HomeMy WebLinkAbout4.570 Original Contract
r) :.'
~ .~-
<I. 5 7 D
!l
PROJECT MANUAL
Pine St. Extension Emergency Repairs
Project 02-15A '
SCOPE OF WORK
The project consists of the repair of approximately 120 feet of roadway on Pine Street at
US 101 by pre-leveling and placement of 1 :Y:z" of HMA %" asphalt overlay and
replacement of approximately 20 feet of hand-formed asphalt curb. The project shall
include traffic control which will include, message boards, flagging, construction signin~
and placement of permanent traffic pavement striping.
All work to complete the project including the furnishing of all material, labor and
equipment to remove and replace all material shall be ~ncluded in the bid price to do the
work.
This contract incorporates the Washington State Department of Transportation's 2006
. '_ Standard Specifications for Road, Bridge, and Municipal Construction (English ~ !nifs),
referred to herein as the Standard Specifications.
See the attached Location, Site and/or detail maps for more information.
ADDITIONAL REQUIREMENTS
List all additional requirements; below is a typical list:
1. Questions may be directed to Jim Mahlum, at 360-417-4701.
2. The most recently issued Washington State Prevailing Wage Rates for Clallam
County, a copy of which is attached to this Project Manual, shall apply to this
Contract. These can be accessed on the internet at
www.lni.wa.aov/fJrevailinawaae/Default.htm.
3. The Project has been declared an emergency by the City Council on October 9.
2000 and has accepted the bid from Lakeside Industries as submitted in the
attached letter dated October 16,2007, Lump Sum Overlay Option. The
accepted work is for work to be completed on the weekend days arc weather
permits.
4. A bid bond, performance and payment bond, and retainage will be required for
this work.
5. The performance period for this work is 2 weekend days, weather dependent,
and to be completed by November 19, 2007.
V
\.
,
BID FORM
Pine St. Extension Emergency Repairs
Project 02-15A
The bidder hereby bids the following amounts for all work (including labor,
equipment, time and materials) required to remove and replace asphalt
concrete pavement and related work as required in the Scope of Work.
Lump Sum (Including Sales Tax)
$ 39,725.86
Total Bid $ 39,725.88
The bidder hereby acknowledges that it has received Addenda NO(S).~~h,
(Enter "N/A" if none were issued) to this Project Manual. _ ~
The name of the bidder submitting this bid and its business phone number and address,
to which address all communications concerned with this bid and with the contract shall
be sent, are listed below.
Bidder's firm name '--~ :=J/h1~~V
Complete address I ~ 3 F f J -' ~ ~.1.A..5,.ff M ,I M Q.. \A 1~ ~}L 7 JK
(Street addre 5)
~\U-OIfY1Jiu \DYi q<63(o~
(City) ~ (State) (ZIp)
Registration Number
lAtLe:s.-r-X ~-'4Jb
-PloDOv cAD -(1),
UBI Number
Signed by
:;t;J}f~
/)rtJf~ ~ffev-
, \I
DlWl D C6ft1,12-Cbf-
Telephone No.
Title
Printed Name:
10-16-07; 16: 16
I .
4174709
# 2/ 2
LAKESIDE INDUST
@
", .
50 ECLIPSE WEST DRIVE (983~).
P.O. BOX 728 . PORT ANGELESf~
~ ~.
'J."
"
< ~ .;.t'tt'~
" '
,October 16,2007
. ,
. ,
:~"
~' :'
,c
"J~:m Mahlum
City of Port Angeles
Asphalt Repairs & Paving at Pine St. Extension & High .
.
I~
'0,
Lump sum amount to: Grind 4" existing asphalt surfacc pprox. 3,500 s . and
pave back 4" (2-lifts) ofHMA 112" asphalt and rephlce ~pprox.. 20 In.ft. o;~pha1t
curb. '"\\\~ ,,"~ 1\\1.
Amount: $26,376.97 - straight time . /~~_
Amount: 532,456.60 - overtime " ;l1tII/)J.19.
· Lump Sum Traflie Control: Includes message boards, flaggers and construction
signs, cones etc.
Amount: $11,633.49 - straight time
Amount: $15,444.83 ~ overtime
· Lump sum amount to: Prepare and overlay approx. 4,500 sq. ft. with 1.5 inches of
lIMA 112" asphalt and replace approx. 20 hI. ft. of asphalt curb. This work done
with full closure of Pine St. EJl:tension on a weekend.
Amount: 526,040.38 Traffic Control: $11,165.20 - for overlay option
· Paint sn-iping, stopbar and new RPMs: Lump SUm: $2,1520.30
Does not include: Engineering, te..c;ting, saw cutting, guard rail work or relocation or
repair to unknown utilities.
This work, if done this fall, will be weather sensitive and by WSDOT standards would be
outside the paving window.
Contact Dave Church at (360) 452-7803 with any questions.
PHONE.
PORT ANGELES (S6U) 452-7803
PORT TOWNSEND (360) 385.4914
AN EQUAL. OPPORTUNITY EMPLOYER
WA ST. CONT. REG. NO. 223-01 LA.KE.SI.* 274.1D
\-
.
PUBLIC WORKS
CONTRACT
.-,
This Contract is made and entered into in duplicate this 8c9fJ~day of ~bo (f.. _ ,
2olLL, by and between the City of Port Angeles, a non-charter code city oft4e State of
Washington, hereinafter referred to as "the City", and ~ j) "o(;A~1. ~
Corporation, hereinafter referred to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter, ~et 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. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order
to accomplish the following project:
Pine St. Extension Emergency Repairs
Project 02-15A
in accordance with and as described in Section 1-1.3 ofthe Washington State Department of
Transportation Standard Specifications, and shall perform any alterations in or additions to the
work provided under this Contract and every part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing
the work provided for in this Contract, except as may otherwise be provided in the Proj ect
Manual.
2. Time for Performance and Liquidated Damages.
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 5
working days of Notice to Proceed, and said work shall be physically completed
within 2 weekend days after commencing work, unless a different time frame is
expressly provided in writing by the City.
3. Compensation and Method ofPavment.
a. The City shall pay the Contractor for work performed under this Contract as
l
,
detailed in the bid, at the completion of work and submission of a detailed
InVOIce.
b. Payments for any alterations in or additions to the work provided under this
Contract shall be on a negotiated time and materials basis.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independen~ contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled
to any of the benefits the City provides for its employees. The Contractor shall be solely and
entirely responsible for its acts and the acts of its agents, employees, servants, sub_contr~ctors, or
representatives during the perfonnance of this Contract. The Contractor shall assume :full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance,
workers compensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall 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 Hannless.
a. The Contractor shall defend, indemnify, and hold hannless 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 ofthe 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 insurance coverage shall be in accordance with and as described in the Washington
State Department of Transportation Standard Specifications Division 1-07.18.
A. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the
amendatory endorsements, including but not 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 proj ect.
B. Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall
furnish separate certificates for each subcontractor. All coverages for subcontractors
shall be subject to all of the same insurance requirements as stated herein for the
Contractor.
8. Compliance with Laws.
a. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for 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.
Non-discrimination shall be in accordance with and as described in the Washington State
Department of Transportation Specifications Division 1-07.11.
10. Assignment.
a. The Contractor shall not assign this Contract or any interest herein, nor any
money due to or to become due hereunder, without first obtaining the written
consent of the City, nor shall the Contractor subcontract any part of the services to
be performed hereunder without first obtaining the consent of the City.
b. The Contractor hereby assigns to the City any and all claims for overcharges
}
Ii
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.
11. Contract Administration.
This Contract shall be administered by IJIWI D c,w--utectl on behalf of the
Contractor and by James M. Mahlum. 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: .
~~~
PO ~~ 7af.
J:OaJ- anp-Us. 0A- q g 3b ';l
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
12. Interpretation and Venue.
This Contract shall be interpreted and construed 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: CITY OF PORT ANGELES:
I4keslde hd,fUjfr,eS
NameofContra~tort1 ~
~~
Title: f""O i d J;tIUlI/Ul j e v---
"
,
\ '
Attest:
- "l\
\.
~
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond # 105026629
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersIgned, Lakes~de Industries as PnncIpal, and Travelers Casualty and
Surety Company of Amenca a corporahon, organIzed and eXlstmg under the laws of the
State of~/~~nr'Sili-~tYtcorporatIOn, and quahfied under the laws of the State ofWashmgton to
become surety upon bonds of contractors wIth mumcIpal corporations as surety, are Jomtly and severally
held and firmly bound to the City of Port Angeles m the penal sum of $ 39, 725 . 88
for the payment of whIch sum on demand we bmd ourselves and our
successors, herrs, admlmstrators or personal representatives, as the case may be.
This obhgatlOn IS entered into pursuant to the statutes of the State ofWashmgton and the ordinances of
the City of Port Angeles.
Dated at Port Angeles, WA
, Washington, thIS 22nd day of
October
,2007.
The conditions of the above obhgatIOn are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said Lakeside Industries
the above bounded
PrincIpal, a certam contract, the saId contract bemg numbered 02-15A, and proVIding for Pine St.
Extension Emeraencv Repairs (which contract is referred to herein and IS made a part hereof as
though attached hereto), and
WHEREAS, the saId Principal has accepted, or is about to accept, the saId contract, and undertake to
perform the work therem prOVIded for m the manner and withm the time set forth; now, therefore,
lfthe saId Principal, Lakeside Industries , shall faIthfully perform
all of the prOVISIOns of saId contract ill the manner and WIthin the time therein set forth, or WIthm such
extensions of hme as may be granted under said contract, and shall pay all laborers, mechamcs,
subcontractors and materialmen, and all persons who shall supply said Pnncipal or subcontractors WIth
prOVIsIons and supplies for the carrying on of said work, and shall indemnify and hold the CIty of Port
Angeles harmless from any damage or expense by reason of faIlure of performance as specIfied in saId
contract or from defects appearing or developmg in the matenal or workmanship provided or performed
under said contract wlthm a period of one year after ItS acceptance thereof by the City of Port Angeles,
then and ill that event, this obhgation shall be VOId; but otherwise, it shall be and remain m full force and
effect.
SIgned thIS 2 9thday of
October
,20~.
Travelers Casualty and Surety
Company of America
_ Surety
~B,~~~eJ fA ~
J .T~ A. Boyle
At~orney-~n-Fact
Lakeslde Industries
:~
TItle
Title
701 5th Ave., Su~te 3750
Seattle, WA 98104
Surety Address
Parker, Sm~th & Feek, Inc.
2233 112th Ave. NE, Bellevue, WA 98004
Agent Address
Er~k Rolfness, 206-386-5750
Susan B Larson, 425-709-3625
Surety Contact and Phone Number
Agent Contact and Phone Number
POWER OF ATTORNEY
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~
~
TRAVELERSJ
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
214670
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 18 7 3 4 9 3
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company IS a corporatIon duly orgamzed under the laws of the State of New York, that St Paul
Fire and Manne Insurance Company St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporatiOm, duly orgamzed under the laws
of the State of Mmnesota, that Farmmgton Ca<;ualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are
corporatiOn<; duly orgamzed under the laws of the State of Connecticut, that Umted States FidelIty and Guaranty Company IS a corporatiOn duly orgamzed under the
Jaws of the State of Maryland, that FidelIty and Guaranty Insurance Company IS a corporatiOn duly orgamzed under the Jaws of the Stdte of Iowa, and that FidelIty and
Guaranty Insurance Underwnters, Inc IS a corporatiOn duly orgamzed under the Jaws of the State of Wlsconsm (herem collectIvely called the "Compames"), and that
the Compames do hereby make, constItute and appomt
Carl Newman, Peter H Hammett, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Apnl L Champagne, Scott Fisher,
and Stephen J Wachter
of the City of Bellevue , State of Washington , their true and lawful Attorney(s)-m-Fact,
each m their separate capacity If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recogmzances, conditiOnal undertakmgs and
other wntIngs oblIgatory In the nature thereof on behalf of the Compames In their bm!nes<; of guaranteeIng the fidelIty of persons, guaranteeIng the performance of
contracts and executmg or guaranteeIng bond<; and undertakmgs reqUIred or permltte(l In any actIom or proceedmgs allowed by law
, - -
IN WITNESS WHEREOF, the Compame<; have caused thiS Im,trument to be slgned_a~d then corporate seals to be hereto affixed, thl'
d f July 2007 . ' . - ,
ay 0 - -
30th
Farmington Casualty Company
Fidelity and Guaranty Insurance 'Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
~~
'Q\". ....$(/
1-::'C~-~PO~~tt~
~fig, - "~l
->? SEIl.Lif;>;
... ."+.r
~ Jt,~:1.~Y
State of ConnectIcut
CIty of Hartford ss
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
.;~~~"''''
Iv.;) .q1-~\
!:- c.ottPOR4"~ fl\ \
=~ -.- 0=
\~&. SEAL gj
\...." .....y
~~~~
By
30th July 2007
On thl' the day of , before me personally appeared George W Thompson, who acknowledged hlmse]f
to be the Semor Vice President of FarmIngton Casualty Company, FidelIty and Guaranty Insurance Company, FidelIty and Guaranty InsUlance Underwnters, Inc ,
Seaboard SUlety Company, St Paul FIre and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Trave]er, Casualty and Surety Company of Amenca, and Umted States FidelIty and Guaranty Company, and that he. as such, bemg
authonzed so to do, executed the foregOIng Instrument for the purposes therem contaIned by ,lgnIng on behalf of the corporations by hlm<;elf as a duly authonzed officer
In Witness Whereof, I hereunto set my hand and offiCial seal
My CommissiOn expires the 30th day of June, 20] I
58440-5-07 Printed In USA
"f(\w c. j~
'- Mane C Tetreaull, Notary PublIc
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~
Thl' Power ot Attorney IS granted under and by the authonty of the followmg resolutIons adopted by the Boards of DIrector, of Farmmgton Casualty Company, FIdelIty
and Guaranty Imurance Company, FIdelIty and Guaranty Insurance Underwnters, Inc, Seaboard Surety Company, St Paul FIre and Manne Insurance Company,
St Paul GuardIan Insurance Company, St Paul Mercury In,urance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
Amenca. and UnIted States FIdelIty and Guaranty Company, whIch resolutIOns are now m full force and effect, readIng a, follows
RESOLVED, that the Chairman, the PresIdent, any VICe ChaIrman, any ExecutIve VIce PresIdent, any SenIor VIce PresIdent, any VIce Pre~ldent, any Second VIce
PresIdent, the Treasurer, any AssIstant Treasurer, the Corporate Secretary or any AssIstant Secretary may appomt AttorneY~-In-Fact and Agents to act for and on behalf
of the Company and may gIve ~uch appoIntee such authonty as hIs or her certIficate of authonty may prescnbe to sIgn wllh the Company's name and seal wIth the
Company'~ seal bonds, recogmzances, contracts of mdemmty, and other wntIngs oblIgatory In the nature of a bond, recognIL.lnce, or condltlondl undertakIng, and any
of 'aId officer~ or the Board of DIrectors .It any tIme may remove any such appomtee and revoke the power gIven hlln or her, and It I~
FURTHER RESOLVED, that the ChaIrman, the PreSIdent, any VIce ChaIrman, any ExecutIve VIce PreSIdent, any Semor VIce Pre,ldent or any VIce PreSIdent may
delegate all 01 any patt ot the foregomg authonty to one or more officers or employees of thIS Company, proVIded that each ~uch delegatIOn 1, m wntmg and a copy
thereof I' filed In the office of the Secretary, and It IS .
