Loading...
HomeMy WebLinkAbout4.516 Original Contract v -<I. SIlt; CITY OF PORT ANGELES NOTICE OF AWARD January 20, 2006 TO: Jordan Excavating, Inc. 1826 South Golf Course Road Port Angeles, W A 98362 PROJECT Description: 2006 Storm Repairs, Project No. 06-02 The Owner has considered the bid submitted by you for the above descnbed work In response to Its Advertisement for Bids dated January 17, 2006. You are hereby notified that your bid has been accepted for items In the amount of $44,848 You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of Insurance within ten (10) calendar days from the date of this notice to you. If you fall to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your nghts anslng out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law You are required to return an acknowledged copy of this Notice of Award to the Owner Dated this 20th day of January, 2006. CITY OF PORT ANGEL~S!\ By L ~ tJA-- Title Assistant Civil Enqineer ACCEPTANCE OF NOTICE ----- Receipt of the above Notice of Award is hereby acknowledged thlsU day of .......1~)~~ 2~ L~ Int Name ,je~j L^ · fa.s k,. Title B- ~ ~ j e-rf J.- Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: Eric C. Walrath cc: City Clerk N'\PROJECTS\06-02 2006 Storm Repalrs\Award\Nollce_oCAward.wpd t ." PROJECT MANUAL 2006 Storm Repairs Project 06-02 SCOPE OF WORK The project to be bid consists of the repair of approximately 200 feet of roadway along the Ediz Hook Road, east of Nippon Paper by the placement of Heavy Rip Rap, 1" clean pit run, gravel base, crushed surfacing top course, and hot mixed asphalt, and placement of Heavy Rip Rap and 1" clean pit run rock in various locations along the Waterfront Trail east of the Old Rayonier Mill Site. All work to complete the project, including the furnishing of all Heavy Rip Rap, 1" clean pit run rock, gravel base, crushed surfacing top course and hot mixed asphalt, labor tools, equipment and other material needed in the placing of all the material, is included in the bid. This contract incorporates the Washington State Department of Transportation's 2004 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. See the attached Location, Site and/or detail maps for more information. ADDITIONAL REQUIREMENTS List all additional requirements; below is a typical list: 1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. Questions may be directed to Jim Mahlum, at 360-417-4701. 2. The most recently issued Washington State Prevailing Wage Rates for Clallam County, a copy of which is attached to this Project Manual, shall apply to this Contract. These can be accessed on the internet at www.lni.wa.Qov/orevailinawaae/Default.htm. 3. The bid will be awarded to the lowest responsible bidder from the group of Small Works Roster contractors asked to bid on this work. The attached Contract will then be signed, requiring the Contractor to meet the requirements in the Contract as well as the entire Project Manual. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and the execution of a Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. 4. Bids shall be submitted no later than 1:30 pm, January 17, 2006. N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual.DOC Page 1 of 61 5. Because this Contract is for an amount more than $35,000, a bid bond, performance and payment bond, and retainage will be required for this work. However, the City shall have the right of recovery against the Contractor for any payments made on the Contractor's behalf. 6. The performance period for this work is 10 working days. Contractor is to mobilize and start work within 1 working days of Notice To Proceed. ... N:\PROJECTS\06-02 2006 Storm Repalrs\ProJect Manual\ProJect Manual DOC Page 2 of 61 . BID FORM 2006 Storm Repairs Project 06-02 The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to install the sanitary sewer pipe, sanitary service pipes and storm sewer pipe as required in the Scope of Work. Quantity Units Unit Price Total Price I EDIZ HOOK REPAIRS Mobilization LS LS LS $ Z C>clo. 00 c.J2!:) $ ;;).. 7 o{)~ 00 Removing Asphalt 1350 S.F. $ 2-- Traffic Control 56 HR $ 50~ vO $ 2%deJ, aJ Sawcutting 237 L.F. $ I ' 0-0 $ C; t..f 7- 00 Gravel Backfill 280 Ton $ Ot S'. ()tJ $ 1 oat). 00 Gravel Base 80 Ton $ 2-5, 0-0 $ 2. 00 l7. (/0 Crushed Surfacing Top 20 Ton $ 5' (). OD $ !o()b.O-O Course HMA 64-22 25 Ton $ I ~ !J. 07) $ ~o-o-tJ. (;D Heavy Rip Rap 100 Ton $ .$""'0 . th'J $ S~ oc:)iJ - C/o 1" Clean Pit Run 190 Ton $ 3o~ or:!) $ j-7rJd. () TOTAL EDIZ HOOK REPAIRS SUB-TOTAL ~33/c(f,c/iJ 1 WATERFRONT TRAIL REPAIRS Mobilization LS LS LS $ / aO 0- (Ie) Heavy Rip Rap 100 Ton $ -::)./). V(} $ ~c;-P-d-(ftJ 1" Clean Pit Run 190 Ton $ 30. a-a $ .:5/ 00.00 WATERFRONT TRAIL SUB-TOTAL $ /1,100 . 00 N'\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual DOC Page 3 of 61 . Project Total Bid $ GjL0"r4lf:10iJ The bidder hereby acknowledges that It has received Addenda No(s). (Enter "N/A" If none were Issued) to this Project Manual Hit. The name of the bidder submitting this bid and ItS business phone number and address, to which address all commUnications concerned with this bid and with the contract shall be sent, are listed below. Bidder's firm name Complete address Registration Number UBI Number Telephone No. Signed by Title Printed Name: , 3~td ..,,1 ;;)((1,1. J/d;; !:pvc. If zr;. S. Go Cd vl-M C- (Street address) PaM- A,vcY/M ~. . '" (City) (State) I2c! Cj~3 6 L (Zip) ---- J ofl bl}E- T q r30 ,c ~ be!) '-/5~- J~ 70 ~~~' ? 