HomeMy WebLinkAbout4.589 Original Contract
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ORIGINAL
#1 <./.58Q
PROJECT MANUAL
for
EASTERN CORRIDOR PHASE II
AREA 1
PROJECT NO. 06-21
TA-3314
CITY OF PORT ANGELES
WASHINGTON
June 2008
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
For information regarding this project, contact:
Eric Walrath, City of Port Angeles
360-417 -4806
PW 0407_01 Part01 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CITY OF PORT ANGELES
NOTICE OF AWARD
July 14, 2008
TO Primo Construction, Inc
Attn Mr. Gregory Parrish
970 Carlsborg Raod
PO Box 296
Sequim, WA 98382
PROJECT Description. Eastern COrridor Phase II, Area 1, Project No. 06-21
The Owner has considered the bid submitted by you for the above desCribed work In response to its
Advertisement for Bids dated July 9,2008
You are hereby notified that your bid has been accepted for items in the amount of $12,554.50
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. Two copies of the contract are enclosed for your execution and return.
If you fail to execute said contract and to furnish said bonds within ten (10) calendar days from the date of
this Notice, said Owner will be entitled to conSider all of your rights arising out of the Owner's acceptance of your
bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be
granted by law
You are required to return an acknowledged copy of this Notice of Award to the Owner
Dated this 14th day of July, 2008.
CITY OF PORT ANGELES
By
~~~
Title
City Enqlneer
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award IS hereby acknowledged this
(~
Title
Please return signed original to the CIty of Port Angeles Public Works & UtilitIes Department, attn: Eric Walrath,
Assistant Civil Engineer/Project Manager
cC' City Clerk
N \PROJECTS\06-21 Eastern COrridor Phase 2\14 Award\Area 1 \Award wpd
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
If
I
I
I
ADDENDUM NO. i
TO THE
PROJECT MANUAL
FOR
Eastern Corridor Phase II
Area 1
PROJECT NO. 06~21
NOTICE TO PROSPECTIVE BIDDERS
( June 30. 2008)
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended
as follows: ~. ':
1. Replace page 2 of 3 of the Bid Form with the attached corrected pagli2 of 3 of the Bid
~~. :
Eric C. Walrath
Project Manager
There is no change to the Bid Opening Date (7/9/08) or Performance Period.as a result of this
Addendum. --.-
This addendum must be acknowledged in the space provided on the Bid Form in the Project
Manual when it is submitted to the City with your bid. Failure to do so may result in the bid being
rejected as being non-responsive.
Addendum No. 1
..
-,,,
Page 1 of!
June 27.2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID FORM
Page 2 of 3
Item Estimated Unit Price Extended
No. See No. Description of Item Quantity Units (Fienres) Amount
1 1-09 Mobilization 1 Lump $ $
Sum
2 1-10 Temporary Traffic Control 1 Lump $ $
Sum
3 2-02 Remove Cement Concrete 50 Lineal' $ $
Curb and Gutter Feet
4 2-02 Remove Cement Concrete IS Square $ $
Sidewalk Yard
5 7-04 Solid Wall PVC Storm Sewer 25 Linear $ $
Pipe 6 In. Diam. Feet
6 7-05 Type I Catch Basin with Curb 1 Each $ $
Inlet Frame and Grate
7 8-01 Inlet Protection 3 Each $ $
8 8-04 Cement Cone. Traffic Curb 50 Linear $ $
and Gutter Feet
9 8-14 Cement Cone. Sidewalk 35 Square $ $
Yard
10 8-14 Cement Cone. Sidewalk Ramp 1 Eaeh $ $
Type F-3b -
Total Bid
$
- ,
:-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO. -2-
TO THE
PROJECT MANUAL
FOR
Eastern Corridor Phase II
Area 1
PROJECT NO. 06-21
NOTICE TO PROSPECTIVE BIDDERS
( Julv 8. 2008)
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended
as follows:
1. Replace the Davis-Bacon Prevailing Wage Rates with the June 27, 2008, modification.
.t:
Eric C. Walrath
Project Manager
There is no change to the Bid Opening Date (7/9/08), Engineer's Estimate, or Performance Period
as a result of this Addendum.
This addendum must be acknowledged in the space provided on the Bid Form in the Project
Manual when it is submitted to the City with your bid. Failure to do so may result in the bid being
rejected as being non-responsive.
Addendwn No.2
Page 1 of 1
July 8, 2008
I
I
I
General Decision Number: WA080001 06/27/2008 WA1
Superseded General Decision Number: WA070001
I
State: Washington
Construction Types: Heavy (Heavy and Dredging) and Highway
I
Counties: Washington Statewide.
I
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
D.O.E. Hanford Site in Benton and Franklin Counties)
Modification
Number
o
1
2
3
4
5
6
7
8
9
publication Date
Modification
Number
I
02/08/2008
02/15/2008
02/22/2008
04/04/2008
04/25/2008
05/9/2008
06/6/2008
06/13/2008
06/20/2008
06/27/2008
I
I
I
I
I
CARP0001-008 06/01/2007
I
Carpenters:
COLUMBIA RIVER AREA -
ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH MERIDIAN) AND WALLA WALLA
COUNTIES
I
I
Rates
Fringes
GROUP 1:.... .......... .....$ 25.68
GROUP 2:.. . . . . . . . . . . . . . . . . . $ 27.18
GROUP 3:...... ....... ......$ 25.95
GROUP 4:.. . . . . . . . . . . . . . . . . . $ 25. 68
GROUP 5:................... $ 59. 40
GROUP 6:.. ......... ........$ 28.70
GROUP 7:................... $ 29. 70
GROUP 8:.. ....... ..........$ 26.95
GROUP 9:................... $ 32. 70
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
Publication
Date
1
SPOKANE AREA:
ASOTIN, GARFIELD, LINCOLN, PEND OREILLE,
AND WHITMAN COUNTIES
GROUP 1:................... $ 25. 01
GROUP 2:................... $ 26. 51
GROUP 3:................... $ 25. 27
GROUP 4:..... ........ .... ..$ 25.01
GROUP 5:................... $ 58. 04
GROUP 6:................... $ 28. 02
GROUP 7:................... $ 29. 02
GROUP 8:................... $ 26. 27
GROUP 9:................... $ 32. 02
SPOKANE, STEVENS
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler;
Insulators (all types), Acoustical, Drywall and Metal
Studs, Metal Panels and partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors,
windows, and Jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw-Off Bearer; Wire, Wood and
Mecal Lather Applicator
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby, Bell/Vehicle or Submersible Operator, Not Under
Pressure.
GROUP 8: Assistant Tender, ROV Tender/Technician.
GROUP 9: Manifold Operator - Mixed Gas
ZONE PAY:
ZONE 1 0-40 MILES FREE
ZONE 2 41-65 MILES $2.25/PER HOUR
ZONE 3 66-100 MILES $3.25/PER HOUR
ZONE 4 OVER 100 MILES $4.75/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main
Post Office of established residence of employee, whichever is
closest to the worksite.
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee, whichever is
W A08000 1 Modification 9
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2
I
I
I
I
closest to the worksite.
I
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee, whichever is
closest to the worksite.
I
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee, whichever is
closest to the worksite.
I
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee, whichever is
closest to the worksite.
I
I
DEPTH PAY FOR
50-100 feet
101-150 feet
151-220 feet
221 feet and
DIVERS BELOW WATER SURFACE:
$2.00 per foot
$3.00 per foot
$4.00 per foot
deeper $5.00 per foot
I
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 FEET Free
26-300 feet $1.00 per Foot
I
SATURATION DIVING
The standby rate applies until saturation starts. The saturation
diving rate applies when divers are under pressure continuously
until work task and decompression are complete. The diver rate
shall be paid for all saturation hours.
I
I
WORK IN COMBINATION OF CLASSIFICATIONS
Employees working in any combination of classifications within the
diving crew (except dive supervisor) in a shift are paid in the
classification with the highest rate for that shift.
I
HAZMAT PROJECTS:
I
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
I
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
I
I
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
I
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
I
W A08000 1 Modification 9
Federal Wage Determination
I
3
I
CARP0003-006 06/01/2007
I
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of wahkiakum County west
to Willapa Bay to the Pacific Ocean). SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
I
I
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
I
Rates
Fringes
I
Carpenters:
CARPENTERS; ACOUSTICAL... ...$ 27.56
DIVERS TENDERS.. ..... .......$ 30.28
DIVERS. . . . . . . . . . . . . . . . . . . . . . $ 68.84
DRYWALL. . . . . . . . . . . . . . . . . . . . . $ 27. 56
FLOOR LAYERS & FLOOR
FINISHERS (the laying of
all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
materials mentioned above
are to be installed);
INSULATORS (fiberglass and
similar irritating
materials. . . . . . . . . . . . . . . . . . . $ 27.71
MILLWRIGHTS... .... ...... ....$ 28.04
PILEDRIVERS....... ..........$ 28.04
13.30
13.30
13.30
13 .30
I
I
I
I
13.30
13.30
13.30
I
DEPTH PAY:
50 TO 100 FEET
101 TO 150 FEET
15J TO 200 FEET
I
$1.00 PER FOOT OVER 50 FEET
$1.50 PER FOOT OVER 101 FEET
$2.00 PER FOOT OVER 151 FEET
I
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1. 70
Zone 5 - 2.00
Zone 6 - 3.00
I
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
4
I
I
I
I
I
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER,
NOTE: All dispatches for Washington State counties; Cowlitz, Wahkiakum
and Pacific shall be from Longview Local #1707 and mileage shall be
computed from that point.)
I
ZONE 1:
ZONE 2:
ZONE 3 :
ZONE 4:
ZONE 5:
ZONE 6'
Projects located within 30 miles of the respective
city hall of the above mentioned cities
projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
Projects located more than 70 miles of the respected
city of the above mentioned cities
I
I
I
CARP0770-003 06/01/2007
I
Carpenters:
I
CENTRAL WASHINGTON:
CHEI.AN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS,
OKANOGAN, (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES
I
ACCOUSTICAL WORKERS.. ......$
BRIDGE, DOCK AND WHARF
CAPPENTERS AND HEAVY &
HIGHWAY. . . . . . . . . . . . . . . . . .. $
CARPENTERS AND DRYWALL
APPLICATORS.. ......... .....$
CARPENTERS ON CREOSOTE
MATERIAL.. ... ..... .........$
DIVERS TENDER... ...... .....$
DIVERS. . . . . . . . . . . . . . . . . . . . . $
INSULATION APPLICATORS.....$
MILLWRIGHT AND MACHINE
ERECTORS.. ... .......... ....$
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLL~~S, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING..... ..$ 32.69
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 23. 25
Rates Fringes
23.25 10.85
32.49 10.85
23.25 10.85
23.25 10.85
33.29 10.93
74.82 10.93
23.25 10.85
33.49 10.85
I
I
I
I
10.85
I
I
I
10.85
I
W A080001 Modification 9
F ederal Wage Determination
5
I
I
HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
I
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
I
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralid
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
I
I
I
ZOD8 Pay:
o -25 raaius miles
26-35 radius miles
36-45 rarlius miles
46-55 radius miles
Over 55 radius miles
Free
$l.OO/hour
$1.15/hour
$1.35/hour
$1.55/hour
I
(HOURf,Y ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PIlJEDRIVER ONLY)
I
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
I
Zone Pay:
o -25 radius miles
26-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
I
I
I
I
I
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
6
I
I
I
I
CARP0770-006 06/01/2007
I
Carpenters:
WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS
(excludes piledrivers only), MASON, PACIFIC (North of a straight line
made by extending the north boundary line of Wahkiakum County west to
the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
I
I
Rates Fringes
32.62 11.26
32.49 11. 26
32.49 11.26
32.59 11. 26
33.29 10.93
74.82 10.93
32.49 11.26
33.49 11. 26 -
-
I
ACOUSTICAL WORKERS. ..... ...$
BRIDGE, DOCK & WHARF
CARPENTERS....... ...... ....$
CARPENTERS AND DRYWALL
APPLICATORS. .... .... ..... ..$
CARPENTERS ON CREOSOTE
MATERIAL....... .... ..... ...$
DIVERS TENDER... ... ..... ...$
DIVERS. . . . . . . . . . . . . . . . . . . . . $
INSULATION APPLICATORS.. ...$
MILLWRIGHT AND MACHINE
ERECT6RS.... ......... ......$
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING.... ...$ 32.69
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 32. 62
11.26
I
I
I
I
11. 26
I
I
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
I
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
I
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
I
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
I
I
I
W A08000 1 Modification 9
F ederal Wage Determination
I
7
Zone Pay:
o -25 radius miles
26-35 radius miles
36-45 radius miles
46-55 radius miles
Over 55 radius miles
Free
$1.00/hour
$1.15/hour
$1.35/hour
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
HouLly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
o -25 radius miles
?6-45 cadius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
ELEC0046-001 07/02/2007
CALL1~M; JEFFERSON, KING AND KITSAP COUNTIES
Rates
Fringes
CABLE SPLICER..... ......... ......$ 40.62
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 36.93
3%+13.21
3%+13.21
ELEC0048-003 01/01/2008
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates
Fringes
CABL}<; SPLICER.. ................. $ 34.40
BLECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 34.15
3%+$14.85
- 3%+$14.85
HOURLY ZONE PAY
Hourly Zone Pay shall be paid on jobs located outside of the free .zone
computed from the city center of the following listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria.
Zone t'ay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles$9.00/hour
* These are not miles driven. Zones are based on Delorrne Street Atlas
USA 2006 plus.
W A08000 1 Modification 9
F ederal Wage Determination
I
I
I
I
I
I
I
I-
.. 'I
-..1.
I-
I
I
I
I
I
I
8 I
I
I
I
I
* ELEC0073-001 01/01/2008
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
I
Rates
I
CABLE SPLICER... ......... ...... ..$ 26.82
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 26.42
ELEC0076-002 03/01/2007
I
Fringes
3%+12.08
3%+12.08
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PJERCE, AND-THURSTON
COUNTIES
I
Rates
CABLE SPLICER...... ...... ........$ 36.3~
ELECTRICIAN.... .......... ........$ 32.71
I
ELEC0077-002 02/01/2007
Rates-
I
Line Construction:
CABLE SPLICERS.... ...... ....$ 42.09
GROUNDMEN... ........ ........$ 26.31
LINE EQUIPMENT MEN..........$ 32.32
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN....$ 37.58
POWDERMEN, JACKHAMMERMEN....$ 28.19
TREE TRIMMER.. ... .... :......$ 22.65
1
I
ELECOl12-005 06/04/2007
I
Fringes
3%+13 .19
3%+13 .19
Fringes
3.875+10.60
3.875%+8.60
3-;-875%+8.70
3.875%+10.60
3.875%+8.60
3.875%+8.35
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
-I
Rates
I
CABLE SPLICER...... .......... ....$ 33.50
ELECTRICIAN..... ... .....~.... ..~.$ 31.90
ELEC0191-003 08/31/2007
I
- - Fringes
3%+13.33
3%+13.33
Rates
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Fringes
1
CABLE SPLICER...... ..............$ 35.71
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 32.46
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
3%+11.97
3%+11.97
9
ELEC0191-004 08/31/2007
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates
Fringes
CABLE SPLICER...... ......... .,. ..$ 31.31
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 28.46
3%+11.92
3%+11.92
ELEC0970-001 06/01/2007
COWLITZ AND WAHKIAKUM COUNTIES
Rates
Fringes
CABLE SPLICER .......... ........$ 32.67
ELECTRICJAt\I. . . . . . . " . . . . . . . . . . . . . . $ 29.70
3%+11.00
3%+11.11
ENGI0302-003 06/01/2008
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUAN, SKAGJT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
Zone 1 (O-2~ radius miles) :
Rates
"Fringes
Power equlpmen~: operators:
Groi,lp 1A................... $ 34.:';1
Group 1M.................. $ 35. 08
Group 1AAA..... .., ....... ..$ 35.64
Group 1..................... $ 33.96
Group 2............. . . . . . . . . $ 33.47
Group 3.".. . , . . . . . . . . . . . . . . . $ 33. 05
Group 4.... . . . . . . . . . . . . . . . . . $ 30.69
13.95
13.95
13.95
13.95
13.95
13.95
13.95
Zone Difterential (Add to Zone 1 rate$) :
Zone 2 (?6-45 radjus miles) - $ 1.00
Zone 3 (Uver 45 radius miles) - $1.30
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
W A08000 1 Modification 9
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10
I
I
I
I
I
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-G yards and over with attachments
I
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under G
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-I0; Remote control operator
on rubber tired earth moving equipment; Rollagon; -
Scrapers-self propelled 45 yards and over; Slipform-pavers;
Transporters, all truck or track type
I
I
I
I
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 ton~ with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boOm "
attachment; Crusher; Deck Engineer/Deck Winches -(pC)\fjer1'-;--~-
Drilling machine; Excavator, shovel, backhoe-3yaras and -
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under G yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
crane mount); Roto-mill, roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, BarbarGreen; Scraper-self propelled, 'hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw-
knox-roadtec; Truck crane oiler/driver-l00 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
I
I
I
I
I
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forkli:ft":3000 lbs; ,
and over with attachments; Horizontal/directional drill
locator; Outside hoists-(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrapers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
I
I
I
I
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish machine-laser screed; Cranes-A frame-lO tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 Ibs. with
I
W A08000 1 Modification 9
Federal Wage Determination
I
11
attachments; Hydralifts/boom trucks, 10 tons and underi Oil
distributors, blower distribution and mulch seeding
operatori Pavement breakeri posthole digger, mechanicali
Power planti Pumps, water; Rigger and Bellmani Roller-other
than plant mixi Wheel Tractors, farmall typei
Shotcrete/gunite equipment operator
Category B Projects: 95% of the basic hourly rate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million_where no building~is
involved. surfacing and paving included, but utilities-_ _
excluded.
J. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
ins1de a federally designated hazardous perimeter shall be
eligible for compensation in accordance with the following
gronp schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project_Bite-~
safety plan
H-1 Baue wage rate when on a hazardous waste site when not
ourfitted with pro~ective clothing
H-2 Class '.!..C" Suit - Base wage rate plus $ .25 per hour-_
H-3 Class liB" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "An Suit - Base wage rate plus $ .75 per hour.
- -------------------------------------~-------------------------
W A08000 1 Modification 9
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
1-
I
I
I
I
I
12
I
I
I
I
ENGI0302-009 06/01/2007
I
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
I
I
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
I
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles):
Rates
Fringes
I
Power equipment operators:
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER. .........$ 31.33
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $ 26.96
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER. .........$ 31.46
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $ 27.06
8.40
12.75
I
8.40
I
12.75
I
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER..........$
TOTAL PROJECT COST UNDER
$300,000. . . ... . .. . ......... $
GROUP 4
TOTAL PROJECT COST
$300,000 AND OVER. .........$
TOTAL PROJECT COST UNDER
$300,000.................. .$
GROUP 5
TOATL PROJECT COST
$ 300, 000 AND OVER. . . . . . . . . -. $
TOTAL PROJECT COST UNDER
$ 3 0 0 , 0 0 0 . . . . . . . . . . . . . . . . .. . $
GROUP 6
TOTAL PROJECT COST' -
$300,000 AND OVER..... .....$
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $
31. 84 12.75
2/.38 8.40
31.89 12.75
27.43 8.40
33.46 12.75
28.75 8.40
31. 33 12.75
26.96 8.40
I
I
I
I
I
I
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
I
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
I
W A080001 Modification 9
Federal Wage Determination
I
13
POWER EQUIPMENT OPERATORS CLASSIFICATIONS:
GROUP 1 :
GROUP 2 :
GROUP 3 :
GROUP 4 :
GROUP 5 :
GROUP 6 :
Assistant Mate (Deckhand
Oiler
Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen
Craneman, Engineer Welder
Leverman, Hydraulic
Maintenance
Category B Projects: 95% of the basic hourly rate for each
group plus full fringe benefits applicable to category A
projecc.s shall apply to the following projects. A Reduced
rates may be paid CD the following:
1. Projects involving work on structures such as buildings
and bridges ,,,hose t<:'tal value is less than $1.5 million - .,
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine pr.ojects (docks, wharfs, etc.) less than $150,000.
Heavy Wage rates (Category A) Applies to clam shell dredge,
hoe and dipper, shovels and shovel attachments, cranes and
bulldo<:ers.
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a eederally designated hazardous perimeter shall be
eligible for compensation in accordance with the following
group schedule relative to the level of hazardous waste' as _,'..
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted ""ith protective clothing
H-2 Class IICIf Suit B3.se wage rate plus $ .25 per hour.
H-3 Clasi.. HB" Suit - B..lse wage rate plus $ .50 per hour.
H-4 Class "A'f Suit - Base wage rate plus $ .75 per hour.
W A08000 1 Modification 9
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
14
I
I
I
I
ENGI0370-002 06/01/2008
I
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
I
ZONE 1:
I
Rates
Fringes
I
Power equipment operators:
GROUP 1A................... $ 23. 21
GROUP 1.... ..;... ....... ....$ 23.76
GROUP 2.... . . . . . . . . . . . . . . .. .'$ 24.08
GROUP 3..................... $ 24. 69
GROUP 4..................... $ 24. 85
GROUP 5...... ... ..... ... ....$ 25.01
GROUP 6..................... $ 25. 29 .
GROUP 7..................... $ 25. 56
GROUP 8..................... $ 26. 66
9.80
9.80
."-9.80-'-
':t.80
9.80
9.80
'~,' 9.80
9."80
9.80
I
I
I
ZONE DIFFERENTIAL (Add to Zone l,rate): Zone 2 - $2.-00
Zone 1: Within 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
I'
Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho ,.'
I
POWER EQUIPMENT OPERATORS 'CLASSIFICATIONS.
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam' Cleaner
I
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and aircompressb~,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation);
Fireman & Heater Tender; Hydro-seeder, ._
Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking
Machine; Pumpman; Rollers, all types on'subgrade, inCluding-
seal and chip coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator), except when pulled by
Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine.
I
I
I
I
I
I
W A080001 Modification 9
Federal Wage Determination
I
15
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditcn Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra-lift &_similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self~propelledl;
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Opera~or (self-propelled; Spray curing Machine
(concrete) ; "Spreader Box (self-propelled); Stradd-le Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chil'ler Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring
Machine (rock under 8 inch bit) (Quarry Master, Joy or
similar); Bump Cutter (Wayne, Saginau or similar); Canal
Lining Machine (concrete); Chipper (without crane);
Clecming & Doping Machine (pipeline); Deck Engineer;
Blevating Belt~type Loader (Euclid, Barber Green &
similar); Elevating Grader-type Loader (DumoL, Adams or
similar); Generator Plant Engineers (diesel or electric) ;
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent)
and Traxcavator; Traverse Finish Machine; Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow~crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core,'calyx or diamond); Equipment
Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ;
Loaders (oveLhead & front-end, under 4 yds. R/T);
Refr.ige~atio0 Plant Engineer (under 1000 ton); Rubber-tired
Skidders (R/T witD or without attachments); Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity); Turnhead (with re-screening); Vacuum Drill
(reverse circulation drill under 8 inch bit)
W A08000 1 Modification 9
Federal Wage. Determination
I
I
I
I
I
'1-
I
I
I
I
I.
I
I
I
1-
I
I
16
I
I
I
I
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual drum);
Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant
Engineer (1000 tons & over); Signalman (Whirleys, Highline
Hammerheads or similar); Grade Checker
I
I
I
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl-. -4).; __
Blade Operator (motor patrol & attachments); Cable-Controller-
(dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving -
Machine (asphalt ahd concrete); Quad-Track or similar .
equipment; Rollerman (finishing asphalt pavement); Rota
Mill (pavement grinder); Scrapers, all, rubber-tired;
Screed Operator; Shovel (under 3 yds.); Trenching Machines (7 ft.
depth & over); Tug Boat Operator Vactor guzzler, super 'sucker; Lime
Batch Tank Operator (Recycle-Train) ;Lime Brain_Operator (Recycle
Train); Mobile Crusher Operator (Recycle Train)
I
I
I
I
I
I
GROUP 7: Backhoe (over 110,000 gw); Backhoes &-Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic; -. ~ - -
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine_; -
Derricks & Stiffleys (65 tons & over); Elevat~ng Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar) ; ~
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine-with three or more.
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers
(Goldhofer, Shaurerly and Similar); Ultra High Pres~ure Watertet
Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine
Operator
I
I
-I
I
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead, rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter pilot
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
17
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
ENGIU170-006 06/01/2008
ADAMS, ASO~IN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),.
COLT-ilvlBrA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 12~JH
MEIHDIAN), PEND OREILLE, .SPOKANE, STEVENS,. WALLA WALLA, WHITMAN
ANO YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
Rates
Fringes '
Hydraulic Dredge
GROUP 1:.................... $ 3 1 . 85
GROUP 2:. . . . . . . . . . . . . . . . . . . . $ 32. 36
GROUP 3:...... ...... '. . . . . . . $ 32. 41
GROUP 4: . . . . . . . . . . . . . . . . . . . . $ 33. 98
GROUP 5:.................... $ 3 1 . 85
(~ROUP 6:.................... $ 31. 98
GROUP 7:...... '.' . . . . . . . . . . . . $ 3"2.36
13 .53
13.53
13 .53
13 .53
13.53
1.3.53
13 .53
GROUP 1: Assistant Mate (Deckhand)
CROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
~Jooster Pump)
GROUP 3: Engineer Welder
G1<.OUl? 4: Leverman, Hydraulic
GROTJP 5: Maintenance
GROCJI? 6: Oiler'
GROUP 7: Mates.& Boatman..
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, .CRANES AND
BULLDOZERS. '
W A08000 1 Modification 9
Federal Wage Determination
I
I
I
I
I
"I'
I
I
I
I
I.
. .
,',1
.1
I
I
I
I
18 I
I
I
I
ENGI0612-001 06/01/2007
I
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
I
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
I
Rates
- Fringes
I
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES: Tota~
Project cost $300,000 and
over
GROUP 1.................... $ 31. 33
GROUP 2... . . . . . . . . . . . . . . . . . $ 31. 46
GROUP 3... ......... ...... ..$ 31.84
GROUP 4... ...... ... ...... ..$ 31.89
GROUP 5.................... $ 33. 46
GROUP 6.................... $ 31. 33
WORK PERFORMED ON
HYDRAULIC DREDGES: Total
Project Cost under $300,000
GROUP 1. ....... ..... .......$ 26:96
GROUP 2.................... $ . 2 7 . 06
GROUP 3.................... $ 27. 38
GROUP 4........... . . . . . . . . . $ 27. 43
GROUP 5... ......... ........$ 28.75
GROUP 6... . . . . . . . . . . . . . . :. . $. 26 . 96
12.75,
12.75
12.75
12.75
12.75
12.75
I
I
I
I
8.40-
8.40
8.40
8.40
8.40
8.40
.1
I
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to-Zone 1 rates
I
BASEPOINTS: Tacoma, Olympia, and Centralia
I
CATEGORY B PROJECTS - 95% of the basrc hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
I
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
19
I
Power equipment operators:
GROUP 1A............:...... $ 34. 51
GROD~ 1AA. ... .... .... ......$ 35.08
GROUP 1p~,... ..... .......$ 35.65
GROUP 1...... .............. $ 3.3. 96
GROuP :2.... ................ $ 33. 47
GROm J..................... $ 33. 05
GROUP 4. . . . . . . . . . . . . . . . . . . . . $ 30. 69
13.95
13.95
13 . 95-
13.95
13.95
13.95
13.95
I
I
I
I
I
1-
---
-- -
I
I-
I
I
I-
I
I
I
I
I
I
20 Ie
I
3. Marine projects (docks, wharfs, etc.) less than $150,000
WORK PERFORMED ON HYDRAULIC DREDGES:
GROUP 1 :
GROUP 2 :
GROUP 3 :
GROUP 4:
GROUP 5:
GROUP 6 :
Assistant Mate (Deckhand
Oiler
Assistant Engineer (Electric, Diesel, Steam or
Booster Pump) i Mates and Boatmen
Craneman, Engineer Welder
Leverman, Hydraulic
Maintenance
HEAVY WA(~E RATES APPLIES TO CLAM SI-j:EEL DREDGE, HOE AND
DH'PER, SHOVEl,S AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS
HANDLING OF HAZ](RDOm: HASTE MATERIALS
H-1 When not outt)tced with protective cloLhing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A" Suit - Base wage rate +$.75 per hour
ENGI0612-002 06/01/2008
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary pf w~hkaikum County
to the sea) MJD THURE3TON COUNTIES--
ON PROJECTS DF-SCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OJ;<' THE BASE RATE. PLUS FULL_FRINGE BENEFITS.
ON ALL OTHER WORK, 'J'J:IE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles) :
Rates
Fringes
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
W A08000 1 Modification 9
F ederal Wage Determination
I
I
I
GROUP 1AA - Cranes- 200 tons to 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
I
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
I
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks-on b~l(jing
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yardstD;~bUt TIBt, '-
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control -operator'
on rubber tired earth moving equipment; Rollagon; Scrapers-
self -propelled 45 yards and over; Slipform pavers; - ~-=," --
Transporters, all track or truck type
I
I
I
I
GROUP 2 - Barrier machine (zipper); Batch Plant OpeTator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 'tons,wi~fr
attachments; Crane-Overhead, bridge type, 20 tons through
44 tonsj Chipper; Concrete pump-truck mount with boom
attachmentj Crusher; Deck engineer/deck wincheS' (power);,
Drilling machinej Excavator, shovel, backhoe-3 yardS and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punchj Loaders, 'overhead under '6"'''-. -
yards; Loaders-plant feedj Locomotives-all j MechelIlics-"all'j
Mixers, asphalt plantj Motor patrol graders, ~iI1ishing; =
piledriver (other than crane mount) j Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Greenj
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yardsj Subgrader trimmer;
Tractors, backhoe over 75 hpj Transfer materiaYservlce
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-lOa tons and overj Truck Mount Portable'
Conveyor; Yo Yo pay
I
I
I
I
I
GROUP 3 - Conveyorsj Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck ~,
or crane mount; Dozer-D-9 and under; Forklift-3000 Ibs. and
over with attachmentsj Horizontal/directional drill
locatorj Outside Hoists-(elevators and manlifts)', air
tuggers, strato tower bucket elevators; Hydralif~s/boom -
trucks over 10 tonsj Loaders-elevating type, beltj Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lift materials;'
Saws-concretej Scrapers, concrete and carryall; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
I
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
21
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 Ibs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects. involving work on structures such as buildings
and bridges whose total value is less than_$1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
~nvolved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be eligible for
cQmp~nsation in accordance with the following group
schedule relative to the level of hazardous waste as
outli.ned in the specific hazardous waste project site
safec.y plan.
H-] Base wage rate
our.:fitted with
H-~ Cldss "C" Suit
H-3 Class "8" Suit
H-4 Class "A" Suit
when on a hazardous waste site when not
protective clothing
- Base wage rate plus $
- Base wage rate plus $
- Base wage rate plus $
.25 per hour.
.50 per hour.
.75 per hour.
ENGT0701-002 01/01/2008
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKI~~UM COUNTIES
POWER RQUIPMENT OPERATORS: ,ZONE 1
Rates
FrJnges
Power equipment operators:
(See Footnote A)
GROUP 1..................... $ 35. 06
GROUP 1A.... ..... ....... ....$ 36.75
GROUP lB...... ......:.......$ 38.44
GROUP 2..................... $ 33. 55
GROUP 3.....................$ 32.62
GROUP 4..................... $ 31. 75
GROUP 5..................... $ 30. 72
GROUP -6. . . . . . . . . . . . . . . . . . . . . $ 27.94
10.25
10.25
10.25
10.25
10.25
10.25
10.25
10.25
W A08000 1 Modification 9
Federal Wage Determination
I
I
I
I
I
I
-I
I
I
'I
.1-
,I'
.-1
I
I
I
I
22 I
I
I
I
I
Zone Differential (add to Zone 1 rates):
Zone 2 $2.00
Zone 3 - $4.00
I
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
I
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or projects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
I
I
I
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
I
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for-all classifications.
I
I
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
I
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
I
I
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
I
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in
erecting work; Whirley Operator, 90 tOn and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
'23
I
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment); LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
I
I
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
I
GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Rota
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required); Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 Ibs and above; Bulldozer operator,
twin engine; Bulldozer Operator, tandem, quadnine, D10, D11,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head; _-_
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC --
CRANE: Hydraulic crane operator 90 ,tons through 199 tons
(without luffing or tower attachment); TOWER/WHIRLEY
OPERATOR' Tower Crane Operator; Whirley Operator, under 90
tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to
200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc. operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than lS0 tons; LOADERS: Loader operator, 120,000
Ibs. and above; REMOTE CONTROL: Remote controlled
earth-moving equjpment; RUBBER-TIRED SCRAPERS: Rubber-
tired scraper opeIator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, ClamshelL operator 5 cu. yds and over; TRENCHING:__
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required); Canal Trimmer (Grade Oiler
required); Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator);
UNDERWATER EQUIPMENT: Underwater Equipment Operatpr, remote-
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,000 Ibs.; HYDRAULIC CRANE: Hydraulic crane operat-ar, -
50 tons through 89 tons (with luffing or tower attachment) ;
I
I
I
I
I
I
I
I
I
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 Ibs. up_
to and including 120,000 Ibs.; HYDRAULIC CRANE: _Hydraulic
crane operator, 50 tons through 89 tons (without luffing
or tower attachment); LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom) ;
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80,000 lbs. through 130,000 Ibs.; LOADERS:
Loader operator 60,000 and less than 120,000; RUBBER-TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 ell yds.
I
I
I
I
W A08000 1 Modification 9 24
Federal Wage Determination
I
I
I
I
I
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screedman required); BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi-engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any
type); CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type); Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine) ;
Hydro Axe (loader mounted or similar type); COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi-engine; Compactor Operator, robotic-;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types); Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom t-ype
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 - ton; Hoist Operator, -stiff leg, guy-
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; GrizzleyOperator; Dri~l Doctor;
Boring Machine Operator; Driller-~ercussion, Diamond,core,
Cable, Rotary and similar type; Cat Drill (John Henry) ;
Directional Drill Operator over 20,000 lbs pullback;
FLOATING EQUIPMENT: Diesel-elettricEngineer; Jack
Operator, elevating barges, Barge Operator~ self- - -c-:__ -
unloading; piledriver Operator (not crane type) (Deckhand
required); Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required) ;
Floating Crane (derrick barge) Operator, less than 30-tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all- types)-;
Guardrail Auger Operator (all types); Combination Guardrail
machines, i.e.~ punch auger, etc.; HEATING PLANT: Surface
Hea~er and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe- operator, track and wheel~type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20,000 lbs through 80,000 lbs.;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders-
Operator, front end and overhead, -25,000 lbs and less than
60,000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
W A080001 Modification 9
Federal Wage Determination
25
I
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix); Asphalt Burner and
Reconditioner Operator (any type); Roto-Mill, pavement
profil~r, ground man; BULLDOZERS: Bulldozer operator,
20,000 lbs. or less or JOO horse or less; COMPRESSORS:
Compressor Operator (any power), over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade); CONCRETE: Comb~nation mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumpcrete Operator ~any
type); Pavement Grinder and/or Grooving Machine Operator
(riding type); Cement pump Operator, Fuller-Kenyon and
similar; Concrete Pun~ Operator; Grouting-Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; ,Cast in place pipe laying machine; maginnis-
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete paving Machine Operator; Concrete
Finishing_Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator;_ Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
.
Operator; piledriver Operator (not crane type); PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet cutting Tool System Operator/Mechanic; Vacuum Blasting
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder); H.D.
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS:
Rubber-tired Scraper Operator, single engine, single
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds.; Rubber-tired Scraper Operator, twin engine;
Rubber-tired Scraper operator, with push- pull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, _SKOOPER OPERATOR: Diesel Electric
Engineer; Stationary Drag Scraper Operator; Shovel,-
Dragline, Clamshell, Operator under 3 cy yds.; Grade-all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator" rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
W A08000 1 Modification 9
F ederal Wage Determination
I
I
I
Hydraulic Boom Truck, pittman; DRILLING: Churn Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 Ibs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type);
Hydraulic Backhoe Operator track type up to and including
20,000 lbs.; LOADERS: Loaders, rubber- tired type, less
than 25,000 lbs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser);
PIPELINE-SEWER WATER: Hydra hammer or similar types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator,
Operator; Ballast Tamper Multi-Purpose Operator; Track
Liller Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material haule~;
SURFACING (BASE) MATERIAL: Rock Spreaders-, ,self-propell-ed;
Pulva-mixer or similar types; Chip Spreading'machine
operator; Lime spreading operator, construction 10b siter;'
SWEEPERS: Sweeper operator (Wayne type) self-propelled'
construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
I
I
I
I
I
I
I
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; pugmill
Operator (any type); Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power), under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer-Box
Operator (C.T.B., dry batch, etc.); Cement-Hog Oper~tor;
Concrete Saw Operator; Concrete Curing Machine Operator-
(riding type); wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drum; Tugger-or
Coffin Type Hoist Operator; CRUSHER: Crusher Oilerj-'Crusher
Feederman; CRUSHER: Crusher oiler; Crusher-feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (excluding working
platform) i Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job sitei Lull Hi-Lift Operator or Similar TypeiGUARDRAIL
EQUIPMENT: Oiler; Auger oiler; oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less-
than 1 cu yd.); Bucket Elevator Loader Operator ,-
BarberGreene and similar types; OILERS: Oil-er; -.Guardrail
Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(po'..er agitated); PUMPS: Pump Operator (any power);
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oileri Switchman; Motorman; Ballast Jack Tamper Operator;
I
I
I
I
I
I
I
I
W A080001 Modification 9
Federal Wage Determination
27
I
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade); Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt); Tamping
Machine operator, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator
ENGI0701-003 01/01/2008 (revised from ENGI0701-004)
Clark, Cowlitz, Klickitat, Pacific (South) I Skamania, and Wahkiakum
Counties
Rates
Fringes
Dredging:
ZONE A
ASSISTANT ENGINEER.. .......$ 35.66 10.05
ASS ISTlI..NT MATE. . . . . . . . . . . . . $ 31.53 10.05
LEVERMAN, DIPPER,
ECLOATING CLAc'VISHELL. . . . . . . . . $ 38.12 10.05
LEVERMAN, HYDRAULIC. . ... . ..$ 38.12 '10.05
TENDERMAN... ...............$ 34.54 10.05
ZONE B
ASSISTANT ENGINEER........ .$ 37.66 10.05
ASSISTANT MATE. . . . . . . . . . . . . $ 33.53 10.05
LEVERMAN, DIPPER,
FLOATING CLkMSHELL. .. .. . . ..$ 40.12 . 10_.05
LEVERMAN, HYDRAULIC... .. ., .$ 40.12 10.05
TENDERMAN.... ....... .......$ 36.54 10.05
ZONE C
ASSISTANT ENGINEER..... ....$ 38.66 10.05 ~ ~
ASSISTANT MATE. . . . . . . . -. . . . . $ 34.53. .10.05
LEVERMAN, DIPPER,
FLOATING CLAMSHELL... ......$ 41. 12 -10.05
LEVERMAN, HyDRAULIC....... .$ 41.12 10.05
TENDERMAN. . . . . . . . . . . . . . . . . . $ 37.54 -10.05 _
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B Over 30-50 road miles from-Portland City-Hall.
ZONE C - Over 50 road miles from Portland City Hall.-
*AII jobs or projects shall be computed from the city hall by
the shortest route to the geographical center of the
project.
\N A08000 1 Modification 9
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I.
I
I.
-1.-
I
I
1
28
I
I
I
I
IRON0014-005 07/01/2007
I
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
I
Rates
Fringes
I
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 28. 22
15.52
IRON0029-002 07/01/2007
I
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
I
Rates
Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 30. 25
15.52
I
IRON0086-002 07/01/2007
YAKIMA, KITTITAS AND CHELAN COUNTIES
I
Rates
Fringes
I
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 29. _0 0
15.52
IRON0086-004 07/01/2007
I
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, .
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
I
Rates
.Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 32. 40
15.52
I
I
I
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
29
LAB00001-002 06/01/2008
Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP,
LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY
EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO
PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH,
THURSTON AND WHAT COM COUNTIES
Zone 1:
GROUP 1........... . . . . . . . . . $
GROUP 2..... . . . . . . . . . . . . . . . $
GROUP 3.....,..............$
GROUP 4.... ............... $
GROUP 5.... " ............. $
Rates
21.19
24.01
29.66
30.37
30.85
Fringes
8.46
8.46
8.46.
8.46
8.46
CHELAN, T)OUGLAS (WEST OF THE 120TH MERIDIAN),
KITTITAS AND YAKIMA COUNTIES-
GROUP 1..... ......... ... ...$ 17.45
GROUP 2... . . . . . . . . . . . . . . . . . $ 19. 97
GROUP 3.. . . . . . . . . . . . . . . . . . . $ 21. 85
GROUP 4... ........... ......$ 22.37
GROUP 5....................$ 22.76
8.46
8.46
8.46
8.46
8.46
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $ .70
ZONE 3 - $1.00
BASE POINTS: CHEL7~, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Prolects within 25 radius miles of the respective
city hal]
ZONE 2 -.Moretl1an 25 but less than 45 radius miles -from the
respective city hall
ZONE 3 - More tban 45 radius miles from the respective city
hall
BA~E POINTS.: BELL1NGHAM, MT. VERNON, EVERETT, SEATTLE, KENT-,
TACOr1A, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON,
PT. ~OWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects wLthin 25 radtus miles of the respective
ci ty hal]
ZONE 2 - More than 25 but less than 45 radius miles-frDm the
respective city ball
ZONE 3 - More t~an 45 radius miles from the respective city
hall
W A08000 1 Modification 9
F ederal Wage Determination
I
I
I
THE
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
.30 I
I
I
I
LABORERS CLASSIFICATIONS
I
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
I
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagmanj pilot Car
I
GROUP 3: General Laborerj Air, Gas, or Electric Vibrating
Screedj Asbestos Abatement Laborer; Ballast Regulator
Machinej Brush Cutterj Brush Hog Feederj Burnerj Carpenter
Tender; Cement Finisher Tenderj Change House or Dry Shackj
Chipping Gun (under 30 lbs.) j Choker Setter; Chuck Tenderj
Clean-up Laborerj Concrete Form Stripperj Curing Laborerj
Demolition (wreckin~ and moving including eharred-
material) j Ditch Diggerj Dump Personj Firie Gradersj
Firewatchj Form Setter; Gabian Basket Buildersj Grout
Machine Tenderj Grindersj Guardrail Erector; Hazardous
Waste Worker (Level C); Maintenance Personj Material Yard
Personj Pot Tenderj Rip Rap Personj Riggersj Scale Personj
Sloper Sprayerj Signal Personj Stock Pilerj Stake-HOpperj
Toolroom Man (at job site)j Topper-Tailerj Track Laborerj
Truck Spotterj Vinyl Seamer
I
I
I
I
I
GROUP 4: Cement Dumper-pavingj Chipping Gun (over 30 lbs.) j
Clary Power Spreaderj Concrete Dumper/Chute Operatorj
Concrete Saw Operatorj Drill Operator (hydraulic, diamond,
aiartrac)j Faller and Bucker Chain SaWj- GradeCheck~Tand
Transit Personj Groutmen (pressure) including post tension
beams j Hazardous Waste Worker (Level B); High Scaler;- -
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Nozzleman (concrete pump, green-
cutter when using combination of high pressure air-and '-
water on concrete and rock, sandblast, gunite, shotcrete,..-
water blaster, vacuum blaster)j Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not
insert type); Pipe Wrapper; Power Jacks; Rai lroad ;Spike--
Puller-power; Raker-Asphalt-; Rivet Buster)" Rodder; Sloper
(over 20 ft); Spreader (concrete); Tamper and S~mi~ar
electric, air and glas operated tool; Timber Person-sewer
(lagger shorer" and cribber); Track Liner Power; Tugger"
Operator; Vibrator; Well Point Laborer
I
I
I
I
I
GROUP 5: Caisson Worker; Miner; Moftarman and Hodcarrier; Powderman;
Re-Timberman; Hazardous Waste Worker (Level l'l) -: '-'
----------------------------------------------------------------
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
31
LAB00238-004 06/01/2008
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates
Fringes
Laborers:
ZONE 1:
GROUP 1.................... $ 20. 56
GROUP 2....... ... ...... ....$ 22.66
GROUP 3.................... $ 22. 93
GROUP 4....... .......... ...$ 23.20
GROUP 5.................... $ 23. 48
GROUP 6.......... . . . . . . . . . . $ 24.85
7.70
7.70
7.70
'7.70
7.70
u 7.7,0
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1:
Zone 2:
0-45 radius miles from the main post office.
45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc..
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenl,.;r Tender; Cement Handler; Clean:-up Laborer;,
Concret~a Crewman (to .include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumpcrete machine, 'signaling.,
handling the nozzle of squeezcrete or similar machine, 6
inches Clnd smaller).; Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
DU~9maD. Fence Erector; Firewatch; Form Cleaning Machine
Feeder. Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail. (to include guard rails, guide and
reference posts, Eign posts, and right-of-way ma.rkers).;..
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumpcrete
Cre\Vffian, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Taiihoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well-point Man;
AJl Oth~r Work Classifications Not Specially Listed Shall
Be ClasP>ified As General Laborer
W A08000 1 Modification 9
Federal Wage Determination
;,,' ':-~--
I
I
I
I
I
I
,I
1
I
I
1-
.1
I'
I
I
I.
I
32
I
>,
I
I
\
I
I
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
required ,to move and position machine); Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (us~s a chemical "splash suit" and air purifying
respirator); Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter) ;
Nozzleman (to include squeeze and flo-crete nozzle) ;
Nozzleman, water, air or steam; Pavement Breaker (under 90
Ibs.); pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex,and
similar tampers); Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
I
I
I
I
I
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup'brush
machine, power propelled); Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle) ;
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conj unction with a chemical "splash suit") '; High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam opera,tor and rigger on ~:tunnels) ;
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 Ibs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 Ibs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper;, Plasterer Tender; Vibrators (all)
I
I
I
I
I
GROUP. 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
sel f -contained breathing apparatus or a supplied air line);,
Mine~ Cla~s "D", (to include raise and shaft miner, laser
beam operator on raises and shafts)
I
I
GROUP 6 - powderman
I
I
I
W A08000 I Modification 9
F ederal Wage Determination
I
'33 :
LAB00238-006 06/01/2008
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMB1A, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
Rates
Fringes
Hod Carrier........... .... ..... ..$ 24.10
7.70
LAB00335-001 06/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SI~IA AND WAHKIAKUM COUNTIES
Rates
Fringes
Laborers:
ZONE 1:
GROUP 1..,................. $ 25.94
GROUP 2....,...............$ 26.54
GROUP 3. .................. $ 26. 98
GROUP 4.... ........... .....$ 27.36
GROUP 5... . . . . . . . . . . . . . . . . . $ 23.44
GROUP 6................,... $ 21. 02
GROUP 7., ............... ..$ 17.82
8.25
8.25
8.25
8.25
8.25
8.25
8.25
Zone Differential (Add to Zone 1 rates) :
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 1.70
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects 'vithin 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3, More than 40 miles but less than 50 miles from the
,respecLive city pall.
ZONE 4: 'More than 50 miles but less than 80 miles from the
respec~lve city hall.
ZONE 5: MorE than 80 miles f~om the respectiye c~ty hall.
- W A08000 1 Modification 9
Federal Wage D~termination
I
I
I
I
I
I
I
'I
I
I
I
.1
I'
I.
I
I
I
34 .1.-
I
I
I
LABORERS CLASSIFICATIONS
I
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew) ;
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chlpper'
Operator or Similar Types; Railroad Track L~borer&;R~bbon_
Setters (including stee~ forms); Rip Rap Man (hand placed) ;
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight-Man- Crusher
(aggregate when used)
I
1
I
I
I-
GROUP 2: Applicatoy (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of -an -- - .
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
I
I
I
I
I
GROUP 3: Asbestos Removal; Bit-Grinder; Dril~-Doctor; Drill
Operators, air tracks, cat drills, wagon drills,-----
rubber-mounted drills, and other similar tyPes-including at-
crusher plants; Gunite Nozzleman; High Scalers, Scrippers -
and Drillers (covers work in swinging stages, cha{rsor-
belts, under extreme conditions unusual-to normal-dT~lring;
blasting, barring-down, or sloping -and strippirtg) -i' Mi'ulh61e-
Builder; Powdermen; Concrete Saw Operator; pwdermen; Power
Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
I
I
I
I
I
W A08000 1 Mooification 9-
Federal Wage Determination
'....-- -
I
35
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky _
Locomotive-Tunnel; Powderman-Tunnel; Shiel&Operator-Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LAB00335-010 06/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MlillE Bx EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), S~~IA AND WAHKIAKUM COUNTIES
Rates
Fringes
Hod Carrier.. . . . . . . . . . . . . . . . . . . . . $ 27.96
8.25
---~-------------------------------------------------------------
.
PAINOOOS-002 06/01/2007
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates
Fringes
Painters:
STRIPERS... ... .......... ....$ 25.38
11.02 _
- ~- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - .::.. - - - - - - - - - - = - - - - - ---.:;.-=- - - - - - -
PA1N0005-004 07/01/2007
CL~LLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates
Fringes
PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . . $ 19.91
6.85
Vi A08000 l Modific.atioll 9
Federal \it! age Determination
~' .. -;:- - ~'::"-~
. .
I
I
I
I
I
I
I
I
I
I
I
-I
I
'~I
I
I
I
-. ,36
---I,
.- .
