and fastening 21 material shall be removed from the roots before covering. All roots 1 -inch or larger in 22 diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. 23 Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no 24 additional cost to the Contracting Agency. 25 26 The fourth paragraph is revised to read: 27 28 Any pruning activity required to complete the Work as specified shall be performed by a 29 Certified Arborist as designated by the Engineer. 30 31 08.AP1 32 SECTION 1 -08, PROSECUTION AND PROGRESS 33 April 5, 2010 34 1 -08.1 Subcontracting 35 The second and third sentences in the eighth paragraph are revised to read: 36 37 This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, 38 "Quarterly Report of Amounts Paid as MBE/WBE Participants quarterly for the State 39 fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through 40 September 30, October 1 through December 31, and for any remaining portion of a 41 quarter through Physical Completion of the Contract. The report is due 20 calendar 42 days following the fiscal quarter end or 20- calendar days after Physical Completion of 43 the Contract. 44 45 The last sentence in the ninth paragraph is revised to read: 46 47 When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in 48 lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE 49 Participants 50 ASSEMBLED AMENDMENTS 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 -08.5 Time for Completion 2 The last two sentences in the first paragraph are revised to read: 3 4 When any of these holidays fall on a Sunday, the following Monday shall be counted a 5 nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be 6 counted a nonworking day. The days between December 25 and January 1 will be 7 classified as nonworking days. 8 9 09.AP1 10 SECTION 1 -09, MEASUREMENT AND PAYMENT 11 January 4, 2010 12 1 -09.9 Payments 13 The first paragraph is revised to read: 14 15 The basis of payment will be the actual quantities of Work performed according to the 16 Contract and as specified for payment. 17 18 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the 19 Project Engineer to determine the Work performed on a monthly basis. Lump sum item 20 breakdowns shall be submitted prior to the first progress payment that includes payment 21 for the Bid Item in question. A breakdown is not required for lump sum items that 22 include a basis for incremental payments as part of the respective Specification. Absent 23 a lump sum breakdown the Project Engineer will make a determination based on 24 information available. The Project Engineer's determination of the cost of work shall be 25 final. 26 27 In the third paragraph, the second sentence is deleted. 28 29 10.AP1 30 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL 31 April 5, 2010 32 In Division 1 -10, all references to "truck mounted" are revised to read "transportable 33 34 1 10.2(3) Conformance to Established Standards 35 In the fifth paragraph, the reference "(TMA's)" is deleted. 36 37 1 10.3(2)C Lane Closure Setup/Takedown 38 In the second paragraph, the reference to "TMA/arrow board" is revised to read 39 "transportable attenuator /arrow board 40 41 1 10.3(3)A Construction Signs 42 In the fourth paragraph "height" is replaced with "top of the ballast 43 44 1 10.3(3)J Truck Mounted Attenuator 45 The title for this section is revised to read: 46 47 1 10.3(3)J Transportable Attenuator 48 ASSEMBLED AMENDMENTS 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 In the second and fourth paragraphs, the references to "TMA" are revised to read 2 "Transportable Attenuator 3 4 In the first paragraph, the first sentence is revised to read: 5 6 Where shown on an approved traffic control plan or where ordered by the Engineer, the 7 Contractor shall provide, operate, and maintain transportable impact attenuators as 8 required in Section 9- 35.12. 9 10 In the third paragraph, the reference to "truck's" is revised to read "host vehicle's 11 12 1 10.4(2) Item Bids with Lump Sum for Incidentals 13 All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable 14 Attenuator(s)". 15 16 In the eighth paragraph, the first sentence is revised to read: 17 18 "Transportable Attenuator" will be measured per each one time only for each host 19 vehicle with mounted or attached impact attenuator used on the project. 20 21 In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with 22 "transportable attenuator". 23 24 1 10.5(2) Item Bids with Lump Sum for Incidentals 25 All references to "truck mounted impact attenuator(s)" are revised to read "transportable 26 attenuator(s)". 27 28 01.AP2 29 SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 30 April 5, 2010 31 2- 01.3(2) Grubbing 32 In the first paragraph Item 2. e. is revised to read: 33 34 e. Upon which embankments will be placed except stumps may be close -cut or 35 trimmed as allowed in Section 2- 01.3(1) item 3. 36 37 02.AP2 38 SECTION 2 02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 39 January 4, 2010 40 2 02.3 Construction Requirements 41 The fourth paragraph is revised to read: 42 43 The Contractor may dispose of waste material in Contracting Agency owned sites if the 44 Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange 45 to dispose of waste at no expense to the Contracting Agency and the disposal shall 46 meet the requirements of Section 2- 03.3(7)C. 47 ASSEMBLED AMENDMENTS 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01.AP5 2 SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION 3 January 4, 2010 4 5 -01.2 Materials 5 The referenced section for the following item is revised to read: 6 7 Dowel Bars 9- 07.5(1) 8 9 04.AP5 10 SECTION 5 -04, HOT MIX ASPHALT 11 April 5, 2010 12 5- 04.3(8)A1 General 13 The second sentence in the second paragraph is revised to read: 14 15 Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt 16 binder, when the Proposal quantities exceed 4,000 -tons. 17 18 The third paragraph is revised to read: 19 20 Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal 21 quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons 22 or less. 23 24 5 04.3(8)A4 Definition of Sampling Lot and Subiot 25 The first sentence in the first paragraph is revised to read: 26 27 A lot is represented by randomly selected samples of the same mix design that will be 28 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design 29 may be increased to 25 sublots 30 31 5 04.3(10)B1 General 32 The first sentence in the second paragraph is revised to read: 33 34 A lot is represented by randomly selected samples of the same mix design that will be 35 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design 36 may be increased to 25 sublots. 37 38 05.AP5 39 SECTION 5 -05, CEMENT CONCRETE PAVEMENT 40 April 5, 2010 41 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement 42 All references to "AASHTO T 22" are revised to read WSDOT FOP for AASHTO T 22 43 44 The eighth paragraph is revised to read: 45 46 Acceptance testing for compliance of air content and 28 -day compressive strength shall 47 be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air 48 content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. ASSEMBLED AMENDMENTS 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and 2 WSDOT FOP for AASHTO T 22. 3 4 5 05.3(12) Surface Smoothness 5 The first paragraph is revised to read: 6 7 The pavement smoothness will be checked with equipment furnished and operated by 8 the Contractor, under supervision of the Engineer, within 48 -hours following placement 9 of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, 10 intersections, tight horizontal curves, and small or irregular areas as defined by Section 11 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as 12 specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be 13 determined in accordance with WSDOT Test Method 807. Tight horizontal curves are 14 curves having a centerline radius of curve less than 1,000 feet and pavement within the 15 superelevation transition of those curves. 16 17 5 05.3(16) Protection of Pavement 18 All references to "AASHTO T 22" are revised to read WSDOT FOP for AASHTO T 22 19 20 5 05.3(17) Opening to Traffic 21 All references to "AASHTO T 22" are revised to read WSDOT FOP for AASHTO T 22 22 23 02.AP6 24 SECTION 6 -02, CONCRETE STRUCTURES 25 April 5, 2010 26 6- 02.3(6) Placing Concrete 27 The third paragraph is revised to read: 28 29 All foundations, forms, and contacting concrete surfaces shall be moistened with water 30 just before the concrete is placed. Any standing water on the foundation, on the 31 concrete surface, or in the form shall be removed. 32 33 The following new sentence is added after the fourth sentence in the fourth paragraph: 34 35 The submittal to the Engineer shall include justification that the concrete mix design will 36 remain fluid for interruptions longer than 30- minutes between placements. 37 38 6 02.3(10)D Concrete Placement, Finishing, and Texturing 39 The following paragraph is inserted at the beginning of this section: 40 41 Before placing bridge approach slab concrete, the subgrade shall be constructed in 42 accordance with Sections 2 -06 and 5- 05.3(6). 43 44 6 02.3(11) Curing Concrete 45 In the fifth paragraph "Type 10" is revised to read "Type 1 D, Class B 46 47 6 02.3(17)F Bracing 48 Under the heading "Temporary Bracing for Bridge Girders the table is revised to read: 49 ASSEMBLED AMENDMENTS 8 I Girder Series I Distance in Inches W42G 1 30 1 W5OG 1 42 W58G I 63 W74G 66 Prestressed concrete tub girders 30 with webs with flanges WF36G, WF42G, WF50G, 70 WF58G, WF66G, WF74G, WF83G, WF95G, and WF100G W32BTG, W38BTG, and 70 W62BTG WF74PTG, WF83PTG, 70 WF95PTG, and WF100PTG 1 2 3 6 02.3(17)N Removal of Falsework and Forms 4 The first paragraph including table is revised to read: 5 6 If the Engineer does not specify otherwise, the Contractor may remove forms based on 7 an applicable row of criteria in the table below. Both compressive strength and minimum 8 time criteria must be met if both are listed in the applicable row. The minimum time shall 9 be from the time of the last concrete placement the forms support. In no case shall the 10 Contractor remove forms or falsework without the Engineer's approval. ASSEMBLED AMENDMENTS 9 1 Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strengthl Strength1 Columns, walls, non- 3 days sloping box girder webs, abutments, footings, pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- 1400 psi 18 hours sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile 18 hours caps, and shaft caps. Crossbeams, shaft caps, 80 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 10 days wood or steel stringers or on steel or prestressed concrete girders. Box girders, T -beam 80 14 days girders, and flat -slab Superstructure. Arches. 1 80 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. 2 3 4 The third and fourth paragraphs are deleted. 5 6 The fifth paragraph is revised to read: 7 8 Curing shall comply as required in Section 6- 02.3(11). The concrete surface shall not 9 become dry during form removal if removed during the cure period. 10 11 6 02.3(20) Grout for Anchor Bolts and Bridge Bearings 12 In the fourth paragraph "9- 20.3(4)" is revised to read "Section 9- 20.3(4) ASSEMBLED AMENDMENTS 10 1 1 1 2 6- 02.3(24) Reinforcement 3 This first paragraph is revised to read: 4 5 Although a bar list is normally included in the Plans, the Contracting Agency does not 6 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement 7 fabrication details shall be determined from the information provided in the Plans. 8 9 The third paragraph is deleted. 10 11 6 02.3(24)C Placing and Fastening 12 The eighth paragraph is revised to read: 13 14 Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. 15 16 The 14th paragraph is revised to read: 17 18 Clearances for main bars shall be at least: 19 20 4- inches between: Bars and the surface of any concrete masonry exposed 21 to the action of salt or alkaline water. 22 23 3- inches between: Bars and the surface of any concrete deposited against 24 earth without intervening forms. 25 26 2 inches between: Adjacent bars in a layer. Bridge deck bars and the top of 27 the bridge deck. 28 29 2- inches between: Adjacent layers. Bars and the surface of concrete 30 exposed to earth. Reinforcing bars and the faces of 31 forms for exposed aggregate finish. 32 33 1 -%2- inches between: Bars and the surface of concrete when not specified 34 otherwise in this Section or in the Plans. Barrier and 35 curb bars and the surface of concrete. 36 37 1 -inch between: Slab bars and the bottom of the slab. Slab bars and the 38 top surface of the bottom slab of a cast -in -place 39 concrete box girder. 40 41 The following new paragraph is inserted after the 14th paragraph: 42 43 Cover to ties and stirrups may be 1 -inch Tess than the values specified for main bars 44 but shall not be less than 1 -inch. 45 46 6 02.3(24)F Mechanical Splices 47 Items 1, 2, and 3 in the fourth paragraph are revised to read: 48 49 1. Mechanical splices shall develop at least 125 percent of the specified yield strength 50 of the unspliced bar. The ultimate tensile strength of the mechanical splice shall 51 exceed that of the unspliced bar. 52 ASSEMBLED AMENDMENTS 11 1 2. The total slip of the bar within the spliced sleeve of the connector after loading in p p 9 2 tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured I 3 displacements between gage points clear of the splice sleeve: 4 5 a. 0.01 inches for bar sizes up to No. 14. I 6 7 b. 0.03 inches for No. 18 bars. 8 I 9 10 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 11 6 02.3(25) Prestressed Concrete Girders I 12 Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is 13 revised to read: 14 I 15 16 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. 17 I 18 Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to 19 read: 20 I 21 WSDOT standard girders in this category include Series WF74PTG, WF83PTG, 22 WF95PTG and WF100PTG. 23 24 6 02.3(25)L Handling and Storage 1 25 In the third sentence of the second paragraph, the reference to "1- foot -9- inches" is revised to 26 read "3- foot -0- inches 27 1 28 6 02.3(25)N Prestressed Concrete Girder Erection 29 The seventh paragraph is supplemented with the following: 30 I 31 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not 32 exceed 1.0. 33 I 34 6- 02.3(26)E Ducts 35 Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in 36 the second paragraph is revised to read: I 37 38 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of 39 PP0340B14541 to PP0340B67884. 40 I 41 6- 02.3(28)F Tolerances 42 The reference to "PCI -MNL -166" is revised to read "PCI -MNL- 116 I 43 44 03.AP6 45 SECTION 6 03, STEEL STRUCTURES 1 46 April 5, 2010 47 6 03.3(25) Repair Welding 48 In the first paragraph "2002" is revised to read "2008 1 1 ASSEMBLED AMENDMENTS 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 6- 03.3(25)A Welding Inspection 3 In the first paragraph "2002" is revised to read "2008 4 5 In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised 6 to read "2008 Bridge 7 8 6 03.3(29) Vacant 9 This section including title is revised to read: 10 11 Welded Shear Connectors 12 All welded shear connectors on steel girder top flanges shall be installed in the field 13 after the forms for the concrete bridge deck are in place. The steel surface to be 14 welded shall be prepared to SSPC -SP 11, power tool cleaning, just prior to welding. 15 Installation, production control, and inspection of welded shear connectors shall 16 conform to Chapter 7 of the AASHTO /AWS D1.5M/D1.5:2008 Bridge Welding Code. 17 After the welded shear connectors are installed, the weld and the disturbed steel 18 surface shall be cleaned and painted in accordance with Section 6- 07.3(9)1. 19 20 07.AP6 21 SECTION 6 -07, PAINTING 22 April 5, 2010 23 6- 07.3(9)G Application of Shop Primer Coat 24 In the second paragraph, the second, third, and fourth sentences are deleted. 25 26 6 07.3(9)1 Application of Field Coatings 27 The following new paragraph is inserted preceding the first paragraph: 28 29 Prior to applying field coatings, the Contractor shall field install welded shear connectors 30 on the steel girder top flanges in accordance with Section 6- 03.3(29) and as shown in 31 the Plans. After installation of the welded shear connectors, the weld and the disturbed 32 surface of the steel girder top flange shall be cleaned in accordance with SSPC -SP 11 33 and primed. 34 35 6 07.3(10)H Paint System 36 In the first sentence of the first paragraph "new steel" is revised to read "existing steel 37 38 09.AP6 39 SECTION 6 -09, MODIFIED CONCRETE OVERLAYS 40 January 4, 2010 41 6- 09.3(6) Further Deck Preparation 42 In the second paragraph, item number 3. and 4. are revised to read: 43 44 3. Existing non concrete patches as authorized by the Engineer. 45 46 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of 47 reinforcing steel to a depth of one -half of the periphery of a bar for a distance of 12- 48 inches or more along the bar. ASSEMBLED AMENDMENTS 13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 6- 09.3(6)B Deck Repair Preparation 3 In the first paragraph, the second sentence is revised to read: 4 5 For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 6 3 /4 -inch minimum clearance around the top mat of steel reinforcing bars only where 7 unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 8 between concrete and the top mat of steel is broken. 9 10 10.AP6 11 SECTION 6 -10, CONCRETE BARRIER 12 January 4, 2010 13 6- 10.3(1) Precast Concrete Barrier 14 In the 12th paragraph, the first sentence is revised to read: 15 16 Only 1 section less than 20 -feet long for single slope barrier and 10 -feet long for all 17 other barriers may be used in any single run of precast barrier, and it must be at least 8- 18 feet long. 19 20 6 10.3(6) Placing Concrete Barrier 21 The first paragraph is revised to read: 22 23 Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation 24 shaped to a uniform grade and section. The foundation surface for precast concrete 25 barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: 26 27 When a 10 -foot straightedge is placed on the surface parallel to the centerline for 28 the barrier, the surface shall not vary more than 1 -inch from the lower edge of the 29 straightedge. If deviations exceed 1 /4 -inch, the Contractor shall correct them as 30 required in Section 5- 04.3(13). 31 32 In the second paragraph, the first sentence is revised to read: 33 34 The Contractor shall align the joints of all precast barrier segments so that they offset no 35 more than 1 /4 -inch transversely and no more than 3 /4 -inch vertically. 36 37 12.AP6 38 SECTION 6 -12, NOISE BARRIER WALLS 39 April 5, 2010 40 6- 12.3(6) Precast Concrete Panel Fabrication and Erection 41 The second sentence of the first paragraph in Item 3 is revised to read: 42 43 The Contractor shall cast the precast concrete panels horizontally. 44 ASSEMBLED AMENDMENTS 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 17.AP6 2 SECTION 6 -17, PERMANENT GROUND ANCHORS 3 January 4, 2010 4 6- 17.3(7) Installing Permanent Ground Anchors 5 In the third paragraph, the first sentence is revised to read: 6 7 The tendon shall be inserted into the drill hole to the desired depth prior to grouting. 8 9 In the third paragraph, the following sentence is inserted after the first sentence: 10 11 Wet setting of permanent ground anchors will not be allowed. 12 13 02.AP7 14 SECTION 7 -02, CULVERTS 15 January 4, 2010 16 7 -02.2 Materials 17 In the first paragraph, the following two items are inserted after the item "Corrugated 18 Polyethylene Culvert Pipe 9- 05.19 19 20 Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21 21 High Density Polyethylene (HDPE) Pipe 9 -05.23 22 23 7 02.5 Payment 24 This section is supplemented with the following: 25 26 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. per linear foot. 27 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot. 28 29 04.AP7 30 SECTION 7 -04, STORM SEWERS 31 January 4, 2010 32 7 -04.2 Materials 33 In the first paragraph, the following two items are inserted after the item "Corrugated 34 Polyethylene Storm Sewer Pipe 9- 05.20 35 36 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22 37 High Density Polyethylene (HDPE) Pipe 9 -05.23 38 39 7 04.5 Payment 40 This section is supplemented with the following: 41 42 "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. per linear foot. 43 "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot. 44 ASSEMBLED AMENDMENTS 15 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 01.AP8 2 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL 3 April 5, 2010 4 8 -01.2 Materials 5 In the first paragraph, the following is inserted after the first sentence: 6 7 Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8 9 8 01.3(1) General 10 In the sixth paragraph, the first sentence is revised to read: 11 12 When natural elements rut or erode the slope, the Contractor shall restore and repair 13 the damage with the eroded material where possible, and remove and dispose of any 14 remaining material found in ditches and culverts. 15 16 In the seventh paragraph the first two sentences are deleted. 17 18 The table in the seventh paragraph is revised to read: 19 20 Western Washington (West of the Cascade Mountain crest) 21 May 1 through September 30 17 Acres 22 October 1 through April 30 5 Acres 23 24 Eastern Washington (East of the Cascade Mountain crest.) 25 April 1 through October 31 17 Acres 26 November 1 through March 31 5 Acres 27 28 The eighth paragraph is revised to read: 29 30 The Engineer may increase or decrease the limits based on project conditions. 31 32 The ninth paragraph is revised to read: 33 34 Erodible earth is defined as any surface where soils, grindings, or other materials may 35 be capable of being displaced and transported by rain, wind, or surface water runoff. 36 37 The 10th paragraph is revised to read: 38 39 Erodible earth not being worked, whether at final grade or not, shall be covered 40 within the specified time period, (see the tables below) using an approved soil 41 covering practice. 42 43 Western Washington (West of the Cascade Mountain crest) 44 October 1 through April 30 2 -days maximum 45 May 1 to September 30 7 -days maximum 46 47 48 Eastern Washington (East of the Cascade Mountain crest.) 49 October 1 through June 30 5 -days maximum 50 July 1 through September 30 10 -days maximum ASSEMBLED AMENDMENTS 16 1 2 8- 01.3(1)A Submittals 3 This section' is revised to read: 4 5 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, 6 the Contractor shall either adopt or modify the existing TESC Plan. If modified, the 7 Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition 8 of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for 9 TESC Plan implementation and incorporate it into the Contractor's progress schedule. 10 The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule 11 prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected 12 inside and outside the limits of the project (including all Contracting Agency provided 13 sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies 14 of water). 15 16 The Contractor shall allow at least 5- working days for the Engineer to review any 17 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not 18 make the Contracting Agency liable to the Contractor for any Work delays. 19 20 8 01.3(1)B Erosion and Sediment Control (ESC) Lead 21 In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 22 220 -030 EF" 23 24 8 01.3(1)C Water Management 25 In number 2., the reference to "Standard Specification" is revised to read "Section 26 27 Number 3., is revised to read: 28 29 3. Offsite Water 30 Prior to disruption of the normal watercourse, the Contractor shall intercept the 31 offsite stormwater and pipe it either through or around the project site. This water 32 shall not be combined with onsite stormwater. It shall be discharged at its pre 33 construction outfall point in such a manner that there is no increase in erosion 34 below the site. The method for performing this Work shall be submitted by the 35 Contractor for the Engineer's approval. 36 37 8 01.3(1)D Dispersion /Infiltration 38 This section is revised to read: 39 40 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC 41 Plan or to sites approved by the Engineer. Water shall be conveyed to designated 42 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of 43 the State, turbidity standards are achieved. Water shall be conveyed to designated 44 infiltration areas at a rate that does not produce surface runoff. 45 46 8 01.3(2)B Seeding and Fertilizing 47 The fourth paragraph is revised to read: 48 49 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 50 application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose ASSEMBLED AMENDMENTS 17 1 fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 2 250 pounds per acre. 3 4 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder 5 6 8 01.3(2)D Mulching 7 In the second paragraph, the second sentence is revised to read: 8 9 Wood strand mulch shall be applied by hand or by straw blower on seeded areas. 10 11 In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read 12 "hydroseeder 13 14 In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM 15 16 8 01.3(2)E Tacking Agent and Soil Binders 17 The following new paragraph is inserted at the beginning of this Section: 18 19 Tacking agent or soil binders applied using a hydroseeder shall have a mulch 20 tracer added to visibly aid uniform application. This tracer shall not be harmful to 21 plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a 22 tracer, the application rate shall not exceed 250 pounds per acre. 23 24 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the 25 following: 26 27 The BFM may require a 24 to 48 hour curing period to achieve maximum performance 28 and shall not be applied when precipitation is predicted within 24 to 48 hours, or on 29 saturated soils, as determined by the Engineer. 30 31 The last paragraph including title is revised to read: 32 33 Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced 34 Matrix (FRM) 35 The MBFM /FRM shall be hydraulically applied in accordance with the manufacturer's 36 installation instructions and recommendations. 37 38 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 39 The first paragraph is revised to read: 40 41 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, 42 and mulching of slopes shall be performed during the following periods: 43 44 Western Washington' Eastern Washington 45 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 46 March 1 through May 15 October 1 through November 15 only 47 September 1 through October 1 48 49 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be 50 accomplished during the fall period listed above. Written permission to seed after ASSEMBLED AMENDMENTS 18 1 October 1 will only be given when Physical Completion of the project is imminent and 2 the environmental conditions are conducive to satisfactory growth. 3 4 8 01.3(2)G Protection and Care of Seeded Areas 5 The first paragraph is revised to read: 6 7 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor 8 shall restore eroded areas, clean up and properly dispose of eroded materials, and 9 reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 10 11 In the second paragraph, number 1. is revised to read: 12 13 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas 14 that have been damaged through any cause prior to final inspection, and reapplied 15 to areas that have failed to receive a uniform application at the specified rate. 16 17 8 01.3(2)H Inspection 18 The first sentence is revised to read: 19 20 Inspection of seeded areas will be made upon completion of seeding, temporary 21 seeding, fertilizing, and mulching. 22 23 The third sentence is revised to read: 24 25 Areas that have not received a uniform application of seed, fertilizer, or mulch at the 26 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or 27 remulched at the Contractor's expense prior to payment. 28 29 8 01.3(2)1 Mowing 30 In the first paragraph, the last sentence is revised to read: 31 32 Trimming around traffic facilities, Structures, planting areas, or other features extending 33 above ground shall be accomplished preceding or simultaneously with each mowing. 34 35 8 01.3(3) Placing Erosion Control Blanket 36 In the first sentence, "Standard" is deleted. 37 38 The second sentence is revised to read: 39 40 Temporary erosion control blankets, having an open area of 60- percent or greater, may 41 be installed prior to seeding. 42 43 8 01.3(4) Placing Compost Blanket 44 In the first paragraph, "before" is revised to read "prior to 45 46 The last sentence is revised to read: 47 48 Compost shall be Coarse Compost. 49 50 8 01.3(5) Placing Plastic Covering 51 The first sentence is revised to read: ASSEMBLED AMENDMENTS 19 1 2 Plastic shall be placed with at least a 12 -inch overlap of all seams. 3 4 8- 01.3(6)A Geotextile- Encased Check Dam 5 The first paragraph is deleted. 