HomeMy WebLinkAboutSpecialized Pavement Marking LLC Contract Provisions 2023-2025 Pavement MarkingContract Provisions
For Construction of:
Pavement Marking on Jefferson
County Roads for Calendar Years
2023 through 2025
County Project No: 18020490
Sealed bids will be received in the Office of the County Commissioners, basement level
of the Jefferson County Courthouse, 1820 Jefferson Street, P.O. Box 1220, Port
Townsend, Washington, 98368, until the date and time specified in the ‘Call for Bids’.
Jefferson County Department of Public Works
CONTRACT
WORK
AREA
EASTERN
JEFFERSON
COUNTY
PORT
TOWNSEND
PORT
HADLOCK
PORT
LUDLOW
QUILCENE
BRINNON
JEFFERSON COUNTY
CLALLAM
KITSAP
MASON
GRAYS HARBOR
ISLAND
CONTRACT
WORK AREA
STRAIT OF JUAN DEFUCA
PACIFIC
OCEAN
PROJECT VICINITY MAP
Pavement Marking Jefferson County
Roads In Calendar Years 2023-2025
NOTICE TO CONTRACTORS
CALL FOR BIDS
Pavement Marking on Jefferson County Roads for Calendar Years 2023 through 2025
County Project No. 18020490
Notice is hereby given that the Board of County Commissioners of Jefferson County, State of
Washington, will receive sealed bids until 9:30 a.m. on April 10, 2023 at the Office of the County
Commissioners, basement level of the Jefferson County Courthouse, 1820 Jefferson Street, P.O.
Box 1220, Port Townsend, Washington, 98368, for construction of the Pavement Marking on
Jefferson County Roads for Calendar Years 2023 through 2025, County Project No. 18020490.
Sealed bids will be opened and read publicly at 10:30 a.m., or shortly thereafter, on the same day
in the Jefferson County Commissioners Chambers, basement level of the Jefferson County
Courthouse. NOTE: In-person attendance limited to 50% room capacity. Or participate by: Zoom
https://zoom.us/j/93777841705; Phone call 1-253-215-8782 use Webinar ID 937-7784-1705#; Live
stream viewing on www.co.jefferson.wa.us under "Quicklinks" click "Videos of Meetings," and click
"Today" tab.
This contract provides for Pavement Markings (traffic paint line striping) in calendar years 2023
through 2025, on Jefferson County roads identified in the Jefferson County Road Operations, Road
Striping Log, within those areas of Jefferson County lying easterly of the Olympic Mountains,
including but not limited to Brinnon, Quilcene, Port Hadlock, Chimacum, Port Ludlow, and Gardiner
and other work, all in accordance with the attached Contract Provisions and the Standard
Specifications. The Engineers Estimate is $542,599.00.
Bids must be submitted in accordance with the specifications in the bid documents. All bid
documents including bid forms, specifications, addenda, and plan holders list, are available on the
Builders Exchange of Washington website www.bxwa.com. Click "Posted Projects", "Public
Works," "Jefferson County Public Works" "Projects Bidding," and "Project Bid Date." Bidders
must "Register as a Bidder," to receive automatic e-mail notification of future addenda and to be
placed on the "Bidders List." Call BXWA at (425) 258-1303 if you need assistance.
Each bid shall be accompanied by a surety bond, postal money order, cash, cashiers check or
certified check payable to the Treasurer of Jefferson County in the sum of five (5%) percent of the
bid amount, to be forfeited to Jefferson County by the successful bidder if he/she fails to enter into a
contract and file an acceptable surety bond in the amount of 100% of the contract price within ten
(10)days of the award. The Board of County Commissioners reserves the right to reject any and all
bids, and to accept the bid deemed most advantageous to Jefferson County, and to waive all
informalities in the bidding.
The Jefferson County Public Works in accordance with Title VI of the Civil Rights Act of 1964
(78 Stat. 252.42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that
it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises will be afforded full and fair opportunity to submit bids
in response to this invitation and will not be discriminated against on the grounds of race,
color, or national origin in consideration for an award.
Dated this /3±!2-day of /VwV-ch , 2023.
BOAR OF JEFFERSON COUNTY COMMISSIONERS
NOTICE TO PROSPECTIVE BIDDERS
Pavement Marking on Jefferson County Roads for Calendar Years 2023 through 2025
COUNTY PROJECT NO. 18020490
The General Contract Provisions, Specifications, and Bidding Documents for this project are those provided by
Jefferson County Department of Public Works. Bidding documents are available as described in the Call for
Bids.
Questions that are pertinent to bidding the contract and are not answered by the information contained in the
Specifications and Contract Provisions, should be submitted in written form via email to:
Attn: Conor Ferry, Project Manager
Jefferson County Department of Public Works
623 Sheridan St.
Port Townsend, WA. 98368
E-mail: CFerry@co.jefferson.wa.us
Phone: 360-385-9168
A bidder may be asked to put a question in writing. No verbal answers by any County personnel or its agents or
consultants will be binding on the County. All questions must be received by the Public Works Department by
5:00 p.m. on the Tuesday preceding the bid opening in order to receive a written response. Written responses to
questions will be provided via e-mail to all prospective bidders that hold bid documents no later than two (2)
business days prior to the bid opening date.
If you believe the Specifications or Contract Provisions contain an error(s), please describe it in the space
provided below, and send a copy of the Provisions in question (via email) to the Project Manager. If it is
determined by this department that the Provisions contain an error(s) requiring remedial action, an addendum
will be issued to all prospective bidders.
I have the following question(s):
I believe the Plans and/or Provisions are in error at the following location(s):
Please respond to:
Name
Representing
Address
_________________________________________
E-mai
PREVAILING WAGE
NOTICE:
BIDDERS ARE CAUTIONED TO VERIFY
PREVAILING WAGES.
THIS IS A PREVAILING WAGE RATE
CONTRACT UTILIZING STATE WAGE
RATES.
STATE WAGE RATES EFFECTIVE
MARCH 3, 2023 ARE INCLUDED IN
THESE CONTRACT DOCUMENTS.
SPECIAL PROVISIONS
INTRODUCTION TO THE SPECIAL PROVISIONS ................................................... 2
DIVISION 1 GENERAL REQUIREMENTS ................................................................. 2
1-01 DESCRIPTION OF WORK......................................................................................... 2
1-01.3 Definitions .................................................................................................................... 3
1-02 BID PROCEDURES AND CONDITIONS ................................................................... 4
1-02.1 Qualifications of Bidder ............................................................................................... 4
1-02.2 Plans and Specifications ............................................................................................. 5
1-02.3 Estimated Quantities ................................................................................................... 5
1-02.4 Examination of Plans, Specifications, and Site of Work ............................................. 5
1-02.5 Proposal Forms ........................................................................................................... 6
1-02.6 Preparation of Proposal .............................................................................................. 6
1-02.7 Bid Deposit .................................................................................................................. 7
1-02.9 Delivery of Proposal .................................................................................................... 7
1-02.10 Withdrawing, Revising, or Supplementing Proposal ................................................... 8
1-02.13 Irregular Proposals ...................................................................................................... 8
1-02.14 Disqualification of Bidders ........................................................................................... 9
1-02.15 Pre-Award Information .............................................................................................. 10
1-03 AWARD AND EXECUTION OF CONTRACT .......................................................................10
1-03.3 Execution of Contract ................................................................................................ 10
1-03.4 Contract Bond ........................................................................................................... 11
1-03.7 Judicial Review .......................................................................................................... 12
1-04 SCOPE OF THE WORK ...........................................................................................12
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda ................................................................................................................ 12
1-04.4 Changes .................................................................................................................... 12
1-04.5 Procedure, Protest, and Dispute by the Contractor .................................................. 12
1-05 CONTROL OF WORK ...................................................................................................13
1-05.7 Removal of Defective and Unauthorized Work ......................................................... 13
1-05.13 Superintendents, Labor and Equipment of Contractor.............................................. 13
1-05.14 Cooperation with Other Contractors.......................................................................... 13
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ...........................................14
1.07.1 Laws to be Observed ................................................................................................ 14
1-07.2 State Sales Tax ......................................................................................................... 15
1-07.18 Insurance ................................................................................................................... 16
1-08 PROSECUTION AND PROGRESS ...................................................................................19
1-08.0 Preliminary Matters ................................................................................................... 19
1-08.3 Progress Schedule .................................................................................................... 21
1-08.4 Notice to Proceed and Prosecution of Work ............................................................. 21
1-08.5 Time for Completion .................................................................................................. 22
1-08.9 Liquidated Damages ................................................................................................. 24
1-09.6 Force Account ........................................................................................................... 24
1-09 MEASUREMENT AND PAYMENT ............................................................................24
1-09.9 Payments .................................................................................................................. 24
(December 30, 2022 APWA GSP) ........................................................................................... 27
1-10 TEMPORARY TRAFFIC CONTROL .........................................................................27
1-10.2 Control Management ................................................................................................. 27
1-10.5 Payment .................................................................................................................... 28
DIVISION 8 MISCELLANEOUS CONSTRUCTION .............................................. 29
8-22 PAVEMENT MARKING .............................................................................................29
8-22.1 Description ................................................................................................................ 29
8-22.2 Materials .................................................................................................................... 31
8-22.3 Construction Requirements ....................................................................................... 31
8-22.4 Measurement ............................................................................................................ 34
8-22.5 Payment .................................................................................................................... 35
APPENDICES ........................................................................................................... 35
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 2
Project 18020490
INTRODUCTION TO THE SPECIAL PROVISIONS
(December 10, 2020 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2023 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter “Standard Specifications”). The Standard
Specifications, as modified or supplemented by these Special Provisions, all of which are made
a part of the Contract Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from 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 effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(February 14, 2023 JC 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
Contractor shall obtain copies of these publications, at Contractor’s own expense.
DIVISION 1
GENERAL REQUIREMENTS
1-01 DESCRIPTION OF WORK
(February 14, 2023 JC GSP)
This Contract provides for the improvement of
*** Pavement Markings (traffic paint line striping) in calendar years 2023 through 2025, on
Jefferson County roads identified in the Jefferson County Road Operations, Road Striping Log,
and within those areas of Jefferson County lying easterly of the Olympic Mountains, including
but not limited to Brinnon, Quilcene, Port Hadlock, Chimacum, Port Ludlow and Gardiner.
The Contracting Agency will supply all pavement marking paint and reflective glass beads
necessary for the application of painted traffic lines as described in the specifications for this
contract. The Contractor shall provide all labor, equipment, devices, vehicles, traffic control,
and related items and materials incidental to their operation, necessary for the application of
the pavement markings for this contract. ***
and other work, all in accordance with the attached Contract Plans, these Contract Provisions,
and the Standard Specifications.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 3
Project 18020490
1-01.3 Definitions
(January 19, 2022 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace
them with the following:
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 W ork.
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.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted
use and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or
correction or repair remains for the Physical 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 necessarily need to be
furnished by the Contractor by this date.
Completion Date
The day all the 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.
Supplement this Section with the following:
All references in the Standard Specifications or WSDOT General Special Provisions, to
the terms “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 the terms “State” or “state” shall be revised to read “Contracting Agency”
unless the reference is to an administrative agency of the State of Washington, a State
statute or regulation, or the context reasonably indicates otherwise.
All references to “State Materials Laboratory” shall be revised to read “Contracting
Agency designated location”.
All references to “final contract voucher certification” shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 4
Project 18020490
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
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 Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for “Contract Bond” applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
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.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency’s acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which
the Contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian 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
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 5
Project 18020490
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can 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:
To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11" x 17") N/A Furnished automatically
upon award.
Contract Provisions
2 Furnished automatically
upon award.
Large plans (e.g., 22" x
34")
N/A Furnished only upon
request.
Additional plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor’s own expense.
1-02.3 Estimated Quantities
(February 14, 2023 JC GSP)
Section 1-02.3 is supplemented with the following:
The quantities shown on the Bid Proposal Form are ANNUAL ESTIMATES ONLY for
calendar years 2023 through 2025, and are based on the Jefferson County Road
Operations Road Striping Log. The Contracting Agency does not warrant expressly or by
implication that the actual quantities of work will correspond with these estimated
quantities. Payment will be made on the basis of the actual quantities for each item of
work completed in accordance with the contract requirements. Payment for painted lines
will be based on each type of striping line per linear mile of striping (measured to the
nearest hundredth of a linear mile) actually applied by the Contractor.
The Bid Proposal Form for this contract does not contain a bid item for Temporary Traffic
Control. All temporary traffic control shall be provided by the Contractor in accordance
with the Standard Specifications and the Special Provisions, and all costs for temporary
traffic control work, including labor, equipment, and devices to be used in the work shall
be incidental to the application of paint lines.
1-02.4 Examination of Plans, Specifications, and Site of Work
1-02.4(1) General
(February 14, 2023 JC GSP)
The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”,
is revised to read:
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 6
Project 18020490
Prospective Bidders desiring an explanation or interpretation of the Bid Documents,
shall request the explanation or interpretation in writing by 5:00 P.M. on the Tuesday
preceding the bid opening to allow a written reply to reach all prospective Bidders
before the submission of their Bids.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
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
UDBE/DBE/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 Form unless otherwise specified.
1-02.6 Preparation of Proposal
(December 10, 2020 APWA GSP, Option B)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
(February 14, 2023 JC GSP)
The fifth and sixth paragraphs of Section 1-02.6 are deleted.
(December 10, 2020 APWA GSP, Option B)
Delete the last two paragraphs, and replace them with the following:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification
as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for
Award. A Contractor Certification of Wage Law Compliance form is included in the
Proposal Forms.
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
UDBE requirements are to be satisfied through such an agreement.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 7
Project 18020490
A bid by a joint venture shall be executed in the joint 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 UDBE requirements are to be satisfied through such an
agreement.
(February 14, 2023 JC GSP)
Supplement this section with the following:
The Bid Proposal Form submitted by the Contractor shall set forth the unit prices that
they will accept in payment for their services in each of the two years of this contract
(2023 through 2025). No unit price adjustments will be made during the contract term.
(February 14, 2023)
Supplement this section with the following:
Cooperative Purchasing
The Washington State Inter-local Cooperative Act RCW 39.34 provides that other
governmental agencies may purchase goods and services on this solicitation or contract
in accordance with the terms and prices indicated, if all parties are willing.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
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 the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(February 14, 2023 JC GSP)
Delete this section and replace it with the following:
Each proposal shall be submitted in a sealed envelope, with the Project Name and
Project Number as stated in the Call for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
delivery.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 8
Project 18020490
The Contracting Agency will not open or consider any Bid Proposal that is received after
the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location
other than that specified in the Call for Bids.
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals, and
2. The Contracting Agency receives the request before the time set for receipt of
Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the Contracting
Agency before the time set for receipt of Bid Proposals.
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(December 30, 2022 APWA GSP)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified 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 right 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 (WSDOT
Form 271-015), if applicable, as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete a Disadvantaged Business
Enterprise Certification (WSDOT Form 272-056), if applicable, as required in
Section 1-02.6;
i. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from
each DBE firm listed on the Bidder’s completed DBE Utilization Certification
that they are in agreement with the bidder’s DBE participation commitment, if
applicable, as required in Section 1-02.6, or if the written confirmation that is
submitted fails to meet the requirements of the Special Provisions;
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 9
Project 18020490
j. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable,
as required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was
made;
k. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-
054), if applicable, as required in Section 1-02.6, or if the documentation that
is submitted fails to meet the requirements of the Special Provisions;
l. The Bidder fails to submit DBE Trucking Credit Forms (WSDOT Form 272-
058), if applicable, as required in Section 1-02.6, or if the documentation that
is submitted fails to meet the requirements of the Special Provisions;
m. The Bid Proposal does not constitute a definite and unqualified offer to meet
the material terms of the Bid invitation; or
n. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting
Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, Option A)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended.
The Contracting Agency will verify that the Bidder meets the mandatory bidder
responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the
Contracting Agency reserves the right to request documentation as needed from the Bidder
and third parties concerning the Bidder’s compliance with the mandatory bidder
responsibility criteria.
If the Contracting Agency determines the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the
Contracting Agency shall notify the Bidder in writing, with the reasons for its determination.
If the Bidder disagrees with this determination, it may appeal the determination within two
(2) business days of the Contracting Agency’s determination by presenting its appeal and
any additional information to the Contracting Agency. The Contracting Agency will consider
the appeal and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency’s final
determination.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 10
Project 18020490
1-02.15 Pre-Award Information
(December 30, 2022 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:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order of
and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
(February 14, 2023 JC GSP)
Supplement this section with the following:
8. Information regarding similar work the Contractor has completed for one or more
government agencies in the past five (5) years. The information shall include the name,
address, and phone number of the agencies and the contact information of a person from
each agency that worked directly with the Contractor and was responsible for the contract
work. Submittal of an experience record report which shows that the apparent lowest
responsible bidder has a minimum of five (5) years’ experience doing this type of work.
9. A list of equipment showing the type and size of equipment owned and/or to be
purchased or rented for use on this contract.
10. A preliminary Type-A Progress Schedule showing when the work will begin and when
the work will be completed, within the number of working days stated in the provisions.
1-03 Award and Execution of Contract
1-03.3 Execution of Contract
(January 19, 2022 APWA GSP)
Revise this section to read:
Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays),
the successful Bidder shall provide the information necessary to execute the Contract to
the Contracting Agency. The Bidder shall send the contact information, including the full
name, email address, and phone number, for the authorized signer and bonding agent to
the Contracting Agency.
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following award.
The number of copies to be executed by the Contractor will be determined by the
Contracting Agency.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 11
Project 18020490
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, a satisfactory bond as required by law and Section 1-03.4, the Transfer
of Coverage form for the Construction Stormwater General Permit with sections I, III, and
VIII completed when provided. 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.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 10 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency-furnished form(s);
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 Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations, duties, and
conditions under the Contract, including but not limited to the duty and obligation to
indemnify, defend, and protect the Contracting Agency against all losses and claims
related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, material person, or any other person who provides supplies or
provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
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 partner). If the Contractor is a corporation, the bond(s) must be signed
by the president or vice president, unless accompanied by written proof of the
authority of the individual signing the bond(s) to bind the corporation (i.e., corporate
resolution, power of attorney, or a letter to such effect signed by the president or vice
president).
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 12
Project 18020490
(February 14, 2023 JC GSP)
Supplement this section with the following:
The Contractor shall provide to the Contracting Agency an executed Contract Bond for
the Total Contract Amount for calendar years 2023 through 2025 at the beginning of the
2023 work year. At the Contractor’s option, a separately executed Contract Bond for
each contract year in the amount for each contract year may be provided at the beginning
of each contract year.
contract amount at the beginning of the 2024 work year.
1-03.7 Judicial Review
(December 30, 2022 APWA GSP)
Revise this section to read:
All decisions made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the Superior
Court of the county where the Contracting Agency headquarters is located, provided that
where an action is asserted against a county, RCW 36.01.050 shall control venue and
jurisdiction.
1-04 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda
(December 30, 2022 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,
4. Contract Plans,
5. Standard Specifications,
6. Contracting Agency’s Standard Plans or Details (if any), and
7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Changes
(January 19, 2022 APWA GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-04.5 Procedure, Protest, and Dispute by the Contractor
(January 19, 2022 APWA GSP)
Revise item 1 of the first paragraph to read:
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 13
Project 18020490
1. Give a signed written notice of protest to the Engineer or the Engineer’s field
Inspectors within 10 calendar days of receiving a change order or an Engineer’s Written
Determination.
1-05 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 necessary.
If the Contractor fails 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.
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.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented with the following:
(March 13, 1995 WSDOT GSP)
Other Contracts Or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will be
performed by others during the course of this project and will require coordination of the
work:
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 14
Project 18020490
***
Jefferson County Public Works Annual Bituminous Surface Treatment (BST)
Program.
