Loading...
HomeMy WebLinkAboutReel_0022D ` HRl:6. 11 STRIPING 1NC. 6052-18th SW Seattle,. WA 98106 - (206)762-6899 Principal Contact: Douglas D. Paulson Size Job Preferred:. $10,000 - $40,000 - Location Preferred: Washington, Alaska Categories of Work: Striping Lane Markers A/C Curb Signing ' Painting 'I'IMBERWOLF ENTERPRISES, INC. E. 2215 Brooklyn - TA PO Box 2931 Spu kane,.. WA 99220. (509)484-1775 _ Principal Contact Forrest H. Jackson Size lot) Preferred: $25,000 - $250,000 Local ion, Preferred:. Eastern Washington, Idaho Categories. of Work: Building or Remodeling Concrete Demolition Drainage General Contractor Guardrails. Sewer Construction TSAO' ENTERI'RISKS, ' INC.. 2367 Kastlake.Avenue East Seal.t le, WA 98102 ,.(206):124-8780 principal Contact.: William S. Tsao lSize Job Preferred: .$25,000 '- $250,000 Lerat.on Preferred:. Washington Categories of Work: Clearing & Grubbing Grading or Excavating Trucking - WELL DONP. SH.RVICE COMPANY .914 Rainier Ave. S. Seattle, WA 98144 (206):122-8744 . Principal Contact F.. L. Lollie ..Size Joh Preferred: $1,000 - $1,000,000 lan atiun Preferred: Pierce, Snohomish, King Count ies Categories of Work:. Janitorial Service ' SHORELINECONSTRUCTION CO. i'.0. Box 358 Woodinville, WA 98072 (20¢)486-0755 Principal Contact: James T. Suzuki Size Job Preferred: $10,000 - $2,500,000 Location Preferred: Washington - no. preference Categories of Work: Drainage - General Contractor Grading or Excavating Sewer Construction SIOUX CONSTRUCTORS AND ENGINEERS, INC. 1'.0. Box 26 Woodinville, WA 98072 (206)486-4448 Principal Contact: Kenneth Spang. Size Job Preferred: $5,000 - $500,000 Location Preferred:: State of Washington Categories of Work: Clearing & Grubbing Concrete Demolition Drainage Fencing General Coutractor Grading or. Excavating. Lands apitig Mechanical.. Sewer Coma rucliou SUN-REY CONSTRUCTION CO., INC. 11.0. Box 6247. Bellevue, WA 98007 - (206)883-4548 Principal Contact: Reynaldo Z. Venegas ' Size Job Preferred:. _$20,000 -.$1,000,000 Location preferred: Statewide. - Categories of Work: Clearing & Grubbing Drainage - Fencing General Contractor Grading or Excavating Roadside Clcmtiur, Sewer Construction -16- RI•:IiSI?'5. 011, CO/MINORITY VENDO RS & SUPPLY, INC. --3911 N.1:. Union Ave. Port land, ORE 9.7212 (50:1)281-2121 Principal Contact: Joe L. Reese Size'. Job Preferred: $5,000 - $Unlimited `. Location Preferred:. Statewide Categories of Work: Guardrail Diesel Fuel Sewer Construction Supply Firm RODARTE.. CUNT.. INC. P.0, Sox 748G.. .. Olympia, WA 98501 (206)456-1751 Principal Contact: 'Robert J.Rodarte Siz,- Job -Preferred: $1,000 - $250,000 . Location Preferred: Western Washington _ p Categories of Work: Clearing& Grubbing Drainage General Contractor Grayling or Excavating Sewer Construction Trucking 'POMMY RODRIGUIdZ CONSTRUC'T'ION P-.t v - 1, _ Box 779 _ Tcniuo,.WA 98589 (206)264-2598 Principal Contact Tommy Rodriguez Sizv Job Preferred: $1,000 -.$300,000 Location Preferred: Western Washington - Categories of Work: Asphalt Clearing & Grubbing -- Drainage. General Contractor Grading or Excavating Landscaping Roadside Cleaning Trucking _ ROSENDIN ELECTRIC, INC 994 ludusLry Drive Seattle WA 98188 (206)575-4690 Principal Contact: Robert P. Guilbeault Size Job Preferred: .$500,000 - $5,000,000 LocationPreferred: Seattle Area. Categories of Work: Electrical -lg- 4 PONDEROSA LANDSCAPING 4703- 233rdS.W. Mountlake Terrace, WA 98043 (206)775-7874 Principal Contact: David Castro Size Job Preferred:. $50,000 - $100,000 'Location Preferred: King or Snohomish Area .q Categories of Work:- Fencing Landscaping' Roadside Cleaning PROGRESSIVE CONST.CO.- 2349 33rd Ave. So. - e Seattle, WA 98144 (206)722-5727 Principal Contact: Howard Terry Size Job Preferred: $50,000.- $300,000 Location Preferred: Washington State Categories of Work: Concrete Electrical Fencing Guardrail Masonry Irrigation Sewer Construction - R &R CONCRETE SERVICE - P.O.. Box 21 Aberdeen, WA 98520 (206)533-7986 Principal Contact: Celia Jaime & Rogerio Jaime Size Job Preferred: $35,000- $250,000 _ Location Preferred:-:. Anywhere in the State of Washington Categories of Work: Concrete. REDBIRD ELECTRIC INC. 11625 N.E. 244th St. Rattle. Ground, WA 98604. (2G6)6R7-3819 Principal Contact: -- Size Job. Preferred: $25,000- $200,000 - Location Preferred: Southwest Wash., but can travel `.Categories of Work: Electrical -14- WILLIAM PAUL CONSTRUCTION 11.0. Sox 7.12 534 4th Ave. - Lewiston, IDA 83501 (208) 746-8239 Principal Contact: William Paul Size. Jot) Preferred: $10,000 - $100,000 Location "Preferred: Northwest United States Ca Lcgories of Work: Building or Remodeling - Clearing &.Grubbing Concrete Drainage Drywall Fencing - General Contractor Grading or Excavating Landscaping Masonry Roadside Cleaning Roofing Sewer Construction ANT PEARSON ELECTRICAL & GENERAL CONTRACTING. 2018 S.' 17th St. Tacoma, WA.. 98405 (206)572-2363 or 272-0283 '..Principal Contact: -Arthur. D. Pearson -Size Job Preferred: $25,000 - $250,000.. -LocaLion Preferred:. Washington,: Oregon Categories of Work:. Building or Remodeling Electrical Sewer Construction General Contractor .PI•;NINSIII•A EXCAVATING _ 15940 Crescent. Valley Rd. S.E. , mom., WA . 98359 857 (,57 Principal Contact: Linda Stratton Size JobPreferred: $1,000 - $20,000 Location Preferred: Washington Stale Categories of Work: Clearing & Grubbing General Contractor Demolition Landscaping. Grading or Excavating Trucking Supply Finn -13- NORTHWEST BORING COMPANY, INC. 13248 .N.E. 177 P1.- Woodinville, WA 98072 (206)486-9666 Principal Contact: Donald W. Gonzales Size Job Preferred: $100,000 ^ $250,000 Location Preferred: Western Washington or Oregon Categories of Work: Sewer Construction NO-LIFE MAINTENANCE. CORPORATION 2349 Tacoma Avenue South Tacom., WA 98402 (206)272'4062 Principal Contact: Alfred J.Thierry, Sr. Size Job Preferred: $1,000 - $100,000 Location Preferred: Entire State of Washington - Categori.es of Work: General Contractor Janitorial Service Masonry Cleaning & Resealing Carpet Cleaning - Sandand Water Blasting Painting Roadside Cleaning OLYMPIC TV CABLE,INC. P.O. Box RB Port Orchard, WA 98366 (206)876=2882 Principal Contact: Willis E. (Gene) Twiner Size Job'Preferred: $25,000 -.$250,000 Location Preferred: Puget Sound Categories of Work: Street Lighting Low Voltage Communications. - Video Security ORTEGA ENTERPRISES INC. P.O. Box 669 Edmonds,WA 98020 (206)774-7456 Principal Contact: Gregg Ortega Size Job Preferred: $10,000 - $100,000 I.ocation'Preferred: Washington Categories of Work: Clearing & Grubbing Drainage General Contractor Grading or Exenvating Sewer Construction -12- MANN AND COMPANY, INC. 2223 23rd Ave. S.E. Puyallup, WA 98371 (20(848-0511 - 'Iri.'c•ipal-Contact: Georgc E. Roberts Size .Job I'relarn•d: $50,000- $100,000 - Location Preferred: Northwest Washington - Categories of Work: Asphalt Clearing &Grubbing General. Contractor : Drainage Grading or Excavating - Sewer Cons Lruclcon Trucking T: MC MILLON, EXCAVATING -.1003 -32ndAve. East SeaLLic, WA 98112 (2o6)325-2220 Principal Conta ct_: Tim McMillon 'size Job Preferred: $50,000 -.$100,000 Location Preferred: No Preference Categories of Work: Asphalt Clearing &.Grubbing Demolition Drainage Grading or Excavating Trucking Roadside Cleaning N.W. W111DING MAINTENANCE/CAR PET SALES, INC. 412 WrsL-:)rd Avenue P.O. Box 1061 'm.svi Lake, WA 98837 ' ..(509)765-7725 'Principal Contact: Henry L. Vernwald Size Job Preferred: $5,000 - $500,000 Lncation Preferred: No Preference categories of Work: Floor Covering Janitorial Service . NEIGH140111100D MAINTENANCE SERVICE 2(;02 E..i'ike St. -SvatUe,.WA 98122 (206):122-7280 Principal Contact: Climmon Peterson .. -d size Jot) Preferred:: $100 - $100,000 Preferred: Seattle to Everett, Seattle to Tacoma (:ategories of Work: Janitorial Service 111=1 moll KLAMATH. - R. C. PARSONS CONST. CO. 'A JOINT VENTURE 1'.0. Box 462 Eugene, ORE 97440 (503)485-1815 'Principal Contact:' Arnie McDowell Size Job Preferred: $300,000 -$2,000,000 Location Preferred: Thruout Washington Categories of. Work: Asphalt - Concrete Demolition Drainage Grading or Excavating Ceneral ConlracLor' Sewer Construction LANDSCAPING BY YAMAMOTO 4045 West Highway 113 Port Orchard, WA 98366 (206)373-4185 Principal Contact: Terry Yamamoto Size Job Preferred: Any Size Location Preferred: Washington Categories of Work:` Landscaping Hydroseeding - IAMMI CONSTRUCTION COMPANY INC. - 2830.Kwina Road . Bellingham, WA 98225 (206)733-7842 -Principal Contact:. Andrew. Cartwright Size Job Preferred: $100,000 - $1,100,000 . Location Preferred: Western Washington or Western Oregon Categories of Work: Building or Remodeling Concrete Drainage General Coltractor , Grading or Excavating Water Systems Sewer Construction -10- .JAS.SLh:01'RIC COMPANY -18242 Ilallinger Way North Eas t SVa(L1(!, WA 98155 (206):165-6446 1'r-inripal Contact: Julio A. Santos Size .Job Preferred: ---- 1,ovation Preferred: Puget Sound Area Ca LcgorieS of Work: Electrical .J.N.J, ELECTRIC, INC. E.. 11'105-1/2 Trent Spokane, WA 99206 (509)928-4588 'Principal Contact: Marjorie M. Neal Sire Job Preferred: $10,000.- $40,000. -.Location Preferred:. Spokane County - Categories of Work:. Electrical _ .J: T. CONST. CO. - 450 - 12th Ave. SeaLLIc, WA 98122 (2(16)124-4448 urincipal Contact: Jim Takisaki Size Job Preferred:. $50,000 - $500,000 - Location Preferred: Seattle Area Categories of Work'. Building or Remodeling General Contractnr Painting. JEFAb CONSTRUCTION CO.. P.O.. Box 1083. ,. Yakima, WA 98907 . (509)452-9357 '.lrincipal Contact-: Alan E. DeAtley b?'tv Job Preferred: $10,000 - $250,000 - Location Preferred: East of the Cascades Categories of Work: Asphalt Clearing & Grubbing Grading or Excavating Demolition Sewer Construction Trucking _9_ AN, Adft GOMEZ & QUINTON CO. _ Box 11497 Spokane, WA 99211 (509)534-2956 Principals Contact: John C.Gomez/D. G. Quinton _ Size Job. Preferred: - $2,000 - $100,000 Location Preferred: Eastern Washington Categories of Work: Building or Remodeling Concrete tor t C Fencing rac on General Mechanical EARNEST. L. GRICE & SONS, INC. 3502316th Ave. S. P.O. Box 3437 Federal Way, WA 98003 (206)927-6363 or (206)838-3114 Principal Contact: Earnest L. Gri.ce Size Job Preferred: $10,000 - $500,000 Location Preferred: Tacoma-Pierce, King, Kitsap, .Snohomish, Grays Harbor Counties Categories of Work: Clearing &Grubbing Demolition.. or I;xcavaCiug Grad in General Contractor Road Building g Trucking -. Sewer Construction GUS14AN BROTHERS '.12630. N.E. 6th St. Bellevue, WA 98005 (206)454-2584 Principal Contact: Rick Gusman Size Job Preferred: $10,000 - $100,000 Location Preferred: Western Washington Categories of Work: Cleari.ng& Grubbing Demolition Grading or Excavating IIOPSINC CONSTRUCTION COR PORATION P.O. Box 201 Rend, ONE 97701 (503)389-6033 Principal Contact: Christopher D. Scarratl Size Job Preferred: . To $100,000 Location Preferred: Northwest ?. Categories of Work: Clearing & Grubbing Concrete ? Grading or Excavating Drainage Guardrail -8- VILA HYDROMULCH LTD. :15023 - 16th Ave. So. _ Fodrral Way, WA 98003 .(206)927-7878 Principal Contact: Richard C. Osaka Size Job. Preferred: $0 to $50,000. `Location Preferred: Washington Categories of Work: Grading or Excavating Landscaping Sewer Construction - Supply Firm Trucking GALLEGOS h ` SONS - I:i019 Creviston Dr. N.W. Gig Harbor, WA 98335 - (206)857-4928 Principal Contact: Edward Gallegos Size' Job Preferred: To $25,OD0 Location. Preferred: ---- Categories of Work: Clearing & Grubbing Concrete Demolition General Contractor Grading or Excavating' Landscaping .. Roadside Cleaning Trucking GISIII C010101?ATION 13" E.' Hereford St. Gladstone, ORE 97027. (503)6r6-6351 . 'Principal Contact:. Robert D. Laam Sizc Job Preferred: $10,000 -.$500,000 - I.ocation Preferred: Oregon, Washington, Idaho, Montana Categories of Work:. Asphalt Clearing & Grubbing Concrete Drainage General Contractor Fencing Grading or Excavating Guardrail Signing Concrete Barrier GOM4:4 HAULING SERVICE, TRUCK REPAIR, PARTS AND TOWING SERVICE. Rt. 3 - Hox:3073".(Iliway 97) Vipprnish, WA 98948 (509)865-2666 Irincipal Contact: Wally Gomez , ,izv Job Preferred: $75,000 - $150,000 Location Preferred: Counties of Yakima, Benton & Kitti tag Categories of Work:. Roadside Cleaning Trucking -7- F & G CONSTRUCTION, INC. 2366 Eastlake Ave. E. Seattle, WA 98102 _(206)324-9970 Principal Contact: . Wilson Gulley Size Job Preferred:: $250,000 Location Preferred: ' Northwest. Categories of.Work: Building or Remodeling Drainage. General Contractor Painting FLETCHER ENTERPRISES N. 2607 Monroe Spokane, WA 99205 (509)328-3762 Principal Contact: Frank Fletcher Size Job Preferred: $25,000 - $100,000 Location Preferred: Washington,. Idaho,. Montana Categories of Work:... Building or Remodeling Clearing & Grubbing . Concrete - Demolition Drainage Drywall - Floor Covering - Fencing General Contractor Guardrail Painting Roofing Roadside Cleaning Supply Firm - FRADY CONSTRUCTION COMPANY 1457 S.E. 40th Avenue. Portland, ORE 97214 (503)236-4870 Principal Contact: James P. Frady Size Job Preferred: Small to $650,000 Location Preferred:. . Oregon or Washington. Categories of Work: Asphalt Clearing A.. Grubbing. Drainage General Contractor Grading or Excavating Roadside Cleaning Sewer Construction -6- CRI{F. CONSTRUCTION CO., INC. 51;2'1 - 186th Place SW. Lynnwood, WA 98036 (206)175-0454 ?. Principal Contact: William J. Cree Size Job Preferred:. $300,000 - $3,000,000 Location Preferred: - State of Washington Categories of Work: General Contractor. CROWN FNTERPRISF.S 1144 S. Garb Burlington, WA 98233 (206)757-0885 Principal Contact: John J. King Size :Job Preferred:. $10,000- $200,000 Location Preferred: Washington Categories of Work:. Clearing & Grubbing Demolition - Drainage Fencing Grading or Excavating Roadside Cleaning IJAI.I:Y'S DUMP TRUCK SERVICE .305-34th Avenue E. _ Seattle, WA 98112 (206);123-6063 Principal Contact: Bertram Daley -Size Job Preferred: $10,000 - $150,000. Location Preferred: State of Washington Categories of Work: Clearing & Grubbing Demolition Drainage General Contractor Grading or Excavating Roadside Cleaning Sewer Construction Trucking UESIGN BUILDERS AND PAINTERS, INC. _ 21ol Suth Massachusetts Seattle, WA 98144 (20b):124-5600 Principal Contact:. W. Menry.Mathews Sizv Job Preferred:- .$10,000 - $500,000 - I.ovation Preferred: Statewide Categories of Work: Painting -5- C & C CONSTRUCTION 444 NE Ravenna Blvd 11405 - Seattle, WA 98115 (206)525-1711 Principal Contact:. Cecil Collins or Richard Harrison Size Job Preferred: $150,000 - $200,000 Location Preferred: State of Washington Categories of Work: Clearing & Grubbing `Demolition' General Contractor` :Trucking Grading or Excavating CAS-KAR CONSTRUCTION, INC. - 2112 A St. S.E..'.. Auburn,' WA 98002. (206)246-3012 or (206)863-6621 - Principal Contact:' Edward M. Castillo - Size Job Preferred: $50,000 -.$150,000 Location Preferred: Western Washington Categories ofWork: . Building or Remodeling -Concrete General Contractor Cast in Place :& Precast Conc. COMPLETE GARDENING SERVICE, INC.. 1625 NE Killingsworth St. Portland, ORE 97211 - (503)287-4900 Principal Contact: John M. Craig Size Job Preferred: $20,000 - $250,000 Location Preferred: States of Oregon and Washington Categories of Work: General Contractor Landscaping COYOTE CORPORATION - CONTRACTORS & ENGINEERS P.O. Box 7250 _ Spokane, WA 99207 (509)484-5604 Principal Contact: - Kent Slate Size Job Preferred: $2,000, - $100,000 - -Location Preferred: Eastern Washington Categories of Work: Concrete Drainage Electrical General Contractor Sewer Construction -4- B& 'f. LANDSCAPING & CONSTRUCTION COMPANY 3302 South Genesse Seattle,. WA 98144 (206):125-4554 Principal Contact: Leon Ward Size Job Preferred: $25,,000 -. $50,000 Location Preferred: Seattle, Western Washington Categories -of Work: Clearing &Grubbing Landscaping Roadside Cleaning 'BAHBON CONCRETE CONSTR. INC. 1919 67th Ave. W.'. Tacoma, WA 98466 (206)565-0569 Principal Contact: Henry. Barbon -Size Job Preferred: - $700 .$75,000 Location Preferred: State of Washington Categories of Work: Concrete Landscaping BODDIE'S BUILDING CONSTRUCTION, INC. 1102 South 12th Street Tacoma WA 98405 (2116)627-6885 or 627-7442 Principal Contact:: A. 0. Boddie Size Job Preferred: $100,000 - $1,000,000 Location Preferred: 100 miles radius of Tacoma Categories of Work: Building or Remodeling General Contractor - BUDU ELECTRIC 4330 Martin Way Olympia, WA .98506 (206)491-0160 11riucipal.Contact: Allen Martin Size Job Preferred: $150,000 - $750,000 Lovat ion Preferred: Washington State Ca Legoriees of Work: Electrical -1- A & W ROCK DRILLING LTD. i P.O. Box 154 - - Dundee, ORE 97115 (503)-625-6013 Principal Contact: A. W. Muchmore Size Job Preferred: $10,000 to $250,000 Location Preferred:. Oregon, Washington and Idaho - Categories of Work: Demolition : .General Contractor sti & Bl Grading or Excavating. a ng Drilling - - Sewer Construction - - ANDY'S REFRIGERATION &' HEATING N. 704 Easy St., P.O. Box 38 Airway. Heights, WA 99001 (206)244-2407 `. - Principal Contact: Elmer Anderson - Size Job Preferred: Location Preferred: , $500 - $100,000 Spokane, Wash. & Idaho & Washington Area Categories of Work: Air Condition - - Heating & Refrigeration ARROW SYSTEMS, INC. 11.0. Box 88.210 Bethel Ave. Port Orchard, WA 98366 (206)876-2882 Principal Contact: Willis E.' (Gene) Twiner Size Job Preferred: $15,000 - $30,000 Location Preferred: Puget Sound Area Categories of Work: Specialty Contractors Low Voltage Communications AVAUNCE CONSTRUCTION CORPORATION 6317 McKinley Avenue Tacoma, WA 98404 (206)472-5969 Principal Contact: Nathaniel J. Mullen Size Job Preferred: $25,000- $100,000 Location Pre ferred: Washington State ories of Work: -Cate Asphalt Clearing & Drubbing ' g Concrete eociog I- General. Contractor Guardrail. JANUARY 1, 1979 ANDY'S 8231 22nd 14. N.E. 'Sent I l"' WA 98115 (206) 522-.9282 Principal Contact: Anderson Jones Sizc Job Preferred: $1,000 - $70,000 - Location Preferred: State of Washington Categories of Work: Building or Remodeling Clearing & Grubbing Concrete Demolition Drainage Drywall. Fencing General Contractor Grading or Excavating Guardrail Janitorial Service Landscaping Painting Roadside Cleaning - Sewer Construction Trucking- - ALi.-STATES CONSTRUCTION &SUPPLY CO.,INC. .429 South Fidalgo St. 'Seattle, WA 98108 '006)76'2-1330 Principal Contact: ' John Breland, Jim Stone, Yoshie Twamura Size Job Preferred: $150,000 to $1,000,000 .Location. Preferred: No Preference ?Categories of"Work: Concrete. General Contractor Guardrail Roofing Supply Firm . A-1 CONTRACTORS, ..INC. 1231 So. Director.. Seattle, WA 98108 ..'(206)762'3212. Principal Contact: Auden L. Sherberg 'Size Job Preferred: $20,000 -$50,000 Location Preferred: State of Washington Categories of Work:- Traffic Control . WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 9850), January 1, 19T9 To WHOM IT MAY CONCERN At is a list of firms. who wish to be considered as minority.. contractors, for. your information and use.. To order to pain more information concerning each firm's capabilities and to be better assured of the minority status of each firm, the State in netobrr, 1978, requested that every firm on the Department's Minority _ Contractors List as of. November 1 submit anew MBE. Questionnaire and Affidavit.. The Minority firms were informed that they would not be eligible to. - partietpate in the Department's MBE Program unless this new MBE Questionnairo and. Affidavit was completed and. returned to us. Thin list is a combinationof all the lists published since November. 1, 1978. and supersedes all previous lists distributed. We Intend to update this list monthly.. The Department does not claim that these firms are qualified to perform all categories of work under which they are listed. PLEASE NOTE:. on prn.lects that require minority business enterprise participation, a "completed Affidavit will be required of all minority contractors to which, the low bidder intends to award a subcontract. The Department will require, thrneAffidavits prior to award of the contract. WESPAC CONSTRUCTION, INC. - 15620 Woodinville-Duvall Hwy. Woodinville,; WA 98072 (206).485-7012 Principal Contact: _ Rita Morris Type of Business: Corporation Number of Employees: One Date Established January 30, 1981 -Size. of Job Preferred: $500 to.$5Q,QOQ. Bonding/.Insurance Capacity: Key Personnel- Rita Morris License No.: Applied for _ Origin: Caucasian Gender: Female County: King Categories of Work: Clearing E Grubbing, Concrete, Demolition, Drainage, Fencing, General Contractor, Guardrail, Landscaping, Roadside Cleani49, r - Sewer Construction, Trucking, Traffic Control Markings, Signing MEDIA SUPPORT SYSTEMS P.O. Box 2471 Seattle, WA 98111 (206) 325-3252 Principal Contact: Wayne D. Parks 'Type of Business: Proprietorship Number of Employees: 8 part-time Date' Established: July 14, 1980 Size of Job Preferred: $1,000 to $1,000,000 Bonding/Insurance Capacity: Key Personnel: Wayne D. Parks, Eddie Rye, Jr. Jessie Hansen, Salley A. Hood License No.: Origin: Black Gender: Male County: King Categories of Work: Multimedia advertising, Marketing, Consulting DESERT MILLS SUPPLY, INC. 2498 East Third Prineville, OR 97754 (503) 447-4598 Principal Contact: Jean Wiggins Type of Business: Corporation Number of Employees: Three Date Established: October 24., 1980 Size; of Job Preferred: -Bonding/insurance Capacity:.. Key Personnel: Rita A. Matheny, Pamela Shelk, Jean Wiggins License No-90 Origin: Caucasian .'.Gender: Female County: Crook Categories of Work: Supply -Firm, Railroad JELLISON TRUCKING, INC. P:O. Box 430 Ni:lton, WA 98354 (2o6) 845-0743 Principal Contact: Mary Jellison Type of Business: Corporation Number of Employees: One Date Established: January, 1978 Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: Mary Jellison, Roy Jellison, License No.: Origin: Caucasian Gender: Female County Pierce Categories of Work: Trucking DI-A-MOND FENCE CO. P.O. Box 6296 Kent, WA 98031 (2o6) 630-0778 Principal Contact: Author L. Sims - Type of Business: Proprietorship Number of Employees: - :Date Established: December 1, 1980 Size of JobPreferred: `. $500 to $500,000 Bonding/Insurance Capacity: Key Personnel: Author L. Sims, William T. Porter David E. Kelly License No.: DI-AM-OF-*204RJ Origin: Black Gender: Male' County: King Categories. of Work: Fencing GROSS NATIONAL PRODUCTS, INC. { P.O. Box 15611 'Seattle, WA 98115 (2o6) 583-0569 Principal Contact: Judy L. Hart Type of Business: Corporation 'Number of Employees: Two Date Established: February, 1980 Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: Judy L. Hart, William A. Munday! License No.: Origin: Caucasian Gender: Female County: King 'Categories of Work: Supply Firm, Manufacturing, Engineering, i a Industrial Design Consulting - TECHSTAFF, INC: ' 6582 - 137th P1: N.E. #409 Redmond, WA 98 .2 .(206)(882-1809 Principal Contact: Jan Sundstrom Type of Business: - Corporation Number of Employees: Date Established* October 23, 1980 <Size of.Job.Preferred: $0 to $20,000, Bonding/Insurance Capacity: $25,000 " Key Personnel: Jan Sundstrom License No.: Origin: Caucasian Gender: Female " County: King Categories of Work: Contract Employment 'PETERSEN BOTHERS, INC. 2008 -East Val1'ey Highway StYmner, WA 9090 (206) 833-2544 Principal Contact: Arlene J. Petersen Type of Business: Corporation Number of Employees: Ten Date Established`. 1946 ,Size of Job `Preferred: '$1,0x0 to $1,000,000 Bonding/Insurance Capacity: $2,OOoy000 Key Personnel: Arlene J. Petersen, Virginia J. Petersen, Gary G.-Petersen, A. F. Robertson License No.: PE-TE-RB-*293NZ Origin; Caucasian Gender`. Female County: King Categories of Work: " General Contractor, Guardrail, Signing, Guide Posts AM Alk VAQUERO CONTRACTORS " 433 E: Pine Place Othello, WA 99344 (509) 488-5663 Principal Contact: Juan Garcia, John Egbert Type of Business: Partnership Number of Employees: Two Date Established: October 5, 1980 - Size of Job Preferred: $0 to $400,000 Bonding/Insurance Capacity:. Key Personnel: Juan Garcia, John Egbert License No.:. VA-QU-EC-*209RW Origin: Hispanic" Gender: Male County: Adams Categories of Work: Clearing E Grubbing, Concrete, Demolition, , Drainage, Fencing, General Contractor, Grading or Excavating, Guardrail, Landscaping,' Mechanical, Roadside Cleaning,. Sewer Construction, Trucking RAVEN SYSTEMS E RESEARCH, INC. 2200 - 6th Ave. Suite 519 Seattle, WA 98121 (206) 621-1126 Principal Contact: Wanda F. Lofton, Robert B. Hamilton, Jr. Type of Business: Corporation Number of Employees: 50 Date Established: September, 1971 :Size of Job Preferred: $50,000- open. Bonding/Insurance Capacity:. Key Personnel: Raymond A. Mott, Marcia Nypomnik, Wm. M. Ragland, Robert B. Hamilton, Jr. License No.: N/A Origin: Black Gender: Male County: King Categories of Work: Surveying, Word Processing, Systems 5 Programming, Research s Development, Data Management, Micrographics, Consulting, Facilities Management ROBINSON PAINTING CO. 1016 - ist Ave. So. #204 Seattle, WA 98134 (206) 382-9660 Principal Contact: Sarah Robinson Type of Business: Proprietorship Number of Employees: Three Date Established: October, 1978 Size of Job Preferred: $500 to $200,000 Bonding/Insurance. Capacity: - - Key Personnel: Sarah Robinson, Marlin Baeth License No.: RO-BI-NP-222P7 Origin: Caucasian Gender: Female County: King Categories of Work: Painting i I ARAMAKI, BORDEN & ROWLANDS, INC. '6141N.E.Bothell Way, Suite 302 Seattle, WA 98155 (206) 485-9711 Principal Contact: Alan Aramaki Type of Business: Corporation Number of Employees: Nine Date Established: June, 1977 Size of Job Preferred: -Bonding/Insurance-Capacity: 'Key Personnel: Alan Aramakl, James Borden, Bill Rowlands License No.: ..Origin: Asian American Gender: Male `County: King Categories of Work: Civil Engineering Design, Land Surveying HARBOR ISLAND CONSTRUCTION 3400 - 13th Ave. S.W. Suite 109 Seattle, WA 98134 (206) 621-8339 Principal Contact: bonne Butler Type of Business: Partnership Number of Employees: Two Date Established: July, 1980 Size ofJob Preferred: $5,000 to $500,000 Bonding/Insurance Capacity: $4,000 ` key Personnel: Donna Butler, Carey Butler License No.: HA-RB-01-C203M5 Origin: Caucasian - Gender: Female County: King Categories of Work: Bulllding or Remodeling, Clearing s Grubbing, Concrete, Drainage, Grading or Excavating, Guardrail, Janitorial Service', Sewer Construction DONNA SHERFEY,.GENERAL CONTRACTOR Route 12, Box .770 Spokane, WA 99203 (509) 448-8655 Principal Contact: Donna Sherfey Type of Business: Proprietorship Number of Employees: - Date Established: - November 18, 1980 -Size of. Job Preferred: $100,000 to $500,000 Bonding/Insurance Capacity: $4,000 Personnel: . Key Donna Sherfey . License No.: DO-NN-AS-G206Q0 Origin: Caucasian ' Gender: Female County: Categories of Work: Spokane Building or Remodeling, Concrete, Drywall, Electrical, Fencing, Floor Covering, General Contractor, Landscaping, Masonry, Painting, Plumbing, Roofing KOHL EXCAVATING,' INC. 3330 S. ValleyRoad Renton, WA -98055 (206) 251-8820 Principal Contact: - Delores Kohl, Ivan Christianson Type of Business: Corporation 'Number of Employees: '. 20 Date Established: July, 1958 Size of Job Preferred: $300,000 to $1,000,000 Bonding/Insurance Capacity: $500,000 Key Personnel: Delores Kohl, Ivan Christianson, Craig Bowes License No.: KO-HL-E*-*299PL Origin: Caucasian Gender: Female County: Categories of Work: King Concrete, Drainage, Water Main Installation, Sewer Constructlon- GEMCO SUPPLY,.INC. 13007 Highway 99 Everett, WA 98204 (206) 743-3155 " Principal Contact: Mitchell Marks - Type of Business: Corporation Number of Employees: Two Date Established: February, 1977 :Size of Job Preferred: No limit - Bonding/insurance Capacity: .. '.Key'.Personnel: . Mitchell Marks Beth Lucas "License No.: N/A _ Origin: Black Gender: Male - County:. Snohomish Categories of Work: Electrical, Supply Firm HAYDEN CONSTRUCTION 1530 N.W. 56th St. Seattle,. WA. 98107 (206) 789-5557 Principal Contact: John P.. Hayden -...Type of Business: Partnership . Number of Employees; Four -.Date Established: October 1, 1978 Size of Job Preferred: $10,000 to $500,000 Bonding/Insurance Capacity: $500,000 Key Personnel: John P. Hayden, Marianne E. Frodesen, John Frodesen License.No.: FA-RW-EH-204 Origin: American Indian Gender: County: King Categories of Work: Building or Remodeling, Clearing 6 Grubbing, Concrete, Demolition, Drywall, General Contractor, Janitorial Service, Landscaping, Masonry, Painting, Roadside Cleaning, Roofing, Sewer Construction,' Trucking J. R: FLOWERS CONSTRUCTION` 3903 East l8th St. #9 Vancouver, WA 98661 (206) 693-2061 Principal Contact: J. R. Flowers -:Type of Business: Proprietorship Number of Employees: Date Established: September 9, 1980 Size of Job Preferred: $10,000 to $50,000 Bonding/insurance Capacity: Key Personnel: Joe Flowers License No.: Applied for Origin: _ Black Gender: Male County:; Clark Categories of Work: General Contractor MUG EAGLE CREST CONSTRUCTION COMPANY 3400 - 13th Ave. S.W., Room 109 Seattle, WA 98134 (206) 621-8390 Principal Contact: Type of Business: Number of Employees: Date Established: Size.of Job Preferred: Bonding/Insurance Capacity: Key.: Personnel: License No.: Origin: -Gender: County: Categories of Work: H. P.. FISHER G SONS, 5252 So. Fontanelle P1. Seattle, WA 98118 (206) 722-6666 Principal Contact: Type of,Business: Number of Employees: Date Established: Size of Job Preferred Bonding/insurance Capacity: Key Personnel: License No.: Origin. Gender: County: Categories of Work: BARBARA WILMOTH DBA G s 8 TRUCKING 2213 East 67th Tacoma, WA 98404 (206) 473-1345 Principal Contact: Type of Business: Number of Employees: Date Established: Size of Job Preferred Bonding/Insurance Capacity: Key Personnel: License No.: Origin;' Gender: County: Categories of Work: Michael V. Randall - Corporation's Three : November 19-, 1980 $0 to $500,000 $250,000 Michael V. Randall, William V. Randall, Al Kester EA-GL-EC-C208RW American Indian Male King : Concrete, Floor Covering, General Contractor, Grading or Excavating, Mechanical Mildred M. Fisher Proprietorship Three September, 1937 No limit $227,000 Mildred M. Fisher, Kenneth P. Fisher, Jr. Maurice John Cooper HP-FI-SS-*264N3 Caucasian Female King Painting, Sand or Water Blasting, Steam Cleaning Barbara Wilmoth Proprietorship Two March, 1977 $0 to $250,000 Barbara D. WIlmoth N/A Caucasian Female Pierce Asphalt, Clearing 6 Grubbing, Grading or Excavating, Landscaping, Sewer Construction, ucking MALCOLM'S CONSTRUCTION AND DRYWALL 7615 Dixie Road West Tacoma, WA 98466 (206) 565-6211 Principal Contact: Malcolm Clark Type of Business: Proprietorship Number. of Employees: One Date Established: October 1, 1980 ' Size of Job Preferred: $0 to $20,000.QQ Bonding/Insurance Capacity: $4,000 Key Personnels - Malcolm Clark License No.: MA-LC-OS-D205PC Origin: Asian American Gender: Male County: Pierce Categories of Work: Building or Remodeling, Demolition, Drywall, " " Fencing, Floor Covering,. General Contractor, Painting ZIMMERMAN S ASSOCIATES, INC. John L. Scott Building, Jct. 267 & Hwy 3 Poulsbo, WA 98370 (206) 779-2881 Principal. Contact: Richard Holt, Nancy Zimmerman Type of Business: Corporation Number of. Employees; 24 " Date Established: March, 1977 Size of Job Preferred: No limit Bonding/Insurance Capacity: Key Personnel: Nancy L. Zimmerman, Toby Easier,: Sheila H. Keegan, Richard L. Holt, Gary L. Lawson License No.: Origin: Caucasian Gender: Female County: Kitsap "Categories of Work: Program Management Support. Information Systems Technology, Technical documentation control; Training support MARJ'S OVERHEAD DOOR 410 Industrial Way P.O. Box 1845 Longview, WA 98632 (206) 423-4486 Principal Contact: Marj LaBerge Type of Business: Proprietorship Number of Employees: Two Date'. Established: February, 1980 _ Size of .Job Preferred: $2,000 to $35,000 Bonding/Insurance Capacity: Key Personnel: Marjorie LaBerge - License No.: Origin: - Caucasian Gender. " Female County: Cowlitz Categories of Work: Installing overhead garage doors f NICK THE PAINTER, INC. West 2821 Everett Spokane, WA 99706 (509) 325-0847 x Principal Contact: Nick Ramos, Jr. Type of. Business: Corporation Number of Employees: Two Date Established: October, 1978 Size of Job Preferred: $0 to $500,000 Bonding/Insurance Capacity:. $170,450 Key Personnel: Jay Stienwalt, Pentli Vlmonen License No.: NI-CK-P-19989 Origin: Hispanic Gender: Male County: Spokane Categories of Work: Building or Remodeling, Concrete, Demolition, Drywall, Electrical, Fencing, Floor Covering,' General Contractor, Painting, Plumbing, Roofing NORTHWEST; BUILDING MAINTENANCE/ CARPET SALES, INC. 412 West Third Ave. Moses Lake, WA 98837 (509) 765-7725 Principal Contact: Henry L. Vernwald Type of . Business: Corporation Number of Employees:. 25. Date Established: March, 1971 -Size of Job Preferred: $12,000 to $500,000 Bonding/Insurance Capacity: $300,000 Henry L. Vernwald, Phyllis Vernwald, Key Personnel: Louise Kovalenko, David Deleon License No.: Origin: American Indian Gender: Male County: Categories of Work: Grant Floor Covering, Janitorial Service R. JAVAHER11& ASSOCIATES 15o4 - 3rd Ave. #203 Seattle, WA : 98101 (2o6) 284-3155 or 583-0290 ' .Principal Contact: avaherI Reza D J -Type of Business: Proprietorship Number of Employees: One Date Established: Size of Job Preferred: $50,000 to $250,000, Bonding/insurance Capacity:. Key Personnel: RezaDjavaheri License No.: Origin: Asian American Gender: Male County: Categories of Work: King Landscaping Design, Planning Services, Architectural Design ANDERSON'S EROSION CONTROL, INC. P.O. Box 205 - Junction City, OR. 97448 (503)998-2062 Principal Contact: Clara Fay Anderson Type of Business: Corporation Number of Employees: Five Date Established: 1969 Size of Job Preferred: $50,000 to $1,000,000 Bonding/Insurance Capacity: $1,000,000 Rey Personnel: Russell Anderson, Mark Anderson, Randy Chizek, Gene Sugg`. _ License No.: 223-02 Origin: Caucasian _ Gender. ` Female .. County: - Lane Categories of Work: Landscaping, Seeding b Mulching,.. ;q Irrigation _ r JIMCO CONSTRUCTION, INC. 9414Fruitland Ave. . Puyallup, WA 98371 (206)-535-3391 Principal Contact: Connie Rogers Type of Business: Corporation Number of Employees: One Date Established: 'January 13, 1981 Size of Job Preferred: $5,000 to $100,000 Bonding/Insurance Capacity:' Key Personnel: Connie Rogers License No.: JI-MC-OC*1918N Origin: Caucasian Gender: Female County: Pierce Categories of Work: Sewer Construction, Underground Utilities TAHOMA PIPE SUPPLY, INC. 2302 112th Street East Tacoma, WA 98445 (206)'.537-3765 '.. • Principal Contact: Julie M. Graham -.Type of Business: Corporation Number of Employees: Two Date Established: April, 1978 Size of Job Preferred: -0- to $1,000,000 Bonding/Insurance Capacity: Key.Personnel: . Julie M. Graham License No.: Origin: ". American Indian -`Gender: Female County: Pierce Categories of Work: Supply Firm USE THIS SHEET IN PLACE OF YOUR.CURRENT ONE WASHINGTON STATE S>1 CO - DEPARTMENT OF TRANSPORTATION v R OLYMPIA, WASHINGTON 98$04 CONS 1CIr1 CP March 30, 1981 or nn ErdplfiEER _CU i'A SsloP ?S - TO WHOM IT MAY CONCERN ROAD SJP? ' Attached is a list of firms who wish to be considerel-a -minority./omen _ contractors for your information and use. This list is to be added to the updated list dated February 2, 1981. The State doe -n`o -dla-lm that - ;l f these firms are qualified to perform all categories bf F11k und_r_which they are listed. E _ e? 0 1 PLEASE NOTE: On Projects that require minority/women business enterprise participation; . the Department shall certify an applicant minor it"wo.2 status as d Minority Busness Enterprise or Women BusLness Enterprise. A business must be certified as a Minority Business Enterprise or -Women Business , Enterprise prior to submission of quotes, solicitation of. work and participation In the program. ;F Please make the following changes in your list: JACKSON PAINT MFG. has changed its name to PACIFIC PAINT MFG. COMPANY, CREE CONSTRUCTION CO., INC. has only the following key personnel: Rosene D. Leonard Ronald J. Meek BARBON+iCONCRETEICONSTRUCTION,.INC. has the following change of address: 7517..Grange:St.;:West Tacoma, %:WA'-' 98467 PUGET ENTERPRISES, INC. P.O. Box 9395 „Tacoma, WA 98409 (206) 531-0581 or 272-9227 - ' Principal Contact: Marilyn Mustacich Type of Business: Corporation Number of Employees: Two. Date Established: September 17, 1980 Size of Job Preferred: $3,000 to $500,000 Bonding/Insurance Capacity: Key Personnel: Marilyn Mustacich Julie Graham License No.: PU-GE-TE-*201PC Origin: American Indian Gender: _ Female '.County: Pierce t I Categories of Work: - Clearing & Grubbing, Concrete, Demolition,, Drainage, General Contra ctor, :Grading or _ Excavating, Roadside Cleaning,'SewerCon- struction - USE THIS SHEET IN PLACE OF YOUR CURRENT ONE F ' Aft A-&'W ROCK DRILLING LTD. P.O. Box 154 Dundee, ORE 97115 (503)625-6013 " Principal Contact: - A. W. Muchmore Type of Business: Corporation " Number of Employees: 8 Date Established: February 1, 1974. ^.Size of Job Preferred:. $10,000 to $250,000 .'.Bonding/Insurance Capacity: $82,000 Key Personnel: A. W. Muchmore F. L. Hughes - License No.: Origin: American Indian 3 Categories of Work. Demolitions Drilling & Blasting, General Contractor Grading or Excavating Sewer Construction A-I CONTRACTORS, INC. 1237 So. Director Street Seattle, WA 98108. '(206)762-3212 Principal Contact: Auden L..Sherberg. Type of Business: Corporation Number of Employees: 3 Date Established:. July 1976 Size of Job Preferred: $20,000 to $50,000 Bonding/Insurance Capacity: $25,000 . "=Key Personnel: Howard Lee - Auden L.Sherberg, John Zirkle License No.: 223-02-Al-CO-N-326-QT Origin: Asian American Categories of Work: Traffic Control a WASHINGTON STATE DEPARTMENT OF TRANSPORTATION "OLYMPIA, WASHINGTON 98504 April 1, 1980 TO WHOM IT MAY CONCERN Attached for your information and use is a. certified list: of firms who are eligible to participate as Minority Business Enterprises (MBE's) - in,the.Departments program and activities. This list is a combination of all lists published and disseminated since' November. 1, 1978,.. and supersedes all previous lists distributed. We intend to revise and update this list monthly. The Washington State Department of Transportation does not claim that these firms are qualified to perform all categories of work under which they are listed.` Please Note: On ,projects `that require minority business enterprise participation, a completed Affidavit,(i'e Minority Business Questionnaire) will be required of all minority; business enterprises to which the low bidder intends to award subcontracts.- The Washington State Department of Transportation -will require these Affidavits (ie Minority Business Questionnaire) prior to award of the Contracts. Should you have questions or require clarification contact: Robert L. Shorter Manager Small Businesses Department of Transportation Highway Administration Building Olympla, WA 98504 (206) 754-2264 APR 14 1980 ink ANES CONSTRUCTION 26816 Ames Lk. Rd. - Redmond, WA 98052 (206)885-7689 Principal Contact: John N. Thaxton Type of Business: Proprietorship Number of Employees: .2 Date Established: October 1976 -.Size of Job Preferred: to Any Size •+Bonding/InsuranceCapacity: r - Key Personnel: John N. Thaxton ` i License No.: Origin: Asian American Categories of Work: Clearing & Grubbing - Fencing e Gabion baskets Grading or Excavating Landscaping ANDY'S , 823322nd Place N.E.. Seattle, WA 98115. (206)522-9282 Principal Contact:.. Anderson Jones Type of Business: Proprietorship '. Number of Employees: One Date Established:. 1973 Size of Job Preferred: $20,000 to $1,000,000 Bonding/Insurance Capacity:.. $38,000 Key Personnel: Anderson Jones License No.: AN-DY-S*-*263HR Origin: Black Categories of Work: Asphalt, Buil.ding/Remodeling,. Clearing & Grubbing, Concrete, Demolition, Drainage, Drywall, Electrical, Fencing, Floor Covering, Gen. Contractor, Grading or Excavating, , Guardrail, Janitorial Service, Landscaping, Masonry, Painting, Plumbing, Roadside Cleaning, Roofing, Sewer Construction, Trucking ABEYTA CONSTRUCTION CO. 3047 N. E. Couch Portland, OR 97232 (503)231-9976 Principal Contact: Peter Abeyta :-: Type. of Business: Proprietorship •- Number of Employees: 2 •Date Established: November 1, 1977 Size of Job Preferred: $15,000 to $25,000 - Bonding/Insurance Capacity; $10,000 - Key Personnel: Peter Abeyt:a License No. Origin: Hispanic Categories of Work: Asphalt, Bldg or Remodel, Clear. & Grub. Conc.,.Demolition, Drain., Elect.,, Fencing, Floor Cov., Gen. Cont., Grading. or-.Excav., ' Gd.rl.,.Landscaping, .Masonry, Mechanical', Paint., Plumbing, Roadside Clean., Roofing, - Sewer Const.,.Trucking, Welding ALL-STATES`CONSTRUTION& SUPPLY c CO., INC. 429 South Fidalgo St. Seattle, WA 98108 (206)762-1330 • ' Principal :Contact: Breland, Jim SLone, Jo.%hie Twunnn ;c John Type of Business: Corporation Number of Employees: 16 Date Established: 1970 Size of Job Preferred: $150,000 to $1,000,000 Bonding/Insurance Capacity: . $500,000 Key Personnel: John Breland, James Stone Yoshie. iwamura License No.: 223-01-A1: LS=I1241P9 Origin: Black, Asian Nnerican Categories of Work: Concrete General Contractor Blom WIE Guardrail Roofing Supply Firm j0h ,.. B. & B ROOFING. CONTRACTORS OF SEATTLE 10018-. 51 Ave. So. Seattle, WA 98178 (206)725-0418 or (206)722-0758 Principal Contact: James L. Booker and/or David Britt Type of Business: Partnership Number of Employees: Date Established: February. 1978 Size of Job Preferred: $1,000 to $100,000 Bonding/Insurance Capacity: $2,000 Key Personnel: Janes L. Booker " David Britt License No.: Origin: Black Categories of Work: Painting Roofing 'B & T LANDSCAPING & CONSTRUCTION COMPANY -3302 South Genesse Seattle, WA 98144 (206)725-5468 Principal Contact: Leon Ward Type of Business: Corporation Number of Employees: I Date Established: August 1976 Size of Job Preferred: $25,00O.to $50,000 - Bonding/Insurance Capacity: Key Personnel: Leon Ward, George Flower _ Alford Ward,•Felice Ward License No.: 223-01-BI-CO-NI-242RZ Origin: " Black " "Categories of Work: Clearing & Grubbing Landscaping: Roadside Cleaning BARBON CONCRETE CONSTR. INC. 1919 67th Ave. W. Tacoma, WA 98466 (206)565-0569 " Principal Contact: Henry Barbon Type of Business: Corporation " Number. of Employees: 8 Date Established: January 1978 Size of Job Preferred: $700 to $75,000 .. 'Bonding/Insuranre.Capacity: .$50,000 Key Personnel: Henry Ilarbnn, Michael Gih Kon Richard Rohde License No. Origin: Asian American Categories of Work: Concrete Landscaping ANDY'S REFRIGERATION & HEATING N. 704 Easy St., P.O. Box 38 Airway Heights, WA. 99001 (206)244-2407 Principal Contact:. Elmer Anderson Type ofBusiness: . Proprietorship Number of Employees`. Date Established; September 1975 Size of Job Preferred: $500 to $100,000. Bonding/ Insurance Capacity: $2,000 . Key Personnel: Elmer Anderson License No.: Origin: Black Categories of Work:: Air Condition Heating & Refrigeration i ARROW. SYSTEMS,. INC. - P.O.Box;88 210 Bethel Ave. Port Orchard, WA 98366 (206)876-2882 Principal Contact: . Willis E. (Gene) Twiner ' Type of Business: Corporation .Number of Employees: 2 - Date Established: February 1976 - - Size of Job Preferred: $15,000 to $30,000 Bonding/ Insurance Capacity: $25,000. Key Personnel: Gene Twiner Andrew Vallejo. License No.: Origin: American Indian, Hispanic Categories of Work: Low Voltage Communications Specialty Contractors - - ARROWHEAD CONSTRUCTION P. 0. Box 730 Milton, WA 98354 (206)922-0886 Principal Contact: ""Red" Schall Type of. Business: Corporation Number of Employees: 24 Date Established: - November 1, 1978 Size of Job Preferred: $200,000 to $500,000 Bonding/Insurance Capacity: $1,000 - Key Personnel: Mckenzie Turnipseed, Red Schall . Doug Dalhby, Janos Harmon - . License No:: Origin: American 1'ndiao Categories of Work: Clearing & Grubbing, Demolition Drainage General Contractor, Grading or Excavating Sewer Construction, Trucking BROTHERS CONCRETE CUTTING OF ALBANY 2383 S. E. Three Lakes Rd. - Albany, OR 97321 (503)928-2502 Principal Contact: Dick. Harding . Type of Business: Proprietorship `Number of Employees: 2 Date Established: February 15, 1978 Size of Job Preferred: $1,000 to $25,000. - Bonding/Insurance Capacity: $250,000 `-Key Personnel: -. Dick Harding License No.: . Origin: ' American Indian Categories of Work: Asphalt Concrete Demolition General Contractor . " , Plumbing Sewer Construction. BUDD ELECTRIC 4330 Martin Way -Olympia, WA 98506 (206)491-0160 Principal Contact: Allen Martin Type of Business: Proprietorship Number of Employees: 1 Date Established: November 1, 1978 Size of Job Preferred: $150,000 to $750,000 -Bonding/Insurance. Capacity: Key Personnel: Allen Martin License No.: Origin: American Indian Categories of Work: Electrical BLASER11AUL EXCAVATION & PAVING, INC.- 1533!j Alberta St. Portland, OR 97211 (503) 28477318 'Principal Contact: Nathan Proby, Arthur J. Palmer Type of Business: Corporation Number of Employees: 7 Date Established: December 12, 1977 Size of Job Preferred: $25,000 to $500,000 .-Bonding/Insurance Capacity: Key Personnel: '-Nathan Proby Arthur J. Palmer License No.: Origin: Black -Categories of Work: Clearing &Grubbing General Contractor Grading or Excavating Roadside. Cleaning - Trucking BODDIE'S BUILDING CONSTRUCTION, INC. 2102 South 12th Street Tacoma, WA 98405 (206)627-6885 or 627-7442 Principal. Contact: A. 0. Boddie: 'Type of Business: -:Corporation Number of Employees: 8 Date Established: March 1963 Size of'Job Preferred: .$100,000 to $1,000,000 Bonding/Insurance Capacity: $800,000 Key Personnel: 'A.'0. Boddie, Velma L. Boddie Gary J. O'Connell, Clarence G. Slone License No.:. 223-01 RO-DD-IB-C293CC Origin: Black Categories of Work: Building or Remodeling General Contractor CARTER, JERRY, COMPANY Box 327 Carson, WA 98610 (509)427-8328 "Principal Contact: Jerry Carter Type of Business:: Proprietorship Number of Employees: 12 Date Established: June 1, 1977 -Size of Job Preferred: - -Bonding/Insurance Capacity: ' Key Personnel: - Ralph Lattimore, Bill Thornbury ' Carl-Kollmar, Dennis Abrams License No.: Origin: . "American Indian .. Categories of Work: Clearing & Grubbing Fencing. Grading or Excavating Landscaping " Roadside Cleaning Trucking Welding CAS-KAR CONSTRUCTION,INC. 2112 A St. S.E.° Auburn,! WA 98002 (206)246-3012 or (206)863-6621 .Principal Contact: Edward M. Castillo ' Type of. Business: -Corporation '.Number of Employees: 2 - Date Established: September 11, 1978 - Size of Job Preferred: $50,000 to $150,000 - Bonding/Insurance"Capacity: $150,000 Key Personnel:. Edward M. Castillo L. L. (Bud) Skaar, Jr. License No.: Origin: Hispanic Categories of Work: Building or Remodeling, Cast in Place .& Precast Conc., Concrete, General Contractor, Head Walls, Retaining Walls &'Spillways, - Precision Machine Bases CARTER, JERRY, COMPANY Box 327 , Carson, WA 98610 (509)427-8328 Principal. Contact: Jerry Carter Type of Business: Proprietorship ,Number of Employees: 12 Date Established: June 1, 1977 'Size of Job :Preferred:. Bonding/InsuranceCapacity: Key Personnel:- Ralph Lattimore, Bill Thornbury Carl Kollmar, Dennis Abrams ' License No.: Origin: American Indian Categories of Work: - Clearing & Grubbing Fencing Grading or Excavating - Landscaping Roadside Cleaning Trucking Welding CAS-KAR CONSTRUCTION, INC. 2112A St. S.E. Auburn,. WA 98002 (206)246-3012 or (206)863-6621 Principal Contact: - Edward M. Castillo. Type of Business: Corporation Number of Employees:.... 2 - - - - ;Date Established: September 11,.1978 Size of Job' Preferred:' $50,000 to $150,000 Bonding/Insurance Capacity:. $150,000 Key: Personnel: Edward M. Castillo L. L. (Bud) Skaar, Jr. License No.: Origin: Hispanic Categories of Work: Building or Remodeling, Cast in Place& Precast Conc., Concrete, General" Contractor, Head Walls, Retaining Walls & Spillways,` Precision Machine Bases D.P.K. INC. 30008 6th Ave. S. W. Federal Way, WA 98003. (206) 839-4982 Principal _.Contact: ' Dave Yiyohara ,Type of Business: Corporation Number of Employees: 2 Date Established: March 1978 -Size of Job Preferred: 0 to $250,000 ' Bonding/Insurance Capacity: $250,000 Key Personnel: ' Dave Kiyohara ". Margaret Kiyohara, Edward Kiyohara License No.: Origin: Asian Categories of Work: - Drainage Mechanical Sewer'Construction DAK CONSTRUCTION COMPANY, INC. 5022 North Albina Street Portland, OR 97217 (503)282-2517 Principal Contact:, Bobby C. Davis Type of Business: Corporation Number of Employees: 5 Date Established:. October 8, 1974 Size of Job Preferred: - $1,000 to $500,000 Bonding/InsuranceCapacity: $355,000 Key Personnel: -Bobby Davis, Sid Williams Neil Kelly License No. Origin:' Black Categories of Work: Drywall General Contractor Remodeling Renovating Aft COMPLETE GARDENING SERVICE, INC. 1625 HE`Killingsworth St. Portland, ORE 97211 -(503)287-4900 - Principal Contact:. John M. Craig Type of Business: Corporation Number ofEmployees: 8 Date Established: March 16, 1972 Size of Job Preferred: .$20,000 to $250,000 Bonding/Insurance Capacity: $170,000 -Key Personnel: John M. Craig Wills C. Rygg License No.: Origin: Black Categories of Work: General Contractor Landscaping CRE£ CONSTRUCTION CO., INC. 5529 - 186th Place SW Lynnwood, WA 98036 - (206)775-0454 .Principal. Contact: William J. Cree -Type of Business: Corporation Number of -Employees: 40 Date Established: February 1966 Size of Job Preferred: $300,000 to $3,000,000 Bonding/Insurance Capacity: $1,400,000 -Key Personnel: Rosene D. Leonard, Rosemary Reese Davi9R. Sannes, Dan T. Reese License No.: Origin: American Indian Categories of Work: - General Contractor CROWN, J. K_ ENTERPRISES 1144 S. Carl Burlington, WA 98233 (206)757-0885 Principal Contact: Type of Business: Number of Employees: Date Established: Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: License No.: Origin: Categories of Work: John J. King Proprietorship $10,000 to $200,000 $100,000 J. J. King Sukie King American Indian (50X), Asian American (50%)' Clearing & Grubbing Demolition Drainage Fencing Grading or Excavating Roadside Cleaning EAGLE FENCE P.O. Box 50 Milton,, WA 98354 (206)927-1889 Principal Contact: James E. Crist Type of Business: Proprietorship Number of Employees: 2 Date Established: February 14, 1979 - Size of Job Preferred: $500,000 to $100,000 Bonding/Insurance Capacity: Key Personnel: James. E. Crist ' Eugene F. Hastings License No.: '211CM _Origin: American Indian Categories ofWork: .. Fencing ERWINS TRUCKING AND CONSTRUCTION COMPANY 707 N.W. 76th Street Vancouver, WA 98665 (206)694-6192 ' -"Principal Contact: John E. Erwin,: Sr. Type of Business: Proprietorship Number of Employees: Date Established: February 14, 1978 Size of Job Preferred: $2,500 to•$250,000 Bonding/Insurance Capacity: Key Personnel: John E.Erwin, Sr., Will ie House Willie Emerson, Sr. License No. Origin: Black Categories of Work: Asphalt Clearing & Grubbing Concrete Demolition -General Contractor: Grading or Excavating Janitorial Service Landscaping Roadside Cleaning Sewer Construction - Trucking -? ^DALEY' S" DUMP TRUCK SERVICE - '. :.305-34tli Avenue E. _ Seattle,•WA 98112 _%X; '-Ar (206)323-6063 - w-.. Principal.Contaci: - Bertram Daley -T'ype of Business: Proprietorship r a-"Number of Employees: 4. Date Established: August 23, 1972. 5 Size of Job Preferred: $10,000 to $150,000 Bonding/ Insurance ..Capacity: $150,000 -Key Personnel:. Clarence Smith, James Robinson Joe-Schwitzer .License No.: DA-LE-YO-T2648D Origin: Black 'i ' Categories of Work: Clearing & Grubbing Demolition. Drainage General Contractor . Grading or Excavating Roadside Cleaning Sewer Constructiun -Trucking - DESIGN BUILDERS AND PAINTERS, INC. 2101 South Massachusetts Seattle, WA 98144 (206)32475600 Principal Contacts W. Henry Mathews . . Type of Business: Corporations .. ..Number of Employees: 12 _ _ Date Established: 1974 Size of Job Preferred: $10,000 to $500,000 Bonding/InsuranceCapacity: $500,000 Key Personnel: W.•Henry Mathews License No.: 223-02-P 26-BG Origin: Black . Categories of Work: Painting E. A. ELECTRIC CO., INC. 120 - 23rd Ave. East Seattle, WA 98112 (206) 322-7430 Principal Contact: Jameg Mayes Type of Business: Corporation Number of Employees: 14 Date Established: September 1971 Size of Job Preferred: $50,000 to $2,000,000 Bonding/Insurance Capacity: $350,000 Key Personnel: James Mayes, James Battle Chin-Tin Battle, Art. Griswold License No.: Origin: Black Categories of Work: Electrical Yy®7y", FUJI HYDROMULCH LTD. 35023 - 16th Ave. So. . Federal Way, WA 98003 ' (206)927-7878 Principal Contact: Richard C. Osaka Type of Business:. Corporation Number of Employees: - 6. Date Established: 1974 Size of Job Preferred: $0 to $50,000 Bonding/Insurance. Capacity: '- Key Personnel: Dick Osaka Sue Oasaka, Richard C. Osaka License No.: Origin: Asian American Categories of. Work:. Grading or Excavating. Landscaping Sewer Construction Supply Firm Trucking FUJIYAMACONTRACTORS INC. 2825 So. 154 Seattle, WA 98188 (206)242-4227 Principal Contact:. Dick Osaka Type ofBusiness: . Corporation Number of Employees: 2 Date Established:. March 1, 1976 Size of ..Job Preferred: $10,000 to $1,000,000 Bonding/Insurance Capacity:. $250,000 Key Personnel: Dick Osaka Armando Scoccolo License No.: Origin: Asian American Categories of Work: Clearing & Grubbing Demolition Drainage Erosion Control Seeding General Contractor Grading or Excavating Landscaping Trucking F & F CONSTRUCTION SUPPLIES & SERVICES North 2607 Monroe - Spokane, WA' 99205 - (509)328-3762 Principal Contact: Frank Fletcher . Type of Business: Proprietorship Number of Employees: I Date Established: April 1, 1979 Size of Job Preferred: $50,000 to $100,000. Bonding/Insurance Capacity: $50,000 . Key Personnel,: Frankie Fletcher - Christopher Nickles License No.: Origin: Black 'Categories of Work: Supply Firm „ FRADY CONSTRUCTION COMPANY 1437S.E. 40th Avenue 'Portland, ORE 97214 (503)236-4870 Principal Contact: James P.Frady Type of Business:: Corporation. Number of Employees: 3 Date Established: March 1962 Size of Job Preferred: Small to $650,000 Bonding/Insurance Capacity: $650,000 Key Personnel:. James P.. Frady Minako Frady, Leon Richard License No.: Origin: Asian American `Categories of Work: Asphalt Clearing & Grubbing Drainage General Contractor.' Grading or Excavating Roadside Cleaning Sewer. Construction FREEMAN, ROY, ROOFING CO. 1437 23rd Ave. / P.O. Box 22124 Seattle,. WA 98122 '(206)324-0411 Principal Contact:- Roy Freeman Type of Business: Proprietorship Number of Employees: 4 Date Established: 1932 Size of Job Preferred: $5,000 to $50,000 Bonding/Insurance Capacity: $2,000 Key Personnel: Roy Freeman Jr., Carl Freeman Vance Fn•emnn, Joe Coleman. License No.: Origin: Black Categories of Work: Roofing Aft .,GOINS BROTHERS CONSTRUCTION COMPANY 1700 Centralia Alpha Road Chehalis, WA 98532 748-0549 Principal Contact: Claude Goins Type of Business: Partnership `Number of Employees: 5 Date Established: May 7, 1979 Size of Job Preferred: $100,000 to $200,000 Bonding/Insurance Capacity: Key Personnel: Claude Goins, Patrick Goins Toussaint Goins, Aaron Goins. License No. ..Origin: Black ' Categories of Work: Clearing & Grubbing Janitorial Service Concrete Masonry - , Fencing Roadside Cleaning General Contractor Trucking GOMEZ HAULING SERVICE, TRUCK REPAIR, PARTS AND TOWING SERVICE Rt. 3 - Box 3073 (Iliway 97) Toppenish, WA 98948 .(509)865-2666 Principal Contact: Wally Gomez Type of. Business: Proprietorship -Number of Employees:- 16 Date Established: .1946 Size of Job. Preferred: $75,000 to $150,000 Bonding/Insurance Capacity: - - Key Personnel.: Lee Gomez, Wally Gomez, Keith Carlisle, Johnnie Lang, Dave Roscoe, Ted Martinez Elias Botelto, Albert Skeen License No.: Origin: Hispanic Categories of Work: Roadside Cleaning Trucking'. GALLECOS & SONS 13019 Creviston Dr. N.W. Gig Harbor, WA 98335 (206)857-4928 Principal Contact: Edward Gallegos Type of Business: Proprietorship Number of Employees: - Date Established: Size of. Job Preferred: Under to $50,000 -'Bonding/Insurance Capacity: Key Personnel: Edward Gallegos License No. Origin: Hispanic Categories of Work: Clearing& Grubbing. Concrete Demolition General Contractor Grading or Excavating Landscaping. Roadside Cleaning - Trucking- - GISHI CORPORATION 135 E. Hereford St. Gladstone, ORE 97027 (503)655-6355 Principal Contact: Robert D.Laam ,Type ._ofBusiness: Corporation. Number of Employees: 1 Date Established: July 15, 1977 Size of Job Preferred: $10,000 to $500,000 Bonding/Insurance Capacity: Key Personnel: Kenneth Fujiki, Betty S. Fujiki Robert D. Laam License No. Origin: Asian-American `.Categories of Work:. Asphalt Clearing &' Grubbing ... Concrete Concrete Barrier Drainage Fencing General Contractor Grading or Excavating Guardrail Signing Aft AM HOT MIX PAVERS, I11C. 1207 East Lynn Seattle, WA 98102 (206)324-0106 - Principal Contact: Phillip B. Clairmont Type of Business: Corporations , , Number of Employees: 6 Date Established: Incorporated 1979 January Size of Job Preferred: $100 to $250,000 Bonding/Insurance Capacity: $100,000 Key Personnel: Phil Clairmont, Roger Clairmont ' Robert Clairmont, John Clairmont License No.: .223-02 110-PM-IP-3020B Origin: American Indian Categories of Work: Asphalt Drainage Clearing .& Grubbing Grading or Excavating J.. R., CONCRETE WORKS 716 Rainier Avenue South Seattle, WA 98144 (206)324-2354 Principal Contact: Charles B. Wayne Type of Business: Proprietorship Number of Employees: 6 :. Date Established: 1953 Size of Job Preferred: $25,000 to $550,000 ` Bonding/Insurance Capacity: . $750,000 Key Personnel.: Charles R. Wayne, James Barnes Al Ferguson, Jacob Sinai, Jerry Smith License No.: 223-01 'JR-CO-NW- *254B3 Origin: Black Categories of Work: Asphalt General Contractor -Building or Remodeling Grading or Excavating Clearing &Grubbing Roadside Cleaning Concrete Trucking GREEN-WAY HYDROTURFI NC 4896 Birdseye Rd. Ilelena,, MT 59601 (406)442-5500 Principal Contact: Gary Hoovestal - Type of Business: Corporation - Number of Employees: 4 Date' Established: April 1978 - Size of Job Preferred: $25,000 to $75,000 Bonding/Insurance Capacity:. $50,000. Key Personnel: YuVonne D. Hoovestal Ken Mackley, Gary Hoovestal License No.: 11T. 7344C Origin: American. Indian Categories of Work-: Hydroseeding _ GRICE, EARNEST L., & SONS, INC. 35023 16th Ave. S. P.O. Box 3437 Federal Way, WA 98003 (206)927-6363 or (206)838-3114 Principal Contact: Earnest L.' Grice Type of Business: Corporation -Number of Employees: 10 Date Established:. -August 1, 1969 Size of Job Preferred: $10,000 to $500,000 Bonding/Insurance Capacity: $800,000 Key Personnel: ' Earnest L. Grice ` John Howard License No.: 223-01-19492 Origin: Black. '. Categories of Work: Clearing,.&• Grubbing Demolition General-Contractor Grading or Excavating Road Building. Sewer Construction Trucking 'JAY-BIRD CONSTRUCTION, INC. '3205 180th N.E... - Redmond,. WA 98052 - (206)882-1723 Principal Contact: Johnnie Moore _ Type of Business: Corporation Number of Employees: 3 Date Established: Size of Job -Preferred:. $1,000 to $100,000 - " Bonding/Insurance Capacity: $50,000 'Key Personnel: - Johnnie Moore Norma Watters, Joyce Watters License No.:. Origin: Black -Categories of Worki Asphalt, Building or Remodeling, Concrete, Drywall, Electrical, Floor Covering, -General - Contractor, Grading or Excavating ,Masonry, , Painting, Plumbing, Sewer Constrution .JAY'S JANITORIAL SERVICE `3516-A 6th Ave., N.W. Olympia, WA 98502 ,. 866-0780 Principal Contact: Amos Atkinson, Jr. Type, of. Business: 'Proprietorship Number of Employees: 0 Date Established: June 7, 1979 Size of Job Preferred: $500 to Negotiable Bonding/Insurance Capacity: None Key Personnel: Amos Atkins, Jr. License No. Origin: Black Categories of Work: Janitorial Service J. T.`CONST. CO. 450 -'12th Ave. Seattle, WA 98122 (206)324-4448 Principal Contact: Jim Takisaki Type of Business:- Proprietorship Number of Employees: 7 .. .Date Established: 1964 '. Size of Job Preferred:. $50,000,to $500,000 Bonding/Insurance Capacity:.. $500,000 - KeyPersonnel: . Jim Takisaki .George Miyake 'License No.: :223-01-TA-KI-SJ-T 34117E Origin: Asian American Categories of Work: Building or Remodeling , General Contractor fainting J.N.J. ELECTRIC, INC. E.11205-1/2 Trent - Spokane, WA 99206 (509)928-4588 . Principal Contact: Marjorie M. Neal Type of Business: Corporation Number of Employees:, 5 Date Established: July 1976 Size of Job Preferred: $10,000 to $40,000 Bonding/Insurance Capacity: .$30,000 ' Key Personnel: Marjorie M. Neal ' Jack W. Neal, .Donald .W. Graham License No. Origin: American Indian Categories of Work: Electrical JAS ELECTRIC COMPANY `18242 Ballinger Way North East Sattle', WA 98155 (206)365-6446 Principal Contact: Julio A. Santos Type of Business: Proprietorship Number of Employees: 1 Date Established: January 1972 Size of Job Preferred: Bonding/Insurance Capacity: $3,000 '. Key Personnel; Geraldine Santos - Julio A. Santos: .:.:License No.: Origin: Hispanic Categories of Work: Electrical BROS. CONSTRUCTION, INC. h P1. N. E. F , WA 98008 1615 cipal Contact: Dwyne Victor Knighten of Business: Proprietorship er o£ Employees: Established: July 1978 of Job Preferred: $25,000 to$150,000 ing/Insurance Capacity: Personnel:. Victor Knighten Al Knighten, John Knighten License No.:. . Origin: Black Categories of Work: - Asphalt Clearing& Grubbing Drainage Grading or Excavating Landscaping Roadside Cleaning Trucking KODO CONSTRUCTION, INC. P. 0.iBox1018 Auburn, 14A 98002 .. 833-0911 ' Principal Contact: Kiyoshi Osada Type of Business: Corporation Number of Employees: 10 Date Established: 1973 Size of Job Preferred: $25,000 to $1,000,000 -Bonding/InsuranceCapacity: $250,000 Key Personnel: Kiyoshi Osada Marvin Laukala; Stanley F. Davis License No.: Origin: Asian, Caucasion Categories of Work: Clearing & grubbing Concrete Demolition ' Drainage General Contractor Grading' or Excavating Roadside Cleaning Sewer Construction JUNLO CORPORATION 2646 S.E. 73rd Portland, OR 97206 (503) 777-1555 Principal Contact: Robert Wong Type of Business: Corporation Number of Employees: Five Date Established: March 1979 Size of Job Preferred: $10,000 to $500,000 .