HomeMy WebLinkAbout4.516 Original Contract
v
-<I. SIlt;
CITY OF PORT ANGELES
NOTICE OF AWARD
January 20, 2006
TO: Jordan Excavating, Inc.
1826 South Golf Course Road
Port Angeles, W A 98362
PROJECT Description: 2006 Storm Repairs, Project No. 06-02
The Owner has considered the bid submitted by you for the above descnbed work In response to Its
Advertisement for Bids dated January 17, 2006.
You are hereby notified that your bid has been accepted for items In the amount of $44,848
You are required, as stated in the Information for Bidders, to execute the contract and furnish the required
Contractor's Performance and Payment Bond and certificates of Insurance within ten (10) calendar days from the
date of this notice to you.
If you fall to execute said contract and to furnish said bonds within ten (10) days from the date of this
Notice, said Owner will be entitled to consider all of your nghts anslng out of the Owner's acceptance of your bid
as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be
granted by law
You are required to return an acknowledged copy of this Notice of Award to the Owner
Dated this 20th day of January, 2006.
CITY OF PORT ANGEL~S!\
By L ~ tJA--
Title Assistant Civil Enqineer
ACCEPTANCE OF NOTICE
-----
Receipt of the above Notice of Award is hereby acknowledged thlsU day of .......1~)~~ 2~
L~
Int Name ,je~j L^ · fa.s k,.
Title B- ~ ~ j e-rf J.-
Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: Eric C. Walrath
cc: City Clerk
N'\PROJECTS\06-02 2006 Storm Repalrs\Award\Nollce_oCAward.wpd
t
."
PROJECT MANUAL
2006 Storm Repairs
Project 06-02
SCOPE OF WORK
The project to be bid consists of the repair of approximately 200 feet of roadway
along the Ediz Hook Road, east of Nippon Paper by the placement of Heavy Rip
Rap, 1" clean pit run, gravel base, crushed surfacing top course, and hot mixed
asphalt, and placement of Heavy Rip Rap and 1" clean pit run rock in various
locations along the Waterfront Trail east of the Old Rayonier Mill Site.
All work to complete the project, including the furnishing of all Heavy Rip Rap, 1" clean
pit run rock, gravel base, crushed surfacing top course and hot mixed asphalt, labor
tools, equipment and other material needed in the placing of all the material, is included
in the bid.
This contract incorporates the Washington State Department of Transportation's 2004
Standard Specifications for Road, Bridge, and Municipal Construction (English Units),
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. The bid shall be submitted on the attached Bid Form and mailed or delivered to
the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth
Street, P. O. Box 1150, Port Angeles, Washington 98362. 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.Qov/orevailinawaae/Default.htm.
3. The bid will be awarded to the lowest responsible bidder from the group of Small
Works Roster contractors asked to bid on this work. The attached Contract will
then be signed, requiring the Contractor to meet the requirements in the Contract
as well as the entire Project Manual. No bidder will be permitted to withdraw its
bid between the closing time for receipt of bids and the execution of a Contract,
unless the award is delayed for a period exceeding sixty (60) calendar days.
4. Bids shall be submitted no later than 1:30 pm, January 17, 2006.
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual.DOC
Page 1 of 61
5. Because this Contract is for an amount more than $35,000, a bid bond,
performance and payment bond, and retainage will be required for this work.
However, the City shall have the right of recovery against the Contractor for any
payments made on the Contractor's behalf.
6. The performance period for this work is 10 working days. Contractor is to
mobilize and start work within 1 working days of Notice To Proceed.
...
N:\PROJECTS\06-02 2006 Storm Repalrs\ProJect Manual\ProJect Manual DOC
Page 2 of 61
.
BID FORM
2006 Storm Repairs
Project 06-02
The bidder hereby bids the following amounts for all work (including labor,
equipment, time and materials) required to install the sanitary sewer pipe, sanitary
service pipes and storm sewer pipe as required in the Scope of Work.
Quantity Units Unit Price Total Price I
EDIZ HOOK REPAIRS
Mobilization LS LS LS $ Z C>clo. 00
c.J2!:) $ ;;).. 7 o{)~ 00
Removing Asphalt 1350 S.F. $ 2--
Traffic Control 56 HR $ 50~ vO $ 2%deJ, aJ
Sawcutting 237 L.F. $ I ' 0-0 $ C; t..f 7- 00
Gravel Backfill 280 Ton $ Ot S'. ()tJ $ 1 oat). 00
Gravel Base 80 Ton $ 2-5, 0-0 $ 2. 00 l7. (/0
Crushed Surfacing Top 20 Ton $ 5' (). OD $ !o()b.O-O
Course
HMA 64-22 25 Ton $ I ~ !J. 07) $ ~o-o-tJ. (;D
Heavy Rip Rap 100 Ton $ .$""'0 . th'J $ S~ oc:)iJ - C/o
1" Clean Pit Run 190 Ton $ 3o~ or:!) $ j-7rJd. ()
TOTAL EDIZ HOOK REPAIRS SUB-TOTAL ~33/c(f,c/iJ
1
WATERFRONT TRAIL REPAIRS
Mobilization LS LS LS $ / aO 0- (Ie)
Heavy Rip Rap 100 Ton $ -::)./). V(} $ ~c;-P-d-(ftJ
1" Clean Pit Run 190 Ton $ 30. a-a $ .:5/ 00.00
WATERFRONT TRAIL SUB-TOTAL $ /1,100 . 00
N'\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual DOC Page 3 of 61
.
Project Total Bid $ GjL0"r4lf:10iJ
The bidder hereby acknowledges that It has received Addenda No(s).
(Enter "N/A" If none were Issued) to this Project Manual
Hit.
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
Complete address
Registration Number
UBI Number
Telephone No.
Signed by
Title
Printed Name:
,
3~td ..,,1 ;;)((1,1. J/d;; !:pvc.
If zr;. S. Go Cd vl-M C-
(Street address)
PaM- A,vcY/M ~.
. '"
(City) (State)
I2c!
Cj~3 6 L
(Zip)
----
J ofl bl}E- T q r30 ,c
~ be!) '-/5~- J~ 70
~~~'
? 'fJ~s/d'f,.4
-:::se.fFr2'C/t1 W 14,t/tJ~~.e-/ /
../ i
N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\ProJect Manual.DOC
Page 4 of 61
I
m
m
I
I
I
I
I
I
I
I
I
I
I
I
I
BID BOND FORM
$
Herewith find deposit in the form of a cashier's check, postal money order or Bid Bond in the amount of
which amount is not less than fIve (5%) percent of the total bid.