I
I
I
PAIN0005-006 07/01/2007
I
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ;
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE; STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
I
Rates
Fringes
I
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, -Bridges,
Towers, Tanks, Stacks,
Steeples. . . . . . . . . . . . . . . . . . . . $ 20.84
Over 30'/Swing Stage Work..$ 21.54
Brush, Roller, Striping,
Steam-cleaning and Spray....$ 15.09
Lead Abatement, Asbestos
Abatement.. ...... ...........$ 20.84 -
TV Radio, Electrical
Transmission Towers....... ..$ 21.59
Over 30'/Swing Stage Work..$ 22.29
7.38
7.38
I
I
7.38
7.38
I
6.18
7.38
I
I
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
_I
PAIN0055-002 04/01/2008
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
I
Fringes
Rates
I
Painters:
Brush & Roller.. .......... ..$ 19.88
High work - All work 60
ft. or higher....... ........$ 20:63
Spray andSandblasting......$ 20.48
7.05
7.05
7.05
I
PAIN0055-007 06/01/2007'
I
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates
Fringes
1
Painters:
HIGHWAY & PARKING LOT
STRIPER.....................$ 28.27
8.27
I
I
W A08000 1 Modification 9
Federal Wage Determination
, .,
I
3'7 '
1
PLAS0072-004 06/01/2007
I
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
I
I
Rates
Fringes
Cement Mason/Concrete Finisher
ZONE 1:..................... $ 24.68
7.98
1
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
1
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
. Zone 1: 0: 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
I
PLAS0528-001 06/01/2008
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHAT COM COUNTIES
I
Rates
CEMENT MASON. .... .,. ... .....$ 34.68
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 35.18
TROWLING MACHINE OPERATOR
ON COLORED SLABS COMPOSITION
OR K.A.LMAN FLOORS. . . . . . . . .'. . . $ ,6. 18
Fringes
12.13
I
Cement Masons:
I
12.13
12.1J
I.
PLAS0555-002 06/01/2008
I
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1: Rates
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPE1\lDED/HANGING SCAFFOLD..$ 27.87
CEMENT l~SONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD... .........$ 27.34
CEMENT !~\SONS.... .., ... .....$ 26.80
COMPOSI~ION WORKERS AND
POWER MACHINERY OPERATORS. ..$ 27.34
Fringes
I
Cement Masons:
I
H.83
14 .83
14.83
I
14 .83
I
I
W A08000 1 Modification 9
Federal Wage Determination
.38
I
I
I
I
Differential (Add To Zone 1 Rates) :
I
Zone
Zone 2 -
Zone 3
Zone 4
Zone 5
$0.65
1.15
1. 70
3.00
I
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
I
ZONE 1: projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 mi~es -from-the respective city-hall
I
I
PLUM0032-002 01/01/2008
I
CLALLAM, KING AND JEFFERSON COUNTIES
Rates
- : Fringes -
I
Plumbers and Pipefitters.........$ 39.88
17.51
PLUM0032-003 06/01/2007
I
CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN
(NORTH) COUNTIES
I
Rates
Fringes-
Plumbers and Pipefitters.. .......$ 26.78
14.29
I
PLUM0044-003 06/01/2007
I
ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN
PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
I
Rates
Fringes-
I
Plumbers and Pipefitters
ADAMS (NORTHERN PART) ,
ASOTIN (CLARKSTON ONLY),
FERRY (EASTERN pART) ,
LINCOLN, PEND ORIELLE AND
STEVENS AND SPOKANE
COUNTIES......... ...........$ 30.14
WHITMAN COUNTy..... .........$ 36.24
. 12.81
12.81
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
I
39
I
PLUM0082-001 06/01/2007
I
CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKm~ COUNTIES
I
Rates
Fringes
I
Plumbers and Pipefitters.........$ 35.55
15.32
I
PLUM0265-003 06/01/2007
Rates
Fringes
I
ISLAND, SKAGIT,
SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES
Plumbers and Pipefitters.........$ 35.55
15.32
-I
PLUM0290-003 04/01/2008
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
-I
Rates
Fringes
Plumbers and Pipefitters.........$ 35.69
16.39
I
PLUM0598-005 06/01/2008
I
ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF
CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY
(WES'l'ERN PART) i FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN
(EASTERN), WALLA WALLA AND YAKIMA COUNTIES
-I
Rates
_ Fdng~s
I
PLUMBER. . . . . . . . . . . . . . . . . . . . . . . . . . $ 38.64
19.10 _
I
I
1
I
I
WA080001 Modification 9
Federal Wage Determination
40
--1--
1
I
I
PLUM0631-001 06/01/2007
I
MASON (NE SECTION), AND KITSAP COUNTIES
Rates
Fringes
I
Plumbers and Pipe fitters
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
where the plumbing and
mechanical cost of the
project is less than
$100,000. . . . . . . . . . . . . . . . . . . . $ 27.39
All other work where the
plumbing and mechanical
cost of the project is
$100,000 and over...........$ 34.90
11.18
I
I
I
I
I
15.32
I
TEAM0037-002 06/01/2008
I
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
. Rates
Fringes
I
Truck drivers:
ZONE 1
GROUP 1.... ................$ 26.40
GROUP 2.................... $ 26. 52
GROUP 3.................... $ 26. 65
GROUP 4. . . . . . . . . . . . . . . . . . . ..$ 26. 91
GROUP 5.................... $ 27.13
GROUP 6..................... $ 27.29
GROUP 7....................$ 27.49
11.91
11. 91
11.91
11.91
11. 91
11. 91
11.91
I
I
I
Zone Differential (Add to Zone 1 Rates) :
Zone 2 - $0.65
Zone 3 - 1. 15
Zone 4 - 1.70
Zone 5 2.75
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
41
I
I
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
I
ZONE 1: Projects within 30 miles of the respective city
hall.
I
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
I
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
I
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
I
TRUCK DRIVERS CLASSIFICATIONS
- GROUP 1: A Frame or Hydra lift truck w/load bearing -
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck;_Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); pilot Car; pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, SteaM Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
I
I
I
I
I
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trucks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
I
I
I
GROUP 3: Ammonia NJ.trate Distributor Driver; Dump trucks,
side, end and bottoIT'. dumps, including Semi Trucks and
Trains or co~inations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 Cll yds. and including 11 cu yds.; Truck
Mechanic-WeIder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
42
1-
I
I
I
I
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
dumps, including Semi-Trucks and Trains or combipations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons .
I
I
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
I
GROUP 6: Bulk Cement Spreader w/o ~uger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and 'Bottom
dumps, including Semi Trucks and Trains of combigations
thereof: over 60 cu. yds. and including 80 cu~ yds.,. and
includes Articulated Dump Trucks; Skid Truck
I
I
GROUP 7: Dump Trucks, side, end and bot~om-dumps~ including
Semi Trucks and Trains or combinations thereof: over 80.cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate) .'
I
TEAM0174-001 06/01/2007
I
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING,KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by e~tending the
north boundary line of Wahkiakum County west to-the Paclfic
Ocean), PIERCE, SAN JUAN, SKAGIT, S~OHOMISH, T~Y~STON~AND
WHAT COM COUNTIES
I
Rates
. Fringes
I
Truck drivers:
ZONE A:
GROUP 1:.................:. $ 29. 42
GROUP 2:.. . . . . . . . . . . . . . . . . . $ 28. 71
GROUP 3:.. .... .......... ...$ 26.18
GROUP 4: . . . . . . . . .. . . . . . . . . . $ 21.69
GROUP 5:... ............. ...$ 29.b7
12.48
12.48
12.48
12.4~
12.48
I
I
. ZONE B (25-45 miles from center of listed citie~*):.~dd $.70
per hour to Zone A rates. .' -
ZONE C (over 45 miles from center of listed cities*),: As:J.d
$1.00 per hour to ZO!1e A rates. ,.'.< ..... .' .
I
*Zone pay will be ~alculated from the city.center of Efi~
following listed cities:
I
I
I
W A08000 1 Modification 9
Federal Wage Determination
43
-". -- ..
I
BELLINGHAM
EVERETT
SEATTLE
TACOMA
CENTRALIA
SHELTON
PORT ANGELES
PORT TOWNSEND
RAYMOND
ANACORTES
MT. VERNON
ABERDEEN
OLYMPIA
BELLEVUE
KENT
BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipP1ent transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
incremenL; Explosive Truck (field mix) and-similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,OOO gallons and over capacity---
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks~
~ide, end and-botLom dump,- including semi-trucks and trains,
or combinations thereof with less than 16 yards _capacity-; ~
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;-
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,_
rubber-tired) (when used within Teamster jurisdiction) ;
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or pilot Car
GROUP 5 - Mechanic
W A 08000 r Modification 9
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~I
I
I
44
-I
I
I
I
HAZMAT PROJECTS
I
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line. '
I
I
I
TEAM0760-002 06/01/2008 .
I
ADAMS, ASOTIN,'BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARRIELD,.GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
I
Rates
Fringes'
I
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1....................$ 20.02
GROUP 2.................... $ 22. 29
GROUP 3.................... $ 22. 79
GROUP 4............... .....$ 23.12
GROUP 5.................... $ 23. 23
GROUP 6.. ...... ............$ 23.40
GROUP 7... ......... ........$ 23.93
GROUP 8.................... $ 24. 26
11.05
11.05
11.05
11.05
11.05
11.05
11. 05
11.05
I
I
I
Zone Differential (Add to Zone 1 rate:
Zone 2 - $2.00)
I
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: O~45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
I
TRUCK DRIVERS CLASSIFICATIONS
I
GROUP 1: EscQrt Driver or pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
I
I
I
W A080001 Modification 9
Federal Wage Determination
I
45
I
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 Ibs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fu~l Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
I
1
GROUP 3' Auto Crane (2000 Ibs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 Ibs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & recei.ving); Wrecker & Tow Truck
1
1-
I
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; warehouseperson; Water Tank truck (0-8,000 gallons)
-I
I
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
I
I
GROUP 6: FlaherLy-Spreader Box Driver; Flowboys; Fork Lift
(over 10,000 Ibs.); Dumps (Semi-end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor wi~h trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 5D tons)
I
I
I
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
operated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds:); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
I
I
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
pilot Hauling Employees or Materials
I
I
W A08000 1 Modificacion 9
Federal Wage Dfltennrnation
46
I
I
I
I
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in addition to the classification workirrg-in--as
follows:
I
I
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective-clothing.
I
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical splash suit or fully encapsulated suit -with.
a self-contained breathing apparatus.
I
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
I
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
I
WELDERS - Receive rate prescribed for craft-performing
operation to which welding is incidental.
- - ~ ~ -
=======================================================~===;====
I
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii) )-.
I
I
In the listing above, the "SU" designation means-that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other_designations
indicate unions whose rates have been determined to be
prevailing.
I
I
WAGE DETERMINATION APPEALS PROCESS
I
1.) Has there been an initial decision in the matter? This can
be:
*
*
*
an existing published wage determination~
a survey underlying a wage determination
a Wage and Hour Division letter setting forth a position on
a wage determination matter
a conformance (additional classification and rate) ruling
I
*
I
On survey related matters, initial contact,-including requests
for summaries of surveys, should be with the- Wage--and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
I
I
W A08000 1 Modification 9
Federal Wage Determination
c.-~-c.- -...
I
47
with regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). write to:
Wage and Hour Administrator
U.S. Department of Labor
200 constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
washington, DC 20210
4.) All decjsions by the Amninistrative Review Board are final.
-----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISION
W A08000 1 Modification 9
F ederal Wage Determination
I
I
I
I
I
I
I
I
I
I
...
I
I
I
I
"
I
I
I
48
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
for
EASTERN CORRIDOR PHASE II
AREA 1
PROJECT NO. 06-21
CITY OF PORT ANGELES
WASHINGTON
June 2008
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
pre~ ~r~ ~th
Project Engineer
Reviewed by: Stephen P. Sperr
~C?
Deputy Director (.I 0 -,
Ci
C~.~r t!,Jrv; 1l778~-(
PW 0407_01 Part01 doc [Revised March 2008] I - 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE 01= CONTENTS
EASTERN CORRIDOR PHASE II
AREA 1
PROJECT NO. 06-21
PART I
BIDDING REQUIREMENTS:
Page No(s).
Advertisements for Bids................................................................................................ 1-3
Information for Bidders.................................................................................................. 1-4
Bidder's Checklist......................................................................................................... 1-5
Non-Collusion Affidavit............................................ ...................................................... 1-6
-Bidder's Construction Experience.......... ........... ... ......... ..................................... ........... 1-7
List of Proposed Subcontractors............ ........... ............................... ............................. 1-8
Bid Form... ... ... '" ... ... ... ... ...-... ...... ... ... ... ... ... ... ... ...... ... ... ... ...... ... ... ... ... ... ... ... .1-9-11
Bid Security Transmittal form... ... ... ... ... ... ... ... ... ... ... ... ... '" ... ... '" ... ... '" ... ... ..... ... ../-12
PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
Contract................................................................................... ................ ................. 11-1-4
Performance and Payment Bond............................. ................. ,........................ ......... 11- 5
Escrow Agreement for Retained Percentage.............................................................. 11- 6
Certificate of I nsu rance .... ....... .......................................................... (provided by bidder)
PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS...... 111-1-37
PART IV
ATTACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Davis-Bacon Prevailing Wage Rate Schedule for Washington State
C. Request For Information (RFI) and Construction Change Order (CCO) Forms
D. Contractor's Application for Payment Form
E. Sample Acord-25 Certificate of Liability Insurance
F. Request to Sublet and Subcontract Certification Forms
G. Amendments to the Standard Specifications
H. Project Plans (3 Pages)
PW 0407_01 Part01 doc [Revised March 2008] I - 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'.'
ADVERTISEMENT FOR BIDS
EASTERN CORRIDOR PHASE II
AREA 1
PROJECT 06-21
City of Port Angeles
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, POBox
1150, Port Angeles, Washington 98362, until 3.00pm, Wednesday, July 9,2008, and not later, and will then
and there be opened and publicly read at that time In the Jack Pittis Conference Room for the construction
of the following improvements
Sidewalk, Storm Drainage, Curb,and Gutter
Plans, specifications, addenda, and plan holders list for this project are available on-line through BUilders
Exchange of Washington, Inc at http //www bxwa com Click on "Posted Projects", Public Works", "City of
Port Angeles" Bidders are encouraged to "Register as a Bidder", In order to receive automatic emall
notification of future addenda and to be placed on the "Bidders LIst". Contact the BUilders Exchange of
Washington (425-258-1303) should you require further assistance Informational copies of any available
maps, plans and specifications are on file for Inspection in the office of the Port Angeles Public Works
Englneenng Services (360-417-4700)
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to thiS
invitation, shall not be dlscnminated against on the grounds of gender, race, color, age, national ongln or
handicap in consideration of an award of any contract or subcontract, and shall be actively soliCited for
participation In thiS project by direct mailing of the Invitation to bid to such businesses as have contacted the
City for such notification Further, all bidders are directed to solicit and consider mlnonty and women owned
businesses as potential subcontractors and matenal suppliers for thiS project.
Glenn A Cutler, P.E
Director of Public Works & Utilities
Publish: Peninsula Daily News [dates -6/16/08 & 6/23/08J
PW 0407_01 Part01 doc [ReVised March 2008] I - 3
1
I.
1
1
1
.
1
I
I
1
I
I
1
I
I
I
I
I
I
I
INFORMATiON FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herem called "Owner"), at 321 East Fifth Street, Port Angeles,
Washington 98362, until the time and date as stated m the ADVERTISEMENT FOR BIDS or as amenued through
addendum, and then at said office publicly opened and read aloud
Each bid shall be received by the Owner In the manner set forth m the ADVERTISEMENT FOR BIDS Each bid must be
submitted m a sealed envelope, so marked as to indicate Its contents without bemg opened, and addressed In
conformance with the in~tructlons of the ADVERTISEMENT FOR BIDS
Each bid shall be submi'tted on the reqUired bid form contamed In Part I of the Project Manual All blank spaces for bid
pnces must be filled m, in ink or typewntten, and the Bid Form must be fully completed and executed when submitted
Only one copy of the Bid Form IS required In addition, all other forms mcluded m Part I shall be filled out and completed,
Including any addendum(s), and enclosed In a sealed envelope endorsed with the name of the work Each bid shall be
accompamed by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port
Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by
such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with
18.27 RCW. -
The Owner may waive any Informalities or mmor defects or reject any and all bids Any bid may be withdrawn prior to the
scheduled lime for the opening of bids or authorized postponement thereof Any bid received after the time and date
specIfied shall not be consIdered. No bidder will be permitted to withdraw Its bid between the c10smg time for receipt of
bids and execution of the Contract, unless the award IS delayed for a penod exceeding sixty (60) calendar days A
conditional or qualified bid Will not be accepted.
The City of Port Angeles reserves the right to accept the bid that IS in the best Interest of the City, to postpone the
acceptance of bids and the award of the Contract for a penod not to exceed sixty (60) days, or to reject any and all bids
If all bids are rejected, the City may elect to re-advertlse for bids. Subject to the foregoing, the contract will be awarded
to the lowest responsIble bidder
The work Will begm within ten (10) calendar days after notice to proceed from the Director of Public Works & UtIlities and
shall be completed within the time as stated In the Advertisement for bids.
The Owner may make such investigations as it deems necessary to determme the ability of the bidder to perform the
work, and the bidder shall furnish to the Owner all such information and data for this purpose as.the Owner may request.
The Owner reserves the right to reject any bId, If the evidence submitted by, or mvestigation of, such bidder falls to
satisfy the Owner that such bidder is properly qualified to carry out the obligatIons of the Contract and to complete the
work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder.
The party to whom the Contract is awarded Will be reqUired to execute the Contract and obtam the Performance and
Payment Bond within ten (10) calendar days from the date the-notice of award is delivered to the bidder Such bond(s)
shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall
include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute It (them).
The notice of award Will be accompanied by the necessary Contract and bond forms In case of failure of the bidder to
execute the Contract, the Owner may, at its option, consider the bidder In default, in which case the bid deposit
accompanymg the bid shall become the property of the Owner.
The Owner, withm ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract
SIgned by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed
duplicate of the Contract Should the Owner not execute the Contract withm such penod, the bidder may, by wntten
notice, withdraw its Signed Contract. Such notice of Withdrawal Will be effective upon receipt of the notice by the Owner
The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner Should
there be reasons why the notice to proceed cannot be issued within such penod, the time may be extended by mutual
agreement between the Owner and Contractor. If the notice to proceed has not been issued Within the ten (10) calendar
day period or within the period mutually agreed upon, the Contractor may terminate the Contract Without further liability
on the part of either party All applicable laws, ordinances, and the rules and regulations of all authonties having
jurisdictIon over construction of the project shall apply to the Contract throughout.
PW 0407_01 Part01 doc [ReVised March 2008]
1- 4
I
I
'1--
c
I
I
I
I
I
I
I -
I
I
I
I
I
I
I
I
I
BIDDER'S CHECKLIST
.1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid
deposit in the form of a postal money order, cashier's check or other security and
filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the
proper form and filling out the section of the form below the words "Bid Bond"?
2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the
bid?
3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid
Form?
7. Has the non-collusion affidavit been properly executed?
8. Have you shown your contractor's state license number on the Bid Form?
9. Have you included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
9. Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
10. Have you filled out the Bidder's Construction Experience form? .
The following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
B. Performance and Payment Bond - To be executed on the form provided by
Owner, by the successful bidder and its surety company. To include name,
contact and phone number, and address of surety and power of attorney of
siqnatorv.
C. Insurance certificate(s).
PW 0407_01 Part01 doc [ReVised March 2008] I - 5
I,
1
1
I
I
I
I
I
I
I
I
1
I
1
I
I
I
I
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF ~lnJ \ (\ vY\
)
)
)
The undersigned, being first duly sworn on oath, says that the bid herewith
submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf
of any person not therein named; and (s)he further says that the said bidder has not
directly or indirectly induced or solicited any bidder on the above work or supplies to put in
a sham bid, or any other person or corporation to refrain from bidding, and that said bidder
has not in any manner sought by collusion to secure to him/her self an advantage over any
other bidder or bidders.
ih
Subscribed and sworn to before me this g day of ~u..iu
\
\\\ \ \ \ \ \ III/llffll/,
~\\\ s'cj M::Io 1'/%
~ ~.y\ ......... ~" ~
~ ~.. .. ~ L ~
.:::::: ^~ .. .. po- ~
:::::: ~.J:" \"\aOd '. "="^ ~
..::::: ....., . f) .. v' ::::
== 0 : 1~~/60 ~~:l~ ::
== z :O\o"t ~ : c:.. =
:::... ~:,.,., ::
~ .>'. ...c~v).O...~ ~
~ ) .... .... ~ ~
~ ~ 4? ......... ~ ~
~/1. OH 1 to"? ~\~
'11111111/ 1/1\ II\\\\\\:
, 2068'.
PW 0407_01 Part01.doc [Revised March 2008J I. 6
pie 7 Non-Collusion AffidaVit
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com - Always Venfy Scale
8. .. Have you ever failed to complete any work awarded to you? -Nt)
If so, where and why?
9. 1r Have you ever defau[ted on a contract? N, 0
10. .. list the more important projects recently completed by your company, stating approximate cost
for each, the month and year completed, contact name and phone number.
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S CONSTRUCTION EXPERIENCE
1.
Answer all questions and prOVide clear and comprehensive information.
Name of bidder: r l ~ m b (' A'l{\~.1. ct\ l'\Y\ . \) (\ c:...
Registration Number: V\2J:~C~~T \~\>1: . ,
Permanent main office address: 'Ie) 01 .\:S\oI'5Y"'j ~ ("1
~ ..I.ltYI L0'A. 0{\~ '(";l
When organized: ~ 9 t ~ .
Where incorporated: -
How many ~ears have you been en aged in the contracting business under your present firm
name? 2- y
" Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number,
2.
3.
4.
5.
6.
Jil
()~Nd
7. ... General character of work performed by your company: ~ e...v\ p l~ 0 Cr,-n~ w-J:W.n
\.~ ('I ~ \I\. p ~
11. " List your major equipment available for this contract: ~ 0 n. -tt t c.. ~/' <Lcl
12
13. Will you, upon request, fill out a d tailed financial statement and furnish any other information that
may be required by the City?
.. Add separate sheets If necessary.
The undersigned hereby authOrizes and requests any person, flfm or corporation to furnish any info
requested by the City of Port Angeles.
Date:
'1. q,O"(
't I( 'una GoA
Bidder's Signature:
""\
Print Name: '""1
Title:
PW 0407_01 Part01 ,doc [ReVised March 2008] r - 7
pie 8 Bidder's Construction Expenence
ProVided to BUilders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com - Always Venfy Scale
I,
I
I
; ~YVI. 9=\' ~
JPftlim ({])
CONSTRUCTION, INC.
Contracts on Hand at Julv 8. 2008
I Owner/Contracting Scheduled
Project Contract Amount Class of Work Architect/Engineer Completion
I Agent Date
Transportation Krel Architecture
Gateway $7,422,331 center & parking Clallam Transit Stanley Cruse Nov-08
I garage Authority (360) 850-5313
24,000 LF sewer City of Port Angeles
UGA Sewer $4,610,316 mains, 4000 LF Clallam County Mike Szatlocky (360) Jun-08
I trenching & pump
station 417-4801
Erect 12,000 SF of Rice Fergus Miller
I Vehicle Maintenance Facility $1,816,135 metal bUildings and Clallam County Fire Howard Struve Jul-08
perform associated District #3 (360) 377-8773
work
Sltework & utilities Charles Morgan &
I Elk Creek $712,043 for apartment Exxel Pacific, Inc. Jul-08
complex. Assoc
Earthwork & Utilities
I Southern View $880,000 for 16 lot Executive Homes NTI Jul-08
development Bob Leach
Install 540 LF
concrete curb and
library Media Center Concrete $260,000 gutter, 11220 SF 6" The Vemo Company
paving & 23380 SF
4" pavino. Schacht-Aslam Sep-08
ILavender Field Semor Estates Excavation, KDA Construction
$435,000 Earthwork, Utilities & Ben Juhl Ambia- Arch
Sltework Pac Land-CIvil Apr-08
I Clallam Bay Branch Library Construct the West North Olympic Library
$460,774 Addition (36'x64') Jerry Schlie Design,
Addition and Alternates System Inc Nov-08
Install 620' wall, 120'
I HUrricane Ridge Rd $197,000 of curb, 1700' of Lakeside Industnes
curb & gutter N/a Sep-08
Sltework & utilities, MillerlHull
Northwest Maritime $8,144,744 wood-framed Northwest Mantime Partnership
I structures Center Adin Dunning Apr-09
Holiday Inn Express $600,425 Site Excavation & Wright Construction
Utilities N/a Oct-08
I Taxiway Reconstruction $276,089 Install edge drains Port of Port Angeles URS Corp. CIndy
seal runway. Hirsch, P E. Aug-08
Trench for new
I Streetscape $496,862 Utilities, Install new City of Port Townsend
walkways, pavers,
and pavement Tom Miller Dec-08
Total contracts on hand $25,876,719
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,kms 10-1.2..
P .\
/ \ ,,/
I / ,7
r--- '>")~I
f II I/;
_~~ ,C:J , ~
'/ ~t1? \
r ( ;
! ( I /
I ,__:; J/i
CONSTRUCTION, INC.
Statement of Qualifications
970 Carlsborg Road, Sequim, Washington 98382
Phone: 360.683.5447 Fax: 360.683.6475
E-mail: jen@primoinc.org
PRIMOCI133P7
I
I
Primo Construction, Inc. was formed in November of 1979 to operate as a general construction company.
Today, Primo Construction enjoys a steady pattern of growth based primarily on its reputation for timely
completions, competent employees and efficient office staff.
I
I
Primo Construction is proud of its ability to handle a diverse range of construction projects. Because of its
reputation, the highest quality subcontractors, competitive in their respective trades, are available for Primo
Construction's projects.
I
Primo has had the same corporate officers since its inception; the current officers of the corporation are:
I
President. . . . . . . . . . . . . . . . . . . . . . . . . . . . Charles R. Parrish
1225 Taylor Cutoff Road
Sequim, W A 98382
I
Vice President. . . . . . . . . . . . . . . . . . . . . . . . Gregory V. Parrish
393 Cedar Park Drive
Port Angeles, W A 98362
I
Secretary/Treasurer. . . . . . . . . . . . . . . . . . . . James H. Bartee
2845 Happy Valley Road
Sequim, W A 98382
I
Primo Construction has extensive experience in all aspects of construction, including but not limited to:
I
* Commercial buildings
* Concrete construction
* Road building
* Utility installation
* Excavation/grading
I
Primo Construction is able to efficiently complete their construction projects using their own crews to
perform the excavation, grading, utility installation, foundations, through framing, siding and finish
carpentry. This ability to perform a large variety of operations ensures Primo's presence on site during the
entire project, affording better coordination between trades, a higher level of quality control, a close
relationship between field workers and office management, and an effective way to schedule with
confidence. Each of these items translates into savings for the client.
I
I
We offer a full range estimating staff to meet your needs. Please feel free to contact us for a free estimate or
bid at any time.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PRIMO CONSTRUCTION, INC.
COMPANY INFORMATION
BONDING AGENCY
Kibble & Prentice
P.o. Box 370
Seattle, W A 98111-0370
(206) 441-6300
Contact: Steve Palmer
BANK REFERENCES
Frontier Bank
901 W. Washington
Sequim, W A 98382
(360) 681-2590
Contact: Doug Holst
SURETY COMPANY
Safeco Insurance Company of America
Millennium Corporate Park, Bldg C
18400 NE Union Hill Rd
Redmond, W A 98052
(425) 376-8805
Contact: Jane Fox
ACCOUNTANT
Berntson Porter & Co., PLLC
Pacific First Plaza
155 108th Avenue NE, S. 510
Bellevue, W A 98004
(425) 454-7990
Contact: Stein Larsen
I
I
I
I
I
I
I
I
I
REFERENCES
Lakeside Industries
po Box 728
Port Angeles, W A 98362
(360) 452-7803
Contact: George Peabody
City of Sequim
152 West Cedar
Sequim, WA 98382
(360) 683-4908
Contact: Jim Bay
Lindberg Architects, Inc.
319 S. Peabody, Suite B
Port Angeles, W A 98362
(360) 452-6116
Contact: Bill Lindberg
City of Port Angeles
321 E. Fifth Street
Port Angeles, W A 98362
(360) 457-0411
Contact: Ron Johnson
Olympic Electric Co., Inc.
4230 Tumwater
Port Angeles, W A 98362
(360) 457-5303
Contact: Bill Burkhardt
Value Management Resources
503 N. Sequim Avenue
Sequim, W A 98382
(360) 582-3264
Contact: Roger Easling
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Roland Ordona
Pete Nesse
Robert Reick
Korey Smith
I
I
I
I
PRIMO CONSTRUCTION, INC.
PROJECT MANAGERS
James Bartee
Jerry Brownfield
Steven Lee
Charles Parrish
Gregory Parrish
40 years
44 years
35 years
40 years
40 years
SUPERVISORY PERSONNEL
Concrete Superintendent
Septic & Water Systems
Underground Utilities
Commercial Building
20 years
18 years
17 years
15 years
AVAILABLE CRAFTSMEN
CARPENTERS
TRUCK DRIVERS
EQUIPMENT OPERA TORS
GENERAL LABORERS
CONCRETE FINISHERS
I
I
I
PRIMO CONSTRUCTION, INe.
VEHICLES & EQUIPMENT
I
I
The following is a partial listing of vehicles and equipment that Primo Construction has available for your
job:
200-5 Hitachi Excavator
Limbo Tilt Trailer
I
200-3 Hitachi Excavator
Trailmax Tilt Trailer
200-John Deere Excavator
Lufkin Pup Trailer
Freuhauf Pup Trailer
I
450G John Deere Dozer
650 John Deere Dozer
3-Axle Equipment Trailer
I
3-Axle Form Trailer
543 Bobcat Skidster
I
2-Axle Grader Trailer
310 Backhoe
Compactors
JCB 214 Backhoe
I
2- Vibrating Rollers
JCB 1450 Sitemaster Backhoe
2-Forklift
I
JCB 1550 Backhoe
Laser Level
Two JCB 214S Backhoes
I
Air Compressor
Kobelco Excavator
Edco Concrete Saw
Model 601A Grader
I
Power Curber
645 Champion Grader
I
966 Cat Loader
AIl Blacktop Equipment for
small patching jobs
Five 10- Yard Dumps
AIl Equipment and forms for curb &
gutters, sidewalks and buildings
I
Two One-ton Flatbeds
Two Two-ton Flatbeds
I
2-Water Truck
I
I
I
I
I
I
I
I
I
I
I
Primo/
CONSTRUCTION, INC.
Major Projects Completed in Past 5 Years
Proiects Completed in 2007
o City of Forks Walks - $200,000
Install approximately 7,300 LF of curb & gutter, and 2,600 SY sidewalks for Lakeside
Industries. Contact. George Peabody @ (360) 452-7803
o Costco - $1,200,000
Perform all site work and building concrete for the completion of a 24 acre Costco
Wholesale store for Pennon Construction Co., Inc.. Contact Justin Campbell @ (206) 418-0235
I
I
I
I
I
I
I
I
I
I
I
o OMC Dietary/Cardiac/MRI - $1,200,000
Perform all site work and building concrete for the completion of an addition to the
existing hospital for Berschauer Phillips Construction Company.. Contact. Derek J @ (360)
754-5788
o Castle Hill Annex Renovation - $744,000
Renovate existing 8,000 SF wood-framed office facility in Jefferson County for the State
of Washington. Contact Bill Sloane, Architect @ (360)943-67745
o Cedar Ridge-$2,550,000
Provide site work, utilities and concrete for ISO-unit housing development in Sequim.
Contact Cedar Ridge Assoc, LLC Larry Freedman @ (360) 809-0164
o CCFD#3 Vehicle Maintenance Facility - $1,778,663
Construct a metal building maintenance facility with carport. Contact Rice Fergus Miller
Architecture & Planning, LLP @ (360) 377-8773
o OMC Oncology Addition and Ancillary Services Building. - $14,329,487
Construct a 47,500 SF Ancillary building and a 7,200 SF Oncology addition. Contact
Colhns Woerman @ (425) 822-6700.
Proiects Completed in 2006
o Lincoln Street Storm Sewer - $748,800
Installed approximately 1,100 LF of24" HDPE storm drainj, approximately 20 LF of 12"
HDPE storm drain and approximately 660 LF of 8" storm drain. Abandoned or removed
existing catch basins and plugged existing sewer connections. Installed and connected
new inlets, catch basins and storm drain manholes for the City of Port Angeles. Contact.
Eric Walrath, PE@ (360) 417-4811
o A New Weight Facility Addition - $735,000
Construction of addition to existing Sequim Aquatic Recreational Center for the Clallam
County Parks and Recreation District #1. Contact. Mary Ellen Wmborn @ (360) 452-7895.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o Brownfield Road & Utility Construction Project - $590,000
Work included approximately 1,400 liner feet of roadway and utility construction
between South 3rd Avenue and the intersection of Brownfield Road and South Sequim
Avenue. Major items of work included, but were not limited to, clearing, grubbing,
excavation, grading, storm drainage, water main and sewer force main construction,
shoring, asphalt paving and roadway illumination for the City of Sequim. Contact. James
Bay @ (360) 683-4908
o Makah Emergency Water - $756,000
The project consisted of the construction of approximately 23,000 lineal feet of 8-inch
water main along the east side of the Makah Passage between the Family Camp in the
Hobuck area to the wells located north of the southern reservation boundary in Clallam
County for the Makah Tribe. Contact. Charles White @ (360)645-2201.
o Hardy's Market - $380,000
Construction of a 3,200 square foot convenience store including all associated sitework
and interior finishes for PPB, LLC Contact. Chuck Parrish @ (360) 683-5447
o JimmyComeLately Creek/Estuary Restoration Site (#7009) - $330,000
This contract provided for the improvement of 3 .25 acres of land adjacent to US 101 at
MP 270.9 to MP 270.98 in Clallam County by excavating, hauling and reshaping and all
other work, for the Washington Department of Transportation. Contact Jerry D Moore @
(360) 457-2575
Projects Completed in 2005
o Deer Park Road, RD #40750 - $725,000
Reconstruction of 0.62 miles of Deer Park Road by realignment, regarding, widening,
drainage improvements, paving, hydro seeding and other work for Clallam County Public
Works Department. Contact. Dave Blbler@ (360) 417-2311
o Roosevelt Middle School Gymnasium Addition - $1,340,000
Construction of new concrete tilt-up gymnasium and mechanical improvements to
existing structure, including all associated sitework and utilities for Port Angeles School
District #121. Contact. Roger Easlmg@ (360) 681-0503 or (360) 460-7810.
o Crown'Park Sewer & Stormwater Improvements - $991,000
Installation 00,850 feet of 8 to 15 inch sanitary sewer and 1,050 feet of 12 to 36 inch
storm sewer, including manholes, stormwater treatment structure and improvements to a
stormwater outfal1.for the City of Port Angeles. Contact. Mike Szatlocky, PE @ (360) 417-4805
o JimmyComeLately Creek Estuary Restoration Project - $1,200,000
Excavation, removal and disposal of approximately 60,000 cubic yards of fill placed in
the Estuary, realignment and restoration of Dean Creek through the excavation of a new
channel and installing spawning gravel and large woody debris. Construction of
distributary channels in the restored estuary and construction of a temporary stream
bypass structure and installation of a soil plug in the old streambed for the Jamestown
S'Klallam Tribe. Contact Sam Glbbony @ (774) 757-2305
o Vintage at Sequim - $375,000
Excavate, cut & fill, rough grade, fine grade, install storm sewer, sanitary sewer and
water system and other associated work for assisted living facility for Exxel Pacific, Inc.
Contact Bruce Eskeberg @ (360) 734-2872
I
I
I
I
o Port Williams Reservoir Project - $778,000
Installation of approximately 3200 feet of irrigation pipe and a 5 million gallon reservoir
with appurtances in addition to installation of approximately 14,700 feet of irrigation pipe
for the Sequim Prairie Tri-Irrigation Association. Contact Gary Smith @ (360) 683-5049
I
I
I
I
Projects Completed in 2004
o Sheriff/Dispatch/EOC - $1,860,000
Construction of a new Sheriffs Office facility, including site improvements and the
remodel of a portion of the existing Administration Offices and Emergency Operations
Center at the Jefferson County Corrections Center for the Jefferson County Department
of Public Works. Contact Robert Hutchmson @ (509) 838-8681
I
I
o Social Services Complex - $2,465,000
Construction of a multi-use campus for administration and medical facilities, consisting
of three wood-framed buildings totaling approximately 12,000 square feet. Project work
includes site preparation, utility installation, landscaping and paving for the Jamestown
S'Klallam Tribe. Contact- Annette Nesse @ (360) 681-4620
I
o MP 0.00 Sail River Vie. Slide Repair - $530,000
Improved 0.1 Miles ofSR 1]2 in Clallam County, MP 0.00 to MP 0.10 by excavating
unsuitable foundation material, grading, water pollution and erosion control, installing
drainage and horizontal drain systems, surfacing, paving with hot mix asphalt, guardrail,
pavement markings, traffic control and other work for Washington State Dept of
Transportation. Contact: Brian Brewer @ (360) 533-9352
I
I
I
I
I
o Parking Lot Upgrade & Building Addition - $525,000
New foyer addition to the existing building including related mechanical and electrical
work. Site work consists of demolition of existing parking and replacement of walks on
the north side of the building, reconfiguration of existing access drives and parking on the
east and west sides of the building, and construction of a new parking lot. Work includes
related lighting, walks, curbs, striping, landscaping, fencing and quarry rock wall for the
Church of Jesus Christ of Latter Day Saints. Contact Bdl Green @ (360) 452-6116
o Pedestrian Underpass - $1,650,000
Demolition, excavation, shoring, traffic control, site utilities, storm water,
communication & data, construction of cast in place and pre-cast concrete tunnel,
concrete ramp and stairs, landscape & irrigation systems for completion of pedestrian
tunnel passing beneath SR 101 for the Jamestown S'Klallam Tribe. Contact- Annette Nesse
@ (360) 681-4620
I
o Wal-Mart Store 5273 - $755,000
Furnish & install all water, sewer and storm utility systems and all required
appurtenances for complete and operational systems. Form, pour finish curb & gutter,
walks, heavy duty concrete paving and miscellaneous other concrete work for Sierra
Construction Co., Inc. Contact_ Bryan Ploetz @ (425) 487-5200
I
I
I
I
I
I
o W Sequim Bay Rd. to Dawley Rd. - $330,000
Remove asphalt concrete pavement, grade, install drainage, place crushed surfacing,
pave, implement erosion control, install extruded curb, guardrail, permanent signing,
install pedestrian tunnel illumination and cement concrete floor overlay traffic control
and other work for WSDOT. Contact Jerry Moore, PE@ (360) 457-2575
I
I
I
I
o Lower Campus Sitework - $820,000
Clearing, excavation, installation of utilities, drainage, pavement, retaining walls,
landscaping and exterior flatwork, stairs and curb at the new tribal Dental Clinic for the
Jamestown S'Klallam Tribe. Contact. Annette Nesse @ (360) 681-4620
o Sequim Downtown Rural Economic Development Project - $530,000
Installation of approximately 16,000 LF of curb & gutter, 6,600 SY of sidewalks, 2,600
SY of approaches and other associated concrete work for Lakeside Industries. Contact
George Peabody @ (360) 452-7803 FAX 457-7932
o West Spruce Street Water Main - $320,000
Installation of2,900 linear feet of8-inch water main and street improvements including
roadway pulverization, grading, compaction and asphalt concrete pavement for the City
of Sequim. Contact Jim Bay@ (360) 683-4908 FAX 681-0552
I
I
o Serenity House of Clallam County - $1,025,000
Construction of a 10,000 square foot, single story, wood frame building for a New Adult
Shelter for Serenity House of Clallam County. Contact Cathy Whato @ (360) 452-7224 FAX
452-0806
I
Proiects Comoleted in 2003
I
I
I
I
I
o Maintenance Shop at Quilcene National Fish Hatchery - $900,000
Construction of a cement block maintenance building, including demolition underground
utilities, asphalt pavement and shop equipment for US Dept of Fish & Wildlife. Contact.
Jim Burby @ (503) 231-6252 FAX 231-6847
o Old Olympic Highway & Gasman Road - $1,500,000
Improvement of approximately 1.08 miles of Old Olympic Highway, .25 miles of
Gasman Road and 700 feet of turn lanes on SR 101 to include realignment, regarding,
widening, drainage, paving and other related work for Clallam County. Contact. Dave
Bibler @ (360) 417-2311 FAX 417-2513
o Westport Shipyards - $500,000
Complete all slabs and foundations for the construction of a new yacht-building facility
in Port Angeles for Westport Shipyards as a subcontractor for Fisher Construction.
Contact Dan Powers @ (360) 757-4094 FAX' 757-4005
I
o North Olympic Skills/Business Center - $500,000
Provide earthwork and utilities, concrete foundation, slabs, curbs & sidewalks for the
Port Angeles School District. Contact. Jim Jones @ (360) 457-8575 FAX 457-4649
I
o Laurel Street Slide Repair - $225,000
Repair slope failure by installing drainage, erosion control and retaining wall for the City
of Port Angeles. Contact. Gary Kenworthy@ (360) 417-4800 FAX 417-4709
I
'I
I
I
I:J North Viking Avenue Utility Improvements - $650,000
Installation of approximately 8,000 LF of 12" ductile water main, including two bores
beneath state highways, one 300 LF bore and one 150 LF bore and connection to existing
reservoir and to city main for the City ofPoulsbo. Contact Bill DuffY@ (360) 779-4078 FAX.
779-6384
I
Proiects Completed in 2002
I
I
I
I
I:J SR 3 Vic Falkner Rd - Unstable Slope - $300,000
The improvement of .13 miles of SR 3 in Kitsap County by clearing and grubbing,
excavation and removal of unstable landslide material, quarry spall buttress construction,
drainage, shoulder reconstruction, restriping and erosion control for the Washington State
DOT. Contact Jerry Moore @ (360) 457-2575 FAX 457-2527
I:J Irondale Road Improvements - $1,075,000
Increase paved road shoulder, improve drainage facilities, upgrade water distribution
systems, including Hilfiker wall, rockeries, asphalt paving, planting, and 8" water line for
Jefferson County. Contact. Monte Reinders@ (360) 385-9242 FAX 385-9]72
I
I
I:J Olympic Discovery Trail - $650,000
Construction of a 3.2 mile, 10' wide asphalt concrete pavement pedestrian trail including
unit pavers, specialty sign installation, landscaping, retaining walls, curb & gutter, storm
drainage and culvert installation for the City of Sequim. Contact JIm Bay @ (360) 683-4908
FAX 681-0552
I
I:J Beach Resort Phase n - $1,500,000
Construction of ten cabins and one icehouse, including all site work and utilities for the
Quileute Indian Tribe in LaPush. Contact. Anna Parris @ (360) 374-6163 FAX' 374-63]]
I
I
I
I
I:J Francis Street Park Improvements - $425,000
Construction of improvements including but not limited to clearing and grubbing,
excavation, site preparation, landscaping, demolition, utilities, paving, drainage and
lighting for the City of Port Angeles. Contact. Gary Kenworthy @ (360) 417-4800 FAX 417-4709
I:J Neah Bay Middle School & Gym - $1,900,000
Construction of a new Middle School & Gym in Neah Bay for the Cape Flattery School
District. Contact MIke Gentry, Archltect@ (360) 457-7550 FAX 457-2929
I
I:J F Street Hastings Street to Blaine Street - $2,000,000
The improvement of F Street and Discovery Road by grading, construction rock retaining
walls, storm sewer, sanitary sewer, water mains and service connections, surfacing,
paving, curb & gutter, sidewalks, lane markings, signing, installing crosswalk protection
system, landscaping & other work for City of Port Townsend. Contact Dave Peterson @
(360) 385-9160 FAX' 385-9]72
I
I:J Port Ludlow Fire Station - $1,150,000
Construction of a new fire station of approximately 10, 140SF and all site development of
approximately .77 acres, including grading and utilities for Jefferson County Fire
Protection District. Contact Arlene@(360) 437-2899 FAX 437-0117
I
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Subcontractor List
Prepared in compHance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name l2a:S-.k,v-n (I {")Yrj 01 {),r r h{)(A.-Q IJ (lAO(lA. 1- B,' cl
Failure to list subcontractors who are proposed to perform the work of heating, ventilation
and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore
void.
Subcontractor(s) that are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described
in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed
below the subcontractor(s) name. .
If no subcontractor is listed below, the bidder acknowledges that it does not intend to use
any subcontractor to perform those items of work.
Subcontractor Name
Work to be Performed
N/A
t--\vAL.
Subcontractor Name
Work to be Performed
N/A
VI I l...(V\ \.0 I~V\ ~
Subcontractor Name
Work to be Performed
{~)~ erA ~_
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
PW 0407_01 Part01.doc [Revised March 2008] I - 8
pie 9 Subcontractor List
Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com - Always Verify Scale
'1 .
1
1
1
1
1
I
1
1
1
1
1
1
1
1
I
1
1
BID FORM
Page 1 of3
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER?'('~ (Y\(", Ci'w\~-ru.crh'/)y\.,J{\~ REGISTRATION NO.: r((IKOCI\~3P1-
DATE: '\ .C\.o8
UBI NUMBER: \ 00 \ Ori- q '15'1 '6
The undersigned, hereinafter called the bidder, declares that the only person(s) interested
in this bid are those named herein; that the bid is in all respects fair and without fraud; and
that it is made without any connection or collusion with any other person making a bid on
this project.
The bidder further declares that it has carefully examined the plan, specifications, and
contract documents, hereinafter referred to as the Project Manual, for the construction of
the proposed project improvement(s); that it has personally inspected the site(s); that it has
satisfied itself as to the types and quantities of materials, the types of equipment, the
conditions of the work involved, including the fact that the description of and the quantities
of work and materials, the types of equipment, the conditions of and the work involved as
included herein, are brief and are intended only to indicate the general nature of the work
and to identify the said quantities with the corresponding requirements of the Project
Manual; and that this bid is made in accordance with the provisions and the terms of the
Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the
interpretation of surface information and has utilized all data which it believes is pertinent
from the City Engineer, hereinafter also referred to as the City or Owner, and such other
source of information as it determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the
LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the
described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the
surety who will provide the performance bond is:
'~1(11) _3~A"-f\QI\{lQ ~(). h) ~PA"c.c.- K',\..b\...o -\-- ~~.(' 51..
Sure ~- - . Agent
M..-'\ \\'€..VV\\u.JY\ ~..~~ ~~\e,~C- YO. ~ 3'lO
\~~P~.~~~ ~~"8;~P~ ~d ~\l I. l uA-. q '[(Ill -D~"l-O
Surety address Agent Address
~ ~ \=(.)')1. LVa'5. ~~l1. o~l)~ ~~.~Q\('0Q~ ~k_l\L\ \ .10300
Surety Contact and Phone Number Agent Contact and Phone Number
PW 0407_01 Part01.doc (Revised March 2008] r - 9
pie 10 Bid Form
Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see WWN bxwa com - Always Verify Scale
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"',,"vvo .!IU" UI:Jt:l t.-\.\
~003
BID FORM
Page 2 of 3
Item Estimated Unit Price Extended
No. See No. Dacriptioa or Item Ouaatitv Units (FUrures) Amount
1 1-09 Mobilization I Lump ~ /53.00 SJ /53.00
Sum
2 1-10 Temporary Traffic Control 1 Lump $ $
Sum 30to Cl() .3O\O.Q()
3 2-02 Remove Cement Concrete 50 Linear $ I~,la $
Curb and Gutter Feet ~o/ll Or.)
4 2-02 Remove Cement Concrete 15 Square $ $ & 15. 00
Sidewalk Yard 1--f3 ,01:>
5 7-04 Solid WaJl PVC Storm Sewer 25 Linear $ ~,C5b $q 50 . Vb
Pine 6 In. Diam. Feet
6 7-05 Type I Catch Basin with Curb 1 Each $ $
Inlet Frame and Grate I~I~. 61> I;::) I;}, (f1>
7 8-01 Inlet Protection 3 Eacb $ '80. cro $ dt-/o. Db
8 8-04 Cement Cone. Traffic Curb 50 Linear $ I~. 3d. $
and Gutter Feet t1IL.CYo
9 8-14 Cement Cone. Sidewalk 35 Square $31.50 $ I 3/ :J.50
Yard
10 8-14 Cement Cone. Sidewalk Ramp 1 Each $0130.00 $
Type F-Jb d30.0lJ
Total Bid
$ /~ .5cslj, 50
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID FORM
Page 3 of3
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). J 2 to this
Project Manual. The name of the bidder submitting this bid and its businJss 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\(\c::,,~ l C'=-h DYI I \ <.) ne.. .
Complete address
\..()(-\
903't~
Ip
Telephone No.
Signed by
Title \r I r JL \=\~ L ~i\. ~
Printed Name:
Notes: (1) If the bidder is a partnership. so state, giving firm name under which business is transacted.
(2) If the bidder is a corporation, this bid must be executed by its duly authorized officials.
PW 0407_01 Part01 doc [ReVISed March 2008) I - 11
Pl12
Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see W'NW bxwa com - Always Verify Scale
I
I
I
I
I
I
I
I
~ ~.
BID SECURITY TRANSMITTAL FORM
Herewith find an exec1.lted BId Bond or a deposit in the form of a cashler's check, postal money order or
other security rn Ilell of a bid bond In the amount of $ Five Percent ~ 5%) of Total Amount bid
~ which amount is not less than fIVe (5%) peroent of ~he total bid.
SIGN HERE
-
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
Safeco Insurance Company
That we, Pnmo ConstructlOn, Inc. as Principar and of Amenca .as Surety, are held and
fitmly bound unto the cln OF PORT ANGELES as Obligee, in the Flenal sum of FlVe Percent (5%)
of the Total Amount Bld Dollars, for the payment of which the Princlpa[ and
U1e Surety bind lhemsetves, their heirs, executors, administrators, sucoossors and assigns. jointly and
severally, by these presents.
The condition of lt1is obligation 18 such ih::.itjf lhe Obligee shall make any award to ~e Principal tor:
EASTERN CORRIDOR PHASE II
AREA 1
PROJECT 06-21
I
I
I
I
I
I
I
I
I
according to tho terms. of lhe 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 gl~e bond for lhe
faithfu I psrfonnance thereof, with Su rely 0 r Suretias approved by tl'l e Obligee; or Lf the Pmcipal shall, in case
of failure so to do, pay and forrett to the Obligee the pe nai am cu n t of th e deposit specified in the
advertisement for bids, than this obUgation shall be null and void; otherwise It shall be and remain In full force
and eCfacl: and the Surety shall forthwith pay and forfeit to tl~e Obligee, as penalty i:lmJ lIquidated damages,
-the .amount of lhl$ bond.
l'
By:',
-.............. -
,Pl'1ndr;~~I' .