'fJ~s/d'f,.4 -:::se.fFr2'C/t1 W 14,t/tJ~~.e-/ / ../ i N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\ProJect Manual.DOC Page 4 of 61 I m m I I I I I I I I I I I I I BID BOND FORM $ Herewith find deposit in the form of a cashier's check, postal money order or Bid Bond in the amount of which amount is not less than fIve (5%) percent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Jc:n:d:n EXcavatin:J In:: as Principal and W:5tem 9..n:ety Cb as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of five Ferm1t of Bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: 2006 - StDnn R:p:rir Project: ~2 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS --..1.6!jjlay of Ja1I..EIlY ,2006 . --4:~fr-- Agent '1h::rrEs L F.r:yeL Surety '1h::rrEs L. W:5tem ~~l~~T 101 fa.1th . ':-'-" P-" '2' ~~ :::D 57117 ure a ress ID BJx 1347 Rrt AnJ;ili:s WA 98362 Agent Address '1h::rrEs L F.r:yeL 360-457-1144 Surety Contact and Phone Number '1h::rrEs L ~ 360-457=1144 Agent Contact and Phone Number Dated: I Received return of deposit in the sum of $ I PW-407 _01 (rev. 10/29/03] 1-11 ... PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this~ay of ~IL' ~ by and between the City of Port Angeles, a non-cha.!!er code city of t State of 'WaSiiTrlgton, hereinafter referred to as "the City", and ~ or J;an t;~a -.a /.c" 4} , l.n.e.. a , hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilitIes to perform the servIces set forth in this Contract. NOW, THEREFORE, in consideratIon of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: 2006 Storm Repairs, Project 06-02 in accordance with and as described in Section 1-01.3 of the Washington State Department of Transportation Standard Specifications and 1-99 APW A Supplement, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Proj ect Manual. 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence construction activities on the project site within ten (10) calendar days after date of the notice to proceed from the City, and said work shall be physically completed within 10 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. 3. Compensation and Method ofPavment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. N.\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual DOC Page 6 of 6 No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by thIS Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall document compliance with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the N:\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual.DOC Page 7 of 7 sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination ofthis Contract. 7. Insurance. The insurance coverage shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications 1-99 APW A Supplement Division 1-07.18. A. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. B. Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Contract. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall be responsible for compliance with all legal and permitting requirements applicable to the Project. 9. Non-discrimination. Non-discrimination shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications and the Special Provisions Division 1-07.11. N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC Page 8 of 8 . 10. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 11. Contract Administration. This Contract shall be administered by on behalf of the Contractor and by James M. Mahlum, Proiect ManaJ!er on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: ~ .LtMv#;;'~ ~c. Name of Contractor ' BY~~ Title: . ~,d e",..;-!- CITY OF PORT ANGELES: Mayor APPJ~dastOF~ 1J~L / City Attorney ,.' 'I N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC Page 9 of 9 CONTRACT BOND Bond to the City of Port Angeles Bond # 70 0 3 3 7 9 ~ KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Jordan Excava ting Inc as Principal, and Wes tern Sure ty Company a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and finnly bound to the City of Port Angeles in the penal sum of $ 44, 848 . 00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at Port Anqeles , Washington, this 20ttrlayof January , 20-D-(;) The conditions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the saidJordan Excava tinq, Inc the above bounded Principal, a certain contract, the said contract being numbered 06-02, and providing for 2006 Storm Repairs (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the maImer and within the time set forth; now, therefore, If the said Principal, Jordan Excava tin g. Tn c , shall faithfully perform all ofthe provisions of said contract in the manner and within the time therein set forth, or within such extensions oftime as may be graIlted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any daInage or expense by reason of failure of perfOnnaI1Ce as specified in said contract or from defects appearing or developing in the material or workrnaIlship provided or performed under said contract within a period of one year after its acceptaI1Ce thereof by the City of Port Angeles, then aIld in that event, this obligation shall be void; but otherwise, it shall be aIld remain in full force aIld effect. Signedthis 20ttlayof January , 20....2..9 Wp-~tp.rn !=:llrp-ty C'.o BY~~ Attorne in Fact Title 101 South Phillips Sioux Falls, SD 5711 Surety Address Thomas L. Fryer 360-457-1144 Surety Contact and Phone Number ~or~Rn RxrRvRting Tn~ Principal BY~~~ ~~ident Title PO Box 1347 Port Angele~ WA 9RJn? Agent Address Thomas L. Fryer 360-457-1144 Agent Contact and Phone Number JAN-16-2008 MON 04:05 PM CNA SURETY FAX NO. 805 335 0357 P. 04 Western Surety Company POWER 014' A'rl'URNEY . CERTIFl~D COpy Bond No, _1.Q_QU(93 Knew All Men By These Pre!:l\lflts, that Wr;STERt-: SURETY COMt'ANY, a eorporatim'l dUlY organl:.t.ed ullIl ~...bLiIlH ~"dOl the laws oithe State of South Dakota, and hav!nlt It; ptllunpal office ill SiOUX falls, StJuLh J)~\..uL.. (the "Compa...y"). doco by the"" pf06entB make, con5tltute and appoint _ ____. T 11..:E.