Contact: Matt Stewart
Jefferson County Public Works Road Maintenance Superintendent
360-344-9705
1. Pavement marking for all Phase 2 Roads to begin after completion of the Annual
Bituminous Surface Treatment Program work for the 2023 through 2025 contract.
See Special Provisions, Section 1-08.5 Time for Completion.
***
1-07 Legal Relations and Responsibilities to the Public
1.07.1 Laws to be Observed
Section 1-07.1 is supplemented with the following:
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 Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial 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.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 15
Project 18020490
1-07.2 State Taxes
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting 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 amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) 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 60.28.051). 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.
1-07.2(1) State Sales Tax — Rule 171
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 materials,
equipment, or supplies used or consumed in doing the work.
1-07.2(2) State Sales Tax — Rule 170
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.
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 in the unit bid item prices, or in any other
contract amount subject to Rule 170, with the following exception.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 16
Project 18020490
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor
or a 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(3) 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).
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(December 30, 2022 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating
of not less than A-: VII and licensed to do business in the State of Washington. The
Contracting Agency reserves the right to approve or reject the insurance provided, based
on the insurer’s financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor’s Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims-made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made and state the retroactive date. Claims-
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period (“tail”) or execute another form of
guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency’s insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the
Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute
with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with written
notice of any policy cancellation, within two business days of their receipt of such notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 17
Project 18020490
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute
a material breach of contract, upon which the Contracting Agency may, after giving five
business days’ notice to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of
the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder’s Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
The above-listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether the
Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits
lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage that
complies with all applicable requirements of the Contractor-provided insurance as set forth
herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20
10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to
demand such verification of coverage with these insurance requirements or failure of
Contracting Agency to identify a deficiency from the insurance documentation provided shall
not be construed as a waiver of Contractor’s obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 18
Project 18020490
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements – actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the Contractor
delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s
maintenance of insurance, its scope of coverage, and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance,
or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in
equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval by
the Contracting Agency. The cost of any claim payments falling within the deductible or self-
insured retention shall be the responsibility of the Contractor. In the event an additional
insured incurs a liability subject to any policy’s deductibles or self-insured retention, said
deductibles or self-insured retention shall be the responsibility of the Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad
as ISO occurrence form CG 00 01, including but not limited to liability arising from premises,
operations, stop gap liability, independent contractors, products-completed operations,
personal and advertising injury, and liability assumed under an insured contract. There shall
be no exclusion for liability arising from explosion, collapse or underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor’s completed operations for at least three years following Substantial Completion
of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offence
$1,000,000 Stop Gap / Employers’ Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be
written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the
transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48
endorsements.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 19
Project 18020490
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers’ Compensation
The Contractor shall comply with Workers’ Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-08 Prosecution and Progress
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1-08.0(1) Preconstruction Conference
(October 10, 2008 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 preconstruction 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 preconstruction conference 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.
(February 14, 2023 JC GSP)
Supplement this section with the following:
A preconstruction conference will be held prior to the commencement of work for each
contract year, 2023 through 2025. The preconstruction conference will be scheduled by
the Contracting Agency approximately one month prior to commencement of the work for
each contract year.
Prior to commencement of work for each contract year (preferably at the preconstruction
conference), the Contractor shall submit an experience record report to show that the
assigned striping crew Foreman/Lead has a minimum of five (5) years’ experience in
this type of work, with at least two (2) of those years in an on-site lead position. The
Contractor shall also submit an experience record report for any alternate
Foreman/Lead that may temporarily substitute for, or permanently replace the person
in the Foreman/Lead position in any portion of the two (2) contract years.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 20
Project 18020490
Substitution of Foreman/Lead personnel will not be allowed without the Contracting
Agency’s approval of the qualifications of the substitute or replacement personnel. The
experience record report for the substitute/replacement Foreman/Lead shall be submitted
to the Contracting Agency a minimum of two (2) working days prior to the new personnel
working on this project as a Foreman/Lead. If the Contracting Agency’s Inspector
determines that the work is not proceeding satisfactorily under the substitute or
replacement Foreman/Lead, the work will cease until the Contractor can provide a
qualified Foreman/Lead that the Contracting Agency approves.
Working Days will continue to be counted by the Contracting Agency during the time
period while the Contractor is providing a substitute or replacement Foreman/Lead.
Add the following new section:
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Except in the case of emergency or unless otherwise approved by the Engineer, the
normal working hours for the Contract shall be any consecutive 8-hour period between
6:00 a.m. and 9:00 p.m. Monday through Saturday, exclusive of a lunch break. If the
Contractor desires different than the normal working hours stated above, the request
must be submitted in writing prior to the preconstruction conference, subject to the
provisions below. The working hours for the Contract shall be established at or prior to
the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions (such
as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the Contractor
shall submit a written request to the Engineer for consideration. This request shall state
what hours are being requested, and why. Requests shall be submitted for review no
later than 2 working days prior to the day(s) the Contractor is requesting to change the
hours.
If the Contracting Agency approves such a deviation, such approval may be subject to
certain other conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for Contracting
Agency representatives who worked during such times. (The Engineer may
require designated representatives to be present during the work.
Representatives who may be deemed necessary by the Engineer include, but are
not limited to: survey crews; personnel from the Contracting Agency’s material
testing lab; inspectors; and other Contracting Agency employees or third party
consultants when, in the opinion of the Engineer, such work necessitates their
presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as working
days with regard to the contract time.
3. 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.
4. If a 4-10 work schedule is requested and approved the non working day for the
week will be charged as a working day.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 21
Project 18020490
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met
and recorded properly on certified payroll.
1-08.3 Progress Schedule
General Requirements
Section 1-08.3(1) is supplemented with the following:
(February 14, 2023 JC GSP)
In addition to information required in Items 1 through 6, the Progress Schedule shall
include the following milestones and/or activities:
***
Pavement marking for all Phase 2 Roads to begin after completion of the Annual
Bituminous Surface Treatment Program work for the 2023 through 2025 contract.
This requirement requires coordination with the Jefferson County Engineer and the
Jefferson County Public Works Road Maintenance Superintendent.
***
1-08.3(2)A Type A Progress Schedule
(December 30, 2022 APWA GSP)
Revise this section to read:
The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the
preconstruction conference, 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.
Prosecution of Work
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 22
Project 18020490
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect the
fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion
Section 1-08.5 is supplemented with the following:
(March 13, 1995 WSDOT GSP)
This project shall be physically completed within
***
30 working days in 2023
30 working days in 2024
30 working days in 2025
**
(February 14, 2023 JC GSP)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date
that all of the following preparations have been completed:
1. The roadway paint line pre-marking by the Contracting Agency has been
completed.
2. The roadway cleaning/sweeping by the Contracting Agency has been
completed, or has a sufficient quantity of cleaned roadways to allow the
Contractor’s work to progress without delay while the roadway
cleaning/sweeping is completed.
3. The Contracting Agency provided materials have been delivered to the
predetermined material storage location(s) in sufficient quantities for the
Contractor’s work to proceed. If supply restrictions prevent the entire quantity of
Contracting Agency provided materials from being obtained before the first
working day, the Contracting Agency will make every effort to obtain the
remaining required materials as soon as possible.
4. The Contractor’s equipment and those materials provided by the Contractor as
incidental to the work have arrived on-site and are available for use.
5. The Contractor’s equipment has been tested and is performing as required by
the Contracting Agency.
In each contract year, 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 Engineer will provide the Contractor with a statement that shows the
number of working days: (1) charged to the contract the week before; (2) specified for the
physical completion of that year’s contract work ; and (3) remaining for the physical
completion of that year’s contract work. The statement will also show the nonworking
days and all partial or whole days the Engineer declares as unworkable. The statement
will be identified as a Written Determination by the Engineer. If the Contractor does not
agree with the Written Determination of working days, the Contractor shall pursue the
protest procedures in accordance with Section 1-04.5. By failing to follow the procedures
of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day 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
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 23
Project 18020490
charged as a working day then the fifth day of that week will be charged as a working day
whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
In each contract year, the Engineer will give the Contractor written notice of the
completion date for that year’s work after all the Contractor’s obligations under the
contract have been performed by the Contractor for that year. The following events must
occur before the Completion Date for that year can be established:
1. The physical work on the project for that contract year must be complete; and
2. The Contractor must furnish all documentation required by the contract and required
by law, to allow the Contracting Agency to process final acceptance of the contract
work for that year. The following documents must be received by the Project Engineer
prior to establishing a completion date for that contract year:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and
all Subcontractors
f. Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented with the following:
For each contract year’s work, the thirty (30) working days are not required to be
continuous.
For each contract year, the Contractor shall provide the Contracting Agency with their
proposed start-work date, two (2) weeks prior to the proposed start-work date.
Lane Line painting on Contracting Agency roads shall not begin before May 1st in any
contract year. All contract work shall be physically completed no later than 8:00 p.m. on
the first Saturday of October in each contract year. Preliminary work in advance of the
first contract working day, to prepare equipment and coordinate materials, may take place
on the premises of the Jefferson County Road Shops in Port Hadlock and Quilcene. This
preliminary work requires prior arrangement and approval by the Engineer.
All lane line paint application shall be accomplished in accordance with Sections 8-22 and
9-34 of the current Standard Specifications.
Lane line paint application will occur on the following two types of roads:
Phase 1: Roads that have existing paint lane lines that shall receive one coat of new
traffic paint and glass beads each year.
Phase 1: Roads that are included in the Contracting Agency’s Annual Bituminous
Surface Treatment (BST) Program (pre-level, bituminous surface treatment, and fog
seal) shall receive two coats of new traffic paint and glass beads to create lane lines
as indicated on specific roads or road segments after resurfacing is completed.
Painting of Phase 2 roads shall not commence without permission from the Engineer. The
Contracting Agency’s BST Program normally begins in mid-June and ends by August 31st
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 24
Project 18020490
each year. The application of base emulsion and aggregate in the BST process is followed
by an application of an emulsion seal coat (fog-seal). The Contracting Agency’s standard
practice is to allow the seal coat to cure for a period of up to two (2) weeks, depending on
the weather, before traffic paint can be applied to the seal coated surface. The Engineer
will determine that the seal coat has cured sufficiently, either individually or collectively, to
permit paint applications to proceed on Phase 2 roads.
Contract work on both Phase 1 roads and Phase 2 roads shall begin no later than thirty
(30) working days prior to 6:00 am Saturday of the first week of October in each contract
year.
Contract work on Phase 1 roads may begin before the Contracting Agency’s BST program
begins in mid-June as weather permits.
Contract work on Phase 2 roads shall begin as soon as practicable following the seal coat
curing period and upon notice to proceed from the Engineer.
Traffic lane line painting may proceed concurrently on Phase 1 and Phase 2 roads. If the
work on Phase 1 roads is completed prior to the end of the seal coat cure period for Phase
2 roads, the Contractor shall return to accomplish the contract work on Phase 2 roads as
soon as practicable and upon notice to proceed from the Engineer.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented with the following:
(September 8, 2020 WSDOT GSP)
Liquidated damages in the amount of *** $500.00 *** per working day will be assessed for
failure to physically complete the Contract within the physical completion time specified.
1-09.6 Force Account
(December 30, 2022 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All such
dollar amounts are to become a part of Contractor's total bid. However, the Contracting
Agency does not warrant expressly or by implication, that the actual amount of work will
correspond with those estimates. Payment will be made on the basis of the amount of work
actually authorized by the Engineer.
1-09 MEASUREMENT AND PAYMENT
1-09.9 Payments
(December 30, 2022 APWA GSP)
Section 1-09.9 is revised to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 25
Project 18020490
include a basis for incremental payments as part of the respective Specification. Absent a
lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer’s determination of the cost of work shall be
final.
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will be
established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments.
The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer’s
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site
or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
Failure to perform obligations under the Contract by the Contractor may be decreed by the
Contracting Agency to be adequate reason for withholding any payments until compliance
is achieved.
Upon completion of all Work and after final inspection (Section 1-05.11), the amount due
the Contractor under the Contract will be paid based upon the final estimate made by the
Engineer and presentation of a Final Contract Voucher Certification to be signed by the
Contractor. The Contractor's signature on such voucher shall be deemed a release of all
claims of the Contractor unless a Certified Claim is filed in accordance with the
requirements of Section 1-09.11 and is expressly excepted from the Contractor’s
certification on the Final Contract Voucher Certification. The date the Contracting Agency
signs the Final Contract Voucher Certification constitutes the final acceptance date
(Section 1-05.12).
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 26
Project 18020490
If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher
Certification or any other documentation required for completion and final acceptance of
the Contract, the Contracting Agency reserves the right to establish a Completion Date (for
the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the
Contract. Unilateral final acceptance will occur only after the Contractor has been provided
the opportunity, by written request from the Engineer, to voluntarily submit such documents.
If voluntary compliance is not achieved, formal notification of the impending establishment
of a Completion Date and unilateral final acceptance will be provided by email with delivery
confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar
days for the Contractor to submit the necessary documents. The 30 calendar day period
will begin on the date the email with delivery confirmation is received by the Contractor.
The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification
shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The
reservation by the Contracting Agency to unilaterally accept the Contract will apply to
Contracts that are Physically Completed in accordance with Section 1-08.5, or for
Contracts that are terminated in accordance with Section 1-08.10. Unilateral final
acceptance of the Contract by the Contracting Agency does not in any way relieve the
Contractor of their responsibility to comply with all Federal, State, tribal, or local laws,
ordinances, and regulations that affect the Work under the Contract.
Payment to the Contractor of partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
1-09.11(3) Time Limitation and Jurisdiction
(December 30, 2022 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties that
all claims or causes of action which the Contractor has against the Contracting Agency
arising from the Contract shall be brought within 180 calendar days from the date of final
acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further
agreed that all such claims or causes of action shall be brought only in the Superior Court
of the county where the Contracting Agency headquarters is located, provided that where
an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
The parties understand and agree that the Contractor’s failure to bring suit within the time
period provided, shall be a complete bar to all such claims or causes of action. It is further
mutually agreed by the parties that when claims or causes of action which the Contractor
asserts against the Contracting Agency arising from the Contract are filed with the
Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency
to have timely access to all records deemed necessary by the Contracting Agency to assist
in evaluating the claims or action.
1-09.13(3)A Arbitration General
(January 19, 2022 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of
the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in
the Superior Court of the county in which the Contracting Agency’s headquarters is located,
provided that where claims subject to arbitration are asserted against a county, RCW
36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use
the Contract as a basis for decisions.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 27
Project 18020490
1-09.13(4) Venue for Litigation
(December 30, 2022 APWA GSP)
Revise this section to read:
Litigation shall be brought in the Superior Court of the county in which the Contracting
Agency’s headquarters is located, provided that where claims are asserted against a
county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is
mutually agreed by the parties that when litigation occurs, the Contractor shall permit the
Contracting Agency to have timely access to all records deemed necessary by the
Contracting Agency to assist in evaluating the claims or action.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Control Management
General
Section 1-10.2(1) is supplemented with the following:
(October 3, 2022 WSDOT GSP)
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
https://www.nwlett.edu
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
https://www.esc.org
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
https://atssa.com/training
Integrity Safety
13912 NE 20th Ave.
Vancouver, WA 98686
(360) 574-6071
https://www.integritysafety.com
US Safety Alliance
(904) 705-5660
https://www.ussafetyalliance.com
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 28
Project 18020490
K&D Services Inc.
2719 Rockefeller Ave.
Everett, WA 98201
(800) 343-4049
https://www.kndservices.net
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented with the following:
(February 14, 2023 JC GSP)
A Contracting Agency provided Traffic Control Management Plan (TCMP) is made a part of
these specifications as Exhibit C, attached.
The TCMP is designed to temporarily control traffic within the work zones, and protect the
newly painted lane striping from damage until the paint has sufficiently dried. The TCMP
includes a description of the various aspects of the traffic control methods approved for use
under this contract, as well as the equipment, labor, and devices and approximate quantities
of each to be used. Failure by the Contractor’s Foreman/Lead and crew to adhere to the TCMP
may result in work delays or stoppage until the nonconforming element(s) is brought into
compliance with the TCMP.
The Contractor may submit an alternate TCMP to the Engineer for approval at least ten (10)
working days prior to the first day of painting work in any contract year. The alternate TCMP
must be approved by the Engineer for use prior to the first day of painting work.
1-10.5 Payment
Section 1-10.5 is supplemented with the following:
(February 14, 2023)
1-10.5(4) Incidental Temporary Traffic Control
The Contractor’s costs for all aspects and elements of Temporary Traffic Control for this
Contract shall be incidental to the Contract Bid Items.
All temporary traffic control methods, materials, and devices used by the Contractor in the
performance of the contract work shall be in accordance with the Contracting Agency provided
Traffic Control Management Plan (TCMP) and the current edition of the Standard
Specifications.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 29
Project 18020490
DIVISION 8 MISCELLANEOUS CONSTRUCTION
8-22 PAVEMENT MARKING
8-22.1 Description
Section 8-22.1 is supplemented with the following:
(February 14, 2023 JC GSP)
Supply of Materials
Pavement marking materials installed under this contract shall be provided by the
Contracting Agency. The Contracting Agency will offload and stockpile the materials at the
Contracting Agency facilities specified below, and then reload any unused or surplus
materials for return to the supplier, or otherwise dispose of them. The Contractor shall
assume all other responsibility for handling of the Contracting Agency supplied materials
for their painting operations.
Any materials other than the above described paint and glass beads (i.e. equipment
cleaning solvents/solutions, lubricants, and other implements necessary to the
Contractor’s operations) required to complete the work shall be supplied by the Contractor,
and the cost for such materials shall be incidental to the Contractor’s work.
Contracting Agency supplied paint striping materials will be delivered to and stock-piled
at the Jefferson County Public Works, Road Maintenance & Operations Shop, located at
371 Chimacum Road, Port Hadlock, WA 98339.
The Contracting Agency will provide space at the same location for the Contractor’s stripe
painting vehicles, equipment, and incidental materials related to the work for the duration
of the project in each of the three (3) contract years.
To facilitate more rapid completion of the work on roadways located within the southeast
region of the County, per the Contractor’s advance request and with the Engineer’s
approval, the Contracting Agency will transport and stockpile the quantities of paint and
glass beads requested by the Contractor, and will provide storage space for the materials
and the Contractor’s striping vehicles, equipment, and incidental materials at the County’s
Road Maintenance & Operations Shop, located at 295316 Hwy-101, Quilcene, WA 98376.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 30
Project 18020490
The Contractor is responsible for the security of their vehicles and equipment, as well as
the clean-up and remediation of any spills caused by them or their equipment in
accordance with the Contractor supplied Spill Prevention, Control, and Countermeasures
Plan (SPCC).
For other than the loading and offloading of materials transported by the Contracting
Agency, the Contracting Agency will not provide forklift assistance to the Contractor at the
above locations, or at any other Contracting Agency facilities. The Contractor shall provide
their own forklift or other lifting equipment and be solely responsible for materials and
equipment loading and unloading operations, and any other day-to-day manipulation of
said items situated within or outside any Contracting Agency facility.
(February 14, 2023 JC GSP)
Contractor Control of Materials
The Contractor shall inform the Contracting Agency as soon as possible, of any shortfall
in paint or beads that would require additional material to be purchased.
(February 14, 2023 JC GSP)
Pre-operational Meeting
Prior to the beginning of paint striping operations, the Contractor and Engineer will
arrange a pre-operational meeting. The Contractor shall demonstrate at this meeting that
all equipment to be used in the operation, including actual stripe painting equipment and
compressed-air surface cleaning systems, as well as all traffic control units and devices,
are capable of meeting the specifications.
The paint striping equipment demonstration will be conducted according to the test
methods listed in these specifications. The use of all materials and equipment for this
demonstration shall be considered incidental to the project. The Engineer will solely
determine whether equipment, as well as all traffic control units and devices, meet
minimum specifications. Any deficiencies noted will be relayed to the Contractor. All
deficiencies shall be corrected by the Contractor, and demonstrated to the satisfaction of
the Engineer. When the Engineer is satisfied that all equipment and traffic control units
and devices meet the specifications, notice will be issued to the Contractor allowing paint
striping to begin.