\'
, Safeco In
July
,20~
'I: ~
Suretv
By: 7}z,d~-:# c:f. c<t~~
Mary A. Dobbs, Attorney-in-Fact
PO Box 34670, Seattle, WA 98124-1670
SUrety add rass
Jane Fox (206) 473-3635
Surety Contact and Phone Number
Kibble & Prentice, A USI Company
Agent
601 union Street, Suite 1000
Seattle, WA 98101
Agent Address
Steve Palmer (206) 441-6300
Agent Coniact and Phone Number
Dated:
Re<:eived return of deposlt In tI1e sum of $_
PW 040L01 F'arl01.doc (Revbod March 20019]
1- 12
Ige 13 Bid Security Transmittal Form
'ovided to Builders Exchange ofWA. Inc. For usage Conditions Agreement see wwwbxwa com - Always Venfy Scale
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
, "
Safeco Insurance Company of Amenca
General Insurance Company of Amenca
Safeco Plaza
Seattle, WA 98185
POWER
OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA
Washington corporation, does each hereby appoint
No
2364
and GENERAL INSURANCE COMPANY OF AMERICA, each a
*****HEATHER ALLEN; MARY A DOBBS; TERRI L FRANKLIN; SUSAN L GARRED; JEANNE M. HAGEL; PAMELA A. JARDINE;
ROXANA PALACIOS; STEVEN W. PALMER. PATRICIA L. RUSSELL; BONNY SMITH, ANGELA D. TONNON; HOLLY E. ULFERS,
Seattle, VVA***************************************************************************************************************
Its true and lawful attorney(s)-In-fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
documents of a similar character Issued In the course of its business, and to bind the respective company thereby
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
23rd
January
2008
day of
~J{j}),~
.
\~.
STEPHANIE DALEY.WATSON,SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE.PRESIDENT, SURETY
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13 - FIDELITY AND SURETY BONDS the President, any Vice PreSident, the Secretary, and any Assistant Vice
PreSident appOinted for that purpose by the officer In charge of surety operations, shall each have authority to appoint Individuals as
attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character Issued by the company In the course of ItS bUSiness On any Instrument making or eVidencing
such appointment, the signatures may be affixed by faCSimile On any Instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a faCSimile thereof, may be Impressed or affixed or In any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provIsions of Article V, Section 13 of the By-Laws, and
(II) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(III) CertifYing that said power-of-attorney appointment IS In full force and effect,
the signature of the certifying officer may be by faCSimile, and the seal of the Company may be a facsimile thereof"
I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregOing extracts of the By-Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution
and the Power of Attorney are still in full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
thiS
/~
~
, ~ tt1c?J?
day of
~JfJ)),~
STEPHANIE DALEY-WATSON, SECRETARY
Safeco@ and the Safeco logo are registered trademarks of Safeco Corporation
S-0974/DS 4/05
WEB PDF
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
P ART II
CONTRACT FORMS SUBMITTED FOllOWING
AWARD OF CONTRACT
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
PUBLIC WORKS CONTRACT
This Contract is made and entered into in duplicate this ,2. day of tl-vub l.{ r-I , 08byand
between the City of Po Angeles,..>> non-c)1arter c de city 9f the State of Washington, hereinafter referred
to as "the City," and i (,~" I","c 6 /" t:. . ,
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:
Eastern Corridor Phase II, Area 1, Project 06-21
in accordance with and as described in Section 1-01.3 of the 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 Project Manual.
2. Time for Performance
Time is of the essence in the performance of this Contract and in adhering to the time frames
specified herein. The Contractor shall commence work within ten (10) calendar days after notice to
proceed from the City, and said work shall be 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 of Payment.
A. The City shall pay the Contractor for work performed under this Contract as detailed in
the bid, as incorporated in the Project Manual.
B.
Payments for work provided hereunder shall be made following the performance of such
work, unless otherwise permitted by law and approved in writing by the City. No
payment shall be made for any work rendered by the Contractor except as identified and
set forth in this Contract.
CITY OF PORT ANGELES
Project No 06-21
II-I
May 2008
I
I
I
I
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).
I
I
I
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.
I
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.
I
I
I
5. Prevailing Wage Requirements.
I
I
I
I
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.
I
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 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.
I
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
I
I
CITY OF PORT ANGELES
Project No 06-21
11-2
May 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 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 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 Standard Specifications and the Special Provisions 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.
CITY OF PORT ANGELES
Project No 06-21
11-3
May 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"
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 ~e."^i.k.r He-we ( L on behalf of the Contractor
and by Eric C. Walrath. Proiect Mana!!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:
c7'L(Y\C) (Qyr\0~)('~~ l<-~ vt~.
Name of Contractor
CITY OF PORT ANGELES:
By:
By:
;:;;~OFe;4--
City Attorney
~~
Title:
Attest:
\,
(\4~ 4W^
Ci ler
",
CITY OF PORT ANGELES
Project No 06-21
11-4
May 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~ ,.
CONTRACT BOND
Bond to the City of Port Angeles
Bond # 6582354
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, Primo Construction, Inc. as Principal, and
Safeco Insurance Carpany of JIlreri ca 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 firmly bound to the City of Port Angeles in the penal sum of $ 12,554.50
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 Seattle , Washington, this 24trdayof July ,2008 .
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said Prim Construction, I%e
above bounded Principal, a certain contract, the said contract being numbered 06-21 ,and providing
for Eastern Corridor Phase II. Area 1 (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 manner and within the time set forth; now, therefore,
If the said Principal, Primo Constructi on, Inc. , shall faithfully perform all of the
provisions of said contract in the manner and within the time therein set forth, or within such extensions of
time as may be granted 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 damage or expense by reason of failure of performance as specified in said contract or from
defects appearing or developing in the matenal or workmanship provided or performed under said
contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in
that event, thiS obligation shall be void; but otherwise, it shall be and remain in full force and effect.
Signed this24th day of July
,20 08.
Safeco Insurance Company of America
Surety
~/I.~
By Mary A. Dobbs
Attorney-in-Fact
Title
PO Box 34670, Seattle, WA 98124-1670
Surety Address
Jane Fox (206) 473-3635
Surety Contact and Phone Number
CITY OF PORT ANGELES
Project No 06-21
nc.
By
Y'K'SYf?t~
Title
601 Union StreetA Suite 1000
Seattle, WA 981u1
Agent Address
Steve Palmer (206) 441-6300
Agent Contact and Phone Number
11-5
May 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. '
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
III
POWER
OF ATTORNEY
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA
Washington corporation, does each hereby appoint
No
2364
and GENERAL INSURANCE COMPANY OF AMERICA, each a
*****HEATHER ALLEN; MARY A. DOBBS; TERRI L. FRANKLIN; SUSAN L. GARRED; JEANNE M. HAGEL; PAMELA A. JARDINE;
ROXANA PALACIOS; STEVEN W. PALMER; PATRICIA L. RUSSELL, BONNY SMITH; ANGELA D. TONNON; HOLLY E. ULFERS;
Seattle, VVA***************************************************************************************************************
Its true and lawful attorney(s)-in-fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other
documents of a similar character Issued in the course of ItS business, and to bind the respective company thereby
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
23rd
January
2008
day of
~~~
.
\~
STEPHANIE DALEY-WATSON.SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS the PreSident, any Vice PreSident, the Secretary, and any Assistant Vice
PreSident appOinted for that purpose by the officer in charge of surety operations, shall each have authority to appoint indiViduals as
attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character Issued by the company In the course of its business.. On any Instrument making or eVidenCing
such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authOrity or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or In any other manner reproduced,
prOVided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provIsions of Article V, Section 13 of the By-Laws, and
(II) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(Iii) CertifYing that said power-of-attorney appointment is in full force and effect,
the signature of the certifYing officer may be by facsimile, and the seal of the Company may be a facsimile thereof"
I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution
and the Power of Attorney are stili In full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
thiS
c:<4-c4
~
, .;Lt::70f
day of
~Jf;)J,~
STEPHANIE DALEY-WATSON, SECRETARY
Safeco@ and the Safeco logo are registered trademarks of Safeco Corporation
S-0974/DS 4/05
WEB PDF
I
ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDNYYY)
07/25/08
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Kibble & Prentice, a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
601 Union Street, Suite 1000 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Seattle, WA 98101
206 441-6300 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A Alaska National Insurance Company 38733
Primo Construction Inc. INSURER B
P.O. Box 296 INSURER C
Carls borg, WA 98324 INSURER 0
INSURER E
Client#. 322294
PRIMOCON3
I
I
I
I COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ>.ki~~ri~iJ8'wIE p~~fJ l~rL~,w\N LIMITS
A ~NERAL LIABILITY 080LS31604 04/01/08 04/01/09 EACH OCCURRENCE 51 000 000
X. OMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 5100000
- CLAIMS MADE [!J OCCUR MED EXP (Anyone person) 55.000
X. PO Oed: $5,000 PERSONAL & ADV INJURY 51.000 000
- GENERAL AGGREGATE 52.000 000
~'L AGGRErilE LIMIT APnS PER PRODUCTS - COMPIOP AGG $2.000 000
POLICY X FJ~8i LOC
A ~TOMOBILE LIABILITY 080AS31604 04/01108 04/01/09 COMBINED SINGLE LIMIT
~ ANY AUTO (Ea accident) 51,000,000
- ALL OWNED AUTOS BODILY INJURY
5
SCHEDULED AUTOS (Per person)
'--
~ HIRED AUTOS BODILY INJURY
5
~ NON-OWNED AUTOS (Per accident)
'-- PROPERTY OAMAGE 5
(Per aCCident)
RAGE LIABILITY AUTO ONLY. EA ACCIDENT 5
ANY AUTO OTHER THAN EA ACC 5
AUTO ONLY AGG 5
A :iJESSIUMBRELLA LIABILITY 080LU31604 04/01108 04/01/09 EACH OCCURRENCE 52 000 000
X OCCUR 0 CLAIMS MADE AGGREGATE 52 000 000
5
~ DEDUCTIBLE 5
X RETENTION $ 10 000 5
WORKERS COMPENSATION AND 080LS31604 04/01/08 04/01/09 I T~~N{fJ,~;,,1 IOJb'-
A EMPLOYERS' LIABILITY WA Stop Gap Only E L EACH ACCIDENT 51 000 000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE 51 000000
If yes, describe under E L DISEASE - POLICY LIMIT 51 000,000
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
Primo Job No. 801707 - Eastern Corridor Phase II, Area 1; City Project No. 06-21. The
City of Port Angeles, its officers, officials, employees and volunteers are Additional
Insured and coverage is primary and non-contributory per attached endorsement.
*10 days notice of cancellation for non-payment of premium
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE HOLDER
CANCELLATION
I
City of Port Angeles
P.O. Box 1150
Port Angeles, WA 98362
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
I
I ACORD 25 (2001/08) 1 of 2
#S2521502/M2422517
CNMJU
@ ACORD CORPORATION 1988
I
I
I
IMPORTANT
I
If the certificate holder is an ADDITIONAL INSURED, the policY(les) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
I
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder In lieu of such endorsement(s).
I
DISCLAIMER
I
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issUing insurer(s), authorized representative or producer, and the certificate holder, nor does It
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
I
I
I
I
I
I
I
I
I
I
I
I ACORD 25-5 (2001108)
2 of2
#S2521502/M2422517
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDITIONAL INSURED" (CONTRACTORS) "AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ThiS endorsement modifies insurance provided under the following:
1. Who Is An Insured (Section II) Is amended to
include as an insured any person or organization
(herein referred to as an additional insured), but
only if you are required to add that person or
organization as an insured to this policy by a
written contract that is in effect prior to the "bodily
injury", "property damage", or "personal and
advertising injury".
2 The insurance provided to the additional insured
is limited as follows:
a. That person or organization is only an
additional insured if, and only to the extent
that, the injury or damage is caused by
negligent acts or omissions of you or your
subcontractor in the performance of "your
work" to which the written contract applies.
The person or organization does not qualify
as an additional insured with respect to injury
or damage caused in whole or in part by
independent negligent acts or omissions of
such person or organization.
b The insurance provided to the additional
insured does not apply to "bodily injury",
"property damage", or "personal and
advertising injury" arising out of an architect's.
engineer's, or surveyor's rendering of or
failure to render any professional services
including:
I. the preparing, approving, or failing to
prepare or approve maps, drawings,
opinions, reports, surveys, change orders,
design or specifications; and
ANIC GL 1061 0308
Ii. supervisory, inspection, or engineering
services.
c. The insurance provided to the additional
insured, referred to in paragraph 1. of this
endorsement, does not cover "bodily injury" or
"property damage" caused by your negligent
acts and omissions in the performance of
"your work" that occurs within the "products-
completed operations hazard," unless the
written contract, referred to in paragraph 1. of
this endorsement, contains a specific
requirement that you procure completed
operations coverage or coverage within the
"products-completed operations hazard" for
the additional insured. However, even if
coverage within the "products~ompleted
operations hazard" is required by the written
contact, such coverage is available to the
additional insured only if the "bodily injury" or
"property damage" occurs prior to the end of
the time period during which you are required
by the written contact to provide such
coverage or the expiration date of the policy,
whichever comes first.
3. If other valid and collectible insurance, whether on
a primary, excess, contingent or any other basis,
Is available to the additional insured for a loss we
cover under this endorsement, then the insurance
provided by this endorsement is excess over that
other insurance. However, the Insurance provided
by thIs endorsement will be pnmary to other
Insurance on which the additional insured is a
named insured for the covered loss, if the written
contract, referred to in paragraph 1. of this
Page 1 of 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
endorsement, contains a specific requirement that
this insurance be primary or primary and non-
contributory. In that case we will not share with
that other insurance on a pro-rata or other basis.
If the other insurance available to the additional
insured, whether on a primary, excess, contingent
or any other basis, is coverage for which it has
been named as an additional insured, then the
coverage provided by this endorsement is excess
over that other insurance.
This endorsement changes the policy to which it is attached and, unless otherwise stated, Is effective on the date
Issued at 12.01 A.M. standard time at your mailing address shown in the policy The information below is required
only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective 4/1/2 008
Policy No. 08DLS331604
Insured Primo Construction, Inc.
Endorsement No
,
Countersigned By ~ ~ ~
ANIC GL 1061 0308
Page 2 of 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART III
SPECIFICATIONS, SPECIAL PROVISIONS '
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SPECIAL PROVISIONS
The following Special Provisions are made a-part of this contract and supersede any conflicting
provIsions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction,
a!1d the foregoing Amendments to-the Standard Specifications.
Several types of Special Provisions are iricluded In this contract; General, Region, Bridges and
Structures, and Project Specific. Special Provisions types are differentiated as follows:
- ,
(date)
General Special Provision
Notes a revision to a General Special Provision
and also notes a Project Specific Special
Provision.
Region Special Provision
Bridges and Structures Special Provision
(******)
(Regions1 date)
(BSP date)
General Special Provisions are similar to Standard Specifications in that they typically
apply to many projects, usually in more than one Region. Usually, the only difference
-from one project to another is the inclusion of variable project data, inserted as a "fill-in".
Region Special Provisions are commonly applicable within the designated Region. Region
designations are as follows:
Regions 1
ER
NCR
NWR
OR
SCR
SWR
Eastern Region
North Central Region
Northwest Region
Olympic Region
South Central Region
Southwest Region
WSF
Washington State Ferries Division
Bridges and Structures Special Provisions are similar to Standard Specifications in that they
typically apply to many projects, usually in more than one Region. Usually, the only difference
from one project to another is the inclusion of variable project data, inserted as a "fill-in".
Project Specific Special Provisions normally appear only in the contract for which
they were developed.
INTRODUCTION TO THE SPECIAL PROVISIONS
(July 31, 2007 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard
Specifications for Road, Bridge and Municipal Construction, 2008 edition, as issued by
the Washington State Department of Transportation (WSDOT) and the American Public
Works Association (APWA), Washington State Chapter (hereafter "Standard
0407_03 Part03.doc [Revised March 2008] III - 1
0407_03 Part03.doc [Revised March 2008]
III-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Specifications"). The Standard Specifications, as modified or supplemented by the
Amendments to the StaCJdard Specifications and these Special Provisions, all of-which
are made a part of the Contract Documents, shall govern all ot the Work. .
These Special Provisions are made up of both General Special Provisions (GSPs) frotn
various sources, which may have project-specific fill-ins; and project-specific Special !
Provisions. Each Provision either supplements, modifies, or replaces the comparable
Standard Specification, or is a new Provision. The deletion, amendment, alteration,-or
addition to any subsection or portion of the Standard Specifications is meant to pertain
only to that particular portion of the section, and in no way should it be interpreted that
the balance of the section does not apply.
The project-specific Special Provisions are not labeled as such. The GSPs are labeled
under the headers of each GSP, with the date of the GSP and its source, as follows:
"(May 18, 2007 APWA GSP)"
"(August 7,2006)" WSDOT GSP
Also incorporated into the Contract Documents by reference are:
. Manual on Uniform Traffic Control Devices for Streets and Highways, currently
adopted edition, with Washington State modifications, if any
. Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA,
current edition
. City of Port Angeles' Urban Services Standards and Guidelines, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
- DIVISION 1
GENERAL REQUIREMENtS
DESCRIPTION OF WORK
(March 13, 1995)
This contract provides for-the improvement of sidewalk and other work, all in
accordance with the attached Contract Plans, these Contract Provisions, and the
Standard Specifications. -'-
1-01.3 Definitions
(May 25, 2006 APWA GSP)
This Section is supplemented with the following'
All references in the Standard Specifications to the terms "State", "Department of Transportation",
"Washington State Transportation Commission", "Commission", "Secretary of Transportation",
"Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency".
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location".
The venue of all causes of action arising from the advertisement, award, execution, and performance
of the contract shall be in the Superior Court of the County where the Contracting Agency's
headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at
the discretion of the Contracting Agency, be awarded in addition to the base bid
Alternate
One of two or more units of work or groups of bid items, identified separately In the proposal, from
which the Contracting Agency may make a choice between different methods or material of
construction for performing the same work.
Contract Documents
See definition for "Contract".
Contract Time The period of time established by the terms and conditions of the contract within which
the work must be physically completed.
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible and
responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated In the Notice to Proceed on which the contract time begins.
0407_03 Part03 doc [Revised March 2008J
III - 3
0407_03 Part03.doc [Revised March 2008}
III - 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Substantial Completit:m Date. -
The day the Engineer determines the Contracting Agency has full and unrestncted use and benefit of
the facIlities, both from the operational and safety standpoint, and only mmor incidental work,
replacement of temporary substitute facilities, or correction or repair remalflS for tM phys:cal
completion of'the total contract.
Physical Completion Date
The day all of the work IS physically completed on the project. All documentation required by the ,
contract and required by law does not necessanly need to be furnished by the Contractor by thiS date.
Completion Date
The day alrthe work specified In the contract is completed and all the obligations of the Contractor
under the contract are fulfilled by the Contractor. All documentation required by the contract and
required by law must be furnished by the Contractor before establishment of thiS date.
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the Contracting i
Agency's acceptance of the bid.
Notice to Proceed
The ~ritten notice from the Contracting Agency or Engineer to the Contractor authorizing and
directlllg the Contractor to proceed wIth the work and establishlllg the date on which the contract time
begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, blcychsts, wheelchairs, and equestnan
traffic.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder I
(October 1, 2005 APWA GSP) i
Bidders shall be qualified by expenence, financing, equipment, and orgalllzatlon to do the work called fO~
in the Contract Documents. The Contracting Agency reserves the nght to take whatever action it deems
necessary to ascertain the ability of the bidder to perform the work satisfactorily.
1-02.2 Plans and Specifications
(October 1,2005 APWA GSP)
Delete thiS section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids
(AdvertIsement for Bids) for the work.
After award of the contract, plans and specifications will be Issued to the Contractor at no cost as
detailed below.
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
To Prime Contractor
No. of Sets
Basis of Distribution
Furnished automatlc!3l1y upo.n
award . ,
Furnished only. upon request.
Reduced plans (11" x 17")
and Contract ProvIsions
2
Large plans (e g., 22" x 34")
and Contract Provisions
2
Additional plans and Contract ProvIsions may be purchased by the Contractor by payment of the cost
stated In the Call for Bids.
1-02.5 Proposal Forms
(October 1, 2005 APWA GSP)
Delete this section and replace It with the following:
At the request of a bIdder, the Contracting Agency will provide a proposal form for any project on
which the bidder is eligible to bId
The proposal form will Identify the project and its location and describe the work. It will also list
estimated quantities, units of measurement, the items of work, and the materials to be furnIshed at
the Unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
limited to, unit prices; extensions; summations, the total bid amount; sIgnatures; date; and, where
applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address,
telephone number, and signature; the bidder's D/M/WBE commitment, if applicable, a State of
Washington Contractor's Registration Number; and a Business License Number, if applicable Bids
shall be completed by tYPing or shall be printed in Ink by hand, preferably in black Ink. The required
certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bIdder shall bid on all alternates
and additives set forth in the proposal forms unless otherwise speCified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of
the bid The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed In the corporate name, by the president or a vice president
(or other corporate officer accompanied by evidence of authOrity to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of
the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to
be satisfied through such an agreement.
A bid by a joint venture shall be executed m the jomt venture name and signed by a member of the
jOint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any
D/W/MBE requirements are to be satisfied through such an agreement
1-02.6 Preparation of Proposal
(January 23, 2006 APWA GSP)
Supplement the second paragraph with the follOWing'
2. IF A MINIMUM BID AMOUNT HAS BEEN ESTABLISHED FOR ANY ITEM. THE
0407_03 Part03.doc [Revised March 2008]
In - 5
UNIT PRICE MUST EQUAL. 08,EXCEED THE. MINIMUM AMOUfY.I 57 A TED.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(August 2, 2004)
The fifth and sixth paragraphs of Section 1-02 6 are deleted
1-02.7 Bid Deposit
(October 1, 2005 APWA GSP)
Supplement this section with the following'
Bid bonds shall contain the following
1. Contracting Agency-assigned num ber for the project;
2 Name of the project,
3 The Contracting Agency named as obligee; i
4 The amount of the bid bond stated eIther as a dollar figure or as a percentage which represe~ts
I
five percent of the maximum bid amount that could be awarded; I
5. Signature of the bidder's officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the title; of
the person must accompany the said signature;
6 The signature of the surety's officer empowered to sign the bond and tile power of attorney
If so stated in the Contract Provisions. bIdder must use the bond form included in the Contract
Provisions.
1-02.9 Delivery of Proposal
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
i
Each proposal shall be submitted In a sealed envelooe. with the Project Name and Profect Number I
as stated In the Advertisement for Bids c1earlv marked on the outSide of the envelope. or as otherwise
stated in the Bid Documents, to ensure proper handling and delivery
1-02.13 Irregular Proposals
(October 1, 2005 APWA GSP)
ReVise item 1 to read.
A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequallfled when so required;
b The authorized proposal form furnished by the Contracting Agency is not
used or is altered,
c. The completed proposal form contains any unauthorized additions,
-deletions, alternate bids, or conditions,
d. The bidder adds provisions reserving the nght to reject or accept the
award, or enter into the contract;
e A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed,
g. The bidder fails to submit or properly complete a subcontractor list, if
applicable, as required in Section 1 02.6.
h. The bidder fails to submit or properly complete a Disadvantaged,
0407_03 Part03.doc [Revised March 2008] III - 6
I
I
I
..Minority Qr Women's Business Enterprise Certification, if applicable, as required
in Section 1-02 6; or
i. The bid proposal does not constl~ute a definite and unqualified offer to
meet the material terms of the bid Invitation.
I
I
1-02.14 Disqualification of Bidders
(September 12, 2007 APWA GSP)
Revise this section to read:
I
I
A bidder will be deemed not responsible and the proposal relected If the bidder does not meet the
responsibilitv criteria In RCW 39 04
I
2 A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal IS submitted for the same project from a bidder under the same
or different names;
b. Evidence of collusion exists with any other bidder or potential bidder Participants in
collusion will be restricted from submitting further bids;
c. The bidder, in the OPinion of the Contractinq Aqencv, is not qualified for the work or to the
full extent of the bid, or to the extent that the bid exceeds the authorized prequalification
amount as may have been determined bva prequalification of the bidder;
d An unsatisfactory performance record eXists based on past or current Contracting
Agency work or for work done for others, as iudqed from the standpoint of conduct of th€2
work; workmanshiP; proqress. affirmative action; equal emplovment opportunity practices; or
Dlsadvantaqed Business Enterprise, Minority Business Enterprise, or Women's Business
Enterprise utilization,
e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current contracts;
g. The bidde~ has failed to complete a written public contract or has been convicted of a
crime arising froOl a previous public contract,
h. The bidder is unable, financially or otherwise, to perform the work; or
i. There are any other reasons deemed proper by the Contracting Agency
I
I
I
I
I
I
I
1-02.15 Pre Award Information
(October 1, 2005 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or
actions of the apparent lowest responsible bidder:
I
I
1.
A complete statement of the origin, compOSition, and manufacture of any or all materials
to be used,
Samples of these materials for quality and fitness tests,
A progress schedule (in a form the Contracting Agency reqUIres) showing the order of
and time required for the various phases of the work,
A breakdown of costs assigned to any bid Item,
Attendance at a conference with the Engineer or representatives of the Engineer,
Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located
2
3
I
4.
5.
6.
I
0407_03 Part03.doc [Revised March 2008]
III-?
I
7. A copy of State of Washington Contractor's Registration, or
ArJ.Y other information or actJon taken that is de~med necessary to ensure that the bidder
is the lowest responsible bidder.
I
I
1-03.3 Execution of Contract
(October 1,2005 APWA GSP)
I
Revise this section to read
COPies of the Contract ProviSions. Includlnq the unslqned Form of Contract. will be available for
slqnature by the successful bidder on the first business day followinq award The num ber of copies to
be executed by the Contractor will be determined by the Contractinq Aqency
I
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency-prepared contract, an Insurance certification as required by Section 1-07.18, and
a satIsfactory bond as required by law and Section 1-03.4. Before execution of the contract by the
Contracting Agency, the successful bidder shall provide any pre-award information the Contracting
Agency may require under Section 1-02 15.
I
I
Until the Contractmg Agency executes a contract, no proposal shall bind the Contracting Agency nor
I
shall any work begin Within the project limits or Within Contracting Agency-furnished sites. The i
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered i
before the contract IS executed by the Contracting Agency ,
I
I
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents wlthm 1Q calendar days after the award date, the Contracting Agency may grant up to a
maximum of 1Q additional calendar days for return of the documents, provided the Contracting
Agency deems the cIrcumstances warrant it.
I
1-03.4 Contract Bond
(October 1,2005 APWA GSP)
I
ReVise the first paragraph to read'
I
I
I
The successful biddeI shall provide an executed contract bond for the full contract amount. ThiS
contract bond shall'
1. Be on a Con'tractlng Agency-furnished form;
2 Be signed by an approved surety (or sureties) that.
a. Is registered With the Washington State Insurance Commissioner, and
b Appears on the current Authonzed Insurance List in the State, of
Washington published by the Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor within the
prescribed time;
4 Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against
any claim of direct or indirect loss resulting from the failure'
a Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b Of the Contractor (or the subcontractors or lower tier subcontractors of
the Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, matenalperson, or any other person who prOVides supplies or
provisions for carrying out the work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond, and
6. Be signed by an officer of the Contractor empowered to sign offiCial statements (sole proprietor or
0407_03 Part03.doc [ReVised March 2008] III - 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
partner) If the Contractor IS a corporatIon, the bond must be sIgned by the president or VJce-
president, unless accompanied by written proof of the authority of the'individual signing the bond
to bind the corporation (i e , corpo~ate resolution). power of attorney or a letter to such effect by
the president or vice-president).
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and
Addenda
(October 1, 2005 APWA GSP)
Revise the second paragraph to read.
Any inconsistency In the parts of the contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth).
1 Addenda,
2. Proposal Form,
3. Special Provisions, includinq APW A General Special' ProvIsions. if they are Included,
4 Contract Plans,
5. Amendments to the Standard Specifications,
6. WSDOT Standard Specifications for Road, Bridqe and Municipal Construction,
7. Contractinq Aqency's Standard Plans (if any), and
8. WSDOT Standard Plans for Road; Brldqe, and Municipal Construction. .
CONTROL OF WORK
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a written
notice from the Engineer, or fails to perform any part of the work required by the Contract Documents,
the Engineer may correct and remedy such work as may be identified In the written notice, with
Contracting Agency forces or by such other means as the Contracting Agency may deem necessarf
If the Contractor falls to comply with a written order to remedy what the Engineer determines to be an
emergency situation, the Engineer may have the defective and unauthorized work corrected
immedIately, have the rejected work removed and replaced, or have work the Contractor refuses to
perform completed by using Contracting Agency or other forces An emergency situation is any
situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or
might cause serious risk of loss or damage to the public.
DIrect or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by
the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation,
compensation for additional professional services required, and costs for repair and replacement of
work of others destroyed or damaged by correction, removal, or replacement of the Contractor's
unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights provided by
this Section.
0407_03 Part03.doc [Revised March 2008]
III-9
0407_03 Part03.doc [Revised March 2008]
III - 1 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's
right to pursue any other avenue for additional remedy_or damages with respect to the Contractor's
failure to perform the work as required
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's
request shall list the specific items of work that remain to be completed in order to reach physical
completion. The Engineer will schedule an inspection of the work with the Contractor to determine the
status of completion The Engineer may also establish the Substantial Completion Date unilaterally.
If, aft-er this Inspection, the Engineer concurs with the Contractor that the work IS substantially
complete and ready for its Intended use, the Engineer, by written notice to the Contractor, will set the
Substantial Completion Date. If, after this inspection the Engineer does not consider the work
substantially complete and ready for Its Intended use, the Engineer Will, by written notice, so notify the
Contractor giving the rea~ons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized Interruption, the
work necessary to reach Substantial and PhYSical Completion. The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
phYSical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the work physically complete and ready for final inspection. I
1-05.11 (2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final Inspection, the
Contractor by written notice, shall request the Engineer to schedule a flnaluispectlon The Engineer
will set a date for final inspection The Engineer and the Contractor will then mak.e a final inspeGtion
and the Engineer will notify the Contractor in writing of all particulars in which the final inspection
reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued
vigorously, diligently, and without Interruption until phYSical completion of the ilsted deficiencies. ThiS
process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice
ilstlng the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps
are necessary to correct those deficiencies pursuant to Section 1-05 7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer Will notify the Contractor and the Contracting
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Agency, in Writing, of the date upon which the work was considered physically complete. That date
shall constitute the Physical Completion Date of the contract, but shaW not Imply acceptance of the
work or that all the obligations of the Contractor CInder the contract have been fulfilled
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore when the work involves the installation of machinery or other mechanical
equipment, street lighting, electrical distribution or signal systems; Irrigation systems; buildings; or
other similar work it may be desirable for the Engineer to have the Contractor operate and test the
work for a period of time after final inspection but prior to the phYSical completion date. Whenever
items of work are listed in the Contract Provisions for operatIonal testing they shall be fully tested
under operating conditIons for the time period specified to ensure their acceptability prior to the
Physical Completion Date During and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not In first class, operatIng
condition. Equipment, electrical 'Controls, meters, or other devices and equipment to be tested during
this period shall be tested under the observatIon of the Engineer, so that the Engineer may determine
their suitabilfty for the purpose for which they were installed. The PhYSical Completion Date cannot be
established until testing and correctIons have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included In the unIt contract prices related to the system being
tested, unless specifically set forth otherwise In the proposal
Operational and test penods, when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, labor and Equipment of Contractor
(May 25, 2006 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-
~it Will take these performance reports into account.
Add the follOWing new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the work, unless the contract includes power and water as a pay
item.
Add the following new section:
1-05.17 Oral Agreements
(October 1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,
either before or after execution of the contract, shall affect or modify any of the terms or obligations
contained in any of the documents comprising the contract. Such oral agreement or conversation
0407_03 Part03 doc [Revised March 2008]
III-11
b. Basic oxygen.
0407_03 Part03.doc [Revised March 2008]
III-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
shall be considered as unofficial Information and In no way binding upon the Contracting Agency,
unless subsequently put in writIng and signed by the Contracting Agency
CONTROL OF MATERIAL
Buy America
Section 1-06 is supplemented with the following:
(August 6, 2007)
The major quantities of steel and iron construction material that is permanently
incorporated Into the project shall consist of American-made materials only. Buy America
does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges,
steel scaffolding and falsework.
The Contractor may utilize minor amounts of foreign steel and iron in this project provid~d
the cost of the foreign material used does not exceed one-tenth of one percent of the total
contract cost or $2,500.00, whichever is greater.
American-made material is defined as material having all manufacturing processes
occurring domestically. To further define the coverage, a domestic product is a
manufactured steel material that was produced in one of the 50 States, the District of
Columbia, Puerto Rico, or in the territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product does
not conform to the Buy America requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not' conform to the B~y
America requirements because the initial melting and mixing of alloys to create the matelil'ial
occurred in a foreign country. I
Manufacturing begins with the initial melting and mixing, and continues through the coatirg
stage. Any process which modifies the chemical content, the physical size or shape, or the
final finish is considered a manufacturing process. The processes include rollirlg,
extruding, machining, bending, grinding, drilling, welding, and coating. The action of
applying a coating to steel or ,iron is deemed a manufacturing process. Coating includes
epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or
enhances the value of steel or iron. Any process from the original reduction from ore to the
finished product constitutes a manufacturing process for iron. ,
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced
iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating-and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or
containing, steel or iron construction materials prior to such items being incorporated
into the permanent work. The certification shall be on DOT Form 350-1 09EF provided
by the Engineer, or such other form the Contractor chooses, provided it contains the
same information as DOT Form 350-109EF.
LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall apply
The Washington State Department of Labor and Industnes shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington Industnal
Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the project Site, all
articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and
make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's
care, persons, including employees, who may have been Injured on the project site. Employees
should not be permitted to work on the project site before the Contractor has established and made
known procedures for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure,
or Improper maintenance, use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all persons and property in the
performance of the work. This requirement shall apply continuously, and not be limited to normal
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor's performance does not, and shall not, be Intended to include review and adequacy of the
Contractor's safety measures in, on, or near the project site.
0407_03 Part03.doc [Revised March 2008]
III - 1 3
I
I
1-07.2 State Sales Tax
Delete thiS section, including ItS sub-sections, in its entirety and replace it with the following.
I
1-07.2 State Sales Tax
(October 1, 2005 APWA GSP)
I
1-07.2(1) General
I
I
The Washington State Department of Revenue has Issued special rules on the State sales tax
Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules The Contractor should contact
the Washington State Department of Revenue for answers to questions in this area. The Contractir:;g
Agency will not adjust its payment If the Contractor bases a bid on a misunderstood tax liability .
The Contractor shall Include all Contractor-paid taxes In the Unit bid prices or other contract amounis
In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes thlsl
exception.
I
I
The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the
Washington State Department of Revenue a certificate showing that all contract-related taxes have
been paid (RCW 60.28 050). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of Revenue,
whether the amount owed relates to this contract or not. Any amount so deducted will be paid into
the proper State fund.
I
I
1-07.2(2) State Sales Tax - Rule 171
1-07.2(3) State Sales Tax - Rule 170
I
I
I
I
WAC 458-20-171, and itS related rules, apply to building, repairing, or Improving streets, roads, etc.,
which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic This Includes storm or combined
sewer systems within and Included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such cases, the
Contractor shall Include Washington State Retail Sales Taxes in the various unit bid item prices, or
other contract amounts, Including those that the Contractor pays on the purchase of the matenals,
equipment, or supplies used or consumed in doing the work.
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing
buildings, or other structures, upon real property. This includes, but is not limited to; the construction
of streets, roads, highways, etc., owned by the state of Washington; water mains and their
appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal
systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical
power distribution lines, or other conduits or lines in or above streets or roads, unless such power
lines become a part of a street or road lighting system, ,and installing or attaching of any article of
tangible personal property in or to real property, whether or not such personal property becomes a
part of the realty by virtue of installation.
I
I
I
For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail
sales tax on the full contract price The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax
I
0407_03 Part03 doc [ReVised March 2008]
III - 1 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
In the unit bid Item prices, or In any other contract amount subject to Rule 170, with the following
exception
Exception" The Contracting Agency will not add In sales tax for a payment the Contractor or a
l
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable
supplies not Integrated into the proJect. Such sales taxes shall be Included In the unit bid item prices
or in any other contract amount
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly
for professional or other services (as defined in Washington State Department of Revenue Rules 138
and 244).
State Taxes
Section 1-07.2 is supplemented with the following:
(March 13, 1995)
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply.
Permits And Licenses
Section 1-07.6 is supplemented with the following:
(March 13, 1995)
No hydraulic permits are required for this project unless the Contractor's operations use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of
the waters of the State or materials from gravel or sand bars, or from stream beds.
Wages
General
Section 1-07.9(1) is supplemented with the following:
(February 11, 2008)
The Federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
WA080001. -
Requirements For Nondiscrimination
Section 1-07.11 is supplemented with the following:
(March 6, 2000)
Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
Federal Equal Employment Opportunity Construction Contract Specifications set forth
herein.
0407_03 Part03.doc [Revised March 2008]
III - 1 5
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield;
Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.
I
WA
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. The goals and timetables for minority and female participation set by the Office of
Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on all
construction work in the covered area, are as follows:
Women - Statewide
Goal
Timetable
Until further notice 6.9%
Minorities - by Standard Metropolitan Statistical Area (SMSAj
Richland, WA
SMSA Counties:
Richland Kennewick, WA
WA Benton; WA Franklin.
Non-SMSA Counties
WA Walla Walla.
5.4
3.6
Yakima, WA:
SMSA Counties:
Yakima, WA 9.7
WA Yakima.
Non-SMSA Counties 7.2
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap;
WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA'
Thurston; WA Whatcom.
0407_03 Part03.doc [Revised March 2008]
III-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Portland, OR:
SMSA Counties:
Portland,OR-WA
W A Clark.
Non-SMSA Counties
W A Cowlitz;
4.5
3.8
WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on-site construction
workforce, regardless of whether or not part of that workforce is performing work on a
Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance- with these goals and time tables is enforced by the Office of Federal
Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR
Part 60-4 shall be based on its implementation of the Equal Opportunity Clause,
specific affirmative action obligations required by the specifications set forth in 41 CFR
60-4.3(a), and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
contract, in each construction craft and in each trade, and the Contractor shall make a
good faith effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from Contractor to Contractor or
from project to project for the sole purpose of meeting the Contractor's goal shall be a
violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Engineer within 10 working days
of award of any construction subcontract. in excess of $10,000 or more that are
Federally funded, at any tier for construction work under the contract resulting from this
solicitation. The notification. shall list the name, address and telephone number of the
subcontractor; employer identification number of the subcontractor; estimated dollar
amount of the subcontract; estimated starting and completion dates of the subcontract;
and the geographical area in which the contract is to be performed.
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area IS as designated herein.
Standard Federal Equal Employment Opportunitv Construction Contract Specifications
(Executive Order 11246)
1. As used in these specifications:
a. Covered -Area means the geographical area described in the solicitation from
-' which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance Programs,
United States Department of Labor, or any person to whom the Director
delegates authority;
c. Employer Identification Number means the Federal Social Security number
used on the Employer's Quarterly Federal Tax Return, U. S. Treasury
Department Form 941;
0407_03 Part03.doc [Revised March 2008]
III-17
0407_03 Part03.doc [Revised March 2008]
III-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d. Minority includes:
(1) Black, a- person having origins in any of the Black Racial Groups of
Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of
Mexican, Puerto Rican, Cuban, Central American, South American,
or other Spanish origin.
(3) Asian or Pacific Islander, a person having origms in any of the
original peoples of the Pacific rim or the Pacific Islands, the
Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having origins in any of
the original peoples of North America, and who maintain cultural
identification through tribal affiliation or community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of
the work involving any construction trade, it shall physically include in each subcontract
in excess of $10,000 the provisions of these specifications and the Notice which
contains the applicable goals for minority and female participation and which is set
forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or
through an association, its affirmative action obligations on all work in the Plan area
(including goals and timetables) shall be in accordance with that Plan for those trades
which have unions participating in the Plan. Contractors must be able to demonstrate
their participation in and compliance with the provisions of any such Hometown Plan.
Each Contractor or Subcontractor participating in an approved Plan is individually
required to comply with its obligations under the EEO'clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has employe:es.
The overall good faith performance by other Contractors or Subcontractors toward a
goal in an approved Plan does not excuse any covered Contractor's or Subcontract6r's
failure to take good faith effort to achieve the Plan goals and tImetables. !
4. The Contractor shall implement the specific affirmative action standards provided in
I
paragraphs 7a through 7p of this Special Provision. The goals set forth in the
solicitation from which this contract resulted are expressed as percentages of the total
hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered construction contractors periorming
construction work in geographical areas where they do not have a Federal or federally
assisted construction contract shall apply the minority and female goals established for
the geographical area where the work is being performed. The Contractor is expected
to make substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a
union with whom the Contractor has a collective bargaining agreement, to refer either
I
I
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
minorities or women shall excuse the Contractor's obligations under these
specIfications, Executive Order 11246, or the regulations promulgated pursuant
thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted In
meeting the goals, such apprentices and trainees must be employed by the Contractor
during the training period, and the Contractor must have made a commitment to
employ the apprentices and trainees at the completion of their training, subject to the
availability of employment opportunrties. Trainees must be trained pursuant to training
programs approved by the U.S. Department of Labor.
. 7. The Contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the Contractor's compliance with these specifications
shall be based upon its effort to achieve maximum results from its action. The
Contractor shall document these efforts fully, and shall implement affirmative action
steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the Contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The Contractor shalf
specifically ensure that all foremen, superintendents, and other on-site
supervisory personnel are aware of and carry out the Contractor's obligation
to maintain such a working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its unions
have employment opportunities available, and maintain a record of the
organizations' responses.
c. Maintain a current file of the names, addresses and telephone numbers of
each minority and female off-the-street applicant and minority or female
referral from a union, a recrUitment source or community organization and of
what action was taken with respect to each such individual. If such individual
was sent to the union hiring hall for referral and was not referred back to the
Contractor by the union or, if referred, not employed by the Contractor, this
shall be documented in the file with the reason therefor, along with whatever
additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement has
not referred to the Contractor a minority person or woman sent by the
Contractor, or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in training programs
for the area which expressly include minorities and women, including
upgrading programs and apprenticeship and trainee programs relevant to the
Contractor's employment needs, especially those programs funded or
0407_03 Part03.doc [Revised March 2008]
III-19
0407_03 Part03 doc [Revised March 2008]
III - 20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
approved by the U.S. Department of Labor. The Contractor shall provide
notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of tile policy to
unions and training programs and requesting their cooperation in assisting
the Contractor in meeting its EEO 'obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy with all
management personnel and with all minonty and female employees at least
once a year; and by posting the company EEO policy on bulletin boards
accessible to all employees at each location where construction work is
performed.
g. Review, at least annually, the company's EEO policy and, affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other employment
deCisions including specific review of these items with on-site supervisory
personnel such as Superintendents, General Foremen, etc., pnor to the
initiation of construction work at any job site. A written record shall be made
and maintained identifying the time and place 'Of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the' Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female new,s
media, and providing written notification to and discussing the Contractor's
EEO policy with other Contractors and Subcontractors with whom the
Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written to minority, female ~nd
community organizations, to schools with minority and female students anq to
minonty and female recruitment and training organizations serving fhe
Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprentices:hip
or other training by any recruitment source, the Contractor shall send written
notification to organizations such as the above, describing the openings,
screening procedures, and tests to be used in the selection process. I
- I
j. Encourage present minority and female employees to recruit other mino;rity
persons and women and where reasonable, provide after school, summer
and vacation employment to minority and female youth both on the site and in
other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is' an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all minority and
female personnel for promotional opportunities and encourage these
employees to seek or to prepare for, through appropriate training, etc., such
opportunities.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
m. Ensure that seniority practices, job classifications, work assignments and
other personnel practices, do not have a discnminatory effect by contlnualiy
monitonng all personnel and employment related activities to ensure that the
EEO policy and the Contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate- or single-user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts
from minority and female construction contractors and suppliers, including
circulation of solicitations to minority and female contractor associations and
other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
8. Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts
of a contractor association, joint contractor-union, contractor-community, or other
similar group of which the Contractor is a member and participant, may be asserted as
fulfilling anyone or more of the obligations under 7a through 7p of this Special
Provision provided that the Contractor actively participates in the group, makes every
effort to assure that the group has a positive impact on the employment of minorities
and women in the industry, ensure that the concrete benefits of the program are
reflected in the Contractor's minority and female work-force participation, makes a
good faith effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrate the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor's and failure of such
a group to fulfill an obligation shall not be a defense for the Contractor's
noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and female,
and all women, both minority and non-minority. Consequently, the Contractor may be
in violation of the Executive Order if a particular group is employed in substantially
disparate manner (for example, even though the Contractor has achieved its goals for
women generally, the Contractor may be in violation of the Executive Order if a specific
minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred
from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspensions,
0407_03 Part03.doc [Revised March 2008]
III - 21
terminations and cancellations of eXisting subcontracts as may be imposed or ordered
pursuant to Executive Order 11246, as amended, and Its implementing regulations by
the Office of Federal Contract Compliance Programs. Any Contractor who fails to
carry out such sanctions and penalties shall be in violation of these specifications and
Executive Order 11246, as amended.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
13. The Contractor, in fulfilling its obligations under these specifications, shall implement
speCific affirmative action steps, at least as extensive as those standards prescribed In
paragraph 7 of this Special ProvIsion, so as to achieve maximum results from Its
efforts to ensure equal employment opportunity. If the Contractor fails to comply with
the requirements of the Executive Order, the implementing -regulations, or these
specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related
activity to ensure that the company EEO policy is being carried out, to submit reports
relating to the provisions hereof as may be required by the government and to keep
records. Records shall at least include, for each employee, their name, address,
telephone numbers, construction trade, union affiliation if any, employee identification
number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per
week in the indicated trade, rate of pay, and locations at which the work was
performed. Records shall be maintained in an easily understandable and retrievable
form; however, to the degree that existing records satisfy this requirement, the
Contractors will not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other
laws which establish different standards of compliance or upon the application of
requirements for the hiring of local or other area r-esidents (e.g., those under the Public
Works Employment Act of 1977 and the Community Development Block Grant
Program).
(March 13, 1995)
Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and
the amendments thereto supersede any conflicting provisions of the Standard
Specifications and are made a part of this contract; provided, however, that if any of the
provisions of FHWA 1273, as amended, are less restrictive than Washington State Lp.w,
then the Washington State Law shall prevail. I
The provisions of FHW A 1273, as amended, included in this contract require that the
Contractor insert the FHW A 1273 and amendments thereto in each subcontract,
together with the wage rates which are part of the FHW A 1273, as amended. Also, a
clause shall be included in each subcontract requiring the subcontractors to insert the
FHW A 1273 and amendments thereto in any lower tier subcontracts, together with the
wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL
AID PROVISIONS, is-inserted in each subcontract for subcontractors and lower tier
subcontractors. For this purpose, upon request to the Project Engineer, the Contractor
0407_03 Part03.doc [Revised March 2008] III - 22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
will be provided with extra copies--of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
Public Liability And Property Damage Insurance
(January 5, 2004)
Reduced Insurance Requirement
Section 1-07.18 is revised as follows:
Item number 1 in the first paragraph is deleted.
Item number 2 is revised to read:
Commercial General Liability Insurance written under ISO Form CG0001 or its
equivalent with minimum limits of $1 ,000,000 per occurrence and in the aggregate for
each policy year. Products and completed operations coverage shall be provided for a
period of one year following final acceptance of the work. The Contracting Agency shall
be named as an additional insured on the policy. .
1-07.23
Public Convenience and Safety
1-07.23(1) Construction Under Traffic
(October 1,2005 APWA GSP)
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work
with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets,
sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition
at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's
expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor
when directed by the Engineer, at the Contracting Agency's expense. The Contractor shali also
maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by-the
Contractor's operations. Snow and Ice control will be performed by the Contracting Agency on all
projects. Cleanup of snow and Ice control debris will be at the Contracting Agency's expense. The
Contractor shall perform the following.
1 Remove or repair any condition resulting from the work that might Impede traffic or create
a hazard.
2 Keep existing traffic signal and highway Iighring systems in operation as the work
proceeds. (The Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the approval
of the Engineer. When the scope of the project does not require work on the roadway, the
Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's
expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of eXisting
drainage structures will be at the Contracting Agency's expense when approved by the
Engineer, except when flow is impaired due to the Contractor's operations.
0407_03 Part03.doc [Revised March 2008]
III-23
P9Sted Speed Dist~nce
, '. From Traveled
, ' : Way (Feet) , .
35 mph or less 10 *
40 mph 15
45 to 55 mph 20 .
60 mph or greater 30
--
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Construction Under Traffic
Section 1-07 .23( 1) is supplemented with the following:
(April 2, 2007)
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours.
The WZCZ applies' only to temporary roadside objects introduced by the Contractor's
operations and does not apply to preexisting conditions or permanent Work. Those
work operations that are actively in progress shall be in accordance with adopted and
approved Traffic Control Plans, and other contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ unless
they are protected by permanent guardrail or temporary concrete barrier. The use of
temporary concrete barrier shall be permitted only if the Engineer approves the
installation and location. .
During actual hours of work, unless protected as described above, only material~
absolutely necessary to construction shall be within the WZCZ and only construction
vehicles absolutely necessary to construction shall be allowed within the WZCZ or
allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writIng and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows:
* or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
1-07.23(2) Construction and Maintenance of Detours
(October 1, 2005 APWA GSP)
Revise the first paragraph to read'
Unless otherwise approved, the Contractor shall maintain two-way traffiC during construction. The
Contractor shall build, maintain in a safe condition, keep open to traffiC, and remove when no longer
needed.