-Bonding/Insurance Capacity: $400,000 to $500,000 Key Personnel: Robert Wong Rhuel Reedy. License No.: F061800-80 ' Origin: Asian Categories of Work: Fencing Grading Excavating Signing KALISPEL METAL PRODUCTS P. 0. Box 267 Cusick, WA 99119 (509) 445-1121 ' Principal Contact: Ernest S: Cotton or Keith Wilson Type of Business: Corporation Number of Employees: 12 Date Established: October 1969 Size of Job Preferred: $50,000 to $1,000,000 Bonding/Insurance Capacity: None Key Personnel: Frincis Cullooyah, Glen Nenema. Ernest S. Cotton, Keith Wilson License No.: -- Origin: American Indian Categories of Work: Supply Firm Welding KIM, H. K., ENGINEERS P. S. INC. 612 Bellevue Way N.E. Bellevue, WA 98004 (206)454-9426 Principal Contact: H. K. Kim Type of Business: Corporation ,Number of Employees: 1 Date Established: November 1974 Size of Job Preferred: 'Bonding/Insurance Capacity: Key Personnel: H. K. Kim License No.: Orrin: Asian American Categories of Work: Structural Engineering i LEONARD, DEMPSEY C., & SONS TRUCKING 2812 - 32nd Ave. So. Seattle, WA 98144 (206)722-2529 Principal Contact: Dempsey Leonard -Type ofBusiness: Proprietorship -.Number of Employees: 6 Date Established: 1975 Size of Job Preferred: $50,000 to $150,000 Bonding/Insurance Capacity: $150,000 Key Personnel: Denoset Keibard License No..: Origin: Black Categories of.Work: Clearing &Grubbing . Demolition Drainage General Contractor Grading or Excavating Trucking LEWIS CONSTRUCTION COMPANY P.O. Box 697 (1661A Old Ilwy 99 So .) - Mt. Vernon, WA 98273 (206)424-1747 ...Principal Contact: William E. Lewis -Type of Business: Proprietorship -:Number of Employees: Date Established: June 1979 Size of Job Preferred: $5,000 to $50,000 -Bonding/Insurance Capacity: Key Personnel: William E. Lewis License No.: Origin: American Indian Categories of Work: -Asphalt, Clearing & Grubbing, Concrete,.. Demolition, Drainage, Fencing, General Con- tractor Grading or Excavating, Guardrail, . Landscaping,Mechnnical, Painting, Piping - All Types, Plumbing, Roadside Cleaning, Sewer Construction, Welding, LANDSCAPING BY YAMAMOTO 4045 West Highway 03 Port Orchard, WA 98366 (206)373-4185 Principal Contact: Terry Yamamoto Type of Business: Proprietorship Number of Employees: 4 Date Established: 1949 Size of Job Preferred: to Any Size -Bonding/Insurance Capacity: $500,000, - Key Personnel: Terry Yamamoto, George Yamamoto Michael Graver, Wanda. Hatch License No.: - Origin: .. Asian American Categories of Work: Landscaping Hydroseeding LANE, BILL, DRILLING P. 0. Box 1436 Aberdeen, WA 98520 '=(206)648-2468 Principal Contact: William C.' Lane Type.. of Business: Proprietorship Number of Employees: 4 - `Date Established: December, 1976 "Size of Job Preferred: $5,000 to $100,000 Bonding/Insurance Capacity: $50,000 - Key Personnel: W. C. Lane, Sr Bill Lane, Jr., Jerry Mitchell License No.: Origin: American Indian - Categories of Work: Blasting- Drilling LASHLEY'S'LANDSCAPING & UTILITY CONSTRUCTION 1903 South K: Street - Suite B Tacoma, WA 98405 (206) 383-4096 Principal Contact: Robert L. Lashley Type of Business: Proprietorship Number of Employees: 4 Date Established:' 1971 Size of Job Preferred: $30,000 to $500,000 Bonding/Insurance Capacity: .$35,000 Key Personnel: Ken Hines Sheila Woodruff, Vollie Johnson License No.: Origin: Black Categories of Work: Sewer Construction Ground Maintenance LUMMI CONSTRUCTION COMPANY INC. 2830 Kwina Road Bellingham, WA 98225 (206)733-7842 Principal Contact: Andrew Cartwright ? Type of Business: Corporation ..m:..,. Number of. Employees: is Date Established: October, 1971 Size of Job' Preferred:. $100,000 to $1,100,000 - Bonding/Insurance Capacity:. ' $1,100,000 Art Lane, Boyd French ' Andrew Cartwright . -Key Personnel: , Richard Hillaire, Al Quimby. License No.: , Origin: .. American Indian Categories of Work. -Building or Remodeling Concrete r Drainage General Contracto Grading or Excavating Water Systems Sewer Construction '.M &HGENERAL CONTRACTOR, INC. 3627 Wheaton Way - Suite 103A Bremerton,.. WA 98310 (206)377-0162 Principal Contact: Floyd .E.Martin 'Type of Business: Corporation. " Number of Employers: 2 Date Established: December 11, 1979 '..-Size of'JobPreferred: $4,000 to $100,000: Bonding/Insurance Capacity: $4,000 Key Personnel: Jack Romo, John Ross Vince Hagen, Billy Brown License No.: Origin: Black Categories of Work: - Building or Remodeling, Clearing &Grubbing, ' Concrete, Drainage, Drywall, General Con- tractor, Grading or Excavating, Janitorial Service, Painting, Roofing, Sewer Construc- tion M.V.R CONSTRUCTION COMPANY .3417.-13thAvenue S.W. '- Seattle, WA 98134 (206) 625-1070 Principal Contact: Michael V. Randall Type of Business: Corporation `-Number. of Employees: ] .::Date Established: .Size of Job Preferred: 0 to $500,000 Bonding/Insurance Capacity: $500,000 -, Key Personnel: Michael V. Randall - Patrick A.Ilumphres, Larry W. Morrison License No.: Origin: Alaskan- Categories. of Work: Concrete General Contractor Grading or Excavating Mechanical .. Floor Covering Epoxy MAKAH SAND AND GRAVEL ENTERPRISE P.- 0. Box 115 Neah Bay, WA 98357 (206)645-2295 Principal Contact: Tom Hahn Type of Business:: - Owned by Makah Tribe Number of Employees: 3 Date Established: May 1977 - Size of Job Preferred: $2,000 to $600,000 Bonding/Insurance. Capacity: $4,000 Key Personnel: - Tom Ifahn License No.: -'Origin: American Indian Categories of Work: Building or Remodeling Clearing & Grubbing Concrete Demolition Drainage General Contractor Grading or Excavating' Trucking 'r 'S LANDSCAPING INC. A 2000 116th - Bellevue, WA 98004 (206)453-9447 Principal Contact: Kevin Sullivan Type of Business: Corporation ? - Number. of Employees: - ,t ' Date Established: Size of Job Preferred: $50,000 to$10O,0O0 Bonding/Insurance Capacity: $40,000 Key Personnel: Felix. Martinez - _ • Benjamin, Kevin Sullivan License No.: Origin: Hispanic Categories of Work: Building or Remodeling Clearing &Grubbing - Fencing: Landscaping, RASTER MAINTENANCE CONTRACTORS 6715 South 124th` Seattle, WA 98178 (206)772-6311 Principal. Contact: Jerry Marcy Type of Business: Proprietorship -.Number of Employees: 5 _ Date Established: 1972 Size of Job Preferred: $25,000 to $100,000 - 'Bonding/Insurance Capacity:. ..$25,DOO Personnel: Key Dirk Mayberry . - Don Mayberry, Don Jones License No.: Origin: Black Categories of Work: Building or Remodeling . Clearing &Grubbing Demolition Drywall Fencing "Floor. Covering Guardrail Janitorial Service Landscaping Painting Roadside Cleaning Roofing MC MILLON, T., EXCAVATING 1003 - 32nd Ave. East Seattle, WA 98112 - (206)325-2220 Principal Contact: Tim McMillon -Type, of Business: Proprietorship Number of Employees: 2 Date Established: 1962 - .Size of Job Preferred: $50,000 to $100,000 - Bor.ding/InsuranceCapacity: $10,000 - Key Personnel: Tim McMillon Tommy McMillon, Tim McMillon Jr. License No.; Origin: Black - Categories of Work: Asphalt Clearing& Grubbing - Demolition Drainage Grading or Excavating Trucking - -Roadside Cleaning MEDUSA, THF., CORPORATION P. O. Box 418 (19561 - 144th Aven ue N.E.) Woodinville, WA 98072 (206) 485-8663 Principal Contact: James H. Hall Type of:Business: Corporation .. Number of Employees:. 1 Date Established: May 15, 1979 Size of Job Preferred: $25,000 to $500,000 -:Bonding/Insurance Capacity:. Key Personnel: James H. Hall ' PaulJarvis,•Jr., William Jarvis License No.: Origin:' Black Categories of Work: Clearing & Grubbing General Contractor Concrete Grading or Excavating' Demolition Sewer Construction Drainage Highway & Bridge Repair/Restoration -MONCADA- FENCE CO. 628 Ironwood Moses Lake, WA 98837 765-8990 Principal Contact: Juan Moncada Type of Business: Proprietorship `Number of Employees: 1' Date Established: July 1977. Size of Job Preferred: $10,000 to $50,000 Bonding/InsuranceCapacity: None - Key. Personnel:. Juan Moncada Margarito Moncada license No.: Origin: Hispanic Categories of Work: Clearing & Grubbing Grading or Excavating s' , Drainage .. Guardrail Fencing NATIONAL CONCRETE CUTTING, INC.' 1621 South Central - Bay x/44 Kent, WA 98031 (206)854-2171 or 762-2188 Principal Contact: Robert L.liorner Type of Business: Corporation Number of Employees: 1. Date .Established:' June 1976, " Size of Job Preferred: $I,00O to 75,000 (or Larger). Bonding/Insurance Capacity: $70,000 Key Personnel: Robert L.-Horner Carl R. Burr License No.: Origin:; American Indian Categories of Work: Asphalt Concrete- " Concrete Sawing & Drilling Demolition Electrical Mechanical Plumbing Icy ' NEIGIIBORHOOD MAINTENANCE SERVICE 2602 E. Pike St. Seattle, WA 98122 (206)322-7280 Principal Contact: Climmon Peterson Type of Business: Proprietorship Number of Employees: 4 Date Established: January 1960 Size of Job Preferred:- $100 to $100,000 Bonding/Insurance Capacity:. $100,000 'Key Personnel: Climmon Peterson, Michael Peterson Darryl Peterson, Cheryl Peterson License No.: Origin: Black Categories of Work: Janitorial Service - NORTHWEST BORING COMPANY, INC. 73248 N.E. 177 Pl. - Woodinville, WA 98072 (206)486-9666 Principal Contact: Donald W. Gonzales Type of Business: Corporation Number of. Employees: 15 Date Established: 1968 Size of Job Preferred: $100,000 to 250,000 t .'Bonding/Insurance Capacity: 50,000 Key Personnel: ` Donald W. Gonzales License No.: NO-RT-JIB-312QP Origin: Hispanic Categories of Work: Sewer Construction NORTHWEST TRADEWINDS INTERNATIONAL, INC. 310S.W. 4th Avenue, quite 414. Portland, OR 97204 (503)221-0537 Principal Contact: 0. B. Hill Type of Business Corporation Number of Employees: 2 Date Established: January 1977 Size of Job Preferred: $20,000 to $1,000,000 Bonding/Insurance Capacity: N/A Key Personnel: Joseph McHenry Orentnn R. Ilill l.icenso No.: Origin: Black. Categories of Work: Supply Firm -NU-LIFE MAINTENANCE CORPORATION 2349 Tacoma .Avenue South Tacoma, WA 98402 (206)272-4062 Principal Contact: Alfred J. Thierry, Sr. - Type of. Business: Corporation .. Number of Employees: 5 Date Established: March 1973 Size of Job Preferred: - $1,000 to .$100,000 ... Bonding/Insurance Capacity: $6,000 - Key Personnel: Alfred J. Thierry, Sr. Floyd Kuboyama, Alvin G. Hart 5 License No.: Origin: Black Categories of Work: Carpet Cleaning, General Contractor;. Janitorial Service, Masonry Cleaning & Resealing, Painting, Roadside Cleaning, - Sand and Water Blasting, Building or -Remodeling OLYMPIC TV CABLE, INC. P.O. Box 88 Port Orchard, WA 98366 (206)876-2882 Principal Contact: Willis E. (Gene) Twiner _ Type of Business: Corporation Number of Employees: 5 - Date Established: January 1973 ' Size of Job Preferred: $25,000 to $250,000 - Bonding/Insurance Capacity: $15,000 Key Personnel: - Willis E. Twiner ' A. H. Vallejo, Charles Jankins License No.: Origin: American Indian Categories of Work: Street Lighting :Low Voltage. Communications V+.deo Security ORTEGA ENTERPRISES INC. P.O. Box 669 ' Edmonds, WA 98020 _.-(206)774-7456 Principal Contact: Gregg Ortega Type of Business: Corporation Number of Employees: Date Established: November 23, 1977 Size of Job Preferred: - $10,000 to $100,000 ..Bonding/Insurance Capacity: $4,000 Key Personnel: Gregg Ortega License No.: OR-TE-GI-239RB Origin: r Hispanic Categories of Work: Clearing & Grubbing Drainage General Contractor Grading or Excavating Sewer Construction - PAUL, WILLIAM, CONSTRUCTION P.O. Box 712 Lewiston, ID 83501 (208)746-8239 Principal Contact: William Paul -.Type of Business: - Proprietorship. ' -Number of Employees: 10 Date Established: January 1978 Size of Job Preferred: $10,000 to 100,000 Bonding/Insurance Capacity: $100,000 Key Personnel: Tom Shuck Steve Longfellow License No.: .Origin: American Indian Categories of Work: Building or Remodeling Clearing & Grubbing - Concrete Drainage. Drywall Fencing General Contractor Grading or Excavating Landscaping. Masonry Roadside Cleaning Roofing' Sewer Construction PEARSON, ART, ELECTRICAL & GENERAL CONTRACTING -'2018 S. 17th St. Tacoma, WA 98405 (206)572-2363 or 272-0283 Principal Contact: Arthur D. Pearson Type of Business: Proprietorship 'Number of Employees:. 12 - Date Established: 1970 Size.of Job Preferred: $25,000 to $750,000 - - Bonding/Insurance Capacity:. $750,000. Key Personnel: Harn C. Holden David Prater License No.: 223-01-1162 Origin: Black. .Categories of Work: Building or Remodeling Electrical General Contractor Sewer Construction l i PENINSULA EXCAVATING 15940 Crescent Valley Rd. S.E. -Olalla, WA 98359 857-6557 Principal. Contact:. Linda Stratton Type of Business: Partnership Number of Employees: Date Established: June 1, 1976 Size of Job Preferred: $1,000 to $20,000 Bonding/Insurance Capacity: Key Personnel: Linda Stratton Rick Stratton License No.: Origin:• - Black, Caucasian Categories of Work: Clearing & Grubbing Demolition ". General Contractor Grading or Excavating Landscaping Supply Firm Trucking PONDEROSA LANDSCAPING 4703 -;233rd S' W. Mountlake. Terrace, WA 98043. (206)775-7874 Principal Contact: David Castro Type of Business: Proprietorship Number of Employees: .. 4 Date Established: October 9, 1978 Size of Job Preferred: $50,000 to $100,000 Bonding/Insurance Capacity:. . - Key Personnel: David Castro Ernesto Capo, H. S. Clark License No.: Origin: Hispanic Categories of Work: Fencing Landscaping _ Roadside Cleaning QUILCEDA,'INC. P.O. Box 4248 Bellevue, WA 98009 (206) Principal Contact: Rod Schmaltz Type of Business: Corporation Number of Employees: - 1 Date Established: January 1978 -Size of Job Preferred: $100,000 Bonding/Insurance Capacity: $250,000 - :Key Personnel: °Madeline L. Cross Wm..M.•.Cross, Rod Schmaltz License No.: '.Origin:- American Indian Categories of Work: _ Clearing & Grubbing Demolition Drainage Fencing Grading or Excavating. Guardrail Roadside Cleaning Sewer Construction R & R CONCRETE SERVICE P.O.-Box 27 Aberdeen, WA 98520 (206)533-7986 Principal Contact: Celia Jaime & Rogerioime Type of Business: - Partnership `- Number of Employees: Date Established: September 8, 1978 Size of Job Preferred: $35,000t0 $250,000 " " -Bonding/Insurance Capacity: 42,000 'Key. Personnel: Rogerio. Jaime Celia 'Jaime, .Reuben B. Miranda License No.: - Origin: Hispanic Categories of Work: Concrete REESE'S OIL CO/MINORITY VENDORS & SUPPLY, INC. 3904 N.E. onion Ave. Portland, ORE 97212 (503)287-2121 - "Principal Contact: Joe L. Ree'se _ Type of Business: Proprietorship Number of Employees: 2 Date Established: 1970 - : Size of Job Preferred: $5,000 to Unlimited " Bonding/Insurance Capacity: $10,000 Key Personnel: EarvinWilli.ams - i James Murray License No.: -.Origin: Black Categories of Work: Diesel Fuel Guardrail Sewer Construction Supply Firm RIVERA & GREEN, INC. 14113 SE 133rd St. Renton,- WA 98055 (206)228-5284 Principal Contact: Jose A. Rivera, Jr. Type of Business: Corporation Number of Employees: 10 Date Established: 1965 Size of Job Preferred: $10,000 to $250,000 sBonding/Insurance Capacity: $250,000 Key Personnel: Jose A. Rivera Jr., Donald R. Green Gloria Sanchez, Helen D. Rivera License No.: 223-01-30783 Origin: Ili spanir Categories of Work: Clearing & Grubbing General Contractor Grading or Excavating Sewer Construction Trucking ' -RODARTE CONT. INC. P.O.'Box 7486 Olympia, WA 98505 (206)456-1751 - Principal Contact: Robert J. Rodarte Type: of Business: Corporation ' Number of Employees: 6 Date Established: March 24, 1978 Size of Job Preferred: $1,000 to $250,000 Bonding/Insurance-Capacity: $250,000 - Key Personnel: - ..Robert Rodarte Frank Rodarte, Roger Roda rte License No.: Origin: Hispanic Categories of Work: Clearing & Grubbing Drainage General Contractor Grading or Excavating Sewer Construction Trucking - i RODRIGUEZ, TOMMY, CONSTRUCTION Route 1, Box 779 Tenino, WA 98589 (206)264-2598 Principal Contact: Tommy Rodriguez Type. of Business: Proprietorship Number of Employees: 1 Date Established: March 1978 Size ofJob.Preferred: $1,000 to $300,000 '.Bonding/Insurance Capacity: $300,000 . Key Personnel: Tom Rodriguez - License No.: Origin: Hispanic Category of Work: Asphalt Clearing & Grubbing Drainage General Contractor Grading or Excavating Landscaping ' Roadside Cleaning Trucking a ROSENDIN ELECTRIC, INC. .994 Industry Drive Seattle, WA 98186 (206)575-4694 Principal Contact: Robert P. Guilbeauli, ' Type of Business: Corporation Number of Employees: 450 Date Established: 1919. - Size of Job Preferred; $500,000 to $5,000,000 ' °.Bonding/Insurance Capacity: $12,000,000 Key Personnel: ..Raymond J.' Rosendin Louis M. Rosendin, Robert P. Guilbeault License. No.: E1944 Origin: Hispanic 'Categories of Work:. Electrical SALINAS CONSTRUCTION INC. 23204 66th. Ave. West Mountlake Terrace, WA 98043 (206) 776-0309 Principal Contact: Juan Salinas .Type of.Business: . - Corporation Number of Employees: 7 Date Established: November 29, 1976 Size of Job Preferred: $10,000.00 to $300.,000:00 'Bonding/Insurance Capacity:. . $25,000.00. Key Personnel,: Juan'Salinas, John A. Salinas Joe Reyes, Ray Cantu' License No.:, D 28 4869 - Origin: Mexican American Category of Work: Concrete SHELDON'S'BULLDOT.ING 5420 89th N. E. St. Marysville, WA 98270 659-5567 Principal Contact: Type of Business: Proprietorship Number of Employees: Date Established: Size of Job Preferred: $5,000 to $50,000 Bonding/Insurance Capacity: None - Key Personnel: Ray Sheldon, Geo. S. Williams Jim Echolon License No.: Origin: American Indian Category of Work: Clearing & Grubbing Trucking Grading or Excavating Sanitary Landfill SIOUX. CONSTRUCTORS AND ENGINEERS, INC. P.O. Box 26 Woodinville, WA 98072 (206)486-4448 Principal Contact: Kenneth Spang•- Type of Business: Corporation : Number of Employees: 1 Date Established: February 1978 Size of Job Preferred: $5,000 to $500,000 Bonding/ Insurance Capacity: $400,000 ; Key Personnel: - Kenneth Span ' "Jerry D. Grady; LeRoy W. Kuebler License No.: Origin: American Indian Categories of Work: Clearing & Grubbing " Concrete Demolition - Fencing Grading or Excavating Landscaping . Mechanical - SewerConstruction SUN-REY CONSTRUCTION. CO., INC. '. " P.O. Box 6247 Bellevue', WA 98007 (206)883-4548 ,.Principal Contact: Reynaldo Z. Venegas Type of Business: -Corporation - Number of Employees: 2D Date Established: October 1976 Size of Job Preferred: $20,000 to $1,000,000 Bonding/Insurance Capacity: $750,000 Key Personnel: Reynaldo Z. Venegas Sun Y. Pang, John Konkle License No.: C^600-213-442 Origin: Hispanic Categories of Work: Clearing & grubbing Drainage Fencing -. General Contractor • Grading or Excavating' - Roadside Cleaning j i Sewer Construction SYSTEMS CONSTRUCTION, INC. - 15275 Sth N.E. Seattle, WA 98155 EM5-9887 Principal Contact: Paul E. Myers i, Type of,Business: Corporation Number of Employees: I - Date Established: April 15, 1977 Size of Job Preferred: $25,000 to $100,000+ Bonding/Insurance Capacity: $25,000- $100,000 -Key Personnel: -Paul E. Myers, Earl Key - Ken Derricott, Dan Scott License No.: " rc Origin: American Indian Categories of Work: General Contractor - TANOMA PIPE SUPPLY, INC. 2302 112th Street East Tacoma, WA 98445 (206) 537-3765 Principal Contact:. Julie M. Graham Type ofBusiness: Corporation g Numberof Employees: Two Date Established: .. April, 1978 Size of Job Preferred: -0- to $1,000,000 Bonding/Insurance Capacity: ' Key Personnel; Julie M. Grahan Ed T. Smith :License No.: Origins American Indian Category of Work: Supply Firm TANAN CONSTRUCTION CO., INC. P. O. Box 1852 -Wenatchee, WA 98810 (509) 844-6607 Principal Contact: James Horton Type of Business: Corporation Number. of Employees: Four Date Established: January 22, 1980 Size of Job Preferred: $10,000 to $500,000 Bonding/Insurance :Capacity: -0- Key Personnel: - James Horton, Jon R amey ' Mindon Stubbs, Jack Asher. License No.: 416-125-00-3 Origin: American Indian Categories of Work: Clearing .& Grubbing .. Grading& Excavating Concrete Landscaping Demolition - Gabions Drainage Sewer Construction General Contractor Supply Firm THREE D STRIPING INC. 6052 _ 18th SW Seattle, WA 98106 .- (206)762-6899 Principal Contact: Douglas. D. Paulson Type of Business: Corporation Number of Employees: 8 <- Date Established: March 1977 Size of Job, Preferred: $10,000 to $40,000 Bonding/Insurance Capacity: $90,000 -:.Key Personnel: Douglas D. Paulson . David E. Jones, Severn Ypina License No.: 223-02-19007 Origin: Caucasian (50%), Am erican Indian (50%) Categories of Work: A/C Curb Lane Markers. - Paintinp Signing , Striping W s 3-M CONTRACTORS P.O. Box 271 Fall City, WA 98024 (206)222-7617 Principal Contact: Type of Business: Number of Employees: Date Established: Size Of Job Preferred: Bonding/Insurance Capacity: Key Personnel; License No.: - Origin: Categories of Work: 3A INDUSTRIES, INC. 3101-Empire Way South. Seattle, WA 98144 (206)725-2200 -.Principal Contact: Type of Business: Number of Employees: Date Established: Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: License No.: Origin: Categories of Work: Edgar. Robinette and/or Frank Martinez Partnership - May 1977 $20,000 to $100,000 - $20,000 Edgar Robinette Frank Martinez ' American Indian (50%), Hispanic Clearing& Grubbing Demolition Drainage Fencing General Contraictor Grading or Excavating Sewer Construction Trucking.. Hank A. Arviso Corporation 16 1972- $5,000to$500,000 $500,000 Reginald 5. Frye, Hank A.Arviso James R. Albrecht, Janey Fujita` 223-01-14856 Black (60%) Mechanical Insulation 7 1 TSAITERPRISES, INC. :2367 Eastlake Avenue East Seattle,.WA 98102 (206)324-8780 Principal Contact: William S. Tsao :Type of Business:. Corporation Number of Employees:. 2 Date Established: 1977 Size of Job Preferred: - $25,000 to $250,000 Bonding/Insurance Capacity: Key Personnel: William S. Tsao License No.: Origin: .. Asian American Categories of Work: - Clearing & Grubbing Grading or Excavating _ Trucking ,WELL DONE SERVICE COMPANY 914 Rainier Ave. S. Seattle, WA 98144 •(206)322-8744 Principal Contact: E. L.. Lollie Type of Business: Corporation Number of Employees: 80 - Date Established: April 1, 1968. ....Size of Job Preferred: .$1,000 to $1,000,000 'Bonding/InsuranceCapacity: $1,000,000 Key Personnel: E. L.Lollie, Frances Hager RitaLollie, Jerry Rents License No.: Origin• Black Categories of Work: Janitorial Service WILSON, PAT, TRUCKING 29213 - 18th Ave. So. Federal Way, WA 98003 (206)941-0443 Principal Contact: Pat Wilson Type of Business: Proprietorship/Joint Venture Number of Employees: 1 Date Established: January 1976 Size of Job Preferred: $25,000 to $500,000 Bonding/Insurance Capacity: Key Personnel• Pat Wilson - Steve C. Inabnit License No.: Origin: American Indian Category of Work: Asphalt Clearing Grubbing Demolition General Contractor Grading or Excavating Trucking WINSTON,.JIM, & SONS INC. ` 9818N.E. 239th St. -Battle Ground, WA 98604 _ 687-3221 Principal Contact: Type of Business: Corporation - Number of Employees: 2 - Date Established: July 1, 1978 Size of Job Preferred: $50,000 to $300,000 Bonding/InsuranceCapacity: Key Personnel: Winston - es Winston, Bill Winston Jacques License No., ` Origin: ". Black Categories of Work: Clearing &Grubbing . -Demolition Grading or Excavating Roadside Cleaning WRIGHT, INC. - ELECTRICAL CONTRACTORS 1305 East Jefferson Seattle, WA 98122 (206)325-4847 - Principal Contact: Harold Wright Type of Business: Corporation Number o£. Employees: 10 Date Established: August 1972 Size of Job Preferred: -0 to $100,000 Bonding/Insurance Capacity: $300+000 Key Personnel: H. Wright. License No. E-1648. Origin: Black Categories of Work: Electrical YAKIKA INDIAN NATION, HEAVY CONSTRUCTION ENTERPRISE P: 0. Box 329 Toppenish, WA 98948 (509)865-3711 ' Principal Contact: Eddie Sampson Type'of.Business: Partnership - Number of Employees: Date Established: 1974 Size of Job Preferred: $10,000 to $500,000 Bonding/Insurance Capacity: Key Personnel: Eddie Sampson, Ernesti ne Conner Richard Wolfeuberger, Joe Miller License Nu.: Origin: American Indian Category of Work: Clearing & Grubbing Landscaping Demolition Mechanical Grading or Excavating Trucking MME will lxwwmmaff.?w Alk YAMAMOTO IrYDROSEEDING AND LANDSCAPING, INC. ,. -4045` West Highway. 3 Port Orchard_ WA 98366 - (206)373-4185 Principal. Contact. George Yamamoto Type of Business: Corporation Number of employees: 10 Date Established:_ 1949 °Size of Job Preferred: _ $25,000 to $250,000 Bonding/Insurance Capacity: Key Personnel: George Yamamoto Mary Yamamoto, Terry Yamamoto License No.: Origin:' Asian American - -Categories of Work: Hydroseeding Landscaping Irrigation Systems - YOROZU, T., GARDENING CO. 13335 - 32nd Ave. So. Seattle, WA 98168 (206)242-7700 Principal Contact: William S. Yorozu Type of Business: Proprietorship Number of Employees: 6 Date Established: 1923 Size of Job Preferred: $5,000 to $250,000:. t Bonding/Insurance Capacity:: $50,000 Key Personnel. William S. Yorozu, Henry K. Yorozu David Yorozu, Kenneth Yorozu License No.: 223-01-14049 Origin: Asian American Categories of Work: Landscaping d WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 APRIL 15, 1980 TO WHOM IT MAY CONCERN` i Please be advised that the following firm is no longer eligible to participate as 'a Minority Business Enterprise in the Department's programs and activities. Any subcontracts with this firm will not be considered toward the attainment of a Minority Business Enterprise Goal. A^1 Contractors, Inc. 1237 So. Director " Seattle, WA 98108 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION Olympia, Washington 98504 i April 15, 1980 TO WHOM IT MAY CONCERN Attached is a list of firms who wish to be considered as minority' contractors for your information and use. This list is to be added to the updated list dated April 1, 1980. The State does not claim that these firms are qualified to perform all categories of work ender which they are listed. Please Note On projects that require minority business enterprise participation, `a completed Affidavit will be required of all minority contractors to which the low bidder intends to award a subcontract. The Department will require these Affidavits prior to award of the contract. • t WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 May 1, 1980 TO WHOM IT MAY CONCERN Please be advised that the telephone number listed on the Who's Who for Supportive Service Center Stafffor Pierce County Minority Contractors Association is in error.. The correct number should be (206) 383-5053• Please be advised of the Compadres Business League address change. Juan=Miguel Avena, Project Director 1106 B West Lincoln `Yakima, WA 98029 (509) 575-7887 or 575-7888 Please be advised that Rodarte Construction, Inc. P. 0. Box 7486 Olympia, Washington is hereby removed from the Department's list of Minority Business, Enterprises. Any subcontracts with Rodarte Const., Inc. will no longer be considered toward the attainment of a Minority Business Enterprise goal. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 MAY 1, 1980 TO WHOM IT MAY CONCERN Attached is a list of firms who wish to be considered as minority contractors for your information and use. This list is to be added to the'updated;list dated April 1, 1980. The State does not claim that these firms are qualified to perform all categories of work under which they are listed. Please Note: On projects that require minority business enterprise participation, a completed Affidavit will be required of all minority contractors to which the low bidder intends to award a subcontract. The Department will require these `Affidavits prior to award of the contract. Please make the,following•changes to your April I, 1980 list: Cree Construction - key personnel - delete Rosemary Reese 6 Don Reese` add Ron Meek and Richard M. Hoffmann License No: "123-01-CR-EE-C*-*334 NM Reese's Minority Construction b Supply Co. add categories of work:' Building or Remodeling, Clearing s Grubbing, Demolition, Drainage, Drywall, General Contractor, Grading or Excavating, and Trucking. May 1. 1980 7 Comm ercial Electrical Contractors, Inc. 833 108th Avenue N.E., Suite 208` Bellevue, WA 98004, (206) 453-1921 Principal Contact: Harry K. Griffin Type of Business: Corporation Number of Employees: Nineteen Date Established: November 1979 Size of Job Preferred: o= to $1,000,000 Bonding/Insurance Capacity: 0-to $550,000 Key Personnel: Peter S. Williams Willlam'C. Irvine David A. Sabey Harry K. Griffin -License No: '. Bellevue 15365 Origin: Black and American Indian Categories of Work: Electrical Saucedo Construction and Landscaping P. 0. Box 5001 Lynnwood, WA 98036 (206) 771-5449 " Principal Contact: Benjamin Saucedo/Diana Osenbrock Type of Business: Partnership Number of Employees: Date Established: April 1, 1980 Size of Job Preferred: 0- to $50,000 Bonding/Insurance Capacity: $4,000 Key Personnel: Benjamin P. Saucedo` Diana S.'Osenbrock License No: Origin: Hispanic Categories of Work: Building or Remodeling Guardrail Clearing E Grubbing Landscaping Concrete Painting Demolition Roofing Drainage Fencing General Contractor Grading or Excavating Roadside Cleaning May 1, 1980 Sioux Constructors and Engineers,'Inc. P. 0. Box 26 Woodinville, WA 98072 (206) 485-8692 Principal Contact: Kenneth Spang Type'of Business: Corporation '. • Number of Employees: 5 to 10 Date Established: February 1978 Size of Job Preferred: $5,000 to $5000,000 Bonding/Insurance Capacity: $250,000 . Key Personnel: Kenneth Spang Floyd F. Klinkenberg Jerry D. Grady License No. 233-01-SI-OU-XI-*224C2 Origin: American Indian Catagoriesof Work: Clearing E Grubbing Concrete Demolition Fencing Grading or Excavating" Sewer' Construction Mechanical Landscaping Signing Drainage Earthwork Aftk TO WHOM IT MAY CORCERN: Please find. enclosed a copy of our most recent supportive service program entitled "Concentrated Assistance Program" (CAP). The purpose of this program is to assist minority business in doing business with the Washington State Department of Transportation. We believe this program will increase .the capability of Minority Business Enterprises to compete in our procurement program. We have establishedfive (5):centers across the state. 'Locations are Clark, King, .Yakima, .Spokane andPierce Counties (See Attachment .)..These - centers are plan centers, where procurement documents and plans ".are available for review by Minority Business Enterprises. Services provided by these centers are free. For further information contact: Thomas J. Johnson, Project Director Inland Empire Minority Businessman's Assoc. 2607 North Monroe Spokane, WA 99207 (509) 327-1712 Nathan Proby, Project Director S.W. Wash. Assoc. of Minority Contractors, Inc. °5620, N.E. Gher Rd. Vancouver, WA 98662 (206) 256-2317 Juan-Miguel Avena, Project Director Compadres BusinessLeague P.O. Box 6247 Bellevue, WA 98007 (206) 454-0120 Page 2 May 1, 1980 Virgil Matthews, Project Director 'Minority Contractors _ Pierce County Assoc. 1036 S. Sprague Tacoma, WA 98405 11 °(206) 383-5033 Mike Ross, Project Director jf :United Inner-City Development Foundation, Inc. 120 - 23rd Ave. East Seattle, WA 98102 (206) 325-7633 Thad Spratlen, Phd., Project Director Black Studies Program i B-506 Padelford GN-07 Seattle, WA 98195 (206)543-7410; 543-4778 Very truly yours, ROBERT L. SHORTER Manager for Small Businesses RLS•207 Attachment A; STATE OF DEPARTMENT OF TRANSPORTATION ' WASHINGTON nrd?wnv A•Wd..a..n?.•mnA?.a ixmv?.. w.?d.??.ro?, •ne•., :nx•n.u+xr. e In.v Lre Huy WHO'S WHO SUPPORTIVE SERVICE CENTER STAFF k Thomas J. Johnson, Project Director r Inland Empire Minority Businessman's Assoc. 2607 North Monroe Spokane, WA 99207 (509) 327-1712 County Areas:. Spokane, Whitman, Adams, Lincoln, Ferry, Stevens, Pend Oreille,: Franklin, Walla Walla, Garfield, Columbia& Asotin Nathan Proby,-Project Director. S.W..Wash. Assoc. of Minority Contractors, Inc, 5620 N.E. Gher Rd. Vancouver, WA 98662 (206) 256-2317. County Areas: Clark, Klickitat, Skamania, Cowlitz, Wahkiakum & Pacific - s Juan-Miguel Avena, Project Director Compadres Business League - P.O. Box 6247 Bellevue, WA 98007 (206) 454-0120 County. Areas: Yakima, Benton, Kittitas, Chelan, Okanogan, Douglas & Grant Virgil Matthews, Project Director Minority Contractors Pierce County Assoc. 1036 S. Sprague 7 Tacoma, WA 98405 (206).383-5033 County Areas: Pierce, Mason, Lewis, Thurston, Kitsap, Grays Harbor,. Jefferson & Clallam Hike Ross, Project Director United Inner-City Development Foundation, Inc. 120 - 23rd Ave. East Seattle, WA 98102 (206) 325-7633 County Areas: King, Snohomish, Skagit, Whatcom, Ian Juan & Island Thad Ipiatlen, Phd., Project Director Black Studies Program - 8-506 Padelford GN-07 Seattle, WA 98195 (206) 543-7410; 543-4778 _ Alk O a Cd ? ? ai o 0 OC= , pa C1 . m a = rL Q ?/I CL a) E ? Q U L . . ® F C " 4 d y / ? y _ FE ? t) / ,? pp t f t 6 .,tip k,, S .. = -_ •? L c u^ 3? 3 c y m? 3 2 r C i _ in E u H m O' m ? ? ? m- 9 U• .T ? u u 2 O O U e e _ Ou e O ? E C ` SOD LOirn -.- _ « S v O d O a ?d ovY - u ? S - m me v qu ucc`V.n °' 6 v t n' o f m G _ _ n3 e Z d u m C u E O -_ w N L u& O Y e C7 w c E Noe •? .N u ? d m u O 6 1 ? uy _ - ? x u w u uui E m N O A O D >=N? u o Na l 1 1 .8 .1 o . ? u ' e o o ct yM u u: of u uit c d d p i?i O i?JN ?]?6]i O?v Nmiuo¢ ?3 v N d E f -Aq? ?a?LL• res c ? - ?ooa.. a E s ? ' ? s?y?NVU„g. ?owAA??? o it ?; O oa•o"-" vo'_ ??' ?? Aa q as a r ? = aq_s? ?o ,ca d 8^„ mo; u Q < u O S y 1. 12 a _ c 2 IC S - O ?• n O - A, - o 7 _, c n i c u m6. Zq o .. =_ ? c3 c N O e 'S O - 3 eq O txt U4u u vZi f m fJ ?A U .? O y Y _ q ? L y G E Y Y C - t CU ? n p Z 9 6 ` pa Y Y ? ? O O V ?Cp EE 0 > ° E 'I 'u ° c .. 0 0 v .. .? v . a ? ? o ? ? A N Y ? °g u°u ? W< 3 o a ?i o o' a x r r a d ui tj r N r? r 9 9 N Y Z ?.... 2 Y C U ir u . U. . ? s 3 N C M C u p C u N 6 ~ J U P U (7 ' q 4 r ?? Aeoz. u .= tee' 4eu °e? . a T e ?? WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 June 1, 1980 TO WHOM IT MAY CONCERN ' P.lease be advised that the following firm is no longer eligible to participate as a Minority Business Enterprise in the Department's programs and activities. Any subcontracts with this firm will hot be considered toward the attainment of a Minority Business Enterprise Goal. .R 6 R Concrete Service P. 0. Box 21 Aberdeen, WA 98520 w< - oN o - i 12 N u u v O d _ o o n ?r - Z w - y- C a - u O L y O N Q > w A v E D ? c E E N L ?• U G_ C C - V' uuuiiid c O G N - a D 6 L A v .- ? u m E 4 C N d - ° s o . o o' . = 8 lo .2 8 8 F ?q =oW Who 0 w_ § a - _ • Y p 9 y u 2 Y o T o O 2 Y •- c? T N T T" w a 1 i _? c N ° a ?.. yN ? o^ ?q o q?q oNm" ry ? l V-2 a .54 o' o ' ? s>"S' z" •s i'u+? z° ? ziW • a s C p Y y V VVX Ou?W o?? O 11 "C? V a 6 v . % v v? WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 TO WHOM IT MAY CONCERN Attached is a list of firms who wish to be considered as minority; contractors for your information and use. This list is to be added` to the updated list dated April 1, 1980 and supplemented May 1. The State does not claim that these firms are qualified to perform all categories of 'work under which they are listed. Please Note: On projects that require minority business enterprise participation, a completed Affidavit will be required of all minority contractors to which the low bidder intends to award a subcontract. The Department will require these Affidavits prior to award of the contract. June 1, 1980 CONSTRUCTION BY GOMEZ S. 1408 Winter Spokane, WA 99206 (509) 928-5712 Principal Contact: John C. Gomez Type of Business* Proprietorship. Number of Employees: Two. Date Established:.. May 1976. Size of Job Preferred: 0 to $150,000 'Bonding/Insurance Capacity: $100,000 Key Personnel: Dan Campbell " e Pat Eakright License No: '. co-ns-tb-g-2160e'. "Origin: .. Hispanic ' Gender: Male. . County: Categories of Work: Spokane Building or Remodeling General Contractor; Clearing or Grubbing Grading or Excavating ' Concrete Guardrails l Demolition Roadside: Cleaning: i Drainage' on Sewer Construct s Drywall Fencing RODARTE CONT., INC. 2118 A. Street S.E. Auburn, WA 98002 (206) 939-0532 Principal Contact: Robert J. Rodarte Type of Business: Corporation. Number of Employees: Six Date Established: March 24, 1978 Size of Job Preferred: $1,000 to $250,000 Bonding/Insurance Capacity: $250,000 Key Personnel: -Robert Rodarte Frank Rodarte Roger Rodarte origin: Hispanic Gender:, Male County: King License No: Categories of Work: Clearing E Grubbing Drainage General Contractor Grading L Excavating Sewer Construction Trucking a June 1,.1980 FORREST H. JACKSON,INC. 6625. W. Thorpe Rd. P. 0. Box 3384 TA Spokane, WA 99220 (509) 838-8865 Principal Contact: Forrest H. Jackson ' Type of Business: ` Corporation Number of Employees: Two Date Established: March 1980 Size of Job Preferred: $15,000 to $300,000 Bonding/Insurance Capacity: 0 - ` Key. Personnel: Forrest Jackson .. Dann Simpson License No: FO-RR-El-* 204JG Origin:. American Indian Gender: - Male .. Cbunty: - Spokane . Categories of Work: Building or .Remodeling Grading or Excavating: - Clearing E Grubbing Mechanical Concrete Plumbing ' Demolition Roadside Cleaning Drainage Sewer. Construction General Contractor _ ARNOLD FINKBONNER TRUCKING 4111 Germain Rd. Ferndale, WA 98248 (206) 384-3232 Principal Contact: Arnold Finkbonner Type of Business: Proprietorship Number of Employees: Four ' Date Established:- May 1962 Size of Job Preferred: $50,000 to $100,000 Bonding/Insurance Capacity: Key Personnel: Arnold Finkbonner Catherine Finkbonner Mike Finkbonner Tom Finkbonner Don Top License No: FINK-BA-*212PE Origin: American Indian Gender: Male County: Whatcom Categories of Work: Asphalt Grading or Excavating Clearing L Grubbing Roadside Cleaning - Drainage Sewer Construction General Contractor Trucking June 1, 1980 LGA CONSTRUCTION P.:o. Box 44122 Parkland, WA 98444 (206) 535-4651 Principal Contact: Louis G.Armijo Type of Business: Proprietorship .'.Number of Employees: Three Date Established: May 5, 1980 Size of Job Preferred: ..$50,000 to $500,000. Bonding/Insurance Capadity: Key Personnel' Myran Brinkman Carl Brinkman. - .Mike Kelley ` License No.: : .223-01-39277 Origin:. - Hispanic Gender: Male. County: Pierce - , Categories of.Work: Building or.Remodeling Grading or Excavating Clearing E Grubbing. Sewer Construction i Drainage Trucking • General Contractor Concrete ' BENITA CORPORATION, INC. .. ,: 327 Cypress. Snohomish, WA 98290 (206) 568-1561 Principal Contact: Robert Brown Type of Business: Corporation Number of Employees: Seven Date Established: July 2, 1979 Size of Job Preferred: $50,000 to $500,000 Bonding/insurance Capacity 0 Key Personnel: Bernita Brown Robert F. Brown John E. Dascher Talbert C. Prickett License No: Origin: American Indian County: Snohomish Categories of Work: Clearing E Grubbing Grading G Excavating 'Drainage Sewer Construction General Contractor Trucking June 1, 1980 DIRT E AGGREGATE INTERCHANGE,_INC. 2220 N.W. Burnside Rd. Gresham, OR 97030 - (503) 646-5093 Principal Contact: Henry H. Pelfrey Type of Business: Corporation Number of Employees: Thrity-six I. Date Established: February 17, 1976 Size `of.JobPreferred: .$100,000 to $1,000,000 Bonding/Insurance Capacity: $1,500,000 Y :Key Personnel: Henry Pelfrey. - Baltazar Ortiz • - License No: 232547 Origin:: Asian. American Gender:' Male I County: Multnomah Categories of Work: Clearing E Grubbing Grading E Excavating Demolition Landscaping Drainage Sewer Construction General Conractor Trucking - LINNTON PLANING MILL 11444 N.W. St. Helens Rd. Portland, OR 97231 (503) 286-2545 'Principal Contact: Maurice L. Jackson Type of Business: Proprietorship - Number of Employees: ' Twelve Date Established: April 1973 Size of Job Preferred: $100 to $100,000 Bonding/insurance Capacity: 0 Key Personnel: Kenneth McCormick David H. Thompson Gloria J. Breyer License No: Origin: Black Gender: Male County: Multnomah Categories of Work: Miscellaneous/ Lumber, wood products Supply Firm June' ], 1980 BALDWIN SANITARY SERVICE, INC. 3933 N.E. Union/P.O. Box 12191 Portland,, OR 97212 (503) 288-7381 Principal Contact: George H. Baldwin Type of Business: Corporation Number of Employees: Five Date Established: February 1, 1972 Size of Job Preferred: $25,000 b Up Bonding/insurance Capacity: : -0- Key Personnel: George Baldwin Adolph Evans License No: 219563 Origin: Black Gender: Male County: Multnomah Categories of Work: Miscellaneous/ Drop Box- Container TYPING ETC., INC. 7240 McKinley Ave., Suite C Tacoma, WA 98498 .(2o6) 474-2915 Principal Contact: Elmer L. Law Jr. Type of Business: Corporation. "Number of Employees: Two Date Established: March 4, 1980 Size of Job Preferred: Open Bonding/Insurance Capacity: N/A Key Personnel: Elmer L. Law Jr. Sal Lewis License No: T-39795 Origin: Black Gender:< Female County: Pierce Categories of Work: Miscellaneous/ Typing G Work Processing Ask June 1, 1980 COATES SURVEYING SERVICE 5519 36th Ave. East Tacoma, WA 98443 (206) 922-0479 Principal Contact: Henry, W. Coates Type of Business: Proprietorship Number..of Employees: One. Dates Established: July 1979 Size of Job Preferred: 0 to $200,000 . .Bonding/Insurance Capacity: Key Personnel: Henry Coates License No: LS 18070 Origin: Black Gender: Male'. County: Pierce .. Categories of Work: Asphalt Grading E Excavating - Clearing E Grubbing Miscellaneous/ Drainage Field-Engineering General Contractor' Sewer Construction KASPAC CORPORATION 1237 So. Director Seattle, WA 98108 (206) 762-3210 Principal Contact: H. Peter Kasama Type of Business: Corporation , Number of Employees: 20 Date Established: April 14, 1979 Size of.JobPreferred: $100.00 to $5,000,000 Bonding/Insurance Capacity: $1,000,000. Key Personnel:.. H. Peter Kasama Auden L. Sherberg Terry Eastburn Richard Glidden License No.: - Origin: Asian Gender: Male County: Categories of Work: King Miscellaneous/Traffic Control i ti WASHINGTON STATE' DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 June 17. 1980 i TO WHOM IT MAY CONCERN: Kaspac Corporation has received a conditional approval as a Minority Business Enterprise and is eligible to participate as a minority contractor until further notice. The State does not claim that this firm is qualified to perform all categories of work under which it Is listed. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 JUNE 17, 1980 TO WHOM IT MAY CONCERN Attached As a list of firms who wish to be considered as minority consultants for your information and use. We intend to revise and update this list monthly. The State does not claim that these firms are qualified to perform all categories of work under which they are listed. . 7 war Ask ARAI/JACKSON ARCHITECTS s DESIGNERS 1100 - 19th Ave. East Seattle, WA 98112 (206) 323-8800 Principal Contact: .. Gerold Yoshio Arai Clifford Jackson Type of Business: Paternership 'F Number of Employees: 7 - - bate Established: Bonding/insurance Capcity: Key Personnel: Kenneth Kubota. s License No: ' Origin:. Asian Gener: Male County: King Categories of Work: Architect Interior, Graphic Design Industrial Design CECIL L. BROWDER 6 ASSOCIATES n 11607 S.E. 114th Street Bellevue, WA 98008 (206) 746-7154 Principal Contact: Cecil L. Browder Type of Businessl- Joint Venture Number of Employees: 5- ,. Date Established: 1976 Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: Cecil L. Browder License No: Origin: Black Gender Male County: King Categories of Work: Structural Engineer Civil, Electrical/Electronic Street s Highway Design Landscape Mechanical Transportation Planning Planning 6 Research Studies Adak Admh ENINGEERING TECHNICIAN SERVICES 13400 North up Way Bldg. "B", Suite 29 Bellevue, WA 98004 (206) 746-0718 Principal Contact: George E. Cuiellete Type of Business: Individual '. Number of Employees, - 2 Date Established: 1978 Size Of Job Preferred: 0 to $100,000 Bonding/Insurance Capacity: - Key Personnel: George E. Cuiellette License No: Origin: Black Gender: Male County: King ' Categories of Work: Drafting " Field Surveying JORDAN/AVENT s ASSOCIATES 920 2nd Ave., Suite 1211 Seattle, WA 98104 (2o6) 682-8794 -Principal Contact:. Roy A. Avent ` Type of Business: Number of Employees: 50 Dates Established: 1974 Size of Job Preferred: 8onding/Insurance Capacity: Key Personnel: Roy A. Avent Frederick E. Jordan License No: Origin: Black Gender: Male County: King Categories of Work: Engineering - Civil/Structural Architecture, Building, Planning, Bridge Surveying, Streets L Highway, Environment Water L Sewer Systems Reports Urban Renewal Studies Rapid Transit Systems Airports Research Foundations NOR CENTRAC ASSOCIATES, INC. Shoreline Business E Professional Center 17544 Midvale Ave. N., Suite 200 Seattle, WA 98133 (206) 542-9474 Principal Contact: Alan A. Sato Type of Business: Corporation Number of Employees: 2 Dates Established: . Sept. 12, 1978 Size of Job Preferred: 0 to $500,000 Bonding/Insurance Capacity: Key Personnel: A. A. Sato A. K. 9atra, Louis Danes License No.: Origin: Gender: County: Categories of Work: EFFECTIVE SERVICE PLANNERS 1932 - ist'Ave. 'Seattle, WA 98101 (206) 623-0864 'Principal Contact: Type of Business: Number of Employees: Dates Established:. Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: License No.: Origin: Gender: County: Categories of Work: Asian - Male King Civil Engineer Street E Highway Design - Structural Transportation Planning D. Sheralton Kelly Corporation 3 1977 D to $300,000 D. Sheralton Kelly KJely Isaksen Black Male King Planning b Research Studies BENJAMIN F. MC AD00 & COMPANY AIA 1718 East. Olive Way Seattle, WA 93102 (2o6) 315-824o Principal Contact:. Benjmain F. McAdoo Type of Business Individual Number. of Employees: 2 Date Established: 1947 Size of Job Preferred: 0 to $5,000_,000 " Bonding/Insurance Capacity: Key Personnel: Garold M lcolm License No.: ,.Origin: Black f Gender: Male County: King Categories of Work: Architectural Planning G Research Studies MUSTAFA, HONG E ASSOCIATES, INC. 1832 1st Ave.,,Suite 505 Seattle, WA 98101 (206) 622-6062 Principal Contact: Fathl Y. Mustafa - Type of Business: Number of Employees: 10 Date Established: 1976 Size of Job Preferred: o to $200,000 Bonding/Insurance Capacity: Key Personnel: Kathl Y. Mustafa Mark. Hong License No. Origin: Asian Gender: Male County: King Categories of Work: Civil - Highway Street/Drainage Structures Aft H. K. K114 ENGINEERS, INC. P.S. 612 Bellevue Way. N.E: Bellevue, WA98004 (206) 454-9426 Principal Contact: H.K. Kim Type of Business: Corporation Number of Employees: 1 Dates Established: 1974 Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: H.K. Kim License NO.: Origin: -Asian Gender: Male County: King Categories of Work: Structural Engineer Draftsmen LEE ENGINEERING CO. 612 Bellevue Way W.E. Bellevue, WA 98004 (206) 454-6624 Principal Contact: -Soon-MO-Lee Type of 'Business: Individual Number of Employees: 3 Date Established: Size of Job Preferred: Bonding/Insurance-Capacity: Key Personnel: Soon-Mo-Lee License No.: Origin: Asian Gender: Male County: King Categories of Work: Mechanical Engineers WEEDENIS CONSULTING ENGINEERING, INC. 15539 N.E. 13th Place Bellevue, WA 98007 (206) 747-5343 Principal Contact::' Arthur Weeden Type of Business: Corporation Number of Employees: 2 Date Established:' 1978 Size of Job Preferred: 0 to $100,000 Bonding/insuranceCapacity: " Key. Personnel`. Virginia Weeden License No.: Origin: Black Gender: Male County: King Categories of Work: Civil, Electronic/Electrical Marine AOL MEL STREETER/PAUL DERMAi11S & ASSOC. AIA 103 Bellevue Avenue East Seattle, 4/A 98102 (206) 329-.6865 Principal Contact: Mel Streeter Type of Business: Partnership Number. of Employees: 3 Date Established: Size of Job Preferred: j97 0 to $5,000,000 Bonding/InsuranceCapacity: Key Personnel: Mel Streeter Paul Dermanis License No.. Origin: Black -Gender: Male County: Categories of Work:' King Architectural Pedestrian Bridges SYSTEMS ARCHITECTS ENGINEERS, INC. --112 Fifth Avenue North Seattle, WA 98109 (206) 682-2641 Principal Contact: Louts Warner Type of Business: Number of Employees. 8 Dates Established:, 1971 Size of Job Preferred: 0 to $1,000,000 Bonding/Insurance Capacity: Key Personnel: William Joey _ Louis Warner Carlos A. Young License No.: Origin: Bieck Gender: Male County: Categories of Work: King Architectural - Civil/Electrical/Mechanical i ng Engineer Economic Feasibillty Studies Impact Statements Street & Highway Design, Structural, Water Pollution WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 June 17, 1980 u TO WHOM IT MAY CONCERN Attached is a list of firms who wish to be considered as minority contractors for.your information and use. This list is to be added to`the -updatedlist dated April 1, 1980 and supplemented May 1, and June 1. The State does not claim that these firms are qualified to perform all categories of work under which they are listed. Please Note: On projects that require minority business enterprise participation, a completed Affidavit will be required of all minority contractors to which the low bidder intends to award a subcontract. The Department will require these Affidavits prior to award of the contract. AlIkk June 17, 1980 E. C. VENTURES UNTLIMITED, INC. 7635 ' 159th Place N.E., Suite III Redmond, WA 98052 (206) 881-1648 Principal Contact: Ed Chatman Jr. Type of Business: Corporation. _ Number of Employees: Date Established:. - :April, 1979 Size of Job Preferred: $50,000 - 1,000,000 Bonding/Insurance Capacity: , $200,000 Key Personnel: Ed Chatman Mary Ann Chatman License No: Origin: Black Gender: Male County: King Categories of Work: Building or Remodeling Painting e Drywall Roadside Cleaning_ i General Contractor 'Roofing Janitorial Service A. KELLY CONSTRUCTION COMPANY 933 N. E. Hancock Portland, OR 97212 (503) 249-0384 Principal Contact: Alexander Kelly Type of Business: Proprietorship Number of Employees: - Date Established: December 24, 1979 Size of Job: $25,000 to $350,000 Bonding/Insurance Capacity: $50,000 Key Personnels A. Kelly James Rance License No: 348995-00 Origin: Black Gender: Male County: Multnomah Categories of Work: Building or Remodeling Concrete Drywall General Contractor June 17, 1980 JUAREZ CONSTRUCTION 7 216th Street S.W. Bothell, Washington 98011 (206) 481-7001 Principal Contact: Paul S. Juarez ?..Type of.Business: Proprietorship Number of Employees: Two Date Established: April, 1975 Size of Job Preferred: $10,000 to $3,000,000 Bonding/insurance Capacity: Key Personnel: Steve Juarez Paul S. Juarez License No: JUAR -EC-*2536Q Origin Hispanic Gender: Male County: King Categories of Work: Building E Remodeling General Contractor Drywall Guardrail Fencing. Roofing Floor Covering Ask June 17, 1980 CHRISTIAN ELECTRIC CORPORATION r 6800 N.E. Durham St. Portland, OR 97211: (503) 289-3095 Principal Contact: George Christian . Type of Business: _ Proprietorship Number of Employees: One Date Established: 1969 Size of Job Preferred; $100,000 to $400,000 Bonding/.Insurance Capacity: $800,000. Key Personnel: George Christian License No.: 166235-00-51C-1521 Origin: Black Gender: Male County: Multnomah Categories of Work: Electrical General Contractor RAINIER STEEL, INC. P.O. Box 1232 Kent, WA 98022 (206) 854-7821 or 825-1077 Principal Contact: Maurice A. Olney... Type of Business: Corporation Number of Employees: 13 Date Established: August 17, 1979 Size of Job Preferred: $50,000 to $1,000,000 Bonding/Insurance Capacity: $500,000 Key,Personnel: Maurice Olney Bill Davis License No: B1-167739-2-000C Origin: American Indian' Gender: Male County; King Categories of Work: Miscellaneous/Reinforcing/Structural Steel August 1, 1980 AAA LAND DEVELOPMENT P.O. Box 190 MILTON, WA 98354 (206) 922-9211 Principal Contact:. Joe Arcasa Type of Business: Proprietorship 'Number of Employees: 0 Date Established: October., 1979 Size of Job Preferred: $5,000 to $100,000 'Bonding/Insurance. Capacity: $2,000 Key Personnel: Jospeh A. Arcasa .License No.: 223-02-AA-AL-AD-204J8 Origin: American Indian Gender: - Male - County: Pierce of Work: Categories Clearing E Grubbing . Demolition Grading 6 Excavating. ASKEW CONST. 23016-N,E. 72ND AVE. BATTLE GROUND, 14A -98604 (2o6) 687-1202 Principal Contact: Willie Askew Type ,of.Business: Proprietorship `-Number of Employees:". 0 Date Established: June, 1963 Size of Job Preferred: $5,000 to $250,000 Bonding/Insurance Capacity: $125,000 Key Personnel: Willie Askew License No.: AS-KE-WC-*209J9 Origin: Black -Gender: Male - County: Clark Categories of Work: Building or Remodeling Concrete Demolition. Drainage Drywall General Contractor Grading or Excavating Roadside Cleaning Trucking RECE?? s1 DISTRICT 3 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 August 1, 1980 TO WHOM IT MAY CONCERN Attached is a list of firms who wish to be considered as minority contractors for your information and use. This list is to be added to the updated list dated April 1, 1980 and supplemented May 1, June 1, June 17, and July 1. The State does not claim that these firms are qualified to perform all, categories of work under which they are listed.' Please Note: On projects that require minority business enterprise participation, a completed Affidavit will be required of all minority contractors' to which the low bidder intends to award a subcontract. The Department will require these Affidavits prior to award of the contracts. PLEASE MAKE THE FOLLOWING CHANGES TO YOUR CONTRACTORS' LIST: 1)Add Guardrail to the Junlo Corporations categories of work. 2) Knighton Bros. Construction,' Inc. has a change of address and phone: ' 1917 15th Ave. So. Seattle, WA 98144 (206) 324-1079 ;)Change Benita Corporation, Inc. to Bernlta Corporation, Inc. 4)Address change for Crown, J.K. Enterprises for 715 Uplands Drive Mt. Vernon, WA 98273 (206) 424-3503 August 1, 1980 HAHN COMPANY P.O. Box 473, Neah Bay, WA 98357 (206) 645-2483 '' Ruth C. Hahn Principal Contact:: Partnership Type of Business: Humber of Employees: 0 1980 May 21 Date Established: Size of Job Preferred: , $15,000 to $2,000,000 Bonding/Insurance Capacity: $450,000 Personnel: . Key Thomas J. Hahn - . Ruth C. Hahn .. License No.: 01-39820 American Indian " Origin: Female - Gender:. 'Clallam County: Categories of Work: Building or Remodeling Masonry _ ply Firm Su bi p ng Clearing & Grub " Concrete Trucking General Contractor BRANCH, RICHARDS, ANDERSON & CO., P.S. Grand Central on the Park Bldg. 216 First Ave. So. Seattle, WA `98104 .(2D6) 624-4723 Andrew L. Branch Principal Contact: Corporation Type of Business: Number of. Employees: Sixteen - Date Established: 1972 Size of Job Preferred: Unlimited Bonding/Insurance Capacity: AH/A ndrew L. Branch Key Personnel: Robert A. Richards Donald L. Anderson License No.: N/A Black Origin: Male Gender: King County: Categories of Work: Certified Public Accountants 0 0 8 Au 0 gust 1, 19 REHAB CONSTRUCTION, INC. 5517 Rainier Ave. So. Seattle, WA 98118 (206) 723-9707 Principal Contact: Thomas Kercheval Type of Business: - Corporation Number of Employees:. Eight Date Established: - 1975 Size of Job Preferred: $20,000 to $250,000 Bonding/insuranceCapacity: $250,000 Key Personnel: Thomas Kercheval Steve Kercheval Louie Mello Bernard Heavey License No.: 223-01-RE-HA-BC-*256HR - Origin Black Gender: Male. -County: King -Categories of Work:; Building or Remodeling, Concrete Drywall General Contractor Painting HUB CITY CONSTRUCTION CO. 2774 Hanson Road Fairbanks, AK 99701 (907) 479-3470 Principal Contact: Everett L. Andrew Type of Business: Proprietorship Number of Employees: Four Date Established: 1976 Size of Job Preferred: $500,000 to $1,000,000 Bonding/Insurance Capacity: $500,000 - Key Personnel: Perry King Brian Borreson Calvin Campbell George Griffard License No.: AA 6241 Origin: American Indian Gender: Male County: Central Categories of Work: Building or Remodeling General Contractor Cacaring E Grubbing Grading b Excavating Concrete Guardrail' Demolition Masonry Drainage Mechanical Drywall Paintlnn ' Electrical Plumbing Fencing - Roadside Cleaning Floor Covering Roo ring Sewer Construction Trucking Welding Sam August J I, 1980 E.D.T.'CONSTRUCTION CO_ 1707 E. 5TH ST. VANCOUVER, WA 98665 (206) 695-8410 Principal Contact: Edward D. Thompson Type of Business;. Corporation Number of Employees: One Date Established: 1979 Size of Job Preferred: $100,000 to $500,000 Bonding/Insurance Capacity: 0 - Key Personnel: . Edward D. Thompson Robert D. McGrew _ License No.: . ED-TC-O-**205 B2 - origin: - American Indian Gender..... Male '.County: Clark "Categories of Work: Clearing E Grubbing _ " Grading or Excavating Sewer Construction MANZANO FLAGGING COMPANY 1031 NORTH BLANDENA PORTLAND, OR 97217 (503) 284-2364 Principal Contact: Berna Wingert ,Type of Business: Proprietorship Number of Employees: One Date Established: July 1, 1980 Size of Job Preferred: $1,000 to Open End Bonding/Insurance Capacity: 0 Key Personnel: Berna Wingert ' License No.: Not Required `Origin:. Hispanic Gender: Female County: Multnomah Categories of Work: Flagging s Traffic Control SEMIA CONSTRUCTION, INC. 622 So: 45TH ST. TACOMA, WA 98408 (206) 473-3831 Principal Contact: William H. Marshall Type, of Business: Corporation Number of Employees: Ten Date Established: April 7, 1980 Size of Job Preferred: $50,000 to $1,000,000 Bonding/insurance Capacity: 0 Key Personnel: David Naranjo William H. Marshall Raul P. O'Baya wwwmmm? Byron Rockstad Aug ust 1, 1980 .KADIN CORPORATION P.O. Box :348 Wrangell, AK 99929 (907): 874-3678 Principal Contact James A. Stough Type of Business: Corporation Number of Employees: Four Date Established: April 1977 Size of Job Preferred. 0 to $500,000 ' Bonding/Insurance Capacity: $500,000 Key.Personnel: . James A. Stough - Richard B. Stough • Michael N. Stough License No.: 223-01-KA-DI-NC-*201JB Origin: American Indian • .Gender:.. ..Male . County: Southeastern - Categories of Work: Clearing E Grubbing Guardrail Drainage Landscaping General Contractor Mechanical Grading or Excavating URBAN CONSTRUCTION COMPANY, INC. 715 - 13th Avenue Seattle, WA 98122 (206) 322-4292 Principal Contact: Luther J. Carr, Jr. Type of Business: Corporation Number of Employees: Ten Date Established: 1968 Size of Job Preferred: $1,000,000 to unlimited Bonding/Insurance Capacity: Unlimited Key Personnel: Luther J. Carr, Jr. Frank J. Friedlander Laurice J. Ericksen William C. Sherk License No.: UR-BA-NC-*324 BN Origin: Black Gender: Male County: King Categories of Work: General Contractor Building or Remodeling August AWA 1, 1986 SEMIA CONSTRUCTION, INC. Cont'd License No.: 223-01-39552 Origin: Black/Hispanic Gender: Male County: Pierce Categories of Work: Concrete Drainage Fencing General Contractor _ Grading or Excavating Guardrail Sewer Construction Trucking -SERVI-CEMASTER BUILDING SERVICES OFYAKIMA, INC. P.0 i BOX 2612 YAKIMA, WA 98907 (509) 575-7700 Principal Contact: - Tony -Gomez. Type of Business: Corporation Number of Employees: Fifteen Date Established: November 1, 1978 Size of Job Preferred: $10,000 to $250,000 Bonding/Insurance Capacity: $10,000 Key. Personnel: Tony Gomez Christy Gomez License No.: N/A Origin: Hispanic Gender: Male County: Yakima Categories of Work: Clearing s Grubbing Fencing Janitorial Service Landscaping Painting Roadside Cleaning Aft ^ J WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 JULY 1, 1980 TO WHOM IT MAY CONCERN Attached is a list of firms who wish to be considered as minority contractors for your information and use. This list is to be added to the updated list dated April 1, 1980 and supplemented May 1, June 1, and June 17. The State does not claim that these firms are qualified to perform all categories of work under which they are listed. Please Note: ,On projects that require minority business enterprise participation, a completed-Affidavit will be required of all minority contractors to which the low bidder intends to award a subcontract." The Department will require these Afridavits prior to award of the contract. July 1, 1980 HERNANDEZ COMPA14Y P.O. Box 3725. Federal Way, WA 98003 (206),833-3999 Principal Contact: John Hernandez Type of Business: Proprietorship.. Number of Employees: One Date Established: April 1, 1980 Size of Job Preferred: $10,000 to$250,000. ..Bonding/Insurance Capacity: $2,000 Key Personnel`: John Hernandez License No.: HE-RN-A*-`20950 Origin: Hispanic Gender:..` Male County- -King - Categories of Work: Clearing s Grubbing Drainage ?r- General. Contractor. Landscaping Miscellaneous/Irrigation CHRISTOPHER E SONS .19811N.E. 44th St. Vancouver, WA 98662 (206) 892-7930 Principal Contact: Robert Christopher Type of Business: Proprietorship Number of Employees: Date Established: March 1979 Size of Job Preferred: $1•,000 to open Bonding/Insurance Capacity: $2,000 Key Personnel: Robert Christopher License No.: CH-RI-SR-E 217LD Origin: Black Gender: Male County: Clark Categories of Work: Concrete Miscellaneous/Tearing up posts or Concrete Driveways July I, 1980 R E L CONSTRUCTION 3228 East 35th Spokane, WA 99203 ' (509) 448-1767 Principal Contact: Ruby Quintana Type of Business: Proprietorship Number of Employees: Two Date Established: - March 1973 Size of Job Preferred: $100,000 `Bonding/insurance Capacity: $4,oo0 Key Personnel:. Rudy Quintana ' '. Loretta Quintana' Ruby Quintana Jr.. ' License No.. RL-AL-UP-241CP- Origin: Hispanic Gender: Male County: Spokane Categories of Work: Building or Remodeling Fencing. General Contractor - Landscaping - Masonry Miscellaneous/Siding, Carports, Wrought Iron Railings, Patio Covers, Storm Windows-Doors Roofing - CALIXTO IND., INC. 16313 74th N.E. Bothell, WA 98011 (206) 488-1000 Principal Contact: Rueben Calixto, Jr. Type of Business: Corporation Number of Employees: One Date Established: May 31, 1980 Sire of Job Preferred: $25,000 to $1,500,000 Bonding/Insurance Capacity: None Rey Personnel: Rueben Calixto, Jr. Licence No.: CA-LI-XI-*205L8 Origin: Hispanic Gender. Male County:- King Categories of Work: Asphalt Grading or Excavating Building or Remodeling Guardrail Clearing E Grubbing Landscaping Drainage Miscellaneous/Small Fencing Building Structures General Contractor Sewer Construction Trucking July 1, 1980 MINORITY GENERAL CONTRACTORS, INC, ...12300 N. E. Hwy 99 - Vancouver, WA 98665 (206) 574-4643 Principal Contact: John E. Erwin Type of Business: Corporation Number of Employees: Date Established: June 20, 1980 Size of Job Preferred: $50,000 to $500,000 Bonding/Insurance Capacity: -Key Personnel: John Erwin G. H. Douglas ` H. L. Coffman ' License No.: 233-01-39786 Origin: Black Gender:' - Male County: Clark Categories of Work: Clearing s Grubbing Grading s Excavating Demolition Sewer Construction Drainage Trucking General Contractor NERO.E ASSOCIATES, INC: 520, S. W. 6th Ave., Suite 820 Portland, OR 97204 1 (503) 223-4150 Princpal Contact: David M. Nero Jr. Type of Business: Corporation Number of Employees: Twenty one Date Established: April 20, 1971 Size of Job Preferred: $250,000 to $1,000,000 Bonding/Insurance Capacity: Key Personnel: David M. Nero Jr. Tod KeKanter Clarence Hibrick Robert L. Buscher License No.: Origin: Black ,. Render.. Male County: Multnomah - Categories of Work: Building or Remodeling Clearing s Grubbing Electrical General Contractor Mechanical July 1, 1980 ALERT C014STRUCTION COMPANY, INC. 5705 Airport Way So.. Seattle, WA 98108 (206)762-5050 Principal Contact: - John Breland Jim Stone Type of Business: Corporation - Number of Employees: Six Date Established: Feb. 28, 1980 Size of Job Preferred: $10,000 to $1,000,000 Bonding/Insurance Capacity: $200,000 Key Personnel: J.A. Breland Ed James J.E. Stone Sr. Erv Williams License No.: Origin: Black Gender: Male County: King .- Categories of Work: General Contractor Guardrail Miscellaneous/Water. proofing, Damp proofing, and Lane Markers. Roofing i Supply. Firm SHAWNEE PAINTING s SANDBLASTING CO 8107 - 10th So. Seattle, WA 98108 (2o6) 763-8433 Principal Contact: Doug Lanier Type of Business: Corporation Number of Employees: 18 Date Established: October .1974 Size'of Job Preferred: $300•to $1,000,000 Bonding/Insurance Capacity: $250,000 Key Personnel: Doug Lanier Anne L. Long - Linda Arakaki Cole License No.: Origin Asian Gender: Female County: King Categories of Work: Painting July 1, 1980 PEDRO GARZA JR. Rt. I Box 1092 Yakima, WA 98901 (509) 452-3873 Principal Contact: Pedro Garza Jr. Typeof -Business: Proprietorship Numberof Employees: Date Established: 1975 Size of Job Preferred: $25,000 to $175,000 Bonding/insurance Capacity:: $75,000. -Key Personnel: Pedro Garza Jr. - Donanclano De Los Santos License No.: Origin: Hispanic Gender: Male County: Yakima Categories of Work: Clearing E Grubbing Concrete Demolitions. Drainage CARLOS FENCE CO. 5505 228th S.E'.