FURTHER RESOLVED, that any bond, recogmzance, contract of IndemnIty, or wntIng oblIgatory In the nature of a bond, recognIzance, or condItIonal underwkIng
shall be valId dnd bIndIng upon !he Company when (a) SIgned by the PreSIdent, any VIce ChaIrman, any ExecutIve VIce Pre~ldent, any Semor VIce PreSIdent or any VIce
Pre~Ident, any Second VIce PreSIdent, the Treasurer, any ASSIstant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly atte~ted and sealed WIth the
Company's seal by a Secretary or ASSIstant Secretary, or (b) duly executed (under seal, If reqUIred) by one or more Attorneys-In-Fact and Agents pursuant to the power
prescnbed In hIS or her certIficate or theIr certIficates of authonty or by one or more Company officer~ pur~uant to a wrItten delegatIon of authonty, and It IS
FURTHER RESOLVED, that the sIgnature of each of the followmg officers PreSIdent, any ExecutIve VIce PreSIdent, any Semor VICe PreSIdent, ~ny VIce PreSIdent,
any ASSIstant VIce PreSIdent, any Secretary, any A ~slstant Secretary, and the seal of the Company may be affixed by faCSImIle to any power of attorney or to dny certIficate
relatIng thereto appoIntmg ReSIdent VIce PreSIdents, ReSIdent ASSIstant Secretanes or Attorneys-In-Fact for purposes only of executmg and attestIng bonds and
undertakmgs and other wntIng~ oblIgatory In the nature thereof, and any such power of attorney or certIficate beanng such faCSImIle ~Ignature or facsIl11lle seal shall be
valId and bIndIng upon the Company and any such power so executed and certIfied by such faCSImIle sIgnature and facsIl11lle seal shall be valId and bmdIng on the
Company In the future wllh respect to any bond or understandIng to whIch illS attached
I, Kon M Johanson, the undersIgned. ASSIstant Secretary, of FarmIngton Casualty Company, FIdelIty and Guaranty Insurance Company, FIdelIty and Guaranty In~urance
Underwnters, Inc. Seaboard Surety Company, St Paul FIre and Manne Insuran~ C.9mpan~ St Pdul GuardIan Insurance Compdny, St Paul Mercury Insurance
Company, Tlaveler~ CI~ualty and Surety Company, Travelers Casualty and Surety,C:ompany.6f\,Amenca,-and UnIted State, FIdelIty and Guaranty Company do hereby
~.,'\ \>-::~ '--- \\ \~ }- --\" \\ 'J
certIty that the above and foregOIng I~ a true and correct copy of the Power'Q:\~ttorney~~;cuted,bY~1isi"CompanIe~. whIch IS In full force and effect and has not been
revoked ~ ~~~ - ~~> ~~?> ' ~
~~ ~ "'\Yf:J t:;"; ~\" " ~d,~)\V
,,(-., ,> 1 ~",j <1<\""'> .;1 ~/\ <'l~ ~n .. -,~,/, O~
IN TESTIMONY WHEREOF, I have hereunto set my hand dnd,affi'xed the-se111s of sald\t;;omp'ames thIS tY'l' - ~y of L.JC/1(JO'=1/' , 20 _ I
~t.v S:tP Y l't- ,>>v
~"!\~\!~ &)~ ~~>
<::<{'t.Y' <!\-<{/\\\~ ~7'Z''-~ 1>-)':> ~
{\>- '0- ~\;,j \')>Z:,.Y / fin.,
~ ~5<f~~ ' 40
'-,< ~ W Kon M Johans
o
~
....--.....
/cv~~ INSCl-9.q;....
It c.o1\PORJl"~ c;.:\
l~~.. S~--iL ii
.. ..'
"s . 't'-~
To venfy the authentlclly of thIS Power of Attorney, call 1-800-421-3880 or contact us at www traveler~bond com Please refer to the Attorney-In-Fact number, the
above-named Indlvldual~ and the detaIls of the bond to whIch the power IS attached
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~
~d.i:?E~tiF~~~~~'~,:,: .
~,~^;-.!ft: <-^ >
., ,
Page 10
..
, 1\ '
~ ,,'d
~
,
"
" '
/\'-
. ; >~ '
'( , ',...
/ "-,,
" ~ ~
'",r,
".,t,
~-:.
"'~~....... .;:.....
,
Page 11
1',
" :- ~ .
,
":
..t:
Page 12
"
Page 13
"
Ii,
Page 14
:0., '.' , ,,~' 1-
..
Page 15
" .
, J_
"-,~
'\>r~:-... .." ..-
f.
;
,~ ,'"
< .
,
"
-I 'i,~,
Page 16
. I
..
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 bEl(lefits. 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.
CtALLAM COUNTY
91assification
PREVAILING
WAGE
Over
Time
Code
Effective 08-31-07
(See'Benefit Code Key)
$44.08 1T 5D 8L
... $44.59 1T 50 8L
$44.21 1T 50 8L
$43.59 1E 5P
$9.37
"
....,"'. .