Any subsequent replacements, additions, or deletions of equipment or traffic control units
or devices shall not be allowed without prior approval of the Engineer.
All equipment and devices shall be approved by the Engineer and completely functional
prior to the Contractor commencing with stripe painting work, and the same shall remain
completely functional for the duration of the work. If any equipment item or device ceases
to operate correctly or adequately, painting operations shall cease until the deficiency has
been corrected.
(February 14, 2023 JC GSP)
Equipment Tests
The following Contractor paint striping equipment testing shall be applied to a smooth
asphalt or concrete pavement.
The paint striping test strip shall be required to determine pavement marking uniformity
and thickness prior to the actual placement of paint stripe markings on the roadway
surface. This test strip shall be for paint and glass beads.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 31
Project 18020490
The painted line shall be uniform and have no pulsating cycles present. The paint striper
vehicle shall come to full operational speed and spray the paint onto a clean smooth
ferrous metal panel that has been taped down securely. Thickness of the painted line shall
be determined by using the Standard Test Method for Measurement of Wet Nonmagnetic
Coatings Applied to a Ferrous Base Using Wet Film Thickness gauges. This test will be
conducted for all paint guns that are to be used for either paint color, and in striping both
4 inch and 8-inch wide lines. Each gun must meet the 15 mils wet film thickness
specification before it will be approved for use in the stripe painting.
The test strip shall be required to verify adequate placement of the glass beads into the
painted line prior to the actual placement of the painted line on the roadway surface. Glass
beads shall be applied immediately following the application of paint to provide good
adhesion, reflectivity, uniform bead dispersal throughout the painted line, and to
consistently provide for the maximum amount of beads to be embedded into the painted
line. The beaded line shall be uniformly coated with glass beads and have no pulsating
cycles present. The stripe painting vehicle shall come to full operational speed, spray the
paint and apply the glass beads to a clean, smooth, black tar paper that has been taped
down securely. The beaded line produced in this test section will be allowed to cure for a
sufficient period of time, so that when it is lightly broomed, no glass that was embedded
in the painted line is removed.
All of the Contractor’s vehicles involved in stripe painting operations shall be equipped
with electronic communication devices so that the crews can communicate internally
throughout the period of operations. The paint striping vehicle driver and the painter(s)
shall have direct electronic communication at all times while operating.
8-22.2 Materials
Section 8-22.2 is supplemented with the following:
(February 14, 2023 JC GSP)
The following pavement marking materials will be supplied by the Contracting Agency for the
application of painted lines:
Section 9-34 Pavement Marking Material;
1. 9-34.2 Low VOC Waterborne Paint.
2. 9-34.4 Glass Beads.
8-22.3 Construction Requirements
8-22.3(2) Preparation of Roadway Surfaces:
Section 8-22.3(2) is supplemented with the following:
(February 14, 2023 JC GSP)
Advance Cleaning of Road Surfaces
The Contractor’s paint spraying equipment shall be fitted with a compressed-air nozzle
situated forward of each painting tip or spray-gun assembly to serve as a final measure
for removal of dirt and debris from the road surface to be painted. The compressed-air
nozzle system may operate independently from the painting system, but shall operate
simultaneously with paint application.
The compressed-air system shall be fitted with an in-line filter, situated between the
compressor and the air delivery nozzle, sufficient to prevent contaminants from being
introduced by the compressed-air system to the road surface to be painted.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 32
Project 18020490
Prior to beginning painting operations, the Contractor shall demonstrate to the satisfaction
of the Engineer/Inspector, that the compressed-air system is capable of supplying
sufficient force to adequately remove loose dirt and debris from the road surface in the
path of the paint applicators. (Either a fan-style nozzle(s) or a multiple nozzle array with
variable-psi control is recommended.)
If the surface cleaning system does not operate to the satisfaction of the
Engineer/Inspector, paint application work shall stop until corrective measures can be
taken. Striping work shall not recommence until the Engineer/Inspector is satisfied with
the performance of the surface cleaning system, and he/she gives the Contractor
permission to proceed.
8-22.3(3)E Installation:
Section 8-22.3(3)E is supplemented with the following:
(February 14, 2023 JC GSP)
Temperature at Time of Application
The Contractor shall strictly adhere to the following Standard Specifications statement:
“When applying paint…ensure that both the pavement surface and the air temperature at
the time of application are not less than 50-degrees Fahrenheit and rising.” These special
provisions provide broad hours of operation, which should allow the Contractor ample
time to complete their work each day without beginning operations before the required
temperature is reached. Therefore, the Contractor shall not commence painting, or
continue to paint, when the pavement and air temperatures are below 50-degrees
Fahrenheit.
8-22.3(3)F Application Thickness:
Section 8-22.3(3)F is supplemented with the following:
(February 14, 2023 JC GSP)
Paint thickness and glass bead application rate shall be in accordance with Standard
Specifications 8-22.3(3)F. If the Engineer determines that the application of paint or glass
beads on any road or road-section is insufficient or incomplete, the Contractor shall
reapply paint and beads to that section at no charge to the Contracting Agency.
When shifting from application of the first coat of paint (10-mils) on Phase 2 roads to
applying either the second coat of paint (15-mils) on Phase 2 roads, or the single coat of
paint (15-mils) required on Phase 1 roads, the Contractor shall adjust the output of their
spray equipment accordingly, and test the equipment to ensure the application rate is
correct before fully recommencing painting operations. Thickness testing shall be
performed in accordance with the Special Provision Section 8-22.1 Equipment Tests.
8-22.3(4) Tolerances for Lines:
Section 8-22.3(4) is supplemented with the following:
(February 14, 2023 JC GSP)
Paint Line Application
Painted lines shall be placed with equipment that is capable of producing a relatively
straight or uniformly curving line to match the roadway alignment as required. The painted
lines shall be uniform and free of erratic waves. Painted line ends shall be square, crisp,
and clean.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 33
Project 18020490
Width of Line
The width of painted lines shall not deviate more than plus or minus 1/4-inch in any 10
linear foot segment of line.
Thickness
A thickness tolerance not exceeding plus or minus five-percent (+/- 5%) will be allowed
for thickness and/or yield in paint materials application.
If painted lines are not applied to the satisfaction of the Inspector, work shall be stopped
until corrective measures can be taken. Striping work shall not recommence until the
Inspector is satisfied with the quality and thickness of the paint stripe, and he/she gives
the Contractor permission to proceed.
8-22.3(6) Removal of Pavement Markings
Section 8-22.3(6) is supplemented with the following:
(February 14, 2023 JC GSP)
Defective and Unauthorized Work Construction Requirements
Non-specification materials, tracking marks, spilled material, materials not within
allowable placement tolerances, rain damaged, unauthorized work, or markings applied
in non-specified areas shall be considered as defective work.
Defective work and paint striping problems that impair traffic (i.e. improper alignment,
broken equipment, spilled material, etc.) shall be remedied immediately if it causes a
safety problem as determined by the Engineer; otherwise it shall be remedied prior to the
completion date at the Contractor’s expense.
Removal of defective work shall be accomplished by an approved effective method (i.e.
shot blasting, high pressure water blasting) as approved by the Engineer. Line grinding,
blacking out, or covering up the lines shall not be allowed, except as a temporary measure
in a short-term emergency and with the approval of the Engineer. The short- term measure
shall be removed after the emergency has ceased and with the approval of the Engineer.
At the pre-construction meeting the Contractor shall submit, for approval by the Engineer,
a written detailed method for the removal of all accidental spills, splatters, drips and over
spray on traffic vehicles which may occur during the pavement-marking operations. This
written submittal shall also designate a supervisory employee of the Contractor who will
be responsible for taking the required corrective action if and when paint damage occurs.
Work and materials that conforms to these Specifications shall replace defective work.
(February 14, 2023 JC GSP)
Protection of Pavement Markings
To avoid damage or tracking of newly applied striping paint by normal traffic movements, the
Contractor shall protect the paint-lines from traffic until the paint is sufficiently dry. Protection
shall include all necessary and appropriate temporary traffic control, including temporary traffic
control devices (signs and cones). Traffic control to protect the newly applied striping paint
shall conform to the County provided TCMP (Exhibit C) at a minimum. (See Special Provision
Section 1-10.2(2) Traffic Control Plans, above.)
No later than at the pre-construction meeting, the Contractor shall submit, for approval by the
Engineer, a written detailed temporary traffic control plan for prevention of tracking of freshly
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 34
Project 18020490
applied paint. Any proposed modified plan(s) shall be submitted to the Engineer for approval
no less than ten (10) calendar days in advance of the time the new plan will be implemented.
All damage to private vehicles or other private property resulting from the pavement marking
operation shall be the responsibility of the Contractor.
(February 14, 2023 JC GSP)
Repair of Damage
At the pre-construction meeting, the Contractor shall submit, for approval by the Engineer, a
written memorandum containing a detailed description of the method for removal and cleanup
of any accidental spills, splatters, drips, and overspray which may occur and cause damage
during the striping operations.
This memorandum shall also designate a supervisory employee of the Contractor who will be
responsible for taking the required corrective action if and when paint damage occurs.
8-22.4 Measurement
Section 8-22.4 is supplemented with the following:
(February 14, 2023)
Measurement of Painted Lines
Measurement of all work (lane lines painted) shall be by the mile to the nearest hundredth.
There will be no differentiation in measurement between the types of lines painted.
Measurement shall be per mile of paint line applied, regardless of whether the line is a
Skip-Centerline, a Single-No-Pass Centerline, a Double-No-Pass Centerline, or an Edge-
line. Measurement of Skip-Centerlines shall be as a continuous line with no deduction
for the unpainted area caused by the skip pattern as specified. Where two applications of
paint are applied to a single line type on any road or road segment, each application shall
be measured separately for payment.
The lineal-feet of painted lines applied shall be tracked by an electronic or mechanical
system incorporated in the Contractor’s equipment, and the documentation of those
tracking results shall be provided to the Contracting Agency by the Contractor as an
attachment to any invoices submitted, or when requested by the Engineer as needed to
verify material yields. The tracking results document may be provided in either hard copy
form or in electronic format (pdf).
Geotagged striping-application data that is collected by the contractor’s equipment using
GPS, if applicable, shall be furnished to the county electronically at no additional cost.
(February 14, 2023 JC GSP)
Daily Quantities
At the end of each day of paint application, or prior to beginning operations on the next
working day, the Contractor/Foreman shall submit to the Engineer, a written (not verbal)
report of the total lineal miles (or lineal feet to be translated to lineal miles) of paint-line
applied that day, as recorded by their truck-mounted electronic or mechanical paint-line
measuring equipment. The report may be in the form of a printout produced by the
equipment (i.e. paper sheet or ribbon/tape), or an accurate and legible hand-written copy
of the data displayed on or by the equipment. Failure by the Contractor to supply the
information as specified may result in non-payment for that portion of work conducted
within the period covered by the unsupplied report.
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 35
Project 18020490
The report shall include a lineal measure of each of the following applied that day:
• 4” yellow stripe
• 4” white stripe
• 8” yellow stripe
• 8” white stripe
Each report shall be supplemented with a count of the following materials applied that
day:
• Gallons of yellow paint
• Gallons of white paint
• Pounds of glass beads
Each report shall also be supplemented with the following information:
• Each employee’s name and hours they worked that day
• Each type of equipment/vehicle(s) and hours worked that day
The supplemental information may be provided on the same or separate hand-written
sheet or Contractor supplied form. Paper forms will be provided by the Engineer when
requested by the Contractor at or prior to the Preconstruction Conference.
The Contractor shall provide written certification (signature on the printout or approved
form(s)) that this information is accurate, to assist in verifying contract specifications for
application rates.
8-22.5 Payment
Section 8-22.4 is supplemented with the following:
(February 14, 2023 JC GSP)
“Paint Line”, per lineal mile.
Payment for work on any road will not be made before the work on that road is completed in
its entirety. The Contractor shall make a reasonable effort to complete painting on each road
before they begin painting on other roads or in other contract areas. Partial payments, or
payment for incomplete work will not be made.
The County shall not be billed for any quantity of striping applied to correct problems or
mistakes made by the contractor.
Appendices
(January 2, 2012)
The following appendices are attached and made a part of this contract:
***
APPENDIX A:
Washington State Wage Rates.
APPENDIX B:
Bid Proposal and Contract – Informational Copy
APPENDIX C:
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 36
Project 18020490
Traffic Control Management Plan
APPENDIX D:
Jefferson County Road Operations Striping Log
***
(January 9, 2023)
Standard Plans
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-
01, effective September 30, 2022, is made a part of this contract.
The Standard Plans are revised as follows:
A-10.30
RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The
RISER RING detail is deleted from the plan.
INSTALLATION detail, SECTION A: The “1/4”” callout is revised to read “+/- 1/4" (SEE
CONTRACT ~ Note: The + 1/4" installation is shown in the Section A view)”
B-90.40
Valve Detail – DELETED
C-8
DELETED
C-8A
DELETED
C-20.42
Plan View (Case 22A-31), callout, was; “BEAM GUARDRAIL ANCHOR TYPE 10 PAY
LIMIT” is revised to read; “BEAM GUARDRAIL ANCHOR TYPE 11 PAY LIMIT”
C-23.60
DELETED
C-23.70
Sheet 1, Detail A, callout, was – “EIGHT 5/8” x 1/2" (IN) BOLTS W/ HEX NUTS AND
WASHERS (SEE NOTE 5)”is revised to read: “EIGHT 5/8” x 1-1/2" (IN) BOLTS W/ HEX
NUTS AND WASHERS (SEE NOTE 5)”.
Sheet 2, ANCHOR RAIL ELEMENT DETAIL and associated Enlarged Detail, 3/4"
Diameter hole pattern (8 holes), callout, “3/4" DIAMETER HOLE (TYP.)” is revised to read:
“29/32” x 1 1/8” (IN) SLOT (TYP.)”
D-2.04
DELETED
D-2.06
DELETED
D-2.08
DELETED
D-2.32
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 37
Project 18020490
DELETED
D-2.34
DELETED
D-2.60
DELETED
D-2.62
DELETED
D-2.64
DELETED
D-2.66
DELETED
D-2.68
DELETED
D-2.80
DELETED
D-2.88
DELETED
D-3.15
DELETED
D-3.16
DELETED
D-3.17
DELETED
D-3.10
Sheet 1, Typical Section, callout – “FOR WALLS WITH SINGLE SLOPE TRAFFIC
BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.15”
is revised to read; ”FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE
CONTRACT PLANS”
Sheet 1, Typical Section, callout – “FOR WALLS WITH F-SHAPE TRAFFIC BARRIER.
USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16” is revised
to read; ”FOR WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT PLANS”
D-3.11
Sheet 1, Typical Section, callout – “”B” BRIDGE APPROACH SLAB (SEE BRIDGE
PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD
PLANS D-3.15 OR D-3.16” is revised to read; ”B” BRIDGE APPROACH SLAB OR
MOMENT SLAB (SEE CONTRACT PLANS)
Sheet 1, Typical Section, callout – “TYPICAL BARRIER ON BRIDGE APPROACH SLAB
(SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE
STANDARD PLANS D-3.15 OR D-3.16” is revised to read; “TYPICAL BARRIER ON
BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS)
D-10.10
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 38
Project 18020490
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions
stated in the 11/3/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the revisions stated
in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls”
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.20
STD Plans D-15 series “Traffic Ba rrier Details for Reinforced Concrete Retaining Walls”
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.30
STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls”
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
F-10.18
Note 2, “Region Traffic engineer approval is needed to install a truck apron lower than 3”.”
- DELETED
J-10.10
Sheet 4 of 6, “Foundation Size Reference Table”, PAD WIDTH column, Type 33xD=6’ –
3” is revised to read: 7’ – 3”. Type 342LX / NEMA P44=5’ – 10” is revised to read: 6’ – 10”
Sheet 5 of 6, Plan View, “FOR EXAMPLE PAD SHOWN HERE:, “first bullet” item, “-
SPACE BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6” (IN)” IS REVISED
TO READ: “SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL
STEEL) AND 33x CABINET IS 6” (IN) (CHANNEL STEEL ADDS ABOUT 5” (IN)”
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 39
Project 18020490
J-10.16
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-10.17
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-10.18
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-20.10
Elevation View, horizontal dimension to edge of sidewalk 10” (IN) OR LESS DESIRABLE
~ 18” (IN) MAXIMUM is revised to read: “10” (IN) MAXIMUM”
J-20.26
Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post.”
J-20.16
View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout – “ANCHOR BOLTS
~ ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS REVISED TO
READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER
ASSEMBLY”
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete “(TYP.)” from
the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from
the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from
the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from
the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping
Bolts (see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam.
Torque Clamping Bolts (see Note 1)”
Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” is
revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 2)”
J-21.15
Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE
NIPPLE ~ 1 ½” (IN) DIAM.
J-21.16
Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 40
Project 18020490
J-22.15
Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0”
(2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE
NIPPLE ~ 1 ½” (IN) DIAM.
J-40.10
Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S.
FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2”
(IN) S. S. FLAT WASHER”
J-40.36
Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is
revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-40.37
Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is
revised to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-75.20
Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel Bands”,
add the following to the end of the note: “Alternate: Stainless steel cable with stainless
steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and
associated hardware.”
J-75.41
DELETED
J-75.55
Notes, Note A1, Revise reference, was – G-90.29, should be – G-90.20.
K-80.20
DELETED
L-5.10
Sheet 2, Typical Elevation, callout - “2’ – 0” MIN. LAP SPLICE BETWEEN (mark) A #3
BAR AND WALL REINFORCEMENT ~ TYPICAL” is revised to read: “2’ – 0” MIN. LAP
SPLICE BETWEEN (MARK) A #4 BAR AND WALL REINFORCEMENT ~ TYPICAL”
Section C, callout; “(mark) A #3” is revised to read: “(mark) A #4”, callout - “(mark) B #3”
is revised to read: “(mark) B #4”, callout - “(mark) C #3 TIE” is revised to read: “(mark) C
#4 TIE”
Reinforcing Steel Bending Diagram, (mark) B detail, callout – “128 deg.” is revised to read:
“123 deg.”, callout – “51 deg.” is revised to read: “57 deg.”