- Bothell, WA 98011 (206).481-8696 - Principal Contact: Carlos Alvarez '.,Type of Business: Proprietorship Number of Employees: Two Date Established: Oct: 24, 1979 Size of Job Preferred: $200 to $20,000 Bonding/Insurance Capacity: $2,000 Key Personnel: Carlos Alvarez License No., 17869-NO.22302-26298 Origin: Hispanic Gender: Male County: King Categories of Work: Fencing WASHINGTON STATE DEPARTMENT OF TRANSPORTATION OLYMPIA, WASHINGTON 98504 July 1, 1980 TO WHOM IT MAY CONCERN Attached is a list if firms who wish to be considered as minority consultants for your information- and use. This list is to be added to the list dated . - June 17, 1980 The State does not claim a firms are gualif tee ro perform all catego?r_!_.._ n er WUch_IbAy S.Led. PARAMETRIX, INC. P.O. Box 460 Sumner, WA 98390 (206) 863-5128 Principal Contact: George J. Capestany Type of Business: Corporation Number of Employees: 60 Date Established: April 1974 " Size of Job Preferred: $5,000 to $500,000. Bonding/Insurance Capacity: N/A Key Personnel: George J Capestany Waite Dalrymple " Ramon A. Beluche David DesVoigne . : License No.: Origin:. Hispanic Gender: Male County: King Categories of Work: Miscellaneous/Surveying, Engineering Environmental Studies BILL STONE 111SURANCE AGENCY 1140 - 24th Avenue' Seattle, WA 98122 (206) 324-0280 - Principals Contact: William G. Stone Type of Business: Proprietorship Number of Employees: Two Dates Established: Feb. 2, 1959 Size of Job Preferred: N/A' Bonding/Insurance Capacity: $1,000,000,000 Key Personnel: Teresa Roberson Diane Schimpf License No: N/A Origin: Black Gender: Male County: King Categories of Work: Insurance L Bonding AMIRL PARAMETRIX „ INC. -'P.O. Box 460 Sumner, WA 98390 (206) 863-5128 Principal Contact:, Type of Business:- Number of Employees: Date Established: Size of Job Preferred: - Bonding/Insurance Capacity: Key Personnel: License No.: Origin: Gender: County: Categories of Work: BILL. STONE INSURANCE AGENCY 1140 --24th Avenue Seattle, WA 98122 (206) 324-0280 . Principal Contact: Type of Business: Number of Employees: Dates Established: Size of Job Preferred: Bonding/Insurance Capacity: Key Personnel: License No: Origin: Gcnder: County: Categories of Work: George J. Capestany Corporation 60 _ April 1974 $5,000 to $500,000 N/A George J Capestany Waite Dalrymple Ramon 'A. Beluche David DesVoigne Hispanic Male King Miscellaneous/Surveying, Engineering Environmental Studies_ William G. Stone Proprietorship Two Feb. 2, 1959 N/A $1,000,000,000 Teresa Roberson Diane Schimpf N/A Black Male King Insurance E Bonding 1 j i 0 ,CONVERSAT.ION.-W;ITHGFORGE MAY, DEPT. OF LABOR 8,INDUSTRIES MARCH 10, 1982: NO MINIMUM F,OR. FILING iN _ R - - . - TENT TO PAY PREVAILING WAGE RATES OR AFFIDAVIT OF WAGES<PAI DJ - CONVERSATION-WITH-MRS. BECK, DEPT.'OF REVENUE . MARCH 10, 1982: .NO MINIMUM CONTRACTED.AMOUNT FOR FILING NOTICE OF COMPLETION OF PUBLiIC!WORKS CONTRACT..FOR_.CERTIFICATE OF PAYMENT OF STATE EXCISE'"TAXES'BY°PUBLIC WORKS CONTRACTOR. - IT USED .TO :BE THOUGHT ,BY_-PUBLIC 'WORKS THAT THERE WAS A $20,OOQ.00 MINIMUM,`, BELOW WHICW THE CERTIFICATE WAS 'UN- NECESSARY FOR PAYING RETAINAGE, BUT THAT IS NOT THE CASE. CARTER x 4 fi - 1-07 Legal Relations and Responsibilities LegalRelationsandResponsibilities in enforcement to the extent that such assistance is consistent with the retail sales taxes on the purchases o terms and provisions of the contract. used or consumed in the performan The Contractor shall comply with the regulations of the U.S. Mine ortions of the contract call for the - Safety and Health Administration for all pit or quarry operations used an street, road, highway, bridg for the project: The regulations include, but are not limited to, notifying transportation terminal or parking '. the nearest Mine Safety and Health subdistrict office before starting -(1).A municipal. corporation. operations and the date the operations will commence, and will include (2) A political subdivision of t all required information and report the date of closure at completion of (3) The united states or,Amc t the work. A copy of the reports shall be sent to the Project Engineer. The Such purchases arc not for r Contractor shall indemnify and save harmless the State, Commission, Contractor. The Contractor is ad, Secretary and all officers and employees of the State from all claims, Department of Revenue. Rule 17.1 suits, or actions resulting from the Contractor's failure to. comply with `apply. The contract special provisio any of the regulations imposed by the U.S. Mine Safety and Health project subject to this provision. Administration relating to pit or quarry operations on the project. + 4 1-07.2 State Taxes. 1_07,2(2{ Contractor's Obligation Sections 1.07.2(1) through 1.07.2(3) are intended to clarify the laws State for Work Parlor cts or portions of t l c applying to State Sales Tax and the rules established by the Washington i on ra For al roving of any nc o im i 4 i State Department of Revenue. If in doubt as to sales tax procedures in an i l h p ng, rcPair or structure upon lands hway hi I ( y part cu ar case, t e Contractor should consult with the Financial Supervisor, Department of Transportation, Olympia. . g shall be required to collect the rctu 1 All applicable taxes which the Contractor is required to pay other than th e state ret il l t h i f contract price and the Contractor State Department of Revenue Rul a sa es ax as ere na ter specified shall be included by him 'j in his various unit bid prices or any other compensation to be paid to him The State retail sales lux r apply. under the contract. No adjustment will be made in the amount to be paid by the Stale the vuriousunit bid prices or any Cons meter under the contract: P under the contract because of any misunderstunding by the Contractor as ! soles tax imposed upon Contra tractors and subcontractors t la his liability for or the amount or any taxes. i con f i are umable supplies RCW 60.28,050 requires that, before paying the retained percentage t f t. je cons shall b integrated into the project, o uny,person..per orming any public works contract, staso oTcers shall'. req j h or any other compensation to. b u rosuc pcrsons to secure from. the State Department,o( Revenue a certifcutelhat all.taxesdue with respect to such contract have been paid -" contract, irrespective of the owner. i in ful4,.The-Contractor.,thcrefor,.is required. to secure such certificate pcrformcd. The cantracto thisu t to this pr b bcfore,PaYment-of;the.retaincd percentage ;will: be mode. jec of the project su , When any payments by the Contractor to. the State Department of 2(3) Services. - 1.07 Revenue arc due and unpaid, whether such taxes arc based upon this . On all contracts which consi contract or not, the State may deduct from any sums due the Contractor the amount of such payments and pay the slime into the proper Slate Department of Revenue Rules I il ( rund . Contractor is advised the rctu , charged tothc State for such 1.07.2(1{ Contractor's Obligation to Pay Slain Sales Tax on Work rest Protection, F Performed ed on !.ands not Owned by the Stale. o -07.3 1 " ?. The Contractor shall include in his various unit bid prices or any other In performing work widsi compensation to be paid to him under the contract, all Washington Slate Reservations under jurisdiction o 38 i? M?6fivitt Wt f @ Ali .#' T 39.08.030 39 RCW: Public Contracts and Indebted s Sererabllity-1977 ex.a. c 166: See notes following RCW 47.60.650. Chapter 39.12 PREVAILING WAGES ON PUBLIC WORKS 39.08.065 Notice to contractor condition to suit on bond when supplies are furnished to subcontractor. Every person, firm or corporation furnishing materials, supplies or provisions to be used in the construction, perfor- mance, carrying on, prosecution or doing of any work for the state, or any county, city, town, district, municipality or other public body, shall, not later than ten days after the date of the first delivery of such materials, supplies or. provisions to any subcontractor or agent of any per- son, firm or corporation having a subcontract for the construction, performance, carrying on, prosecution or doing of such work, deliver or mail to the contractor a notice in writing stating in substance and effect that such person, firm or corporation has commenced to de- liver materials, supplies or provisions for use thereon, with the name of the subcontractor or agent ordering or to whom the same is furnished and that such contractor and his bond will be held for the payment of the same, and no suit or action shall be maintained in any court against the contractor or his bond to recover for such material, supplies or provisions or any part thereof un- less the provisions of this section have been complied with. [1915 c 167 § 1; RRS § 1159-1. Formerly RCW 39.08.020.] 39.08.080 Liens for labor, materials, taxes, on public works. See chapter 60.28 RCW. 39.08.090 Ferry construction-Amount of con- tractor's bond. The contractor's bond required by chap- ter 39.08 RCW in connection with any negotiated contract for the construction of one or more ferry vessels for the Washington state ferries shall be in an amount to be specified by the Washington state toll bridge author- ity in the request for proposal provided for in RCW 47- .60.650. In no event shall the bond be for more than twenty-five percent of the total contract price of two or more ferry vessels nor more than fifty percent of the to- tal contract price for a single vessel. In determining and fixing the amount of such bond the authority may take into account the financial resources required of all firms which prequalify to construct ferry vessels for the Washington state ferries, the number of vessels which may be constructed, and the time period in which the vessels are to be constructed. The Washington state toll bridge authority may dele- gate to the department or highways any of the powers or duties conferred upon the authority by this section, and the department shall assume or perform those powers or duties. [1977 ex.s, c 166 13.1 Reviser's tsotr. Powers, du0es, and functions of toll bridge authority and department of highways transferred to department of transports- . Ilan; see RCW 47.01.031. Terms 'Washington toll bridge authority' and 'department of highways' mean department or transportation; see RCW 47.04.015. S-rablllty-1977 rata.e 166: See notes following RCW 47.60.650. (flue 39 RCW (197r E/.}-p 61 Sections 39 12.010 Definitions. 39.12.015 Industrial statistician to make determinations of pre- vailing rate. 39.12.020 Prevailing rate to be paid on public works and under public building service maintenance contracts. 39.12.021 Prevailing rate to be paid on public works-Ap. prenlice workmen. 39.12.022 Vocationally handicapped-Exemption from RCW 39.12.020-Procedure 39.12.030 Contract specifications must state minimum hourly - rate--Stipulation for payment. 39.12.040 Statement of intent to pay prevailing wages, affidavit of wages paid-Duty of public agencies to re- quirt-Approval-Prerequisite to payment 39.12.042 Compliance with RCW 39.12.040 Liability of ` public agencies to workmen, laborers or mecl snics. 39.12.050, Penalty for false certificate-Unpaid wages lien against contractor's bond-Prohibitions on bid- ding on future contracts-Hearing. 39.12.060 Director of labor and Industries to arbitrate disputes. 39,12.900 Severability-1945 a 63. Hours of labor on public works: Chapter 49.28 RCW. - i Minimum salaries ofstate employees: RCW 43.03.080, 43.03.090. Workers' compensation applicable to public works contracts: RCW. 51.12.050, 51.12.070. 39.12.010 Definitions. (1) The 'prevailing rate of wage", for the intents and purposes of this chapter, shall be the rate of hourly wage, usual benefits, and overtime paid in the locality, as hereinafter defined, to the major- ity of workmen, laborers, or mechanics, in the same trade or occupation. In the event that there is not a ma- jority in the same trade or occupation paid at the same rate, then the average rate of hourly wage and overtime paid to such laborers, workmen or mechanics in the same trade or occupation shall be the prevailing rate. If the wage paid by any contractor'or subcontractor to la- borers, workmen or mechanics on any public work is based on some period of time other than an hour, the hourly wage for the purposes of this chapter shall be mathematically determined by the number of hours worked in such period of time. (2) The "locality" for the purposes of this chapter shall be the largest city in the county wherein the physi- cal work is being performed. (3) The "usual benefits" for the purposes of this chapter shall include the amount of, (a) The rate of contribution irrevocably made by a contractor or subcontractor to a trustee or to a third person pursuant to a fund, plan, or program; and (b) The rate of costs to the contractor or subcontrac- tor which may be reasonably anticipated in providing benefits to workmen, laborers, and mechanics pursuant to an enforcible commitment to carry out a financially responsible plan or program which was communicated In writing to the workmen, laborers, and mechanics af- fected, for medical or hospital care, pensions on retire- ment or death, compensation for injuries or illness resulting from occupational activity, or insurance to provide any of the foregoing, for unemployment benefits, Prevailing Wages on Public Work 39.12.042 life insurance, disability and sickness insurance, or acci- dent insurance, for vacation and holiday pay, for defray- ing of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the contractor or subcontractor is not required by other fed- eral, state, or local law to provide any of such benefits. [1965 ex.s. c 133 § 1; 1945 c 63 § 3; Rem. Supp. 1945 § 10322-22.] 39.12.015 Industrial statistician to make determina- tions of prevailing rate. All determinations of the pre- vailing rate of wage shall be made by the industrial statistician of the department of labor and industries. 11965 ex.s. c 133 § 2.1 39.12.020 Prevailing rate to be paid on public works and under public building service maintenance contracts. The hourly wages to be paid to laborers, workmen or mechanics, upon all public works and under all public building service maintenance contracts of the state or any county, municipality or political subdivision created by its laws, shall be not less than the prevailing rate of wage for an hour's work in the same trade or occupation in the locality within the state where such labor is per- formed. This chapter shall not apply to workmen or other persons regularly employed on monthly or per .'diem salary by the state, or any county, municipality, or political subdivision created by its laws. [1967 ex.s. c 14 § 1; 1945 c 63 § 1; Rem. Supp. 1945 § 10322-20.1 Prevailing wagea determined by United States Department of Labor under resident employees law: RCW 39.16.005. 39.12.021 Prevailing rate to be paid on public works-Apprentice workmen. Apprentice workmen employed upon public works projects for whom an ap- prenticeship. agreement has been registered and ap- proved with the state apprenticeship council pursuant to chapter 49.04 RCW, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any work- man for whom an apprenticeship agreement has not been registered and approved by the state apprenticeship council shall be considered to be a fully qualified jour- neyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. [1963 c 93 § 1.] 39.12.022 Vocationally handicapped-Exemption from RCW 39.12.020 Procedure. The director of the department of labor and industries, to the extent neces- sary in order to prevent curtailment of opportunities for employment, shall by regulations provide for the em- ployment of individuals whose earning capacity is im- paired by physical or mental deficiency or injury, under special certificates issued by the director, at such wages lower than the prevailing rate applicable under RCW 39.12.020 and for such period as shall be fixed in such certificates. [ 1972 ex.s. c 91 § 1.1 39.12.030 Contract specifications. must state mini- mum hourly rate-stipulation for payment. The speci- fications for every contract for the construction, reconstruction, maintenance or repair of any public work to which the state or any county, municipality, or politi- cal subdivision created by its laws is a party, shall con- tain a provision stating. the hourly minimum rate of wage, not less than the prevailing rate of wage, which may be paid to laborers, workmen or mechanics in each trade or occupation required for such public work em- ployed in the performance of the contract either by the contractor, subcontractor or other person doing or con- tracting to do the whole or any part of the work con- templated by the contWt, and the contract shall contain a stipulation that such laborers, workmen or mechanics shall be paid not less than such specified hourly mini- mum rate of wage. [1945 c 63 § 2; Rem. Supp. 1945 § 10322-21.] 39.12.040 Statement of intent to pay prevailing wages, affidavit of wages paid-Duty of public agen- cies to require---Approval-Prerequisite to payment. ,Before payment is made by or on, behalf of the state, or any.: county,. municipality, or:.political;.subdivision create& by its laws, of ,any sum or, sums due on,, account.,of;,a public works contract, it shall be;the;duty of the:officer or person charged with the custody, and disbursement of publicfunds -to,require theccontractor and each -andev- ery ; subcontractor from the contractor,on a subcontractor to submit to such officer :a "Statemenbof Intent to;Pay Prevailing.Wages% Each, statement ,ofinten[ to:pay...pre vat ling wages must be approved by the. industrial.statis- tician of the department of labor and industries before; it is submitted to said officer. Unless otherwise authorized by the department of labor and industries, each voucher claim submitted by a contractor for payment on a project estimate shall state that the prevailing wages have been paid in accordance with the prefiled statement or statements of intent to pay prevailing wages on file with the public agency. Following the final acceptanceof a public works project,:it shall be the duty. of the officer charged , with the, disbursement of publicsfunds;: to, re- quire the contractor.and each and every: subcontractor from the contractor or.a subcontractor to submit. to. such officer an "Affidavit of Wages,Paid" before the funds retained according to the.,provisions,of RCW 60.28.010 are released to the contractor„Each affidavit of wages paid must be certified by the industrial statistician of the department of labor and industries before it is submitted to said officer. [1975-16 2nd ex.s. c 49 § 1; 1965 ex.s.'c 133 § 3; 1945 c 63 § 4; Rem. Supp. 1945 § 10322-23.],- 39.12.042 Compliance with RCW 39,12.040-Li- ability of public agencies to workmen, laborers or me- chanics. If any agency of the state, or any county, municipality, or political subdivision created by its laws shall wilfully fail to comply with the provisions of RCW 39.12.040 as now or hereafter amended, such agency of the state, or county, municipality, or political subdivision created by its laws, shall be liable to all workmen, Ia borers, or mechanics to the full extent and for the full amount of wages due, pursuant to the prevailing wage requirements of RCW 39.12.020. [1975-'76 2nd ex.s, c 49§2.] mile 39 RCW (1979 6A.)-r 71 01 -60.24.195 Title 60 P ,r 60.24.195 Sale of property subject to lien-When. The court or judge may order any property subject to a lien as in this chapter provided to be sold by the sheriff as personal property is sold on execution either before or at the time judgment is tendered, as provided in RCW 60.24.190, and the proceeds of such sale must be paid into court to be applied as in RCW 60.24.190 directed. (1893 c 132 § 19; RRS § 1180. Prior: Code 1881 § 1955; 1877 p 219 § 17. Formerly RCW 60.24.190, part.] Sale of property on execution: Chapter 6.24 RCW. 60.24.200 Damages for eloigning, injuring, destroying or removing marks, etc.-Recovery. Any person who shall eloign, injure or destroy, or who shall render diffi- cult, uncertain or impossible of identification any saw logs, spars, piles, shingles or other timber upon which there is a lien as herein provided, without the express consent of the person entitled to such lien, shall be liable i to the lien holder for the damages to the amount secured by his lien, and it being shown to the court in the civil action to enforce said lien, it shall be the duty of the court to enter a personal judgment for the amount in such action against the said person, provided he be a party to such action, or. the damages may be recovered by a civil action against such person. (1893 c 132 § 20; RRS § 1181. Prior: Code 1881 § 1956; 1877 p 219 § 18.] ] Chapter 60.28 LIEN FOR LABOR, MATERIALS, TAXES ON PUBLIC WORKS Sections t -.60.28.010 Retained percentage-Labor and material lien cre- sted-Termination before completion-Chap, ter deemed exclusive-Release of ferry contract payments (as amended by 1977 ex.a. A 166). 60,28.010 Retained percentage-Labor and material lien crc- oted-Termination before completion-Chap ter deemed exclusive (as amended by 1977 ea.s. c 205). 60.28.020 Does over lien claims to contractor. 60.28.030 Foreclosure of lien-Limitation of anion-Re- lose of funds. `. 60.28.040 Tax liens-Priority of liens. 60.28.050 Duties of disbursing officer upon final acceptance of contract. 60.28.060 Duties of disbursing officer upon final acceptance of contract-Payments to department of revenue. 60.28.070 Payment of reserved funds by highway commission or cities or counties prior to completion or con- tract-Unforeaeen conditions. 60.28.080 Delay due to litigation-Change order or force se. count directive--;Cott---arbitration--- Termination. 60.28.900 Severability--1955 a 236. Contractor's bond for payment ofinechanim laborers, malerialman, era, on public works: Chapter J9.08 RCW. 60.28.0101, Retained perceougs--labor ..it material Pen ere- . sled-Termis its. before eompletion-Cbapter. deemed eaciu- sh -Releaa of ferry contract payments (aa amended by 1977 ex.a. e 166} (1) Contracts for. public improvements or work, other than for professional services, by the state, or any county, city. town, district. board, or other public body, herein referred to as 'public body', shall provide, and there shall be reserved by the public body, from the mon• eys earneJ, by .tbe; wntnnor on. estimates. during the progrou of ,the r1`116r 60 RCW (1979 Ed." 181 KUR°':?.w:i=. -.7nu ..u,' 1.?ff4k`vyrn?ra CW: Liens improvement or work, a sum equal to ten percent of the first one hun- dred. thousand. dollars and five percent. for ell amounts over one hun• dred thousand dollars of such estimates, said sum to be. retained by thee- state,: county,. city,. town, district, board, or other public body, as a trust fund for the, protection and payment of any person or persons, mechanic, subcontractor or materialman who shall perform any labor upon such contract or the doing of said work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the state with respect to taxes imposed pursuant to Title 82 RCW which may be due from such contractor. Every person performing labor or furnishing supplies to- ward the completion of said improvement or work shall have a lien upon said moneys so reserved: Provided, That such notice of the lien of such claimant shall be given in the manner and within the time pro- vided in •RCW 39.08.030 through 39.08.060 as now existing and in accordance with any amendments that may hereafter be made thereto: Provided further, That the board, council, commission;, trustees, officer or body acting forthe state, county, or. municipality: or other public body, at any time after fifty, percent of the original contract work has been completed, if, it finds ? that. satisfactory, progress is being made, may. make. any of the partial payments' subsequently made in full; but a in no event shall the amount to be retained be reduced to less than five", percent of the amount of the moneys earned by the contractor. (2) The moneys reserved under the provisions of subsection (1) of this section, at the option of the contractor, shall be: (a) Retained in a fund by the public body until thirty days following the final acceptance of said improvement or work as completed; or (b) Deposited by the public body in an interest bearing account in a bank, mutual savings bank, or savings and loan association, not subject tv withdrawal until after the final acceptance of said improvement or work as completed, or until agreed to by both parties: Provided, That interest on such account shall be paid to the contractor; (c) Placed in escrow with a bank or trust company by the public body until thirty days following the final acceptance of said improve. . ment or work as completed. Wben the moneys reserved arc to be placed in escrow, the public body shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the contractor jointly. Such check shall be converted into bonds and securities chosen by the con. tractor and approved by the public body and such bonds and securities shall be held in escrow. Interest on such bonds and securities shall be paid to the contractor as the said interest accrue. (3) If the public body administering a contract, other than a con- tract governed by the provisions of RCW 60.28.070, as amended, after a substantial portion of the work has been completed, finds that an unreasonable delay will occur in the completion of the remaining por. tion of the contract for any reason not the result of a breach thereof, it may, if the contractor agrees, delete from the contract the remaining work and accept as final the improvement of the stage of completion then attained and make payment in proportion to the amount of the work accomplished and in such case any amounts retained and accu. mulated under this section shall be held for a period of thirty days fol. lowing such acceptance. In the event that the work shall have been terminated before final completion as provided In this section, the public body may thereafter enter into a new contract with the same contractor to perform the remaining work or Improvement for an amount equal to or less than the cost of the remaining work as was provided for in the original contract without advertisement or bid. The provisions of this chapter 60.28 RCW shall be deemed exclusive and shall supersede all provisions and regulations in conflict herewith. (4) Whenever the toll bridge authority or the department of high. ways has contracted for the construction of two or more ferry vessels, thirty days after completion and final acceptance of each ferry vessel, the authority or the department may'rcleam and pay in full the amounts retained in connection with the construction of such vassal subject to the provisions of RCW 60.28.020: Provided, That the tall bridge authority or the department of highways may at its discretion condition the release of funds retained in connection with the com. pleted ferry upon the contractor delivering a good and sufficient bond with two or more sureties, or with a surety company, in the amount of the retained funds to be released to the contractor, conditioned that no taxes shall be certified or claims filed for work on such ferry after a period of thirty days following final acceptance of such ferry; and if such taxes are certified or claims flied, recovery may be had on such bond by the department or revenue and the malerialmen and laborers filing claims. 11977 ex.s. A 166 15; 1975 tat ex.s. A 104 1 I; 1970 ex.s. ?amolis,'l I= q__ 19 Public Works 60.28.030 r )811; 1969 ex.s. c 151 1 1; 1963 c 238 § 1; 1955 c 236 5 1; 1921 c 166 I I; RRS § 10320.] i Rethei s note: Powers, duties, and functions of toll bridge authority vd highway department transferred to department of transportation; S we RCW 47.01.031. Terms 'toll bridge authority' and 'department of h.ghwsys' mean department of transportation; see RCW 47.04.015. 60.29.010 Retained percentage-Lbor and material lien c- 7 nr--Termination before completion-Chapter deemed exclusive s. In amended by 1977 exa. c 205} (1) Contracts for public improve- M' or work, other than for professional services, by the state, or any S nvnty, city, town, district, board, or other public body, herein referred ;: +o a 'public body', chessI provide, and there shall be reserved by the 1 mblic body from the moneys earned by the contractor on estimates Wring the progress of the improvement or work, a sum equal to ten ,i prment of the first one hundred thousand dollars and five percent for el smounu over one hundred thousand dollars of such estimates, said mm to be retained by the state, county, city, town, district, board, or other public body, as a trust fund for the protection and payment of asy person or persons, mcohanic, subcontractor or materialman who shall prrform any labor upon such contract or the doing of said work, sad dl persons who shall supply such person or persons or subcon- ?:) trsn1 with provisions and supplies for the carrying on of such work, IS, ed the state with respect to taxes imposed pursuant to Title 82 RCW hkh may be due from such contractor. Every person performing la- P w or furnishing supplies toward the completion of said improvement 4 or work shall have a lien upon said moneys so reserved: Provided. That rich notice of the lien of such claimant shall be given in the manner dS sal within the time provided In °RCW 39.08.030 through 39.08.060 } is now existing and in accordance with any amendments that may be I"! be made thereto: Provided further, That the board, council, i mrmioo n, trustees, officer or body acting for the state, county or p menicipality or other public body; (a) at any time after fifty percent of y tk original contract work has been completed, if it finds that satisfac- A3t wy progress is being made, may make any of the pssrtial payments hkh would otherwise be subsequently made in full; but in no event ri hall the amount to be retained be reduced to las than ftve'perunt of - ise amount of the moneys earned by the contractor; and (b) thirty dip after completion and aeeeplanco of all contract work other than uMxaping, may release and pay In full the amounts retained during the performance of the contract (other than continuing retention of foe percent of the moneys earned for landscaping) subject to the pro- sioat of RCW 60,28.020. (1) The moneys reserved under the provisions of subsection (1) of d'n section, at the option of the contractor, shall be: `gg?a (al Retained in a fund by the public body until thirty days following P tk final &=plan" of said Improvement or work as completed; or ji (b) Npoiiled by the public body in an interest bearing account in a Sink, mutual savings bank, or Savings and loan association, not subject to withdrawal until after the find acceptance of said Improvement or work is completed, or until agreed to by both parties: Provided, That aerat on such account shall be paid to the contractor; (t) Placed In escrow with a bank or trust company by the public kdy until thirty days following the final acceptance of said improve. rml or work to completed. When the moneys reserved are to be placed In escrow, the public kdy shall Issue a check representing the sum of she moneys reserved yapble to the bank or trust company and the contractor jointly. Such dock shall be converted Into bonds and securities chosen by the con, shoo end approved by the public body and such bonds and securities ds9 be held in escrow. Interest on such bonds and securities shall be p3 to the contractor AS the said Interest accrues. 0) If the public body administering a contract, other than a con, ran partial by the provisions of RCW 60.28.070, as amended, after a nbaustid portion of the work has been completed, finds that an -juxeible delay will occur In the completion of the remaining por• sew of the contract for any reason not the result of a breach thercof, Il rsy, if the contractor agrees, delete from the contract the remaining •al Sad swept a final the Improvement at the stage of completion rM summed and make payment In proportion to the amount of the :A acoomplished and in such use any amounts retained and acou• zhud order this section shall be held for a period of thirty days fol• ing such aceptnce. In the event that the work shall heve been "wed before find completion as provided In this section, the ,%* body may thereafter enter into a new contract with the same arrester to perform the remaining work or improvement for an awns equal to or less than the coil of the remaining work as was provided for in the original contract without advertisement or bid. The provisions of this chapter 60.28 RCW shall be deemed exclusive and shall supersede all provisions and regulations in conflict herewith. 11977 ex.s, c 205 § 1; 1975 let ex.a. c 104 § 1; 1970 ex.s. c 38 § l; 1969 ex,s. c 151 § 1; 1963 a 238 § 1; 1955 c 236 1 I; 1921 c 166 § 1; RRS § 10320.] Reviser's note: (1) RCW 60.28.010 was amended twice during the 1977 extraordinary session of the legislature, each without reference to the other. For rule of wnstruction concerning sections amended more than once during the same session, see RCW 1.12.025. w(2) 'RCW 39.08.030 through 39,08.060' now codified in RCW 39.08.030. 60.28.020 Excess over lien claims to contractor. Af- ter the expiration of the thirty day period, and after re- ceipt of the department of revenue's certificate, and the public body is satisfied that the taxes certified as due or to become due by the department of revenue are dis- charged, and the claims of materialmen and laborers who have filed their claims, together with a sum suffi. cient to defray the cost of foreclosing the liens of such claims, and to pay attorneys' fees, have been paid, the public body shall pay to the contractor the fund retained by it or release to the contractor the securities and bonds held in escrow. If such taxes have not been discharged or the claims, expenses, and fees have not been paid, the public body shall either retain in its fund, or. in an interest bearing account, or retain in escrow, at the option of the con- tractor, an amount equal to such unpaid taxes and un- paid claims together with a sum sufficient to defray the costs and attorney fees incurred in foreclosing the lien of such claims, and shall pay, or release from escrow, the remainder to the contractor. [1975 1st ex.s. c 104 § 2; 1970 ex.s. c 38 § 2; 1967 ex.s. c 26 § 23; 1955 c 236 § 2; 1921 c 166 § 2; RRS § 10321.1 Effective date-1967 ex.s. c 26: See note following RCW 82.01.050. 60.28.030 Foreclosure of lien-Limitation of ac- tion-Release of funds. Any person, firm, or corpora- tion riling a claim against the reserve fund shall have four months from the time of the filing thereof in which to bring an action to foreclose the lien. The lien shall be enforced by action in the superior court of the county where riled, and shall be governed by the laws regulating the proceedings in civil actions touching the mode and manner of trial and the proceedings and laws to secure property so as to hold it for the satisfaction of any lien against it: Provided, That the public body shall not be required to make any detailed answer to any complaint or other pleading but need only certify to the court the name of the contractor; the work contracted to be done; the date of the contract; the date of completion and final acceptance of the work; the amount retained; the amount of taxes certified due or to become due to the state; and all claims filed with it showing respectively the dates of filing, the names of claimants, and amounts claimed. Such certification shall operate to arrest pay. ment of so much of the funds retained as is required to discharge the taxes' certified due or to become due and the claims filed in accordance with this chapter. In any action brought to enforce the lien, the claimant, if he frills 60 RCW (1979 Ed,)-p 191 !1111 1111?111 ''M I _ ?'^ nD cmco»vvy e-3y9m E u° NS ~o u?3 ?n??°_;? cEss v.Ev`_-cO$?o •EAH}'8v _ rd u ?i C z C•O?N'C UE ? fJ '? ; u _. G'C9•- o O ?._. C'o Nd ? 60. - 1 ;5 15 =1 u 4!'E C, m n v u- 8 0 3 v = e'n e E 3 so?? oo 'mmt r 1 o A u > ui .g v n c--tu _ C N; 00 c ?? E S L ` •? O n` C n C u; ? L- O' ° ? u o O ` u '•' 9 .. T Inca=•n°c ?co?6 t-? oo o_? oc ?o°o `O A lsl ,Sn u y C r- ?'V c0 m- 9 O uL? a.-5- n •VOC ? c C? U y r t ? d ?? c? G u u-? ? N 3 9 L w ai d.V n 0'` v E a ^ C. 6 y " O g°?osu••v3.Ec`Y,em $?=•? ?nsmVQNO?v 3 aE•?co n g3?+ a , yEo5 ?Ba at n.p°- of ?qu iv?aN'o_o >>.°y H of 8 c°p->n ^•on '^'c'-' Eae.? nK. ,_°., .° .>? J`° m.=jg a 3 EvA'-6 E 0T X3.0-???°'=DU O U.20°a`u-iCii? ?m0''-s6 Yo° t< On u C m ? C .`+ ?° V u r O U C- '.' .C O r .f y 0 C o I? S? u$ oun c? '?S yp ei°.E o. -ti??y?UHy °•°"rc? 3 ,v_ '?s ?'ov naA'=o•'?' U`o.e>?"'r E';o?-En9'N'v uL°??B E' ? !L ?,.. mG u<aovEGs s?su,-= '•°•enuc?s A°,'8 •o a'8€-8.5.? :3 ovjs L° s? tio. E u i3'8 9 0 .?'= y y 'g 5- s "lv t ?QQ"?Scccat$y 3??;.g tns°Y•v°y$m$emb•°•°-'t E°easn 6??E ^'? ??,': yQcs-ri .E a_ QQ ;•? T .'5'ya aUC.$ su.sO a su.a~ os m cCe u' L U faYd b E •o v p`. Lr° C3? eYfEEun eE?oe ? ny cs ??L°s?,$•u Cc °$aoa??? dfi "_ c. u o°' Eno'. n ? c..n L+. a?N-.FO o.E o. Q o. C ? ro3,os$uccC???°s c?ia$ '8 b?8_',a '''?°'?`o6 anc.?o,y°N u, e 7; m y_ N.- ?cg'?"soL°Euyu?eeFc@m 4 °_ m8 U E.s? .o y.-ox•n oeo-` ??ns unti$uBs ?, L'ga?yVN °E. Cn 0=$ o.N c?C ?;c ?cm= a(n ??,-. ani roN <. ? o ^n s T` 8•Y! a `oy 8.y cE?v+? 'c i' rn oso?y ? °£ •, na+'`"'„'? u?`o •ao E? osE? ?$t0N°?w?n's ?,?`??e?° ey `8cc.oE y.a'u?na on t•Eb??fi?{?X`A9 co 8•:.?E 8 sJ -??EE?v: ga E _ o E X?. 3 N •E ° .E E p o e •J, '8 n y y L ym o e Lm' cam- g-.._ e ' o'p t _ •^c o o .E ° a•? -°• u z F ?i° jr. gx q '6Sn n QE 's ncgE?.7 m$8°-$ uLbcn Eu ArU. o HVo IZ i.;. .9o C'g qs su, a??C-g'??FY co co•-Un u?lE=tj i" a mp m' 3 Ji AEU C 5E }+ G ?? ems. e F `• uL q?5o5?y 6 cu 3?ggz s7 {?o m$gkE 8'esmO.N ..UC?ogn ?+^m f ?? 4y rP-n•4-°a b??E ?75.M y•??q?NV5 3v?i a.U=L° zs , 5 W •iL7y ,i MEMO ??s D3.3o DwK10S1 A11 OF LYA5 iNCT(.h DEPARTMENT OF LABOR AND INDUSTRIES General.ldministraf,on&,dd?T . Olynpu.Nniv?Sron98304 - Employment Standards Division (Telephone:. (206) 753-4019) T June is, 1983 x ' TO WHOM IT MAY CONCERN. t coverage of Survey -Crews under Chapter 39.12 RCW 3. Preliminary survey work for engineering studies, performed well in advance of any construction, is not covered under the Washington State Public Works Law, Chapter'39.12 RCW. Survey work performed immediately prior to and during the actual construction, in direct support of construction crews, } is covered under the Washington State Public Works Law. { 2. Where the duties of a survey crew member are professional ar. technical. in character, such 6 member is -not covered' under the Washington'State Public.Works Law. This usually applies to the party chief and the instrument person. Where a survey cz M4 er spends tkoro^tMn ai substantial amount of time 0 rcent doing manual work, such as clearing brush, riving survey stakes, etc., such a member is 'a "workman, laborer, or mechanic" and is covered under the Washington State Public Works Law. This usually applies to the chain person. Ge ge ay I ust al Statis ician GM:ea /UD AT f o BHr- oA y w kc Hakes ,: M 'Washington State Department of Transportation ORioe .--District Administrator 5720 Cagitol Blvd.. KT., i Tumwater, Washington P.O. B.. 9327 '. Olympia: Washington 98504-9327 Doan. BUrents.n. Secretary _ February 7, 1986 Gary Rowe Director of Public Works County Courthouse Port.Townsend, Washington 98368 Attn:`Bruce Laurie Wage Rate Requirements Supplemental Information Dear Mr. Laurie: Enclosed is a packet of information on the enforcement of wage rate requirements on public works projects. This data is intended to supplement the applicable laws, regulations, .and specifications. If you should find any conflicts, please call them to our attention at 753-7209. a Sincerely, O. R. GEORGE District State Aid Engineer ORG:bc' AM Enclosure RECEIVED FEB 10 1986 JEFFERSON COUNTY H- Room ENGINEERS OFFICE 3 SUPPLEMENTAL INFORMATION FOR ENFORCEMENT OF STATE AND FEDERAL REQUIREMENT S FOR SECTION 1-07.9 OF THE STANDARD SPECIFICATIONS TABLE OF CONTENTS 1. Questions and Answers about the Federal and Washington State Prevailing Wage Law. 11. Section 1-07.9 of the Standard Specifications. III. State Prevailing Wage Law 39.12 - Summary - This summary has been altered to conform with the Memorandum of U d r n e standing (MOU):between the WSDOT and the Department of Labor and Industries (Dept. of L do 1). IV. The Washington State Prevailing Wage Law. V. The Washington State Prevailing Wage Law -- Administrative Code. VI.- 'Procedures for Completion of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" fo D r epartment of Transportation contracts. VIt. Required Contract Provisions Federal-Aid Construction Contracts (PR-1273). October 1983 (b) The director shall decide the case upon the basis of all relevant matter contained in the entire record before him but the director may utilize his experience, technical competence, and specialized knowledge in evaluating the evidence. (c) Upon reasonable notice to the parties or interested persons, the director may vary the procedures specified in this part in particular cases. (6) The director may allow all parties a period of ten days for filing post- hearing briefs prior to closing the record and concluding the hearing. (7) The director shall issue a written decision within 30 days of the conclusion of the hearing. A copy shall be sent to each party in interest. (Statutory Authority: RCW 39.12.015$ 9.12.060 and House Bill 795, 1982 1st ex.s. c 38. 82-18-041 (Order 82-28) § 296-127-062, filed 8/27/82.) s October 1985 y-6 Y WAC 296-127-060 Director of department of labor and industries to arbitrate disputes-General provisions. (1) The contract executed between a public authority and 'the successful bidder or contractor and all of his s subcontractors shall contain a provision that in case any dispute arises as to what are the prevailing rate of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter: shall be referred for arbitration to the. director, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. (2) In exercising his authority to hear and decide disputes the director shall t consider among other things, timeliness, the nature of relief sought, matters of undue hardship or injustice, or public interest. A"timely" request for arbitration is one received within 30 days after the contract has been awarded. S (3) Any party in interest who is seeking a modification or other change in a wage determination under RCW 39.12.015, and who has requested the industrial statistician to make such modification or other change and the request has been denied, after appropriate reconsideration by the assistant director shall have a, right to petition for arbitration of the determination. (a) For purpose of this section, the term "party in interest" is considered to include, without limitation: (f) Any contractor,. or an association representing a contractor, who is likely to seek or to work under a contract containing a particular wage determination, or any worker, laborer or mechanic, or any council of unions or any labor` organization which represents a laborer or mechanic who is likely to be employed or to seek employment under a contract containing a particular wage determination, and (ii) Any public agency concerned with the administration of a proposed contract or a contract containing a particular wage determination issued pursuant to chapter 39.12 RCW. (b For good cause shown, the director may permit any party in interest to intervene or otherwise participate in any proceeding held by the director. A petition to Intervene or otherwise participate shall be in writing, and shall state with precision and particularity: (i) The petitioner's relationship to the matters -involved In the proceedings, and (ii) The nature of the presentation which he would make. Copies of the petition shall be served on all parties or interested persons known to be participa- ting in the proceeding, who may respond to the petition. Appropriate service shall be made of any response. (Statutory Authority: RCW 39.12.015, 39.12.060 and House Bill 795, 1982 1st ex.s. c 38. 82-18-041 (Order 82-28), 4 296-127-060, filed 8/27/82.) WAC 296-127-061 Requests for arbitration. (1) The petition for arbitration (original and four copies) shall be filed with Director, Department of Labor and Industries, General Administration Building, Olympia, Washington 98504. In addition, copies of the petition shall be served personally or by mall upon each of the followings (a) The public agency or agencies Involved, (b) The Industrial statistician, and (c) Any other person (or the authorized representatives of such person) known to be Interested in the subject matter of the petition. (2) The director shall under no circumstances request any administering agency to postpone any contract performance because of the filing of a petition. This is a matter which must be resolved directly with the administering agency by the petitioner or other party in Interest. October 1985 y-4 (3) A petition for arbitration of a wage determination shall: (a) Be in writing and signed by the petitioner or his counsel (or other authorized representative), and (b) Identify clearly the wage determination, location of project or projects in question, and the agency concerned, and (c) State that the petitioner has requested reconsideration of the wage determination in question and describe briefly the action taken in response to the request, and (d) Contain a short and plain statement of the grounds for review, and (e) Be accompanied by supporting data, views, or arguments, and (f) Be accompanied by a filing fee of $75.00. Fees shall be made payable to the department of labor and industries. (Statutory Authority: RC W 39.12.015, 39.12.060 and House Bill 795, 1982 1st ex.s.c 38. 82-18-041 (Order 82-28), 3 296- 127-061, filed 8/27/82.) WAC 296-127-062 Conduct of arbitration hearing. (1) Interested persons other than the petitioner shall have a reasonable opportunity as specified by the director in particular cases to submit to the director written data, views, or arguments relating to the petition. Such material (original and four copies) shall be filed with the director, Department of Labor and Industries, General Administration Building, Olympia, Washington 98504 and be accompanied by a filing fee of $35.00. Fees shall be made payable to the department of labor and industries. Copies of any such material shall be served on the petitioner and other interested persons. (2), Each party in interest shall have the right to appear in person or by or with counsel or other qualified representatives in any proceeding before the director. If all parties agree, oral testimony may be waived and arguments submitted in writing. (3) Upon his own initiative or upon motion of any interested person or party, the director may consolidate in any proceeding or concurrently consider two or more appeals which involve substantially the same persons or parties, or issues which are the same or closely related, if he finds that such consolidation or concurrent review will contribute to an efficient review and to the ends of justice, and it will not unduly delay consideration of any such appeals. (4) The director shall prescribe the time and place for hearing. The director shall schedule the hearing within 45 days of the request. For good cause shown, the director may allow a continuance at the request of a party In interest. (a) With respect to any proceeding before him, the director may upon his own initiative or upon the request of any interested person or party direct the interested persons or parties to appear before the director at a specified time and place in order to simplify the Issues presented or to take up any other matters` which may tend to expedite or otherwise facilitate the disposition of the proceeding. (b) All papers submitted to the director under this section shall be filed with the Department of Labor and Industries, General Administration Building, - Olympia, Washington 98504. An original and four copies of all papers shall be submitted. Service under this part shall lx by the filing party or Interested person; service may be personal or may be by mall. Service by mall Is complete on mailing. (5) The final disposition : be by the director. (a) The director may dec. review of any case whenever In his judgment a review would be Inappropriate or cause of the lack of timeliness, the nature of the relief sought, or other reasons. October 1985 y-5 y WAC 296-127-020 interpretation of locality. The department interprets the definition of "locality" contained in RCW 39.12.010(2), "wherein the physical work is being performed," as the actual work site. For example, if materials are prefabricated in a county other than the county wherein the public works project is M1 to be completed, the wage for the prefabrication shall be the prevailing wage for the county where the physical work of prefabrication is actually' performed. Standard items for sale on the general market are not subject to the requirements of chapter 39.12 RCW. (Statutory Authority: RCW 39.12.015, 39.12.060 and House 7 Bill 795, 1982 1st ex.s. c 38. 82-18-041 (Order 82-28), § 296-127-020, filed 8/27/82.) WAC 296-127-021 Apprentice worker. Any apprentice employed on public works projects for whom an apprentice agreement is registered and approved by the state apprenticeship council pursuant to chapter 49.04 RCW within 60 days of hiring may be considered an apprentice and paid the applicable prevailing hourly rate for an apprentice of that trade for all hours worked. (Statutory Authority: RCW39.12.013, 39.12.060 and House Bill 795, 1982 1st ex.s. c 38. 82-18-041 (Order 82-28),4296-127-021, filed 8/27/82.) WAC 296-127-030 Irrigation district exemption. Contracts awarded by irrigation districts for the reclamation or development of waste or undeveloped lands are not covered by the prevailing wage law, pursuant to RCW 39.04.010. Any work, construction alteration, repair or improvement that Is not solely for the reclamation or development of waste or undeveloped land is covered by the prevailing wage laws and therefore subject to all the laws and regulations contained in and adopted pursuant to chapter 39.12 RCW. (Statutory Authority: RCW 39.12.615, 39.12.060 and House Bill 795,1982 1st ex.s. c 38.82-18-041 (Order 82-28), 3 296-127-030, filed 8/27/82.) WAC 296-127-040 Statement of intent to pay prevailing wages. (1) All statements of intent to pay prevailing wages submitted to'the industrial statisti- cian of the department shall be accompanied by a fee of $12.50 for each statement. Fees shall be made payable to the department of labor and industries. (2) Any agency, division, or department of the state of Washington which through agreement with the department certifies statements of intent for its own contracts shall provide to the Industrial statistician each month the number of statements of Intent certified and quarterly shall send a fee of $10.00 for each statement of Intent to pay prevailing wages It has certified. This fee shall be sent to the Industrial statistician and be made payable to the department of labor and Industries. (Statutory Authority: RCW 39.12.015, 39.12.060 and House Bill 7950 1982 lst ex.3. C 38. 82-18-041 (Order 82-28), 4 296-127-040, filed 8/27/82). WAC 296-127-043 Affidavit of wages paid. (1) All affidavits of wages paid submitted to the Industrial statistician of the department shall be accompanied by a fee of $12.50 for each affidavit of wages paid. All fees shall be made payable to the department of labor and industries. (2) Any agency, division, or department of the state of Washington which through agreement with the department certifies affidavits of wages paid for its own contracts shall provide to the Industrial statistician each month the number of affidavit of wages paid It has certified and quarterly shall send a fee of $10.00 for each affidavit of wages paid It has certified. This fee shall be sent to the industrial statistician and be made payable to the department of labor and industries. (Statutory Authority: RCW 39.12.015, 39.12.060 and House Bill 7950 1982 Istex.s. c 38. 82-18-041 (Order 82-28),!296-127-045, filed 8/27/82).) October 1935 y-3 PART V Chapter 296-127 WAC PREVAILING WAGE WAC 296-127-010 Definitions, 296-127-011 Time for determining prevailing wage. 296-127-017 Notice of wage determinations. 296-127-020 Interpretation of locality. 296-127-021 Apprentice worker. 296-127-030 Irrigation district exemption. 296-127-040 Statement of intent to pay prevailing wages. 296-127-045 Affidavit of wages paid. 296-127-060 Director of department of labor and industries to arbitrate disputes General provisions. 296-127-061 Requests for arbitration. 296-127-062 Conduct of arbitration hearing. WAC 296-127-010 Definitions. (1) "Department" means the department of labor and industries. (2) -"Director" means the director of the department of labor and industries or his duly authorized deputy or representative. (3) "Industrial statistician" means the industrial `statistician of the department of labor and industries, industrial relations division. (4)' "Assistant director" means the supervisor of industrial relations for the department of labor and industries or his duly authorized deputy or representative. (Statutory Authority: RCW 39.12.015, 39.12.060 and House Bill 795, 19821st ex.s. c 38. 82-18-041 (Order 82-28),§296-127-010, filed 8/27/82.) WAC 296-127-011 Time for determining prevailing wage. The department will use the date bids are due as the effective date for determining prevailing wages provided the contract is awarded within 60 days after bids are due. If the contract is not awarded within 60 days after bids are due, the department will determine the prevailing wage on the date the contract is awarded. If the contract is not awarded pursuant to bids, the department will determine the prevailing wage on the date the contract 1s awarded. (Statutory Authority RCW 39.12.015, 39.12.060 and House Bill 795, 1982 1st ex.s. c 38.82-18-041 (Order 82-28), # 296 127-011, filed 8/27/82.) VAC 296-127-017 Notice of wage determinations. Current prevailing wage data will be furnished by the industrial statistician upon request. Please mail the request to: Industrial Statistician Department of Labor and Industries Employment Standards Division General Administration Building Olympia, Washington ,98504 MS AX31r (Telephones (206) 753-4019) (Statutory Authority:, RCW 39.12.015, 39.12.060 and House Bill 795, 1982 1st ex.s. c 38. 82-18-041 (Order 82-28), § 296-127-017, filed 8/27/82.) October 1985 V-2 eevered by The preykAeRS 94 this ehapter entil the fine preseribed by 606eE44eR Fi) Of this see4ieR has been paid to the direeter and !lntii all wages dde perseant As the prevaigRg wage regb+iremeR4 of R42W ;9.42.929 have been paid)) of the appeal. The director shall issue his or her findings that a contractor or subcontractor has violated the provisions of this subsection after a hearing held subject to the provisions of chapter 34.04 RCW. (1977 ex.s. c 7131;1973 c 12041; 1943 c 6335; Rem. Supp. 1945 410322-24.) RCW 39.12.060 Director of labor and industries to arbitrate disputes. Such contract shall contain a further provision that in case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the director of the department of labor and industries of the state and his decision therein shall be final and conclusive and binding on all parties involved in the dispute. (1965 ex.s. c 133 3 4; 1945 c 63 3 6; Rem. Supp. 1945 4 10322-25.) Arbitration: Chapters 7.04 and 49.08 RCW. RCW 39.12.070 Fees authorized for approvals, certifications, and arbitrations. The department of labor and industries may charge fees to awarding agencies on public works for the approval of statements of intent to pay prevailing wages and the certification of affidavits of wages paid. The department may also charge fees to persons or organizations requesting the arbitration of disputes under RCW 39.12.060. The amount of the fees shall be established by rules adopted by the department under the procedures in the administrative procedure act, chapter 34.04 RCW. The fees shall apply to all approvals, certifications, and arbitration requests made after the effective date of the rules. All fees shall be deposited in the general fund. - The department may refuse to arbitrate for contractors, subcontractors, persons, or organizations which have not paid the proper fees. The department may, if necessary, request the attorney general to take legal action to collect delinquent fees. The department shall set the fees permitted by this section at a level that generates revenue that is as near as practicable to the amount of the appropriation to carry out the activities specified in this section. (1982 1st ex.s, c 38 4 1.) RCW 39.12.900 Severability-----1945 c 63. If any section or provision of this chapter shall be adjudged to be Invalid' or unconstitutional, such adjudication shall not affect the validity of the chapter as a whole or any section, provision or part thereof not adjudged Invalid or unconstitutional. (1945 c 6337.) NEW SECTION. Sec. 2. A new section is added to chapter 39.12 RCW to read as follows: (1) Upon complaint by an interested party, the director of labor and Industries shall cause an investigation to be made to determine whether there has been compliance with this chapter and the rules adopted hereunder, and if the Investigation indicates that a violation may have occurred, a hearing shall be held in accordance with chapter 34.04 RCW. The director shall Issue a written determination Including his or her findings after the hearing. A Judicial appeal from the director's determination may be taken in accordance with chapter 34.04 RCW, with the prevailing party entitled to recover reasonable costs and attorney fees. October 065 IV-6 MINE 111 A complaint concerning nonpayment of the prevailing rate of wage shall be filed with the department of labor and industries no later than thirty days from the acceptance date of the public works project. The failure to timely file such a complaint shall not prohibit a claimant from pursuing a private right of action against a contractor. or subcontractor for unpaid prevailing wages. The remedy provided by this section is not exclusive and is concurrent with any other remedy provided by law. (2) To the extent that a contractor or subcontractor has not paid the prevailing rate of wage under a determination issued as provided in subsection (1) of this section, the director shall notify the agency awarding the public works contract of the amont of the violation found and the awarding agency shall withhold, or In the case of a bond, the director shall proceed against the bond in accordance with the applicable statute to recover, such amount from the following sources in the following order of priority until the total of such amount is withheld: (a)'The. retainage or. bond in lieu of retainage as provided in.RCW 60.28.010; (b) The bond filed by the contractor or subcontractor with the department of labor and industries as provided in RC W 18.27.040 and 19.28.120; (c) A surety bond, or at the contractor's or subcontractor's option an escrow account, running to the director in the amount of the violation found; and (d) That portion of the progress payments which is properly allocable to the contractor or subcontractor who is found to be in violation of this chapter. Under no circumstances shall any portion of the progress payments be withheld that are properly allocable to a contractor, subcontractor, or supplier, that is not found to be in violation of this chapter. The amount withheld shall be released to the director to distribute in accordance with the director's determination. (3) A' contractor or subcontractor that is found, in accordance with subsection (1) of this section, to have violated the requirement to pay the prevailing rate of wage shall be subject. to a civil penalty of not less than one thousand dollars or an amount equal to twenty percent of the total prevailing wage violation found on the contract, whichever is greater, and shall not be permitted to bid, or have a bid considered, on any public works contract until such civil penalty has been paid in full to the director. The civil penalty under this subsection shall not apply to a violation determined by the director to be an inadvertent filing or reporting error. To the extent that a contractor or subcontractor has not paid the prevailing wage rate under a determination issued as provided in subsection (1) of this section, the unpaid wages shall constitute a lien against the bonds and retainage as provided herein and In RC W 18.27.040, 19.28.120, 39.08.010, and 60.28.010. NEW SECTION. Sec. 4. If any provision of this act or Its application to any person or circumstance is held invalid, the remainder of the act or the application to the provision to other persons or circumstances Is not affected. October 1985 IV-7 Y? contractor. Each affidavit of wages paid must be certified by the industrial statistician of the department of labor and industries before it is submitted to said officer. (1982 c 130 §.2; 1981 c 46 § 2; 1975-76 2nd ex.s. c 49 § 1; 1965 ex.s. C 133 3 3; 1945 c 6354; Rem. Supp. 1945§ 10322-23.) RCW 39.12.042 Compliance with RCW 39.12.040==----;.iabIlIty of public agencies to workmen, laborers or mechanics. If any agency of the state, or any county, municipality, or political subdivision created by its laws shall willfully fail to comply with the provisions of RCW 39.12.040 as now or hereafter amended, such agency of the state, or county, municipality, or political subdivision created by its x laws, shall be liable to all workmen, laborers, or mechanics to the full extent and for the full amount of wages due, pursuant to the prevailing wage requirements of RCW 39.12.020. (1975=76 2nd ex.s, c 49.4 2.) RCW 39.12.050 Penalty for false certificate- Unpaid wages llen against contractor's bond-----Prohibitions on bidding on future contracts- Nearing. (1) Any contractor or subcontractor who ((shall upon oath ver44y any statement ' ' required to be flied ender this ehapser wkkh is known by Said peFSeR to be € ee, of is made without knewiedge and in Feekless disregard of the truth, shah, after a finding to that effees in a hearing held by the direeieF of the department of labop and 4ndustF4es,subieet to the provisions of ehaptep .34.94 RGW be subjeet to a elvil, t: penalty Res to exeeed five 4k6usaRd dOUaFSr and Sha# net be permitted to bid on any eeRtFaet eevered by the previsions of this ehaptep until sueh fine has been paid in €uki to the direeter and uRtil, all wages due pursuant to the prevailing wage requirements of RQW ;9.42.929 have been paid)) files a false statement or fails to ' file any statement or record reouired to be filed under this c apter and the rules ado fed under this cha ter shall after a. determination to that effect has been issued by t e d rector after hearing under chapter 34.011 W or eit as a civil enalt the sum of five hundred dollars for each false filing or failure to file and s al a not ermitte to b! or have a i considered, on an public :works contract until the penalty has been pat in full tote director. a civil penalty under this subsection shall not apply to a violation determined by the director to b- an inadvertent illing or reporting error. To the extent that a contractor or subcontractor has not paid wages at the rate due pursuant to RCW 39.12.020, and a finding to that effect has been made as provided by this subsection, such unpaid wages shall constitute a llen ((o€ the first priority)) against ((sueh eentraeter+s or subeentFae4erle bend aeeepding to the previsions of REW 1847.040)) the bonds and retainaae as provided In RCW 18.27.040 19.28.120 39.08.010 and 60.28.010. a contractor or su contractor s found to have violated the provisions of subsection (1) of this section for a second ((ep subsequent)) time within a five year period, ((said)) the contractor or subcontractor shall be subject to the sanctions prescribed In subsection (1) of this section and shall((, at the dksepesien of the direatop of the department of labor and 4ndus4rtes, be prohibited tram bidding an any eontraet eovaped by the provisions a# this ehap4op for a perked of one year from the date of notlee by the direetep of his findings that said eenirae4op or subeentpaetep has violated the previsions of aubseeCon E1) of this session for a seeand or subsequent i4em within a five year period, or during the period of any appeal thereof, in wkieh event)) not be allowed to bid on an ublie w ' rks Contract for one year. The one year perlo s a run rom the ate o not ce t e rector by of the determination of noncom llance. When an a Is taken from the cal 11 com mence director's eterm net on the one year period s ha rom Re ate o the final determination Tram any appeal, taken of the d4reeS906 RAdinger but in no evens shaft any eentpaetop or subeenaFaetop be ailewed to bid on any e6114paea October 1983 IV-5 apprenticeship council pursuant to chapter 49.04 RCW, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the state apprenticeship council shall be considered to be a fully qualified journeyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. (1963 c 93 3 1.) RCW 39.12.022 Vocationally handicapped--- Exemption from RCW 39.12.020 Procedure. The director of the department of labor and industries, to the extent necessary. in order to prevent curtailment of opportunities for employment, shall by regulations provide for the employment of individuals whose earning capacity is impaired by physical or mental deficiency or injury, under special certificates issued by the director, at such wages lower than the prevailing rate applicable under RCW 39.12.020 and for such period as shall be fixed in such certificates. (1972 ex.s c 915 1.) RCW 39.12.030 Contract specifications must state minimum hourly rate---- Stipulation for payment. The specifications for every contract for the construction, reconstruction, maintenance or repair of any public work to which the state or any county, municipality, or political subdivision created by its laws is a party, shall contain a provision stating the hourly minimum rate of wage, not less than the prevailing rate of wage, which may be paid to laborers, workmen or mechanics in each trade or occupation required for such public work employed in the performance of the contract either by the contractor, subcontractor or other * person doing or contracting to do the whole or any part of the work contemplated by the contract, and the contract shall contain a stipulation that such laborers, workmen or mechanics shall be paid not less than such specified hourly minimum rate of wage. (1945 c 6332; Rem. Supp. 1945310322-21.) RCW 39.12.040 Statement of Intent to pay prevailing wages, affidavit of wages Paid-- Duty of public agencies to require .9pproval Prerequisite to payment. Before payment is made by or on behalf of the state, or any county, municipality, or political subdivision created by its laws, of any sum or sums due on account of a public works contract, it shall be the duty of the officer or person charged with the custody an disbursement of public funds to require the contractor and each and every subcontractor from the contractor or a subcontractor to submit to such officer a "Statement of Intent to Pay Prevailing Wages". For a contract In excess of ten thousand dollars, the statement of intent to pay prevailing wages shall Include: (1) The contractor's registration certificate number; and (2) The prevailing rate of wage for each classification of workers entitled to prevailing wages under RCW 39.12.020 and the estimated number of workers in each classification. Each statement of intent to pay prevailing wages must be approved by the industrial statistician of the department of labor and industries before It Is submitted to said officer. Unless otherwise authorized by the department of labor and industries, each voucher claim submitted by a contractor for payment on a project estimate shall state that the prevailing wages have been paid in accordance with the profiled statement or statements of Intent to-pay prevailing wages on file with the public agency. Following the final acceptance of a public works project, it shall be the duty of the officer charged w' 1h the disbursement of public funds, to require the contractor and each and every subcontractor from the contractor or a subcontractor to submit to such officer an "Affidavit of Wages Paid" before the funds retained according to the provisions of RCW 60.28.010 are released to the October 1983 IV-4 1=11 all, PART IV Chapter 39.12 RCW PREVAILING WAGES ON PUBLIC WORKS Note: Changes shown in 39.12.050 and additions shown in 39.12.010 and after 39.12.900 are a result of 1985 Legislative action. Sections 39.12.010 Definitions 39.12.015 Industrial statistician to make determinations of prevailing rate. 39.12.020 Prevailing rate to be paid on public works and under public building service maintenance contracts Posting of statement of intent. 