&.'lSR . -.--..- it~ tn.. Il....d L:lwful attnrnuy(e) m-fact, W1th full )ow"r Ani! illlt.hority hcrebv Confllrred, to el>ecutEl. acknowledge and deliver for and on iUl b<.ohalf u Sure-ty. l'IMltl.q fnr' Princlpal, Jordan Excavating 1 Inc. Obligee. C:Lty ot Port Angeles Amount: $500,000.00 M..oj t.... hind the Com:oanv therebv as fullv ~nd to the Sl:lme extent all if such bond~ wote signed by the Senior VIce Presldent, llBalcd with the COlporate selll or the Company and duly attested b)' ltS Secretll~y, hereby rfLtJ,1YUlg and clIntirmlng all th~t Lilt! :!IUlll attorney(s).1l:\.fact may do WIthin th" above stfltfild hm1tatJonil :said app,)lntlJ\cnt 16 ml~Ll~ umlt:l UII,l Uy authority e,f the followinH bylaw of Western Surety Company wtueh rem~i'lS in tull fo~Cll illld t:Ift:I.~. "Section 7. All bondG. poU..oi<J!l, Il.ndertalohllJSl, Powe-r~ rlf Attnml'Y (lr other obli~atlons of the cOl'poration Rhllll be executed m the ~orflnrM'" f1;<1mp of the Company hv the Presid'~nt. Sccrettlr~, any Assistant Secretary, Treas\lrer, ar any Vice ?rlllllcklnt or by ~uctl other off'icerll a& the Bo/U'd of Directors may au :horiZtl. 'the' Preericient, any VIce .f'l'esldent, secretary, any i\ll:SI:sLlIll~ s.,,,.ctolry. or th.. TreQ&urer mllY apP'll'ot Attorneys ill Fact (If agants who 1l!l1l1l111IVt' ~..t.hodty to l~auc bon do, poheios. or lmd"rt.ak1ng~ 111 H,,, IIJlmp nf the Company, Th.. ,"u&pOr4tc ~nl ib not nCCC<1l14%)' for tho\> vQ.hd,tl' of any \YInnll. pOliClBS. underta.kine:S, PowefN of Attorney or other ob1i8ation~ of tho corporl\ til'l~ 'rnp Algnll.turc of any Huch officer and the corporate seal may be llnnted by tacsimile," All authority hereby conferred shall expIre and term~nate, without 110tlCe, unlB!.S used beU-irB midnight of -. A~il_ .16 20_96 . but \lntl1 Huch tune BhRII be irrevocatlJe and m Nll !CIrce and lltt'ilcL. In WttPI!.~ Wht:l~Vr, Wabtcrn fhH<.t)' CO~lpllny h"e C81.16\>c;l lho!ie pr"f''''nr.<; tl'l hp. Hl"ned by il;l, Samor Vlc!;! President, Pnul '1' Dr\lfll\t, i11'J.~1'\~I~fflfato !Ioal to b~ ..mx:cd thi~.. 16th day of ___. Jaxma.rY. . . - 2Q.Q.6_ u_ , i.~'~~H~t";/f,$~"... ~ ,.~:~ ~ ~I... "........... ~~~of, w E S SUR E 1.$;/ ~~ OAl"1 '\~"/%. rL .':I::~, : ,,..: ,,",A 1."0 -:: ~ = ..... 'Y "'. . 'P'''' := "'. : II..~ l;;'it ~ - .---..- - --.-~- !i~\ ~.... l:'fi Paul T. Brufla \~~..,~ t: P. ~./ *l ST~l~~~~~b~~^ If ell COUN~4fl11i.;rI~~n^nA On thu; .___16~h _ dav of ___.J.anl.U;U:.y- , in the YBllt _._ 2006_ -, before me, a notary publiC, perRonally apptolU'l!l! Paul T. Bruflat, who belDg to me duly 3worn, acknowledged that he slgned the above ?rMet of AttLlrIl~Y lt~ (,hI:! Ilforc~Aid "f5c:et of WESTERN SURETY COMPANY and acknowledged SIUct msttumen[ to be thll ....U1L.lll~NI.r act And de..4 oh id """flotation, t~~~~~~~~..__._--~~~~+ Ai Il I D. t<REI.L $ rUt i~NarARY PUIILIC~~ - - J~SOUTH DAI(OTA~S +.............................................. + My commlssign I:JlfJllt:1> NOVllfnbcr ~O, ;~006 T the undersigned officcr of We!.~rn Surety t,ompany a ~[Ock Ccrvunul,IlI "r Lh.. GVlIte "f BOl.lth 1)r~ot3.. do h~r"by cl?rtify th"t thp attached Power (It Atl.Orney IS In full force llncl uJlcl.t llllllt~ l1rcVQl'tlblc, and fllrthermoT", that Se-rtirn'l 7 of t.he bylaws of the Company as ~et forth In the FowLJr ur A IoWL llCY l~ now 11\ loree, In tes.timony whereof, I have hereunto llflt my hand and seal OfWl'~L~111 SUtcty Compon)' thl" 15..th...._ nAY elf .._._!l!ll.lUclLY_ -- .. - _-2..0 Q6 -., w]] S ~ SUR E ~ COM PAN Y -.r~ 7:J P..u.l T, DT\ull1t cnlQr V,ce Pr~"idC:lt Form F5306-4.2tlO~ MM FRYER & SONS INS. ID:360-457-9440 JAN 20'06 16:01 No.016 P.02 ArJJBD.. CERTIFICATE OF LIABILITY INSURANCE JORI;JP-l~ DATE (MM1DD1YYYY1 01/20/06 'RODUCIiR THIS CERTIFICATE IS ISSUEQAS A MATTER OF INFORM~TION ONL V AND CONFERS NO RIGHTS UPON THE CERTIFICA E o!.M.. F~er & Sons Ins. In(l. HOL.DI:R. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR l? .0. Box 1347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BElLOW. l?ort Anq$l~~ WA 98362 Phone: 360-457-1144 Fax;360-4S7-~440 INSURERS AFFORDING COVERAGE NAICtI --- . - - - ---- n, -- -- N&UItI;.I) INSURER A ~?r~h paoir~o Ina~~.~o. CO. 23B~2 -- -. ,- INSURER B . - - - . -. < --- -.-- il~~n EXOBVB!in; Inc. INSUR~R c' I ---- , . . - , -- Soutf Go f *~i~e Road INSURER 0 Port. Anqe es WA - ,- INSURER E' ::OVERAGES THE POLlCIF-6 OF INSURANCE L.ISTED BELOW HAVI; llE!:N IsSUi=D '0' HI> INSU~ED NAMED ABOVE FOR TH[; POLICY PERIOD INblCA'rED NOTWITHSTANDII\IG ANY REQUIREMENT. TGRM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMCNT WITli RESPECT TO WHICH THI5 CERTIFICATE MAY [II; ISSU!:D OR MAY PERTAIN, Tlit: 1/II$l.IRIINCt: AFFORDHb IW 'rHE POLICIES DESCRIBl;D HCRCIN IS SUBJECT TO All 1HE TERM6, EXCLUSIONS AND CONDITIONS OF SUCH PPLlCIJ;:S "'QGR~GA H, LIMll B SHOWN MAY HAVE BEEN REDUCEO llY PAID CLAIMS ~~R 'NeFti T'r'Pl! 01' 1~;I\A.HC" - -... POI.ICY NUMIlI!R - Pll'1IliT~rr:fif~~E 'tlATIi' MM1DPlYY ~NI!,"~ UABIUTY A X X COMf04ERCIAlc,;ENERALlIABILITY C07147141 - - - I CLAIMS !,lADe ~ OCCUR ~ St_~ ,,!i~P..__ 03/U/OS EAeH OCCURRENce 'DAMA~,=- }'REMISES (Ea OIlOLlt8~O<!l) _. MIiD E)(P_!