6 7 8 01.3(6)B Rock Check Dam 8 This section including title is revised to read: 9 10 8 01.3(6)B Quarry SpaII Check Dam 11 The rock used to construct rock check dams shall meet the requirements for quarry 12 spalls. 13 14 8 01.3(6)D Wattle Check Dam 15 This section is revised to read: 16 17 Wattle check dams shall be installed in accordance with the Plans. 18 19 8 01.3(6)E Coir Log 20 This section is revised to read: 21 22 Coir logs shall be installed in accordance with the Plans. 23 24 8 01.3(9)A Silt Fence 25 In the second paragraph, the second sentence is revised to read: 26 27 The strength of the wire or plastic mesh shall be equivalent to or greater then what is 28 required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab 29 tensile strength in the machine direction). 30 31 8 01.3(9)B Gravel Filter, Wood Chip or Compost Berm 32 In the second paragraph, the last sentence is deleted. 33 34 The third paragraph is revised to read: 35 36 The Compost Berm shall be constructed in accordance with the detail in the Plans. 37 Compost shall be Coarse Compost. 38 39 8 01.3(9)C Straw Bale Barrier 40 This section is revised to read: 41 42 Straw Bale Barriers shall be installed in accordance with the Plans. 43 44 8 01.3(9)D Inlet Protection 45 This section is revised to read: 46 47 Inlet protection shall be installed below or above, or as a prefabricated cover at each 48 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to 49 beginning clearing, grubbing, or earthwork activities. 50 ASSEMBLED AMENDMENTS 20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the 2 requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum 3 filtration properties of Table 2. 4 5 When the depth of accumulated sediment and debris reaches approximately 1 /2 the 6 height of an internal device or o the height of the external device (or less when so 7 specified by the manufacturers) or as designated by the Engineer, the deposits shall be 8 removed and stabilized on site in accordance with Section 8- 01.3(16). 9 10 8 01.3(10) Wattles 11 In the first paragraph, the third sentence is revised to read: 12 13 Excavated material shall be spread evenly along the uphill slope and be compacted 14 using hand tamping or other method approved by the Engineer. 15 16 This section is supplemented with the following new paragraph: 17 18 The Contractor shall exercise care when installing wattles to ensure that the method of 19 installation minimizes disturbance of waterways and prevents sediment or pollutant 20 discharge into waterbodies. 21 22 8 01.3(12) Compost Sock 23 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read 24 "waterbodies 25 26 In the second paragraph "bank" is revised to read "slope 27 28 In the third paragraph "and" is revised to read "or 29 30 This section is supplemented with the following new paragraph: 31 32 Compost for Compost Socks shall be Coarse Compost. 33 34 8 01.3(14) Temporary Pipe Slope Drain 35 The first paragraph is revised to read: 36 37 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be 38 constructed in accordance with the Plans 39 40 The last paragraph is revised to read: 41 42 Placement of outflow of the pipe shall not pond water on road surface. 43 44 8 01.3(15) Maintenance 45 In the fourth paragraph, the last sentence is revised to read: 46 47 Clean sediments may be stabilized on site using approved BMPs as approved by the 48 Engineer. 49 50 8 01.3(16) Removal 51 In the second paragraph, the last sentence is revised to read: ASSEMBLED AMENDMENTS 21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 This may include, but is not limited to, ripping the soil, incorporating soil amendments, 3 and seeding with the specified seed. 4 5 8 -01.4 Measurement 6 The eighth paragraph is revised to read: 7 8 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the 9 linear foot along the ground line of completed barrier. 10 11 8 01.5 Payment 12 The following bid items are relocated after the bid item "Check Dam 13 14 "Inlet Protection per each. 15 16 "Gravel Filter Berm per linear foot. 17 18 The following new paragraph is inserted before the bid item "Stabilized Construction 19 Entrance 20 21 The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per 22 each for "Inlet Protection" shall be full pay for all equipment, labor and materials to 23 perform the Work as specified, including installation, removal and disposal at an 24 approved disposal site. 25 26 The paragraph after the bid item "Temporary Curb" is revised to read: 27 28 The unit Contract price per linear foot for temporary curb shall include all costs to install, 29 maintain, remove, and dispose of the temporary curb. 30 31 The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM 32 33 02.AP8 34 SECTION 8 -02, ROADSIDE RESTORATION 35 January 4, 2010 36 8- 02.3(2) Roadside Work Plan 37 In the first paragraph, the second sentence is revised to read: 38 39 The roadside work plan shall define the Work necessary to provide all Contract 40 requirements, including: wetland excavation, soil preparation, habitat, Structure 41 placement, planting area preparation, seeding area preparation, bark mulch and 42 compost placement, seeding, planting, plant replacement, irrigation, and weed control in 43 narrative form. 44 45 The first sentence under "Progress Schedule" is revised to read: 46 47 A progress schedule shall be submitted in accordance with Section 1 -08.3. The 48 Progress Schedule shall include the planned time periods for Work necessary to 49 provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. 50 ASSEMBLED AMENDMENTS 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The first sentence under "Weed and Pest Control Plan" is revised to read: 2 3 The Weed and Pest Control Plan shall be submitted and approved prior to starting any 4 Work defined in Sections 8 -01, and 8 -02. 5 6 In the third paragraph under "Weed and Pest Control Plan" the first and second sentences 7 are revised to read: 8 9 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 10 or Consultant when chemical pesticides are proposed. The plan shall include methods 11 of weed control; dates of weed control operations; and the name, application rate, and 12 Material Safety Data Sheets of all proposed herbicides. 13 14 The last paragraph under "Plant Establishment Plan" is deleted. 15 16 8 02.3(2)A Chemical Pesticides 17 This section is deleted. 18 19 8 02.3(2)B Weed and Pest Control 20 This section is deleted. 21 22 8 02.3(3) Planting Area Weed Control 23 This section including title is revised to read: 24 25 8 02.3(3) Weed and Pest Control 26 The Contractor shall control weed and pest species within the project area using 27 integrated pest management principles consisting of mechanical, biological and 28 chemical controls that are outlined in the Weed and Pest Control Plan or as designated 29 by the Engineer. 30 31 Those weeds specified as noxious by the Washington State Department of Agriculture, 32 the local Weed District, or the County Noxious Weed Control Board and other species 33 identified by the Contracting Agency shall be controlled on the project in accordance 34 with the weed and pest control plan. 35 36 The Contractor shall control weeds not otherwise covered in accordance with Section 8- 37 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including 38 erosion control seeding area and vegetation preservation areas, as designated by the 39 Engineer. 40 41 This section is supplemented with the following new sub sections: 42 43 8 02.3(3)A Planting Area Weed Control 44 All planting areas shall be prepared so that they are weed and debris free at the time of 45 planting and until completion of the project. The planting areas shall include the entire 46 ground surface, regardless of cover, all planting beds, areas around plants, and those 47 areas shown in the Plans. 48 49 All applications of post- emergent herbicides shall be made while green and growing 50 tissue is present. Should unwanted vegetation reach the seed stage, in violation of 51 these Specifications, the Contractor shall physically remove and bag the seed heads. ASSEMBLED AMENDMENTS 23 1 AN physically removed vegetation and seed heads shall be disposed of off site at no 2 cost to the Contracting Agency. 3 4 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square 5 and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be 6 installed according to the manufacturer's recommendations. 7 8 8 02.3(3)B Chemical Pesticides 9 Application of chemical pesticides shall be in accordance with the label 10 recommendations, the Washington State Department of Ecology, local sensitive area 11 ordinances, and Washington State Department of Agriculture laws and regulations. Only 12 those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of 13 Way at http: /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be 14 used. 15 16 The applicator shall be licensed by the State of Washington as a Commercial Applicator 17 or Commercial Operator with additional endorsements as required by the Special 18 Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer 19 evidence that all operators are licensed with appropriate endorsements, and that the 20 pesticide used is registered for use by the Washington State Department of Agriculture. 21 All chemicals shall be delivered to the job site in the original containers. The licensed 22 applicator or operator shall complete a Commercial Pesticide Application Record (DOT 23 Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by 24 the following business day. 25 26 The Contractor shall ensure confinement of the chemicals within the areas designated. 27 The use of spray chemical pesticides shall require the use of anti -drift and activating 28 agents, and a spray pattern indicator unless otherwise allowed by the Engineer. 29 30 The Contractor shall assume all responsibility for rendering any area unsatisfactory for 31 planting by reason of chemical application. Damage to adjacent areas, either on or off 32 the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the 33 property owner, and the cost of such repair shall be borne by the Contractor. 34 35 8 02.3(5) Planting Area Preparation 36 In the first paragraph, the second sentence is revised to read: 37 38 Material displaced by the Contractor's operations that interferes with drainage shall be 39 removed from the channel and disposed of as approved by the Engineer. 40 41 8 02.3(7) Layout of Planting 42 The second paragraph is deleted. 43 44 8 02.3(8) Planting 45 In the second paragraph, the first and second sentences are revised to read: 46 47 Under no circumstances will planting be permitted during unsuitable soil or weather 48 conditions as determined by the Engineer. Unsuitable conditions may include frozen 49 soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high 50 water levels. 51 ASSEMBLED AMENDMENTS 24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The fourth paragraph is revised to read: 2 3 Plants shall not be placed below the finished grade. 4 5 The fifth paragraph is revised to read: 6 7 Planting hole sizes for plant material shall be in accordance with the details shown in 8 the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. 9 10 The following new paragraph is inserted after the fifth paragraph: 11 12 All cuttings shall be planted immediately if buds begin to swell. 13 14 8 02.3(9) Pruning, Staking, Guying, and Wrapping 15 In the first paragraph, the last sentence is revised to read: 16 17 All other pruning shall be performed only after the plants have been in the ground at 18 least one year and when plants are dormant. 19 20 8 02.3(13) Plant Establishment 21 In the third paragraph, the first sentence is revised to read: 22 23 During the first -year plant establishment period, the Contractor shall perform all Work 24 necessary to ensure the resumption and continued growth of the transplanted material. 25 26 In the fourth paragraph, "propose" is revised to read "submit 27 28 8 02.3(15) Live Fascines 29 In the first paragraph, the fourth sentence is revised to read: 30 31 Dead branches may be placed within the live fascine and on the side exposed to the air. 32 33 In the second paragraph, the third sentence is deleted. 34 35 In the second paragraph, the seventh sentence is revised to read: 36 37 The live stakes shall be driven through the live fascine vertically into the slope. 38 39 8 02.3(16)A Lawn Installation 40 In the third paragraph, the last two items "West of the summit of the Cascade Range March 41 1 to October 1." and "East of the summit of the Cascade Range April 15 to October 1." are 42 revised to read: 43 44 Western Washington Eastern Washington 45 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 46 March through May 15 October 1 through November 15 47 September 1 through October 1 48 49 The fifth paragraph is revised to read: 50 ASSEMBLED AMENDMENTS 25 I 1 Topsoil for seeded or p sodded lawns shall be placed at the depth and locations as shown 1 2 in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth 3 even grade without low areas that trap water and compacted, all as approved by the 4 Engineer. 5 I 6 In the sixth paragraph, the last sentence is revised to read: 7 8 Following placement, the sod shall be rolled with a smooth roller to establish contact I 9 with the soil. 10 11 8 02.4 Measurement I 12 The seventh paragraph is revised to read: 13 14 Fine compost, medium compost and coarse compost will be measured by the cubic I 15 yard in the haul conveyance at the point of delivery. 16 17 8 02.5 Payment I 18 The following new paragraph is inserted above the paragraph beginning with "Payment shall 19 be increased to 90- percent 20 I 21 22 Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). 23 1 24 The following is inserted after the bid item "Fine Compost 25 26 "Medium Compost", per cubic yard. 27 1 28 The paragraph for the bid item "Weed Control" is revised to read: 29 30 "Weed and Pest Control will be paid in accordance with Section 1 -09.6. I 31 32 The following new paragraph is inserted after the bid item "Soil Amendment 33 I 34 The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for 35 furnishing and incorporating the soil amendment into the existing soil. 36 I 37 The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch 38 39 The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay 111 40 for furnishing and spreading the mulch onto the existing soil. 41 42 03.AP8 43 SECTION 8 03, IRRIGATION SYSTEMS 1 44 January 4, 2010 I 45 8 -03.1 Description 46 In this section, "staked" is revised to read "approved by the Engineer." 47 48 8 03.3 Construction Requirements 1 49 The second paragraph is revised to read: 50 1 I ASSEMBLED AMENDMENTS 26 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 Potable water supplies shall be protected against cross connections in accordance with 2 applicable Washington State Department of Health rules and regulations and approval 3 by the local health authority. 4 5 8 03.3(1) Layout of Irrigation System 6 This section is revised to read: 7 8 The Contractor shall stake the irrigation system following the schematic design shown in 9 the Plans. Approval must be obtained from the Engineer. Alterations and changes in the 10 layout may be expected in order to conform to ground conditions and to obtain full and 11 adequate coverage of plant material with water. However, no changes in the system as 12 planned shall be made without prior authorization by the Engineer. 13 14 This section is supplemented with the following new sub section: 15 16 8 03.3(1)A Locating Irrigation Sleeves 17 Existing underground irrigation sleeve ends shall be located by potholing. Irrigation 18 sleeves placed during general construction prior to installation of the irrigation system 19 shall be marked at both ends with a 2x4x24 -inch wood stake extending 6- inches out of 20 the soil and painted blue on the exposed end. 21 22 8 03.3(2) Excavation 23 In the first paragraph, the fourth sentence is revised to read: 24 25 Trenches through rock or other material unsuitable for trench bottoms and sides shall 26 be excavated 6- inches below the required depth and shall be backfilled to the top of the 27 pipe with sand or other suitable material free from rocks or stones. Backfill material shall 28 not contain rocks 2- inches or greater in diameter or other materials that can damage 29 pipe. 30 31 The second paragraph is revised to read: 32 33 The Contractor shall exercise care when excavating pipe trenches near existing trees to 34 minimize damage to tree roots. Where roots are 1 -1/2- inches or greater in diameter, the 35 trench shall be hand excavated and tunneled under the roots. When large roots are 36 exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, 37 for protection and to prevent excessive drying. The material must be kept moist until the 38 trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 39 1 -1/2- inches in diameter shall have severed roots cleanly cut. Trenches having exposed 40 tree roots shall be backfilled within 24 -hours unless adequately protected by moist 41 material as approved by the Engineer. All material and fastenings used to cover the 42 roots shall be removed before backfilling. 43 44 The third paragraph is revised to read: 45 46 Detectable marking tape shall be placed in all trenches 6- inches directly above, parallel 47 to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and 48 aluminum sleeves, conduits and casing pipe. The width of the tape and installation 49 depth shall be as recommended by the manufacturer for the depth of installation or as 50 shown in the Plans. 51 ASSEMBLED AMENDMENTS 27 1 1 8- 03.3(3) Piping 2 This section is revised to read: 3 4 All water lines shall be a minimum of 18- inches below finished grade measured from the 5 top of the pipe or as shown in the Plans. All live water mains to be constructed under 6 existing pavement shall be placed in steel casing jacked under pavement as shown in 7 the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be 8 placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond 9 the limits of pavement. All jacking operations shall be performed in accordance with an 10 approved jacking plan. Where possible; mains and laterals or section piping shall be 11 placed in the same trench. All lines shall be placed a minimum of 3 -feet from the edge 12 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will 13 not be allowed for installation and placement of irrigation pipe. 14 15 Mainlines and lateral lines shall be defined as follows: 16 17 Mainlines: All supply pipe and fittings between the water meter and the irrigation 18 control valves. 19 20 Lateral Lines: All supply pipe and fittings between the irrigation control valves 21 and the connections to the irrigation heads. Swing joints, thick walled PVC or 22 polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not 23 considered part of the lateral line but incidental components of the irrigation heads. 24 25 8 03.3(4) Jointing 26 In the second paragraph, the third sentence is revised to read: 27 28 Threaded galvanized steel joints shall be constructed using either a nonhardening, 29 nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe 30 manufacturer, or as shown in the Plans. 31 32 In the last sentence of the second paragraph, "will" is revised to read "shall 33 34 In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is 35 revised to read "of 36 37 In the fifth paragraph, the first sentence is revised to read: 38 39 On PVC or polyethylene -to -metal connections, work the metal connection first. 40 41 In the fifth paragraph, the third sentence is revised to read: 42 43 Connections between metal and PVC or polyethylene are to be threaded utilizing 44 female threaded PVC adapters with threaded schedule 80 -PVC nipple only. 45 46 In the sixth paragraph, the second sentence is revised to read: 47 48 The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, 49 and inserted to the full depth of the fitting. 50 ASSEMBLED AMENDMENTS 28 1 8- 03.3(5) Installation 2 The following new paragraph is inserted after the third paragraph: 3 4 All automatic control valves, flow control valves, and pressure reducing valves shall be 5 installed in appropriate sized valve boxes. Manual control valves shall be installed in an 6 appropriate sized valve box and where appropriate, upstream of the automatic control 7 valves. Manual and automatic valves installed together shall be in an appropriate sized 8 box with 3- inches of clearance on all sides. 9 10 The fourth paragraph is revised to read: 11 12 Final position of valve boxes, capped sleeves, and quick coupler valves shall be 13 between 1 /2 -inch and 1 -inch above finished grade or mulch, or as shown in the Plans. 14 15 The following new paragraph is inserted after the fourth paragraph: 16 17 Quick coupler valves and hose bibs shall be installed in valve boxes, either separately 18 or within a control valve assembly box upstream of the control valves. Valves, quick 19 couplers, and hose bibs shall have 3- inches of clearance on all sides within the valve 20 box. 21 22 In the fifth paragraph "an" is revised to read "a minimum 23 24 The following new paragraph is inserted after the fifth paragraph: 25 26 Automatic controller pedestals or container cabinets shall be installed on a concrete 27 base as shown in the Plans or in accordance with the manufacturer's recommendations. 28 Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through 29 the base and 3- inches minimum beyond the edge or side of the base both inside and 30 outside of the pedestal. 31 32 8 03.3(6) Electrical Wire Installation 33 This section is revised to read: 34 35 All electrical work shall conform to the National Electric Code, NEMA Specifications and 36 in accordance with Section 8 -20. Electrical wiring between the automatic controller and 37 automatic valves shall be direct burial and may share a common neutral. Separate 38 control conductors shall be run from the automatic controller to each valve. When more 39 than one automatic controller is required, a separate common neutral shall be provided 40 for each controller and the automatic valves which it controls. Electrical wire shall be 41 installed in the trench adjacent to or above the irrigation pipe, but no less than 12- inches 42 deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10 -foot 43 intervals. If it is necessary to run electrical wire in a separate trench from the irrigation 44 pipe, the wire shall be placed at a minimum depth of 18- inches and be "snaked" from 45 side to side in the trench. Each circuit shall be identified at both ends and at all splices 46 with a permanent marker identifying zone and /or station. 47 48 Wiring placed under pavement and walls, or through walls, shall be placed in an 49 electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 50 1 -inch in diameter, and shall meet conduit specifications for PVC conduit as required in 51 Section 9 -29.1. 52 ASSEMBLED AMENDMENTS 29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Splices will be permitted only in approved electrical junction boxes, valve boxes, pole 2 bases, or within control equipment boxes or pedestals. A minimum of 18- inches of 3 excess conductor shall be left at all splices, terminals and control valves to facilitate 4 inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the 5 boxes. 6 7 All 120 -volt electrical conductors and conduit shall be installed by a certified electrician 8 including all wire splices and wire terminations. 9 10 All wiring shall be tested in accordance with Section 8- 20.3(11). 11 12 Continuity ground and functionality testing shall be performed for all 24 -volt direct burial 13 circuits. The Megger test, confirming insulation resistance of not less than 2 megohms 14 to ground in accordance with Section 8- 20.3(11), is required. 15 16 8 03.3(7) Flushing and Testing 17 In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to 18 read "required 19 20 The third paragraph is revised to read: 21 22 Main Line Flushing 23 All main supply lines shall receive two fully open flushing's to remove debris that may 24 have entered the line during construction: The first before placement of valves and the 25 second after placement of valves and prior to testing. 26 27 The fourth paragraph is revised to read: 28 29 Main Line Testing 30 All main supply lines shall be purged of air and tested with a minimum static water 31 pressure of 150 -psi for 60- minutes without introduction of additional service or pumping 32 pressure. Testing shall be done with one pressure gauge installed on the line, in the 33 location required by the Engineer. For systems using a pump, an additional pressure 34 gauge shall be installed at the pump when required by the Engineer. Lines that show 35 loss of pressure exceeding 5 -psi at the ends of specified test periods will be rejected. 36 37 The fifth paragraph is deleted. 38 39 In the sixth paragraph, "any" is revised to read "all 40 41 In the seventh paragraph, the second sentence is revised to read: 42 43 The operating line pressure shall be maintained for 30- minutes with valves closed and 44 without introduction of additional service or pumping pressure. 45 46 In the eighth paragraph, the fourth and fifth sentences are revised to read: 47 48 The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, 49 etc., located downstream of the break or disruption of service, and make all needed 50 repairs to ensure that the entire irrigation system is operating properly. 51 ASSEMBLED AMENDMENTS 30 1 1 1 1 8- 03.3(8) Adjusting System 2 In the first paragraph, the last sentence is revised to read: 3 4 Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water 5 to pavement, walks, or Structures. 6 7 8 03.3(11) System Operation 8 In the first paragraph, the last sentence is revised to read: 9 10 The final inspection of the irrigation system will coincide with the end of the Contract or 11 the end of first -year plant establishment, which ever is later. 12 13 In the second paragraph "ordered" is revised to read "required 14 15 In the third paragraph, the last sentence is revised to read: 16 17 Potable water shall not flow through the cross connection control device to any 18 downstream component until tested and approved for use by the local health authority 19 in accordance with Section 8- 03.3(12). 20 21 The fourth paragraph is revised to read: 22 23 In the spring, when the drip irrigation system is in full operation, the Contractor shall 24 make a full inspection of all emitters, and irrigation heads. This shall involve visual 25 inspection of each emitter and irrigation head under operating conditions. All 26 adjustments, flushing, or replacements to the system shall be made at this time to 27 ensure the proper operation of all emitters and irrigation heads. 28 29 8 03.3(12) Cross Connection Control Device Installation 30 In the first sentence of the first paragraph "serving utility" is revised to read "local health 31 authority 32 33 8 03.3(13) Irrigation Water Service 34 The first paragraph is revised to read: 35 36 All water meter(s) shall be installed by the serving utility. The Contracting Agency shall 37 arrange for a water meter installation(s) for the irrigation system at the locations and 38 sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's 39 responsibility to contact the Engineer to schedule the water meter installation. The 40 Contractor shall provide a minimum of 60- calendar days notice to the Engineer prior to 41 the desired water meter installation date. 42 43 In the second paragraph, "will" is revised to read "shall 44 45 8 03.3(14) Irrigation Electrical Service 46 The first paragraph is revised to read: 47 48 The Contracting Agency shall arrange for electrical service connection(s) for operation 49 of the automatic electrical controller(s) at the locations as shown in the Plans. The 50 Contractor shall splice and run conduit and wire from the electrical service 51 connection(s), or service cabinet to the automatic electrical controller and connect the ASSEMBLED AMENDMENTS 31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 conductors to the circuit(s) per the controller manufacturer's diagrams or 2 recommendations. 3 4 In the second paragraph, "conduit" is revised to read "conduits 5 6 08.AP8 7 SECTION 8 -08, RUMBLE STRIPS 8 April 5, 2010 9 8 -08.3 Construction Requirements 10 In the fourth paragraph, the first and second sentences are combined to read: 11 12 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the 13 requirements of Section 5 -02 following the completion of the shoulder rumble strip. 14 15 14.AP8 16 SECTION 8 -14, CEMENT CONCRETE SIDEWALKS 17 April 5, 2010 18 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit 19 This section including heading is revised to read: 20 21 8 14.3(5) Detectable Warning Surface 22 Detectable warning surfaces shall consist of truncated domes as shown in the Plans. 23 Where a detectable warning surface is to be applied, the Contractor shall attach the 24 detectable warning surface to the pavement surface according to the manufacturer's 25 recommendations. The detectable warning surface shall be located as shown in the 26 Plans. 