39.12.021 Prevailing rate to be paid on public works Apprentice workmen. 39.12.022 Vocationally handicapped Exemption from RCW 39.12.020 Procedure. 39.12.030 Contract specifications must state minimum hourly rate Stipulation for payment. 39.12.040 Statement of Intent to pay prevailing wages, affidavit of 'wages paid Duty of public agencies to require-----Approval Prerequisite to payment. 39.12.042 Compliance with RCW 39.12.040 Liability of public agencies to workmen, laborers or mechanics. 39.12.050 Penalty ` for false certificate Unpaid wages lien against contractor's bond Prohibitions on bidding on future contracts Hearing. 39.12.060 Director of labor and industries to arbitrate disputes. 39.12.070 Fees authorized for approvals, certifications, and arbitrations. 39.12.900 Severability-1945 c 63. Hours of labor on public works: Chapter 49.28 RCW. Minimum salaries of state employes: RCW 43.03.080, 43.03.090. Workers' compensation applicable to public works contracts: RCW 51.12.050, 51.12.070. RCW 39.12.010 Definitions. (1) The "prevailing rate of wage", for the Intents and purposes of this chapter, shall be the rate of hourly wage, usual benefits, and overtime paid in the locality, as hereinafter defined, to the majority of workmen, laborers, or mechanics, in the same trade or occupation. In the event that there is not a majority in the same trade or occupation paid at the same rate, then the average rate of hourly wage and overtime paid to such laborers, workmen or mechanics In the same trade or occupation shall be the prevailing rate. If the wage paid by any contractor or subcontractor to laborers, workmen or mechanics on any public work is based on some period of time other than an hour, the hourly wage for the purposes of this chapter shall be mathematically determined by the number of hours worked in such period of time. (2) The "locality" for the purposes of this chapter shall be the largest city In the county wherein the physical work is being performed. (3) The "usual benefits" for the purposes of this chapter shall include the amount of: (a) The rate of contribution Irrevocably made by a contractor or subcontractor to a trustee or to a third person pursuant to a fund, plan, or program= 'and October 1983 IV-2 (b) The rate of costs to the contractor or subcontractor which may be reasonably anticipated in providing benefits to workmen, laborers, and mechanics pursuant to an enforceable commitment to carry out a financially responsible plan or program which was communicated in writing to the workmen, laborers, and mechanics affected, for medical or hospital care, pensions on retirement or death, compensation for injuries or illness resulting from occupational activity, or insurance to provide any of the foregoing, for unemployment benefits, life insurance, disability and sickness insurance, or accident insurance, for vacation and holiday pay, for defraying costs of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the contractor or subcontractor is not required by other federal, state, or local law to provide any of such benefits. (1965 ex.s. c 133 § 1: 1945 c 63 § 3; Rem. Supp. 1945 § 10322-22.) (4) An "interested party" for the purposes of this chapter shall include a contractor, subcontractor an employee of a contractor or subcontractor an organization whose members' waxes benefits and conditions of employment are affected by this chapter, and the director of labor and industries or the director's designee. RCW 39.12.015 Industrial statistician to make determinations of prevailing rate. All determinations of the prevailing rate of wage shall be made by the industrial statistician of the department of labor and industries. (1965 ex.s. c 133 § 2.) RCW 39.12.020 Prevailing rate to be paid on public works and under public building service maintenance contracts--Posting of statement of intent. The hourly wages to be paid to laborers, workmen or mechanics, upon all public works and under all public building service maintenance contracts of the state or any county, municipality or political subdivision created by its laws, shall be not less than the prevailing rate of wage for an hour's work in the same trade or occupation in the locality within the state where such labor is performed. For a contract in excess of ten thousand dollars, a contractor required to pay the prevailing rate of wage shall post in a location readily visible to workers at the job site: Provided, That on road construction, sewer line, pipeline, transmission line, street, or alley improvement projects for which no field office is needed or established, a contractor may post the prevailing rate of wage statement at the contractor's local office, gravel crushing, concrete, or asphalt batch plant as long as the contractor provides a copy of the wage statement to any employee on request: (1) A copy of a statement of intent to pay prevailing wages approved by the industrial statistician of the department of labor and industries under RCW 39.12.040; and (2) The address and telephone number of the industrial statistician of the department of labor and Industries where a complaint or inquiry concerning prevailing wages may be made. This chapter shall not apply to workmen or other persons regularly employed on monthly or per diem salary by the state, or any county, municipality, or political subdiv!sion created by Its laws. (1982 c 130 § 1; 1981 c 46 § 1; 1967 ex.s. c 14 § 1; 1945 c 63 9 1; Rem. Supp. 1943 0 10322-20.) Prevailing wages determined by United States department of labor under resident employes law: RCW 39.16.005. RCW 39.12.021 Prevailing rate to be paid on public works Apprentice workmen. Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the state October 1983 IV-3 PART M -STATE PREVAILING WAGE LAN - RC W 39.12 SUMMARY (Altered to conform with the MOU between WSDOT/Dept, of L & I) 39.12.010 - The Prevailing Rate of Wage The prevailing wage rate is the hourly wage, usual benefits and overtime paid to p the majority of workers, laborers, and mechanics in each trade in a county. The z Industrial Statistician is directed to use the largest city in the county as the basis for determining this wage. 39.12.015 - The Industrial Statistician The Department of Labor and Industries' Industrial Statistician shall make all determinations of the prevailing wage. 39.12.020 Posting of Intent Contractors, subcontractors, or agents required to pay the prevailing wage rate for a public works project must post at the job site their approved Statement of Intent to Pay Prevailing Wage along with the prevailing wage listing and the appropriate number of workers in each classification if the contract between the public agency and the Prime Contractor is in excess of ten thousand dollars. 39.12.021 Apprentice Workers All workers must be paid the prevailing journeyman rate unless they are + apprentices registered by the Washington State Apprenticeship and Training Council. c 39.12.022 - Vocationally Handicapped Mentally or physically handicapped workers may be paid less than the prevailing wage rate under special certificates issued by the Department of Labor and Industries. 39.12.030 - Contract Specifications The Contracts of Awarding agency (WSDOT) shall state the prevailing wage rate for workers on a particular public works project. 39.12.040 ---- Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid Before an awarding agency (WSDOT) may pay any sum due for any work performed by each Contractor, subcontractor, or agent, it must receive from them a Statement of Intent to Pay Prevallin Wages approved by the Department of Transportation's District Construction Engineer or his assistant. With the Final Contract Voucher Certification, each Contractor, subcontractor, and agent must submit to the awarding agency (WSDOT) an Affidavit of Wages Paid (AWP), for approval by WSDOT HQ. Construction Office as required by the Standard Specifi- cations. The law (RCW 39.12.040) requires the AWP to be submitted to WSDOT before any funds retained according to the provisions of RCW. 60.28.010 (Retained Percentage) are released to the Contractor. October 1983 111-2 N no NMI 39.12.042 Compliance with RCW 39.12.040 Awarding agencies (WSDOT) are liable for wages due workers if they do not follow the requirements of RCW 39.12.040. 39.12.050 - Penalty for False Certificate Contractors, subcontractors, or agents filing false Affidavits of Wages Paid may be subject to a civil penalty up to five thousand dollars, and prohibited from bidding public works contracts until both the fine and proper wages are paid. 39.12.060 - Director of Labor and Industries to Arbitrate Disputes In disputes arising as to what are the prevailing rates of wages for work of similar nature, the Director of Labor and Industries shall arbitrate and rendera final decision. 39.12.070 Fees Authorized for Approval Certification and Arbitrations. The Department of Labor and Industries may charge fees to awarding agency _(WSDOT) for approval of Statement of Intent to Pay Prevailing Wages and Affidavits of Wages Paid. The Department of Labor and Industries may also charge ' fees to cover costs of arbitration conducted under RCW 39.12.070. The fees shall be set at a level that generates revenue that is as near as practicable to carry out the activity specified in this section. October 1985 111-3 1. A "Statement of Intent to Pay Prevailing Wages." The State will make no payment under this contract until this :statement has been completed. 2. An "Affidavit of Wages Paid," with the Final Contract Voucher Certification. This affidavit certifies all prevailing wage requirements have been met. In addition, the Prime Contractor, shall submit a "Request for Release" to the Department of Labor and Industries. That agency provides the form. The State will not release to the Contractor any funds retained under RCW 60.28.010 until the "Affidavit for Wages Paid" and the "Request for Release" forms have been. completed and submitted. If using the occupation code for wage affidavits and payrolls, and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10-0010 Yak.E. Audits. The Department may inspect or audit the Contractor's wage and payroll records at any time while the contract is in force and up to three years after its acceptance date. The Contractor shall maintain such records for that period. The Contractor shall also guarantee that wage and payroll records of all his subcontractors and agents shall be open to similar inspection and auditing for the same period of time. The Department will give the Contractor reasonable notice of the starting date if an audit will begin more. than 60 days after the contract acceptance date. October 1983 11-3 PART U SECTION 1-07.9 STANDARD SPECIFICATION 1-07.9 Wages This contract is subject to the minimum wage requirements of RCW 39.12 and to RCW 49.28 (as amended or supplemented). On Federal Aid projects, Federal wage laws and rules also apply. The contract lists hourly minimum rates for wages and fringe benefits. When the contract lists Federal wage and fringe benefit rates, the rates match those identified by the U.S. Department of Labor's "Decision Number" shown in the special provisions. The Contractor, any subcontractor, or other personmdoing any work under the contract shall not pay any worker less than the minimu hourly wage rates and fringe benefits shown in the contract. Higher wages and benefits may be paid. By including wage and fringe benefit rates in the contract, the State does not imply that the Contractor will find labor available at those rates. The Contractor shall calculate any amounts' above the minimums he will actually have to pay. Further, rates for wages and fringe benefits may change while the contract is in force. If they do, the Contractor shall bear the cost of paying rates above those shown in the contract. When the project is subject to both State and Federal wage rates and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate. If employing labor in a class not listed in the special provisions, the Contractor shall request the Industrial Statistician (Department of Labor and Industries) to determine the correct wage rate for that class and locality. Posting Notices. In a location acceptable to the Department of Labor and Industries, the Contractor shall post: 1. One copy of the approved "Statement of Intent to Pay Prevailing Wages," 2. One copy of the prevailing wage rates for the project, and 3. The address and telephone number of the Industrial Statistican for the Department of Labor and Industries (along with notice that complaints or questions about wage rates may be directed there). Apprentices. If employing apprentices, the Contractor shall submit to the Engineer written evidence showing: 1. Each apprentice is enrolled in a program approved by the State Apprenticeship Council, 2. The progression schedule for each apprentice, and 3. The established apprentice-journeyman ratios and wage rates In the project locality upon which the Contractor will base such ratios and rates under the contract. Disputes. If labor and management cannot agree in a dispute over the proper prevailing wage rates, the Contractor shall refer the matter to the Director of the Department of Labor and Industries (or to the U.S. Secretary of Labor when that agency sets the rates). The Director's' (or Secretary's) decision shall be final, conclusive, and binding on all parties. Required nocuments. On forms the Engineer provides, the Contractor, subcontractors, and shall submit to the Department: October 1983 11-2 i 6. @$ D 1 e i - 3 z. A : 4 y g gb?r ° °a3 9a3? E e $ a?$b 9g za gill ;VI o : ? 7 1 3 ? a p I ° e : aa a?a 333 3 ? ° T? a3 Bx9? ?$ : :? t ( 3 8 a 3 ja@ @ a33 pall ' >" i ??a ?,y x 9? aa Ey tlg lit 33` x aY ? + :97 5fE ?3 ? ?C 7d - s g S t in S-14 Federally assisted project an amount not less than the predetermined rate plus cash in lieu of fringes as shown in Section 4(c). The rate paid and amount of cash paid in lieu of fringe benefits per hour should be entered in column 6 on the payroll. See paragraph on "Contractors who pay no fringe benefits" for computation of overtime rate. Column 7 Gross Amount Earned: Enter gross amount earned on this project. If part of the employees' weekly wage was earned on projects other than the project described on this payroll, enter in column 7 first the amount earned on the Federal or Federally assisted project and then the gross amount earned during the week on all projects, thus $63.00/120.00. Column 8 Deductions: Five columns are provided for showing deductions made. If more than five deductions should be involved, use first four columns; show the balance of deductions under "Other" column; show actual total under "Total Deductions" column; and in the attachment to the payroll describe the deductions contained in the "Other" column. Al! deductions must be in accordance with the provisions of the Copeland Act Regulations, 29 CFR, Part 3. If the employee worked on other jobs in addition to 'is project, show actual deductions from his weekly gross wage, but nd, ate that deductions are based on his gross wages. Column 9 - Net Wages Paid for Week: Self-explanatory. Totals: Space has been left at the bottom of the columns so that totals may be shown if the contractor so desires. Statement Reouired by Regulations Parts 3 and Se While this form need not be notarized, the statement on the back of the payroll is subject to the penalties provided by 18 USC 1001, namely, possible imprisonment for five years or $10,000.00 fine or both. Accordingly, the party signing this required statement should have knowledge of the facts represented as true. Spaces has been provided between items (1) and (2) of the statement for describing any deductions made. If all deductions made are adequately described in the "Deductions" column above, state "See Deductions Column in this payroll." See paragraph entitled "FRINGE BENEFITS" above for instructions concerning filling out paragraph 4 of the statement. October IM 1_12 ` s` ? 3 : 3 3 5 ?. ? o. ?. m ? I K ? 0. s a . o 8 O ?? ? q q $ ?? q q ? } Me s- ?s 3 m S3 1 i ?. E $ 8 F ? ga s a 4 20. Instructions to completing Payroll Form WH-347: U.S. DEPARTMENT OF LABOR WAGE AND HOUR DIVISION INSTRUCTIONS FOR COMPLETING PAYROLL FORM, WH-347 General: The use of_WH-347, payroll form, is not mandatory. This form has been made available for the convenience of contractors and subcontractors required by their Federal or Federally-aided construction-type contracts and subcontracts to submit weekly payrolls. Properly filled out, this form will satisfy the requirements of Regulations, Parts 3 and 5 (29 CFR, Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis Bacon and related Arts. This form meets needs resulting from the amendment of the Davis-Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay not less than fringe benefits as. predetermined by. the Department of Labor, in addition to payment of not less than the predeter- mined rates. The contractor's obligation to pay fringe benefits may be met " either by payment of the fringes-to the various plans, funds, or. programs or by making these payments to the employees as cash in lieu of fringes. This payroll provides for the contractor's showing on the face of the payroll all monies paid to the employees, whether as basic rates or as cash in lieu of fringes and provides for the contractor's representation in the statement of compliance on the rear of the payroll that he is paying to others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions concerning the preparation of the payroll follow: Contractor or Subcontractor: Fill in your firm's name and check appropriate box. Address: Fill in your firm's address. Column 1 Name Address and Social SecurIt number of Em to ee: The emp oyee s u name must a shown on eac wee y payro su mate The employee's address must also be shown on she payroll covering the first week in which the employee works on the project. The address need not be shown on subsequent weekly payrolls unless his address changes. Although not required by Regulations, Parts 3 and S, space Is available in the name and address section so that Social Security numbers may be listed. Column 2 - Withholding Exemptions: This column Is merely Inserted for the ' employer's convenience and is not a requirement of Regulations, Parts 3 and 3. Column 3 Work Classifications: List classification descriptive of work actually performed by employees. Consult classifications and minimum wage schedule set forth in contract specifications. If additional classifications are deemed necessary, see Contracting Officer or Agency representative. Employee may be shown as having worked In more than one classification provided accurate breakdown of hours so worked is maintained and shown on submitted payroll by use of separate line entries. October 1985 I-10 u?- Column 4 - Hours Worked: On all contracts subject to the Contract Work ours tan ards c center as overtime hours all hours worked in excess of 8 hours per day and 40 hours a week. Column 5 -Total: Self-explanatory. Column 6 - Rate of Pay including Fringe Benefits: In straight time box, list actual hourly rate paid the employee for straight time worked plus any cash i in lieu of fringes paid the employee. When recording the straight time hourly rate, any cash paid in lieu of fringes may be shown separately from the basic rate, thus $3.25/.40. This is of assistance in correctly computing overtime. See "Fringe Benefits" below. In overtime box show overtime hourly rate paid, plus any cash in lieu of fringes paid the employee. See "Fringe Benefits" below. Payment of not less than time and one-half the basic regular rate paid is required for overtime under the Contract Work Hours Standards Act of 1962. In addition to paying not less than the predetermined rate for the classification in which the employee works, the contractor shall pay to approved plans, funds, or programs or shall pay as cash in lieu of fringes amounts predetermined as fringe benefits in the wage decision made part of the contract. See "FRINGE BENEFITS" below. FRINGE BENEFITS = Contractors who oay all required fringe benefits: A contractor who pays frin ge benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor shall continue to show on the face of the payroll the basic cash hourly rate and overtime rate paid to his employees just as he has always done. Such a contractor shall check paragraph 4(a) of the statement on the reverse of the payroll to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined' as fringe benefits for each craft. Any exceptions shall be noted in Section 4(c). Contractors who oay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employee, and insert in the straight time hourly rate column of the payroll, an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification In the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringes, the overtime rate shall not be less than the sum of the basic predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu of fringes at the straight time rate. In addition, the contractor shall check paragraph 4(b) of the statement on the reverse of the payroll to Indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted In Section 4(c). Use of Section 4(e) Exceotlons: Any contractor who is making payment to approved plans, funds, or programs In amounts less than the wage determina- tion requires Is obliged to pay the deficiency directly to the employees as cash In lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exception column the craft, and enter In the Explanation column the hourly amount paid the employee as cash in lieu of fringes and the hourly amount paid to plans, funds, or programs as fringes. The contractor shall pay, and shall show' that he is paying to each such employee for all hours (unless otherwise provided by applicable determination) worked on Federal or October 1983 I-lt Federal: All classifications involved with projects or components of 'projects less than the component dollar amounts listed below: *Paving $ 75,000.00 ' Crushing $ 200,000.00 Y Grading do Clearing $ 350,000.00 Bridges do Related Work $ 500,000.00 Utilities Not Limited r Buildings $2,000,000.00 (excluding mech. and elec. subcontracts), `Shall receive 80 percent of the published basic hourly rates plus full fringe benefits. On projects involving more than one component, each component shall be considered separately in determining the wage that applies to the component. Any component in excess of the component dollar amounts listed shall be paid the full rate on that component. *Exceptions: Paving within a 45-mile radius of Spokane or Lewiston shall receive full basic hourly rates. With this note in mind, an analysis of the labor rates is as follows: Occupation: Laborers, Crusher Feeder 80 Percent State' Federal Federal Base 10.78 13.72 x 80% = 10.98 Fringe 3.43 3.37 3.37 Total 142E 17.09 14.35 Occupation: Laborers, General Laborer 80 Percent state Federal Federal Base 12.00 13.72 x 80%. 10.98 Fringe 3___,43 3.37 3.37 Total 15.43 17.09 14.35 For the crusher feeder, If the crushing component was over $200,000.00, the wage rate would be the Federal rate of $17.09. If the crushing component was under $200,000.00, the wage rate would be 80 percent of the Federal rate, or $14.35. For the general laborer, if the crushing component was over $200,000.00, the wage rate would be the Federal rate of $17.09. If the crushing component was under $200,000.00, the wage rate would be the State rate of $13.43 because it is more than 30 percent of the Federal rate. October 1983 1-9 In addition, if the contract had a paving component that was over $75,000.00 and a crushing component that was under 5200,000.00, then the minimum wage for the general laborer at the crusher would be $15.43, but the same classification on the paving operation would have a minimum wage rate of $17.09. 18. ' Still another situation caused by inclusion of the following State note in the labor rates. All work performed in excess of 8 hours per day or 40 hours per, week, Monday through Saturday, shall be paid at ll4 times the regular rate of pay. Sundays and Holidays - Double Time. The following tabulation was made for a Carpenter Tender, 350-0240 from contract 2977: State Federal Str fight Time Base 12.OC 14.96 Fringe 33^433 3.43 15.43 18.39 Overtime Base 18.00 22.44 (134 Mon. Sat.) Fringe 33^43 3.43 21.43 25.87 Overtime ' Base 24.00 22.44 (Double time Fringe 3.43 3.43 State, Sun.-Hal.) 3? $3 Analysis of the above tabulation shows that for straight time and for overtime Monday through Saturday, the Federal rates of 18.39 and 25.87 respectively will prevail. However, for Sundays and holidays, the State rate of 27.43 will prevail. 19. - If I am asked by an outsider (say union representative) to review the fied payrolls we have on file for a project? projects funded with only State funds, we do not routinely receive .,:rtified payrolls and we will not request certified payrolls merely to respond to a third-party request. This does not mean that we cannot or would not request a certified payroll if an employee of the Contractor lodges a complaint. On projects funded with any Federal aid,, upon reasonable notice such a review could occur. It Is appropriate for a "Request for Public Record" form " to be completed together with copying charges if the requestor wants copies. Mr. Bill Richeson, Headquarters Manager for Forms and Records, can supply these forms to you. His number Is SCAN 234-0316. October 1995 1-9 This means that as long as the Contractor pays no less than the prevailing minimum wage rates listed in the contract documents, the requirements of RCW 39.12 and/or the Davis-Bacon and Related Acts are satisfied. However, the Contractor may have to pay more than the listed rates due to other outside influences. For example, a union agreement may require a higher wage rate for some classifications. In' addition, the union agreement may change by decreasing a wage rate for some classifications during the active life of a contract, however neither the Contractor nor the State can take advantage of the lower rate because of the minimum prevailing rate established for the contract must be paid at a minimum. Changes or requirements for wage rates caused by outside influence does not justify changes in the contract cost to the State except for change orders (Section 1-04.4 of the.Standard Specification), for force account (Section I- 09.6 of the Standard Specifications), for one-way piloted traffic control (Section 1-07.23(4) of the Standard Specifications), and for labor for traffic control (Section 1-07.23(5) of the Standard Specifications. Keep in mind the Contractor cannot take advantage of a decrease in wage rates by outside influences because of the established minimum prevailing wage rates for the contract. Chance Orders In negotiating equitable adjustment for any change order consideration should be given to the current wage rate the Contractor is required to pay for all classifications of labor involved in the changed or added work. Changed work will probably have less impact than added work because the added work would involve labor that was not originally anticipated. Force Account The specification for force account anticipates paying the current rate (not to exceed current basic wage rates the contractor is obligated to pay) unless the current rate is less than the minimum prevailing rate established for the contract. One-Way Piloted and Labor for Traffic Control The specifications for the labor required for these items anticipate paying the current rate unless the current rate is less than the minimum prevailing rate established for the contract. 13. Are minimum wage rates changed by force account work on a contract? Not The minimum prevailing wage rates as shown in the contract documents must be met or exceeded for all work performed on the contract, including any force account work. On force account work, WSDOT will reimburse the Contractor for his actual labor cost,,but it cannot be less than the minimum wage rates shown in thecontract documents. 16. What If the State and Federal rates are different and a question arises as to the appropriate rates to enforce? October 1983 1-6 0. Problems in the application of minimum wage rates during the administration e of a contract can often be solved by answering the following questions. 1. What does the contract say? 2. Is the contract correct? & It should be noted that in the discussion in this item checking the contract wag: rates through PS&E is verified by contacting U.S. Department of Labor a and/or the State Department of Labor and Industries.` It should also be understood that the checking and letter writing process is normally a function of the Headquarters Construction Office. f a., For example, a contract containing the, norrr minimum wage documents shows the following rates for a particula. ass of laborer: Base Fringe State 4496 3.43 Federal 15.16 3.43 The Contractor pays the State rate and maintains it is correct because the Laborer's Council had changed the rate from $15.16 base, $3.23 ' fringe to $14.96 base, $3.43 fringe; and that the Federal base rate was an error. The Contractor also stated that the Federal government did not intend to pay rates higher than the union agreement, and requested ` a waiver. According to Section 1-07.9 of the Standard Specifications, it must be concluded that the correct minimum wage rate according to the contract document is $15.16 base, $3.43 fringe. The next step is to determine if the correct` wage rate was pr;.-- -ed in - the contract document. This is accomplished by ..providing the ginal date bids were due, the award date, and the county in which the work is to be performed to Headquarters Construction via the District. Headquarters Contruction will review the problem with Plans Branch (PS&E). If the rate was printed correctly according to,PS&E, our position remains unchanged. If the printed rate was not correct and should have been less, a letter is sent to the District from Headquarters saying that the U.S. Department of Labor will not support the rate as printed and that the rate is ($14.96) which will be required to be enforced on certified payrolls. b. If the printed rate was not correct and should have been more, a letter is sent to the District saying that a higher rate is the correct rate and is required on certified payrolls, but because the correct rate is higher than the rate in the contract document_ the State, will pay the Contractor the difference between the two, rates for all properly documented hours of the particular classification that is used on the project. (Usually accomplished by change order.) 17. Another interesting situation arises when there Is a note such as the following Included in the labor rates. October 1985 I-7 II. When a Contractor pays fringe benefits in cash (non-union Contractor with no bona fide fringe program), how is an employee's overtime rate calculated? Fringe benefits are only paid once for each hour worked, even for an overtime hour. If the minimum wa$a rate is $17.00/hour "bottom line" consisting of $12.00/hour base plus $5.00/hour fringe benefits, then the calculation for the overtime hourly rate is as follows: (1.5 x base rate) + (1 x fringe benefits rate) = overtime rate (1.5 x $12.00/hour) + (1 x $5.00/hour) = overtime rate $18.00/hour + $5.00/hour= $23.00/hour overtime rate 12. When a Contractor pays fringe benefits in cash (non-union Contractor with no bona fide fringe program) what is the amount to use when calculating FICA, FUTA, and SUCA on force account work? Use the total amount. For example: $12.00 (base) + $5.00 (fringe) =$17.00 then FICA the Contractor must pay as his share is $17.00 x 0.0705 = $1.1985 FICA, FUTA, and SUCH are calculated on the base rate plus any portion of ..the fringe that is paid in cash. 13. When a project includes Federal participation, Federal minimum wage rates are supposed to be used, yet sometimes state minimum wage rates are used. Y• When a highway project is funded with Federal money the' Contractor is required to follow the minimum wage provisions of the Davis-Bacon, and Related Acts (DBRA) and 23 U.S.C. Subsection 113 under the administration of the United States Department of Labor. When a highway project is funded with State money, the Contractor is required to follow the prevailing wage provisions of RCW 39.12 under the administration of the State Department of Labor and Industries. When a highway project is funded with both Federal money and State money, which is usually the casein Federal participation projects, then both the Davis-Bacon and Related Acts and RCW 39.12 must " be satisfied. In order to satisfy the provisions of both Federal and State law, Section 1- 07.9 of the Standard Specifications says, "When the project is subject to both State and Federal wage rates and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rates." Several confusing situations may develop because of differences betwe _ Federal and State requirements. For example, the U.S. Department of Labor ets has determined that provisions of the Davis-Bacon and Related Acts do not apply to the position of flagger which eliminates the USDOL minimum wa e r ; .?- for this position. However, the Department of Labor and Industries considers the flagger position to be within the definition of a craft and therefore establishes a prevailing wage for the position. The Standard Specifications would require the "higher rate" as determined by State Labor and Industries to be paid. October 1983 1_4 Another confusing situation develops when a distinction is not made between base rate of pay and "bottom line." WSDOT is concerned with "bottom line". which consists of the base hourly wage rate plus fringe benefits. For example, the State and Federal wage rates for a particular classification may be as follows Federal $12.00 base + $4.00 fringe = $16.00 total State = $11.00 base + $6.00 fringe _ $17.00 total In this case the prevailing minimum wage to be paid would be the State rate of $11.00 + $6.00 = $17.00 since it is the larger bottom line figure. In this particular case the higher Federal base rate would be an incorrect choice. However, the certified payroll required on Federal-aid contracts (DBRA) must reflect that the total rate meets or exceeds the USDOL's rate. This can be done on the back of the payroll where an area is provided to list exceptions, then the $11.00 base (on the front of the payroll) and the $6.00 in fringe benefits can be explained. 14. Discuss changes in labor rates during the active stage of a contract. The contract documents list a prevailing minimum wage; rate for each classification of worker expected to be used on the project. If a classifica- tion of worker is used which is not listed, the Contractor must contact the U.S. Department of Labor, and/or the State Department of Labor and Industries for a'determination of the prevailing' minimum wage for that classification. The prevailing minimum wage for any classification of worker is determined by these two agencies based on a specific geographic area and fora specific point in time. According to the Standard Specifications the Contractor must pay no less than these established rates for anywork "performed on the project. This does not prohibit the Contractor from paying more than the established rate. If a second contract Is awarded in the same vicinity at a later date, the prevailing minimum wage rates for the same classification of worker may be different from the first contract. This does not change the 'minimum wage rates in the first contract. The prevailing minimum wage rates established at the time a contract Is awarded, remain in effect for that contract. until It is completed regardless of any other contract with different requirements which may occur in the vicinity of or during the life of the original contract. Anot ter area that needs explanation Is a paragraph In Section 1-07.9 of the Standard Specifications which says: By including wage and fringe benefit rates in the contract, the State does not Imply that the Contractor will find labor available at those rates. The Contractor shall calculate any amounts above the minimums he will actually have to pay. Further, rates for wages and fringe benefits may change while the contract is in force. If they do, the Contractor shall bear the cost of paying rates above those shown in the contract. October 1983 1-5 S. If aviolation is discovered, what initial action should be taken? Attempt to resolve the problem at the Project Engineer level by consultation and/or correspondence with the Contractor. If this is unsuccessful, seek assistance from the, District Office and ultimately from Headquarters Construction if required. If the violation is suspected to be flagrant or intentional the District Office and Headquarters Construction should be notified immediately. 9. What do we compare to determine compliance regarding Contractors' payrolls versus listing in the special provisions? The WSDOT is concerned with the "bottom line," i.e., hourly wage rate + fringe benefits = "bottom line." The Contractor's "bottom line" must always equal or exceed the "bottom line" in the special provisions listing. For example: Special Provision listing of Wage Rate (15.85) + Fringe Benefits (1.46 + 1.70 + 0.16) "bottom line" or the Prevailing Minimum Hourly Wage Rate (19.17). Contractor's Payroll Wage Rate + Fringe Benefits = "bottom line" 15.85 + 3.32 19.17 OK 16.05 + 3.16 = 19.21 OK 15.60 + 3.57 19.17 OK 15.85 + 3.00 = 18.85 Not OK 16.00 + 2.00 = 18.00 Not OK 10.00 + 9.17 _ 19.17 Questionable* ¦Should discuss with the Industrial Statistician of the Department of Labor and Industries for projects funded by only State funds or Headquarters Construction via the District Office if project involves Federal funds and Federal wage rates control. If the fringe benefits being paid are different from the contract documents, it should be explained on the Certified Payroll. 10. What If I have a question regarding the minimum prevailing wage rate established for a specific contract? If you have any questions regarding State prevailing rates, please call Employment Standards Division at (206) 733-4019. You must provide the or] anal date bids were due, the award date for the specific contract, and the county In which the work is to be performed. If you have any questions regarding Federal prevailing rates, please call Headquarters Construction via the District Office. October 1983 I-3 PARTI QUESTIONS AND ANSWERS 1. ' How is the prevailing wage determined? By surveying the largest city in each county to determine the State rate. (An "area" is surveyed for the Federal rate. Area means city, town, village, county, or other civil subdivision of the State.) The wage paid to the majority of workers becomes the prevailing wage. In the event that there is not a majority of workers paid at the same rate, the average becomes the prevailing wage. 2. Who sets the prevailing wage? The Industrial Statistician of the Department of Labor and Industries for the State rates. The U.S. Department of Labor for Federal rates. 3. Who should file the Statement of Intent and Affidavit of Wages Paid forms? The Prime Contractor, all subcontractors and any subcontractors of subcontractors (agents) must file these forms. 4. Do you file the Statement of Intent (SI) or Affidavit of Wages Paid (AWP) form if the owner of a company is going to do all of his or her own work? Yes, simply state, "Owner/Operator, no employees used." On projects with any Federal funds, it should be noted that the only "owner/operator" recognized by the U.S. Department of Labor is a truck and driver. All others are covered by the Davis-Bacon Act, and must be paid the minimum prevailing wage. 5. Who is responsible for the State approval fee of SI and AWP? The contract awarding public agency (WSDOT) is responsible for the State approval fee. 6. Since the State minimum prevailing wage rates are now Included in our special provisions, should the contractors request the minimum prevailing wage rates from the State Department of Labor and Industries? No unless the Contractor is employing labor in a class not listed under the State rates In the special provisions. 7. What if the rate of wage Is reduced during the life of the contract as a result of union agreements, etc.,--can the Contractor pay the reduced rate? No. There is only one minimum prevailing wage rate established for a specific contract. The Contractor may pay more than that minimum but never less. October 1985 1-2 IOHN SPELLMAN SAM KINVILLE Governor Director STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES General Administration Building • Olympia, Washington 98504 Employment Standards Division Telephone (206) 753 4019 August 26, 1981 Jefferson County Public Works Dept. Courthouse Port Townsend, WA 98368 Gentlemen: In response to your recent request, enclosed is a schedule of the prevailing wage rates for the Building and Heavy Construction Trades in Jefferson County. This wage decision was issued on the date listed in the upper right hand corner of the wage schedule. Sincerely, P ?/LIiL G rge May dustrial atistician GM:jb enc. RECEIVED AU G 2 $198 JEFFERSON COUNTY ENGINEERS OFFICE .. ? C O` C L 9 . V O ` ` L? u= u y ? n y 0 . L . / N - ` y p c -C = t n o E .n ._ `p' Eo> °Lu. A ? L M T U y U ° Y _.. 9 pNp C V ?.•C 'O !? A •? U O' O V L U ° ? O !`• L " •_ ° E . o o` m N `?. '•> cp °' •G 'U Y > H L pU G O La °; - _ o ? a i ? u °a r> • u ` .E 5 c m O= C- p O E a a 0. N . l N f •--• I 'c a C O A ' C 3 ... _. . •? 77. °ou"?na ?•^arv o `?yc r7 ° r ? U "_ .. C •O •O w $° ?-'? 3 E?3? ° = 4 - . o c ? c a -+ c > ..`° n y E •? ° uLU. • ..n G v m m r v = E ° 3 ° ° ? ?i °..` < p ? Z =e is u N v a U >, c c u - 8 n o ' h O m U 4 O. ,? V H C, .y •0 a` p d °` N= F 4 < ° ESE ., •O a. 0. c M_ `- _. p -? a u AL O ti Q' =v u °`'' C •N 3a T T•° ` '° U ?. ov > •. . ATO40?._ouu.E.jo°oya . . a • - oc:n H„E" 4•°o`cn?`o : °'? n?_? °p ?? b''o e °mL E?v -a Y n ° . . vc um ° O Urn ° _ r •- . m C? ?V C a0-J ? ?A ? 'O G. U M n U O ? U V U 6? ?° N O C a N. C • r. V L C V'C.. a C p s 0 ? 7..' T O I ? b L z? Np t O C C C G L:1 ° H Q a U E? N eai n • . . m VO .UC u y '_: u° G Y° ."• tCV w O W°° ." L u O = :J d° 7 y L> •c a '5 u E . „ n a $ u ,? 7S . i u m 1 . n n - = •0 3 'c _ c _ _ I W °a ° 3M < SIN! m ?bo < w? V 3 y?? ?z =U8 o z ? g. 'W NJI 3^ x ?O NA u =G ' g a? U 3 =3 ? ;uu 0 JG ZZ r .6^ u ? .° c? V V= s i a o C 'O A a° u ,°C A C C E N U? CO N y 9 .? O. C A U E u'=y N C °ryL's ? e?•i a e_a 3 ? ? 'A" GQq N O •= Up - W o -o U .-I ti .O u ? ? •? ? •O V A C C .p ? U M '? 6 7 r O y U i N t ?, U ?? U U A o 3 >, u •p 3 A A° v ? ,o ° o .AC ° o u u N o. u A U) ?v N o,v ns -p 2u:p O .O v U t An c ? c n = 11 ' o v E c T° u ?e 7F: 12 c a E c cl ° •n a ° v A 'a y .a' u J V O _A a.O v.• ?._.E y o f E e.? Y p '?? w> a F o U C C A v Y u P. C N°•l i e`.f U °? O •o i .OC C T E u C ` A O c m o a ° H v ? ? m u N O E q EL u p?i ,K ? v is `? rv n Ev' o'o'`p ,,: ATTORNEY GENERAL Ilonorable William S. May -12- AGO 1967 No. 15 We trust the foregoing will be of assistance to you. Very truly yours, JOHN J. O'CONNELL Attorney General K EDWARD B. MACKIE Assistant Attorney General' r .. STEPHEN REILLY Assistant Attorney Ge eral i C C?? ?, •?; OF ATTORNEY GENERAL Honorable William S. May -11- AGO 1967 No. 15 hourly wage and overtime paid to such laborers, workmen or mechanics in the same trade or occupation shall be the prevailing rate. If the wage paid by any contractor or subcontractor to laborers, workmen or mechan- ics on any public work is based on some per- iod of time other than an hour, the hourly wage for the purposes of this chapter shall be mathematically determined by the number of hours worked in such period of time. "(2) The 'locality' for the purposes of this chapter shall be the largest city in the county wherein the physical work is being performed- "(3) The 'usual benefits' for the purposes of this chapter shall include the amount of: "(a) The rate of contribution irrevocably made by a contractor or subcontractor to a Y? trustee or to a third person pursuant to a fund, plan, or program; and "(b) The rate of costs to the contractor or subcontractor which may be reasonably.antici- pated in providing benefits to workmen, labor- ers, and mechanics pursuant to an enforcible [sic] commitment to carry out a financially responsible plan or program which was communicated in writing to the workmen, laborers, and mechanics affected, for medical or hospital care, pensions on retire- ment or death, compensation for injuries or illness resulting from occupational activity, or insurance to provide any of the foregoing, for unemployment benefits, life insurance, dis- ability and sickness, insurance, or accident insurance, for vacation and holiday pay, for defraying costs of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the contractor or sub- contractor is not required by other federal, state or local law to provide any of such bene- fits. A As this statute appears to be both comprehensive and precise, we have set it forth in full in answer to your final question. _,,C OF ArroRNEY GENERAL AGO 1967 No. 15 i Honorable William S. May -10- In 'summary, then, we answer your first two questions as follows: The requirement of chapter 39.12 RCW that the "prevailing aid to laborers, workmen or mechanics upon " b e p f t rate of wage all public works of the state, or any county, municipality labor performed in t bl o e or political subdivision, is applica the-job-site prefabrication by employees of the prime f - t an of contractor, subcontractor, or other persons doing or con- f the work contemplated t o tracting to do the whole or any par rovided that the prefabricated "item or act t , p r by the con ber" is produced specially for the particular public works the m em project and not merely as a standard item for sale on general market. Questions (3) and 4 We turn now to your final questions, whereby you inquire as is charged with determining the prevailing rate of wage d no $ to t $ and what standards are to be used in making such determina- tion. e is determined by the industrial of wa g The prevailing rate loyed by the department of labor and is em h y p o statistician w industries. See RCW 39.12.015, which provides: "All determinations of the prevailing rate r of wage shall be made by the industrial f labor and statistician of the department o industries." The act also requires that each contract shall contain a ppro- arise as to the h ma hi t y c vision requiring that any dispute w hich cannot be adjusted by the parties in prevailing wage w including labor and management representatives, interest f labor t , o shall be arbitrated by the director of the departmen ision is final and binding upon all s d ec and industries. Hi parties to the dispute. See RCW 39.12.060. The standards to be used in determining the prevailing rate of wage are set forth in RCW 39.12.010 as follows: "(1) The 'prevailing rate of wage', for the ll h a intents.and purposes of this chapter, s usual benefits, of hourly wage , be the rate and overtime paid in the locality, as herein- after defined, to the majority of workmen, laborers, or mechanics, in the same trade or that there is not a occupation. In the event majority in the same trade or occupation paid at the same rate, then the average rate of J i_E OF ATTORNEY GENERAL { AGO 1967 No. 15 -? Honorable IJilliam S. May -9- 3 - charter and, therefore, were not subject to the prevailing wage provision. The court upheld the contract on the theory that, as the materials were specially fabricated for the purpose of the contract, the contract for the materials was one for work and labor, rather than purchase and sale, saying (48 P. 2d at 10): ,' The weight of authority is that a contract to manufacture a special article for a special purpose in accordance with plans furnished by the purchaser is a contract for work and labor, particularly if the article manufactured is not suitable for sale in the general market in the ordinary se of the manufacturer's business, . 4 Another issue to be noted relates to the status of the em Lover of the laborers, workmen mechanics in questiwhat In t FE words of your Question (2), as paraphrased, uner conditions does chapter 39.12 RCW apply to contractors, sub- contractors, suppliers and other persons? The answer to this question is simply that the "prevailing rate of wage" law applies to all employers of laborers, work- men or mechanics who are engaged in the Performance of- labor " , contemplated by the contract: . .' (RCW 39.12.030.) Thus, the act clearly applies to the prime contractor, to the extent of work done by his employees in the performance of the public work contract. Likewise, the act applies to, all sub- contractors doing or contracting to do the whole or any part of the, work contemplated by the contract--to the extent of labor performed by their employees in the performance of the con- tract. Lastly, the requirement applies, as well, to a material- man-'-to this same extent--if certain prefabricated component parts are purchased from him by means of a specific order which, in effect, calls for the performance of labor upon a specific public works project. The laborers, workmen or mechanic's em- ployed by the materialman in that articular work would be, to this extent, within the purview o the prevaz ing rate of wage requirement. We should note that this decision was apparently withdrawn by the California court shortly after its issuance, for reasons unknown to us. Thus, the decision, as such, has a no current authoritative value. Nevertheless, the reason- ing of the court, in distinguishing between the manufacture of special purpose and general purpose articles, appears to us to be sound. t : C OF ATTORNEY GENERAL _g. AGO 1967 Vo. 15 Flonorable William S. May n the whole or any part of the work contemplated „ to do It by the contract, . . . Accordingly, where a prefabricated "item or member" is pro- duced s ecially for a particular public works project(in the sense t at it is designed and produced for the particular project by the contractor, a subcontractor, or other person sub- responding that submitted any laby the borer, cworkmanoor mechanic contractor) contractor) it follows employed in the. production thereof is within the scope of the "prevailing rate of wage requirement to the extent of his time and labor on the specific prefabrication job. However, we do not mean by this characterization of the law to limit its application to work done in the production of prefabricaated items which are only susceptible to use on, or as part of, "item public works project. The fact that a certain or member," though designed and produced specially for a parti- cular project, may also be of use on, or as a part of, some other publicor private project would not necessarily excuse noncompliance with the law. The material consideration is that the item in question is designed and produced in response to an order directed to the producer for purposes of obtaining - off- the-job- site prefabrication of a component part to be ?. produced specially for use on, or as part of, a specific public works project. We believe this is the point which was on the minds of the judges of the California supreme court when they decided the case of Hague v. Clear Cal. 48 P. 2d 5 (1935). That case involved a city c aster provision which stated that 'Every contract for any public work or improvement, exclusive of purchases, to be performed at the expense of the city and county, ,; * "Whether such work is to be done directly under contract awarded, or indirectly by or -under subcontract, subpartnership, y i; *11 * :* or any other arrangement whatsoever must provide: * * * That any person performing labor thereunder shall be paid not less than the highest general prevailing rate of wages in private employment for similar work; (48 P. 2d at p. 6.) The plaintiff challenged a contract which required that all materials made for use under the contract be manufactured and delivered only by such firms as paid their employees the wages established by city ordinance. Plaintiff asserted that ?? the materials were 'purchases within the meaning of the t ,-F ATTORNEY GENERAL at !ion orable William S. May -7- AGO 1967 No, 15 ;hvcher particular off-the-job-site work is covered by our prevailing rate of wage law. Of course, the applicability of the prevailing wage requirement to particular situations will depend upon the material facts of the specific employment. The first point to be noted is that the subject matter of cihapter 39.12 RCW pertains to the wages to be paid for labor; it has no application to the price to be paid for materials. Therefore, it would clearly be beyond the scope of the act to apply its provisions to laborers, workmen and mechanics en- staged in the production of standard materials, such as door hinges locks, and so forth which - in terms of the public parks contract - are simply materials purchased by the con- tractor or subcontractors for use on the public works project. Fiore, the labor is performed without any reference to a par- ticular project; it is simply labor performed in the produc- tion of standardized prefabricated items which are susceptible use in any construction project, whether it be a public works project or a construction project of private enterprise. '.oc:eeer, a different situation is presented in the case of nr.,fabrication of component parts of a specific public works ' project. Here, the labor expended in the production of such .acorials is more closely related to the contract for public works than when the materials are only standard items. Again, as in the case of the first issue above discussed, we must attach some significance to the provisions of RCW 39.12- .030, which require that a minimum wage, not less than pre- •:ailing, be paid to those laborers, workmen or mechanics who A ". , employed in the performance of the contract either by the contractor, subcon- tractor or other person doing or contracting to do the whole or any part of the work con- templated by the contract. ." ',e have previously concluded that, by virtue of this provision, certain work of laborers workmen or mechanics is subject to "prevailing rate of wager' requirements even 'though performed awav from the project site. However, it is to be seen that the work or labor, in order to be thus covered, must be (1) work or labor done in the performance of a " con- tract for the construction, reconstruction, maintenance or ( repair of any public work. " 12) performed by a laborer, workman, or mechanic who is relayed in the performance of the contract by the prime con [:actor, a subcontractor, or another person doing or contracting .fir OF ATTORNEY GENERAL , -6- AGO 1967 No. 15 ' Flonorable William S. May prevailing rate of wage, which may be paid - to laborers, workmen or mechanics in each trade or occupation required for such public work em to ed 'in the erformance of the con- tract either by the contractor, subcontractor, or other person doing or contracting to do the whole or any Part " of (FmPhasiscsupplied.)d the work by the contract, . . • There certainly is no requirement in this statute that the laborers workmen or mecharequirement, ebetactuallytphysically "prevailing rate of wag the purpooses of thispstatute, 4hattthey beI"t is per formance of the contract."- f provision, it follows that the word j "Upon' effect to this t as used in RCW 39.12.020, shoul not be rateeofrwage" act lim tion of the "p limiting the applica to work at the site of the project. Instead, we would regard the word "upon" as being used to describe a function-- a "connection or employment or activity with or in regard to something " 'Seed WebstAr on may, thereforei,lbelemployedra ? ed. , "Upon and on. Pers loY- ed at the ; upon" a public works project without being emp site of the project itself.