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-10.10-00........8/7/07 A-30.35-00.......10/12/07 A-50.10-01……...8/17/21
A-10.20-00......10/5/07 A-40.00-01.........7/6/22 A-50.40-01……...8/17/21
A-10.30-00......10/5/07 A-40.10-04.........7/31/19 A-60.10-03........12/23/14
A-20.10-00......8/31/07 A-40.15-00.........8/11/09 A-60.20-03.........12/23/14
A-30.10-00......11/8/07 A-40.20-04.........1/18/17 A-60.30-01..........6/28/18
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 41
Project 18020490
A-30.30-01......6/16/11 A-40.50-02.........12/23/14 A-60.40-00..........8/31/07
B-5.20-03........9/9/20 B-30.50-03.........2/27/18 B-75.20-03..........8/17/21
B-5.40-02.........1/26/17 B-30.60-00……..9/9/20 B-75.50-02..........3/15/22
B-5.60-02.........1/26/17 B-30.70-04.........2/27/18 B-75.60-00............6/8/06
B-10.20-02........3/2/18 B-30.80-01..........2/27/18 B-80.20-00.........6/8/06
B-10.40-02........8/17/21 B-30.90-02........1/26/17 B-80.40-00.........6/1/06
B-10.70-02……8/17/21 B-35.20-00..........6/8/06 B-85.10-01.........6/10/08
B-15.20-01........2/7/12 B-35.40-00..........6/8/06 B-85.20-00..........6/1/06
B-15.40-01........2/7/12 B-40.20-00..........6/1/06 B-85.30-00..........6/1/06
B-15.60-02........1/26/17 B-40.40-02........1/26/17 B-85.40-00..........6/8/06
B-20.20-02.......3/16/12 B-45.20-01..........7/11/17 B-85.50-01.........6/10/08
B-20.40-04.......2/27/18 B-45.40-01..........7/21/17 B-90.10-00….......6/8/06
B-20.60-03.......3/15/12 B-50.20-00..........6/1/06 B-90.20-00..........6/8/06
B-25.20-02........2/27/18 B-55.20-03..........8/17/21 B-90.30-00..........6/8/06
B-25.60-02.........2/27/18 B-60.20-02..........9/9/20 B-90.40-01..........1/26/17
B-30.05-00……..9/9/20 B-60.40-01..........2/27/18 B-90.50-00..........6/8/06
B-30.10-03.........2/27/18 B-65.20-01..........4/26/12 B-95.20-02..........8/17/21
B-30.15-00……..2/27/18 B-65.40-00..........6/1/06 B-95.40-01..........6/28/18
B-30.20-04.........2/27/18 B-70.20-01..........3/15/22
B-30.30-03.........2/27/18 B-70.60-01..........1/26/17
B-30.40-03..........2/27/18
C-1....................9/8/22 C-22.40-09........9/8/22 C-60.70-01……9/8/22
C-1b...................9/8/22 C-22.45-06........9/8/22 C-60.80-01……..9/8/22
C-1d................10/31/03 C-23.70-00……..8/22/22 C-70.15-00……..8/17/21
C-2c..................8/12/19 C.24.10-03........7/24/22 C-70.10-03........8/20/21
C-4f...................8/12/19 C-24.15-00…….3/15/22 C-75.10-02........9/16/20
C-6a................9/8/22 C-25.20-07........8/20/21 C-75.20-03........8/20/21
C-7.....................9/8/22 C-25.22-06........8/20/21 C-75.30-03........8/20/21
C-7a...................9/8/22 C-25.26-05........8/20/21 C-80.10-02........9/16/20
C-20.10-08.........9/8/22 C-25.30-01…….8/20/21 C-80.20-01........6/11/14
C-20.14-05..........9/8/22 C-25.80-05........8/12/19 C-80.30-02........8/20/21
C-20.15-02..........6/11/14 C-60.10-02…….9/8/22 C-80.40-01........6/11/14
C-20.18-04..........9/8/22 C-60.15-00……..8/17/21 C-85.10-00........4/8/12
C-20.40-09..........9/8/22 C-60.20-01……9/8/22 C-85.11-01........9/16/20
C-20.41-04..........8/22/22 C-60.30-01……8/17/21 C-85.15-02........8/27/21
C-20.42-05..........7/14/15 C-60.40-00……..8/17/21 C-85-18-03........9/8/22
C-20.43-00………8/22/22 C-60.45-00……..8/17/21
C-20.45.03..........9/8/22 C-60.50-00……..8/17/21
C-22.16-07........9/16/20 C-60.60-00……..8/17/21
D-2.36-03........6/11/14 D-4.................12/11/98 D-10.35-00.........7/8/08
D-2.46-02……8/13/21 D-6...................6/19/98 D-10.40-01......12/2/08
D-2.84-00........11/10/05 D-10.10-01......12/2/08 D-10.45-01......12/2/08
D-2.92-01........4/26/22 D-10.15-01......12/2/08
D-3.09-00........5/17/12 D-10.20-01.........8/7/19
D-3.10-01……5/29/13 D-10.25-01.........8/7/19
D-3.11 -03……6/11/14 D-10.30-00.........7/8/08
E-1....................2/21/07 E-4....................8/27/03
E-2....................5/29/98 E-4a..................8/27/03
F-10.12-04.......9/24/20 F-10.62-02........4/22/14 F-40.15-04........9/25/20
F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 42
Project 18020490
F-10.18-03.........3/28/22 F-30.10-04........9/25/20 F-45.10-03........8/13/21
F-10.40-04...........9/24/20 F-40.12-03........6/29/16 F-80.10-04........7/15/16
F-10.42-00.........1/23/07 F-40.14-03........6/29/16
G-10.10-00........9/20/07 G-26.10-00……7/31/19
G-20.10-03........8/20/21 G-30.10-04.......6/23/15
G-22.10-04..........6/28/18 G-50.10-03.......6/28/18
G-24.10-00......11/8/07 G-90.10-03……7/11/17
G-24.20-01......2/7/12 G-90.20-05……7/11/17
G-24.30-02......6/28/18 G-90.30-04……7/11/17
G-24.40-07.....6/28/18 G-95.10-02........6/28/18
G-24.50-05.....8/7/19 G-95.20-03........6/28/18
G-24.60-05.....6/28/18 G-95.30-03........6/28/18
G-25.10-05.......9/16/20
H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-02......8/17/21
H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-02......8/17/21
H-30.10-00......10/12/07 H-60.20-01.........7/3/08
I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07
I-30.10-02.........3/22/13 I-30.30-02.........6/12/19 I-50.20-02..........7/6/22
I-30.15-02.........3/22/13 I-30.40-02.......6/12/19 I-60.10-01..........6/10/13
I-30.16-01.........7/11/19 I-30.60-02.........6/12/19 I-60.20-01..........6/10/13
I-30.17-01.........6/12/19 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16
J-05.50-00…….8/30/22 J-28.10-02......8/7/19 J-50.25-00…….6/3/11
J-10..................7/18/97 J-28.22-00.......8/07/07 J-50.30-00…….6/3/11
J-10.10-04……9/16/20 J-28.24-02.......9/16/20 J-60.05-01…….7/21/16
J-10.12-00……9/16/20 J-28.26-01......12/02/08 J-60.11-00…....5/20/13
J-10.14-00……9/16/20 J-28.30-03......6/11/14 J-60.12-00…....5/20/13
J-10.15-01........6/11/14 J-28.40-02......6/11/14 J-60.13-00…....6/16/10
J-10.16-02……8/18/21 J-28.42-01.......6/11/14 J-60.14-01……7/31/19
J-10.17-02……8/18/21 J-28.43-01.......6/28/18 J-75.10-02……7/10/15
J-10.18-02……8/18/21 J-28.45-03.......7/21/16 J-75.20-01……7/10/15
J-10.20-04……8/18/21 J-28.50-03.......7/21/16 J-75.30-02…….7/10/15
J-10.21-02……8/18/21 J-28.60-03.......8/27/21 J-75.50-00……8/30/22
J-10.22-02........8/18/21 J-28.70-04.......8/30/22 J-75.55-00……8/30/22
J-10.25-00……7/11/17 J-29.10-02.......8/26/22 J-80.05-00……8/30/22
J-10.26-00…….8/30/22 J-29.15-01.......7/21/16 J-80.10-01……8/18/21
J-12.15-00……6/28/18 J-29.16-02.......7/21/16 J-80.12-00……8/18/21
J-12.16-00……6/28/18 J-30.10-01…...8/26/22 J-80.15-00……6/28/18
J-15.10-01........6/11/14 J-40.01-00……..8/30/22 J-81.10-02……8/18/21
J-15.15-02……7/10/15 J-40.05-00……7/21/16 J-81.12-00……9/3/21
J-20.01-00…….8/30/22 J-40.10-04…...4/28/16 J-84.05-00……8/30/22
J-20.10-04........7/31/19 J-40.20-03…...4/28/16 J-86.10-00……6/28/18
J-20.11-03........7/31/19 J-40.30-04……4/28/16 J-90.10-03…….6/28/18
J-20.15-03........6/30/14 J-40.35-01……5/29/13 J-90.20-03…….6/28/18
J-20.16-02........6/30/14 J-40.36-02……7/21/17 J-90.21-02……6/28/18
J-20.20-02........5/20/13 J-40.37-02……7/21/17 J-90.50-00……6/28/18
J-20.26-01........7/12/12 J-40.38-01.......5/20/13
J-21.10-04......6/30/14 J-40.39-00……5/20/13
J-21.15-01......6/10/13 J-40.40-02……7/31/19
J-21.16-01......6/10/13 J-45.36-00……7/21/17
J-21.17-01......6/10/13 J-50.05-00……7/21/17
J-21.20-01......6/10/13 J-50.10-01…….7/31/19
Pavement Marking on Jefferson County Roads, Calendar Years 2023 – 2025 43
Project 18020490
J-22.15-02......7/10/15 J-50.11-02…….7/31/19
J-22.16-03......7/10/15 J-50.12-02…….8/7/19
J-26.10-03…..7/21/16 J-50.13-01…….8/30/22
J-26.15-01…..5/17/12 J-50.15-01…….7/21/17
J-26.20-01…..6/28/18 J-50.16-01…….3/22/13
J-27.10-01…..7/21/16 J-50.18-00…….8/7/19
J-27.15-00…..3/15/12 J-50.19-00…….8/7/19
J-28.01-00……8/30/22 J-50.20-00…….6/3/11
K-70.20-01.......6/1/16 K-80.32-00……8/17/21 K-80.35-01.......9/16/20
K-80.10-02.......9/25/20 K-80.34-00……8/17/21 K-80.37-01.......9/16/20
L-5.10-00……..9/19/22 L-20.10-03........7/14/15 L-40.20-02........6/21/12
L-5.15-00……..9/19/22 L-30.10-02........6/11/14 L-70.10-01.......5/21/08
L-10.10-02........6/21/12 L-40.15-01........6/16/11 L-70.20-01.......5/21/08
M-1.20-04.........9/25/20 M-11.10-04........8/2/22 M-40.20-00......10/12/07
M-1.40-03.........9/25/20 M-12.10-03……8/2/22 M-40.30-01......7/11/17
M-1.60-03.........9/25/20 M-15.10-01........2/6/07 M-40.40-00......9/20/07
M-1.80-03.........6/3/11 M-17.10-02........7/3/08 M-40.50-00......9/20/07
M-2.20-03.........7/10/15 M-20.10-04........8/2/22 M-40.60-00......9/20/07
M-2.21-00……..7/10/15 M-20.20-02........4/20/15 M-60.10-01......6/3/11
M-3.10-04.........9/25/20 M-20.30-04........2/29/16 M-60.20-03......8/17/21
M-3.20-04.........8/2/22 M-20.40-03........6/24/14 M-65.10-03......8/17/21
M-3.30-04.........9/25/20 M-20.50-02........6/3/11 M-80.10-01......6/3/11
M-3.40-04.........9/25/20 M-24.20-02.......4/20/15 M-80.20-00......6/10/08
M-3.50-03.........9/25/20 M-24.40-02.......4/20/15 M-80.30-00......6/10/08
M-5.10-03.........9/25/20 M-24.60-04.......6/24/14
M-7.50-01.........1/30/07 M-24.65-00……7/11/17
M-9.50-02.........6/24/14 M-24.66-00……7/11/17
M-9.60-00……..2/10/09 M-40.10-03......6/24/14
APPENDIX A
Washington State Wage Rates
2/17/23, 8:45 AM about:blank
about:blank 1/18
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
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 fringe
benefits. On public works projects, worker's wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements are provided on the Benefit Code
Key.
Journey Level Prevailing Wage Rates for the Effective Date: 2/17/2023
County Trade Job Classification Wage Holiday Overtime Note *Risk
Class
Jefferson Asbestos Abatement Workers Journey Level $56.80 5D 1H View
Jefferson Boilermakers Journey Level $72.54 5N 1C View
Jefferson Brick Mason Journey Level $66.32 7E 1N View
Jefferson Brick Mason Pointer-Caulker-Cleaner $66.32 7E 1N View
Jefferson Building Service Employees Janitor $15.74 1 View
Jefferson Building Service Employees Shampooer $15.74 1 View
Jefferson Building Service Employees Waxer $15.74 1 View
Jefferson Building Service Employees Window Cleaner $15.74 1 View
Jefferson Cabinet Makers (In Shop)Journey Level $28.43 1 View
Jefferson Carpenters Acoustical Worker $71.53 15J 4C View
Jefferson Carpenters Bridge, Dock And Wharf
Carpenters
$71.53 15J 4C View
Jefferson Carpenters Floor Layer & Floor Finisher $71.53 15J 4C View
Jefferson Carpenters Journey Level $71.53 15J 4C View
Jefferson Carpenters Scaffold Erector $71.53 15J 4C View
Jefferson Cement Masons Application of all Composition
Mastic
$70.09 15J 4U View
Jefferson Cement Masons Application of all Epoxy
Material
$69.59 15J 4U View
Jefferson Cement Masons Application of all Plastic
Material
$70.09 15J 4U View
Jefferson Cement Masons Application of Sealing
Compound
$69.59 15J 4U View
Jefferson Cement Masons Application of Underlayment $70.09 15J 4U View
Jefferson Cement Masons Building General $69.59 15J 4U View
Jefferson Cement Masons Composition or Kalman Floors $70.09 15J 4U View
Jefferson Cement Masons Concrete Paving $69.59 15J 4U View
Jefferson Cement Masons Curb & Gutter Machine $70.09 15J 4U View
Jefferson Cement Masons Curb & Gutter, Sidewalks $69.59 15J 4U View
Jefferson Cement Masons Curing Concrete $69.59 15J 4U View
Jefferson Cement Masons Finish Colored Concrete $70.09 15J 4U View
2/17/23, 8:45 AM about:blank
about:blank 2/18
Jefferson Cement Masons Floor Grinding $70.09 15J 4U View
Jefferson Cement Masons Floor Grinding/Polisher $69.59 15J 4U View
Jefferson Cement Masons Green Concrete Saw, self-
powered
$70.09 15J 4U View
Jefferson Cement Masons Grouting of all Plates $69.59 15J 4U View
Jefferson Cement Masons Grouting of all Tilt-up Panels $69.59 15J 4U View
Jefferson Cement Masons Gunite Nozzleman $70.09 15J 4U View
Jefferson Cement Masons Hand Powered Grinder $70.09 15J 4U View
Jefferson Cement Masons Journey Level $69.59 15J 4U View
Jefferson Cement Masons Patching Concrete $69.59 15J 4U View
Jefferson Cement Masons Pneumatic Power Tools $70.09 15J 4U View
Jefferson Cement Masons Power Chipping & Brushing $70.09 15J 4U View
Jefferson Cement Masons Sand Blasting Architectural
Finish
$70.09 15J 4U View
Jefferson Cement Masons Screed & Rodding Machine $70.09 15J 4U View
Jefferson Cement Masons Spackling or Skim Coat
Concrete
$69.59 15J 4U View
Jefferson Cement Masons Troweling Machine Operator $70.09 15J 4U View
Jefferson Cement Masons Troweling Machine Operator on
Colored Slabs
$70.09 15J 4U View
Jefferson Cement Masons Tunnel Workers $70.09 15J 4U View
Jefferson Divers & Tenders Bell/Vehicle or Submersible
Operator (Not Under Pressure)
$126.05 15J 4C View
Jefferson Divers & Tenders Dive Supervisor/Master $89.94 15J 4C View
Jefferson Divers & Tenders Diver $126.05 15J 4C 8V View
Jefferson Divers & Tenders Diver On Standby $84.94 15J 4C View
Jefferson Divers & Tenders Diver Tender $77.16 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 0-30.00
PSI
$89.09 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 30.01 -
44.00 PSI
$94.09 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 44.01 -
54.00 PSI
$107.09 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 54.01 -
60.00 PSI
$103.09 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 60.01 -
64.00 PSI
$105.59 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 64.01 -
68.00 PSI
$110.59 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 68.01 -
70.00 PSI
$112.59 15J 4C View
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 70.01 -
72.00 PSI
$114.59 15J 4C View
2/17/23, 8:45 AM about:blank
about:blank 3/18
Jefferson Divers & Tenders Hyperbaric Worker -
Compressed Air Worker 72.01 -
74.00 PSI
$116.59 15J 4C View
Jefferson Divers & Tenders Manifold Operator $77.16 15J 4C View
Jefferson Divers & Tenders Manifold Operator Mixed Gas $82.16 15J 4C View
Jefferson Divers & Tenders Remote Operated Vehicle
Operator/Technician
$77.16 15J 4C View
Jefferson Divers & Tenders Remote Operated Vehicle
Tender
$71.98 15J 4C View
Jefferson Dredge Workers Assistant Engineer $76.56 5D 3F View
Jefferson Dredge Workers Assistant Mate (Deckhand)$75.97 5D 3F View
Jefferson Dredge Workers Boatmen $76.56 5D 3F View
Jefferson Dredge Workers Engineer Welder $78.03 5D 3F View
Jefferson Dredge Workers Leverman, Hydraulic $79.59 5D 3F View
Jefferson Dredge Workers Mates $76.56 5D 3F View
Jefferson Dredge Workers Oiler $75.97 5D 3F View
Jefferson Drywall Applicator Journey Level $71.53 15J 4C View
Jefferson Drywall Tapers Journey Level $70.61 5P 1E View
Jefferson Electrical Fixture Maintenance
Workers
Journey Level $35.19 5L 1E View
Jefferson Electricians - Inside Cable Splicer $99.36 7C 4E View
Jefferson Electricians - Inside Cable Splicer (tunnel)$106.81 7C 4E View
Jefferson Electricians - Inside Certified Welder $95.98 7C 4E View
Jefferson Electricians - Inside Certified Welder (tunnel)$103.09 7C 4E View
Jefferson Electricians - Inside Construction Stock Person $47.03 7C 4E View
Jefferson Electricians - Inside Journey Level $92.59 7C 4E View
Jefferson Electricians - Inside Journey Level (tunnel)$99.36 7C 4E View
Jefferson Electricians - Motor Shop Craftsman $15.74 1 View
Jefferson Electricians - Motor Shop Journey Level $15.74 1 View
Jefferson Electricians - Powerline
Construction
Cable Splicer $88.89 5A 4D View
Jefferson Electricians - Powerline
Construction
Certified Line Welder $81.65 5A 4D View
Jefferson Electricians - Powerline
Construction
Groundperson $52.91 5A 4D View
Jefferson Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$81.65 5A 4D View
Jefferson Electricians - Powerline
Construction
Journey Level Lineperson $81.65 5A 4D View
Jefferson Electricians - Powerline
Construction
Line Equipment Operator $70.02 5A 4D View
Jefferson Electricians - Powerline
Construction
Meter Installer $52.91 5A 4D 8W View
Jefferson Electricians - Powerline
Construction
Pole Sprayer $81.65 5A 4D View
Jefferson Electricians - Powerline
Construction
Powderperson $60.75 5A 4D View
Jefferson Electronic Technicians Journey Level $60.10 7E 1E View
Jefferson Elevator Constructors Mechanic $103.81 7D 4A View
Jefferson Elevator Constructors Mechanic In Charge $112.09 7D 4A View
2/17/23, 8:45 AM about:blank
about:blank 4/18
Jefferson Fabricated Precast Concrete
Products
Journey Level $15.74 1 View
Jefferson Fabricated Precast Concrete
Products
Journey Level - In-Factory
Work Only
$15.74 1 View
Jefferson Fence Erectors Fence Erector $48.14 15J 4V 8Y View
Jefferson Fence Erectors Fence Laborer $48.14 15J 4V 8Y View
Jefferson Flaggers Journey Level $48.14 15J 4V 8Y View
Jefferson Glaziers Journey Level $75.91 7L 1Y View
Jefferson Heat & Frost Insulators And
Asbestos Workers
Journey Level $84.58 15H 11C View
Jefferson Heating Equipment Mechanics Journey Level $94.11 7F 1E View
Jefferson Hod Carriers & Mason Tenders Journey Level $59.85 15J 4V 8Y View
Jefferson Industrial Power Vacuum
Cleaner
Journey Level $15.74 1 View
Jefferson Inland Boatmen Boat Operator $61.41 5B 1K View
Jefferson Inland Boatmen Cook $56.48 5B 1K View
Jefferson Inland Boatmen Deckhand $57.48 5B 1K View
Jefferson Inland Boatmen Deckhand Engineer $58.81 5B 1K View
Jefferson Inland Boatmen Launch Operator $58.89 5B 1K View
Jefferson Inland Boatmen Mate $57.31 5B 1K View
Jefferson Inspection/Cleaning/Sealing Of
Sewer & Water Systems By
Remote Control
Cleaner Operator, Foamer
Operator
$15.74 1 View
Jefferson Inspection/Cleaning/Sealing Of
Sewer & Water Systems By
Remote Control
Grout Truck Operator $15.74 1 View
Jefferson Inspection/Cleaning/Sealing Of
Sewer & Water Systems By
Remote Control
Head Operator $15.74 1 View
Jefferson Inspection/Cleaning/Sealing Of
Sewer & Water Systems By
Remote Control
Technician $15.74 1 View
Jefferson Inspection/Cleaning/Sealing Of
Sewer & Water Systems By
Remote Control
Tv Truck Operator $15.74 1 View
Jefferson Insulation Applicators Journey Level $71.53 15J 4C View
Jefferson Ironworkers Journeyman $82.03 7N 1O View
Jefferson Laborers Air, Gas Or Electric Vibrating
Screed
$56.80 15J 4V 8Y View
Jefferson Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View
Jefferson Laborers Ballast Regular Machine $56.80 15J 4V 8Y View
Jefferson Laborers Batch Weighman $48.14 15J 4V 8Y View
Jefferson Laborers Brick Pavers $56.80 15J 4V 8Y View
Jefferson Laborers Brush Cutter $56.80 15J 4V 8Y View
Jefferson Laborers Brush Hog Feeder $56.80 15J 4V 8Y View
Jefferson Laborers Burner $56.80 15J 4V 8Y View
Jefferson Laborers Caisson Worker $58.56 15J 4V 8Y View
Jefferson Laborers Carpenter Tender $56.80 15J 4V 8Y View
Jefferson Laborers Cement Dumper-paving $57.84 15J 4V 8Y View
Jefferson Laborers Cement Finisher Tender $56.80 15J 4V 8Y View
2/17/23, 8:45 AM about:blank
about:blank 5/18
Jefferson Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View
Jefferson Laborers Chipping Gun (30 Lbs. And
Over)
$57.84 15J 4V 8Y View
Jefferson Laborers Chipping Gun (Under 30 Lbs.)$56.80 15J 4V 8Y View
Jefferson Laborers Choker Setter $56.80 15J 4V 8Y View
Jefferson Laborers Chuck Tender $56.80 15J 4V 8Y View
Jefferson Laborers Clary Power Spreader $57.84 15J 4V 8Y View
Jefferson Laborers Clean-up Laborer $56.80 15J 4V 8Y View
Jefferson Laborers Concrete Dumper/Chute
Operator
$57.84 15J 4V 8Y View
Jefferson Laborers Concrete Form Stripper $56.80 15J 4V 8Y View
Jefferson Laborers Concrete Placement Crew $57.84 15J 4V 8Y View
Jefferson Laborers Concrete Saw Operator/Core
Driller
$57.84 15J 4V 8Y View
Jefferson Laborers Crusher Feeder $48.14 15J 4V 8Y View
Jefferson Laborers Curing Laborer $56.80 15J 4V 8Y View
Jefferson Laborers Demolition: Wrecking & Moving
(Incl. Charred Material)
$56.80 15J 4V 8Y View
Jefferson Laborers Ditch Digger $56.80 15J 4V 8Y View
Jefferson Laborers Diver $58.56 15J 4V 8Y View
Jefferson Laborers Drill Operator (Hydraulic,
Diamond)
$57.84 15J 4V 8Y View
Jefferson Laborers Dry Stack Walls $56.80 15J 4V 8Y View
Jefferson Laborers Dump Person $56.80 15J 4V 8Y View
Jefferson Laborers Epoxy Technician $56.80 15J 4V 8Y View
Jefferson Laborers Erosion Control Worker $56.80 15J 4V 8Y View
Jefferson Laborers Faller & Bucker Chain Saw $57.84 15J 4V 8Y View
Jefferson Laborers Fine Graders $56.80 15J 4V 8Y View
Jefferson Laborers Firewatch $48.14 15J 4V 8Y View
Jefferson Laborers Form Setter $57.84 15J 4V 8Y View
Jefferson Laborers Gabian Basket Builders $56.80 15J 4V 8Y View
Jefferson Laborers General Laborer $56.80 15J 4V 8Y View
Jefferson Laborers Grade Checker & Transit
Person
$59.85 15J 4V 8Y View
Jefferson Laborers Grinders $56.80 15J 4V 8Y View
Jefferson Laborers Grout Machine Tender $56.80 15J 4V 8Y View
Jefferson Laborers Groutmen (Pressure) Including
Post Tension Beams
$57.84 15J 4V 8Y View
Jefferson Laborers Guardrail Erector $56.80 15J 4V 8Y View
Jefferson Laborers Hazardous Waste Worker
(Level A)
$58.56 15J 4V 8Y View
Jefferson Laborers Hazardous Waste Worker
(Level B)
$57.84 15J 4V 8Y View
Jefferson Laborers Hazardous Waste Worker
(Level C)
$56.80 15J 4V 8Y View
Jefferson Laborers High Scaler $58.56 15J 4V 8Y View
Jefferson Laborers Jackhammer $57.84 15J 4V 8Y View
Jefferson Laborers Laserbeam Operator $57.84 15J 4V 8Y View
Jefferson Laborers Maintenance Person $56.80 15J 4V 8Y View
2/17/23, 8:45 AM about:blank
about:blank 6/18
Jefferson Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View
Jefferson Laborers Material Yard Person $56.80 15J 4V 8Y View
Jefferson Laborers Mold Abatement Worker $56.80 15J 4V 8Y View
Jefferson Laborers Motorman-Dinky Locomotive $59.95 15J 4V 8Y View
Jefferson Laborers nozzleman (concrete pump,
green cutter when using
combination of high pressure
air & water on concrete &
rock, sandblast, gunite,
shotcrete, water blaster,
vacuum blaster)
$59.85 15J 4V 8Y View
Jefferson Laborers Pavement Breaker $57.84 15J 4V 8Y View
Jefferson Laborers Pilot Car $48.14 15J 4V 8Y View
Jefferson Laborers Pipe Layer (Lead)$59.85 15J 4V 8Y View
Jefferson Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View
Jefferson Laborers Pipe Pot Tender $57.84 15J 4V 8Y View
Jefferson Laborers Pipe Reliner $57.84 15J 4V 8Y View
Jefferson Laborers Pipe Wrapper $57.84 15J 4V 8Y View
Jefferson Laborers Pot Tender $56.80 15J 4V 8Y View
Jefferson Laborers Powderman $58.56 15J 4V 8Y View
Jefferson Laborers Powderman's Helper $56.80 15J 4V 8Y View
Jefferson Laborers Power Jacks $57.84 15J 4V 8Y View
Jefferson Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View
Jefferson Laborers Raker - Asphalt $59.85 15J 4V 8Y View
Jefferson Laborers Re-timberman $58.56 15J 4V 8Y View
Jefferson Laborers Remote Equipment Operator $57.84 15J 4V 8Y View
Jefferson Laborers Rigger/Signal Person $57.84 15J 4V 8Y View
Jefferson Laborers Rip Rap Person $56.80 15J 4V 8Y View
Jefferson Laborers Rivet Buster $57.84 15J 4V 8Y View
Jefferson Laborers Rodder $57.84 15J 4V 8Y View
Jefferson Laborers Scaffold Erector $56.80 15J 4V 8Y View
Jefferson Laborers Scale Person $56.80 15J 4V 8Y View
Jefferson Laborers Sloper (Over 20")$57.84 15J 4V 8Y View
Jefferson Laborers Sloper Sprayer $56.80 15J 4V 8Y View
Jefferson Laborers Spreader (Concrete)$57.84 15J 4V 8Y View
Jefferson Laborers Stake Hopper $56.80 15J 4V 8Y View
Jefferson Laborers Stock Piler $56.80 15J 4V 8Y View
Jefferson Laborers Swinging Stage/Boatswain
Chair
$48.14 15J 4V 8Y View
Jefferson Laborers Tamper & Similar Electric, Air
& Gas Operated Tools
$57.84 15J 4V 8Y View
Jefferson Laborers Tamper (Multiple & Self-
propelled)
$57.84 15J 4V 8Y View
Jefferson Laborers Timber Person - Sewer (Lagger,
Shorer & Cribber)
$57.84 15J 4V 8Y View
Jefferson Laborers Toolroom Person (at Jobsite)$56.80 15J 4V 8Y View
Jefferson Laborers Topper $56.80 15J 4V 8Y View