27 28 The Contractor shall use one of the detectable warning surface products listed in the 29 Qualified Products List or submit another product for approval by the Project Engineer. 30 If the Plans require, the detectable warning surface shall be capable of being bonded to 31 a cement concrete surface or to an asphalt concrete surface. Vertical edges of the 32 detectable warning surface shall be flush with the adjoining surface to the extent 33 possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after 34 installation. 35 36 8 14.4 Measurement 37 The second sentence in the first paragraph is revised to read: 38 39 Cement concrete curb ramp type will be measured per each for the complete 40 curb ramp type installed and includes the installation of the detectable warning surface. 41 42 The second paragraph is revised to read: 43 44 Detectable warning surface will be measured by the square foot of detectable warning 45 surface material installed as shown in the Plans. 46 47 8 14.5 Payment 48 The pay item "Cement Conc. Curb Ramp Type is supplemented with the following 49 new paragraph: ASSEMBLED AMENDMENTS 32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 The unit Contract price per each for "Cement Concrete Curb Ramp Type shall be 3 full pay for installing the curb ramp as specified including the "Detectable Warning 4 Surface 5 6 The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read 7 "Detectable Warning Surface 8 9 15.AP8 10 SECTION 8 -15, RIPRAP 11 January 4, 2010 12 8 -15.2 Materials 13 The referenced sections for the following items are revised to read: 14 15 Heavy Loose Riprap 9 -13 16 Light Loose Riprap 9 -13 17 Hand Placed Riprap 9 -13 18 Sack Riprap 9 -13 19 Quarry SpaIls 9 -13 20 21 17.AP8 22 SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS 23 April 5, 2010 24 8 -17.4 Measurement 25 The first paragraph is supplemented with the following new sentence: 26 27 Only the maximum number of temporary impact attenuators installed at any one time 28 within the project limits will be measured for payment. 29 30 8 17.5 Payment 31 In the second paragraph following the bid item "Resetting Impact Attenuator", the first 32 sentence is revised to read: 33 34 If an impact attenuator is damaged by a third party, repairs shall be made in accordance 35 with Section 1- 07.13(4) under the Bid item "Reimbursement For Third Party Damage 36 37 20.AP8 38 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 39 ELECTRICAL 40 April 5, 2010 41 8 -20.1 Description 42 In the first paragraph item number 3 is revised to read: 43 44 3. Intelligent Transportation Systems (ITS) 45 46 8 20.3(4) Foundations 47 In the 12th paragraph, item number 2 is revised to read: ASSEMBLED AMENDMENTS 33 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be 3 tightened by the Turn -Of -Nut Tightening Method to minimum rotation of 1 /4 -turn (90 4 degrees) and a maximum rotation of o -turn (120 degrees) past snug tight. 5 Permanent marks shall be set on the base plate and nuts to indicate nut rotation 6 past snug tight. 7 8 In the 12th paragraph, the following is inserted after item number 2: 9 10 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by 11 the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) 12 and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent 13 marks shall be set on the base plate and nuts to indicate nut rotation past snug 14 tight. 15 16 8 20.3(5) Conduit 17 In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming 18 19 8 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes 20 In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to 21 read "in accordance with 22 23 8 20.3(8) Wiring 24 The following new two paragraphs are inserted after the first table: 25 26 Splices and taps on underground circuits shall be made with solderless crimp 27 connectors meeting the requirements of Section 9- 29.12. 28 29 Only one conductor or one multi conductor cable per wire entrance will be allowed in 30 any rigid mold splice. 31 32 In the eleventh paragraph item number 5 is revised to read: 33 34 5. Video detection camera lead -in cable the numbers of the phases the camera 35 served. 36 37 In the eleventh paragraph the following is added after item number 5: 38 39 6. For ITS cameras the number of the camera indicated in the Contract and the 40 number of the associated cabinet as indicated on the Plans. 41 42 7. Communication cable labeled as Comm. 43 44 This section is supplemented with the following new paragraph: 45 46 Installation of coaxial or coaxial /Siamese cable or data cables with a 600 VAC rating will 47 be allowed in the same raceway with 480 VAC illumination cable. 48 49 8 20.4 Measurement 50 The first sentence is revised to read: 51 ASSEMBLED AMENDMENTS 34 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 No specific unit of measurement will apply to the lump sum items for illumination 2 system, intelligent transportation system (ITS), or traffic signal systems, but 3 measurement will be for the sum total of all items for a complete system to be furnished 4 and installed. 5 6 8 20.5 Payment 7 All references to "Intelligent Transportation System" are revised to read "ITS 8 9 21.AP8 10 SECTION 8 -21, PERMANENT SIGNING 11 January 4, 2010 12 8- 21.3(4) Sign Removal 13 In the fourth paragraph, the following sentence is inserted after the second sentence: 14 15 Where signs are removed from existing overhead sign Structures, the existing vertical 16 sign support braces shall also be removed. 17 18 In the fourth paragraph, the third sentence is revised to read: 19 20 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind 21 beams, and other metal structural members, and all existing fastening hardware 22 connecting such members being removed, shall become the property of the Contractor 23 and shall be removed from the project. 24 25 01.AP9 26 SECTION 9 -01, PORTLAND CEMENT 27 April 5, 2010 28 9- 01.2(1) Portland Cement 29 In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and 30 the paragraph ends. 31 32 In the second paragraph, "per" is revised to read "in accordance with 33 34 03.AP9 35 SECTION 9 -03, AGGREGATES 36 January 4, 2010 37 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335 38 39 04.AP9 40 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS 41 January 4, 2010 42 9 -04.11 Butyl Rubber 43 This section including title is revised to read: 44 ASSEMBLED AMENDMENTS 35 1 1 9 -04.11 Butyl Rubber and Nitrile Rubber 2 Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines 3 that the area will be exposed to petroleum products Nitrite rubber shall be utilized and 4 conform to ASTM D 2000, M1 BG 610. 5 6 05.AP9 7 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 8 January 4, 2010 9 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, 10 and Profile Wall PVC Sanitary Sewer Pipe 11 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's 12 13 9 05.13 Ductile Iron Sewer Pipe 14 The second and third paragraphs are revised to read: 15 16 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement 17 mortar Tined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine 18 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The 19 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or 20 the Class indicated on the Plans or in the Special Provisions. 21 22 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical 23 type meeting the requirements of AWWA C111. 24 25 Division 9 -05 is supplemented with the following new sections: 26 27 9 05.21 Steel Rib Reinforced Polyethylene Culvert Pipe 28 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM 29 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch 30 to 60 -inch diameter with silt -tight joints. 31 32 Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a 33 bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to 34 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the 35 manufacturer. 36 37 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires 38 an approved joint system and a formal quality control plan for each plant proposed for 39 consideration. 40 41 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 42 materials delivered to the project. The certificate shall clearly identify production lots for 43 all materials represented. The Contracting Agency may conduct verification tests of pipe 44 stiffness or other properties as it deems appropriate. 45 46 9 05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe 47 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM 48 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum 49 diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for 50 which a manufacturer has submitted a qualified joint. Qualified manufacturers and ASSEMBLED AMENDMENTS 36 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally 2 molded, injection molded, or factory welded. 3 4 All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell 5 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets 6 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the 7 manufacturer. 8 9 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe 10 requires joint system conformance to ASTM D 3212 using elastomeric gaskets 11 conforming to ASTM F 477 and a formal quality control plan for each plant proposed for 12 consideration. 13 14 A Manufacturer's Certificate of Compliance shall be required and shall accompany the 15 materials delivered to the project. The certificate shall clearly identify production lots for 16 all materials represented. The Contracting Agency may conduct verification tests of pipe 17 stiffness or other properties as it deems appropriate. 18 19 9 05.23 High Density Polyethylene (HDPE) Pipe 20 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM 21 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) 22 designation of PE 3408. 23 24 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. 25 26 HDPE pipe shall be joined into a continuous length by an approved joining method. 27 28 The joints shall not create an increase in the outside diameter of the pipe. The joints 29 shall be fused, snap together or threaded. The joints shall be water tight, rubber 30 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. 31 32 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the 33 manufacturer's recommendations. Fusion equipment used in the joining procedure 34 shall be capable of meeting all conditions recommended by the pipe manufacturer, 35 including but not limited to fusion temperature, alignment, and fusion pressure. All field 36 welds shall be made with fusion equipment equipped with a Data Logger. Temperature, 37 fusion pressure and a graphic representation of the fusion cycle shall be part of the 38 Quality Control records. Electro fusion may be used for field closures as necessary. 39 Joint strength shall be equal or greater than the tensile strength of the pipe. 40 41 Fittings shall be manufactured from the same resins and Cell Classification as the pipe 42 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and 43 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM 44 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. 45 46 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and 47 this specification. 48 49 The supplier shall furnish a Manufacturer's Certification of Compliance stating the 50 materials meet the requirements of ASTM D 3350 with the correct cell classification with 51 the physical properties listed above. The supplier shall certify the dimensions meet the 52 requirements of ASTM F 714 or as indicated in this Specification or the Plans. ASSEMBLED AMENDMENTS 37 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for 3 defects and tested for Elevated Temperature Sustain Pressure in accordance with 4 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old 5 from the date of manufacture. 6 7 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free 8 of cracks, holes, foreign materials, blisters, or deleterious faults. 9 10 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the 11 manufacturer, SDR, size, material, machine, and date on which the pipe was 12 manufactured. 13 14 07.AP9 15 SECTION 9 -07, REINFORCING STEEL 16 January 4, 2010 17 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 18 This sections title is revised to read: 19 20 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement 21 Rehabilitation) 22 23 08.AP9 24 SECTION 9 -08, PAINTS AND RELATED MATERIALS 25 January 4, 2010 26 9- 08.1(2)C Inorganic Zinc Rich Primer 27 In the first paragraph, the reference to "Type II" is revised to read "Type I 28 29 9 08.1(2)D Organic Zinc Rich Primer 30 This section is revised to read: 31 32 Organic zinc rich primer shall be a high performance two- component epoxy conforming 33 to SSPC Paint 20 Type II. 34 35 14.AP9 36 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING 37 April 5, 2010 38 9 -14.3 Fertilizer 39 In the first paragraph, the second sentence is revised to read: 40 41 It may be separate or in a mixture containing the percentage of total nitrogen, available 42 phosphoric acid, water soluble potash, or sulfur in the amounts specified. 43 44 9 14.4(1) Straw 45 This section is revised to read: 46 ASSEMBLED AMENDMENTS 38 1 Straw shall be in an air dried condition free of noxious weeds, seeds, and other 2 materials detrimental to plant life. Hay is not acceptable. 3 4 All straw material shall be Certified Weed Free Straw using North American Weed 5 Management Association (NAWMA) standards or the Washington Wilderness Hay and 6 Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. 7 Information can be found at htta: /www.nwcb.wa.aov. 8 9 In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that 10 the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or 11 other State's Department of Agriculture laboratory test reports, dated within 90 days 12 prior to the date of application, showing there are no viable seeds in the straw. 13 14 Straw mulch shall be suitable for spreading with mulch blower equipment. 15 16 9 14.4(2) Wood Cellulose Fiber 17 This section including title is revised to read: 18 19 9 14.4(2) Fiber Mulch 20 All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and 21 other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with 22 a hydroseeder or mulch blower equipment. 23 24 This section is supplemented with the following new sub sections: 25 26 9 14.4(2)A Cellulose Fiber Mulch 27 Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock, 28 corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, 29 germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. 30 31 If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide 32 documentation that the material is steam or heat treated to kill seeds, or shall provide 33 U.S., Washington, or other State's Department of Agriculture laboratory test reports, 34 dated within 90 days prior to the date of application, showing there are no viable seeds 35 in the mulch. 36 37 Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in 38 slurry tanks with water, the fibers will become uniformly suspended, without clumping, to 39 form a homogeneous slurry. When hydraulically applied, the material shall form a strong 40 moisture holding mat that allows the continuous absorption and infiltration of water. 41 42 Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the 43 material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain 44 concrete or painted surfaces. 45 46 Cellulose Fiber Mulch furnished by the Contractor shall be pre packaged by the 47 manufacturer. The Contractor shall supply independent test results from the National 48 Transportation Product Evaluation Program (NTPEP) or other accredited, independent 49 testing laboratory as approved by the Engineer to assure compliance with the minimum 50 requirements in the following table: 51 ASSEMBLED AMENDMENTS 39 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Properties Water Holding Capacity I Organic Matter Content Moisture Content Seed Germination Enhancement Performance in Protecting Slopes from Rainfall- Induced Erosion Test Method ASTM D 7367 ASSEMBLED AMENDMENTS 40 I ASTM D 586* ASTM D 644* ASTM D 7322* ASTM D 6459 with 0.12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Triangle Requirements 1,000 percent minimum 1 90 percent minimum 1 15 percent maximum 200 percent minimum C Factor 0.15 maximum using Revised Universal Soil Loss Equation (RUSLE) ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. *Available at: htto: /soils.usda.aov/ education resources /lessons /texture /textural tri hi.iia 9 14.4(2)B Wood Fiber Mulch Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or recycled wood chips or similar woody material. The wood shall be manufactured to produce long- strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free from paper, straw, cotton, jute, hemp, coconut, rock, metal, and plastic. Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Wood Fiber Mulch furnished by the Contractor shall be pre packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties I Test Method I Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent minimum 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1 Organic Matter Content 1 Moisture Content Seed Germination Enhancement Performance in Protecting Slopes from Rainfall- Induced Erosion ASTM D 6459 with 0.12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. *Available at: htto: /soils.usda.aov /education/ resources /lessons /texture /textural tri hi.ioa 9 14.4(3) Bark or Wood Chips The first paragraph is revised to read: Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. This section is supplemented with the following: Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Sieve Size 2 No. 4 20 21 22 9 14.4(4) Wood Strand Mulch 23 This first paragraph is revised to read: 24 25 26 27 28 29 30 31 32 33 34 35 36 Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10- inches. At least 5 percent of the length of each strand shall have a width and thickness between 1 /i6 and 1 -inch. No single strand shall have a width or thickness greater than 1/2-inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings shall not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. ASSEMBLED AMENDMENTS 41 1 ASTM D 586* 1 ASTM D 644* ASTM D 7322* Percent Passing Minimum 1 Maximum 95 1 100 0 1 30 1 90 percent minimum 1 15 percent maximum 300 percent minimum C Factor 0.15 maximum using Revised Universal Soil Loss Equation (RUSLE) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9- 14.4(6) Gypsum 2 This section is revised to read: 3 4 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 5 100 percent shall pass through a No. 8 sieve. 6 7 9 14.4(7) Tackifier 8 This section is revised to read: 9 10 Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall 11 contain no growth or germination inhibiting materials, and shall not reduce infiltration 12 rates. Tackifier shall hydrate in water and readily blend with other slurry materials. 13 14 All tackifiers shall meet the following requirements: 15 1 Properties 1 Test Method 1 Viscosity* 1 ASTM D 2364 16 17 *Testing shall be performed by an accredited independent laboratory. 18 19 This section is supplemented with the following new sub sections: 20 21 9 14.4(7)A Organic Tackifier 22 Organic tackifier shall be derived from natural plant sources and shall have an MSDS 23 that demonstrates to the satisfaction of the Engineer that the product is not harmful to 24 plants, animals, and aquatic life. 25 26 9 14.4(7)B Synthetic Tackifier 27 Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the 28 Engineer that the product is not harmful to plants, animals, and aquatic life. 29 30 9 14.4(8) Compost 31 In the third paragraph, number 1. is revised to read: 32 33 1. Compost material shall be tested in accordance with U.S. Composting Council 34 Testing Methods for the Examination of Compost and Composting (TMECC) 02.02- 35 B, "Sample Sieving for Aggregate Size Classification 36 Fine Compost shall meet the following gradation: 37 Percent Passing Sieve Size Minimum 1 Maximum 1 2" 100 1 1" 95 X 100 1 5 /e" 90 100 1 1 /4" 75 100 38 Maximum particle length of 6- inches. 39 40 Medium Compost shall meet the following gradation: 41 1 1 Percent Passing ASSEMBLED AMENDMENTS 42 1 Requirements 1 4000 cPs minimum 1 Sieve Size Minimum 1 Maximum 1 1 2" 1100 I I 1" 195 1100 5 /8" 1 90 100 I 1 175 85 1 Maximum particle length of 6- inches. 2 3 Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and 4 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of 5 "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using 6 TMECC 04.02D. 7 8 Coarse Compost shall meet the following gradation: 9 Percent Passing Sieve Size 1 Minimum 1 Maximum 3" 100 1 1" 1 90 100 70 100 1 140 160 Maximum particle length of 6- inches. 10 11 12 In number 8. of the third paragraph, the reference to "manufacturer" is revised to read 13 "Contractor 14 15 9 14.4(8)A Compost Approval 16 This sections title is revised to read: 17 18 9 14.4(8)A Compost Submittal Requirements 19 20 The first sentence is revised to read: 21 22 The Contractor shall submit the following information to the Engineer for approval: 23 24 Number 1. is revised to read: 25 26 1. The Qualified Products List printed page or a Request for Approval of Material 27 (DOT Form 350 -071 EF). 28 29 In number 3., the reference to "manufacturer" is revised to read "Contractor" and the 30 reference to "analyses" is revised to read "analysis 31 32 9 14.4(8)B Compost Acceptance 33 This section is revised to read: 34 35 Fourteen days prior to application, the Contractor shall submit a sample of the compost 36 approved for use, and a STA test report dated within 90 calendar days of the 37 application, and the list of feed stocks by volume for each compost type to the Engineer 38 for review. 39 ASSEMBLED AMENDMENTS 43 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall use only compost that has been tested within 90 calendar days of 2 application and meets the requirements in Section 9- 14.4(8). Compost not conforming 3 to the above requirements or taken from a source other than those tested and accepted 4 shall not be used. 5 6 9 14.4(9) Bonded Fiber Matrix (BFM) 7 This section is revised to read: 8 9 Bonded Fiber Matrix (BFM) shall be a hydraulically applied blanket/mulch /matrix 10 comprised of biodegradable, thermally processed, defibrated, long strand fibers from 11 natural or recycled wood chips or similar woody material, weed free straw, cotton, 12 coconut, jute, and /or hemp. The fibers shall physically interlock to form a strong 13 moisture holding mat that allows the absorption and infiltration of water. BFM shall be 14 free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper 15 and meets the requirements in Section 9- 14.4(2)A. 16 17 The BFM shall be manufactured in such a manner that when agitated in slurry tanks 18 with water, the fibers will be uniformly suspended to form a homogeneous slurry. 19 20 Within 48 hours the BFM shall bond with the soil surface to create a continuous, 21 absorbent, flexible erosion resistant blanket that allows for seed germination and plant 22 growth. 23 24 BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall 25 be non -toxic to plants, animal, and aquatic life and shall not stain concrete or painted 26 surfaces. 27 28 BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with 29 an MSDS that demonstrates to the satisfaction of the Engineer that the product is not 30 harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of 31 additives or components be acceptable. 32 33 The Contractor shall supply independent test results from the National Transportation 34 Product Evaluation Program (NTPEP) or other accredited independent testing 35 laboratory as approved by the Engineer to assure compliance with the minimum 36 requirements in the following table: 37 ASSEMBLED AMENDMENTS 44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 I Properties Long Strand Fibers Tackifier, Type A or Type B Water Holding Capacity I Organic Matter Content 1 Moisture Content Seed Germination Enhancement Performance in Protecting Slopes from Rainfall- Induced Erosion 9 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) This section including title is revised to read: ASSEMBLED AMENDMENTS 45 I Test Method I Requirements WSDOT Test Method T A minimum of 50% of the 126 fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves See Section 9- 14.4(7)A Minimum 10 percent by weight of a cross linked, polysaccharide, hydro colloid tackifier 1 1,300 percent minimum 190 percent minimum 115 percent maximum 500 percent minimum 1 ASTM D 7367 I ASTM D 586* ASTM D 644* ASTM D 7322* ASTM D 6459 with 0.12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle C Factor 0.10 maximum using Revised Universal Soil Loss Equation (RUSLE) 1 Thickness I ASTM D 6525* 1 0.10-inch minimum I I Ground Cover 1 ASTM D 6567* 197 percent minimum 1 Mass Per Unit Area I ASTM D 6566* 1 10.0 oz/yd2 minimum I ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTi Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. Available at: htto: /.soils.usda.aov/ education /resources /lessons /texture /textural tri hi.ioa 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM shall be a hydraulically applied blanket/mulch /matrix comprised of biodegradable, thermally processed, defibrated, long- strand fibers from natural or recycled wood chips or similar woody material, straw, coconut, jute, and /or hemp. The MBFM /FRM shall contain a minimum of 5% by weight of biodegradable or photodegradable polyfibers that are bent in multiple locations on each strand and that physically interlock with the wood fibers to form a strong moisture holding mat that I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 allows the absorption and infiltration of water. The MBFM /FRM shall contain a cross- linked polysaccharide tackifier. MBFM /FRM shall be free from paper, rock, metal, and plastic. MBFM /FRM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. The MBFM /FRM shall require no curing period upon application, and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth. MBFM /FRM shall be furnished premixed by the manufacturer. The MBFM /FRM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties 1 Test Method Long Strand Fibers WSDOT Test Method T 126 Tackifier, Type A or Type B Water Holding Capacity Organic Matter Content 1 Moisture Content Seed Germination Enhancement Performance in Protecting Slopes from Rainfall- Induced Erosion See Section 9- 14.4(7)A ASTM D 7367 ASTM D 586* 1 ASTM D 644* ASTM D 7322* ASSEMBLED AMENDMENTS 46 ASTM D 6459 with 0.12 -inch average raindrop size.** Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle 1 Requirements A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Minimum 10 percent by weight of a cross linked, polysaccharide, hydro colloid tackifier 1,500 percent minimum 90 percent minimum 1 15 percent maximum 500 percent minimum C Factor 0.05 maximum using Revised Universal Soil Loss Equation (RUSLE) 1 Thickness 1 ASTM D 6525* 1 0.15 -inch minimum 1 Ground Cover 1 ASTM D 6567* 1 98 percent minimum 1 Mass Per Unit Area 1 ASTM D 6566* 1 11.0 oz/yd2 minimum 22 ASTM test methods developed for Rolled Erosion Control Products (RECPs) with 23 the only modification being that Hydraulic Erosion Control Products (HECPs) are 24 applied to the test plot. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. Available at: htto: /soils. usda.aov/ education resources /lessons /texture /textural tri hi.ioa 9 14.5(1) Polyacrylamide (PAM) The third and fourth sentences are revised to read: The minimum average molecular weight shall be greater than 5 mg/mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. This section is supplemented with the following: PAM shall be delivered in a dry granular or powder form. 9 14.5(2) Erosion Control Blanket This section is revised to read: Temporary erosion control blanket shall be made of natural plant fibers and meet the following requirements: Properties Protecting Slopes from Rainfall Induced Erosion Dry Weight per Unit Area Performance in Protecting Earthen Channels from Stormwater- Induced Erosion Seed Germination D 7322* 200 percent minimum Enhancement Netting, if present, shall be biodegradable with a life span not to exceed one year. Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ASSEMBLED AMENDMENTS 47 ASTM Test Method D 6459 with 0.12 -inch average raindrop size.* Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle D 6475 D 6460 Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle Requirements Maximum C factor of 0.15 using Revised Universal Soil Loss Equation (RUSLE) 0.36 lb/sq. yd. minimum 1.0 lb/sq. ft. minimum Available at: htto: /soils. usda.aov/ education resources /lessons /texture /textural tri hi.ioa 1 Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized 2 fibers, filaments, or netting and shall meet the following requirements: 3 1 Properties 1 ASTM Test Method I Requirements 1 UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12 -inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture Triangle Dry Weight per D 6475 0.50 lb/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil type. 2.0 lb /sq. ft. minimum Protecting Soil tested shall be loam as Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle Induced Erosion Seed Germination D 7322 200 percent minimum Enhancement 4 Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 5 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches 6 per hour with three successive test durations of 30 minutes each test in 24 hour 7 intervals may be substituted. 