- j Having determined that the "prevailing rate of wage" require 4 ment of our statute can be said to apply to laborers, workmen and mechanics engaged in work off the project site as well as on the project site, the next question to be explored relates to the nature of the prefabrication work in question :Intcon s of its relation to the particular public. g In on of sidering this question, we will be limited to the su g criteria which would appear to be pertinent in determining 2 Contrast, in this regard, the express limitation contained in the Davis -Bacon Act, 40 U.S.C.A. 216 (a)• 3 In thus concluding, with respect to what we may refer to as the "job-site" issue, we do not mean to suggest teat the situs of the work is completely immaterial. Qui clearly, the prevailing rate of wage requirement of RCW 39.12.020, is only applicable to work performed within the state of Washington, for the reference in that statute to.the pre- vailing rate of wage 11, . . in the locality within the state when such labor is performed." 1 ?:'IGE or.ATTORNEY GENERAL C Honorable William S. May -5- AGO 1967 No. 15 v } and that of the acts involved in various of .these out-of- state decisions denying the applicability of prevailing wage ' requirements to any work (regardless of nature) performed away from the project site, it could be argued that those decisions would be.applicable to our statute. Thus, we cannot be certain of the result which would be reached by our court were it called upon to decide this aspect of the question. However, after a full consideration of our own statutes, read in the light of the cases from other jurisdic- tions, it is our best judgment that the ruling of our court would be to the effect that the pertinent provisions of the law do extend to at least certain activities pertaining to a public work project which are performed away from the actual project site. A fundamental rule of statutory construction is that a statute must be construed as a whole in ascertaining the legislative purpose so that the spirit or the purpose of the legislation shall prevail over express but inept language, if any. Alder- wood Water Dist. V. Pope & Talbot Inc., 62 Wn. 2d 319, 32-1, P. T e egis ation presently before us must therefore be considered in its entirety to determine the legislative intention, considering the context and subject matter of the legislation, as well as what is said. Hatzenbuhler v. Harrison, 49 Wn. 2d 691, 697, 306 P. 2d 745 (1957). The statute refers to "public works," "public works projects," I and the "construction, reconstruction, maintenance or repair of a public work." Thus, it appears that the phrase "public works," as used in the statute, refers to contracts related to specific public building projects. Stetson v. Seattle, 74 Wash. 607, 616, 134 Pac. 4941913); Carter v. Denver., 114 Colo. 33, 160 P. 2d 991 (1945). -Therefore, it certain y would be pos- sible to adopt the 'job site" approach which some other courts have taken in the cases previously noted, and resolve your questions simply on that basis. However, to do so would be, in our opipion, to place undue emphasis on the phrase "upon all public works," appearing in RCW 39.12.020, and to ignore, or at least under-emphasize, the broader language appearing in RCW 39.12.030. This latter. statute, it will be recalled, deals with matters which must be set forth in the specifications for every contract for the construction, reconstruction, maintenance or repair of any public work, and requires that these specifications ". . . shall contain a provision stating the iii hourly minimum rate of wage, not less than the i' I. f `E Cr,ATT01RNEY GENERAL -4- AGO 1967 No. 15 Ylonorable William S. May i to " en or mechanics, } upon all p a lies in the case of those laborers,cworkmen1orsmechanics"engaged in such prefabricating ! activities. } In seeking to answer this ultimate questiona Jel ievrate we mu at must consider the applicability of the "Prevailing wage" requirement from several distinct standpoints. Quite the clearly, the first issue which must be rolved i must physically const:ruction'or manufacturing workin site itself in order £ll be performed on the public works j lordere. the "prevailing rate of wage" requirement to be apP s The point to be isolated and examined is whether the phrase, .pon all public works of the state oremnhasinsuppli13.-ed) cipality or political subdivision ." ( liis s ty of this re contained in aRCW ge 39.12.020l, aborers,tworkmen oabilir mechanics requirement to wages paid to formed on the actual only to the extent of work which is per project site. _ It must be noted, in considering this question, that the per- tinent provisions of our statute have never been interpreted by the Washington supreme court. Thus, the question would be one of first impression for the supreme court in our.state. However, research has disclosed a number•of decisions by courts i of other jurisdictions regarding the application of similar prevailing wage laws to work performed at locations awaytfr m } the public works project prevailing wage requirements aworkmen waslsamplytthebproduction the function of the particular of materials purchased by the public works contractor for use } in the construction of the public works project itself. In i other` instances, however, the denial o of coverage under that the ' statutes has been specifically premised siteth work in question was performed away from the project without regard to the nature of the work. See and compare, F. Pacific Manufacturing Co. v. Lee Cal. 58 P. Zd 1292 (1936); Garo ono onstr. Co. v. u3. New York 43 N.Y.S. 2Ed 26 wen (1943); X115 (1908); o nenv etz, Thom son-Starrett Co., 208 N.Y. 245, 1072NAE.2ag2601(19T awa v. owning Co., 53 Del. 493, and Allen Co., a (1934); er v. Zane, io 359, 191 N.E. 123 nc. y: en, Ky. 267 S.W. 2d 714 (1954). We note that many of these cases from other jurisdictions which have (for one reason or another) denie?-siteiworklare fof a airlyre- vailing rate of wage law to off-the-job-site decisions. To a large extent, they predate the modern trend toward off-the-job-site prefabrication. Nevertheless, since there are some similarities between the wording of our statute s 0 i•?;t: FFICE OF AT70RNEY GENERAL T.' Sz Honorable William S. May -3- AGO 1967 No. 15 meaning the largest city in the county wherein the physical work is being performed." In implementation of the requirements set forth in RCW 39 .12.020, the legislature by RCW 39.12.030, has provided that: "The specifications for every contract for the construction, reconstruction, mainten- ance or repair of any public work. . shall h contain a provision stating the hourly mini- mum rate of wage, not less than the prevailing rate of wage, which may be paid to laborers, workmen or mechanics in each trade or occupa- tion required for such public work employed in the performance of the contract either by the contractor, subcontractor or other person d6ing or contracting to do the whole or any part of the work' contemplated by the contract, and the contract shall contain a stipulation that such laborers, workmen or mechanics shall k' be paid not less than such specific hourly minimum rate of wage." (Emphasis supplied.) Finally, in so far as is material to•a consideration of the questions which you have asked, RCW 39.12.040 provides, in part: "Before payment is made it shall be the duty of the . . person charged with the custody and disbursement of .• funds., ap- plicable to the contract . . . to require the contractor and each and every subcontractor from the contractor or a subcontractor, to file a statement in writing . certifying the rate of hourly wage paid each classifica- tion of laborers, workmen or mechanics employed by him upon such work, and further certifying that no laborer, workman or mechanic employed y by him upon such public work has been paid less ' than the prevailing rate of wage. . ." Questions (1) and (2): Your first two questions appear to have arisen as a consequence of the practice of prefabrication in the construction industry.' In particular, you have referred to the construction or manu- facture of major structural parts of buildings taking place at sites away from the actual building or other capital improve- ment under construction. Your request presents the question of whether the basic statutory requirement of payment of the . i.F. OF ATTORNEY GENERAL ( Honorable William S. May -2- AGO 1967 No. 15 (4) What are the standards for such a determination? We answer your questions as set forth in our analysis. ANALYSIS At the outset we will quote the pertinent language from the applicable statutes, all of which were orginally enacted as a part of chapter 63, Laws of 1945, and are now codified as chapter 39.12 RCW. RCW 39.12.020 provides: "The hourly wages to be paid to laborers, workmen or mechanics, upon all public works of the state or any county, municipality or political subdivision created by its laws, shall be not less than the prevailing rate of wage or an hour s work in the same trade or bccu ation in the locality within the state where such labor is per_fo?rme This chapter shall not apply to workmen or other persons regularly employed on monthly or per diem salary by the state, or any county, municipality, or political subdivision created by its laws." (Emphasis supplied.)1 The basic definition of "prevailing -rate of wage" appears in RCW 39.12.010(1) as follows: "(1)' The 'prevailing rate of wage', for the in- ,tents and purposes of this chapter, shall be the rate of hourly wage, usual benefits, and overtime paid in the locality, as hereinafter defined, to the majority of workmen, laborers, or mechanics, in the same trade or occupation. n Subsection (2) of this same statute defines "locality" as 1 This section was recently amended by the 1967 legislature, through its enactment of Senate Bill 193 (chapter 14, Laws of 1967, Ex. Sess.) adding work done under public service maintenance contracts to the coverage of the prevailing rate of wage law. This amendment will not affect the reasoning or conclusions stated in this opinion. a? ESiA1f 0 STATE OF WASHINGTOLN ODELI. cY??yy-..w/? JOHN !• 'CO- r" tt ?•rr~.. ATTORNEY GENLRAL yY? n I. L.•'T. T[r r[[ or JusriCC 1'fE d9N { Oi.vM ri,a. SVnStuNCTO, . ONTRACTS--PUBLIC WORKS--APPLICATION OF PREVAILING LABOR--C I WAGE LAWWAGEpREFABRICATION- -STANDARDS FOR DETERMINING PRE- VAILING The requirement of chapter that "t orrmechan- (1) rate of wage be paid or s vailing public works of the state, able to labomuni- ics`upon all p licble to labor cipa7itY or Political obbsites prefabrication by employees of p i performed in off-the or -j subcontractors, persons doing tdo the whole or any part of the work con- the prime contract , tors, or of contracting ided that the prefabricated ub- or con ted by the contract--providedll for the particular p "item or member is produced sp Y and not merely as a standard item for sale lic works project on the general market. § (2) All determinations of the prevailing rate of wage shall be made by the industrial statistician of the department of i labor and industries. prevailing (3) The standards to be used in determining the p rate of wage are set forth in full in RCW 39.12.010. May 2, 1967 Honorable William S. May State Representative, 3rd District Cite as: 711 Waverly Place AGO 1: No. 15 Spokane, Washington Dear Sir: We are writing in response to your request for our opinion on 'several questions pertaining to chapter 39.12 public which requires the payment of prevailing wages up P We paraphrase your, questions as follows: (1) To what extent are the provisions of chapter 39.12 IiCW applicable to such items as precast beas)wall panels, roof items and floor slabs, cabinets and other prefabricate of a public works when they are constructed to become par project? P to (z) Under what conditions does chateran .12 RC aP pons? contractors, subcontractors, suppliers Who has the duty to determine the prevailing wage rate 3 application? and the extent of its s Mr. Ernest Geissler, Director Page 2 (-_ February 29, 2=32 to laborers, workmen and mechanics engagced in the production Of standard materials, such as door hingen, locks, and so forth which in terms of the public work contract are simply materials purchased by the contractor or subcontractors for use on the public work project. Here, the labor is performed without any reference to' a particular project; it is simply labor: performed in the production of standardized prefabricated items which - are susceptible to use in any construction project, whether it be a ;public works' project or a construction project of private enterprise. (This of course assumes that the crushing of rock or gravel is done away.from the site of the public wor.3; in question.) I trust the foregoing will be of assistance to yoke. Very truly yours, ROBERT M: McINTOSH Assistant Attorney General RMM : f a enc. cc. Roy Lwnaco, CRAB Chairman Rittitas County Courthouse Ellensburg WA 98926 ?r OFFICE GF THE ATTORNEY GENERAL 4,?^ Ken Eikenberry, Attorney General - _? Templeof Justice, Olympia, Washin9ron 98504 February 24, 1.32 Mr. Ernest Geissler, Director County Road Administration Board - 6730 Martin Way N.E. Olympia WA 98504 RE:" Prevailing Wage Rates for Rock and Gravel Crushing Dear Ernie: In your letter of September 10, 1981, you requested my thoughts on the question of whether prevailing wage provisions required by RCW 39.1.2 must be included in county rock and gravel crushing contracts. My conclusion is that the prevailing wage rate requirements of RCS+i 39.J2 do not apply to such contracts. This conclusion is based primarily upon Attorney General's Opinion No. 15 of 1967. For your information, 7 am including a complete copy of that opinion with this letter. But for purposes of conciseness, the exact basis for my conclusion is set forth below. (first, RCW 39.12.020 requires that the hourly wages to be paid workmen "upon all public works" shall be not less than the prevailing rate of wage for such work. The opinion of the Attorney General concludes that the phase "public works," as used in the statute: refers to contracts related to specific public building projects. Stetson v. Seattle, 74 Wash. 607, 616, 134 Pac. 494 (1913); Carter v .Denver, 114 Colo. 33, 160 P.2d 991 (1945). Thus, the purchase of gravel for general "stockpiling" purposes is not a "public work" witliin the meaning of the statute. As such, gravel or rock which is crushed or stockpiled for future use and is not intended for any particular "public work," need not be crushed in accordance with a contract which contains a prevailing wage provision. Furthermore, even if the crushing of rock or gravel in question is being done for a particular project, the work involved in the crushing is still, exempt from the prevailing wage requirement, because this requirement does not apply to work done in the preparation of standardized materials. Thus, Attorney General's Opinion No: 15 of 1977 states at page 7: The first point to be noted is that the subject matter of chapter 39.12 RCW pertains to the wages to be paid for labor; it has no application to the price to be paid for materials. Therefore, it would clearly be beyond the scope of the act to apply its provisions Inter-office Correspondence Kenneth O. Eikenberry Page 2 February 16, 1984 AGO 1967 No. 15, p. 7. No cases or statutory changes since my 1982 letter (including ch. 130, Laws of 1982) alter this conclusion. Chapter 130, Laws of 1982 (copy attached) does, however, raise the. possibility of a third situation not discussed in my 1982 letter. This third situation is where the rock is crushed by a contractor for use on a particular public works project being performed by that contractor. In this case, the prevailing wage requirement of RCW 39.12.020 would apply to the contractor's employees engaged in rock crushing work, since "chapter 39.12 RCW pertains to the wages to be paid for labor" used by a contractor on a public works project. AGO 1967 No. 15, p. 7. This -third situation, not discussed in my 1982 letter is the one envisioned by ch. 130, Laws .of 1982. it would require payment of the prevailing wage. Please call if you have any further questions. RMM:jm.. Att. - i IS84 /L/? ?? 7-1 a OFFICE OF THE ArTORNEY`GENEI"- Infer-o(ticeCorrespondence Dale: February 16, 1984 To: -Kenneth O. Eikenberry, Attorney General From: Robert M. McIntosh. AAG Subject Prevailing Wage Rates for Rock and Gravel Crushing - I have examined my letter of February 24, 1982 on this subject (copy attached), which we discussed on the phone on February 14 for the purpose of seeing if subsequent statutes or cases change my conclusion. My 'letter of February 24, 1982 deals with two rock crushing situations, and concludes that both of these situations do not require the payment of prevailing wages. (These conclusions. are based in large part on the contents and reasoning of AGO 1967 No. 15, a copy of which is attached hereto for your reference.) The firstsituation is where the rock is crushed for general stockpiling purposes. Such rock crushing is clearly not subject to the prevailing wage requirement of RCW 39.12.020, since it is not done pursuant to a "contract for the construction, reconstruction, maintenance, or repair of any public work." RCW 39.12.030; AGO 1967 No. 15, p. 7. No cases or statutory changes since the date of my letter (such as ch. 130, Laws of 1982) alter this conclusion. The second situation dealt with in my letter of February 24, 1982 is where the rock is crushed by a third party and purchased by a contractor for use on a particular public works project., Such ' activity is also not subject to the prevailing wage requirement, since the crushed rock purchased in this situation is a standard material, and [C]hapter 39.12 RCW pertains to the wages to be 'paid for labor; it has no application to the price to be paid for materials. Therefore, it would clearly be beyond the scope of the act to apply its provisions to laborers, workmen and mechanics engaged in the production of standard materials, such as door hinges, locks, and so forth which - in terms of the public works contract - are simply materials purchased by. the contractor or subcontractors for use on the public works project. . conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under construction safety and health standards (Title 29, Code of Federal Regulations, Part 1926, formerly Part 1518, as revised from time to time), promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (83 Stat. 96). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by the engineers, contractors, supplies, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as "possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal-aid highway project in one or more places where it is readily available to all personnel concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS Title 18, United States Code, Section 1020, reads as follows. "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false, report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the costs thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or "Whoever knowingly makes any false statement, false representation, false report, or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or, related project approved by the Secretary of Transportation; or "Whoever knowingly makes any false statement or false representation as to a material fact In any statement, certificate, or report submitted pursuant to provisions of the Federal-Aid Road Act approved July 1, 1916 (39 Stat. 355), as amended and supplemented; "Shall be fined not more than $10,000 or imprisoned not more than five years, or both." Form PR-1273 10/85 (W/ 2/84' Amendments) VII-17 t X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (APPLICABLE TO CONTRACTS AND SUBCONTRACTS WHICH EXCEED $100,000) 1. The contractor stipulates' that any facility to be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as emended (42 U.S.C. 1857 et seq., as amended by Pub. L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 C.F.R., Part 15), is not listed, on the date of contract award, on the U.S. Environmental Protection Agency, (EPA) List of Violating Facilities Pursuant to 40 C.F.R. 15.20. 2. The contractor agrees to comply with all the requirements of section 114 of the Clean Air Act and section 308 of the Federal. Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. The contractor shall promptly notify the State highway department of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a 'facility to be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. - The contractor agrees to include or cause to be included the requirements of subparagraphs 1 through 4 of this paragraph X in every nonexempt subcontract, and further agrees to takesuch action as the Government may direct as a means of enforcing such requirements. I:DC013 Form PR-1273 10185 (W/ 2/84 Amendments) VII-18 I. No charge shall be made for any transportation furnished by the contractor, or his agents, to any person employed on the work. j. No individual shall be employed as a laborer or mechanic on this contract except on a wage basis, but this shall not be construed to prohibit the rental of teams, trucks, or other equipment from individuals. VI. RECORD OF MATERIALS, SUPPLIES AND LABOR 1. The provisions in this section are applicable to all contracts except contracts for secondary highways and contracts financed solely with, funds provided by the Highway Beautification Act of 1965, as amended. 2. The contractor shall maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form PR-47 and in the units shown. Upon completion of the contract, this record, together with the final labor summary required in Section V, paragraph 3, hereof, shall be transmitted to the State highway department resident engineer for the project on Form PR-47 in accordance with instructions attached thereto, which will be furnished for this purpose upon request. The quantities for the listed items shall be reported separately for roadway and for structures over 20 feet long as measured along the centerline of the roadway. 3. The contractor shall become familiar with the list of specific materials and supplies contained in Form PR-47 prior to the commencement of work under this contract. Any additional materials information required will be solicited through revisions of Form PR-47 with attendant explanations. 4. Where subcontractors are involved the contractor shall submit either a single report covering work both by himself and all his subcontractors, or he may submit separate reports for 'himself and for each of his subcontractors- Va. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with his own organization contract work amounting to not less than 40 percent of the original total contract price, except that any Items designated by the State as "Specialty items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the original total contract price before computing the amount of work required to be performed by the contractor with his own organization. a. "His own organization" shall be construed to Include only workmen employed and paid directly by the prime contractor and equipment owner or rented by him, with or without operators. Form PR-1277 10/83 (W/ 2/84 Amendments) VII-13 b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, craftsmanship or equipment not ordinarily available in contracting organizations qualified to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. In addition to the 40 percent requirement set forth in paragraph 1 above, the contractor shall furnish (a) a competent superintendent or foreman who is employed by him, who has full authority to direct performance of the work in accordance with the contract requirements, and who is in charge of all construction operations (regardless of who performs the work), and (b) such other of his own organizational capability and responsibility (supervision, management, and engineering services) as the State highway department contracting officer determines is necessary to assure the performance of the contract. 3. The contract amount upon which the 40 percent requirement set forth in paragraph I is computed 'includes the cost of materials and manufactured products which are to be purchased or produced by she contractor under the contract provisions. , 4. Any items that have been selected as "Specialty Items" for the contract are listed as such in the Special Provisions, bid schedule, or elsewhere in the contract documents. 5. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the State highway department contracting officer, or his authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Request for permission to sublet, assign, or otherwise dispose of any portion of the contract shall be in writing and accompanied by (a) a showing that the organization which will perform the work is particularly experienced and equipped for such work, and (b), an assurance by the contractor that the labor standards provisions set forth in this contract shall apply to labor performed on all work encompassed by the request. VIII. SAFETY; ACCMENT PREVENTION In the performance of this contract, the contractor shall comply with all applicable Federal, State and local laws governing safety, health and sanitation. The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions, on his own responsibility, or as the State highway department contracting officer may determine, reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. It Is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall not require any laborer or mechanic employed In performance of the contract to work in surroundings or under working Form PR-1273 10/83 (W/ 2/84 Amendments) VII-16 S. Payrolls and payroll records: a. Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter, for all laborers, mechanics, apprentices, trainees, watchmen and guards working at the site of the work. b. The payroll records shall contain the name, social security number and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1(b)(2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits.` C. The payrolls shall contain the following information: (1) The employee's full name, address and social security number. (The employee's full name and social security number need only appear on the first payroll on which his name appears. The employee's address need only be shown on the first submitted payroll on which the employee's name appears, unless a change of address necessitates a submittal to reflect the new address.) (2) The employee's classification. (3) Entries indicating the employee's basic hourly wage rate and, where applicable, the overtime hourly wage rate. The payroll should indicate separately the amounts of employee and employer contributions to fringe benefit funds and/or programs. Any fringe benefits paid to the employee In cash must be indicated. There Is no prescribed or mandatory form for showing the above information on payrolls. (4) The employee's daily and 'weekly hours 'worked in each classification, including actual overtime hours worked (not adjusted). (1) The Itemized deductions made and (6) The net wages paid: Form PR-127J 10/83 (W/ 2/84 Amendments) VII-13 d. The contractor will submit weekly a copy of all payrolls to the State highway department resident engineer. The copy shall be accompanied by a statement signed by the employer or his agent indicated that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or. mechanic conform with the work he performed. Submission of a weekly statement which is required under this contract by Section V, paragraph 2, and the Copeland Regulations of the Secretary of Labor (29 CFR, Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor pursuant to Section IV, paragraph 3b shall satisfy this requirement. The prime contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The contractor will make the records required - under the labor standards clauses of the contract available for - inspection by authorized representatives of the State highway department, the Federal Highway Administration and the Department of Labor, and will permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, - take such actions as may be necessary to cause the suspension of any further payment, advance, or 'guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 3.12. e. The wages of :labor shall be paid in legal tender of the United States, except that this condition will be considered satisfied if payment Is made by negotiable check, on a solvent bank, which may be cashed readily by the employee in the local community for the full amount, without discount or collection charges of any , kind. Where checks are used for payment, the contractor shall k- make all necessary arrangements for them to be cashed and shall give information regarding such arrangements. f. No fee of any kind shall be asked or accepted by the contractor or any of his agents from any person as a condition of employment on the project.` g. No laborers shall be charged for any tools used In performing their respective duties except for reasonably avoidable loss or damage thereto. h. Every employee on the work covered by this contract shall be permitted to lodge, board and trade where and with whom he elects and neither the contractor nor his agents, nor r his employees shall, directly or Indirectly, require as a condition of employment that an employee shall lodge, board or trade at a particular place or with a particular person. Form PR-1273 10183 (W/ 2/84 Amendments) VII-14 ----------- ----- contractor and subcontractor shall be liable to the United States (in the case of work' done under contract for the District of Columbia or a territory, to'such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 7.. 9. Withholding The State highway agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor' under this contract or any other Federal contract with the same prime contractor, or any other. Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so such of the -accrued payments or advances as may be considered 'necessary to pay laborers - and mechanics,' including apprentices, trainees, and helpers employed by the contractor or any subcontractor the full amount of wages required by, the contract. In the event of failure to pay any laborer, mechanic (including apprentices and trainees), watchmen or guard employed or working on the. site of the work, all or part of the wages required by the contract, the State highway department contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased, 10. Withholding for unpaid wages and liquidated damages: The State highway agency shall upon Its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sum as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided In the clause set forth in Paragraph 8. V. STATEMENTS AND PAYROLLS 1. Compliance with Copeland Regulation (29 CFR, Part 3): The contractor shall comply with the Copeland Regulations (29 CFR, Part 3) of the Secretary of Labor which are herein incorporated by reference. Form PR-1273 10/83 (W/ 2/84 Amendments) VII-11 Isom M 2. Weekly statement: Each contractor or subcontractor shall furnish each week a statement to the State highway department resident engineer with respect to the wagespaid each of its employees, (including apprentices and trainees described in Section 1V, paragraphs 5 and 6, and watchmen and guards) engaged on work covered by the Copeland Regulations during the preceding weekly payroll period. The statement shall be executed by the contractor or subcontractor or by an authorized officer or employee of the contractor or subcontractor who supervises the payment of wages. Contractors and subcontractors must use the certification set forth on U.S. Department of Labor Form WH-348, or the same certification appearing on the reverse of Optional U.S. Department of Labor Form WH-347, or on any form with identical wording. 3. Final labor summary: The contractor and each subcontractor shall furnish, upon the completion of the contract, a summary of all employment, indicating, for the completed project; the total hours worked and the total amount earned. This data shall be submitted to the State highway department resident engineer on Form PR-47 together with. the data required in Section VI, hereof, relative to materials and supplies. The provisions of this paragraph are not applicable to contracts for secondary highways . or contracts financed solely with funds provided by the Highway Beautification Act of 1965, as amended. 4. Final certificate-. Upon completion of the contract, the contractor shall submit to the State highway department contracting officer, for transmission to the Federal Highway Administration with the voucher for final payment for any work performed under the contract, a certificate concerning wages and classifications for laborers, mechanics, watchmen and guards employed on the project, in the following form: The undersigned, contractor on (Project o. hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract on the project have been paid wages at rates not less than those required by the contract provisions, and that the work performed by each such laborer, mechanic, apprentice or trainee conformed to the classifications set forth in the contract or training program provisions applicable to the wage rate paid. Signature and title Form PR-1273 10185 (W/ 2/84 Amendments) V11-12 S. Apprentices and Trainees (Programs of Department of Labor). a. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his .first 90 days of probationary employment as an apprentice in such an apprenticeship program who is not individually registered in the program but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a'payroll at an apprentice wage 'rate, who is not a trainee as defined in 29 CFR 5.2(c)(2) or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish to the State highway agency or to a representative of the Wage-Hour Division of the U.S. Department of Labor written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeyman hourly rates), for the area of construction prior to using any apprentices on the contract work. The wage rate paid apprentices shall be not less than the appropriate percentage of the journeyman's rate contained in the applicable wage determination. Apprentices shall be paid fringe benefits In accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. b. Trainees, except as provided in 29 CFR 5.15, will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant' to and individually registered in a program which has received prior approval, evidenced by formal certification, by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training. The ratio of trainees to journeymen shall not be greater. than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified In the approved program for his level of progress. Any employee listed on the payroll at a trainee rate who is not registered and participating In a training plan approved'by the Bureau of Apprenticeship and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the classification of work he actually performed. Form PR-1273 10/83 (W/ 2/84 Amendments) VII-9 The contractor or subcontractor will be required to furnish the State highway agency or a representative of the Wage-Hour Division of the U.S. Department of Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for, the work performed until an acceptable program is approved. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeymen wage rate on the wage determination which provides for less than full benefits for apprentices. C. The utilization of apprentices, trainees and journeymen shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 6. Apprentices and Trainees (Programs of Department of Transportation): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting equal employment opportunity in connection with Federal- aid highway construction programs are not subject to the requirements of Section IV, paragraph 5 above. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen or guards (including apprentices and trainees' described in paragraphs 3 and 6 above) shall require or permit any, laborer, mechanic, watchman or guard in any workweek in which he Is employed on such work, to work In excess of eight hours in any calendar day or in excess of forty hours In such workweek unless such laborer, mechanic, watchman or guard receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours worked In excess of bight hours In any calendar day or in excess of forty hours in such workweek, as the case may be. 8. Violatlow liability for unpaid wages; liquidated damages:` In the event of any violation of the clause set forth in paragraph 7, the contractor and any subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In addition, such Form PR-1273 10/83 (W/ 2/84 Amendments) V11-10 cf. employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his 'establishments, and that he will not permit his employees to perform their services at any location, under his control, where :segregated facilities are maintained. He agrees that a breach of this certification' is a violation of the Equal Opportunity clause in this contract. i? As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage. or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and. housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. He agrees that (except where he has . obtained: identical certifications from proposed subcontractors and material suppliers for specific time periods), he will obtain identical certification from proposed subcontractors or material suppliers prior to the award of subcontracts or the consummation of material supply agreements, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGES 1. General All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR, Part 3)), the full amounts due at the time of payment computed at wage rates not less than those contained in the wage determination decision of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics; and the wage determination decision shall be posted by the contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause, contributions made or costs reasonably anticipated under section 1(b)(2) of the Davis-Bacon Act on behalf of 'laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or Incurred during such weekly period. Laborers or mechanics performing work In more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in Form PR-1273 10133 (W/ 2/84 Amendments) VII-7 which work is performed. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR Parts 1,3, and 3 are herein incorporated by reference in this contract. 2. Classification: a, The State highway department contracting officer shall require that any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclassified conformably to the wage determination, and a report of the action taken shall be sent by the State highway department contracting officer to the Secretary of Labor. b. In the event the interested parties cannot ag-^e on the proper classification or reclassification of a particular class of laborers and mechanics, including apprentices and trainees,, to be used, the question 'accompanied by the recommendation of the State highway department contracting officer shall be referred to the Secretary for final determination. 3. Payment of Fringe Benefits a. The. State highway department contracting officer shall require, whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the 'contractor is obligated to pay 'a cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested' parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. b. If the Contractor does not make payments to a trustee or other ' third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a,plan 'or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract: Provided,' however, the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Baton Act have been meta The Secretary of Labor may require the contractor to set aside In a separate account assets for the meeting of obligations under the plan or program. 4. Payment of Excess Wage= While the wage rates shown are the minimum rates required by the contract to be paid during its life, this Is not a representation that labor can be obtained at these rates. No Increase In the contract price shall be allowed or authorized on account of the payment of wage rates In excess of those listed herein. Form PR-127J 10185 (W/ 2/84 Amendments) VII-8 invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of this Section II-2 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the State highway department or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event a `contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the Federal Highway Administration, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 3. Selection of Subcontractors, Procurement of Materials, and Leasing of Equipment: r- During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: a. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part. of this contract. b. Nondiscrimination: The contractor, with regard to the work performed by It during the contract, shall not discriminate on the grounds of race, color, sex or national origin in the selection and retention of subcontractors, including procurements of materials and leases of 'equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.3 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. C. Solicitations for Subcontracts, Including Procurements of Materials and -Equipment: In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Form PR-1273 10/83 (W/ 2/84 Amendments) VII-3 r Regulations realtive to nondiscrimination on the grounds of race, color, sex or national origin. d. Information. and Reports: The contractor shall provide all ? information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the State highway department or the Federal Highway Administration to be pertinent to ascertain compliance with such regulations or l. directives. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the State highway department, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. s e. Sanctions for Noncompliance: In the ever. of the contractor's noncompliance with the nondiscrimination provisions of this contract, the State highway department shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (1) withholding of payments to the contractor under the contract until the contractor complies, and/or (2) cancellation, termination or suspension of the contract, in whole or In part. f. Incorporation of Provisions: The contractor shall include the provision of this paragraph 3 in every subcontract, Including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with 'respect to any subcontractor or procurement as the State highway department or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a contractor becomes Involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the State highway department to enter Into such litigation to protect the interests of the State, and, in addition, the 'contractor may request the United States to enter into .such litigation to protect the Interests of the United States. DI. NONSEGREGATED FACILITIES (Applicable to Federal-aid construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity clause.) By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement, as appropriate, the bidder, Federal-aid construction contractor, subcontractor, or material supplier, as appropriate, certifies that he does not maintain or provide for his Form PR-1273 10/83 (W/ 2/84 Amendments) VII-6 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (EXCLUSIVE OF CERTIFICATION ACCEPTANCE AND APPALACHIAN CONTRACTS) I. APPLICATION 1. These contract provisions shall apply to all work performed on the contract by the contractor with his own organization and with the assistance of workmen under his immediate superintendence and to all work performed on the contract by piecework, station work or by subcontract. 2. The contractor shall insert in each of his subcontracts all of the stipulations contained in these Required Contract Provisions and also a clause requiring his subcontractors to include these Required Contract Provisions in any lower tier subcontracts which they may enter into, together with a clause requiring the inclusion of these provisions in any further subcontracts that may in turn be made. The Required Contract Provisions shall in no instance be incorporated by reference. The prime contractor shall be responsible for the compliance by any subcontractor or lower-tier subcontractor with these Required Contract Provisions. 3. A breach' of any of the stipulations contained in these Required Contract Provisions may be grounds for termination of the contract. 4. A breach of the following clauses may also be grounds for debarment as provided in 29 CFR 5.6(b): Section It paragraph 2; Section IV, paragraphs 1, 2, 3, S and 7; Section V, paragraphs 1, 5a, 5b, and 5d 3. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth In 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of Its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. U. EQUAL OPPORTUNITY 1. Selectlon of Labors During the performance of this contract, the contractor shall not discriminate against labor from any other State, possession or territory of the United States. Form PR-1273 I0/85 (W/ 2/84 Amendments) VII-3 i 2. Employment Practices:. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contract will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, dernotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State s highway department setting forth the provisions of this non- discrimination clause. E b. The contractor will, in all solicitations' or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. C. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by the State highway department advising the said labor union or workers' representative of the contractors commitments under this section 11-2 and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations (41 CFR, Part 60) and relevant orders of the Secretary of Labor. e. The contractor will furnish all Information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the Federal Highway Administration and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations and orders. f. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations or orders, this contract may be canceled, terminated or suspended In whole or In part and the contractor maybe declared ineligible for further Government contracts or Federally-assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies Form PR-1273 10/83 (W/ 2/84 Amendments) V11-4 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (EXCLUSIVE OF CERTIFICATION ACCEPTANCE AND APPALACHIAN CONTRACTS) Page 1. APPLICATION .. ........ ..... 3 c 11. EQUAL OPPORTUNITY .............. .............. 3 III. NONSEGREGATED FACILITIES ................................... 6 a IV. PAYMENT OF PREDETERMINED MINIMUM WAGES ................. 7 V. STATEMENTS AND PAYROLLS ................................... I1 V1. RECORD OF MATERIALS, SUPPLIES AND LABOR .. ... 15 ' VII. SUBLETTING OR ASSIGNING THE CONTRACT .................... 15 VIII. SAFETY; ACCIDENT PREVENTION ............................... 16 IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS .......... 17 X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT .............................. 18 AFFIDAVIT OF WAGES PAID (Form 421-021) 1. Enter the name of. the firm. If subcontractor or agent they must be the same firm name that appears on the "Statement of Intent to Pay Prevailing Wage" ` and the "Request to Sublet." 2-3. Address of the firm entered in 1 above. 4. (a) Contract number. (b) Federal-aid number. 5. Description should only include the SR number and the job title, i.e., SR 235, Mud Creek Road to Road 279. 6.i Check the appropriate block to indicate the relationship of the firm in 1 , above to this contract. - 7. Signature and title of the Contractor, subcontractor, or agent (whichever is applicable) to commit the firm in l above to the affidavit (certification) on the form. The form must be notarized. 8. Signature of person in Headquarters Construction Office delegated to approve the Affidavit of Wages Paid for WSDOT. NOTE: 1. Any alteration to the form, such as a Prime Contractor signing on behalf of a subcontractor or, agent, must have a letter attached from the Prime Contractor explaining why the subcontractor or agent could not or would not sign the form. This type of alteration should not be routinely done. There must be a compelling reason for the Prime to sign on behalf of the subcontractor or agent. The Prime Contractor, by his signature on his AWP and/or the altered AWP, is certifying that the appropriate wages have been paid. 2. For any other alteration on the AWP, the Project Engineer, should advise the?F rime Contractor so that a proper AWP may be resubmitted by them. If this falls, the Project Engineer should notify Headquarters Construction via the District Construction Engineer for guidance. October 1985 VI-6 AFFIDAVIT OF WAGES PAID CONTRACTOR- Am L 1+5 _ ?_ - - ADDRESS CITY STATE DATE STATE CONTRACT MIMBER FEDERA.. rNiOJECT NUMBER iW Y. NO. AND J09 0EF&WTION tTHH) _ CO?t'rZ,eGT j ?TL T` CHECK ONE: ? PRIME CONTRACTOR ? SUBCONTRACTOR ? SUBCONTRACTOR'S AGENT AFFIDAVIT . I, the undersigned, do hereby certify that in connection with all work on the project for which. this statement is submitted, each classification of laborers, workmen or mechanics employed by me have been paid wages at the rates not less than those pre- determined by the Department of Labor it Industries (and/or.U.S.D.O.L. on Federal-aid contracts) and as stated in the contract provisions, and that the work performed by such laborers, workmen or mechanics conform to the classification set forth in said provisions applicable to the wage rate paid. SIGNATURE TITLE Subscribed and sworn to before me this- day 19 Notary Public in and for the State of Washington residing at I herby certify that according to the above sworn to affidavit, and in accordance with the authority delegated to me the provisions of RCW 99..14.040 have been satisfied. SECRETARY, DEPARTMENT OF TRANSPORTATION DY DATE--?__., rw McCTDa, 0er1RTIfMT ar LAeU ANp e,0yeTAi[3 aereeruTqu - - -- ?»-N..+«... THIS FORM IS REQUIRED WITH THE FINAL ESTIMATE FROM THE PRIME CONTRACTOR AND ALL SUBCONTRACTORS ON ALL PROJECTS. e.w.w-c..,.... TNIB FORM INTENDED F OEPARTNENT OF TRANSPORTATION'S CONTRACTS ONLY D07 OR «?'o'i w love STATEMENT OF INTENT TO PAY PREVAILING WAGE (Form 421-022) 1. Mark appropriate block, i.e., Prime Contractor, subcontractor, or agent. Enter the name of the firm. If subcontractor or agent must be the same firm name as appears on the "Request to Sublet 2-3. Address of the firm entered in I above. 4. Contractor's registration certificate number for the firm entered in I above. Not required if unregistered. 5. (a) Contract number. (b) Federal-aid number. (c) Highway number, i.e., SR 6. Signature and title of the Contractor, subcontractor, or agent (whichever is applicable) to commit the firm in 1 above to the certification on the form. Must be notarized. 7. Signature of the District Construction Engineer or his assistant approving the Statement of Intent to Pay Prevailing Wage forms for WSDOT. October 1983 VI-4 w In. Ili D STATEMENT OF INTENT TO PAY PREVAILING WAGE 0 PRIME CONTRACTOR _ 0 SUB CONTRACTOR or AGENT, ADDRESS CITY STATE DATE CONTRACTORS REGISTRATION CERTIFICATE NO. (Not required if unregistered) I I B I hereby certify that according to the above sworn to affidavit, and in accordance with the authority delegated to me the provisions of RCW 39.12.040 have been satisfied. SECRETARY, DEPARTMENT OF TRANSPORTATION E BY DATE FOR, DIRECTOR DEPARTMENT OF LABOR AND INDUSTRIES I' This form is to be used to certify the intent to pay prevailing wages for each classification of laborers; workmen or mechanics employed on public works of this state and according to Section 1-07.9 of the Standard Specifications. Prime Contractors, Subcontractors and/or subcontractor's agent, must prepare this form and forward it to the engineer. The prime con- tractor must submit this certification prior to receiving progress payment for work completed. The certification by subcontractors and/or subcontractor's agent must accompany the contractor's request for approval of the subcontractor or agent. aaesatta?resaal?seaaaaaasea?anaaaaaaaarasaaarvs DISTRIOUrIoN Foww uI•?u THIS FORM INTENDED FOR WHITE • o ZI DOT w¦vneo am DEPARTMENTOF TRANSPORTATION CONTRACTS ONLY p,INNKA• hololees .etOp 8nelturtnw, P DOLDENRD(1•ContnCler Stalt• Pr Olett NYTW/ F?fHIaI•AIC Prol?<t NumO?r wY. NO CERTIFICATION SUBSCRIBED AND SWORN BEFORE 1, the undersigned, having first been duly sworn, depose, say and carti+lat in connection with ME THIS - the performance of all work on the project for which this statement is -omitted, each classifica• DAY OF tion of laborers, workmen or mechanics employed by me will be paid not leis than the prevailing tg rateofwage or less than the minimum rate of wage required by Chapter 39 12 RCW of which a . , listing is attached hereto together with the number of workers in each classification and when NOTARY PUBLIC IN AND FOR THE STATE OF W SH G , , required by the U. S. Secretary of Labor, as set forth in the special provisions for the project. A IN TON, RESIDING AT ISIGNAT VAEI (TITLE) PART VI INTRODUCTION According to RCW 39.12.040, each Contractor, subcontractor, and agent must have a "Statement of Intent to Pay Prevailing Wages" approved by the Department of Transportation before funds can be disbursed for the work performed by them on a public works contract. The "Statement of Intent to Pay Prevailing Wages" with attachments is a form stating what wage rate, per classification of worker, a ' Contractor, subcontractor, or agent intends to pay for labor utilized on a public works contract. This form is to be submitted to the Department of Transportation as soon as possible after a contract has been awarded. The form will be reviewed by the "WSDOT. If the W5DOT finds that the form is made out properly and signed by the Contractor, subcontractor, or agent (whichever is applicable) to commit the firm to the certification on the form, the form will be approved. After work is completed on a public works contract, each Contractor, subcontractor, and agent must submit an "Affidavit of Wages Paid" with the Final Contract Voucher Certification as required in the Standard Specifications. This form is also reviewed by the WSDOT. If the WSDOT finds that the form is made out properly and signed by the Contractor, subcontractor, or agent (whichever is applicable) to commit the firm to certification on the form, the form will be approved. The contract awarding agency's (WSDOT) disbursing officer may then pay the final estimate and request a release from other agencies (Dept. of L do 1, Dept. of Revenue, etc.) so that the retainage can be released. The retainage can generally be released in 30 days from the date of final acceptance by WSDOT if a release is received from the other agencies (no labor liens are filed--Department of Labor and Industries, no taxes are due--Department of Revenue, etc.). RCW 39.12.070 requires the Department of Labor and Industries to charge a fee to the awarding agency (WSDOT for the "Statement of Intent to Pay Prevailing Wages" and the "Affidavits of Wages Paid." WSDOT's policy regarding fee payment is to pay the fee by periodic invoices and charge the fee to the specific contract. Also, upon completion of a public works contract, a Prime Contractor shall submit a "Request for Release" (LI-206-83) to the Department of Labor and Industries. The Department of Labor and Industries provides the form upon request by the Contractor. This form shall be submitted to: Department of Labor and Industries Industrial Insurance Division Field Audit Section ' General Administration Building AX-31 Olympia, WA 98504 Upon verification from its records that the industrial insurance and medical aid premiums have been paid by the Prime Contractor, every subcontractor, and every agent in connection with the public works project, a statement to that effect will October 1983 Vi-2 be issued by the contract release clerk. A copy of this statement must be on file with the WSDOT before the retained percere.3ge is released. On the following pages are examples of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of 'Wages Paid" forms and accompanying instructions for their completion. Please read the instructions carefully. A review of the instructions will help avoid errors and ensure that the form is quickly possessed. Y i VI-3 F PART VI PROCEDURES FOR COMPLETION OF "STATEMENT OF INTENT TO PAY PREVAILING WAGES" (FORM 421-022) AND "AFFIDAVIT OF WAGES PAID- (FORM 421-021) October 1993 VI-1 1 1 i [ tri C . O7 L.:^ 1 Q Cam' • 1 G 1 Q'• O. I :V rl o G 7 C"+ 2.G N J' fJ 1•C x T G C> U EG v G Q' .iN 1 _ ?. ? 1 x`IZ '1 O .•1 rl U O P 1.-i ri .i IN N N} 'V N ^'7 ?(`J (. '- 1 M1?, -1 o 1 ? • I 'o ? c., o 0 0 o P c, o P o 'sc c ? o o o ? o - o fo'r_.'o v o1.1 ? -, c^ 7 :.1i U CSI L' 1- lC'^ I G •1J Ic 1 K o 00700 C O/??000 GO 060 C C.G ?07C3' V J ' JG OICj I G lL ? 1 M VI ,t Cu Lip G.U G O G G O ( G C } > G'G% ( d lL r N / '-t N N H '* r• .- - -? N N r! .-e - .+ r1 { r1 ti - N ! f I y 1 K W m 0 : i ( - ? I ?? 1 1 ? I r7 :.-m r^ c r ?? ? t f f ? ? t w I ? 1 u of 1 P 1 T C ? Q ? r ? J C G lL l-. ? 2 y ? ? C 1 ? ff w; 1-; I u?, 1 r 1 ? 1 C. s on a IY G L. N w f- S ' ci f W z u:? 211 F-?, t( I ( j 1 ,, f ? I 4 ' J I W, 1 1 a. 1 1!' - 1 {/} 4 ? NG FLA. Y C w S( M Y ?~ W 1-' ? t7.. 1 C??, Id V) zs0 O H 1-- G 5 I cz? I r 1 L r 1•- ' iu 4 1, ? i Z N m r LL ' - c? Mr eta } i Li "' I in1 s 1 I wQ LLV? ? I a 'I ~ V7 N a} G n ?V) H` ?? ! I t ( W ? . ? r i . ? 1- 1? JI -" 1 Vi 1. .y 1. W VJ ' L7 H 1 , O LJ d ?- ? `LL'L C ¢? tf N 7 ? k ^ ? H ti i 1 f •Q?'. . -. 1 Q'{ 12 12 L! ;-YY J6. ' 4 JLJ J ?' s WI. H 1 ¢Jt 1-- 1 1?? i a' R U LL'J • J ^11r r U R W n N J K U I - . .0 0 a: l 1rf " 1 v 1 I 1 0 o a (.. ? a?Y W c V. c, EO r? _ c.. ui L: r ? I 1 l.. O ._IDG t[ 41QI I ( 1-- 1 M. c? 1 'X C Q o J H C' F- w I r 1 N 'X o u'a LL x xr, r-+ v L? 3 1 1 _VC9 rLl GV LI LC' - 1 IY 1 lr I U v U Z G :V N r 1•- w J"W G CS1«'W W U C U ¢: 1 G aC 1 a f' Y N <l l W H H [L Y•- Q ~ ~ R v 1 J 1 G l ? Q 20I N¢'L ? N I 1 T J U G ? J f U J .o c, _ d I.r C' N • ? G. c LL I c? 1 1 4 u u ? r V ?7 c vJ N _ ct t w '/1 I f?1 Q n 1 I - W C, K --C LJ V: 1 st 4. U I 1 Y r 1P` 1 } J 2.6.5. J w V7. fY H rr O J a JI W X 1 W /- -- } w .T r - CC be " OV ?- . U 1 MI - 1 1 N( 1 S J •-n s LL,., W Q U Y .I- P T_ }. T= ti N W U.: = C F-. U K Y 1 M / t iw/' - 4 • S 1 R 1 1 Ia / 1 .: I 1 I 1 1 1 1 1 l , • 1 ` 1 1 1 W 1 t , 1 to ¢ "tc 1 i " CZ W I W Gt • I O ! 1 O'i[7 I,N O O U++ O ? ? a a ?D tY;{o N aI U:J ? !.+ l rtt r".o 1 o n F o o.o I t cv v 1- r WU I. IN 1 :f11 ('+? 11+ 1 N NN N NN r r r'rr r NN N r . {p W . S•L: 1...J ?c cp q n 'o 'D ? ? 4.. 6 f O ^ 1 r of OdC'??f-O CA L (? ; 1 m ? 1 1 ? r 1 s? 1 1 n 1 j 1 CJ I 1 ?C 1 _ti r ter" i i ? f ?1 1 N 1 ? 1 W! I I.IP 1 fAi 1 p?? 1 1 j ? ?? 1 1 CL ? 47 .. ? ± 1 s c L r ? a M ? 1 L^1 d 1 ai 1 J \'1^f I H 1 M. 1 ' I" W - 1 cv 1 Li ?. W C C 1 M 1' d' <L r U ' /CC 1 O? K•H J ? 1 CC 1 W W 1 r r r- a ¢ -s ' v> 1 In - 1 ? W a _o lJ 1+. 1 F7 1 i t^ 1 O h- r-+ _ 1 1 ! ^ J N W 1 N C. v. !n fA ¢ Z ? ? 1 ? 1 tC C 41 W rt 1 r 1.' aa ? lL 1 {(? 1 W W - .. ' 1 a 1 T T tr I Q 1 1 r r o 1 a 1 1 x 1 ?O 'V? 1 1 i '.1 I1 W / 11 Int - ¢ CCk 1 1 I . ? O Cn t ¢o? N1 N} i- t . ? a IWi.. Qi .?SiI Vi G LL 11 Ni t t / r / a? T 1 t rl 1 N u r ° a Us :1 / r .? V W r ; l t i1 S C ( - i 1 N' - W t / II' O' U yl 1. i cal ti . 1 . 1 ' If1 f LV t ,1 N4 i W f C i. r T ' 1 ? s ( 1 N I G U 1 M 1 7 T) 1 ? ' cn t r 1 r/: t I - ir:1 W, Li 1 1 St N; 1 1 , L. N R 1 H a ¢ 1 0? 1 L-i 1 1 J 1 1' tr f w 1 N 4 1 S 1 - -... I f I t 1 1 j ; ? 1 1 1 i ? Ia0 UI i C O N -1 ?-i ? 1 O O .> 1 : r -1 H -i • UrOa 0[>v:>O N?S tC C. ?> N S; G'G O ? rl N ri a N C . r 1 G. J O U I 1 NON N C.1? ? . ? C> f N N N'• O? O O ri O O O' 1I>:[') Ifl Y111'1 u) ?? D 3 O $ 10 10 a 1 ?O! U W ?O I ?Q u` VI• ?D 10 I 1 .7 V' Ni.n .n. COI 1 ..-r r•1 .-1' .-i r1 ri .? .-a 'a .--I e-1 ff 1 a`GOC]? 1 1 G ` O? OOC.?O OG? I 1 ?? t 1 I I 1 1? 41. N ., 1 l C 1 ) J LJ! 1 P ¢, ' 1 - I 1 W 3 = l ' 1 (n Vi H W ?V' ? ' V. VJ ' 1 7 G H', 1 LJ WI4 J• 1 I V V t < , c < ? W 41 ,J' I V V U; ' 1 ? 1 T f 1 t W I 1 W r Y t 1 1 LL J C LL ( W Gi ; Y LL 7t %'- W LL Hi ... - / 1. z =1L: L- u a? .n w1 3. 1 1 x 0 c ( LL L x 0 2 C 1 , H Li " 1 LL I F- aso 27, VI , 1 i 1 '¢ C VJ ¢ 1 2' T 1 ? :L. LL I •y ?• 111 JI c "s. 1 Y cl ?C 1' 1 L ( : Y?CY. W? i h 1 Y? r ? ? CC I • 1 x t ' ?LL _ ' 1 r 1 ( 1 1 1 f I! ? i 1 1 1 I'.. I, 1 1 f i oi ooo S ? GI N 1 cr ? N ? ? 0N 0 O N t r1 r-1 G O, O o .-1 ?r1 i U O.,O C C CO O O O O• v O a'O I . 13 0 'D i q- G o 0 o G ono i i C Z G w W w w W W WILL ? ? . :.7 .. un ^I J ti ? HI IC ' ' O 1 41 lal LL C] LL s.. J C G JC.o Z 41 d - W Vl x 4. W L. H Z F J J n y H ?a W.3: H G41 J VJ(C - . N Ij 4J IJ [L ¢' O 4! :r i 1 7 1 I w i ? I S 1 -. G• 1: •? o c]!n ?f c, _ io o a ;n n o is .a o •'Io 0 0 to c: n ?a o a o o o 4J ^' 1 C• O 1 2 G N S S a N S W x to N S W N S W <O O .? W cL O ?N S 4] N S ?D > I 4,Z tO •-l r-1'?r1 .-1 N pi0 o O1- .-I r1 .-, p G?O?O N'-IIr1 N N1NN N p O G "D 'a 1 1?({ / O p L.p O O /.c O C OjG C O G G(+f0 a p O O CJ icJ a 0 p?O O r 1 W(•0In In MMM W!4'mIt O 0 W W'? O` t " tP n w)"I:tn. ul Ln N•NN In W U. 1 tl]IO '1 ] tl] tl];tf1 In L]? LL]?tf) 111 It N 11 St 't17 Ill 'n tfJ I!' In .'tn l tl]?LL] LL] l;Ultlf In W fM...D W I S t W 1 ?L` v] V' 1`D (D ?r7 ?D .D t0 .L (0 .C 'o .D W tD .D W ] (D u) I- Z D D' .D D cD Q? k ! Mlin 1 •-I ni H H e-1 .i M1 ..11.i N •'i N .A N N .-1 ?ry •"I ri ?•-1 N N .-1 .-/ H .1 •-I,.-1 1 .1..ILL 1 ?(!<^-C-C)Oi000 c1G.aOC-uafa ..O a?J C.7 ?O C. U?r)„J C?O_ 1 r G? I ? ? C O)? 1 F O 1 ?I _ r r 1 1 , 1 ! 4 _ ? ? ? y. I. r 1 Oi 1 1 Q 1 W 1 ' v) 1 W! 1 j i I Ii ~' ,1 aI 1 I I ( t ?N i t K 1 N 1 I I S ".? 'ZI Ell, _ Q? 1 r 1 r 1 1'^ 1 V` (/. ,'G] N. ?:' 1 V 1 N h !,7' h lL ?N 4: N 1 V: 1 S•- F-;F 1- /-. F- F- F- F- f-' ? W F- F- F- ' W W W- 1 J! 1 W I W lJ W %W O lIJ W W ' 1 ) 1? 4 U1<.. V U! I VU U U-V ? jU U V? i 1 .MiI 1 C 1 1 JI 1 1 .D n + M .J J)?StN ? O I o ?? !s I.S C' 1 N M1 'j' 1 ~Ic ••~ O of (W i 4 1' D'1 i { { ? 2 f ? lY•. ?l 1 ? 1 ?1 t 1 N; ? \(? H Q':lK N 1 - ? ? J K 1?"l..ll ? 4L?tJ C 1 1 ?'y \' ! K a1 1 , c 1 1 G - a ry "Q? G .W l' .a-r W J C 1 r. c'? I W Ji W O uC LL W 4. '? a 1 S 1 :? 41l vl = W O K O \ 41 N K W 4f ^' 1 M1 1 ?: =a W C?` J LL 41 W W W" C 1 W 1 :. M - 1- 4. 'Y x N 1 W . Ill 1, .L L sL t7 2 Q Vl, O all K?41 .?N y I I. S 1 ar ? O ? r Z H rrrhhh L.1 2 f? O 41 LI 1 I V J SEO ¢?.'..' S J O E• _ Q V! 2 c? ° y LL 1 1 4. ¢ h-I'- h LI O 4 /- t 1-. F-' "' G ?. ! J 1 I-• ~ H W ?Q: 3 J /• v) ( ?. W vi Ll > VJ.a J 1` LL I 1 ~ J,N [ k .4 J Lo 1 N C? . 1 J ? . •1'? U d Q}TQ? ? Li? R C Y 7' W K d R Y-? 7 1 G 1 .'. W W 4 I j W L.. L. K W L. a] d Q W U I W a t- Ll Q 1 I IV C. 1 L' C I+. > 1- IA G. J J i_ G 2-C a 1 1 W O t a rtl LJ W W r S?0.',41 LL f 1 If/ I W c7 LL O W fff O 1 7 1 Lv !L 7 :J 7 Yr F- l1: W '7' 1, ''.Wr' 1 fl 1., C y r': 1 ?V r 1 y 1 1 J ?/ 1 1 1 1 W O ?t Q H 1 ¢ • I O Z 1 ti NS l.-1 rlrl C:O ?o N r 1 n ? 1 O tc a, OIT . G , ol (7 W 1 .tt 'W.1 W ?10 v.O ?O xi ? _ Q LL. 1 M N 1 ti ` .