~~y ~n, persQn} PERSONAL IJ, l\OV INJURY GENeRAL AGGREGATE 03/19/06 GEN'L AGGREGATE UMIT APPLIES PER I POLICY n ~~8i r- I LOe AUTOMOIIILB L1AIiIII.ITY X ANY AUTO PRODUCTS - COMP/OP AGe; eOMBINIOD SINGLE LIMIT (Ee BooIdenll ~ . X ALL OWNED AUTOS SCHEOULED Al.ITOS BODILY INJURY (P.r peraon) C07147141 03/U/05 03/19/06 f- HIRED AUTOS .. NON-OWNED AUTOS BODILY INJI,JRY (Per aoodenl) rROPERTV DAMAGE (Per ~GCldenl) GAMGI! LIABILITY ==J ANY A\.lTO EXCIiiIBlLlMIiIRIiI.I.A UAIIILlTY ~ OCCUR D CLAIMS MAoE ~ OEDUOTIBLE ---I RETENTION $ WOIl~~R8 COMPIiiNSAnON AND IIMPI.OV.".' LIAIIIUTY ANY PROPRIETOR1PARTNERlE'.lI'F.CUTIVe OFflCERlMEMBER EXCLl.IOeD1 gpEeI1t'rR~~~1&'NS below QT"'ER AlJTO ONLY" ell ACCIDENT OTHER THAN AUTO ONLY, EACH OCCURRENCE AGGREC3ATE hORYLlMITS I.. IU~~- E L EACH ACCIDENT $ _on E L, DIGIOASIi . E:A EMPLOYEE $ E,L, DISEASE. POLICY LIMIT $ IiSCR1P1l0N 01' OPI!RATlON6' LOCATIONS I VEHIOLli61 EXOL.USIONS ADDEO BV ENDOR$IiMIiNT 18PI!CIAL P"OVI610"S ~.r.tion8 of the inaurud for 2006 Storm ~&pair, Projeet 06-02 naming the :it.y of Port Anqeles and its employees as additional insureds. ERTIFICA TE HOLDER I.IMITS 5 10 DOOOO $ 10 ~OOO s 50 0 -. ". -o- s 10 )0000 $ 20 0000 s 10 0000 ",,----- $ 10pOOOO ! S I I S I ! 5 lEA ACC AGO $ I . .1.-- -.. s $ I 5 I I __.! _ $ $ ---- $ I CANCELLATION C ITYOI!"P SHOULD ANV CI' THE ABOVB DI8QItlB"" POUCIEia II. CANCIILll!lll!l!I'OIIUI tHE EXPIRATION DATI! THEIlI;OF, ntE ISSUING IHOU"!" WII.I. _"unp MAIL 4 5 loA YB WRITTliN NOTlOI! TO THE CI;Il'nFIOATE NOl-DI" NAMID TO THIl Uif'T.~ XIN ' XED,BI~ AUTHOI'lIZI!D IIEPRESt; TATIVIi City or Port AngelQs PO Box 1150 Port Ang.l.. WA gB3$2 CORD 26 (2001/08) ;If .:;L= ',Ilrq'~ ~ .1 , , ~ !:: If ~! ~ 11 I- 0 0 -;;t:. ru - t.l , W ,. '. -, , ,- ,- ~ o - .... b1~ '- Q _..1 t1 N.\PROJECTS\06-02 2006 Storm Repalrs\ProJect Manual\ProJect Manual DOC hi ~ 4- r:l \L , ~ I II j 1 , i i 1 , .. j!$ lq !I, "I 'jl :J I II, 1'1 ,I ji, II " -J Page 12 of61 , \ ' \I \ ~ (- t . f) )/,~ I r "~ [~f r:', ?l G:~~5. . .... + (, )\ C"~. ': \ " ~. . !~, i, ,~~'jj. ~ ,.. 1,'1" :t ' I .; . '1 '#, ~ d....------ . "I. ------. .t( ~ ' ~ f. ,L_._ J I I '". " ' f>) ( ,; C~ ~ "'.... 'i' /., Ai; " ^'" .~..t'l f . 19/'.. , '>~ . . ,I , " '. j ~ '1 .I " " . ,,-::. ..- CD - o C"') ..- Q) Ol ro a.. () 0 0 ro :J C ro :!E t5 '<~ !J Q) 0' . .... a.. -- ro :J C flrl ro :!E ...... u Q) , .~ 9:: 0 I' ~ , '(ii a. Q) 0::: E .9 en CD 0 0 N N 0 I CD 0 en I- () W ""') 0 0::: ~ Z IJ' {' .: ~ 'J ,V '. (A' T l ;'V" I ~, ~ t. ''''..' '!l,;' " . I I ~ , ,t . . r ,. '. ,,' ,,h; \ J" I : <<fill, " . :t, ( j l' t ,t . , t . . 19 ~; I I J. f"'::r.~ > I i~. f " "'i o I., .~ '1l. ,,~ "'''"'~, I /);"0' ~ '->t ... 'J t' ., '0 . ~, \' 'i , . I, o . I~ , i- 4 ..- CD .... o '<t ..- Q) Cl ro Il. u o q ro ::J c: ro ::iE t5 Q) e- ll. -- ro ::J c: ro ::iE t5 Q) e- ll. -- E!! 'co a. Q) 0::: E ... o Ci5 CD o o N N o I CD 9 (/) f- () UJ -:l o 0::: Il. -- :Z N:\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\Project Manual.DOC Page 15 of 61 N.\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC Page 16 of61 N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC Page 17 of 61 N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual.DOC Page 18 of61 . ' lAIIP;I" , N.\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual.DOC Page 19 of61 -- --l I , I N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\Project Manual.DOC Page 20 of 61 "t!fl' 1~1 il f ~ t ~ ~ <' i fill ~ 4 J - ,... ... -l. 1 v' a F J 4U L- I- .. ~ rJI 0 al U. ol ~ ., 3 --,--- ..... (0 - o N N Q) Ol Ctl a.. () o o ro :J c: Ctl ::E t) Q) "e 9:: ro :J c: Ctl ::E t) Q) "e' a.. ~ .co c.. Q) 0:: E .9 (/) (0 o o N N o I (0 9 (/) G UJ ., o 0:: a.. .- Z N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\ProJect Manual.DOC Page 23 of 61 N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC Page 24 of 61 " ,=,~, ~"..~ ~ j " ..,.. , '- N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC Page 25 of 61 N:\PROJECTS\06-02 2006 Storm Repairs\Project Manual\Project Manual.DOC Page 26 of 61 'to"', ----~~, N:\PROJECTS\06-02 2006 Storm Repairs\ProJect Manual\ProJect Manual DOC Page 27 of 61 N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\Project Manual.DOC Page 28 of 61 N:\PROJECTS\06-02 2006 Storm Repalrs\Project Manual\Project Manual.DOC Page 29 of 61 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540. Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge bel On public works projects. workers' wage and benefit rates must add to not less than this total. A bnef descnpllon of overtime calculallon requirements IS provided on the Benefit Code Key. CLALLAM COUNTY Effective 08-31-05 ************************************************************************************************ Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE. DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING. PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN. HYDRAULIC MAINTENANCE MATES PREVAILING WAGE $33.46 $44 97 $41.17 $1467 $40.23 $40.07 $40 07 $40.17 $40 22 $40 20 $40.20 $40.20 $41.07 $40.27 $40 20 $40 20 $40.20 $40 20 $33.46 $83.19 $39.51 $40.77 $40.28 $40.77 $40.82 $42.34 $40 28 $40.77 (See Ber Over Time ~ Code ~ 1N 1C 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1N 1M 1M 1T 1T 1T 1T 1T 1T 1T CLALLAM COUNTY Effeclive 08-31-05 ************************************************************************************************ Classification PREVAILING WAGE HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL L1NEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FENCE ERECTORS FENCE ERECTOR FENCE LABORER FLAGGERS JOURNEY LEVEL GlAZIERS JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL INLAND BOATMEN CAPTAIN COOK DECKHAND ENGINEER/DECKHAND MATE,LAUNCH OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY lEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER QOIIC::~ 