0407_03 Part03 doc [Revised March 2008] III - 24
I
I
I
I
1 Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, sidewalk. or path dUring construction,
2. Detour crossings of intersecting highway, and
3 Temporary approaches
1-07,24 Rights of Way
(October 1,2005 APWA GSP)
I
I
I
Delete this section In its entirety, and replace It with the following:
Street right of way lines, limits of easements, and limits of construction permits are indicated in the
Plans. The Contractor's construction activities shall be confined within the~e limits, unless
arrangements for use of private property are made.
I
I
I
I
I
I
I
I
I
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this
are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued
Addendum. -
Whenever any of the work IS accomplished on or through property other than public right of way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements may be included in the Contract Provisions or made avallab/e to the Contractor as soon
as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are
so noted in the Plans. The Contractor shall not proceed with any portion of the work In areas where
right of way, easements or rights of entry have not been acquired until the Engineer certifies to the
Contractor that the right of way or easement is available or that the right of entry has been received.
If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor This Includes
entry onto easements and private property where private improvements must be adjusted
I
I
The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any additional/and and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a wntten release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this contract. The statement shall be signed by the private property
owner, or proper authority acting for the owner of the private property affected, stating that permission
has been granted to use the property and all necessary permits have been obtained or, in the case of
a release, that the restoration of the property has been satisfactorily accomplished The statement
shall Include the parcel number, address, and date of signature. Written releases must be filed with
the Engineer before the Completion Date will be established.
I
0407_03 Part03.doc [Revised March 2008J
III - 25
0407_03 Part03.doc [Revised March 2008].
III - 26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-08 PROSECUTION AND PROGRESS
Add tile following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1-08.0(1) Preconstruction Conference
(May 25,2006 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held between the
Contractor, the Engineer and such other interested parties as may be invited. The purpose of the ,
preconstructlon conference Will be:
1. To review the initial progress schedule,
2. To establish a working understanding among the various parties associated or affected
by the work,
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.,
4. To establish normal working hours for the work;
5 To review safety standards and traffic control; and
6. To discuss such other related Items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstructlon meeting the following'
1. A breakdown of all lump sum Items,
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable
Add the follOWing new section.
1-08.0(2) Hours of Work
(May 25, 2006 APWA GSP)
Except In the case of emergency or unless otherwise approved by the Contracting Agency, the
normal straight time working hours for the contract shall be any consecutive-8-hour period between:
7:00 a.m. and 6.00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work I
week. The normal straight time 8-hour working penod for the contract shal! be established at the :
preconstruction conference or prior to the Contractor commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after
6:00 pm. on any day, the Contractor shall apply in writing to the Engineer for permiSSion to work such
times. Permission to work longer than an 8-hour period between 7'00 a.m. and 6.00 p.m. is not
required. Such requests shall be submitted to the Engineer no later than noon on the working day
prior to the day for which the Contractor is requesting permission to work. .
Permission to work between the hours of 10'00 p.m. and 7:00 a.m. during weekdays and between the
hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control
requirements. Approval to continue work during these hours may be revoked at any time the
Contractor exceeds the Contracting Agency's noise control regulations or complaints are received
from the public or adjoining property owners regarding the noise from the Contractor's operations
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall have no claim for damages or delays should such permission be revoked for
these reasons
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time
working hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or Engineer. These conditions may Include but are not limited to: requIring
the Engineer or such assistants as the Engineer may deem necessary to be present dUring the work;
reqUiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time
costs for Contracting Agency employees who worked during such times, on non Federal aid proJects,
considering the work performed on Saturdays, Sundays, and holidays as working days with regards
to the contract time, and considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur In a single 24-hour period. Assistants may
include, but are not limited to, survey crews, personnel from the Contracting Agency's material testing
lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such
work necessitates their presence.
Subcontracting
Section 1-08.1 is supplemented with the following:
c(October 12, 1998)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement
between the Contractor and the subcontractor or between the subcontractor and any lower
tier subcontractor has been executed. This certification shall also guarantee that these
subcontract agreements include all the documents required by the Special Provision
Federal Agency Inspection.
A subcontractor or lower tier subcontractor will not be permitted to perform any work under
the contract until the following documents have been completed and submitted to the
Engineer:
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal-aid Projects (Form 420-004).
The Contractor's records pertaining to the requirements of this Special Provision shall be
open to Inspection or audit by represenfatives of the Contracting Agency during the life of
the contract and for a period of not less than three years after the date of acceptance of the
contract. The ContraCtor shall "reti:1irdlies-e --rec6r-ds - for tliaf periocC The"~Contractor -shall
also guarantee that these records of all subcontractors and lower tier subcontractors shall
be available and open to similar inspection or audit for the same time period.
Revise this section to read:
1-08.4 Notice to Proceed and Prosecution o{the Work
(October 1, 2005 APWA GSP)
Notice to Proceed will be qiven after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed bv the Contractinq Aqencv. The Contractor
0407_03 Part03 doc [Revised March 2008]
III - 27
(l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
shall not commence with the work until the Notice to Proceed has been !=lIven by the .t.r19ineeJ:. The
Contractor shall commence construction activities on the project site withm ten days of the Notice to
Proceed Date, unless otherwise approved In writing. The Contractor sha!: diligently pursue the: work
to the physical completion date Within the time specified m the contract Voluntary shutdown or
slowmg of operations by the Contractor shall not relieve the Contractor of the responsibility fb-
complete the work Within the time(s) specified In the contract.
1-08.5
Time for Completion
(March 13, 1995)
Section 1-08.5 is supplemented with the following:
This project shall be physically completed within 10 working days.
(June 28, 2007 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day follOWing the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is physically
complete. If substantial completion has been granted and all the authOrized working days have been
used, charging of working days will cease. Each week the Engmeer Will provide the Contractor a
statement that shows the number of working days: (1) charged to the contract the week before; (2)
speCified for the physical completion of the contract; and (3) remaining for the phYSical completion of
the contract. The statement will also show the nonworking days and any partial or whole day the
Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the
Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and
amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be
deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a dky
and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift IS worked
would ordinarily be charqed as a workmq day then the fifth day of that week will be charqed as a
worklnq day whether or not the Contractor works on that day
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract after all the
Contractor's obligations under the contract have been performed by the Contractor. The following
events must occur before the.Completlon Date can be established:
The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by
law, to allow the Contractmg Agency to process final acceptance of the contract. The following
documents must be received by the Project Engineer prior to establishing a completion date.
a. Certified Payrolls (Federal-aid Projects)
b Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly
Report of Amounts Credited as DBE Participation, as required by the Contract
Provisions.
d. Final Contract Voucher Certification
e. Property owner releases per Section 1-07.24
0407_03 Part03 doc [Revised March 2008]
III - 28
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PAYMENTS -
(******)
Section 1-09.9 is supplemented with the following:
The Contractor shall submit payment requests with a completed Application for
Payment form, an example of which is included in the Attachments in Part 4 of the
Project Manual. This form includes a lien waiver certification, and shall be notarized
before submission. Applications for payment not signed or notarized shall be
considered incomplete and ineligible for payment consideration.
Traffic Control Management
General
(August 2,2004)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1-800-521-0778 or
(206) 382-4090
Measurement
(August 2, 2004)
Section 1-10.4(1 )is supplemented -with the following:
The proposal contains the item "Project Temporary Traffic Control," lump sum. The
provisions of Section 1-10.4(1) shall apply.
0407_03 Part03.doc [Revised March 2008]
III - 29
0407_03 Part03 doc [Revised March 2008]
III - 30
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STANDARD PLANS
Apri I 7, 2008
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 08-001, effective April 7,' 2008 is made a part
of this contract.
The Standard Plans are revised as follows:
All Standard Plans
Ail references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to
read "Hot MIx Asphalt".
All references in the Standard Plans to the abbreviation "ACP" shall be revised to read
"HMA".
C-1 Sheet 1 I
I
In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INiT,IAL
INSTALLATION
B-10.20 and B10.40
Substitute "step" in lieu of "handhold" on plan
C-1a
In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to
25" long.
C-1b
In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the
Wood Breakaway Post to the Foundation Tube is revised to 10" long. i
C-2s
Delete reference to Cross-Section A.
C-5
In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit".
C-8
END VI EW A, shows two dimensions at the connecting pin counterbore op~!ling at the top
of the view, 1 W' R. and below another dimension of 1 W' R., the bottom dimension should
be 7/8" R.
C-10 (sheet 2 of 2)
COVER PLATE DETAiL, dimension of the 1" dia. holes, changes from 8" to 3"
C-11 b Sheets 1 and 2
In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST-iN-PLACE
FOOTING, ELEVATiON view (Sheet 2), COMMERCIAL CONCRETE is revised to
CONCRETE CLASS 4000.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
In the 8REAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols
are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld jOints, and the 1/2"
End Gussets have 1/2" fillet weld jOints.
C-12
Note 1 is revised to read:
Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products
List and shall be installed in accordance with the manufacturer's recommendations.
Products not listed on the Qualified Products List are considered when submitted with a
Request of Approval of Materials (RAM) form.
D-1a through D-H
Deleted.
F-40.12 through F-40.18
The following note is added to these five plans:
Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%.
K-80.30-00
In the NARROW 8ASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan
K-80.35
M-1.60
COLLECTOR DISTRI8UTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN.
is changed to 300' MIN.
The following are the Standard Plan numbers applicable at the time this project was advertised.
The date shown with each plan number is the publication approval date shown in the lower
right-hand corner of that plan. Standard Plans showing different dates shall not be used in this
contract.
A-1 0.1 0-00..........8/07/07
A-1 0.20-00........ 10/05/07
A-1 0.30-00........ 1 0/05/07
A-20.10-00..........8/31/07
A-30.10-00........11/08/07
A-30.15-00......11/08/07
A-30.30-00...... 11/08/07
A-30.35-00...... 10/12/07
A-40.10-00......10/05/07
A-40.20-00........ 9/20/07
8-5.20-00... ....... ..6/01 /06 8-30.50-00... ..... 6/01/06
8-5.40-00............6/01/06 8-30.70-01........ 8/31/07
8-5.60-00............6/01/06 8-30.80-00........ 6/08/06
8-10.20-00..........6/01/06 8-30.90-01........ 9/20/07
8-1 0.40-00..........6/01/06 8-35.20-00........ 6/08/06
8-10.60-00..........6/08/06 8-35.40-00........ 6/08/06
8-15.20-00..........6/01/06 8-40.20-00........ 6/01/06
8-15.40-00..........6/01/06 8-40.40-00........ 6/01/06
8-15.60-00..........6/01/06 8-45.20-00........ 6/01/06
8-20.20-01........11/21/06 8-45.40-00........ 6/01/06
8-20.40-01........11/21/06 8-50.20-00........ 6/01/06
8-20.60-01........11/21/06 8-55.20-00........ 6/01/06
8-25.20-00........ ..6/08/06 8-60.20-00........ 6/08/06
0407_03 Part03.doc [Revised March 2008] III - 31
A-40.50-00......11/08/07
A-60.1 0-00 ...... 10/05/07
A-60.20-00 ...... 10/05/07
A-60.30-00 ...... 11/08/07
A-60.40-00 ........ 8/31/07
8-75.20-00......:.6/01/06
8-75.50-00........ 6/08/06
8-75.60-00........ 6/08/06
8-80.20-00........ 6/08/06
8-80.40-00.... .... 6/01/06
8-82.20-00........6/01/06
8-85.10-00........6/01/06
8-85.20-00 ........ 6/01/06
8-85.30-00........6/01/06
S-85 .40-00 ........ 6/08/06
8-85.50-00........ 6/08/06
8-90.10-00........ 6/08/06
8-90.20-00........ 6/08/06
8-25.60-00......... .6/01 /06
8-30.1 0~00..........6/08/06
8-30.20-01........11/21/06
8-30.30-00..........6/01/06
8-30.40-00. ...... ...6/01 /06
C-l .................... .2/06/07
C-l a ...... .............7/31/98
C-l b .. ...............10/31 /03 ~
C-l e............ ...... ..5/30/97
C-l d .................10/31/03
C-2 .....................1/06/00
C-2a .............. ... ..6/21 /06
C-2b ................ ...6/21 /06
C-2e. .................. .6/21 /06
C-2d .................. .6/21/06
C- 2 e ...................6/21/06
C-2t ....................3/14/97
C-2g .......... ..... ....7/27/01
C-2h .................. .3/28/97
C-2i.................. ...3/28/97
C-2j.................. ...6/12/98
C-2k............. ....... 7/27/01
C-2n ......... .......... 7/27/01
C-2o ............. ......7/13/01
C-2p .................10/31/03
C-2q ............... ....3/03/05
C-2r ................. ...3/03/05
C-2s.................. ..3/03/05
C-2t .................. ..3/03/05
C-3 ................... 1 0/04/05
C-3a .................10/04/05
0-2.02-00 .........11/10/05
0-2.04-00.........11/10/05
0-2.06-00.........11/10/05
0-2.08-00.........11/10/05
0-2.10-00 ....... ..11 /1 0/05
0-2.12-00.........11/10/05
0-2.14-00 ....... ..11 /10/05
0-2.16-00.........11/10/05
0-2.18-00 .........11/10/05
0-2.20-00.........11/10/05
0-2.30-00 ....... ..11 /10/05
0-2.32-00 .........11/10/05
0-2.34-00.........11/10/05
E -1 ...................... 2/21 /07
E-2.................... ..5/29/98
F-l 0.12-00..... ...12/20/06
0407_03 Part03.doc [Revised March 2008]
8-60.40-00........ 6/01/06
8-65.20-00........ 6/01/06
8-65.40-00........ 6/01/06
8-70.20-00........6/01/06
8-70.60-00........ 6/01/06
C-3b................ 10/04/05
C-3c.................. 6/21/06
C-3d.................. 3/03/05
C-4............... ..... 2/21/07
C-4a.................. 2/21/07
C-4b.................. 6/08/06
C-4e........ .......... 2/20/03
C-4f................... 6/30/04
C-5..................10/31/03
C-6.................... 5/30/97
C-6a.................. 3/14/97
C-6c.................. 1/06/00
C-6d.................. 5/30/97
C-6f................... 7/25/97
C-7....... ........... 10/31/03
C-7a... ............. 10/31/03
C-8.................... 4/27/04
C-8a........ .......... 7/25/97
C-8b.................. 1/11/06
C-8e.................. 2/21/07
C-8t................... 6/30/04
C-l 0.................. 7/31/98
C-l1 .................. 5/20/04
C-ll a........ ........ 5/20/04
C-l1 b................ 5/20/04
C-12.................. 7/27/01
0-2.36-01........ 11/08/07
0-2.38-00........ 11/10/05
0-2.40-00........ 11/10/05
0-2.42-00........ 11/10/05
0-2.44-00........ 11/10/05
0-2.46-00........ 11/10/05
0-2.48-00........ 11/10/05
0-2.60-00........11/10/05
0-2.62-00........11/10/05
0-2.64-00........11/10/05
0-2.66-00........11/10/05
0-2.68-00........11/10/05
0-2.78-00........11/10/05
E-4.................... 8/27/03
E-4a..................8/27/03
F-30.1 0-00 ........ 1/23/07
III - 32
8-90.30-00..c.....6/08/06
8-90.40-00........ 6/08/06
8-90.50-00........ 6/08/06
8-95.20-00........6/08/06
8-95.40-00 ........6/08/06
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C-13.. ........... ..... 4/16/99
C-13a................ 4/16/99
C-13b....... ......... 4/16(99
C-14a.............<..7/26/02
C-14b................7/26/02
C-14e................ 7/26/02
C-14d................7/26/02
C-14e................ 7/26/02
C-14f................. 9/02/05
C-14g .............. 11/21/06
C-14h................ 1/11/06
C-14i ............... 12/02/03
C-14j ............... 12/02/03
C-14k................ 1/11/06
C-16a.... .......... 11/08/05
C-16b.............. 11/08/05
C-20.14-00........2/06/07
C-20.40-00........ 2/06/07
C-22.40-01...... 10/05/07
C-23.60-00........2/06/07
C-25.18-01........ 9/20/07
C-25.20-01........ 9/20/07
C-25.22-01......10/05/07
C-25.80-00........ 9/20/07
C-28.40-00........2/06/07
0-2.80-00........ 11/10/05
0-2.82-00........11/10/05
0-2.84-00........ 11/10/05
0-2.86-00........ 11/10105
0-2.88-00........11/10/05
0-2.92-00........ 11/10/05
0-3.................... 7/13/05
0-3a..................6/30/04
0-3b.................. 6/30/04
0-3e.......... ........ 6/30/04
0-4. .. .. .. .. .. .. .. ... 12/11 /98
0-6....................6/19/98
F-40 .18-00 ........ 2/07/07
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
F-1 0.16-00 .... ....12/20/06
F-1 OAO-OO ..........1 /23/07
F-1 0 A2-00 ..........1/23/07
F-1 0.62-01 ......... .9/05/07
F-1 0.64-01..:.....10/05/07
G-9a ................ ...6/25/02
G-1 0.10-00 .........9/20/07
G-20.1O-00 .........9/20/07
G-22.1O-00 .......11/08/07
G-24.1O-00 .......11/08/07
G-24.20-00 .......11/08/07
G-24.30-00 .......11/08/07
G-24AO-00 .......11/08/07
H-30.1O-00 .......10/12/07
H-32.1O-00 .........9/20/07
H-60.1O-00 .........9/05/07
1-10.10-00...... .....8/31 /07
1-30.10-00. ..... .....9/20/07
1-30.20-00...........9/20/07
1-30.30-00...........9/20/07
1-30AO-00 .........10/12/07
J-1 f ............... ......6/23/00
J-3 .................... ..8/01 /97
J-3b .................. ..3/04/05
J-3c ........... ........ .6/24/02
J-3d .................. 11/05/03
J-5 .................... ..8/01/97
J-6c ........... ........ A/24/98
J-6f .................... A/24/98
J-6g ................ ..12/12/02
J-6h ................... 04/24/98
J-7a ....................9/12/01
J-7c ....................6/19/98
J-7d .................. .A/24/98
J-8a ................... .5/20/04
K-1 0.20-01........10/12/07
K-1 OAO-OO... ..... ..2/15/07
K-20.20-01 .... ....10/12/07
K-20AO-00..........2/15/07
K-20.60-00...... ....2/15/07
K-22.20-01........10/12/07
K-24.20-00......... .2/15/07
K-24AO-01 ........10/12/07
K-24.60-00........ ..2/15/07
K-24.80-01........10/12/07
K-26.20-00..........2/15/07
0407_03 Part03.doc [Revised March 2008]
F-40.10-01 ...... 10/05/07
F-40.12-00 ........ 2/07/07
F-40.14-00 ........2/07/07
F-40.15-00 ........ 2/07/07
F-40.16-00 ........ 2/07/07
G-24.50-00 ..... 11/08/07
G-24.60-00 ..... 11/08/07
G-25.10-00 ..... 11/08/07
G-30.1O-00 ..... 11/08/07
G-50.10-00 ..... 11/08/07
G-60. 1 0-00 ....... 8/31/07
G:'60.20-00 ....... 8/31/07
G-60.30-00 ....... 8/31/07
H-60.20-00........ 9/05/07
H-70. 1 0-00........ 9/05/07
H-70.20-00........9/05/07
1-30.50-00....... 11/14/07
1-40.10-00......... 9/20/07
1-40.20-00.........9/20/07
1-50.10-00......... 9/20/07
1-50.20-00.........8/31/07
J-8b .................. 5/20/04
J-8c................... 5/20/04
J-8d .................. 5/20/04
J-9a .................. 4/24/98
J-10 .................. 7/18/97
J-11a .............. 10/12/07
J-11b ................ 9/02/05
J -11 c.. .. . .. .. .. .. .... 6/21/06
J-12 ................ 11/08/05
J-1 5a .............. 1 0/04/05
J-15b .............. 1 0/04/05
- J-16a ................ 3/04/05
J-16b ................ 9/20/07
J-16c.................9/20/07
K-26AO-01...... 10/12/07
K-30.20-00........ 2/15/07
K-30AO-01...... 10/12/07
K-32.20-00........2/15/07
K-32AO-00........2/15/07
K-32.60-00........ 2/15/07
K-32.80-00........ 2/15/07
K-34.20-00........2/15/07
K-36.20-00........ 2/15/07
K-40.20-00........2/15/07
K-40AO-00........ 2/15/07
III - 33
F-40.16-00 ........2/07/07
F-40.20-00 ...... 10105/07
F-42. 1 0-00 ...... 10/05/07
F-80.1 0-00........ 1/23/07
G-70.10-00........10/5/07
G-70.20-00........ 10/5/07
G-70.30-00........ 10/5/07
G-95.1O-00...... 11/08/07
G-95.20-00...... 11/08/07
G-95.30-00......11/08/07
H-70.30-00........ 9/05/07
1-60.10-00 ......... 8/31/07
1-60.20-00......... 8/31/07
1-80.10-00......... 8/31/07
J-18...................9/02/05
J-19................... 9/02/05
J-20................... 9/02/05
J-28.1 0-00......... 8/07/07
J-28.22-00......... 8/07/07
J-28.24-00......... 8/07/07
J-28.26-00.........8/07/07
J-28.30-00......... 8/07/07
J-28AO-00.........8/07/07
J-28A2-00......... 8/07/07
J-28A5-00......... 8/07/07
J-28.50-00.........8/07/07
J-28.60-00.........8/07/07
J-28.70-00....... 11/08/07
K-40.60-00 ........ 2/15/07
K-40.80-00........ 2/15/07
K-55.20-00........ 2/15/07
K-60.20-01......11/12/07
K-60AO-00 ........ 2/15/07
K-70.20-00 ........ 2/15/07
K-80.1 0-00 ........2/21/07
K-80.20-00......12/20/06
K-80.30-00 ........ 2/21/07
K-80.35-00........ 2/21/07
K-80.37 -00........ 2/21/07
L-1 0.1 0-00......... .2/2:1 /07
L-20.1O-00 ..........2/07/07
L-30.1 0-00..........2/07/07
M-1.20-0 1 ...........1/30/07
M-1AO-0 1 ...........1/30/07
M-1.60-01 ...........1/30/07
M-1.80-02 ..... ......8/31 /07
M-2.20-01...........1/30/07
M-2AO-01 ...........1/30/07
M-2.60-01 ...........1/30/07
M-3.1 0-01 ...........1/30/07
M-3.20-01 ...........1/30/07
M-3.30-01...........1/30/07
M-3AO-01...........1/30/07
M-3. 50-0 1 ...........1/30/07
. "
0407_03 Part03 doc [Revised March 2008]
L-40.1 0-00........ 2/21/07
L-40.15-00 ........ 2/21/07
L-40.20-00 ........ 2/21/07
M-5.10-01 ......... 1/30/07
M-7.50-01 ......... 1/30/07
M-9.50-01 ......... 1/30/07
M-11.10-01.......1/30/07
M-15.10-01 .......2/06/07
M-17.10-01.......1/30/07
M-20.10-01 ....... 1/30/07
M-20.20-01 ....... 1/30/07
M-20.30-01 ....... 1/30/07
M-20AO-01 ....... 1/30/07
M-20.50-01 ....... 1/30/07
M-24.20-01 .......5/31/06
III - 34
-
L-70.1Q:-00 ........ 1/30/07
L-70.20-00 ........1/30/07
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
M-24AO-01 .......5/31/06
M-24.60-02 ....... 2/06/07
M-40.10-00 ....... 9/20/07
M-40.20-00 ..... 10/12/07
M-40.30-00 ....... 9/20/07
M-40.40-00 ....... 9/20/07
M-40.50-00 ....... 9/20/07
M-40.60-00 ....... 9/20/07
M-60.1O-00 ....... 9/05/07
M-60.20-00 ....... 9/05/07
M-65.10-00 .......9/05/07
I
I
FHWA.l 273 8ectroncc v...on - IMrch 10. 199-4
I
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION ,CONTRACTS
I
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
General ..............................
Nondiscriminauon .......................
Nonsagregated Fscilities . . . . . . . . . . . . . . . . . . .
Payment of Pradetermined Minimum Wege . . . . . .
Statements and Payrolls . . . . . . . . . . . . . . . . . . .
Record of Materials, Supplies, and ubor .......
Subletting or Assigning the Contract ..........
Safety: Accident Prevention . . . . . . . . . . . . . . . .
False Stetements Concerning Highway Projects. . .
Implementation of Clean Air Act and Federel
Water Pollution Control Act ................
Certification Regarding Debarment, Suapension.
Ineligibility, and Voluntary Exclusion ..... ~ . . . .
Certification Regarding Use of ConUact Funds for
lobbying .............................
Paga
1
1
3
3
6
6
7
7
7
I
I
XI.
I
XII.
ATTACHMENTS
I
A. Employment Preference for 'Appalechian ConUacts
(included in Appalachian contracts only)
I. GENERAL
I
1. These contrect provisions shall apply to all work performed
on the contract by the contrecto,'a own organization and with
the assistanca of workers under the contractor's immediate
superintendence and to all work performed on the contract by
piecework, station work, or by subcontract.
I
2. Except as otherwise provided for in each section, the
contractor shall insert in each subcontract aU of the stipulations
contained in these Required Contract Provisions, and further
require their Inclusion in any lower tier subcontract or purchase
order that may in turn be made. The Required Contract Provi.
sions shell not be incorporated by reference in any casa. 'The
prime contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with these Required
Contract Provisions.
I
I
I
3. A breach of eny of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds for
termination of, the contract.
I
4. A breach of the following clauses of the Required Contract
Provisions may e1so be grounds for debarment as provided in 29
CFR 5.12: '
I
Section I. paragraph 2;
Section IV. paragrephs 1. 2, 3. 4. and 7;
Section V. peregraphs 1 and 2a through 2g.
I
5. Disputes erising out of the labor standards provisions of
Section IV (e)Ccept peragraph 5) and Se.;tion V of these Required
Contract Provisions shall not be subject to tha genaral disputes
clause of this contract. Such disputes shall be resolved In accor-
dance with the procedures of the U.S. Department of Labor
(DOW IS set forth in 29 CFR 5. 6. and 7. Disputes within the
meaning of this clause include disputes between the contractor
(or any of Its subcontractors) and the contracting agency. the
DOL. or the contractor's employees or their representatives.
I
I
6. Selection of Labor: Ouring the performanca of this con-
I
tract. the contractor shall not:
a. discriminate against labor from any other State. posses-
sion. or territory (If the United Stetes (except for employment
preference for Appalachian contracts, when applicable, as
spacifiad in Attachment A), or
b.' employ convict labor for eny purpose within the limits
of the project unless it is labor performed by convicts who are on
parole, supervised release, or probation.
8
II. NONDISCRlMINA nON
8
(Applicable to all Federal.sid construction contracts and to all
related subcontracts of $10.000 or more.)
9
1. EqueI Employment OpportUnity: Equal employment
opportunity IEEO) requirements not to discriminate and to teke
.ff1rma~ action to assure equal opportunity as set forth under
laws, executive orders, rules, regulations (28 CFR 35. 29 CFR
1630 and 41 CFR 60) and orders of the Secretary of Lebar as
modified by the provisions prescribed herein, and imposed
pursuent to 23 U.S.C. 140 shan constitute the EEO and specific
affirmative action standards for the contractor's project activities
under this contract. The Equal Opportunity Construction
Contract Specification. ..t forth under 41 CFR 60-4.3 end the
provisions of the Amarican Olsabilities Act of 1990 142 U.S.C.
.12101 !! !!!I.) set forth under 28 CFR 35 and 29 CFR 1830 ara
incorporated by reference In this contract. In the exacution of
this contract, the contractor agree. to comply with the following
minimum specific requirement activities of EEO:
a. The contractor will work with the Stete highway egancv
(SHA) and the Federal Government in carrying out EEO obliga-
tions and in thsir revie.w of hislhar activities under the contract.
b. The conUactor will eccept as his operating policy tha
following statement:
~It is the policy of this Company to assure that applicants
are employed, end that employe as are treated during
employment, without regard to their race, religion, sax.
color. national origin. ege or disability. Such action shall
include: employment. upgreding, demotion. or uansfer;
recruitment or recruitment edvertising; layoff or termination;
rates of payor other forms of compensation; and selection
for training, including apprenticeship. preapprenticeship,
and/or on-tha-job training. ~
2. EEO Officer: Tha contractor will designate end maka
known to the SHA contrscting officers en EEO Officer who will
have the responsibility for and must be capable of effectively
edministering and promoting an active contractor progrem of EEO
and who must ba assigned edequate authority and responsibility
to do so.
3. Di..emination of Policy: All members of the contractor's
staff who ara authorized to hir., supervise, promote, end dis-
charge employe.., or who recommend such ection, or 'IIho are
substantially involvod in such action. will be made funy cognizant
of, end will implement. the contractor's EEO policy and contrac.
tuul responsibilities to provide EEO in each grade end classifica-
tion of employment. TQ ensura that the above agreement will be
P_l
I
I
mQt. the following actions will be takan as a minimum:
I
a. Periodic me.tings of supervisory and personnal office
employees will be conducted before the sts" of work and then
not less ofton than onc. every six months, at which time the
cOiltractor's E\;O policy and its impl.mentation will b. r.vi.wed
.nd sxplaiMd. The meetings will b. conducted by the EEO
Officer.
I
b. All new supervisory or personnel office employees will
~-----be given a thorough indoctrination byth8EEO--Officer. covering
I all major aspects of the contrsctor's EEO obligations within thirty
days following their reporting for duty with the conuactor.
I
c. All parsonnel who ar. eng.ged in dir.ct rscruitment for
the projact will be instructed by the EEO Officar in the conuact-
or's procedur.s for locating and hiring minority group amployaes.
I
d. Noticas lInd posters setting forth the contractor', EEO
policy will be plecad in areas reedily sccessible to .mployees,
applicants for employment and potentilll .mployees.
I
.. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attantion of employ-
eas by meens of meetings, .mploy.e handbooks, or other
eppropriat. means.
I
4. Recruitment: When advertising for employee., the contrac-
tor will include in aa advertisements for .mployees the notation:
. An Equal Opportunity Employer.. All such advertisements will
be plllcad in publications heving e large circuletion lImOng
minority groups in the are. from which the project work force
would normally be derived.
I
a. The contractor will, unle.. pr.cluded by e valid bargain-
ing .gr.ement, conduct syst.matic end direct recruitment
through public and private employee referral sources likely to
yield qualified rrunority group applicants. To meet this -require-
ment, the conUactor will identify sources of potential minority
group employees, and .stablish with such identified sources
procedures wher.by minority group applicants may be referred to
the contrector for employment consideration.
I
I
b. In the event the contractor has. vlllid bargaining agree-
ment providing for exclusive hiring hall referrals, he is expected
to observe the provisions of that agr.ement to the extent that the
system permits the contr.ctor's compliance with EEO conUect
provisions. (The DOL has held that where implementation of
such figreements have the effect of discriminating against
minorities orwomen. or obligates the contractor to do the same.
such implemantstion violates exscutive Order 11246, .s .mend-
ed.)
I
I
I
1:. The contractor wiD .ncoureg. his pr.sent employe... to
r.fer minority group applicants for employment. Information end
procedures with regard to referring minority group applicants will
be discussad with .mpIoyees.
I
5. Personnel Acti_: Wages. working conditions, and
employee benetits .hall be established and administered, and
personnel ections of every type. including hiring. upglading,
promotion. uaMfer. demotion, layoff, and termination, shall be
taken without regard to rac.. color. religion, sex. national origin,
age Of disability. Tha following procldures shall bl followad:
a. The conUactor will conduct periodic inspections of
project sitlS to insurl that working conditions Ind employell
facilities do not indicate discriminatory treatment of project site
pelsonnel. .
I
I
1'00II.2
I
b. The contractor will periodicelly Iivaluate the spread of
wagea paid within .ach clasaificetion to determine any evidence
of discriminatory wage practices.
c. The contractor will periodically review .e1ected person-
nel actions In depth to determine wheth.r there is lvidence of
discrimination. Where evidencl is found. the contractor will
promptly take corrective action. If the review indicate. that the
discrimination may extend -beyond the eclion. reviewed, such
correotive eotion shall include a1leftected person..
d~ The contrector will promptly investigate all complaints
of alleged di.cririUMtion made to the contrlctor in connection
with hi. obligation. under this conulct, will Ittempt to rnolve
such complaints, Ind will take appropriate corrective Iction
within I rlasonable tima. If thl investigation indicate. that tIte
discrimination may effect persons other than the complainant.
IIlch corrective Iction shall include ,uch other persone. Upon
completion of each Investigation, the contractor will Inform IVlry
complainant of eO of hi. aVlnu.. of appeal.
6. Training and Promo1ion:
a. The contractor will as.i.t in locating. qualifying, and
increasing the skl11s of minority group and wom.n employees.
end applicl!nts for employment.
b. Consist.nt with the contractor's work force requir.-
,ments and as permissible under Fedlral and State regulations, the
contractor shall make fua use of training progr.ma. i.... appren-
ticeship. and on-the-job Uaining programs for the geographical
aree of contract performanc.. Where fe.sible, 25 percent of
lIpprentices or trainees in each occupation .h.1I be in their first
Yler of apprenticeship or training. In the event a .pacllll provi-
sion for trllining is provided under this contract. thi. subpara-
graph will be superseded as indicated in the .peciaf provision.
c. The contractor will edvise employees and applicants for
Imployment of avsilable uaining programs end enuance require-
ments for each.
d. The conUactor will periodically review the training end
promotion pot.ntial of minority group and women employaes and
will encourage eligible employees to apply for such training end
promotion.
7. Unlone: If the contractor relie. in whole or in pert upon
unions liS a source of employees. the contractor will use hlsther
best efforts to obtain tht'l cooperation of such unions to increue
opportunities for minority groups and women within the unions,
and to effect referrals bV such unions of minority and femal.
employees. Actions by the contractor either directly or through
a contractor's association acting liS agent will include the proca-
dures set forth below:
a. The contrector will use best efforts to develop. in
cooperation with the unions. joint training programs aimed
toward quelifying mar. minority group mambars and women for
membership in the unions and incrlasing thl skills of minonty
group employee. and womsn so that they may qualify for higher
paYIng employmant.
b. The contractor wil! us. hest efforts to incorporate an
EEO clause into each union sgreemant to the end that .uch union
will be contractuelly bound to ref.r applicants withOut regard to
their raCll, color. religion, sax. national origin, ege or disability.
c. The contractor is to obtain information as to the fllferrel
I
I
1-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
practices end policie. of the labor u,uon except that to the extent
such information is within the exclusive possession of tha labor
union and such labor union raNles to fumilh such information to
the contractor. the contrector Ihall 10 cartify to the SHA and
shall .at forth whet efforta have been mada to obtain .uch
information.
d. In tha event the unio~ is unl~ble to pr~~de th~ contrac-
tor with a reasonab/a flow of minority and women refe"ela within
, th.-time,limit .et forth in the collactive-bargaining.agreemant,-the--
contractor wiD. through' independent recruitment efforts. fiR the
employment vacancies without regard ,to- race, color. religion.
sex. national origin, age or dilabiliry; maldng full efforts to obtain
quelified and/Or qualifiable minority group persons and women.
(The DOL has hatd that it ahall be no axcuse that th, union with
which tha contractor haa II collective bargaining agraament
providing for exclusive referral fa!!ad to refer minority amployaes.)
In tha avent the union referral practice prevents the contrs~tor
from meeting the obligations pureuant to Executive Order 11246.
aa amended. and these Ipecial provisions. such contractor .haD
immediately notify the SHA.
8. Selection of Subcontractors. Procurement of Materials and
Ls..ing of Equipment: Tha contrelitor .hall not discriminata on
the grounds of race, color. religion. sax, national origin, age or
disability in tha selection and retention of subcontractors. includ-
ing procurement of matarials and leasas of equipment.
, a. Tha contractor shall notify all potantial lubcontractors
end suppUars of his/her EEO obligations under this contract.
b. Disadvantaged business anterprises (DSEl. as dafined in
49 CFR 23. Ihall have eqUal opportUnitY to comp'ete for and
perform subcontracta which tha contractor entars into pursuant
to this contract. Tha contractor will use his best efforts to solicit
bids from and to utilize DBE subcontractors or subcontractors
with meaningful minority group end femala representation among
thair employeas. Contractora .hall obtain lists of DBE construc-
tion firms from SHA personnel.
c. The contractor will use his best efforts to ensure
subcontractor complianca with their EEO obligations.
9. Recordll and Reporta: The contractor shall keep such
records as nacessary to document compliance with the E'EO
raquiramants. Such racords shell ba retained for a period of three
years following completion of the contract wo~ and .hall be
available at raasonable times and places for inspection by autho-
rized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number of minority. and non-minority group
members end women employed in each work classification on the
project;
(2) The progress and efforts being mede in cooperation
with unions. whan applicabla. to incraase employment opportuni-
ties for minorities and women;
(3) The progress and efforts being meda in locating.
hiring, training, quelifying. and upgrading minority and femele
employees; end
(4) Tha progress and efforts being made in sacuring tha
sarvicas of DBE subcontractors or subcontractors with meaning-
ful minority and female raprasentation among their employees.
b. The contractor. wiUaubmlt an annual report to the SHA
each July for tha duration of tho project. indicating the number
of minority, women. and non-minority group employeell currently
engaged in aach work e1asaific.stion required by tha contract
work. ThIs information ia to bf,; rl3J)ortad on Form FHW A-1391.
If on-tha job training ia baing ntquired by special provision, the
contractor will be required to cellact and report training data.
10. NONSEGREGATED FACIUT1Es
IApplicable to all Fedaral-aiel construction contracts and to all
related subcontracts of $10,000 or more.)
a. By submjssion of this bid, the execution of this contract or
.ubcontract, or tha consummation of thii! matarial supply agree-
ment or purchasa order. a. appropriata, the bidder. Fedaral-aid
construction contractor, subcontractor. material supplier, or
vendor. as appropriate, certifies that tha firm doas not maintain
or provide, for ita employees eny eegregated fecilities at any of it.
establishments. and that the firm does not permit its employees
to perform thair sarvice. at any location, under its control. whare
segregated facilitias are maintainad. The firm agraes that a
IirallCh of this certification i. a violation of the EEO provisions of
this contract. The firm further certifies that no amployee will be
danied accass to adequate fa~ilities on the basi. of sex or
disability.
b. As used in this certification. the tann .segregatad
facilitias" means eny waiting rooms. work areall. restrooms and
washrooms. re.tsurants and other aating areas, timeclocks.
locker rooma. and other storaga or dre.ling areas, partclng lots,
drinlcing fountain.. recraation or entartainment Iraas. transpor-
tation. and hoUSing facilities 'provided for ampIoYlles which are
sagregated by explicit directive. or are, in filet. sagragated on the
basis of race, color, religion. national origin. age or disability.
bacause of habit. local custom. or otherwise. The only excaption
will be for the disabled when the demands for accassibllity
override le.g. disabled partclng).
c. Tha contractor agrees that it has obtained or will obtain
identical cartification from proposed subcontractors or matarial
.uppliars prior to award of subcontracts or consummation of
material supply agreements of $10.000 or more and that it will
ratain such certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
IApplicable to ell Federal-aid construction contracts exceeding
$ 2.000 and to all related subcontracts, excapt for projects
located' on ro~~ay~ ~1~s8iried as Iocal roede or Nral minor
collectora. which are exempt.)
1. Genaral:
a. All mechanics and laborer. emploved or working upon
tha .ite of the wo~ will be paid unconditionally and not lals
oftan than oncl a week and without subsequent deduction or
rebata on eny account (excapt luch payroll deductions as are
parmitted by ragulations 129 CFR 3) issued by tha Secretary of
Labor under the Copelend Act 140 V.S.C. 276clJ the full amounts
of wages and bona fida fringa benefits lor cash aquivalents
thereof) duallt time of paymant. The payment shall be computad
at waga ratas not laas than those contained in the wage determi-
netion of the Secretary of Labor /hereinaftar "the wage detarmi-
nation") which is attached hereto and made a part hereof.
regardless of any contractual relationship which may be alleged
to exist betwaen the contractor or its subcontractors lInd suc:h
laborers and mechanics. The wage detam'linauon !including any
P_3
I
I
additional classifications and wage rates conformed under
paragraph 2 of this Section IV and the DOL poster lWH-13211 or
Form FHW 1..-1495) sMlI be PCUltad at all times by the contractor
and its subcontractors at the sita of the work in a promlnant and
ll'ccessible place where it can be easily seen by the workers. For
the purpose of this Section, contributions made or costs reason-
ably anticipated for b.on8 fide fringe benefits under Section
1 (bJ(2J of tha Dallis-Bacon Act (40 U.S.C. 276al on behalf of
laborers o~ m;chanic;-.r. ca-ilsideri.cfw8ges p8ia to -such laborers
or mechanics, subject to the prolliaJons of Section IV. paragraph
317, hereof. Also, for the purpose of this Section, regular
contributio~s made or costs i!,!c!lrrad for more ~an a weekly
period Ibut not lees often than qullinerlyl 'under plans, funds, or
programs, which cove, the particular weekly period, are deemed
to be constrUctively made or incurred during luch we.kly period.
Such labor.rs and mechanics Ihall b. paid the appropriate wag.
rate and fringe benefits on the wage d.tarmination for th.
cl.ssification of worle actually performed, without regard to skill.
except a8 prollided in paragraphs 4 end 5 of this Section IV.
I
I
I
I
I
b. Laborars or mechanics performing work in more than one
classification may be compeflsiltid at the rata apacifi:d fer a:en
classification for the time actually worked therein. prollided. that
the employer's payroll records accur.ately set fonh the time spent
in each classification in which work is performed.
I.
I
c. All rulings end interpretations of the Dallis-Bacon Act
end related acts contained in 29 CFR " 3. and 5 are herein
incorporated by ,eference in this contract.
2. Cla8sification:
I
a. The SHA contracting officer shall require that any class
of laborers or mechanics employed under the contract, which is
not liatad in tha wage determination. shall be classified in
conformance with tha wage determination.
I
b. The contracting officer shall approve an additional
classitication, wage rate and fringe benefits only when the
following criteria heve been met:
I
(1) the work to be performed by the additional classifi-
cation requested is not performed by s clessification in the wage
determinetion;
I
(2) th. additional classification is utilized in the area by
the construction industry;
I
(31 the proposed wage rate, including any bona fide
fringe benefits, bean a reasonable relationship to the wage rates
contained in the wege determination; end
I
(4) with respect to helpers, when such a clessification
prevails in the area ill which the work is performad.
I
c. If the contractor or subcontrectors, ea appropriate, the
laborers and mechanics (if known) to be employed in the
additional classification or their reprasentatives, and the contract-
ing officer agr.e on the classification and wage rete (including
the emount designated for fringe benefits wherll appropriate). 41
repon of the action teken shall be sent by thll contracting officer
t~ the DOL. Administrator of the Wage and Hour Division,
Employmant Standards Administration, Washington, D.C. 20210.
The Wage and Hour Administrator, or an authorized representa-
tive, will approve. modify, or disapprove every additionel
classification action within 30 days of receipt and 80 advise the
contracting officer or will notify the contracting officllr within the
30-day period that additional time is necessary.
I
I
I
'..
d. In the lIvent tho contractor or ulbcontriil<:tors. as appro-
priatll. thlllleborers or machamol!! tn be el'"Ploye~ in the additional
classification or the., representatives, and tha contracting officer
do not agrelll on the prC/posed cla~ficatiol'l and wag. rate
(inclUding the emoUllt desigfll!lted for fringe henefits, wherll
appropriate), tha contracting officer sl1a1i refG;' the qUestion..
including the views of ell interested parties and tha racommenda-
tion of the contractil1\J officar, to the Wage end Hour Administra-
tor for -determination: Said '-;dministrator. or sn- authnrized
representative, wI/I is.ue 41 determination within 30 days of
receipt end so advise thG cantracting officer Of will notify the
contrlcti'lg officer within the 3O-day period th~t additional time
is necessary
I. The wege ratll (including fringo benefitll where Ippropri-
ate) dlltermined pursuant to parlgraph 2c or 2d of this Section IV
shall be paid to all workers parforming work in the additional
classification from the first day on which work is performed in
the classification:
3. Psyment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the
contract for I class of laboref1l or mechanics includes a fringe
benefit whioh i. not expraseed al an hourly rate, the contractor
or subcontractor.. as appropriata, shall either pey the benefit IS
stated in the wege determination or shall pay another bons fide
"fringe benefit or an hourly clltle equivalent therllOf.
b. If the contractor or subcontractor, a. appropriate, does
not make payments to a trustee or othlr third person, he/she may
conaider as a pan of the wage. of Iny leborer or mechanic the
amount of any costs reallonably anticipated in prolliding bona fide
fringe benefits under a ptan or program, prollided, that the Secra-
tary of Labor he. found, upon the written request of the contrlc-
tor, that the epplicable standards of the Dallil-Bacon Act havII
been met. The Secretlry of Labor may require the contrector to
let aside in a separete eccount essets for the meeting of
obligations under the plan or program.
4. Apprentices and Trainees IProgrlms of the U.S. DOll and
Helpers:
a. Apprentices:
(1) Apprlntices will be permitted to work at less than
the predlterminad rata for the work thay performed when they
ere employed pursuant to and individually registered in a bone
fld, epprenticeship program rogistered with the DOL. l&nploy-
ment.nd TraiNng'Administretiori,-Bureauof Apprenticeship and
Trlining, or with a Ststs spprenticllship agency recognized by the
Buresu, or if a penon i. employed in histher first 90 deys of
probationary employment IS an apprentice in cuch In apprentica-
ship program, who is not individually registetad in ,the program,
but who has been certified by the Bureau of Apprenticeship and
Training or a State Ipprenticeship sgency lwhere eppropriatel to
be eligible for probationary employment IS en apprentice.
(21 The ellowable rlBtio of epprllntices to journeyman-
level employees on the job site in any craft classification shall not
be greater than the ratio permitted to the contractor as to the
"ntire work force undor the registered program. Any llImployell
listad on /I payroll et an apprentice wllge rate, who is not regis-
tlJreod or Cltherwise employed as stated above. shall be paid not
less than tha applicable wage rIte listed in the wage detarmina-
tion for the classification of work ectually performed. In addition.
eny appreAtice performing work on the job site in exceSM of the
ratio permitted under the registered program shall be paid not less
I
I
than the applicable wage rate on the wag. determInation for the
work actually performed. Where a contractor or subcontrector
is performing construction 011 a project in a locality othar than
lhat in which its program is registared. the ratios and wage rates
(expressed in percentages of the joumeyman-Ievel hourly ratel
specified in the contractor'a or subcontractor's registered
program shall be obs.rved.
I
.1
(31 Ev.ry appr.ntice must be paid at not less than the
rate specified in the registsred progrem for the apprentic.'s leval
of progr.... expressed aa . perc.ntage of the journeyman-level
hourly rate specified in the applicabla wage datermination.
Appr.ntices shall be pa;d fring.'b.nefits in accordance With the
provisions of the apprentice, hip program. If the apprenticeship
program does not sp.cify fringe benefits. apprentices must be
paid the full ,mount of fringe benefits listed on the waga determi-
nation for the applicllble classification. If the Admini'tretor for
the Wage and Hour Divilian determines that a different practice
prevails for the spplicable apprentice classification. fringes shall
be paid in accordance with thet determination.
I
I
I
(41 In the IY4tnt the Bur".u of Apprenticeship snd
Training. or a Stats apprenticeship agency racognized by the .
Bureau, withdraws approval of en .apprenticeship program. tha
contractor or subcontractor will no longer be permittad to utilize
appranticasat lall than the applicable predetermined rate for the
comparsble work performed by regular employees until an
acceptable program is approved.
I
I
b. Trainees:
I
(1) Except IS provided in 29 CFR 5.18, trainees will
not be permitted to work It le88 than tha pred.tarmined rat. for
the work p.rformed unl.ss th.y ar. .mployed pureuent to Ind
individually r.gistersd in I program which has received prior
Ipproval. lvidenced by formel c.rtification by the DOL. Employ-
m.nt and TraiNng Administration. .
I
(21 The ratio of trainees to journ.yman-I.vel .mployees
on the job lita shall not b. greeter than p.rmitted under the plan
approved by the Employment .nd Training Administration. Any
employ.e listed on the payroll It I trlinee ratl who is not regis-
t.red Ind plrticipating in I trBining plan approved by the Employ-
m.nt Ind Training Administration shall b. paid not less than the
applicable wage rate on the wag. determination for the classifi~
tion of work actually p.rformed. In eddition. any trainee perfonn-
ing work on the job sit. in excess of the ratio p.rmitted und.r the
registered program shall be plid not less than tha Ipplicllble
waga nita on the wege determination for the work Ictually
perlcirme<l. .
I
I
I
(31 Every trBinae must be paid at not les. than tha rate
sp.cified in the epproved program for his/her level of progress,
expressed es a percentlge of the journeyman-Ieval hourlV rata
spacifiad in tha applicable wlge determination. Trainees shall b.
paid fringe benefits in Iccordance with tha provisions of the
trlinee program. If tha trBinee program does not mention fringe
benefits, traineu shan be paid tha full amount of fringa benefits
listed on the wage determinetlon unless tha Administrator of tha
Waga and Hour Division determines that there is In apprantice-
ship program lIssocisted with the corrasponding journ.yman-lavel
wage rate on the wage determination which provides for less
than full fringe benefits for apprentices. in which case such
trainees shell receive the sama fringe benefits as apprentices.
'I
I
I
I
(4) In the event the Employment end Training AdmiNs-
tration withdraws approval of a training program. the contractor
or subcontractor will no longer be permittad to utiliza trainees at
I
less than the applicable predetormined rate for the work per-
formed UNtil an IIc:coptable progfllm ill approved.