-1 .-1 .q C LL 1 N W 1 .Y 1 c / - C.h o o 1 r o i 1 x 1 1 M1 1 a 1 ? 1 / I(i 1 S 1 t O O O O CJ S ? O O O G 0 0 0 0 M1 M1 F M1 d S S S 10 D ? 10 nJ .-1 O .i O O G O O ?G G .-? C??.:] O O r? 0 0 'O O .O l3 O O .-I (J O O I.-1 O O G O 'O .-i •' 7 70?U O O f ti .i N rd Oo xx s.¢¢ ?m .c cc v??,c uno , s o .o .a ' a s a +n c •a' I +n :n s rim ui .n .n n +n ? ln n vi N r1 ? , rl `+-i In ? .a ?H C r1 .0 ?e-t r-1 +-1 a ?d] o N S ?C 0l0 U ' G `o c:+ 1 M ?M M ?n .ln u, ?D ?lD +t7 I 1 O+ 1 f I _ r l 1 <r t 4 € 1 M 1 1 W 1 In O ? 1 f { C? i IT 1 , ? t E F I 3 t, 1 M1 I [ I to V) V) : 1 VI V) - V:I 47 G N 4)V; i '1 f i lt) ? I ? - 2 L I H H 1-. F- W 1- F- T I . (= ` ! 1 S 1 I W W !11 V u V .J (J 4] WIW N 1, LI.W lil ? K - ? I 't N ' 1 i ) u U . W V V ff u + W J? I 1 -. '-I 1 1. I!'1 i I . G. ' L^i? - OIW C WIVi 41 ?f{ {' Nti ?- ` ? ? J WI + Cr !1 / M1 1 _ U' `l1 QI i i 0 111111, J J a ? 1? ¢( i1 V .I I f 2 ? ?? 1 t.i i1 Y ! S { ..? J Y NI 1 j N W f 1 In L L! _U 1 '.-r 1 4 W. LL ~ at :a i U, 1' M 6 LL m O L.. L tar w : u, L 0 '. Q cl LL W H Y'. L.J -1 W 1 L ' a 1 M1 '1 1 LL Cl) 'n ( S W ? Li 4+ ' l_I 0 2- aD 1 ..-. 4 3 In 2 OG S LJ u : - W J j N In .. 1 ea a <.^ W C! C.D. 6. el. •... O r- r i J ? . - J } w 1 a' W 1 M 1 o z a J +`-r ?- r H r- M1 i 1 1 1 H 4' F- 1 J H Q N ? +-) tr Q'LL N c V) Y V1 Q C N Z ? F J W I N o 1 ' / 4 7 U / l W 4 Y W d' T Q '? K Y G R ?? ? 1 ¢ C 1 Q al 1 S p> 1 L: Y d H Vl CC G T :: W Z d 2 L W 1- S C LJ W s( cG G ? L I' Z 4. t ts: "' n i 1 - ? , LLI ¢: r = v .W ¢ ' Ll L W K 1 :J U c[ L:' 1 R 1 N1 M _ 1 r+ i 4 Vl ? 7 a (!_ 4 7 LL ,?1 7 LL cli J CL J a 1'rl CI 1 r 1 _ i s 1 Q 1 1 G / N P- 1 4 1 ? + Iz. f i 1 1 t { 1 t 1 1 1 1. ! W CC! o NS x o cJ ?t,leis `r IQ I V(p t ?+O.t NS ?i ^ .G O rl .-1 N e-II N N N MM JIM , ? -1 ?-1 r1 i l F Vi C 1 v)I • t 1-1 H rl r1{r1 ri ni i, M M +7 v M M l' H r1 r M M M M M M fr t? I U= ! I / Itl O 1 M ? ?.4Gi '4l i D??L ?O ? l ? W `¢ D W l c71 W Q ?. d I 1 c 1 M1N 't H .-1 r1 .-1..?1 r+ I. .-! ra. N- ti .e r+ O O [= r j i N• 1 O C-t0 O C: _.? .I - <? U O? 1 r 6; 1 {f 1 - Z'r. 1 I 1 i t !' ? 1 .Ov 1 1 1 nl! 1 ` ? 1 ..G O? 1 l ?, i.. t ¢? 1 I { hi 1 ? 1 4tv ? 1 l(1 ?. ' I I i ? I M I i t 1 1' 1 I ? ? w' 1 IP o .' 1 I ? ' 1 s 1' ? 1 i N r ? 1 r. 1 ? f .. t ,n y 111 1 r, 1 i 1 'Q,n D > r 1 S! 1 1 ? •1 1 `41 4. : i t rF a .. C C: 1 MCI ; l? 1 ?l S. { j 1 t`I 1 V 1?i,l 1 1 ? ?u? l .t L,. 1,?? V ? Y , v i `rz i J C u J j `s LL 1 (`? 1 UI.Z 1 4 4l tK !- ? 6 i¢ l? { r J V ¢. 4 I 1 h 1 LEI 4) V W a '-. J !C o . 7 j T 1 1) r L. SI L LI 2 I w i i t L ? K K 1 n,? . f U G, 1 l` 1 of ' I _ M1 qy. L 1 rV??'1 1,?G fj'Ki1 <L K 1 WV v? 1 N ? t 1 l t.l 4 1 .. {{ 1 r-t ql . LY' r ; 1 ft? ( / ? 1 1 Y ? 1 In. 1 1 r' 1 t 1 ? , !r ? ? ?I ? ? J M 1 ? Ll 1 F• 1 t 1 I • i . ^J to .M . t h d 1 .NN 1 a 1 ?? i ? t - 1 ?Cj V I 0 0 O N s S i0 O O io 0 0 .S r ? I M M iaC ,O ?D! to oP I { I { 1 7 Vl? { H N W 1? K Z I W 4f ?a4tG O O n m 41 ¢ z iJ J 4 ri L 1 1 1 K y fY !1 a u u o n N sc 1n v C R J J Q M N 1 ee i O?o IC+O?L'1 u Oia? O ( N S d,tl ili) W SOS I ? 1 . O O?G O I N S!V OCi . O ((O O b O G 3 ,r4 •"1 G 0 0 0 r'N r ' ) M M'M M.M tr M MjM M oln n Abu nwl.n :? MI ww n j'1 '-l. rl r1 r t:G:,c O?O C`C:00 ? 4iI ? F POI G t t r I i ( i I 1 4l a s 4 I i ?? ? Q t ! y, \ ? ` Q 411 ? GI o7 WI '-?. O O iH s ~ ? aJ; Lt W Y tr' i H ? JrJ ? 4 1.1 N .? ,.1 G J(1.N EE LL, Y 1.1 2 al ` I w a a,z lIw ?'J aw' r , at ¢' 4I ? a` iJ?a I In w i zov - ?+.rw u J I r,[1 .111."'.111[ G D .. 1 ? \ _ V 1 I 1 1 1 W 1 1 I r j ? O7 ( I 3+ 0 ( • I ?: d O .? O J O 0 0 0 .? L:I GI O G O ?7 v 01 717 ,G' O 0 O O 7 lJ 1 ` W ? fl QI 01 W a a N N P ?:' h C: GIN ' N .Y +% W G N ?- V S t7 N IN S O? ?O N S I ' ?? f- N ((1 ID .1 ID 1 0 • 1 N 0 0 O N.N N CJ r, (( C: O O M M `h O p O .M M M 4 u? 0 0 0 .[S lf7_r 0 0 0 '.') l[) IL') (J 0 0' O t11 117 1() til) O O C+ O O ?rb ?) 1'G iQ ID cG '.?3 U 1 Il'7 O I N Cl - - N EN N N N N (V N N N N N N N. N N N ?N 'V N N N N N U ¢ W ? Q l d' 1 M W 1 D N 1 .-1 .D 3 o .i et N rl U D i (.-? .-/ ..1 ID ID N .-1 ti ? ? .-1 v'1 ri .-1 N D D ? r1 .-1 ? J' ? i? r1 rl .-i e'1 IID •O c! ,?O c0 W .-1 e-1 ?e-1 e-1 r1 G ly I N' I - o?"a C'U ?c? On c O CJ o c 1 C Cl G Ic'? cl o!O O t- ? ?C 1 1 l? I M] 1 ? } 1 N 1 I i ? 1 t i QI 1 1 w 'r (n }1 ID i W:+ir ¢ i.' M 1 4 "J 3J ? ' 1 ? 1 ? r ? I I 'W !SS 1 In O 1 Y J O } ( ? C ` W 1 1 ?w h ? ? it ? I I h 1 V! 1 1 H S V N ?tJ /- r } V) V ~ F-- T N G i -~ F- S 6i '2 I ' N N . H N? O V1 H Lo 1 Il'1 1 Y 2 i ? } W I 2 W' I zI T. t"-. ,? ?. 1 ,1 S 1 M7 1 LL ? 1 (.. ? Wl.l. 41 V 4 ' UWI U U W >`' 1 U U f r Ww! }, U U [J U (?j . 1 N 1 .-i 1 4'O t 1 .L I IP H <. ch .-IC? y to ? .IZK ` ? W M ?• •?r ?.. o {{?1?O H ¢' ? Q ! f 1 01 1 ? 4. . v G W} N C V 7 . t F ? 1 tt7 I .11 til O I W S R ! Oc ? 1 ?b .-I H 1' M 1 W. 1 Ir Q W ?: w x 1.7 X, c6 c 1 '' 1 ¢ u 1 ¢ U ¢ 1 F H W 4 Y '1O Q C. i M 'd 1 LL , o- O. J I LL U U U R It W t?llLL 7 LL - - U 1 O? t uD 1 _j 1 u. to tL 7 U U 7 J ut m =) = cr lY Q: -1 J W W O >' < 'J i - J 41 t N 1 3 W O ! U H F- H S "x 2 If a F ? V: t to 1 9 1 U /'- •4 ?; 2 Y +U , 2 O ? 7 ei• C 7 t? t M 1 ? '- O r 2 U UL ¢ I-1 f . 2 W ? . 1 N 1. 1- H 47 ? H - LL. 1 H 1 1 4) ? fn U J VI K K R V J Vl 4 U S J V. p a 1 R w w w a ¢ _' O C i ? uj f U O r o w ? Y ¢~ °4f i 1` 14 1 w D_ ?: y V W w 2 u -r - 4 q1 w .1 S R 7 W x w W . _F 4 5 Y. c / h r e = as> m 1 1 .0 1 1-? )o ¢ IJ W4 O ; N 11. 1 .117 1 m 1 - 1 u C.N 'ty1 oO C?' -? LL I J J w w l K n. - N O ?z ? 4:' 1 NI 1 l4 - - - l IT, :' 1 1t7 1 4 t 1 1 • ' r? O 1 M 1 ? ? Q J ? ? ? ` I 1 ' G, 1 ? 1. . . i ' a I , 1 1 1. I; w 1 , Q"?j 1 y u• 1 0 0 0 Olo v G.O o O N S ?x a, o 1 O?PJ O NiS 7..v 'l.cC { 7 1 21z 1 CJ!N M M,M h M;S ?' S o r ?:. .. Of11 r1QG O cs?c?ooooo?o oIc W. U ''pl N"!YO 1 .'fi.-t e-t CI .(? a?Q??a`. C`C'•ifJ? a? (T iC L^ ? H rl H H .a I~ H oY.;.. W .P'W Ic,al.a .a .a4?w .a ,a .n .n .o .a ?a •? •? •x K I LL M N 1 rl? N rl ri H N H H .-? 'i H H I.-i H .- 1 .M1 OY / - 1 m. 1 ?o , z E 1 r f 1 Q ? 1 .aY 1 Itn 1 1 `F" Y I .C _ 1 : 4r } II fLI I 1 { 1 T.,, I I ;41 ? OI fl r Jrt ?V ? II` w, i i un i- I Y 4: 4 1 M 1 Y { 1 ? 1 ? fla.l O WI 1 U) .? 1 ( •N O. I +{ 1 a+. ) t G o f F 1 N 1 Itn. III 1 gal 1 ; J S: 1 ' 1 If1? / i0 N{ i=1 ? I N1 / ? '.H rl WI 1I , ?r , K ?h , I , Etr LL.Y J? tl 1 1 O! 1 r O' 1x1 R 1 m{ -.1 Z LI:. J i >" I ¢ tW> tt.y p W 1 h? I S h cc tYt ) dl 1 Y c a. 7t. W 0.' Y Ii 1 ,Si 1 JW di 4. U W O l f- 1 MY / CL 1 j S wi G 4'F- l rlU U t 13 1 1 CCG??a" U J? n m: 7 L Y?C= ' 1 a'I .1 ? r v- J U U n O i f 1 x I r? 1 LL17 a 1 {.4 u "a) W 2 w W O 1 1 £ -_F)j N SJII 1 1f' 1 OpU K 1 S I?d Q W'HCJNY Y W 1 r<,{ 1 :? c vt ?a ? rjo 0 o u 1 4 1 ^ l 111111( 4J .1 C C 1' y U h?. C' n 4' ?::.1 VJ I J=IVJ 7 1 ?I 1 VN 4410. 1 a 1 c r v -'. c vl M' n. t 1 cc s 1 ri I. J n to G z? ^ c o? c LLJ 1 ^L 1 0. Q W' 1 NI 1 .. cJ: 1 C i 1 Y r 1 Li 1 1 r ?1 . (( V 1 tr 1 1 P 1 , 0 1 1 ? J 1 W 1 t N? 1 m 1 ? 1 1 i 1 1 F 7 [q0 N .. ?.li .x'.n N S N'S4 .L'. CL• OINS ? :lf) ?a o O:O. O H H H d O O O ^1 i.?i '-1 ?O U 7? ?O ;J{o O D O a G o U G 0 I cJ O N N o 0 GAG O N N N.N N !.1 .-1 N CJ' N C. N N N ? N' N N N N{ N N .a .p ? .a .o l..a us .a +a .o .? ?a .a .o v.'.a ac f . t I I a 4 y 11 ,ter r r r i w •- - .U U ? V fU V ? . M IS L?IL ' I1 ? . O ? CL' CJ . ?O C r II f LJ? 7 Q '. 7 i lii' G an L I j 0 . ? ? u m ? Y at C,. 1 LI N :J '7 ? R I G I N aL S"' UJ Y (j p 4 I O _ <C 1 w .w U 1 J 4. F to i ? lc W W '' G 1 r LL.. N ? 4f U H Ui tL 6l S-0 J? W M r i J W 4 . O L) r J 4I V .G d. C G ^'1 CL I JY I" )Y t/) H r J I V K d 4 2L Y L4 V J ?' N.`7 C?? 4 V! k C W lJ d C.l u .t '!J• !{41 5 :. a.r V, i N C M L y" oC re IWW N ) w m . . W 1_-? W U? W n 2`U y a r- H w-a ? 4 Wv p. Ell I ! c r i L r ( G r ? 1 m? i ^' oa-if I 1 i ? a - ( i f t W ! 1 Q, G i N a ?C CC 0 N a ?? tXy O N d C j S O N ?% G O ?N ? N J' W !Lf: N S ?:7' Q O L11 I 4' r } 1-LD Z t O O O O N ti .-I N N ? r I ? ON CJ N .'N M. M 1 S In .? P O O O . S O o Ci p •-I 'I r'y ?-1 I - H- 11 r 1 O tJ O'i3 UO:? C]OO 'D • 1 in?M rR.M M rr M M I+') M ?U JG F7 M M J GG 'M M M ?C.p1?U iF. !fi M?M O .Q 'D D a :iz POO 074UC C. D, G• S T O. , J W U- LA1 { 100 1 i -1 il W =1 1'w .1 ?C 4,D .D IQI D ?0 ?G t?A Iwo d l o ? ' 0 ? l +d . r 0 M . T P Z~ ? t ¢ 4_ ¢t - M to 1 .-11.-1 - .a .-1 `` ` f C LL t N ? C C: C ? I ? :: 1 . t ? I ] I . ? c? . c O . G CS 1 0 t' W 1 .-L 7 i ? > C J g G O R C r. U?p p ? Cr ? C C ^JG O C ? i I O? 1 S 1 aC 1 W 0.' { il 1 N Z f. 1 I i 1 N 1 LLy i, ! ?„ . i i N 1 ?D? 1 'W 1 d• = . i r r Wl i1 t!f 1 ,.r CLI(n fn' l ' D t f r C7 1' OBI 1 K W ? ? ? MA k ¢ 1 4 1 ? W J LG;.. I I f ? . `f 7 1 CO 1 O D Y k I L^ F- 1- H to 1- t 4 ? ^ F . ' ? t µ. L i M1 'I?.y!? G C W ...1 IJ 41 ?.N W C t ', H ? 1 H 1 • O U W , ? W ? J Ur?t G O 1 a. C? 1 K v1 0 4 `? Y- : 3' .?0 ! t t CJ L] y ? 4 l O? 1 w m J K 4 } ?1 al' 1 - :n W W Yt `? ,? b W k 1- r`? 1 ? nom u, O 1 CL : - QDp' W r J ..t 1..' ' t Q LD'U' v t a c 1. .ol 1 a f w` ?1 o ? ? h ? Ly,,,,, .L I .. W a r u; 1 ? . : ¢ i G , ? r. , s ID t E 1.. r)? 1 c mm a? p 1 N 1 i r w\ LL vJ I e%r _. ? t w r_ o v W u 1 ' r1 1 ! O I Y Q V O N L Z ^s m ro RL" h o o J'r ? J 0.U G t MO 1 OJCZ G 41K ¢4 ? ¢R LL ?w 4 l+J t. w U 1 P 1 W .r LL W ?+ m W S i 1 2 F, l9 J 'LL - N 41 D.' r. N h K 1 LL h. ?' Q K U Y 4I W S .J'W i I.1 l LL O G I 1 Cl: K ¢ hN .? fD / In 1 UyK hti a '.O 3 . O 0 lL LL C) C, IO. H L s: U C] - d ? , d 1 "4a Q fn N "... U LL ;y r J Li ?1 <'I •. 7.. W 1 M 1 ?. r Y h- m N J W ¢ N J h- K fG".' •- L:t O L 1? V, V Q Vl K - LL 1 H '1 V I: Ct:'J t6 } 2 W U [ S w U C9 WI Ll, W O } } Z -i LJ J N?m - L ! ... x •? .. O : 7 N ' , 4' , 1 N U / G'I Y .. 1- r^i R -? 2 . J Y Y / 2 L U Y h ti ?2 ' ? -i 1 Lis .1 LI![y J O W C .Y = F- 1 tL H Y K'C: J E . W 1, AL L - W' LL L J 1 F-t L- k 1 Y :.. H O 3 Jf L. W 1 1 1 M1 1 c m J N ^r W ' r T.0. Q ?" 6 .. ? 7w 0. k t LL H J IV 4.> G a'S:) 4 1 >n > J 1 O JK 41 W T JJ0. / m Cd Ll C 7.. h O W U 4;f J G" Z G _j f . 1 Ll. p a r P Q U 1 d 1 ce :-> 6 m U t U n Q T C1 ?-1 nr d CL D. O ?? W cc. Wj O .-. 1 d N 1 M 1 6' . Q . U U: v W 1 N I U U- U L i ?O 1 ` ? l l ` ? I ) 1{ r ? 1 t Q 1 M 1 }[r., t• 'J 4A 1 ? J ? I ? ? ? ? ? ? 1 q ' p 1 , 1 r + •. .M ?I I ? I t ' ( / , i' 1 ( 1 1 1 1 W I 1 ? ' 1 ?'.. • 1 O L?C ??GO IU C'>G x OO Or?a S C I GOaa a? N ?" i \ Cp PCC :'O N S O =?.? O ??O co ?? ?( ? W ? 1 C• 1 CC I I sue N O N S O tl w G r-1 rl - I f ti '-I . J Q O +O O C N rl rl I'-1 N Ci 0 0 0N ^ " I' ti .1 N -. 1 Q O?G O O O 10 C.7 V 1 GIO O U t? C I !« N C C IO P O G f IV' r U 1 u: ? 1 «'] t .., r 'C 1 o G ? '. O ? a r -> O p r a a .,SG O ?? r n CO G O ? r N O '.J rJ h l ?'O c!•c '1 ?- ly o o Iri' ^I :a .-L - a+ W r a I w 1 \o w ?a n Iz w 1Q..a .;. I w r!\n \v ?a .a Q -Z ?c d. d tl lL 1 M 1 ti N 1 t - I r•1 o .-1 N N r-1 C'.+ O 'i N .-L d C'iG: ) rl f'1 O'a-r G? ti r-1 .-1 O r C1 .i N ?6 H N n O .+ .-i .-1 o '1 1 ? G 1 ( 1 M1 ? 1 l 1 1 I 1.. ti711 1 I I 1 1 NI 1 14 1 _ 1 1 2` 1 r? 1' 1 k. I LLI u I 7 ?? I V 1 ! ` a Int ? ' ._, V 1 i 1 C , O ? ? j Y tom.. 1 C?? 1 j. It I I « 1 d• 1 l f- i ' Y ? V , V: S N ? .. Vf U) I Vi ?l. V: 1 ?O? 1 1 1 7 r t 2 j r. r U F'- d' Gj '> r G r 2z Z Z r .4 1 1 M :3 ? . WSW 4 LJ ' V W V W u W : U W W W V U W W V 1 ? Nt i V U U L : fn f ` 1 t / - I 1 d GI 1 : -• te f 'a' GC L? • ! .".. VJ G y M. N` O. O \ ¢ 1 S 1 O l ? p'' I ?I - 1 1 1 W ! i S r H I •C W = ? , (1 Y 101 1 1 a, 1 L. ?. lL ? ...1 N ! I J MI 4) ?1 W G Y V I 1 ' I ^- W CC W 7 O .' C 1 M: C. 1 1' 4 4.? r1 JI `? ¢ U J ,S -j 1=i 1 ? V 1 O 1 LL J L. Y J LL. a 6 t. ¢ W In W -• _ 1 Iz 1: VI s t C 41 J J W iJ 1 ` ) 1 N a' u 4 Cu '" H LL U Vl 1 4-:+ ' 1 1 MI 1 W ?S W CL G eC S H G' d Vl C3 1 4! od 2 C ! 2 T O r .L .. +.,, LL 1 N 1 1 1 2 r O` 3 1 r J? H'a. 4 Np 2 SI W r Y G C r~ N J ~ LI d C: w Z K: Z F- J Vl 4 4: L W 1 nl c',? 1 . . ' :> a <.. YI D ¢ 3' ¢ l U N IJ Y Q' 7_ d 1 S 1 ^ 1 V) 41 W "J U U G G ZFL 1'` W L, a[ 4. Y 1. 1 W W ti 1 \ 7? i C% 2 LL t7 4' b .1i, LJ i J4 Z 1 > Q 6 Y S (L 4 a' 1 /- 1 Ins w . i W It I C.NH Y' W 1 J 1 J It 1I U- < lQA L) ID S co C 1 r1 C> 1 ` . 1 _ I r 1 r 1 11 D LJ I • ` 7 1 II 1 r ------------ i ! 1 ; (r 1 W 1 1 1 ' t 1 M r .- 1_ 1 ? 7 -. ? 1 i , a tt M G?.1 1 4t O • 1 p o O G W 1 D• O 1 N1M S ?O C7 !G .J p G IN .J W G a L. c c, N ui .Q 2 G o O G 7 N S r h Y t11' ?? O O O O S: r. N S lC h U I`' O O ?U O ' - N S ?Li Qi O .•1 i- 1 > (D 1 N'2 1 cU 0 U [? 1 h ! O' U O O t0 IG O O G IU U I ? .r .-e N,N N M `p p O U G M M S a S d. 1 1 0 0 0 0 d to t('i.15 IP 115 0 U 0 "O C. G F- h 1 tt .G ? ?Q tQ 18 J C. C?O O O iC> O r- l 1 '. ?' i• 1 c??G o U I'? !SS S IS a' ,S S a' IS S S S S? ( ?i' a `S S S 7 S a y' S ?' ,a S ,I ? h r r r W L) i VO 1 G,0 6 0 C:II W =1 S;LI 1 Gio O p r r I ' ip G G h ? h'r r h , 10 G .O O p . f? r- r r r. h > cJ.p GI r r ? ,r: t- C> O O G U C ' l r h: G U G;O tl'Or0 C " ' 4. QI M N 1 O (? lT T PIQ* Q> 01 Iff. T O 'C• lT ?? S Q> Q``.C P Q` O` 0+ C Q. Q. C? Q1 Q1 P t 01 Q1 D`« P. -?I °• ? 1 i .Ni i .-1 .-1 ti ?1..ho 1 J ?.-.1 .-r rl .-. ?r'.+ .-1 .,'.•1 ? r .+... I ^? .+ ?;. - r+ -, t I r J 1 0 1 I t 1 '° , 1' 1 C .1- ln?Dl. 1 ? o t l d 1 w + t1 ! I i i I ' 1 M 1:: { 1 N? 1 110 I -O I O r l1 1'i'.p +1 1 1 I •z6.a LZD 1 W ~ > !.1 Q+I 1 'c r i d !L ?I '.? I ' `1 hI 1 G L:'1 2 Ni 1 ' ?D; 1 HE E d 1 J ? o :' ? ? Z I ? WI 1'11? 1 L. 3 !- (1 SI 1 -l U- C) I U l G ) ? 47 ? '1. N1 1 G r KI ? ;W 1 1 4 1 1 n V) ' - i O W > [d D G ' . t 11 w ' I , 1 91 ! 1 r 2 j ? C 1 :K Ot K ? 0 1 CL CL C " 1 W G O F- Q 1 E . 1 {II' 1 W '9 ` O? ? j . 1 Y I ?. 1- 11_ M 1 f L! F- W C V) O- X41 W 0i - 1 G V h- S' . ?. I '7: L, 51 N / L c tr J I l 1 ''t? 1 s' W ,. I d c 1 S.1 V)F- W ? 4_ Q F? CG '. ?V C? :G 1-1 . ¢% - ! V7 Y` f ? j Q' : .. Ef C , 1 051 1 1-- 2 N 6 G. I .,'S I G . 10 I [L Z L 1 1D 1 2 F- ^'? - N „I ?C ,O 1 Y. C d O W 1-•? 1 i E !- G.? 1 1 N? 2 1 S 1 K Uz 1. `I .-+ O C ? 1 - M I 1 j K 1 [ 1.1 ? O .¢ N H '. W F- N ',K L j0 t);; M 41 J try 1 kF W 1 N 1 lt_? It 4> >d_ 1 '. 1H it CL J, c 1 i f' 1 rl 1 1 M'? { : 1 V'' C13 O C W O CS I C > a LLI p I C: ? f" I . M U V. (1 L t 1 Qt 1 .Yt Vi = • C O 1. N ? iW V:? . . C O'.-1 ` .'i': ' ? 11 1 ap 1 4? E F- S 1 h 1 Ll' J G G lJ Q _'U ?' Z: •? s[ ' O L a S!O O C 1 V) S'G7 J I 4 N; ? I L, /- 1 In u7 1 U 2 C: 1:' 1 r ? H Vr '. to K 1-- F-:2t N /- .' t-1 L! EI J LI W Vr 1' G o: LLI •' I 1 S N?` r-? I '? t7 C 1 d 1 L 2 ttt 1 M 1 ZV+ r•. (. to J 'O>' i ' n n 0'i G C 4:J I tr TI 3?2 G. - I 2 tJ J r1 U}415 V7 U .?I J . r CI U! ¢ 'F 't r(1 N1 1 4 1+M' z j l' •i 1 J s 1 ? r O W •. O K nC J Y ?a 1..+ •'I 0 ll ? W 4 1f' rte.. x>! •Y 4,'0 Ll I Ea mc a ? I mtI ul f: L .. d 1- cc i I QI 1 _I J ZI ? G n <- ` 2-- tt> N rn Vl ~ 2 f-tU L w U ^ 2 V)+ ,--, Y a I I 1 N?H WYW G f" G 1 R1 1 •-i J 7 N 1 h 1 F dG - 1r Q l U 0 2 J W Z . -I .I 41 01 i H C c7 t.1 Y U -j C U+F- "! 41? -J G ?Q J W IJ IL Z d. M N J W w W W U U 2 W <[..1 T - W 1 w 1 to W 1? C 1 z 41 - [C •'?E'7 0 > P. J O O , I I1-•nO C+V`' .1 J 1 } d!OO m v ?+r1'IEO Ua K a N W.J 0 x q G E CL 'M 2' 1 M 2 1 0 = 1.1 a a: w 2' cc u T ? 0 ul Lu O 1 W 0 O ' S.J IA NI UI= d C C7 ..x 61 G w G r x U u U K U m GI CS ' U l7 1 :? ? Q.•.H 1.7 0 u U J N 0 L^ U U -, . K J H S? 6 N . I Q 1 _1 1 1 f a 1 r 1 K 1 W 1 rl 41 1 r M a 1 u 1 1 7 1 al - ? ? N . ? .1 I 1-4 1 , I 1 1 , 1 , t Q7 1 cG G? • ? ?. O 1 G ? I N c^ O P (G Cs C'' J r ?J ' J d i U U O J "i C: s=J O N d •C < 6 '1 Z' G N Cs O O G G N G G 4 C? 3 .Q C U N: a ^ Q `O G) C). ? "'CJ ?S ?D O U G? O J O N S 4 yO N ' i W J - 1 1 C? T iL 1 r i . d r -0 5 { t r r i :.U K C C• C 01 WT ?' C'? f ?. r-1 H 1 .-) H N. td N 11 HI H H N N M M M G l 1 H e'I?H H N d d .C) N d N ;H •"? F 1' 1 M-? J' • '.O% 1 1"a ? ? G O G a d a ?3 d S j 0 O U S a s U O P? a S' a CJ H N s d a ( H H. S S S I . . H S a 3:S ?" S 1f r a a s id d ?' ?•I a ?' ` 3 r- M1 wi - u 1 - lf)?'J' I r l'-rrr-M1r' , rl-M1i i t-rM1 M1 r,l? r•-M1r rrM1??r•r ?. rrrrl O O?G O O C r r O O O O O c.9%. .W P S W ` 1 >? O a oiG < O U O CJ i v (T CJ c•.C+I P• C: a, O O d? a, l!? CJ O O C' T. o, U n c {O U O C+ Wt+ C,IQ• P• fT . 'J) C` C, C? P` ? f C+ C) Q? [T T (l l1 ? 1' N t •"% H H H rl 1 '+ H H H H? •"? H .-+ H •-' H?H H ^? H H H ? r rl H ti .-+ f 1 ro{ 1 ? , 1 'I (T s 1 1 1 rj 1 ? I 1 ? ? t d. 1 7 O? 1 1 • ' % ¢I. W I 1 N 1 I L w I ¢' 11 M' 1 ? . i G ..I ?. Vi ? ? N - 1 CJ` t H% C J K ? 7 C'. 1 wi 1 ? I _' J IW 4 ? LLl t ? C N ? C ?S f7 LL.. C a O I W J:U V> I W o La a '" r f 1 d- 1 I0= i? a 'Q. ?.. O a o z t-? 4 i Lo d cr, 1 cc 1 6 7 C F- >7 I?J 4 '~ 'C S 2 W W C 1 rA. IW H 1 J Y- F- O '{W Kt a! 1 lC)? 1 'p Iy ?GC. { ?'1 p I F-j3 Q ? u . 7 I 2 W 1 1 1 S, M 1` 1. n: W d 1 u Z. 21 ? ~ > i J C- L, J O . U. O T . .. W 1 J G C J 14 V X X G'U 1-• 1. H? 1-. '!. M.-.N VICI Q: }W " « V: ( -• V '.-, a e. r. J . n WHO t: t Fi ` ` 1 CSI '1 1 J a G: 1 J W '% ?G S M LS Y; [ (1 O w . G 9'N 4 W ... (n N CG F' 1 W 3 1 I`! N I 1 W G 6. C U ..a l?J U ~ V} :. L% 0.' 1 W F-W W t ? « ' t 1 'L 2 W U ?[ Y r? r%'? H 1 CO 1 ^•I l 1 J J r- F- l '!O C.. T Y ' G G L7 U « z? N G 2 U' VJ WWa 41-S 7:.0 I K 4 1 V•! I 1 2 1 3: J J! z JL'.% 4¢ 6 ¢' C F- C) rt =r- Y 1L U J l . W 1•" W a. f" 1'•"Q J V WWG f G .x 1 1 S MI V 1[ G. LI I2 S J S' V I 1 6 q W m V) Y ¢ _ „? 71 J C -`41 JT S z WV O U C S K 4 43 ¢ i N'W ' .N-14 1 1 } U 4 O Ci W V) 4 n C 2 Y O CG 2'. QJ CC t E CG r Y' h [? Q /L J u l « J .> tT. e 1 1 N C4 I V? { } T, a F- %U O I.l ?¢ 1 l « C Y' V V - 1 U C Q N rL U 1 N W _ (C IJ- F-•'= d z,, O co -i W N p F-:F+ Q: 2 Z C M V. 1 1 Pi 1. 1 r• V' 47 I'- a. J Q } .• . . ? N V { ? .)' a' 1 lal 1 C N W U Q W C W r-H W G O N 2 Z I. '.? 1 Q ? I Vi 1 I- 2 [G H t] O J .Y. 1W L1 L7 ' O W -.- Q. U C V) N S S: W.. 4 O' W' d V) >- V.i a J W W F'• O W ? O Y G ?. . r) K W W. O Y U J V).C . Cf W W 2 W v 1 J> 1 r-.! O 3 3:{C1 W n H I Q- W .• J . 1 L.1.? I CG p G ¢ K m O N O LL ? Q Z. ?i R, (L' Y U '" J' y OC ' Y O W W 1 ?'1 d M •f -- 1 1 K X - u U 0U L.liW r-1C, J ? 'US LrU K KO 1 Q'OG pq -4 U OCG O d an,-+ fil %c 1 pp N' I.IL JS S J.13' Q (1. /n LA (N ?- (Z)10 w Cn <t UU Z JLL, 73' UIr HV. < V) ? r 1 a 1 I T 1 a( 1 % 1X 1 iW 1 1. W 1 N 1'• 1 L I , W 1 i t • 1 ? - ..- W ./C::U / (7• •.1 C 1 S OO G cY: NC OOO K. o `O'OO N S ?=' O.O U o N C 00 I•L o S 0: G O? V=? U t{'i h M tiJ,?`IN •fi Q rN C 0 t t CC v 1 N n L. V7 D V7 r !F F F IF CO CG IL T P I N 10 ? C+io A + r I / F - 1 .-r 'v1 .-r rt rti r1 .+ 1•ti .-1 .-r .-I .-r ry r+ cv, .i ? N N N N ,N N N N N ' 1 i 1- / V7 • 1 S IS', C' S S S S. S S S S t7 C¢ ?S S S?>' S SJ' P S ? S ' I w U" U `W / :n I 1' o /r L% 1 Gr r?FF OOO r-rr O OO ti.Fr CC O FFF O pU ,rrr C:•G•O rrFrF rFr•FFr ?O OO!OUO?O00?00 ? Q G tL it . i Ni I N N 1 P 1 .-? ?• ST ? r1 P• P• ? N •-1 .? P? T. G. r .I H T J? P? rl ?l ?P? (T P? 1 N ?t P• LT P+iP? ? P`!P. tT ?. ? T r-? .-r .-i l.t r1 l.-I ri a-.'.-1 ?f r ? i ?' r ? 1 1 1 I L W 1 ? a3 1 r 1 . I ( ,r WJ _ 1 Ln 1 a s I1 1 7 1 1 ' Li W S C4 . . - l r r CO ' I U O F--! • H 2 Z y 1 F ?. i C. H? . 41 C:C U? s[1 R1 ?:I 11 :L] • 1 O U c t r S' ' Q 1 M ` ? Cn) 'i' 1 CV ? 1 1 . ? n S_ •CI W ij } z 6 W`W i Li _ Q 1 CL I -r ? F-1 G J'W c 7 • t^ ?I ', F 1 H U k -fn4 W Atli ?C 4J U V.' ' I / 1 •G 1. s 1 C 1 4! G rr 0r .1 I W x? H !- H W L J d Wo L J tH 2 'I y 'r G G d t, L J W .J M' G ? tU 1 J N? 1 C I -'N f I I ? G- L' W L U U V -. VJIU - V I T t { / O + r ! I I ' Z O • •:N J L" ti W; x 1 i - . ". 7? 1¢ 4 ? / G 1 C /- L! ? fA W J d e.' C Wi 7 W - K Y G , I LL t 'F- C` n? a • ''- C LL: C I 1 2 - . . I Y 4: :1 ? I a . ti U r : rn o'a WiJ c c-I II 1 Iri t O 1. d / • ? UL• . , ? J . ul Jt a z E0 , s 41,d o a W w' •-• 1 0: G O F- 2 O Li 1 M - / Z 6. J d to O 1 U r fr >> ? •+ I W 1 ni 1 YO $ ir. ? Y:L 1 L ?C G V v^ LL I r 1 •-1 1 f U J U 'L _ ct /1 tY J'!.f Y W J ? t V• L. 1 r<, C l fP 1 1 O P' 2 F- Y C L1 Y Q ' ' ' F J W f G W ^.- dL. h- i LC. O > ?S LL =." r C ' I I 7 S 1 Q. ?1 F 1 W 1 O • V: U W F- W (Y 11. :' - 4 t0 P 4. r U Ij L - ,f W l In ? I H 2 / ID 1 tt7 1 1 Y O C 6 w d Y Q ' ? W N C W U d LL•7 N L d U ' - li or a O t O n J fL r' L t ' C • 4 S 1 1.7 1 U 1 ? 1- Q: I J l? a d W t? K U -- ' O S tC H Q.' o N LL. G W J 1 I ! L. 2. O r. R '1 N 1 1 1 W R+ !^+ 1 Lt C G r.l ? !- O V W C' tL r W 'A Y N N f-?r•: V 1 U !-? J VS r--r - I I .'N ?.? 1 ?+ C? M- : Q < O Q 1 U. 1 3 J O V) .O? w 4 1 (>• 1 ¢i 1 to I. '1 r rX' 1- O- ?. l N r c. J_' W J O"- J d r V)' .w C7 V) W > x r Y tLl tal [G J.Y.. V 11 t ' K ;= (y r4 ? O r 4! Li. dI d F- ' N 1 F 1 O L C /- W G '. W • z U a L:. V V) h- I- t 6 1 •C 1 r d 4Y - w N u: S' a. J v) l a: d W •r'LS ? r 1 LJ tJ tR I O' I 1 ¢ 0 /J"' O J- W H W Vl N ? F• w 1J N '3, til d d J x 7 J = O W O " w Z LI OIf- C' p 0 ' (J Uf •4 W K 1-- - x 1 I W ce• yra csox o =o wwo a IL 0 t 1 1 r 1 U <a da-W Ua a ??L9 IL ] o t.r 1 1 ? tf1 1 • Y f' 1 4 1 pj •1 1 1 y . tr 1 L 1 1 ? { W 1 H 1 Q S d 1 .•• a 1 F ? I _ _ _ : r r r - ? 1 1 ? ? 1 ! i G`CO •? ? 1 k 1 1 2 G• 1 1 T C 1 GAO G O/ G`? G 7 p O ?7 C'. G G'O G OO O d G n 0 N G.?f1 b G N. tQ C O N N t!1{.D r :CIG tiN{.Y• LL` C I ! 0 a 4 O N..J 0' O O .D Cv G O o tN M - ? r G>?O r:J r1 OZn p C]!.-I .-r t :.y'.i .-1 .-1-N N NON N N G "' r i ` ! P? M,ir'1 i OO M M J• G G O IS d' O ti . 1-N w?' v 1 1 1 , 1. 1 In O I G C+ C l d OO!O O :r OI O n.0 C>?O O G G L GG O O O c,)n a o! r;r-r rr r r r r r'` r r;r•r rir r r r r r r r 1- r r 0 d:G p G r'r r r r r r ? r r' p ;r r:r-. r r r . ? !r r r r r ; O Ir r .r r C?1 W 1 1 , NI '„ .. .1 ,..1 . .-1 N . ' ~ 1~ ~ I1 1 ~ 1 .-I U, .-1 N .-1 6I LL ? 1 Ml w 1 1 al T cr,TiolT Q' a, P P TfT II T Q TA 0, T T T T 1 T T Q+ T ' T Q+ ! O '. j 1 I P 6, O+ ' 4- ii a' T O+ I EO+O+ ' Q V 1 N t ? r!, .•1 .-/ n r. .+ ?.rt r, N r r ri .-I r: N ? rl .-I ?r .-1 ti 1 N o• 1 l ? { .. Jl. h.? . r 1 ? 1 ?. 1 ¢{ f W l? UI _. r: i ( { {W Jam! k S , Wl W 1-IG ? ' 1 y1 t 1 ,! / 1 cV1 LL?_ 1 1 .. 4 CiK LrJ tL?Q W V] 111 I CN.' 3'`F-hg1 1 1 o oa! Q ? ¢ i C, { 1 S 1 W!W 7' ¢ r iZ t0 K t r t ?K : tJW? ;? : E h 1 1 + Ci 1 I o ; i o: 4-. c• rc -1.., ( vl v: vl w ul ?c,. ' L 1 MI 1 It.!O { I J N W h O U .'_ J U 1 W I ? (.'3 G G G 1' It O O p C. OK K t N1 O ,C. ?. ? , W 1 IP G I ' H M 4 f.'l,? "? V)? ? r V•:Z ? { I ? ¢ > } } Y > IU V. (... T 1 U' 4.H K'. } C a t" !Z } ' iQ s 1 1 r. 1 .K C: 4 V It ta- h' ' O 1 K. h G CJ N [^ C1 N7' n' un • 1 V" 1 1 ) S K't i1r V' Z W 7 O N :a 2 '3 0 V O I V u 1 ?G a' U , 1 1 .t t J 1 O [r. . ¢ O •Z 0 n L 2 J •• f { u : 09 Z C h-r ' L 2 I '1-+ Lt 1 1 - N` 1 .. I 7 C V)! K 4: L, r O .-: LL , W LL -Z O N QrO= ,G N (L V7' . O Q IIO G G !W J i .+: 1. O 2 ?W S > 0 _aJ .. Iw 4)IG a r-1 W O{ G 001 0 0 G {V! 1 .tom 1 KV1?h O,T., Sh; ,2 •xWr-1 'K ? 1OJJ J JJ t¢ 4. " t T? t W ;Cn z' 6 .Y .0. J G w w f ' -j a U{ U u.U! l+.I 1 ' SJ h 1 r 1 W L^Wd ... f- hp.w VJ'lL r r•^O!. rU • 7 W W h- Z h ! V).+ 71 E YI0 ! 0. . 1 UZ2 ? I 2 Z2, H r+ rI K Vl U'G p' c: { , 1 .G' 1 . C . 7 C 7 4I r!2 U( N' ONE C3Gn'. :? 1flr { Z R' 4 Z - 1 U1 t 1 C L J Q F•- O W "'• l W Z W S G L' G N 1 W i 2 LD' f IK UF ' G O O 2 G G G` ?' G 1 ¢. ~ > r . 1 M( / ¢ O O Z /- C> f or, =1 O S C' K G I F O 4 4 •i 4 Q C tr 1 nJ, 1 K4t? {C .^ ¢t-, P Q0: G`+Y Or ! ? i 4 I 1 21 h F-O U H1. 41. JGC C,od' = , J 1 4 } OO CnGO Oli')- ' a 1 I r , i n 4, u 1 x . w o r: U, J c Ih 4 ? G / I- r I r t ' a 1 c 1 n. 411- G' J ? 11 YI a 4 i G a (CS r y N C a? G - E 1 r 1 1 ? O J f 4t 4 '• O Y N U' 'Y. V) J O 0 1 L^ 7. Z 4. U'2' F- K W O 0L VI 4h !U f rr N U O OCK O G Cl C OCC - L > . 0. c h r N 1 u?l 1 I t' - 1 ? .+ M O{ 'L 41 Ol ¢ ? C, ¢ ? O N •?!.' > ..r h 1-,.-1 c ? ._ 41 4, f:J iY r[ U . N Q 6 t •r ¢ Q F- w ?... L 1 Nf 1 I 1 .-. 1 a w jw 1r-.rr W h LR { rJ C L L 7.' ?. G r W K.? J J VY r? • ' LL ? CJ O 7.:l . If) .i r-1 olr o N` 1e S 2 h . I: N n 1 j QI 1 i C.h C Cif W il.' h S c'} C Lwl C w O J!+' 1 2. (?"?:L L C{4, -If IJw IG'rr LJ a •C cGw ' K C: 4' U.L: V: t; 2 1 f~ 1" G J I .? LL W .1 r-- -. 4 1 .-. rl t tr W (.-+ N C, ti GIGO T `4 WJ ?CUl r•C J W W - W :> > l.: la, ", > > u: U a: 1 u: I U G G rC' = V) a U C] G 4) G G 1 000 000 ! P: 1 1 U'? 1 ! r 0 }? ? .X . 0 X ll_ L f", w O'100.0-1J -•? -I0. 0410 Z7_ '•IC fJ j 4 1 •0? 1 1+? 1 I 7 W 41 K ? W O. c0 J J? f/Y h h WC QI N h- 1'21241 1, cc7 0 { ?!0 1 N 1 frCy 1 O' ?- ? r t- S a? . I f_^ co 41 ~ 1 mi 1 1 .1 ce 1 1 ' G 1 tt I - x p ? ?u I [ ? y ? L) 1 61 1 p q N h I ?C 1 Q ? f { t S 1.. 1 P b b,!1 b I/1 V1 Ir I? 00+ 0 rl t./ t ? I :. ? . b.p b ?b b t0 i .OI IO b .o; ? r n 1?? .- .• ._ 1 L.r ..... r . /•I ...• -.._.. ..-;Yi.r1 r-1 I.H. H It I .rl .•t H` .i rl H .._. ...-_.. `? rt • .«c fy . ? r, _ .. {}.. f+'.: i '.'" wi?'fi?V(kA"?- ?1>Y?.4.._..2m.?5...:..?:3", F d X, O &! ?N ^ n r H H i { 4 W T a ? t" 10 ? r ¢o F j L IJ } Q 2I o L LLL ti r, 1 I[Y a C?..L+ :+' Vl y + (D w - W Ll L7: C` dl - J i I r ? 9 ` J WI 1 1 O i r ml u ¢ ?. W / W N H Q U Ll r 4. C . s i x _ f A <. a o J N C W } 1 1 . aa tl 1 1 Y t U 1 tY 1 N 1 ? 1 :l 1 , Ian V7 b Vt .O..J Iti O ? ,, OO N ?T ? V1 I? f+? V1 .O ?T? ?t 2 F 00? O N W+ a 'D %q 1 1 ? 1 1 1 / I / 1 1 ? I 1 1 ? - ? 1 5+ O 1 C. • I tJ G U O O 1 sj ?P S O L- G v O C Cr : iE• cJ a N ?' +> O C ] IG ] O u7 q: S .T V N 1] C: SS S PJ G ?^. O ?? C O C G N S ?C C} O 7? O N ?O C1 G O G N 1N M M S a a0 1 ? ' ? e s;m r ? • In a< ?(w^ ? .a u •a I.a r r +r r F . F F.s Im m ? 1 I ec a. mlm m o (P+ o+ s f - r 1 T O O L .- J O 0 0 C• G O O D CJ O f U O ?U C , 0 U O G G O G U O'O • - 1 ? ' 1 tiIF F r F F r:l? F F ' F F t-•r` I F F c h r - a n r` F ?Ir` F r;F r- r` lh ` ? \ 1 IfY 1 S O 1 F F f'- 41 1 rH H r1 F F t` N F F H .--1 H N ^ h F F F N F r l H HIH H.H F r F L 1 F L" f+ lei ri ^ n F (N H - F h N t - F i F F I rl'HI.-I r11H r. H 1 M V) 1 P•?Si O a+ O, a• tT , a• a` P ? a• O 7..T P• P? 1 D` P• a• ja. C. P'• l i O. (T P I a. O T ? C a• fP• Pr ? ? ' 1 N 1 H?HH.e^I H H r. H r• H ti .-! H H ei H r! H. H ei e-r .-I H •' H H ri H H r.H r. r m I ? ,1 1 - 1 r 1 1 ? 1 V] 1 f p ?? f l '.••t / W II ? f.?G 1- m I H - t i z U 1 ??? f V] z ?. a O 11 IF ? Iv Q] 1 W > LI'H O f - f 1' F N i _f 1'a.l K F-? W Q'C 1- O G" U u) I ?_ 'C f 1 S 1 ?l ? WI,? ?, w 2 H 4 U V V':i. V) 1 ' 1 "M 1 'N 1 3r .: / W` r C K Lil H 1. K 1-• V] T L. O C O 1. Ln u , 1 ¢.^ l- Q H ?„ 1 r. U: r r T r T ? P. 1 1¢ H ¢ ? ti 1 : G f 1 ? 1 [L W! [L1 to ? N W N y i 't' C N b f ? H, cV 1' V1 1 Lfl 1 1 ^ Of0 ? O?? J I Ci t LJ O ? • ¢ j. 4' N G L C+IV U' i s 1 ti s J'¢ a z ? z x c x? ??? 1 ;N 1 CI V Y Vl I U ? ?. 4 UIC - G G O - 1 H 1 2` 4 J 7 G cL 3 •+ T? OI j C S O 1 W 2• J:W K c H ? W 1 ? ' H J J J J ? J f P? t 1 K d ., ,Y W . Q O' ? i K /-, F- V) ^ r N U U UeU U '1- :jG ?' i W 1 '..F 1 1 1 h C 4 2N Ci.G M f G f W ?_ 4.1 ..? y W _ ?. li% C t.. ..0 1 117 1 z?a:a- f- ?a L C?C C 1 '?+? 1' f • U JIF- H V:' [n Vi K S rl H N... 'OI "' 7' <: / M 1 C - O} G? ¢ G ? :n G G G' =31 r N 1 r I O ?-? '' ti d x¢ i .N l ' 1 JL . 1 ) W tY 4' T. 1'C r !• L '' C K ( f C7 C C i w tr 1-? '" J . f U ?s Ci Ci U?O O 1 r 1 1 M n W 1 J ) ' C: N Vl 15 ? 6. F. L- j K Of L: I G cL ? UI ?] G 1 al 1 cG 1 W k: LL' 1 1 ¢ J J 1 'J (' N l L ?O '7 N C. /-- :' V) ` U O I 5 ¢ T 1 F- L'3 'a O W? J d,J1 U V. N N Vl ? 1 1' ? 1 X ;J C. Vil¢ > O -' V VI C' J tX 2' :t ll? G G G..' Gi U Y G C• " ' 1? Ifi 1 Y a2 1 U! C K:"- LL ?+ 5 G? /- 1- CEJ 4 .: O H L C r-i f- W W C. ?•-• :L L.% 41 T .-+ J N 1' CG 4! ?' K U K S 4 4 V .» N a¢ Q Q < 1- Q' '' I 1 W K I .• H W f ' O d f {` Y d f]_' " J 7 ' , ? \ i- T Y T r r ? 1 M 1 K ¢ ' X K ¢ C 1 U ? t J Y Vl - U Y N J D •2 ] C: H N` / H t f• 1 ? W R U K 2 3\ 4;? 4 G¢ If" Li U H S O O O C? :L O L' LL ¢ U [C L. V K N .tl .? 1 X H r ?i .T C' f'1 N N'U , 1 k J.. ' 'J 6' i d W d ! C ., K a ? I 1' H K cl - V> 7 L ' G?K tK i G ?L? P ' 1 7j U a G C ? ¢ 4 U U - J 7 ? r C. LJ N ' ti r r K z C ' j i 1. 41 LS + Y^ L l ?- CC : 1 Gt . : + G 4 . i V ax Y . Ll J IL C - l u > 7>> >' ? F : ?U 1 V1j W • ,7 1 u G (n C W z O? N '' ar W G p C 1' O L g O? Ui t1C a O p "I •.a. V :? r f h .r% C <. l/'1 ,.. Q 1 H 1 LLf 4' 4 H t..l C] J Vt? 3 T Y CI S Liz ¢ U U N¢ 1 .+ W O W R S K W. 4 F_ U WI .S 7 1•- T t µ 1 M ' I x J ` x Tiw o J - -n W W P: K u J .-, a 1-Z N V in L1 ? ? 1- - . N 1 4 It Ci 2 J R S NN V. r F H C.? 1 00 1 ? F 1 fI K .I I+t - 1 N H m .-i t+/ N rri ?O r/ PA .-'1 M tnl N Ib H) .D N IT V1 rl Ol v O V? i H - l -1 r. ,, ., r•/ rl r( . r . i r I f L W H U 4 F 5' W S d C L K Y L O K -^ LL LL c uL. V 1 J a C r -• 1 J 1 J 1 c 1 t 1 1 - 1 ? 1 / 1 ! I._?J f , M 0 v S 1 1 ? ? I . 1 1 CO••.1 000 OI 700 - ' ' ? C.lOCS'..] ? ?j ?ryp C. C f .00 IOC. (HOC ? ? W r 1 N O 1 S.J] C O fJ S ? o { Q'Z / ' C N 1 ? Q 1 U CJ .T u^ R: C? I O N .0 c0 U N S ? ' ' 1"' . O O .-y,H..-1 .--I 1 n / H?H H H,H H H .+ N NN N N IH H H,H H H M >7 MGM M S ?H H H, .-1 N,e- S S .7 :In t11 LL 1 n 1n JI iIH H H.H H 0 H r. 1- 1 J;.' / h n n r n r r ! r r r r n n . n r r:r :?- r an n n'r '? r'n r ?; L, W N1Ct' I r .'?•hr nrr W N nnr,rrn 'rn rrr h i Nnr?rh rlhr ? ? ; ?? [ H H H H H H O+P•O+TO H r! H'H H u, tTP.. T?O, a, P• H H H H a, H ?P•O. c, a, PT H H.H'H H H V, MV^I O^ O`IO' ?.. . N? ; H ?< H •-t H H j N ri N ?+ n H H •-i H • P C H N H f H N •-i r-t •Y . I W 1 { t f ? ? 9' 1 ?' 1 z ? ,'i ( E ' 1 V 1 .. ?I ' C_ w W f u I I i uJ O 1 1 u f a W a W i ? ! . , 1 1 3, . 1 KCG O 41' C 4 ? f 1 ?. i a.J 1 E H J Z'y ! ? I ?. t • 1 ; 1 LO p O J Q f J W: ? CJ I ' , 1 S '1 I Q 1 a . L. C: i I3 ! I I I'1 N 1 O 1 IJ' U4 1 ' N M ? ? ? '{ , 1 P.? 1 1 V1 'w 41 1 I- 1= H ?-i O I I • n: 1 f ' C iU' IO F- F- ' C! LI 1N E S >? I 1 i ? . ? F { w C M i ` 1 f 1 W¢ f LJ? K ' W 1 O 1.. O 1 L' f? '55+44 U f ? , ? y O ?{ O I i IJ OI N W W' f-CJ. 'Y. ey H. f 2 ?' O K 1_ tT 1 V' 1 c' 1' WI I J 2 U Cd 1 ' W; F .. •. 1 n'1 J. Y: L Kj M? W L n G F U FF ii 1 O 1 41 :aC ly IL cL 1 w1 1. ¢i U: U O . . 6 O :r , CL - i ti I S? I N? W Y` ? `tn 3 S" v' L rn .-. r- ?.. WI 1 I f x: 1 M 1 Y H fA ... On K ? O C W 1 Q?. 00 v 1 NI1 U I:' M V IG t L., F :_ W F 1/ti? Q 1. .1 1'. W Y C G I' ' L1 a d. I C Q Q H - JI. ~ 1 3 1 M J 1 Z J:C Gf 1 O? 1 1? U <j J'F-J( J xl..lY N `_ ¢ O : I kl? C] . -? C '4." 30 Z YL 1 C 1 F- 1- ?( J 1 nl 1 I ['? , fN . , a J U' /- ' 6 W f I W' Z O I w i C 1 v] 1 N O, L. 2 f X O d [L CI lY: 41 C G ('- H - 1- H 3: O LL a W LL I- 4) 1 ? az?o 1 ? 1 SI"4 Yf G J ?i K f?, 1.) w N ti CIS F C O N ?o cr1 a : l.. J , 1 Mf 1 Q ]C ?D J n 1 N 1 /-IU •ti ?4H Y =+, I •• t Q 7n W. Y 41V F. •i LL C ?[ U f- - W f i /. C Q W T O ti ? i- O ; J: 1 1 O OI f IM ' W 41 C?1-- I ? .-. L V1 O - ? "' J V1 ' /- 1 N Ca? I. LiIYLI l^.t ;J I I V• 1 1 OJ f r -1 ? C' CJ J LL. _pg ul r. l O IH ? c I - + r 1 .i 1 ,C• W? Y- M1- :. F- :.: .+f ? :? ` c JJ V U •' W Ct. . CG X C IJ Y-- 111 = /- C z _ 1 r 1 l a w a 1 n 1 s a.t? , o ? w : w z v1 L. Y. n v a I{rr- z o w a 1 4l 1.' lJ LIB U U "W J 4(? G J U - O U 1 W a• '..1 .' ,Y F- l 2 41 '' U 1 LL 1 M I ' R a K r-. fY O W W W ? N ry 'i 1 til I „e ..LL 7? x. Z ul a . n G 1 u" 1 1 o..1 .•1 •-1 .•1 . aD .7 . • ; 1.. V1 V V1 .G c O; h . . . ., ?o 10 10 i 1 1 om, l 1 w U Ll j 1. Qi t -f • 1. o ' G 1 'N cu N 0 1r1 0 C' M) I2: `e: n. cl 1.21 O'N o ..N u o in IN M +] v if) o ( as Ir ul o In t W ICi o u) c h h CG cl 0 0? m O . 0? o if, o1 O O .-+ - o !r, N N ? 7 1 S ? I -. L 1 I G Or o C.. 0 0 H N C IU 0 0 0 0 0? O O- 0 0 U O O G 000 r1 .-l Gn O nl r-1 N f;.00 i F '-+CV h- 111a 1 oO • 1 • O O OC'0 U C O ?000 C. 0 0 0? i.+ :700 Ci. G' C 0o pI O O C' n 00 G O tl 000 O C 0 0 0 0 .? C C• C? 0 0 1"71 {n ::l?1 a c7 O 1 ' O Oj W 1 I NN C C U .NN N i0 C' O N NN x N S S Q N N.N S S 6i NN N Q S.aO N N.N [li x S NNN x S¢ NNN q' S NN N G S S NN.N . W 1 M? 1 / N V V; t Q` O) j 1 ti rl 0 a+ a? r1 ?P• P+ O? nl ..1. a? 0? 41 Q• .-I N O Q P) ? Q. I N ti P• P. N n 0) P. N r1 .+ 0? U 0? N .y ?1 a) 0'' Q. ""' r-1 Q. a• P` .-1 r--1 ? . t1t Y I •-1 1 ? 7 ? 11 w 1 { 1 V,I 1 ' j 1 M I t ri rl '-+I 1 1 WI O Ii ul fl) M N H V O O a x N N ; ?1 Wj 1 L11 ^f i LI 4 a; / Mt 1 _ ? 11 nl' 1/ Ni. 1 ,I LL ' MI 1 O L? 1 T; 1 - I I ? W 1 O G?4: Y7 Lo 1 1 H. 13 I l 1 NI - 1 1 . .-' ?. a: I 1 H ' 1'. H' ' 1 ? K`'O W a' tl.a U 1 a`' 1 1 NM{` ? 4 ? j . .1 G C1 J f ' I1 2? 1 I 1 014r ff 4 S ZI P 1 W?' 1 h. I S. j ? ? a 4i 1 U^; 1 LA K aj 111 Y U K W F- i 1 ?: ; 1 < W ti H V 1 F- I 1 NI 1 cJi HI , l _ I I M 0? 1 O 1 1 7c V) W r C Y M _1 X L - 1 1.. G 1 F- .tIH K Q « K 0 U ? '« 1 1. 1 OU 7 W [i' W J 41 W G'1.0 a: G -. 1 U? 1 2 ? 0 O '? VJ W u l ?. D ,O ac z . C d' 1 ? 11 1 c9,U N I '.K K ^" Q W Y 610 K C1 X .. J cc LI U . 1 3 ' N^ 1 1 GAY 1 1 L W r W G W • W dG S a: • Z G R t 'J ? W W LL' F- f U W ', H 6 J W O W F u) F- fJ 4 n 71 J lL +i W 0 .,. Ll a; lJ W V W L. i L h- 1 N Cam' 1 1 1 U_ : G' h- S N " a . J J h L: . F- a: 4 W W O U- G 1 ( 1 ( Vi J? x 1 N L..4 a W T G u• "' 4 LI 41 r -j L, J •-' t d r cc t a:' l 1 { ct J Jn c ' .-. J 1- - 3 cc U J. ? N Cd r K / J H W'W Ix C J L) KH -r ?1 h 1' 1 L3 OIJK 7 4J W tr ' - W 0 Za: 7 J .z 7 -x ? ull LI K W 0 : 0. l : X I 6 u V w .-1 d N u . a. ? !- 1 1 O 1 t ? ?. OP O d w S'U 0.H O V) O 7 K Cl ' tL' . $ a O W Z ^' 7 K 7[ . 1 1-'. !"1 ": W a: C t 1 d$ i 1 M t 1 J cl. 00 J ?z SAO or. CGS ,M n W In ct ce w . OrC a lu"S T . JOa a =) 4/ , 0. J 7 1 N 1 r W .f . ?l..F- G•J: .? l: m d w tm m cd CD c.),U G.1 U L) Gl U U U U C Ci Ll CI W V 1 .`ti 1 1 f f ? 1 1 4) 1 1 X 1 i C f 1 L I 1 I I y. a j l a l •. , 1 ?l M G Q) 1 S c. f . i b 10 O If' U= O 6 1f0 b m G 117 o O CJ o i o O O O o c? 'jp G] 10 ? Ifl G O ' O ? 5 a,: O 1(i rJ ?G C? - O .-r ?N S i Ll I O? C1 S S LL' h . K h S P• P.. G N M S; N' tO D [? N N cV I 0 (V M l0 t ? P` C. 10 r1 N N N M M M M 'o M I7 M M S S S S S M y I cC ! 1 ? 'y .-1 .-1 C H N F-t C O .i .-1 rJ U OC. N '•I N OG G? N N OOnf 000 00G?00000C 0007 GO ? l ! `? 1 1 h• .D ? , O • I G ^ , ? OG O G GI '^ O ? O O. G m W G G U x S C0 o O G Cal CD G !, C:,i a) S, 9 O 0 0 lL N G 0 0 0 G CI ?O G U O' C: G p G 0 ;0 C C i a: q.m U S. S S x• 9 !5 ? . tx; G C'C " U t;. u 1 tff a11 C 1 co L1 1 N ' au S NN.N + x NNN + 6 N NN U? P P NN N P• P.O? . N NNl ?? P• P• . N.N N 0? P• T N NN; P• ? P ,NN N NIN NNCJ NtV ;N NN N P. ? tl?!P. lH O• ?? ? rT ? ?` ? `P•.? _ lr_ C 4 1 1 MI N N / ??i :f .-; .T Q P - -. - ?. ? ? r. r-r ti N .-1 -i .-+ .- ?I .+ I 1 .? 1 I?Ui I l ? II ( I i `t ? t h, I 1 M 1 1 N / f l 1 ? 1 t I ! 1 ?.? i 1n of 1. I ? ,? 1 I 1 i I i v ' , W ~ ~ G• ? Ivl 1 t T I LJ Fat C; 1 ?? 1, fY C7 i I ra F y. W' 1 1 cC M1 1 1 ? I.f d' O W r. . a N , l i ¢ y S W i I 0 i 6.i 1 in - 1 W C W IC D O 7 kl IH If" I i O Z .. 1 C 1 t d M 1 4 1 ? LL W f- C a, J U N S7 _. Q ? CIj MG 1 .. 1 1 C 1 •. S L1 G V I' I ~ l C; 4 a C S 1 1 CL h C .C I.W U 4 4 W •.. Q 2 4 N O _.. F.. I L ,. O W W U, a? d L 1 .? 1-Y S ,2 Z S S 4 4 1 I JW4 ? CL .O d 1 S 1 O K U 111 to d' T. C Vs _ Q Y Y W d' W C' °' 11, = , I W ! J r+.7 u U C:• N :. C' 1 1 K] NI 1 Si I L N Y: .G Z C 3' W d_ W O Y 41 ` U U tY 61 4 E Y Q Z C H • Q C C IQ 1' /- !i ? H '-. I i C -= C? O U V'. ? LLI J 6` [': 4 W N V. F- 1 e^I 1'•N G' 1 t7 I .P c> W ^.. D = 4 F-:U C <f W 2 3 T W ._ . H i h V W J m C '? ' -• ILI r-. 7 t I V WI ..F <?. 111 N l ! 1 i' P, 4 1 ' a 1 k 4 J C !-• < W JLI Y_ J d a 7t J n n l 0 ".?-d Kr ' Yr-. P JN I I474 rI " Q ~ of y r ? 1..W . 'J 1 C`• I C U' •t U V) C. W y' t? v H J J ':- l 4 x C k1 C L! Y Y G IC Y 1 '' : J :L LL ! C7 K N K W N :1 W Y(( ) r 7.? .. r / 1' .C 10 1, L1 1,.J 1 :' i U W t9 N i Y 7 W .? H 0 y Z :Y. u W d' 't !.: - f1 o r n: c7'rF d u U O 40 ?J U U 0 C0 Y C: O r-7 ^2 J 04 UJ d Y U ir.O ? L ?K U . --[ . C 1 IJ ...Z¢ CKO a ?. ?•+ /:'f h-d r Q' 1-1 HO??-I 41-?'Y f-1-- J 0C K .+4C N_•.Q I?... 2: JC? - o: 1 K 1 Q 1 1 WH 4- LL C)OC l4 U CD W S S S I C Z C • C A' C 11 1y Vl N NN N F- H N > :x c? d a m U U U U 1 - lL .. . . cr r I . v 0 / ' 4l / - 1i 9 ? M, Q?tl. f{ {{ICCO W f a m 1 • 1 ?OO.Op IPGC O 1 mI%D M1 a' C, N M S UOb Ufl? It{: ?. r w^ D. c'1 GUIO UGCJ II'I 'IOOOG-C]O OC N M17 t1. v'iIr r x:? rl'M4S IC' C .:? .-S 4 ??%1 x z 1 tf l'S .1' TIS Ill Ir. L7 to Vl L7 In Ir. Ln lQ C0 N ID;,D V) ID 'D .D I .D. N,r l? N rat` h I? .-.N; 1 .- L• 11 1 OI O O C>4CJ O'CJ G U C O O o J O J' -C C ! O O ;O O G ? . G O'G G PL U o G'O O G O O O'O V' p 0 0 O' 0 0 Cf b O O O OI7 O O C O10 O r?l( -. p G'G-C. b O J F- .D L?t U ?t 1 :n . • I ! o 1 4}.0 . co :tl'?cli x x x CJ x? . x x CG x w G - f m co cox x x?x S wax m CCO K c6?ai x CG .? w LD lil 1 N N cli N h ! N N N { IN N N'N N N? i N N C'J'" N N N;N N NIN N.N N N N!N-N N,N N .G? 7i. Q} 1 M d N Ni. 1 D? D•..0? D+ D? lT. D?;IT'0? 0 .?i r' ? l .-1 -t 1 ' r P• Q. Q D? D?.: Q+ ? .-I N ?I .--t -. r tj, a, a. •I .-d .. ID+ t7 T D??IT• D D'0? P• G PIS P '.1. .-t .•-I .-s rt . ri .-1 .•f .-1 .-1 .-I ..l .-i .-t rV 4 i W 1 1 r o ? .+ . r ?- I 1 ! 1 1 ? ? ? l . 1 -. m l I i f ? i I j ? i 1 I' }... . -1 s 1 C4I. t i I L G ? I lT i to 1 Yi { 1 I ' O? 1 r•- li] ? 1 ?D 1 W 1 1 Ln j r ?j 1 1 ?? M II 1 4 Oi f ; , ? 11i N } i 1 rl ` 1 ? 14 cnl 1 ? C1 1 i rr: l ? . ? 1 Ch W } ? ? 1 CL CL 2 • } ? ?? / n 1 ' D l 1 f } r 1 J ? I •w Q a' -?r I . a t ; ..I ? ? ' U? 1 S i i 1 M 1 O. ? 1 LL' y ? I. J a K j ? Z J ! W? 1 N Iet o { 1 r L? S: ' f f .-+: F- P 4' W' ?I'2 _' K k" K C CIS > ! 1 c0 H 1 J 1- OI L EW - } aW d U? G v'3 :G + / .U 1 JI Tj 17 n? G. U GF- LL 1 i C 1 Zt CC. I N L, U? V% G 6j, f 0 )1 O K =i z rWi ' I H i til ? 1 ? Pf 1 4a' I K4 - ' I 1 Y J H? F C'. C. GL J D, 1 K1-- fZ C 1 C l ` • 1 N. O ••+ / P 1 S7 ? 1 40 1 J 1 !J WI C 1 7 ?+ G W? O J . cl J Q . 3 t) Cl -JI J , .c I1 c 41 C •Q K' IC K 2 W O .L LL U 1-, U? O14. Q S. S C F- L t N / N 4 1 .Di 1'?.,? 7I N Ixu a 1 4 D] N K 4 ?C JI O 0.I C 1 W J!N 4 J4^. C- L 4 Q o to K. t' G ?i J R 41C OI I K Y? Q U W1 W = 1 Li } D. NI L Y W 4:I ' 4 K t !r S 4 tY . .9 d E to N LL ? di C3 4 J C ?' '[4 aC = O' 1 4 i Y ,H f.l? 0 a 0_ 1 W 1 .+ W 'S 4 tY Y C! I W . C¢ K f- N N L. J} W N (J lJ U I J O I .k 1 V 1 +ti 1 Y d xjW LI to 1 .C V! 1 ¢ /- J' `f- -j 11- _• \: 41 C I-- ¢ I Kd :]CK 1'. 41 U?4SJ ?t IY J ? c1.. V„ } O Ll h- W J r W G G, U W It " H C?'O 'W J Q K: f 1 N O V, 1- m • 1 a;? 1 UI L 41 d 1- 0 14 r F-IF- zc' .. z' .• . U 41 14 Z: i ?t Z n vl } c i. n 1 I C', L 1 I I. z Jaa r '_ iz U U ?m L 3 '} 1 r I _ 1 ,1 d d 1 Ll n 1 l l U C V i JS ti a r1?-? ?d 'K t• H K i /1 1 ?+ 1 L'>; . , 1 T??C Y H S .-. 41? ??Y HtvI W Llf l rf F. Y G. 4 J [f. l•/? 41 IA Cr, JAn L, .t t'?I •i t?41 aY Y D..'C=? K 43: 6 -6 WOIJ O 'f W W 1'O= Wf O d YZ {F I . G4 K ... 1' O:J rti O?LJ J }}d d ti^-I d.Q} r ` JZ to.'In O K C ^ CL a U}J O i"•- +. 1 G 11 N' 1 CL aW Of - Q .f• o-. r. Ct LT d0. CL*d+ O C a f.•f rf O d a telm + J 1-^ a¢ O D:. W K.,- V1 w V1-F-h-=0 'M C%. xJSE l Z L I ; , r• m 4i 1 1 1 N H^ 1 [4 ? ? ? ??". Q? W 1 ?/ O 1 P? • t d NI 1 O C Ol M L I d O O W n'N O C: O M .G F, G O L'7 m o C ?j O G(L s o N ? C'1 O.O o .-r N G G O n O p ?= V) S ?? W O . V O O G -1 N M S ' 7 tO 1 c . A , M: 1 .0 W G m j W' 0l 0` • P• O? Q i a, n r1 o - G? r1 r-1 N N ? N N N .-1 *"? H M M S IS S ,? N H M .-! "1 ?' If) 1V) ? .? t-N 1 F 1 ( 1' O • 1.O o U O i 0oC..r 0 o O dGo O -` o uC. o? . 1 0 Uo C.00 ? 00C. o O.G?o o'CI Wm ? ? 000 S cc sm U U` W 1 uq .'1 1 S d Ism w I N Wms? N NN W m W NN N mm2' NN msm f1:N N mQm NN NI m Wm N N N s mS W N NN?NN NI NNNN _ 4? W 1 M In 1:.ol P' P` Q. O,. QN m O• fT O` 1 T fT P P P` (I? (I?: th 'IT P, Q?, P• l .-? a, W N ' .--t H r1 rl r"! .-i N .-• N .--I .-+ ? r1 ti '-I ?` '+ •-t rl r ( ; 1 F d 1 1 W 1 1 F {{{ 1 41 G: 1 W / H W ? 1 In 1 wr - ? 1 M 1 U'Q ' I 1 ti r I O L. . / N E ' 1 W W W W 1 F W IN O O ? ` ! U U I ' 1 rr r. 1 s. s ? t' ? M? - 1- W I r 1 !, ?f r-1 d o'.I 1 N}? I x Q W I ? I :7. i 1 P 1 K? I Ci C I 1 I ? .. 1 m 1 Fi IWI Ih- <U ¢H - ? t{ W? L.J ?N i U. r n i .1:U to w ` O CJ F^ C ? Q 5 25 T'cZ U' ` 1 t ? 1 t L , 6 7 ?,0 K CL ? f I`J iC >C? i I 1 ? 1 1 , L ? W I 1 LA G pim J 1 sn o t E. I:w ?1-c. x G I ELI ?'? X,°' f le m >' 1 m 1 U N c. G L' Y 2 '7 KIO - IY o 1 ? 1 ? ` 1 ( 1 G Ll IG: G i = I ? r J K - 2 1 S ? 1 Pi a . . 1 7 a. F- - . ¢ - O F- 1 M 1 N ?.: 1 O ': 1 Q •' J 1-- W ? mot K - C 1 L N V3 u N H LL. J - ? 1 u^ V. C Y L:: C ? L I W O 1 M c 1 W ' 4 V J C H ti w 1 2 7 1 Q' i W I H ' 1 L S J Cl • ? N L' C O H H ! U ?. 1 2 V) r- . W U Q 1 .. ? d LL Z 1 .D 1. U G :_' w H J _ CL w C L 4 1 ' ¢ Y W T I w J- ? J K !? - 3 1 Vl 1 Y Q : C 1 G^ . J U 2 1 S 1. O 1!: ¢ : 2 ^ U ^ J w Y V Gr. ? W ?' S" O t ? C W 1 h f r1 ` 1 1 t '1 ?G H Y.: a' h 1 4. 1J O l S. O JN F I.N '- ( 1 .i U IL1: G R ' ~ 34 "' C W I- I G: 1 -C 4? K ... W Yn 1 P 1 1 1 ._ f_: /- Y t. tY L :L G ^ W ... J r 41 -G: C z w LL 2G1--' 1.1 1 a 1. F t 1 k. ? 1 w K u W ' J K C O CG 1"'. 2 6: O 1' G N a 6',Y W 1-+ K < O J a m 1- 1 Ifr 1 J i Y N G ti S O .? W ? 41 LLInW G ? Y t L I u1 Q L tt t:J Kd I IL G? . : !/JW 4 NG WO1- G7 ? G W 2'. +S C J O: 0 i J 1 r? 1 1 N 1 0 GJ 4 } ._ . c,c o- ? .+"arr aa . .,ow G o V) u a fl a a, 1G W c GJJx LLaa: - - ", t 1, 1 Yn ? O •t 1 a 1 1 ,P STATE OF DEPARTMENT OF LABOR AND INDUSTRIES WASHINGTON Genaml Ad m,-tion Building. Olympia. Washington 98504 ?- Dixy Lee Ray Employment Standards Division Gouemo. Telephone (206 - 753 4019) April 14, 1980 RECEIVED Jefferson County Public Works APR 16 1980 Court House JEFFERSON COUNTY Port Townsend, WA 98368 ENGINEERS OFFICE Attn: Mr. Gary Rowe Gentlemen: In response to your recent request, enclosed is a schedule of the prevailing wage rates for the Heavy Construction Trades in Jefferson County. These rates are in effect as indicated, but are subject to change without notice. If we may be of any further assistance, please do not hesitate to contact this office. fincerely, Al e ge May atrial St istician GM:jb enc. ?1 5 CL%SSIFICATIONS 6/1/77 6/1/78 6/1/79 GROUP I $8,94 9.92 11.23 General Laborer Faller & Bucker: Hand Asphalt laborers Fence Laborer Batch Weighman Fine Graders Broomers Flagman Brush Cutter' Form Setter Brush Hog Feeder Grout Machine Header Tender Burners Header Laborer & Guardrail Erector 'Car & Truck Loader House Wrecker Carpenter Helper Material Yard Man (Including cement Handler Electrical) Changehouse.or Dry Shack- .Nipper-S.amper Chocker Setter Pilot Car Clean Up Laborer Pitman Concrete Form Stripper Pot Tender Concrete & Monolithic Laborer Rip Rap Man Crush Feeder Scaleman Curing Laborer Signalman' ..... _:.. ...: '.:". Demolition: Wrecking & Skipman Moving (including Charred Sloper Sproyman Material) Stockpiler Ditch Digger. Toolroom Han (at Job site) Drierman' ' Track Laborer Dumpma,n Truck Spotter Elevator Feeders Window Cleaner Epoxy Technician GROUP II 9,28 10.26 11.57 Air,,Gas or Electric Vibrating Power Jacks Screed Power. Wheelbarrow or Buggy Anchor Machines Railroad Spike Puller--.---- Ballast Regulator Machines Ribbon Setter, Head Chippers Rip Rap Man, Head Chocker Splicer Rodder Chuck Tender Sloper (over 201) Clary Power Spreader & Others Stake Hopper Concrete Saw Operator Swinging Scaffold or Boatswain Gabian Basket Builder Chair over water or 25' in height Grinders Tamper (multiple & self propelled) Groutman (pressure), in- Tamper and Similar Electric & eluding Post Tension Beams Air Operated Tools Jackhammer Topman - Tallman Multiple Tampers Track Liners Pavement Breaker Vibrator Pipe Pot Tender Wagon Driller & Air Trac Helper Pipe Wrapper Well Point Laborer Powderman's Helper C1;ASSIFICATIONS 6/077 -61I/78 6/l/ GROUP 111 $9.42 10,40 11.71 Bit Grinder & Drill Doctor Pipe Layer & Caulker Cement Dumper - Paving Powderman -Cement Finisher Helper Raker - Asphalt Fallen & Bucker Chain Saw Spreader (carries grade with Grade Checker ,& Transit Nan rudder) High Scaler Timberman - sewer 'Loser Boom Operator. Tugger Operator Manhole Builder Vibrator 4" and Over Fortaa:man & Hodcarrier Wagon Driller & Air Trac Nozzleran'(concrete pump, Operator green cutter when using combination of high pressure air & water on concrete & rock, sandblast, gunnite, shotcrete) water blaster GROUP IV 9.52 10.50 11.81 Caisson Worker Powderman Laser Beam Operator (Tunnel) Re-Timbermaa Minor Maintenance Man Spader (Tunnel) FOREMEN: PIFTY CENTS PER HOUR ABOVE THE HIGHEST LABORERS CIASSIFICADION SUPEPVISEr. PREVAILING WAGE RATES FOR OPERATING ENGINEERS TERRITORY COVERED: Counties. or parts. of counties west of the 120th 'Mridian: CHEIAN, CLALIAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP,KITTITAS, LEWIS,.MASON,.OKANOGAN,'PACIFIC-North, P.IERCE,SKAGIT, SNOHOMISH, THURSTON,WHATCOM and YAKIMA FRINGE BENEFITS EFFECTIVE DATES 6/1/77 6/1/78 6/1/79 Health 6 Welfare $ .75 .85 .85 Pension 1.00 1.00 1.50 Training Fund .11 .11 .11 1.86 1.96 2.46 5 ut ! S __..------ -G/I/(.?.- -- 5!1175 5/1!79 I . Batch plant 0-orator: ? (a) ?3tch and rlxer, 200 yards per hour and under $11.61 12.69 13.69 (b) b-tch and ni:er, over 200 yards per hour through. 400 yards per hour 11.88 13.01 14.01 (c) Batch and mixer, over 400 yards per hour through 600 yards per flour 12.24 13.32 14.32 . 2. Broo s, power (Wayne, Sagir_av and similar types) 11.58 12.66 13,66 3. (a) Bulldozer, under D9 or similar 11.58 12.66 13.66 (b) Bulldozer, D9 or similar 11.80 12.88 13.88 (c) pay Dozers and Linked Pusher, _ _ Qc3d 9 and similar 11.98 13.06 14.06 (d) Bulldozers enraged in YoTo operation (while clearing and scaling) 11.98 13.06 14.06 4. Burp Cutter (Concut, Christianson or similar types) - _:- -' 11.88-_ 12.96 13.96 5. Aableways; (a) 3 yards and under 11.98 13.06- 14'.06 (b) Over 3 yard's 12.37 13.45 14.45 6, Covent Fogs 11.73 12.45 13.45 7, Cozpressors: 7 (a) Excavating and general purposes 11.28 12.36 13.36 (b) Steel erection or- tank erection including send blasting, painting of the sasr_ 11.70 12.78 13.78 8, Cranes: -(a), W1 frame trucks, single power drt= 11.61 12.69 13,69 (b) '$° frame trucks, double power drum 11.98 13.06 14.06 (e)> Crawler, truck type, floating, locomotive, Whirley, either 3 yards and under, or 150' of boom including jibs and under, or 45 tons and under 11.98 13.06 14.06 (d) Crawler, truck type, floating,'loco- motive, 6hirley, either over 3 yards, or over 150' of boom, including jibs or over 45 tons up to 100 tons 12.37 13.45 14.45 (e) Crawler, truck type, floating, loco- motive, Whirley, either 6 yards and over, .300' of boom including jibs and over, or 100 tons and over 12,92 14.00 15.00 (f) Eoll?gon, Transporter 12.37 14.00 15.00 (g) Tw?er cranes, Pecco, Lorraine, Bucyrus and similar types 12.37 13.45 14.45 (b) cydralifts 11.98 13.06 14.06 (i) Eyster cat cranes and attachrento 11.98 13.06 14.06 (,1) 'Chipper, wood with boom attachment 11.98 13,06 14.06 9. (a) Conveyors 11.61 12.69 13.69 (b) Conveyors, Beltcrete with pacer pack and similar types 11.93 13.01 14.01 10. Cmrbe-s (rock), cashing and screening plsnts 11.61 12.69 13.69 11. Ter.-i .:s, all 11,98 13.06 14.06 12, Zrilling -rch!nes, core, cable, rotary Fnd exploration 11.98 13.06 14.06 "CLASSIFICATIONS 13. Finishing machine operator, concrete ...paving 14. Fireman, hot plant and drier 15. (a) Hoists, air tuggers, Strato tower bucket, elevators, and deck winch ..(Power) (b) Helicopter winch operator (c) Remote control operator on rubber tired earth moving equipment 16. Hoists on steel erection, towermobiles and air tuggers 1.7.. Loaders: (a) Elevating-Athey, Barber Greene an similar types (b) Elevating belt type-Euclid and similar types (c) Elevating grader type-Dumor and similar types (d) Fork lifts or lumber stacker (on construction job site), Drott. travel lift (e) Fork lifts with tower . (£)`.Fork :lifts with po:cer boom and swing attachment (g) 'Overhead and front end, under 2.? yards (h) Overhead and front end, 2' yards and up to 4 yards (i) overhead and front end, 4 yards up to 8 yards (j) Overhead and front end, 8 yards and over 18. Locomotives: (a) Dinkey-air, electric, steam, gas or diesel (b) Rod or geared engines 19. (a) Mechanics or welders, heavy duty (b) Mechanic Leadmin 20. Mechanics helpers, heavy duty 21. Mixers: (a) Asphalt, up to 4 tons per batch (b) Asphalt, 4 tons and over per batch (c) Mobile type with hoist combination (d) Concrete mixers and batch - 200 yards per hour and under (e) Concrete mixers and batch - over 200 yards per hour through 400 yards per hour (f) Concrete mixers and batch - over 400 yards per hour through 600 yards per hour (g) Paving (h) Paving dual 6/1/77 6/1/78 6/1/79 $11.61 12.69 13.69 11.23 12.31 13.31 a 11.61 12.69 13;69 12.37 13.45 14.45 12.37 13.45 14.45 11.70 12.78 13.78 11.61 12.69 13.69 11.93 13.01 14.01 11.73 12.81 13.81 11.58 12.66 13.66 11,70 12.78 13.78 11,98 13.06 14.06 11.61 12.69 13.69 11.98 13.06 14.06 12.20 13.28 14.28 12.79 13.87 14.87 11.36 12.44 13.44 12.73 13.81 14.81 11.71 12.79 13.79 11.93 13.06 14.06 11.02 12.10 13.10 11.61 12.69 13.69 11.93 13.01 14.01 11.98 13.06 14.06 11.61 12.69 13.69 11.93 13.01 14.01 12.24 13.32 14.32 11.73 12.81 13.81 11.93 13.01 e d 14.01 1 CLASSIFICATIOFS 6/1/77 L1178 6/1/79 22. (a) Motor patrol graders, including Model 14 and similar $11.68 12.76 13.76 (b) rotor patrol graders, over Model 14 and similar 11.98 13.06 14.06 23. Mucking machines, Mole, Tunnel Drill, and/ or shield 11.98 13.06 14.06 24. Oil distributors, blower distributor and mulch seeding operator 11.35 12.43 13.43 25. (a) Oilers, grade-oiler combination and/or brakemen 11.12 12.20 13.20 (b) Grade checker and stakemen 9.53 10.61 11.61 (c) Equipment service, and fueling oiler 11.40 12.48 13.48 (d) Firemen 11.23 12.31 13.31 (e) Oiler driver on truck cranes over 45 tons up to 100 tons 11.30 12.38 13.38 (f) oiler driver on truck cranes 100 tons and over 11.40 12.48 13.48 (g) oiler trainee 7.05 7.84 8.37 26. Piledriver engineers, L. B. Foster Fuller or similar, paving breaker 11.98 13.06 14.06 27. Post hole diggers, mechanical 11.55 12.63 13.63 28. Power plant operators 11.61 12.69 13.69 " 29. Pumps: . _ (a) Truck mounted concrete pump w/boom attachment 11.76 12„84 13.84 (b) Concrete and Pump Crate 11.61 12.69 13.69 (c) Fuller Kenyon 11.61 12.69 13.69 (d) Water 11.42 12.50 13.50 30. Rollers, tampers and vibrators: (a) On plant, road mix or multilift materials 11.61 12.69 13.69 (b) Other than plant, road mix or multilift materials (Where towed, to pay rate of equipment used to pull) 11.28 12.36 13.36 (c) Tkin engine 11.58 12.66 13.66 31. -Saws, concrete 11.58 12.66 13.66 32. Scrapers: (a) Carryall type, single 11.58 12.66 13.66 (b) Carryall type. double 11.73 12.81 13.81 33. Screed man 11.61 12.69 13.69 34. Shovels: (a) Crawler and truck type, all attachments, 3 yards and under 11.98 13.06 14.06 (b) Crawler and truck type, all attachments, over 3 yards up to 6 yards 12.37 13.45 14.45 (e) Crawler and truck type, all attachments, 6 yards and over 14.00 15.00 35. Spreaders, Blaw Knox, Cedar-apids Jaeger, Plarrety or similar types 11.61 12.69 13.69 36. Slip Form Paver, Zimmerman, CHI and similar types 12.37 13.45 14.45 37. ` Sub Grader, Curries, CMI and CHI rotomill and similar types 11.98 13.06 14.06 CLASSIFICATIONS i 6/1/77 b/Z 78 6/1/79 38. (a) Tractors, Farmall type, 60 HP and under $11.28. 12.36 13.36 (b) Tractors,' Fa =,all type, over 60 HP 11.42 12.50 13.50 (c) Tractors, Farmall type, used as backhoes, rubber tired (Ford, Ferguson, Case and similar types) 60 HP and under 11.76 12.84 13.84 (d)Tractors, Farmall type, used as backhoes, rubber tired (Ford, Ferguson, Case and similar. types) over 60 HP 11.98 13.06 14.06 39. '(a) Tournapulls, Caterpillar, Euclid scrapers and similar type equip- ment-25 yards and under 11.68 12.76 13.76 (b) Tournapulls, Caterpillar, Euclid scrapers and similar type equip- ment-over 25 yards through 40 yards 11.98 13.06 14.06 . (c).Tournapulls,Caterpillar, Euclid. scrapers and similar type equip- meat-over 40 yards through 55 yards 12.29 13.37 14.37 (d) Tournapulls, Caterpillar,,Euclid scrapers and similar type equip- ment-over. 55.yardathrough 70 yards 12.59.. 13.67 14.67 (e) Tournapulls,'Caterpillar, Euclid scrapers and similar type equip- ment-over 70 yards through 85 yards 12.90 13.98 14.98 (f) Tournapulls,.Caterpillar, Euclid scrapers and similar type equip- ment-over 85 yards through 100 yards 13.20 14.28 15.28 (g) Tournapulls, Caterpillar, Euclid, scrapers and similar type equip- ment-over 100 yards (to be negotiated) 40. Trenching machines-including underwater- remote controlled units: (a) Under 16 inches 11.61 12.69 13.69 (b) 16 inches and over 11.87 12.95 13.95 MASTER MECHANICS - $3.00 per day over shovel scale. FOREMAN - $0.40 per hour over the highest cla ssification under his supervision PREVAILING WAGE RATES FOR TEAMSTERS <TERRITORY COVERED: Counties or parts of Counties vest. of the 120th Meridipn: CHEIAN, CIALLAM,DOUGLAS,.GRAYS HARBOR, ISLAND, ..JEFFERSON, KING, KITSAP, KITTITAS, IEWIS, Mk SON, OKANOGAN,.PACIFIC- North, PIERCE, SKAGIT, SNOHOMISH,.THURSTON,WHATCOM and- YAKIMA Counties. FRINGE BENEFITS EFFECTIVE DATES 6/1177 611/78 6/1179 Health 6 Welfare .94 ,94 .99 Pension .70 .75 1.07 Training Fund ,09 ,09 .09 1.73 1J8 2.15 CLAD l.`ICATIONS 5/1f77 6/1/78 611!79 "A-Frame or Hydralift" trucks or similar equipment when "A-Frame of Hydralift". or similar equipment is in use $11.73 12.86 13.99 Buggymobile 11.42 12.55 13.68 Bulk Cement Tanker 11.58 12.71 13.84 Bull lifts, or similar equipment used in loading or unloading trucks, transporting r materials on job sites: - Warehousing 11.25 12.38 13.51 Other than warehousing 11.60 12.73 13.86 Bus or Nanhaul 11.25 12.38 13.51 Dumpsters, and similar equipment - Tournorockers, Tournowagon, Tournotrailer, Cat DW Series, Terra. Cobra, LeTourneau, Westinghouse, Athey wagon, Euclid, two and - four-wheeled power tractor with trailer and similar top-loaded equipment transporting material and performing work.in Teamster juris- diction. '. Dump trucks, side, end and bottom dump, Including Semi-Trucks and Trains or com- binations thereof: Up to and including 5 yards 11.25 12.38 13.51 Over 5 yards to and including 12 yards 11.47 12.60 13.73 Over 12 yards to including 76 yards 11.53 12.66 13.79. Over 16 yards to and including 20 yards 11.58 12.71 13.84 Over 20 yards to and including 30 yards 11.75 12.88 14.01 Over 30 yards to and including 40 yards 11.91 13.04 14.17 Over 40 yards to and including 55 yards 12.07 13.20 14.33 (Fifteen cents (15c) per hour increase for each 10 yard increment over 55 yards) Explosive truck (Field mix) and similar equipment 11.47 12,60 13.73- Flatbed: Single Rear Axle 11.25 12.38 13.51 Dual Rear Axle 11.36 12.49 13.62 Grease Truck, Fuel Truck. Greaser, Battery Service Man and/or Tire Service man 11.25 12.38 13.51 Hyster Operators (Handling bulk loose aggregates) 11.42 12.55 13.68 Leverman and Loaders at bunkers and batch plants 11.15 12.28 1.3.41 Lowbed and Heavy Duty Trailer: Under 50 tons gross 11.47 12.60 13.73 Over 50 tons gross to and including 100 tons gross 11.75 12.88 14.01 Over LOO tons gross 11.91 13.04 14.17 Mechanic 11.59 12.72 13.85 Mechanic Helper 11.00 12.13 13.26 Pickup truck, Escort or Pilot car 11.15 12.28 13.41 Road Oil Distributor Driver 11.47 12.60 13.73 CLASSIFICATIONS 6/1/77 6/1/78 61 79 Scissor Truck $11.25 12.38 13.51 Slurry ; Truck 11.47 12.60 13.73 Sno-Go and similar equipment' 11.47 12.60 13.73 Spreader, Flaherty 11.25 12.38 13.51 Straddle Carrier .(Ross, Hyster and sinilar equipment) 11.42 12.55 13.68 Swampers 11.15 12.28 13.41 Team Driver 11.20 12.33 13.46 Tractor, small rubber-tired (when used within Teamster jurisdiction) 11.25 12.38 13.51 rTransit-mix used exclusively in heavy construction: O to and including 4?5 yards 11.46 12.59 13.72 Over:4? yards to and including 6 yards 11.63 12.76 13.89 Over 6 yards to and including 8 yards 11.79 12.92. 14.05 Over 8 yards to and including 10 yards 11.95 13.08 14.21 Over 10 yards to and including 12 yards 12,12 13.25 14.38 Over 12 yards to and including 16 yards 12.28 13.41 14.54 Over 16 yards to and including 20 yards 12.44 13.57 14.70 Over 20 yards 12.60 13.73 14.86 Note: Alltypes of trucks or equipment used to haul Portland Cement ready-mix shall be governed by the transit-mix scales). Vacuum Truck 11.25 12.38 13.51 Warehouseman and Checkers 11.15 12.28 13.41 Water Wagon and Tank Truck: Up to 1600 gallons 11.25 12.38 13.51 1600 gallons to 3000 gallons 11.42 12.55 13.68 Over 3000 gallons 11.58 12.71 13.84 Winch Truck: Single Rear Axle 11.25 12.38 13.51 Dual Rear Axle 11.47-- 12.60 13.73 Wrecker, Taw Truck and similar equipment 11.25 12.38 13.51 t K 8 i DOT PEVRED B/1fe t DEPARTMENT OF TRANSPORTATION DATE: June 27, 1978 INTRA-DEPARTMENTAL COMMUNICATION FROM: J. D. Zirkle/D. L. Barclay SUBJECT: WAGE RATE REVISIONS TO, All Project Engineers, Maintenance Superintendents and County Engineers , E B k D. Belling er . ec F. Kegel L. Berry J. Michel A. Williams C. Gill R. Mittlestadt M. Young 0. Hagge H. Frankmoelle A. Waaga J. Hart D. Taylor W. Thornton M. Holgerson E. Trulson C. Kirkwood C. Helser R. Leach Attached is a revision to th e current prevailing rates to be used on Force Account Work if the area is within your jurisdiction. DLB/mtc NDO/LWJ Attach. cc: w/attach. D. Morrow A. McLain Accounting Drafting Room PREVAILING WAGE RATES FOR BRICKLAYERS TERRITORY COVERED: CUMAH, .IBFFERSON KING, KITBAP, ISLAIID and SNOMHISI I Counties. i•IAM RATES _ EFFECTIVE DATES CLA STFICATIOYS 6/1/77 77!1(77 G/1./7A Bricklayers $11.22 11.52 12.41 Stone M3sono 11,22 11.52 12.41 Cement Block Layers 11.22 11.52 12.41 Pointers, Cleaners, Caulkers 11.22 11.52. 12.41 Marble Henons 11.22 11.52 12.41 Foremen 12.22 12.52 13.41 APPP.ENTICSS Bricklayers. Cement Block La yers. Stone Masons, Hsrble Maroons lot 700 hours 50% 5.6'1 5.76 6.21 "2nd 700 hours 55% 6.17 6.34 6.83 3rd 700 hours 60% 6.73 - 6.91 7.45` 4th 700 hours 70% 7.85 8,06 8.69 Sth 700 hours 80% 8.98 9,22 9.93 6th 700 hours 95% 10.66 10.94 11.79 Painters, Cleaners, Caulkers lot 6 months 75% 8.42 8.64 9.31 2nd 6 months 857. 9.54 9.79 10.55 3rd 6 months 95% 10,66 10.94 11.79 .. FRINGE BF.NEPITS Health & Welfare .65 ,80 .80 Pension' .65 .85 1.15 Apprenticeship 11 11 .11 1.41 1.76 2.06 PREVAILING WAGE RATES FOR CARPENTERS TERRITORY COVERED: CLALLAP1, GRAYS. HARBOR, ISLAND, JEFF9RSON, KING, KITSAP LEWIS, .lL1SON, PIERCE, SKAGIT, SNO11 HISH, YnRMSMN, • WHAT0011 and CHELAN Flest, DOUGLAS West, KIT XTAS. West, " OKANOGAN Went, YAKIMA West and PACIFIC North. WAGE RATES EFFECTIVE DATES . CLASSIFICATIONS 6/1177 8/1177 6/7/78 6/i179 .' Carpenters (includes Dry.+all Applicator) $10.75 $11:00 11.88 °' Carpenters on creosoted material 10.85 11.10 11.98 Sawfiler, stationary power saw operators, floor finishers, floor layers, shinglera, floor onnders, stationary power wood working 88 13 11 2 1 tool operators, 10. . .0 / 1 Millwrights & IA chine Erectors 11.25 11.50 12.38 V Piledrivers, bridge, dock and vhnrf builders 10.90 11.15 12103 Boonanen 10.95 11.20 12,08 / Acoustical Workers 10,91 11.16 12.04; , Acoustical Foremen 11.66 11.91 12.79 Millwright Foremen 12,00 12.25 13.13 / Carpenter Foremen 11.50 11.75 f 12.63 J Piledriver Foremen 11.70 11.95 12.83 Piledriver Foremen (on power rigs while driving and/or pulling piling). 12.00 12.25 13.13 APPRENTICES let 6 months 60% 6.45 6.60 7.13 2nd 6 months 65% 6.99 7.15 7.72 3rd 6 months 707. 7.525 7.70 8.32 4th 6 months 75% 8.06 8.25 8.91 5th 6 months 80% '8,60 8.80 9.50 6th 6 months 85% 9.14 9.35 10.10 7th 6 months 90% 9.675 9.90 10.69 8th 6 months 95% 10.21 10,45 11.29 FRTNGF. BENEFITS 1/1/78 11ealth & Welfare .50 .50 .55 .60 80 Pena ion .70 .70 .70 02 . 02 Apprenticeship .02 .02 . . 112, 1,22 1.27 1.42 -mom aauA PREVAILITcG WACE RAPES FOR CEMENT MASONS TERRITORY COVERED: CLALLAM, GRAYS IIARDOR. J°1?ER±03_i, KITSAP, L"M , TMSO13, PACIFIC., PIERCE, TIMRSTON and IMIG-- SN MMISH lying mouth of a straight line otortinq at 190th Stre et. SW where it rczchoa Pugot Sound just north of Edmonds and continuing on a strairht line passing one mile north of the city ccntcr of Duvall until it intersocts t he Easterly line., WACW RATES 9M- CTII>v DATES CLASSIPICATZOTIS 6/1/7.7 6/1/78 11 53' Cement Masons $10.50 . Composition, Undarlaymant Color G 1' 78 Mastic. Epoxy 10.75 75 10 . 1 11.78 . Trowel Machin` Grinder and all other power tools used by Cement Masons under j their jurisdiction 10.75 11.78 11 78 ?'w Gunite Nozzleumn 10.75 . FORETAN: 25c/hr, above the highest journeyman supervised. APPRENTICES lot 6 months` 50% 5:25 5.765 92 6 2nd 6 menthe 60% 6.30 . 07 9 3rd 6 months 70% 7.35 . 22 9 4th 6 monthn 80% 8.40 . 38 10 5th 6 months 90% 9.45 . 10 95 6th 6 roontho 95% 9.9.75 . FRINCM: DETiEPITS D 1/77 1 1 78 ? 70 Health f Welfare .55 .55 .70 . 00 ? 1 Pension 1.00 1.00 1.00 . 50 ? Vacation .50 .50 Train Im Fund .07. .02 .06 . .06 ? 1.57 2.07 2.2G 1.L PREVAILING WAGE RATES x FOR 1RONWORRERS TERRITORY COVERED: STATEWIDE WAGE RATES EFFECTIVE DATES CLASSIFICATIONS 7/1/77 1 h /7R 7uf7R Structural rronvorkers $11.85 12.60 Ornamental Ironworkers 11,85 12.60 / Riggers, Burners, Welders 11.85 12.60 Pence Erectors 11.85 12.60 / Reinforcing Ironworkers 11.85 12.60 /J Foreman- 3 men or less 12.25 13.00 / 4 men or more - 12,85 13.60 / APPRENTICES lot 6 months 60% 7.11 7.56 2nd 6 months 80% 9.48 10.08 2nd year 90% 10.67 11.34 3rd year 95% 11.26 11.97 FRINGE BENEFITS Health 6 Welfare .93 .93 .93 Pension 1.00 1.20 1.45 f Apprenticenhip .10 .1.0 .10 2.03 2.23 2.48 s FRGVAILIHG WAGE RATES FOR LADORERS TERRITORY COVERED: CLALLhM, GRAYS 1ARrOR, TSW.ITD, .=Ej RIOH_ RING, Y.ITSAP, LJWIS, IMSON, PLERC'S, SICAGIT, SMIDMLSH,, THUPSTON, TIMTOOM AYD PACLFIC North - f FRINGE R$ITdF7.TS v EFFDCTTVE DATES 6/1/77 6/1/78 6/1/79 Health & Welfnre .90 .95 Panaion 1110 1:10 Training Fund ,08 .08 2.08 2.13 CussirIn-nons 6/1/77 6/178 611179 GROUP r $8.94 9.92 General Laborer k ? Feller & Bucker: Hand Asphalt Laborers ? Fence. Laborer Batch Weighman Fine Graders* Brooners Flagu.an '- -- Brush Cutter Form Settor Brush Hog Feeder Grout nachine Header Tender Burners Header Laborer & Guardrail Erector Car.&Truck Loader House WrccLer' Carpenter helper ?' 112teriol Yard Ken (Including - Coment Handler Electrical) Changoirouse or Dry Slack Hipper-S•ziopcr Checker Setter. Pilot Cur Clean Up Laborer ?- S o o r Pitman / d r ? P T ncrete F rm trippn C Concrete & Monolithic Laborer ? e ot en Rip rap Man Crwh Feeder. 'Scaleman Curing Laborer Signalasan Demolition: Wrecking & Skip=n Moving (including Charred S1opar Sprnymon Material) Stoakpilar Ditch Digger ? TooLrccm an (at'job site) -_Driernan ?- Track Laborer 'Dumpman t/ Truck Spotter Elevator Feeders Window Cleaner GROUP II 9.28 10.26 Air, Gas or Electric Vibrating Power Jacl.a Screed Power Whoelbnrrotr or Buggy $-- Anchor Machines RoLlrond Spike Puller Ballast Regulator Machines Ribbon Sector, Head Chippers v'° Rip Rap IL-an, Head Chocker Splicer/ ? k T d C Redder 200) -'? Sl ( er huc en Clary Tower Spreader & Others opor over Stake Hopper Concrete Saw Operator ? Stringing Scaffold or Bontowai.n GabLan Roeket Builder Chair over wator or 25' in height Grinders -" Tamper (multiple & oclf propelled) - Groutmon (preasur,?), in- Tamper and Similar Electric & eluding Poet Tension Beams Air Operated Toole Jackhnv=r Topman - Tailman Multiple Tampers Track Liuoro Pavement Brenker Vibrator Pipe Pot Tender Wagon Driller & Air Trac Helper ?" Pipe Wrapper _ Well Point Laborer Powderwn'a helper ii CLASSIFICATIONS 6/1/77 f 1(78 6/1179 -G"2OUP" III ' $9.42 10.40 Bit Grinder & Drill Doctor Pipe layer ?ylker .. Cement Duper - Paving, ? yovderman halt ? - A k R Cement. Finisher Helper a er sp h d L S Faller &. Ducker Chain Saw Y e rs t preader (carries gra Grade Chocker & Tranait Man redder) High Scaler &- Timbermun - sewer ?- _ lAner-Beam Operator Tugger Operator ' Nanholo Builder / Vibrator 4" and Over riortarmn &.nodeorrier L Wagon Driller & Air Trac ? Nozaleman'.