'"-
Page 18
I ~ CLALLAM COUNTY
Effective 08-31-07
****************************************************************************w***~*~***********************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification W AGi= Code Code Code
aECTRICIANS - INSIDE
CABLE SPLICER $55.05 10 5A
CABLE SPLICER (TUNNEL) $58.86 1[) 5A
CERTIFIED WELDER $53.16 10 5A
GERTIFIED WELDER (TUNNEL) $57.15 10 5A
CONSTRUCTION STOCK PERSON $27.32 10 5A
JOURNEY LEVEL $51 .25 10 5A
JOURNEY LEVEL (TUNNEL) $55.05 10 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $54.37 4A 5A
CERTIFIED LINE WELDER $49.64 4A 5A
GROUNDPERSON $35.93 4A 5A
HEAD GROUNDPERSON $37.89 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A
JACKHAMMER OPERATOR $37.89 4A 5A
JOURNEY LEVEL L1NEPERSON $49.64 4A 5A
LINE EQUIPMENT OPERATOR $42.27 4A 5A
POLE SPRAYER $49.64 4A 5A
POWDERPERSON $37.89 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEl. $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $57.88 4A 6Q
MECHANIC IN CHARGE $63.45 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50
FENCE ERECTORS
FENCE ERECTOR $13.80
FENCE LABORER $11.60
FLAGGERS
JOURNEY LEVEL $31.01 1H 5D
GLAZIERS
JOURNEY LEVEL $43.76 1H 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46.13 is 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $36.75 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.10
INLAND BOATMEN
CAPTAIN $59.22
COOK $34.81
DECKHAND $34.52
ENGINEER/DECKHAND $58.62
MATE, LAUNCH OPERATOR $50.20
Page 19
.'
I 11 CLALLAM COUNTY
Effective G8-31-07
*********************************************************************************k*****\:******************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73
GROUT TRUCK OPERATOR $11.48
HEAD OPERATOR $12.78
TECHNICIAN $7.93
TV TRUCK OPERATOR $10.53
INSULATION APPLICATORS
JOURNEY LEVEL $20.50
IRONWORKFRS
JOURNEY LEVEL $47.92 -,10 5A
LABORERS
ASPHALT RAKER $36.75 1H 5D
BALLAST REGULATOR MACHINE $36.24 1H 5D
BATCH WEIGHMAN $31.01 11; 5D
BRUSH CUTTER $36.24 1H 5D
BRUSH HOG FEEDER $36.24 1H 5D
BURNERS $36.24 1H 5D
CARPENTER TENDER $36.24 1H 5D
CASSION WORKER $37.20 1H 5D
CEMENT DUMPER/PAVING $36.75 1H 5D
CEMENT FINISHER TENDER $36.24 1H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D
CHIPPING GUN (OVER 30 LBS) $36.75 1H 5D
CHIPPING GUN (UNDER 30 LBS) $36.24 1H 5D
CHOKER SETTER $36.24 1H 5D
CHUCK TENDER $36.24 1H 5D
CLEAN-UP LABORER $36.24 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D
CONCRETE FORM STRIPPER $36.24 1H 5D
CONCRETE SAW OPERATOR $36.75 1H 5D
CRUSHER FEEDER $31.01 1H 5D
CURING LABORER $36.24 1H 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $36.24 1H 5D
DITCH DIGGER $36.24 1H 5D
DIVER $37.20 1H 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $36.75 1H 5D
DRILL OPERATOR, AIRTRAC $37.20 1H 5D
DUMPMAN $36.24 1H 5D
EPOXY TECHNICIAN $36.24 1H 5D
EROSION CONTROL WORKER $36.24 1H 5D
FALLER/BUCKER, CHAIN SAW $36.75 1H 5D
FINAL DETAIL CLEANUP (Le., dusting, vacuuming, Window cleaning; NOT $28.45 1H 5D
construction debris cleanup)
FINE GRADERS $36.24 1H 5D
FIRE WATCH $31.01 1H 5D
FORM SETTER $36.24 1H 5D
GABION BASKET BUILDER $36.24 1H 5D
GENERAL LABORER $36.24 1H 5D
GRADE CHECKER & TRANSIT PERSON $36.75 1H 5D
GRINDERS $36.24 1H 5D
GROUT MACHINE TENDER $36.24 1H 5D
Page 20
I ~ CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $36.24 1H 50
HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 50
HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D
HIGH SCALER $37.20 1H 5D
HOD CARRIER/MORTARMAN $36.75 1H 5D
JACKHAMMER $36.75 1H 5D
LASER BEAM OPERATOR $36.75 1H 5D
MANHOLE BUILDER-MUOMAN $36.75 1H 5D
MATERIAL YARDMAN $36.24 1H 5D
MINER $37.20 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36.75 1H 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $36.75 1H 50
PILOT CAR $31.01 1H 50
PIPE POT TENDER $36.75 1H 5D
PIPE RELINER (NOT INSERT TYPE) $36.75 1H 5D
PIPELA YER & CAULKER $36.75 1H 5D
PIPELAYER & CAULKER (LEAD) $37.20 1H 50
PIPEWRAPPER $36.75 1H 50
POT TENDER $36.24 1H 5D
POWDERMAN $37.20 1H 5D
POWDERMAN HELPER $36.24 1H 5D
POWERJACKS $36.75 1H 5D
RAILROAD SPIKE PULLER (POWER) $36.75 1H 5D
RE-TIMBERMAN $37.20 1H 5D
RIPRAP MAN $36.24 1H 5D
RODDER $36.75 1H 5D
SCAFFOLD ERECTOR $36.24 1H 5D
SCALE PERSON $36.24 1H 5D
SIGNALMAN $36.24 1H 5D
SLOPER (OVER 20) $36.75 1H 5D
SLOPER SPRA YMAN $36.24 'IH 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $36.75 1H 5D
SPREADER (CONCRETE) $36.75 1H 5D
STAKE HOPPER $36.24 1H 5D
STOCKPILER $36.24 1H 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $36.75 1H 5D
TAMPER (MULTIPLE & SELF PROPELLED) $36.75 1H 5D
TOOLROOM MAN (AT JOB SITE) $36.24 1H 50
TOPPER-TAILER $36.24 1H 50
TRACK LABORER $36.24 ~H 5D
TRACK LINER (POWER) $36.75 1H 5D
TRUCK SPOTTER $36.24 1H 50
TUGGER OPERATOR $36.75 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36.24 1H 50
VIBRATOR $36.75 1H 50
VINYL SEAMER $36 24 1H 5D
WELDER $36.24 1H 5D
WELL-POINT LABORER $36.75 1H 50
Page 21
r ~ CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $36.24 1 :'1 50
PIPE LAYER $36.75 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89
LANDSCAPING OR PLANTING LABORERS $12.89
LATHERS
JOURNEY LEVEL $43.79 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $15.16
LABORER $9.50
MACHINE OPERATOR $26.90
PAINTER $11.41
PAINTERS
JOURNEY LEVEL $33.16 2B 5A
PLASTERERS
JOURNEY LEVEL $25.83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7.93
PLUMBERS & PIPEFITTERS
.JOURNEY LEVEL $56.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $42.14 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $44.92 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $45.41 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $45.96 1T 50 8L
B~CKHOES, (75 HP & UNDER) $44.50 1T 50 8L
BACKHOES, (OVER 75 HP) $44.92 1T 50 8L
BARRIER MACHINE (ZIPPER) $44.92 1T 50 8L
BATCH PLANT OPERATOR. CONCRETE $44.92 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $44.50 1T 50 8L
BOBCAT (SKID STEER) $42.14 1T 50 8L
BROOMS $42.14 1T 50 8L
BUMP CUTTER $44.92 1T 50 8L
CABLEWAYS $45.41 1T 50 8L
CHIPPER $44.92 1T 50 8L
COMPRESSORS $42.14 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $42.14 1T 50 8L
CONCRETE PUMPS $44.50 1T 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 50 8L
CONVEYORS $44.50 1T 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $44.50 1T 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44.92 1T 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45.41 1T 50 8L
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 1T 50 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46.53 1T 50 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $42.14 1T 50 8L
CRANES, A-FRAME, OVER 10 TON $44.50 1T 50 8L
Page 22
'.