SIGN HERE
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, Jc:n:d:n EXcavatin:J In:: as Principal and W:5tem 9..n:ety Cb as Surety, are held and firmly
bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of five Ferm1t of Bid
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
2006 - StDnn R:p:rir
Project: ~2
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract
with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and
forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall
be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit
to the Obligee, as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS --..1.6!jjlay of Ja1I..EIlY
,2006 .
--4:~fr--
Agent '1h::rrEs L F.r:yeL
Surety '1h::rrEs L.
W:5tem ~~l~~T
101 fa.1th . ':-'-" P-" '2'
~~ :::D 57117
ure a ress
ID BJx 1347 Rrt AnJ;ili:s WA 98362
Agent Address
'1h::rrEs L F.r:yeL 360-457-1144
Surety Contact and Phone Number
'1h::rrEs L ~ 360-457=1144
Agent Contact and Phone Number
Dated:
I Received return of deposit in the sum of $
I
PW-407 _01 (rev. 10/29/03]
1-11
...
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this~ay of ~IL'
~ by and between the City of Port Angeles, a non-cha.!!er code city of t State of
'WaSiiTrlgton, hereinafter referred to as "the City", and ~ or J;an t;~a -.a /.c" 4} , l.n.e..
a , hereinafter referred to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilitIes to perform the servIces set forth in this Contract.
NOW, THEREFORE, in consideratIon of the terms, conditions, and agreements contained
herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
2006 Storm Repairs, Project 06-02
in accordance with and as described in Section 1-01.3 of the Washington State Department of
Transportation Standard Specifications and 1-99 APW A Supplement, 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 construction activities on
the project site within ten (10) calendar days after date of the notice to proceed from
the City, and said work shall be physically completed within 10 working days after
said notice to proceed, 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 detailed
in the bid, as incorporated in the Project Manual.
B. Payments for work provided hereunder shall be made following the performance of
such work, unless otherwise permitted by law and approved in writing by the City.
N.\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual DOC
Page 6 of 6
No payment shall be made for any work rendered by the Contractor except as
identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the
City's standard payment request form.
D. Payments for any alterations in or additions to the work provided under this Contract
shall be in accordance with the Request For Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval
of the RFI and/or CCO, the Contractor shall submit the standard payment request
formes).
E. The Contractor shall submit payment requests with a completed Application for
Payment form, an example of which is included in the Attachments to this Contract.
This form includes a lien waiver certification and shall be notarized before
submission. Applications for payment not signed or notarized shall be considered
incomplete and ineligible for payment consideration. The City shall initiate
authorization for payment after receipt of a satisfactorily completed payment request
form and shall make payment to the Contractor within approximately thirty (30) days
thereafter.
4. Independent Contractor Relationship.
The relationship created by thIS Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled to
any of the benefits the City provides for its employees. The Contractor shall be solely and entirely
responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance, workers
compensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall document compliance 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 and shall file with the City appropriate affidavits, certificates, and/or
statements of compliance with the State prevailing wage requirements. The Washington State
Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract
have been established by the Department of Labor & Industries and are included as an Attachment
to this Contract. The Contractor shall also ensure that any subcontractors or agents of the
Contractor shall comply with the prevailing wage and documentation requirements as set forth
herein.
6. Indemnification and Hold Harmless.
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or lawsuits, including attorney fees, arising out of or in connection
with the performance of this Contract, except for injuries and damages caused by the
N:\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual.DOC
Page 7 of 7
sole negligence of the City. It is further provided that no liability shall attach to the
City by reason of entering into this Contract, except as expressly provided herein.
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 ofthis Contract.
7. Insurance.
The insurance coverage shall be in accordance with and as described in the Washington
State Department of Transportation Standard Specifications 1-99 APW A Supplement
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 insurance requirements of the Contractor before commencement of the work.
B. Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for
subcontractors shall be subject to all of the same insurance requirements as stated herein for
the Contractor.
8. Compliance with Laws.
A. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for 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 Contract.
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 be responsible for compliance with all legal and permitting
requirements applicable to the Project.
9. Non-discrimination.
Non-discrimination shall be in accordance with and as described in the Washington State
Department of Transportation Standard Specifications and the Special Provisions Division
1-07.11.
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC
Page 8 of 8
.
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
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 on behalf of the Contractor
and by James M. Mahlum, Proiect ManaJ!er 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:
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:
~ .LtMv#;;'~ ~c.
Name of Contractor '
BY~~
Title: . ~,d e",..;-!-
CITY OF PORT ANGELES:
Mayor
APPJ~dastOF~
1J~L /
City Attorney
,.' 'I
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC
Page 9 of 9
CONTRACT BOND
Bond to the City of Port Angeles
Bond # 70 0 3 3 7 9 ~
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, Jordan Excava ting Inc as Principal, and Wes tern Sure ty
Company a corporation, organized and existing under the laws of the
State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally
held and finnly bound to the City of Port Angeles in the penal sum of $ 44, 848 . 00
for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or personal representatives, as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of
the City of Port Angeles.
Dated at Port Anqeles
, Washington, this 20ttrlayof January
, 20-D-(;)
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the saidJordan Excava tinq, Inc
the above bounded Principal, a certain contract, the said contract being numbered 06-02, and
providing for 2006 Storm 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 therein provided for in the maImer and within the time set forth; now, therefore,
If the said Principal, Jordan Excava tin g. Tn c , shall faithfully perform
all ofthe provisions of said contract in the manner and within the time therein set forth, or within such
extensions oftime as may be graIlted under said contract, and shall pay all laborers, mechanics,
subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with
provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port
Angeles harmless from any daInage or expense by reason of failure of perfOnnaI1Ce as specified in said
contract or from defects appearing or developing in the material or workrnaIlship provided or performed
under said contract within a period of one year after its acceptaI1Ce thereof by the City of Port Angeles,
then aIld in that event, this obligation shall be void; but otherwise, it shall be aIld remain in full force aIld
effect.
Signedthis 20ttlayof January
, 20....2..9
Wp-~tp.rn !=:llrp-ty C'.o
BY~~
Attorne in Fact
Title
101 South Phillips
Sioux Falls, SD 5711
Surety Address
Thomas L. Fryer
360-457-1144
Surety Contact and Phone Number
~or~Rn RxrRvRting Tn~
Principal
BY~~~
~~ident
Title
PO Box 1347
Port Angele~ WA 9RJn?