(concrete P=p. Operator : - green cutter uhon u2ing combination of high pra-.Pure air & ositer. on concrete h rock, sandblast,.gunnite, _ shoterete) water blaster GROUP IV 9 S? 10.50 =- Cainoon Worker Pawdorman Lacer Beam Operator (Tunnel) Re-Tinberman Minor Aq2intononce Man ? Spader (Tunnel) FOREMEN: FIFTY CENTS PER MUR ABOV£ T11E 11IGHEST LAPOBER'S.CLASSIFICATION SUp£PVISEC. III IIM - c F f j PREVAILING WAGE RATiS FOR OPERATING ENGINEERS f, TERRITORY COVERED: Counties or parts of counties went of the 120th Meridian: CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFPERSON_ KING, KTPSAP, KITTITAS, LEWIS, MASON, OKANOGAN, PACIFIC-North, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCOM and YAKIMA FRINGE BENEFITS f EFFECTIVE DATES 6/1/77 6/1/78 Health S Welfare $ .75 .85 Pension 1.00 1.00 } Training Fund .11 .11 1.86 1.96 i i y i 4 y CIAM71CATlONS 6/1/77 6/1/78 1, Batch plant operator: (s) Batch and mixer, 200 yards per hour and under 811.61 12.69 ' (b) Batch and mixer, over 200 yards per hour through 400 yards per hour 11.88 13.01 (c) Batch and mixer. over 400 yards per hour through 600 yards per ur h 2 o 2. Brooms, power (Wayne, Saginaw and 12.24 13.3 similar types) 11.58 12.66 3. (a) Bulldozer, under D9 or similar 11.58 - 12.66 (b) Bulldozer, D9 or similar 11.80 12.88 (c) Pay Dozers and Linked Pusher, 4 Quad 9 and similar 11.98 13.06 (d) Bulldozers engaged in YDYO operation (while clearing and scaling) 11.98 13.06 4. Bump Cutter (Concut, Christianson or imil r t .' e a ypes) 5. Cableways: 11.88 12.96 (a) 3 yards and under (b) O 3 d 11.98 13,06 1 ver yar s 6. Cement Roga 12.37 11.73 13.45 12.45' 7. Compressors: (a) Excavating and general purposes 11.28 12.36 (b) Steel erection or tank erection including sand blasting, painting of the same 11.70 12.78 8. Cranes: (a) "A" frame trucks, single power drum 11.61 12.69 (b) "A" frame trucks, double power drum 11.98 13.06 (c) Crawler, truck type, floating, locomotive, Whirley, either 3 yards and under, or 150' of boom including jibs and under, or 45 tons and under 11.98 13.06 (d) Crawler,' truck type, floating, loco- motive, Whirlay, either over 3 yards, or over 150' of boom, including jibs or ove 45 t 100 s 1 r on up to tons (e) Crawler, truck type,. floating, loco. 12.37 3.45 motive. Whirley, either 6 yards and over, 200' of boom including jibe ? d 0 ' ?, an over, or 10 tons and over (f) Rollagon, Transporter 12.92 12.37 14.00 l 14.00 (g) Tower cranes, Facto, Lorraine, Bucyrus i and similar types 12.37 13.45'. (h) Nydralifts 11.98 13.06 (i) Uyster cat cranes and attachments 11.98 13.06 M Chipper, wood with boom attachment 11.98 13.06 . 9. (a) Conveyors 11.61 ? 12.69 (b) Conveyors, Beltcrate with power pack and similar types 11.93 13.01 10. Crushers (rock), washing and screening plants 11.61 12.69 11. Derricks, all 11.98 13.06 ? 12. Drilling machines, core, cable, rotary and exploration 11.98 13.06 'CIASSIFICATMNS 6/1/77 6 1 78 `f 13. Finishing machine operator. concrete paving 14. Fireman, hot plant and drier $11.61 12.69'/ 15. `(a) Hoists, air tuggers, Strato tower 11.23 12.31 bucket, elevators, and deck winches (Power) (b) Helicopter winch operator 11.61 12.69 (c) Remote control operator on rubber - 12.37 13.45 % tired earth moving equipment 16 H o 12.37 13.45 , oists n steel erection, towarmobiles and air tuggers 2 17. Loaders: 11.70 1 .78 (a) Elevating-Athey, Barber Greene and similar types (b) El 11.61 12.69 evating belt type-Euclid and similar types (c) El 11.93 13.01 / evating grader type-Du=or and similar t yP°B (a) Fork lifts or lumber stacker (on 11.73 12.81 construction job site), Drott travel lift (e) Fork lifts with tower 11.58 11.70 12,66 12 78 (f) Fork lifts with power boom and . swing attachment (g) Overhead and front and, under 214 11.98 13.06 yards (h) -Overhead and front and, 21,14 yards 11.61 12.69 and up to 4 yards 11 98 13 06 (i) Overhead and front end, 4 yards . . up to 8 yards (l) Overhead and front end 8 yards 12.20 13.28 , and over 18, Locomotives:' 12,79 13.87 (a) Dinkey-air, electric, steam, gas or diesel 11 12 44 (b) Rod or geared engines .36 12 73 , 13 81 ? 19, (a) V4chanics or welders, heavy duty (b) - Mechanic Leadman , 11.71 11 . / 12,79 13 06 ? 20. Mechanics helpers, heavy duty 21. Mixers: .93 11.02 . / i 12.10 ? (a) Asphalt, up to 4 tone per batch " 61 11 1269 (b) Asphalt, 4 tons and over par batch ' . 11 93 13, 01 (c) - Mobile type with hoist combination (d) C e , 11.96 - . 13.061- oncr te mixers and batch - 200 yards per hour and under 11.61 12,691/ (e) Concrete mixers and batch - over 200 yards per hour through 400 yards per hour 11 93 13.01 (f) Concrete mixers and batch - . over 400 yards per hour through 600 yards per hour 12 24 i 13 2 / (9) Paving (h) ` Paving dual . 11.73 11 93 .3 12.81 13 k"' . .01 S f ' SIFICATIDNS 6/1/77 6/1/78 ? ? i, 11 2 (a) Motor patrol graders. including . Model 14 and similar $11.68 12.76 (b) Motor patrol graders, over Model 14 ;i and similar 11.98 13.06 ( 23. Mucking machines, Mole, Tunnel Drill, and/ or shield 11.98 13.06 F 24.. oil distributors, blower distributor and ? R mulch seeding operator 11.35 12.43 5. (a) Oilers, grade-oiler combination and/or brakemen 11.12 12.20 s /(b) Grade checker and stakemen 11.12 10.61 (c) Equipment service, and fueling oiler 11.40 12.48 (d) Firemen 11.23 12.31 ? (e) Oiler driver on truck cranc¢ ( over 45 tons up to 100 tons 11.30 12.38 ? (f) Oiler driver on truck cranes 100 tons and over 11.40 12.48 (g) Oiler trainee 7.05 7.84 If 26. Piledriver engineers, L. B. Foater Puller or similar, paving breaker 11.98 13.06 27. Post hole diggers, mechanical 11.55 12.63 28. Power plant operators 11.61 12.69 29. ---Pumps (a) Truck mounted conerete - pump w/boom attachment 11.76 12.84 (b) Concrete and Pump Crate i 11.61 12.69 (c) Puller Kenyon 11.61 12.69 + (d) Water 11.42 12.50 30.:- Rollers,' tampers and vibrators: (a) On. plant, road mix or multilift materials 11.61 12.69 (b) Other than plant, road mix or multilift materials (tihere towed, to pay rate of equipment used to pu11) 11.28 12.36 (c) Twin engine 11.58 12.66 ? i 31.- Saws, concrete 11.58 12.66 ? 32. Scrapers: (a) Carryall type, single 11.58 12.66 (b) Carryall type, double 11.73 12.81f 33. Scread man 11.61 12.69 34. Shovels: (a) Crawler and truck type, all attachments, 3 yards and under 11.98 13.06 (b) Crawler and truck type, all attachments, over 3 yards up to 6 yards 12.37 . 13.45 (c) Crawler and truck type, all r attachments. 6 yards and over 14.00 35. Spreaders. Blew Knox, Cadar-apide 9 Jaeger, Flarrety or similar types 11.61 12.6 36. Slip Form Pavar, Zimmerman, CMr and similar types 12.37 13.45 37. Sub Crnder, Curries, CM and Clit ? rotomill and similar types 11.98 13.06 EWA CLASSIFICATIONS 6/1177 6 1/78 r,• 38. (a) Tractors, Farmall typo, 60 UP $11.28 12.36 ? and under (b) Tractors, Farmsll type, over 11.42 12.50 60 HP - (c) Tractors, Farmall type, used as backhoea, rubber tired (Ford, Case and similar types) rguson F ? , e 60 HP and under 11.76 12.84 11 ... (d) Tractors, Farmall type, used an backhoes, rubber tired (Ford, Ferguson, Case and similar types) 11.98 13.06 over 60 HP 39. (a) Tourrapulls, Caterpillar, Euclid scrapers and similar type equip- 68 11 12.76 went-25 yards and under . (b) Tournspulls, Caterpillar, Euclid scrapers and similar type equip- eent-over 25 yards through 40 yards 11.98 13.06 (c) Tournapulls, Caterpillar, Euclid scrapers and similar type equip 2 37 13 went-over 40 yards through 55 yards 9 12. . (d) Tournspulls, Caterpillar, Euclid i - f p scrapers and aimilar type equ went-over 55 yards through 70 yards 12.59 13.67 (e) Tournapulls, Caterpillar, Euclid scrapers and similar type equip- ment-over 70 yards through 85 yards 12.90 13.98 (f) Tournapulls, Caterpillar, Euclid. scrapers and similar type equip- 20 13 14.28 went-over 85 yards through 100 yards . (g) Tournapulls, Caterpillar. Euclid, scrapers and similar type equip- ment-over 100 yards Trenching machines.including underwntar-remote cont 40 rolled units: . (a) Under 16 inches 11.61 11.87 12.95 v (b) 16 inches and over RASTER MCHANICS - $3.00 per day over shovel scale. FORMAN - $0.40 per hour over the highest classification under his supervision t Air PREVAILING WAGE RATES FOR :. PAVEMENT STRIPING THE FOLLOWING HOURLY RATES AND FRINGE BENEFITS HAVE BEEN ESTABLISHED AS THE PREVAILING RATES FOR ALL WORKMEN pERFORhIING PAINTING. AIM OTHER WORK " REQUIRED IN PREPARING,. MAINTAINING AND IMPROVING THE SURFACES OF .AND REGULATING THE TRAFFIC ON PARKING LOTS, AIR FIELDS, HIGHWAYS, CAME: COURTS AND SIMILAR SURFACES. THEY BECOME EFFECTIVE ON THE DATES INDICATED. TERRITORY COVERED: STATEWIDE WAGE RATES EFFECTIVE DATES CLASSIFICATIONS 6/1/78 Journeyman $12.47 Foremen 12.97 Helpers: 1st 6 months 45% 5.61 2nd 6 months 50% 6.24 3rd 6 months 63% 7.86 4th 6 months 73% 9.10 5th 6 months 88% 10.97 FRINGE BENEFITS Health 6 Welfare .69 Pension .25 .94 - PREVAILING WAGE RATES FOR PLUMBERS ANDPIPEFITTERS TERRITORY COVERED: CHELAN, CLALTAM, JEFFERSON, KIN G DOUGLAS, West of 119030', KITriTAS North of 47615', OKANOGAN (Except East of 119030' and South of 48030') WAGE RATES EFFECTIVE DATES CLASSIFICATIONS 6/1/76 1/1/77 6/1/77 6/1178 Journeyman Plumber $12.11 12.11 12.80 13.90` '.Journeyman Steamfitter 12.11 12.11 12.80 13.90 Welder 12.11 12.11 12.80 13.90 . Foreman 13.11 13.11- 13.80 14.90 - - General Foreman 13.61 13.61 14.30 15.40' Helper 35% . 4.24 4.24 4.48: 4.865.•` APPRENTICES let 6 months 40% 4.84 35% 4.24 4.48 4.865 2nd 6 months 45% 5.45 40% 4.84 5.12 5.56. 3rd 6 months 50% 6.055 6.055 6.40 6.95 4th 6 months 55% 6.66 6.66 7.04 7.645 5th 6 months 60% 7.27 65% 7.87 8.32 9.035 6th 6 months 65% 7.87 70% 8.48 8.96 9.73 7th 6 months 70% 8.48 80% 9.69 10.24 11.12 8th 6 months 75% 9.08 857.10.29 10.88 11.815 9th 6 months 80% 9.69 10th 6 months 85% 10.29 FRINGE BF.NF.FITS Health 6 Welfare .56 .56 .68 .68 Dental .16 .16 .21` .21 ? Pension 1.35 1.35 1.41 1.51`/ Vacation 1.10 1.10 1.10 ' 1.25 ? Training Fund .07 .07 .07 .12 ? 3.24 3.24 3.47 3.77 PREVAILING WAGE RATES FOR ROOFERS TERRITORY COVERED: CLALIAM, JEFFERSON, KING, KITSAP, MASON and SNOHOMIS11 Countiee. WALE RATES . EFFECTIVE DATES CLASSIFICATIONS 6/1/77 12/1/7 7 6/1/78 Journeyman Roofers $10.50 $10.98 11.78 Journeyman Waterproofers 10.50 10.98 11.78 Tile 6 Slate Roofers 10.75 11.23 12.03? Helpers = 70% 7.35 7.68 8.25 FOREMAN: 50C per hour above the scale for the job classification in which he works APPRENTICES lot 6 months 70% 7,35 7.69 8.25 2nd 6 months 75% 7.87 8.23 8.835 3rd 6 months 807. 6,40 8.78 9.42 4th 6 months 857. 8.92 9.33 10.01 5th 6 months 90% 9.45 9,88 10.60 6th 6'months 95% 9.98 10,43 11.19 FRINGE BENEFITS Health 6 Welfare ,60 .60 .65 Pension .40 .60 .80 Apprenticeship .03 0 1 .03- 1• , 5 Y.23 1.48 F11IM32001S65 HOURLY MINIMUM WAGE RATES MAY 4, 1970 JEFFERSON IT IS SPECIFICALLY UNDERSTOOD AND AGREED THAT THE MINIMUM WAGE RATES FOR A NUMBER OF CLASSIFICATIONS AS ESTABLISHED BY THE SECRETARY OF LABOR UNDER: USDL DECISION NO. AJ-69758 AND INCLUDED AS A PART OF THIS CONTRACT ARE SUBJECT TO CHANGE AND THAT THE BIDDERS ACCEPT FULL RESPONSIBILITY, AND ASSUME THE RISK OF ANY INCREASED LABOR COSTS BY REASON OF PAYING ANY HIGHER RATES THAN THOSE SPECIFIED IN THE CONTRACT. IN COMPLIANCE WITH THE PROVISIONS OF SECTION 7.02B OF STANDARD SPECIFICATIONS' PUBLIC WORKS - WAGES, THE MINIMUM WAGE RATES ARE DESIGNATED HEREAFTER AS FOLLOWS. PURSUANT TO SECTION 113 OF TITLE 23, UNITED STATES CODE, THE U.S. SECRETARY OF LABOR HAS ESTABLISHED MINIMUM FEDERAL WAGE RATES. IN ADDITION TO THE RATE SHOWN, THE EMPLOYER SHALL CONTRIBUTE THE FRINGE BENEFI7S SHOWN HEREIN. IF THERE IS NO DIFFERENCE IN THE STATE AND FEDERAL RATES THE FEDERAL RATE IS INDICATED AS SAME. IF THERE IS A DIFFERENCE METWEEN THE PREVAILING STATE WAGE RATES AS DETERMINED BY THE STATE OF WASH- INGTON DEPARTMENT OF LABOR AND INDUSTRIES AND THE MINIMUM FEDERAL WAGE RATES AS PREDETERMINED BY THE U.S. gS?EpCRfE{TIAARY OF LABOR FOR SIMILAR TION EAYSfJS17:ILALS THAN I EOW -?rS.? Il:lL• HLWF.?f lZ?tlE ZHtl?I9RS SHALL IF THE CONTRACTOR MAKES USE OF APPRENTICES ON THE JOB HE SHALL PRESENT TO THE CONTRACTING OFFICER WRITTEN EVIDENCE OF REGISTRATION OF SUCH EMPLOYEES IN A PROGRAM OF A STATE APPRENTICESHIP AND TRAINING AGENCY APPROVED AND RECOGNIZED BY THE U.S. BUREAU OF APPRENTICESHIP AND TRAINING. IN THE ABSENCE OF SUCH A STATE AGENCY, THE CONTRACTOR SHALL SUBMIT EVIDENCE OF APPROVAL AND REGISTRATION BY THE U.S. BUREAU OF APPRENTICESHIP AND TRAINING. THE CONTRACTOR SHALL SUBMIT TO THE CONTRACTING OFFICER WRITTEN EVIDENCE OF THE ESTABLISHED APPRENTICE-JOURNEYMAN RATIOS AND WAGE SUCHSRATIOSEAND RATESAFOR'THEIPROJECT UNDERETHESAPPLICABLEACONTRACT PROVISIONS. IF THE CONTRACTOR UTILIZES THE LABOR CODE WHEN SUBMITTING PAY- ROLLS AND WAGE AFFIDAV ND MORE THAN ONE JURISDICTIONAL AREA IS INVOLVED IN THE r ISDICTIONAL AREA INVOLVED SHALL BE BOR CODE NUMBER'.I.E.: 11-0010 YAK.E SHOWN IMh1EUI Y FlOLLOWING TH D ` L r5 L ,? HIGHWAY ND. - JE AD DESCRIPTION - OUILCINF. - CENTER ROAD JOB NUMBER - S-0497(8) 1 K32006 HOURLY MINIMUM WAGE RATES MAY 4, 1970- j COUNTIES - JEFFERSON LABOk RATES FRINGE CODE OCCUPATION STATE FED BENEFITS CARPENTERS - JEFFERSON / H-W 20.= CENTS tS,FJ 02-0010 CARPENTERS 5.70,/ SAME PEN, 25. CENTS (S'F' 02-0020 CARPENTERS ON CREOSOTED MATERIAL 5.80. -SAME ATP 112 CENTS IS,F 02-0030 SAWFILER, STATIONARY POWER SAW OPERATORS 5.83 SAME 02-0040 FLOUR FINISHER, FLOOR LAYER, SHINGLERS 5.83 SAME 02-0050 FLOOR SANDER OPR.,STATIONARY POW.WOODWRK 5.83 SAME 02-0060 MILLWRIGHTS AND MACHINE ERECTORS 5.85 SAME 02-0070 PSLEDRIVER,BRIDGE,OOCK,WHARF BUILDERS 5.85 SAME 02-0080 BOOMMEN 5.90 SAME 02-00100 ACOUSTICAL FOREMAN 6.26 SAME 02-0110 MILLWRIGHT FOREMAN 6.25 --- 02-0120 CARPENTER FOREMAN 6.10 -- 02-0130 PILEDRIVER FOREMAN 6.30 --- t 02-0140 PILEDRIVER FOkEMAN(POW.RIG-DRIV/PULL.PL) 6.40 -- CEMENT MASONS - JEFFERSON H-W 25. CENTS ISsF' 03-OOLO JOURNEYMAN CEMENT MASON 5.79 SAME PEN 10. CENTS IS,FI 03-0020 COMPOSITION, COLOR AND MASTIC 6.04 --- 03-0030 TROWEL MACHINE 6.04 --- 03-0040,GRINDER,ALL OTHER POW.TOOL UNDER. JURISD. 6.04 --- 03-0050 GUNITE NOZZLEMAN 6.04 --- FOREMAN 03-0060 FOREMANS DIFFERENTIAL SHALL BE 25 CTS. WHEN SUPERVISING ONE UP THROUGH FIVE WORKMEN AND THIRTY SEVEN AND ONE-HALF CTS. WHEN SUPERV. SIX OR MORE WORKMEN. FOREMANS DIFFERENTIAL SHALL APPLY OVER HIGHCST PAID MAN UNDER HIS SUPERVISION. i IRON WORKERS - JEFFERSON HA 40. CENTS (S,Fl 05-0010 STRUCTURAL IRON WORKERS 6.33 SAME PEN 25. CENTS IS,F 05-0020 ORNAMENTAL IRON WORKERS 6.33 SAME ATP 1. CENTS IS sF 05-0030 MACHINERY MOVER,MACHINERY ERECTOR 6.33 05-0040 RIGGERS 6.33 SAME 05-0050 SIGNALMEN 6.33 --- 05-0060 WELDERS AND BURNERS 6.33 05-0070 FENCE ERECTORS 6.33 SAME 05-0080 SHEETERS 6.33 -- 05-0090 REINFORCING IkONWORKERS 6.22 SAME FOREMAN 05-0100 WITH 3 MEN OR LESS 30 CTS.OVER JOUR.RATE 05-0110 WITH 4 MEN OR MORE 55 CTS.OVER JOUR.RATE HIGHWAY NO. - JEFFERSON COUNTY ROAD DESCkIPTION - QUILCEMF - CENTER ROAD JUB NUMBF.F - S-0497(H) 2 R32006 COUNTIES - JEFFERSON LABOR HOURLY MINIMUM WAGE RATES CODE OCCUPATION RATES STATE FED I MAYA. 1970 FRINGE BENEFITS LABORERS - JEFFERSON H-W 30. CENTS IS,F 11-0010 CEMENT DUMPER - PAVING 4.95 SAME PEN 30. CENTS -(S,F ATP 2. CENTS (S,F 11-0020 CONCRETE SAW OPERATOR 4.80 SAME 11-0030 DUMPMAN 4.70 SAME 11-0040 FALLER AND BUCKER - HAND 4.70 SAME 11-0050 FALLER AND BUCKER - CHAIN SAW 4.90 SAME 11-0060 FORM SETTER (STEEL FORMS) 4.85 SAME 11-0070 GENERAL LABOR 'NIPPER,TRUCK SPOTTER,PITMAN,BRUSH CUTTER 4.60 SAME 11-0080 CHOKER SETTER,CONCRETE AND MONOLITHIC 4.60 SAME 11-0090. POT TENDER,URIERMAN ASPHALT DITCH DIGGER 4.60 SAME 11-0100 L CONCRET? FORM STRIPPER,CARPE.NTER HELPER 4.60 SAME 11-0110 TRACK,WELL-POINT,HEADER LABORER 4.60 SAME 11-0112 FLAGMAN 4.60 - --- 11-0120 GRADEMAN AND STAKEHOPPER 4.85 SAME 11-0130 GROUTMAN (PRESSURE) 4.75 SAME 11-0140 HIGH SCALER 4.90 SAME 11-0150 ;MORTARMAN_AND HOD CARRIER 4.90. SAME 11-0160 ,NOZZLEMAN(CONC.PUMP,SANDBLAST,GUNNITE) 4.85 SAME 11-0170 PIPE LAYER AND CAULKER,PIPE WRAPPER 4.90 SAME 11-0180 PIPE POT TENDERER 4.80 SAME 11-0190 POWUERMAN 4.95 SAME 11-0200 'POWDERMANS HELPER 4.70 SAME 11-0210 POWER WHEEL BARROW OR BUGGY 4.80 SAME POWER TOOLS - HEAVY DUTY 11-0220 JACKHAMMER PAVEMENT BREAKER VIBRATORS ? E 4.80 SAME SAME 11-0230 R LROAD SPIKE PULL TAMPFRS,RA 4.80 11-0240 POWER TOOLS LIGHT DUTY CHIPPERS,GRINDF.RS,TAMPERS AND SIMILAR 4.75 SAME 11-0250 RAKER - ASPHALT 4.80 SAME 11-0260 RODDER 4.85 SAME 11-0270 SLUPER IOVER 20 FEET) 4.70 SAME 11-0280 SPREADER (CARRIES GRADE WITH ROODER) 4.85 SAME HIGHWAY NO. - JEFFERSON COUNTY ROAD DESCRIPTION - OUILCENE - CENTER ROAO JOB NUMBER - S-0497(8) 3 R32006 HOURLY MINIMUM WAGE RATES MAY 4. 1970 COUN TIES - JEFFERSON LABO CODE R' OCCUPATION RAT STATE ES FRINGE FED BENEFITS 11-0290 SWING.SCAFFOLD OR BTSN CHAIR -OVEP. 25 FT 4.75 SAME H-W PEN 30. CENTS ISsF'1 30. CENTS ( SsF.I 11-0300 TIMHERMAN - SEWER 4.90 SAME ATP 2. CENTS (SsFI 11-0310 WAGON DRILLER AND AIRTRAC 4.90 SAME 11-0320 WAGON DRILLER AND AIRTRAC HELPER 4.70 SAME Y S 11-0330 TUNNEL WORK MINER (INCLUDING MONOLITHIC WORK) 4.90 SAME 11-0340 MINERvSHAFT AND RAISE 4.95 4 90 SAME SAME 11-0350 IL-0360 SPADER POWDERMAN . 5.05 SAME 1-0370 POwDERMANS HELPER 4.80 90 4 SAME SAME 11-0380 11-0390 RE-TIMBERMAN CHUCK TENDER . 4.70 SAME 11-0400 MUCKER AND LABORER 4.70 0 SAME fi 11-0410 11-0420 NIPPER BRAKEMAN 4.7 SAME 0440 11 BULL GANG A AIN 4.65 90 4 SAME SAME - - NCE TEN M . 11-0450 FOREMAN HE SHALL RECEIVE THIRTY-FIVE (35) CENTS BORER UPERV ON S ISED CLASSIFICATI OPERATING ENGINEERS - JEFFERSON 12-0010 BATCH PLANT OPERATOR BATCH-MIXER -200 YDS PER HOUR AND UNDER 6.16 SAME H-W PEN 30. CENTS (S:Fi F CENTS (S 40 12-0020 BATCH-MIXER -200 YDS PH THRU 400 YDS PH PH 6.45 74 6 SAME SAME , t . 12-0030 BATCH-MIXER -400 YDS PH THRU 600 YDS . 12-0040 BKOOMv POWER (WAYNE,SAGINAW AND SIMILAR) 6.13 SAME 12-0050 BULLDOZER UNDER D-9 OR SIMILAR 6.13 33 6 SAME SAME 12-0060 12-0070 BULLDOZER, D-9 OR SIMILAR PAY DOZER, LINKED PUSHER QUAD 9 IRING-SCALING) . 6.50 50 6 SAME SAME 12-0080 BULLDOZ.R-YOYO OPER.(CLE . 12-0090 BUMP CUTTER (CONCUT• CHRISTIANSON) 6.41 SAME 011 2 UNDER R3S ARD LEWAY 6.50 SAME 0 - 1 S Y CAB OVER 12-0120 CEMENT HOG 6.27 SAME 12-0130 12-0140 COMPRESSOR = EXCAVATING COMPRESSOR-STEEL ERECT-SAND BLAST.PAINT. 5.86 6.24 SAME SAME 12-0150 CRANES A-FRAME TRUCK'- SINGLE POWER DRUM 6.16 SAME 12-0160 12-0170 A-FRAME TRUCK - DOUBLE POWER DRUM CRAWLER AND SIM.- 3 YES AND UNDER 6.50 6.50 SAME SAME 12-0180 CRAWLER AND SIM.-150 FT.OF BOOM AND UND. 6.50 SAME HIGHW AY NO. - JEFFERSON COUNTY ROAD DESCR IPTION - QUILCENE - CENTER ROAD JOB N UMBER - S-0497(8) 4 R32006 HOUkLY MINIMUM WAGE RATES MAY 4, 1970 COUNTIES - JEFFERSON LABOR RAT ES FRINGE . CODE OCCUPATION STATE FED BENEFITS 12-0190 'CRAWLER AND SIM.- 45 TONS AND UNDER 6.50 SAME H-W 30. CENTS IS,F 12-0200 CRAWLER AND SIM.- OVER 3 YDS. 6.86 SAME PEN 40. CENTS IS,F 12-0210 CRAWLER AND SIM.- OVER 150 FT. OF BOOM 6.86 SAME 12-0220 CRAWLER AND SIM.-OVER 45 UP TO 100 TONS 6.86 SAME '.12-0230 CRAWLER AND SIM.-6 YDS AND OVER 7.36 SAME 12-0240 CRAWLER AND SIM.-200 FT.OF BOOM AND OVER 7.36 SAME 12-0250 CRAWLER AND SIM.- 100 TONS AND OVER 7.36 SAME 12-0260 TOWER CRANES, PECCO, LORRAINE, BUCYRUS 6.86 SAME 12-0270 HYDRALIFTS 6.50 SAME 12-0280 HYSTER CAT CRANES AND ATTACHMENTS 6.50 SAME 12-0290 CONVEYORS 6.16 SAME 12-0300 CONVEYORS, BELTCRETE WITH POWER PACK 6.45 SAME 12-0310 CRUSHFF-S (ROCK), WASH.ANO SCREEN.PLANTS 6.16 SAME 12-0320 DERRICKS, ALL 6.50 SAME 12-0330 DRILLING MACHINE, CORE, CABLE AND ROTARY 6.50 SAME 12-0340 FINISHING MACHINE OPER., CONCRETE PAVING 6.16 SAME 12-0350 FIPEMAN, HOT PLANT AND DRIER 5.81- SAME 12-0360 HOISTS' AIR TUGGERS, DECK WINCHES(POWER) 6.16 SAME 12-0370 HELICOPTER WINCH OPERATOR 6.86 SAME 12-0375 REMOTE CONTROL OP.-RUB.TIRE EARTH MOV.EQ 6.86 SAME 12-0380 HOISTS ON STEEL ERECTION 6.24 SAME 12-0390 HOISTS ON TOWERMOBILES AND AIR TUGGERS 6.24 SAME LOADERS 12-0400 ELEVAT-ATHEY,BARBER GREENE AND SIMILAR 6.16 SAME 12-0410 ELEVATING BELT TYPE-EUCLID AND SIMILAR 6.45 SAME 12-0420 ELEVATING GRADER TYPE-RUMOR AND SIMILAR 6.27 SAME 12-0430 FORK LIFTS AND LUMBER STACKER 6.13 SAME 12-0440 FORK LIFTS WITH TOWER 6.24 SAME 12-0450 FORK LIFTS WJPOWER BOOM, SWING ATTACH. 6.50 SAME 12-0460 OVERHEAD AND FRONT END, UNDER 2-112 YDS 6.16 SAME 12-0470 OVERHEAD AND FRONT ENDs 2-112 YDS-4 YDS 6.50 SAME 12-0480 OVERHEAD AND FRONT END, 4 YDS-8 YDS 6.70 SAME 12-0490 OVERHEAD AND FRONT END, 8 YOS AND OVER, 7.24 SAME LOCOMOTIVES 12-0500. DINKEY-AIR ELECTRIC STEAM, GAS, DIESEL R E 5.93 SAME 12-0510 ED ENGIN 1100 OP. GEA 6.27 SAME 12-0520 MECHANICS, HEAVY DUTY 6.16 SAME 12-0530 MECHANIC LEADMAN 6.41 SAME 12-0540 MECHANIC HELPER, HEAVY DUTY SHOP 5.62 SAME MIXERS 12-0550 ASPHALTi UP TO 4 TONS PER BATCH 6.10 SAME 12-0560 ASPHALT 4 TON AND OVER PER BATCH 6.45 SAME 12-0570 MOBILE ?YPE WITH HOIST COMBINATION 6.50 SAME 12-0580 CONCRETE MIXERrBATC1-200 YO PH AND UNDER 6.16 SAME 12-0590 CONCRETE MIXER, BATCH-200 YD PH-400 YD PH 6.45 SAME 12- 0600` CONCRUTE MIXER,BATCH-400 YD PH-600 YD PH 6.74 SAME 12-0610 PAVING 6.27 SAME HIGHWAY NO. - JEFFERSON COUNTY ROAD DESCRIPTION - QUILCENE - CENTER. ROAD JOB NUMBER - S-0497(8) 5 k32006 HOURLY MINIMUM WAGE RATES MAY 4. 1970 COUNTIES - JEFFERSON LABOR RATES FRINGE CODE OCCUPATION STATE FED BENEFITS 12-0620 PAVING DUAL 6.45 SAME H-W 30. CENTS (S,F PEN 40. CENTS (S,F 12-0630 MOTOR PATROL GkADER,MODEL 14 AND SIMILAR 6.22. SAME 12-0640 MOTOF PATROL GRADER,OVER MODEL 14 6.50 SAME 12-0650 MUCKING MACHINE, MOLE, TUNNEL DRILL 6.50 SAME 12-0660 OIL DISTRIBUTOR AND BLOWER DISTRIBUTOR 5.92 SAME 12-0670 OILER,GRADE CHECKER STAKEMEN,BRAKEMEN 5.71 SAME 12-0680 12-0690 EQUIPMENT SERVICE OILER FIREMAN 5.97 5.77 SAME SAME 12-0700 OILER DRIVER ON TRK CRANE 45 TON-100 TON 5.87 SAME 12-0710 OILER DRIVER ON TRK CRANE 100 TON - OVER 5.97 SAME 12-0720 PILEDRIVER ENGINEER-LB FOSTER OR SIMILAR 6.50 SAME 12-0730 POST HOLE DIGGERS, MECHANICAL 6.10 SAME 12-0740 POWER PLAMT OPERATOR 6.16 SAME 12-0750 PUMPS - FULLER KENYON 6.16 SAME 12-'0760 PUMPS - CONCRETE AND PUMP CRETE 6.16 SAME 12-0.770 PUMPS - WATER 5.98 SAME ROLLERS, TAMPERS AND VIBRATORS 12-0780 ON PLANT ROAD MIX MULTILIFT MATERIAL A 6 6.16 SAME 12-0 790 MIX,MULTILIFT MATLS. OTHER TH N PLANT,R 5.86 SAME 12-0800' SAWS# CONCRETE` 6.13 SAME` 12-0810 SCRAPERS-CARRYALL TYPE, SINGLE 6.13 SAME 12-0820 SCRAPERS-CARRYALL TYPE, DOUBLF 6.27 SAME 12-0830 SCRLED MAN 6.16 SAME SHOVELS - CRAWLER AND TRUCK TYPE 12-0840 ALL ATTACHMENTS, 3 YARDS AND UNDER 6.50 SAME `12-0850 ALL ATTACHMENTS, OVER 3 YDS UP TO 6 YDS 6.86 SAME 12-0860 ALL ATTACHMENTS, 6 YARDS AND OVER 7.36 SAME 12-0870'- SPREADERS, BLAW KNOX. CEDARAPIDS, JAEGER 6.16 SAME 12-0880 SLIP FORM PAVER, ZIMMERMAN, CMI 6.86 SAME 12-0090 SUB GRADER, GURRIES, CMI 6.50 SAME TRACTORS, FARMALL TYPE 12-0900 60 HP AND UNDER 5.86 SAME 12-0910 OVER 60 HP 5.98 SAME 12-0920 USED AS BACKHOE, RUBBER TIRED - 60 HP 6.30 SAME 12-0930 USEU AS BACKHOE, RUBBER TIRED OVER 60 HP 6.50 SAME RPILLAR, EUCLID SCRAPER ND, RDSP T ND 12-0940 25 YA U ER A 6.22 SAME 12-0950 OVER 25 YARDS THROUGH 40 YARDS 6.50 SAME 12-0960 OVER 40 YARDS THROUGH 55 YARDS 6.78 SAME 12-0970 OVER 55 YARDS THROUGH 70 YARDS 7.06 SAME 0990 1 0 YARDS OV AS ROU H T 62 7 SAME 2- ER YARDS H G 10 . HIGHWA Y NO. - JEFFERSON COUNTY ROAD DESCRI PTION - QUILCENE - CENTER ROAD JUB NU MBER - S-0497(8) 6 R32006 HOURLY MINIMUM WAGE RATES MAY 4, 1970 COUNTIES - JEFFERSON LABOR RAT ES FRINGE CODE OCCUPATION STATE FED BENEFITS 12-1000 OVER 100 TO BE NEGOTIATED --- --- H-W 30. CENTS (S,F PEN 40. CENTS (SIF 12-1010 TRENCHING MACHINES UNDER 16 INCHES 6.16 SAME 12-1020 TRENCHING MACHINES 16 INCHES AND OVER 6.40 SAME FOREMAN 12-1030 40 CENTS PER HOUR OVER HIGHEST CLASSIFICATION UNDER HIS SUPERVISION TRUCK DRIVERS - JEFFERSON H-W 37. CENTS (SsF 13-0010 A-FRAME OR HYDRALIFT TRUCKS 6.19 SAME PEN 30. CENTS (S,F 13-0020 `BUGGYMOBILE 5.90 SAME 13-0030 BULK CEMENT TANKER 6.05 SAME BULL LIFTS OR SIMILAR-LOADING UNLOADING TRKS TRANSPORTING MATERIALS Oh JOB SITE 13-0040 WAREHOUSING 5.75 SAME 13-0050 OTHER THAN WAREHOUSING 6.07 SAME 13-0060 BUS OR MANHAUL 5.75 SAME OUMPSTERS TOURNOROCKER TOURNOWAGON TURNATRAItER CAT DW SESI ES TERRA COBAA t , LE TOUR.NEAUs WESTINGHOUSE, ATHEY WAGON s 13-0070 UP TO AND INCLUDING 5 YDS 5.75 SAME 13-0080. OVER 5 YDS TO AND INCLUDING 12 YDS 5.95 SAME 13-0090 OVER 12 YDS TO AND INCLUDING 16. YDS 6.00 SAME 13-0100 OVER 16 YDS TO AND INCLUDING 20 YDS 6.05 SAME 13-0110 OVER 20 YDS TO AND INCLUDING 30 YDS 6.20 SAME 13-0120 OVER 30 YDS TO AND INCLUDING 40 YDS 6.35 SAME 13-0130 OVER 40 YDS TO AND INCLUDING 55 YDS 6.50 SAME EUCLID, TWO AND FOUR-WHEELED POWER TRACTOR WITH TRAILER AND SIM. TOP-LOADED EQUIP.,DUMP TRKSsSIDE.ENDsBOTTOM DUMP 13-0140 UP TO AND INCLUDING 5 YDS 5.75 SAME 13-0150 OVER 5 YOS TO AND INCLUDING 12 YDS 5.95 SAME 13-0160 OVER 12 YOS TO AND INCLUDING 16 YDS 6.00 SAME 13-0170 OVER 16 YDS TO AND INCLUDING 20 YDS 6.05 SAME 13-0180 OVER 20 YDS TO AND INCLUDING 30 YDS 6.20 SAME '13-0190 OVER. 30'YOS TO AND INCLUDING 40 YDS 6.35 SAME 13-0200 OVER 40 YDS TO AND INCLUDING 55 YDS 6.50 SAME 13-0210 EXPLOSIVE TRK (FIELD MIX) AND SIM.EQUIP. 5.95 SAME 13-0220 FLATBED - SINGLE REAR AXLE 5.75 SAME 13-0230 FLATBED - DUAL REAR AXLE 5.85 SAME 13-0240 GREASE TRK FUEL TRK BATTERY SERVICE MAN I ? 5.75 SAME 13-0250 MAN GREASERv T RE SERVIC 5.75 SAME 13-0260 HYSTER OPERATOR (BULK LOOSE AGGREGATES) 5.90 SAME HIGHWAY NO. - JEFFERSON COUNTY ROAD DESCRIPTION - QUILCENE - CENTER ROAD JOB NUMBER - S-0497(81 7 932006 HOURLY MINIMUM WAGE RATES MAY 4, 1970 COUN TIES - JEFFERSON i LABO R RAT STATE ES FED FRINGE BENEFITS CODE OCCUPATION 13-0270 LEVERMAN,LOADERS AT BUNKERsBATCH PLANT 5.65 SAME PEN 30. CENTS (SsF] 13-0280 LOWBED, H.D. TRAILER - UNDER 50 TON GROSS TRAILER - 50 TONS - 100 TONS H D 5.295 0 6. SAME SAME ' 1 13-0290 13-0300 . . LOWBEDs LOWBED, H.D. TRAILER - OVER 100 TON GROSS 6.35 SAME 13-0310 PICKUP TRUCK, ESCORT OR PILOT CAR 5.65 SAME 13-0320 ROAD OIL DISTRIBUTOR DRIVER 5.95 SAME 13-0330 SCISSOR TRUCK 5.75 SAME 5.95 SAME 13-0340 SLURRY TRUCK 0350 13- SNO-GO AND SIMILAR EQUIPMENT 5.95 SAME . 13-0360 SPREADER, FLAHERTY 5.75 SAME 70 'STRADDLE CARRIER.(ROSS,HYSTER)-SIM.EQUIP. 5.90 SAME 13-03 5.65 SAME 13-0380 SWAMPERS 5.70 SAME 13-0390 TEAM DRIVER 13-0400 TRAf.70R9 SMALL RUBBER-TIRED 5.75 SAME TRANSIT-MIX USED IN HEAVY CONSTRUCTION NG 4-1/2 YDS 5.94 SAME 13-0410 13-0420 O Tfi AND INCLUDI OVER 4-1/2 YDS TO AND INCL. 6 YDS YDS 6.24 SAME 13-0430 40 - OVER 6 YDS TO AND INCL. 8 OVER 8 YDS TO AND INCL. 10 YUS 6.39 54 6 SAME SAME 04 13 13-0450 OVER 10 YDS TO AND INCL. 12 YDS YDS,TO AND INCL. 16 YOS . 6.69 SAME 13-0460 13-0470 OVER 12 OVER.'16 YDS TU AND INCL. 20 YUS 6.84 6. 9q SAME SAME 13-0480 OVER 20 YDS 5.75 SAME 13-0490 VACUUM TRUCK 13-0500 WAREHOUSEMAN AND CHECKERS 5.65 SAME 0 13 ER YWJAGONsTANK TRK-1600 GALS03000 GALS 5.90 SAME SAME -052 13-0530 WAT WATEP WAGON, TANK TRK-OVER 3000 GALS 6.05 13-0540 WINCH TRUCK - SINGLE REAR AXLE - DUAL REAR AXLE . 5 5,95 75 SAME SAME 13-0550 WINCH TRUCK 13-0560 WRECKER, TOW TRUCK AND SIMILAR EQUIPMENT 5.75 SAME 13-0570 FOREMAN HIGHEST SCLAASIF5UNOERSHISRSUPERVOISION HIGHWAY JEFFERSON-COUNTY ROAD DESCRIPTI01v - QUILCENE CENTER ROAD JOB NUMBER - S-0497(8) 8 <? DES a3,3? P..,..i DAMS STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES General Administration &dlding • Olympia. Washington 98544 RECEIVED April 21, 1986 APR 2 2 1986 To all public agencies : JEFFERSON COUNTY - ENGINI=ERS OFFICE To ensure full observance of the lawr I'm writing to explain your legal responsibilities as an awarding agency under the state's, Prevailing Wage Act, Chapter 39.12 RCW. All state agencies, counties, municipalities and political subdivisions of the state must comply with certain provisions of the act whenever they award a public works contract. "Public works" include any construction, repair, improvement or maintenance work which is performed on agency facilities. Some prefabrication work is also subject to the requirements of this law. Routinely produced commercial items are not. The state's prevailing wage law requires that workers on public works contracts be paid at least the amount which is paid to a majority of workers doing similar work in the largest city of the `county where the work is being performed. The law prevents contractors from reducing workers' wages in order to bid - competitively on public works projects. It is administered by the state Department of Labor and Industries. Contractors who fail to pay the prevailing wage may be prevented from bidding on public works projects until all wages are paid. For a list of contractors who may not bid on public works, projects, write or call the department at the address listed below. As a contracting agency, you have several responsibilities: 1) Your contract specifications must state the hourly minimum wage rate for each trade or occupation. The stated hourly rate may not be less than the prevailing wage rate established by. the department's industrial statistician. Curront wage rates may be obtained from the department at (206) 753-6311. 2) Your contract must also stipulate that no worker may be paid less than the specified hourly rate. 3) Before you make any payment to a contractor, the contractor and all subcontractors must submit a "Statement of Intent to Pay Prevailing Wage.' to your agency. The statement must include the contractor's registration number and the number of workers in each trade classification along with the MEN= applicable wage rate for each trade listed. The statement must be approved by the department's industrial statistician before the contractor can submit it to your disbursing officer. 4) When the project is complete and has been accepted by your ' agency, you must receive an "Affidavit of Wages.Paid" from the contractor and from each subcontractor. This affidavit must have been certified by the industrial statistician. You may } a not release any retained funds to the contractor or subcontractor until you receive this certified affidavit. We _ suggest that you carefully document the date of final acceptance of the project. 5) Chapter 60.28 RCW requires your agency to retain a` 4 percentage of the contract funds in an agency account or in an interest-bearing escrow account. The chapter also requires you to withhold an amount sufficient to pay any unpaid wage claims, r i'taxes, and costs as well as attorney fees incurred in closing the lien. u 6) If the Director of the Department of Labor and Industries, through an administrative order, notifies your agency that an amount is owed,'you must withhold that amount and release it to ° the department for distribution. 7) Contractors are required to post the applicable wage rates where the workers can easily read them. You should routinely I check to be sure the contractors are in compliance with this requirement. Failure to comply with the prevailing wage law may subject your agency to liability for all unpaid wages. A statewide staff of 13 employment standards agents can provide more information and help you with your questions. You may also. contact us at: Department of Labor and Industries Assistant Director, ESAC Division General Administration Building Olympia, Washington 98509 (206) 753-6311 We ask you to help us better serve workers and contract:ors through uniform application of this act.. Thank you for your 'assistance. Sincerely, Richard A. Davis Director : . T.I PROCEDURES ESTABLISHED BY THE DEPARTMENT OF LABOR AND INDUSTRIES 1. CONTRACT SPECIFICATIONS - In order to minimize inconvenience and delay to the greatest extent possible, we recommend the following procedure: The specifications for every contract for the construction, reconstruction, maintenance or repair of any public work to which the state or any county, municipality, or political sub- division created by its laws is a party, shall include a'sched- ule of the prevailing wage rates for each trade or occupation required for such public work and the contract shall contain a stipulation that no laborers, workmen or mechanics employed by, the contractor, subcontractor, or any other,person contracting to do the whole or any part of the work contemplated by the contract, shall be paid less than _the,prevailing,rate of wage included in the specifications: In lieu-of' the above requirements, th ontract specifica tions may include the following statement "No No workman, laborer, or mechanic employed in the performance of any part of this con tract"`shall be paid less than the 'prevailing rate of wage'`as - determined by the industrial statistician of the department of labor and industries. The schedule of the prevailing wage rates for the locality or localities where this contract will be per- formed is by reference made a part of this. contract as though fully set forth herein." Current prevailing wage data will be furnished by the Industrial Statistician upon request. Please,mail the request, to - Department of Labor and Industries 'Employment Standards Division General Administration Building Olympia, Washington 98504 (Telephone: (206) 753-4019). 2. CONTRACT AWARDS - Public agencies are requested to notify the Department o Labor and industries of all awards for public works.:contracts. Notifications should include the name and addressof.,the prime contractor, the,...project location, a des- cription of the work and the,aontraat number and should be mailed to - Department"of"Labor and Industries "Industrial Insurance Division Field Audit Section General Administration Building Olympia, Washington 98504 Upon receipt of this notice, the contract release clerk will provide the prime contractor with the following: -5- r STATE of DEPARTMENT OF LABOR AND INDUSTRIES WASHINGTON Geeerai Adminishat on sundi„e, Olympia, Wash,glm 98504 Dixy Ue Ray Employment Standards Division Gouemor Telephone. (206) 753.- 4019 January 13, 1981 Mr. Bruce Laurie Jefferson County Public Works Dept. Courthouse Port Townsend, WA 98368 Dear Mr. Laurie: - In response to your recent request, enclosed isa schedule of the prevailing wage rates for the Building and Heavy Construction Trades in Jefferson County and a Public Works . -Informational Bulletin. These rates are in effect as indicated, but are subject to change without notice. Please note the wage rates for the crafts marked with an asterisk changed recently, but the new prevailing wage rates are not available at this, time.. If we may be of any further assistance, please do not hesitate to contact this office. Sincerely, _G rge May I ustrial atistician GM: ,j b enc. r `1 1 u , 1 I n Qa {{ r > N u l ?V J I • I I.. I! ITO I .> N ? J N SL.. '?N ?I NC ? '. ? G •7 O ?}1 : h? 1 I,? N ' t l .a ?• ! O ` o I G O O fJ Ci 4 O' S S ?a T J T S C F• ti h h W - 1 M t?3 1 .-I i.-1 .-1 r1 r1 H rl .1 H •Y 4 ( I .'. f I I 1 ; , ' 1 1 N I s o, ? 1 1? I 1 ?r 1 V i c 1 S 1 1 M( 1 ! y i f 1 H 1 , 2 1 I() off 1 ? ` LL. ? " i ?! i r v°?In xh r dW? ' t7- ' 1 1 Q' 1 M I 1 2 ' O . 41 W U v w W H? 1 N? 1 1 H 1 U ? I Vf'. Gtr L.l G1' J : 1 S .? I 1 2 `: :' K C h . { Lid .. 1 hl 1 K r. fit 1 1 h: d.I CI 1 L CI r W . i. Ir- - Mr N 1 L 7 ?. W ?. .. K4 LI'o 1 1 K LL O U .: 1 M o!! 1 Q,{ 1 O . J 4 JI>_ ' j F{ j LL I -? a - w ? Y 0 ' N 1 d 1 1 In 1 N W y K W a o L L. p I-1 m H H 1.. m 1 a 1 ? °a ,a -• xoat; i a i a: o:s r dw W 1 -N C,? 1 Y I qir 'wdl J 1 J` 1 t7 N w ' LI .U! U d a . ..o z x u. c, ' C: u. 1 in ':1 1 -N? I o J VI o Llo _ 1 T 1 r? m "? 44 L 1 M 1 ; 1. ?. N m N a a ?. -1 . 1 ti G 1 ! K 1 1 m 1 1 44 1 /? 'G 1 Ifl 1 I` 1 v ` 1 i J 1 W 1 ' a or, 1 N r 1 1 H d1 K , Y7 ? ' ? 1 o. i .. ! ' ?.....t? .? 1. .. . t N ?T ?u 4n N S ??.'C O ` N ' J O P G? O 1 O .? O ? h ; J "h . o L? ,a GO J?.O W •D ?,L l .OW H L ti i -1. M O H H •-1 I r- 1-- 1- 1- I ? z z !z w w Ww:,.l ?. ti1 G ? C LL': ?D K C Jo !L H a + Ip 1 w 2 W -j J 4 W I I c2 ti 11 !U N .'I1•i xo HZ- z xorz r r- W Ina J V g K K S 1 J.N a 'C.1 a w Y 0. ?d ' W t ;+a d T W ? Ll LI W 4I. d . , i. o _ a-r J W. rda - Y I 1 1 1 = L S VN J1r Y' U; 1 V a - v .J i ¢, L 'a e 2 O w 2 K C Ni. 4 W ? G < Y?. Q 5 S, F-•O •' ._ VI L K w H JUN <. H Sy' 4 0 ?r ? N? L '.1 1 ' 1 i 1 ? ? I I ' y'' I ¢pp jt... / . ? ? ? p? (i no oo?-., iG cn?+aoo • o00 ?o I oJO ?oco?? - - W. >(? 1 tT ( CP 1 N S t0 tC ?.> N C V.] K? O '? 1 G O V ?7 N gyp" 1: rt ry <J P W 4? ... N N N N C! M M !-• t= N N S 4: (L'i Y ?' V] L7 O O O 1 F-n 1 t^ 1 ? 1 0 OOk:>00?> 00 i• I M MMM?M.?N] M M 0i[J :> n MM FS ]M rJ G J V Cj J?i 'J F`I r^ M M u] .G 10 U` W y` 1 U ? ?1 lf1 . O 1 '-1 .-1 rl .•1 '1 N H rl '-1 1-I rl 'i 'i L ' u Q 1 d IJ 1 tD %c .LS ?O t n tp .D ltt ?^• •D : c ID tD D '• LC D ? . il • O to V' h.D t0 •D 1D 1 -a-+ 1 H ¢ t1 ? ? 1 M .-1 .-a ti .. rr 1 rl r1 .? !. 1 }-+ .-f .-1 .-, .-1 .•t r - ? .? .-f , .-1 .-t ? If ? l^ F t' ? ' F - Ll LL 1 N 1 v G O 4 tJ C' O ) O G G G: . ] . ? t ? 4 O T i i ? f l O I LO i U) 1 I 1 1 11 M t N 1 N' 'V] { ¢ 1 t_ l , i ? ?I C1 I 1 1 p _ j f I l ? 1 J 4 { I 1 4 } 1 j ? H I I ko ? LL. 7 1 1 w; I I c t F 4' c I I 1L1 1 J t wLL to y: 1 1 { V.• O J LC i p 1 [' I 1 M 1 . N 1 d. O W ? 1 O? '??. O I 1 W ? J 1. 1 .-f 1 f- f- J ? V ? -e U ? I a, O ? 2 ? I q a W La 1 1 W J S ? 1 3 tt 1 1? ? - . 1 G U r-t 1 N ? V1 V% E4 1 IL] ? 1 x N x J Z G Z 'K. 4 co ' I I C'. 1 no 2 IG x ? I LC i W W LJ Yil I ' L 1 M i 1 N 1 I 1¢ V! 1 V S' 1 1 N n H'? K -. i K. U V U T 16 } H' I d' O 1 K w 'O W >k" H cl N O? C W 1 ' 1 O O a U{ I a tl i In 1 In 1 Q2 41 W G O 1. . 1 I .q..? O W z O jr ; G ? r ? 1 a ' ; 1 aY [G l y 2 O ' ! ? 1 W- W .N • F?- - z r 1 N h 1 L?G) U4?, Lo ' a O G G 1 M o? t ? o Jla pj w a ¢¢ -r d d ' LL f7 u. U 1 co 1 eA 1 IL lJ r, a IJ' 1 j6W : /-; " O x? UY T t7 e- ?: d " 41W 3'411) J LL : ,d 'W W ' ?z I J C'J K PG aL.lx a I W 1w. s no O 1 ,tC - 1 K H In ?.-? d l I_..O ; O O K O LL J . ?U ce a I 1!'1 1 1 r 1 U N a H 4 O =Y 1 W!d VI H I W lL U L. LL ++ W Ll ! w W eL b- J + -V1. Z ID O-T 41 LL LL 1 M 1 CJ i .•? I G N)-`N K V J 1 dNdNZ Va?i t Vl >. ?r J 1 6'> } 'L 4.1 V JH LG K II K ZY WWL:1 U V W } _ O S H .W Ld H V Z N 1 W w 41 1 N c 1 a > wKK H 1-1- • 1 H?-H L 11 1 ! K 6' . 4 m J>' {K W ¢ -[1 LI 41 7 I ? 1 G 41 J G t.l [C CY F 1 41 ~ WV O S:' 1~1 LY J w JG J i .r. .Y W S,d r- i w J w 41 J 0 LL 1 tC C 1. J W G J O Y GJa+JJil. J u 1 ' LL. 1 to / v L tl I 1 a O 6 l's y r-1 H U K O d :U x afmu -c 1d ?.u+a a O 1 rY 4 1 r•f o 1 U I a. 1. or, cc 1 :. t• 1 .D 'L / 1l7 1 1 ;y - ? 1, tt 5 ' 1 M M M th ;T M M M M W MPG G 1 r; 1 rn o a• o,.•I rv r,;?l a LP ?.•? a• . J 1 'N I 1 N 1 d• U] IL1 Ln •In {n ?t0 t0 IP ;fG tD O 1 -.-1 4 1 N r/ r1 '•1 n '^1 .y '1 H r.1 r1 N i ? f O JD.{W O W OI I '? .F-1 IO, H 1 1 z 11 ' f-5_ d O w J z _ ao w z? G W U ? yU + i I S o01 O CJ .-t 6 O'1 ? I O GOO tUU O ?. .T Ut S Q?p. '? '-1 H N N rl ."'I tC 'n ?G a la ?? r O O O G? C f ?! a ! 0 f J d' Ll O . d V'. F- 't e wo' z'Lfcv oa 4f' 0 m cop 'o 'u t7 ? ¢ c? M'z U RI ?? O H a J 1¢ ? IJ lL U ¢ ?. ?• iJ 10 i- 1 LL ?`w O z } a O ?¢ U Jz A d : O ¢ 4 o v x W U Y H ti { H. JIG H + 1 W C7 d,? u. z' a ? a J W U1-1 WL ? V 3_ f `u' O ?L4 O awo? ;a o0 u U ?U U Vl R 61 ' i O + I cc ] n J In M I . M In i, 1 I L. f it 1• ? r 11 1 CXI 1 l Cl Qy l r 1 ?? I i +-? 1 S G?• 1. •? O O O •J J G? P 4> .7 U W 11 fT O I -.....? N C ?:! S O N d ,V` C S 1W a > ? 1 Q: G, / N N M M th Y) Y'i `T +t .T •1 S In Ln L', 117 In .I) U' `D ?'+ ?y ! 1" ' 1 0 U U O o f C> a C'. U J pp u t. O i r 1 1 n; 1 v tr m m t, v v. 'v T a+ c`. m m tr` s t, . c' tJ : W 1 - s LJ 1 `O O D O ,10 '01 DLO •It , '1.U `O G J •J) lil CL U. 1 M 1' H H .-1 H ?H H H `-I r1 N H r1 ?1 N N rl d I V3 ? W ;?"?P 60cC.•. O!?C?U(.>O G??GGi'??. ? r l?a• 1 j I( I j? ?• f f / T S 1 I S J. 1 M 1 I _ 1 N 1 I ,r I ? x 1 ?-4 1 'L W l `4? 1 S 1 W }ft1 o-, 1 s s { 1 M 1 - JJfJJJ 1 N 1 O t? 1 1 .•t' I •W { O W• ?I ll-7 a• 1 ( N ; 1 °a 1 1 r 4tl? 1 :..N '' 1 J T` U 1 I h N to oFH ? Nh N i t tP : ? 1 0 N ' ` - ? El ` ^ z 1; i1 sT 1 1 O r r V3 W Ll W ' ? L, J W u'u u . rn 1 ,r : m u u 4? I co a, '-Q 11 O•, i r W'74 J' ?; ;1 4D 1= X WC CL M LO z CL 1. ? i : V" In • , 1 u O Z. T'W 1 'o- O,tY 1- r 'n O Y f? jl 1 S' Iry 1 --! W a. Li U L 1 cc 1 '. 1r. W 'rr. O w W t L 1 N 1 L 41- H WY- U U .Y w O . O 1 .•t' J.17 q '+. '?. U I C - d d • .. z LL LL U 1 T 1 r- N J V U :2 G J• '• J Lo- t 1 S., 1 Y 'JKCG d - L W? 7 W 2 O ? 1 1 r, 1 LL I R 47 C G N x IC' i WW K W L n LL N K W U tr 1' an • 1 t .^I G D t7 'p J 1.: f G 1.1 M (D 21 W C3 I -1 x W L` t f 1 M1 N 1.0 .J N: 4C .-I:JNtY 1 W 1- C C 1 U d Z?OH H Z W Y 2 1• W U I I H 1 1•- F- W'N J 41 U G J r Y-t J 1- J N l . L; N I / O' -. 1 R U F-,K !1 41 l Yy E cla ?" IV) Q1 !L J 1 ? 1 'J` f a 1 U A H LI l.J 11 J 3: L ,l J 1 r G H 6 M n W f C 'J i W 'W tr. 7Z 'd - a7 to K K l l 41 4r1 d x la d {1 ,. ID, : Y- ?' '.•+ 1 Jtd Vi -v2gUY-? CL t 1 :. . NWId l C ` I L L l r= C, 0 p U ' S ) • U. 1 1 in in C d I O J O'1' Q R ra »• 6! L` t U ? 6 W W 1 .. J {. 1.1 1 N ,. 1 1 G ?,. 0 • •1 1 - ? l 1 ? n I1 a`, 1 oo - 1 ' t Z Y 4 1 l(1 ' / 1 ' 1 ry VI I G 1 1 s K)? /. 1. p 117 O` 1 • 1 N •Y- 1 11.1 • d 40 1 1 .1'4 1 / H H M F R: 1 fY 1 ( 1 { 1 ? - ? or1l->0 oa c, a o p c .-t .-4'rt O O O O O NN NN•?CVN N N N N 4`I'N .D +:1 V W l0 ul .-? H;1-1 H N lr-I rl f I I ? T }a 'n 'o ~~ p c ce 'o rVti QOf O X '..ZW W It^- Uf?2 KI W O n W? l 1-- 1 . ?? ?t.O. OIG tb l0 7 Q ?r IZ G 1' O Y Q 1 W .-1 IU S ? ?O W ? O 1 H C ?Y 1tt`N M K ty?j 2 o Wf2 4!! 2 X 10 Z R.? 1 Jar.. d S a lU tY'l1' ?WL W JlN f-=4 aC tyf2 v o l o d o w-?c?u.ulu W tv m coop "y t?jN no0. r1?N N N{ II •? t E r 1 C ? ?C C'GN SI O OO 0...1 a 0 0 ?.o ? J cb'+o N NtV .J'N11'N C O ? 4'? c: O ? fl. ' • M I I i ? - I I t ?_I ... -: ., o o o o o O ? t7 O O j t? 1 O l? _ G O o ' ` ?i -? o. G o _ ' !1 C M:1 G C I t.^. ^??+N I r-1 N cJ N N O O O ?S N e-1 N N O a.: .s. ON J CG C:N O rJ N N .-1 N N SRb Na O O N .-1 rl _ r 'r'Ifl 1 0 U O + 1 V IN N N , I G C1 C r,? I M [? M O O F7 :? M O I ul O U O Ln ? G G O ll L] V1 L7 !P L' N In IYl ? b J O 0 0 0 fy C .C :ri G U II S C7 W I O' QI U 1 N J N N 1.! 1 J' tfl_ ' N N N N tD ?D tV CJ CJ lD tD .D N t '.D.. 1 J N N J V N N N N N I? `D 0 X11 .(,' tD - Ctl N N N N CJ 1C '.G tD lO .D ?D I ( '- °. QI LL I M.. LL? 1 D.:' N ? 1 '-1 rl .-1 r1 1 C ICS ?'. C% .--? 'i rt r-1 ? O b C CJ I-i ?-1 C O ? . •i rl .-1 ri. rt '-I rf e-? :--t In G t'' ? ?? L` F C. C? '-1 N .1 :-l .-1 'i' t:: L O G O i ! ? . -1 1 P G I 1 ? ? 11 tT }t 1 cG 1 1 I l ? ? ? I ' - 1 1 1 M I 1 ? 1 ?-` 0 1 cn { I .D rC W ! it n 1 ? 1 ?W i t.' _' i co I k '. l 1 M 1 C ' .. ? J . 4h W ? 1 IJ] O 1 j> - - J O B ? ? ? f 1 _ ? ?.I ? { tr 1 t ? 1 C 1 N tC, UI 4- 1 r 0 I <n 4'1 r r , I r ?v7 U ?E r 'r x 4J '-' j t?l Vl I 1 rr{ i EI u]' ? z if 1 if 2 W ?' W I ZG I , ' I ' W ut W I ULJ N.IU V WLI i E '?t HI 1 I U W U U? ' V U U u;? ld Ir V U 4 J' /; ?j ` / a O I t9 I r C 0 1 1 O •-IT; I a 0! Ifl 5111 '.I 1 Il".' W (c3 C W' ?? !J I S o? • ' f t W 1 G .-1 G vJ G W Z Ll cL I I .-1 > I .. [LI 1 O a? 1 1 H 1 M { ?_ . G W IwII u1 ? 45. Z NC (. k ? 11 I . . I r / M Y 1 rn 2 t N 1 1 w 1" I K a i` N¢ Z'?i W t. cG a C I !K , ui n n 0 a a D':c I I. . w K . •. I 1 N 1 'M c.1 1 Q lJ. -"1 1 LJ_ ?m =1 J ? I C ;U4 , I'" C I LL r r r f W C C C U U U U d tL i 41 W lL I ¢ LL I U 1 ..D. 1 : fD w U--• 1 J I W Z U I U ?T z " J ul T J G J J C. Y [Y 2' K lltl W I Z IJ J W 2 1 ID G 1 ID ? 1 ?[ W.a J I 1 1 U i U 71 r l- r S k i G u^ ¢ ? N N i . r-. " Ij `- ? L GOGtY p C: ?1 S W 1' ? M u. 11 N :` 1 r2 1 241 to 1 r IH' LLI .y i .W r'! I¢ k X. G r r. I . z UUU 'L?G? '• r r k xG ¢ r rl W y1 '.-1 I NC W 1 In w VI J ( CI2'd Ci - U. IY J w KI( Vl IY K O J : IN C U CC)G ClU 'G 1: J VI I Y Q2 . ) 7 1 a, 1 QI 1 W ilu p, W 11 S C, 1 d I 1 IW C C of L x D C r r r it to ., K ,,qq .( .? C C X D_ > Sal I Vi W W W K z 2 D - . . . ( . O 1 W 1 r(? Y U n a •Y I W LJ 1.1 j w B J J J C N O W 1 to 1 tt' 1 1 W 7 U. W - I ail to W 2 1 7 V. 1 M 1 J J J L 1 N 1 W W ? ti 1 .-a G 1 z 1 P. i t V 1 U' 1 z 1 to i t 1 a 1 mo N a.-I?tv 1? J / N i ? r I M7 S Q r CJIW M 1 nl C 4 1 ni r1 l N N ./ 1 i 1 } U, I S! Gr 1 1 i i I- W r 1 ^ O 1 N' S O N S tt' N L N • G 1 ?M 1CL :" 1 O U N N.-1 CJ N [V 1^ '•] M }•] 1 r 1 0 G ,^ O C+ 0 ?1 J O g 0? 41 r" U ? 1 In'C;_ I M F "'] M M' :•] M j'] M M I•] M M h: t7! ..WY 1 'SJ 1V]lp a0 LSO. J)?,?.O J' 10 ?D'iO? 1? 6t1 Mtn 1'N N N N !-1 N .-? N .-1 N N? {-i 0. Lit+7+71 ^} I gOQf;. COO O?LIU Oa: .?? 1 _ II r O? i ? y i w 1 ? t m l i 1 LLy,] 1 ' 1 1 ? 1. 1 f !1 cc 1 1} v' i1 .n e u? 1 tn• I f - ? u' ?'1 tl] U! 1 ?t ..6ti? 1 6 1 1 ©• 1 ?`' ` fn h ?VI 1 L71i 1 _1' I I M! 1 .I i. U U cWJ 1 N( I ?' 1 a1j r c] K i 1 aD I } al r tn? 1 { {' F 1 M' 1 ?? ! LI LL 1 5? 1 .lat 7 W N .C 1 aD 1 (1[KK. S U W ; K :y 1 "1 1 fM O K 1 C( 1 Q7. H:C^ C. 7?Y w 1 -M, 1 J J -U X. O i"2 Off-' LL i N 1 In a Q of W r-l lL f- ., !.,1 'L I 1 o 11=a U? J N 1Z W 1 N °1 1.L!O7 N:tn W K. /_ J C. <2?.L J 1 cr1 Y?r- W K.O O °t •1 I VI l.•!1 1 4 1 IY.ILJ S_ lai 'LI W L,. rL nr '1 R 1.07 =U''nU ,.1 tJ LL 1 Ul 1 2_- (t- c4 W W 610 W 1 3 1 j .v) O Y{.t L KItL t.7 to 1 F], i C; ,.' 0 1 1 2 1 Q} 1 H 1 ty• 1 1 R 1 +. in 1 ..F L 1 ? 1 N? 1 I•r 1 P 1 ' X11 t0 ail ? V ? va W J7 1 N F- 1 to Lt] 1f1 ul to In r N r i N -t tL' NS Stn v1S US NSA: cO o O ! OJ u.J O U O-I r+ 6000 i ay G q S SS C?Uq O i M1?" r-M1 UP GU ; 'OGUr'? M1 rn CT V (T C^ (n Mn'3 MM M ] ? M Mh7 ] -( M MMM lD q? r-I N N x.11 ? 14 rl .•"I r-/ 10 q.D aC. V]tii' V .D i-1 N N i-1 rt c.-. <- or r.o ?ogF'c oo'cc H LL: Y x m :) O C K t.7 J J H 1 CLLL s .z ?vo A N G d zz c a J J K r a' z w to Z ? In P C O f 'r 7 } N ?O U) Z?O n d, • J{ M J? C+ ? iLA L ? N N N,.•+ * t- t I i v, to v1 ~~~ 2 `7_ G W W W 'i U V V { Y. I tY ' , C.c O I co 'N C7 :s - I i ? 7! t_ ! a LL 1..1 ?,? j M ?. !.! od cG ? °G { U W? - adH R' J? W i f- G l t Y " 's 20 J.Z O JCtn C a 'rGl tY d :_ J LI,a w .1 C x ! Li i h a"'w ' Li • i ?'K La 'l. LL OcD .A GJ ? ? J !i i tn4l I .IN . ? o"m i 1 1 1 1 .-t 0 , ? ' I 01 ? U `? 1 W '? V l• 1 .? `1 av fill] i .? N .O '? C "L O > N T ? [T .. i N .: ? ? 7. r x . N hV s J tt?. b N 0. p, ? M ^ I ©..•. 1 .-I W ; I r 1 0 0 0 I A N 0 O b .. c r? O t? o O I o ? W '-I O< O W N c. o v b o' o N v ' r '1'1 .1 . 1 'T a, c- b lT r 1`- ''•• r ; w^ S ?'C of c0 ?3L c o c C. ? c a 41 L a U W Z lY ¢ 1 SI.IC3 1 M ••l M M 1 S IJ 1 ?D V' 1 M N 1 W W M ?a ?D -t W S S. W ?O i S S ?D 'J T T I J; v s s T J' t('11] L7 ,n ?, tC b .. la W ..a Q •D 10 - ? 14 ? ? 7 W 1 - ? .i O ?CJ't_f c? 1 . 1 r O 1 r G 4J t r C i '-1 _ n - ? c? ? 'i W L't ;W .-1 W .ti ? p L _ C ? {? {f c_ .-1 ?I C. ? t ? I I ? IF ? r I , 1 ch 1 1 ` C 1 1 ? I f i u 1 1 ?, ; ? l 1 r 1 I O C O N 4- 0 J ? M ?D ? v] P Q ` 1 M 1 1, t 1 S ?G I I N i 1 ri 1 j ? ? G I ? 1 r 1 V) VI U. ? ' to 1w G N N V) ? .' 1 ? 1 S ? 1 LI i i IJ L I t J ! - V ? J ? s ? t ' { i V V V ; V u I . f ?I W V'V LJ ? - O ' _ J' ' ; ? i 1 l ; 1 r L•]- ? i _ . ? ? ? V V u? Li O W I r 9 1 l .y ? 4. tn J u N 41 I 4J' i j r j I ? r 1 i N ?o ?! ' i J . V a . 4 ? t W? . ; K Wf?;Z . 1 In ? a v? ? n.'.1.1 f 2 O 1 IN 1 ;N 1 1 Q I IIi 1 0 W O z I c a 1 W III. f 4J W W-p ai V LL I ar 1 ( O 2 of W W - g 1 J ? 4. F I .. F g z L 1 5 1 / 1 r i 1 e ? m I tD W S - 41 J = a` to til ? . I O 3 1, d! 1 .tom 5W z CI 1 CL ]! In s w W ?? N. 1 I!S I 1 aG 2 1 T 1 1 .. V' r t7 I"• C. a b000 I fiyl j H 1 G LJ Ll H ' 1 M? 1 2J , O r-t .. Z?_ fC 2? 5 ` ? I r I?ti o? a lL LL 1 ?i 1 F-' C Y 1 { 1 J Y ¢ ?V ! nI a err 3' 1 - t 4 1- r+ , ? K :?: ??5 . 1 : I N ? 1 ^ "' Q lt. N J N vi _ ' ?I v) i .p ' . 7 rf a V 1 a. + '1 ?W W ?t ' a W K Y.I? N W O Y H WI z d ?? C lJ'41 j K Y 41 5? lJ t K ti y 1 a 1 S G .Y 'tl '- Y -_ K: T ?` L: 3•.; •s 1 IG om. .l ??? C s r Z; I. C ' Y. I P-j.. i 4 ? Wd'4 W a? . W x KI? 5. . ?J N_l.J? W'F6'1.J C? LL 1 1f1;. 1 O d ? W O; O CD M, v> J o E O V. 1 S 1 1 MI 1 y H 7 ?[ S '7 LL K 7 Li U, W ? 1 1 N? 1 I `p, a a a 1 0 x I , 1. .I a?? 1 , ?0 1 ' w 1 1 y .. 1 1 1 Irl r? 1 ` m m m m .. ; u 1 : n 1 oo y a I m o? c N M N ?.a .-1 II J I ;LI 1 . ? . ? . ?. •. . . 1 N,.. 1 Ot tT Q;1 l1 .co T IlI.N 10 1 1 .? W 1 `( 1 . i? f ? ` . S' ¢ r 1 r ff -1 I k 11 ('? 1 -0 7• I P ? p ?7 G P O f O P p O U P J iU W ?. 1 (!t X 1 2 k -'.'• N S ?:% ? O 1 N S v:• .L r_ h ? •D ^ M 1 1 ? ? 1 o P r I rl .i H t'f .-1 :V i OO OGGJ P P O O aG .+ ..1 .-J ' V.? 1 . 1 M O M M M M M G O W ?d uZ In r:JO Ltl '.C •O ,d J ! ^ u u W .. 2 1 l C9 1'. Li { I un 1 7 t[1 In IA In i lJZ ' - y7 p lfr in In ' L , 1 m ? 1.tb FD .0 t0 40 to u 1 .J ? tD D ? d a.o w .O tJ iU e. I Lc -'J 1 N I 1 ?-` k ? G r: ?, G C j <? 0 0 ['a i ? ^. r ` f '. 1 f2t ` I (D j 1 M1 + ? 7 S 1 f ! :t') 1 t t 1 f 1 NE 1 j 1 V O 1 f 1 CC 1 ? I ? W I 1 IP / I r j. 1 N 1 ' i 1111 I ?! 1 i ? 1 2 f ? ? ? 1. 1 1 ¢i I l r i 1 tL'1 h VJ V VI u7 !- H - F H ? V) ? I rn N VJ 'V H H ? 1 tnj 1- . ? ! LG 2Z% f H H ? :2 'G Z7 1 LJ W LJw wI -W W W W W ^I 1 1 rJ? 1 N 1 uUUU U' UUUUU , J I 1 e-r. 1 ?, 4' M IP.G CJ j .i k M Ui CJ r-.. i .S G " 1 1 1 N M1 1? O .-1 ? 1? ? ^J ?D tC .-1 cc) 1 t 1 I tpI t N 1 I 1 i Y 1 S i f '', ?^ 1 ' M 1 4l ?. I Vl W ? Z ? 1 '1 Nk 1 N 1 C 4 k ! H CC 4 ': U U 1 MP 1 '. 1 Ot 1 M LL1 J k 2 ' ^% 'LL ?O . 1 . W 1LI W I N I 2k L W i? G 1 1 r ICY t6? 1 '7 W ti u LJt .It LL fca 1 c 1 C 1 O F- l 7 O 2' 41 LL 1' 1 M' I G Ni 1 IJ.. ?! S O 2 f I (Y ' S 1 J O J-r ' LL Lt - 1 1 1 N .•1 Oi 1 J) ? J w 4 dZ Ufl ? 1'- T dkT J d? 1- N Q r. Ed -x 7 1 1 ff`? 1. 4 tCl 1 c: W W G 7' IJ •f fl >1 7 .= I CC. IW L ? • W tJ d %CC r 1 . r 1 { 1 . W la ac S :: LL ? H 1. , c 1 , .c( 1 v h LL 1 NI I W } ¢ O N W 1 t M 1 1 c 4 W w.. 6 1 .-1 O I i it / 1 cc 1 M1? / . L" N " O . J 1 1 M 1 ft: { i41 1 f•- ? H 1 NH.1 O• u'1 , O 1 •-r 4 1 ..1 •.1 ? 1 I ? k S ? CC C? .Y', IJ ? P C N ?S ? 000.7.C3PG PU r,7.• O PO `T tT P [n A T P G? fl N NN r to iz J1 z W, z (-o L7 4r'D C G != L`; ? G tai Cl G' { G CJ C j . J ? I 1 RA ? 1 V! r ¢ f y V I t l I I ! w V W la1 W ? t I ICG U u U ? l ." IO = L: J I.7 ± T P G' f it j i l j , f f t u a - !I I i i !W Ll 'Lf LL r W 'a. ' H 1 {t :1 l O U UC `i N%F 'O j ' I L12' N W ?' 7 ? YL 41 II 2 1 w IO j c . ?a .. c < 4 2 N :S O J i 4 ?J I 1 LJ ?F- LJ V, X ? I _j W kl LJ .1 (L 7 fC f La 4 d ?W W a ? ¢ 7 F , L 1 J J i- 6. 4 S d Wi• ¢h ULJ M I- T . j O s VI f } S: 'C '- {- O W - rfppp WIC 7 X I ` f N x c ? to • fn ul?tno ! K 4J Y tC J d r. W r W la 1. N L R F W' F?' W ( • C tom U N =Y ? tV S •.: 2 7 N •% 1 O i . ' ^ r,y?l h 11111 !"` ?a 1 O 4 G D;? O O I N N N CJ N N N t ? O O in'a!; lP U O 4 {? tr' Z . •.C 'D Zo '° 7 . '+1 ,Q 1 J ' ?'f 1 ?.^. .n D ?n •C .n u7 ?D;"L •n . D ZO •Q •a f '.i.! 1 LL '' Mtn CV I G I r. G c': O O ( . C). ?G Cf '> '6 Gi ; ? _ ? LL i ? t fl x 1 ( i 1 ?/ r. M{{ 1 1 ( tnt ( ? f ?{? nof l ? Qa; r I ( 1 > ( tn ' It a ? ? 1 ! J IJ ( [Lj fl . N. I ZJ? } W : JI 41 j i : a f . I Q: ` .1. ' eCr o w N N N ? -i 1 N C t ( ' f ato gar , , f ? Iuj ( W W W Wi ' 2 ' 1 e7 . ! U U V K ' t v U U ; .f ..J fl .-1 j am' it S 1 d d ill O? . QI 1 (Y`( ! 1 LJ S W: 1 rj 1 .M f f ' ? > 1 H 1 ( b M j 1 1 41 ( CI ' IK W W IY t7 1 2 N , 1 Q ? 1 ? 1 l 1 2 / LL ? U 1 I P, m L ? J O 1 4. r! A v?,.-. .- W ? 7 Ii e e ( ID: ? ?,1J I LLu f aA. a. wa - 3 W f cJf N 1 a 1 W {i lC1 ? M 1 c l F ( 1 - ?V.- F ;N r.. y. }.. U, LL 1 1 w tA 1 J J N a' 1 F Lo? jJ h CG 41 11 R<' 7 E1 C+. . 1 ?X' a T a 41 I I 1 W b _ (c r^ 4 LJ ?S 1 ,a a ?L! IL 6. f a- CL C, J- IL j 1 rY +) n! WI 1 ,.J; 1 i ! s x w NJ'C LL 1 117 1 < O'er N 1 ( M I 1 i a ' ' W 1 C 1 (V - .-1 f 1 1 f rn i / Il:f 1 1 ` r I I !Y 1 i ? I fV N ?n + f1 / {1 1 N f N Q' • C O I O U P Goo cC LT. S o. n t7 L .s v c+ b c+ ?J J? ? Nd .^.av N y o o ? 0 .-1 C-+ .p 04?JO G b S? e-i rl4i rl `i:li J I '.-i :-t ? rl ' f v, w0 ? r 1- 4k11 a W J IJ U I U cen ?+ ( w to .+ W U. U. 1 O " ?1 ?0 Z J U- ? 7 LL 1 M U+ x0z N.? h- 2 (C Q 1 JAN ?-+ 41'S wLi a- tr?w sa 1- I W r 1 W o A' S I ? H a i. 4J < !C 7 G t or N rJ 1 ?L ar h 1- r u Z Z W W U U U V G. y7 ^I ?, Il7 N i f!( f t 1 1 W K 4 a LL ? J O W 2 ,N ? U- ?e x o'z r is JN CL aza W W a x a is Iii 1 1 ! w f a 1 ? 1 4 . CD I. 7M. 1 W 7 1 O ?o O O .-, ri N f • wQ. 1 n :il I .o H .n .a ?a .n ?a o •a f i LL LL- . a M N I,- ir i ? o ( 1 I F 1 ? 1 1 f C7' 1 U+ 1 3 F.:. 1 'o{ I Y-1-I is 1 U9 1 SI 1 i?J lJ { .. (j 1 N I 1 ? I F[t G { i. Oa( c .. j F Z 1 M;1 NCJ O W K ' '' 1 N W 1 4 I. ; L N 1 M o 4 1 7 C (., { . .. : c 1 Qa... 1 .EGG J M 1 4`• 1 4141 W 1 ri I.F-(6. n: t3 - ' •• 1 a0; 1 w ?X. Lai v 1 Ins Iwfua (.5 i n i l w - ? f u - M 4. W W 1 ti{ 1 Z jJ V) I N o 1 ?!U Vf jC 2 i 1 ? 1 j CG W 4( . i (r 1 r' 1 {a. a. l C 1 13 , J J 1 S,i CIS S s` ? 1 r, 1 1 ?I 1 r O J 1 M 1 tl, i 1 IW 1 .cr mum DEPARTMENT OF LABOR AND INDUSTRIES EMPLOYMENT STANDARDS DIVISION STA 1889 PUBLIC WORKS INFORMATIONAL BULLETIN The purpose of this bulletin is to call attention to cer- tain provisions of the Washington State Public Works Statute and to publicize the procedures established by the Department of Labor and industries. to assure compliance with the prevailing.wage require- ments of Chapter 39.12 RCW. LI-700-32 pub works info bul. 1-80 I PUBLIC WORKS LAW x RCW39.04.010 DEFINITIONS ............ .... .. .. .1 39.12.010 DEFINITIONS...... .1 39.12.015 INDUSTRIAL STATISTICIAN TO MAKE DETERMINATION OF PREVAILING RATE ........... 2 39.12.020 PREVAILING RATE TO BE PAID ON PUBLIC WORKS .... 2 {r 39.12.021 PREVAILING RATE TO BE PAID ON PUBLIC FORKS APPRENTICE WORKMEN....... .2 39.12.030 CONTRACT SPECIFICATIONS MUST STATE MINIMUM HOURLY RATE - STIPULATION FOR PAYMENT ...... 2 39.12.040 CERTIFIED STATEMENT OF HOURLY WAGE PAID REQUIRED.... ..... ..3 39.12.050 PENALTY FOR FALSE CERTIFICATE .................3 39.12.060 DIRECTOR OF LABOR AND INDUSTRIES TO ARBITRATE DISPUTES ... .......... .4 II- PROCEDURES ESTABLISHED BY THE DEPARTMENT OF LABOR AND INDUSTRIES 1. CONTRACT SPECIFICATIONS ........................... ... .5 2. CONTRACT AWARDS ............. ............... .5 3.- PROCEDURE FOR FILING FORMS............ .. .... ....6 a. Statement of Intent to Pay Prevailing Wages ...... 6 b. Affidavit of Wages Paid.... .. ... ...6 C.' Release for the Protection of Property Owner and General Contractor.... .. ...........7 I PUBLIC WORKS LAW ?i RCW 39.04.010 DEFINITIONS. The term "state" shall include x ` the state of Washington and all departments, supervisors, com- missioners and agencies thereof. The term "municipality" shall include every city, county, town, district or other public agency `thereof which is authorized by law to require the execution of public work, except drainage districts, diking districts, diking and drainage improvement dis- tricts, drainage improvement districts, diking improvement dis- tricts, consolidated diking and drainage improvement districts, consolidated drainage improvement districts, consolidated diking improvement districts, irrigation districts or any such other districts as shall from time to time be authorized by law for the, reclamation or development of waste or undeveloped lands. The term "public work" shall include all work, construction, alteration, repair or. improvement other than ordinary mainten- ance, executed at the cost of the state or of any municipality, or which is by law a lien or charge on any property therein, but nothing herein shall apply to the construction, alteration, re-pairor improvement of any municipal street railway system. All public works, including maintenance when performed by con- tract.shall comply with the provisions of RCW 39.12.020. The term "contract" shall mean a contract in writing for the execution of public work for a fixed or determinable amount duly awarded after advertisement and competitive bid. 39.12.010 DEFINITIONS. (1) The "prevailing rate of wage" for the intents and purposes of this chapter,. shall be the rate of hourly wage, usual benefits, and overtime paid in the locality,' as hereinafter defined, to the majority of workmen, laborers, or mechanics, in the same trade or occupation. In the event that there is not a majority in the same trade or occupation paid at the same rate, then the average rate of hourly wage and overtime paid to such laborers, workmen or mechanics in the same trade or occupation shall be the prevailing rate. If the wage paid by any contractor to laborers, workmen or mechanics, on any public work is based on some period of time other than an hour, the hourly wage for the purposes of this chapter shall be mathemat- ically determined by the number of hours worked in such period of time. (2) The "locality" for the purposes of this chapter shall be the largest city in the county wherein the physical work is being performed. (3)' The "usual benefits" for the purposes of this chapter shall include the amount of: (a) The rate of contribution irrevocably made by a con- tractor or subcontractor to a trustee or to a third person pursuant to a fund, plan, or program; and (b) The rate of costs to the contractor or subcontractor which may be reasonably anticipated in providing benefits to workmen, laborers and mechanics pursuant to an enforcible commitment to carry out a financially responsible plan or pro- gram which was communicated in writing to the workmen, laborers and mechanics affected, for medical or hospital care, pensions on retirement or death, compensation for injuries or illness resulting from occupational activity, or insurance to provide any of the foregoing, for unemployment benefits, life insurance, disability and sickness insurance, or accident insurance, for vacation and holiday pay, for defraying costs of apprenticeship' or other similar programs, or for other bona fide fringe'bene- fits, but only where the contractor or subcontractor is not required by other federal, state or local law to provide any such benefits. 39.12.015 INDUSTRIAL STATISTICIAN TO 14AKE DETERMINATION OF PREVAILING RATE. All determinations of the prevailing rate of wage shall be made by the industrial statistician of the department of labor and industries. 39.12.020 PREVAILING RATE TO BE PAID ON PUBLIC WORKS. The hourly wages to be paid to laborers, workmen or mechanics, upon all public works and under all public building service mainte- nance contracts of the state or any county, municipality or political subdivision created by its laws shall be not less than the prevailing rate of wage for an hour's workrin -the same trade or occupation in the locality within the state where such labor is performed. This chapter shall not apply to workmen or other persons regularly employed on monthly or per diem salary by the state, or any county, municipality, or political sub- division created by its laws. 39.12.021 PREVAILING RATE TO BE PAID ON PUBLIC WORKS - APPRENTICE WORKMEN. Apprentice workmen employed on public works projects for whom an apprenticeship agreement has been registered and approved with the state apprenticeship council pursuant to chapter 49.04 RCW, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the state apprenticeship council shall be considered to be a- fully qualified journeyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. 39.12.030 CONTRACT SPECIFICATIONS MUST STATE MINIMUM" HOURLY RATE - STIPULATION FOR PAYMENT. The specifications for every contract for the construction, reconstruction, maintenance or repair of any public work to which the state or any county, municipality, or political subdivision created by its laws is a party, shall contain a provision stating the hourly minimum rate of wage, not less than the prevailing rate of wage, which may be paid to laborers, workmen or mechanics in each trade or occupation required for such public work employed in the per- formance of the contract either by the contractor, subcontractor or other person doing or contracting to do the whole or any part of the work contemplated by the contract, and the contract shall contain a stipulation that such laborers, workmen or mechanics shall be paid not less than such specified hourly minimum rate of wage. -2- Aft .39.12.040 CERTIFIED STATEMENT OF HOURLY WAGE PAID REQUIRED. Before payment is made by or on behalf of the state, or any county, municipality, or political subdivision created by its laws, of any sum or sums due on account of a public works con- contract, it shall be the duty of the officer or person charged with the custody and disbursement of public funds to require the contractor and each and every subcontractor from the con- tractor or a subcontractor tosubmit to such officer a "State- ment of Intent to Pay Prevailing Wages". Each statement of t intent to pay prevailing wages must be approved by the industrial statistician of the department of labor and industries before it is submitted to said officer. Unless otherwise authorized by the department of labor and industries, each voucher claim submitted by a contractor for payment on a project estimate shall state i that the prevailing wages have been paid in accordance with the prefiled statement or statements of intent to pay prevailing wages on filewith the public agency. Following the final acceptance of _a public works project, it shall be the duty of the officer charged with the disbursement of public funds to require the contractor and each and every subcontractor from the contractor or a subcontractor to submit to such officer an "Affidavit of Wages Paid" before the funds retained according to the provisions -of,RCW 60.28.010 are released to the contrac- tor. Each affidavit of wages paid must be certified by the industrial statistician of the department of labor and industries before it is submitted to said officer. If any agency of the state, or any county, municipality, or political subdivision created by its laws shall wilfully fail to ? comply with the provisions of RCW 39.12.040 as now or hereafter - amended, `such `agency of the state, or county, municipality, or political subdivision created by its laws, shall be liable to all workmen, laborers, or mechanics to the full extent and for the full amount of wages due, pursuant to the prevailing wage requirements of RCW 39.12.020. 39.12.050 PENALTY FOR FALSE CERTIFICATE. (1) Any contrac- tor or.subcontractor who shall upon oath verify any statement required to be filed under this chapter which is known by said person to be false, or is made without knowledge and in reckless disregard of the truth, shall, after a finding to that effect in a hearing held by the director of the department of labor and industries, subject to the provisions of chapter 34.04 ACW, be subject to a civil penalty not to exceed five thousand dollars, and shall not be permitted to bid on any contract covered by the provisions of this chapter until such fine has been paid in full to the director and until all wages due pursuant to the prevailing wage requirements of RCW 39.12.020 have been paid. To the extent that a contractor or subcontractor has not paid wages at the rate due pursuant to RCW 39.12.020, and a finding to that effect has been made as provided by this subsection, such unpaid wages shall constitute a lien of the first priority against such contractor's or subcontractor's bond according to the pro- visions of RCW 18.27.040. -3- (2) If a contractor or subcontractor is found to have violated the provisions of subsection (1) of this section for a second or subsequent time within a five-year period, said contractor.or'subcontractor shall be subject to the sanctions prescribed in subsection (1) of this section and shall, at the discretion of the director of the department of labor and indus- tries, be prohibited from bidding on any contract covered by the provisions of this chapter for a period of one year from the date of notice by the director of his findings that said con- tractor or subcontractor has violated the provisions of sub- section (1) of this section for a second or subsequent time within a five-year period, or during the period of any appeal thereof, in which event the one-year period shall commence from the date of the final determination from any appeal taken of the director's findings, but in no event shall any contractor or subcontractor be allowed to bid on any contract covered by the provisions of this chapter until the..fine prescribed by subsection (1) of this section has been paid to the director and until all wages due pursuant to the prevailing wage requirement of RCW 39.12.020 have been paid. The director shall issue his findings that a contractor, or =i subcontractor has violated the provisions of this subsection. after a hearing held subject to the provisions of chapter 34.04 RCW. 39.12.060 DIRECTOR OF LABOR AND INDUSTRIES TO ARBITRATE DISPUTES. Such contract shall contain a further provision that in `case, any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be 'adjusted by the parties in interest, including labor and - management representatives, the matter shall be referred for arbitration to the director of the department of labor and industries of the state and his decision therein shall be final and conclusive and binding on all parties involved in the dispute'. -4- f ZI PROCEDURES ESTABLISHED BY THE DEPARTMENT OF LABOR AND INDUSTRIES 1. CONTRACT SPECIFICATIONS - In order to minimize inconvenience and delay to the greatest extent possible, we recommend the following procedure: The specifications for every contract for the construction, reconstruction, maintenance or repair of any public work to which the state or any county, municipality, or, political sub- division created by its laws is a party, shall include a sched- ule of the prevailing wage rates for each trade or occupation required for such public work and the contract shall contain a stipulation that no laborers, workmen or mechanics employed by the contractor, subcontractor, or any other person contracting , to do the whole or any part of the work contemplated by the contract, shall be paid less than the prevailing rate of wage included in the specifications. In lieu of the above requirements, the contract'specifica- tions may include the following statement: "No workman, laborer, or mechanic employed in the performance of any part of this con- tract shall, be paid less than the 'prevailing rate of wage' as determined by the industrial statistician of the department of labor and industries. The schedule of the prevailing wage rates for the locality or localities where this contract will be per- formed is by.reference made a part of this contract as though fully set 'forth herein." ,Current prevailing wage data will be furnished by the industrial Statistician upon request. Please mail the request to - Department of Labor and Industries Employment Standards Division General Administration Building Olympia, Washington 98504 (Telephone: (206) 753-4019). 