1-1()t':: ",,,,,,,n,,,o $46 37 $35 46 $46 37 $39.50 $46 37 $35.46 $12.07 $52 27 $57.41 $13.80 $11.60 $28.78 $41.15 $43.18 $33 94 $35.14 $30 11 $29.09 $31.66 $33.24 $20.50 $44 62 $33 94 $33.46 $28 78 $33.46 $33 46 (See Ber Over Time f Code ~ 4A 4A 4A 4A 4A 4A 4A 4A 1N 1H 1S 1N 1K 1K 1K 1K 1K 10 1N 1N 1N 1N 1N CLALLAM COUNTY Effective 08-31-05 ************************************************************************************************ Classification DRILL OPERATOR, AIRTRAC DUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (I e, dusting, vacuuming, window cleaning, NOT construction debris cleanup) FINE GRADERS FIRE WATCH FORM SETTER GAB ION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORT ARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUDMAN MATERIAL YARDMAN MINER NOZZLE MAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELlNER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDERMAN HELPER POWER JACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN (See Ber Over PREVAILING Time WAGE Code $34.30 iN $33 46 1N $33.46 iN $33 46 iN $33 94 1N $26 46 1N $33 46 iN $28.78 iN $33 46 iN $33 46 1N $33.46 1N $33.94 iN $33.46 1N $33.46 1N $33.46 1N $34 30 1N $33.94 iN $33.46 1N $34.30 1N $33.94 iN $33 94 iN $33.94 1N $33.94 1N $33.46 iN $34.30 1N $33 94 1N $33.94 1N $28 78 1N $33.94 1N $33.94 iN $33.94 iN $34.30 1N $33.94 1N $33.46 iN $34 30 1N $33 46 1N $33.94 iN $33.94 1N $34 30 1N CLALLAM COUNTY Effective 08-31-05 ************************************************************************************************ Classification PREVAILING WAGE TRACK LINER (POWER) TRUCK SPOTTER TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR VINYL SEAMER WELDER WELL-POINT LABORER LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS LATHERS JOURNEY LEVEL PAINTERS JOURNEY LEVEL PLASTERERS JOURNEY LEVEL PLUMBERS & PIPEFllTERS JOURNEY LEVEL POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH BACKHOES, (75 HP & UNDER) BACKHOES, (OVER 75 HP) BARRIER MACHINE (ZIPPER) BATCH PLANT OPERATOR, CONCRETE BELT lOADERS (ELEVATING TYPE) BOBCAT (SKID STEER) BROOMS BUMP CUTTER CABlEWAYS CHIPPER COMPRESSORS CONCRETE FINISH MACHINE - LASER SCREED $33.94 $33.46 $33.94 $33.46 $33.94 $33.46 $33.46 $33.94 $11.42 $781 $7.93 $40.22 $32.00 $25.83 $52.41 $38.42 $41 12 $41.59 $42.13 $40.71 $41.12 $41 12 $41.12 $40.71 $38.42 $38.42 $41 12 $41.59 $41.12 $38 42 $38.42 (See Ber Over Time Code 1N 1N 1N 1N 1N 1N 1N 1N 1M 2B 1G 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T 1T CLALLAM COUNTY Effective 08-31-05 ************************************************************************************************ ClaSSification DECK ENGINEER/DECK WINCHES (POWER) DERRICK. BUILDING DOZERS, D-9 & UNDER DRILL OILERS. AUGER TYPE. TRUCK OR CRANE MOUNT DRILLING MACHINE ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE EQUIPMENT SERVICE ENGINEER (OILER) FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) FORK LIFTS, (UNDER 3000 LBS) GRADE ENGINEER GRADECHECKER AND ST AKEMAN GUARDRAIL PUNCH HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS). AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL LOCATOR HORIZONTAL/DIRECTIONAL DRILL OPERATOR HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) LOADERS. OVERHEAD (6 YD UP TO 8 YD) LOADERS, OVERHEAD (8 YD & OVER) LOADERS, OVERHEAD (UNDER 6 YD). PLANT FEED LOCOMOTIVES, ALL MECHANICS, ALL MIXERS, ASPHALT PLANT MOTOR PATROL GRADER (FINISHING) MOTOR PATROL GRADER (NON-FINISHING) MUCKING MACHINE. MOLE, TUNNEL DRILL AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER PILEDRIVER (OTHER THAN CRANE MOUNT) PLANT OILER (ASPHALT, CRUSHER) POSTHOLE DIGGER, MECHANICAL POWER PLANT PUMPS, WATER QUAD 9. D-l0. AND HD-41 REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN ROLLAGON ROLLER. OTHER THAN PLANT ROAD MIX ROLLERS PLANTMIX OR MLJL TILlFT MATERIALS (See Ber Over PREVAILING Time WAGE Code $41.12 1T $41 59 1T $40.71 1T $40 71 1T $41.12 1T $38.42 1T $40.71 1T $41.12 1T $40.71 1T $38.42 1T $40 71 1T $38.42 1T $41.12 1T $40 71 1T $40 71 1T $41.12 1T $38.42 1T $40.71 1T $41.59 1T $42.13 1T $41.12 1T $41.12 1T $41.59 1T $41.12 1T $41.12 1T $40 71 1T $41.59 1T $38.42 1T $38.42 1T $41.12 IT $40.71 1T $38 42 1T $38.42 1T $38.42 1T $41.59 1T $41.59 1T $38 42 1T $41.59 1T $38 42 1T $40.71 1T CLALLAM COUNTY Effective 08-31-05 ************************************************************************************************ Classification PREVAILING WAGE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER (UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS, FARMALL TYPE YO YO PAY DOZER POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINE PERSON $41 59 $40 71 $40 71 $41,12 $41 12 $38,42 $4112 $33,88 $32 16 $32.59 $30.31 $22.76 $27.68 $34.53 $37.53 $48.22 $33 04 $10.31 $1967 $935 $11.40 $1340 $28.24 $28 92 $16.22 $27.74 $26.90 !t?A O? C"oc:f""' I A I ^nOAOAT1 lCo 1~ICT^1 I co t (See Ber Over Time ~ Code f 1T 1T 1T 11 1T 1T 1T 4A 4A 4A 4A 4A 1R 1R 1E 18 16 10 26 2B 2B 2B ?J:l CLALLAM COUNTY Effective 08-31-05 ************************************************************************************************ Classification PREVAILING WAGE (See Ber Over Time ~ Code ~ WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER $11.60 $945 $11.60 1 1 1 BENEFIT CODE KEY - EFFECTIVE 08-31-05 ************************************************************************************************************' OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. C WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE ~ HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE ONE-HALF TIMES THE HOURLY RATE OF