Agent Address
Thomas L. Fryer
360-457-1144
Agent Contact and Phone Number
JAN-16-2008 MON 04:05 PM CNA SURETY
FAX NO. 805 335 0357
P. 04
Western Surety Company
POWER 014' A'rl'URNEY . CERTIFl~D COpy
Bond No, _1.Q_QU(93
Knew All Men By These Pre!:l\lflts, that Wr;STERt-: SURETY COMt'ANY, a eorporatim'l dUlY organl:.t.ed ullIl ~...bLiIlH ~"dOl the
laws oithe State of South Dakota, and hav!nlt It; ptllunpal office ill SiOUX falls, StJuLh J)~\..uL.. (the "Compa...y"). doco by the"" pf06entB
make, con5tltute and appoint _ ____. T 11..:E.&.'lSR . -.--..-
it~ tn.. Il....d L:lwful attnrnuy(e) m-fact, W1th full )ow"r Ani! illlt.hority hcrebv Confllrred, to el>ecutEl. acknowledge and deliver for and on
iUl b<.ohalf u Sure-ty. l'IMltl.q fnr'
Princlpal, Jordan Excavating 1 Inc.
Obligee. C:Lty ot Port Angeles
Amount: $500,000.00
M..oj t.... hind the Com:oanv therebv as fullv ~nd to the Sl:lme extent all if such bond~ wote signed by the Senior VIce Presldent, llBalcd
with the COlporate selll or the Company and duly attested b)' ltS Secretll~y, hereby rfLtJ,1YUlg and clIntirmlng all th~t Lilt! :!IUlll
attorney(s).1l:\.fact may do WIthin th" above stfltfild hm1tatJonil :said app,)lntlJ\cnt 16 ml~Ll~ umlt:l UII,l Uy authority e,f the followinH
bylaw of Western Surety Company wtueh rem~i'lS in tull fo~Cll illld t:Ift:I.~.
"Section 7. All bondG. poU..oi<J!l, Il.ndertalohllJSl, Powe-r~ rlf Attnml'Y (lr other obli~atlons of the cOl'poration Rhllll be executed m the
~orflnrM'" f1;<1mp of the Company hv the Presid'~nt. Sccrettlr~, any Assistant Secretary, Treas\lrer, ar any Vice ?rlllllcklnt or by ~uctl
other off'icerll a& the Bo/U'd of Directors may au :horiZtl. 'the' Preericient, any VIce .f'l'esldent, secretary, any i\ll:SI:sLlIll~ s.,,,.ctolry. or th..
TreQ&urer mllY apP'll'ot Attorneys ill Fact (If agants who 1l!l1l1l111IVt' ~..t.hodty to l~auc bon do, poheios. or lmd"rt.ak1ng~ 111 H,,, IIJlmp nf
the Company, Th.. ,"u&pOr4tc ~nl ib not nCCC<1l14%)' for tho\> vQ.hd,tl' of any \YInnll. pOliClBS. underta.kine:S, PowefN of Attorney or other
ob1i8ation~ of tho corporl\ til'l~ 'rnp Algnll.turc of any Huch officer and the corporate seal may be llnnted by tacsimile,"
All authority hereby conferred shall expIre and term~nate, without 110tlCe, unlB!.S used beU-irB midnight of -. A~il_ .16
20_96 . but \lntl1 Huch tune BhRII be irrevocatlJe and m Nll !CIrce and lltt'ilcL.
In WttPI!.~ Wht:l~Vr, Wabtcrn fhH<.t)' CO~lpllny h"e C81.16\>c;l lho!ie pr"f''''nr.<; tl'l hp. Hl"ned by il;l, Samor Vlc!;! President, Pnul '1'
Dr\lfll\t, i11'J.~1'\~I~fflfato !Ioal to b~ ..mx:cd thi~.. 16th day of ___. Jaxma.rY. . . - 2Q.Q.6_ u_ ,
i.~'~~H~t";/f,$~"... ~
,.~:~ ~ ~I... "........... ~~~of, w E S SUR E
1.$;/ ~~ OAl"1 '\~"/%. rL
.':I::~, : ,,..: ,,",A 1."0 -:: ~
= ..... 'Y "'. . 'P''''
:= "'. : II..~ l;;'it ~ - .---..- - --.-~-
!i~\ ~.... l:'fi Paul T. Brufla
\~~..,~ t: P. ~./ *l
ST~l~~~~~b~~^ If ell
COUN~4fl11i.;rI~~n^nA
On thu; .___16~h _ dav of ___.J.anl.U;U:.y- , in the YBllt _._ 2006_ -, before me, a notary publiC, perRonally apptolU'l!l!
Paul T. Bruflat, who belDg to me duly 3worn, acknowledged that he slgned the above ?rMet of AttLlrIl~Y lt~ (,hI:! Ilforc~Aid "f5c:et of
WESTERN SURETY COMPANY and acknowledged SIUct msttumen[ to be thll ....U1L.lll~NI.r act And de..4 oh id """flotation,
t~~~~~~~~..__._--~~~~+ Ai Il
I D. t<REI.L $ rUt
i~NarARY PUIILIC~~ - -
J~SOUTH DAI(OTA~S
+.............................................. +
My commlssign I:JlfJllt:1> NOVllfnbcr ~O, ;~006
T the undersigned officcr of We!.~rn Surety t,ompany a ~[Ock Ccrvunul,IlI "r Lh.. GVlIte "f BOl.lth 1)r~ot3.. do h~r"by cl?rtify th"t thp
attached Power (It Atl.Orney IS In full force llncl uJlcl.t llllllt~ l1rcVQl'tlblc, and fllrthermoT", that Se-rtirn'l 7 of t.he bylaws of the Company
as ~et forth In the FowLJr ur A IoWL llCY l~ now 11\ loree,
In tes.timony whereof, I have hereunto llflt my hand and seal OfWl'~L~111 SUtcty Compon)' thl" 15..th...._ nAY elf
.._._!l!ll.lUclLY_ -- .. - _-2..0 Q6 -., w]] S ~ SUR E ~ COM PAN Y
-.r~ 7:J
P..u.l T, DT\ull1t cnlQr V,ce Pr~"idC:lt
Form F5306-4.2tlO~
MM FRYER & SONS INS.