(;. Helpelr~:
Helpers win be pamui:ted to work un 8 projact if the
helpet claalificetlon is specified end defin49d on the applicable
wage determination or ia approved pursuant to tha conformance
~rocedur8 set f(lrth in Section IV.2_ Any worker Ii.ted on a
peyroll at a helpar wage r.te, who ifl not II helper under a
approved definitiG~. sh!l.ll be peid rjot ,... th~n the appllcabl.
wage rato on the wsge datam'lination for the claSSIfication of
work actually performad. '
5. Apprentice. and Tra/ne.. IPrograms of the U.S. DOT):
Apprentices and trainees working undar apprenticeship Ind
skiU training programs which have been certified by the Secretsry
of Transportation lIS promoting EEO in connection with Federal-
aid highway construction programs 1Il1i1 not subject to tho require-
ment. of paragraph 4 of this Section IV. The strBight time hourly
wage r8ta. for apprentice. .nd traina" under such programs will
be .stabliahed by the particular programs. The ratio of apprentic-
es Ind trainaes to journaymen shall not be greater than permitted
by tha term. of tha plrticular program.
6. Withholding:
The SHA shall upon its own action or upon written
request of en authorized representaove- of the DOL withhold. or
cause to be withheld. from tha contractor or subcontractor und.r
this contract or Iny other Federal contract with the same prime
contractor. or Iny other Federelly-assisted contract subject to
Divis-Bacon prevailing wage requirements which is held by the
same prima contractor. a. much of the accrued peyments or
advances as may be considered necesslry to pay laborers end
mechanics. including apprentices. trainees, and helpers. em-
ployed by the contractor or any subcontractor tha full amount of
wages required by the contract. In the event of failure to pay
any laborer or mechanic. including any apprentice. trainaa. or
helper, employed or working on the site of the work. all or pert
of the wages rllqulled by the contract, the SHA contracting
officer may. after writtltln notice to the contractor. take such
action IS may be nacessary to cause the suspension of eny
further paymant, advance. or guarantee of funds until such
violations have caasad.
7. OVertime Requit.menU:
No contractor or subcontractor contracting for any part
of the contract worit which may raquire or involve the fmploy-
ment of laborers, mechanics. watchman. or guards !including
apprenticas. trainefls. end helpers described in paragrephs 4 and
5 above) shllll requira or permit any I..borar, m.chanic, wetch-
man. or guard in lIny workweek in which he/she is employed on
such work. to work in IIXCSSS ef 40 hours in such workweek
unless such laborar, mechanic. watchman. or guard recaives
compensation at I rete not less than one'lInd-one-half timas
hiather basic rate of pay for all hours worked in excess of 40
hours in such workwaak.
8. Viol.tion:
liability for. Unpaid Wag.s; liquidated Damages: In the
event of any violation cf the clausa sat forth in paragraph 7
above. the contractor and any subcontractor r~sponsiblG thereof
shan be liable to the sffected employee for his/her unpaid weges.
In addition, such contractor snd subcontrector shall be iiable to
P_&
1
I
the United State. (in the ce.e of work done under contract for
the District of Columbia or a territory. to such District or to such
territory) for liquidated damage.. Such liquideted damags. shall
be computed with respect to each individual labor.r. machanic.
watchman. or guard employed in violation of thfl clAusa set forth
in paragraph 7. in the sum of $ 1 0 for each calandar riay on which
such emp/oyee wa. required or permitted to wort.. in oxcess ~f
tha standard work week of 40 hours without psvment of the
overtime weges required by the cleusa set forth ili psregraph 1.
-I
I
9. Withholding for Unpaid Wage. and Uquidatad Camage.:
I'
Tha SHA shall upon its own action or upon wntten request of
any authorized raprasentative of the DOL withhold, or cause to
be withheld. from any monies payable on account of work
performed by the contractor or subcontractor under any such
contract or any other Faderel contract with ths same prime
contractor, or any other Federally-allisted contract subject to the
Contrect Work Hours and Safety Standards Act. which is held by
the same prime contractor, such sums as may be determined to
be necesaary to satisfy any Iiabilitias of such contractor or
subcontractor for unpaid wagills aM Iiquideted demagell es
provided in the clau.. set forth in paragraph 8 above.
I
1
I
V. STATEMENTS AND PAYROlLS
(Applicable to 11I1 Federlll-aid construction contracts exceeding
$2.000 and to all related subcontracts. exeapt for projects
located on roadwaye classified as local roads or rurlll collectors.
which are exempt.)
I
1. Compliance witfI Copaland Regulatlons 129 a:R 31:
I
The contractor shllll comply with the Copllland Regulations of
the Secretary of Labor which are herein incorporated by refer-
ence.
I
2. Payrolla 8ftd Plyroll Racorda:
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during the
course of the work end preserved for a period of 3 yeers from the
dete of completion of the contract for all laborers, mechanics.
spprenticas, trllinees. w.tchmen, helpers, and guards working at
the site of the work.
I
1
b. The peyroll records shall contain tha name. social
security number. and lIddress of each such employ.e; his or her
- - correct cl~s~ificll~o~; _~ou~y. r,tes of wages paid (in~uding rates
of contributlons or costs antlClpatad 'or bona fide fnnge benefits
or cash equivelent thereof tha types described In Section
1 1b1l211B) of the Davis Bacon Act); daily and waekly number of
hours worked; deductions mada; and IIIctual wages paid. In
addition, 'or Appalachian contracts. the payroll racords shall
contain a notation indicating whethar the amployee does. or does
nolo normally resida in the labor area lIS defined in Attachment A,
paragraph 1. Whenever the Sacretary of Labor, pursullnt to
SlSction IV, p"egreph 3b. hllS found that the wages of any
laborer or machanic include the emount of any costs reesonably
anticipated in providing benefits under a plan or program de.
scribed in Section 1 1b1l21lB) of the Davis Bacon Act. the contrac-
tat end each subcontractor shall maintain records which shclw
thIIIt the commitml'nt to'provida such benefits is enforceable, that
the pi In or progrsm is financially responsible. that the plan or
program has been communicated in writing to the laborers or
mechanics affected, and show the cost anticipated or the actual
cost incurred in providing benafits. Contractors or subcontrac'
tors employing apprentice. or trainaes u~er approved programs
I
1
I
I
I
p_e
I
shdlmaintllin writtan I'lvicJol1ca of the registration 01' llpprenticeo
and tri1,i~8es. Dad ratiQI! end wago rate. prascnbsd in tha
applicablo progfam~.
G. Each contract",",' and f,Ut!'''Ciotfactnr shall h.1illish. each
wesk in whil:h ~n\l corMact \'.mrt ill performed, to ths SHA
rssident anginaer (I pllyroll Qf wago'! f1l11id each of its employees
(including apprenticas, tr6inoe., ancfhelpers, described in Section
IV, plllrsgrapM-4 ,,~'S, /ired wfltC'lunen and guards engaged on
work during the precedin~ weeldy payroll periodl. TIle payroll
submitted shall 'Ilet out j;j'.:.:;urlll~lv Iind completely all of the
inform.tion raquired to be maintmined undlllr pllfagfllJlh 2b of this
Section V. This ii'lfonnation mry be submitted in any form
dasired. Optional Form WH.347 illwailable for this purpo'G and
may be purch..ed from thlt Superintandent of Documents
(Federal etock number 0:'<9-00S-0014-1), U.S. Govamment
Printing Office, Washingtofl, D.C;. 20402. TIle prime contractor
i. rasponsible for thIII submisaion of copies of payrolls by ell
subcontractors.
d. Each payvoll iubmitted shaD be ec;companied by a
.Statament of Compliance. . signed by the contractor or aubcon-
tractor or histher agent who pays or supsrvisas the payment of
the persons employed- undor thG contract and shall certify the
following:
(1) thet the payroll for the payroll pariod containe the
information raquired to bfl maintained under peragraph 2b of this
Section V end that such informllltion is correct and complete:
(2) that such laborer or Mechanic /including each helper.
apprentica. and trainee) amplo'flld on tha contract during the
payroll period has baan peid tha fun weekly wagos aamed,
without rebata, either directly or illdirectly, and that no deduc-
tions hava bean mada aithor directly or incliractly from the full
wages aarned, other than pennissible deductions as set forth in
the Regulations. 29 CFR 3;
(3) that aach laborer or mechanic h.. been paid not less
that the applicable wage rata and fringe benefits or cash equiva-
lent for the classification of worked "erformed. as specified in the
applicabla wage datermination incorporated into the contract.
a. The weakly submission of a property oxecuted certifica-
tion set 'orth on the raverSll side of Optional Form WH-347 shall
eetistv the requirement for submission of the .Sulement af
Compliance. raquired by raragraph 2d of this Saction V.
1. The talsifillation c;,f cny M the above certification!' may
subject the contractor tc civil or criminal proSllcutiorl under 18
U.S.C. 1001 and 31 U.S.C. 231. -
g. The contrectar or subcontractor shall make the records
required under paragraph 2b of thill Section V aveilable for
inspaction, copying. ar transcription bV authorized representatives
of the SHA, the FHWA, Of the DOL. IInd shall permit such repre-
santatives to interview Ilmployee. during working hours on the
job. If the contractor or subcontractor fails to submit the
required records or to make thom available, the SHA, the FHWA,
the DOl. or all may. after writtsn notice to the contrsctor,
sponsor, applicant, or owner. take such actions as may ba
necessary to causa the suspension of any further payment,
edvance, or guarantee (if funds. Furthermore, failurs to submit
!he r~quir6d tecords up...n request or to make 8uch racords
available may be grounds far debarment action pursuant to 29
CFR 5.12.
'III. RECORD OF MATERIALS, SUPPUES. AND LABOR
1
I
1. Or. all Fed.ral-aid contract!' on the National Highway
System, except thoa. which proVIde solely for the in5talltltion of
protective devic.. at r.llroad .grade crosaings, thoss which are
conatructed on a force account or direct labor basIs, highwIIl'l'
beautification contracts, and contracts for which the total final
- cClnfltNction cost for roadway and bridge is lass than
$1,000,000 123 CFR 635) the contractor shall:
1-
-I
a. Become familiar witlt the list-of specific materials and
supplies contained in Form FHWA-47,..Ststemant of Materials
and Labor Used bV Contractor of Hig!'tway Construction Involv.ng
Federa' Funds,. prior to the commencement of work under this
- contrect.
1
I
b. Maintain a record of tha total cost of all materials and
supplie. purchasad for and incorporated in tha work, and also of
the quantities of those specific materials and supplies listed on
Form FHWA-47, and in tha units ahown on Form FHWA.47.
I
c. Furnish, upon the complation of tha contract, to tha
SHA rasident engineer on Form FHWA-47 together with the data
required in par!lgraph 1 b ralative to materials and supplies, a final
labor summary of all contraet work indicating the total hours
worked and the total amount aarned.
1
2. At the prime contrector's option, aither a single report
covering ell contract work or separete reports for the contractor
and for each subcontract shall b. submitted.
I
VII. SUBlETTING OR ASSIGNING THE CONTRACT
I
1 . The contractor shall perform with its own organization
contract work amounting to not Ie.. than 30 perc.nt lor a
greater percentage if specified a1sewhere in the contract) of tha
total original contract price, excluding any specialty items
designated by the State. Specialty items may be performed by
subcontract and the amount of eny such specialty items per-
formed may be deducted from the total original contract prica
before computing the amount of work required to ba performed
by tha contractor's own organization 123 CFR 635).
I
I
e. .Its own organization. shall ba construad to include
only workers employed and paid directly by the prima contractor
and equipment ownlld or rented by the prime contractor, with or
without operators. Such term does not incfude employees or
equipment of a subcontractor, assignae, or agent of the prime
contractor.
I
I
b. .Specielty Itams. shall ba construed to be limited to
work that require. highly sp.cialized knowledg., abilities, or
equipmant not ordinarily av.ilabl. in the type of contracting
organizations qualified and expected to bid on the contract as .
whole - and in general are to be limitad to minor components of
the overall contr.ct.
I
2. The contract fi/11ount upon which the requiremants ..t forth
in paragraph 1 of Section VII is computed includes the cost of
material and manufactured products which are to be purchased
or produced by the c:ontractor under the contract provisions.
I
3. The eontractor shall furnish (al a Ciompetant superintendent
or suparvieor who is employed by the firm, has full authority to
direct performance of the work in accordance with the contract
requirements. and is in charge of all construction operations
Iregardless of who performs tha workl and Ib) such other of its
(lwn orgl'inizational resourcos Isupervision, managament, Sind
engIneering sarvicesl as the SHA contracting officer determines
is necessary to assure tha performance of the contract.
I
I
I
4. No portion of the contract .hall bill sublet, assigned or
otherwise clis!2o!llfld "t except with the writtan consent of the!
SHA contracti"'lI officer, or autltorizad repres.ntative, and such
consant whet. giveN shall not ba coMtNlld to raliev. the
contractor of any r.eponsibility for the fulfillment of tIta contract.
Written consentJNiII be given or-dy after the SIiA ha. liIslured thet
IIse/\ subcontfflct is llvidanced in writing and that it contains all
pertinant provi=ions and requirementa of th~ prime contract.
1/111._ SAFETY: ACCiDENT PREVENTION
t. In the pfJrformance of this contract the contractor shell
comply with all applic:sble Federal, State, and local laws govern-
ing safety, health, and sanitation 123 CFR 635). The contractor
shall provide ell safeguants, safety devices and protective
.~ipmant and take eny other needed actions as it determines,
or .. the SH.I. contracting officer may detarmine, to be rea.on-
ably necessary to pro tact the life and health of employees on the
job and tha .afety of the public and to protact property in
connection with the p.rformance of the. work cava red by the
contract.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor anters into
purauant to this contract, that tha contractor and any subcontrac-
tor shall not parmit any employee, in performance of tIta con-
tract, to work in surroundings or under conditions which are
unslIInitary, hazardous or dangerous to his/her health or safety, aa
d.termined under constrUction safety and health standards 129
CFR 19261 promulgated by the Secretary of Labor, in accordance
with Section 107 of the Contract Work Hours end Safety
Standards Act 140 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of thla
contract that the Secr.tary of labor or authorized representative
theraof, shall have right of antry to any sita of contract perfor-
mance to inspect or investigate the matter of complianca with
tha construction safaty and health standarda and to carry out the
duties of the Secretary under Section 107 of the Contract Work
Hours and Safaty Standards Act 140 U.S.C. 3331.
IX. FALSE STATEMENTS CONaRNlNG HIGHWAY PROJECTS
In order to assure high quality and durable construction in
conformity WIth approved plans ~nd sp.cifications and a high
degree of reliability on statements and rapresentations mede by
angineers, contrlllctors, suppliers, and worker. on Federal-aid
highway projects, it is .ss.ntial that all porsona concerned with
tha project perform their functions as carefully, thoroughly, .nd
honestly as possible. Willful falsification, distortion, or mjsrepre-
.entation with respect to .ny fscts related to the project IS a
violation of F.deral IlIw. To prevent any misunderstanding
r.garding the seriousnesll of these and similar acts, the following
liotice shl'lll be posted on each fed.r....aid highway prl'j.ct 123
CFR 635) in ene or more places where it is raadily available to all
persons concerned with the project:
NOTICE TO AU PERSONNEL ENGAGED ON FEDfiRAL.AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
.Whoever, bllinl1 an afficsr, lIgent, or IImp/oyee of tho UnitBd
StlltllS, or of any Stat. Of Territory, or whoflvet", whethef a
pMSon, IIssociation, firm, Of c:orpor,.tion, knowingly makBs any
fslstl statflmllnt, 'S/SII fllprllSl1fIration, or false report 8S to the
chlHactBr, quelity, quantity, Of cost of the matBrial used or to be
uSBd, or the quentity Of quality of fh" work performlld ot to bit
P_7
I
I
p~""nned, or thtil cnst therflOf in connection with thD suhmission
of plMlfl, fflBP$, $jiflCifiCSOOM, confrects, or "osts of CONstruction
on II/IY highw.y Dr re/.ted proieci submitted for epprovel to the
Sacretary of Tr/lflSportetion; or
~ollver knowingly maleu 'ImY felslI stateintlnt, (./S(; f(jprll$fIII-
-'stion, flllsll report or flllse cleim with respect to thlt ch,,,ecter,
que/ity, quentity, Of (.ItJ$t of eny work performed or to be per-
familld, or mateiilfia fumished or to be fumiM.d, in ct/nnsction
with the COMuuCtitm of MY highway or re/eted project approved
by the Seeretery of Transportation; or
1--
I
1
~ev. knowingly mMU eny flllso stetllm."t or fels" repr"..
8Isntstion as to met.riel fBct in eny $tet_nt, certifiest., or
report submitted pUf$uent to promioM of the FedersHid R6111ds
Aet epprovlld July 1, '916, (39 Stet. 3551, a emended and
supplllmtlltted;
I
I
.Shen be fined not more that ItO,otX:! or imprisonod not more
thQII 5 yeers or both. .
X. IMPLElIIlENTAnCN Of "'...EA... AIR ACT AND FEDEP.A!..
WATER POUUTION CONTRot.. ACT
I
(Applicable to all Fedaral-Iid construction contracts and to ell
related subcontrects of $100,000 or more.1
I
By submieeion of this bid or the execution of this contract, or
subcontract, as eppropriate, the bidder, Federal-aid constrUction
contrsctor, or subcontrsctor, as eppropriate. will be daemed to
have stipulated as follows:
I
1. ..hat any facility that is or will be utilized in the performance
of this contract, unle.s such contract is exempt under tha Clean
Air Act, liS emended (42 U.S.C. 1857 !! !!!l.. as emended by
Pub.L. 91-8041, and under the Federal Weter Pollution Control
Act, as emended (33 U.S.C. 1251 !!!!!l., as amended by Pub.L.
92-5001, Exacutive Order 11738, and regulations in implementa-
tion thereof (40 CFR 151 is not listed, on the date of contract
award, on the U.S. Environmental Protection Agency (EPAI List
of Violating Facilities pursuant to 40 CFR 15.20.
I
I
2. That the firm aQraes to comply and remain in compliance with
811 the requirements of Section 114 of the Clean Air Act and
SectiQn 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listad theraunder.
3. That the firm shall promptly notify the SHA of the recaipt of
~~~ IIny communication from the Director, Offica of Federel Activities,
i::PA, indic~ting that" a faciliiythat is or will be utilizod for the
contract is under consideration to be listed on thll EPA List of
Violeting Facilitias.
I
I
I
~. Thet tha firm egr.ea to include or cause to be included the
.'Illquirementll of paragraph 1 through 4 of this Section X in every
IIOnexempt subcontract, and further agrees to take such action
- - 11$\ the govetnment may direct as a means of ar:'fqrcing such
requirements.
I
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INEUGIBlUTY AND VOLUNTARY EXCLUSION
I~
1. InGtructl_ for Certification - Primary Covered Tran..c-
il_:
(Applicable to sfl Federal-aid contracts - 49 CFR 291
I
a. By signing and submitting this proposal, the prospective
I
p.'
pl'lrnlllty p!lrticipant 18 l}foviding the certification set cut b"low.
b. rhe inability of a person to provide the cartification set
out below Will not necessanlv result in deni&! of participation in
this covered trsnsllction. The proepectivfl particip"nt shall submit
an explanation of why it cannot~providll the certification aet cut
blJlow. The certification or explanation will be considlll~ed in
connection with the depanment or agency's detarmirt8tlon
whether to anter into this tranaactioo. However, feilunl of the
prospectiva primarY participant to furnish a certification or sn
lIxplanation shall disqualify such a parson from participation in
this trensaction.
c. The cartificllltion in this clause is a matarial repruaenta-
tion of fact upon which reUance was pIeced when the department
or agency determined tCl enter into thie transaetion. If it is later
determined thet the prospective primary participant knowingly
randered an erroneous certification, in addition to other remedies
evaiJabla to the Fedaral Government, the department or agency
msy tarminate this transaction for caU1il1l of default.
d. The prolpecuvfJ primery participant .MlI provida
immediata written notice to tha depertment or agency to whom
this propcsal is submitted if any time the prospective primary
participant laams that its certification wa. erroneous when
submittad or has become erroneous bV reeson of changed
circumstances.
e. The terms. covared transactiog!,. -debarred,. .suspend-
ed," "inaligibla." "lower tier covered trensacUon,. . participant, .
.person," "primary covered transaction,. "principal,. .proposal"
and .voluntarily excluded,. as used in this clause, have the
meanings set out in the Definitions and Coverage sections of
rules implementing Executive Order 12549. You mey contact the
department or agancy to whioh this proposal is submitted for
assiatance in obtaining a copy of tho.e regulations.
f. The prospective primary participent agraas by submitting
this proposal that, should the proposed covered transaction be
entared into, it shall not knowingly enter into any lower tier
covered transaction with a person wha i. dabarreet, sus~ended,
declarsd ineligible. or voluntarily excluded from partiCipation in
this coverild transaction, unlass authorized by the department 6r
agency entering into this transaction.
g. The prospective primary participant further agroes by
submitting this proposal that it will include O\e clause tided
.Cartification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-lower ner Covered Transection" provided
bv'the (jllpartrilint or sgency entering into this covered tiansao-
tion, without modification, in a1llowar tier covered transactions
end in all solicitstions for lower tier covered transactions.
h. A participant in 8 covered trsfisactiofi may rely upon a
certification of e prospective partiClipent in e lower tier covered
transection that is not debarred, suspended, ineligibla, or volun-
tarily axcludad from the covered transsction, unless it knows that
tha certification is errorteous. A penicipant may decide the
method and frequency bV which it det~rmines mil eligibility of its
principals. Each participant mey, but is not requirad to, check the
nonprocurement portion of the OUsts of "arties Excluded From
Federal Procuremant or Nonprocurement Progrems" (Nonprocure.
mant Listl which is compiled by the Gonefa! Services Administra-
tion.
.. Nothing contained in the foregoing shall be construad to
raquire establiahment of l!l system of records in order to rerooer in
good faith the certification required by this clause. The knowl-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
lilclgl3 and intOmNlltioli of participant IS not rsquirtld to excelJd that
which ill normally pos.....d by a prudent poraon in the ordinary
"coul"1la of b1Jsinefllll de.lings. _
J. Except l\"j transactions authorized und.r paragraph f of
'the~GiMtiuctionfl. if a participent' in -. cov.rad transaction
knowingly antel'll into a lower tier covered transection with a.
p61ljOn ~ho ie Il,!spe~~! d,~b~rr,ed. ineUgible. or volunterily
"e!Ccluc:led from participation in this transaction. in addition to
cnher'remedie. eVllllsble to the Federal Government. the depart-
ment or agency mllY tenninate this transaction for coulle or
, C1efault.
. . . . .
CertlfiClltiM Regarding Debarment, SlI8peMion. Inlaligibility and
Voluntary ExclUllIcn-f'rinllItY Ccvor.d Transactions
1. The prl1cpective primary participant certifie. to thcl be.t of
it. knowledge and belief. dlat it and its principal.:
e. Are not presently debarrsd. suspended. proposed for
debarment. declared ineligible. or. volunterily excluded from
covered transactions by any Federel department or agency;
b. Have not within a 3-year period prscoding this proposal
been convicted of or had a civil judgement rendared against them
"" eomm;,cion of frwd or a criminal offense in cOMection with
obtsining. .ttempting to obtain. or performing e public IFederal.
State or local) tranaaction or contract under a public transaction;
violation of Feder. or State antitrust .tatutn or commission of
erntlezZlement; theft. forgery, bribery. fal.ification or destruction
of records. making fal.e .tatement.. or receiving stolen property:
o. Are not presently indicted for or otherwise criminally or
civilly charged by . governmanta' entity (Federal. State or local)
with commission of .ny of the offenses enumerated in peragraph
1 b of this certific.tion; and
d. Have not within a 3-year period preceding this applica-
tion/proposa' had ons or more public tr.nsactions (Federel. State
or I~cel) tenninated for cause or default.
.-'2. Where ths prospective primary participant is unable to
certify to any of the ItatemenUl in this certification. luch
l'Irospectlve participant shall attach en explanation to this
!Jro,,~..a1.
.....
,. '2.. Insuvcti_ for Certification - Low.r TIC' Cov.red Tr....c.
ti~n.:
(Applic.ble to all subcontracts. purchass orders end other
lowsr tillr tren8llction. of $25.000 or mor.. . 49 CFR 29)
"-
II. By signing end submitting this proposel. the prospective
1C!\yer tier is providing the certification set out below.
b. The certification in this cl.usll is e meterial rapresanta-
lion of fect upon wNch reliance was placl!d whon this transac-
dOfi .was; enter&d into. If it is leter determined that tI,e prospec.
tlve lowar tier pertlcipant knowingly rendered an erroneous
certificetion. in .ddition to other remadies aveilable to the Federel
Government. the department. or egency with which this transac-
'don originated May pursue available rllmedies. including suspsn-
3ion and/or deDllnnent.
c. The prospective lower tier participant she!! provid~
immadi.ce written notice to-the person to which thill proposal is
submitted if at anv lime thlil pf(ll;pectiv8 lower tiCit PQrticip8n~
learns that its ce,l'jfic&tion wae: orraneou" by reSll~n of <:hangecl
circumstances.
d. The tanna .covered trP!\slI'.:iion. - edabarred. W ....uspend-
- - ed: -ineligib'e.. .primary coverlK1' trensec'don. o-.I'larticipent;~.
.perlon.. .principat.. .proposal.. ElM .volunUlrily ",xcludod." lie
u.ed in this clause. have the masnings 8&t out in the Definitional
and Coverage .ections of ru'eo implementing Exacutiv6 Order
12549. You may contact the per80n to which thi. proposal ill
submitted for a..i.tanoe in obtaining fiI copy of those rs~lationtl,
e. The prospective lower tier perticipant agrecis by submit-
ting this proposal that, .hould the proposed covered tr.nsaction
be entered into. it .hall not knowingly enter into any lower tier
covered transaction with e person who ie deb.rred. 8u8pended.
declared ineligible. or voluntarily excluded from participation in
this cowred transaction. un/nil authorized by the department or
agency with which this tran.action originated.
f. Tha prospective lower tier participant further sgraes by
.ubmitting this propo.al that it will include this clause titled
.Certification Regarding Debannent. Su.pension. Ine'igibility end
Voluntary Exclusion-l.ower ner Covered Transaction. ~ without
modification. in all lower tier coverad transactions aind in sll
solicitation. for lower tier covered transllctlons.
g. A participant in a covered transaction may rely upon e
certlfic.tion of a prospective participant in a lower tiar covered
transaction that is not debarred. suspended. inefigible. or vatUI\-,
tsnly excluded from the covered transaction. unle.. it !tnows that
the certification i. erroneoue. A participant may decide t!le
method and frequency by which it determines the eligibility of its
principal.. Each participant may. but is not required to. check the
Nonprocurement Ust.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render il";
good faith the certification requirlld by this clause. The knowl-
edge and information of panicipant is not required to exce~ that
which is nonnelly possessed by . prudent person in the orainary
couree of bu.iness dealings.
i. Except for trenaactions .uthonzed under paragraph II of
the.e in.tructions. if Ii parti~pant in a covered '1rlllosactiol'l
knowingly enters into a lower tier coverad transaction with Gi
person who is suspended. debarred. ineligible. or voluntanly
excluded from parti~jpation in this transaction. in addition to
other remedies evailablfl to the Federal Goverr."nent. t~e depart-
ment or agency with which thilti trsnll$ctiO!'i originllited ma,!
pursue available remedie.. including suspension and/or debar-
ment.
CO" . ..
CertifiClltlon Regarding Debarment, Suapenaion. Ineligibility alld
Voluntary F.xclusiClfl--Lower rler Coverod Trane.ctioOl:
1. The prospactive lower ti&r particip.nt rGrtifielll. by submis,
sian of this proposal, that neithar it nor its principels i. prasently
debarred. suspeneled. proposed fardebannent. declarad ineligible.
or voluntarily excluded from participation in this transaction by
any Federal department or agancy.
1'10\1011
I
I
2. Wholll! ti-.8 ~rosp.ctiv. low.r tillr participant ill unable to
ClJrtify to llIny of the statam.nts ir. this cartification, such
p7011peetiVQ psrticipant shall attach an .xplenation to this
ji!'OPOSal.
I
. lit . . ..
_:.~::o-:-
1
Xli. CiWfIRCA nON REGARDING USE OF CONTRACT FUNDS
FOR LoaBVINCi!
1
(Applil.iobl. to all Fed.ral-sid contlltnlction contracts and to all
related aubcontracw which IIXC.ed $100,000-- 49 CFR 201
I
t. The pro\JPective participent certifies. by .igning and submit-
ting this bid or proposal. to the b..t of hie or hllr knowledg. .nd
belief. thst:
I
a. No Federallippropriated fund. have been paid or will be
paid. by or on behalf of the und.rsigned. to any p.non for
influ.ncing Of attempting to influ.nc. lin offic.r or .mploye. of
any Fed.ralllQancy. a Mamber of Congr.... an officer or employ-
.e of ConQ~ess. or an amployee of a Mamber of Congr..a in
connection with tJ:la ewarding of any Federal contract. the.
making of any Federal grant. the mllking of eny Federef loen, the
entering into of any cooperative agreement. end the .xtension.
continuation. renewal. amendment. or modlficetion of any Faderef
contract. grant. loan. or cooperative agr..ment.
1-
I
b. If anv fundI' other than Fed.rlll appropriated funds have
b..n paid or will be paid to any p.non for Influencing or att.mpt-
ing to influence an officer or employee of any Fed.rel ag.ncy, a
M.mb.r of Congr.... an officer 01 employee of Congr.... or an
IImployeo of III Menmer of Congresa - in eonn.ction with this
Fed.ref contrsct. grlllnt. loen. or coop.rative agre.ment. the
und.rsigned .hall complet. and submit Standard Fonn-UL.
.DI.cl~.ure Fonn to Report Lobbving.. in accordence with ita
instrUctions.
I
I
2. Thi. c.rtification Is a mat.rief repr...ntation of fact upon
which r.liance wa. placed when this transaction was made or
entafed into. Submission of this certification Is a prerequisite for
making or int.ring into this transaction impo.ed by 31 U.S.C.
1352. Any person who fail. to file the required certification shall
be subj.ct to a civil panalty of not less than ., 0.000 IInd not
mora than $100.000 for each such failure.
I
I
3. The prospectiv" participant also agrees by submitting his or
hllr bid or propo'" that he or ahe shall re~lre that the language
of this certification be Included In eft lower tier subcontract.,
which exc.ad $ t 00,000 and thet efl such recipients Ihall ceftlfy
and disclose accordingly.
I
1
1
I
I
I
'_10
"h~__"'-~ _-""~
- ~ .--~ '- ~ ----~:::.-~-- ~~ ~ --.
~~.-
I
I
ATlACHMENT A . EMPLOYMENT PREfERENCE FOR
'. APPALACHIAN cONTRACTS
(Applicable ~!J Aflpel!lchian contracts only.)
I
1. During tha perfonl1l!lncQ of this contrect. the contractor
ImdOI1I!i!dnllj to do work which is. or reasonably may be, done es
on-sim ,^.toli(, sh4111 give prefersnce to qualified persons who
regularly reside in- the Ilbor area IS designated by the DOL
wharein the contract work is situated. or-the subregion. or the
_ __~P-P-!!lIIS~~~~(I~~tias of tho S~t. wherein the contrect work is
situotad. oxcept: ------ :-----~------------------- -
----~'" -::-
I
I
8. To the extent that qualified parsons regularly residing
in tha erea ar. not available,
I
b. For the reeaonable needs of the contrlctor to employ
supervisory or specially experienced personnel necessary to
IlIssure an efficient Ixecution of the contract work.
I
c. For the obligltion of the contractor to offer employ-
ment to presant or former employee. as the result of I lawful
colleCltiw barg8ining contr.ct. provided thet the number of
nonresident penon. Imployed under thill subperegraph 1 c shell
.not exceed 20 percent of tha total number of employee. em-
ployed by the contractor on the contract work, except as
provided in subparagraph 4 below.
I
I
2. The contractor shllll place" e- job order with the State
Employment SaMce indicating la) tha c1ll1sificauon. of the
lli'li3orcrII. mechanics Ind other employees required to perform the
contract work. lb) the number of employe.. required in each
classification.
Ic) the data on which he estimates such employees will be
required. and ld) any other pertinent information required by the
Stste Employment Service to complete the job order form. The
job order may be placed with the State Employment ServicI in
writing or by telephone. If during the course of the contract
work. the information submitted by the contractor in the originlll
job order is sublltantielly modified, he shall promptly notify the
Stat.. Employment Sarvice.
I
I
I
3. Tho contractor IIhall give full consideration to 1111 qualified
job lIPl'licants referred to him by the State Employment Service.
'i"he contractor is not raquired to grant amploymant to any job
applicants who, in hill opinion, are not qualified to perform the
classification of work required.
I
4. It, within 1 weak fOllowing the placing of . job order by the
contractor with the Stata Employment Servi9_~. the S~"t~ EmpI!JY-
mont SOMce is unable to refer eny quelified job opplicenta to the
conUDctQr, orles. then the number requasted. the State Employ-
ment Service will forward a certificete to the contrector indicating
the unavllilabllity of F"pticants. Such cartificate IIhall be mode a
pert of the contractor's permanent projlct records. Upon recaipt
of this certificete, the contrector mli'f employ persons who do n(lt
norrnlllly reside in the labor area t~ fiU positions covered by the
i::ortificatll, notwithstanding the provisions of subparagraph 1 c
Ibove.
I
I
I
5. The contractor IIh"1I1 include the provisions o( Sections "'
through 4 of thill Attachmant A in avery lIubcontract for work
which is, or reellonebly may be, done as on-site work.
I
I
I
'_II
I-"-:~:-=Jl-:-::-:Tne contractor,-sulJrecipient or,suocontractor shal[not CfiScIiillinate 9n-flje.-Qasi_soofracfi;(;oJQr,_~~!lOnaJorig;h,~oLsex
-- --9- --in the- performance-ofthis-contract:. The-contractor shall-carry-out- app I icable-req uirements of 49-GFR .Part -16-in-~
1H the award and administration of US DOT-assisted contracts. Failure by the contractor to carry 6iJnhese requirements
11 is a material breach of this contract which may result in the termination of this <:ontract or such other re~edy.a~
12 the recipient deems appropriate. ""0' --.~,-=-~- .-
I
I "
I
....,
/:,
3
I .{.
t;
I s
(
1
1
1---
I
I
2~
23
24
25
26
27
28
-i!.9
30
31
32
33
34
35
36
:;'1
38
39
4Cl
41
42
43
44
45
46
I
I
I
I
I
I
I
I
1
AMENDMENT
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
(Exclusive of Appalachian Contracts)
. U!1d~rSection II, P~I:agraph 8\> is revised as follows:
The reference to 49 CFR 23 IS revised to read 49 CFR 26.
-
-~ --- ~ -~- ---- -.- ~---=--,.,..-~--
+'-:;.."::- ':;::';;:',:;~ --- -- --
--::....-": .~--~-
Under Section II , Paragraph 8b is supplemented with the following:
~~ ---~--
.. -"""'_-:-_~": - ~
_~~_~_.....~,~~_~~~~~ _.__........- "'_~ ~_"~~_~~~.-.. ~1~_~ ~~__ ~ _____._ _ _~___
13
14
15
Under Section II, in accordance with standard specification 1-08.I(A) and applicable RCWs a new paragraph 8d is
added as follows:
16
17
'i8
19
20
2~i
The contractor or subcontractor agrees to pay each subcontractor under this prime contract for s~tisfact6ry
performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime
contractor receives from WSDOT or its subrecipients. The prime contractor agrees fiJrther to -return re~ai~age'--
payments to each subcontractor within ten (10) days after the subcontractor's work is satisfact::lrily completed. Any
delay or postponement of payment from the above referenced tIme frame may occur only for good cause following
written approval of the WSDOT. This clause covers both DBE and non-DBE contractors. ..
--~ -
Under Section IV, Paragraph 2b(4) IS deleted.
Under Section IV, Paragraph 4, "and helpers" IS deleted from the title.
Under Section IV, Paragraph 4a(1), add:
The proviSions in thiS section allowing apprentices to work at less than the predetermined rate when they ?Ire
registered in a bona fide apprenticeship program registered With the U.S DElpartn1cnt of Lab6( Employment
and Training Administration, or with the Bureau of Apprenticeship and TrainIng, does flot rm;l01ude.a
requIrement for the Contractor to pay apprentices the full applicable predetemlined rate In the event a State
Apprenticeship Agency, recognized by the Bureau, has not approved, or Withdraws approval, of an
apprenticeship program.
Under Section IV, Paragraph 4c IS deleted.
Under Section IV, Paragraph 6 IS revised by deleting "helpers" and "helper"
Under Section IV, Paragraph 7 is revised by deleting "h0Ipers".
Under Section V, Paragraph 2a is revised by deleting "helpers".
Under Section V, Paragraph 2d(2) is revised by deleting "helper".
Amendment to Form FHWA 1273
ReVised December 2, 2002
I
_I_-
I
I
DIVISION 2
EARTHWORK
- T -
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
---Measurement- - ___ ______u_ -- _ ----- -------- - ---- ---
I__~u_ .~_ ___~.~~~_~~_- 2 ~~2 ~ ~s~~pp le~~_~ted_~~~_ th~~!~llo~~~g; - ::=~~:~_:- ~=~_~ ~~::=~:~~~ _~=-=~= ~_~ ~ ~~~==__~__ ~_-__ ______:
(October 25, 1999)
Sidewalk removal will be measured by the square yard.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(September 8, 1997)
Curb removal will be measured by the linear foot.
Payment
Section 2-02.5 is supplemented with the following:
(November 3, 1999)
"Remove Cement Concrete Sidewalk", per square yard.
(September 8, 1997)
"Remove Cement Concrete Curb and Gutter", per linear foot.
ROADWAY EXCAVATION AND EMBANKMENT
Measurement
(******)
Section 2-03.4 is revised by following:
The third, fourth and fifth sentences of the first paragraph are deleted.
0407_03 Part03.doc [Revised March 2008]
III - 35
0407_03 Part03.doc [Revised March 2008]
III-36
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
STORM SEWERS
Payment
(******)
Section 7-04.5 is supplemented with the following:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified
shall be full payment for pavement sawing, pavement removal, excavation and disposal
of excavated material, controlled density backfill, pavement restoration, connection to
existing structures, and restoration of any other existing facilities damaged or destroyed
during construction .
MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
Materials
(******)
Section 7-05.2, Materials, is supplemented with the following:
Grates and solid covers shall be standard bolt down type.
Construction Requirements
(******)
Section 7-05.3, Construction Requirements, is supplemented with the following:
Where shown on the Plans, or directed by the Engineer, the Contractor shall install catch
basin of the type indicated In the plans. Curb inlet hoods and catch basin grates
shall have stamped on them the words "Drains to Streams",
Measurement
(******)
Section 7-05.4, Measurement, is supplemented with the following:
Type I Catch Basin with Curb Inlet Frame & Grate will be measured per each.
Payment
(******)
Section 7-05.5 Payment, is supplemented with the following:
"Type I Catch Basin with Curb Inlet Frame & Grate", per each.
Pavement sawing, pavement removal, excavation and disposal of excavated material,
controlled density backfill, pavement restoration, and restoration of any other existing
facilities damaged or destroyed during construction, for "Catch Basin Type /, with Curb
Inlet Frame & Grate", is considered incidental and shall be included in the unit contract
price.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 8
MISCELLANEOUS CONSTRUCTION
EROSION CONTROL AND WATER POLLUTION CONTROL
Measurement
(******)
--The: fT rst ~-senteAce of-seCtIon -8~O 1 A is -deleted~ -
- -~- - - - -,
Payment
(******)
Section 8-01.5 is revised as follows:
"ESe Lead", per day is deleted
The work performed by the ESe Lead shall be included in the unit contract price
for "Inlet Protection".
CURBS, GUTTERS, AND, SPILLWAYS
(******)
Payment
Section 8-04.5 of the Standard Specifications is supplemented with the following:
Pavement sawing, pavement removal, excavation and disposal of excavated material, backfill,
pavement restoration, and restoration of any other existing facilities damaged or destroyed
during construction, for "Cement Cone. Traffic Curb and Gutter", is considered incidental and
shall be included in the unit contract price.
Cement Concrete Sidewalk
Construction Requirements
(******)
The fourth, fifth, and sixth paragraphs of Section 8-14.3(3) are deleted and replaced with the
following:
The sidewalk ramps shall be as specified in the plans. The detectable warning panel installed in
each ramp shall be yellow 24"x48" "ADA Replaceable Tiles" available locally at United Rentals.
Payment
(******)
Section 8-14.5 is supplemented with the following:
Payment for any item in this section shall include excavation and disposal of excavated
material, application of soil residual herbicide, backfill of voids required for forming, restoration
of any other existing facilities damaged or destroyed during construction, adjusting the existing
water valve box to finished grade, and relocation of the existing stop/street name sign.
0407_03 Part03.doc [Revised March 2008]
III - 37
I
I
I
I
--I-n--- -- -- - - --
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART IV
ATTACHMENTS
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
21~~'~_ .=c :.= -~~- ~.~;..' :'~~-['C'~=c;::~~~~~:~c;;;;:=;~:~:i;~~--:V ;~:;=;a~~;-;:~Z~~~~~~~~::~~~'.= ~~~;_-~~~~_~DC :.'-~'=-='~~:: ~--
Attachment A
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PW 407_04 Part04.doc [Revised March 2008]
I
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage SectIOn - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
I
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 benefits
On public works projects, workers' wage and benefit rates must add to not less than thiS total A bnef description
of overtime calculation requirements IS provided on the Benefit Code Key
I
CLALLAM COUNTY
Effective 03-02-08
*********************************************************************************************************~
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code ~ode Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $36 24 1H 50
BOILERMAKERS
JOURNEY LEVEL $50 33 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $43 75 1M SA
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1467
CARPENTERS
ACOUSTICAL WORKER $4391 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $43 75 1M 50
CARPENTER $43 75 1M 50
CREOSOTED MATERIAL $43 85 1M 50
DRYWALL APPLICATOR $43 79 1M 50
FLOOR FINISHER $43.75 1M 50
FLOOR LAYER $43 75 1M 50
FLOOR SANDER $43 75 1M 50
MilLWRIGHT AND MACHINE ERECTORS $44 75 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43 95 1M 50
SAWFILER $4375 1M 50
SHINGLER $43 75 1M 50
STATIONARY POWER SAW OPERATOR $43 75 1M 50
STATIONARY WOODWORKING TOOLS $4375 1M 50
CEMENT MASONS
JOURNEY LEVEL $36 24 1H 50
DIVERS & TENDERS
DIVER $8575 1M 50 8A
DIVER TENDER $44 22 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $44 59 1T 50 8L
ASSISTANT MATE (DECKHAND) $44 08 1T 50 8l
BOATMEN $44 59 1T 50 8l
ENGINEER WELDER $44 64 11 50 8L
LEVERMAN, HYDRAULIC $46 21 1T 50 8l
MAINTENANCE $44 08 1T 5D 8l
MATES $44 59 1T 50 8l
OilER $4421 11 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $43 59 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $937
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 1
I
I
CL~LL~IYI COUNTY
Effective 03-02-08
I
*****************************************************************~*~**************************************
1
ClaSSification
~ --.0...-::- -
PREV~ILlNG
WAGE,
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
ELECTRICIANS - INSIDE -
CABLE SPLICER $55 05 1 E SA
CABLE SPLICER (TUNNEL) , $58 86 1 E SA
CERTIFIED WELDER $53 16 1 E SA
1_ --= :c__c-,.~_.__".. C.E:./iTIF IE,D.. W,ELDE;BJIU,~~EL)., ,"- ~:c; - . ".:c=~~.;i,:~:.:c""': :':,",-".,::.' h~.C':::: ":.c..-;,,,.,.:-c:..:c::::$57:.:15 :"'._=7 -. :cc:.:_, ..oJ E_-c"-,-==SA",,, - ,:o;.7--,,:.:...=-."":'o:..~:: =- '.' :,'C..: ."
CONSTRUCTION STOCK PERSON $28 83 1 E SA
JOURNEY LEVEL $51 25 1 E SA
1
JOURNEY LEVEL (TUNNEL) $55 05
1 ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $1537
JOURNEY LEVEL $1469
1 ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $56 53
CERTIFIED LINE WELDER $51 64
GROUNDPERSON $37 15
1 HEAD GROUNDPERSON $39 19
HEAVY LINE EQUIPMENT OPERATOR $51 64
JACKHAMMER OPERA TOR $39 19
1 JOURNEY LEVEL L1NEPERSON $51 64
LINE EQUIPMENT OPERA TOR $43 83
POLE SPRAYER $51 64
POWDER PERSON $39 19
I ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $1207
ELEVATOR CONSTRUCTORS
1 MECHANIC $60 85
MECHANIC IN CHARGE $66 25
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $1350
I FENCE ERECTORS
FENCE ERECTOR $1380
FENCE LABORER $11 60
I FLAGGERS
JOURNEY LEVEL $31 01
GLAZIERS
JOURNEY LEVEL $43 76
I HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46 59
HEATING EQUIPMENT MECHANICS
I MECHANIC $1600
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $36 75
INDUSTRIAL ENGINE AND MACHINE MECHANICS
1 MECHANIC $1565
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $924
1 INLAND BOATMEN
CAPTAIN $59.22
COOK $3481
DECKHAND $34 52
I ENGINEER/DECKHAND $58 62
MATE, LAUNCH OPERA TOR $50 20
Page 2
I
1E SA
2A 6C
, 2A 6C
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A 6Q
4A 6Q
1H 50
1H SG
1S SJ
1H 50
CLALLAM COUNTY
Effective 03-02-08
I
*****************************************************************************************~****************
I
ClaSSification
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY LEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e , dusting, vacuuming, WIndow cleaning, NOT
construction debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$11 48
$1278
$807
$1053
$20 50
$47 92
$36 75
$36 24
$31 01
$36 24
$36 24
$36 24
$36 24
$37 20
$36 75
$36 24
$36 24
$36 75
$36 24
$3624
$36 24
$36 24
$3675
$36 24
$36 75
$31 01
$36 24
$36 24
$36 24
$37 20
$36 75
$37 20
$36 24
$36 24
$36 24
$3675
$28 45
$36 24
$31 01
$36 24
$36 24
$36 24
$36 75
$36 24
$36 24
(See Benefit Code Key)
Over
Time Holiday
Code Cocill.
10 5A
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
1H 50
Note
Code
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
"
EffectiVe 03-02-08
**********************************************************************************************************
1
Classification
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
GUARDRAIL ERECTOR $36-24 -- :,:-'-o-:-1R -. -.-'-50- ....
HAZARDOUS WASTE WORKER LEVEL A $3720 1H 50
HAZARDOUS WASTE WORKER LEVEL B $3675 . 1H 50
HAZARDOUS WASTE WORKER LEVEL C $3624 1H 50
I' .:.'C.'_...:c ;::--=..tlIQJi~f~ll8.c:;::-. .:"C .:.0.'. ::-==-= :;::- ~::-i.C:: . ,,"c."c. ~.:;::-;::-: ,. ..:c~ ~O:.. .. :.-' =-...:=- =-,~~,.:c.::;._$3 7:;,20= .~=.:c:::.::;..-::':":='~T1H=:::. 7;::-,::;:,5j) =c:c_=:..:::c..:.=-=~:=C_.~.::;;":':.:":"... .... ..
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
HOD CARRIER/MORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUILDER-MUDMAN
MATERIAL YARDMAN
MINER
NOZZLEMAN, 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
POWDER MAN
POWDER MAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
RODDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER SPRAYMAN
SPREADER (CLARY POWER OR SIMILAR TYPES)
SPREADER (CONCRETE)
STAKE HOPPER
STOCKPILER
TAMPER & SIMILAR ELECTRIC, AIR & GAS
TAMPER (MULTIPLE & SELF PROPELLED)
TOOLROOM MAN (AT JOB SITE)
TOPPER-TAILER
TRACK LABORER
TRACK LINER (POWER)
TRUCK SPOTTER
TUGGER OPERATOR
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
VIBRATOR
VINYL SEAMER
WELDER
WELL-POINT LABORER
Page 4
$36 75 1H 50'
$36 75 1H 50
$36 75 1H 50
$3675 1H 50
$36.24 1H 50
$37 20 1H 50
$36 75 1H 50
$3675 1H 50
$31 01 1H 50
$36,75 1H 50
$3675 1H 50
$3675 1H 50
$37 20 1H 50
$3675 1H 50
$36 24 1H 50
$37 20 1H 50
$36 24 1H 50
$3675 1H 50
$36 75 1H 50
$37 20 1H 50
$36 24 1H 50
$3675 1H 50
$36 24 1H 50
$36.24 1H 50
$36 24 1H 50
$3675 1H 50
$36 24 1H 50
$3675 1H 50
$3675 1H 50
$36 24 1H 50
$36 24 1H 50
$3675 1H 50
$3675 1H 50
$36 24 1H 50
$36 24 1H 50
$36 24 1H 50
$3675 1H 50
$36 24 1H 50
$3675 1H 50
$3624 1H 50
$3675 lH 50
$36 24 1H 50
$36 24 1H 50
$36 75 1H 50
ClAllAM COUNTY I
Effective 03-02-08 I
*****************************************************************************w****************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note I
. ClassificatIOn WAGE Codg Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $36 24 1H 50 I
PIPE LAYER $3675 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289 I
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $43 79 1M 50 I
METAL FABRICATION (IN SHOP)
FITTERIWELOER $1516
LABORER $11 13 I
MACHINE OPERATOR $10 66
PAINTER $1141
PAINTERS
JOURNEY LEVEL $33 94 2B 5A I
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS I
JOURNEY LEVEL $807
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $5734 1G 5A
POWER EQUIPMENT OPERATORS I
ASSISTANT ENGINEERS $4214 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 I
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $45 96 1T 50 8L
BACKHOES, (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 I
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 I
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 I
COMPRESSORS $42 14 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $42 14 1T 50 8L
CONCRETE PUMPS $44 50 1T 50 8L I
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 I
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) I
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 I
Page 5
I
I
CLALLAM COUNTY
Effective 03-02-08
I
************************************~*********************************************************************
I
Classification
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $4709 1T 50 8L
I ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44 92 1T 50 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $45 41 1T 50 8L
CRA!:l.~_S, OVERHEAD, BR~D(3ET'!.P_~ (1_~~_!9_~S_&. OYER) u _.m ._. .__. _.._.~:4~~_6 ___ ._ m. .." 1T___ ___50_._. __a.~___ __ __ ._u_ ___.