8 *Available at: 9 htto: /soils. usda.aov/ education resources /lessons /texture /textural tri hi.ioa 10 11 This section is supplemented with the following new sub section: 12 13 9 14.5(2)A Erosion Control Blanket Approval 14 The Contractor shall select Erosion Control Blanket products that bear the Quality and 15 Data Oversight and Review (QDOR) seal from the Erosion Control and Technology 16 Council (ECTC). All materials selected shall be currently listed on the QDOR products 17 list available at htto:www.ectc.ora /ador. 18 19 9 14.5(4) Geotextile Encased Check Dam 20 In the second paragraph, the second and third sentences are revised to read: 21 22 The geotextile material shall overhang the foam by at least 6- inches at each end, and 23 shall have apron type flaps that extend a minimum of 24- inches on each side of the 24 check dam. The geotextile material shall meet the requirements for Temporary Silt 25 Fence in Section 9 -33. 26 27 9 14.5(5) Wattles 28 This section is revised to read: 29 30 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, 31 compost, wood chips, excelsior, or wood fiber or shavings encased within ASSEMBLED AMENDMENTS 48 1 biodegradable netting. Wattles shall be a minimum of 5- inches in diameter. Netting 2 material shall be clean, evenly woven, and free of encrusted concrete or other 3 contaminating materials such as preservatives. Netting material shall be free from cuts, 4 tears, or weak places and shall have a minimum lifespan of 6 months. 5 6 Compost filler shall be Coarse Compost and shall meet the material requirements as 7 specified in Section 9- 14.4(8). If wood chips are used they shall meet the material 8 requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent 9 of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50- inches 10 wide, and between 0.017 and 0.13- inches thick. 11 12 9 14.5(6) Compost Sock 13 This section is revised to read: 14 15 Compost socks shall consist of extra heavy weight biodegradable fabric, with a 16 minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. 17 Compost Socks shall be at least 8- inches in diameter. The fabric shall be clean, evenly 18 woven, and free of encrusted concrete or other contaminating materials and shall be 19 free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas 20 and shall be free of any type of preservative. 21 22 Coarse Compost filler shall meet the material requirements as specified in Section 9- 23 14.4(8). 24 25 Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or 26 pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36- inches 27 in length, 28 29 9 14.5(7) Coir Log 30 This section is revised to read: 31 32 Coir logs shall be made of 100 percent durable coconut (cow) fiber uniformly compacted 33 within woven netting made of bristle coir twine with minimum strength of 80 Ibs tensile 34 strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall 35 have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. 36 Logs shall have a minimum density of 7 Ibs /cf. 37 38 Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall 39 have a notch to secure the rope ties. Rope ties shall be of 1/4-inch diameter 40 commercially available hemp rope. 41 42 9 14.6(1) Description 43 The fourth paragraph is revised to read: 44 45 Cuttings are live plant material without a previously developed root system. Source 46 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 47 a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement 48 to be nursery grown or held in nursery conditions does not apply. Written permission 49 shall be obtained from property owners and provided to the Engineer before cuttings are 50 collected. The Contractor shall collect cuttings in accordance with applicable sensitive 51 area ordinances. Cuttings shall meet the following requirements: ASSEMBLED AMENDMENTS 49 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 A. Live branch cuttings shall have flexible top growth with terminal buds and may 3 have side branches. The rooting end shall be cut at an approximate 45 degree 4 angle. 5 6 B. Live stake cuttings shall have a straight top cut immediately above a bud. The 7 lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes 8 are cut from one to two year old wood. Live stake cuttings shall be cut and 9 installed with the bark intact with no branches or stems attached, and be 1 /2 to 10 11 -inch in diameter. 11 12 C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than 13 three branches which shall be pruned back to the first bud from the main stem. 14 15 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and 16 becoming erect at the apex. Rhizomes shall have a minimum of two growth points. 17 Tubers shall be a thickened and short subterranean branch having numerous buds or 18 eyes. 19 20 9 14.6(2) Quality 21 The first paragraph is revised to read: 22 23 At the time of delivery all plant material furnished shall meet the grades established by 24 the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and 25 shall conform to the size and acceptable conditions as listed in the Contract, and shall 26 be free of all foreign plant material. 27 28 The third paragraph is revised to read: 29 30 All plant material shall be purchased from a nursery licensed to produce plants for sale 31 in Washington State. 32 33 This section is supplemented with the following new paragraph: 34 35 All nurseries and nursery vendors must have a business license issued by the 36 Washington State Department of Licensing with a "Nursery" endorsement. Upon 37 request, the Contractor shall furnish the Engineer with copies of the applicable licenses 38 and endorsements. 39 40 9 14.6(3) Handling and Shipping 41 Item numbers 8 and 9 are revised to read: 42 43 8. Size. (Height, runner length, caliper, etc. as required.) 44 45 9. Signature of shipper by authorized representative. 46 47 Item numbers 10 and 11 are deleted. 48 49 9 14.6(7) Temporary Storage 50 The first paragraph is revised to read: 51 ASSEMBLED AMENDMENTS 50 1 Plants stored under temporary conditions prior to installation shall be the responsibility 2 of the Contractor. 3 4 15.AP9 5 SECTION 9 -15, IRRIGATION SYSTEM 6 January 4, 2010 7 The first paragraph is supplemented with the following: 8 9 When the water supply for the irrigation system is from a non potable source, irrigation 10 components shall have lavender indicators supplied by the equipment manufacturer. 11 12 9 15.3 Automatic Controllers 13 This section is revised to read: 14 15 The automatic controller shall be an electronic timing device for automatically opening 16 and closing control valves for predetermined periods of time. The automatic controller 17 shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge 18 sheet aluminum alloy 6061 -T6 or 16 gauge sheet steel or unpainted, non rusting 19 industrial grade stainless steel. The pedestal shall have a completely removable 20 locking faceplate to allow easy access to wiring. 21 22 The automatic controller housing shall have hasp and lock or locking device. All locks or 23 locking devices shall be master keyed and three sets of keys provided to the Engineer. 24 The controller shall be compatible with and capable of operating the irrigation system as 25 designed and constructed and shall include the following operating features: 26 27 1. Each controller station shall be adjustable for setting to remain open for any 28 desired period of time, from five minutes or less to at least 99 minutes. 29 2. Adjustments shall be provided whereby any number of days may be omitted 30 and whereby any one or more positions on the controller can be skipped. 31 When adjustments are made, they shall continue automatically within a 14 -day 32 cycle until the operator desires to make new adjustments. 33 3. Controls shall allow any position to be operated manually, both on or off, 34 whenever desired, without disrupting the 14 day cycle. 35 4. Controls shall provide for resetting the start of the irrigation cycle at any time 36 and advancing from one position to another. 37 5. Controllers shall contain a power on -off switch and fuse assembly. 38 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 39 day cycle. 40 7. Both normally -open or normally closed rain sensor compatibility. 41 42 9 15.4 Irrigation Heads 43 This section is supplemented with the following new paragraph: 44 45 All instructions, special wrenches, clamps, tools, and equipment supplied by the 46 manufacturer necessary for the installation and maintenance of the irrigation heads 47 shall be turned over to the Engineer upon completion and acceptance of the project. 48 49 9 15.5 Valve Boxes and Protective Sleeves 50 This section including title is revised to read: ASSEMBLED AMENDMENTS 51 1 1 1 2 9 -15.5 Valve Boxes 3 Valve boxes shall conform to the Plans and be extendible to obtain the depth required. 4 All manual drain valves and manual control valves shall be installed in valve box with a 5 vandal resistant lid as shown in the Plans. 6 7 9 15.7(1) Manual Control Valves 8 The third and fourth sentences are revised to read: 9 10 The Contractor shall furnish three suitable operating keys. Valves shall have removable 11 bonnet and stem assemblies with adjustable packing glands and shall house long acme 12 threaded stems to ensure full opening and closing. 13 14 9 15.7(2) Automatic Control Valves 15 In the second paragraph, the first and second sentences are revised to read: 16 17 Valves shall be of a normally closed design and shall be operated by an electronic 18 solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic 19 solenoids shall have a stainless steel plunger and be directly attached to the valve 20 bonnets or body with all control parts fully encapsulated. 21 22 In the fifth sentence of the second paragraph, "electric" is revised to read "electrical 23 24 9 15.7(3) Automatic Control Valves With Pressure Regulator 25 This section is revised to read: 26 27 Automatic control valves with pressure regulators shall be similar to automatic 28 control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to 29 a constant pressure regardless of supply fluctuations. The regulator must be fully 30 adjustable. 31 32 9 15.8 Quick Coupling Equipment 33 In the first paragraph, the first and second sentences are revised to read: 34 35 Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock 36 cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded 37 Semi -Red Brass conforming to ASTM B 584. 38 39 In the fifth sentence of the first paragraph, "will" is revised to read "shall 40 41 9 15.9 Drain Valves 42 This section is revised to read: 43 44 Drain valves may be a' /z -inch or 3 /4 -inch PVC or metal gate valve manufactured for 45 irrigation systems. Valves shall be designed for underground installation with suitable 46 cross wheel for operation with a standard key, and shall have a service rating of not less 47 than 150 -psi non -shock cold water. The Contractor shall furnish three standard 48 operating keys per Contract. Drain valves shall be installed in a valve box with a vandal 49 resistant lid as shown in the Plans. 50 ASSEMBLED AMENDMENTS 52 1 1 1 Drain valves on potable water systems shall only be allowed on the downstream side of 2 approved cross connection control devices. 3 4 9 15.10 Hose Bibs 5 The first sentence is revised to read: 6 7 Hose bibs shall be angle type, constructed of bronze or brass, threaded to 8 accommodate a 3 /4 -inch hose connection, and shall be key operated. 9 10 9 15.11 Cross Connection Control Devices 11 This section is revised to read: 12 13 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker 14 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure 15 backflow devices (RPBDs), shall be of a manufacturer and product model approved for 16 use by the Washington State Department of Health, Olympia, Washington or a 17 Department of Health certified agency. 18 19 9 15.12 Check Valves 20 The last sentence is revised to read: 21 22 Valves shall have angled seats, Buna -N seals and threaded connections, and shall be 23 installed in 8 -inch round plastic valve boxes with vandal resistant lids. 24 25 9 15.14 Three Way Valves 26 The last sentence is revised to read: 27 28 When handles are included as an integral part of the valves, the Contractor shall 29 remove the handles and give them to the Engineer for ultimate distribution to the 30 Maintenance Division. 31 32 9 15.15 Flow Control Valves 33 The third sentence is revised to read: 34 35 Valves shall be factory set to the flows as shown in the Plans. 36 37 9 15.17 Electrical Wire and Splices 38 This section is revised to read: 39 40 Electrical wire used between the automatic controller and automatic control valves shall 41 be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE 42 Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National 43 recognized Testing Laboratory. Each conductor shall be color coded and marked at 44 each end and at all splices with zone or station number identification. 45 46 Low voltage splices shall be made with a direct bury splice kit using a twist -on wire 47 connector and inserted in a waterproof polypropylene tube filled with a silicone electrical 48 insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall 49 consist of a mastic lined heavy wall polyolefin cable sleeve. 50 ASSEMBLED AMENDMENTS 53 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9 -15.18 Detectable Marking Tape 2 The first paragraph is revised to read: 3 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to 4 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 5 soil, with a metallic foil core to provide for the most positive detection and pipeline 6 location. 7 8 In the second paragraph, the first and second sentences are revised to read: 9 10 The tape shall be color coded and shall be imprinted continuously over its entire length 11 in permanent black ink indicating the type of line buried below and shall also have the 12 word "Caution" prominently shown. 13 14 The last paragraph is revised to read: 15 16 The width of the tape shall be as recommended by the manufacturer based on depth of 17 installation. 18 19 16.AP9 20 SECTION 9 -16, FENCE AND GUARDRAIL 21 January 4, 2010 22 9- 16.3(2) Posts and Blocks 23 The first sentence in the second paragraph is revised to read: 24 25 Timber posts and blocks shall conform to the grade specified in Section 9 -09.2. 26 27 22.AP9 28 SECTION 9 -22, MONUMENT CASES 29 January 4, 2010 30 9 -22.1 Monument Cases, Covers, and Risers 31 In the first sentence, "Class 30B" is revised to read "Class 35B 32 33 23.AP9 34 SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES 35 April 5, 2010 36 9 -23.1 Sheet Materials for Curing Concrete 37 In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171 38 39 9 23.2 Liquid Membrane Forming Concrete Curing Compounds 40 In the first sentence of the first paragraph, "AASHTO M 148" is deleted and "(ASTM C 309)" 41 is revised to read "ASTM C 309 42 43 29.AP9 44 SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL 45 April 5, 2010 46 In this division, all references to "hot- dipped" are revised to read "hot- dip ASSEMBLED AMENDMENTS 54 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 9- 29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 3 Expansion /Deflection Fittings 4 The following new paragraph is inserted after the first paragraph: 5 6 Expansion fittings for use with PVC shall allow for 4- inches of movement minimum (2- 7 inches in each direction). Expansion fittings for PVC conduit shall be PVC and have 8 threaded terminal adaptor or coupling end and shall meet the requirements listed in 9 Section 9- 29.1(4)A. 10 11 9 29.4 Messenger Cable, Fittings 12 This section is supplemented with the following: 13 14 Messenger cable shall be o -inch, 7 -wire strand messenger cables conforming to ASTM 15 A 475, extra high- strength grade, 15,400 pounds minimum breaking strength, Class A 16 galvanized. 17 18 Strain insulators shall be wet process, porcelain, conforming to EEI -NEMA Class 54 -2 19 standards for 12,000 pound ultimate strength. 20 21 Down guy assembly shall consist of an eight -way steel expanding anchor, having a 22 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 23 similar preservative, and fitted with a 3 /4 -inch minimum guy eye anchor rod 8 -feet long. 24 As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3'h- 25 inch pitch, 1 -inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque 26 may be installed. 27 28 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be 29 hot dipped galvanized in conformance with the requirements of AASHTO M 232. 30 31 9 29.6(5) Foundation Hardware 32 The first paragraph is revised to read: 33 34 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the 35 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO 36 M 291, grade A. Washers shaft meet the requirements of ASTM F 844 or ASTM F 436. 37 38 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, 39 Cantilever Bases and Sign Bridge Bases 40 The content of this section is revised and moved to the following new sub sections: 41 42 9 29.7(1) Unfused Quick Disconnect 43 Unfused quick- disconnect connector kits shall conform to the following requirements: 44 45 1. The copper pin and copper receptacle shall be a crimped type of connection or 46 a stainless steel set screw and lug connection to the cable. The receptacle 47 shall establish contact pressure with the pin through the use of a tinned copper 48 or copper beryllium sleeve spring and shall be equipped with a disposable 49 mounting pin. The receptacle shall be fully annealed. Both the copper pin and 50 receptacle shall have a centrally located recessed locking area adapted to be 51 complementarily filled and retained by the rubber housing. ASSEMBLED AMENDMENTS 55 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 2. The plug and receptacle housing shall be made of water resistant synthetic 3 rubber which is capable of burial in the ground or installation in sunlight. Each 4 housing shall provide a section to form a water -seal around the cable, have an 5 interior arrangement to suitably and complementarily receive and retain the 6 copper pin or receptacle, and a section to provide a water -seal between the 7 two housings at the point of disconnection. 8 9 3. The kit shall provide waterproof in -line connector protection with three cutoff 10 sections on both the line and load side to accommodate various wire sizes. All 11 connections shall be as described in item "1" above. Upon disconnect, the 12 connector shall remain in the load side of the kit. 13 14 9 29.7(2) Fused Quick Disconnect 15 Fused quick- disconnect kits shall provide waterproof in -line fuse protection. The kit shall 16 provide three cutoff sections on both lines and load side to accommodate various wire 17 sizes. All connections shall be as described in item "1" above. Upon disconnect, the 18 fuse shall remain in the load side of the kit. 19 20 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 21 of the circuit involved and shall have the following characteristics: 22 23 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 24 25 2. Fuses shall be capable of supporting 135 percent of the rated load for 26 approximately 1 hour. 27 28 3. A load of 200 percent of rated load shall effectively cause instantaneous 29 blowing of the fuse. 30 31 4. Fuses shall be rated as listed below and shall be sized to fit the fuse 32 containers furnished on this project, according to the manufacturer's 33 recommendations therefore. 34 35 5. Fuses shall be listed by a nationally recognized testing laboratory. 36 37 Luminaire Size 1,000W 750W 700W 400W 310W 250W 200W 175W 150W 100W 70W 50W ASSEMBLED AMENDMENTS 56 Service Voltage 480V 1 240V 10A 15A 5A 10A 5A 10A 5A 10A 5A 5A 5A 5A 4A 5A 4A 5A 3A 4A 2A 3A 2A 2A 2A 2A 120V 30A 20A 20A 15A 10A 10A 10A 10A 5A 4A 2A 2A 1 2 3 9 29.9 Ballast, Transformers 4 This sections content is deleted and replaced with: 5 6 Heat generating components shall be mounted to use the portion of the luminaire upon 7 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 8 from heat generating components or shall be thermally shielded to limit the fixture 9 temperature to 160 °F. 10 11 Transformers and inductors shall be resin impregnated for protection against moisture. 12 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 13 14 No capacitor, transformer, or other device shall employ the class of compounds 15 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 16 purpose. 17 18 This section is supplemented with the following new sub sections: 19 20 9 29.9(1) Ballast 21 Each ballast shall have a name plate attached permanently to the case listing all 22 electrical data. 23 24 A Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 meeting 25 the manufacturers and these Specification requirements, shall be submitted by the 26 Contractor with each type of luminaire ballast. 27 28 Ballasts shall be designed for continuous operation at ambient air temperatures from 29 20 °F without reduction in ballast life. Ballasts shall have a design life of not less than 30 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours 31 on and 12 hours off, with the Tamp circuit in an open or short- circuited condition and 32 without measurable reduction in the operating requirements. All ballasts shall be high 33 power factor (90 34 35 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, 36 Methods of Measurement of High- Intensity- Discharge Lamp Ballasts. Starting aids for 37 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 38 wattage and manufacturer without adjustment. 39 40 Ballast assemblies shall consist of separate components, each of which shall be 41 capable of being easily replaced. A starting aid will be considered as a single 42 component. Each component shall be provided with screw terminals, NEMA tab 43 connectors or a single multi- circuit connector. All conductor terminals shall be identified 44 as to the component terminal to which they connect. 45 46 Ballasts for high pressure sodium lamps shall have a ballast characteristic curve which 47 will intersect both of the Tamp- voltage limit lines between the wattage limit lines and 48 remain between the wattage limit lines throughout the full range of lamp voltage. This 49 requirement shall be met not only at the rated input voltage of the ballast, but also the 50 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of ASSEMBLED AMENDMENTS 57 1 1 1 the lamp, the ballast curve shall fall within the specified limits of Tamp voltage and 2 wattage. 3 4 All luminaires ballasts shall be located within the luminaire housing. The only exception 5 shall be ballasts to be mounted on lowering assemblies and shall be external to, and 6 attached to the fixture assembly. 7 8 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 9 shall be: 10 Source Line Lamp Ballast Type Input Lamp Volt. Wattage Voltage Wattage Variation Variation I HPS I any 170 400 Mag. Reg. Lag I 10% I 18% HPS any 750 1000 Auto Reg. Lead 10% 30% CWA MH I any 1 175 400 'Mag. Reg. Lag I 10% I 18% MH any 1000 Auto Reg. Lead 10% 30% CWA 11 12 13 9 29.9(2) Transformers 14 The transformers to be furnished shall be indoor /outdoor dry type transformers rated as 15 shown in the Plans. The transformer coifs, buss bar, and all connections shall be 16 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, 17 one at 5% and one at 10% below the normal full capacity. 18 19 9 29.10 Luminaires 20 This section is revised to read: 21 22 All luminaires shall have their components secured to the luminaire frame with ANSI, 23 300 series chrome nickel grade stainless steel, zinc dichromate coated steel or ceramic 24 coated steel hardware. The luminaire slip- fitter bolts shall be either stainless steel, hot 25 dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal 26 luminaire assemblies shall be assembled on or fabricated from either stainless steel or 27 galvanized steel. The housing, complete with integral ballast, shall be weathertight. 28 29 The temperature rating of all wiring internal to the luminaire housing, excluding the pole 30 and bracket cable, shall equal or exceed 200 °F 31 32 All luminaires shall be provided with markers for positive identification of light source 33 type and wattage. Markers shall be 3- inches square with Gothic bold, black 2 -inch 34 legend on colored background. Background color shall be gold for high pressure 35 sodium, and red for metal halide Tight sources. Legends shall be sealed with transparent 36 film resistant to dust, weather, and ultraviolet exposure. 37 38 Legends shall correspond to the following code: 39 Lamp 1 Wattage Legend ASSEMBLED AMENDMENTS 58 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 70 100 150 175 200 250 310 400 700 750 1,000 7 10 15 17 20 25 31 40 70 75 XI 1 2 3 9 29.10(1) Cobra Head Luminaires 4 This sections content including title is revised to read: 5 6 9 29.10(1) Conventional Roadway Luminaires 7 A. Conventional highway luminaires shall be IES Type III medium distribution cut off 8 cobra head configuration with horizontal Tamp, rated at 24,000 hours minimum. 9 10 B. The ballast shall be mounted on a separate exterior door, which shall be hinged to 11 the luminaire and secured in the closed position to the luminaire housing by means 12 of an automatic type of latch (a combination hex/slot stainless steel screw fastener 13 may supplement the automatic type latch). 14 15 C. The reflector of all luminaires shall be of a snap -in design or be secured with 16 screws. The reflector shall be manufactured of polished aluminum or molded from 17 prismatically formed borosilicate glass. The refractor or Tens shall be mounted in a 18 doorframe assembly which shall be hinged to the Iuminaire and secured in the 19 closed position to the luminaire by means of automatic latch. The refractor or lens 20 and doorframe assembly, when closed, shall exert pressure against a gasket seat. 21 The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets 22 shall be composed of material capable of withstanding temperatures involved and 23 shall be securely held in place. 24 25 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 26 2 -inch pipe tenon and capable of being adjusted within 5 degrees from the axis of 27 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not 28 bottom out on the housing bosses when adjusted within the ±5 degree range. 29 30 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 31 set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a 32 torque of 32 pounds feet. 33 34 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate 35 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or 36 tempered glass. 37 38 F. High pressure sodium conventional roadway luminaires shall be capable of 39 accepting a 150, 200, 250, 310, or 400 watt Tamp complete with ballast. 40 ASSEMBLED AMENDMENTS 59 1 1 1 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat 2 gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall 3 withstand a 1,000 -hour salt spray test as specified in ASTM B 117. 4 5 H. All luminaires to be mounted on horizontal mast arms, shall be capable of 6 withstanding cyclic loading in: 7 8 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak 9 sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for 10 a minimum of 2 million cycles without failure of any luminaire parts, and; 11 12 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum 13 peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 14 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million 15 cycles without failure of any luminaire parts. 16 17 I. All luminaires shall have leveling reference points for both transverse and 18 longitudinal adjustment. Luminaires shall have slip- fitters capable of adjusting 19 through a 5- degree axis for the required leveling procedure. 20 21 9 29.10(2) Decorative Luminaires 22 In the first paragraph, "150 400" is revised to read "50 400 23 24 In the second paragraph, "box shaped" is deleted. 25 26 In the third paragraph, the first sentence is deleted. The second sentence is revised to read: 27 28 The ballast housing shall be adequately constructed to contain ballasts for 50 400 watt 29 alternate high intensity discharge sources. 30 31 The fourth paragraph is revised to read: 32 33 Each housing shall consist of an integral reflector, containing a mogul based high 34 intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens 35 mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or 36 secured with screws. The reflector assembly shall have a lamp vibration damper. The 37 reflector shall be manufactured of polished aluminum or molded from prismatically 38 formed borosilicate glass. The housing shall have a heat resistant finish. The lens 39 frame shall be secured to the housing with ANSI, 300 series chrome nickel grade 40 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. 