Jefferson Laborers Track Laborer $56.80 15J 4V 8Y View
Jefferson Laborers Track Liner (Power)$57.84 15J 4V 8Y View
2/17/23, 8:45 AM about:blank
about:blank 7/18
Jefferson Laborers Traffic Control Laborer $51.48 15J 4V 9C View
Jefferson Laborers Traffic Control Supervisor $54.55 15J 4V 9C View
Jefferson Laborers Truck Spotter $56.80 15J 4V 8Y View
Jefferson Laborers Tugger Operator $57.84 15J 4V 8Y View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 0-30 psi
$158.87 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 30.01-44.00 psi
$163.90 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 44.01-54.00 psi
$167.58 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 54.01-60.00 psi
$173.28 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 60.01-64.00 psi
$175.40 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 64.01-68.00 psi
$180.50 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 68.01-70.00 psi
$182.40 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 70.01-72.00 psi
$184.40 15J 4V 9B View
Jefferson Laborers Tunnel Work-Compressed Air
Worker 72.01-74.00 psi
$186.40 15J 4V 9B View
Jefferson Laborers Tunnel Work-Guage and Lock
Tender
$59.95 15J 4V 8Y View
Jefferson Laborers Tunnel Work-Miner $59.95 15J 4V 8Y View
Jefferson Laborers Vibrator $57.84 15J 4V 8Y View
Jefferson Laborers Vinyl Seamer $56.80 15J 4V 8Y View
Jefferson Laborers Watchman $43.76 15J 4V 8Y View
Jefferson Laborers Welder $57.84 15J 4V 8Y View
Jefferson Laborers Well Point Laborer $57.84 15J 4V 8Y View
Jefferson Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View
Jefferson Laborers - Underground Sewer
& Water
General Laborer & Topman $56.80 15J 4V 8Y View
Jefferson Laborers - Underground Sewer
& Water
Pipe Layer $57.84 15J 4V 8Y View
Jefferson Landscape Construction Landscape
Construction/Landscaping Or
Planting Laborers
$43.76 15J 4V 8Y View
Jefferson Landscape Construction Landscape Operator $75.51 15J 11G 8X View
Jefferson Landscape Maintenance Groundskeeper $15.74 1 View
Jefferson Lathers Journey Level $71.53 15J 4C View
Jefferson Marble Setters Journey Level $66.32 7E 1N View
Jefferson Metal Fabrication (In Shop)Fitter $15.74 1 View
Jefferson Metal Fabrication (In Shop)Laborer $15.74 1 View
Jefferson Metal Fabrication (In Shop)Machine Operator $15.74 1 View
Jefferson Metal Fabrication (In Shop)Painter $15.74 1 View
Jefferson Metal Fabrication (In Shop)Welder $15.74 1 View
Jefferson Millwright Journey Level $73.08 15J 4C View
Jefferson Modular Buildings Journey Level $15.74 1 View
Jefferson Painters Journey Level $49.46 6Z 11J View
2/17/23, 8:45 AM about:blank
about:blank 8/18
Jefferson Pile Driver Crew Tender $77.16 15J 4C View
Jefferson Pile Driver Journey Level $71.98 15J 4C View
Jefferson Plasterers Journey Level $67.49 7Q 1R View
Jefferson Plasterers Nozzleman $71.49 7Q 1R View
Jefferson Playground & Park Equipment
Installers
Journey Level $15.74 1 View
Jefferson Plumbers & Pipefitters Journey Level $95.69 6Z 1G View
Jefferson Power Equipment Operators Asphalt Plant Operators $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Assistant Engineer $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Barrier Machine (zipper)$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Batch Plant Operator:
concrete
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Boat Operator $76.79 7A 11H 8X View
Jefferson Power Equipment Operators Bobcat $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Brokk - Remote Demolition
Equipment
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators Brooms $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Bump Cutter $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Cableways $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Chipper $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Compressor $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Concrete Finish Machine -
Laser Screed
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Conveyors $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Cranes Friction: 200 tons and
over
$79.13 7A 11H 8X View
Jefferson Power Equipment Operators Cranes, A-frame: 10 tons and
under
$72.22 7A 11H 8X View
Jefferson Power Equipment Operators Cranes: 100 tons through 199
tons, or 150' of boom
(including jib with
attachments)
$77.56 7A 11H 8X View
Jefferson Power Equipment Operators Cranes: 20 tons through 44
tons with attachments
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators Cranes: 200 tons- 299 tons, or
250' of boom including jib with
attachments
$78.36 7A 11H 8X View
Jefferson Power Equipment Operators Cranes: 300 tons and over or
300' of boom including jib with
attachments
$79.13 7A 11H 8X View
Jefferson Power Equipment Operators Cranes: 45 tons through 99
tons, under 150' of
$76.79 7A 11H 8X View
2/17/23, 8:45 AM about:blank
about:blank 9/18
boom(including jib with
attachments)
Jefferson Power Equipment Operators Cranes: Friction cranes
through 199 tons
$78.36 7A 11H 8X View
Jefferson Power Equipment Operators Cranes: through 19 tons with
attachments, a-frame over 10
tons
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators Crusher $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Deck Engineer/Deck Winches
(power)
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Derricks, On Building Work $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Dozers D-9 & Under $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Drill Oilers: Auger Type, Truck
Or Crane Mount
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators Drilling Machine $77.54 15J 11G 8X View
Jefferson Power Equipment Operators Elevator and man-lift:
permanent and shaft type
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators Finishing Machine, Bidwell And
Gamaco & Similar Equipment
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Forklift: 3000 lbs and over
with attachments
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators Forklifts: under 3000 lbs. with
attachments
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Gradechecker/Stakeman $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Guardrail Punch $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. & Over
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Horizontal/Directional Drill
Locator
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators Horizontal/Directional Drill
Operator
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Hydralifts/Boom Trucks Over
10 Tons
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators Hydralifts/boom trucks: 10
tons and under
$72.22 7A 11H 8X View
Jefferson Power Equipment Operators Leverman $78.33 15J 11G 8X View
Jefferson Power Equipment Operators Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Loaders, Overhead Under 6
Yards
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Loaders, Plant Feed $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Loaders: Elevating Type Belt $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Locomotives, All $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Material Transfer Device $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Mechanics: All (Leadmen -
$0.50 per hour over mechanic)
$77.54 15J 11G 8X View
2/17/23, 8:45 AM about:blank
about:blank 10/18
Jefferson Power Equipment Operators Motor Patrol Graders $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Oil Distributors, Blower
Distribution & Mulch Seeding
Operator
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators Outside Hoists (Elevators and
Manlifts), Air Tuggers, Strato
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators Overhead, bridge type Crane:
20 tons through 44 tons
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators Overhead, bridge type: 100
tons and over
$77.56 7A 11H 8X View
Jefferson Power Equipment Operators Overhead, bridge type: 45 tons
through 99 tons
$76.79 7A 11H 8X View
Jefferson Power Equipment Operators Pavement Breaker $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Pile Driver (other Than Crane
Mount)
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Plant Oiler - Asphalt, Crusher $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Posthole Digger, Mechanical $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Power Plant $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Pumps - Water $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Quick Tower: no cab, under
100 feet in height base to
boom
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Rigger and Bellman $72.22 7A 11H 8X View
Jefferson Power Equipment Operators Rigger/Signal Person,
Bellman(Certified)
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators Rollagon $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Roller, Other Than Plant Mix $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Roller, Plant Mix Or Multi-lift
Materials
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators Roto-mill, Roto-grinder $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Saws - Concrete $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Scraper, Self Propelled Under
45 Yards
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Scrapers - Concrete & Carry All $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Scrapers, Self-propelled: 45
Yards And Over
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Service Engineers: Equipment $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Shotcrete/Gunite Equipment $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Shovel, Excavator, Backhoe,
Tractors Under 15 Metric Tons
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$76.77 15J 11G 8X View
2/17/23, 8:45 AM about:blank
about:blank 11/18
Jefferson Power Equipment Operators Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$77.54 15J 11G 8X View
Jefferson Power Equipment Operators Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$78.33 15J 11G 8X View
Jefferson Power Equipment Operators Slipform Pavers $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Spreader, Topsider &
Screedman
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Subgrader Trimmer $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Tower Bucket Elevators $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Tower Crane: over 175' through
250' in height, base to boom
$78.36 7A 11H 8X View
Jefferson Power Equipment Operators Tower crane: up to 175' in
height base to boom
$77.56 7A 11H 8X View
Jefferson Power Equipment Operators Tower Cranes: over 250' in
height from base to boom
$79.13 7A 11H 8X View
Jefferson Power Equipment Operators Transporters, All Track Or
Truck Type
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators Trenching Machines $75.51 15J 11G 8X View
Jefferson Power Equipment Operators Truck Crane Oiler/Driver: 100
tons and over
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators Truck crane oiler/driver: under
100 tons
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators Truck Mount Portable Conveyor $76.09 15J 11G 8X View
Jefferson Power Equipment Operators Vac Truck (Vactor Guzzler,
Hydro Excavator)
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators Welder $76.77 15J 11G 8X View
Jefferson Power Equipment Operators Wheel Tractors, Farmall Type $72.20 15J 11G 8X View
Jefferson Power Equipment Operators Yo Yo Pay Dozer $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Asphalt Plant Operators $76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Assistant Engineer $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Barrier Machine (zipper)$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Batch Plant Operator,
Concrete
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Boat Operator $76.79 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Bobcat $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Brokk - Remote Demolition
Equipment
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Brooms $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Bump Cutter $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cableways $76.77 15J 11G 8X View
2/17/23, 8:45 AM about:blank
about:blank 12/18
Jefferson Power Equipment Operators-
Underground Sewer & Water
Chipper $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Compressor $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Concrete Finish Machine -
Laser Screed
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Conveyors $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes Friction: 200 tons and
over
$79.13 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes, A-frame: 10 tons and
under
$72.22 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: 100 tons through 199
tons, or 150' of boom
(including jib with
attachments)
$77.56 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: 20 tons through 44
tons with attachments
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: 20 tons through 44
tons with attachments
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: 200 tons- 299 tons, or
250' of boom including jib with
attachments
$78.36 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: 300 tons and over or
300' of boom including jib with
attachments
$79.13 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: 45 tons through 99
tons, under 150' of
boom(including jib with
attachments)
$76.79 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: Friction cranes
through 199 tons
$78.36 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Cranes: through 19 tons with
attachments, a-frame over 10
tons
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Crusher $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Deck Engineer/Deck Winches
(power)
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Derricks, On Building Work $76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Dozers D-9 & Under $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Drill Oilers: Auger Type, Truck
Or Crane Mount
$75.51 15J 11G 8X View
2/17/23, 8:45 AM about:blank
about:blank 13/18
Jefferson Power Equipment Operators-
Underground Sewer & Water
Drilling Machine $77.54 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Elevator and man-lift:
permanent and shaft type
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Finishing Machine, Bidwell And
Gamaco & Similar Equipment
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Forklift: 3000 lbs and over
with attachments
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Forklifts: under 3000 lbs. with
attachments
$72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Gradechecker/Stakeman $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Guardrail Punch $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. & Over
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump
Articulating Off-road
Equipment Under 45 Yards
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill
Locator
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill
Operator
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Hydralifts/boom trucks: 10
tons and under
$72.22 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Hydralifts/boom trucks: over
10 tons
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Leverman $78.33 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Loaders, Overhead Under 6
Yards
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Loaders, Plant Feed $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Loaders: Elevating Type Belt $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Locomotives, All $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Material Transfer Device $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Mechanics: All (Leadmen -
$0.50 per hour over mechanic)
$77.54 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Motor Patrol Graders $76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Oil Distributors, Blower
Distribution & Mulch Seeding
$72.20 15J 11G 8X View
2/17/23, 8:45 AM about:blank
about:blank 14/18
Operator
Jefferson Power Equipment Operators-
Underground Sewer & Water
Outside Hoists (Elevators and
Manlifts), Air Tuggers, Strato
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type Crane:
20 tons through 44 tons
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type: 100
tons and over
$77.56 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type: 45 tons
through 99 tons
$76.79 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Pavement Breaker $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Pile Driver (other Than Crane
Mount)
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Plant Oiler - Asphalt, Crusher $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Posthole Digger, Mechanical $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Power Plant $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Pumps - Water $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Quick Tower: no cab, under
100 feet in height base to
boom
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Rigger and Bellman $72.22 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Rigger/Signal Person,
Bellman(Certified)
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Rollagon $76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Roller, Other Than Plant Mix $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Roller, Plant Mix Or Multi-lift
Materials
$75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Roto-mill, Roto-grinder $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Saws - Concrete $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Scraper, Self Propelled Under
45 Yards
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Scrapers - Concrete & Carry All $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Scrapers, Self-propelled: 45
Yards And Over
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Shotcrete/Gunite Equipment $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe,
Tractors Under 15 Metric Tons
$75.51 15J 11G 8X View
2/17/23, 8:45 AM about:blank
about:blank 15/18
Jefferson Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$77.54 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$78.33 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Slipform Pavers $76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Spreader, Topsider &
Screedman
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Subgrader Trimmer $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Tower Bucket Elevators $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Tower Crane: over 175' through
250' in height, base to boom
$78.36 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Tower crane: up to 175' in
height base to boom
$77.56 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Tower Cranes: over 250' in
height from base to boom
$79.13 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Transporters, All Track Or
Truck Type
$76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Trenching Machines $75.51 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Truck Crane Oiler/Driver: 100
tons and over
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Truck Crane Oiler/Driver: 100
tons and over
$76.11 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Truck crane oiler/driver: under
100 tons
$75.53 7A 11H 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Truck Mount Portable Conveyor $76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Vac Truck (Vactor Guzzler,
Hydro Excavator)
$76.09 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Welder $76.77 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Wheel Tractors, Farmall Type $72.20 15J 11G 8X View
Jefferson Power Equipment Operators-
Underground Sewer & Water
Yo Yo Pay Dozer $76.09 15J 11G 8X View
Jefferson Power Line Clearance Tree
Trimmers
Journey Level In Charge $57.22 5A 4A View
Jefferson Power Line Clearance Tree
Trimmers
Spray Person $54.32 5A 4A View
Jefferson Power Line Clearance Tree
Trimmers
Tree Equipment Operator $57.22 5A 4A View
Jefferson Power Line Clearance Tree
Trimmers
Tree Trimmer $51.18 5A 4A View
2/17/23, 8:45 AM about:blank
about:blank 16/18
Jefferson Power Line Clearance Tree
Trimmers
Tree Trimmer Groundperson $38.99 5A 4A View
Jefferson Refrigeration & Air
Conditioning Mechanics
Journey Level $91.51 6Z 1G View
Jefferson Residential Brick Mason Journey Level $66.32 7E 1N View
Jefferson Residential Carpenters Journey Level $27.58 1 View
Jefferson Residential Cement Masons Journey Level $23.25 1 View
Jefferson Residential Drywall Applicators Journey Level $49.92 15J 4C View
Jefferson Residential Drywall Tapers Journey Level $24.48 1 View
Jefferson Residential Electricians Journey Level $24.84 1 View
Jefferson Residential Glaziers Journey Level $20.00 1 View
Jefferson Residential Insulation
Applicators
Journey Level $18.03 1 View
Jefferson Residential Laborers Journey Level $22.63 1 View
Jefferson Residential Marble Setters Journey Level $66.32 7E 1N View
Jefferson Residential Painters Journey Level $19.96 1 View
Jefferson Residential Plumbers &
Pipefitters
Journey Level $59.00 5A 1G View
Jefferson Residential Refrigeration & Air
Conditioning Mechanics
Journey Level $91.51 6Z 1G View
Jefferson Residential Sheet Metal
Workers
Journey Level (Field or Shop)$56.12 7F 1R View
Jefferson Residential Soft Floor Layers Journey Level $20.00 1 View
Jefferson Residential Sprinkler Fitters
(Fire Protection)
Journey Level $15.74 1 View
Jefferson Residential Stone Masons Journey Level $66.32 7E 1N View
Jefferson Residential Terrazzo Workers Journey Level $15.74 1 View
Jefferson Residential Terrazzo/Tile
Finishers
Journey Level $15.74 1 View
Jefferson Residential Tile Setters Journey Level $15.74 1 View
Jefferson Roofers Journey Level $59.05 5A 3H View
Jefferson Roofers Using Irritable Bituminous
Materials
$62.05 5A 3H View
Jefferson Sheet Metal Workers Journey Level (Field or Shop)$94.11 7F 1E View
Jefferson Shipbuilding & Ship Repair New Construction Boilermaker $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Carpenter $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Crane
Operator
$39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Electrician $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Heat & Frost
Insulator
$84.58 15H 11C View
Jefferson Shipbuilding & Ship Repair New Construction Laborer $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Machinist $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Operating
Engineer
$39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Painter $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Pipefitter $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Rigger $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Sheet Metal $39.58 7V 1 View
2/17/23, 8:45 AM about:blank
about:blank 17/18
Jefferson Shipbuilding & Ship Repair New Construction Shipfitter $39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction
Warehouse/Teamster
$39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair New Construction Welder /
Burner
$39.58 7V 1 View
Jefferson Shipbuilding & Ship Repair Ship Repair Boilermaker $50.35 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Carpenter $50.95 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View
Jefferson Shipbuilding & Ship Repair Ship Repair Electrician $50.42 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Heat & Frost