I '"~~ _~"O_~_ C;"C~:~~~:~~~~~"'~:~~~:E:~ ~~~;~N~~~~~~~~~~ET~O~~~~M _.' ~.. ~._._._--~~~-~~---- .--- -~-~-~---.~:~-<._~ :~--.--._-. --~. ... - ...>
CRUSHERS $44 92 1T 50 8L
I DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 50 8L
DERRICK, BUILDING $45 41 1T 50 8L
DOZERS, 0-9 & UNDER $44 50 1T 50 8L
I DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 50 8L
DRILLING MACHINE $44 92 1T 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $42 14 1T 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 50 8L
I FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 50 8L
FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 50 8L
FORK LIFTS, (UNDER 3000 LBS) $42 14 1T 50 8L
I GRADE ENGINEER $44 50 1T 50 8L
GRAOECHECKER AND STAKEMAN $42 14 1T 50 8L
GUARDRAIL PUNCH $44.92 1T 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 50 8L
I HORIZONTAUDIRECTIONAL DRILL LOCATOR $44 50 1T 50 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $44 92 1T 50 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $42 14 1T 50 8L
I HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $45 41 1T 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $45 96 1T 50 8L
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $44 92 1T 50 8L
I LOCOMOTIVES, ALL $44.92 1T 50 8L
MECHANICS, ALL $45 41 1T 50 8L
MIXERS, ASPHALT PLANT $44 92 1T 50 8L
MOTOR PATROL GRADER (FINISHING) $44 92 1T 50 8L
I MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45 41 1T 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42 14 1T 50 8L
I OPERATOR
PAVEMENT BREAKER $42 14 1T 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 50 8L
PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 50 8L
I POSTHOLE DIGGER, MECHANICAL $42 14 1T 50 8L
POWER PLANT $42 14 1T 50 8L
PUMPS, WATER $42 14 1T 50 8L
I QUAD 9,0-10, AND HD-41 $45 41 1T 50 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45 41 1T 50 8L
EQUIP
RIGGER AND BELLMAN $42 14 1T 50 8L
I ROLLAGON $45 41 1T 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $42 14 1T 50 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 50 8L
ROTO-MILL, ROTO-GRINDER $44 92 1T 50 8L
I SAWS, CONCRETE $44 50 1T 50 8L
Page 6
I
CLALLAM COUNTY
Effective 03-02-08
I
(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 5D 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 5D 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
I
**************************************************************************************************~*******
Cla~lficatlon
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
SUBGRAOE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
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 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 8. MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL 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 & PIPEFITTERS
,JOURNEY LEVEL
Page 7
I
I
I
I
I
I
I
$3761
$35 73
$36 19
$33 68
$25 43
I
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
I
$27 68
I
$4375
1M
5A
$17 85
I
$25 63
I
$1800
$27 78
I
$21 36
$986
I
$1808
$1597
I
$14.60
I
I
I
CLALLAM COUNTY
Effective 03-02-08
1-
************************************************************~*********************************************
I
Classification
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
Ic~_. -.~:cc -0-'''- ~I::S!Q.~...l!~L _sg.l;LfL.QQB,-,l.!- r~~::3. =.-'c-' .=- -=.'""'''----'-=, ~ cO-C-. c -.:;. _ '-.._.C"",-_ _ -_ c-
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SHIPBUILDING & SHIP REPAIR
BOILERMAKER
HEAT & FROST INSULATOR
LABORER
MACHINIST
SHIPFITTER
WELDER/BURNER
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
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 L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION L1NEPERSON/INSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
I
PREVAILING
WAGE
$55 41
$33 04
(See Benefit Code Key)
Over
- Time Holiday Note
Code Code Code
1G
SA
1E
6L
~ ~ -~_~-.: __~ - _=~~ _=- --:;; ..=: ___...J_ ....;:.:~ ~_ "-:::-.:::- ~::.< ~'l'::'7~ - ~-:_-::...: ~~--=- _-.::.:::::..:-:: .c:--_ -:.-=-_..;:.::::-:;_-::::;.:;:c..-::;..,;:.- ~;:~_- ~ ~_-;:~ _~::.:;
I
I
I
I
I
I
I
I
I
I
I
I
1
Page 8
I
$1088
$1967
$3678
$39 78
$51 97
$31 46
$46 59
$12 16
$1716
$14 66
$1466
$1929
$1215
$36 08
$1031
$1967
$1323
$935
$11 40
$1 3 40
$32 34
$30 66
$17 19
$29 41
$28 53
$30 66
$30 05
$30 66
$28 53
$1631
$21 68
$3578
$23 19
$28 53
1R SA
1R SA
1E 6L
1H 6W
1S SJ
1
1
1
1
1B
SA
1B
50
.1
1
1
1E SA
2B SA
2B SA
2B SA
28 SA
28 SA
28 SA
28 SA
28 SA
28 SA
28 SA
2B SA
2B SA
2B SA
CLALLAM COUNTY
Effective 03-02-08
I
*************~****w********************************~***************************************~**************
I
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClassificatIOn WAGF;, Coqg Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $41 96 1M 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 M IX (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
OILER $945
WELL DRILLER $11 60
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 9
I
1
I
1
I
I''
>~~ -
1
1
I
1
I
I
I
1
I
I
I
I
I
I
Washington State Department of Labor and Industries
Policy Statement
(Re-9arding the Prod!Jction 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
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
.'" -O;'Ci5rltracfor's 's'uoconfraCtors;-' agenE:::to~.s-uDcontracf6'rs;-'Suppliers7':manufa-cturerS:-:~and"-" .C' '"'' ,',_.~ ."'C',
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
1
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
YES
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39 12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L&I's policy statement.
ITEM DESCRIPTION
NO
1. Metal rectangular frames, solid metal covers, herringbone grates,
and bi-directlonal vaned grates for Catch Basin
Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans
2 Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3,
Drywell Types 1, 2, and 3 and Catch Basin Type 2.
See Std. Plans
3. Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and
3 structural tubing grates for Drop Inlets. See Std. Plans.
4 Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 Inch diameter.
5 Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.
Ef-- 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
Supplemental to Wage Rates
__.....J_X~__I
X I
--T-~
I X I
-----1-----
I X I
~:~
X I
I
. -------,----1
U:xl
I____j
2
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures- - Fabricator
ITEM DESCRIPTION
YES
NO
8. Anchor Bolts & Nuts - Anchor Bolts andfNuts, for ' ! I
-I.=~~:':;:-~-:C::~-:::~:-;:;:~~ ~~:t~~~~i~~~~~~~~~~~~II~~~~~.ies-aria'othe~tems;- shall~be ~,-".""'~":' -...'--= "'I-;::~ ;;=~,-:- ::::-:---:-c: -::: ;:~~:-:::;;:;-----
I -9 _~;;~n::~;::~~n;a::;a~I~~:::s:::;a:a::;~er~al ~e~ ..- - - --4- --
conforming to the type and material specifications set forth in the I
I contract plans. Welding of aluminum shall be X I
in accordance with Section 9-28.14(3).
__--.!..______________ I
I
I
I
I
I
I
I
I
I
I
I
I
X
l
.J
I
I
I
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 9-28.14(3).
x
- - - --------._---------------- ----------------------
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..
-----, -----1
X
- U -~~~~~~~~~~~f~~~~~~b~];:en~~1~ncI."es,adJusfmenf-- - --Ix - -,
15. Precast Drywell Types 1, 2, and with cones and adjustment I I
Sections I
16 :;:c:;~::sBasjii - Catch Basin typeTTL,lP;andT- ,., - --~- ~-I
With adjustment sections. See Std. Plans. . I_~
Supplemental to Wage Rates
3
Supplemental to Wage Rates
4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined -List for
Suppliers - Manufactures-- Fabricator
ITEM DESCRIPTION
YES
NO
17. Precast Concrete Inlet - with adjustment sections, I
See Std Plans
_____ _____ _ _________ ______ __________________ ___ _______ _1__
18. Precast Drop Inlet Type 1 and 2 with metal grate supports
See Std Plans.
I
I
I
i X I
---r ----- --1
i X i
T-~---\
---- -- - -j--- --------1
I I
X I
__ ___ _ _ ___J
19. Precast Grate Inlet Type 2 with extension and top units
See Std. Plans
20. Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans
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 I
I
I
I
I
--22. Vault Risers - For use with Valve Vaults and Utilities -----r--------"I'
Vaults. X
____ ___ I
23. Valve Vault - For use with underground utilities. -- [ -------[X-
See Contract Plans for details.
use as new barrier or may also be used as Temporary Concrete
Barner. Only new state approved barrier may be used as I X
permanent barner. I
I
-2-5---~~n~o~~~~~;:~~~I~~~~~lt~~-~~-~~or~eadb~~~~~o~;~~~ta~:~s'rl- 1-- - ---Ii --- - - --
annual approval for methods and matenals to be used. I
See Shop Drawing. l X! I
Fabrication at other locations may be approved, after faCilities I I
___ inspection, contact HQ Lab. _____ __ ___ ___1. --1
26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall L 1-
panel in size and shape as shown in Plans. 'I
Fabrication plant has annual approval for methods and materials X I
to be used ____l___---.J
I
I
I
I
~I-----------
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSOOT's
Predetermined listior -
Suppliers - Manufactures ;,-Fabricatot
ITEM OESCRIPTION
__ --YES
NO
- ~~7~_-~-~~:6~:~ -~~Jbr~c~~_E~2:~~~g-~_-~~ ~r~o~~~;_-~~~~~~2~~~~~~~~~~,~~1;;:::c,J{-~= ~~=~_-:~ ~;;~-~--,-_~::---=~::_--=~----
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 provided for approval prior to X
casting girders.
See Std. Spec. Section 6-02.3(25)A
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)A
X
30.
I
_ ________ _________---1_____
Prestressed Tri-Beam Girder - Prestressed Tri-Beam 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)A
X
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 pri9r to casting girders.
See Std. Spec. Section 6-02.3(25)A.
X
I
__I
32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for
use in structures. Fabricator plan! has annual approval of
methods and matenals to be used. Shop Drawing to be provided
for approval prior to casting girders. -
See Std. Spec. Section 6-02.3(25)A -
x
~xj
33. Monument Case and Cover
See Std. Plan.
Supplemental to Wage Rates
5
WSDOT's
Predetermined List for
Suppliers. Manufactures .'Fabricator r
ITEM DESCRIPTION
YES
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NO
34 Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans, and Contract Plans for details. The steel structure
shall be galvanized after fabrication in accordance with
AASHTO-M-111.
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.
36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans, 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
Plans. Shop drawings for approval are to be provided prior to
fabrication
38, Light Standard-Prestressed - Spun, prestressed, hollow
concrete poles.
I
I
i
X I i
i
I ~
I I
X I I
---T-----i
I
X I
I
I
I
I
I
--- --- r--------j
I X I
--~--___l
I '
X i I
I
X I
I
I
40 Traffic Signal Standards - Traffic Signal Standards for use on T---i----n
highway and/or street signal systems. Standards to be fabricated I
to conform with methods and material as specified on Std Plans. X I I
_ See Special Provisions for pre-approved drawings I J
41. Precast Cone-rete Sloped Mountable Curb (Single and DualFaced) .------ ----l --X- - I
____~ee Std. Plans. ._________ _____ ____n.____ ~___..J
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. Plans. See Specia
Provisions for pre-approved drawings
Supplemental to Wage Rates
6
I
I
I
I
-1--- ''-'-'--
- -- -- - - - - -
_r ,~ ~
I
I
I
I
I
I
I
I-
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
49. treated or untreated timber pile
50 Girder pads (elastomeric bearing)
51. Standard Dimension lumber
x
x
42. Traffic Si9Ds - PrlQ! to aQJ,roval of C!sJibritatQL9f IraffLc S[gns,-_ _______
" ,- ~,.~:.the'sources 'of the-following 'materials -musfbe-:-submitted-'a'nd ,': ,- - -- =, '.--;c,---- ,.--=, "---- -
approved for reflective sheetiri'g, 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
Custom
Message
--
Std
Signing
Mess~~
x
-- ------------------,----- ------ ---- -----------.------- --------,- --
44. Guardrail components X X
Custom Standard I'
End See See __
Covered by
WAC 296-127-018
Covered by
WAC 296-127-018
X
- -------------------------------------- --- ---------- ,---f--- ----,-
48. Electrical Wiring/components X
X
45. Aggregates/Concrete mixes
46. Asphalt
47. Fiber fabrics
X
52. Irrigation components
X
--- --------------- ---
X
Supplemental to Wage Rates
7
Supplemental to Wage Rates
8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
-~---- --~- -=--~ly-J
54. Guide Posts
------
55. Traffic Buttons I X I
_ ____l__-------J
56 Epoxy I X I
------------------ --- ---------------------- ------~---j
57. Cribbing I X
---------------------------------------- --------1-------~
58. Water distribution materials X
I
59. Steel "H" piles ~X
60 Steel pipe for concrete pile casings I X
I
I
61 Steel pile tips, standard ! X I
--- -+--~
62. Steel pile tips, custom X I J
J
x
53 Fencing materials
I
I
I
State of Washington
Department of Labor and Industries
Prevailing Wage Section - Telephone (360) 902-
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge
benefits On public works proJects, workers' wage and benefit rates must add to not less than this total A
bnef description of overtime calculation requirements IS provided on the Benefit Code Key
I
-I'~';--'~'"'~"~' ,- .~,-.~,~~-,-'~,':'~~, . "v'''~''~~:'>' ,,:. ::-=~-MEtAL~FXBRIGAfI0N,-(iN::SHOpF:"~::'..~:~::': :.:~-:~: ~':~:.~.~:'~:.,. c-,~_~. -~=,,:~; ,,:."-^.,-~ ,-,
EFFECTIVE '03=02-2008
****************************************************************************************************
I
(See Benefit Code Key)
Classification Code
Prevailing
Wage
I
I
I
Overtime
Code
Holiday
Code
Counties Covered,
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS
LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
$1276
$813
$12.66
$1020
I
I
I
I
I
I
Counties Covered
BENTON
MACHINE OPERATOR
PAINTER
WELDER
$1053
$976
$1670
Counties Covered'
CHELAN
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$1504
$954
$9.71
$993
$1224
1
1
1
1
1
1
1
1
1
1
1
1
1
Counties Covered
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC
SAN JUAN AND SKAGIT
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
$15 16
$1113
$1066
$11 41
I
I
I
Supplemental to Wage Rates
I
9
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-2008
Holiday
Code
I
I
I
I
I
I
*****~**********************************************************************************************
Classification Code
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
MACHINE OPERATOR
PAINTER
WELDER
FITTERIWELDER
PAINTER
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
FITTER
LABORER
MACHINE OPERATOR
WELDER
(See Benefit Code Key)
Prevailing
Wage
Counties Covered
CLARK
$27 80
$19 52
$29 08
$25 62
$27 20
Counties Covered
COWLITZ
$24 46
$24 46
$24 46
Counties Covered
GRANT
$1079
$807
Counties Covered
KING
$1586
$978
$1304
$11 10
1548
Counties Covered
KITSAP
$26 96
$807
$1383
$13.83
Supplemental to Wage Rates
Overtime
Code
1
1
1
1
1
1B
1B
1B
I
I
6V
6V
6V
I
I
I
I
I
I
I
I
I
I
10
I
I
I
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-2008
I
****************************************************************************************************
(See Benefit Code Key)
'I
- -CI - 'f1- -- t'--~ 'C -d -~_~~'_'c/ -~, T'_Cm."-~~~~:~ "o~n-_~.___~)?,reyailing. --~-Q'lertime.. "-C7 .ldoliday-.-
.,~-~ -,. -- ',- - - ass I lea lon~ 0 e. ~--- ',' ,-_.- ~,-, ~'.._.__~~-. H=>=,~.~ '-'7W' - .-, '-.,~- e =-"=C-a~~="'~-~=C-""::I~~'-'"
..- "'~~---'>C____ - '. - "'--~'-'-+--".---'---,-- __ - _ age-- -- 0 e - - oue
I
I
I
Counties Covered
KLlCKITAT, SKAMANIA, WAHKIAKUM
FITTERJWELDER
LABORER
MACHINE OPERATOR
PAINTER
$16 99
$1044
$17 21
$1703
Counties Covered
PIERCE
I
FITTER
LABORER
MACHINE OPERATOR
WELDER
$1525
$1032
$1398
$1398
I
Counties Covered
SNOHOMISH
I
I
I
I
I
I
I
I
FITTERJWELDER
LABORER
MACHINE OPERATOR
PAINTER
$1538
$979
$884
$998
Counties Covered.
SPOKANE
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$1259
$807
$1326
$1027
$1080
Supplemental to Wage Rates
11
I
METAL FABRICATION (IN SHOP)
EFFECTIVE 03-02-2008
I
I
I
************************************************************************************************~k*
Classification Code
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
FITTER/WELDER
LABORER
MACHINE OPERATOR
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
(See Benefit Code Key)
Prevailing
Wage
Counties Covered
THURSTON
$24 88
$1661
$26 95
$1972
$22 81
Counties Covered
WHA TeaM
$1381
$900
$1381
Counties Covered
YAKIMA
$1200
$1031
$11 32
$12.00
$11 32
Supplemental to Wage Rates
Overtime
Code
1A
1A
1A
1A
1A
Holiday
Code
I
I
6T
6T
6T
6T
6T
I
I
I
I
I
I
I
I
I
I
I
I
I
12
I
I
I
I
I
-
.1.-.------- -.--
, ,- -~ '-...._~, -'-~ --.. -
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 03-02-2008
****************************************************************************************************
(See Benefit Code Key)
Classification Code
Prevailing Overtime Holiday
-'--~-~-~-Wage _o_--'--"-eode;';;~~ "'--Code-
Counties Covered
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
ALL CLASSIFICATIONS
$996
ALL CLASSIFICATIONS
Counties Covered
CHELAN, KITTITAS, KLlCKITAT AND SKAMANIA
861
Counties Covered
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS
$1350
Counties Covered'
FRANKLIN
ALL CLASSIFICATIONS
$11.50
Counties Covered
KING
ALL CLASSIFICATIONS
$13 50
5B
2K
Counties Covered
PIERCE
ALL CLASSIFICATIONS
$928
Counties Covered
SPOKANE
ALL CLASSIFICATIONS
$20 23
Counties Covered
WHA TCOM
ALL CLASSIFICATIONS
$13 67
Counties Covered
YAKIMA
CRAFTSMAN
LABORER
$872
$807
Supplemental to Wage Rates
13
Supplemental to Wage Rates
14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WSDOT's List of State Occupations 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 Industnes.
The following list of occupations, IS compnsed 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 heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included "Washington State Prevailing Wage
Rates For Public Work Contracts" documents.
. Electrical Fixture Maintenance Workers
. Electricians - Motor Shop
. Heating Equipment Mechanics
. Industrial Engine and Machine Mechanics
· Industnal 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"
. Fabncated Precast Concrete Products
. Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be round at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296-127.
I
I
I
I
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)
dated August 18, 1992 and June 18, 1999, clanfy the intent and establish policy for
"1;~~-~--~--Wg~~?:}:.~Fi$:~~:~~T~r!~~~~~~t~~~g~cr~f#~~T~~~fL~"'~-
I
I
I . ---~ --~-~-~-
I
I
I
I
I
I
I
I
I
I
I
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 under the regular classification of work for Teamsters, Power Equipment
Operators, etc.
_____________~_n___~_ __________ ~~__~~____________~___________ __~________________ ______ ___ _________ __ ____ ~___
Supplemental to Wage Rates
15
Supplemental to Wage Rates
16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO: All Interested Parties
FROM: JimP. Chnstensen
Acting Industrial Statistician
SUBJECT. Materials Suppliers - WAC 296-127-018
This memo is Intended to provide greater clanty regarding the application of WAC 296-
127-018 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 the heading "PREVAILING WAGES ARE REQUIRED FOR"
does not mean that the activity is not covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For those
cases where a production facility is set up for the specific purpose of supplying matenals
to a public works construction site, prevailing wage rates for operators of equipment
such as crushers and 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 a
permanent facility, as well as the delivery of these materials, as long as delivery
does not 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
I
I
I
I
STA TE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
" '-F-,,-4:~' ,..-~"",,,..~.,..~t- "f' -~"'''-_,~-, ,.,., "~'~"''''~"!-r~"-F't'''''T...r---'''''_r_t_~''_''''~T'71""~-~~",,,,,,',,ro~t''''''=<""""~"''''''-''''H-''''''''''''',*'_,,,,~~,,- -'-"j"'Jl;<,.- 't.,,- ~~......,....,,~~<.....: -- ~ _,
.I~'-"'"'~~-"""'I'"'~ ~;--~~;,- ~,",--","", ~~..L-.-~<:.~.:;:;;:~~ ~,,--=-~~ ~::,"_';:.~1<'_~~ n-==_~~~-=~=T"~""-='".J:'~1-.-~=-~~~~~~--""=~~~-..J"-""'1""J!'"~";!)~",:'''''''''~~~'''! ~-r.-q;=-,!C~~\~"'i'-=~"~~=-'=.;,""~'" -"~"'-=~.<o.:- ;:''"'l'~~--or';="''"4"''t-'''-""=,,,;-~~~=:r-
June 18, 1999
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
Supplemental to Wage Rates
17
~**~******~****************************************************************************.********.***********************
BENEFIT CODE KEY - EFFECTIVE 03-02-08
I
OVERTIME CODES I
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 W..\GE 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 \HEK SHALL BE PAID AT ONE I
AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
A
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURL Y RATE OF WAGE
B
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE or
WAGE
C
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURL Y 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 HOURL Y RATE OF WAGE ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDA YS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
E
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
F
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
G
THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
H
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF
WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER nVELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
J
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURL Y RATE OF WAGE
K
ALL HOURS WORKED ON SA TURDA YS AND SUNDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y
RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDA YS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y 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 SUNDA YS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
N
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURL Y RATE OF WAGE
o
THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WOR.'<:ED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF
WAGE
P
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
. ".,. ,.OTHER,OYERTIMEHOURS .wORKED,. EXCEP.T. LABOR DAY, SHALL BE. PAID A LDOUBLE,THEHOURL Y RATE OF
-I~~="'~-~~-<~' ._.c..WAQE":A[j::"HOtJRS.WORKEDTON'Li\:BOR'D~Y'SH'fXEt"'BE-PAID"~TTHREE'TINlES"fHE'HOtJRCY'~ TE'OF W1i.GE'~-='~-~~ -=~~-
T WORK PERFOIU"lED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DA Y, OR TEN (10) HOURS OF STRAIGHT
TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME
PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SA TURDA YS
SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12)
IN A SINGLE SHIFrAND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE
DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK
SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME
SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL
ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS
HAD A BREAK OF EIGHT (8) HOURS OR MORE
I
I
I
I
I
I
I
I
I
I
I
I
2
I
I
I
I
I
I
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-2-
Q
THE FIRST TWO (2) HQURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED-ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE
Rl
ALL HOUR~ WORKED ON SUNDA YS AND HOLIDA YS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
S
U
ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURL YRA TE OF WAGE
V
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DA Y AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
W
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
X
THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWEL VE (12) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SA TURDA Y, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLlDA Y AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
ALL HOURS WORKED)N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
A
THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID A T TWO TIMES THE HOURL Y RATE OF WAGE
B ALL HOURS WORKED ON HOLlDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
C
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
D
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y
RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDlTION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
E
ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE
F
THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-3-
I
G
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLlDAYS SHALL BE PAlO AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PA Y
I
H
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLlDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
I
2
ALL HOURS WORKED ON SA TURDA YS AND HOLlDA YS (EXCEPT LABOR DAY) SHALL BE PAlO ATONE AND ONE-
HALF TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
I
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAlO HOLlDA YS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE,
INCLUDING THE HOLlDA Y PAY ALL HOURS WORKED ON UNPAID HOLlDA YS SHALL BE PAlO AT TWO TIMES THE
HOURL Y RATE OF WAGE
ALL HOURS WORKED ON HOLlDA YS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE IN ADDITION TO
THE HOLlDA Y PAY
I
K
M
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLlDA YS SHALL BE PAID AT DOUBLE THE HOURL Y RATE
OF WAGE
I
o
ALL HOURS WORKED ON SUNDAYS AND HOLlDA YS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE
I
P
THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON
SUNDA YS AND HOLlDA YS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
I
Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
I
4A
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURL Y RATE OF WAGE
I
HOLIDA Y CODES
I
5
A
HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
B HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
I
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8)
D HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDA Y AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DA Y (8)
I
E HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DA Y, THANKSGIVING DAY, THE FRIDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
I
F HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DA Y, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11)
I
G HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
I
H HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DA Y, AND CHRISTMAS (6)
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DA Y (6)
I
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER I
THANKSGIVING DA Y, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7)
I
I
I
I
I
\ "
BENEFIT CODE KEY J EFFECTIVE 03-02-08
-4-
K
HOLIDA YS NEW YEAR'S DAY. PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY
THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY
(9)
L
HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DA Y, FRIDA Y AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8)
M
HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, FRIDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DA Y (9)
. .., ,-' '/-,,-~---,-,-.,.---- ,.,- 'e_ ,--- .~ 0""'"''''" -...,.-,,"'", ~-'" -"~,,-...,, <-'-""~r' ',-'"'''"-~'''' ."'''--'~',' ,,,,_",,,,,"-,,_~-,,~ ., ,-,e.-.....-- .
1~'"'r"""'1-"",~.u "''''''''''''',.$""_ -~'~:--""~k.."z""_~'.:.:=:~);":,4~;;~~"~~~~~ ~1:~.&""~~-1t~~~~.F~J~~'i:~--;M:.:i:Z-:;'_~~~~~><i&:~~~lij.:'t.-7--r~~i~~-_",-~.-.in?.::~~~:i-~'":;!;1'-~-,...q--'I<"";:""-=""~=J
N HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DA Y, VETERANS'
DA Y, THANKSGIVING DAY, THE FRIDA Y AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (9),
I
I
I
5
I
I
I
I
I
6
I
I
I
I
I
I
P
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, FRIDAY
AND SATURDA Y AFTER THANKSGIVING DAY, THE DA Y BEFORE CHRISTMAS, AND CHRISTMAS DA Y (9)
Q
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6)
R
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DA Y AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2)
S
PAID HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DA Y,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T
PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER,CHRISTMAS (10)
U
PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8)
V
PAID HOLIDAYS SIX (6) PAID HOLlDA YS.
W
PAID HOLIDAYS NINE (9) PAID HOLIDAYS
X
HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, lNDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8)
Y
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DA Y, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8)
z
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
A
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
B
PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9)
C
HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DA Y BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9)
D
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9)
E
PAID HOLlDA YS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL
DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DA Y, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2)
F
PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (II)
8
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-5-
I
G
PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDI:.NTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DA Y, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (II)
I
H
PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (10)
I
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING" DA Y, AND CHRISTMAS DAY (7)
I
PAID HOLlDA YS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DA Y, THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS. AND A
FLOA TING HOLIDAY (9)
I
L
HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (8)
I
Q
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DA Y,
THANKSGIVING DA Y, THE DA Y AFTER THANKSGIVING DA Y AND CHRISTMAS DAY (8) UNPAID HOLlDA Y_
PRESIDENTS' DAY
I
T
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9)
I
U
HOLlDA YS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9)
I
V
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9)
I
W
PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10)
PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DA Y, CHRISTMAS DAY, DA Y BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II)
I
x
I
NOTE CODES
A
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF f[FTY FEET
OR MORE
OVER 50' TO 100' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' - $5 50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
I
I
I
C
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE
OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO ISO' - $150 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER ISO' TO 200' - $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
I
I
o WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR
I
L
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075,
LEVEL B $0 50, AND LEVEL C $025
I
I
BENEFIT CODE KEY - EFFECTIVE 03-02-08
-6-
I
M
WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $1 00,
LEVELS C & D $0 50
I
N
WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $1 00,
LEVEL B $0 75,LEVEL C $050, AND LEVEL D $025
I
9 A
SHIFT DIFFERENTIAL
I
SWING FROM 430 PM TO 1 AM IS WAGE PLUS 173%
GRA VEY ARD FROM 12 30 AM TO 9 00 AM IS WAGE PLUS 31 4%
- "-~--,
'I~'-"~~= ',W'"~" B'H~~ ~ ~SHIF~ DIFFERENHAtc,~~" '~~~~~~~~':~6~~;T~'~~OT~~f~~ ~~~~' ~~g~1 ~~oJSel~~~' ~g~~;5:g~~~g"" ~'n==~"~c-~'?>_'_=
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment B
Davi:s-8a~o!1-P~vaittng W~age Rat~~ __ ,__ _ _
"I ~~~"~_____<_-O-', _~--A"'~~ ~ ,'",' ~-_,_"""v,_-_~ -~~-,~~--" -~ =-e,_-"","_~_~U~-~'-'--="'-J"-"-~R'-","--"_~,P$""'~"'''''''''' ~=,~ ,__'""0-,,," 0,_"", ,~--= =~ _-"";_-O'''''''_T~ ~~-'--.-~-- ,,=~-~_-_'_'--4_=~'~~ =""_~r,~_=',, =~
1
1
1
1
1
1
I
I
I
I
I
1
I
1
"'M~-
PW 407_04 Part04,doc [Revised March 2008]
General Decision Number: WA080001 05/9/2008 WA1
Superseded General Decision Number: WA070001
State: Washington
construction Types: Heavy (Heavy and Dredging) and Highway
counties: Washington Statewide.
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
D.O.E. Hanford Site in Benton and Franklin Counties)
Modification
Number
o
1
2
3
4
5
Publication Date
Modification
Number
02/08/2008
02/15/2008
02/22/2008
04/04/2008
04/25/2008
05/09/2008
CARP0001-008 06/01/2007
Carpenters:
COLUMBIA RIVER AREA -
ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH MERIDIAN) AND WALLA WALLA
COUNTIES
Rates
Fringes
GROUP 1:................... $ 25. 68
GROUP 2:.. .......... .......$ 27.18
GROUP 3:................... $ 25. 95
GROUP 4:................... $ 25. 68
GROUP 5:................... $ 59.40
GROUP 6:................... $ 28. 70
GROUP 7:.. . . . . . . . . . . . . . . . . . $ 29. 70
GROUP 8:................... $ 26. 95
GROUP 9:................... $ 32. 70
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
9.30
W A08000 1 Modification 5
Federal Wage Determination
publication
Date
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
SPOKANE AREA:
ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS
AND WHITMAN COUNTIES
GROUP 1:...................$ 25.01 9.30
GROUP 2:........ . . . . . . . . . . . $ 26. 51 9 . 30
GROUP 3: . . . . . . . . . . . . . . . . . . . $ 25. 27 9 . 30
GROUP 4:......... . . . . . . . . . . $ 25-. 01 9 . 30
.I'=~~-~==_ '.<r__'_~~~' - m _r"'~C ~~~~~:'E~":'"~~~::-'~~~~:,":~~~w:~~;,=~~ :~~'~~~~~~-~~~~~;~;~~~~~~~~'-~~_'~=~H"~' ~~~~~~~~,~
GROUP 7:................... $ 29. 02 9 . 30
GROUP 8:................... $ 26.27 9 .30
GROUP 9:................... $ 32. 02 9 . 30
I
I
CARPENTER & DIVER CLASSIFICATIONS:
I
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler;
Insulators (all types), Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors,
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw-Off Bearer; Wire, Wood and
Metal Lather Applicator
I
I
I
GROUP 2: Millwright, machine erector
I
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, dock and wharf carpenters
I
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
I
GROUP 7: Diver Standby, Bell/Vehicle or Submersible Operator, Not Under
Pressure.
I
GROUP 8: Assistant Tender, ROV Tender/Technician.
GROUP 9: Manifold Operator - Mixed Gas
I
ZONE PAY:
ZONE 1 0-40 MILES FREE
ZONE 2 41-65 MILES $2.25/PER HOUR
ZONE 3 66-100 MILES $3.25/PER HOUR
ZONE 4 OVER 100 MILES $4.75/PER HOUR
I
I
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (2819 w. SYLVESTER) or Main
Post Office of established residence of employee, whichever is
closest to the worksite.
I
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee, whichever is
I
W A08000 1 Modification 5
F ederal Wage Determination
2
closest to the worksite.
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee, whichever is
closest to the worksite.
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Ma~n
Post Office of established residence of employee, whichever is
closest to the worksite.
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee, whichever is
closest to the worksite.
DIVERS BELOW WATER SURFACE:
$2.00 per foot
$3.00 per foot
$4.00 per foot
deeper $5.00 per foot
DEPTH PAY FOR
50-100 feet
101-150 feet
151-220 feet
221 feet and
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 FEET Free
26-300 feet $1.00 per Foot
SATURATION DIVING
The standby rate applies until saturation starts. The saturation
diving rate applies when divers are under pressure continuously
until work task and decompression are complete. The diver rate
shall be paid for all saturation hours.
WORK IN COMBINATION OF CLASSIFICATIONS
Employees working in any combination of classifications within the
diving crew (except dive supervisor) in a shift are paid in the
classification with the highest rate for that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3
I
1
1
1
1
-I ' .,,=-~..
I
I
1
I
I
I
1
1
I
1
I
I
I
I
CARP0003-006 06/01/2007
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS (Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
. ..
~~~~~""T,>,,--' ;;'''>-~''''.,.' "'-1'>- -""":;lf~--::,~'r~""'-.;::", 4'!i""'1'~~"" ....,+-,~ ~C'.'"T ~ ~"'7.-~"'-"""'''''''''~ ->L ,:-';r""&'i""~_'"'"
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
Rates
Fringes
Carpenters:
CARPENTERS; ACOUSTICAL......$ 27.56
DIVERS TENDERS..............$ 30.28
DIVERS. . . . . . . . . . . . . . . . . . . . . . $ 68. 84
DRYWALL. . . . . . . . . . . . . . . . . . . . . $ 27. 56
FLOOR LAYERS & FLOOR
FINISHERS (the laying of
all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
materials mentioned above
are to be installed);
INSULATORS (fiberglass and
similar irritating
materials...................$ 27.71
MILLWRIGHTS. ....... ....... ..$ 28.04
PILEDRIVERS. ....... .........$ 28.04
13.30
13 .30
13.30
13.30
13.30
13.30
13.30
DEPTH PAY:
50 TO 100 FEET
101 TO 150 FEET
151 TO 200 FEET
$1.00 PER FOOT OVER 50 FEET
$1.50 PER FOOT OVER 101 FEET
$2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1. 25
Zone 4 - 1. 70
Zone 5 - 2.00
Zone 6 - 3.00
W A08000 1 Modification 5
Federal Wage Determination
4
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
CARP0770-003 06/01/2007
Rates
Fringes
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN),
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
ACCOUSTICAL WORKERS.... ....$
BRIDGE, DOCK AND WHARF
CAPPENTERS AND HEAVY &
HIGHWAY. . . . . . . . . . . . . . . . . .. $
CARPENTERS AND DRYWALL
APPLICATORS............... .$
CARPENTERS ON CREOSOTE
MATERIAL.................. .$
DIVERS TENDER....... .......$
DIVERS. . . . . . . . . . . . . . . . . . . . . $
INSULATION APPLICATORS... ..$
MILLWRIGHT AND MACHINE
ERECTORS.................. .$
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING.......$ 32.69
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 23. 25
23.25 10.85
32.49 10.85
23.25 10.85
23.25 10.85
33.29 10.93
74.82 10.93
23.25 10.85
33.49 10.85
10.85
10.85
W A080001 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5
I
I
I
I
I
cl~'~~_,""'__i"~'"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
Zone Pay:
o -25 radius miles
26-35 radius miles
36-45 radius miles
46-55 radius miles
Over 55 radius miles
Free
$1.00/hour
$1.15/hour
$1.35/hour
$1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
o -25 radius miles
26-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
W A08000 1 Modification 5
Federal Wage Determination
6
CARP0770-006 06/01/2007
Carpenters: WESTERN WASHINGTON:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS
(excludes piledrivers only), MASON, PACIFIC (North of a straight line
made by extending the north boundary line of Wahkiakum county west to
the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates
Fringes
ACOUSTICAL WORKERS.........$ 32.62
BRIDGE, DOCK & WHARF
CARPENTERS........... ......$ 32.49
CARPENTERS AND DRYWALL
APPLICATORS................$ 32.49
CARPENTERS ON CREOSOTE
MATERIAL...................$ 32.59
DIVERS TENDER..... ....... ..$ 33.29
DIVERS. . . . . . . . . . . . . . . . . . . . . $ 74.82
INSULATION APPLICATORS.....$ 32.49
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . . $ 33. 49
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING.......$ 32.69
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . . $ 32.62
11 26
11.26
11. 26
11.26
10.93
10.93
11.26
11.26
11. 26
11.26
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Auburn
Renton
Aberdeen-Hoquiam
Ellensburg
Centralia
Chelan
Olympia
Bremerton
Shelton
Tacoma
Everett
Mount Vernon
Pt. Townsend
Bellingham
Anacortes
Yakima
Wenatchee
Port Angeles
Sunnyside
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7
I
I
I
I
Zone Pay:
o -25 radius miles
26-35 radius miles
36-45 radius miles
46-55 radius miles
Over 55 radius miles
Free
$1.00/hour
$1.15/hour
$1.35/hour
$1. 55/hour
I
-'I"'~=~":"'''' ""'-.' .,- '''''iC';=':1:U~~~~~~i~~= E~~~~fS~E-RN ~Mo~-t.EJ:\I,'n~AL"",WASHING't.ON-:';~&MJ:DLwRIGH'l',~-~'~'= ""='''=-''~"_',~,~"",'o-'_'= ,~'" ,~"-~
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
I
I
Zone Pay:
o -25 radius miles
26-45 radius miles
Over 45 radius miles
Free
$ .70/hour
$1.50/hour
I
ELEC0046-001 07/02/2007
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
I
Rates
Fringes
I
Cable splicer....................$ 40.62
E 1 e c t r i c i an. . . . . . . . . . . . . . . . . . . . . . $ 3 6 . 9 3
3%+13.21
3%+13.21
ELEC0048-003 01/01/2008
I
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates
Fringes
I
Cable splicer... . . . . . . . . . . . . . . . . . $ 34.40
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 34.15
3%+$14.85
3%+$14.85
HOURLY ZONE PAY
I
Hourly Zone Pay shall be paid on jobs located outside of the free zone
computed from the city center of the following listed cities:
I
Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria.
I
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50jhour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles$9.00/hour
I
* These are not miles driven. Zones are based on Delorrne Street Atlas
USA 2006 plus.
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
8
I
I
ELEC0073-001 07/01/2007
I
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
I
Rates
Fringes
Cable splicer.................. ..$ 25.87
ELECTRICIAN...... ...... ...... ....$ 25.47
3%+12.03
3%+12.03
I
ELEC0076-002 03/01/2007
I
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates
Fringes
I
Cable splicer.... ..... .... ... ....$ 36.31
ELECTRICIAN....... .... .... .......$ 32.71
3%+13 .19
3%+13.19
I
ELEC0077-002 02/01/2007
Rates
Fringes
I
Line Construction:
CABLE SPLICERS.... ..........$ 42.09
GROUNDMEN...................$ 26.31
LINE EQUIPMENT MEN........ ..$ 32.32
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN....$ 37.58
POWDERMEN, JACKHAMMERMEN....$ 28.19
TREE TRIMMER......... ... ....$ 22.65
3.875+10.60
3.875%+8.60
3.875%+8.70
I
3.875%+10.60
3.875%+8.60
3.875%+8.35
I
ELECOl12-005 06/04/2007
I
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
I
Rates
Fringes
Cable splicer............... ... ..$ 33.50
ELECTRI ClAN. . . . . . . . . . . . . . . . . . . . . . $ 31. 90
3%+13.33
3%+13.33
I
ELEC0191-003 08/31/2007
I
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates
Fringes
I
Cable splicer.... ... ....... ......$ 35.71
ELECTRICIAN...... ........ ........$ 32.46
3%+11.97
3%+11.97
I
I
W A08000 1 Modification 5
F ederal Wage Determination
9
I
I
I
I
ELEC0191-004 08/31/2007
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
I
Rates
Fringes
Cable splicer................. ...$ 31.31 3%+11.92
'I'S"',,"$~~'~-'~~""T"~C."~_~~~=.~=_~~~~~~",~;~:~"~"~~~~~",~"~"~'"~"~<<~"'~~~~"~~c:~~ ~:~~~~~~=;~~-~:~~~~~_~~~~~:~~~~"<<~~"'''-~ ~<w~"~~~"iO~
ELEC0970-001 06/01/2007
I
COWLITZ AND WAHKIAKUM COUNTIES
Rates
Fringes
I
Cable splicer....................$ 32.67
ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 29.70
3%+11.00
3%+11.11
I
ENGI0302-003 06/01/2007
I
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
I
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
I
Zone 1 (0-25 radius miles) :
Rates
Fringes
I
Power equipment operators:
Group 1A................... $ 33. 21
Group 1AA.................. $ 33. 78
Group 1AAA......... ........$ 34.34
Group 1..................... $ 32.66
Group 2..................... $ 32. 17
Group 3..................... $ 31.75
Group 4..................... $ 29.39
12.75
12.75
12.75
12.75
12.75
12.75
12.75
I
I
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
I
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
I
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
I
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments) i Tower crane over 175 ft
in height, base to boom
I
W A08000 1 Modification 5
Federal Wage Determination
10
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch plant Operator-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; piledriver (other than
crane mount); Rota-mill, rota-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper-self propelled, hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 Ibs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists-(elevators and manlifts), air
tuggers, strata tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrapers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish machine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11
I
I
I
I
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
I
fl~~~~->;;;-:::-- .n.'"- 5.'!~~~--=-~~-""'~~"?:';-..i'i'iI"';:;;;::'Gfi;;;'~-;'.n~-- 'i-.'i;;iiiii::;f-;:;--"O;'a~~~~d~~~-:r~...+~~~-~",-~.. ~-"';:=;~o=:...-"-r-~-~';:';::-~7OC~~-=-.,~;::sr-;;;;;;,.::.:c--:;;:;;--..s:~=:'_~i",=~-.::..~o/",,-:;..-..,.:r";;-;;-J7:..~::.il0-i.<-A~","--""~.r,"",::3ii2..";;:'~W':!i<;;i
Category B Projects: 95% of the 'basic hourly race for eacu'
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
I
I
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
I
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
I
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS:
I
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
eligible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
I
I
I
H-l Base wage rate
outfitted with
H-2 Class "e" Suit
H-3 Class UB" Suit
H-4 Class riA" Suit
when on a hazardous waste site when not
protective clothing
- Base wage rate plus $ .25 per hour.
- Base wage rate plus $ .50 per hour.
- Base wage rate plus $ .75 per hour.
I
I
I
I
I
I
W A08000 1 Modification 5
F ederal Wage Determination
12
ENGI0302-009 06/01/2007
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY
Power equipment operators.
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER... ... ....$ 31.33
TOTAL PROJECT COST UNDER
$300,000...................$ 26.96
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER...... ....$ 31.46
TOTAL PROJECT COST UNDER
$300,000...................$ 27.06
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles) :
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER..........$
TOTAL PROJECT COST UNDER
$300,000.................. .$
GROUP 4
TOTAL PROJECT COST
$300,000 AND OVER..........$
TOTAL PROJECT COST UNDER
$300,000.................. .$
GROUP 5
TOATL PROJECT COST
$300,000 AND OVER..........$
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . . $
GROUP 6
TOTAL PROJECT COST
$300,000 AND OVER........ ..$
TOTAL PROJECT COST UNDER
$300,000.................. .$
Rates
Fringes
12.75
8.40
12.75
8.40
31.84 12.75
27.38 8.40
31. 89 12.75
27.43 8.40
33.46 12.75
28.75 8.40
31. 33 12.75
26.96 8.40
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
13
I
I
I
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS:
Assistant Mate (Deckhand
Oiler
Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen
GROUP 4. Craneman, Engineer Welder
"1~~_,""..c.;""".".",."""".Gg9P)?~2;;;;'-"#LE~VE:~J'.m9,.u" ';'.H%<!J;'a lJ). i c"",."",~~~~,-,"",~, :-. ;'.-m-A-""~'';;;","'''''''~~~~'''=~~_''''';;;;'-~~~'''~'''.''''--''"~-'''''';c~~c.",,~~
GROUP 6: Maintenance
I
GROUP 1.
GROUP 2:
GROUP 3:
I
Category B projects: 95% of the basic hourly rate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects. A Reduced
rates may be paid on the following:
I
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
I
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
I
3. Marine projects (docks, wharfs, etc.) less than $150,000.
I
Heavy Wage rates (Category A) Applies to clam shell dredge,
hoe and dipper, shovels and shovel attachments, cranes and
bulldozers.
I
HANDLING OF HAZARDOUS WASTE MATERIALS:
I
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
eligible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
I
I
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "e" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "AU Suit - Base wage rate plus $ .75 per hour.
I
I
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
14
ENGI0370-002 06/01/2007
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
fu~D YAKIMA (EAST OF THE 120TH MERIDIAN) COuNTIES
ZONE 1:
Rates
Fringes
Power equipment operators:
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
1A. . . .. . ... . ... .. . . .. $
1. . . . . . . . . . . . . . . . . . . . . $
2. . . . . . . . . . . . . . . . . . . . . $
3. . . . . . . . . . . . . . . . . . . . . $
4. . . . . . . . . . . . . . . . . . . . . $
5. . . . . . . . . . . . . . . . . . . . . $
6. . . . . . . . . . . . . . . . . . . . . $
7. . . . . . . . . . . . . . . . . . . . . $
8. . . . . . . . . . . . . . . . . . . . . $
22.69
23.24
23.56
24.17
24.33
24.49
24.77
25.04
26.14
9.02
9.02
9.02
9.02
9.02
9.02
9.02
9.02
9.02
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco,
washington; Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation) ;
Fireman & Heater Tender; Hydro-seeder,
Mulcher, Nozzlemani Oiler Driver, & Cable Tender, Mucking
Machine; Pumpmani Rollers, all types on subgrade, including
seal and chip coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator), except when pulled by
Dozer with operable bladei welding Machine; Crane Oiler-Driver
required) & Cable Tender, Mucking Machine.
W A08000 1 Modification 5
F ederal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(CLD I
I
I
15
I
I
I
I
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
'I~~~~~c,~-~~c-~~,~~~~~:~:~:~~~~D~:~~~~:~:~;~~~~:;m;~~:~~~~~f~a~~~~H~1"~~-i~~~~~~~~~.i'~~:'>~=~~W~~F~",~",~CF~-'~~
Stacker, hydra-lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
I
I
I
I
I
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant) & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring
Machine (rock under 8 inch bit) (Quarry Master, Joy or
similar); Bump Cutter (Wayne, Saginau or similar); Canal
Lining Machine (concrete); Chipper (without crane);
Cleaning & Doping Machine (pipeline); Deck Engineer;
Elevating Belt-type Loader (Euclid, Barber Green &
similar); Elevating Grader-type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric) ;
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent)
and Traxcavator; Traverse Finish Machine; Turnhead Operator
I
I
I
I
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond); Equipment
Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower
Loaders (overhead & front-end, under 4 yds. R/T);
Refrigeration Plant Engineer (under 1000 ton); Rubber-tired
Skidders (R/T with or without attachments); Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity); Turnhead (with re-screening); Vacuum Drill
(reverse circulation drill under 8 inch bit)
Hoist) ;
I
I
I
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
16
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual drum);
Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant
Engineer (1000 tons & over); Signalman (Whirleys, Highline
Hammerheads or 'similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable Controller
(dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer units with single blade; Paving
Machine (asphalt and concrete); Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber-tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft.
depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime
Batch Tank Operator (Recycle Train) ;Lime Brain Operator (Recycle
Train); Mobile Crusher Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar) ;
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers
(Goldhofer, Shaurerly and Similar); Ultra High Pressure waterjet
Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine
Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead, rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter pilot
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
17
I
I
I
I
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over ,scale
I
NOTE:
In computing the length of the boom on Tower Cranes, they
. .~hall .~~, m~asu7ed . fr?m the base .of t?e To.wer to t~e ,point. ",.~""tiU'~-..
"Ii.~~'~~'''''''~''",,'''''~-'''.;;''",~ o.J"~I1l';""b_o..QJ1J"-'="-"":~:"-"?"~~"'''''~'"'''''''W;:-"",'''Ei'c''r~",,,~'''''''''''''~~~c':'~_~":""""",~~~~~",~~~,,,",'s"'__",,",""~""'06-~~"""''''~'"'''''
HAZMAT :
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
I
ENGI0370-006 06/01/2007
I
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
I
WORK PERFORMED ON HYDRAULIC DREDGES
I
Rates
Fringes
I
Hydraulic Dredge
GROUP 1:.................... $ 31. 33
GROUP 2:.......... ... .......$ 31.84
GROUP 3:.................... $ 31. 89
GROUP 4:.................... $ 33. 46
GROUP 5:.................... $ 31. 33
GROUP 6:.................... $ 3 1 . 46
GROUP 7:.................... $ 31.84
12.75
12.75
12.75
12.75
12.75
12.75
12.75
I
I
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Assistant Engineer (Electric,
Booster Pump)
GROUP 3: Engineer Welder
GROUP 4: Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6: Oiler
GROUP 7: Mates & Boatman
Diesel, Steam, or
I
I
I
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
I
I
I
I
W A080aO 1 Modification 5
Federal Wage Determination
18
I
I
ENGI0612-001 06/01/2007
I
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
I
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
I
Rates
Fringes
I
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES: Total
Project cost $300,000 and
over
GROUP 1.................... $ 31. 33
GROUP 2....................$ 31.46
GROUP 3.................... $ 31.84
GROUP 4.................... $ 31. 89
GROUP 5.................... $ 33.46
GROUP 6.................... $ 3 1 . 33
WORK PERFORMED ON
HYDRAULIC,pREDGES: Total
Project Cost under $300,000
GROUP 1.................... $ 26.96
GROUP 2.......... . . . . . . . . . . $ 27.06
GROUP 3.................... $ 27. 38
GROUP 4.................... $ 27.43
GROUP 5.......... . . . . . . . . . . $ 28. 75
GROUP 6....................$ 26.96
I
12.75
12.75
12.75
12.75
12.75
12.75
I
I
8.40
8.40
8.40
8.40
8.40
8.40
I
I
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
I
BASEPOINTS: Tacoma, Olympia, and Centralia
I
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
I
I
I
I
W A080001 Modification 5
Federal Wage Determination
19
I
I
I
I
I
3. Marine projects (docks, wharfs, etc.) less than $150,000
WORK PERFORMED ON HYDRAULIC DREDGES:
I
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
LI~.~:;;~""~."7~ =~,,;~~;:~:.~~-~~~:~:~~lI;~;r~:.~e.:~t~~~Boafmen~?~~~~~~;'"~~~~~;~;.;""::~"'~~;:~:~""'~.."'-_.