41 42 The last sentence in the fifth paragraph is deleted. 43 44 The sixth paragraph is deleted. 45 46 The seventh paragraph is revised to read: 47 48 The finish shall meet the requirements of ASTM B 117 with the exception that the finish 49 shall be salt spray resistant after 300 hours exposure 50 51 The first sentence in the eight paragraph is deleted. 52 ASSEMBLED AMENDMENTS 60 1 1 1 1 9- 29.10(3) High Mast Luminaires and Post Top Luminaires 2 This sections content including title is deleted and replaced with: 3 4 9 29.10(3) Vacant 5 6 9- 29.10(5) Sign Lighting Luminaires 7 This section is revised to read: 8 9 Sign lighting luminaires shall be the Induction Bulb type. 10 11 9 29.10(5)A Sign Lighting Luminaires Mercury Vapor 12 This section including title is revised to read: 13 14 9 29.10(5)A Sign Lighting Luminaires Isolation Switch 15 The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 16 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The 17 terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall 18 be either single pole, single throw, or double pole single throw as necessary to open all 19 conductors to the luminaires other than neutral and ground conductors. The switch shall 20 contain 600 volt alternating current (VAC) terminal strips on the Toad side with 21 solderless lugs as required for each load carrying conductor plus four spare lugs per 22 strip. 23 24 9 29.10(5)B Sign Lighting Fixtures Induction 25 The first sentence is revised to read: 26 27 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 28 polyester paint finish. 29 30 In the second sentence of the sixth paragraph, "87" is revised to read "85 31 32 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A 33 34 The first sentence of the last paragraph is revised to read: 35 36 A Manufacturer's Certificate of Compliance, conforming to Section 1 -06.3 37 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator 38 test methods and results shall be submitted by the manufacturer with each lot of sign 39 lighting fixtures. 40 41 9 29.12 Electrical Splice Materials 42 This section is revised to read: 43 44 Circuit splicing materials shall meet the following specifications. 45 46 9 29.12(1) Illumination Circuit Splices 47 This section is revised to read: 48 49 Illumination circuit splices shall be split bolt vice type connectors or solderless crimped 50 connections to securely join the wires both mechanically and electrically as defined in 51 Section 8- 20.3(8). ASSEMBLED AMENDMENTS 61 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 This section is supplemented with the following new sub sections: 3 4 9- 29.12(1)A Heat Shrink Splice Enclosure 5 Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil 6 Spec 1 230053 7 8 9 29.12(1)B Molded Splice Enclosure 9 Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar 10 sheet bonded to butyrate webbing forming a flexible mold. The material used shall be 11 compatible with the insulation material of the insulated conductor or cable. The 12 component materials of the resin insulation shall be packaged ready for convenient 13 mixing without removing from the package. 14 15 9 29.12(2) Traffic Signal Splice Material 16 This section is revised to read: 17 18 Induction loop splices and magnetometer splices shall include an uninsulated barrel 19 type crimped connector capable of being soldered. The insulating material shall be a 20 heat shrink type meeting requirements of Section 9- 29.12(1)A, an epoxy resin cast type 21 with clear rigid plastic mold meeting the requirements of Section 9- 29.12(1)B, or a re- 22 enterable type with silicone type filling compound that remains flexible and enclosed in a 23 re- enterable rigid mold that snaps together. 24 25 9 29.15 Flashing Beacon Control 26 In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers 27 28 9 29.18 Vehicle Detector 29 The first paragraph is revised to read: 30 31 Induction loop detectors and magnetometer detectors shall comply with current NEMA 32 Specifications when installed with NEMA control assemblies and shall comply with the 33 current California Department of Transportation document entitled "Transportation 34 Electrical Equipment Specifications," specified in Section 9- 29.13(7) when installed with 35 Type 170, Type 2070 or NEMA control assemblies. 36 37 30.AP9 38 SECTION 9 -30, WATER DISTRIBUTION MATERIALS 39 January 4, 2010 40 9- 30.1(1) Ductile Iron Pipe 41 In the first paragraph, number 1. and 2. are revised to read: 42 43 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe 44 shall have a cement mortar lining, and a 1 mil thick seal coat meeting the 45 requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged 46 joints shall be Special Thickness Class 53. All other ductile iron pipe shall be 47 Special Thickness Class 50, minimum Pressure Class 350, or the class indicated 48 on the Plans or in the Special Provisions. 49 ASSEMBLED AMENDMENTS 62 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. Nonrestrained joints shall be either rubber gasket type, push on type, or 2 mechanical type meeting the requirements of AWWA 0111. 3 4 9 30.1(2) Polyethylene Encasement 5 This section is revised to read: 6 7 Polyethylene encasement shall be tube -form, high density cross laminated polyethylene 8 film, or linear low density polyethylene film, meeting the requirements of ANSI /AWWA 9 C105. Color shall be natural or black. 10 11 12 33.AP9 13 SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC 14 April 5, 2010 15 9- 33.4(3) Acceptance Samples 16 The third paragraph is revised to read: 17 18 Samples from the geosynthetic roll will be taken to confirm the material meets the 19 property values specified. Samples will be randomly taken at the job site by the 20 Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. 21 22 The first sentence in the sixth paragraph is revised to read: 23 24 For each geosynthetic roll that is tested and fails the Project Engineer will select two 25 additional rolls from the same lot for sampling and retesting. The Contractor shall 26 sample the rolls in accordance with WSDOT T 914 in the presence of the Project 27 Engineer. 28 29 35.AP9 30 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS 31 January 4, 2010 32 9 -35.0 General Requirements 33 In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable 34 Attenuator 35 36 In the second paragraph, the third sentence is revised to read: 37 38 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified 39 Products List (QPL) submittals are not required. 40 41 9 35.12 Truck Mounted Attenuator 42 This section including title is revised to read: 43 44 9 35.12 Transportable Attenuator 45 Transportable attenuators are Truck Mounted Attenuators (TMA) or Trailer- Mounted 46 Attenuators (TMA trailer). The transportable attenuator shall be mounted on, or 47 attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum 48 weight in accordance with the manufacturer's recommendations. Ballast used to obtain 49 the minimum weight requirement, or any other object that is placed on the vehicle shall ASSEMBLED AMENDMENTS 63 1 be securely anchored such that it will be retained on the vehicle during an impact. The 2 Contractor shall provide certification that the transportable attenuator complies with 3 NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the 4 Contractor are subject to the approval of the Engineer. The Contractor shall provide the 5 Engineer with roll -ahead distance calculations and crash test reports illustrating that the 6 proposed host vehicle is appropriate for the attenuator and the site conditions. 7 8 The transportable attenuator shall have a chevron pattern on the rear of the unit. The 9 standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non reflective 10 black and retro reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with 11 the "V" at the center of the unit. 12 13 This section is supplemented with the following new sub sections: 14 15 9 35.12(1) Truck Mounted Attenuator 16 The TMA may be selected from the approved units listed on the QPL or submitted using 17 a RAM. 18 19 The TMA shall have an adjustable height so that it can be placed at the correct 20 elevation during usage and to a safe height for transporting. If needed, the Contractor 21 shall install additional lights to provide fully visible brake lights at all times. 22 23 9 35.12(2) Trailer Mounted Attenuator 24 The TMA trailer may be selected from the approved units listed on the QPL or 25 submitted using a RAM. 26 27 If needed, the Contractor shall install additional lights to provide fully visible brake lights 28 at all times. 29 30 9 35.12(3) Submittal Requirements 31 For transportable attenuators listed on the QPL, the Contractor shall submit the QPL 32 printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350- 33 071 EF) for the product proposed for use to the Engineer for approval. The Contractor 34 shall submit a RAM for transportable attenuators not listed on the QPL. 35 ASSEMBLED AMENDMENTS 64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 s It 2 1 Pt wa 7 t r i rort• a..n CD FEVtsIau VICINITY MAP N Project .nr I WILLIAM k FAIRCHILD INTL AIRPORT C -7 )r--1 )0 A\GE__,ES Dry Crcc _�ric_gc and Arai_ ?hasc roec t No. D5 3:_ SHEET INDEX at. :ro rP PORT ANGELES L I t DESIGNED LEN DATE 06/10 1 1 I I DRawN: BIP DATE 06/10 1 1 CHECKED, JC RL5 DATE. 06 /i0 I I H. SCALE. I I V. SCALE J 1 F LE: PPD./. n.wE: I I I f3; IAPFEND. I AIL DItAENSION5 ARE IN FEET UNLESS OTHERWISE NOTED SHEET TITLE 1 VICINITY MAP AND SHEET INDEX 2 PLAN AND ELEVATION I 3 TESC AND SITE ACCESS PLAN 4 FOUNDATION LAYOUT, CONSTRUCTION SEQUENCE, GENERAL NOTES AND DESIGN NOTES 5 ABUTMENT 1 AND 3 SHAFT DETAILS, SHAFT CAP PLAN AND ELEVATION 6 ABUTMENT 1 AND 3 SHAFT CAP SECTION AND PEDESTAL 7 PIER 2 SHAFT AND SHAFT CAP DETAILS 8 PIER 2 PIER WALL DETAILS 9 PIER 2 PIER CAP DETAILS AND CURTAIN WALLS 10 EXPANSION JOINT DETAILS, UTILITY HANGER DETAILS 11 BAR LIST 6 Eaeller+ Cans,Nmg Inc e x e l t e c h Lazy, HA Sellk. WA Pal Anyekt W.t Perlknd OR PUBLIC WORKS DEPARTMEA7 CITY OF FORT ANGEL ES 321 EAST 5TH STREET P.0 B06 1150 PORT ANGELES WA 98362 PHONE (2061 457 -0411 DRY CREEK PEDESTRIAN BRIDGE VICi7" ✓I7Y RAP AND SHEET INDEX 5 18'2 N7 0 21 tV 3.2 a r DATUM NAVA 1988 HO. 1 DATE A° UNE 1 REVISION 17•18•10 ADDED 'PIGMENTED Mina' TO EXPOSED SURFACES a �Z J ..fM JB '&95I r' %�r` tv2 att` IOU u.s I. lair war wit x.w r+ CEN Na_a EXISTING GROUND LINE AT "PB" LINE DESIGNED. CEN DRAWN 01P CHECKED; JG h RLS 11. SCALE: FILE: PROJ. NAVEL ALL DIMENSIONS ARE IN FEET APPEND. UNLESS OTHERWISE NOTED ELEV 223.00 -1- 1 1 ELEV 19300 GATE: 06110 DATE: 06/10 OATtr 06110 V. SCALE: 7 REFERENCE LINE ELEV 170,00 TOP OF CONCRETE DECK BOTTOM OF TRUSS Lsi/. IA S>00% RA fad Awti VIA PcNrA PLAN SEARING 15 NORMAL TO "PS° UNE FOR ALL P1&5 §S. O. trieMiriliMerd1P2M3. 112100. 10117512MilIffilardrilant 1,5 100 YR MRI ;�'i —ELEV 193.00 Q =360 CF5 1 ELEV 155.50 X W.5. ELEV 181.6." I I I �s -r I,1 LI EreBlA Cmv&lep. Ia —ELEV 223.50 ELEVATION &RAPE ELEVATIONS SHOWN ARE TOP OF DECK 201 -1 r X41 214 J) noQ 202 20 6 J� PUBLIC WORKS OEPARTUENT CITY OF PORT ANGEL ES 321 EAST STN STREET P.O. BOX 1150 PORT ANGELES WA. 98362 PRONF• 12061 457-0411 -2 Z1 ORAVEL `Lc r u"r x- 'j Mgr ANGELES. ur- 1 y SAR5W1RE FENCE ELEV 196,0 ti ELEV 226.00 15'-0 LONG SAFETY HANDRAIL (TYP. 4 PLACES) SEE SPECIAL PROVISIONS NOTE. ALL EXPOSED CONCRETE SURFACES SHALL RECEIVE A CLASS 2 FINISH WITH PIGMENTED SEALER WE 5PECIAL PROVISIONS). DRY CREEK PEDESTRIAN BRIDGE P/. AN AND EL EVATION M1 I 2 OF 11 PREFABRICATED STEEL TRUSS PROPRIATARY SUPERSTRUCTURE SIMPLE SPANS CO NCRETE DECK L0 ADING: AASHTO LRFD PEDESTRIAN LOAD L !I1I f f t t tlll �i f f --="--N Z j .'-----/---\.t l -3 N`\\ 1 \\\NN\\I X111 NO 1 DA(E 1 REV'SICN ORDINARY HIGH WATER MARK PERMANENT SEDIMENT CONTROLS J 1 OESIGNEU: CEN DATE: 06/10 I OPAWU: JWB DATE: 06/22 CHECKED. JC RL DATE 06)10 H. SCALE V SCALE. FILE. PAST NAME ALL DIMENSIONS ARE IN FEET BY APPEND UNLESS OTHERWISE NOTED yz/-y( per 7L 40#/#00.,p .i:#,#4. ,,,o,,,,o..00,.4..0•,,o,t,s0,0,.;00,_,,:s. 4- DATUM NAM 1983 sVU I 1J1j Qt8 "1-2-i7-21;r-_27:5 i LEGEND 0 CHECK DAM (SMP 1207) 4' SILT FENCE ("SMP #C233) —CHECK PAM CONIFER, DECIDUOUS TREE, 8" DIAMETER OR GREATER DSH TO BE REMOVED. CUT A T 13A5E. LEAVE ROOTS IN PLACE UNLESS REQUIRED SY FOUNDATION CONSTRUCTION. CONSTRUCTION ENTRANCE (SMP 1C105) x APPROXIMATE ACCESS ROUTE (BMP 1C107, SMP 1203) 4 Y T Y 1 T t Y t 4 EASEMENT FROM PORT OF PORT ANGELES 4 Cat,, WA Stalk. WA Pr, Atte W4 Paflond, OR 50D SWALE (SMP 1C124)- APPROXIMATE WORK AREA Exelfech Cenaudmq, Inc e x e 1 t e c h PUBLIC WORKS CEPA4TUEVT C!T Y OF PORT ANGEL ES 321 E4ST 571-1 STREET PO BOX 1150 PORT ANGELES 53 98362 PHONE (2061 457 -0411 4, SMPs FROM THE DEPARTMENT OF ECOLOGY'S 2005 STORMWArER MANAGEMENT MANUAL FOR WESTERN WASHINGTON DRY' CREEK PEOESTRIA,b 9 TESC SiT E ACCESS PL ,'J,Ir NO. 7 -19 -10 DATE 12 3'-O" PIA DRILLED SHAFT REVISION "P8" 5TA 12 +12.87 "A" STA 102+11.54 34.93' RT 0I• ti011r r rr rlir� ar r�101:14 01 r r r.,iv r,;�tr P Li ADDED ANCHOR 130LT MATERIAL SPECIFICATION "P8" LINE 8P 1 LEN 3' -0" DIA DRILLED SHAFT- 13 1473 °21'53.13 "E 3' -O" DIA DRILLED SHAFT DESIGNED: LEN DRAWN: BIP FOUNDATION LAYOUT 5 f DATE. 06/10 OATS: 06/10 I CIIMKEOt J G A RI-9- D A-rF 05 SCALEt V. SCALE: 1 1 EILEt PROs. NAMEI k Ail DIMENSIONS ARE IN FEET �X#PD. UNLESS OTHERWISE NOTED ff I oI 1. CONSTRUCT DRILLED SHAFTS 2. CONSTRUCT ALL SUBSTRUCTURE CONCRETE ELEMENTS 3. ATTACH ALL UTILITY HANGERS, CARRIER PIPE AND CONDUITS TO STEEL TRUSSES BEFORE PLACING TRUSSES ON SUBSTRUCTURE. 4. PLACE SUPERSTRUCTURE STEEL TRUSSES ON SUBSTRUCTURE. 5. CONSTRUCT CONCRETE DECK PB" 5TA 13 +21.87 CONSTRUCTION SEQUENCE 14 3'-0" DIA DRILLED SHAFT 4 e x e l t e c h tO'11. VA SedNe. WA rat Aop ks VA &aka OR "P0" 5TA 14 +30.87 "A" 5TA 104 +29 42 27.57' RT r r 1- CxAle:ACms1Ettgt l,. GENERAL NOTES cON9TRUCTION SPECIFIC/lift/N.5 ALL MATERIAL AND WORKMANSHIP SHALL SE 114 ACCORDANCE WITH THE REQUIREMENTS OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, SRIDGE AND MUNICIPAL CONSTRUCTION DATED 2010 AND AMENDMENTS CONCRETE DECK SLAB CLASS 4000 PIERS CLA55 4000 DRILLED SHAFTS CLASS 4000 P METAL REINFORCEMENT AASHTO M31, GRADE 60 ANCHOR BOLTS: F1554, GRADE 55 GALVANIZED AFTER FAB; IC TIO PER AASHTO M232 pL DIMENSTO A D ELEVATIO ALL DIMENSIONS TO REINFORCING STEEL ARE TO CENTERLINE OF BAR UNLESS NOTED OTHERWISE. CONCRETE COVER MEASURED FROM THE FACE OF THE CONCRETE TO THE FACE OF ANY REINFORCING SAR 5HALL SE 1 -1 /2". UNLESS SHOWN OTHERWISE ON THE DRAWINGS. CONSTRUCTION CONSTRUCTION JOINTS WILL BE PERMITTED ONLY AT THE LOCATIONS SHOWN 014 THE PLANS OR AS APPROVED BY THE ENGINEER. FLAST-OMERIC BEAR1aaS DESIGN PROCEDURE METHOD A GRAVE 4 DUROMETER POLYISOPRENE DESIGN LOADS (SERVICE 1) 100 KIPS ALL BEARINGS DESIGN NDTE5 DESIGN SPECIFICATIONS 114 ACCORDANCE WITH "AASHTO LRFD GUIDE SPECIFICATIONS FOR DESIGN OF PEDESTRIAN 8R1DGE5" 2009 "AASHTO LRFD BRIDGE DESIGN SPECIFICATIONS" 4th EDITION 2007 DESIGN LOADS PERMANENT LOADS DC UNIT WEIGHT OF REINFORCED CONCRETE UTILITIES EV UNIT WEIGHT OF SOIL TRANSIENT LOADS LL 90 LB /5F PEDESTRIAN LOAD TI) UNIFORM TEMPERATURE RANGE BASE SETTING TEMPERATURE EXTREME EVENT LOADS EQ ACCELERATION COEFFICIENT 5011 PROFILE TYPE SEISMIC PERFORMANCE ZONE FOOTING DESIGN LOADS STRENGTH LIMIT STATE RESISTANCE FACTOR RESISTANCE FACTOR PUBLIC WORKS DEPARTHEA7 CITY OF PORT ANGELES 321 EAST 5TH STREET P1). BOX 1150 PORT ANGELES, WA, 911T62 PHONE 12061 451' -0411 BEARING 0.45 Rn 7.00 KIPS/SFT y P 4 KIP5 /5FT 4, SLIDING 0.4 Q 9.4 KIPS y V 9.5 KIP5 F'G 4.00K5I PC 4.00 K51 F'C =4.00KSI FY 60.00 K9I FY 55.00 K51 0.160 KCF 0.120 KLF 0.125 KCF 0° F TO 120 F 64° F 0.35 D SERVICE LIMIT STATE BASED ON SETTLEMENT OF 0.50 114 4, RESISTANCE 2.5 K1P5 /5FT y P 2 97 KlP5 /5FT DRY CREEK PEDESTRIAN BRIDGE FOUNDATION LAYOUT, CONSTRUCTION SEQUENCE, GENERAL NOTES AND DESIGN NOTES 10 BUNDLES OF 2L51111B 3" CLR. 4 SHAFT a. m;.c SECTION :0 DRILLED SHAFT 1 1 7-19-10IXEYISE0 PEPISTAL HEIGHT AND ADDED I ANCHOR ITOLT LOCATIONS ABUT SEE TERMINUS DETAIL oft I Jo ttir OF SHAFT 4.1 Aour. ar9 ABM. SEE TERMINUS DETAIL DM SHAFT I BOTTOM OF SHAFT ELEY I03.0 Ariu ELEY 196.0 ABUT. 3 SEE TERMINUS DETAIL ELEVATION c LINE 15 SPIRAL 3 ACCESS TUBES FOR C5L TESTING OP CEN DESIGNED, CEN DRAWN: gm tiftt-KED: gji5 H. SCALE: V. SCALE, FILET PROJ. NAK: ALL DIMENSIONS ARE IN FEET NO. 1 OAT SION APPO. I UNLESS OTHERWISE NOTED REVI -SPIRAL BAR-- 6" I I it14. 51" "tap 3/te (3/26) OR 3//3" (3/16)."- 6 WELDED SPLICE DETAIL WELDING SHALL MEET THE REQUIRMENTS OF STD. SPEC. 6-02.3(24)E MAY I3E FIELD BENT (TYP.) DATE 06/10 BATE: 06/20 °Air OM LAP SPLICE DETAIL FOR DEFORMED 13NZ5 ONLY USE WELDED LAP SPLICE DETAIL FOR SMOOTH WIRE SPIRAL 3 WRAPS OF SPIRAL -2\ WELDED SPLICE AT END OF SPIRAL SPIRAL-ki TERMINUS DETAIL exeltech /FIELD WELD OR \SHOP WELD laq; IA Salk. N't Pal 14014 WA Porfkot OR ;t, 4F251#4 IN CURTAIN (TYP) Eattech Owe*. IX. Lyz, i 2 .i 4 wr 4 1L 2", 9" 1/2' M)±1.E.F. Na 14 E F. 9 SPA 0 12 0.-cr 1A201 E.F. 5 Oa 0 6" 3' Spit OS' o 2r-3" 2`-3 A 04 PLACE AS ACE A5 SHOWN (TYP) 9 k 1190Wii aye) 7?" /0154.4 F. frYP,1 I I I "PO' Umq I AFT 71 A2 1 01 SH 4 ----.--e-----e--t-e-!-..,..M 4 4 I 4,ers, "nr...".■ -..'...1 7 4 47^ .....0 7: s•-...■ ....t.■....-........■ taars■ ......J.■ A: 7 i ■A., ■1.1—.. •........1. I i I' II i 5ECOt4,1 i 2 112 eft ANCHOR—, 0- 7 1 1 Lc. t i i i ear -Mie) .k Lilt r„ 5' 1/4" I I 1 616- g 6 114" I Pe@ 14" tsi PUBLIC WORKS DEPARTNENI CITY OF PORT ANGEL ES .21 EAST 5T11 STREET PA BOX 1150 PORT ANGELES. WA 98362 PHONE; (2061 457-0411 ABUTMENT PLAN PIER 1 swim PIER 3 SIMILAR SEE e LAYOUT ON SHEET 6 FOR ADDITIONAL ANCHOR 6011 LOCATION VETA/L5 4 TOTAL ANCHOR BOLTS AT EACH ABUTMENT op .L J. I YE LINE r-FA E;Fy #4 E,F. PLACE .A9 11111 4-4 —1-4— A- 4`-tr \6 1 1 t 10 W. dr! B 15.-4" (M') L t—pc-F41$0 SWOP SET 4 I I' 1 i r 1 f t t t PIER 1 SHOWN PIER 3 SIMILAR SHOWN LOOKING BACK ON STATION FOR urtury LOCATIONS SEE SHEET 10 ABUTMENT ELEVATION —1 A101 DRY CREEK PEDESTRIAN BRJDOE NOTE: CAP REINF. ANA PEDESTAL REINF. NOT SHOWN. ANCHOR 130LTS DETAILS NOT SHOWN. SEE SHEET 6 FOR ADDITIONAL DETAILS REGARDING ANCHOR BOLTS. ABUT 4/ENT I AND .3 SHAFT DETAILS SHAFT CAP PL AN AND ELEVATION 9" 6 E F 13 Al21,t E.F NOrE: PEDESTAL gEit4F. NOT sHOWN. ANCHOR BOLT LOCATIONS AND DETAILS NOT SHOWN. SEE SHEET 6 FOR ADDITIONAL DETAILS REGARDING ANCHOR BOLTS. 5 OF 11 --4t ASU MEN TOP OF UTMENT 9 t.. BACK WALL i 1 -NOTE: MCKWALL AND CURTAIN W REINF. :Nor SHOWN. e i I( 1 1 I J t J.4 ...tI. r I N 2';6' t 8" 1 17 -19 -101 REVISED PEDISrAL HEIGHT AHD ADDED I or 1 GEN I 1 ANCHOR OOtr LOCATIONS j 1 I 1 I l I I 1 I 1 1 f I 1 1 I I 1 1 NO. 1 DATE 1 REVISION 1 Br 1 APPD. 1 1 S 2 0 Y l ixsictlEct CEN DRAWN. 61P PEW,EDWC d KW H. SCALE: FILE: t if2" 41 ANCHOR BOLT (TYPPEE VIEW FOR ADINTlONAJ -TAILS 5 (A30) #4 9' 7(311 SPACE EQUALLY oATE: 06/10 DATE: 06/10 HATE Q6f10 V. SCALD 14 PROJ. NAME: ALL DIMENSIONS ARE 81 FEET UNLESS OTHERWISE NOTED AI J *5 STIRRUP 5Er 1` I t L 1 *6 (TYP.) 18 w THE 6° DIMENSION ANO THE 1' -6" 3/4" DIMENSION MAY BE ADJUSTED IF NECESSARY. ALL OTHER DIMENSIONS ARE CRITICAL TO FACILITATE PROPER FITTING OF THE TRU55 TO THE SUBSTRUCTURE UNITS. N 4 I /2" 10 #4_ 1 1 ur 6" tc co e x e l t e c h Lerq. WA 5"!0; ■1 reel Mccka, WA Pwticd GA h! 4 9PA. c t t t 1 1 I L a r E.cdra a CmadLa,1. Int PEDESTAL 108' -0 r 6DL7' �7 ANCHOR r PARTIAL ABUTMENT PLAN 60r,i DIRECTIONS S 1 108' -7 16 (TYP) 8' 1o5 -o° 108' -7 16 (TYP) BOTH DIRECTIONS 'ANCHOR BOLT PLAN LAYOUT 2 -f 1/2° 4, ANCHOR BOLTS 130TTOM NUT FINGER TIGHT AGAINST 8RG PLATE. TOP NUT TIGHT AGAINST BOTTOM NUT. 8" PU& IC WORKS DEPARTMENT CITY OF PORT ANGELES 321 EAST 5TH STREET P.0 8OX 1150 PORT ANGELES. WA. 98362 PHONE 1206) 457 -0411 1 iti I 1' -8 !374- I J 1 l i VIEW© NOTE: BACKWALL AND CURTAIN WALL REINF. NOT SHOWN. DRY CREEK PEDESTRIAN BRIDGE_ ABUTMENT AND 3 SHAFT CAP SECT/ON AND PEDESTAL IASI Y MG- SP E EQUALLY 6 OF 1/ NO. DATE REVISION 1 I I 1 I i I U.. LA t thlLurl t I to U th I ;.t I _J.- 1 ---A- .........--r ---t-------T 5EE TERMINUS DETAIL I I I i 1 r 10 BUNDLES OF 215211*10 3" CLR. C SHAFT 4 PIER SEE TERMINUS DETAIL 3 SHAFT l'IER BY I APPEND 1 y DIA SHAFT BOTTOM OF SHAFT 1 tJ ELEVATION ne :2F SECTION rA DRILLED SHAFT #10 ELEV 153.5 TOP OF SHAFT ELEV 138.5 SEE TERMINUS DETAIL NOT& SEE SHEET 5 OF 11 FOR "WELDED SPLICE DETAIL", "LAP SPLICE DETAIL" AND 'TERMINUS DETAIL" -1322I #5 SPIRAL 3 ACCESS TU3E5 FOR C5L TESTING DESICNED: CEN 04. 2E OH/10 DRAWN. SIF DATE 06/10 CHECKED JC RLS DATE. 06/10 H SCALE. V SCALE FILE PROJ NAME ALL OWENS/DNS ARE IN FEET UNLESS OTHERWISE NOTED N N 41 .7 V ir. 1 :1 F'731,*5 3" 2 SPA 4 12' I 51 SET 3'-0" DIA SHAFT (TYp) exeltech tour WA Seal I4 RA 8,8 Mq9 tt 28 PerlIced 08 Exel1KACcasuIlatg. Inc. SHAFT 10 PIER WALL 14 SPA 5"-= 5'-10" H iITi 1 1 1 1 1 1 1 1 1 1 1 --IP12)*7 E F. PUBLIC WORTS DEPARTMENT CU( OF PORT A4'6 ES 321 EAST 5TH STREET PO PDX 1150 PORT ANGELES. WA 98362 PHONE (206) 451-0411 20 PLAN 'PS" LINE ELEVATION PIER 2 SHAFT CAP 7 `-10 Pfol *11 10•.0" _L____1, SHAFT DRY CREEK PEDESTRIAN BRIDGE -1 i101plii06 3 SPA, eli 12" 14 5PA 0 5"= 5'-10" k 2 SPA D 12" 1 a' t 3'0' I 2'0" 1 1 i t fr i r 1 1 1 1 1 L _1 1 I I I I 4 4 --If I i I I I 1_ 1 L 1 1— 1— -1--) PIER 2 SHAFT AND SHAFT CAP DETAILS 7 OF 11 "PS" LINE r PJER 2 ri UI I i I 1 1 1 1 i f 1 I I I �_)1._J I I I 1- 1 1 6' -0" 14 TIE sE 7 PIER 2 PIER WALL 3' VIEW- 5P 1 CEH DESIGNED: CEN DATE: 06/10 1 1 I 1 1710•1011:EVIBED PEDESTAL HEIGHT 1 I 1 NO. 1 DATE 1 REVISION DRAWN: SIP CHECKED: JC RL5 H. SCALE: DATE. 06/10 DAZE: Q /1 V. SCALE: FA-E: PROJ. NAME, ALL DIMENSIONS ARE IN FEET UNLESS OTHERV1SE NOTED e x e 1 t e c h tart. WA PA• a„1 !Aosta WA racrs OR fulled fm i w Iv. 1r3I 3' -0" G'-0" "PO" LINE 76 M I k_ I- I PENING (T 1 ECTIDN PUEL IC WORKS DEPARTMEt7T CITY OF PORT ANGELES 321 EAST STn STREET P.O. 80X 1150 PORT ANGELES. WA. 083E2 PHONE: 19161 457-04/ 1 SECTION t 1 1 1 1 1 r I 4(6 15 STIRRUP 5E7 1 —1 I r L-4,----"--4,--), ,,_,_-__t____, f 1 1 1 1 L .___L_-._-ai _J P1.-2-4#.7 lrrP.j i r I m` MD tlf 19 7YP. SPACE EQUALLY 14 TIE SET 1 1 DRY CREEK PEDESTRIAN BRIDGE PIER 2 PIER WALL DETAILS 1 DATE I J'6(TYP) I r 9" 1 2 i 4 t? —0 Te. Zs) —n 5 t TO" LINE c tsar PIER 2 PIER CAP SEE ANCHOR r PLA SH N LAYOUT ON SHEET 6 FOR ADOITIONAL ANCHOR BOLT LOCATION DETAILS 8 TOTAL ANCHOR Bars AT PIER 2 •1 173116 OTIRKUP SEr 7-19-10I REVISED PEINSTAL fiEfOHT. AOPEO ANCHOR 1 /VOLT LOCATIONS AND CHANGEPENSAR 5/Z REVISION 13P CEN j#.311 WO 1,6 Loll 4P 6 1_11 I_ 1 I _1011 F 1° ij 1 1" i I/ 4) Ake:40+0LT (TYP) ktrgl EA .7'‘ r 7 frY014 E V ...t 1 15 SPA. 0 n" 15=0' PIER 2 ELEVATION PIER 2 PIER CAF' DESGKO: CEN ORAWNi 6IP trIELKCO: JC teL.4 4 H. SCALE: V. SCALE, DATE: 06/10 OATE: 06/10 DM: 06/10 MEI PRDJ NAME- APPO, L ALL DIMENstorn AnE IN FEET UNLESS OTHERWISE NOTED 2 1 -V 1 5W r -711-4c4 #4 (ryr.) FOR CURTAIN WALL REINFORCING rriT 1 I 4_1_1_4. #4 (rYP) L,1" 1- I._ 1 rt 1 1111 4-1-1— 4-1-0 Arid W4 (n-rj e z+t-I0 j-W4 614 SEE CURTAIN WALL ELEVATION AND SECTION [Terkel) Conallag. 114 exeltech t. 111 SEAGA WI 11,1 .1**5. 1171 Wend, 69 1 1/2" ANCHOR BOLT (rr) SEE vectiort FOR ADDITIONAL Off LS ITO 14 615PA. 9" 4.-6- L --0 1 1 I 1 1 !11 PIER 2 CURTAIN WALL ELEVATION 12- STIRRUP SET I 1 I F -fr.$2117 (TYP) I q 1 i 1 i i a 1 I 1 1), -4-........... y A i V' SECTION ir:511 1 4- PI Z 4T3 nt 3 6 PUBLIC WORKS 1:11,PARTIIEHT CITY OF PORT ANGELES 321 EAST 5TH STREET PA. BOX 1150 PORT Anal ES. WA- 98362 PHONE; 12061 457-0911 1 T 7 iMX-4 (TYP) 2 S_ECT ION DRY CREEK PEDESTRIAN BR/06E PIER 2 PIER CAP DETAILS AND CO/?TA.IN WALLS 4 f 1/2.. 4, ANCHOR BOLTS OOTH Nurs TIGHT AGAINST SRO PLATE STUB OUT AND CAP SEWER UNE CARRIER PIPE MP CONDUITS FOR ELECTRICAL AND FIBER OPTIC NO. 1 DATE TOP OF ABUTMENT TOP OF CONCRETE DECK BACK WALLt (TYP.) :7 i USE we EDGER 11/2" ELASTOMERIC COMPRESSION SEAL TOP OF ONGR1irk "DECK U5E 3/8" EDGER (TYP.) ELASTOMERIC -f COMPRESSION SEAL COMPRESSION SEAL ABUTMENT 1 SHOWN, ABUTMENT 3 SIMILAR COMPRESSION _SEAL PIER 2 EXPANSION JOINTS 15' UTILITY FIFE STUB OUT DETAIL 1 17- f9 -f01 ADDED NOTES REGARDING HANGER RODS I 9P RLVISION RV h S ----BRIDGE DECK 2 1 4 fP 4 Q F TEMPERATURE OF R nr,40 F STRUCTURE AT TI OF INSTALLING I /8 80° 1= EXPANSION JOINT r BEGIN OR END OF BRIDGE CEN AFRO, DESIGNED: CEN DRAWN. BIP 0.1Mgpl dG RLS ANVIL PIPE ROLL FIG 171, B -LINE 53114. ELCEN 15 OR APPROVED EQUAL (PIPE SIZE 14") DATE, 06/10 DATE: 06/10 OAIE, 06/10 H. SCALE: V. SCALE: FR PROD. NAMEt ALL DIMENSIONS ARE W FEET UNLESS OTHERWISE NOTED COMPRESSION SEAL TABLE D.S. BROWN I WATSON BOWMAN ACME SEAL 1 WIDTH 1 SEAL 1 WIDTH CV -30 I 3" I WA -3001 3° TESTING SHALL SE PER AASHTO M -220 PRIOR TO USE 17 3/4° DETA1 Lt SEWAGE UNE MG_ 278 OR EQUAL T ROD 51 /.E "-ANVIL 1 05 WELDED -Ns 1 4 1 l- 14" 4, SEWER LINE CARRIER PIPE GALV. STEEL HANGER ROD W/4 HEX NUTS 14" 4, SCH. 10 (0.25" WALL) GALV. STEEL SEWER LINE CARRIER PIPE ANVIL FIG. 212 OR EQUAL (PIPE SIZE 14") w w u 1 DETAIL u DETAIL DETAIL \1.. 'A' IS TO BE DETERMINED BASED ON DISTANCE FROM BOTTOM OF FLOOR SEAM TO C OF CARRIER PIPE. TOP OF CONCRETE DECK °A" COUPLING FOR DIAGONAL SEWER BRACE 15 ON OPPOSITE SIDE OF FLOOR SEAM FROM COUPLING FOR SEWER VERTICAL RODS. 5' -O" 6" 4, PVC CONDUITS OR 5" 4 PVC CONDUIT ANVIL ADJUSTABLE WROUGHT CLEYIS, HG. 260, 8 -LINE B3100 0R ELCEN 12 OR EQUAL (CONDUIT SIZE 6" FOR ELECTRICAL, 5° FOR FIBER OPTIC) PUBLIC WORKS OEPARTN£HT CITY OF PORT ANGELES 321 EAST 5TH STREET PA. BOY 1150 PORT AA'i_LES. WA. 95362 PHONE: (2061 457 -0411 re LINE 10'-0" FLOOR BEAM- S" PVC FIBER OPTIC CONDUIT 2'-6 0" PVC ELECTRICAL CONDUIT Zi 6" P11C ELECTRICAL CONDUIT 3/4" ROD 5••O" 1 1 1, I 1 1 1 1 1 1 t _SEWER UNE BRID E TYPICAL OECTIl. N SC HEM ATICD SHOWN _LOOXING AHEAD OW SinrION --5/8" ROD SEE ATTACHED SIG 1: BRIDGE PLAN .SHEEP E4 .FOR C4: P T€ DETA1L5 1 TG DETERMINE 11AN6EK ROD LEN9TJ48 5/8° GALV. STEEL HANGED: POD .W14 HEX fiwT5 FOR 6° FIBER OPTIC CONDUIT 3/4" GALV. STEEL HANGER ROD W/4 HEX NUTS FOR 0" ELECTRICAL CONDUIT NOTE5•1 STEEL RODS SHALL SE ASTM A307. 2. ALL MATERIAL SHALL SE GALVANIZED AFTER FABRICATION PER AASHTO M1I1 OR AA5HTO M232 EXCEPT PIPE ROLLERS. 3. PAINT ROLLERS WITH THREE COATS OF GALVANIZING REPAIR PAINT. SEE 5TA SPEC 9 -08.2 4. ONE SET OF HANGERS REQUIRED AT EACH FLOOR SEAM. (56 TOTAL SETS REQUIRED) 6. ONE SET OF HANGERS CONS15T5 OF: ONE DETAIL Q ONE DETAIL 15 ONE DETAIL t FOR 5" TWO DETAIL l FOR 6" DRY CREEK PEDESTRIAN BRIDGE EXPANSION JOINT DETAILS UTILITY HANGER DETAILS DETA -1 L f" P R 1 2. 6 plAFT5 Nor 1 short rert1E414 •12 Plc, 1 '.f ehpft ogee& 721. dire 2 ohofG vdrfltsle yf2 Pt.r a ;than apfr*M KJEP� 14 J +'aP Eei fr 5 -5� vt OP e� �.r q O R!1 Or! 2 4,41.92' Al 2d oaa MR Pf as A PER 1YAL4 pr gltudl p R+ P -101 lli 0 of MHO fps nor ,WAR rig v.g:t r211 riersdfirp, P2le pier-WAR TM Bat PIER. 7. mg 4VrALL CAP P50 got tutslIU11141 ear rot L°nyl llel 1P.32 ?Far aorta trrdltt L 0.4 fr aS p u y.$t r a N fl AI Ut4 r50 rtnld dre P frapar pvtDldA PBS' t Yrev Yen I 1 N0, DATE 5 Dor I5 i7c11c4d h eubOAuctrwn quantltha L Luny man quantity T innasrse 5egmnb REVISION 1 17- t9- I0LREV19E0 BARS A22 P3i AND Pb0 1 I I 1 1 1 1 1 I 4- 14. 4.0 u Ft k Fl k Fri h I: fL .4, 0, 2 17 7 �.e 471 4 6 4 f 73,3 22b 2 4: 4 7.0 ...1CADDISheets111_Barlist.dgn 7/22/2010 8:54:29 AM FY I BY 1 GEN DESIGNED: CEN DRAWN: all' CHECKED JC RL5 FI, SCALE: E Dar 16toMo Tory coated V Car dtncnsbn5 Lvtaeen dndrabn Mon on this he and the fod:whg ka. PA to Q,t? CRS PROD. NAA4ET Fir ALL MANSIONS ARE 1N FEET APPEIOT,' UNLESS OTHERWISE NOTED DATE: 06/10 DATE: 06 /10 DATE: 06/10 V. SCALE: 71173111 INJAM 1 Lie PaD Panli -2 Pali MILIE10 H II CC h M_ e 1� hilLa [RIB M4�Xr7f r Ll�� 6 9- 9 �����oe o 00 i I 1 111 1 1111 1 1 1 1 R X1111111 FP 11 IN 111111 laid 1 OIL =MS 1 :1i Iiiiiiiiiiiii 11 l :CC: D _:B °C: 1111111 1111 13ARkER MOE afilE 11E75 Endkm consd6119. Inc e x e i t e c h tazlc WA S&16 WA •Pr4 Anp2( IA 14•11441. OR b: 7 NitNTUE6N0( ice TI7F85,(3'1R Lsr PUBLIC WORKS DEPARTMENT CITY OF PORT ANGELES 321 EAST 5TH STREET P-O. BOX 1150 PORT ANGELES, WA. 98362 PHONE: (2061 457 -0411 u TYPE SO /mug, CC _IYPF St TYPE. 53 t I U wan 54 TYPE 56 TrPE "S7 wve NOE 59 WIFE 55 U n n it 4 Oaf: 1 W DIACWAAS TYPE 60 I\ I ►Y WO YAW MR WA' D AOZWI R32 E tas TYPE 67 u .nkt .ft? u 1 TYPB '80 •.fit awe 79 1 AIL PRECE/20 BAER CN 1F6 9#r 5044 DE A5OA 1106 (141E651-0414 ODEEREE 2` 79 4 4 7 K A 0 w m =oar At west 901W11.1TIFENR 1151" 5E IRANC NWERENEr S BOO RR TRAT6YERSE ryes Olz To Mtt•VO. arsoic l01R76 H(S AIX 01E4 61111 THEE M123 9441t OE tIMA51atiCJD 70 aFFORA4 DTFE COMULFAZIV Or RE sncluE 4 W91RAWLfiV;7Nff !WS 40DE 84 071 W6com DAIS DRY CREEK PEDESTRIAN BRIDGE BAR LIST lyas s1 x B b 1 TYPE TYPE 62 65e u TYNE,433_ 11 to NQIE; BRACE DIAGONALS ARE OFFSET 1 1/2" UPWARD FROM CENTER OF BOTTOM CHORD TO ALLOW FOR SEWER UNE CLEARANCE. -1 1/2' (MIN. CLEAR) 4' CONCRETE DECK (BY OTHERS) 1 -1 1/16"o HOLE w /(2) 1'0 NUTS iti I'+ AN. ire r -9 1 /B' 2' -6' 3' -2 7/8" 3 11 13/16' m m N r 1 1 m A- (SHIED FOR APPROVAL T F I13/3q/2410 v PROM /EIAAV 4AV CONR/OWIAL rNr"b3FCATION IAt OR_A[ INS l$ INVVOLEPROPERTYOF RIG-R aRtosE. ANY REPRODUCTION AV PART ORASA li7 /OI GW1lHcUT WRI77ENAMttS ssie seRoulanED. FORM DECK NOTES: 1.) FORM DECK SHALL BE TIGHT FITTING WITH A CAP NO LARGER THAN 1/4" IN ANY DIRECTION. 