ID:360-457-9440
JAN 20'06
16:01 No.016 P.02
ArJJBD.. CERTIFICATE OF LIABILITY INSURANCE JORI;JP-l~ DATE (MM1DD1YYYY1
01/20/06
'RODUCIiR THIS CERTIFICATE IS ISSUEQAS A MATTER OF INFORM~TION
ONL V AND CONFERS NO RIGHTS UPON THE CERTIFICA E
o!.M.. F~er & Sons Ins. In(l. HOL.DI:R. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
l? .0. Box 1347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BElLOW.
l?ort Anq$l~~ WA 98362
Phone: 360-457-1144 Fax;360-4S7-~440 INSURERS AFFORDING COVERAGE NAICtI
--- . - - - ---- n, -- --
N&UItI;.I) INSURER A ~?r~h paoir~o Ina~~.~o. CO. 23B~2
-- -. ,-
INSURER B
. - - - . -. < --- -.--
il~~n EXOBVB!in; Inc. INSUR~R c' I
---- , . . - , --
Soutf Go f *~i~e Road INSURER 0
Port. Anqe es WA - ,-
INSURER E'
::OVERAGES
THE POLlCIF-6 OF INSURANCE L.ISTED BELOW HAVI; llE!:N IsSUi=D '0' HI> INSU~ED NAMED ABOVE FOR TH[; POLICY PERIOD INblCA'rED NOTWITHSTANDII\IG
ANY REQUIREMENT. TGRM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMCNT WITli RESPECT TO WHICH THI5 CERTIFICATE MAY [II; ISSU!:D OR
MAY PERTAIN, Tlit: 1/II$l.IRIINCt: AFFORDHb IW 'rHE POLICIES DESCRIBl;D HCRCIN IS SUBJECT TO All 1HE TERM6, EXCLUSIONS AND CONDITIONS OF SUCH
PPLlCIJ;:S "'QGR~GA H, LIMll B SHOWN MAY HAVE BEEN REDUCEO llY PAID CLAIMS
~~R 'NeFti T'r'Pl! 01' 1~;I\A.HC" - -... POI.ICY NUMIlI!R - Pll'1IliT~rr:fif~~E 'tlATIi' MM1DPlYY
~NI!,"~ UABIUTY
A X X COMf04ERCIAlc,;ENERALlIABILITY C07147141
- - - I CLAIMS !,lADe ~ OCCUR
~ St_~ ,,!i~P..__
03/U/OS
EAeH OCCURRENce
'DAMA~,=-
}'REMISES (Ea OIlOLlt8~O<!l) _.
MIiD E)(P_!~~y ~n, persQn}
PERSONAL IJ, l\OV INJURY
GENeRAL AGGREGATE
03/19/06
GEN'L AGGREGATE UMIT APPLIES PER
I POLICY n ~~8i r- I LOe
AUTOMOIIILB L1AIiIII.ITY
X ANY AUTO
PRODUCTS - COMP/OP AGe;
eOMBINIOD SINGLE LIMIT
(Ee BooIdenll
~
.
X ALL OWNED AUTOS
SCHEOULED Al.ITOS
BODILY INJURY
(P.r peraon)
C07147141
03/U/05
03/19/06
f-
HIRED AUTOS
..
NON-OWNED AUTOS
BODILY INJI,JRY
(Per aoodenl)
rROPERTV DAMAGE
(Per ~GCldenl)
GAMGI! LIABILITY
==J ANY A\.lTO
EXCIiiIBlLlMIiIRIiI.I.A UAIIILlTY
~ OCCUR D CLAIMS MAoE
~ OEDUOTIBLE
---I RETENTION $
WOIl~~R8 COMPIiiNSAnON AND
IIMPI.OV.".' LIAIIIUTY
ANY PROPRIETOR1PARTNERlE'.lI'F.CUTIVe
OFflCERlMEMBER EXCLl.IOeD1
gpEeI1t'rR~~~1&'NS below
QT"'ER
AlJTO ONLY" ell ACCIDENT
OTHER THAN
AUTO ONLY,
EACH OCCURRENCE
AGGREC3ATE
hORYLlMITS I.. IU~~-
E L EACH ACCIDENT $
_on
E L, DIGIOASIi . E:A EMPLOYEE $
E,L, DISEASE. POLICY LIMIT $
IiSCR1P1l0N 01' OPI!RATlON6' LOCATIONS I VEHIOLli61 EXOL.USIONS ADDEO BV ENDOR$IiMIiNT 18PI!CIAL P"OVI610"S
~.r.tion8 of the inaurud for 2006 Storm ~&pair, Projeet 06-02 naming the
:it.y of Port Anqeles and its employees as additional insureds.
ERTIFICA TE HOLDER
I.IMITS
5 10 DOOOO
$ 10 ~OOO
s 50 0
-. ". -o-
s 10 )0000
$ 20 0000
s 10 0000
",,-----
$ 10pOOOO
!
S I
I
S I
!
5
lEA ACC
AGO
$ I
. .1.-- -..
s
$ I
5 I
I __.! _
$
$
----
$
I
CANCELLATION
C ITYOI!"P SHOULD ANV CI' THE ABOVB DI8QItlB"" POUCIEia II. CANCIILll!lll!l!I'OIIUI tHE EXPIRATION
DATI! THEIlI;OF, ntE ISSUING IHOU"!" WII.I. _"unp MAIL 4 5 loA YB WRITTliN
NOTlOI! TO THE CI;Il'nFIOATE NOl-DI" NAMID TO THIl Uif'T.~
XIN '
XED,BI~
AUTHOI'lIZI!D IIEPRESt; TATIVIi
City or Port AngelQs
PO Box 1150
Port Ang.l.. WA gB3$2
CORD 26 (2001/08)
;If .:;L=
',Ilrq'~
~ .1
, ,
~ !:: If
~! ~
11
I-
0
0
-;;t:.
ru
-
t.l
, W
,.
'.
-, ,
,-
,-
~
o
-
....
b1~
'- Q
_..1
t1
N.\PROJECTS\06-02 2006 Storm Repalrs\ProJect Manual\ProJect Manual DOC
hi
~
4-
r:l
\L
,
~
I II
j
1
,
i i
1
,
..
j!$
lq
!I,
"I
'jl
:J I
II,
1'1
,I
ji,
II
"
-J
Page 12 of61
,
\ ' \I
\
~
(-
t .
f)
)/,~ I
r
"~
[~f
r:',
?l
G:~~5. .
.... +
(, )\
C"~.
': \ "
~. .
!~, i,
,~~'jj. ~
,.. 1,'1" :t '
I .; .
'1 '#, ~ d....------
. "I. ------.
.t( ~ '
~ f. ,L_._ J I I
'". " '
f>) (
,;
C~ ~
"'....
'i'
/.,
Ai;
" ^'"
.~..t'l f .
19/'..
, '>~
. .
,I ,
"
'.
j
~ '1
.I
"
"
. ,,-::.
..-
CD
-
o
C"')
..-
Q)
Ol
ro
a..
()
0
0
ro
:J
C
ro
:!E
t5
'<~ !J Q)
0'
. ....
a..
--
ro
:J
C
flrl ro
:!E
......
u
Q)
, .~
9::
0 I' ~
, '(ii
a.