i 1\ CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44.92 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $45.41 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45.96 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45.96 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 5D 8L
CRUSHERS $44.92 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $44.92 1T 5D 8L
DERRICK, BUILDING $45.41 1T 5D 8L
DOZERS, D-9 & UNDER $44.50 1T 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 5D 8L
DRILLING MACHINE $44.92 1T 5D 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $42.14 1T 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $44.50 1T 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L
FORK L1F1"S, (3000 LBS AND OVER) $44.50 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 5D 8L
GRADE ENGINEER $44.50 1T 5D 8L
GRADECHECKER AND STAKE MAN $42.14 1T 5D 8L
GUARDRAIL PUNCH $44.92 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44.50 1T GD 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44.50 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45.41 1T 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $45.96 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44.92 1T 5D 8L
LOCOMOTIVES, ALL $44.92 1T 5D 8L
MECHANICS, ALL $45.41 1T 5D 8L
MIXERS, ASPHALT PLANT $44.92 1T 5D 8L
MOTOR PATROL GRADER (FINISHING) $44.92 1T 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $44.50 1T 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45.41 1T 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $42.14 1T 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 'iT 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 5D 8L
POSTHOLE DIGGER, MECHANICAL $42.14 1T 5D 8L
POWER PLANT $42.14 1T 5D 8L
PUMPS, WATER $42.14 1T 5D 8L
QUAD 9, D-10, AND HD-41 $45.41 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L
EQUIP
RIGGER AND BELLMAN $42.14 1T 5D 8L
ROLLAGON $45.41 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 5D 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44.50 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $44.92 1T 5D 8L
SAWS, CONCRETE $44.50 1T 5D 8L
Page 23
. I
CLALLAM COUNTY
Effective 08-31-07
't
**********************************************************************************************************
Classification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
rOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
mUCK CRANE OILER/DRIVER (UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL RESIDENTIAL
CEMENT MASONS
.JOURNEY LEVEL RESIDENTIAL
ORYWALL TAPERS
,JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPE FITTERS
JOURNEY LEVEL
Page 24
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$44.92 1T 50 8L
$45.41 1T 50 8L
$44.50 1T 50 8L
$44.92 1T 50 8L
$42.14 1T 50 8L
$45.41 -1T 50 8L
$44.92 1T 50 8L
$44.92 1T 50 8L
$44.50 1T 50 8L
$44.50 1T 50 8L
$44.92 1T 50 8L
$44.92 1T 50 8L
$45.41 1T 50 8L
$44.50 1T 50 8L
$44.50 1T 50 8L
$44.92 1T 50 8L
$44.92 1T 50 8L
$42.14 1T 50 8L
$44.92 1T 50 8L
$35.62
$33.82
$34.27
$31.88
$24.03
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
$27.68
$43.75
1M
5A
$17 85
$25.63
$18.00
$27.78
$21.36
$9.86
$18.08
$15.97
$14.60
f ... CL.ALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Cede Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $54.01 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $33.04 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
ROOFERS
JOURNEY LEVEL $36.78 iR 5A
USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R. 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $51.97 1E 6L
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $31.46 11-1 ,6W
HEAT & FROST INSULAYOR' $46.13 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
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12.15
SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 ' 1
PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31.15 10 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $30.66 2B 5A
HOLE DIGGER/GROUND PERSON $17.19 2B SA
INSTALLER (REPAIRER) $29.41 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $28.53 2B 5A
SPECIAL APPARATUS INSTALLER I $30.66 2B 5A
SPECIAL APPARATUS INSTALLER II $30.05 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30.66 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28.53 2B 5A
TELEVISION GROUND PERSON $16.31 2B 5A
TELEVISION L1NEPERSON/INSTALLER $21.68 2B 5A
TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A
TELEVISION TECHNICIAN $23.19 2B 5A
TREE TRIMMER $28.53 2B 5A
Page 25
...
(See Benefit Code Key)
Over
PREVAILING Time Holiday No
Classification WAGE Code Code Cod
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $41.96 1B 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $35.79 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $41 .19 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $41.90 1T 50 8L
DUMP TRUCK $20.23 1
DUMP TRUCK & TRAILER $20.23 1
OTHER TRUCKS $41 .90 1T 50 8L
TRANSIT MIXER $23 73 1 '
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.60 1
OILER $9.45 1
WELL DRILLER $11.60 1
Supplemental to Wage Rates
26
),
~
Washington State Department of labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-$tandard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining whether a
_ prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's
predetermined list, these criteria shall be used by the Contractor (and the Contractor's
3ubcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to
determine coverage under RCW 39.12. The production, in the State of Washington, of non-
standard items is covered by RCW 39.12, and the production of standard items is not. The
production of any item outside the State of Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it
is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW
39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily
to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory item
which could reasonably be sold on the general market? If not, the work is covered by RCW
39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any unusual
characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the
work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-
5330.
Supplemental to Wage Rates
27
. I
..
WS DOT's
Predetermined List for
Suppliers -. Manufactures - Fabricators
Below is a list of potentially prefabricated i1ems, originally furnished by WSDOT to Washingto
State Department of Labor and Industries, that may be considered non-standard and therefor
covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" colum
should be considered to be non-standard and therefore covered by RCW 39.12. Items marke
with an X in the "NO" column should be considered to be standard and therefore not covered. 0
course, exceptions to this general list may occur, and in that case shall be evaluated according t
the criteria described in State and L&I's policy statement.
ITEM DESCRIPTION
YES NO
1. Manhole Ring & Cover - manhole type, 1, 2, 3, and 4
for bridges. For use with Catch Basin type 2.
The casting to meet AASHTO-M-1 05, class 30 gray
iron casting. See Std. Plan B-1f, B-23a, B-23b,
B-23c, ~nd B-23d.