2.) FGRM DECK TO SPAN 2 SPANS MIN11lUM. 3.) FORD DECK OVER SPLICE LOCATIONS V U. BE SHIPPED LOOSE AND FIELD ATTACHED WITH SELF-DRILLING FASTENERS. FORM DECK 11Y -0' BRIDGE NNI% I 1(CLEAR) i 11 I !j( i s 14' CARRIER PIPE w/ HANGER do 1'0 RODS (BY OTHERS) BIGR B R I D G E SIs'CTION 1 13/16'0 HOLE w /(2) 3/4'0 NUTS INTERIOR FLOOR BEAU 11/16'0 HOLE w /(2) 5/8'0 NUTS 401 REBAR 9" O.C. (BY OTHERS) 6' ELECTRICAL CONDUIT 3/4" ROD (BY OTHERS) (VIEW LOOKING TOWARDS HIGH END OF BRIDGE) 4D2 REBAR 0 1' -0" 0.C. (BY OTHERS) TYP VIO 1 TYP. 3/t6 V 1/40 HAND RAIL (CAP END) TYF 3/16 HAND RAIL BRACKET SAFETY RAIL (CAP GRIND SMOOTH) T&B 7YP. 3 /i8 V 2 INTERIOR DIAGONAL T&I TYP 5 uPPLJ R /FAe c-Aro DRAWJltl& PRov nE D FoR INFOR M,4rrc p1 PAT. BOX 1290 GREELEY, COLORADO 80632.1290 PHONE: (970) 366 -9600 FAX (970) 356 -9621 TOLL FREE: (800) 234 0734 www,bigrbrittge.com V 2 TOE FLAW— SIDE tum 1/4 (2) 11O' —O n —TOP CHORD TAG 5/16 V TYP. 5" FIBER OPTIC CONDUIT 5/8 ROD (BY OTHERS) INTERIOR VERTICAL E No Exceptions Taken E A1ake Corrections Noted D Revise and Resubmit EJRejected Ds j o r Nt-t99 :•IStiEU `ex BOTTOM CHORD 3:ATe 1 1/16'0 HOLE 3 Of. 3/8"} CLEVIS T DET TL (18 REQUIRED PER BRIDGE) 1 %1" CHAMFER =mug= N TFC^ 1.) (1) fl3 CLEVIS, (4) 1'0 NUTS, (4) 3/4"4 NUTS, AND (2) 5/B'0 NUTS REQUIRED AT EACH FLOOR BEAM FOR UTILITY HANGER ROD ATTACHMENT BY BIG-R. 2) ALL UTILITY PIPE, CONDUIT, HANGERS. HARDWARE AND INSTALLATION (MATH THE EXCEPTION OF THOSE IN MEN ED Nd NOTE #1) BY OTHERS. 7-tit to x 10' —O" BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANGELES, WA 1 1/2" CLEAR .I LAS; 1) ALL CONCRETE REBAR BY OTHERS. 2) ALL REBAR COUNTS FOR ONE BRIDGE. RERAR SCHEDULE MARK,] TYPE !QUANTITY LENGTH REMARKS 401 STRAIGHT 13 109_ -8' f EPDXY* 402 (STRAIGHT J 110 9' -8" EPDXY DIGIT PRECEDING LETTER DENOTES SIZE OF REBAR SEE CONCRETE NOTE 6 ON El FOR SPLICING LOW END OF BRIDGE 114 DIEMS TAB #3 CLEVIS 1y/ 1k4r x3 'A32,^i 75 DOLT, NUT WASHER 2" MIN, L 1/2' CLEAR V REBAR SPACING k N; 3 -1 /2 R 1/4 "x 2"x 5" A588 1 1/2 BAND,RAIL. B j.ACXT rt FLOOR BEAM 'L HANGER ROD 1/2" (TYP. ALL RODS) -I vitro HOLE w/ (2) 1'0 NUTS 1 "0 HANGER RODS (BY OTHERS) ROD (BY OTHERS) HANGER ROO/ CLEMS SEC.TIO HIGH CND OF BRIDGE Attachment H Pedestrian Bridge Installation Guide UNLOADING SPLICING NOTES (WHEN REQUIRED) TWO TYPES OF BOLTED SPLICE CONNECTIONS ARE TYPICALLY USED UNLESS OTHERWISE NOTED ON THE SHOP DRAWINGS VERTICAL TRUSS DIAGONALS AND HORIZONTAL BRACE DIAGONALS WILL BE JOINED WITH SPLICE PLATES ON THE OUTSIDE OF THE TRUSS MEMBERS WITH PASS THROUGH BOLTS EACH HOLE LOCATION WILL RECEIVE ONE LOOSE BOLT AND ONE LOOSE NUT THE CHORD SPLICE WILL HAVE LOOSE SPLICE PLATES WITH ALL NUTS TACK WELDED INTO PLACE LOCATED ON THE INSIDE OF THE CHORD MEMBER EACH HOLE LOCATION WILL RECEIVE ONE LOOSE BOLT. FOR THE BOLTED SPLICE DETAILS REFER TO THE SHOP DRAWINGS VERTICAL TRUSS DIAGONAL AND HORIZONTAL BRACE DIAGONAL PLATES WILL ARRIVE LOOSE OR WIRED AND BOLTED TO THE BRIDGE LIKE PLATES ARE INTERCHANGEABLE FOR PLATE LOCATIONS AND BOLT SIZE REFER TO THE SHOP DRAWINGS. ALL CHORD SPLICE PLATES WILL BE ATTACHED BY WIRE AND SHIPPING BOLTS TO THE SPECIFIC FACE OF THE MEMBER TO WHICH THEY FIT DO NOT MIX THE PLATES LIP THE BRIDGE WAS FABRICATED WITH THE PLATES IN THESE SPECIFIC LOCATIONS AND A QUALITY FIT UP WILL BE DEPENDENT UPON THEM BEING IN THE SAME LOCATIONS AT INSTALLATION DO NOT TRY TO USE A PLATE ON ANY OTHER FACE OF THE SAME OR ANY OTHER CHORD. IT MAY NOT FIT PROPERLY IN ANY OTHER LOCATION. SHIPPING BOLTS ARE TO BE REMOVED AND DISCARDED PLATES ARE THEN TO BE SLID OUT TO THE PROPER LOCATION ON THE SPLICE AND BOLTS INSTALLED LOOSE THERE ARE THREE COMMON PROCEDURES FOR SPLICING BRIDGE SECTIONS TOGETHER NOTE BRIDGE SECTIONS WILL ARRIVE ON OVER THE ROAD TRUCKING AND BE DELIVERED AS CLOSE TO THE BRIDGE LOCATION AS POSSIBLE THE CONTRACTOR WILL BE RESPONSIBLE FOR UNLOADING THE BRIDGE AT THE SITE OCCASIONALLY, IT MAY BE NECESSARY TO UNLOAD OTHER BIG R MATERIAL TO REACH THE BRIDGE THE CONTRACTOR WILL NEED TO RELOAD SAID MATERIAL IN THIS EVENT. LOOSE ITEMS SUCH AS SETTING PLATES AND BOLTS WILL ARRIVE WITH THE BRIDGE THE CONTRACTOR SHOULD MAKE SURE ALL LOOSE ITEMS ARE UNLOADED WITH THE BRIDGE REFER TO THE BILL OF LADING. MOST SPLICED BRIDGES ARRIVE IN TWO SECTIONS PLACE ONE SECTION ON A RELATIVELY FLAT SURFACE WITH THE SPLICED END CRIBBED UP IN THE AIR ABOUT 2 THIS WILL ALLOW FOR EASIER FIT UP AND ALLOWS ROOM TO WORK UNDER THE BRIDGE THE OTHER SECTION IS LIFTED WITH A CRANE WHEN THE CHORD SPLICES ARE LINED UP, THE SECTION WILL BE SLID INTO PLACE IT MAY BE NECESSARY TO USE COME -A -LONGS TO PULL THE SECTIONS TOGETHER WHEN BOLT UP IS COMPLETE, THE ENTIRE BRIDGE MAY BE LIFTED AS ONE PIECE WITH THE CRANE AND SET ON THE FOUNDATIONS MID -AIR SPLICING CAN BE USED WHEN THERE ARE SEPARATE CRANES TO LIFT EACH SECTION ONE SECTION MAY BE PLACED ON THE APPROPRIATE FOUNDATION WHILE THE SPLICE RESTS ON TEMPORARY SHORING VERTICAL TRUSS DIAGONAL �I DIAGONAL SPLICE PLATES (PLATES OUTSIDE OF DIAGONAL) DIAGONAL SPLICE BOLTS w/ NUTS (SEE SPLICE PAGE FOR SIZE TYPE) BOTH VERTICAL TRUSS DIAGONAL HORIZONTAL BRACE DIAGONAL SPLICES UTILIZE THE EXTERIOR SPLICE PLATES WITH THRU -BOLTS DECKING CONSIDERATIONS: BOTTOM CHORD TYPICAL TRUSS SPLICE NOTE THESE PROCEDURES ARE RECOMMENDATIONS ONLY THE JOB SITE WILL DETERMINE WHICH IS PREFERABLE THESE PROCEDURES CAN BE USED FOR SIMPLE SPANS AS WELL AS MULTIPLE SPAN STRUCTURES LIFTING WEIGHTS ARE LOCATED ON THE SHOP DRAWINGS 1) IF THE BRIDGE HAS WOOD DECKING, IT IS ALLOWABLE BUT NOT REQUIRED FOR THE CONTRACTOR TO REMOVE 2 -3 DECK PLANKS FROM EACH SIDE OF THE SPLICE TO MAKE ROOM FOR BOLTING THE BRACE DIAGONAL AND STRINGERS BELOW THE DECK 7777 STRINGER SPLICE BOLTS w/ NUTS (SEE SPLICE PAGE FOR SIZE TYPE) STRINGER SPLICE PLATE STRINGER SPLICE PLATE (WELDED TO FLOOR BEAM) FLOOR BEAM O'RELEASED PROPR /ETARYAND CONF /DENT /AL INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIG -R BRIDGE ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED CHORD SPLICE BOLTS (SEE SPLICE PAGE FOR SIZE TYPE) I I CHORD SPLICE PLATE w WELDED NUTS (PLATES INSIDE CHORD) 1 5/04/2010 TOP CHORD 2) IF THE BRIDGE HAS A CONCRETE DECK, MOST OF THE GALVANIZED FORM DECKING WILL BE SHIPPED FACTORY INSTALLED EXCEPT FOR THE PIECES REQUIRED TO COVER THE SPLICE THE CONTRACTOR WILL BE REQUIRED TO INSTALL TYPICAL STRINGER SPLICE THE SPLICE PIECES THESE PIECES WILL BE CONNECTED TO THE FLOOR BEAMS UTILIZING SELF TAPPING SCREWS IT IS RECOMMENDED THAT THE CONTRACTOR PRE -DRILL ALL HOLES PRIOR TO INSTALLING THE SCREWS THE SCREWS WILL BE PROVIDED AS LOOSE ITEMS WITH THE BRIDGE LIFTING INSTRUCTIONS USE A MINIMUM OF (4) LIFTING POINTS WHEN LIFTING ANY BRIDGE IT IS RECOMMENDED THAT LIFTING POINTS BE 1/4 TO 1/3 OF THE BRIDGE SPAN IN FROM THE ENDS OF THE BRIDGE LIFTING MAY ALSO BE DONE AT THE ENDS OF THE BRIDGE AT THE END FLOOR BEAM AND VERTICAL AS DESCRIBED IN THE FOLLOWING UNDERHUNG AND H•SECTION BRIDGES ARE TO BE LIFTED FROM THE BOTTOM CHORD OR FLOOR BEAMS ONLY FOR UNDERHUNG BRIDGES WITH GAP BETWEEN DECK AND CHORD FACE, WRAP CHAIN, CABLE OR SLING OVER TOP OF FLOOR BEAM, UNDER BOTTOM CHORD, UP AND INSIDE OF TRUSS OVER THE DECK FOR H- SECTION BRIDGES, WRAP CHAIN, CABLE OR SLING INSIDE THE VERTICAL BELOW THE FLOOR BEAM, AROUND THE VERTICAL CROSSING OVER ON THE OUTSIDE OF THE VERTICAL, UP AND INSIDE THE TRUSS OVER THE DECK (UNDERHUNG) NOT MORE THAN 4 DIAMETERS 1/4 TO 1/3 POINT (H— SECTION ALL BOLTS ARE HIGH STRENGTH STRUCTURAL BOLTS THE COMMON BOLT SIZES ARE''/." AND 1° DIAMETER THE PROPER SOCKET SIZES ARE 1 W AND 1 5/8" RESPECTIVELY WASHERS ARE TYPICALLY NOT REQUIRED AND NOT INCLUDED ALL BOLTS SHOULD BE INSTALLED LOOSE AND THEN TIGHTENED FROM THE CENTER OF THE SPLICE FIRST AND THEN WORK OUTWARD TIGHTENING OF THE BOLTS SHALL BE IN ACCORDANCE WITH THE "SPECIFICATION FOR STRUCTURAL JOINTS USING ASTM A325 OR A490 BOLTS" BY RCSC WE RECOMMEND USING THE TURN -OF -NUT PROCEDURE DESCRIBED BELOW BRING ALL BOLTS TO A'SNUG TIGHT CONDITION TO INSURE THAT THE PARTS OF THE JOINT ARE BROUGHT INTO GOOD CONTACT WITH EACH OTHER SNUG TIGHT IS DEFINED AS THE TIGHTNESS ATTAINED BY A FEW IMPACTS OF AN IMPACT WRENCH OR THE FULL EFFORT OF A MAN USING AN ORDINARY SPUD WRENCH FOLLOWING THIS INITIAL OPERATION, ALL BOLTS SHALL THEN BE TIGHTENED ADDITIONALLY BY THE APPLICABLE AMOUNT OF NUT ROTATION AS SPECIFIED IN THE TABLE BELOW, WITH THE TIGHTENING PROGRESSING SYSTEMATICALLY FROM THE MOST RIGID PART OF THE JOINT TO ITS FREE EDGES DURING THIS OPERATION, THERE SHALL BE NO ROTATION OF THE PART NOT TURNED BY THE WRENCH NUT ROTATION FROM SNUG TIGHT CONDITION BOLT LENGTH (AS MEASURED FROM UNDERSIDE OF HEAD TO DISPOSITION OF OUTER FACES OF BOLTED PARTS EXTREME END OF POINT) BOTH FACES NORMAL TO BOLT AXIS MORE THAN 4 DIAMETERS BUT NOT MORE THAN 8 DIAMETERS I MORE THAN 8 DIAMETERS BUT NOT MORE THAN 12 DIAMETERS I 1/3 TURN 1/2 TURN 2/3 TURN NUT ROTATION IS RELATIVE TO BOLT, REGARDLESS OF THE ELEMENT (NUT OR BOLT) BEING TURNED FOR BOLTS INSTALLED BY TURN AND LESS, THE TOLERANCE SHOULD BE PLUS OR MINUS 30 FOR BOLTS INSTALLED BY 2/3 TURN AND MORE, THE TOLERANCE SHOULD BE PLUS OR MINUS 45 IF ANY NUTS CANNOT BE TIGHTENED, GRIT MAY HAVE BECOME LODGED IN THE THREADS REMOVE THE GRIT AND RETIGHTEN OR RETAPPING OF THE NUT MAY BE NECESSARY P.O. BOX 1290 o GREELEY, COLORADO 80632 -1290 PHONE: (970) 356 -9600 o FAX (970) 356 -9621 BRIDGE TOLL FREE: (800) 234 0734 o www.bigrbridge.com ALTERNATIVELY, BRIDGES MAY BE LIFTED FROM THE TOP CHORD IF A SPREADER BAR IS USED TO KEEP ANY TANGENTIAL FORCES FROM BEING APPLIED TO THE BRIDGE THE TOP CHORDS SHOULD NEVER BE PULLED TOWARDS EACH OTHER DURING THE LIFTING PROCESS WHEN AN UNDERHUNG BRIDGE HAS A CONCRETE DECK THAT EXTENDS ALL THE WAY TO THE CHORD FACE LIFTING MAY BE DONE BY WRAPPING CABLE, CHOKER OR SLING AROUND A DIAGONAL AND VERTICAL MEMBER WHERE THEY MEET ON THE TOP OF THE BOTTOM CHORD AT DECK LEVEL 80X TRUSS BRIDGES MAY BE LIFTED BY WRAPPING CHAIN, CHOKER OR SLING AROUND THE TOP CHORD AT THE JOINT OF A VERTICAL, DIAGONALS AND TOP STRUT DIAGONAL BOTTOM CHORD (UNDERHUNG CONCRETE DECK AGAINST CHORD FACE) WHEN LIFTING PAINTED BRIDGES IT IS RECOMMENDED THAT STRAPS BE USED WITH PADDING PLACED BETWEEN THE STRAP AND THE CHORD OR VERTICAUDIAGONAL ELEMENTS TO KEEP THE STRAP FROM POTENTIALLY DAMAGING THE PAINTED FINISH BEARING PREPARATION SETTING INSTRUCTIONS BIG -R BRIDGE GREELEY, CO VERTICAL TOP BRACE DIAGONAL FLOOR BEAM TOP CHORD ANCHOR BOLTS SETTING PLATE VERTICAL HIGH STRENGTH NON SHRINK GROUT PEDESTRIAN BRIDGE INSTALLATION GUIDE (BOX TRUSS) ALL LOOSE SETTING PLATES ARE TO BE SET ON THE FOUNDATIONS ON APPROXIMATELY W OF SHIMS BEFORE SETTING THE BRIDGE LIGHTLY APPLY GREASE TO TOPS OF ALL BASE PLATES EXCEPT TEFLON/STAINLESS STEEL BEARINGS ALL TEFLON /STAINLESS BEARING ASSEMBLIES WILL BE FACTORY SUPPLIED AND TACK WELDED TO BEARING PLATES MAKE CERTAIN THAT THE SETTING PLATE (LOWER BEARING THAT SITS ON THE FOUNDATION) HAS THE TEFLON FACING UP AND THE TOP BEARING (PHYSICALLY WELDED TO THE BRIDGE) HAS THE STAINLESS FACING DOWN REMOVE ANY PROTECTIVE COATINGS FROM THE TEFLON AND STAINLESS SURFACES AFTER THE BRIDGE IS SET, SHIMS CAN BE ADJUSTED TO MAKE THE DECK FLUSH WITH THE BACKWALL AND TO OBTAIN FULL CONTACT BETWEEN THE SETTING PLATE AND THE BEARING PLATE AFTER ALL ADJUSTMENTS ARE MADE, PLACE HIGH STRENGTH NON SHRINK GROUT UNDER SETTING PLATE TO CREATE FULL CONTACT BETWEEN THE SETTING PLATE AND THE FOUNDATION SEAT REFER TO THE SHOP DRAWINGS FOR ANY SPECIAL INSTRUCTIONS RELATED TO BEARINGS PORTAL STRUT AFTER PLACING THE BRIDGE, ADJUST STRUCTURE ON THE FOUNDATIONS SO THAT SPACING IS EQUAL AT BOTH ENDS OR AS DIRECTED IN NOTES ON THE SHOP DRAWINGS NOTE IF THE BRIDGE HAS AN ELEVATION DIFFERENCE, BE SURE TO SET THE HIGH END OF THE BRIDGE ON THE HIGHER FOUNDATION PER THE SHOP DRAWINGS REFER TO THE SHOP DRAWINGS FOR CORRECT ALIGNMENT BRIDGES WITH AN ELEVATION DIFFERENCE WILL HAVE A WELDED MARK (H) FOR HIGH, (L) FOR LOW LOCATED ON THE OUTSIDE FACE OF THE CORRESPONDING END FLOOR BEAM. EACH ANCHOR BOLT WILL RECEIVE (1) WASHER AND (2) NUTS ONE END OF THE BRIDGE IS DESIGNED TO BE FIXED AND THE NUTS ARE TO BE INSTALLED TIGHT THE EXPANSION END WILL HAVE THE FIRST NUT TIGHTENED FINGER TIGHT TO THE WASHER PLACED ON THE BEARING PLATE THE SECOND NUT WILL BE INSTALLED TIGHT TO THE FIRST REFER TO THE SHOP DRAWINGS TO DETERMINE WHICH END OF THE BRIDGE IS TO BE THE FIXED OR EXPANSION END WHEN INSTALLING PAINTED BRIDGES CARE MUST BE TAKEN TO MINIMIZE DAMAGE TO THE FINISH DURING INSTALLATION PADDING SHOULD BE USED TO PROTECT THE PAINT FROM CHAIN, CHOKER OR SLING IT WILL BE THE RESPONSIBILITY OF THE ONSITE CONTRACTOR TO PERFORM ALL TOUCH UP PAINTING AS NECESSARY A NOMINAL AMOUNT OF TOUCH UP PAINT WILL BE SUPPLIED THIS IS OFTEN AN EPDXY SYSTEM AND ATTENTION WILL NEED TO BE GIVEN TO MIXING THE PAINT TOUCH UP MUST BE APPLIED TO BLEND WITH FACTORY APPLICATION AS MUCH AS POSSIBLE SHEET NO 1 OF 1 Attachment 1 Geotechnical Report K razari ASSOCIATES, INC. GEOTECHNICAL ENGINEERING ENVIRONMENTAL ENGINEERING CONSTRUCTION TESTING INSPECTION FORENSIC INVESTIGATION GEOTECHNICAL ENGINEERING INVESTIGATION PROPOSED DRY CREEK PEDESTRIAN BRIDGE OLYMPIC DISCOVERY TRAIL PORT ANGELES, WASHINGTON PROJECT No. 092 -10006 MAY 19, 2010 Prepared for: EXELTECH CONSULTING, INC. ATTN: Ms. LEAH M. JONES, MBA 8729 COMMERCE PLACE DRIVE NE, SUITE A LACEY, WASHINGTON 98516 Prepared by: KRAZAN ASSOCIATES, INC. GEOTECHNICAL ENGINEERING DIVISION 11715 NORTH CREEK PARKWAY SOUTH, SUITE C -106 BOTHELL, WASHINGTON 98011 (425) 485 -5519 11715 North Creek Parkway South C -106 Bothell, Washington 98011 (425) 485 5519 FAX (425) 485 6837 With Offices Serving the Western United States Kr ASSOCIATES,INC. GEOTECHNICAL ENGINEERING ENVIRONMENTAL ENGINEERING CONSTRUCTION TESTING INSPECTION May 19, 2010 KA Project No. 092 -10006 INTRODUCTION PURPOSE AND SCOPE GEOTECHNICAL ENGINEERING INVESTIGATION PROPOSED DRY CREEK PEDESTRIAN BRIDGE OLYMPIC DISCOVERY TRAIL PORT ANGELES, WASHINGTON This report presents the results of our Geotechnical Engineering Investigation for the proposed Dry Creek pedestrian bridge located along Olympic Discovery Trail, in Port Angeles, Washington (Figure 1). Discussions regarding site conditions are presented herein, together with conclusions and recommendations pertaining to site preparation, structural fill, utility trench backfill, drainage and landscaping, erosion control, and foundations. A site plan (Figure 2) showing the approximate locations of the exploratory borings is presented following the text of this report. A description of the field investigation and the laboratory testing program, the exploratory boring logs and the results of the laboratory testing are presented in Appendix A. Appendix B contains guides to aid in the development of earthwork specifications. If conflicts in the text of the report occur with the general specifications in the appendices, the recommendations in the text of the report have precedence. This investigation was conducted to evaluate the shallow soil and groundwater conditions at the site and to develop geotechnical engineering recommendations for use in design of specific construction elements. Our scope of services was performed in general accordance with our original proposal for this project, dated January 14, 2010 (KA Proposal No. G10- 006WAB), and included the following: A site reconnaissance by a member of our engineering staff to evaluate the surface conditions at the project site. A field investigation consisting of drilling and sampling three exploratory borings within or near the proposed Dry Creek pedestrian bridge crossing location. The exploratory borings were drilled to approximately 11.0 to 30.0 feet below existing grades. Eleven Offices Serving The Western United States 11715 North Creek Pkwy S., Suite C -106 Bothell WA, 98011 (425) 485 -5519 (425) 485 -6837 092 -07032 doc Laboratory tests on representative soil samples obtained from the exploratory borings to classify the properties of the subsurface soils. Evaluation of the data obtained from the investigation and completion of engineering analyses to develop recommendations for use in the project design. Preparation of this report summarizing our findings, the results of our analyses and our conclusions and geotechnical recommendations for this project. PROPOSED CONSTRUCTION KA No. 092 -10006 May 19, 2010 Page No. 2 of 14 It is our understanding that the proposed pedestrian bridge will span the approximately 200 foot wide ravine over Dry Creek, connecting the eastern and western portions of the Olympic Discovery Trail (ODT). We have not yet received specific information regarding the proposed pedestrian bridge structures or site grading. The proposed bridge will likely be supported by piers and would consist of 2 spans, minimizing disturbance to the existing sloping areas. In the event that the structural or grading information detailed in this report is inconsistent with the final design, the geotechnical engineer should be notified so that this report may be updated as applicable. SITE LOCATION AND DESCRIPTION The site of the proposed pedestrian bridge is located east of the intersection of Lower Elwha Road and Kacee Way near Port Angeles, Washington, as shown in the Vicinity Map (Figure 1). The project includes a crossing of the Dry Creek ravine in a right -of -way once occupied by a railroad. Map coordinates for the project site include Township 30 North, Range 6 West (W.M.), Section 1 in Clallam County. GEOLOGIC SETTING The Washington State Department of Natural Resources, Washington Division of Geology and Earth Resources, Geologic Mao of The Washington Portion of the Port Angeles 1:100.000 Ouadranele. Washington (Schasse, Henry W WA DNR, 2003) indicates that the proposed Dry Creek pedestrian bridge site lies near the contacts of Recent Alluvium, Vashon Glacial Till, Continental Sediments, Fraser and Pre- Fraser Undifferentiated Surficial Deposits, and the Pysht Formation (Miocene Oligocene). The glacial and non glacial sedimentary deposits consist of interbedded clay, silt, sand, gravel, and glacial till, and are found along steep slopes and narrow stream valleys. The Pysht Formation consists of poorly indurated and interbedded marine mudstone, claystone, sandy siltstone, and sandstone, and is exposed within the Dry Creek channel area. FIELD INVESTIGATION The field investigation consisted of drilling three exploratory borings within or near the proposed Dry Creek pedestrian bridge crossing location. The exploratory borings were drilled to approximately 11.0 to 30.0 feet below existing grades. Krazan Associates, Inc. performed the field work on March 17, March 31 and April 1, 2010. An attached Site Plan (Figure 2) shows the approximate locations of the Krazan Associates, Inc. Eleven Offices Serving The Western United States 093 -10006 doc exploratory borings. Representative samples of the subsurface soil were collected from the borings and sealed in plastic bags. These samples were transported to our laboratory for further examination and verification of the field classifications. The soils encountered in the exploratory borings were continuously examined and visually classified in accordance with the Unified Soil Classification System (USCS). A more detailed description of the field investigation is presented in Appendix A. Laboratory tests were performed on selected soil samples to evaluate their physical characteristics and engineering properties. The laboratory testing program included soil gradation analyses of the materials encountered. Details of the laboratory testing program and results of the laboratory tests are summarized in Appendix A. This information, along with the field observations, was used to prepare the final exploratory boring logs, which are presented in Appendix A. SOIL PROFILE AND SUBSURFACE CONDITIONS KA No. 092 -10006 May 19. 2010 Page No. 3 of 14 The soils encountered in the exploratory borings were generally typical of those found in the mapped geologic units for this area. The soils encountered in Boring 1 (B -1) consisted of approximately 2.5 feet of topsoil, plant debris and organic material underlain by medium dense silty sand with gravel to a depth of 4.5 feet below grade. Below these materials, the soil boring encountered very dense silty sand with gravel interbedded with hard silt lenses and dense silty gravel with sand lense to a depth of approximately 9.5 feet below the ground surface. Very dense silty sand with gravel was encountered from about 9.5 feet to the boring termination and refusal depth of 22.5 feet below the existing ground surface. The soils encountered in Boring 2 (B -2) consisted of approximately 2.5 feet of topsoil, plant debris, and organic material underlain by loose sand with silt and minor gravel to a depth of about 4.5 feet. This material was found to be underlain by very dense poorly indurated sandstone, extending to the bottom of the exploration at a depth of 30,0 feet below the existing ground surface. The soils encountered in Boring 3 (B -3) consisted of approximately 1.0 foot of topsoil and organic debris underlain by very dense silty sand with some gravel to a depth of 9.5 feet below grade. Below these materials, the soil boring encountered very dense silty sand with some gravel and cobbles to the boring termination and refusal depth of 11.0 feet below the ground surface. It is noted that refusal was encountered in two other attempts at deeper boreholes in the vicinity of Boring B -3 at a similar depth. For additional information about the soils encountered, please refer to the logs of the exploratory borings in Appendix A. EROSION CONCERN/HAZARD The Natural Resources Conservation Services (NRCS) indicates that the proposed Dry Creek pedestrian bridge location is near the contacts of Clallam Gravelly Sandy Loam(12, 0 to 15 percent slopes) with "Slight" erosion potential in a disturbed state and Neilton Very Gravelly Loamy Sand (44, 30 to 70 percent slopes) with "Severe" erosion potential in a disturbed state. It has been our experience that soil erosion potential can be minimized through landscaping and surface water runoff control. It is our Krazan Associates, Inc. Eleven Offices Serving The Western United States 092 -10006 doc SLOPES KA No. 092 -10006 May 19, 2010 Page No. 4 of 14 understanding that the main soil work will consist of constructing the bridge foundation. Typically erosion of exposed soils will be most noticeable during periods of rainfall and may be controlled by the use of normal temporary erosion control measures, i.e., silt fences, hay bales, mulching, control ditches or diversion trenching, and contour furrowing. Erosion control measures should be in place before the onset of wet weather. The Site is located within an area that Clallam County and the City of Port Angeles consider a Critical Slope Area/Geologically Hazardous Area (Slopes 40 percent or greater, Erosion and/or Moderate to High Landslide Hazard Area. The slopes, within the close vicinity of the proposed Dry Creek pedestrian bridge crossing, vary in declivity between approximately 5 to greater than 100 percent. During our field investigation, we traversed the proposed pedestrian bridge abutment slope areas. As we conducted the traverses within the sloping regions, we looked for any signs that would indicate past slope failures or future instability. During our site traverse we did observe a relatively recent shallow slide north of the proposed bridge location, which was most likely caused by scouring of the slope toe by water flow along the Dry Creek channel area. We also observed scouring of the Dry Creek channel slopes indicating high water velocities during and just after flooding or prolonged wet weather events. This channel scouring most likely will lead to additional slope undercutting and instability in the future (mainly along the western side of the channel area near the proposed pedestrian bridge location). Outside of the recent shallow slide area, the site slopes are vegetated with grass, ferns, and other herbaceous plants, blackberry bushes and other shrubbery, as well as cedar, maple, alder and fir trees. It should be understood, that due to natural geologic processes such as weathering and erosion due to precipitation, channel scouring, drying, wind, and other natural weathering processes, that the site slopes will ultimately retreat toward the west and east along the Dry Creek channel area. This is typically a long -term process that may have a limited affect on the proposed pedestrian bridge location during the design life of the structure, depending on the proposed location of the structure relative to steep slope areas, the Dry Creek channel area. These processes can be retarded by implementing proper drainage and erosion control features in the design. It should be noted that the rate of slope retreat may accelerate if shallow slides and slope movement take place without proper mitigation. GROUNDWATER The exploratory borings where checked for the presence of groundwater during and immediately following drilling operations. Groundwater was encountered at a depth of approximately 18 feet in the exploratory boring B -2 at the date and time of our field investigation. It should be recognized that water table elevations may fluctuate with time. The groundwater level will be dependent upon seasonal precipitation, irrigation, land use, and climatic conditions, as well as other factors. Therefore, water levels at the time of the field investigation may be different from those Krazan Associates, Inc. Eleven Offices Serving The Western United States 092 -10006 doc SEISMIC CONDITIONS Peak Ground Acceleration (PGA) 28.43 (10% probability of exceedance in 50 years) 50.13 (2 %probability of exceedance in 50 years) S 112.16 %ofg S 46.98% of g FA 1.00 F 1.30 Krazan Associates, Inc. Eleven Offices Serving The Western United States KA No. 092 -10006 May 19, 2010 Page No. 5 of 14 encountered during the construction phase of the project. The evaluation of such factors is beyond the scope of this report. Groundwater flow may increase during the wet weather season. If construction takes place during the wet season, difficulties may arise with respect to grading and excavation work. Certain remedial and/or dewatering measures may be necessary to aid in earthwork construction. The site soil profile has been identified according to the 2006 International Building Code (IBC). The glacial soils and poorly indurated sandstone encountered in the exploratory borings, primarily below a depth of about 5 feet, were generally in a dense to very dense condition. The overall soil profile at the proposed Dry Creek pedestrian bridge generally corresponds to a site class soil profile of C, as defined by Table 1613.5.2 of the 2006 International Building Code. A site class soil profile of C applies to a profile consisting primarily of very dense soils to soft rock within the upper 100 feet. We referenced the U.S. Geological Survey (USGS) Earthquake Hazards Program website to obtain values for S S FA, and F The USGS website includes the most updated published data on seismic conditions. The site specific seismic design parameters and adjusted maximum spectral' response acceleration parameters are as follows: Additional seismic considerations include Liquefaction potential and amplification of ground motions by soft soil deposits. The liquefaction potential is highest for loose sand with a high groundwater table. The relatively dense to very dense glacial soils and poorly indurated sandstone interpreted to underlie the site are considered to have a low potential for liquefaction. 