Internal — Do Not Send — Do Not Distribute

Internal Memo — Protest 012 — CCTV Pole Pullout at SB I-405 ~4014+50

Prepared for internal WSDOT use and DRB preparation · ISS-012 · February 5, 2026


Purpose

This memo documents WSDOT’s detailed analysis of Protest 012 for internal use and Disputes Review Board (DRB) preparation. It contains internal reasoning, argument rebuttals, and strategic analysis that should not be shared with the Design-Builder.


Evaluation Framework

WSDOT’s evaluation addresses three questions:

  1. Did the Contract require bucket truck access for CCTV maintenance?
  2. Was WSDOT’s rejection of the CLD a change, or enforcement of an existing requirement?
  3. What is the appropriate path forward?

Finding Summary: The protest is without merit. TR 2.18.4.6.3 explicitly requires bucket truck access for CCTV maintenance. WSDOT enforced this existing requirement — it did not initiate a change under GP 1-04.4(1). The DB’s redesign costs are the cost of compliance with an existing contract requirement.


I. Did the Contract Require Bucket Truck Access?

Finding: YES — TR 2.18.4.6.3 is explicit and unambiguous.

A. The Specific Requirement (TR 2.18.4.6.3)

“The Design-Builder shall provide access in accordance with the WSDOT Northwest Region ITS Design Requirements (Appendix T). Maintenance vehicle access shall allow bucket trucks to park adjacent to the CCTV structure for maintenance of the CCTV and shall have adequate access on and off the roadway. Maintenance access shall be designed such that maintenance vehicles do not have to back into traffic.”

Key points: (1) “Bucket trucks” is specifically named. (2) This is a CCTV-specific provision. (3) “Shall” is mandatory. (4) Three distinct requirements: parking adjacent to CCTV structure; adequate access on/off roadway; no backing into traffic. (5) References Appendix T1, a Contract Document.

B. Why the Specific Controls Over the General (TR 2.18.5.2)

The DB’s core argument is that TR 2.18.5.2’s “current maintenance methods” language permits CLDs. This argument fails for three reasons:

C. Appendix T1 Confirms (Three Independent References)

T1 §1.12.2.1: “shall be reachable by the bucket truck.” T1 §2.3.2.3: 10-foot rule with bucket truck access requirement. The word “bucket truck” appears in three separate contract locations for CCTV maintenance. The DB cannot plausibly argue that “current maintenance methods” in 2.18.5.2 overrides three specific bucket truck references.

D. Parallel Provision (TR 2.18.4.7.1 — VMS)

TR 2.18.4.7.1 (Variable Message Signs) contains virtually identical language: “Maintenance vehicle access shall allow bucket trucks to park adjacent to the VMS structure.” This parallel structure confirms that when the Contract requires bucket truck access for a specific ITS device type, it does so intentionally. It is a deliberate, consistent policy choice.


II. Was WSDOT’s Rejection of CLD a Change?

Finding: NO — WSDOT enforced an existing contract requirement during design review.

A. The RCSR Comment Was Design Review

The March 2025 RCSR comment identified that the DB’s CLD design did not meet TR 2.18.4.6.3. This is the normal design review process — WSDOT reviewing Design Documents for consistency with Contract requirements. Per GP 1-04.4(5)(b): design changes required during this review process are the DB’s exclusive responsibility and are not eligible for change orders.

B. No OIC Was Issued

For an OIC under GP 1-04.4(1), WSDOT must “authorize and require changes in the Work within the general scope of the Contract.” WSDOT did not issue a Change Order, issue an oral directive to change the Work, or direct additional or different Work. WSDOT identified a non-compliant design. This is fundamentally different from directing a change.

C. The AECOM SOW Narrative — And Why It Doesn’t Create Entitlement

LTR 294 includes AECOM’s PCN-00100 describing collaborative TF discussions and characterizing the CLD as an “agreed” solution. Why this narrative doesn’t establish entitlement:


III. Rebuttal Table

# DB Argument Why It Fails
1 CLD is a “current maintenance method” per 2.18.5.2 TR 2.18.4.6.3 specifically requires bucket truck access for CCTV. Specific controls over general. CLD may be a current method elsewhere, but this Contract requires bucket truck for CCTV.
2 Appendix M1 showed camera on existing pole — no pullout shown M1 is a Reference Document (BC classification). Per GP 1-03.1, reference documents are informational only and the DB relies on them at its own risk. TR controls over M1.
3 WSDOT initially discussed CLD as acceptable during early coordination Per GP 1-03.7, WSDOT reviews and discussions do not constitute approval. Per GP 1-03.9, waiver of one breach doesn’t waive future enforcement. No written approval of CLD was ever given.
4 The RCSR rejection was “preferential” — WSDOT preferred bucket truck but Contract didn’t require it TR 2.18.4.6.3 explicitly requires bucket truck. This is not a preference; it is a mandatory contractual requirement using “shall.”
5 NE 160th overcrossing makes a pullout impossible at this location The DB accepted the Contract including TR 2.18.4.6.3 and existing site conditions. The DB is responsible for designing solutions that meet contract requirements within site constraints. The constraint was visible and ascertainable before proposal.
6 8-month design standstill proves WSDOT caused delay The standstill was caused by the DB’s discovery that its CLD approach did not meet TR 2.18.4.6.3. The DB bears responsibility for designing correctly. The time was spent exploring design alternatives, not waiting for WSDOT direction.
7 WSDOT owes equitable adjustment under GP 1-04.4(1) No OIC was issued. GP 1-04.4(5)(b) explicitly excludes design review corrections from change order eligibility. No equitable adjustment is owed.

Fatal Flaw in DB’s Position

The DB’s reading of the Contract renders TR 2.18.4.6.3 meaningless. If “current maintenance methods” in 2.18.5.2 permits any method the DB chooses (including CLD), then the specific mention of “bucket trucks” in 2.18.4.6.3 has no operative effect. The Contract would never need 2.18.4.6.3 — 2.18.5.2 would cover everything. This is a textbook surplusage argument.


IV. Gaps in Skanska’s Submittal


V. Entitlement Analysis

Change Claim: Does NOT constitute a change. WSDOT enforced an existing contract requirement. GP 1-04.4(5)(b) explicitly excludes design review corrections. No change order warranted.

Cost Claim ($104,879): Not entitled. The claimed costs are for redesigning to comply with existing contract requirements. Per GP 1-04.4(5)(b), these are the DB’s exclusive responsibility. Note: WSDOT should distinguish between redesign costs (claimed here, DB’s responsibility) and additional construction costs for the pullout itself (not claimed here, may warrant separate analysis).

Schedule Claim: No entitlement established. The supplemental does not include a schedule analysis per GP 1-04.5(2)(d). The 8-month standstill was caused by the DB’s non-compliant design approach, not WSDOT direction. Preliminary position: deny.


VI. Path Forward

DRB Position

Primary argument: TR 2.18.4.6.3 is explicit and unambiguous. The Contract says “bucket trucks.” The DB designed for a CLD. The design didn’t meet the contract requirement.

Supporting arguments: GP 1-04.4(5)(b) excludes design review corrections; GP 1-03.7 negates reliance on review discussions; Appendix M1 is a Reference Document; parallel VMS provision (TR 2.18.4.7.1) confirms intentional specificity.

Potential DRB Vulnerability

Reliance argument: The DB may argue that WSDOT’s early discussions of CLD created reasonable reliance, and that the 8-month delay was partly attributable to WSDOT’s decision-making process. While GP 1-03.7 protects WSDOT’s legal position, a DRB may be sympathetic to an equitable argument about the delay period. WSDOT should be prepared to demonstrate what the DB should have done differently (i.e., read TR 2.18.4.6.3 and recognize the bucket truck requirement before designing for CLD).

“Current maintenance methods” interpretation: A DRB member could view CLD as a legitimate “current method.” WSDOT’s response should emphasize the specific-over-general canon and the surplusage argument (DB’s reading renders 2.18.4.6.3 meaningless).


Key Contract References

SectionPurpose
TR 2.18.4.6.3CCTV-specific bucket truck maintenance access requirement (controlling provision)
TR 2.18.5.2General ITS maintenance access — “current maintenance methods” (DB’s cited provision)
TR 2.18.4.7.1VMS bucket truck requirement — parallel provision confirming pattern
GP 1-03.1Reference Documents are informational only
GP 1-03.2Order of Precedence; specific over general; more stringent requirements control
GP 1-03.7Reviews/approvals do not constitute waiver
GP 1-04.1Contract Price includes cost of all Work needed to meet requirements
GP 1-04.4(1)OIC framework — requires WSDOT to authorize and require a change
GP 1-04.4(5)(b)Design review corrections are not eligible for change orders
GP 1-04.5Protest procedure
GP 1-08.8Extensions of Contract Time
Appendix A1Document classifications (M1 = BC Reference; T1 = C Contract Document)
Appendix T1 §1.12.2.1Maintenance access roads must be “reachable by the bucket truck”
Appendix T1 §2.3.2.310-foot pole rule — bucket truck access required