Loading...
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.