092-10006 doc CONCLUSIONS AND RECOMMENDATIONS General Site Preparation KA No. 092 -10006 May 19, 2010 Page No. 6 of 14 It is our opinion that the proposed Dry Creek pedestrian bridge should be placed on drilled piers to help minimize the disturbance of the existing slopes during construction work, to reduce the potential for erosion around the bridge foundation due to creek scour and slope runoff, and to effectively resist lateral loads. The drilled piers for the proposed Dry Creek pedestrian bridge abutments should be setback from the existing Dry Creek channel area to minimize potential for scouring of sediment from around foundation elements during seasonal flow fluctuations. General site clearing should include removal of the, vegetation; trees and associated root systems; wood; existing utilities; rubble; and rubbish that will impact the proposed pedestrian bridge construction. Site stripping will be mainly dependent on the proposed pedestrian bridge abutments (drilled pier locations). At a minimum, site stripping should extend to a depth of about 1 to 2.5 feet, or until all organics in excess of 3 percent by volume are removed. These materials will not be suitable for use as structural fill. However, stripped topsoil may be stockpiled and reused in landscape or non- structural areas. During wet weather conditions, typically October through May, subgrade stability problems and grading difficulties may develop due to excess moisture and/or the disturbance of sensitive soils. Although not recommended, construction during the extended wet weather periods could create the need to over excavate exposed soils if they become disturbed and cannot be re- compacted due to elevated moisture contents. The on -site soils have variable silt contents and are considered moisture sensitive. If the construction of the proposed new pedestrian bridge takes place during the wet season, general project site winterization should consist of the protection of exposed soils during the construction phase and control of any surface water runoff from the construction site on the pedestrian bridge construction site towards Dry Creek and surrounding slopes. A representative of our firm should be present during all site clearing and grading operations to test and observe earthwork construction. This testing and observation is an integral part of our service, as acceptance of earthwork construction is dependent upon compaction and stability of the material. The geotechnical engineer may reject any material that does not meet compaction and stability requirements. Further recommendations, contained in this report, are predicated upon the assumption that earthwork construction will conform to the recommendations set forth in this section and in the Structural Fill Section. Temporary Excavations The on site native soils have variable friction and cohesion strengths; therefore, the safe angles to which these materials may be cut for temporary excavations is limited, as the soils may be prone to caving and slope failures in temporary excavations deeper than 4 feet. Temporary excavations in the medium dense Krazan Associates, Inc. Eleven Offices Serving The Western United States 09Z.100Co doc KA No. 092 -10006 May 19, 2010 Page No. 7 of 14 to dense native soils should be sloped no steeper than 1H:1V (horizontal to vertical) where room permits. If the soil in the excavation is subject to heavy vibration along cuts, the temporary excavation should be sloped no steeper than 1.5H:1V. All temporary cuts should be in accordance with Washington Administrative Code (WAC) Part N, Excavation, Trenching, and Shoring. The temporary slope cuts should be visually inspected daily by a qualified person during construction work activities and the results of the inspections should be included in daily reports. The contractor is responsible for maintaining the stability of the temporary cut slopes and minimizing slope erosion during construction. The temporary cut slopes should be covered with visqueen to help minimize erosion during wet weather and the slopes should be closely monitored until the permanent retaining systems are complete. Materials should not be stored and equipment operated within 10 feet of the top of any temporary cut slope. A Krazan Associates geologist or geotechnical engineer should observe, at Least periodically, any temporary cut slopes during the excavation work. The reasoning for this is that all soil conditions may not be fully delineated during the previous geotechnical exploratory work. In the case of temporary slope cuts, the existing soil conditions may not be fully revealed until the excavation work exposes the soil. Typically, as excavation work progresses the maximum inclination of the temporary slope will need to be reevaluated by the geotechnical engineer so that supplemental recommendations can be made. Soil and groundwater conditions can be highly variable. Scheduling for soil work will need to be adjustable to deal with unanticipated conditions, so that the project can proceed smoothly and required deadlines can be met. If any variations or undesirable conditions are encountered during construction, Krazan Associates should be notified so that supplemental recommendations can be made. Structural Fill The native soils may not be suitable for reuse as structural fill due to the high fines content (silt and clay) and the elevated natural moisture content. Best Management Practices (BMP's) should be followed when considering the suitability of material for use as structural fill. A representative of the geotechnical engineer should observe the condition of existing soils if proposed for use as structural fill. The feasibility of using these materials will depend on the condition of the soils (grain sizes and moisture content) as they are excavated, the time of year and weather during earthwork, and allowances in the schedule for drying and re- compaction if considered. If these soils are deemed unsuitable, a plan should be in place for importing structural fill material. It should not be taken for granted that the onsite soils may be used as the sole source for structural fill (especially during winter construction activities). During wet weather conditions the soils with higher silt and clay contents will be moisture sensitive, easily disturbed and most likely will not meet compaction requirements. Furthermore, during the winter the native soils typically have elevated natural moisture contents, which will limit the use of these materials as structural fill without proper mitigation measures. The contractor should use Best Management Practices to protect the soils during construction activities and be familiar with wet weather and wintertime soil work. An allowance for importing structural fill should be incorporated into the Krazan Associates, Inc. Eleven Offices Serving The Western United States 092 -10006 doc Erosion and Sediment Control KA No. 092 -10006 May 19, 2010 Page No. 8 of 14 construction cost of the project (for wintertime construction this may be as high as 100 percent import). Imported structural fill material should consist of well- graded gravel or a sand and gravel mixture with a maximum grain size of 3 inches and less than 5 percent fines (material passing the U.S. Standard No. 200 Sieve). All structural fill material should be submitted for approval to the geotechnical engineer at least 48 hours prior to delivery to the site. Fill soils should be placed in horizontal lifts not exceeding 8 inches loose thickness, moisture conditioned as necessary (moisture content of soil shall not vary by more than ±2 percent of optimum moisture) and the material should be compacted to at least 95 percent of the maximum dry density, based on ASTM Test Method D1557. In place density tests should be performed on all structural fill to verify proper moisture content and adequate compaction. Additional lifts should not be placed if the previous lift did not meet the compaction requirements or if soil conditions are not considered stable. Erosion and sediment control (ESC) is used to minimize the transportation of sediment to wetlands, streams, lakes, drainage systems, and adjacent properties. Erosion and sediment control measures should be taken and these measures should be in general accordance with local regulations. At a minimum, the following basic recommendations should be incorporated into the design of the erosion and sediment control features of the site: 1) Phase the soil, foundation, utility, and other work requiring excavation or the disturbance of the site soils, to take place during the dry season (generally May through September). However, provided precautions are taken using Best Management Practices (BMP's), grading activities can be undertaken during the wet season (generally October through April), but it should also be known that this may increase the overall cost of the project. 2) All site work should be completed and stabilized as quickly as possible. 3) Additional perimeter erosion and sediment control features may be required to reduce the possibility of sediment entering the surface water. This may include additional silt fences, silt fences with a higher Apparent Opening Size (AOS), construction of a berm, or other filtration systems. 4) Any runoff generated by dewatering discharge should be treated through construction of a sediment trap if there is sufficient space. If space is limited other filtration methods will need to be incorporated. Groundwater Influence on Structures /Construction Groundwater was encountered at a depth of 18 feet in exploratory boring B -2 at the date and time of our field investigation. Krazan Associates, Inc. Eleven Offices Serving The Western United States 092-10006 doc If groundwater is encountered during construction, we should observe the conditions to determine if dewatering will be needed. Design of temporary dewatering systems to remove groundwater should be the responsibility of the contractor. If earthwork is performed during or soon after periods of precipitation, the subgrade soils may become saturated. These soils may "pump," and the materials may not respond to densification techniques. Typical remedial measures include: discing and aerating the soil during dry weather; mixing the soil with drier materials; and/or removing and replacing the soil with an approved fill material. A qualified geotechnical engineering firm should be consulted prior to implementing remedial measures to observe the unstable subgrade conditions and provide appropriate recommendations. Drainaee and Landscaping In general, the ground surface should slope away from the pedestrian bridge area, toward appropriate drop inlets or other surface drainage devices, or outlets. These grades should be maintained for the life of the project. The stormwater collection facilities should be designed to limit surface water runoff and infiltration into the steep slope areas and should be tightlined away from the steep slope areas, and disposed of where down slope properties, structures and slopes are not jeopardized. Specific recommendations for, and design of, storm water disposal systems are beyond the scope of our services and should be prepared by other consultants that are familiar with design and discharge requirements. Utility Trench Backfill Utility trenches should be excavated according to accepted engineering practices following OSHA (Occupational Safety and Health Administration) standards, by a contractor experienced in such work. The responsibility for the safety of open trenches should be borne by the contractor. Traffic and vibration adjacent to trench walls should be minimized; cyclic wetting and drying of excavation side slopes should be avoided. Depending upon the location and depth of some utility trenches, groundwater flow into open excavations could be experienced, especially during or shortly following periods of precipitation. Gravelly and sandy soil conditions were encountered at shallow depths in the exploratory borings at this site. These soils have low cohesion and have a tendency to cave in trench wall excavations. Shoring or sloping back trench sidewalls may be required within these soils. All utility trench backfill should consist of imported structural fill or suitable on -site material. Utility trench backfill placed in or adjacent to buildings and exterior slabs should be compacted to at Ieast 95 percent of the maximum dry density, based on ASTM Test Method D 1557. The upper 5 feet of utility trench backfill placed in pavement areas should be compacted to at least 95 percent of the maximum dry density, based on ASTM Test Method D1557. Below 5 feet, utility trench backfill in pavement areas should be compacted to at least 90 percent of the maximum dry density, based on ASTM Test Method D1557. Pipe bedding should be in accordance with the pipe manufacturer's recommendations. Krazan Associates, Inc. Eleven Offices Serving The Western United States KA No. 092 -10006 May 19, 2010 Page No. 9 of 14 092 -10006 doc 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The contractor is responsible for removing all water sensitive soils from the trenches regardless of the backfill location and compaction requirements. The contractor should use appropriate equipment and methods to avoid damage to the utilities and/or structures during fill placement and compaction. Drilled Pier Foundations Krazan Associates, Inc. Eleven Offices Serving The Western United States KA No. 092 -10006 May 19, 2010 Page No. 10 of 14 As stated in the General Section of this report, Krazan believes that the proposed Dry Creek pedestrian bridge should be supported on a drilled pier foundation system. The proposed Dry Creek pedestrian bridge drilled pier foundations should penetrate into the dense to very dense glacial soils or into the poorly indurated sandstone bedrock within the proposed bridge alignment. We understand that the preliminary vertical downward (compression) foundation loads at the abutments and central pier will be on the order of 150 kips and 400 kips, respectively. Furthermore, we understand that the preliminary lateral foundation loads at the abutments and central pier will be on the order of 30 kips and 90 kips, respectively. Based on the preliminary bridge information we have evaluated capacities for 36 inch diameter drilled piers, particularly due to the need to resist lateral loads within tolerable movements and to seat the foundation deeper considering steep slopes and significant erosion potential. The tops of the piers may be capped to create a foundation system with the required compressive, uplift, and lateral capacities for the pedestrian bridge. The piers typically obtain vertical compressive capacity primarily from end bearing and friction along the shafts. Uplift capacity is obtained through a combination of skin friction and the dead weight of the pier. With a pier foundation system, applied lateral loads and moments are resisted through a combination of lateral resistance along the pier shafts and against the pier caps. We recommend that the piers for the proposed pedestrian bridge reach a minimum depth of approximately 20 feet below existing grades (approximate minimum 12 feet of embedment into dense to very dense, native soil, or into the poorly indurated sandstone bedrock) to develop the necessary end bearing and skin friction axial capacities considering site slope and potential erosion and scour conditions." The lateral pile load analyses by the designer and erosion considerations may require deeper piers. The piers should be drilled with proper auger equipment that is capable of penetrating the dense to very dense soils, and poorly indurated weathered sandstone bedrock. Refusal borehole drilling conditions at the abutments indicate that boulders are present. The contractor should be prepared to remove or drill through boulders or other obstructions present. Temporary casing may be needed for pier construction, to prevent caving in the drilled pier holes. The casing should be seated in the bearing stratum with all water and loose material removed prior to the placement of the pier concrete. Groundwater was encountered at the time of our investigation and the pier contractor should understand that there is groundwater present (especially with depth at the proposed Dry Creek pedestrian bridge Location) and that dewatering of the pier holes may be required. Clean, dry pier holes should be verified by inspection. Care should be taken to make sure that a sufficient head of concrete is maintained within the casing during extraction. The concrete slump is typically between about 3 and 5 inches for uncased piers and 5 to 7 inches for cased piers. A reinforcing steel cage is typically lowered into the hole, prior to concrete placement, to 09'2.10006 doc provide lateral and/or tensile load and moment carrying capabilities (designed by the structural engineer). Pier concrete should be placed in a manner that will avoid striking the reinforcing steel during placement. Complete installation of piers should be accomplished within an 8 hour period, in dry excavations, and preferably as rapidly as possible to reduce the deterioration of bearing surfaces. We recommend that a minimum of 3 inches of clear cover be provided between the steel reinforcement and the soil surrounding the pier. We recommended at the proposed Dry Creek pedestrian bridge that the piers penetrate into the dense to very dense native soils and/or poorly indurated sandstone bedrock (Pysht Formation) a minimum of 12 feet (likely total depth of about 20 feet). Increased capacity can be obtained with increased penetration and/or diameter of piers. Since variations in the depth of the bearing layer may be present, we recommended that the contractor be prepared to adjust the steel reinforcement and pier lengths on site. Pier installation should be monitored to verify proper embedment into the presumed bearing layer. A longer central reinforcing tendon would be required if increased depths become necessary to provide for the uplift capacity presented subsequently. The following table presents the recommended allowable pier capacities for various pier sizes. Approximate Depth Below Existing Grades (feet) 20 (Min. 12 feet long shaft based on assumption that pile cap bottom is at approximately 7 feet below existing grades) Allowable Drilled Pier Axial Capacities 36 inch Diameter Drilled Pier. Allowable Compression Allowable Uplift (kips) (kips) 250 50 Reduction of axial pier capacities due to group action can be minimized by spacing the piers a minimum of 3 times the pier diameter (center to center). We estimate that the group effect of piers installed in groups of 4 or less will be negligible. Uplift capacities are based upon the assumption that the piers will be properly reinforced to transfer pullout forces to the pier tips. Lateral Drilled Pier Capacities: The following information includes LPILE Software Input Parameters. We understand that lateral pier analyses will be performed using the commercially available LPILE software. Krazan Associates, Inc. Eleven Offices Serving The Western United States KA No. 092 -10006 May 19, 2010 Page No. 11 of 14 092 -10006 doc We recommend that the following engineering properties or parameters for dense to very dense glacial till as well as poorly indurated sandstone: Soil Property Value Total Soil Unit Weight: 135 pcf Submerged Effective. Unit Weight: 75 pcf 1 Friction Angle: 38 degrees Cohesion: 0 psf Modulus of Lat. Subgrade Reaction (k) above Water Table 225 pci Modulus of Lat. Subgrade Reaction (k) below Water Table 125 pci Testine and Inspection 'Soil Pai=airieters Method of Analysis: Sands (Reese) 'p- Modifiers for Pile Spacing in the Direction of Load (for p -y curves) Pile Spacing (On Center) 1 Row 1/ Shaft 1 Row 2/ Shaft 2 3 x Pile Diameter (3D) 1 0.7 0.5 Note: Row 1, Pile 1 is at the far end of the load application direction. p- Modifier for Shafts Due to Steep Slope p- modifier 0.5 for slope effect for load application towards downslooe. Krazan Associates, Inc. Eleven Offices Serving The Western United States KA No. 092 -10006 May 19, 2010 Page No. 12 of 14 An add/deduct unit price should be included in the bid documents to account for variations in actual pier lengths versus design lengths. It is likely that cobbles and boulders could underlie portions of the site. Because piers are drilled, obstacles such as concrete or rocks in the subsurface can cause difficult installation conditions. If obstacles are encountered during drilling, the piers may require relocation at the time of construction. A representative of Krazan Associates, Inc. should be present at the site during the earthwork activities to confirm that actual subsurface conditions are consistent with the exploratory fieldwork. This activity is an integral part of our services, as acceptance of earthwork construction is dependent upon compaction testing and stability of the material. This representative can also verify that the intent of these recommendations is incorporated into the project design and construction. Krazan 092 -10006 doc KA No. 092 -10006 May 19, 2010 Page No. 13 of 14 Associates, Inc. will not be responsible for grades or staking, since this is the responsibility of the Prime Contractor. Furthermore, Krazan Associates is not responsible for the contractor's procedures, methods, scheduling or management of the work site. LIMITATIONS Geotechnical engineering is one of the newest divisions of Civil Engineering. This branch of Civil Engineering is constantly improving as new technologies and understanding of earth sciences improves. Although your site was analyzed using the most appropriate current techniques and methods, undoubtedly there will be substantial future improvements in this branch of engineering. In addition to improvements in the field of geotechnical engineering, physical changes in the site either due to excavation or fill placement, new agency regulations or possible changes in the proposed structure after the time of completion of the soils report may require the soils report to be professionally reviewed. In light of this, the owner should be aware that there is a practical limit to the usefulness of this report without critical review. Although the time limit for this review is strictly arbitrary, it is suggested that two years be considered a reasonable time for the usefulness of this report. Foundation and earthwork construction is characterized by the presence of a calculated risk that soil and groundwater conditions have been fully revealed by the original foundation investigation. This risk is derived from the practical necessity of basing interpretations and design conclusions on limited sampling of the earth. Our report, design conclusions and interpretations should not be construed as a warranty of the subsurface conditions. Actual subsurface conditions may differ, sometimes significantly, from those indicated in this report. The recommendations made in this report are based on the assumption that soil conditions do not vary significantly from those disclosed during our field investigation. The findings and conclusions of this report can be affected by the passage of time, such as seasonal weather conditions, manmade influences, such as construction on or adjacent to the site, natural events such as earthquakes, slope instability, flooding, or groundwater fluctuations. If any variations or undesirable conditions are encountered during construction, the geotechnical engineer should be notified so that supplemental recommendations can be made The conclusions of this report are based on the information provided regarding the proposed construction. If the proposed construction is relocated or redesigned, the conclusions in this report may not be valid. The geotechnical engineer should be notified of any changes so that the recommendations can be reviewed and reevaluated. Misinterpretations of this report by other design team members can result in project decays and cost overruns. These risks can be reduced by having Krazan Associates, Inc. involved with the design teams meetings and discussions after submitting the report. Krazan Associates, Inc. should also be retained for reviewing pertinent elements of the design team's plans and specifications. Contractors can also misinterpret this report. To reduce this, risk Krazan Associates. Inc. should participate in pre -bid and preconstruction meetings, and provide construction observations during the site work. This report is a geotechnical engineering investigation with the purpose of evaluating the soil conditions in terms of foundation design. The scope of our services did not include any environmental site Krazan Associates, Inc. Eleven Offices Serving The Western United States 092. 10006 doe 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 KA No. 092 -10006 May 19, 2010 j Page No. 14 of 1,41 assessment for the presence or absence of hazardous and/or toxic materials in the soil, groundwater or atmosphere, or the presence of wetlands. Any statements, or absence of statements, in this report or on any test pit log regarding odors, unusual or suspicious items, or conditions observed are strictly for descriptive purposes and are not intended to convey engineering judgment regarding potential hazardous and/or toxic assessments. The geotechnical information presented herein is based upon professional interpretation utilizing standard engineering practices and a degree of conservatism deemed proper for this project. It is not warranted that such information and interpretation cannot be superseded by future geotechnical developments. We emphasize that this report is valid for this project as outlined above, and should not be used for any other site. Our report is prepared for the exclusive use of our client. No other party may rely on the product of our services unless we agree in advance to such reliance in writing. If you have any questions, or if we may be of further assistance, please do not hesitate to contact our office at (425) 485 -5519. Respectfully submitted, KRAZAN ASSOCIATES, INC. RN /gs: Gopal A. Singam, P.E. Geotechnical Division Manager Krazan Associates, Inc. Eleven Offices Serving The Western United States l53 RONALD R c'1t1ANC E 1 Ronald P. Nance, P.G. Senior Geologist 691 t OOfl doe N 1;7 trt 4 ',"t; 2 Vicinity M RA sc. p Port Angeles Area, Clallam County, WA 4 Vuiktf 424 Pori Artg014,3ti ,1,=3‘ ,,,,P t4littoo,;;4= .+4..- .4 Site Th POI: ^A N 1 4-1 r4. 4444 ,A I 12 ASSOCIATES,INC. Dry Creek Pedestrian Bridge -Port Angeles, WA I Date: March 2010 II Reference: Maptech i Drawn By: Jt.. Figure. 1 Project Number: 092-10006 I IMO NM OM MO MIN MIN MN MN OM MIN MIL MIL ME MI U�������� Site Plan 0uN B-1 Number and Approximate Location of Soll Boring Not to Scale \\L I" IfillL;;;;4:17r! i V� 1 Reference. Site plan based on an undated drawing by Exeltech Consulting, Inc. titled "Dry Creek Pedestrian Bridge Plan Profile and Typical Section" Dry Creek Pedestrian Bridge, Port Angeles, VVanhinohon Date: May 2010 U Project Number: 092-10006 Drawn By: JL U U Figure 2 K Not to scale APPENDLY A FIELD INVESTIGATION AND LABORATORY TESTING Appendix A Page A.1 A field investigation consisting of drilling and sampling three exploratory borings within or near the proposed Dry Creek pedestrian bridge crossing location. The exploratory borings were drilled to approximately 11.0 to 30.0 feet below existing grades. The approximate exploratory boring locations are shown on the site plan (Figure 2). The depths shown on the attached boring logs are from the existing ground surface at the time the boring was dnlled. The soils encountered were logged in the field during the exploration and, with supplementary laboratory test data, are described in accordance with the Unified Soil Classification System (USCS). All samples were returned to our laboratory for evaluation. The logs of the exploratory borings along with the laboratory test results are presented in this appendix. Laboratory Testing The laboratory testing program was developed pnmarily to determine the grain size distribution of the soils. The sieve analysis tests were performed for the purpose of soil classification, and were used as criteria for determining the engineering suitability of the surface and subsurface materials encountered. Laboratory sieve test results are presented in this appendix. Krazan Associates, Inc. Eleven Offices Serving The Western United States 092 -07032 doc 1 1 1 1 Totes /ater Level KRAZAN AND ASSOCIATES 11715 North Creek Parkway South Suite C -106 Bothell, Washington 98011 MATERIAL DESCRIPTION Topsoil, Plant Debris, Organic Material w a 2 Q) I 3 2 26 Silty Sand with Gravel (SM) Medium dense, silty'sand with some gravel. brown, moist. (Weathered Glacial Till) Silty Sand with Graves interbedded with Silt Lenses 1 '5 (SM/ML) Very dense, silty sand with some gravel, brown, moist, interbeddedwith hard silt tense, gray, moist. (Glacial Till and i 13 i Lacustrine Deposit), r f 20 J 1 2< Silty Gravel with Sand (GM) \Dense, silty gravel with sand, brown, moist. (Glacial Till) 24 1 Silty Sand with Gravel (SM) i ci2 I Very dense, silty sand with.gravel, brown, moist. (Glacial Till) Refusal Initial: 0 Final: I Water Observations. None Encountered End of Exploratory Boring LOG OF EXPLORATORY BORING B -1 PROJECT: Dry Creek Bridge PROJECT NO.: 092 -10006 LOGGED BY: RN CONTRACTOR: SAMPLE METHOD: Split Spoon 7 '0 10 44 w 50 1 5+Z(5) i sq0) -s0 DATE: 3/2010 PAGE: 1 of 1 SURFACE ELEVATION: Approx. 234 Ft. BORING TYPE: Hollow Stem Auger LOCATION: Port Angeles, WA N -VALUE (GRAPH) 10 30 50 70 90 0 20 40 60 80 100 Natural Moisture Content and Atterberg Limits 1 1 1 1 totes: 1 Dater Level KRAZAN AND ASSOCIATES 11715 North Creek Parkway South Suite C -106 Bothell, Washington 98011 MATERIAL DESCRIPTION Topsoil, Plant Debris, Organic Material Sand with Silt and Minor Gravel (SP -SM) Loose, fine sand with silt and minor gravel, brown, moist to saturated. Poorly Indurated Sandstone Very dense, gray, moist. Groundwater encountered from approximately 18 to 19 feet in depth. Initial: Final: 1 End of Exploratory Boring Water Observations Groundwater encountered from approximately 18 to 19 feet in depth. LOG OF EXPLORATORY BORING B -2 PROJECT: Dry Creek Bridge PROJECT NO.: 092 -10006 LOGGED BY: RN CONTRACTOR: SAMPLE METHOD: Split Spoon 2 3 2 -a 24 SG(2) 50X5) I (NA) 50 (0) i >SO 1 5 O) i >s° Tr 5 a5i N -VALUE (GRAPH) 10 30 DATE: 312010 PAGE: 1 of 1 SURFACE ELEVATION: Approx. 