X
2. Frame & Grate - frame and Grate for Catch Basin type
1 L, 1 P, 2, 3,4 and Concrete Inlets. Castframe
may be grade 70-36 steel, class 30 gray cast iron or
grade 80-55-06 ductile iron. The cast grate may be
grade 70-36 steel or grade 80-55-06 ductile iron.
See Std. Plan 8-2, 8-2a, and 8-2b.
X 1,
3. Grate Inlet & Drop Inlet Frame & Grate - Frame and
Grate for Grate Inlets Type 1 or 2 or Drop Inlet.
Angle iron frame to be cast into top of inlet.
See Std. Plan 8-4b or 8-4h. Frames & Grates to be
galvanized.
X
4. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60
inch diameter.
X
5. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch
diameter.
X
6. Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be
treated, 1 thru 5.
X
Supplemental to Wage Rates
28
. I
'"
ITEM DESCRIPTION
7. Corrugated Aluminum Pipe - Aluminum lock seam
corrugated pipe for culverts and storm sewers, sizes
30 inch to 120 inches in diameter. May also be
treated, #5.
YES NO
X
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other
items, shall be made from commercial bolt stock.
See Contract Plans and Std. Plans for size and
material type.
X
9. Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set
forth in the contract plans. Welding of aluminum
shall be in accordance with Section 9-28.15(3).
X
10. Major Structural Steel Fabrication - Fabrication of
major steel items such as trusses, beams, girders, etc.,
for bridges.
X
11. Minor Structural Steel Fabrication - Fabrication of
minor steel items such as special hangers, brackets,
access doors for structures, access ladders for
irrigation boxes, bridge expansion joint systems,
etc., involving welding, cutting, punching and/or
boring of holes. See Contact Plans for item description
and shop drawings.
X
12. Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9-28.15(3).
X
13. Concrete Piling--Precast-Prestressed concrete piling for X
use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-
19.1 of Std. Spec.. Shop drawings for approval
shall be provided per Section 6-05.3(3) of the Std. Spec.
14. Manhole Type 1,2,3 and 4 - Precast Manholes with risers
and flat top slab and/or cones. See Std. Plans.
X
Supplemental to Wage Rates
29
;"
. I
,
ITEM DESCRIPTION
YES NO
15. Drywell - Drywell as specified in Contract Plans.
x
16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4,
including risers, frames maybe cast into riser. See
Std. Plans.
x
17. Precast Concrete Inlet - Concrete Inlet with risers,
frames may be cast into risers. See Std. Plans.
x
18. Drop Inlet Type 1 - Drop Inlet Type 1 with support
angles and grate. See Std. Plans B-4f and B-4h.
x
19. Drop Inlet Type 2 - Drop Inlet type 2 with support
angles and grate. See Std. Plans B-4g and B-4h.
x
20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and
top unit with bearing angles.
x
21. Precast Concrete Utility Vaults - Precast Concrete
utility vaults of various sizes. Used for in ground
storage of utility facilities and controls. See Contract
Plans for size and construction requirements. Shop drawings
are to be provided for approval prior to casting.
x
22. Vault Risers - For use with Valve Vaults and Utilities
Vaults.
x
23. Valve Vault - For use with underground utilities.
See Contract Plans for details.
x
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
x
Supplemental to Wage Rates
30
..
ITEM DESCRIPTION
25. Reinforced Earth Wall Panels - Reinforced
Earth Wall Panels in size and shape as shown in
the Plans. Fabrication plant has annual approval for
methods and materials to be used. See Shop Drawing.
Fabrication at other locations may be approved, after
facilities inspection, contact HQ. Lab.
YES NO
X
26. Precast Concrete Walls - Precast Concrete Walls-
tilt-up wall panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and
materials to be used.
x
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed X
Girder - Standard Precast Prestressed Girder for use in
structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)c.
29. Prestressed Concrete Girder Series 4-14 - X
Prestressed Concrete Girders for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std.
Spec. Section 6-02.3(25)c.
30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam X
Girders for use in structures. Fabricator plant has
annual approval-of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(25)c.
31. Prestressed Precast Hollow-Core Slab - Precast X
Prestressed Hollow-core slab for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std. Spec.
Section 6-02.3(25)c.
Supplemental to Wage Rates
31
';.. 4 .
. I
...
ITEM DESCRIPTION
32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed
Girder for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6-02.3(26)A.
YES NO
X
33. Monument Case and Cover - To meet MSHTO-M-105 class
30 gray iron casting. See Std. Plan H-7.
X
34. Cantilever Sign Structure - Cantilever Sign Structure X
fabricated from steel tubing meeting MSHTO-M-183. See Std. Plans G-3,
G-3a, and Contract Plans for details. The steel
structure shall be galvanized after fabrication in
accordance with MSHTO-M-1 11.
35. Mono-tube Sign Structures - Mono-tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings
for approval are required prior to fabrication.
X
36. Steel Sign Bridges - Steel Sign Bridges fabricated X
from steel tubing meeting MSHTO-M-138 for Aluminum Alloys. See Std.
Plans G-2, G2a, G-2b, and Contract Plans for
details. The steel structure shall be galvanized after
fabrication in accordance with MSHTO-M-1 11.
37. Steel Sign Post - Fabricated steel sign posts as detailed
in Std. Plan G-8. Shop drawings for approval are to be
provided prior to fabrication.
X
38. Light Standard-Prestressed - Spun, prestressed, hollow,
concrete poles.
X
39. Light Standards - Lighting Standards for use
on highway illumination systems, poles to be fabricated
to conform with methods and materials as specified on Std.
Plan J-1, J-1a, and J-1b. See Special Provisions for
pre-approved drawings.
X
Supplemental to Wage Rates
32
. I
"
ITEM DESCRIPTION
YES NO
40. Traffic Signal Standards - Traffic Signal Standards for X
use on highway and/or street signal systems. Standards to
be fabricated to conform with methods and material as
specified on Std. Plans J-1, J-7a, J-7c, and J-8. See
Special Provisions for pre-approved drawings.
41. Traffic Curb, Type A or C Precast - Type A or C
Precast traffic curb, for use in construction
of raised channelization, and other traffic delineation
uses such as parking lots, rest areas, etc. NOTE:
Acceptance based on inspection of Fabrication Plant
and an advance sample of curb section to be submitted
for approval by Engineer.
X
42. Traffic Signs - Prior to approval of a Fabricator of
Traffic Signs, the sources of the following signing
materials must be submitted and approved for
reflective sheeting, legend material, and aluminum
sheeting. NOTE: *** Fabrication inspectiq,n required.
Only signs tagged "Fabrication Approved by
WSDOT Sign
Fabrication Inspector to be installed.
XX
custom std.
msg msg
43. Cutting & bending reinforcing steel
x
44. Guardrail components
X X
custom standard
end
sect. sect.
45. Aggregates/Concrete mixes
Covered by
WAC 296-127-018
46. Asphalt
Covered by
WAC 296-127-018
47. Fiber fabrics
X
48. Electrical wiring/components
X
49. treated or untreated timber piles
X
Supplemental to Wage Rates
33
.",.