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
v~"i;"',-=-i"--,-~~=~~ -
I
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS
I
HANDLING OF HAZARDOUS WASTE MATERIALS
I
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "An Suit - Base wage rate +$.75 per hour
I
----------------------------------------------------------------
ENGI0612-002 06/01/2007
I
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
I
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
I
Zone 1 (0-25 radius miles) :
Rates
Fringes
I
I
Power equipment operators:
GROUP 1A.... ..... .... .... ..$ 33.21
GROUP 1AA.................. $ 33. 78
GROUP 1AAA.................$ 34.34
GROUP 1..................... $ 32. 66
GROUP 2.... . . . . . . . . . . . . . . . . . $ 32. 17
GROUP 3. . . . . . . . . . . . . . . . . . . . . $ 31. 75
GROUP 4..................... $ 29. 39
12.75
12.75
12.75
12.75
12.75
12.75
12.75
I
I
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
I
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
I
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
I
W A08000 1 Modification 5
Federal Wage Determination
20
GROUP 1AA - Cranes- 200 tons to 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Rota-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-lOa tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts), air
tuggers, strata tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrapers, concrete and carryall; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
21
I
1
1
1
1
=1'=
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 Ibs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and'
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
- - .C' . . c-=- ~igges_,: IT1.e.ff!"!:.l1:i.',gKIT,,;;[,.;!,bwj= f:.1tJ.llii!.(;" _:!:'.iJ:lTl2E3.i~~t:_E::X:;{:RiggS!K';~ng-,=::_~:~:i""~=- _-;c"="i,.,:,,,
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be eligible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate
outfitted with
H-2 Class "C" Suit
H-3 Class "B" Suit
H-4 Class "A" Suit
when on a hazardous waste site when not
protective clothing
- Base wage rate plus $
- Base wage rate plus $
- Base wage rate plus $
.25 per hour.
.50 per hour.
.75 per hour.
ENGI0701-002 01/01/2008
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates
Fringes
Power equipment operators:
(See Footnote A)
GROUP 1..................... $ 35. 06
GROUP 1A.................... $ 3 6 . 75
GROUP 1B....................$ 38.44
GROUP 2..................... $ 33. 55
GROUP 3..................... $ 32.62
GROUP 4.. . . . . . . . . . . . . . . . . . . . $ 3 1 . 75
GROUP 5..................... $ 30. 72
GROUP 6..................... $ 27. 94
10.25
10.25
10.25
10.25
10.25
10.25
10.25
10.25
W A08000 1 Modification 5
Federal Wage Determination
22
Zone Differential (add to Zone 1 rates) :
Zone 2 - $2.00
Zone 3 - $4.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARKi AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on state Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or projects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANYi BENDi coos BAYi EUGENEi
GRANTS PASSi KLAMATH FALLSi MEDFORDi ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or proJects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or morei CRANE: Helicopter Operator, when used in
erecting WOrki Whirley Operator, 90 ton and overi LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boomi HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachmentsi
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
23
I
I
I
I
GROUP lA: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment); LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
I
I
GROUP IB: LATTICE BOOM CRANE: Operator, 300 tons through 399
_ _ _____ ----_--.:--:-~dJls-~wJ t::h=:GjI,g-i::,:_2 g:0-2J:g~~~-!?Q(:)ri!c;~QRgr~t:Ci!;-=4 0j)~':.!:g~1?c'::An4 -=-c:>~~~;";-==-:~'1 <~-'c. - __ ~.,;~:- -':0-"'-- _~:-c-~ _-c.:c:: -:--:cc-""
- - - U FLOATINci EQUIP-MENT: -Floa.tingCi'ane-350-ton'-an(fo\t~r - -__ u.. - -
I
GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required); Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 lbs and above; Bulldozer operator,
twin engine, Bulldozer Operator, tandem, quadnine, DI0, Dll,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(without luffing or tower attachment); TOWER/WHIRLEY
OPERATOR: Tower Crane Operator; Whirley Operator, under 90
tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to
200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc. operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber-
tired scraper operator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required); Canal Trimmer (Grade Oiler
required); Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator);
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,0001bs.; HYDRAULIC CRANE: Hydraulic crane operator,
50 tons through 89 tons (with luffing or tower attachment) ;
I
I
I
I
I
I
I
I
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up
to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic
crane operator, 50 tons through 89 tons (without luffing
or tower attachment); LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom) ;
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80,000 lbs. through 130,000 lbs.; LOADERS:
Loader operator 60,000 and less than 120,000; RUBBER-TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 ell yds.
I
I
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
24
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screedman required); BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi-engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any
type); CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type); Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine) ;
Hydro Axe (loader mounted or similar type); COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi-engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types); Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller-Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry) ;
Directional Drill Operator over 20,000 lbs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self-
unloading; Piledriver Operator (not crane type) (Deckhand
required); Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required);
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types);
Guardrail Auger Operator (all types); combination Guardrail
machines, i.e., punch auger, etc.; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20,000 lbs through 80,000 lbs.;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25,000 lbs and less than
60,000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
25
I
1
1
Operator; piledriver Operator (not crane type); PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
-1--------- - ----- --- _!12,chj,ge - OP~f:c~J"9_:r;:i'megran,if)_~~j:E>JkIRMEJi";.:_HJ?L-'yxHD_1:.JIY :-'-'.PJ. esel :::-=:~-=-=~-------------- -- -------
- -- - - - -- -- --~~-~~i~~c o~:~~~~~~~~~~f~-~t~~~:~;o~~~~~g~;r~~~:f~r~~~~i1g--<'::,--- ,:-~--.'_-n - -- - -- - - - ---- ---- - - - -- -
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS:
Rubber-tired Scraper Operator, single engine, single
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds.; Rubber-tired Scraper Operator, twin engine;
Rubber-tired Scraper Operator, with push- pull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationary Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds.; Grade-all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
1
1
1
1
1
1
1
1
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix); Asphalt Burner and
Reconditioner Operator (any type); Rota-Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
20,000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power), over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade); CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumpcrete Operator (any
type); Pavement Grinder and/or Grooving Machine Operator
(riding type); Cement Pump Operator, Fuller-Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
1
1
1
1
1
1
1
1
W A08000 1 Modification 5
Federal Wage Determination
26
I
I
Hydraulic Boom Truck, pittman; DRILLING: Churn Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 Ibs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type);
Hydraulic Backhoe Operator track type up to and including
20,000 Ibs.; LOADERS: Loaders, rubber- tired type, less
than 25,000 Ibs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser);
PIPELINE-SEWER WATER: Hydra hammer or similar types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operator; Ballast Tamper Multi-purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
pulva-mixer or similar types; Chip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
I
I
I
I
I
I
I
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; pugmill
Operator (any type); Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power), under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B., dry batch, etc.); Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type); Wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER. Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (excluding working
platform); Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd.); Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: oiler; Guardrail
punch Oiler; Truck Crane Oiler-Driver; Auger oiler; Grade
oiler, required to check grade; Grade Checker; Rigger;
PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated); PUMPS: Pump operator (any power) ;
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
I
I
I
I
I
I
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
27
I
I
I
I
I
-ICC'-=-c~--_-: =~ - - ---:;- ~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade); Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt); Tamping
Machine operator, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
_ -"J? j::l~YL T(J~NE.J:..-;=J:g!1-yftX:9L-c;>r,-=eJ::~::()~j;:N.E;:~f_~ ~;1::~J:i: ~!l:-:;equ~ P~~Q.t:-=--=--=-:--::-=::--::-c::--c-= ,-=- ==--:-::-_cc-,---=:: - ---
op-erator - - -- ~ ~ ~
ENGI0701-003 01/01/2008 (revised from ENGI0701-004)
Clark, Cowlitz, Klickitat, Pacific (South), Skamania, and Wahkiakum
Counties
Rates
Fringes
Dredging:
ZONE A
ASSISTANT ENGINEER. ...... ..$ 35.66 10.05
ASSISTANT MATE. . . . . . . . . . . . . $ 31.53 10.05
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. ........$ 38.12 10.05
LEVERMAN, HyDRAULIC....... .$ 38.12 10.05
TENDERMAN. .... ...... ..... ..$ 34.54 10.05
ZONE B
ASSISTANT ENGINEER....... ..$ 37.66 10.05
ASSISTANT MATE. . . . . . . . . . . . . $ 33.53 10.05
LEVERMAN, DIPPER,
FLOATING CLAMSHELL..... ....$ 40.12 10.05
LEVERMAN, HyDRAULIC....... .$ 40.12 10.05
TENDERMAN. ....... ........ ..$ 36.54 10.05
ZONE C
ASSISTANT ENGINEER.........$ 38.66 10.05
ASSISTANT MATE. . . . . . . . . . . . . $ 34.53 10.05
LEVERMAN, DIPPER,
FLOATING CLAMSHELL........ .$ 41.12 10.05
LEVERMAN, HyDRAULIC....... .$ 41.12 10.05
TENDERMAN................. .$ 37.54 10.05
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30-50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*AII jobs or projects shall be computed from the city hall by
the shortest route to the geographical center of the
project.
W A08000 1 Modification 5
Federal Wage Determination
28
IRON0014-005 07/01/2007
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates
Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 28. 22
15.52
IRON0029-002 07/01/2007
CLARK, COWLITZ, KLICKITAT, PACIFIC, SK~~IA, AND WAHKAIKUM
COUNTIES
Rates
Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 30. 25
15.52
IRON0086-002 07/01/2007
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates
Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 29.00
15.52
IRON0086-004 07/01/2007
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates
Fringes
IRONWORKER. . . . . . . . . . . . . . . . . . . . . . . $ 32.40
15.52
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
29
I
I
I
I
I
1------ --------- --
-- -- - -
I
I
I
I
I
I
I
I
I
I
I
I
I
I
* LAB00001-002 06/01/2007
ZONE 1:
Rates
Fringes
Laborers:
CALLAM, GRAYS HARBOR,
-- -:::-:--I-SI:J\N'D~-=-":JE1iFE-RSON~~~:rNG~--:~---=--~- --=-:-:- ---::::-- -:-:---::- .=-----
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
OCEAN), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
COUNTIES
GROUP 1.................... $ 20. 25
GROUP 2... . . . . . . . . . . . . . . . . . $ 22. 81
GROUP 3.................... $ 28. 04
GROUP 4.................... $ 28. 55
GROUP 5.......... . . . . . . . . . . $ 29. 00
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
KITTITAS AND YAKIMA
COUNTIES
GROUP 1.................... $ 16. 58
GROUP 2....... ... ..........$ 19.00
GROUP 3.. ... ... ......... ...$ 20.80
GROUP 4... . . . . . . . . . . . . . . . . . $ 21. 30
GROUP 5.................... $ 21. 67
8.26
8.26
8.26
8.26
8.26
8.26
8.26
8.26
8.26
8.26
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $ .70
ZONE 3 - $1.00
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
ci ty hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
W A08000 1 Modification 5
Federal Wage Determination
30
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter, Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C); Maintenance Person; Material Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site); Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B); High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Nozzleman (concrete pump, green
cutter when using combination of high pressure air and
water on concrete and rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster); Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not
insert type); Pipe Wrapper; Power Jacks; Railroad Spike
Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper
(over 20 ft); Spreader (concrete); Tamper and Similar
electric, alr and glas operated tool; Timber Person-sewer
(lagger shorer and cribber); Track Liner Power; Tugger
Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; powderman;
Re-Timberman; Hazardous Waste Worker (Level A) .
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
31
I
I
I
I
LAB00238-004 06/01/2007
I
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates
Fringes
...~ "" "-t-... .;-~~ -t'"' --.,<- ~_"'~.~....-
-IUC- -_ ~c-- c - -c - _~-:---_:-c
-Lab0_:r?~J::'s_;:::c~=-~~_~~-~--::-' - - -.'_. .~~- -.-'
ZONE 1:
GROUP 1......:............. $
GROUP 2.......... . . . . . . . . . . $
GROUP 3.................... $
GROUP 4. . . . . . . . . . . .. ...... $
GROUP 5.................... $
GROUP 6.................... $
7.45
7.45
7.45
7.45
7.45
7.45
19.71
21. 81
22.08
22.35
22.63
24.00
I
I
Zone Differential (Add to Zone 1 rate): $2.00
I
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
I
LABORERS CLASSIFICATIONS
I
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
I
I
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumpcrete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material) ;
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers) ;
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumpcrete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
I
I
I
I
I
I
I
W A08000 1 Modification 5
F ederal Wage Determination
--------------- -----~
- -- ---~ --- - -- --
32
I
I
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
I Dope Pot Firemen, non-mechanical; Driller Tender (when
required to move and position machine); Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
respirator); Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter) ;
Nozzleman (to include squeeze and flo-crete nozzle) ;
Nozzleman, water, air or steam; Pavement Breaker (under 90
lbs.); Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers); Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
I
I
I
I
I
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled); Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high) ;
Gunite (to include operation of machine and nozzle) ;
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit"); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels) ;
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; vibrators (all)
I
I
I
I
I
I
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class "D", (to include raise and shaft miner, laser
beam operator on raises and shafts)
I
I
GROUP 6 - Powderman
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
33
I
I
I
I
* LAB00238-006 06/01/2007
I
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
- ~ -- ~ - .-'-:;'''''~';;'/''~~,-::''~-~''-~ <-~':;..:c~-r- ....~'"R' t........,'-+""'::t...~~'t"': .-\t>."'":t'" ;;.u~~.\"t_->~ ~"'~7 'X.~'.;<::t'1' f ~-;-"''''l'"'''~.i,.()'t...,
1-~-C::---:::---:::--: :-o--::--::-=-_c-: ;:c:-_;::--..:c_~-:: c::- :COC,-= _-ce: -~,;: ,~~-- - ~:_~;,;~:,;::~=-~~~c; "~Cj,;,-~"" ,;-- ~_~-~~_,-~:;-;,~~ J,J1g-g~~i{--:,,-;::~~=C::_~==--,~"-="--- --- - - - - c-:=-= -,-- - :-_---,--..:.---c::
Hod Carrier............ ..........$ 23.40 7.45
I
LAB00335-001 06/01/2007
I
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
I
Rates
Fringes
I
Laborers:
ZONE 1:
GROUP 1.................... $ 25. 94
GROUP 2.................... $ 26. 54
GROUP 3.................... $ 26. 98
GROUP 4. . . . . . . . . . . . . . . . . . . . $ 27. 36
GROUP 5.................... $ 23. 44
GROUP 6.......... . . . . . . . . . . $ 21. 02
GROUP 7.... ...... .... ... ...$ 17.82
8.25
8.25
8.25
8.25
8.25
8.25
8.25
I
I
Differential (Add to Zone 1 rates) :
I
Zone
Zone 2 $
Zone 3
Zone 4
Zone 5
0.65
1.15
1. 70
2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
I
I
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
I
I
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
34
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed) ;
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight-Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilllng,
blasting, barring-down, or sloping and stripping); Manhole
Builder; powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumpcrete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; vibrator; Water Blaster
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
35
I
I
I
I
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
I
GROUP 5: Tr~ffic,~lagg~rs
-1-"'. O'C'" ,._cc -~- C:-C" 0 --:'"" _'O_-20''''-__:'~::;___::' ::-... .-:c. -:-0 ".:o:;;--::~ -. c: ~~. ~--.; -:; :--""' :-'~C".'.' ~=c-:::=- '--='..:'".= cc'-=-=:--.-:--C'".:::- ".O':~ CC": -.," :=~=:::'"" :-""'-"::-:-:. C:.~:. :.7~ " -~.' :: .'''.--.-:;''"C'"..- ::::-.- C:" -,: :--;;
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
1
LAB00335-010 06/01/2007
I
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
I
Rates
Fringes
Hod Carrier................. .....$ 27.96
8.2S
1
PAINOOOS-002 06/01/2007
I
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
I
Rates
Fringes
Painters:
STRIPERS. . . . . . . . . . . . . . . . . . . . $ 25.38
11.02
1
PAINOOOS-004 07/01/2007
I
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
I
Rates
Fringes
PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . . $ 19. 91
6.8S
I
1
I
I
1
W A08000 1 Modification 5
F ederal Wage Determination
36
PAIN0005-006 07/01/2007
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ;
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates
Fringes
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, Bridges,
Towers, Tan~s, Stacks,
Steeples. . . . . . . . . . . . . . . . . . . . $ 20.84
Over 30'/Swing Stage Work..$ 21.54
Brush, Roller, Striping,
Steam-cleaning and Spray....$ 15.09
Lead Abatement, Asbestos
Abatement. . . . . . . . . . . . . . . . . . . $ 20.84
TV Radio, Electrical
Transmission Towers.........$ 21.59
Over 30'/Swing Stage Work..$ 22.29
7.38
7.38
6.18
7.38
7.38
7.38
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
PAIN0055-002 04/01/2008
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates
Fringes
Painters:
Brush & Roller. .............$ 19.88
High work - All work 60
ft. or higher.. ...... ... ....$ 20.63
Spray and Sandblasting......$ 20.48
7.05
7.05
7.05
PAIN0055-007 06/01/2007
CL~~K, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates
Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER. . . . . . . . . . . . . . . . . . . . . $ 28.27
8.27
W A08000 1 Modification 5
F ederal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
37
I
I
I
I
PLAS0072-004 06/01/2007
I
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
~I" . -"'""; :-':"".,_c," ---." "~~.;: -=~--- "c::c;c;::=,~,",-~,,- :O::""C" .:;:~~ ~:""-:::-",,;:.,-;:~;.-_--:,,:~ o~~ ~_=--~:c~,: ~~,::;_c-:;:::;:/~~-=-;d::.~:;.~;;::::-:::;~~~~-:c';~~::~_=--;:~;::;:';~::^":,,c'":c =:--'-. -~:~-,,-_:-:-~::,::
- Rates Fringes
Cement Mason/Concrete Finisher
ZONE 1:..................... $ 24. 68
I
7.98
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
I
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
I
PLAS0528-001 06/01/2007
I
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
I
Rates
Fringes
I
Cement Masons:
CEMENT MASON................$ 32.69
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 33.19
11.89
11.89
I
PLAS0555-002 06/01/2007
CLARK, KLICKITAT AND SKAMANIA COUNTIES
I
ZONE 1:
Rates
Fringes
I
I
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$ 26.61
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD............$ 26.10
CEMENT MASONS. .... ..........$ 25.59
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS...$ 26.10
14.83
I
14.83
14 .83
I
14.83
I
I
W A08000 1 Modification 5
F ederal Wage Determination
38
Differential (Add To Zone 1 Rates) :
Zone
Zone 2 -
Zone 3
Zone 4
Zone 5
$0.65
1.15
1. 70
3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
PLUM0032-002 01/01/2008
CLALLAM, KING AND JEFFERSON COUNTIES
Rates
Fringes
Plumbers and Pipefitters. ........$ 39.88
17.51
PLUM0032-003 06/01/2007
CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN
(NORTH) COUNTIES
Rates
Fringes
Plumbers and Pipefitters. ...... ..$ 26.78
14.29
PLUM0044-003 06/01/2007
ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN
PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
Rates
Fringes
Plumbers and Pipefitters
ADAMS (NORTHERN PART),
ASOTIN (CLARKSTON ONLY) ,
FERRY (EASTERN PART) ,
LINCOLN, PEND ORIELLE AND
STEVENS AND SPOKANE
COUNTIES. . . . . . . . . . . . . . . . . . . . $ 30. 14
WHITMAN COUNTY... ... ...... ..$ 36.24
12.81
12.81
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
39
I
I
I
I
PLUM0082-001 06/01/2007
1
CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKUM COUNTIES
1- -'~: "," '-'--:-'"="-.":'"="--'-""'" :."'~-=.. --':""':C;;: -=- :~~: .--:c- _c: -. .--=_-_--~:-_c._-_:~: :.RC3.te_~_ :' - c.:-:",,":,_,:,-:.,-.~::tr~i_ng~'!3~_.,;;-:..___--::..~=--_~-_- - _":_':~-':-"-::c----,-.-'_-=--:c_~-'=- ,-::C-,:: :-:-:.. ~-:-.-
Plumbers and Pipefitters_. ... ....$ 35.55 15.32
1
PLUM0265-003 06/01/2007
ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHAT COM COUNTIES
1
Rates
Fringes
Plumbers and Pipefitters.. ... ....$ 35.55
15.32
1
PLUM0290-003 04/01/2008
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
1
Rates
Fringes
Plumbers and Pipefitters..... ....$ 35.69
16.39
I
PLUM0598-005 06/01/2007
I
ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF
CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY
(WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN
(EASTERN), WALLA WALLA AND YAKIMA COUNTIES
1
Rates
Fringes
I
PLUMBER. . . _ . _ . . _ . . _ . . . . . . . . . . . . . . $ 35. 69
18.55
I
I
I
I
1
1
W A08000 1 Modification 5
F ederal Wage Determination
40
I
I
PLUM0631-001 06/01/2007
I
MASON (NE SECTION), AND KITSAP COUNTIES
Rates
Fringes
I
Plumbers and Pipefitters
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
where the plumbing and
mechanical cost of the
project is less than
$100,000....................$ 27.39
All other work where the
plumbing and mechanical
cost of the project is
$100,000 and over... ........$ 34.90
I
I
I
I
11.18
I
15.32
TEAM0037-002 06/01/2007
I
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
I
Rates
Fringes
I
Truck drivers:
ZONE 1
GROUP 1................ ....$ 25.65
GROUP 2....................$ 25.77
GROUP 3... . . . . . . . . . . . . . . . . . $ 25. 90
GROUP 4. . . . . . . . . . . . . . . . . . . . $ 26. 16
GROUP 5... . . . . . . . . . . . . . . . . . $ 26.38
GROUP 6.................... $ 26.54
GROUP 7.................... $ 26.74
11.63
11.63
11.63
11.63
11.63
11.63
11.63
I
I
Differential (Add to Zone 1 Rates) :
I
Zone
Zone 2 -
Zone 3
Zone 4
Zone 5
$0.65
1.15
1. 70
2.75
I
I
I
W A08000 1 Modification 5
F ederal Wage Determination
41
I
I
I
I
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
I
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
~~see~~i~~ c~ty ha~l.
-I~
~C ,_~"".r',_ _"~"',",_,_ ,~~. "....,_""'"~><-"_~-'r-~_ .~_, __ _,~~___ _~~~~... ~'.,.,....,~"... ~ ~,~.."~~____._.._"-,,,= ~_ ~~__"""~_~_ '"_~ -_~~~ "-.~~~ ~_.;'",_~...__~"""....._<~___~_"",""...",~~____~....._.. ~..............~.... _.-~~__~~.............__,_", ~.__r ____._ ,,_~_._,~
_ _ __ ______ --..."....:'...-~-_.-c:.--- --~ _~ --. __'"'_ ",;;.-- ~ ""'"--::""'~-':'--'--_-,-- ---"='-0;--. "- _ -o-~-_"'-"--- --~=-=-,,- ---- _-"'---- ---~_ =,,_=-_---=-..0-- :_ _ __ ___"0-=____-,,=-..=.-_,,--- ___ __ __ ____ __ _ ___ _ _ u - ---- -
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
I
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
I
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
I
GROUP 1: A Frame or Hydra lift truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
plant (manually operated); pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
I
I
I
I
I
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trucks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
I
I
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic-WeIder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
I
I
I
I
W A08000 1 Modification 5
Federal Wage Determination
42
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
dumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry' Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including EO cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
TEAM0174-001 06/01/2007
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates
Fringes
Truck drivers:
ZONE A:
GROUP 1:................... $ 29.42
GROUP 2:......... . . . . . . . . . . $ 28.71
GROUP 3:......... . . . . . . . . . . $ 26.18
GROUP 4:......... . . . . . . . . . . $ 21.69
GROUP 5:................... $ 29. 07
12.48
12.48
12.48
12.48
12.48
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from center of listed cities*): Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
W A08000 1 Modification 5
F ederal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
43
I
I
I
I
I
'I~-" ,-"-~, ~ -
- -- ~ - ~-----
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BELLINGHAM
EVERETT
SEATTLE
TACOMA
OLYMPIA
BELLEVUE
KENT
BREMERTON
CENTRALIA
SHELTON
PORT ANGELES
PORT TOWNSEND
RAYMOND
ANACORTES
MT. VERNON
ABERDEEN
TRUCK DRIVERS CLASSIFICATIONS
,->:-:;'"CCC-~ -_-\GROUP-~ i'c:~-:~~~i].G_'f'f'ame;;:~0r;;-Hydrai i-{t~~_~tr:'r1:lcks;:;an~i:-Boom:;trucks;or~~:-' ~~~~-:;:;;~"""
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or pilot Car
GROUP 5 - Mechanic
W A08000 1 Modification 5
Federal Wage Determination
~~..&c _~"",_~~~m"-~__'-"''-__''''''''''''''''~_
- ----------- -- - -------- ----
- - - -
44
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
requ~red, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
TEAM0760-002 06/01/2007
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates
Fringes
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1:
GROUP 1.................... $ 19.27
GROUP 2.................... $ 21. 54
GROUP 3.................... $ 22.04
GROUP 4. . . . . . . . . . . . . . . . . . . . $ 22.37
GROUP 5.................... $ 22.48
GROUP 6.................... $ 22.65
GROUP 7... . . . . . . . . . . . . . . . . . $ 23.18
GROUP 8.................... $ 23.51
10.55
10.55
10.55
10.55
10.55
10.55
10.55
10.55
Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
45
I
1
1
1
1
-1------>>>>>> .>.
- -- - -- ----
I
1
1
I
1
1
I
I
I
I
I
I
I
I
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
> :cc~ :=. '1~~l}f:~Wi"~~!:B{~!!l~?~;?~ftfi~Of~~~~t~tIi:~~~~~~i~~';~~i~~tiF;~:>~~'c~':';~:~,^=~~:,>.,- :""~.~- c;c; o. ~:.-.'~'~:'> -
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & r~ceiving) j Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under) j
Self- loading Roll Offj Semi-Truck & Trailerj Tractor with
Steer Trailerj Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.) j Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.) j
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton) j Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driverj Flowboysj Fork Lift
(over 16,000 lbs.) j Dumps (Semi-end) j Mechanic (Field) j
Semi- end Dumpsj Transfer Truck & Trailerj Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.) j Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.) j Truck and PUpj
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons) j
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driverj Stringer Truck (cable
operated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.) j Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.) j Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons)j
GROUP 8: Prime Movers and Stinger Truckj Trucks, side, end,
bottom and articulated end dump (over 100 yds.) j Helicopter
Pilot Hauling Employees or Materials
W A08000 1 Modification 5
Federal Wage Determination
46
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in addition to the classification working in as
follows.
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical splash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
W A08000 1 Modification 5
Federal Wage Determination
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
47
I
I
I
I
with regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
I
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Depqrtment ot ~~bor
200 Constitutlon Avenue, N.W.
Washington, DC 20210
I~---
~ -
I
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
I
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
I
I
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
I
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
I
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
I
4.) All decisions by the Administrative Review Board are final.
I
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISION
I
I
I
I
I
W A08000 1 Modification 5
F ederal Wage Determination
I
48
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment C
Request for Information
And
Contract Change Order
Forms
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I--
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME.
PROJECT/CONTRACT NUMBER
ORIGINATOR:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
DOwner
o Contractor
DATE REPLY REQUESTED'
CRITICAL TO SCHEDULE: [j YES 0 NO
ORIGINATOR SIGNATURE'
DATE:
COMMENTS
RFI Number'
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT CHANGE ORDER (CCO) NO.
Project Name
Date
Contractor
PrOject No
DESCRIPTION OF WORK
, You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
1. Describe work here
2. Additional work, etc....
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [
Decrease In bid Items; [ ] Force Account; [ ] Negotiated PrIce. The descrIbed work affects the existing
contract items and/or adds and/or deletes bid items as follows.
, "";;"
Item Descnptlon RFI# ",""J Qty Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days
No \, ," :,:"
" " ,~"'::>-';, : ,,' 1 :,';.~'>
Ono " , '~ ' :-'/ i' "
1 "' . ::<:- ."",
Rev
" ::,J ,~ \' , " : :':,,;':>~:':~:,"~:"~'
2 Ono. /-, ~,,',t~~~' ( ,'~ ,
Rev
ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
* * . * *
DAYS XX DAYS yy DAYS zz DAYS xx+zz.yy DAYS YY+ZZ
· Amount with applicable sales tax included
All work, matenals and measurements to be In accordance With the provIsions of the onglnal c.ontract and/or the standard specifications
and special provIsions for the type of construction Involved. The payments and/or additional time specified and agreed to in thiS order
include every claim by the Contractor for any extra payment or extension of time With respect to the work descnbed herein, including
delays to the overall project
, APPROVED BY. ' SIGNATURE: DATE:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE.
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment D
Contractor's Application
For
Payment
PW 407_04 Part04 doc [Revised March 2008]
I
-I
I
I
I
I
I
I
-1--
I-
I
-1-
-I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
EASTERN CORRIDOR PHASE II, PROJECT NO. 06~21
Area 1
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works & Utilities Department
P.O. Box 1150
Port Angeles, WA 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of penod]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax] $
2 Approved Change Order No(s). [Excluding Sales Tax] $
3 Adjusted Contract Amount (1 +2) $
4 Value of Work Completed to Date [per attached breakdown] $
5 Material Stored on Site [per attached breakdown] $
6 Subtotal (4+5) $
-
7 8.4% Sales Tax [at 83% of subtotal], As Applicable $
8 Less Amount Retained [at 5% of subtotal] $
9 Subtotal (6+7-8) $
10 Total Previously Paid [Deduction] $
11 AMOUNT DUE THIS REQUEST (9-10) $
_ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives
and releases, up through the date hereof, any and all claims for costs or item extensions
arising out of or relating to extra or changed work or delays or acceleration not specifically
identified and reserved in the amounts identified below or previously acknowledged in
writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value
of accomplishment under the terms of the contract (and all authorized changes) between
the Applicant and the City of Port Angeles, relating to the above referenced project, and
that the remaining contract balance is sufficient to cover all costs of completing the work in
accordance with the contract documents.
Continued on Page 2
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
I also certify that all lower-tier payments, less applicable retention, have been m'ade by the
Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower-
tier subcontractorsl suppliers, and (2) for all matenals, equipment and labor used OLin connection
with the performance of this contract. I further certify that I have complied with all federal, state
and local tax laws, including Social Secunty laws and Unemployment Compensation laws and
Workmen's Compensation laws, insofar as applicable to the performance of this work, and have
paid all such taxes, premiums and/or assessments arising out of the performance_ ()f the work.
I further certify that, to the best of my knowledge, information and belief, all work for which prevIous
payment(s) have been received shall be free and clear of liens, claims, security interests and
encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or
entities making a claim by reason of having provided labor, materials and equipment relating to the
work.
Within seven (7) days of receipt of the payment requested herein, all payments, less-applicacle
retention, will be made through the period covered by this pay request to all my lower~tier
subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out
of the performance of all said lower-tire work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this
day of
,20_.
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL:
Project Manager
Date
City Engineer
Date
PW 407_04 Part04.doc (Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment E
Sample Acord-25 Certificate of
Liability Insurance
PW 407_04 Part04.doc [Revised March 2008]
I' '"i~t" :"'\t:~7>,Zr-:g:,,,,;,-,,~,,,,J,1'"i1,,,,,,,,!'!";;,,~r{~ll'~''''~~~~~W~~~~'~~~''''~;''\:::;;Oi'A~I';f!4"";'''mlm\'r.;:r,"'';F'ii;A''';;"H''e'E!;!'''''!iM';'?"'JI,,r'<!';;fi~Y.;)J't,~,~
~
~
il
II
il COVERAGES
II
II
il
II
'I
II
II
II
A CORDTM I CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYY)
PRODUCER r THIS CERTIFICATE IS ISSUED AS A M;l,TTER OF INFORMATION ONLY
Insurance Agent AND COf\JFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE
Address COVERAGE AFFORDED BY THE POLICIES BELOW
CIty, State, ZIp Code
Telephone & Fax No (Includmg Area (?ode) INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: ABC Insurance Company
Contractor Name INSURER S' XYZ Insurance Company
Address INSURER C:
CIty, State, ZIp Code INSURER 0:
Telephone No (Includmg Area Code) INSURER E.
I
THE POLICiES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION
LTR INSRD TYPE OF INSURANCE POLICY NUMBE" DATE IMMIDDIYY) DATE (MMlDDIYY) LIMITS
A GENERAL LIABILITY EACH OCCURENCE $1,000,000
-
X OMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) S I 00.000
I CLAIMS MADE 00 OCCUR MED EXP (Anyone person) S 5.000
PERSONAL & ADV INJURY $1.000,000
-
X Per Pr01ect A[!IITe[!ate GENERAL AGGREGATE $ 2.000,000
GEN'L AGGREGATE LIMIT APPLIES PER- PRODUCTS - Comp/Op Agg I 2.000.000
~OLICYrxl ~:gT n LOC
B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000.000
(Ea acadent'
- ANY AUTO
.L BODILY INJURY
ALL OWNED AUTOS SAM P LE (Per pe~on) $
- SCHEDULED AUTOS
BOOIL Y INJURY
- HIRED AUTOS (Per acadent) $
.L
l NON-OWNED AUTOS PROPERTY DAMAGE
(Per aCCldent) $
-
GARAGE LIABILITY AUTO ONLY - Ea ACCident I $
-
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
-
.-
I 'Xl'SS,""BRELLA UAB'LTY EACH OCCURRENCE $
OCCUR D CLAIMS MADE AGGREGATE $
$
, DEDUCTIBLE $
- - RETENTION $
WORKER'S COMPENSATION AND I I we STAT~ I ~ OTH-
A EMPLOYERS'lIABILlTY TORY LIMITS ER
- WA Stop Gap
ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT S 1.000,000
OFFICER/MEMBER EXCLUDED? EL DISEASE - EA S 1,000,000
If yes, descnbe under EMPLOYEE
SPECIAL PROVISIONS BELOW EL DISE.".SE - POLICY I S 1,000,000
LIMIT
OTHER I , I
DESCRIFTION OF OFERATIONSILOCATIONSNEHICLESIEXLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
CIty ofPort Angeles is added as general lIabIlIty addltional Insured (SEE ATTACHED E?'-i"DORSEMENT).
Insert Project Name and Number here
CERTIFICATE HOLDER CANC ELLA TION
CIty of Port Angeles SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED, OR REDUCED
PublIc Works & Utlhtles Dept AS TO COVERAGE, BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING
P O. Box 1150 COMPANY WILL I:'I~I:"'C" -" MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE
Port Angeles, WA 98362 HOLDER NAMED TO THE LEFT, BY CERTIFIED MAIL 9"- .' I' ""I; -c .., Ih
~','C'J 'Ie-I':;I: .Wl' 'flrg.. ~IC C.l'C'-'OI ~" lI'.I' ITY "r '~IY ~"I~ '.'ro' -I>'I;
c::'~r^"f'~ I~t ^c:"r-",,€ ""'n r"I........~,..g:"r........."'!:i
AUTHORIZED REPRESENTATIVE
. -----,.,.. ,.. ,... ,..,...., @ ACORD CORPORATION 1988
I
I -
:1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment F
Request to Sublet and Subcontract Certification Forms
PW 407_04 Part04 doc [Revised March 2008]
I
I
......
-w
Washington State
Department of Transportation
Request to Sublet Work
o Subcontractor 0 Lower Tier Subcontractor 0 DBE
I
1
Pnme Contractor rederal Employer I 0 Number * State Contract Number
--------
Job Descnptlon (Title) Request Number
Approval is Requested to Sublet the Following Described Work to:
Subcontractor or Lower Tier Subcontractor Federal Employer I D Number'
Address ~~TelePhOoe N"mbe,
City State Zip Code Estimated Starting Date
If Lower Tier Subcontractor, 10 of Corresponding Subcontractor * If no Federal Employer 10 Number,
Use Owner's Social Security Number
Item No Partial Item Descnptlon Amount
I understand and Will msure that the subcontractor Will ) P~e Co"tmdo, S',OO'"ffi Date
comply fully With the plans and specifications under
whIch this work IS bemg performed
Department of Transportation Use Only
Percent ofTotal Contract DBE Status Venficatlon
This Request %
I PrevIous Requests %
Sublet to Date %
Project Engineer Date Approved. Region Construction Engineer I'm
o Approved (When Required)
.1
1
I
I
I
I
I
1
I
I
1
I
I
I
I
DOT Form 421-012 EF
Revised 7/02
Dlstnbutlon White (Onglnal) . Region Canary (Copy) . Project Engineer Pink (Copy) . Contractor
1
1-
r--
- ~
Ih-
I
1
I
I
I
I
I
I
I
I
I
I
I-
I
Contractor and Subcontractor or
- Lower Tier Subcontractor
Certification for City of Port Angeles ProjcttS
(ReqUIred for each Subcontractor or Lower Tier SubconTractor on all prOjt'c(3)
- - -- -
- -
- [ Project Number I ]
Project Name
- -
-- --
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include the minimum prevailing wage rates.
I certify the above statement to be true and correct.
Company
By Date
Title
Contractor Certification
To be completed and signed by the contractor
1. o A written agreement has been executed between my firm and the above subcontractor.
2. 0 A written agreement has been executed between (the subcontractor)
and the above lower tier subcontractor.
The contract documents for (1) or (2) marked above include the minimum prevailing wage rates.
I certify the above statements under Contractor Certification to be true and correct.
Company
By Date
Title
I PW-0407_25 [New07/05]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment G
Amendments to the Standard Specifications
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2008
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational purposes,
the date following each Amendment title indicates the implementation date of the Amendment or
the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
SECTION 1-04, SCOPE OF THE WORK
April 7, 2008
1-04.4(1) Minor Changes
The first sentence in the first paragraph is revised to read:
Payments or credits for changes amounting to $15,000 or less may be made under the bid
item "Minor Change."
1-04.5 Procedure and Protest by the Contractor
In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar
days.
The second sentence in the fifth paragraph is revised to read:
The determination will be provided within 14-calendar days after receipt of the Contractor's
supplemental written statement (including any additional information requested by the
Project Engineer to support a continuing protest) described in item 2 above.
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
April 7, 2008
1-07.2(2) State Sales Tax: Work on State-Owned or Private Land
The following' new paragraph is inserted in front of the first paragraph:
State Department of Revenue Rule 170 and its related rules apply for this section.
1-07.9(1) General
The following new paragraph is inserted to follow the sixth paragraph:
PW 407_04 Part04.doc [Revised March 2008]
The Contractor shall ensure that any fir:m (Supplier, Manufacturer, or Fabncator) that falls
under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127-
010, complies with all the requirements of RCW 39.12.
1-07.15(1) Spill Prevention, Control and Countermeasures Plan
ThIS section is revised to read:
The Contractor shall prepare a project-specific spill prevention, control, and countermeasures
plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit
the plan to the Project Engineer no later than the date of the preconstruction conference. No
on-site construction activities may commence until WSDOT accepts an SPCC Plan for the
project.
The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the
WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health
requirements that may pertain to SPCC Plan implementation are contained in but not limited to
WAC 296-824 and WAC 296-843.
Implementation Requirements
The SPCC Plan shall be updated by the Contractor throughout project construction so that the
written plan reflects actual site conditions and practices. The Contractor shall update the
SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project
site. All project employees shall be trained in spill prevention and containment, and shall know
where the SPCC Plan and spill response kits are located and have immediate access to them.
If hazardous materials are encountered or spilled during construction, the Contractor shall do
everything possible to control and contain the material until appropriate measures can be
taken. The Contractor shall supply and maintain spill response kits of appropriate size within
close proximity to hazardous materials and equipment.
The Contractor shall implement the spill prevention measures identified in the SPCC Plan
before performing any of the following:
1. Placing materials or equipment in staging or storage areas.
2. Refueling, washing, or maintaining equipment.
3. Stockpiling contaminated materials.
SPCC Plan Element Requirements
The SPCC Plan shall set forth the following information in the following order:
1. Responsible Personnel
Identify the name(s), title(s), and contact information for the personnel responsible for
implementing and updating the plan, including all spill responders.
2. Spill Reporting
List the names and telephone numbers of the federal, State, and local agencies the
Contractor shall notify in the event of a spill.
3. Project and Site Information
Describe the following items:
A. The project Work.
B. The site location and boundaries.
PW 407_04 Part04.doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C. The drainage pathways from the site.
D. Nearby waterways and sensitive areas and their distances from the site.
4. Potential Spill Scurces- --
Describe each of the following for all potentially hazardous materials brought or
generated on-site (including materials used for equipment operation, refueling,
maintenance, or cleaning):
A._ -Name of material and its intended use.
B. Estimated maximum amount on-site at anyone time.
C. Location{s) (including any equipment used below the ordinary high water
-line) where the material will be staged, used, and stored and the distance{s)
-- irom nearby waterways and sensitive areas.
D. Decontamination location and procedure for equipment that comes into
contact with the material.
E. : Disposal procedures.
5. Pre-Exi~ting Contamination
Describe any- pre-existing contamination and contaminant sources (such as buried
pipes or tanks) in the project area that are described in the Contract documents.
Identify equipment and work practices that will be used to prevent the release of
contam in.ption.
6. Spill Prevention and Response Training
Describe how and when all personnel (including refueling contractors and
Subcontractors) will be trained in spill prevention, containment and response in
accordance with the Plan. Describe how and when all spill responders will be trained
in accordance with WAC 296-824.
7. Spill Prevention
Describe the following items:
A. Spill response kit contents and location{s).
B. Security measures for potential spiil sources.
C.. Secondary containment practices and structures for hazardous materials.
D. Methods used to prevent stormwater from contacting hazardous materials.
E. Site inspection procedures and frequency.
F. Equipment and structure maintenance practices.
G. Daily inspection and cleanup procedures that ensure all equipment used
below the ordinary high water line is free of all external petroleum based
products.
H. Refueling procedures for equipment that cannot be moved from below the
ordinary high water line.
PW 407_04 Part04 doc [Revised March 2008]
8. SpIll Response
Outline the response procedures the Contractor will follow for each scenario listed
below. Include a description of the actions the Contractor shall take and the specific,
on-site, spill response equipment that shall be used to assess the spill, secure the
area, contain and eliminate the spill source, and clean up and dispose of spilled and.
. contaminated ma.tenaf.
A. A spill of each type of hazardous material at each location identified in 4,
above.
B. Stormwater that has come into contact with hazardous materials.
C. A release or spill of any pre-existing contamination and contaminant source
described in 5, above.
D. A release or spill of any unknown pre-existing contamination and
contaminant sources (such as buried pipes or tanks) encountered during
project Work.
E. A spill occurring dunng Work with equipment used below the ordinary high
water line.
.
If the Contractor will use a Subcontractor for spill response, provide contact
information for the Subcontractor under item 1 (above).. identify when the
Subcontractor will be used, and describe actions the Contractor shall take while
waiting for the Subcontractor to respond.
9. Project Site Map
Provide a map showing the following items:
A. Site location and boundaries.
B. Site access roads.
C. Drainage pathways from the site.
D. Nearby waterways and sensitive areas.
E. Hazardous materials, equipment, and decontamination areas identified in 4,
above.
F. Pre-existing contamination or contaminant sources described in 5, above.
G. Spill prevention and response equipment described in 7 and 8, above.
10. Spill Report Forms
Provide a copy of the spill report form(s) that the Contractor will use in the event of a
release or spill.
Payment
Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is
included in the Proposal:
"SPCC Plan", lump sum.
PW 407 04 Part04.doc [Revised March 20081
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent of the
lump sum Contract price for the plan.
The remaining 50-percent of the lump sum price will be paid after the materials and equipment
called for in the plan are mobilized to the project.
The lump sum payment for "SPCC Plan" shall be full pay for:
1. All costs associated with creating the accepted SPCC Plan. .
2. All costs associated with providing and maintaining the on-site spill prevention
equipment described in the accepted SPCC Plan.
3. All costs associated with providing and maintaining the on-site standby spill response
equipment and materials described. in the accepted SPCC Plan.
4. All costs associated with implementing the spill prevention measures identified in the
accepted SPCC Plan.
5. All costs associated with updating the SPCC Plan as required by this Specification.
As to other costs associated with releases or spills, the Contractor may request payment as
provided for in the Contract. No payment shall be made if the release or spill was caused by
or resulted from the Contractor's operations, negligence, or omissions.
1-07.17(2) Utility Construction, Removal or Relocation by Others
The first sentence in the second paragraph is revised to read:
If the Contract provides notice that utility work (including furnishing, adjusting, relocating,
replacing, or constructing utilities) will be performed by others during the prosecution of the
Work, the Special Provisions will establish the utility owners anticipated completion.
The first sentence in the third paragraph is revised to read:
When others delay the Work through late performance of utility work, the Contractor shall
adhere to the requirements of Section 1-04.5.
SECTION 1-08, PROSECUTION AND PROGRESS
April 7, 2008
1-08.3(2)A Type A Progress Schedule
This section is revised to read:
The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days
after the date the contract is executed, or some other mutually agreed upon submittal time.
The schedule may be a critical path method (CPM) schedule, bar chart, or other standard
schedule format. Regardless of which format used, the schedule shall identify the critical path.
The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule
for corrections within 15 calendar days of receiving the submittal.
1-08.5 Time for Completion
The third sentence in the first paragraph is revised to read:
A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the
Contract specifically prohibits Work on the critical path of the Contractor's approved progress
PW 407_04 Part04.doc [Revised March 2008]
schedule, or one of these holidays: January 1, the third Monday of January, the third Monday
of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after
Thanksgiving, and Christmas Day.
1-08.6 Suspension of Work
The first paragraph is revised to read:
The Engineer may order suspension of all or any part of the Work if:
1. Unsuitable weather that prevents satisfactory and timely performanG.e of the Work; or
2. The Contractor does not comply with the Contract: or
3. It is in the public interest.
1-08.7 Maintenance During Suspension
The first sentence in the fourth paragraph is revised to read:
If the Engineer determines that the Contractor has pursued the Work diligently before the
suspension, then the Contracting Agency will maintain the temporary Roadway (and bear Its
cost).
The fifth paragraph is revised to read:
The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs
associated with protecting and maintaining such Work shall be the responsibility of the
Contractor, except those costs associated with implementing the TESC Plan according to
Section 8-01.
The seventh paragraph is revised to read:
After any suspension, the Contractor shall resume all responSibilities the Contract assigns for
the Work.
SECTION 1-09, MEASUREMENT AND PAYMENT
April 7, 2008
1-09.9 Payments
The first paragraph is supplemented with the following:
For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in
sufficient detail for the Project Engineer to determine the value of the Work performed on a
monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than
the date of the preconstruction meeting.
The second sentence in the third paragraph is revised to read:
Unless otherwise provided in the payment clause of the applicable Specifications, partial
payment for lump sum Bid items will' be a percentage of the price in the Proposal based on the
Project Engineer's determination of the amount of Work performed, with consideration given to
but not exclusively based on the Contractors lump sum breakdown.
The third paragraph is supplemented with the following:
PW 407 04 Part04 doc rRevised March 20081
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The determination of payments under the contract will be final in accordance with Section 1-
05.1.
1-09.9(1) Retainage
In the fourth paragraph, number 1, the reference to $20,000 IS revised to read $35,000.
SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
April 7, 2008
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
The first sentence in 3. is supplemented with the following:
For removal of bituminous pavement, asphalt planing equipment may be used in lieu of
sawcutting provided that a clean vertical edge remains.
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
January 7,2008
2-03.1 Description
The first sentence in the first paragraph is revised to read:
The Work described in this section, regardless of the nature or type of the materials
encountered, includes excavating and grading the Roadway, excavating in borrow pits,
excavating below grade, excavating channels and ditches, removing slide material, and
disposing of all excavated material.
2-03.3(3) Excavation Below Grade
The section title is revised to read:
2-03.3(3) Excavation Below Subgrade
The first sentence in the fifth paragraph is revised to read:
Compaction. If the density of the natural earth under any area of the Roadway is less
than that required in Section 2-03.3(14)C, Method B, the Engineer may order the
Contractor to perform any or all of the following:
2-03.3(14)M Excavation of Channels
This section including title is revised to read:
2-03.3(14)M Excavation of Channels and Ditches
Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes
channels that are part of the Roadway.
Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes ditches
that are part of the Roadway.
Before excavating channels or ditches, the Contractor shall clear and grub the area in
accordance with Section 2-01.
2-03.4 Measurement
The first sentence in the first paragraph is revised to read:
PW 407_04 Part04 doc [Revised March 2008]
Roadway excavation, channel excavation, ditch excavation, unsuItable foundation excavation,
and common borrow items will be measured by the cubic yard.
The fourth sentence in the first paragraph is revised to read:
For Roadway excavation, channel excavation and ditch excavation items, the original ground
will be compared with the planned finished section shown in the Plans.
2-03.5 Payment
The first paragraph is supplemented with the following:
"Channel Excavation", per cubic yard.
"Channel Excavation Incl. Haul", per cubic yard.
"Ditch Excavation", per cubic yard.
"Ditch Excavation Incl. Haul", per cubic yard.
The first sentence in the second paragraph is revised to read:
The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl.
Haul", "Roadway Excavation - Area _", "Roadway Excavation Incl. Haul - Area _",
"Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch
Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading,
placing, or otherwise disposing of the material.
The second paragraph is supplemented with the following:
When a bid item -is not included in the proposal for channel excavation or ditch excavation all
costs shall be included in roadway excavation.
The third paragraph is revised to read:
When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall
apply, unless the Work differs materially from the excavation above Subgrade, then payment
will be in accordance with Section 1-04.4.
SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
January 7,2008
5-01.3(2)8 Portland Cement Concrete
The third sentence in the third paragraph is deleted.
SECTION 5-04, HOT MIX ASPHALT
Apri I 7, 2008
5-04.3(12)8 Longitudinal Joints
The first two paragraphs are revised to read:
The longitudinal joint in any 1 course shall be offset from the course immediately below by not
more than 6-inches nor less than 2-inches. All longitudinal joints constructed in the weanng
course shall be located at a lane line or an edge line of the Traveled Way.
On one-lane ramps a longitudinal joint may be constructed at the center of the traffic lane,
subject to approval by the Project Engineer, if:
1. The ramp must remain open to traffic, or
DI^, .1n7 n.1 p~rtn4 rl"r fRAViO::Arl M~r("h ?nnRl
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. The ramp is closed to traffic and a hot-lap joint is constructed.
a. If a hot-lap joint IS allowed at the center of the traffic lane, 2 paving machines
shall be used; a minimum compacted density in accordance with Section 5-
04.3(10)8 shall be achieved throughout the traffic lane; and construction
equipment other than rollers shall not operate on any uncompacted mix.
The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan
A40.10-00."
5-04.3(21) Asphalt Binder Revision
This section is revised to read:
When the Contracting Agency provides a source of aggregate, the expected percentage
content of asphalt binder in the resulting mix will be identified in the Contract documents.
Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt
produced with Agency-provided aggregate vary by more than plus or minus 0.3-percent from
the amount shown in the Contract documents, an adjustment in payment will be made. The
adjustment in payment (plus or minus) will be based on the invoice unit cost, including
shipping cost, without any markups. The quantity subject to an adjustment shall be the
difference between the JMF asphalt binder percentage and the contract document asphalt
binder percentage except that the first 0.3% of this difference shall not apply. No adjustment
will be made when the Contractor elects not to use a Contracting Agency-provided source, or
when no source is made available by the Contracting Agency.
SECTION 5-05, CEMENT CONCRETE PAVEMENT
January 7,2008
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
The third sentence in the ninth paragraph is deleted.
SECTION 6-02, CONCRETE STRUCTURES
Apri I 7, 2008
6-02.3(17)N Removal of Falsework and Forms
The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form,
and pedestrian barrier forms" etc, is deleted.
6-02.3(17)0 Early Concrete Test Cylinder Breaks
The third paragraph is revised to read:
The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23.
6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
The title for this Section (on page 6-71) is revised to read:
6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
6-02.3(25)L Handling and Storage
The fifth sentence in the third paragraph is deleted.
PW 407_04 Part04 doc [Revised March 2008]
SECTION 6-03, STEEL STRUCTURES
April 7, 2008
6-03.3(33) Bolted Connections
The second paragraph is revised to read:
All bolted connections are slip critical. Painted structures require either Type 1 or Type 3
bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be
galvanized or be used in contact with galvanized metal.
6-03.3(38) Placing Superstructure
This section is revised to read:
The concrete in piers and crossbeams shall reach at least 80-percent of design strength
before girders are placed on them.
6-03.4 Measurement
The second paragraph is revised to read:
Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be
paid for on a lump sum basis, whichever is shown on the Proposal.
SECTION 6-15, SOIL NAIL WALLS
January 7,2008
6-15.3(8)A Verification Testing
The last sentence in the sixth paragraph is revised to read:
The load-hold period shall start as soon as the load is applied and the nail movement with
respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 6, 10, 20,
30,40,50, and 60 minutes.
6-15.3(8)B Proof Testing
The fifth sentence in the third paragraph is revised to read:
If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 60
minutes.
SECTION 6-17, PERMANENT GROUND ANCHORS
January 7, 2008
6-17.3(8)8 Performance Testing
The fourth sentence in the fourth paragraph is revised to read:
If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 40, 50,
and 60 minutes.
6-17.3(8)C Proof Testing
The fourth sentence in the second paragraph is revised to read:
If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 40,
50, and 60 minutes.
PW 407 04 Part04.doc fRevised March 20081
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
April 7, 2008
8-01.3(1) General
The ninth paragraph is revised to read:
If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
continue to coritro~ erosion, pollution, and runoff during the shutdown.
8-01.3(1)C Water Management
Item 2. "Process Water" IS supplemented with the following new first paragraph:
High pH process water or wastewater (non-stormwater) that is generated on-site, including
water generated'durfng concrete grinding, rubblizing, washout, and hydrodemolition activities,
shall not be discharged to waters of the state. Water may be infiltrated upon the approval of
the Engineer. Off-site disposal of concrete process water shall be in accordance with
Standard Specification 5-01.3(11).
8-01.3(6)0 Wattle Check Dam
The reference to Section,8-01.3(10) is revised to Section 9-14.5(5).
8-01.3(12) Compost Sock
The last paragraph is deleted.
8-01.3(13) Temporary Curb
The first paragraph is revised to read:
Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or
geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer.
SECTION 8-02, ROADSIDE RESTORATION
April 7, 2008
8-02.3(3) Planting Area Weed Control
The second paragraph is deleted.
This section is supplemented with the following:
Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square and
shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed
according to the manufacturer's recommendations.
SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS'
January 7,2008 .
8-04.5 Payment
The bid items "Roundabout Truck Apron Inner Cement Cone. Curb" and "Roundabout Truck Apron
Outer Cem. Cone. Curb and Gutter" are revised to read:
"Roundabout Centrgllsland Cement Concrete Curb", per linear foot.
"Roundabout Truck Apron Cem. Cone. Curb and Gutter", per linear foot.
This section is supplemented with the following new bid item:
PW 407 04 Part04.doc [Revised March 2008]
"Roundabout Truck Apron Cement Concrete Curb", per linear foot.
SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
April 7, 2008
8-20.3(4) Foundations
The fifth paragraph is revised to read:
Where soil conditions are poor, the Engineer may order the Contractor to extend the
foundations shown in the Plans to provide additional depth. Such additional Work will be paid
for according to Section 1-04.4.
SECTION 8-21, PERMANENT SIGNING
April 7, 2008
8-21.3(9)F Bases
This section including title is revised to read:
8-21.3(9)F Foundations
The excavation and backfill shall be in conformance with the requirements of Section 2-
09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation
beneath the existing ground line is formed or cased instead of being cast against the existing
soil forming the sides of the excavation, then all gaps between the existing soil and the
completed foundation shall be backfilled and compacted in accordance with Section 2-
09.3(1 )E.
Foundations shall be cast in one operation where practicable. The exposed portions shall be
formed to present a neat appearance. Class 2 surface finish shall be applied to exposed
surfaces of concrete in accordance with the requirements of Section 6-02.3(14)8.
Where soil conditions are poor, the Engineer may order the Contractor to extend the
foundations shown in the Plans to provide additional depth. Such additional work will be paid
for according to Section 1-04.4.
Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall
be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer.
Tops of foundations for sign bridges and cantilever sign structures shall be finished to the
elevation shown in the Plans.
Both forms and ground which will be in contact with the concrete shall be thoroughly
moistened before placing concrete; however, excess water in the foundation excavation will
not be permitted. Forms shall not be removed until the concrete has set at least three days.
All forms shall be removed, except when the Plans or Special Provisions specifically allow or
require the forms or casing to remain.
Foundation concrete shall conform to the requirements for the specified class, be cast-in-place
concrete and be constructed in accordance with Section 6-02.2 and 6-02.3.
Sign structures shall not be erected on concrete foundations until foundations have attained a
compressive strength of 2,400 psi.
''''''H^' Af"'\'"7 nA D..."r-+(IA .-4......'" rDo.\/iC'a~ f\A~I'"'......h 'In()Ql
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
In addition to the basic requirements, sign bridges and cantilever sign structures shall be
installed in accordance with the following:
1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to
the elevation shown in the Plans.
2. Steel reinforcing bars shall conform to Section 9-07.
3. Concrete shall be Class 4000, except as otherwise specified. Where water is
present in the shaft excavations for Type 1 foundations for sign bridges and
cantIlever sign structures, the shaft concrete shall be Class 4000P placed in
accordance with Section 6-02.3(6)B.
4. All bolts and anchor bolts shall be installed so that two class full threads extend
beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, plus
or minus 1 degree.
5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by
adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not
be permitted.
6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be
tightened in accordance with Section 6-03.3(33), and by the Turn-Of-Nut Method to a
minimum rotation of 1/4 turn-and a maximum of 1/3 turn past snug tight. Permanent
marks shall be set on the base plate and nuts to indicate nut rotation past snug tight.
In addition to the basic requirements, roadside sign structures shall be installed in accordance
with the following:
1. Tops of foundations shall be finished to final ground line, unless otherwise shown in
the Plans or staked by the Engineer.
2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall
conform to the requirements of Section 9-07.
3. Concrete shall be Class 3000.
4. The assembly and installation of all Type TP - A or B bases for roadside sign
structures shall be supervised at all times by either a 'manufacturer's representative
or an installer who has been trained and certified by the manufacturer of the system.
If the supervision is provided by a trained installer, a copy of the installer certification
shall be provided to the Engineer prior to installation.
5. For all Type - A or B bases the Contractor shall attach four female anchors to a flat
rigid template following the manufacturer's recommendations. The Contractor shall
lower the anchor assembly into fresh concrete foundation and vibrate into position
such that the tops of the anchor washers are flush with the finished top surface of the
foundation. 'The Contractor shall support the template such that all anchors are level
and in their proper position.
Slip base and hinge connection nuts of roadside sign structures shall be tightened using a
torque wrench to the torque, and following the procedure, specified in the Standard Plans.
8-21.3(10) Vacant
This section is revised to read:
PW 407 04 Part04.doc [Revised March 2008]
8-21.3(10) Sign Attachment
Sign panels consisting of sheet aluminum or fiberglass -reinforced plastic shall be attached or
mounted to sIgn posts or sign structures as shown in the Standard Plans.
Signs not conforming to the above, including all variable message sign (VMS) assemblies and
other message board type assemblies, shall be attached or mounted to sign posts or sign
structures by means of positive connections - defined as through-bolted connections. The use
of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is
prohibited. '
8-21.3(12) Steel Sign Posts
This section is revised to read:
For roadside sign structures on Type - A or B bases, the Contractor shall use the following
procedures and manufacturer's recommendations:
1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type - A
or B bases shall be tightened using the Turn-Of-Nut Tightening Method to a
maximum rotation of 1/2 turn past snug tight.
2. The Contractor shall shim as necessary to plumb the steel sign posts.
For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the
following procedures:
1. The Contractor shall assemble the steel sign post to stub post with bolts and flat
washers as shown in the Standard Plans.
2. Each bolt be tightened using a torque wrench to the torque, and following the
procedures specified in the Standard Plans.
SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
April 7, 2008
9-06.5(3) High Strength 80lts
Paragraphs one through four are revised to read as follows:
High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type .\ or
3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions.
Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall
be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in
accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the
lot provided shall show the ultimate tensile strength test results.
Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts
shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry
film thickness of 2 mils per coat, when specified in the Plans or Special Provisions.
Bolts for unpainted and non galvanized structures shall conform to either AASHTO M 164 Type
3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions.
Nuts for high strength bolts shall meet the following requirements:
AASHTO M 164 Bolts
PIAl 4()7 ()4 Prlrt()4rlnc fReVISAn MRrr.h ?OORl
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Black Type 1
AASHTO M 291 Grade C, C3, DH and DH3
AASHTO M 292 Grade 2H
AASHTO M 291 Grade C3 and DH3
AASHTO M 291 Grade DH
-AASHTO M 292 Grade 2H
Black weathering Type 3
Galvanized Type 1
--
AASHTO M 253 Bolts
Black Type 1
AASHTO M 291 Grade DH, DH3
AASHTO M 292 Grade 2H
AASHTO M 291 Grade DH3
Black weathering Type 3
9-06.13 Copper Seals
This section including title is revised to read:
9-06.13 Vacant
SECTION 9-09, TIMBER AND LUMBER
January 7, 2008
9-09.1 General Requirements
This section is revised to read:
All timber and lumber shall be sized as indicated in the Plans.
All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be
painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be
stored in such a manner as to remain in a thoroughly dry condition until placed into the work.
9-09.2 Grade Requirements
This section is revised to read:
Timber and lumber shall conform to the grades and usage listed-below.
Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the
following agencies:
West Coast Lumber Inspection Bureau (WCLlB)
Western Wood Products Association (WWPA)-
Pacific Lumber Inspection Bureau (PLlB) - ,
Any lumber grading bureau certified by the American Lumber Standards Committee
w _ u _ ~
For structures, all material delivered to the project shall bear a grade stamp and have a
grading certificate. The grade stamp and grading certificate will not constitute final acceptance
of the material. The Engineer may reject any or all of the timber or lumber that does not
comply with the specifications or has been damaged during shipping or upon delivery. The
grading certificate shall be issued by eith-er the grading bureau whose stamp is shown on the
material, or by the lumber mill, which -shall be under the supervision of one of the grading
bureaus listed above.-The-certificate'shal1-include the following:
Name of the mill performing the grading -
The grading rules being used
Name of the person doing the grading with current certification
Signature of a responsible mill official
Date the lumber was graded at the mill
Grade, dimensions, and quantity of the timber or lumber
PW 407_04 Part04.doc [Revised March 2008]
For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence fJosts, and Mailbox
Posts, the material delivered to the project shall either bear a grade sJamp on each piece or-
have a grading certificate as defined above. The grade stamp or grading certificate shall not
constitute final acceptance of the material. The Engineer may reject any or all of the timber or -
lumber that does not comply with the specifications or has been damaged during shipping or
upon delivery.
9-09.2(1) Surfacing and Seasoning
This section including title is revised to read:
9-09.2(1) Structures
All timber and lumber for structures shall be Douglas Fir-Larch unless specified otherwise in
the contract, and shall conform to the following:
Materials 2" to 4" nominal NO.1 and better, grade
thick, 5" nominal and wider (Section 123-b of WCLlS) or
(Structural JOists and Planks) (Section 62.11 of WWP A)
Materials 5" nominal and thicker No. 1 and better, grade
(Seams and Stnngers) (Section 130-b of WCLlS) or
(Section 70.11 of WWPA)
Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade NO.2 or better or Hem-
Fir NO.1.
When the material is delivered to the project, the Engineer will check the order for the
appropriate grade stamp. The invoice and grading certificate accompanying the order must be
accurate and complete with the information listed above. The grading certificate and grade
markings shall not constitute final acceptance of the material. The Engineer may reject any or
all of the timber or lumber that does not comply with the speCifications or has been damaged
during shipping or upon delivery.
9-09.2(2) Vacant
This section including title is revised to read:
9-09.2(2) Guardrail Posts and Blocks
Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall
conform to the species and grades listed below.
Douglas Fir NO.1 and better, grade (Section 131-b WCLlS)
or (Section 80.11 WWPA)
Hem Fir Select Structural, grade (Section 131-a WCLlS)
or (Section 80.10 WWPA)-
Southern Yellow Pine NO.1 and better, grade (Southern Pine Inspection Sureau)
When the material is delivered to the project, the Engineer will check the order for the
appropriate grade stamp. The grade markings shall not constitute final acceptance of the
material. The Engineer may reject any or all of the timber or lumber that does not comply with
the specifications or has been damaged during shipping or upon delivery.
9-09.2(3) Inspection
This section including title is revised to read:
PW 407 04 Part04_doc rRevised March 20081
I
-I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts
The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir-
Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be
Western Re-d Cedar, Douglas Fi-r-Larch, or Hem Fir.
Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades
shown below.
4" x 4" Construction grade (Light Framing,
Section 122-b WCLlS) or (Section 40.11 WWP A)
4" x 6" No. 1 and better, grade (Structural Joists and
Planks, Section 123-b WCLlS) or (Section 62.11 WWPA)
6" x 6", 6" x 8", 8" x NO.1 and better, grade (Posts and Timbers,
10" Section 131-0 WCLlS) or (Section 80.11 WWPA)
6" x 1 0", 6" x 12" No. 1 and better, grade (Seams and Stringers,
Section 130-b WCLlS) or (Section 70.11 WWP A)
SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
April 7, 2008
9-14.4(8) Compost
This section is revised to read:
Compost products shall be the result of the biological degradation and transformation of plant-
derived materials under controlled conditions designed to promote aerobic decomposition.
Compost shall be stable with regard to oxygen consumption and carbon dioxide generation.
Compost shall be mature with regard to its suitability for serving as a soil amendment or an
erosion control BMP as defined below. The compost shall have a moisture content that has no
visible free water or dust produced when handling the material.
Compost production and quality shall comply with Chapter 173-350 WAC.
Compost products shall meet the following physical criteria:
1. Compost material shall be tested in accordance with U.S. Composting Council
Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-
8, "Sample Sieving for Aggregate Size Classification".
Fine Compost shall meet the following:
Min. Max.
Percent passing 2" 100%
Percent passing 1" 95% 1 00%
Percent passing 5/8" 90% 1 00%
Percent passing W' 75% 100%
Maximum particle length of 6 inches
Coarse Compost shall meet the following:
Percent passing 3"
Percent passing 1"
Percent passing %"
PW 407_04 Part04 doc [Revised March 2008]
Min.
100%
90%
70%
100%
100%
Max.
Percent passing W' 40% 60%
Maximum particle length of 6 Inches
2. The pH shall be between 6.0 ~and 8.5 when Jested in accordance with U.S.
Composting Council TMECC 04.11-A, "1:5 Slurry pH".
3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less
than 1.0 percent by weight as determined by U.S. Composting Council TMECC
03.08-A "Classification of Inerts by Sieve Size".
4. Minimum organic matter shall be 40 percent by dry weight basis as determined by
U.S. -Composting Council TMECC 05.07A "Loss-an-Ignition Organic Matter Method
(LOI)" .
5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance
with U.S. Composting Council TMECC 04.10 "Electrical Conductivity".
6. Maturity shall be greater than 80% in accordance with U.S. Compostlng Council
TMECC 05.05-A, "Germination and Root Elongation".
7. Stability shall be 7 mg C02-C/g OMlday or below in accordance with U.S.
Composting Council TMECC 05.08-8 "Carbon Dioxide Evolution Rate".
8. The compost product must originate a minimum of 65 percent by volume from
recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated food
waste, and/or biosolids may be substituted for recycled plant waste. The
manufacturer shall provide a list of feedstock sources by percentage in the final
compost product.
9. The Engineer may also evaluate compost for maturity using U.S. Composting
Council TMECC 05.08-E "Solvita@ Maturity Index". Fine Compost shall score a
number 6 or above on the Solvita@ Compost Maturity Test. Coarse Compost shall
score a 5 or above on the Solvita@ Compost Maturity Test.
This section is supplemented with the following new sub-sections:
9-14.4(8)A Compost Approval
The Contractor shall either select a compost manufacturer from the Qualified Products List, or
submit the following information to the Engineer for approval:
1. A Request for Approval of Matenal Source.
2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the
Junsdictional Health Department as per WAC 173-350 (Minimum Functional
Standards for Solid Waste Handling).
3. The manufacturer shall verify in writing, and provide lab analyses that the material
complies with the processes, testing, and standards specified in WAC 173-350 and
these specifications. An independent Seal of Testing Assurance (ST A) Program
certified laboratory shall perform the analysis.
4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued
by the U.S. Composting Council.
PW 4.n7 n4 Prlrt04 nor. fRevised Mrlrr.h 20081
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9-14.4(8)8 Compost Acceptance
Seven days prior to initial application of any compost the Contractor shall submit a compost
sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume
for each compost type to the Engineer for review.
The Contractor shall use only compost that has been tested within 90 calendar days of
application and meets the requirements in section 9-14.4(8). Compost not conforming to the
above requirements or taken from a source other than those tested and accepted shall be
immediately removed from the project and replaced at no cost to the Contracting Agency.
SECTION 9-16, FENCE AND GUARDRAIL
January 7, 2008
9-16.1(1)A Post Material for Chain Link Fence
The first paragraph is supplemented with the following:
· Round Post Material
Round post material shall be Grade 1 or 2.
· Roll Form Material
Roll-formed post material shall be Grade 1.
Roll-formed end, corner, and pull posts shall have integral fastening loops to connect to
the fabric for the full length of each post. Top rails and brace rails shall be open
rectangular sections with internal flanges as shown in ASTM F1043.
The Round Post Material and Roll Form Material information following the third paragraph is
deleted.
9-16.1 (1)8 Chain Link Fence Fabric
The first paragraph is revised to read:
Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9
gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire conforming to
AASHTO M 181, Class C. Zinc 5-percent Aluminum-Mischmetal alloy meeting the
requirements of ASTM B 750 may be substituted for zinc coating (hot-dipped) at the
application rate specified by ASSHTO M 181 for hot-dip zinc coating. Coating for chain link
fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of
uncoated wire surface 1.0 ozlsq ft (305 g/m2).
9-16.1 (1)C Tension Wire
This section including title is revised to read:
9-16.1 (1)C Tension Wire and Tension Cable
Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall
be Class 1.
Tension cable shall meet the requirements of Section 9-16.6(5).
9-16.1 (1)0 Fitti ngs and Hardware
This section is supplemented with the following:
Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9).
Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section
9-16.6(6).
PW 407_04 Part04 doc [Revised March 2008]
9~16.1(1)E Chain Link Gates
The first sentence in the first paragraph is revised to read:
Gate frames shall be constructed of not less that 1 1/2-inch (1.0.) galvanized pipe conforming
to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A.
The fourth sentence in the first paragraph is revised to read:
All welds shall be ground smooth and painted with an A-9-73 galvanizing repair pamt or A-11-
99 primer meeting the requirements of Section 9-08.2.
9~ 16.2(1)A Steel Post Material
The reference to "hot dip galvanized" in the first sentence in the second paragraph is revised to
"galvanized" .
The first sentence in the third paragraph is revised to read:
Posts shall not be less than 7-feet in length.
9-16.3(2) Posts and Blocks
The first sentence in the second paragraph is revised to read:
Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2).
9-16.3(3) Galvanizing
The first sentence in the first paragraph is revised to read:
W-beam or thrie beam rail elements and terminal sections shall be galvanized in accordance
with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after
fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending,
welding, and riveting.
9-16.3(4) Hardware
This section is revised to read:
Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall
conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall
conform to 9-06.5(3).
,
Unfinished bolts will be accepted by field verification and documentation that bolt heads are
stamped 307 A. The Contractor shall submit a manufacturer's certificate of compliance per 1-
06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware.
9-16.3(5) Anchors
The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized".
9-16.4(2) Wire Mesh
The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to
"galvanized" .
9-16.6(2) Glare Screen Fabric
The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491 ".
PW 4()7 04 Part04 rlor. [Revised March 20081
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9-16.6(3) Posts
The first paragraph is revised to read:
Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel H
column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare
screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a minimum
weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel pipe with a
nominal weight of 3.65 pounds per linear foot provided only one type shall be used on anyone
project.
The first paragraph is supplemented with the following:
End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8-inches
steel H column with a minimum weight of 2.8 pounds per linear foot.
The first sentence in the second paragraph is revised to read:
End, corner, brace, and pull posts for Type 1 Design 8 and Type 2 shall be 2-inch inside
diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot.
The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to
"galvanized" .
The first two sentences in the fifth paragraph are revised to read:
All posts shall be galvanized In accordance with AASHTO M 181, Section 32. The minimum
average zinc coating is per square foot of surface area.
9-16.6(5) Cable
The reference to "hot dip galvanized" is revised to "galvanized".
9-16.6(6) Cable and Tension Wire Attachments
The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to
"galvanized" .
The third sentence in the first paragraph is deleted.
9-16.6(9) Fabric Bands and Stretcher Bars
The reference to "hot dip galvanized" IS revised to "galvanized".
9-16.6(10) Tie Wire
This section including title is revised to read:
9-16.6(10) Tie Wire and Hog Rings
Tie wire shall be 9 gage aluminum wire complying with the ASTM 8211 for alloy 1100 H14 or
9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be
Class 1.
Hog rings shall be 12 gage galvanized steel wire.
9-16.8(1) Rail and Hardware
The word "Composition" following the first paragraph is deleted.
PW 407_04 Part04.doc [Revised March 2008]
SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
April 7, 2008
9-29.6 Light and Signal Standards
This section is supplemented with the following:
Materials for steel light and signal standards, and associated anchorage and fastening
hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise
specified in one of the following documents:
1. The steel light and signal standard fabricator's pre-approved plan as approved by the
Washington State Department of Transportation and as identified in the Special
Provisions.
2. The steel light and signal standard fabricator's shop drawing submittal, including
supporting design calculations, as submitted in accordance with Sections 6-01.9 and
8-20.2(1) and the Special Provisions, and as approved by the Engineer.
PW 407_04 Part04 doc [Revised March 2008]
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PW 407_04 Part04.doc [Revised March 2008]
Attachment H
Project Plans
I
~
.:
I
I
I
I
I
I
I ~
~
i
I
I
I
I
\0\
I
I
I
i PORT ANGELES
SCALE 1"=2000'
CITY OF PORT ANGELES
EASTERN CORRIDOR PHASE II
AREA 1
PROJECT No. 06-21
VICINITY MAP
tOlZ ~ 110
PORT ANC[LES HARBOR
AREA 1
PROJECT SITE ~
SHEET INDEX
GENERAL NOTES
SHEET
TITLE
PAGE
1 AlL WORKMANSHIP AND MATERIAlS SHAlL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES STANDARDS THE
CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSOOT) STANDARD SPECIFICATIONS FOR
ROAD. BRIDGE AND MUNICIPAl CONSTRUCTION (STANDARD SPECIFICATIONS). ANO ANY PROJECT SPECIFIC SPECIAl
PROVISIONS OR CONDITIONS ANO REOUIREMENTS
2. TEMPORARY EROSION/WATER POLLUTION MEASURES ARE REOUIRED AND SHAlL COMPLY WITH THE CITY CLEARING AND
GRACING ORDINANCE AND THE CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANOARD
SPECIFICATIONS FOR ROAO. BRIOGE AND MUNICIPAl CONSTRUCTION
3. EXISTING AND NEwt Y CONSTRUCTED STORM WATER DRAINAGE SYSTEMS SHAlL BE PROTECTED FROM CONSTRUCTION
SITE RUNOFF
4 A PRECONSTRUCTION MEETING SHAlL BE HELD WITH THE CITY PRIOR TO THE START OF CONSTRUCTION
5 HORIZONTAl AND VERTICAl CONTROLS/DATUM AS ADOPTED BY THE CITY SHAlL BE USED. UNLESS APPROVlED
OTHERWISE
6 AlL APPROVAlS AND PERMITS REOUIRED BY THE CITY SHAlL BE OBTAINED BY THE CONTRACTOR PRIOR TO THE START
OF CONSTRUCTION. UNLESS OTHERWISE APPROI/ED BY THE CITY ENGINEER
7 THE CONTRACTOR SHAlL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF AlL EXISTING UTILITIES
THE CONTRACTOR SHALL VERIFY AlL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CAlLING UNOERGRCUNO LOCATE AT
1-800-424-5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION WORK
T-l
TITLE SHEET
1
C-1
GENERAL NOTES
2
C-2
CONSTRUCTION PLAN
3
8 IF THE CURRENT WSDOT STANDARO "1<- PLANS ARE NOT UTILIZED. THE CONTRACTOR SHAlL PROVIDE A TRAFF'lC
CONTROL PLAN(S) FOR REVIEW ANO APPROVAl BY THE CITY ENGINEER IN ACCORQANCE WITH THE MANUAl ON UNIFORM
TRAFFIC CONTROL DEVICES (MUTCD)
9 THE CONTRACTOR SHAlL HAVE A COPY OF THE APPROVlED PLANS AT THE CONSTRUCTION SITE AT AlL TIMES
10 SPECIAl STRUCTURES SHAlL BE INSTAlLED PER PLANS AND MANUFACTURERS' RECOMMENDATIONS
11 AlL DISTURBED AREAS SHAlL RECEIVE TEMPORARY AND PERMANENT EROSION CONTROL IN THE FORM OF VEGETATION
ESTABLISHMENT SUCH AS GRASS SEEDING A MEANS SHAlL BE ESTABLISHED TO PROTECT THE PERMANENT STORM DRAIN
SYSTEM PRIOR TO ESTABLISHMENT OF THE PERMANENT EROSION CONTROL MEASURES THESE METHOOS SHAlL BE
INCLUDED IN THE EROSION ANO SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 THE CITY OF PORT ANGELES
URBAN SERVICES STANDARDS AND GUIOELINES
12 CONSTRUCTION WORK HOURS SHAlL BE RESTRICTEO TO 7 A 1.1 TO lOP M PRIOR WRITTEN APPROVAl OF THE CITY
ENGINEER SHAlL BE REOUIRED FOR WORK BETWEEN lOP 1.1 AND 7 AM
1 J THE CITY CONSTRUCTION INSPECTOR SHAlL BE NOTIFIED A MINIMUM OF 24 HOURS IN ADVANCE OF THE NEEO FOR
AN INSPECTION
14 TRAFFIC AND STREET SIGN SLEMS TO BE PROVIDED BY THE CITY PRIOR TO POURING CONCRETE. CONTRACTOR
TO CONFIRM SLEM LOCATIONS. IF ANY. WITH CITY INSPECTOR
15 PER THE PROVISIONS OF THE CURRENT WSDOT STANDARD SPECIFICATIONS RELATED TO PUBLIC CONVENIENCE AND
SAfETY. THE CONTRACTOR SHAlL I.IAlNTAlN READV ACCESS TO DRIVEWAYS. HOUSES. AND BUILOINGS AlONG THE LINE OF
WORK
16 SHOULD ACCESS TO A PROPERTY ADJOININC THE PROJECT REOUIRE TEMPORARY CLOSURE ANTICIPATED TO HAVE A
DURATION ExCEEDINC 15 MINUTES. THE CONTRACTOR SHAlL COORDINATE THE TEMPORARY CLOSURE WITH THE PROPERTY
OWNER/RESIDENT A MINIMUM OF 24 HOURS ADVANCE NOTIFICATION SHAlL BE PROVIDED TO THE PROPERTY
OWNER/RESIDENT PRIOR TO ANY SUCH TEMPORARY CLOSURE
0'
I"
2'
I
T-1
TWO INCHES AT fUlL SCAlE
IF NOT SCAlE ACCOROlNGl Y
F\l'lRI:..S lJ'Wl.' (7 f.j
.,.
..
'"
~
Q\
~
0:
~
l...J
~~
Vio
~
~
f:::::
;~~2J'"
> z~
~..I.
~--o
a ~~
~ ~~
u > %
"'~
I:i~
.. ~
00
. ~)(==
U I )Cww
'" .8,;; ~ ~
~ o~z~
o"z~or;
~ i~c;lf >-
fL~~i~~
o
V)~~
~CsIC)
C)~1
:J::~'l-
Q:) <\i
~~'i
~~~
~t5Q:)
"'Clj.!.
t8
~"'Sl N
"-' .. - :l!
(,j elf : ct
<:~gca=
"'( if 0 ! ~
III WOo U rot
I~; I~
i Cl:: U ~-
~C)~~.~
~Cl~~;:
l....qH
C) z ." C CL.
't I-' ~
~ ~ N ~
I--. U\ '"
1::3
e
I
I
GENERAL NOTES'
x
~
I
ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES
STANDARDS AND GUIDELINES (A COPY OF WHICH IS AVAILABLE ON THE CITY S We6SlTE OR THE PUBLIC
WORKS AND UTILITIES DEPARTMENT S ENGINEERING SERVICES DIVISION), THE LA TEST WASHINGTON
STA TE STANDARD SPECIFICATIONS FOR ROAD BRIDGE AND MUNICIPAL CONSTRUCTION AND ANY
PROJECT SPECIFIC SPECIAL PROVISIONS CONDITIONS AND REQUIREMENTS
HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED UNLESS
OTHERWISE APPROVED IN WRITING
THE CONTRACTOR SHALL GIVE THE CITY AT lEAST 48 HOURS NOTICE FOR REQUIRED INSPE('TION OF
CONSTRUCTION AND ALL CONCRETE POURS
THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL
EXISTING STREET SIGNS. LIGHTS UTILITIES CONTROL WIRING AND OTHER APPURTENANCES
THE CONTRACTOR IS RESPONSIBLE FOR All REQUIRED TRENCH SHORING IF SHORING IS NOT
ADEQUATE THE CITY CREWS WILL NOT ENTER THE TRENCH AND THE CONTRACTOR WILL BE
RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS
ALL TRENCH EXCAVATION BEDDING AND BACKFilL SHALL BE ACCOMPLISHED IN ACCORDANCE WITH
WSDOT SECTION 7-08, OTHER APPLICABLE SPECIFICATIONS AND AS CONTAINED HEREIN
A CLEARING AND GRUBBING WHERE REOUIRED SHALL BE PERFORMED WITHIN THE EASE'JENT OR
PUBLIC RIGHT OF' WAY AS PERMITTED BY THE CITY AND/OR GOVERNING AGENCY DEBRIS
RESULTING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED DF BY THE CONTRACTOR IN
ACCORDANCE W1TH THE TERMS OF ALL APPLICABLE PERMITS UNLESS THERE IS A SPECIFIC BID
ITEM IN THE BID SCHEDULE FOR CLEARING AND GRUBBING THE COST OF All LABOR, EQUIPMENT
AND MATE~lAlS NECESSARY TO COMPLETE THE CLEftRING AND GRUBBING SHALL BE INCLUDED IN
THE UNIT CONTRACT PRICE FOR THE VARIOUS OTHER ITEMS OF WORK IN THE BID PROPDSAL
THE TRENCH SHALL BE KEPT FREE FRDM WATER UNTIL JOINTING IS COMPLETE SuRFACE
WATER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL
MAINTAIN SUFFICIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THAT THESE PROVISIONS
ARE CARRIED OUT
C TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE
OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER
D BACKFILLING WITH NATIVE MATERIALS EXCAVATED FROM THE TRENCHES MAY ONLY OCCUR WITH
THE PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER IF THE EXCAVATED TRENCH MATERIAL IS
DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CDNTRACTOR MAY USE
THE MATERIAL TO THE BOTTOM OF SUBGRADE AlL TRENCH BACKFILL MATERIALS SHALL BE
COMPACTED TO 95 PERCENT DENSITY
E IN PAVED AREAS WITHIN THE PUBLIC RIGHT-OF-WAY THE CONTRACTOR SHALL USE CONTROLLED
DENSITY BACKFILL PER CITY STANDARD DETAIL UNLESS ANOTHER ALTERNATIVE METHOD IS
SPECIFIED HEREIN, OR APPROVED BY THE CITY ENGINEER AlTERNATIVE MATERIALS MAY ONLY
BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER AlL OTHER TRENCHING
SHALL BE BACKFILLED WITH CRUSHED SURFACING OR OTHER MATERIALS CONFORMING TO
WSDOT SPECIFICATIONS
ALL ASPHALT TRENCH AND PAVEMENT JOINTS SHALL BE SAWCUT THE CUTS SHALL BE A MINIMUM DF
DNE FOOT OUTSIDE THE EXCAVATED TRENCH WIDTH
TEMPORARY RESTORATION OF TRENCHES AND STREET PATCHING SHALL BE ACCOMPLISHED BY USING
2- MINIMUM DEPTH HMA, CLASS Y-/ PG 64-22 WHEN AVAILABLE MEDIUM~eURING (MC-250) UQUID
ASPHALT (LD MIX) ASPHALT TREATED BASE (A TB) OR TRAFFIC BEARING THICKNESS STEEL PLATES
WHEN UTllIZEO, STEEL PLATES SHALL BE SHIMMED AS NECESSARY AND SECURED WITH HOT OR COLD
MIX ASPHALT CONCRETE A WEDGE OF HOT OR COLD MIX ASPHALT SHALL BE CONSTRUCTED AT
12H 1V ADJOING ALL PLATE EDGES TO BE CRDSSED BY TRAFFIC
ATB USED FOR TEMPORARY RESTORATION, MAY BE PLACeD DIRECTLY INTO THE TRENCH OR PATCH
AREA BLADED AND ROLLED AFTER ROLLING, THE TRENCH MUST BE FilLED FLUSH WITH THE EXISTING
PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE
10 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTDR UNTIL SUCH TIME AS THE
PERMANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR ANY
REASON THE CITY WILL PATCH THE AREA AT THE EXPENSE OF THE CONTRACTOR
11 TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL DR CDF TRENCH BACKFILL FDR ME THAN 2'
HOURS WITHOUT USE OF TEMPORARY PATCHING MEASURES STATED ABOVE
12 TACK COAT SHALL BE APPLIED TO EXISTING PAVEMENT AND EDGE OF THE CUT ANOAT COLD JOINTS
PRIDR TO PAVING SPECIFIED IN WSDOT SPECIFICATION SECTION 5-04 3(5)A
13 HMA CLASS Y2" PG 64.22 eQUAL IN DEPTH TO THE EXISTING PAVEMENT SHALL BE PLACED IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF WSDOT SPECIFICATIONS QF SECTION 5-04
EXCEPT THAT LONGITUDINAL JOINTS BETWEEN SUCCESSIVE LAYERS OF HMA SHALL BE DISPLACED
lA TERALl Y A MINIMUM OF 12 INCHES HMA OVER 3 INCHES THICK SHALL BE PLACED IN eaUAL LIFTS
NOT TO EXCEED 3 INCHES EACH
14 PATCHES ON ALL STREET SURFACES, WALKS OR DRIVEWAYS SHALL BE FEATHERED AND SHIMMED TO
AN EXTENT THAT PROVIDES A SMOOTH RIDING CONNECTION AND EXPEDITIOUS DRAINAGE FLOW FOR
THE NEWLY PAVED SURFACE SHIMMING AND FEATHERING AS REQUIRED BY THE CITY ENGINEER
SHALL BE ACCOMPLISHED BE RAKING OUT THE OVERSIZED AGGREGATES FROM THE ASPHALT
CONCRETE MIX AS APPROPRIATE
15 SURFACE SMDOTHNESS SHALL BE PER WSOOT SPECIFICATION SECTION 5-04 3(13) UNACCEPTABLE
PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH
16 WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S) THE SHOULDER SHALL BE RESTORED TO ITS
ORIGINAL OR BETTER CONDIT10N
17 THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHAlL BE COMPLETED WITHIN 30
DAYS AFTER FIRST OPENING THE TRENCH THIS TIME FRAME MAY BE ADJUSTED IF OELAYS ARE DUE
TO INCLEMENT PAVING WEATHER OR OTHER ADVERSE CONDITIONS THAT MAY EXIST HOWEVER
DELAYING OF THE FINAL PATCH OR OVERLAY WORK IS ALLOWABLE ONLY SUBJECT TO I HE CITY
ENGINEER'S APPROVAL THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE THE WORK
WITHIN THE 30 DAY TIME FRAME AND NOT ALLOW ANY TIME E,.(TENS10N IF THIS OCCURS THE
CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CITY ENGINi:.ER
18 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOGA nON AND PROTECTION OF AI L
EXISTING UTILITIES THE CONTRACTOR SHALL VERIFY ALL UTILITY lOCATIONS PRIOR TO
CONSTRUCTION BY CALLING THE UNDERGROUNQ UTIUTY LOCATION CENTER AT '\.BOO.424~5555 A
MINIMUM OF.t8 HOURS PRIOR TO ANY EXCAVATION THE CONTRACTOR WilL ALSO BE ~ESPONSIBLE
FOR MAINTAINING ALL LoeA TE MARKS ONCE THE UTIlITlES HAVE 6EEN LoeA 7Eu
I
I
I
I
I
I
Ix
.
&
II
I
I
I
I
I
I
I
Ii
SANITARY AND STORM SEWER NOTES
THE CITY SHALL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A DIVERSION OF FLOWS IN THE
WASTEWATER SYSTEM NO DISRUPTION OF SEWER SERVICE WILL BE ALLOWED
TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF
PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER ALL WORK SHALL BE IN
ACCORDANCE WITH WASHINGTON INDUSTRIAL SAFETY AND HEALTH ADMINISTRATION (WISHA) AND THE
FEDERAL OFFICE OF SAFETY AND HEALTH ADMINISTRATION (OSHA) STANDARDS
ALL SEWER MAINS SHALL BE HIGH VELOCITY CLEANED AND PRESSURE TESTED PRIOR TO PAVING THE
STREETS IN CONFORMANCE WITH THE WSOOT SPECIFICATIONS AT THE CONTRACTOR S EXPENSE
HYDRANT FLUSHING OF LINES IS NOT AN ACCEPTABLE CLEANING METHOD AN AIR TEST OF AlL THE
LINES IS THE MINIMUM TESTING REQUIRED TESTING OF THE MAIN MAY INCLUDE VIDEO INSPECTION
BYTHE CITY TESTING SHALL TAKE PLACE AFTER ALL UNDERGROUND UTILITIES ARE INSTALLED AND
COMPACTION OF THE ROADWAY SUBGRADE IS COMPLETED
PRIOR TO BACKFILLING ALL SEWER LINES AND APPURTENANCES SHALL BE INSPECTED AND APPROVED
BY THE CITY'S INSPECTOR APPROVAL SHAll NOT RELIEVE THE CONTRACTOR FOR CORRECTION OF
ANY DEFICIENCIES ANDIOR FAILURE AS DETERMINED BY SUBSEQUENT TESTING AND INSPECTIONS IT
SHALL BE THE CONTRACT DR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REOUIRED INSPECTIONS
CONNECTION OF A SEWER MAIN TO A SYSTEM WHERE A MANHOLE IS NOT AVAILABLE SHALL BE
ACCOMPLISHED BY POURING A CONCRETE BASE AND SETTING MANHOLE SECTIONS THE EXISTING
PIPE SHALL ONLY BE CUT INTO BY CITY CREWS UNLESS OTHERWISE APPROVED
ECCENTRIC MANHOLE CONES SHALL BE OFFSET SO AS NOT TO BE LOCATED IN THE TIRE TRACK OR A
TRAVELED LANE AND SHAll BE IN LINE WITH ThE MANHOLE STEPS
MANHOLE FRAMES AND COVERS SHALL BE CAST RON MARKED "SEWER" CONFORMING TO THE
REQUIREMENTS OF ASTM A536 GRADE 80-55-06 REPAIR OF DEFECTS SHALL NOT BE PERMITTED
SAFETY STEPS SHALL BE FABRICATED OF POL YPROPYLENE CONFORMING TO ASTM 0-4101 INJECTION
MOLDED AROUND A Y.i INCH ASTM A-615 GRADE STEEL REINFORCING BAR WITH ANTI-SUP TREAD
STEPS SHALL PROJECT UNIFORMLY FROM THE INSIDE WAlL OF THE MANHOLE STEPS SHALL BE
INSTALLED TO FORM A CONTINUOUS VERTICAL LADDER WITH RUNGS EQUALLY SPACED ON 12 INCH
CENTERS AND INSTALLED PER WSDOT STANDARD PLAN B-24
MINIMUM SLOPE THROUGH THE MANHOLE SHALL BE 1I10TH OF ONE FOOT FROM THE INVERT IN TO THE
INVERT OUT ALL MANHOLES SHALL BE CHANNELED
10 A MANDREL TEST IN ACCORDANCE WITH WSDOT SECTION 7-17 3(2)G MAY BE REOUIRED BY THE CITY
ENGINEER ON SEWERS EXCEPT LATERALS
11 THE CONTRACTOR SHALL INSPECT SEWER SERVICE LINES FOR BLOCKAGE OR DAMAGE AND REPLACE
ACCORDINGLY UP TO THE RIGHT OF WAY LIMITS
12 WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN, THE CONTRACTOR SHALL VERIFY THAT
THERE IS AN 18 INCH SEPARATION BETWEEN THE PIPES IF THERE IS LESS THAN 18 INCHES
CLEARANCE THE CONTRACTOR SHALL CUT THE SEWER PIPE AS NECESSARY TO ASSURE THAT NO
JOINTS IN THE SEWER PIPE ARE CLOSER THAN 10 FEET FROM THE CROSSING
r\,'IR~.s IltltrP J ~
0' I'
iWO INCHES AT FULL SC\lE
IF NOT SCAli ICCOROlNGlY
C-1
>-
"
i!i
III
~
0:
(:J
i.::::
C)
<:
~~
f:::::o
~
::::::,
h.J
<:..J > z Z
~.I..
.;;--
a~5
i!i[;lon
u>:J:
88
""
NN
......
~
<<
00
,.
~
>-
"
S
~
fl
c
V")~~
ctCSllJ
::::s llJ
C)::::::, I
:t:~~
CI::l, "'I-
'l-"'JI
--.Jgs2
~tsCl::l
'-'Cl::lJ.
tj
i':'!":il N
'" .. - :ll
Cj~~~...
<: z" "-
~~o~~
i~~a.~~
!i Cl::: 0 "" '0
~ C)';!;; .. :ll
2. ~ ~ ~ ~ ~ :
I L......;; ~ ~
C:S~:~D.
>..~d
h. on '"
G
@ID
1
I
.
.
...
1
1
1
1
1
1
I
LEGEND
I,
TOP tT HfXJD AM} Qi'A 1C
$HAtL Be I.A8Cl.CD lWMWS' 10 SIRC,W"
(JII tOl.WAl.ANT LABflS SHA(L 8C
MrcCIIAl. TO CASlWG
J'~
EXISTING SIGN
.
.
..
8
8
EXISTING WATER VALVE
~
I
.
.
C'M~ nUnUnUn~ C'~
-, U~UOUOUU -,
[:j" i~l ilo~o~n~n LJln cP" \
Mo~o~o
IlAf'OI CUTTeR tP
CRA1'C" A__J \J ~;~':~,"!:N'
I'RCM rACC " CVRS
.1'-0. .J -0. (rtP)
.. use JtS(}()T ORA"'; 8-1e AT SACS A.:J MATCH [Jl1S1>>IC
fIStJOT DRA~ 8-2S r(R PA!lCWNT aCVA11(IIS
AU. OIkCR LOCAl1ONS AT QVAIC f()(;C
'r--{_~
)-4,
EXISTING STREET LIGHT
-)
EXISTING POLE ANCHOR
c
EXISTING SIGN POLE
EXISTING WATER LINE
SiOEWALK A T CURB sa NO" "
--- \.f -- --- \J -------- 1.1 -
. t
4 c
EXISTING UNDERGROUND POWER
AtWSTWC
AS~Y
C'~
-,
- VGP ------ LGP----- UGP--
OtPANS1ON
_r
S~ - S$ ---- S'; ---- S,5 ---
EXISTING SANITARY SEWER LINE
NOrcS-
J ~ %PAR" TOIl -r
1lC~ AT OUlUf
'-=0_
APAIfOC 8Y' QTY
CNC1NaJ1
1 CONCII:Crt Q.ASS JOOf)
SECTION A-A
- Sf: -- $) - ~C - );) -
EXISTING STORM DRAIN LINE
NOTES
EXISTING UNDERGROUND
TELECOMMUNICATIONS
SECTION 8-8
I SlDCIC4Ut LlXAl10N TO Be APPROIICD 8'1' arr ~tR
2 tJ/PANSION.x:wrs ~L 8C ASPHALT MPRCCNArtD..oN' IlATt/IfAI.
.J. (JlPAIISIfM .KJNTS SHALL 8C 1/4- I1<<'.:K fULL OCPTH AM) Al lS'-O. _ll'R1tIl.S
_ DfAIIIY./tINTS SHALl 8C '/3- /H1Ot ,. DClP AN() AT j'-O" liTCRVALS
.1 AU //'ffJry PCltS IICTCR sc:ur.t tTC. Ii SIJr.uK ARC.. SHALl. HAlo(" exPANSION ..(IN' ,W,41CRtAI. (1'/AlIXPTH) PlAao AIIOVNtJ ~
-. AU .DNTS 9'tAU Be Q['AN AM) ClXiED.
7 Qlilr~..,. ANO SltXWAlIf SHAlL << SEpAllAtrD flY tJIPANS10N .DNrs.
4 CONC1IC1t SHAlL lJC aASS .JOOc2
to SOl. IiCS/OIJAI. ~RI!JIOOC 10 8C PuaD IJNDCR PA..w:; C1J/I8 ANO SlNIWX PIIrOIf fD Pf.AONC fY .iIA TCRrAt.S.
10. S1OO'Al..K lU"AT1ON SHAl.1. BE BASCD (1/1 n sr.a=r! ~CT1ON I'R(JI,I TOP (T Cti'Il
----- T
-T
-- T
.ilArCH CX1STINC PArK~Nr fU"A/1ON
COMBINA lION NeT PeR ffSDOT
srAMJARD ptAN S- h
\ eRA"
~
.I CATCH BASW SASE
It) Be seT U''tlfl...
QfArc I'RAM€ TO 8C
$HlJIMCD TO MA TOt
LONQ~ StOPe
~'U'"'
@
EXISTING STORM DRAIN CATCH BASIN
AD.uSr HfXX) TO .vA rCH CURB
HClCHr (.J" ItJIN OPCNNC)
.. SAOtFI.L AIICl.HJ
S1'RfJCTURC SHALL or
CON 1RCI..UO 0€NS1 rr
1I.L.
C-2
0" I"
SEcnCN A-A
NOr TO SCAJL
~
IWO INCH(S AT fULL SDl.E
IF NOT SDl.E ACCORDINGlY
i
I LXP1Rf5 o.!J~iI_C1_'1_~
>-
.,
~
"'
~
<.t)
:::!
~
L...J
t:::J
~
"'l:
~I~
"'l:~
Q
2 21
r, C b
'-J z -
~;;!-<. .,."
~ > z'_
h:: f5 . .
'^ ~. .
v J Z --
:<: ;wwo
C) iP''''
l0~~~
u>~
~I~
'~1~
C C
,00
li)
<.t)'-:lli)
"---li)
::::;t:::Jli)
C):::JI
:t:~~
Cl;), ":l-
":l-~6
'-ICJCJ
~tJCl;)
\jC()1
tj
I-:JW:ilN
"'" Q. = ~
(.j ffi 1IC cc
<:~g~::
1I1~~o~9
~ ~ ~ Q. ~:;:;
il}:o ~.:.
~G/X~I~
2- I ~ 0... ~ ! ; :
~ Q.:: ~ ~
a 2"'" -< 0.
l ~ ~
).... ~ N :r
........ ~
()
~