WAGE. A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID ATONE AND C THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY Ri HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF W, C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND 1 HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF V OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOl WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WOR PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS ~ WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE. E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND TI HOURS ON SATURDAY SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 1 WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND 1 HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF V OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RA' HOURS WORKED ON LABOR DAY SHALL BE P AID AT THREE TIMES THE HOURL Y RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SA TURDA' WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCL CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL He SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AN SATURDAY SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY' AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE 0] THROUGH FRIDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AI RATE OF WAGE. o ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGJ AFTER TEN (10) HOURS ON SATURDAY SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE P AID AT C TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOL RATE OF WAGE. Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL H SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE P AID AT DOUBLE THE HOURLY R HOURS WORKED ON CHRISTMAS DAY SHALL BE P AID AT TWO AND ONE-HALF TIMES THE HOURLY R R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RA 1 S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND 1 HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE Of WORKED ON LABOR DAY SHALL BE P AID AT THREE TIMES THE HOURLY RATE OF WAGE T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE P AID AT ONE AND 01' HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6.00PM SATURDAY TO 6:00AM MONDAY SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE U ALL HOURS WORKED ON SATURDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RJ WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THR HOURLY RATE OF WAGE 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAl ONE-HALF TIMES THE HOURLY RATE OF WAGE A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOUR ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RA 1 C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RA TI HOURS WORKED ON HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE P AID AT STRAIGHT TIME ]] HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE P AI[ HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID AT ONE A THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAY: DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL] PAID HOLIDAYS SHALL BE P AID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLur: H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL) HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES TI OF WAGE 3 4 5 A. B. C 0 E. F. G H. I. 1. N P. Q. R S. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOUf ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLlO AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0 THANKSGIVING DAY, AND CHRISTMAS DAY (7) HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0 THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8) HOLIDAYS' NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0 AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTL THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, I1' LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND C HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING 0 WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY THANKSGIVING DAY, AND CHRISTMAS (6). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING D CHRISTMAS DAY (6) HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY P THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA \ THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING C SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIV CHRISTMAS DAY (6) P AID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVI AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR 5 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL E THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). Y 6 PAID HOLIDAYS' NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LAB( THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, L THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRIS' A. C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR D DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CI D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE CHRISTMAS DAY (9). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGI' FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVIN( FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND ( DAY (8) Q PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETEl THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID PRESIDENTS' DAY T. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, L THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE ( DAY, AND CHRISTMAS DAY (9). u. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE D DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISl CHRISTMAS DAY (9). V PAID HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGI DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE E! CHOICE (9) W PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMO INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRIS' DAY BEFORE OR AFTER CHRISTMAS DAY (10) X. PAID HOLlDA YS: NEW YEAR'S DA Y, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, DAY AFTER THANKSGIVING DAY, ( DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I) NOTE CODES 8. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. n HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FI A. D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $ I 00 PER HOUR L. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $0.75, AND LEVEL C $025 M WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS' LEVELS A & 8 $ D. $050 N. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $ 1.00, LEVEL C $0.50, AND LEVEL D' $025. Washington State Department of labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefal "standard" or "non-standard". For items not appearing on WSDOT's predetermmed list, these e used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Wast standard items is covered by RCW 39.12, and the production of standard items is not. The pre item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, 2. 2. Is the item fabncated on the public works jobsite? If it IS, the work is covered under RCW 39. to question 3. 3. Is the Item fabricated in an assembly/fabrication plant set up for, and dedicated primaril~ works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supp work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabncated item intended for the public works project typically an inventory ite reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual char. as shape, type of material, strength requirements, finish, etc? If yes, the work is coverE 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations non-covered workers shall be directed to State L&I at (360) 902-5330. WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished Washington State Department of Labor and Industries, that may be ' standard and therefore covered by the prevailing wage law, RCW 39.1 with an X in the "YES" column should be considered to be non-standa covered by RCW 39.12. Items marked with an X in the "NO" column shou to be standard and therefore not covered. Of course, exceptions to this occur, and in that case shall be evaluated according to the criteria descri L&I's policy statement. ITEM DESCRIPTION 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4. For use with Catch Basin type 2. The casting to meet AASHTO-M-1 05, class 30 gray iron casting. See Std. Plan B-23a, B-23b, B-23c, B-23d and B-25. 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1 L, 1 P, 2, and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-1, B-1 L, B-1 P, B-2, B-2a, B-2b, B-2c, B-2d, B-2e, B-3, and B-3a. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlets Type 1 or 2. Angle iron frame to be cast into top of inlet. See Std. Plan B-4b, B-4c, B-4d, B-4f, or B-4h. Frames & Grates to be galvanized. 4. Concrete PiDe - Plain Concrete DiDe and reinforced 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. , 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. See Std. Plans E-4 and E-4a 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers and flat top slab and/or cones. See Std. Plans B-23a, B-23b, B-23c, an 15. Drywell- Drywell as specified in Section 9-12.7 of the Std. Sec. See Std. Plan B-27. 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2, including risers, frames maybe cast Into riser. See Std. Plans B-1, B-1, 1 e. 17. Precast Concrete Inlet - Concrete Inlet with risers, frames may be cast into risers. See Std. Plan B-26. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support angles and grate. See Std. Plans B-4f and B-4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support angles and grate. See Std. Plans B-4g and B-4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and top unit with bearing angles. 21. Pr~cast C~ncr~te l!tlllty Vault~.- P~e_ca~t Concre.te 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use In structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be '\ 29. Prestressed Concrete Girder Series 4-14- Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. 30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use In structures. Fabncator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. 31. Prestressed Precast Hollow-Core Slab - Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. 32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(26)A. 33. Monument Case and Cover - To meet MSHTO-M-105 class 30 gray iron casting. See Std. Plan H-7. 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting MSHTO-M-183. See Std. Plans ( G-3a, G-3b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with MSHTO-M-111. 36. Steel Sign Bridges - Steel Sign Bridges fabncated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Si Plans G-2, G2a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G-8a, G-8b, G-8c, G-8d, G-8e, G-8f, and G-8h. Shop draw approval are to be provided prior to fabrication. 38. Light Standard-Prestressed - Spun, prestressed, hollow, concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1 a. See Special Provisions for pre-approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-7a and J-7c. See Special Provisions for pre-approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. , 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel 44. Guardrail components cu: en SE 45. Aggregates/Concrete mixes Coverec 1 46. Asphalt Co WAC 2 47. Fiber fabrics 48. Electrical wiring/components Lta trO<:ltorl I"\r IlntrO<:ltorl til'Ylnor 51. Standard Dimension lumber 52 Irrigation components 53. Fencing materials 54. Guide Posts 55. Raised Pavement Markers 56. Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08 METAL FABRICATION (IN SHOP) Over PREVAILING Time He Classification WAGE Code Ce Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 1020 1 Laborer 8.13 1 Counties Covered: Benton Welder 1670 1 Machine Operator 10.53 1 Painter 9.76 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 METAL FABRICATION (IN SHOP) 08/31/05 Over PREVAILING Time He ClaSSification WAGE Code Ce Counties Covered: Clark Layerout 26.12 1J Fitter 2576 1J Welder 2522 1J Painter 22.64 1J Machme Operator 20.04 1J Laborer 19.50 1J Counties Covered Snohomlsh Fitter 15.38 Welder 15.38 Machme Operator 8.84 Painter 998 Laborer 9.79 Counties Covered' Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Pamter 10.27 1 Laborer 798 1 Counties Covered: Thurston Layerout 25.98 1 R Fitter 23.90 1 R Welder 21.83 1 R Machine Operator 18.72 1 R Laborer 1561 1 R METAL FABRICATION (IN SHOP) 08/31/05 Over PREVAILING Time He Classification WAGE Code Ce Counties Covered: Yakima Fitter 12.00 Welder 11.32 Machine Operator 11.32 Painter 12.00 laborer 10.31 Counties Covered: Cowl itz Fitter 23.72 18 Welder 23.72 18 Machine Operator 23.72 18 laborer 1587 18 Counties Covered: Grant Fitter 10.79 Welder 10.79 Painter 7.45 Counties Covered: King Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 laborer 9.78 1 Counties Covered Kitsap 1= .ttor ?RQR . . METAL FABRICATION (IN SHOP) 08/31/05 Classification PREVAILING WAGE Over Time Cod He Ce Counties Covered Klickltat, Skamania and Wahklakum F ItterlW elder Machine Operator Pamter Laborer 16.99 17.21 17.03 10.44 Counties Covered: Pierce Fitter Welder Machine Operator Laborer 15.25 13.98 13.98 9.25 a . WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08 FABRICATED PRECAST CONCRETE PRODUCTS Classification Over PREVAILING Time WAGE Code He Ce Counties Covered' Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Orellle, Stevens, Walla Walla, and Whitman All Classifications 9.96 Counties Covered: Franklin All Classifications 11.50 Counties Covered: King All Classifications 1190 2K Counties Covered: Pierce All Classifications 9.28 Counties Covered. Chelan, Kittitas, Kllckitat and Skamania All Classifications 8.61 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomlsh, Thurston, W ahkiakum All Classifications 1350 .. . WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08 FABRICATED PRECAST CONCRETE PRODUCTS ClasSification Over PREVAILING Time He WAGE Code Ce Counties Covered' Spokane All Classifications 20.23 Counties Covered. Yakima Craftsman Laborer 8.65 7.35 Counties Covered: W hatcom All Classifications 13.67 . . Washington State Department of labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Aspt The following two letters from the State Department of Labor and Indu L&I) dated August 18, 1992 and June 18, 1999, c1anfy the intent and establ administrating the provisions of WAC 296-127-018 COVERAGE AND E) OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY C CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determine covered and non-covered workers shall be directed to State L&I at (360) 9 Effective September 1, 1993, minimum prevailing wages for all work cove 296-127 -018 for the production and/or delivery of materials to a public W( will be found under the regular classification of work for Teamsters, POWE Operators, etc. ~ -','\ ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is Intended to provide greater clanty regarding the applical 296-127-018 to awarding agencies, contractors, subcontractors, mater and other interested parties. The information contained herein she construed to cover all possible scenarios which might require the prevailing wage. The absence of a particular activity under the heading "F WAGES ARE REQUIRED FOR" does not mean that the activity is not cove Separate Material Supplier Equipment Operator rates have been eliminatE cases where a production facility is set up for the specific purpose materials to a public works construction site, prevailing wage rates for equipment such as crushers and batch plants can be found under Powe Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including exe materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method incorporation of the delivered materials into the project site, such a leveling, rolling, etc. 3. The production of materials at a facility that is established for the spe necessarily exclusive, purpose of supplying matenals for a public WOI 4. Delivery of the materials mentioned in #3 above, regardless of the ml delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established material a permanent facilitv. as well as the deliverv of these materials. L"I . . '.... STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes thl position that prevailing wages do not apply to the delivery of wet concrete to public works sit unless the drivers do something more than just deliver the concrete. Drivers delivering concl into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to pre' wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery 0 asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127- The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Progral Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (36 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional informatiol olease call Selwvn Walters at 902-4206. Thank vou.