. I
"
ITEM DESCRIPTION
50. Girder pads (elastomeric bearing)
YES NO
X
51. Standard Dimension lumber
x
52. Irrigation components
XI
53. Fencing materials
X
54. Guide Posts
X
55. Traffic Buttons
X
56. Epoxy
X
57. Cribbing
X
58. Water distribution materials
X
59. Steel "H" piles
X
60. Steel pipe for concrete pile casings
X
61. Steel pile tips, standard
X
62. Steel pile tips, custom
X
Supplemental to Wage Rates
34
. I
.
State of Washington
Department of Labor and Industries
Prevailing Wage Section - 'relephone (360) 902-
PO Box 44540. Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage r'3te and the hourly rate of fringe benefits. On
public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of
overtime calculation requirements is 'provided on the Benefit Code Key.
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-07
*********************************************************************************************************
(See Benefit Code Key) Over
PREVAILING Time Holiday
Classification Code WAGE Code Code
Counties Covered:
ADAMS
FITTER/WELDER $12.76 1
LABORER $8.13 1
MACHINE OPERATOR $14.47 1
PAINTER $10.20 1
WELDER $13.71 1
Counties Covered:
ASOTIN
FITTER $16.06 1
FITTERlWELDER $12.76 1
LABORER $8.13 1
MACHINE OPERATOR $19.00 1
PAINTER $10.20 1
WELDER $13.04 1
Counties Covered:
BENTON
FITTER $12.93 1
LABORER $13.50 1
LA YEROUT $13.75 1
MACHINE OPERATOR $18.12 1
PAINTER $12.70 1
WELDER $16.26 1
Counties Covered:
CHELAN
FITTER $15.04 1
LABORER $13.05 1
LA YEROUT $21.01 1
MACHINE OPERATOR $13.05 1
PAINTER $15.66 1
WELDER $17.80 1
Supplemental to Wage Rates
35
METAL FABRICATION (IN SHOP)
-. EFFECTIVE 08-31-07
***********AA***************************************************~~************************-~***********
(See Benefit Code Key)
Over
PREVAILING Time Holiday
Classification Code WAGE Code Code
Counties Covered:
CLALLAM
FITTERlWELDER $1516 1
LABORER $9.50 1
MACHINE OPERATOR $26.90 1
PAINTER $11.41 1
Counties Covered:
CLARK
FITTER $25.84 1
LABORER $17.56 1
LA YEROUT $27.46 1
MACHINE OPERATOR $27.12 1
PAINTER $23.66 1
WELDER $25.24 1
Counties Covered:
COLUMBIA, FERRY, GARFIELD, KITTITAS, LINCOLN, PEND OREILLE AND WHITMAN
FITTERlWELDER
LABORER
MACHINE OPERATOR
PAINTER
$12.76
$8.13
$12.66
$10.20
Counties Covered:
COWLITZ
FITTER
LABORER
MACHINE OPERATOR
WELDER
$24.46
$17.46
$24.46
$24.46
Counties Covered:
DOUGLAS
FITTERlWELDER
LABORER
MACHINE OPERATOR
PAINTER
$12.76
$8.13
$16.54
$10.20
Counties Covered:
FRANKLIN
FITTERlWELDER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$12.76
$8.13
$12.66
$10.20
$26.15
Supplemental to Wage Rates
1
1
1
1
1B
1
1B
1B
6V
6V
6V
1
1
1
1
1
1
1
1
1
36
\ METAL FABRICATION (IN SHOP)
.. EFFECTIVE 08-31-07
****************************************************************************AAAAA************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday
Classification Code WAGE Codp. Code
Counties Covered:
GRANT
FITTER/WELDER $10.79 1
PAINTER $7.93 1
Counties Covered:
GRAYS HARBOR AND MASON
F ITTER/W ELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
Counties Covered:
ISLAND
FITTER/WELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $12.59 1
PAINTER $11.41 1
Counties Covered:
JEFFERSON
FITTER/WELDER $20.00 1
LABORER $9.58 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
WELDER $20.00 1
Counties Covered:
KING
FITTER $24.94 1
LABORER $25.45 1
LA YEROUT $37.15 1
MACHINE OPERATOR $30.96 1
PAINTER $25.15 1
WELDER $30.12 1
Counties Covered:
KITSAP
FITTER $30.85 1
LABORER $793 1
LA YEROUT $47.37 1
MACHINE OPERATOR $35.79 1
WELDER $13.83 1
Supplemental to Wage Rates
37
METAL FABRICATION (IN SHOP)
.. EFFECTIVE 08-31-07
*********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday
Classification Code WAGE r.nnA Code
Counties Covered:
KLlCKITAT
FITTERlWELDER $20.00 1
LABORER $20.00 1
MACHINE OPERATOR $20.00 1
PAINTER $20.00 1
Counties Covered:
LEWIS
FITTER $20.58 1
LABORER $10.00 1
MACHINE OPERATOR $25.21 1
PAINTER $9.72 1
WELDER $15.48 1
Counties Covered:
OKANOGAN
FITTERlWELDER $12.76 1
LABORER $9.00 1
MACHINE OPERATOR $12.66 1
PAINTER $10.20 1
WELDER $12.98 1
Counties Covered:
PACIFIC
FITTERlWELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $15.00 1
PAINTER $11.41 1
WELDER $15.00 1
Counties Covered'
PIERCE
FITTER $47.19 1
LABORER $28.96 1
LA YEROUT $47.89 1
MACHINE OPERATOR $27.80 1
PAINTER $30.22 1
WELDER $30.22 1
Counties Covered:
SANJUAN
FITTERlWELDER $20.00 1
LABORER $20.00 1
MACHINE OPERATOR $20.00 1
PAINTER $20.00 1
Supplemental to Wage Rates
38
METAL FABRICATION (IN SHOP)
'"' EFFECTIVE 08-31-07
*********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday
Classification Code WAGE Code Code
Counties Covered:
SKAGIT
FITTERlWELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $18.12 1
PAINTER $11.41 1
Counties Covered:
SKAMANIA AND WAHKIAKUM
FIHERlWELDER $16.99 1
LABORER $10.44 1
MACHINE OPERATOR $17.21 1
PAINTER $17.03 1
Counties Covered:
SNOHOMISH
FITTER $30.64 1
FITTERlWELDER $37.31 1
LABORER $30.61 1
LA YEROUT $31.77 1
MACHINE OPERATOR $28.84 1
PAINTER $11. 10 1
WELDER $49.02 1
Counties Covered:
SPOKANE
FITTER $12.59 1
LABORER $9.02 1
LAYEROUT $17.93 1
MACHINE OPERATOR $13.26 1
PAINTER $10.27 1
WELDER $14.77 1
Counties Covered:
STEVENS
FITTERlWELDER $12.76 1
LABORER $8.13 1
MACHINE OPERATOR $12.66 1
PAINTER $11.37 1
WELDER $10.00 1
Counties Covered:
THURSTON
FITTER $24.88 1A 6T
LABORER $16.61 1A 6T
LA YEROUT $26.95 1A 6T
MACHINE OPERATOR $22.81 1A 6T
WELDER $19.72 1A 6T
Supplemental to Wage Rates
39
METAL FABRICATION (IN SHOP)
'" EFFECTIVE 08-31-07
*********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday
Classification Code WAGE r:nrlp. Code
Counties Covered:
WALLA WALLA
FITTERlWELDER $14.90 1
LABORER $14.09 1
MACHINE OPERATOR $13.00 1
PAINTER $17.21 1
WELDER $14.90 1
Counties Covered:
WHATCOM
FITTER $43.12 1
FITTERlWELDER $25.66 1
LABORER $9.00 1
MACHINE OPERATOR $28.14 1
PAINTER $15.57 1
WELDER $24.48 1
Counties Covered:
YAKIMA
FITTER $12.00 1
LABORER $9.80 1
LA YEROUT $37.42 1
MACHINE OPERATOR $14.59 1
PAINTER $12.46 1
WELDER $15.71 1
Supplemental to Wage Rates
40
(>
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 08-31-07
********************************************************************************************************
(See Benefit Code Key)
PREVAILING
WAGE
Over
Time Holiday
Code Code
Classification Code
Counties Covered:
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
ALL CLASSIFICATIONS
$8.96
1
Counties Covered:
CHELAN, KITTITAS, KLlCKITAT AND SKJ\MANIA
. ALL CLASSIFICATIONS
$8.61
Counties Covered:
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISU\ND, JEFFERSON, KITSAP, LEWIS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THU RSTON AND WAHKlAKUM
ALL CLASSIFICATIONS
$13.50
Counties Covered:
FRANKLIN
$11.50
Counties Covered:
KING
$12.70 2K 5B
Counties Covered:
PIERCE
$9.28
Counties Covered:
SPOKANE
$20.23
Counties Covered:
WHATCOM
$13.67
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
ALL CLASSIFICATIONS
Supplemental to Wage Rates
41
"
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 08-31-07