Q)
0:::
E
.9
en
CD
0
0
N
N
0
I
CD
0
en
I-
()
W
""')
0
0:::
~
Z
IJ'
{'
.: ~
'J ,V '.
(A'
T l ;'V" I ~, ~
t. ''''..' '!l,;'
" .
I I ~
, ,t
. .
r
,.
'.
,,' ,,h; \ J" I
: <<fill,
"
. :t, (
j l' t ,t .
, t . . 19 ~; I I
J. f"'::r.~
>
I
i~. f
"
"'i
o I.,
.~
'1l. ,,~ "'''"'~,
I
/);"0' ~ '->t
...
'J
t'
., '0
. ~, \'
'i
, .
I,
o
.
I~
,
i-
4
..-
CD
....
o
'<t
..-
Q)
Cl
ro
Il.
u
o
q
ro
::J
c:
ro
::iE
t5
Q)
e-
ll.
--
ro
::J
c:
ro
::iE
t5
Q)
e-
ll.
--
E!!
'co
a.
Q)
0:::
E
...
o
Ci5
CD
o
o
N
N
o
I
CD
9
(/)
f-
()
UJ
-:l
o
0:::
Il.
--
:Z
N:\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\Project Manual.DOC
Page 15 of 61
N.\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC
Page 16 of61
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC
Page 17 of 61
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual.DOC
Page 18 of61
. '
lAIIP;I" ,
N.\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual.DOC
Page 19 of61
-- --l
I
,
I
N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\Project Manual.DOC
Page 20 of 61
"t!fl' 1~1 il f
~
t ~
~ <'
i fill
~
4
J -
,...
... -l.
1 v'
a
F J
4U
L- I-
..
~ rJI
0
al
U.
ol
~
.,
3
--,---
.....
(0
-
o
N
N
Q)
Ol
Ctl
a..
()
o
o
ro
:J
c:
Ctl
::E
t)
Q)
"e
9::
ro
:J
c:
Ctl
::E
t)
Q)
"e'
a..
~
.co
c..
Q)
0::
E
.9
(/)
(0
o
o
N
N
o
I
(0
9
(/)
G
UJ
.,
o
0::
a..
.-
Z
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual.DOC
Page 23 of 61
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC
Page 24 of 61
" ,=,~, ~"..~
~ j
" ..,..
,
'-
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC
Page 25 of 61
N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC
Page 26 of 61
'to"',
----~~,
N:\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual DOC
Page 27 of 61
N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\Project Manual.DOC
Page 28 of 61
N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\Project Manual.DOC
Page 29 of 61
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540. Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge bel
On public works projects. workers' wage and benefit rates must add to not less than this total. A bnef
descnpllon of overtime calculallon requirements IS provided on the Benefit Code Key.
CLALLAM COUNTY
Effective 08-31-05
************************************************************************************************
Classification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE. DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING. PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN. HYDRAULIC
MAINTENANCE
MATES
PREVAILING
WAGE
$33.46
$44 97
$41.17
$1467
$40.23
$40.07
$40 07
$40.17
$40 22
$40 20
$40.20
$40.20
$41.07
$40.27
$40 20
$40 20
$40.20
$40 20
$33.46
$83.19
$39.51
$40.77
$40.28
$40.77
$40.82
$42.34
$40 28
$40.77
(See Ber
Over
Time ~
Code ~
1N
1C
1M
1M
1M
1M
1M
1M
1M
1M
1M
1M
1M
1M
1M
1M
1M
1N
1M
1M
1T
1T
1T
1T
1T
1T
1T
CLALLAM COUNTY
Effeclive 08-31-05
************************************************************************************************
Classification
PREVAILING
WAGE
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GlAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE,LAUNCH OPERATOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY lEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
QOIIC::~ 1-1()t':: ",,,,,,,n,,,o
$46 37
$35 46
$46 37
$39.50
$46 37
$35.46
$12.07
$52 27
$57.41
$13.80
$11.60
$28.78
$41.15
$43.18
$33 94
$35.14
$30 11
$29.09
$31.66
$33.24
$20.50
$44 62
$33 94
$33.46
$28 78
$33.46
$33 46
(See Ber
Over
Time f
Code ~
4A
4A
4A
4A
4A
4A
4A
4A
1N
1H
1S
1N
1K
1K
1K
1K
1K
10
1N
1N
1N
1N
1N
CLALLAM COUNTY
Effective 08-31-05
************************************************************************************************
Classification
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e, dusting, vacuuming, window cleaning, NOT
construction debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB ION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIER/MORT ARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUILDER-MUDMAN
MATERIAL YARDMAN
MINER
NOZZLE MAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE POT TENDER
PIPE RELlNER (NOT INSERT TYPE)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDERMAN
POWDERMAN HELPER
POWER JACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
(See Ber
Over
PREVAILING Time
WAGE Code
$34.30 iN
$33 46 1N
$33.46 iN
$33 46 iN
$33 94 1N
$26 46 1N
$33 46 iN
$28.78 iN
$33 46 iN
$33 46 1N
$33.46 1N
$33.94 iN
$33.46 1N
$33.46 1N
$33.46 1N
$34 30 1N
$33.94 iN
$33.46 1N
$34.30 1N
$33.94 iN
$33 94 iN
$33.94 1N
$33.94 1N
$33.46 iN
$34.30 1N
$33 94 1N
$33.94 1N
$28 78 1N
$33.94 1N
$33.94 iN
$33.94 iN
$34.30 1N
$33.94 1N
$33.46 iN
$34 30 1N
$33 46 1N
$33.94 iN
$33.94 1N
$34 30 1N
CLALLAM COUNTY
Effective 08-31-05
************************************************************************************************
Classification
PREVAILING
WAGE
TRACK LINER (POWER)
TRUCK SPOTTER
TUGGER OPERATOR
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
VIBRATOR
VINYL SEAMER
WELDER
WELL-POINT LABORER
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING LABORERS
LATHERS
JOURNEY LEVEL
PAINTERS
JOURNEY LEVEL
PLASTERERS
JOURNEY LEVEL
PLUMBERS & PIPEFllTERS
JOURNEY LEVEL
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER)
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YD)
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH
BACKHOES, (75 HP & UNDER)
BACKHOES, (OVER 75 HP)
BARRIER MACHINE (ZIPPER)
BATCH PLANT OPERATOR, CONCRETE
BELT lOADERS (ELEVATING TYPE)
BOBCAT (SKID STEER)
BROOMS
BUMP CUTTER
CABlEWAYS
CHIPPER
COMPRESSORS
CONCRETE FINISH MACHINE - LASER SCREED
$33.94
$33.46
$33.94
$33.46
$33.94
$33.46
$33.46
$33.94
$11.42
$781
$7.93
$40.22
$32.00
$25.83
$52.41
$38.42
$41 12
$41.59
$42.13
$40.71
$41.12
$41 12
$41.12
$40.71
$38.42
$38.42
$41 12
$41.59
$41.12
$38 42
$38.42
(See Ber
Over
Time
Code
1N
1N
1N
1N
1N
1N
1N
1N
1M
2B
1G
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
CLALLAM COUNTY
Effective 08-31-05
************************************************************************************************
ClaSSification
DECK ENGINEER/DECK WINCHES (POWER)
DERRICK. BUILDING
DOZERS, D-9 & UNDER
DRILL OILERS. AUGER TYPE. TRUCK OR CRANE MOUNT
DRILLING MACHINE
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE
EQUIPMENT SERVICE ENGINEER (OILER)
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP
FORK LIFTS, (3000 LBS AND OVER)
FORK LIFTS, (UNDER 3000 LBS)
GRADE ENGINEER
GRADECHECKER AND ST AKEMAN
GUARDRAIL PUNCH
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS). AIR TUGGERS
HORIZONTAL/DIRECTIONAL DRILL LOCATOR
HORIZONTAL/DIRECTIONAL DRILL OPERATOR
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER)
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON)
LOADERS. OVERHEAD (6 YD UP TO 8 YD)
LOADERS, OVERHEAD (8 YD & OVER)
LOADERS, OVERHEAD (UNDER 6 YD). PLANT FEED
LOCOMOTIVES, ALL
MECHANICS, ALL
MIXERS, ASPHALT PLANT
MOTOR PATROL GRADER (FINISHING)
MOTOR PATROL GRADER (NON-FINISHING)
MUCKING MACHINE. MOLE, TUNNEL DRILL AND/OR SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