Insulator
$84.58 15H 11C View
Jefferson Shipbuilding & Ship Repair Ship Repair Laborer $50.95 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Machinist $50.95 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View
Jefferson Shipbuilding & Ship Repair Ship Repair Painter $50.95 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Pipefitter $50.95 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Rigger $50.35 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Shipwright $50.95 7X 4J View
Jefferson Shipbuilding & Ship Repair Ship Repair Warehouse /
Teamster
$45.06 7Y 4K View
Jefferson Sign Makers & Installers
(Electrical)
Journey Level $55.78 0 1 View
Jefferson Sign Makers & Installers (Non-
Electrical)
Journey Level $35.73 0 1 View
Jefferson Soft Floor Layers Journey Level $55.56 5A 3J View
Jefferson Solar Controls For Windows Journey Level $15.74 1 View
Jefferson Sprinkler Fitters (Fire
Protection)
Journey Level $69.97 7J 1R View
Jefferson Stage Rigging Mechanics (Non
Structural)
Journey Level $15.74 1 View
Jefferson Stone Masons Journey Level $66.32 7E 1N View
Jefferson Street And Parking Lot Sweeper
Workers
Journey Level $16.00 1 View
Jefferson Surveyors Assistant Construction Site
Surveyor
$75.53 7A 11H 8X View
Jefferson Surveyors Chainman $72.22 7A 11H 8X View
Jefferson Surveyors Construction Site Surveyor $76.79 7A 11H 8X View
Jefferson Surveyors Drone Operator (when used in
conjunction with survey work
only)
$72.22 7A 11H 8X View
Jefferson Surveyors Ground Penetrating Radar
Operator
$72.22 7A 11H 8X View
Jefferson Telecommunication Technicians Journey Level $60.10 7E 1E View
Jefferson Telephone Line Construction -
Outside
Cable Splicer $39.15 5A 2B View
Jefferson Telephone Line Construction -
Outside
Hole Digger/Ground Person $26.29 5A 2B View
Jefferson Telephone Line Construction -
Outside
Telephone Equipment Operator
(Light)
$32.72 5A 2B View
2/17/23, 8:45 AM about:blank
about:blank 18/18
Jefferson Telephone Line Construction -
Outside
Telephone Lineperson $37.00 5A 2B View
Jefferson Terrazzo Workers Journey Level $60.36 7E 1N View
Jefferson Tile Setters Journey Level $60.36 7E 1N View
Jefferson Tile, Marble & Terrazzo
Finishers
Finisher $51.19 7E 1N View
Jefferson Traffic Control Stripers Journey Level $51.90 7A 1K View
Jefferson Truck Drivers Asphalt Mix Over 16 Yards $71.70 15J 11M 8L View
Jefferson Truck Drivers Asphalt Mix To 16 Yards $70.86 15J 11M 8L View
Jefferson Truck Drivers Dump Truck $70.86 15J 11M 8L View
Jefferson Truck Drivers Dump Truck & Trailer $71.70 15J 11M 8L View
Jefferson Truck Drivers Other Trucks $71.70 15J 11M 8L View
Jefferson Truck Drivers - Ready Mix Transit Mix $71.70 15J 11M 8L View
Jefferson Well Drillers & Irrigation Pump
Installers
Irrigation Pump Installer $15.74 1 View
Jefferson Well Drillers & Irrigation Pump
Installers
Oiler $15.74 1 View
Jefferson Well Drillers & Irrigation Pump
Installers
Well Driller $15.74 1 View
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
1 of 16
************************************************************************************************************
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
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 of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on 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 Saturdays (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 hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
2 of 16
Overtime Codes Continued
1. 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
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours 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 hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
U. 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 (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 hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day 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 Saturdays 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 hourly rate of wage. All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday, 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
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
3 of 16
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half 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 hourly rate of wage.
M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the
hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. Work performed in excess of eight (8) hours of straight time per day, 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
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. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked 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 hourly rate of wage.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
4 of 16
Overtime Codes Continued
4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times
the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times
the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-
day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first
eight (8) hours. 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.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
5 of 16
Overtime Codes Continued
4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work
performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday
through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and
one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations).
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed
on Sundays and holidays shall be paid at double the hourly rate of wage.
When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time
shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break
of eight (8) hours.
Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic
straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate.
Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an hour. When due to conditions
beyond the control of the employer or when an owner (not acting as the contractor), a government agency or the
contract specifications require more than four (4) hours of a special shift can only be performed outside the normal
6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an
employee works on a special shift, they shall be paid the special shift premium for each hour worked unless they are
in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements
for work performed on Saturday or Sunday).
U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
6 of 16
Overtime Codes Continued
4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or
outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and
one-half (1 ½) the straight time rate.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)
the straight time rate of pay.
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.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8) hours.
W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time
shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break
of eight (8) hours.
X. 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 of wage. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Y. Work performed in excess of eight (8) hours of straight time per day, 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 Saturdays shall be paid at time and one-half the straight time rate. 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.
Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour
for all hours worked that shift.
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.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
7 of 16
Overtime Codes Continued
11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
C 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 overtime hours worked, except Labor Day,
and all hours on Sunday 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. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00
am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage.
D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and
the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage.
After an e mployee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
F. 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.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-
day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8)
hours. 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.
G. Work performed in excess of eight (8) hours of straight time per day, 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
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 nine (9) hours or more. When an employee
returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
8 of 16
Overtime Codes Continued
11. H. Work performed in excess of eight (8) hours of straight time per day, 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
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 ten (10) hours or more. When an employee
returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period.
I. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours,
and all work performed on holidays shall be paid at double the straight time rate of pay.
Any shift starting between the hours of 6:00 pm and midnight shall receive an additional two dollar ($2.00) per hour
for all hours worked that shift.
J. All hours worked on holidays shall be paid at double the hourly rate of wage.
K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8)
hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day
Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double
the hourly rate of wage.
L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all
hours worked that shift. All hours worked on holidays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
M. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2)
times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple
shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of
that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or
when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to
6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable.
The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours
work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours,
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
9 of 16
and all work performed on holidays shall be paid at double the straight time rate of pay.
Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm
and 5:00 am shall receive an additional two dollars ($2.00) per hour.
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
Holiday Codes Continued
6. L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
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, Day After
Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
10 of 16
Holiday Codes Continued
S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve
Day (11).
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).
T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And
Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
11 of 16
Holiday Codes Continued
7. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year’s Day, and a Floating Holiday.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
12 of 16
Holiday Codes Continued
7. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the
listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated
accordingly.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Ho lidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
13 of 16
Holiday Codes Continued
7. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgi ving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year’s Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday
shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday.
15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the
listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated
accordingly.
H. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgi ving Day, Friday after
Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When the following holidays fall on a Saturday
(New Year’s Day, Independence Day, and Christmas Day) the preceding Friday will be considered as the holiday;
should they fall on a Sunday, the following Monday shall be considered as the holiday.
I. Holidays: New Year's Day, President’s Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday.
J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which
falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a
Saturday, the preceding Friday shall be a regular work day.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
14 of 16
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.
Over 221' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’
- $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.
W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
15 of 16
Note Codes Continued
8. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
go vernment agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) – 130’ to 199’ – $0.50 per hour over their classification rate.
(B) – 200’ to 299’ – $0.80 per hour over their classification rate.
(C) – 300’ and over – $1.00 per hour over their classification rate.
Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022)
16 of 16
Note Codes Continued
9. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the
State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,
Level B: $0.75, Level C: $0.50, And Level D: $0.25.
F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere
abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
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
prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's
predetermined list, these criteria shall be used by the Contractor (and the Contractor's
subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to
determine coverage under RCW 39.12. The production, in the State of Washington, of
non-standard items is covered by RCW 39.12, and the production of standard items is not.
The production of any item outside the State of Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12.
If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered under
RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not,
go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by the
supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory
item which could reasonably be sold on the general market? If not, the work is covered
by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any unusual
characteristics such as shape, type of material, strength requirements, finish, etc? If yes,
the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non-covered workers shall be directed to State L&I at (360)
902-5330.
Supplemental to Wage Rates 1
03/03/2023 Edition, Published February 6, 2023
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
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 YES NO
1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin
Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X X
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. X X
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. X X
4. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X X
5. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X X
6. Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be treated, 1 thru 5. X X
7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated
pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in X X diameter. May also be treated, #5.
Supplemental to Wage Rates 2
03/03/2023 Edition, Published February 6, 2023
ITEM DESCRIPTION YES NO
8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock. X X 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 X X
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. X X
11. Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and X
shop
drawings.
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 X X accordance with Section 9-28.14(3).
13. Concrete Piling--Precast-Prestressed concrete piling for use as
55
and 70 ton concrete piling. Concrete to conform to X Section 9-19.1 of Std. Spec.. X
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. X
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections.
See Std. Plans. X X
16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2
With adjustment sections. See Std. Plans. X X
Supplemental to Wage Rates 3
03/03/2023 Edition, Published February 6, 2023
ITEM DESCRIPTION YES NO
17. Precast Concrete Inlet - with adjustment sections,
See Std. Plans X X
18. Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std. Plans. X X
19. Precast Grate Inlet Type 2 with extension and top units.
See Std. Plans X X
20. Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans X X
21. Precast Concrete Utility Vaults - Precast Concrete utility vaults
of
various sizes. Used for in ground storage of utility facilities and
controls. See Contract Plans for size and construction X X requirements. Shop drawings are to be provided for approval
prior to casting
22. Vault Risers - For use with Valve Vaults and Utilities
X X X Vaults.
23. Valve Vault - For use with underground utilities.
X See Contract Plans for details. X
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as X X 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.X X
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. X Fabrication plant has annual approval for methods and materials X
to be used
Supplemental to Wage Rates 4
03/03/2023 Edition, Published February 6, 2023
ITEM DESCRIPTION YES NO
27. Precast Railroad Crossings - Concrete Crossing Structure X X 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 provided for approval prior to X 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 X X
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
.
30. 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 X X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
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 X X
be provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A.
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 X X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
33. Monument Case and Cover X See Std. Plan. X
Supplemental to Wage Rates 5
03/03/2023 Edition, Published February 6, 2023
ITEM DESCRIPTION YES 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 X X 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 X approval are required prior to fabrication. X
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 X X
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 X X
fabrication
38. Light Standard-Prestressed - Spun, prestressed, hollow
concrete poles. X X
39. Light Standards - Lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with
methods and materials as specified on Std. Plans. See Specia X X
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 X to conform with methods and material as specified on Std. X
Plans.
See Special Provisions for pre-approved drawings
41. Precast Concrete Sloped Mountable Curb (Single and
DualFaced) X X
See Std. Plans.
Supplemental to Wage Rates 6
03/03/2023 Edition, Published February 6, 2023
ITEM DESCRIPTION YES NO
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 X X X X sheeting.
NOTE: *** Fabrication inspection required. Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector
to be installed
Std Custom Signing Message Message
43. Cutting & bending reinforcing steel X X
44. Guardrail components X X X X
Custom ,m Standard
End Sec ec Sec
45. Aggregates/Concrete mixes Covered by
WAC 296-127-0 1818
46. Asphalt Covered by
WAC 296-127-0 1818
47. Fiber fabrics
X X
48. Electrical wiring/components X X
49. treated or untreated timber pile X X
50. Girder pads (elastomeric bearing) X X
51. Standard Dimension lumber X X
52. Irrigation components X X
Supplemental to Wage Rates 7
03/03/2023 Edition, Published February 6, 2023
ITEM DESCRIPTION YES NO
53. Fencing materials
X X
54. Guide Posts
X X
55. Traffic Buttons X X
56. Epoxy
X X
57. Cribbing
X X
58. Water distribution materials
X X
59. Steel "H" piles
X X
60. Steel pipe for concrete pile casings X X
61. Steel pile tips, standard X X
62. Steel pile tips, custom X X
Prefabricate d items specifically produced for public works projects that are prefabricated in a
county other than the county wherein the public works project is to be completed, the wage for
the offsite pr efabrication shall be the applicable prevailing wage for the county in which the actual
prefabricatio n takes place.
It is the manufacturer of the prefabricated product to verify that the correct county wage rates are
applied to w ork they perform.
See RCW 39.12.010
(The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department
interprets this ph rase to mean the actual work site.
Supplemental to Wage Rates 8
03/03/2023 Edition, Published February 6, 2023
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 Industries.
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or building
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.
Building Service Employees
Electrical Fixture Maintenance Workers
Electricians - Motor Shop
Heating Equipment Mechanics
Industrial Engine and Machine Mechanics
Industrial Power Vacuum Cleaners
Inspection, Cleaning, Sealing of Water Systems by Remote Control
Laborers - Underground Sewer & Water
Machinists (Hydroelectric Site Work)
Modular Buildings
Playground & Park Equipment Installers
Power Equipment Operators - Underground Sewer & Water
Residential *** ALL ASSOCIATED RATES ***
Sign Makers and Installers (Non-Electrical)
Sign Makers and Installers (Electrical)
Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
Fabricated Precast Concrete Products
Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296-127.
Supplemental to Wage Rates 9
03/03/2023 Edition, Published February 6, 2023
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
WAC 296-127-018 Agency filings affecting this section
Coverage and exemptions of workers involved in the production and delivery of
gravel, concrete, asphalt, or similar materials.
(1) The materials covered under this section include but are not limited to: Sand, gravel,
crushed rock, concrete, asphalt, or other similar materials.
(2) All workers, regardless of by whom employed, are subject to the provisions of
chapter 39.12 RCW when they perform any or all of the following functions:
(a) They deliver or discharge any of the above-listed materials to a public works project
site:
(i) At one or more point(s) directly upon the location where the material will be
incorporated into the project; or
(ii) At multiple points at the project; or
(iii) Adjacent to the location and coordinated with the incorporation of those materials.
(b) They wait at or near a public works project site to perform any tasks subject to this
section of the rule.
(c) They remove any materials from a public works construction site pursuant to
contract requirements or specifications (e.g., excavated materials, materials from
demolished structures, clean-up materials, etc.).
(d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry,
etc.,) which is established for a public works project for the specific, but not necessarily
exclusive, purpose of supplying materials for the project.
(e) They deliver concrete to a public works site regardless of the method of
incorporation.