195 Ft. BORING TYPE: Hollow Stem Auger LOCATION: Port Angeles, WA 50 70 90 0 20 40 60 80 100 Natural Moisture Content and Atterberg Limits i E 20- 15- 30- 10-, 25- 35- Notes: KRAZAN AND ASSOCIATES 11715 North Creek Parkway South Suite C -106 Bothell, Washington 98011 Topsoil, Organic Debris Silty Sand with Gravel (SM) Very dense, silty sand with some gravel, brown, moist. (Glacial Till) Silty Sand with Gravel and Cobbles (SM) Very dense, silty sand with some gravel and cobbles, brown, `moist. (Glacial Till) Refusal Water Level Initial: o Final: 1 Water Observations: None Encountered MATERIAL DESCRIPTION End of Exploratory Boring LOG OF EXPLORATORY BORING B -3 PROJECT: Dry Creek Bridge PROJECT NO.: 092 -10006 LOGGED BY: RN CONTRACTOR: SAMPLE METHOD: Split Spoon m a (0 z 0 v 0 co cc, 3 12 29 34 50(3) 17 48 42 30 50(3) 19 I 1 >84 90 >50 (NA) l (NA) DATE: 412010 PAGE: 1 of 1 SURFACE ELEVATION: Approx. 215 Ft. BORING TYPE: Hollow Stem Auger LOCATION: Port Angeles, WA N -VALUE (GRAPH) Natural Moisture Content and Atterberg Limits 10 30 50 70 90 0 20 40 60 80 100 100 90 80 70 60 50 40 30 20 10 YOM .014■111 100 c N K (no specification provided) Location: B -1 7.5' BGS Sample Number: P17617 Particle Size Distribution Report s C C 10 (razan a O N O Q ti ik It 0 0 0 o v o co st a 00 0, 1 0,01 GRAIN SIZE mm Gravel Sand Fines +3 Coarse Fine Coarse Medium Fine Silt Clay 0.0 20.6 29.4 I II 7 14.3 119 1 12.1 Test Results (ASTM C -136 ASTM C -117) Material Description Opening Percent Spec. Pass? SILTY GRAVEL WITH SAND Size Finer (Percent) (X =Fail) 15 100.0 1 83 I .75 79 4 PL= NP LL= NV PI= 625 72 5 5 66 9 375 61 9 USCS (D 2487)= GM AASHTO (M 145)= A 44 50 0 Coefficients 08 40 4 D90= 3 1 2664 D85= 27 4391 060= 8 5540 016 32 0 D50= 4 7647 D30= 0.9611 D15= 0.1 1 12 040 24.0 0 10= Cu= Cc= #60 20 9 #100 172 #200 121 REPORT 119716 FIELD DESCRIPTION. SILTY SAND WITH GRAVEL MOISTURE CONTENT 7 7% Date Received: 4/6/10 Date Tested: 4/12/10 Tested By: ZL Checked By: AC Title: LABORATORY MANAGER Client: EXEL TECH Project: DRY CREEK Atterbera Limits (ASTM D 4318) Classification Remarks Date Sampled: 3/31/10 Proiect No: 092 -10006 Fiaure 0 10 20 30 40 50 60 70 80 90 100 0 001 100 90 80 70 60 50 40 30 20 10 0 (n Particle Size Distribution Report 8 100 10 1 0.1 0 01 0.001 GRAIN SIZE mm. Gravel Sand Fines *3 Coarse Fine Coarse Medium Fine Silt 0.0 I 0.0 0.0 0.4 8 I 53.1 i 38.4 Test Results (ASTM C -136 ASTM C -117) Material Descriotion Opening Percent Spec. Pass Size Finer (Percent) (X =Fail) 44 100 0 48 99 8 416 97 7 440 91 5 460 87 2 480 77 7 4100 686 4 140 50 6 #200 38 4 (no speed provided) Location: B -2 15'BGS Sample Number: P17610 SILTY SAND Atterberq Limits (ASTM D 43181 PL= NP LL= NV PI= NP Classification USCS (D 2487)= SM AASHTO (M 145)= A -4(0) Coefficients D90= 0 3185 D85= 0.2246 D60= 0 1281 D50= 01045 D30 D15= 070= C C Client: EXEL TECH Project: DRY CREEK Remarks REPORT 119716 FIELD DESCRIPTION FINE SAND WITH SILT MOISTURE CONTENT 25 6% 0 Clay Date Received: 4/6/10 Date Tested: 4/12/10 Tested By: ZL Checked By: AC Title: LABORATORY MANAGER Date Sampled: 3/31/10 Project No: 092 10006 Fiaure 10 20 30 40 50 60 70 80 90 l00 100 90 80 70 60 50 40 30 20 10 0 Gravel +3 Coarse Fine 0.0 0 0 0 3 Test Results (ASTM C -136 ASTM C -117) Material Description Opening Percent Spec Pass? SILTY SAND Size Finer (Percent) (X =Fail) 375 100 0 #4 99 7 Atterbera Limits (ASTM D 43181 #8 97 9 PL= NP LL= NV PI= #16 94 9 #40 914 Classification #60 86 3 USCS (0 2487)= SM AASHTO (M 145)= A 2 4(0) #80 72.3 Coefficients 4 100 60 8 D90= 0 3073 085= 0.2387 D60= 0 1481 #140 40 7 D50= 0 1263 D30= 0 0782 D15= 4200 288 0 10= Cu= Cc= (no specification piov,ded) Location: B -2 25' BGS Sample Number: P17612 Particle Size Distribution Report C C 0 0 0 C L 0 0 0 0 0 0 N q r. it 32 it �t iL ik ik 100 10 1 0.1 0.01 0.001 zflonto• jiu =K I GRAIN SIZE mm Sand Coarse Medium Fine Fines Silt Clay 1 24 59 62.6 288 REPORT 119716 FIELD DESCRIPTION SAND WITH SILT MOISTURE CONTENT 27 0% Date Received: 4/6/10 Date Tested: 4/12/10 Tested By: ZL Checked By: AC Title: LABORATORY MANAGER Client: EXEL TECH Project: DRY CREEK Remarks Date Sampled: 3/31/10 Project No: 092 -10006 Fiaure 0 10 20 30 40 50 60 70 80 90 100 100 90 80 70 60 50 40 30 20 10 0 C C 0 O 0 C C C C C 6 0 O O 0 0 C N D cp t7 N St 7G it iG 100 10 Test Results (ASTM C -136 ASTM C -117) 4100 15 9 4200 10 6 (no specification provided) Location: B -3 7.5' BGS Sample Number: P17614 .11004 Mal AINIS.,1 Particle Size Distribution Report 0.1 0.01 GRAIN SIZE mm Gravel Sand Fines +3 1 Coarse Fine Coarse Medium Fine Silt Clay 0.0 1 5 8 39 1 13.8 16.0 14.7 I 10.6 Material Description Remarks 50 60 70 80 90 100 0 001 Opening Percent Spec." Pass? POORLY GRADED GRAVEL WITH SILT AND SAND Size Finer (Percent) (X =Fail) 1 100.0 75 94 2 Atterbera Limits (ASTM 0 4318) 625 82 0 PL= NP LL= NV PI= .5 74.4 .375 70 9 Classification 44 55 1 USCS (D 2487)= GP GM AASHTO (M 145)= A I a 48 43 4 Coefficients 416 35 2 D90= 17 8280 085= 16 6245 D60= 5 7868 440 25 3 D50= 3.6752 D30= 0 7063 D15= 0 1341 460 20 4 D10 Cu Cc REPORT 119716 FIELD DESCRIPTION. SILTY SAND WITH GRAVEL MOISTURE CONTENT: 7 9% Date Received: 4/6/10 Date Tested: 4/12/10 Tested By: ZL Checked By: AC Title: LABORATORY MANAGER Client: EXEL TECH Project: DRY CREEK Date Sampled: 4/1/10 Proiect No: 092 -10006 Fiaure 10 20 30 40 GENERAL APPENDIX B EARTHWORK SPECIFICATIONS Appendix B Page B When the text of the report conflicts with the general specifications in this appendix, the recommendations in the report have precedence. SCOPE OF WORK: These specifications and applicable plans pertain to and include all earthwork associated with the site rough grading, including but not limited to the furnishing of all labor, tools, and equipment necessary for site clearing and grubbing, stnpping, preparation of foundation materials for receiving fill, excavation, processing, placement and compaction of fill and backfill materials to the lines and grades shown on the project grading plans, and disposal of excess materials. PERFORMANCE: The Contractor shall be responsible for the satisfactory completion of all earthwork in accordance with the project plans and specifications. This work shall be inspected and tested by a representative of Krazan and Associates, Inc., hereinafter known as the Geotechnical Engineer and/or Testing Agency. Attainment of design grades when achieved shall be certified to by the project Civil Engineer. Both the Geotechnical Engineer and Civil Engineer are the Owner's representatives. If the contractor should fail to meet the technical or design requirements embodied in this document and on the applicable plans, he shall make the necessary readjustments until all work is deemed satisfactory as determined by both the Geotechnical Engineer and Civil Engineer. No deviation from these specifications shall be made except upon written approval of the Geotechnical Engineer, Civil Engineer or project Architect. No earthwork shall be performed without the physical presence or approval of the Geotechnical Engineer. The Contractor shall notify the Geotechnical Engineer at least 2 working days prior to the commencement of any aspect of the site earthwork. The Contractor agrees that he shall assume sole and complete responsibility for job site conditions during the course of construction of this project, including safety of all persons and property; that this requirement shall apply continuously and not be limited to normal working hours; and that the Contractor shall defend, indemnify and hold the Owner and the Engineers harmless from any and all liability, real or alleged, in connection with the performance of work on this project, except for liability ansing from the sole negligence of the Owner of the Engineers. TECHNICAL REQUIREMENTS: All compacted materials shall be compacted to a density not less than 95 percent of maximum dry density as determmed by ASTM Test Method D1557 as specified in the technical portion of the Geotechnical Engineering Report. The results of these tests and compliance with these specifications shall be the basis upon which satisfactory completion of work will be judged by the Geotechnical Engineer. SOIL AND FOUNDATION CONDITIONS: The Contractor is presumed to have visited the site and to have familiarized himself with existing site conditions and the contents of the data presented in the soil report. Krazan Associates, Inc. Eleven Offices Serving The Western United States 092 -070:2 doc The Contractor shall make his own interpretation of the data contained in said report, and the Contractor shall not be relieved of liability under the contractor for any loss sustained as a result of any variance between conditions indicated by or deduced from said report and the actual conditions encountered during the progress of the work. DUST CONTROL: The work includes dust control as required for the alleviation or prevention of any dust nuisance on or about the site or the borrow area, or off -site if caused by the Contractor's operation either during the performance of the earthwork or resulting from the conditions in which the Contractor leaves the site. The Contractor shall assume all liability, including Court costs of codefendants, for all claims related to dust or windblown materials attributable to his work. SITE PREPARATION Appendix B Page B Site preparation shall consist of site clearing and grabbing and preparations of foundation materials for receiving fill. CLEARING AND GRUBBING: The Contractor shall accept the site in this present condition and shall demolish and/or remove from the area of designated project, earthwork all structures, both surface and subsurface, trees, brush, roots, debris, organic matter, and all other matter determined by the Geotechnical Engineer to be deleterious. Such materials shall become the property of the Contractor and shall be removed from the site. Tree root systems in proposed building areas should be removed to a minimum depth of 1 foot and to such an extent which would permit removal of all roots larger than 1 inch. Backfill or tree root excavation should not be permitted until all exposed surfaces have been inspected and the Geotechnical Engineer is present for the proper control of backfill placement and compaction. Burning in areas, which are to receive fill materials, shall not be permitted. SUBGRADE PREPARATION: Surfaces to receive Structural fill shall be prepared as outlined above, excavated/scarified to a depth of 12 inches, moisture conditioned as necessary, and compacted to 95 percent compaction. Loose and/or areas of disturbed soils shall be moisture conditioned and compacted to 95 percent compaction All ruts, hummocks, or other uneven surface features shall be removed by surface grading prior to placement of any fill material. All areas scheduled to receive fill materials shall be approved by the Geotechnical Engineer prior to the placement of any of the fill material. EXCAVATION: All excavation shall be accomplished to the tolerance normally defined by the Civil Engineer as shown on the project grading plans. All over excavation below the grades specified shall be backfilled at the Contractor's expense and shall be compacted in accordance with the applicable technical requirements. FILL AND BACKFILL MATERIAL: No material shall be moved or compacted without the presence of the Geotechnical Engineer. Material from the required site excavation may be utilized for construction site fills provided prior approval is given by the Geotechnical Engineer. All materials utilized for constructing site fills shall be free from vegetable or other deleterious matter as determined by the Geotechnical Engineer. Krazan Associates, Inc. Eleven Offices Serving The Western United States 092- 07032Joc Attachment J Big R Bridge Construction Plans 2) MATERIALS (UNLESS NOTED a) IiSS SECTIONS: b) STEEL SHAPES: c) STEEL PLATES: d) ANCHOR BOLTS: e) ELASTOMERIC PADS: DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANGELES, WA GENERAL NOTES 1) DESIGN IS IN ACCORDANCE WITH LRFD GUIDE SPECIFICATIONS FOR THE DESIGN BRIDGES BY AASHTO, DATED 2009. OTHERWISE): ASTM A847 WEATHERING STEEL ASTM A586 WEATHERING STEEL ASTM A588 WEATHERING STEEL ASTM F1554 Gr 55 GRADE 4, 60 DUROMETER OF PEDESTRIAN Fy 50 kal MIN. Fy 5D ksl Fy 50 kW Fy 55 ksl (GALV) 3) ALL SHOP WELDING SHALL USE THE GAS METAL ARC WELDING OR FLUX CORED ARC WELDING PROCESS. 4) SHOP SPLICES: a) ALL TOP AND BOTTOM CHORD SHOP SPLICES TO BE COMPLETE PENETRATION TYPE WELDS. b) ALL SAFETY RAIL SHOP SPLICES TO BE SEAL WELDS LOCATED AT CENTERLINE OF VERTICAL. 5) ALL BOLTS AND NUTS SHALL BE FURNISHED IN THE AMOUNT OF 5% IN EXCESS OF THE NUMBER REQUIRED FOR EACH SIZE AND LENGTH. 6) DESIGN LOADINGS: a1 BRIDGE DEAD LOAD. b SEWER UNE DEAD LOAD OF 96.6 L8 /FT. o ELECTRICAL UNE DEAD LOAD OF 12.2 L8 /FT (EACH UNE) d FIBER OPTIC LINE DEAD LOAD OF 7.7 LB /FT. e UNIFORM LIVE LOAD OF 90 PSF. 0 VEHICLE LIVE LOAD OF 10,000 L8 TRUCK. g) HORIZONTAL WIND LOAD OF 90 MPH WITH A MAXIMUM BRIDGE HEIGHT OF 58' ABOVE GRADE. 7) FINISH: ALL EXPOSED SURFACES OF STRUCTURAL STEEL TO BE BRUSH —OFF BLAST CLEANED IN ACCORDANCE WITH SSPC —SP7. EXPOSED SURFACES OF STEEL SHALL BE DEFINED AS THOSE SURFACES SEEN FROM THE DECK OR FROM THE OUTSIDE OF THE STRUCTURE. 8) MAINTENANCE NOTE: 00 NOT APPLY DE —ICING CHEMICALS OR SALTS TO ANY PART OF THE BRIDGE STRUCTURE. 9) ANCHOR BOLTS SHALL BE EMBEDDED A MINIMUM OF 15" INTO THE ABUTMENT. ANCHOR BOLTS SHALL BE SWEDGED, THREADED, HOOKED, HEADED OR THREADED NUTTED TO SECURE A SATISFACTORY GRIP UPON THE MATERIAL USED TO EMBED THEM IN THE ABUTMENT. SETTING ANCHOR BOLTS WITH EPDXY —RESIN GROUT IN DRILLED OR FORMED HOLES IS ACCEPTABLE AS LONG AS THE EPDXY —RESIN GROUT WILL DEVELOP THE FULL CAPACITY OF THE ANCHOR BOLTS. 10) BRIDGE TO BE BUILT TO THE REQUIREMENTS OF AWS D1.1 11) BIG R BRIDGE IS RISC QUALITY CERTIFIED FOR SIMPLE AND MAJOR STEEL BRIDGES WITH A FRACTURE CRITICAL AND SOPHISTICATED PAINT ENDORSEMENT. ro 0. N N O 0 a N 1 N 1 A IISSUED FOR APPROVAL 8 PROPRIETARY AND CONFIDENT /AL j INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIGR BRIDGE. ANY REPRODUCTION IN PART OR ASAWHOLE W/TIIOUT WRITTEN PERMISSION IS PROHIBITED. 1 1 1 1 1 1 1 IF 16/30/2010 BIG R B R I D G E CONCRETE NOTES 1) CONCRETE MIX DESIGN, MATERIALS, QUALITY. MIXING, PLACEMENT, FINISHING AND TESTING SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF SECTION 552 OF FEDERAL HIGHWAY ADMINISTRATION STANDARD SPECIFICATIONS FOR CONSTRUCTION OF ROADS AND BRIDGES ON FEDERAL HIGHWAY PROJECTS (FP -03). FP -03 CAN BE MEWED OR DOWNLOADED AT: HTTP: /FLH.FHWA.DOT.GOV /RESOURCES /PSE /SPECS/ 2) STAY IN PLACE GALVANIZED FORM DECK SHALL BE USED ON THE BRIDGE. DECKING SHAU. BE SHOP ATTACHED TO FLOOR BEAMS VIA SELF DRILLING FASTENERS OR WELDING. MINIMUM OF TWO FASTENERS PER SHEET PER FLOOR BEAM. LONGITUDINAL SHEET LAPS SHALL BE ATTACHED WITH SELF— DRIWNG FASTENERS AT 36" MAXIMUM SPACING. DESIGN OF THE DECK REINFORCING IS BASED UPON NON— COMPOSITE ACTION WITH THE DECK FORM. 3) MATERIALS a) CONCRETE: b) REINFORCING: CLASS A(AE): 1'a 4000 pal AT 28 DAY AIR CONTENT OF 5% 1% 160 PCF MAX ASTM A615 GRADE 60 AND ASTM A775 FOR EPDXY COATING 4) CONCRETE TO BE FINISHED WITH A SIDEWALK FINISH PER SECTION 552.14 (c) OF FP -03.. 5) GROOVED CONTRACTION JOINTS SHALL BE PUT IN PER THE CONTRACT DOCUMENTS OR AT THE DISCRETION OF THE ENGINEER AND OWNER IF CONTRACTION JOINTS ARE USED, THEY SHALL BE PLACED OVER THE CENTERLINE OF THE FLOOR BEAMS AS REQUIRED. 6) ALL REINFORCING STEEL SHALL BE EPDXY COATED UNLESS NOTED OTHERWISE IN THE CONTRACT DOCUMENTS OR AS APPROVED BY THE ENGINEER AND OWNER. EPDXY COATING IS TO EXTEND THE UFE OF THE DECK AND IS NOT REQUIRED TO MEET THE DESIGN STRENGTH REQUIREMENTS. 7) THE CONTRACTOR MUST EXERCISE CARE TO CONTROL TRAFFIC AND STORAGE OF MATERIALS ON THE FORM DECK BEFORE CONCRETE PLACEMENT ON THE DECK. 8) LONGITUDINAL BARS MAY BE SPLICED IF REQUIRED. SPUCE SHALL BE LOCATED AT THE ONE —THIRD POINT OF THE BY SPAN AND STAGGERED EVERY OTHER LONGITUDINAL BAR. REQUIRED SPLICE LENGTHS ARE AS FOLLOWS. BAR SIZE #4 #5 #6 (17 iD N9 31" 39" 48" 58` 76" 96" P.O. BOX 1200 GREELEY, COLORADO 80632 -1290 PHONE: (970) 356 -9600 FAX (970) 356 -9621 TOLL FREE: (800) 234 0734 www bigrbridge.com NORMAL WEIGHT LIGHT WEIGHT CONCRETE (145 PCF) I CONCRETE (120 PCF) 35" 44" 53" 66" 86" 108" CITY OF PORT ANGELES PORT ANGELES, WA a i BIG R 0 BRIDGE 1 -800- 234 -0734 110.000 LB VEHICLE LOAD i I SERIAL NO BRO8- 02126/1 CAIE CF MFG 0 0 DATA PLATE DETAIL (BR08- 02126/1) NOTE; BUILD TWO BRIDGES ONE EACH: BROB- 02126/1 ONE EACH: BROB- 02126/2 (2) 110'-0° x 1O' -0 A BRIDGES DRY CREEK PEDESTRIAN BRIDGE 0 BIG R BRIDGE 1-800 -234 -0734 so.o00 LO VEHICLE LonO SERIAL Na BROB 02126/2 OAIE OF Ufa 0 0 DATA PLATE DETAII,_ (BRO8- 02126/2) DRAFT 08-02126 DESKYI BY JVL DRAWN BY TLF CHECKED DV JVL SHEET N0. El OF E7 ABUTMENT #1 GRADE EL 230.00'± BRIDGES 1 1/2" GAP EXPANSION ABUTMENT #1 NOEL SAFETY AND HAND RAIL NOT SHOWN FOR CLARITY 110' -3" (BACKWALL TO g PIER) 110' -0 1/2" (OUT TO OUT OF BRIDGE) 81' -0 1/2" N CO 0 CO co 1 I 1 1 1 A 'ISSUED FOR APPROVAL 1 TF 16/30/2010 PROPRIETARY AND CONF/DENT /AL INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIG-R BR/OM ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED BRO8- 02128 /1 '2O' -6" (ABUTMENT BACKWALL TO ABUTMENT BACKWALL) I. ?9' -0 1/2" SPLICE PIER SPLICE LICE I \N /[77 77 .NN I 77 1 ABUTMENT 13 PIER 82 PIER #2 BEARING SEAT EL. ABUTMENT 11 BEARING SEAT EL. GRADE EL 229.88'± BEARING SEAT EL. 268.38'± 231.50'± 228.88'# I -1" GAP 110 -3" (BACKWALL TO t PIER) 110-0 1/2" (OUT TO OUT OF BRIDGE) 81' -O 1/2" FIXED EIXED BRO8- 02126/2 ^9' -0 1/2" EXPANSION 14" 0 SEWER LINE 6 °0 ELECTRICAL CONDUIT 6 "4 ELECTRICAL CONDUIT 5 °0 FIBER OPTIC LINE r FIER in BIG PHONE: 970) 356-9 00 FAX (9 0 356 -9621 2 1290 0 R I 0 G E TOLL FREE: (800) 234 0734 www.bigrbridyo.com (2) 11O'—O" x 10'- 0 n BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANGELES, WA ABUTMENT 13 DRAFT 1 1 1/2" GAP ABUTMENT 13 GRADE EL 233.00'± 08 -02126 DESIGN BY JVL DRAWN BY TLF CNECKEO BY JVL SHEET N0. E2 oT E7 1 MARK THIS END FOR LOW INTERIOR VERTICAL DATA PLATE END VERTICAL--.... =8" P 1st INTERIOR DIAGONAL DIAGONAL 1 —END DIAGONAL END BRACE DIAGONAL INTERIOR FLOOR BEAM Z t t t BRACE DIAGONAL FLOOR BEAM 220' -6" BACKWALL TO BACKWALL 110' -3" BACKWALL TO c. PIER 5 5" 109' -4" c. TO c, BEARING -1 1. 1 P P r B B ACK ALL HEIGHT AND ANCHOR BOLT LAYOUT MAY DIFFER FROM CONTRACT PLANS. 5" 8 111' I1 0 0 0 w 1 1/4" GAP PIER 0 rn BR08 -02128 1 PIER #2 s A BUTMENT y1 JI N 1 f, i (EXPANSION) (FIXED) (FIXED) ir i CO N 1 0 I I CO A 'ISSUED FOR APPROVAL co o PROPRJETARYAND CONFIDENTIAL j INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF B1G•R BRIDGE. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT WRITTEN PERMISSION 1S PROHIBITED DETAIL 2 110' -3" Pp PIER TO BACKWALL 109' -4° TO c, BEARING (BRO8- 02126/2) ANCHOR BOLT ELEVATION LAYOUT 81' -0" (SECTION 1 WEIGHT 27,100 LBS) /TOP CHORD \L_ \104%\, El_ 7/ 1 `80770M CHORD [1'-3 3/4" CAMBER 3/8 "0 DRILLED DRAIN HOLE (INCLUDES 2 1/4" DEAD LOAD CAMBER) (TYPICAL AT SPUCED DIAGONALS, BOTH ENDS OF BOTTOM CHORD dc� BOTH END VERTICALS) BIG IR B R I D G E 15 SPACES 6' -6" 97' -6" 110 -0" OUTSIDE ELEVATION BOTTOM CHORD DETAIL P nn M ABUTMENT #3 (EXPANSION) 0 3/8 "0 DRILLED DRAIN HOLE TYP. SPLICED BRACE DIAGONAL: H 1 8" P.O. BOX 1290 GREELEY, COLORADO 80632 -1290 PHONE: (970) 356 -9600 FAX (970) 356 -9621 TOLL FREE: (800) 234 0734 www.bigrbridgo.cotn 108'- 0 ANCHOR BOLTS L SPLICE T9' -0" (SECTION 2 WEIGHT 9,700 LBS) t SPLICE ee ANCHOR BOLT PLAN LAYOUT DATA PLATE I MARK THIS ENDI 'H' FOR HIGH N z (2) 11O' -0" x 10' -O" BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF PORT ANGELES PORT ANGELES, WA MEMBER TOP CHORD BOTTOM CHORD END VERTICAL INTERIOR VERTICAL END DIAGONAL 1st INTERIOR DIAGONAL INTERIOR DIAGONAL BRACE DIAGONAL END FLOOR BEAM INTERIOR FLOOR BEAM SIDE DAM END DMA BRIDGE DECKING SAFETY RAIL HAND RAIL TOE PLATE ANCHOR BOLTS (BY OTHERS) DETAIL 1 VERTICAL 3/4 3/4" DETAIL 2 3/4" BRIDGE REACTIONS I DEAD DEAD (UTILITIES) LIVE (90 PSF) I VEHICLE (10.000 LB) WIND HORZ. (90 MPH) 1 WINO VERT. (20 PSF) SEISMIC THERMAL SIZE HSS 8x6)3 /8 HSS 8x6x3/8 HSS 6x6x3/8 HSS 7x5x1/4 HSS 5x3x1/4 HSS 5x3x1/4 HSS 4x2x1/4 HSS 3x3x1/4 W 12x26 W 12x26 C 4x5.4 C 4x5.4 VULCRAFT 1.0C 22 GA. (0 -60) L 1 1/2x1 1/2x3/16 1 1/4° SCH. 40 PIPE (GALV.) C 6X8.2 1 1/2 "0 (GALV.) /3 SIDES 1/4 V TYP. 3 SIDES 1/4 V TYP. P (LBS) I 11 (LBS) 22,800 3,600 24,800 5,300 *7,100 -8,200 61,100 P FOUR PER BRIDGE "H TWO PER BRIDGE (ONE PER ABUTMENT) "L FOUR PER BRIDGE LIFTING WEIGHT 36,700 L8S (FULL STRUCTURE NOT INCLUDING WEIGHT OF CONCRETE DECK OR UTILITIES LOAD) DRAFT 61,100 3,900 08 -02126 DESIGN BY JVL DRAWN BY TLF CHECKED BY JVL SHEET NO. E3 E E7 N N 0 N 0 M N 11 CD 0 0 45* I1101 �1 1/2' (MIN. CLEAR) 4" CONCRETE DECK (BY OTHERS) 4 1 T R /I y f 8 15/16"): 1' -5 3/4" h_ ro 0. NOTE; BRACE DIAGONALS ARE OFFSET 1 1/2" UPWARD FROM CENTER OF BOTTOM CHORD o TO ALLOW FOR SEWER LINE CLEARANCE. ac O3 CO A (ISSUED FOR APPROVAL PROPRIETARY AND CONF /DENT /AL 0 INFORMAT/ON IN THIS DMW /NG IS THE SOLE PROPERTY OF BIG -R BRIDGE. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT WRITTEN PERMISSION 1S PROHIBITED ,-1 1/16 "0 HOLE w /(2) 1"0 NUTS 191 11 14" CARRIER PIPE Z I9 w/ HANGER 1"� RODS (BY OTHERS) 1 -9 1/8" 2' -6" 3' -2 7/8" 3' -11 13/16" I I i i I TF 16/30/2010 r BRACE DIAGONAL o 1 "(CLEAR) BIG R B R I D G E 10' -O" FORM DECK NOTES: 1.) FORM DECK SHALL BE TIGHT FITTING WITH A GAP NO LARGER THAN 1/4" IN ANY DIRECTION. 2.) FORM DECK TO SPAN 2 SPANS MINIMUM. 3.) FORM DECK OVER SPLICE LOCATIONS 1MLL BE SHIPPED LOOSE AND FIELD ATTACHED WITH SELF-DRILLING FASTENERS. r BRIDGE FORM DECK L 1. 1 1 \--INTERIOR FLOOR BEAM 13/16 "0 HOLE w /(2) 3/4 "0 NUTS 401 REBAR 0 9" 0.0. (BY OTHERS) 11/16 "0 HOLE w /(2) 5/8 "0 NUTS 6" ELECTRICAL CONDUIT 3/4" ROD (BY OTHERS) r 402 REBAR O 1' -0" O.C. (BY OTHERS) 2' -6" 3' -3" ti' -0" SECTION E3 (VIEW LOOKING TOWARDS HIGH END OF BRIDGE) 4' -0" TYP/ 3/16 1 1/4"0 HAND RAIL (CAP END) TYP 3/16 HAND RAIL BRACKET r• r, r. SAFETY RAIL (CAP GRIND SMOOTH)K T&B TYP. T&B TYP./ 1 h 3/16 V 2 TOE PLATE SIDE DAM 3/16 TYP 3/16 V J it 1t 11 P.O. BOX 1290 GREELEY, COLORADO B0632 -1290 PHONE: (970) 356.9600 FAX (970) 356 -9621 TOIL FREE: (800) 234 0734 www.blgrbridge.com 9" 3/16 V 2 —INTERIOR DIAGONAL —TOP CHORD INTERIOR VERTICAL 5" FIBER OPTIC CONDUIT 5/8" ROD (BY OTHERS) T&B 5/16 V T DRAFT BOTTOM CHORD j ,/16°0 HOLE CITY OF PORT ANGELES PORT ANGELES, WA i 2 "f 2" 1 "x1" CHAMFER 4" (R 3/8") CLEVIS TAB DETAIL (18 REQUIRED PER BRIDGE) UTILITIES NOTES: 1.) (1) #3 CLEWS, (4) 1 "4 NUTS, (4) 3/4 "v NUTS. AND (2) 5/8 "0 NUTS REQUIRED AT EACH FLOOR BEAM FOR UTILITY HANGER ROD ATTACHMENT BY B1G -R. 2) ALL UTILITY PIPE, CONDUIT, HANGERS. HARDWARE AND INSTALLATION (WITH THE EXCEPTION OF THOSE IN MENTIONED IN NOTE #1) BY OTHERS. (2) 110'- -O" x KY-O" BRIDGES DRY CREEK PEDESTRIAN BRIDGE 1 1/2" CLEAR NOTES: 1) ALL CONCRETE REBAR BY OTHERS. 2) AU. REBAR COUNTS FOR ONE BRIDGE. REBAR SCHEDULE MARK! TYPE QUANTITY I LENGTH 1 REMARKS 401 I STRAIGHT I 13 I 109' -8" EPDXY* 402 I STRAIGHT I 110 9' -6" 1 EPDXY DIGIT PRECEDING LETTER DENOTES SIZE OF REBAR SEE CONCRETE NOTE 8 ON El FOR SPLICING r L 1/2" CLEAR V REBAR SPACING LOW END OF BRIDGE 2" MIN. CLEAR f f f� 1/4 CLEVIS TAB ;,:3 1/2 HANDRAIL BRACKET 1 1/2", #3 CLEVIS w/ 1 "0 x3" A325 T3 BOLT. NUT WASHER I. 1/4 "x 2 "x 5" A58B i. FLOOR BEAM 3 1/2" 1 3/4" ,4 1 3/4" SECTION J HIGH END OF BRIDGE Q HANGER ROD 1 1/2" (TYP. ALL RODS) 1 1/16"0 HOLE w/ (2) 1 "0 NUTS L `t "0 HANGER RODS (BY OTHERS) 1 "0 ROD (BY OTHERS) HANGER ROD/ CLEVIS 08 -02126 DESIGN BY JVL DRAWN BY TLF CHECKED BY JVL SHEET ND. END VERTICAL L_1 1 1 1/2" GAP 0 r uo i• 1il� :dfflllR'I' lia 4 4 4 t II END FLOOR BEAM II I1 v 4 4 4 ABUTMENT X11 d d 4 1 INSIDE ELEVATION (EXPANSION) (TYPICAL BOTH ABUTMENTS) a 4 BRACE DIAGONAL co TY P/ 3/16 V 11 11 A pis I II BEARING PLATE 1 i i ELASTOMERIC PAD 1 1 1 7 l U71U7Y LINES 1 ANCHOR (BY BOL OWNERS) TS U BOTTOM NUT FINGER TIGHT, TOP NUT TIGHT AT EXPANSION END. ROTH NUTS TIGHT AT FIXED END. (TYPICAL AT SAFETY RAIL) Tom 3/16 (TYPICAL AT TOE PLATE) SECTION 0 0 I A'ISSUED FOR APPROVAL co o PROPRIETARY AND CONK /DENT /AL INFORMATION IN THIS DRAWING IS TILE SOLE PROPERTY OFBIG•R BRIDGE. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED. 1 11 7F 16/30/2010 —4" CONCRETE DECK (BY OTHERS) -END VERTICAL .t \5' UTILITY LINES HANGERS {8Y OTHERS) SAFETY RAIL {CAP END GRIND SMOOTH) 1- 4. /-END VERTICAL TOE PLATE (CAP END GRIND SMOOTH) lop BIG R B R I D G E —TOP CHORD —HAND RAIL SAFETY RAIL —TOE PLATE FLOOR BEAM —BOTTOM CHORD END VERTICAL 11 1/8 G END VERTICAL- 3/16 V —.1/2" SECTION P.O. BOX 1290 GREELEY, COLORADO 80832 -1290 PHONE: (970) 356 -9600 FAX (970) 356-9621 TOLL FREE: (800) 234 0734 www.blgrbridgo.com PJP 2 VERT. SIDES TYP. 4 HORIZ. SIDES TYP. 1/4 V [TOP END FLOOR BEAM 1/4 V EACH SIDE B- U2a -GF CHORD 1 1/4 V END DIAGONAL DETAIL 1 1/4" GAP [TOP CHORD L 1 5/16 V INTERIOR VERTICAL—' INTERIOR DIAGONAL SEAL 1 T &B V TYP. INTERIOR DIAGONAL DETAIL 1/8 I\ \T EDGE T. 3/16 V VER TYP END DAM BOTTOM CHORD— END VERTICAL— END DIAGONAL INTERIOR VERTICAL 1st. INTERIOR DIAGONAL DETAIL 3T T &B SIDES TYP. SECTION CITY OF PORT ANGELES PORT ANGELES, WA DRAFT SIDE DAM BOTTOM 3/16 V 2 TYP. FLANGE END FLOOR BEAM BOTTOM 3/6 V 2 -18 7 F t GE END DAM INTERIOR VERTICAL T &B TYP. 1/9 PJP 2 SIDES TYP (2) 111Y-0" x KY-0" BRIDGES DRY CREEK PEDESTRIAN BRIDGE SIDE DAM BOTTOM CHORD 4 I t BEARING PLATE ELASTOMERIC PAD I1 1L 11 1 11 11 11 1 ANCHOR BOLTS 111 11 Iii 11 flt!ifrii "e,e h(Eiil '111t5E1thliilllflrini111 /TOP CHORD °4 4 HORIZ. SIDES 1/4 V TYR PJP 2 VERT. SIDES TYP. 4 1st INTERIOR DIAGONAL B 4 4 PIER #2 1 OUTSIDE ELEVATION (FIXED) (8R08-02126/1) I L 1 GAP ___‘/Lir 4 d e 4 4 4 a 4 (FIXED) (8R08- 02126/2) DESIGN BY JVL DRAWN BY TLF CHECKED BY JVL SHEET N0. E5 or E7 0 08 -02126 z a bi 0 N I (1) 1/4 "x1/4 "x10" KEEPER BARS 3 PLACES TYP. 3/16 V 10 IMP F t 14 "-14 1' -4 1/2" 10 1/4" INSIDE) 5 1/8;f5 1/8 t PLATE BEARING PLATE (GRADE 4, 60 DUROMETER) LAYERED ELASTOMERTC BEARING PAD p N O G 0 rc .9. 0 A (ISSUED FOR APPROVAL o PROPRIETARY AND CONFIDENTIAL N INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIG•R BRIDGE. ANY REPRODUCTION IN PART OR AS A WHOLE WITHOUT WRITTEN PERMISSION IS PROHIBITED. 8m O z m k (2) 1/4 "x1/4 "x7" KEEPER BARS 1 I 1 I I 1 TF 16/30/2010 --1/8" PERIMETER (TYP.) 1/8" COVER f TYP. (4) 11 GA. STEEL SHIMS BIG R B R I D G E 1/8" COVER TYP. P.O. BOX 1200 GREELEY, COLORADO 00632 -1290 PHONE: (970) 356 -9600 FAX (970) 366 -9621 TOLL FREE: (800) 234 0734 www.bigrbridge.com MEMBERS BEARING PLATE KEEPER BAR KEEPER BAR ELASTOMERIC PAD NQiE; AU. QUANTITIES FOR ONE BRIDGE. 1/4" 1/4" J PLAN SHOWING BEARING PLATE CONNECTION (2) 11(Y—On x 1O' —O" BRIDGES DRY CREEK PEDESTRIAN BRIDGE CITY OF POUT ANGELES PORT ANGELES, WA 1 QTY I THICKNESS SIZE II HOLES 1 4 1 3/4" 111 1/2 "x 1' -4 1/2 "11 3/4 "x 5 1/2" 1 8 1 1/4" 1 1/4" x 7" 1 1 4 1 1/4" 1 1/4" x 10" 1 i 4 1 2" I 7 "x 10" 1 109' -4" (HOLD) MEASURED HORIZONTALLY c/c ANCHOR BOLT 1/4 V \TYP. DRAFT 08 -02126 DESIGN BY JVL DRAWN BY TLF CHECKED BY JVL SHEET NO E6 or E7 rn 0. 1 to N 70P CHORD— HAND RAIL-- SAFETY RAIL TOE PLATE SIDE DAM SPLICE TUBE BOTTOM CHORD O 0 0 9 N N 1 O 1 c 1 a ro A IISSUED FOR APPROVAL 00 PROPRIETARY AND CONADENT /AL 1/2 -1/2" 1 ii1 4 OF SPLICE 1 BOLTS NOT SHOWN FOR CLARITY 1 1 1 1 1 TF 16/30/2010 INFORMATION IN THIS DRAWING IS THE SOLE PROPERTY OF BIO-R BRIDGE ANY REPRODUCTION IN PART OR ASA WHOLE WITHOUT WRITTEN PERMISSION ISPROHIBITED. 3/16 HAND RAIL BRACKET Thal SPLICE DETAILS 3/16 TYP. 3/16 V T&9 TYP. 3/16 V 3/16 N 3/16 V BIG R B R I D G E 2PLICED DIAGONAL 1 3/16 N 3/16 V P.O. BOX 1200 GREELEY, COLORADO 60632 -1200 PHONE: (970) 356.9600 FAX (970) 356 -9821 TOLL FREE: (600) 234 0734 www.bigrbridge.cOm MEMBERS TOP CHORD SPLICE PLATE BOTTOM CHORD SPLICE PLATE DIAGONAL SPLICE PLATE BRACE DIAG. SPLICE PLATE DIAGONAL STIFFENER PLATE BRACE DIAG. STIFFENER PLATE SPLICE BAR SIDE DAM PLATE NOT ALL QUANTITIES FOR ONE BRIDGE. 1' -10" (2) SPACES CD 2 1 -2" SPACES 3 1/2" 7 3 1/2" 7" QTY 8 8 4 2 4 2 4 4 TACK WELD no NUTS IN PLACE (3 PLACES EA. NUT) TOP CHORD SPLICE PLATES (LOCATE INSIDE OF TUBE) —1' -6" 2" 2 (2) SPACES 0 (2) SPACES 0 2 1/2" 5 2 1/2" 5" 1 •••1 DIAGONAL SPLICE PLATES <LOCATE OUTSIDE OF TUBE) 3/18 V 1 1/2 3/16" FROM EDGE OF HOLE TYPICAL SPLICE STIFFENER NOTE: STIFFENER PLATES ARE FLUSH ON THE INSIDE OF THE SPLICED DIAGONALS AND SPLICED BRACE DIAGONALS CITY OF PORT ANGELES PORT ANGELES, WA THICKNESS 1/2" 1/2" 3/8" 3/8" 3/8" 3/8" 1/2" 3/8" h 'sr Iv N is 1 c e SPLICE PLATE SIZE 4 1/2" x 1' -10" 4 1/2" x 2' -5" 3" x 1' -6" 3" x 1' -6" 2 1/2" x 9" 2 1/2" x 9" 1 "x 5' -t0" 1 "x4" (2) T1O' -0Y x 1O' -0n BRIDGES DRY CREEK PEDESTRIAN BRIDGE HOLES 1 1/16" 1 1/16" 13/16" 13/16" (3) SPACES 0 BOLTS 1 "0 x 2 1/4" 1 "0 x 2 1/4" 3/4 "0 x 3 3/4" 3/4 "0 x 4 3/4" r40.44 A325 13 A325 T3 A325 T3 A325 T3 (3) SPACES TACK WELD 1 "0 NUTS IN PLACE (3 PLACES EA. NUT) BOTTOM CHORD SPLICE PLATES, (LOCATE INSIDE OF TUBE) —1 -6 2" T 2" (2) SPACES 0 (2) SPACES 21/2 "a5 I 21/2 5" BRACE DIAGONAL SPLICE PLATES (LOCATE OUTSIDE OF TUBE) DRAFT BOLT QTY 48 64 12 6 i 22'-55 2"i, L 2 3 1/2" 10 1/2" 3 1/2" 10 1/2" e N N 08 -02126 DESIGN BY JVL DRAM BY TLF CHECKED BY JVL SHEET N0.