OPERATOR
PAVEMENT BREAKER
PILEDRIVER (OTHER THAN CRANE MOUNT)
PLANT OILER (ASPHALT, CRUSHER)
POSTHOLE DIGGER, MECHANICAL
POWER PLANT
PUMPS, WATER
QUAD 9. D-l0. AND HD-41
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING
EQUIP
RIGGER AND BELLMAN
ROLLAGON
ROLLER. OTHER THAN PLANT ROAD MIX
ROLLERS PLANTMIX OR MLJL TILlFT MATERIALS
(See Ber
Over
PREVAILING Time
WAGE Code
$41.12 1T
$41 59 1T
$40.71 1T
$40 71 1T
$41.12 1T
$38.42 1T
$40.71 1T
$41.12 1T
$40.71 1T
$38.42 1T
$40 71 1T
$38.42 1T
$41.12 1T
$40 71 1T
$40 71 1T
$41.12 1T
$38.42 1T
$40.71 1T
$41.59 1T
$42.13 1T
$41.12 1T
$41.12 1T
$41.59 1T
$41.12 1T
$41.12 1T
$40 71 1T
$41.59 1T
$38.42 1T
$38.42 1T
$41.12 IT
$40.71 1T
$38 42 1T
$38.42 1T
$38.42 1T
$41.59 1T
$41.59 1T
$38 42 1T
$41.59 1T
$38 42 1T
$40.71 1T
CLALLAM COUNTY
Effective 08-31-05
************************************************************************************************
Classification
PREVAILING
WAGE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK 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 LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE LINE PERSON
$41 59
$40 71
$40 71
$41,12
$41 12
$38,42
$4112
$33,88
$32 16
$32.59
$30.31
$22.76
$27.68
$34.53
$37.53
$48.22
$33 04
$10.31
$1967
$935
$11.40
$1340
$28.24
$28 92
$16.22
$27.74
$26.90
!t?A O?
C"oc:f""' I A I ^nOAOAT1 lCo 1~ICT^1 I co t
(See Ber
Over
Time ~
Code f
1T
1T
1T
11
1T
1T
1T
4A
4A
4A
4A
4A
1R
1R
1E
18
16
10
26
2B
2B
2B
?J:l
CLALLAM COUNTY
Effective 08-31-05
************************************************************************************************
Classification
PREVAILING
WAGE
(See Ber
Over
Time ~
Code ~
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
$11.60
$945
$11.60
1
1
1
BENEFIT CODE KEY - EFFECTIVE 08-31-05
************************************************************************************************************'
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. C
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE ~
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
ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID ATONE AND C
THE HOURLY RATE OF WAGE
B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY Ri
HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF W,
C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND 1
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF V
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 FOl
WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WOR
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS ~
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE.
E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND TI
HOURS ON SATURDAY SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 1
WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND 1
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF V
OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RA'
HOURS WORKED ON LABOR DAY SHALL BE P AID AT THREE TIMES THE HOURL Y RATE OF WAGE.
G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A
WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SA TURDA'
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCL
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL He
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
1. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AN
SATURDAY SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER
OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY'
AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE 0]
THROUGH FRIDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AI
RATE OF WAGE.
o ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGJ
AFTER TEN (10) HOURS ON SATURDAY SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE P AID AT C
TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOL
RATE OF WAGE.
Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP
WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL H
SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE P AID AT DOUBLE THE HOURLY R
HOURS WORKED ON CHRISTMAS DAY SHALL BE P AID AT TWO AND ONE-HALF TIMES THE HOURLY R
R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RA 1
S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND 1
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE Of
WORKED ON LABOR DAY SHALL BE P AID AT THREE TIMES THE HOURLY RATE OF WAGE
T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE P AID AT ONE AND 01'
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6.00PM SATURDAY TO 6:00AM MONDAY
SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE
U ALL HOURS WORKED ON SATURDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RJ
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE
TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THR
HOURLY RATE OF WAGE
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAl
ONE-HALF TIMES THE HOURLY RATE OF WAGE
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOUR
ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED
HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RA 1
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RA TI
HOURS WORKED ON HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES
OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE P AID AT STRAIGHT TIME ]]
HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE P AI[
HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID AT ONE A
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID
HOURLY RATE OF WAGE.
F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAY:
DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL]
PAID HOLIDAYS SHALL BE P AID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLur:
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL)
HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES TI
OF WAGE
3
4
5 A.
B.
C
0
E.
F.
G
H.
I.
1.
N
P.
Q.
R
S.
P
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOUf
ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED
HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE
A.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLlO
AT DOUBLE THE HOURLY RATE OF WAGE
HOLIDAY CODES
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0
THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
HOLIDAYS' NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY
DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0
AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTL
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, I1'
LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND C
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0
WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY
THANKSGIVING DAY, AND CHRISTMAS (6).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING D
CHRISTMAS DAY (6)
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY P
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA \
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9)
HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING C
SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9).
PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIV
CHRISTMAS DAY (6)
P AID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVI
AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2).
PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
5
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL E
THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8).
Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
Y
6
PAID HOLIDAYS' NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LAB(
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, L
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRIS'
A.
C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR D
DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CI
D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE
CHRISTMAS DAY (9).
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGI'
FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVIN(
FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND (
DAY (8)
Q PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETEl
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID
PRESIDENTS' DAY
T. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, L
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE (
DAY, AND CHRISTMAS DAY (9).
u. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE D
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISl
CHRISTMAS DAY (9).
V PAID HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGI
DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE E!
CHOICE (9)
W PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMO
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRIS'
DAY BEFORE OR AFTER CHRISTMAS DAY (10)
X. PAID HOLlDA YS: NEW YEAR'S DA Y, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, DAY AFTER THANKSGIVING DAY, (
DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I)
NOTE CODES
8.
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. n
HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FI
A.
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $ I 00 PER HOUR
L. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $0.75,
AND LEVEL C $025
M WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS' LEVELS A & 8 $
D. $050
N. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $ 1.00,
LEVEL C $0.50, AND LEVEL D' $025.
Washington State Department of labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining whether a prefal
"standard" or "non-standard". For items not appearing on WSDOT's predetermmed list, these e
used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers,
and fabricators) to determine coverage under RCW 39.12. The production, in the State of Wast
standard items is covered by RCW 39.12, and the production of standard items is not. The pre
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,
2.
2. Is the item fabncated on the public works jobsite? If it IS, the work is covered under RCW 39.
to question 3.
3. Is the Item fabricated in an assembly/fabrication plant set up for, and dedicated primaril~
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 supp
work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabncated item intended for the public works project typically an inventory ite
reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes,
6.
6. Does the specific prefabricated item, generally defined as standard, have any unusual char.
as shape, type of material, strength requirements, finish, etc? If yes, the work is coverE
39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations
non-covered workers shall be directed to State L&I at (360) 902-5330.
WSDOT's
Predetermined List for
Suppliers - Manufacturers - Fabricators
Below is a list of potentially prefabricated items, originally furnished
Washington State Department of Labor and Industries, that may be '
standard and therefore covered by the prevailing wage law, RCW 39.1
with an X in the "YES" column should be considered to be non-standa
covered by RCW 39.12. Items marked with an X in the "NO" column shou
to be standard and therefore not covered. Of course, exceptions to this
occur, and in that case shall be evaluated according to the criteria descri
L&I's policy statement.
ITEM DESCRIPTION
1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4.
For use with Catch Basin type 2.
The casting to meet AASHTO-M-1 05, class 30 gray
iron casting. See Std. Plan B-23a, B-23b,
B-23c, B-23d and B-25.
2. Frame & Grate - frame and Grate for Catch Basin type
1, 1 L, 1 P, 2, and Concrete Inlets. Cast frame
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 B-1, B-1 L, B-1 P, B-2, B-2a, B-2b,
B-2c, B-2d, B-2e, B-3, and B-3a.
3. Grate Inlet & Drop Inlet Frame & Grate - Frame and
Grate for Grate Inlets Type 1 or 2 or Drop Inlets Type 1
or 2. Angle iron frame to be cast into top of inlet.
See Std. Plan B-4b, B-4c, B-4d, B-4f, or B-4h. Frames
& Grates to be galvanized.
4. Concrete PiDe - Plain Concrete DiDe and reinforced
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.
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.
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.
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 9-28.14(3).
10. Major Structural Steel Fabrication - Fabrication of
major steel items such as trusses, beams, girders, etc., for bridges.
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.
,
13. Concrete Piling--Precast-Prestressed concrete piling for
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.
See Std. Plans E-4 and E-4a
14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers
and flat top slab and/or cones. See Std. Plans B-23a, B-23b, B-23c, an
15. Drywell- Drywell as specified in Section 9-12.7
of the Std. Sec. See Std. Plan B-27.
16. Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2,
including risers, frames maybe cast Into riser. See Std. Plans B-1, B-1,
1 e.
17. Precast Concrete Inlet - Concrete Inlet with risers,
frames may be cast into risers. See Std. Plan B-26.
18. Drop Inlet Type 1 - Drop Inlet Type 1 with support
angles and grate. See Std. Plans B-4f and B-4h.
19. Drop Inlet Type 2 - Drop Inlet type 2 with support
angles and grate. See Std. Plans B-4g and B-4h.
20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and
top unit with bearing angles.
21. Pr~cast C~ncr~te l!tlllty Vault~.- P~e_ca~t Concre.te
22. Vault Risers - For use with Valve Vaults and Utilities
Vaults.
23. Valve Vault - For use with underground utilities.
See Contract Plans for details.
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.
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.
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.
27. Precast Railroad Crossings - Concrete Crossing Structure
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed
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
'\
29. Prestressed Concrete Girder Series 4-14-
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
Girders for use In structures. Fabncator 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
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.
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.
33. Monument Case and Cover - To meet MSHTO-M-105 class
30 gray iron casting. See Std. Plan H-7.
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting MSHTO-M-183. See Std. Plans (
G-3a, G-3b, and Contract Plans for details. The steel structure shall be
galvanized after fabrication in
accordance with MSHTO-M-111.
36. Steel Sign Bridges - Steel Sign Bridges fabncated
from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Si
Plans G-2, G2a, and Contract Plans for
details. The steel structure shall be galvanized after
fabrication in accordance with AASHTO-M-111.
37. Steel Sign Post - Fabricated steel sign posts as detailed
in Std. Plan G-8a, G-8b, G-8c, G-8d, G-8e, G-8f, and G-8h. Shop draw
approval are to be provided prior to fabrication.
38. Light Standard-Prestressed - Spun, prestressed, hollow,
concrete poles.
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 a. See Special Provisions for
pre-approved drawings.
40. Traffic Signal Standards - Traffic Signal Standards for
use on highway and/or street signal systems. Standards
to be fabricated to conform with methods and material as
specified on Std. Plans J-7a and J-7c.
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.
,
42. Traffic Signs - Prior to approval of a Fabricator
of Traffic Signs, the sources of the following
materials must be submitted and approved
for reflective sheeting, legend material, and
aluminum sheeting. NOTE: *** Fabrication inspection
required. Only signs tagged "Fabrication Approved"
by WSDOT Sign
Fabrication Inspector to be installed.