(f) They assist or participate in the incorporation of any materials into the public works
project.
Supplemental to Wage Rates 10
03/03/2023 Edition, Published February 6, 2023
(3) All travel time that relates to the work covered under subsection (2) of this section
requires the payment of prevailing wages. Travel time includes time spent waiting to load,
loading, transporting, waiting to unload, and delivering materials. Travel time would
include all time spent in travel in support of a public works project whether the vehicle is
empty or full. For example, travel time spent returning to a supply source to obtain another
load of material for use on a public works site or returning to the public works site to obtain
another load of excavated material is time spent in travel that is subject to prevailing wage.
Travel to a supply source, including travel from a public works site, to obtain materials for
use on a private project would not be travel subject to the prevailing wage.
(4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver
materials to a stockpile.
(a) A "stockpile" is defined as materials delivered to a pile located away from the site
of incorporation such that the stockpiled materials must be physically moved from the
stockpile and transported to another location on the project site in order to be incorporated
into the project.
(b) A stockpile does not include any of the functions described in subsection (2)(a)
through (f) of this section; nor does a stockpile include materials delivered or distributed
to multiple locations upon the project site; nor does a stockpile include materials dumped
at the place of incorporation, or adjacent to the location and coordinated with the
incorporation.
(5) The applicable prevailing wage rate shall be determined by the locality in which the
work is performed. Workers subject to subsection (2)(d) of this section, who produce such
materials at an off-site facility shall be paid the applicable prevailing wage rates for the
county in which the off-site facility is located. Workers subject to subsection (2) of this
section, who deliver such materials to a public works project site shall be paid the
applicable prevailing wage rates for the county in which the public works project is located.
[Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, §
296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12
RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and
4/1/92, effective 8/31/92.]
Supplemental to Wage Rates 11
03/03/2023 Edition, Published February 6, 2023
APPENDIX B
Proposal Form – Informational Copy
Contract – Informational Copy
2023-2024 Pavement Marking on Jefferson County Roads 1 of 9 Bid Proposal
Proposal
For
Bidding Purposes
For Construction of:
Pavement Marking on Jefferson
County Roads for Calendar Years
2023 through 2025
County Project No: 18020490
Sealed bids will be received in the Office of the County Commissioners, basement level
of the Jefferson County Courthouse, 1820 Jefferson Street, P.O. Box 1220, Port
Townsend, Washington, 98368, until the date and time specified in the ‘Call for Bids’.
Jefferson County Department of Public Works
2023-2025 Pavement Marking on Jefferson County Roads 2 of 9 Bid Proposal
SUBMIT THE
ENCLOSED PROPOSAL BOND
FORM WITH YOUR PROPOSAL.
USE OF OTHER
FORMS MAY SUBJECT
YOUR BID TO REJECTION.
2023-2025 Pavement Marking on Jefferson County Roads 3 of 9 Bid Proposal
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
NON-COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of perjury under the
laws of the United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have)
not, either directly or indirectly, entered into any agreement, participated in
any collusion, or otherwise taken any action in restraint of free competitive
bidding in connection with the project for which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to
have signed and to have agreed to the provisions of this declaration.
NOTICE TO ALL BIDDERS
To report rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free
“hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with
knowledge of possible bid rigging, bidder collusion, or other fraudulent activities
should use the “hotline” to report such activities.
The “hotline” is part of USDOT’s continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the
USDOT Inspector General. All information will be treated confidentially and caller
anonymity will be respected.
2023-2025 Pavement Marking on Jefferson County Roads 4 of 9 Bid Proposal
PAVEMENT MARKING ON JEFFERSON COUNTY ROADS
IN CALENDAR YEARS 2023 through 2025
PROJECT NO. 18020490
BID PROPOSAL
TO THE BOARD OF JEFFERSON COUNTY COMMISSIONERS
Please read all pages of this ‘Bid Proposal’, complete pages 4 through 8, and return this original
form to Public Works. To be accepted, bids must be (1) signed and submitted on these original
forms using ink or typed and supplying all of the information requested; and (2) accompanied by
a proposal guaranty bond payable to the Treasurer of Jefferson County in the sum of five
percent (5%) of the bid amount, to be forfeited to Jefferson County by the successful bidder if
he/she fails to enter into a contract within ten (10) calendar days of the award.
This certifies that the undersigned has examined the specifications and contract documents and
that the provisions governing the work embraced in this contract and the method by which
payment will be made for said work is understood. The undersigned hereby proposes to
undertake and complete the work embraced in this contract, or as much thereof as can be
completed with the money available in accordance with the said provisions; and the following
schedule of rates and prices:
Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Show
unit price in figures only (not words). Figures written to the right of the decimal point in the unit
price column shall be interpreted as cents. Applicable Washington state sales tax is to be
included in the bid item price. All entries must be typed or entered in ink.
BID PRICES IN TABLE BELOW ARE FOR CONTRACT YEAR 2023 ONLY
BID
ITEM
NO.
PLANNED
QUANTITY
(Annual)
UNIT
ITEM DESCRIPTION
PRICE PER UNIT
(Dollars)
TOTAL AMOUNT
(Dollars)
1
493
LINEAL
MILE
PAINT LINE
•
•
2
1
L.S.
SPCC PLAN
•
•
Deliver Bids to:
Deadline is:
County Commissioners, Jefferson County Courthouse;
Basement Level, 1820 Jefferson Street,
P.O. Box 1220, Port Townsend, WA 98368
9:30 A.M. April, 10 2023
BID TOTAL FOR CONTRACT YEAR 2023
•
2023-2025 Pavement Marking on Jefferson County Roads 5 of 9 Bid Proposal
PAVEMENT MARKING ON JEFFERSON COUNTY ROADS
IN CALENDAR YEARS 2023 through 2025
PROJECT NO. 18020490
BID PROPOSAL (CONTINUED)
BID PRICES IN TABLE BELOW ARE FOR CONTRACT YEAR 2024 ONLY
BID
ITEM
NO.
PLANNED
QUANTITY
(Annual)
UNIT
ITEM DESCRIPTION
PRICE PER UNIT
(Dollars)
TOTAL AMOUNT
(Dollars)
1
493
LINEAL
MILE
PAINT LINE
•
•
2
1
L.S.
SPCC PLAN
•
•
BID PRICES IN TABLE BELOW ARE FOR CONTRACT YEAR 2025 ONLY
BID
ITEM
NO.
PLANNED
QUANTITY
(Annual)
UNIT
ITEM DESCRIPTION
PRICE PER UNIT
(Dollars)
TOTAL AMOUNT
(Dollars)
1
493
LINEAL
MILE
PAINT LINE
•
•
2
1
L.S.
SPCC PLAN
•
•
NOTE:
COOPERATIVE PURCHASING: The Washington State Inter-Local Cooperative Act RCW 39.34
provides that other governmental agencies may purchase goods and services on this solicitation
or contract in accordance with the terms and prices indicated, if all parties are willing.
BID TOTAL FOR CONTRACT YEAR 2024
•
BID TOTAL FOR CONTRACT YEAR 2025
•
BID TOTAL FOR ENTIRE 3-YEAR CONTRACT:
•
2023-2025 Pavement Marking on Jefferson County Roads 6 of 9 Bid Proposal
Proposal – Signature Page
The bidder is hereby advised that by signature of this proposal he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the
approximated estimate of quantities at the above prices and in the form as indicated below, is
attached hereto:
Cash In the Amount of
Cashier’s Check Dollars
Certified Check ($ ) Payable to Jefferson County
Proposal Bond In the Amount of 5% of the Bid.
*Receipt is hereby acknowledged of addendum(s) no(s). , , & .
Signature of Authorized Official(s)
Proposal Must Be Signed
Print Name
Firm Name
Address
State of Washington Contractor’s License No.
Federal ID No.
Note:
(1) This proposal is not transferable and any alteration of the firm's name entered hereon
without prior permission from the County Commissioners will be cause for considering
the proposal irregular and subsequent rejection of the bid.
(2) Please refer to Section 1-02.6 of the Standard Specifications, re: "Preparation of
Proposal", or "Article 4" of the Instructions to Bidders of building construction jobs.
(3) Should it be necessary to modify this proposal, either in writing or by electronic means,
please make reference to the following proposal name in communication: Pavement
Marking on Jefferson County Roads for Calendar Years 2023 through 2025. County
Project No.18020490
2023-2025 Pavement Marking on Jefferson County Roads 7 of 9 Bid Proposal
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Contracts Public Works
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE
WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of
the firm identified below that, to the best of my knowledge and belief, this firm has NOT been
determined by a final and binding citation and notice of assessment issued by the Washington
State Department of Labor and Industries or through a civil judgment entered by a court of
limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any
provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior to the date of the
Call for Bids.
Bidder Name:
Name of Contractor/Bidder - Print full legal entity name of firm
By:
Signature of authorized person Print Name of person making certifications for firm
Title: Place:
Title of person signing certificate Print city and state where signed
Date:
Form 272-009
08/2017
2023-2025 Pavement Marking on Jefferson County Roads 8 of 9 Bid Proposal
Proposal Bond
KNOW ALL MEN BY THESE PRESENTS, That we,
of as principal, and the
,
a corporation duly organized under the laws of the state of ,
and authorized to do business in the State of Washington, as surety, are held and firmly bound
unto the County of Jefferson in the full sum of five (5) percent of the total amount of the bid
proposal of said principal for the work hereinafter described, for the payment of which, well and
truly to be made, we bind our heirs, executors, administrators and assigns, and successors and
assigns, firmly by these presents.
The condition of this bond is such, that whereas the principal herein is herewith
submitting his or its sealed proposal for the following highway construction, to wit:
Pavement Marking on Jefferson County Roads in Calendar Years 2023 through 2025;
County Project No. 18020490
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, If the said proposed bid by said principal be accepted, and the
Contract be awarded to said principal, and if said principal shall duly make and enter into and
execute said Contract and shall furnish bond as required by Jefferson County within a period of
ten (10) days from and after said award, exclusive of the day of such award, then this obligation
shall be null and void, otherwise it shall remain and be in full force and effect.
IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be
signed and sealed this day of , 20 .
(Principal)
(Surety)
(Attorney-in-fact)
2023-2025 Pavement Marking on Jefferson County Roads 9 of 9 Bid Proposal
CONTRACT DOCUMENTS
&
CONTRACT BOND FORMS
WILL BE PROVIDED
TO THE
SUCCESSFUL BIDDER ONLY
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 1 of 10
CONTRACT
JEFFERSON COUNTY, WASHINGTON
THIS AGREEMENT, made and entered into this ________ day of ________________, 20____, between
the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of
Public Works under and by virtue of Title 36, R.C.W, as amended and
_________________________________________ of ________________________________________
hereinafter called the Contractor.
WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this
agreement, the parties hereto covenant and agree as follows:
1. The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: That the
Contractor herein will undertake and complete the following described work:
for the total sum of _________________________________________________________________
dollars ($____________) in accordance with and as described in the attached plans and specifications
and the Standard Specifications of the Washington Department of Transportation which are by this
reference incorporated herein and made a part hereof. The Contractor shall perform any alteration in
or addition to the work provided in this contract and every part thereof.
The Contractor shall complete the described work as follows:
(with a start date of and a completion date of (with start and
stop dates indicated for each phase of work) (within a specified amount of time after the Notice to
Proceed).
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 and every part thereof.
2. The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ
the Contractor to furnish the goods and equipment described and to furnish the same according to the
attached specifications and the terms and conditions herein contained, and hereby contracts to pay for
the same according to the attached specifications and the schedule of unit or itemized prices hereto
attached, at the time and in the manner and upon the condition provided for in this contract. The
County further agrees to employ the Contractor to perform any alterations in or additions to the work
provided for in this contract that may be ordered and to pay for the same under the terms of this
contract and the attached specifications at the time and in the manner and upon the conditions
provided for in this contract.
3. The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does
hereby agree to the full performance of all the covenants herein contained upon the part of the
Contractor. INFORMATIONAL COPY________________
and as describnd as describ
shington Depahington Dep
a part hereofa part hereof
his contract anhis contract an
e described we described w
and a and aORM
h phase of h phase of wowo
vide and vide and
uiruir
23
Pavement Marking on Jefferson County Roads for Calendar Years 2023 through 2025, and
other work, County Project No. 18020490
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 2 of 10
4. Prior to commencing work, the Contractor shall obtain at its own cost and expense the following
insurance from companies licensed in the State with a Best’s rating of no less than A: VII. The
Contractor shall provide to the County Risk Manager certificates of insurance with original
endorsements affecting insurance required by this clause prior to the commencement of work to be
performed.
The insurance policies required shall provide that thirty (30) days prior to cancellation, suspension,
reduction or material change in the policy, notice of same shall be given to the County Risk Manager
by registered mail, return receipt requested, for all of the following stated insurance policies.
If any of the insurance requirements are not complied with at the renewal date of the insurance policy,
payments to the Contractor shall be withheld until all such requirements have been met, or at the
option of the County, the County may pay the renewal premium and withhold such payments from
the moneys due the Contractor.
All notices shall name the Contractor and identify the agreement by contract number or some other
form of identification necessary to inform the County of the particular contract affected.
A. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and
maintain for the life of the contract, Workers Compensation Insurance, including Employers
Liability Coverage, in accordance with the laws of the State of Washington.
B. General Liability (1) - with a minimum limit per occurrence of one million dollars ($1,000,000)
and an aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and
property damage unless otherwise specified in the contract specifications. This insurance
coverage shall contain no limitations on the scope of the protection provided and indicate on the
certificate of insurance the following coverage:
1. Broad Form Property Damage with no employee exclusion;
2. Personal Injury Liability, including extended bodily injury;
3. Broad Form Contractual/Commercial Liability including completed operations (contractors
only);
4. Premises - Operations Liability (M&C);
5. Independent Contractors and Subcontractors; and
6. Blanket Contractual Liability.
(1) Note: The County shall be named as an additional insured party under this policy.
C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and
property damage unless otherwise specified in the contract specifications. This insurance shall
indicate on the certificate of insurance the following coverage:
1. Owned automobiles;
2. Hired automobiles; and,
3. Non-owned automobiles.
(2) Note: The County shall be named as an additional insured party under this policy.
Any deductibles or self-insured retention shall be declared to and approved by the County prior to
the approval of the contract by the County. At the option of the County, the insurer shall reduce
or eliminate deductibles or self-insured retention or the Contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
The Contractor shall include all subcontractors as insured under its insurance policies or shall
furnish separate certificates and endorsements for each subcontractor. All insurance provisions
for subcontractors shall be subject to all of the requirements stated herein.INFORMATIONAL COPYby contby co
rticular contraticular cont
rance. The Cce. The C
pensation Insuensation Ins
of the State oof the State o
t per occurrent per occurre
lion dollars ($ion dollars ($
cified in the cified in the
ns on the scopns on the scop
wing coveragwing coverag
Damage with namage with
lity, includinglity, including
ual/Commual/Comm
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 3 of 10
Failure of the Contractor to take out and/or maintain any required insurance shall not relieve the
Contractor from any liability under the Agreement, nor shall the insurance requirements be
construed to conflict with or otherwise limit the obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the
County (including its employees and other agents and agencies), it being the intention of the
parties that the insurance policies so affected shall protect both parties and be primary coverage
for any and all losses covered by the above described insurance. It is further agreed by the parties
that insurance companies issuing the policy or policies shall have no recourse against the County
(including its employees and other agents and agencies) for payment of any premiums or for
assessments under any form of policy. It is further agreed by the parties that any and all
deductibles in the above described insurance policies shall be assumed by and be at the sole risk
of the Contractor.
It is agreed by the parties that judgments for which the County may be liable, in excess of insured
amounts provided herein, or any portion thereof, may be withheld from payment due, or to
become due, to the Contractor until such time as the Contractor shall furnish additional security
covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for extra
hazardous contracts and specific service agreements.
Any coverage for third party liability claims provided to the County by a “Risk Pool” created
pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the
Contractor must provide in order to comply with this Agreement.
If the proof of insurance or certificate of coverage indicating the County is an “additional insured”
to a policy obtained by the Contractor refers to an endorsement (by number or name) but does not
provide the full text of that endorsement, then it shall be the obligation of the Contractor to obtain
the full text of that endorsement and forward that full text to the County within 30 days of the
execution of this Agreement.
The County may, upon the Contractor’s failure to comply with all provisions of this contract
relating to insurance, withhold payment or compensation that would otherwise be due to the
Contractor.
5. The Contractor shall comply with all Federal, State, and local laws and ordinances applicable to the
work to be done under this Agreement. This Agreement shall be interpreted and construed in accord
with the laws of the State of Washington and venue shall be in Jefferson County, WA.
The Contractor shall defend, indemnify and hold the County, its officers, officials, employees, agents
and volunteers (and their marital communities) harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of
the Contractor in performance of this Agreement, except for injuries and damages caused by the sole
negligence of the County. Should a court of competent jurisdiction determine that this Agreement 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 County, its officers, officials, employees, agents and volunteers (and their marital
communities) the Contractor’s liability, including the duty and cost to defend, hereunder shall be only
to the extent of the Contractor’s negligence.
Claims against the County shall include, but not be limited to assertions that the use and transfer of
any software, book, document, report, film, tape, or sound reproduction of material of any kind,
delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade name, or
otherwise results in an unfair trade practice or an unlawful restraint of competition.INFORMATIONAL COPYor shaor sh
nty. ty.
insurance onnsurance o
s.
prprovided to tovided to
ntributory wintributory wi
ly with this Aly with this A
of coveraof coverage ge
ctor tor refers to refers to
orsement, theorsement, th
ment and forwment and for
entent. .
n the n the ContrCon
thholdthhold
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 4 of 10
The Contractor specifically assumes potential liability for actions brought against the County by the
Contractor's employees, including all other persons engaged in the performance of any work or
service required of the Contractor under this Agreement and, solely for the purpose of this
indemnification and defense, the Contractor specifically waives any immunity under the state
industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was specifically
entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual negotiation.
The provisions of this section shall survive the expiration or termination of this Agreement.
The Contractor’s relation to the County shall be at all times as an independent Contractor, and
nothing herein contained shall be construed to create a relationship of employer-employee or master-
servant, and any and all employees of the Contractor or other persons engaged in the performance of
any work or service required of the Contractor under this Agreement shall be considered employees
of the Contractor only and any claims that may arise on behalf of or against said employees shall be
the sole obligation and responsibility of the Contractor.
The Contractor shall not sublet or assign any of the services covered by this contract without the
express written consent of the County or its authorized representative. Assignment does not include
printing or other customary reimbursable expenses that may be provided in an agreement.
Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting
that the Contractor deliver to the County an executed bond as security for the faithful performance of
this contract and for payment of all obligations of the Contractor.
For contracts of $150,000 or less, the County and the Contractor may agree that in-lieu of the
Contract Bond; the County will withhold 10% of the Contract amount in accordance with R.C.W
39.08.010. If applicable, the Contractor will indicate this option on Exhibit D.
The Contractor will declare a management option of the statutory retained percentage on Exhibit E
LIDSSOLFDEOH
____ Limited Small Works Project per RCW 39.04.155(3): Performance Bond and Retainage Waived
INDEX OF EXHIBITS
____ Exhibit A: Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary
Exclusion
____ Exhibit B: Certification of Compliance with Wage Payment Statues
____ Exhibit C: Contract Bond, Jefferson County, Washington
____ Exhibit D: Contractor’s Declaration of Option for Contracts for Less Than $150,000
____ Exhibit E:Contractor’s Declaration of Option for Management of Statutory Retained Percentage INFORMATIONAL COPYoorr a rr
ceses covered bcovered
dd representatirepresentati
thathat maymay bebe
thehe County, aCounty,
nn ex executedecuted bb
gationsgations ofof thethe
thehe CountyCounty ana
withholdwithhold 1 100
ContractorContractor
a manaa mana
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 5 of 10
IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below
written, and the Board of County Commissioners has caused this instrument to be executed by and in the
name of said County of Jefferson the day and year first above written.