********************************************************************************************************
(See Benefit Code Key)
PREVAILING
WAGE
Over
Time Holiday
Code Code
Classification Code
Counties Covered:
YAKIMA
CRAFTSMAN
LABORER
$8.65
$7.93
Supplemental to Wage Rates
1
1
42
10
~
WSDOT's List of State Occupation not applicable to Heavy and Highway
Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in the
contract provisions, as provided by the state Department of Labor and Industries. The following
list of occupations, is comprised of those occupations that are not normally used in the
construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or building heav
and highway construction projects for, or administered by WSDOT, these Occupations will b
excepted from the included "Washington State Prevailing Wage Rates For Public Wor
Contracts" documents.
· Electrical Fixture Maintenance Workers
. Electricians - Motor Shop
. Heating Equipment Mechanics
. Industrial Engine and Machine Mechanics
· Industrial Power Vacuum Cleaners
· Inspection, Cleaning, Sealing of Water Systems by Remote Control
· Laborers - Underground Sewer & Water
· Machinists (Hydroelectric Site Work)
. Modular Buildings
· Playground & Park Equipment Installers
· Power Equipment Operators - Underground Sewer & Water
· Residential *** ALL ASSOCIATED RATES ***
. Sign Makers and Installers (Non-Electrical)
. Sign Makers and Installers (Electrical)
. Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
'WSDOT's list for Suppliers - Manufacturers - Fabricators"
· Fabricated Precast Concrete Products
. Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington State
Department of Labor and Industries web site and in WAC Chapter 296-127.
Supplemental to Wage Rates
43
II.
t...
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries (State L&I) date
August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the
provisions of WAC 296-127-0 18 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED
IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR
MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of covered and
non-covered workers shall be directed to State L&I at (360) 902-5330.
Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127
018 for the production and/or delivery of materials to a public works contract will be found unde
the regular classification of work for Teamsters, Power Equipment Operators, etc.
Supplemental to Wage Rates
44
\,
t.
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO: All Interested Parties
FROM: Jim P. Christensen
Acting Industrial Statistician
SUBJECT: Materials Suppliers - WAC 296-127-018
This memo is intended to provide greater clarity regarding the application of WAC 296-127-0 18
to awarding agencies, contractors, subcontractors, material suppliers and other interested parties
The information contained herein should not be construed to cover all possible scenarios which
might require the payment of prevailing wage. The absence of a particular activity under th
heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that.the activity is no
covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For those case
where a production facility is set up for the specific purpose of supplying materials to a publi
works construction site, prevailing wage rates for operators of equipment such as crushers an
batch plants can be found under Power Equipment Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including excavated materials,
demolished materials, etc.
2. Delivery of materials to a public works project site using a method that involves incorporation
of the delivered materials into the project site, such as spreading, leveling, rolling, etc.
3. The production of materials at a facility that is established for the specific, but not necessarily
exclusive, purpose of supplying materials for a public works project.
4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established materials supplier, in
permanent facility, as well as the delivery of these materials, as long as delivery does no
include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carrier, as long as delivery does not include
incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
Supple~ to Wage Rates
19
, ", {.
BENEFIT CODE KEY - EFFECTIVE 08-31-07
-46-
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
TO: Kerry S. Radcliff, Editor
Washington State Register
FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved
in the production and delivery of gravel, concrete, asphalt, or similar
materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
NOTICE
Under the current material supplier regulations, WAC 296-127-018, the
department takes the position that prevailing wages do not apply to the delivery
of wet concrete to public works sites, unless the drivers do something more
than just deliver the concrete. Drivers delivering concrete into a crane and
bucket, hopper of a pump truck, or forms or footings, are not entitled to
prevailing wages unless they operate machinery or use tools that screed, float,
or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not extend to
the delivery of asphalt, sand, gravel, crushed rock, or other similar materials
covered under WAC 296-127-018. The department's position applies only to
this regulation.
If you need additional information regarding this matter, please contact Greg
Mowat, Program Manager, Employment Standards, at P.O. Box 44510,
Olympia, WA 98504-4510, or call (360) 902-5310.
Please publish the above Notice in WSR 99-13. If you have questions or need
additional information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn Walters, Rules Coordinator Patrick
Woods, Assistant Director Greg Mowat,
Program Manager
It, ~~"
BENEFIT CODE KEY - EFFECTIVE 08-31-07
-47-
********************************************************~*************************************************
**************
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.
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
A T 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 WORKED SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A
FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT
DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST EIGHT (8) HOURS ON SA TURDA Y 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 SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS tOST DUE TO
INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID ATONE 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
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 SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE
-
.. ~
BENEFIT CODE KEY - EFFECTIVE 08-31-07
-48-
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 SA TURDA YS (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 hND
HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
o THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HFLF
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
SA TURDA Y 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 P AID 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.