43. Cutting & bending reinforcing steel
44. Guardrail components
cu:
en
SE
45. Aggregates/Concrete mixes
Coverec
1
46. Asphalt
Co
WAC 2
47. Fiber
fabrics
48. Electrical
wiring/components
Lta trO<:ltorl I"\r IlntrO<:ltorl til'Ylnor
51. Standard Dimension lumber
52 Irrigation components
53. Fencing materials
54. Guide Posts
55. Raised Pavement Markers
56. Epoxy
57. Cribbing
58. Water distribution materials
59. Steel "H" piles
60. Steel pipe for concrete pile casings
61. Steel pile tips, standard
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08
METAL FABRICATION (IN SHOP)
Over
PREVAILING Time He
Classification WAGE Code Ce
Counties Covered:
Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield
Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman
Fitter 12.76 1
Welder 12.76 1
Machine Operator 12.66 1
Painter 1020 1
Laborer 8.13 1
Counties Covered:
Benton
Welder 1670 1
Machine Operator 10.53 1
Painter 9.76 1
Counties Covered:
Chelan
Fitter 15.04 1
Welder 12.24 1
Machine Operator 9.71 1
Painter 9.93 1
Laborer 8.77 1
Counties Covered:
Clallam, Grays Harbor, Island, Jefferson,
Lewis, Mason, Pacific, San Juan and Skagit
Fitter 15.16 1
Welder 15.16 1
Machine Operator 10.66 1
Painter 11.41 1
Laborer 11.13 1
METAL FABRICATION (IN SHOP) 08/31/05
Over
PREVAILING Time He
ClaSSification WAGE Code Ce
Counties Covered:
Clark
Layerout 26.12 1J
Fitter 2576 1J
Welder 2522 1J
Painter 22.64 1J
Machme Operator 20.04 1J
Laborer 19.50 1J
Counties Covered
Snohomlsh
Fitter 15.38
Welder 15.38
Machme Operator 8.84
Painter 998
Laborer 9.79
Counties Covered'
Spokane
Fitter 12.59 1
Welder 10.80 1
Machine Operator 13.26 1
Pamter 10.27 1
Laborer 798 1
Counties Covered:
Thurston
Layerout 25.98 1 R
Fitter 23.90 1 R
Welder 21.83 1 R
Machine Operator 18.72 1 R
Laborer 1561 1 R
METAL FABRICATION (IN SHOP) 08/31/05
Over
PREVAILING Time He
Classification WAGE Code Ce
Counties Covered:
Yakima
Fitter 12.00
Welder 11.32
Machine Operator 11.32
Painter 12.00
laborer 10.31
Counties Covered:
Cowl itz
Fitter 23.72 18
Welder 23.72 18
Machine Operator 23.72 18
laborer 1587 18
Counties Covered:
Grant
Fitter 10.79
Welder 10.79
Painter 7.45
Counties Covered:
King
Fitter 15.86 1
Welder 15.48 1
Machine Operator 13.04 1
Painter 11.10 1
laborer 9.78 1
Counties Covered
Kitsap
1= .ttor ?RQR
.
.
METAL FABRICATION (IN SHOP) 08/31/05
Classification
PREVAILING
WAGE
Over
Time
Cod
He
Ce
Counties Covered
Klickltat, Skamania and Wahklakum
F ItterlW elder
Machine Operator
Pamter
Laborer
16.99
17.21
17.03
10.44
Counties Covered:
Pierce
Fitter
Welder
Machine Operator
Laborer
15.25
13.98
13.98
9.25
a
.
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08
FABRICATED PRECAST CONCRETE PRODUCTS
Classification
Over
PREVAILING Time
WAGE Code
He
Ce
Counties Covered'
Adams, Asotin, Benton, Columbia, Douglas, Ferry,
Garfield, Grant, Lincoln, Okanogan,
Pend Orellle, Stevens, Walla Walla, and Whitman
All Classifications
9.96
Counties Covered:
Franklin
All Classifications
11.50
Counties Covered:
King
All Classifications
1190
2K
Counties Covered:
Pierce
All Classifications
9.28
Counties Covered.
Chelan, Kittitas, Kllckitat and Skamania
All Classifications
8.61
Counties Covered:
Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap,
Lewis, Mason, Pacific, San Juan, Skagit, Snohomlsh, Thurston,
W ahkiakum
All Classifications
1350
..
.
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08
FABRICATED PRECAST CONCRETE PRODUCTS
ClasSification
Over
PREVAILING Time He
WAGE Code Ce
Counties Covered'
Spokane
All Classifications
20.23
Counties Covered.
Yakima
Craftsman
Laborer
8.65
7.35
Counties Covered:
W hatcom
All Classifications
13.67
.
.
Washington State Department of labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Aspt
The following two letters from the State Department of Labor and Indu
L&I) dated August 18, 1992 and June 18, 1999, c1anfy the intent and establ
administrating the provisions of WAC 296-127-018 COVERAGE AND E)
OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY C
CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determine
covered and non-covered workers shall be directed to State L&I at (360) 9
Effective September 1, 1993, minimum prevailing wages for all work cove
296-127 -018 for the production and/or delivery of materials to a public W(
will be found under the regular classification of work for Teamsters, POWE
Operators, etc.
~
-','\
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 clanty regarding the applical
296-127-018 to awarding agencies, contractors, subcontractors, mater
and other interested parties. The information contained herein she
construed to cover all possible scenarios which might require the
prevailing wage. The absence of a particular activity under the heading "F
WAGES ARE REQUIRED FOR" does not mean that the activity is not cove
Separate Material Supplier Equipment Operator rates have been eliminatE
cases where a production facility is set up for the specific purpose
materials to a public works construction site, prevailing wage rates for
equipment such as crushers and batch plants can be found under Powe
Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including exe
materials, demolished materials, etc.
2. Delivery of materials to a public works project site using a method
incorporation of the delivered materials into the project site, such a
leveling, rolling, etc.
3. The production of materials at a facility that is established for the spe
necessarily exclusive, purpose of supplying matenals for a public WOI
4. Delivery of the materials mentioned in #3 above, regardless of the ml
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established material
a permanent facilitv. as well as the deliverv of these materials.
L"I
.
.
'....
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
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 thl
position that prevailing wages do not apply to the delivery of wet concrete to public works sit
unless the drivers do something more than just deliver the concrete. Drivers delivering concl
into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to pre'
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 0
asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-
The department's position applies only to this regulation.
If you need additional information regarding this matter, please contact Greg Mowat, Progral
Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (36
902-5310.
Please publish the above Notice in WSR 99-13. If you have questions or need additional informatiol
olease call Selwvn Walters at 902-4206. Thank vou.