Executed by the Contractor __________________, 20_____
Contractor:
____________________________________________
(Please print)
By:
(Please print)
____________________________________________
(Signature)
____________________________________________
State of Washington, Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
________________________________
Kate Dean, District 1
________________________________
Heidi Eisenhour, District 2
________________________________
Greg Brotherton, District 3
Approved as to form only:
________________________________
Philip C. Hunsucker Date
Chief Civil Deputy Prosecutor
________________________________
Monte Reinders, P.E. Date
Public Works Director/County Engineer
35($33529('&2175$&7)250INFORMATIONAL COPY_______ _______
Number Number
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 6 of 10
EXHIBIT A
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
The Contractor certifies to the best of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency;
(2) Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a
public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this
certification; and
(4) Have not within a 3-year period preceding this contract had one or more public transactions (Federal,
State, or local) terminated for cause or default.
Where the Contractor is unable to certify to any of the statements in this certification, such Contractor
shall attach an explanation.
___________________________________________________________________________________
Name of Contractor (Please print)
___________________________________________________________________________________
Name and Title of Authorized Representative (Please print)
___________________________________________________________________________________
Signature of Authorize Representative
____ I am unable to certify to the above statement. An explanation is attached. INFORMATIONAL COPYffense ffense
, or local) tra, or local) t
statutes or costatutes or co
ecorords, makinds, makin
iminally or ciiminally or ci
of any of the of any of the
receding this receding this
cause or defauause or defau
le to certify tole to certify
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 7 of 10
EXHIBIT B
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
I declare under penalty of perjury under the laws of the State of Washington that the foregoing is true and
correct.
The undersigned bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date ________________, the bidder is not a “willful” violator, as defined in RCW 49.48.082,
or any of the provisions of chapters 49.46, 49.48, or 49.52 RCW as determined by a final and binding
citation and notice of assessment issued by the Department of Labor and Industries or through a civil
judgment entered by a court of limited or general jurisdiction.
Bidder’s Business Name
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Sole Proprietorship Partnership Joint Venture Corporation
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co-partnership, give firm name under which business is transacted:
* If a corporation, proposal must be executed in the corporate name by the president or vice-
president (or any other corporate officer accompanied by evidence of authority to sign). If a co-
partnership, proposal must be executed by a partner.INFORMATIONAL COPYOPYONAORMI
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 8 of 10
EXHIBIT C
CONTRACT BOND
JEFFERSON COUNTY, WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
That , of , as
Principal, and ______________________________, as Surety, are jointly and severally held and bound unto
the COUNTY OF JEFFERSON, the penal sum of
Dollars ($ ), for the payment of which we jointly and severally bind ourselves, or
heirs, executors, administrators, and assigns, and successors and assigns, firmly by these presents.
The condition of this bond is such that WHEREAS, on the ____ day of _________, A.D., 20 , the said
_________________________________, Principal herein, executed a certain contract with the County of
Jefferson, by the terms, conditions and provisions of which contract the said
, Principal herewith, agrees to furnish all materials and do certain work, to-wit: That the said Principal herein
will undertake and complete the following described work:
,
in Jefferson County, Washington, as per maps, plans and specifications made a part of said contract, which
contract as so executed, is hereunto attached, and is now referred to and by this reference is incorporated
herein and made a part hereof as full for all purposes as if here set forth at length.
NOW THEREFORE, if the Principal herein shall faithfully and truly observe and comply with the terms,
conditions and provisions of said contract, in all respects and shall well and truly and fully do and perform all
matters and things by the said Principal undertaken to be performed under said contract, upon the terms
proposed therein, and within the time prescribed therein, and until the same is accepted, and shall pay all
laborers, mechanics, subcontractors and materialmen, and all persons who shall supply such contractor or
subcontractor with provisions and supplies for the carrying on of such work, and shall in all respects
faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in full
force and effect.
WITNESS our hands this _____ day of ________________, 20____.
_______________________________________
PRINCIPAL SURETY COMPANY
By: ___________________________________ By: ___________________________________
By: ___________________________________
Attorney-in-fact
Address of local office and agent of surety company:
______________________________________
______________________________________
______________________________________
______________________________________INFORMATIONAL COPYPYpecifications mecifications
w referred to areferred to a
es as if heres as if here ses
in shall faithfun shall faithfu
in all respects in all respects
undertaken toundertaken t
e prescribed the prescribed th
ors and materiors and mate
and supplies and supplies
ntract accordintract accordin
ds thds th
23
Pavement Marking on Jefferson County Roads for Calendar Years 2023 through 2025, and other work, County
Project No. 18020490
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 9 of 10
EXHIBIT D
CONTRACTOR’S DECLARATION OF OPTION FOR
CONTRACTS FOR LESS THAN $150,000
A. A Contract Bond will be provided as required.
Date _________________ Signed __________________________________
B. In lieu of providing a Contract Bond, the County will withhold 10% of the Contract amount.
Date _________________ Signed __________________________________INFORMATIONAL COPYd ___________________
ounty will withunty will with
_______SigSig
Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 10 of 10
EXHIBIT E
CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT
OF STATUTORY RETAINED PERCENTAGE
A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30)
days following final acceptance of the work.
Date _______________ Signed _______________________________________
B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing
account, not subject to withdrawal until after final acceptance of the work.
Date _______________ Signed _______________________________________
C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as
such retained percentage accrues.
I hereby designate _________________________________________ as the repository for the escrow of
said funds.
I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of
placing said retained percentage in escrow and investing it as authorized by statute. The Owner shall not
be liable in any way for any costs or fees in connection therewith.
Date ________________ Signed _______________________________________
D. I hereby elect to provide a Retainage Bond in accordance with R.C.W 60.28.011.
Date _______________ Signed _______________________________________ INFORMATIONAL COPY______________________
ained percentaned percenta
_______________________
esponsible foesponsible fo
e in escrow ane in escrow a
costs or fees costs or fees
_____________
APPENDIX C
Traffic Control Management Plan
Painting Vehicle
Truck Mounted
Attenuators
(Optional)
Use some version of lighted arrow panel.
Arrows to indicate which stripe is currently
being painted are strongly recommended.
Separate Vehicle
for Cone Recovery
Shadow Vehicle
Truck Mounted
Attenuator
(Optional)
Rear Mounted
Caution Sign
(warn of frequent
stops)
Use sign shapes and legends as
appropriate, such as examples below.
TEMPORARY TRAFFIC CONTROL
& WET PAINT PROTECTION PLAN
FOR LANE STRIPE PAINTING
·The Painting Vehicle shall operate auxiliary flashing
beacons mounted front and rear, and display at least
one sign that is clearly legible to following traffic stating
DO NOT PASS and warning citizens to keep off of the
wet painted lines.
·The Shadow (following) Vehicle shall operate auxiliary
flashing beacons clearly visible to following traffic, and
at least one sign that is clearly legible to following traffic
stating DO NOT PASS. Additional language shall also
be displayed on the same or separate sign that is clearly
legible to following traffic warning citizens to keep off of
the wet paint lines.
·Traffic cones (or similar) shall immediately be placed on
the freshly painted striping to warn drivers that the
striping paint is wet.
·Cone placement shall be more concentrated at all
locations where higher volumes of traffic are expected
and where drivers are more likely to cross traffic lanes,
such as at approaches to intersections, near public
facilities or business centers, and along curves where
vehicles tend to wander off course.
·A separate vehicle shall be used for the purpose of
retrieving the traffic cones (or similar) that were placed
as described above. The Painting Vehicle shall not
apply paint whenever a Shadow Vehicle is not in place
and operational.
DO NOT
PASS
PAINTING
VEHICLE
DO NOT PASS!
DO NOT DRIVE
ON WET PAINT!DO
NOT PASS
OR DRIVE ON
WET PAINT.
KEEP OFF
LINES.
CAUTION
WET PAINT!
STRAIT OF JUAN D
E
FUC
ACLALLAM COUNTY
Port Townsend City Limits
PORT TOWNSENDBAYPORT TOWNSENDKILISUT HARBORMYSTERY BAYINDIAN ISLANDCHIMACUM
C
R
E
E
K
OAK BAYAN
D
E
R
S
O
N
LAK
E DISCOVERYBAYCLALLAM COUNTY
PATISONST.CHIMACUM CREEK21/2Scale In Miles103BCADGore TriangleTurn Lanes & Channelizationor2/5/20231/2BST Roads With StripingRoad Markings:Edge Line Striping OnlyCenter Line Striping OnlyBoth Center & Edge Line StripingMAINTAIN DASHEDEDGELINE THROUGHINTERSECTION HEREMAINTAIN DASHED EDGELINETHROUGH INTERSECTION HEREa123bc
OAK BAYBEAUSITELAKEDELANTYLAKESUNSETLAKECITYLAKEPETERSONLAKEGIBBSLAKECROCKERLAKELARSONLAKELUDLOWLAKEHORSESHOELAKETARBOOLAKEPO
R
T
L
U
D
L
O
W
BA
YHERITAGE
LN
.MCKENZIE
LN
.LEIGHBROOK
LN
.TIMBERMEADOW DR
.TIMBER
HE
IGHTS
DR
.HOOD CANAL21/2Scale In Miles103TIMBER
R
IDGE
DR
.
S
O
U
T
H
B
A
Y
L
N
.BCADC
AM
B
E
R
L
N
.Gore TriangleTurn Lanes & Channelizationor2/5/2023BST Roads With StripingRoad Markings:Edge Line Striping OnlyCenter Line Striping OnlyBoth Center & Edge Line Striping7.75-mi6.86-miMAINTAIN DASHEDEDGELINE THROUGHINTERSECTION HEREMAINTAIN DASHEDEDGELINE THROUGHINTERSECTION HEREabc123
LORDSLAKELAKELELANDRICELAKELITTLE QUILCENE RIVERHORSESHOELAKESANDY SHORELAKEWAHLLAKEDABOBBAYSQUAMISHHOOD CANALHARBORTEALLAKEQUILCENE BAYBIG QUILCENE RIVERH
O
O
D
C
A
N
A
L SILENTLAKE21/2Scale In Miles103H
O
O
D
C
A
N
A
LCOUNTYKITSAPSO
U
T
H
POINT RD.BCADGore TriangleTurn Lanes & Channelizationor2/5/2023Edge Line Only MarkingCenter Line Only MarkingBoth Center & Edgeline MarkingBST Roads With StripingRoad Markings:9.63-mi9.74-mi10.34-miabc123
KITSAPCOUNTYPLEASANTHARBORDUCKABUSH RIVERDOSEWALLIPSRIVERKITSAP COUNTYHOOD CANAL21/2Scale In Miles10321/2Scale In Miles103HOOD CANALKITSAPCOUNTYBCADGore TriangleTurn Lanes & Channelizationor2/5/2023Edge Line Striping OnlyCenter Line Striping OnlyBoth Center & Edge Line StripingBST Roads With StripingRoad Markings:abc123
APPENDIX D
Jefferson County Road Operations
Striping Log
ROAD #ROAD NAME BMP EMP
EDGE
LINE
CENTER
LINE
PHASE 1 ROADS
206909 SEAMOUNT DR 0.003 0.843 0 4435
207709 CANAL LN 0.004 0.008 0 0
207909 CANAL VIEW ST 0.005 0.440 0 2300
227408 DUCKABUSH RD 0.004 3.660 0 19330
242609 BLACK POINT RD 0.005 1.146 0 6025
242909 RHODODENDRON LN 0.005 0.850 0 4465
245209 BRINNON LN 0.005 0.223 0 1155
249109 SCHOOLHOUSE RD 0.004 0.294 0 1530
250008 DOSEWALLIPS RD 0.007 6.777 16900 35380
251909 APPALOOSA DR 0.009 0.051 0 280
273408 BEE MILL RD 0.007 1.608 0 8450
275908 POINT WHITNEY RD 0.005 0.826 0 4300
301109 RODGERS ST 0.006 0.056 0 390
301309 LINGER LONGER RD 0.095 1.643 0 8450
303908 PENNY CREEK RD 0.040 1.460 0 7200
321309 WASHINGTON ST 0.006 0.385 0 2000
324209 E COLUMBIA ST 0.006 0.175 0 890
327508 E QUILCENE RD 0.004 4.425 23410 11030
327609 MCDONALD RD 0.000 0.190 0 0
330109 LINDSAY HILL RD 0.004 1.463 0 7500
348808 DABOB RD 0.004 5.181 33500 27000
352909 SNOW CREEK RD 0.003 0.996 0 5300
418708 THORNDYKE RD 0.022 8.508 44900
425308 DABOB POST OFFICE RD 0.016 0.457 4800 2400
447608 S POINT RD 0.069 3.031 17000 15900
500209 W UNCAS RD 0.004 2.018 0 10700
500809 ORCAS DR 0.005 0.089 470 470
501109 OLD GARDINER RD 0.648 1.759 0 9300
501409 OLD GARDINER RD 0.008 3.828 0 20100
501709 RONDELAY RD 0.519 0.530 0 60
501909 OLD SCHOOLHOUSE RD 0.004 0.445 0 2350
502009 GARDINER BEACH RD 0.107 2.230 0 11220
503008 LARSON LAKE RD 0.003 4.059 0 21400
503209 FAIRMOUNT RD 0.008 0.600 0 3125
503608 PARADISE BAY RD 0.009 5.998 63400 31700
505309 TEAL LAKE RD 0.003 3.442 5600 18140
505409 SHINE RD 0.005 2.324 18000 3100
507809 HIGHLAND DR 0.004 0.800 200 4300
508009 OLD EAGLEMOUNT RD 1.235 1.960 0 3830
508909 S BAY LN 0.005 0.095 0 430
510009 WALKER WAY 0.005 0.912 200 4800
510109 OSPREY RIDGE DR 0.005 0.574 100 3000
510508 EAGLEMOUNT RD 0.004 5.326 56400 28200
511409 RAINIER LN 0.004 1.237 0 6550
514009 SWANSONVILLE RD 0.003 3.198 33800 16900
514409 CAMBER LN 0.004 0.090 400 60
514509 WELLS RIDGE CT 0.002 0.080 415 0
515909 TIMBERTON DR 0.003 0.400 2100 2100
516159 WOODRIDGE DR 0.008 0.478 2500 0
516409 HERITAGE LN 0.007 0.095 470 0
516509 TIMBER RIDGE DR 0.004 0.108 550 0
516609 MCKENZIE LN 0.007 0.050 230 0
516709 TIMBER MEADOW DR 0.004 0.084 425 0
516809 LEIGHBROOK LN 0.000 0.046 245 0
516909 TIMBER HEIGHTS DR 0.007 0.115 570 0
517009 MT CONSTANCE WAY 0.000 0.538 2850 0
523209 HJ CARROLL PARK RD 0.004 0.076 0 380
523408 ANDERSON LAKE RD 0.005 2.770 29200 14600
527609 ELKINS RD 0.004 0.251 0 1320
540009 PIONEER DR 0.003 0.868 450 4600
549309 OLYMPUS BLVD 0.003 0.673 4400 3600
554709 QUARRY RD 0.003 0.027 0 130
556009 HAROLDS HOLLOW 0.003 0.013 80 0
558009 MATS MATS BEACH RD 0.004 0.454 0 2400
568509 OLD OAK BAY RD 0.004 0.459 0 2420
569908 OAK BAY RD 0.984 10.793 103600 51800
573509 JACOBSEN DR 0.004 0.332 3460 1730
573609 GRACELAND WAY 0.005 0.473 0 2460
573809 GOLDENVIEW DR 0.006 0.228 0 1300
589609 MEADE RD 0.003 0.496 5240 0
592009 GRIFFITH POINT RD 0.005 1.664 0 8760
593809 E BEACH RD 0.004 0.263 0 1370
593909 E MARROWSTONE RD 0.006 2.859 0 14800
594209 ROBBINS RD 0.018 0.902 0 4670
601208 FOUR CORNERS RD 0.005 1.282 13500 6750
601507 S DISCOVERY RD 0.033 4.849 50440 25220
617509 BECKETT POINT RD 0.032 0.692 0 3490
622808 CAPE GEORGE RD 0.003 7.570 79760 39880
623709 CAPE GEORGE WYE 0.003 0.223 0 1170
624019 FLORENCE ST 0.004 0.095 0 480
624319 FLAMINGO RD 0.003 0.302 0 1600
624709 S 2ND ST 0.003 0.095 0 440
625309 S JACOB MILLER RD 0.004 1.995 21020 10510
625509 N JACOB MILLER RD 0.004 0.821 8000 4300
626009 CO LANDFILL RD 0.003 0.319 0 1685
629307 COOK AVE EXTENSION 0.004 0.624 0 3260
629809 W PATISON ST 0.007 0.046 0 0
635609 PATISON ST 0.003 0.307 0 1640
635809 S 7TH AV 0.000 0.180 0 950
635909 THOMAS DR 0.000 0.160 0 845
637109 CEDAR AV 0.004 0.572 6000 3000
637809 MASON ST 0.004 0.360 0 1880
639809 3RD ST 0.003 0.433 0 2280
642809 SYCAMORE ST 0.004 0.221 0 0
643209 MONTGOMERY ST 0.005 0.037 420 185
645109 MASONIC HALL RD 0.050 0.366 0 1670
647609 MATHESON ST 0.004 0.115 0 586
652509 LOWER HADLOCK RD 0.005 0.286 0 1484
654109 HADLOCK BAY RD 0.008 0.214 0 1088
669109 5TH AV 0.004 0.150 0 760
672009 4TH AV 0.006 0.148 1532 766
677709 E MOORE ST 0.378 0.539 1800 1525
679109 KALA POINT DR 0.006 0.245 0 1285
680609 PROSPECT AV 0.005 1.315 10780 5390
681809 PARKRIDGE DR 0.004 1.316 0 6910
682109 WOODLAND DR 0.005 1.880 0 9900
683209 AIRPORT RD 0.005 0.171 0 950
686019 SETON RD 0.005 0.102 0 515
688319 OTTO ST 0.004 0.685 0 3560
689319 N OTTO ST 0.004 0.338 0 1790
691007 HASTINGS AVE W 1.610 4.415 29500 14750
693419 FREDERICKS ST 0.005 0.262 0 1380
695719 S 8TH ST 0.015 0.418 0 2130
697119 S 8TH ST Y 0.007 0.131 0 655
699519 THOMAS ST 0.047 0.290 3090 1545
931507 CENTER RD 0.008 14.982 158400 79200
932507 CHIMACUM RD 0.009 1.556 15960 7980
933507 IRONDALE RD 0.007 1.910 20000 10000
TOTAL LINEAL FEET (PHASE 1 ROADS)851167 804169
PHASE 2 ROADS
403908 COYLE RD 0.004 14.563 149000 76650
408008 HAZEL POINT RD 0.004 0.960 0 5050
409009 ZELATCHED POINT RD 0.004 1.030 0 5400
514109 W VALLEY RD 0.004 5.557 48800 29350
516009 EGG & I RD 0.003 3.272 300 17150
663009 10TH AV 0.004 0.110 0 545
663109 9TH AV 0.004 0.014 0 80
665709 7TH AV 0.003 0.170 0 880
685419 OLD FORT TOWNSEND RD 0.006 0.521 0 2727
693619 GLEN COVE RD 0.000 0.016 0 0
698619 MILL RD 0.009 0.767 0 3760
TOTAL CHIPSEAL (PHASE 2 ROADS)198100 141592
TOTAL LINEAR CENTER 945761
TOTAL LINEAR EDGE 1049267
TOTAL LINEAR MILES 378 LM
TOTAL LINEAL FEET (PHASE 1)851167 804169
CHIPSEAL ROADS 2 SHOT TOTALS 396200 283184
END TOTAL 1247367 1087353
1247367
1087353
2334720
PHASE 1 + PHASE 2 TOTAL 442 miles
TOTAL DOES NOT INCLUDE CHANNELIZATIONS & 8" GORE LINES