2. CONTRACT AWARDS - Public agencies are requested to notify the Department or-Labor and industries of all awards for public works contracts. Notifications should include the name and address of the prime contractor, the project location, a des- cription of the work and the contract number and should be mailed to - Department of Labor and Industries Industrial Insurance Division Field Audit Section General Administration Building Olympia, Washington 98504 Upon receipt of this notice, the contract release clerk will provide the prime contractor with the following: -5- a. A copy of the "Public Works Informational Bulletin", a copy of form L.I. No. 700-29 (Statement of Intent to Pay Prevailing Wages), and a copy of form L.I. No. 700-7 (Affidavit of Wages Paid). Sample copies are attached. b. Applicable industrial insurance and medical aid classifi- cations and premium rates and a copy of form L.T. No. 206-83 (Release for the Protection of Property Owner and General Contractor). A sample copy of this form is also attached. It is the responsibility of the prime contractor to require ` all hissubcontractors to complete forms L.I. No. 700-29 and L.T. No. 700-7, submit these documents to the Department of Labor and Industries for certification and forward certified copies to the public agencies as proof that the prevailing wage require- ments of RCW 39.12.040 have been satisfied. Additional forms may be obtained from the Department of Labor and industries, Employment Standards Division General Administration Building, Olympia, Washington 98504, and from all fifteen service locations of the Department of Labor and Industries. 3. PROCEDURE FOR FILING FORMS L.I. No. 700-29 L.I. No. 700-7 AND L.I. No. 206-83. a.' Statement of Intent to PaY Prevailing Wages - L.I. No. 700-29. Prior to commencing work-on a public works project, the prime contractor and every subcontractor shall submit form L.I. No. 700-29 to the Department of Labor and Industries for approval of the wage rates' they intend to pay. If the wage rates thus filed are not less than the prevailing wage rates, the Industrial Statlticianwill approve the document, retain one copy for his files and return the remaining copies to the contractor. The contractor, in turn, shall forward the approved pink copy to the awarding agency. If any incorrect wage rates are included, the contractor will be furnished the prevailing wage rates and approval will be withheld until a correct wage statement is received. Each voucher claim submitted by a contractor for payment on a project estimate shall state that the prevailing wages have been paid in accordance with the pre-filed Statement of Intent to Pay Prevailing wages on file with the public agency. The approved pink copies of form L.I. No. 700-29 from the prime contractor and every subcontractor must be on file with the public agency before an funds due on account of a public works contract are release b. Affidavit o£ Wa es Paid - L.I. No. 700-7. Upon completion o a public works project, form L.I. No. 700-7 shall be submitted by the prime contractor and every subcontractor to the Department of Labor and Industries for certifica- tion of the wage rates paid on the project. If the wage rates thus filed are not less than the prevailing -6- wage rates, the Industrial Statistician will certify the document, retain one copy for his files and return the remaining copies to the contractor. The contractor, in turn, shall forward one certified copy to the awarding` agency. If any incorrect wage rates are included, the contractor will be furnished the prevailing wage rates and certification will be withheld until a correct wage affidavit is received. Public agencies are required to retain a percentage of the money earned by the contractor according to the provisions of RCW 60.28.010. A certified copy of form L.I. No. 700-7 from the prime contractor and every sub- contractor must be on file with the public agency before said retained sum is released. a C. Release for the Protection of Pro ert Owner and General Contractor - L.I. No. 206-83. Upon completion o a public works project, this form properly executed by the 'prime contractor, shall be submitted to: Department of. Labor and Industries Industrial Insurance Division Field Audit Section General Administration Building Olympia, Washington 98504 Upon verification from its records that the industrial insurance and medical aid premiums have been paid by the prime contractor and every subcontractor in connec- tion with the public works project, a statement to that effect will be issued by the contract release clerk.' A copy of this statement must be on file with the public agency before the retained percentage is released. Your cooperation in giving this bulletin widespread publicity will be appreciated. Additional copies are available upon request. If you wish to obtain a supply of the bulletin, or if you have.any questions concerning the subject matter of the bulletin, please direct your inquiry to Industrial Statistician Department of Labor and industries Employment Standards Division General Administration Building Olympia, Washington 98504 (Telephone: (206) 753-4019) -7- µn PREVAILING WAGE RA.TES FOR TEAMSTERS Y TERRITORY COVERED: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC-North,. PIERCE, SKAGIT, SNOHOMISH, THURSTON,WHATCOM and those parts of the following counties lying west of the 120th Meridian: CHELAN, DOUGLAS,KITTITAS, OKANOGAN and YAKIMA Counties. FRINGE BENEFITS EFFECTIVE DATES 6/1/77 6/1/78 6/1/79 6/1/80 Health 6 Welfare .94 .94 .99 1.06 Pension .70 .75 1.07 1.33 Training Fund 09 .09 .09 .14 1.73 1.78 2.15 2.53 CLASH-ICATIONS 611177 6/1/78 6/1/79 6/1/80 _ "A-Frame or.Hydralift" trucks or similar equipment when "A-Frame of Hydralift" or similar equipment is in use $11.73 12.86 13.99 15.76 Buggymobile 11.42 12.55 13.68 15.45 Bulk Cement Tanker 11.58 12.71 13.84 15.61 -'Bull lifts, or similar equipment used in loading or unloading trucks, transporting materials on job sites: Warehousing 11.25 12.38 13.51 15.28 Other than warehousing 11.60 12,73 13.86 15.63 `Bus or Manhaul:. 11.25 12.38 13.51 15.28 Dumpsters, and similar equipment Tournorockers, Tournowagon, Tournotrailer, CatDW.Series, Terra Cobra. LeTourneau, Westinghouse, Athey wagon, Euclid, two and four-,wheeled power tractor with trailer and similar top-loaded equipment transporting material and performing work in Teamster juris- diction. Dump trucks, side, end and bottom dump, including Semi-Trucks and Trains or com- binations thereof: Up to and including 5 yards 11.25 12.38 13.51 - 15.28 Over 5 yards to and including 12 yards 11.47 12.60 13.73 15.50 Over 12 yards to including 16 yards 11.53 12.66 13.79 15.56 Over, 16 yards to and including 20 yards 11.58 12.71 13.84 15.61 Over 20`yards 'to and including 30 yards 11.75 12.88 14.01 15.78 Over 30 yards to and including 40 yards 11.91 13.04 14.17 15.94 Over 40 yards to and including 55 yards 12.07 13.20 14.33 16.10 (Fifteen cents (15p) per hour increase for each 10 yard increment over 55 yards) Explosive truck (Field mix) and similar equipment 11.47 12.60 13.73 15.50 Flatbed; Single Rear Axle 11.25 12.38 13.51 15.28 Dual Rear Axle 11.36 12.49 13.62 15.39 Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service man 11.25 12.38 13.51 15.28 Hyster Operators (Handling bulk loose aggregates) 11.42 12.55 13.68 15.45 Leverman and Loaders at bunkers and batch plants 11.15 12.28 13.41 15.18 Lowbed and Heavy Duty Trailer: Under 50 tons gross 11.47 12.60 13.73 15.50 Over 50 tons gross to and including 100 tons gross 11.75 12.88 14.01 15.78 Over LOO tons gross 11.91 13.04 14.17 15.94 Mechanic 11.59 12.72 13.85 15.62 Mechanic Helper 11.00 12.13 13.26 15.03 Pickup truck, Escort or Pilot car 11.15 12.28 13.41 15.18 Road 011 Distributor Driver 11.47 12.60 13.73 15.50 C7ASSIFICATrONS 6/1/77 6/1/78 6/1/79 6/1/$0_ Scissor Truck $11.25 12.38 13.51 15.28 Slurry Truck 11.47 12.60 13.73 15.50 Sno-Go and, similar equipment 11.47 12.60 13.73 15.50 Spreader, Flaherty 11.25 12.38 13:51 15.28 Straddle Carrier (Ross, Hyster and similar equipment) 11.42 12.55 13.68 15.45 Swampers- 11.15 12.28 13.41 15.18 Team Driver 11.20 12.33 13.46 15.23 Tractor, small rubber-tired (when used within Teamster jurisdiction) 11.25 12.38 13.51 15.28 Transit-mix used exclusively in heavy construction: O to and including 4?, yards 11.46 12.59 13.72 15.49 Over 4,? yards to and including 6 yards 11.63 12.76 13.89 15.66 '.Over 6.yardstoand including 8.yards 11.79 12.92 14.05 15.82 Over 8; yards to and including 10 yards 11.95 13.08 14.21 15.98 Over 10, yards to and including 12 yards 12.12 _ 13.25 14.38 16.15 Over :12:yards to and including 16 yards 12.28 13.41 14.54 -16.31 Over 16 yards to and including 20 yards 12.44 13.57 14.70 16.47 Over 20yards 12.60 13.73 14.86 16.63 Note: All types of trucks or equipment used to haul Portland Cement ready-mix shall be governed by the transit-mix scales). Vacuum Truck 11.25 12.38 13.51 15.28 Warehouseman and Checkers 11.15 12.28 13.41 15.18 Water Wagon and. Tank Truck: Up to 1600 gallons 11.25 12.38 13.51 15.28 1600 gallons to 3000 gallons 11.42 12.55 13.68 15.45 Over 3000 gallons 11.58 12.71 13.84 15.61 Winch Truck: Single Rear Axle 11.25 12.38 13.51 15.28 Dual Rear Axle 11.47 12.60 13.73 15.50 Wrecker, Tow Truck and similar equipment 11.25 12.38 13.51 15.28 PREVAILING WAGE RATES FOR LABORERS TERRITORY COVERED:. CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT,SNOHOMISH, THURSTON, WHATCOM and PACIFIC - North and those parts of the following counties lying west of the 120th Meridian: CHELAN, DOUGLAS, KITTITAS,OKANOGAN and YAKIMA Counties. - FRINGE BENEFITS ?. _ EFFECTIVE DATES 6/1/80 Health & Welfare $ .95 Pension 1.30 Training Fund .08 2.33 CLASSIFICATIONS 011/80 GROUP A $7.90 1. Window Washers GROUP L 12.93 General Laborer Flagman ..Asphalt Laborers - Form Cleaning Machine Feeder - Batch Weighman Form Setter `Broomers.' Grout MachinuHeader Tender - Brush Cutter Header Laborer & Guardrail. Erector Brush Hog Feeder House Wrecker Burners Maintenance Man Car &.Truck .Loader Material Yard Man (Including Electrical) Carpenter Tender Nipper-Swamper Cement Handler Pilot Car Changehouse or Dry Shack Pitman Choker' Setter Pot Tender Clean Up laborer Rip Rap Man Concrete Form Stripper Sandblast Tailhoseman" Concrete -&Monolithic. laborer' Crush Feeder Signalman Curing' Laborer - Skipman Demolition: Wrecking & Moving Sloper Sprayman - (including Charred Material) Stacker Ditch Digger Stockpiler Drierman -' Toolroom Man (at job site) - Dumpman Track Laborer Elevator Feeders Truck Spotter Faller &'Bucker: Hand Vinyl Seaming Fence 'Laborer Watchman Fine Graders GROUP II 13.27 Air, Gas or Electric Vibrating Powderman's Helper Screed, Power Jacks Anchor Machines Power Wheelbarrow or Buggy Ballast Regulator Machines Railroad Spike Puller Chippers Ribbon Setter, Head Choker Splicer Rip Rap Man, Bead Chuck Tender '• Rodder Clary PowerSpreader & Others Sloper (over 20') Concrete Saw Operator Stake Hopper Epoxy Technician Swinging Scaffold or Boatswain Gabian Basket Builder Chair over water or 25' in height Grinders Tamper (multiple & self propelled) Groutman (pressure), in- Tamper and Similar Electric & cluding'Post Tension Beams Air Cperated Tools Jackhammer Topman - Tailman Multiple Tampers Track Liners Pavement Breaker, under 90 lbs. Wagon Driller & Air Trac Helper Pipe Pot Tender' Well Point Laborer Pipe Wrapper en7n?w.erwr.??r J :LASSIFICATIONS 6/1/80 GROUP 111 $13.41 Bit Grinder & Drill Doctor Pavement Breaker, 90 lbs. & over :Cement Dumper -Paving Pipe layer & Caulker Cement Finisher Helper Powderman " Faller & Bucker Chain Saw Raker - Asphalt Grade Checker & Transit Man Spreader (carries grade with rodder): High Scaler - Timberman - sewer - Laser Beam Operator Tugger Operator Manhole Builder Vibrator (all) Mortarman & Hodcarrier ..Wagon Driller & Air Tree Nozzleman (concrete pump, Operator green cutter when using 'combination of high pressure air&water on concrete & rock, sandblast,. gunnite, shotcrete) water blaster GROUP IV - 13.51 Caisson -Worker: Powderman Laser Beam Operator (Tunnel) Re-Timberman Miner - Spader (Tunnel) Pipe Reliner. (not insert type) FOREMAN: FIFTY CENTS PER HOUR ABOVE THE HIGHEST LABORER'S CLASSIFICATION SUPERVISED. Aft PREVAILING V.AGE RATES FOR OPERATING ENGINEERS IN NORTHWESTERN WASHINGTON EFFECTIVE JUNE 1, 1980 GROUP IA S17-00 Games 100 tons to 00 leader 8 yards and over Shovels amd attac}ments 6 yards and ores GROUP I $16_$0 Cable::ays .Crane over 4.5 tons cp to 100 tons Rnllzgon Tower Crane P.elicopter Winch Remote Control Cper_, etc. Loader, Overhead 6 yards up to 8 yards ,Sb0ve75, Baclcboes over 3 yards to 6 yards Slinform Pavers Scrapers, Self-proaelled 4$ yards and over Q ad 9 and similar ^-10 a.nd 33.E-41 ' -1- ,.t.r GROUP' II S26•o6 %Concrete Taich Plant CDerator-' Sump Cutttr Cranes 20 ions i1;ru 4$ tons Eydro2ifts ChiFper Crusners Derrick Drilling Macbine Fsnisning 1.acn5ne '. 7sacers, Overnead under 6 yarns locomotives, all Ye-cl:ani cs, all Isedcan yeeraric (3 or core) Eixers, Ssnnalt °lant Motor Pairol GraP._rs - finishing, binetcps, pulling slopes, ditches, etc. Pure Truckmouated concrete pump uritb boom attac!,=ent Pileariver Screed 15an Shovels, Sac?tihoes 3 Sards and under Sub-grac'ez- - Trsr-ner Tractors, 8acknoc Scrapers, Seli-propelled -under 40 yards 30¢ over Mcc'hanic Tractor, 60, HP and over, Bac)<Ioe and attachments _2 GROUP III S15_70 Brooms Ti?zers, n 9 and under znd Pay dozer (race Crane Cranes. ap to 20 toxic Co3ne} ors foists, fir 74&Eers, Stc- Icadsrs - }levating type 1'orr:]iits. Jotor ?a 01 Grader = ron-?iriishing, Favl rcacs, roughing bJeking'Lacl3inei etc_ in E•ade; etc, p Concrete. Fvr„ps 'Roners, on plant, rcacmix or rultilii'i L2terials Savs, Concrete Scrapers - Carry .:rI Snrease-, B1ax Knox, etc_ Trench; Eac'ninss Eouipaent ser.vice en sneer Triver on truck cranes over z,5 tors Tractor, 6O ]tom and vncer, B4c:1:1oe and ettach-ents i -3- , GROUP IL 515.40 Roller, other than plant road mix or multilift materials Driver on truck crane L-;f 145 tons and under Oil Distributors, blower, etc. Assistant Engineers Pavement Ere2fer Fostbole Digger, Y.echanical Power Plant Xheel Tractors, Fai.all t}Te Compressors _ "Damps, water . CROUP V 513.60 Stake bopper and Grade cbedker FRINGE BENEFITS Bealtb 5 Welfare $ .95 Pension 1.50 Training Fund .16 2.61 PREVAILING WAGE RATES FOR OPERAXING ENGINEERS IN NORTH14ESTERN WASHINGTGN EFFECTIVE JUNE 1, 1980 GROUP IA $17-oo Cranes 100 tons to 300 loader 8 yards and over Shovels and z schments 6 yards and over ' GROUP I i 516_50. Cableways .Crane over 45 tons 'up to 100 tons Rollasoa Tower Crane Helicopter Winch Remote Control Caer_, etc_ loader, Overbea8 6 yards up to 8 yards Shovels, Aackloes over 3 yards to 6 yerds Sliofora Pavers Scrapers, Sel: propelled 45 yards and over " C,;aa 9 and similar D-10 and YD-41 • _1_ MUM GRO'UP' X-1 516.06 Corcrete Match Pant Cneritor-' rn..p Cutter Cranes 20 tons t} v 45 tons t F,ydrolifts ChS.yper crushers DerrSck DrMin, Xachine Finishing ?-=aceine loacers, G•eeneea uncez- 6 yam's locomotives, all Eecbani cs, all 1P_aC an F.eccanic (3 or core) Vixers, Asphalt Punt Motor Petrol Graaers finishing, b2uetons, rolling slopes, ditches,` etc. n!-.p Truck mounted concrete rump with boom zt'.achment P'ilZ river Screed Y.an Shovels, Bac?cboes 3 yards and uno'er Sub-grader - 57j-i mer Tractors, Eackboe Soarers, Self-propelled under 40 yards j7a over Xeclhhann5c Mractor, 60 HP and over, ?ackhoe :-_nd a-UaCj .eats vxr.?vmrGi?'ae., n?uoyn.5 ?cta _-- 'J'1?(uiPWC?.'.. GROUP III S25-70 Eroors ?ozers, L? g and Lncar and F- sy o'ozer t-%=Pte Crane Cranes, up to 20 ton Conveyors Boists, Air 7tiggers, T-tc- lep3er5 - Elevating type Fcrk`lirts Motor P-',--o1 Grader = ron-?inisnins, Saul ropes, roughing in ade; etci F"ac,nng cach_ne, ete_ Cone, eteru"ps Rollers,. on plant, rcaos:ix or ru7tSt Laterials 'Spxs,,.Ccscreto Scrapars - Czrry a11. Sa.-ewers, Blau- ):nox,' etc. .reach= Tlecnines • Eoninyent ser..V10e-Ong nt-er Driver 013 truck cranes over 1: . 5 tons :'.actor, 6D HP and uncar,. EaclL,, . pad attachaents . . 1 " GROUP IV - S1S-4o Roller, other tban plant road mix or multilift materials Driver on truck crane ?- 4.5 tons and under 031 Distributors, blower, etc. Assistant Engineers Pacetent trearer '. Fostbole 'Digger, Hect:ani cal Power Plant kbeel Tractors, Farall type Compressors Pacns, water a GROUP V $13.60 Stake bopper and Grade cbecker FRINGE BENEFITS Bealtb S Welfare $ .95 Pension 1.50 Training Fund .16 2.61 - GROUP' rs S:16-o6 i• .`Concrete Batch Plant Cberator-' £uap Cutter Cr-ernes 20 tons thru 49 ions S' F,ydrolifts Cbir!per 'Crusners Derrick Drilling :Machine Finishing ?'Machine icacers. G•ernead under 6 saras s Tocoa+otives, all Y Eeclanics, all Ir_aasan Yeehanic, (3 or core) Kixers, Fsnnalt Plant Motor Fatrol Graders - finishing, bluetops, pulling slopes,. ditches, etc. Peep Truck mounted concrete puma u-ith boom attachment Piledriver Screed Nan Shovels, Sack'hoes 3 yards and under Sub-grader - Trirver Tractors, Fackboe Scrapers, Self-propelled under 130 yards 306. over XechaniC Tractor, 60 Hp ana over. Eac)%Ioe and attachments -2- PREVAILING LIAGE RATES ,,. FOR OPERATING ENGINEERS IN NORTHWESTERN WASHINGTCEJ EFFECTIVE JUNE 1, 1980• GROUP IA X17_ 00 Crazes 100 tons to 300 lcscer 8 yards and over -'hovels amd attachments 6 yards and over GROUP I $16_50 Cableways Crane over 45 tons op to 100 ions Rol7agon Tower Crane Eelicopter Winch Ramote Control C?per_ , etc_ Loader, Overhead 6 yards up to 8 yards Shovels, Eaclcboes over 3 Yards to 6 yards slipform pavers Scrapers, Seli .propellea 45 yards and over quad 9 -md sirdlar ^-10 snd ET-41 _1_ GROUP III $l$_?O Brooms Ir rs,..Lt9 and uncer and pay dozer . -,%-aze Crane Cranes, up to 20 ions Conveyors Soists, lir 71:ggers,Etc. . ?adEiS - Elevating tyae Fork ]ifts So or Pa al Grader ro=_iinisni-E, Fsvl rcacs, rouhi j ia made, etc, }acting ach_ne, etc. E71 Concrete Fvsps Ro]lers, on plant, rce6?ix or r}ulti2iit eaterials Sri's,. Co_.crete sczaDers Carry all. Sareaders, Blaw SCDox, etc. Breech. € Machines EoIII-Pment serrice end veer Brirer oa truck cranes over 1,5 tons ?1, Tractors 6o lip d uncer, Baca-:,oe and attzcb_ents -3- i 1 I J< r GROUP IV 515.40 Roller, other tban plant road mix or multilift materials Driver on truck crane L 45 tons and under oil Distributors, blower, etc. Assistant Engineers Psver_ent Brea3 er 'Fosthole Digger, N.echanical Power Plant Wbeel Tractors, Tai-mall type Compressors. Pumps, water GROUP V 513.60 Stake hopper and Grade cbeeAer FRINGE BENEFITS 8eelth 5 Velfare $ .95 Pension 1.50 Training Fund .16 2.61 Jr. xYxiri•oA ? STATE OF WASHINGTON 5 My Lee Ray Gou¢mor DEPARTMENT OF LABOR AND INDUSTRIES General Admmislmfmo ew1din9, aympi,, WmH19tm MW Employment Standards Division Telephone (206 - 753 - 4019) January 21, 1980 Jefferson County Dept. of Public Works Courthouse Port Townsend, WA 98368 Attn: Glen Bagley Gentlemen: In response to your recent request, enclosed is a schedule of the prevailing wage rates for the Building and Heavy Construction Trades in Jefferson County. . These rates are in effect as indicated, but are subject to change without - notice. If we may be of any further assistance, please do not hesitate to contact this office. incerely, G Tus t e Mlii RECEIVED g rial S tistician JA_N 22 1980 GM: jb enc. JEFFRSON COUNTY ENGINEERS OFFICE i 1 1 1 1 ' f I ? ' 1 1 1 1 1 IIII 1 t 1 r 1 1 W I 1 t? ~ 1 1 Imo' O i E m aq og i1 o PO 1 d oo o ?Q Oo N I ooc NdJ q '- I I-,r t 1 r 1 • 1 o o gcOa d d11 3 d; ooc 1 S w e L n o / dooa d c ooc to 45 ? 1 LJ An Ln 1 a , - 1 1 " CL W ¢ 1 ? 1 .'N' 1 1 000 0 0 00 C '1 0 1 P 1 a 1 1 F 1 Ln 1 1 +! 1 1 lV I I 1 1 P 1 _ ID 1 L 1 r 1 t vl - 1 10 r r- r at < a r m e w 1 0 1 O °1 P 1 t d I I co 1 NN 7 [ I 1 lo In 1 Z jZ zc J 1 1 1 =1 f w W { 1zi 1 1 /n 1 1 O U v:JL + 'J H 1 I 1 ?pL 1 S' c / ' Z lO ?c w 1 r? 1 a ? t 10 1 W 1 .7 1 !i ro 1 w w 1 P I O I JO 1 a 1 l ?' W Z I 3 O 1 .O 1 t/ } W to 1 in 1 W t WIy1 41 - 1 N 1 OQ F-'_' Iy 1 r 1 h-• 3.Y I ;r ' ?J cn d2 < 41 t 1 o 1 P 1 m tn,w ' wwt 1 1 H ~Y D ? W 4 , Lnn o f 1 a 1 .. any f l ? 1 r1 1 a vi UJ 1 N I QQQ 1 .-1 1 to I z? t In 1 co J 1 w f r i n I i c 1 x 1 1, j ? , t 1 y I i ' O d? O O O N3 O O O a o O O C a -4 'a ooo ti? ? ooci rr-N ooc l-r`T qc a oo. ? .n .al oo g N ^ Ja'. ooc .o 0 ?t o o o a I 0 0 l o o l ? N z Z ? U i O Z !L 1z W U H yyH z w 1CL la 'le ?- C t ? / 2 1'd N O C an 2 F. ? rf ? 41 a Ln T N J~. z u 1 2 Q N w J Y fD ? U 7 E. d L O 41 J c 6 OI 1 Z S Z O F to w p r Q Y N L w zIQ ?inQc xz x azvc ddr-,5 LLJwac F£ ?IW xd3 w4r vin= -1 0 .;LL Qm 1. co m .ti .o V •S ?"1 I? t 1 ? j } o ooo oo I N I: o d.C a; c o ? o? i d d 0 O G 0 0 O' O O O O f d 4 ooo o o ; fn, 1n N ! z W? z z W I V• U U s d ! t 1 IJ .II O lL W 2 z - W H - lz - Z Z 2 z 0 Z Q ~ } 1 1 w K : 2' t I o Z w < r Q ' z a r a ;w w = !w a aQ ir C 7 ty 0 n L i m Lt I i li I (h S l .. O o 1a O • 1 0 0 0 0 0 O O O O O O d O O O O O lJJ 1 ; O 'a, O I.Nd.fJS oN1 \a ¢'o N -t -D ?O d fm .0 CU O Q cm Ofl Ln UI O O O O O O C N11.0 1? oNd O '-{ I OC OO C CiG O O!O O 0 N IlOOO N 00 0?OO 0 0 00 0 0 00 c O o d .-{ r+ ?• .1 0 10 0 0 ? Nt W U ZI W , ?D • I' m rn f7 m m m rn 2 f7 t7 +1 nl t^, fJ ti !r O 11 .r .-r ,-? •--? : ~ ' to ?1ry?'? f-) - .-?.-1 D K b 10 0 0 0 O O? Pi P P P O. OY D ? . 1 a W -%.l Z .O .CO a; .O .D .D .D 1 W I ID -D .[.} D a .O cmN ??oo oo?so0000000 O 0 . a a .O 000'00 ?O a 00 ' d .D 00 D .O?O bC' a a' oo 0000.00 1 P 1 l 1 m 1 trl 1 r 1 zj 1 1 o 1 d- 1 O O G x 1 II J Q » co O E w I ? ? 4 i w cy r t 0. a r a 1 ?OJ w q y... c a 1 fs I rn / z' O o a? I z o J N R ! / 1- ui C'1 1 73 P 1 la U m 3 CA ¢ (ll ¢ I 3 i 1 J Z co N 1 w fD .. ? f Y F l_ 1 1 ? ? ' CD 1 1 I f 3 2 r Z ?Z Z ? Z 1 0 c a f? II C (n 3 Oi 3 I q W W C}I U U .. W > K O O Q H 1 ? 11 • O ?..d WWWIII W O f/1 N h W J O I l c 1 O W 1"I 3? Jr 1 Ws 35%Y o u S W / co I I I O! O a O N ? 1-- 362 I Q 1 1. .O 1 dl2 W W?O 6 2 d 1 NOr? .. 6 ? ? H N ~ T Q U .?.? Y ?! 1 2. 1 m 1 s sax a 1 N W 0 W N 1 I O U- O . w ¢ uJ!o J 2'N 0 / O 1 I -C Z Z jcrw o.nzz zz .+ 1 r O 1 Z O J E O la1 fY Q < Z Q a? z la O V) w Z r{ s W O Z U 1 ' 1 - U P 1 W •-/ w W ; 1-+ W F EQ Z EI m 1 O. /-1 Z O u CJ 1L W W f w tJ .. -, W z 2 w d W 3 z 1 p Q Z 7 F Z 1 O 1 1 .O Z'm x O: M,W2 ?D / Q fn H C' Z+ O O K O d W J I U Y O W 7 W J W N 1 In / V 5 r • 0 . LE O 2 .i .C ?-+ W C7 N Z J ZI • ? ? ?+ N s / W 1 J 1 W QN:n L• to 1 Z MYJ-H?tr JJ M O IZr S OZ ? J OZ Z ?-+ NO Z 2 PW N LfA?OU Z'_.O w 1 w 1 N 1 Jr,- lab V1S W S Q¢ , W i > 2 U U C7 W > > n! / VI _ J II 'm H W Z -? fn tr Z .r g w y 0<I- <C F Z 1/1 W 1 "3 / 2 .-{ , ..+ W O 1(Q Y W lr w 1 W W J p W Y F I j Z ? z,-'- QI Z m W J> 1 , Q •-+ tYl W I 1 ? 2 P - Y 2 6 r 'b 1 ? 2 3 7 V1 L" . W O d ' 13 A J W o- J Sid 4 1a? • Z O Z E F-;N J WI W 1^ Z! O W d O ?+ K 1 O 1 N IiZ -Y W 1- --J W xWm D a, w W 0. 1-W 7 tL OJIJ O '.r1O 0 J t -j5 J - 1 M 1 I 1-¢ WO rw,a3 Zf Z Z . ZZ?OZ { tJJ 1 ? 1 I «. Cd L) < - a0 U O I /+4 1 ¢ 7 fl f1; V Q Q S_' U 4 CL d 1 m ol M -7 W: wo ?. a' O S u H u•' o I 1 1 N Ii U .. J / u w l 1 P 1 # a 1 Ift 1 1 S 1 v nv tT v 7 O o f1 I O ^1 i/1 H R`I •-I N N n O N ? v1 .'1 O? ,-{ .,{ ,.., +-1 "J'f 1 J' 1 N 1 M ?'J f1 P1 ['1 t'1 c'1 v 7 ?Y .w Q I' ti H H .-1 .-i N N H 1 rl •i V .-I fA N N ^J N", N .y H 1 .y ? a ? i ar l; ? ? I I I 1' I mil ,Fw ,y it ? I I I l )? I ?' 1? ) ) I ) 1 i i J 1 s 1 1 1 I ?is T 1-, oI 1 ??1++999{{{ -1 9; 1 ^ 0. 1 TO 1 0 0 0 cOv. ?1 0 0 0; oN S 0 .D 0 0 0 0 0 0 0 Na .D S O N'1 ' O O O O O P NS .O, tY) oN O 0 0 a?O L 1 0 0 PN N 0 0 0 0 N N a.o O O O o O ? O! I fL z 1 N Cy 1`1 n1 o 0 C''1 o O O c C ^+--? O P o O O O O O o o c .-• .-t O O d O O d .-+ .- O O o I N O c A O O O O d ,F- it N I 1 f 1 .D • 1 o O a T T O P T T O• o 0 of o P o o N N N N N N (V C N N N 1N N N (V N N pi N (U m N N N N 1f?y W c.? •U ? ZI - <I tf. S W 1 O D D? .G .O -+ .D N N N N N N, N y4 N N COI O D W_ Q Oi D O d 1 11 1 N / 0 0 0 0 0 0 0 0 0 0?0 0 00 O O O O O P O O O 0 0 0 0 0 0 0 I 1 rn l 1 1 10 1 10 1 1 1 t o 1 1 a I m 1 I CM 1 1 1 P 1 N 1 I I N 1 .O 1 6 w 1 m 1 a Q 1 nl 1 ~ 4 0= 1 ? N 1 N W 1 1 t/t r+ 1 O 1 W 2 ZI "^ (D 1 I T 1 '? I S Z ? "3 1 11? . 1 2 Uf H tn l N N NI to F Q t E 0 'D s o, In In 1 1- 1 1 D I to I ¢ 1- z? zw_ 1 z I r F- zzz a z Y zr. zz [D z I 1 a 1 (n 1 w ? > W U w U V w U ' W ww U UU Z LO Q Z LL. W , vlJ IW W UU . I : Dizs O x l J ICONO O l oa. mr-i + I r i 1 O I cc o 0?0- o 'R 7 ? O Q 1 ! T 1 7.W 70 2 x LL1 W lfl . W ' O > W 1 1 I m 1 1? 1 o 1 0 Ln 2 U >'z m W O X W 1 . M I m n 1 t i In 1 m i > LL' n aa > Z ao 0 0 a 1 Z InQ W w m O ER in, Z ^+ 1 / 1 I O nn lr Q 4 z z¢ ° x l ata zl I aH 0 1cn a 1 1 t a . J l i . ,c a/w x wm J W. nw 4. It Z 1 lj 1 1 ( P 1 co I z z IW O J Z W R 1 I a W W O 1 IA w z 3 Uqq w 07 M Z UI ?a 1 !t+ 1 +D 1 1U •-+ ~ 3 !L I N 3 W Ir sA ¢ / ? ti J W = LaA 1 1I1 1 ? 1 N Q d Ci z W •d 3 W o W d 1 Z U /- I 1 S I m i I N U t .. zZ I %O O 2f- z z0z F- •' W UO tnzoN ?- Z X J ti Z x F- F 'F- ?. zx W 2 H W rz ? '• . 1Wa, 1 1 N 1 r+ 1 1 tz .r H ?+ z J V1 ?-. i ?- 6 W F- J V7' Q S I 6. L) J tA '7 19 ? U YI - . . I LLI 1 0 1 z N a z a ? U I l V+, a Z? d N K' W w a Y J z vl :) U w Q' 4 cr I Q Z W W ` tZ Q 0 w > -l Z Z W Q . 1 1 T I m I Q V: E Q W W = xat•- % > rL a[ w' xa.' a wr- ?z a:x a I x . . Z . 'Q CL ozlf 1 N I W J N W O? it x LLl W J O i cr Ire W 1 U ?l Uo WO 40 1 UO'O' 1 1 N 1 a 1 O LL W µ > O 1- w U U. Utz uj ?u 1 n9 I fu I 0 J W --1 W 1 O 1 / V1 1 I nl v' ? 40 vl r-1 N ? q j j 1 ref P! •O rn rv1 tf P l 00 J 1 W 1 N i ! ri ? ?O rn oDMOO r1 .1 rl ? ? ?-. ' j ' t I • I t ? I II I _ .. 1 1 I 1 1 1 : I O) 1 m 'O • I ;O 0 o O O O 00 0 O! 0o O 00 0 00 00000 0 00 O ; la?'^ 1 D•O 1 ?0 N N mI 'D o N N D .0 - a Na D• CiNd Nd ; ADO d m q Nd p .> t m Z t i '+ ^ --- G c O N .-+.- .-.-1 ^- + N :V o 0 0 0 .={ .-? .-? O o o ^. .-. + ry O N N N ' 1 - I 1C 1 c . 1 0 0 `r' O C O O M 0 0 0 0 0 `n rf Nu'n In ut 0 0 0 0L? 0 0 mm INm O O O '0 0 0 0 N" 0 ..?. q - r 1 1 N W Cj 1 tf1 O 1 N N N N IV N N N N N N N N N w N N m N N N N fy N M M c"1 n In !7 ('1 m m 1'3 C t'7 /'1 C?1 :D WZ 1 1 k S W 1 In In 1 D O r N •D .Di •O .D .p d L b; d b p ( N{ry ri d O D D O N ?. r d J D } .r . ) Q C 4 4 l^JI N .l oo 00000000000 o0000 0 CCl.o oo 70 i ? / M 1 Z W w £ 1 1 co 0 1 1` / Q Lt 1 .D I w a o w 1 m 1 (D N r 1 a I I c z a l ?' 1 a -j 3 W Ix 1 r ' o £ W I LIM o 1 (( cr O Q a I OD I In =) I 3 1 1• 1 In N 7 rfN O iR :A I VI N W f-- 1 b 1 rr 2, I` Z Sco rr z ex O 1 1 I W W W Ula.l w W Z 1 N I t7 1 t N U CJ , ' I J UI Lo ?7 ( 17 U V 2 7. G 1 S N I I W Z; r" ?n . '?o ul Z H 1 d' C 1 -S O : ¢ Z K tV n > 11 { t.t o? 4' T N ? ?? ? S d "O O O > Z ' j f 1 1 m Ial '? 4 W 1 ' Ir I n i O 1? QO KjUJ 0 LaW IW Z OIr p 1 } 1 In I " b.. T= Y d I n '` ? 8' O G -7) i hhz--?? 1 I ) 1 ( N I I W CC [? 7 Ir W In L 2 ' Cr ( [r Z; r 0 0 0 0 a w a 'm c 1 .-. 1 a r? F 1 W l a w O 1 0 /, 1, v, c? cl 4 I w w l? I? ac > ? ui C, 4 1 m I, W 3 Cr. I- (r W W Z F-I /- F- 3 j 0 'll Q W 3 ZI N 4. 0. I D D 1 N.zz l 2 d Z O Z!2> d 44 aO 00 a0 V)' '.1 x 1 U1 l a 1i ' .a Z , O. O O ? Z'. O ' Z co F- V' luz •_ ly 1 - ltt 1 fy, 1 f• ) IB i I 1 ? S O -2 J 111 _ U f?U z I ""1_ I z s; a T 0 J V1. < CJI "" 4 1=- O f J tN d N x 21 •-. G. 11 -j r I Cc WU I IX ' W W I N O 1 Q Z 000 ??--{{ Q Z, U =I Y d z w Di W 7 z c? In ; 2 4 '7 1 lT 1? W W CC 1-I H I- F-{ W 41 Q O <Q « S 1> W OQ 6/YW OIL) W 1'i2 IS 4 Y r 5UI O W (Y Cr £ W W'W LL 4 £'O 1I1 X 1 m 1 r I? 24 i ?ii r» >m ? WCr Od ' . 6UZ d ID '" I Wo 1 O 1 W 1 d 11 In.. Q W?W W 0i >JIJ J a4 ry] PtO 3Y ZI- Z N z J. J C H W W W S O •^• N ? 6s W W Cw J 7 ? O [Y 2 IL CI: I, W 1 m I N II 1 w I ID "+ w - 1 CT 1 O 1 1'1 II O c'1Nn CT b b.Ob ?O b b Ob j .l 1 .1 1 ' '.J 1? IV I^ 1. n nO CO r..n N n1 rl N b n b b . c". rl r'1 n c•'I ` um 11 IN Ile oil s um r., f !1 1 ? ? i I I 1 1 H 1 1 t l ' O ta .CDI I ?1 l 1 1 O • 1 m O I 0 o a,o N.t .O!m 0o q o NS op ly o Ll1 O S S,,ryI? d 1f1 O o?00 {l1 om O? ocii N.Ti 0 o G •O CO o O N • C' ?-. 0 0 3J O r N > ,.. 1- 1 { "'t 1 Nl .Y' z I r 1 1 .O • M M ? M ooa, o_ .r ..yy C O O Ct oo q S r h O O o o d F F ri 0 0 0 .+.+ ooo'oo r 0 od 0 0 .-t ooo' r aI .-s . ? oo o, C'Z a P i ? oo m a W Ij i 1 1[% 3 M M fry M M M M 1') M M M M M M m m M in M n m M M m M ISM M [7 ffI U W z/ S. W I G a ,D: .O .D G` d O .D .OJ O D X11; . 10 0 .O 000 d SO 0 D O DI 00 0 .?I 1D .O 10 1 00 .OO I 0 0. W it' N I ooOO 000 000 0 0 0 0 I t f 1 ¢ t 1 Ln p- I 1 LS 1 G l { M 1 N 1 ?? 1 0 1 1 m 1 F I :. N - 1 LO 1 19 1 m ! Q 3 1 I m 1 F ! ur N to VIi to Vl VI o V7 N V: ! a 1 I- f H F-i F H r- f- H f- I-- -tn 1 ZZiz ztzz zz Zj zz ID z 1 1 a 1 M 1 W W W U []IU 4P W W UiUU W W W U U U ? W W V U ` i J 1 1 1 I t o -1 ONO. M m r.•r . ?O.o x 0 3 P`e. FA f7 _ M .+ t i a > ! / 1 a 1 a 1 F 1 ,y zz O d ) W 1 .O 1 `O f ' h W W w -x LLJ (D z ? W ' z t 1 M 1 N ta. O 1 1 . + 1 0 1 Q N Ia.. W 7. Z 1'J ' O Q M 7 EL CY =0 4 J Z I P I J x N' fat _ 1 t 1 s W N 3 W wx W W ' S tD 3N I O 3 W ad 0. W z I) 6 Z W 3 O W O ta) 1 1 10 1 U1 1 M ?Z w m o o U' O H Z ?d r 2 x W r .4 z o 'U z z 4• W ! 1 S I M 1 2, 1- xOZ mm d¢ ?+ 2 !-} w 2 Z xz0 W Jz ! I O x-j 0 4: ! N 1 FrIW JJ a' 4N 1 F-?W r-. Y?• t4 z l uj 1 O 1 J Vf x d Z 0. W W I a M > z m J x N CI0. z Z 0. .-• M 7 J N ¢ ¢ Z U ;V1 ?z d ! m ! WW0. xvQ 0.0. a cdz vl wd zE w0.w xQ0.. U) a 4< Xa WWQ! xC) wz a. 1 F I U U a W N z w W i '1 a 1 VI to Ox 's izL 1 t U1 1 O O 00 z d ? O W 1 1 S 1 M 1 z z d Q 7IL SJ 4 w C9 1-f 1 1 co ! 1 10 1 U' 1 10 1 2 1 to 1 - oni ri ui o no 1 a I' ' t'I M [+1 M °? rn o I vT 1 f .-t r-I .i rl r-i 4 I I 1 1? i I; N G 1 1 O tT 1 1 I 7 ti1?0 . I OO OOO OO O OO O OOOOO O f ~ 1 P O I j N S '. d P O N S D m P o N .[? m O e } "'"' 1 m 2 N N N N fy N M. 1 N I 1 0 0 0 0 0 0 0 0 d O O O O O O O O t W 1 Irl?ttrrr{e-r-?? ir?l Z. M tt1Q 1 3333 3 't I 3i SS 111 3311 1• !.7 Q 1 S w 1 d ?O •L`? .O .O .O! •O .n .O m .ci O D ? eh 4 .O •O . LL --j < 1 N 1..-? .--? .•? .? .-e .-. .r ..? .-? .r .-1 .-? CL 1 N /ooaoo oo ioooo oooce 1 O 1 1 m t 1 1- II _ _- , I Ln 10 1. . , 1 en 1 t 1 1 P t' 1 co f r 1 a I gN OOO. x ? oo ON oo d loo o O I ooo NTO 9 0 o C qC? 0 0 0 0 O O 0 ' o o 0 0 Q ? mcv' m mm "I oo 0 ao cg 0 C OOo a a a,' a s In ui Ln In In In n O O O O O O 0 0 O O O ui t o t - O 1 P 1 < 1 m I 3 I P- , i 1 •D 1 en I C9 1 S H 1 eR 1 N 1 t < 1 co , ' > 1 co 1 w W 1 1n 1 C Q Ck '. i en 1 H - i s 1 a ci I 1 In N 1 + ( 3'... . F U 1 0 1 P / 'N ? G H _ W O 1 1 1n 1 to 1 ,z. ` 1z W w 1 3 1 d f11 P4 0 1 1 1 N 1 Z V. -.4 44 1 1 P 1 cc 1 It 1 ¢ W 1' N 1 ry . I 1 m 1 I 1 t` 1 LI "S 1 d 1 O ? ? W 0 i 1 r 1 v i 9 1 T 1 i 1 1 i I a N I - z W 5 W < CL w<2 > xw ?s 00 n W I, ?H i In en r r Z Z W W U U -in cu W x < w J W 3 a z ,_2 J N <z ww ma N r 2 U ci W W :n f+l rt H > W a > crcx w w vl n. n Z3 2 In V) W Y Z Z . < W W W f f j W en P 2 '3 o a / r 14 z - 0 10 N .- r In fl J u1 ¢> 1•J w z < a w zil Xz lx Sa w cr w ,r7 z Eno o % W a M O O u1 n N T m ' N ri H .-1 ( 1 f 1 F I I I -. ,J ? ' ; l I ? m hi 1 / p 1 1 ? . l I I I { I. t f c ? ol / / /so d T O 1 o C oo ooo,oo o- N a .Cj D o N S .O D; o I O oo o.ooo N S •t)' m o a+ + J oo ',p D qq •+? Iy ooo N S? N N N o n1 o oo oao S D m C N 3? o oo.+.+ { • V i. r.-? Z t ('V I !? / N 0. oc o o.. +? r! OC 30 0 000 Oj N 0 ( 00 0 o. . 00 OHO C a oo O OO Oj d o o?oo q Nt I !-•? . t Ic •'1 o mm [?mm mmmlry m P•T OyTT T; TT PI T T Pi (? y N NN.N •d O .O .6 10 10 ?t f W y-L O 1 U1 O 1 ¢ t S W 1 to •O lft lfl •17I to U1 to N lf1 tR •O •O n ,o .On a ai t!1 .o U1 t[1 11Y Ifl l!1 Ln •cn •O? .v -n ?? . U7 Ln tf aO a t!1 U7 tlT s .oD . `u, OD ? D O:.py ,pl .. i E W N o ? i m o oo doo ?oo o ?..- 0o aoo d r, ?+ oo 0 r. 00 0 00000 t v / T 1 1 m 1 Z t r t ? o 1 1 n 1 I i a . 1 !m I l ? ¢ t ri tI ( ? 1 ?O O 1 U1 1 T t 1 m e N N 1 1` t 1 •O / ¢ J U ? r ¢ 1 $ / / m 1 r tn .? I 1 1 W W I t 1 Ul o 1 =U' I C 1 T 1 3 I 1 I /? Vl Vl V1 2' V1 VIN U). U1 U, f . 1 Ir 1 Z 2r?'ZZ Z W ZZ ZI W w !aY ZZ Z W W ? .C7 Z 1 f a 1 1 m II W U a W W W ta.? W UU W U > UU U I U.J (.>< . i J t ^v 1 1 11 m i I r r N-^.? a N r dp l a. W ? rn p ? . 6 4- t ! t o Of Y W j 1 1 H M. 3 Y n I (-i In i a m 4t w °e a o Y 1- , / a / 1 m 1 In .0 w wo a ? 31 w r l z a a o i i I rM 1O 1 s w? a /- W LL a o w Iz tL In r' Z a a W J G Vg s a. ? r r J D 4 f ' 1 T 1 I co Z UI .r-1 m J Z' Z W Z N a. O ¢ C U) W Z N ? O , U, W W Z 7 1 1 F I W b- O ¢ 3 W W ?Y r U 3 4 C .I I I Y? ? _ 3 W f.J I q U 1 o 1 ) 1 V1 1 W J F CL y ?W ?d Z U. ¢ W o O d Z r T § ' N W d 1••? W Z r j / a 1 1 m 1 1 1- Z w 1 2 C a Z U J S O C w . ; F- Z w 3 r Z 6 Jw o C an W 1 1? 2 = O W r i f 3 ¢ N 1- O! ? i l?, W 1 , ( ,• Z 5 d Z F- J VI ¢ 5 , Z W N a > x J f d Z J In Z Za I W 1NO I I f1 YZJ 2 C'1. C.7 C W W W ¢ U 1 W !1 1 CT SCI J ( W I I J I w Zf]C ¢ W 2 ¢Za W W 1 1 ? Y2 C 41 ¢ W W 1 f 1 P 1 m I I 1 IC 4 TZ Z'S. 02a> C IInZ J S Za 21 ¢ Z ¢ W Stl ¢ I . I ' I ? m cc F- lil W D J W .Y 0 C ( . 1 ?D I :D O x Z O W O IAA O 41 10 0 1 tn. 1 O W u t, !. 1 m 1 J C N W 1 1 N d.. 'Y C . -1 ) i Q 1 O 1 Q 7 I co I F - co 1 ? ? t a t z I In I ^J 1 (!1 I I rI WN a rnn .-/ r1 1D 0 nna rn. TOE J ( y 7 1 ??J t 1 f Nl- l 1 C 1 I i ? ?cn 1 ?l ri NNN m .-1 rl ?-1 '/'1 .p ni 1 1 ? l 1 1 , l f I + O O N dj O O t 'n ° f 000+. O c o o ? mmmxl n o.D D. -XI ?: O o g O o Q D a, o .N-? 00? 0 0 0 ? r r hr r 0 000 0 0 0 0 0 NdlaT 0 0 6 ??a o O C o 0 0 0 0 N NON NI? 0 o q N N rrlrr 0 0 0 0 0 rr 0 0 y Z W V S W a - -j W S N U O I N Z W N W U ¢ H 2 T6IH al ? ii X W d I, Q? Z`X ~ m n: N n y sWw x: w ala • J w W W W ! .J.I r1 .? f 1 f .; I ? 1 I ) I I f 1 t I 1 1 '? ^II cb O • 1 ?0 0 0000 000 ! 1 H 1 TO 1 Z I r I !?? j Nd .n9 oH? O G1 C O .-? H N 1 ? 1 In. O o N N I 0 0 0 0 0 0 0 U1 ltf !P N U'{ In In W (j 1 . f1 3 I z z 10 10 10 '01 10 .n W..Z/. "J dw 1 .?a In .Dl ,na 'a la;?t -: W 1 N I .-? 1 {oo oc oo ooo 1 1 o i m 1 l 1 1 r 1 1 n 1 In 1 z 0 I 1.3 1 w N 1 N '1 W 2 o I laW a 1 O? t I Q 1 R1 1 t r 1 lY In I w 1 'D t In I J w K o _ F- 1 4 1 d / ch 1 I D 4 O W / 1 W W1 O 1 W3 4 4 1 cD 1 H -d 3 I I r 1 In / W S ? V) V) z z In 1: d / J !J W W H 1 I.1 1 2R 4 V U U I H 1-. ' 1 1 w M S ll?Vl.m '. 1 ? 1 O 1 1 w O o' 4' 1 1 .? n 1 1 In In 1 d 1 1. ¢ O 1 1 J d, Z O 1 T O 1? Y ; W = U I T 1? - l i zi 1 z i In 1- ti I 1 cry. W W a { 31j M S I In d I Z w I m 1 z T"o z Ll 1 W I N 1 O I - N W F? 40 m 0. >•? Z -% z n. 1 n' 1 Q W W, 4 W! W R I 1 T' i CO I r 1 N J Z' £, SI0. 6 IW la. 1 In 1 rr O. O 7 N 1 1 IO 1 d V (L 0. W I N 1 V) _ O 1 1 1 a t i H 1 N ?-. 1.. v vI 1 1 00001 F- F z W L U O C OD < W 2 N 4 i W Z? W < N 4? 3 W U, d Lu U Y n Ie T ' O 1- 2 O J V N 4 W Ili T a NQ a N T 4 Y IY W a? H r? rl In In VI -Iz r W W W C?U U Oo m O rai d oz Z N 3' 7 W W rU .9 1 ? Z T zO Z f J In a > 4; z a W W W n z TI O. 4 I Ga?a?P S CLAS^IPIC?TIC%7 6/1/77 6/1/78 6/1179 1 ? 10P GROUP I $8 94 YGeneral Laborer "'Faller & Bucker: Hand ,Asphalt Laboror5 Fence Laborer .Batch Weighman Fine Graders BB r h vFla n /Form Setter Cutte vsrus Brush Hog Feeder Grout Machine Header Tender Burners, Header Laborer & Guardrail Eractor Car & Truck Loader House Wrecker ? Carpenter Eclper Material Yard Man (Including Cementlandler Electrical) C?hangehouse or Dry Shack /Nipper-Swamper ? Checker Better" Pilot Car Clean Up Laborer ?Pitman ?Concrete Form Stripper - Pot Tender vConcrete & Monolithic Laborer Pip Rap Man Cruah Feeder Scaleman Curing `Laborer Signalman Demolition. Wrecking & Skipman Mving (including CharreA Sloper Sprayman Material) Stockpiler ,/Ditch Digger Toolroom Man (at fob Bite) i rierman Track Laborer t S ' 1, pman pot er Truck Elevator Feeders Window Cleaner GROUP II 9.28 Air, Gas or Electric Vibrating Tower Jacks Screed Power Wheelbarrow or Buggy Anchor Machines- Railroad Spike Puller Ba llast Regulator Machines Ribbon Setter, Head JChippers Pip Rap Man, Head Chocker Splicer 4oddor ?/Chuck Tender /Slopar (over 20') Clary Power Spreader 6 Others Stake Hopper -Concrete Saw Operator "winging scaffold or Boatswain ¢Bbian Basket Builder Chair over water or 25' in height ?Grindera Tamper (multiple & self propelled) Groutman (pressure), in- r/Tamper and Similar Electric & cluding Post Tension Beams . Air Operated Tools l /Jackhammer Topman - Tailaan r ..Multiple Tampere Track Liners psvement Breaker Vibrator r pipe'Pot Tender L Vogon Driller & Air Trac Helper Pipe Wrapper Well Point Laborer powderman's Helper S G A dFICATIONS L S 6/1/77 5/1/79 6!1/7 k CROUP III $9.42 Bit Grinder & Drill Doctor Pipe Layer & Caulker ,/Cement Dumper - Paving -powderman Cement Finisher Helper ?Raker - Asphalt /Faller & Bucker Chain Saw ?Spreader (carries grade with Grade Checker & Transit Men rodder) ?High scaler f Timberman - sewer laver Beam Operator Tugger Operator Manhole Builder Vibrator 4" and Over ??1ortarman & Hodcorrier f Wagon Driller & Air Trac . ?-/Nozzleman (concrete pump, Operator green cutter whon using combination of high pressure air & water on concrete & rack, sandblast, gunnite, shotcrete) water blaster GROUP IV 9.52 Caisson Worker Powderni2n Laser Beam Operator (Tunnel) Re-Timberman Miner Faintenance Man Spader (Tunnel) : Appendix 7-3 Revised August 1, 1978 STATE OF WASH INGTON DEPARTMENT OF TRA NSPORTATION UNIFORM EQUIPMENT RENTAL RATES Per Rental Depr. Per Mile Four Category Sched Operated Asgd CLASS ,1 -.PASSENGER CARS _ f 01 Sedans 1 A .08 .5? { 02 Sub Compact`, 1 A .07 .57 I ?. CLASS2 - STATION WAGONS .` 01 Station Wagons 6 A .10 _81, Lf 02 Light Deliveries 6 A .12 .74 i CLASS 3 - CARRYALLS 01 4 x 2 6 A .14 83 11 4 x 4 6 A .16 .90 CLASS `4 -'PANELS 011/2 Ton ?t 1 B' .11 .60 { 09 Photo Van 1 B .14 .65 CLASS 5 -_PICKUPS 111 { 01 1/4 Ton 4 x 2 1 A .10 .55 02 1/2 Ton 4 x 2 6 A .11 .60 03 3/4 Ton 4 x 2 6 A .12 .70 04 1 Ton 4 x ,2 1 A .14 .76 05 6 Passenger 6 A .12 .90 06 `6 Passenger - Service Body 6 A 14 .97 07 1 Ton 4 x 2 W/SB 1 A .14 .94 08 '1 Ton 4 x 2 Flatbed 1 A' >.14 .90 Equipment use will be reported as indicated by one of 6 catego ries as explained on pages 93 and 94 and 95. 1 `1t -96- 4 2 Appendix 7-3 Revised August. t, 1978 tcr'. Rental Depr Per Mile Hou I, Category Sched operate d CLASS 5 - _PICKUPS _ (Cont.) t 09 Truck Metro Thru 10,000 GVW 1 A .15 .90 10 1/4 Ton 4 x 2 Subcompact 6 A .10 .59 i 11 1/4 Ton 4 x 4 6 B .18 .90 t 13 3/4 Ton 4 x 4 6 B .15 .99 14 1 Ton 4 x 4' 1 8 .18 .9^ G , 82 1/2 Ton 4 x 2 Leased 1 A 11 5c i Per Hour i CLASS 6 - DUMP TRUCKS Operated 01 14,000 GVW to 19,000 GVW 4 x 2 Gas 1 B 1.78 53 02 19,000 GVW to 24,000 GVW 4 x 2 Gas 1 B 2.98 .7E / 03 24,000 GVW to 32,000 GVW 4 x 2 Gas C 545 63 ` 05 19,000 GVW to 24,000 GVW Diesel 1 B 3.47 .15 06 24,000 GVW to 32,000 GVW 4 x 2 Diesel r °?y1 C 4.90 1.01 10 24,000 GVW to 30,000 GVW 4 x 4 Diesel 1 C 5.45 _ 1.52 '• 11 30,000 GVW E Over 4 x 4 Diesel 1 C 7.76 2.12 k 12 32,000 GVW E Over 6 x 4 Gas 1 C 5.45 .95 f i 13 32,000 GVW E Over 6 x 4 Diesel 1 C 7.63 2.09 15 32,000 GVW E Over 6 x 4 Tilt Cab Diesel 1 C 7.63 2.09 CLASS 7- TRUCK: CAB E CHASIS 02 19,000 GVW to 24,000 GVW 4 x 2 Gas 1 B 3.82 .16 03 24,000 GVW to 30,000 GVW 4 x 2 Gas 1 C 4.00 .31 r 06 24,000 GVW to 30,000 GVW 4 x 2 Diesel 1 C 5.31 08 24,000 GVW to 30,000 GVW 4 x 4 Gas 1 C 6.00 .6 }} Equipment use will be reported as indicated by one of 6 categories as explained on pages 93 or 94 and 95. -97- Appendix 7-3 Revised August 1, 1978 Per Rental Dept Per Hour flout v' Cate,aory Sched Operated Asgd. CLASS 7 - TRUCK: CAB & CHASIS (Cont. ) 11 32,000 GVW & Over 4 x 4 Diesel 1 C 6.28 1.52 r, 12 32,000 GVW & Over 6 x 4 Gas 1 C 7.48 .59 ' 11 32,000 GVW & Over 6 x 4 Diesel 1 C 3.70 92 }^ i 14 32,000 GVW G Over 6 x 6 Diesel 1 C 3.70 65 '`(7 y* i "LASS .8 - TRUCK: WITH SPECIAL BODY 01 Skid!'Test Truck and Trailer 4 C 22.56 02 Metro-Environmental Study 4 C - 1.88 05 Wrecker 1 C 1.34 ` .38 06 Burner 4 D 25.07 i 07 Traffic Line Marker 5 C 12.73 5.63 a 12 Street Flusher 4 D 6.77 15 Curb Painter 5 D 3.94 .71 { 17 Eductor - Vacall 1 D 7.88 1.20 1 18 Loadal 1 C 3.60 .75 19 Contourmatic Sprayer 5 C 5.07 1.11 22 Flat Bed 10,000 thru 22,000 GVW 1 B 2.18 .21 23 Flat Bed 22,000 thru 28,000 GVW 1 C 2.69 .40 24 Flat Bed over 28,000 GVW 1 C 3.81 1.22 27 Van 10,000 thru 22,000 GVW 1 B 1.85 .10 32 Ladder 10,000 thru 22,000 GVW 1 B 2.50 .94 36 flydro Boom thru 10,000 GVW 1 H 1.58 .65 38 Hydro Boom 22,000 thru 28,000 GVW 1 Ci-. 4.47 „? 39 Undoi Bridge Insp. Truck 4 D 13.62 iiquipment use will be reported as indicated by on's of 6 cetsgoriea as explained on pages 93 or 94 and 95. -98- Appendix 7-3 k Revised. August. 1, 1978 ` Per i Rental Depr Per Hour Hour Category Sched Operated Asgd CLASS 8 - TRUCK: WITH SPECIAL BODY (Cont.) P 41 Bus Office 6 E .13 1 42 Bus - Lab 6 E .37 20 46 Drill Truck Complete - Medium 4 D 31.33 Ij. 47 Drill Truck Complete - Large 4 D - 9.63 48 Drill - Rotary, Truck Mtd. 4 D 12.61 F1 49 Drill, Support Truck 6 x 4 4 D 1.90 i) . 50 Refuse. Packer Complete 1 C 5.14 1.25 f 51 Asphalt Patch Truck Complete 1 C 2.55 92 .y. 54 Heat Straightening Truck 4 B 5.40 CLASS .9 - TRUCK TRACTOR 03 24,000 GVW to 32,000 GVW 4 x 2 Gas 4 C 8.34 06 24,000 GVW to 32,000 GVW 4 x 2 Diesel 4 D 9.34 I,t 13 32,000 GVW G Over 6 x 4 Diesel 4 C 10.91 CLASS 10 - TRAILER 01 Machinery 4 C 4.87 04 Tilt - Single Axle 1 C' 1.03 .10 05, Tilt - Tandem Axle 1 C 1.86 .31 .08 Pole 1 D .98 .11 09 Traffic Control 4 C 2.48 10 Trailer, Hydroblaster 1 C 2.72 1.41 I' 14, Utility - Single Axle 1 C .25 .08 15 Utility - Tandem Axle 1 C 68 .10 j 17 ' Tank - Single Axle 4 D 4.64 Equipment use will be reported as indicated by one of 6 categories as G ' explained on pages 93 or 94 and 95. -99- ? f pp_ndix 7-3 Revised August 1, 1978 f Per I ! - Rental Depr .Per Hour Hour C Category Sched Operated Asgd CLASS 10 - TRAILER (Cont.) i 18 Tank - Tandem Axle 4 D 8.28 210 Fldt Bed - Sin<Jl.e Axle 4 C 1.07. 21 "Environmental Study 4 C .54 24 House office 6 C .02 -.29 25 House - Lab 6 C .03 .37 26 Van -P.Office Lab 6 C .01 .53 CLASS 11 - GRADER 01 - 8,500 lb. 1 C 4.58 .71 02 22,000 lb. to 28,000 lb. 1 C' 6.20 1.03 03 28,000 lb. to 35,000 lb. 1 C 6.84 1.34 CLASS 12 -- CRANE - SHOVEL 1 k 1 D 11.18 64 I° Truc 1/2 yd. 0 ;i 02 Truck 3/4 yd. 1 D 13.63 1.22 04 Hydraulic Shovel - Backhoe 4 C 9.09 i' CLASS 13 - FRONTEND LOADER 01 3/4 yd. 1 C 3.77 .08 02 1 yd. 1 C 5.72 .40 03 1 1/2 yd. 1 C 5.65 1.05 i? 04 2 yd. 1 C 4.19 .65 05 2 1/2 yd. 1 C 3.96 1.64 06 3 yd. 1 C 7.08 2.27 Equipment use will be reported as indicated by one of 6 categories as i 1 explained on pages 93 or 94 and 95. -100- ?; Appendix. 7-3 Revised Auyu.;t 1, 1978 ?[. Per Rental Depr Per Hour nour Category Sched Operated Asgd CLASS 1.4 - ROLLER ? i 01 3-5 Ilan 3 C 2.46 1.68 ? 02 4-6 Ton 3 C 3.54 1.06 . 03 6-8 Ton 3 C 1.55 2.29 04 10 Ton 3 C 2.16 .28 05 Rubber. Tire - Self Propelled 3 C 2.29 1.18 k . t , 07 Single Roll - Vibratory 3 D 2.00 .29 CLASS 15 - SWEEPERS s } 01 Self--Propelled (Mobile-Wayne, etc,) 1 C 13.98 1.15 02 Tractor Mtd., front or rear 1 C 5.80 .10 03 Towed Rotary 1 C 6.02 .20 04 Towed Broom, 1 D 3.95 .09 ' i .? 05 Self Propelled Walkway 1 A .81 .27 I CLASS 16 - TRACTOR - CRAWLER - DOZER 01 Drawbar - H.P. 30 to 75 - (D4) 4 D 10.59 02 Drawbar - H.P. 75 to 110 - (D6 '6 D7) 4 D 16.28 03 Drawbar - 110 H.P. 6 Over - (D8) 4 D 21.87 CLASS 17 - TRACTOR - LOADER - MOWER !;y 01 Tractor Loader Only 1 C 2.49 .51 02 'W/side Mounted Sickle 1 C 3.34 .38 03 W/side Mounted Rotary 1 C 4.29 .43 04 W/side Mounted Flail 1 C _ 7,34 09 05 Topeka 5 C 14.11 1.01 Equipment use will be reported as indicated by one of 6 catego ries as explained on pages 93 or 94 and 95. -101- tj 9 P Appendix 7-3 Revis ed August 1, 1978 " Per Rental Depr Per Hour Hour Category Sched Operated AASgf. - CLASS 17- TRACTOR -'LOADER - MOWER (Cont.) 06 Toro Reel - Jacobsen 5 C 3.84 .58 07 Unucr Mt'd Rotary - Pennington 5 C 3.11 .37 ..:LASS 18- MOWING EQUIPMENT - TOWED - ATTACHED ` 01 Towed Rotary 5 C 5.58 20 02 Towed Flail 5 C 2.06 26 05 Flai]P.Over Guard Rail 5 3 8.00 1.68 CLASS 19 - ASPHALT EQUIPMENT 01 Distributors to 800 self-propelled 3 C 4.44 1.29 02 Distributors - 800 to 1,500 self-propelled 3 C 5.10 1.79 03- Distributors to 800 - Other 3 C 2.52 31 04 ' Distributors - 800 to 1,500 - Other 3 C 3.79 .78 05 Chip Spreaders (wheeled) 3 D 4.85 .46 06 Spreader Boxes 3 D .33 26 ' 07 Road Oil Tanks 3 D .86 40 r 0h Distributor - Over 1,500 - self-propelled 3 C 4.41 5.12 f 09 Road Oil Tank Trailer 3 D 2.28 .63 10 Pavers 3 D 3.77 .73 12 Kettles 3 D 1.85 25 14, Hot Patch Box - Skid 1 C .35 1 26 I . CLASS 20--OTHER SELF-PROPELLED EQUIPMENT 01 Belt Leader 1 p 11.12 .61 04 Crosswalk Striper 5 C 1.65 .21 1 05 Rotary Brush Cutter 1 C 10.18 .97 Equipment use will be reported as indicated by one of 6 categories as j ' explained on pages 93 or 94 and 95. -102- f Appendix 7-3 Revised August 1, 1978 Per {LL{ Rental Depr Per Hour Hour 17?: Category Sched Operated. Asgd <'. CLASS .20- OTHER SELF-PROPELLED EQUIPMENT (Cont.) h 08 Snow Cat 1 B 1.50 .59 11 tto.,rs - Outboard thru 15' 4 C .91 ?. 12 Boats-- Over 15' 4 C 1.89 14 Boats - Inboard over. 15' tl D 1.11 l 15 Boats - Tug 1 E 2.10 .79 y - 20 Drills, Crawler Mtd. 4 D 9.94 21 Under Guard Rail Grader 4 C 5.62 CLASS <21- OTHER NON SELF-PROPELLED EQUIPMENT 01 Screening Plant 4 C 20.81 02 Brush, Chipper 4 C 5.09 03 Truck Mounted Hydro Boom 4 C .54 f„ 04 Backhoe Attachment 4 C 2.53 05 Clamshell - Dragline Buckets 4 D .78 06 Mud Jacks 4 D 3.79 ' ?r 08, Concrete Saw W/15 in. Blade 4 B 5.99 10 Water Tank - Skid 4 D - 2.65 14 Faint Spray Equipment 4 C 3.00 17 Sloper, Grader 1 D 1.24 .28 19 Sand Blaster 4 C 3.10 20 Hydro Seeder 4 C 12.92 25 Pontoon - Small 4 D .91 Y 1 27 Compressor - Trailer thru 85 CFM I D 6.77 28 Compressor - Trailer over 85 CFM 4 D, 5.61 i Equipment use will be reported as indicated by one of 6 catego ries as i explained on pages 93 or 94 and 95. a -103- , 1 I f. P.apendix 7=3 levised August 1, 1978 Per Rental Depr Per Hour Hour ? Category Sched Operated As,jd -. C:,ASS21 -. OTHER NON SELF-PROPELLED EQUIPMENT (Cont.) 31 Compressor - Skid thru 85 CFM 4, D 2.44 32 Compressor - Skid over 85 CFM 4 D 2.23 I' :)6 Weed Sprayer Power thru 500 gal. 5 C 1.98 .20 17 Weed Sprayer Power over 500 gal. 5 C 2.10 .4p j 38 Weed Sprayer•Power Contourmatic 5 C 2.44 .45 39 Weed Sprayer - Mechanical Invert. 5 C 1.64 0 40 Generator thru 5 KW 4 C 3.32 42 Generator over 30 KW 4 D 20.44 46 Load Tester 4 D 8.21 50 Portable Pavement Coring 4 C 6.62 51 Portable Earth Boring 4 D 5.77 52 Washboring 4 D 2.20 55 _Core Drill G Earth Boring Mach. - Small 4 C 3.45 56 "Core Drill 6 Earth Boring Mach. - Medium 4 D 9.60 58 Sign Washer 4 C 4.57 60 Cone Picker 5 C .03 .21 I1 61 Wagon Drill 4 C 13:45 I 62 L'kid Mtd. Street Flusher 4 D 5.28 y 63 Early Warner Traffic signal - Attach. 7 E '.16 65 Downhole Tool 4 C 4.34 66 Salt Car Unloader E Stacker 4 A 24.63 Ii I 1.•luipment use will be reported as indicated by one of 6 categories as I, I {S;, Vxp.lai ncd on pages 93 or 91; and 95. ?t -104- i ,`-ppen •9ix 7-3 ttevis ed August 1, 1978 Per Rental- Depr Per Hour Hour Category Sched Operated A 9d CLASS 12 - ROTARY SNOW PLOW 01 Sno-Go - 2 huger Complete Unit 2 E 17.44 3.60 02 Sno-Go - Auger or Reel, Complete Unit 2 E 31.06 5.66 03 Sno-Haug Complete Unit 2 E 15.28 1.88 05 Snow Blower 2 E 21.48 2.56 C'LPUS '23 - SNOW PLOWS & SANDING EQUIPMENT i z 01 Hopper Sander 2 C 2.18 81 02 Salt Spreader 2 C 1.53 .29 03 Tail. Gate Sanders 2 C .57 .50 04 Moldboard Push Plows 2 D .69 .43 05 Vee Plows 2 E 1.91 .38 06 Wing Plows 2 E 1.66 .431 08 Undermounted Moldboard Plow 2 C 4.17 1.73 11 Hopper Sander Trailer Mt'd. 2 C 4.64 2.09 12 Sander Truck Complete 4 x 2 2 C 14.58 1.70 13 Sander Truck Complete 6 x 4 2 C 14.03 6.20 is y 14 Sander Truck Complete 4 x 4 2 C 12.04 4.32 k 17 Snow Cat and Carr. Complete 2 C 13.90 3.45 CLASS 24 - RADIOS I, 01 Low Band Mobile 0-30 Watts 7 C 20 02 Low Band Mobile 31-150 Watts 7 C .22 03 Low Hand Port-A-Mobile Radio 7 C .21 04 Low Band Portable Radio 7 C .20 Cquipment use will be reported as indicated by one of 6 catego ries as explained on pages 93 or 94 and 95. -105- !I ,! Z ? {gWiA??-t "? lYty. SV7 _P h, 4?_ ?LJ,I? T{ Appendix 7-3 4 Revised August 1, 1978 Per Rental Depr Per Flour Hour 5 Category Sched" Operated Asgd CLASS 24 - RADIOS (Cont.) - 06 Eligli Band Mobile Radio 0-30 Watts 7 C .20 f 07 fligh Band Mobile Radio 31-150 Watts 7 C .22 08- Fligh Band Port-A-Mobile Radio 7 C .21 L ' 09 Fligh Band Portable Radio 7 C .20 CLASS 25 - DATA PROCESSING EQUIPMENT i .. a 7 8 74.78 me 01 Mainfr 02 Console Typewriter 7 B 47 !i .J 7 B 5.93 03 Printer 7 B 48.41 {-• 04 Storage Processor OS Card Reader 7 B 2.17 F' 06 Card Reader Punch 7 B 4.02 07 Controller 7 8 6.2G o8 Multiplexor, Byte 7 B 16.56 f' 09 Extended Core Memory 7 B 26'71 10 Hardware Monitor 7 B 6.21 i ? 11 Digital Plotter 7 B 3.17 i 12 Magnetic Tape Unit 7 B 4'04 14 RJE, Terminal Type 2 7 B 7.65 15 RJE, Terminal Type 1 7 B 4.67 16 Terminal, Low Speed 7 B .64 17 Mini - Type 1 ? B 1yu3 18 Terminal - Graphics 7 B 1.32 19 TP Data Scope 7 B 3.17 Equipment use will be reported as indicated by one of 6 categories as explained on pages 93 or 94 and 95. -106- p I !15 1!11 Wo w Appendix' 7-3 Revised August 1, 1978 -: Per Rental Depr Per Flour Flour Category Sched Operated. Asgd 1 CLASS 77 "- MISC. TESTING EQUIPMENT - 01 Profilograph 4 C 2.99 j q,. i i ?j quipment use will be eported as indicated y one of 6 categories as !i 4 ?f explained on.pages 93 or 94 and 95. -1 07- C! REVISED W7]: 40 DEFARrmwr OF TRANSPORTATION DATE 7-7- 78 INTRA-DEPARTMENTAL COMMUNICATION FROM: R. Bockstruck/0. Barclay ' a?.-sja T: WAGE RATE REVISIONS To, . All Project Engineers, Maintenance Superintendents and County Engineers D. Belling F. Kegel E. Becker ' I. Berry J. Michel A. Williams C. Gill R. Mittlestadt M. Young 0. Hagge H. Frankmoelle A. Waaga J. Hart D. Taylor W. Thornton M. Holgerson E. Trulson C. Kirkwood C. Helser R. Leach Attached is a revision to the curren t prevailing rates to be used on Force Account Work if the area is within your jurisdic tion. DLB/mtc ND0/LWJ Attach. cc:; w/attach. 0. Morrow Accounting Drafting Room ? ? ? • .`-1??5?_/. Falrr nnrfr:ulrNr'rnnllilrlut'r+rr:\'II'/'.:,,M1lr,/f,,.5'/:rrlrl!/r rrru r.5'r,l4,f..rr?rnl Nrrr. AND UTMI TI FANSCORTATION aCI:CIAL COMMODITY TARIFF 1Etn Revised page 7 I ? ES ARIFF' N0, 4-A F GENERAL RULES AND REGULATIONS F Rule No. 10 C.O.D. SHI PMEtlT n C.O.O. Shipment is a cepted by carrier, invoice m t a ompaoy shipment a d Acceptance unt moat be plainly marked an shipping bi11. Sllpping bill ..at ale. show clearly C.O.U. Ship man is that shipment is to be handled C.O.O. Only on amount may be shown and may be ..b- jeer to change dependent on time, o condition, of payment. _ (b) The charges for collecting and remitting C.O.D. returns will be as follows: Charges £Or Wh n om one cP lleecea ta: Charon Whon 'mou'e cot lected i Charne Collection N c er $J50.00 $7.56 Ovet $700.00 not o r $750,00. .$13.37 a 0$750.00 not oust $400.00. 8.06 $ $B00, 00. 14,12 `750.00 00 $14 07 " $550 0 $400.00 $450.00• II.80 $450.00 $500.00. $9.56 . . . . $B00, 0 $.50.00 $900,00. $15.65 " $500.00 $550.00. $10.74 $900.00 $950.00. $16.39 ^ ;550.00 $600.00. $'1.10 " 5950.00 $1000.00. $17.16 $600.00 $650.00. $-1.85 Over $1000.00 at r to of $17.16 to be or.- $650 . 00 " $700.00• $12.61 P.red ae the ra tio$17.16 boara to $1000.00 - (e) If a C.O.D. shipment is refused or cannot be delivered within twenty-four hours, Shipments he eh ipper m be irmedia rely notified and if not dispoacd of within thirty days of t a Undelivered ahall bs returned to shipper subject to charges in both dlrectione, in- uch notice it eluding a trued aiorage charges, if any, except that when ahippez `egos, is in writi n9 that. the shipment be held for not to a eed ninety day, after data of its arrival at des tinatiot, it may be held for ouch period. (d) On loss authority hag been received from the consignor in writing, , eks t drafts Chocks Drafts made payable to the consignor will not. be accepted in payment of C.O.D, charges. Where 'or accepted each checks or dr"" are accepted by the carrier and remitted to the consignor o unless authorized written instructions of the is tter, carrier assumes no to,ponsibSlity as to the validity of such checks or drafts. - (a) The amount of C.O.D. bills for C.O.D. shipments must be collected at the time such Collection at shipments are delivered to c onsign ea. Agents a a positively prohibited from giving r . time of delivery - redit on C.O.O. shipme U pon col lee Lion Of C.O.D. bill, c o c mere collecting. c 3-6 shall remit each C.09D. collection directly to the consignor or other person designated by the consignor as payee, promptly and within Yen (10)days after delivery of the C.O.D. ehipnent to the consignee. If the C.O.O. shipment moved in interline service the deliverying c shall, at the time of remittance Of the C.O.D. calls- rice to the., signet or paye e, notify the originating carrier of ouch remittance. (f) The delivering carrier shall maintain a rarord of 11 C.O.D. shipments received Record for delivery in such man r and form as will plainly and readily show the following information with respectR-O each shipments (1) Numb or and data of freight bill. (2) Name and address of shipper or other person designated as payee. (3) Name and address a. (4) Data hipment delivered. (5) Amount of C.O.D. (6) onto collected. of eo l.n by "aliveznq err is r. (7) Date remitretl tc Payee. (B) Check number or other identi- i fication Of remittance co payee. Whoze ehippa Cq to the carrier to obtain signatures on documents ecompanying the ' Rule No. 15 s. shipment and carrier is required Co return signed document, to alto shipper o shipper RETURN OF EN agent, the Following 1har9 oa shall be Ae eased tot signatur oe required in connection SIGNED DOCUM TS With each shipment ever ad above all other charge's Conditional sale contracts - at charges provided for C.O.D. in Rule 150. Othar than. conditional sale contracts - $4.46. Shipper's bill of lading must show "Accompanying documents to be signed by the con- . sign.. and returned to rho following terms when used heroin shall have only the meanings designated bolowr Rule No. 165 'c th oTwise does d, shall mean a ton of 2,000 lb.. (a} 'ITa Letm ,'Ton", a gnatC o DEFINITION DF TEP1.15 • tha C...dlan Dorder .n rho north along the s mmit of rho a.- (b) Aline drawn fr.m 'an" payee and along the Eli kitae. River to the Columb la River on the mouth shall ba cad. - " the dividing tin. between "Points want of the Cascade Range" and "point, cast .f the Cascade Seaga Cascade Rangu". Steve no pass shall be conoidet ad ns west of the Cascade Ranqo. White page ,nd summit, Washington (Snoqualmio Fa,s) and (wlnte bordering on the Kliekitat }x Rlvar such As. 1(3 lckitat an.l Lyle oh41l be, considered as east of tha Caec,de Range. New (c) e have n Ind l oaos s n a D e "HOlideys" hin r 0. bar La Doy ksgivingl q a Y, Elemnrial Bay, pantlenca DaYl 1 ` n , Birthda e Tha e pr,s When any holiday Chfollow, (Dnd.a[ 25th). N is flat Thnnk,givln Decem per 24. t Le It. un Sunday, rho following Mond. y will be obs orvad. to menticnad a s (d) The term "truck unit" nR.It be understood ae meaning a truck, truck and trailer "Truck Unit" comotnnd, a tractor and 4 semi-trall,r or A tract.[ and two eeml-trailers each not nxeeodt.,T 29 feet 1. length. Each "ark unit will have a capacity of not loss than 2500 cubic feat. (0-6797) Whore 'el/I.c sn Yerens i tl t Il role, rates named in the Stam making reference Pu Rule No. 167 1 Ru nyo or lognl 1 t 1 t. a.lu.ly I k p 1/'r d,,Live [! n rvies on Sntu[dny , Sand l VF. - h ll l 1 When A + w 1 ?, 1 u(u ast" curet, to pickup or deliver an w ll b b t l h \ SA•[UIlDA?YN .:tI1ND 9 i e su jec ar c arges to regu r Ir4al Iu+l t.l. Y°•nur It ssrvsva Rt 1 y . RuntLt ya 1 nR IIOLI UnYS plus.' el Atge or S2 ITV-9 57•TV-974,TV-107n) NrA•r to I.s.t a L,r r,ptanahen .si 'I,hrrvutlinnN 4nd n•frr,?nen arks nnl r+plaiurvl nn thh err. I\tii)hl) fl1' 9 1 to F.FFF=IVF Mty 271978 ?•.un? 1 m I h. 11 t oat . , P1 1(I .r t I I i n"pnrlntign l inn' I Illy _q i i_1t whioal ???J1[rr?13 m ?j ?f ) f UTILITIES ANp TRN lS POR'IATIO 54th Revised Page, 35 COMMISSION TARIFF CIO. 4-A SPECIAL COMMODITY TARIFF SECTION 1 -- COMMODITY PATES r; Item COM140DITY No. BUILDING MATERIALS, IN BULK, Roqniring the u of DUMP TRUCK and/or DUMP TRAILS R,Vir: SAND; GRAVEL, POCK; CONCRETE MIX; CRUSHED OR GROUND BUILDING OR ROAD BUILDING MATERIALS; BULK 870. 'CEMENT; REFUSE. (Worthless Materials, See Note 3) ; USED BRICK, STOVE, TILE OR BLACKS; OR MATE- RIALS OF EXCAVATION. Note 1: Rates named herein a minimum rate,; subject to Rule 235. Note 2: Rates do not include loading by carrier unless otherwise provided. Note 3: Ratan do not include charges assessed for disposal of refuse at publicly or privately owned - dumps. Such service charge. will be assessed in addition to charges. provided for herein. Note S: Delays of less Chan 30 consecutive minutes duration shall be Charged for under scheduled rates. Delays of more than 30 minutes, but less than 4 hours, and are the result of cgnditi.na beyond the control of the shipper, such a weather or equipment breakdown, will be charged a stand- by rate of 501 of the scheduled rates w provided that the carriers equipment is not under load during the period of delay. Carriers with equipment under load during a delay regardless of respon- eibili ty (other than individual carriers own responsibility) shall charye 1008 of the scheduled rates. Note 6: Time shall be charged for from the time carrier reports to the hipper ready for work, or _ from the time shipper directs carrier to report for work (whichever time is later) un til'carrier ie discharged. tf. carrier is discharged at ny point other than the po int to which he reported for - work he shall be paid for such reasonable additional time as is requied to return to the point to r Which he reported that day. Not. Minimum Charges: When through the fault of the hipper carriers are not put to work after going to site of work at shipper's request, they shall be paid for not less than 4 hour .'time at. the scheduled rates. AThe following shall apply when carrier reports to work site at the request of the shipper and conditions Prevail beyond the control of the shipper which cause the carrier not tobe put to work or work only a partial 8 [tour shift: (a).If carriers equipment is no put to work or works less than 2 hour., a t minimum of 2 hours at the sched uled rate plus 2 hours fpr drivers time will be , assessed (See Exceptions I and 2), { tie) If carriers equipment works more than 2 hours but leas than 4 hqure, charges will be assessed for actual time worked at the scheduled ..to plus the differenc between the . actual time worked and the 4 hours allowed for drivers time (See .:P_ tion 1). (c) If carriers equipment works more than 4 hours and less than 8 hours, charges _ will be assessed for actual time worked at theseheduled rate plus the difference between the actual time worked and a hours allowed for driver. time (See Exception. l). (.: EXCEPTION 1: Payment for the drivers time shall not apply if driver is otherwise ?- employed during the time in question. EXCEPTION 2: Payment of the scheduled rate for the carriers equipment shall nOtapply if the Carr sera equipment is otherwise put to work for another shipper during the - time in question. (The following hourly rates will be assessed for drivers time referred to in this note.) Nor Tastern Area: Single Rear Axle 1$16.12; Dual Rear Axle 4$16.37; 5 Axle combination end dump trucks and end dump trailer ,516.49; Combination Tractor and End Dump. Semi-Trailer: 12 to 20 cu. yds. inclusive 0$16.49; 30 cu. yds. (over 20) 1$16.67; 40 cu. yds. (over 30) 4$16.85, any combination of vehicles other than above 4$16.49. Eastern Area: Single Rear Axle 1516.07; Dual Rear Ax to 4516,40; 5 Axle combination end dump truck and end dump tza ilsr $16.51; combination Tractor and end dump Semi-Trailer: 12 to 20 u. yd a. inclu,ivat 516.51; 30 cu. yds. (over 20)4 $16.68) 40 cu. yds. (over 30)4 $17.06; any combination of vohlclee ath.r than above 4516.51 Southwestern Area: Single Rear Axle 4$15.32; Dual Rear Axle 1$15.54; S AXlo combination and dump truck and end dump trailer 4935.77; Combination Tractor and end dump Semi- Trailer: 12 to 20 cu. yds. inclusive 4S"15.77; 30 cu, yda. (over 20) 4515.891 .. 40 cu* yd.. (over 30) 4$16.01; any combination of vehicles other than above 4$15.77. Note 8: Overtimes Scheduled rates apply during regular working days only. Should OVERTIME nondi- tions prevaiI in Arean outlined below, additional hourly compensation will b. aA..... d as indicated: All work par formed on Saturday or over a requIAr B hour work day (see a...ptions 1-3 below) will be charged An additional hourly rate of: 4 $6.81, Northwestern area; 4$6.34, Southwestern area; 4$6,81 " Eastern area. EXCEPTION 1: All work performed on SUNDAYS and HOLIDAYS will be charged an additional hourly rate of: 6$13.66 Northwestern area, 4$12.68 Southwestern are 1;4 $13.61 Enstern area. EXCEPTION 2: All overtime work performed in the Cities of Aberd.aA, Anncortna, Bo 111ngham,0:._rto" C.ntr3lla.Evcr0tt.11.quiam. Mt.Varnoo,OIympia,ror t Angeloe,RAymond,Seattlo,Shelton,TaCemA, W...t.h.. and Yakima will be chargod an additional hourly rate oft• $13.66. EXCEPTION 3: In NOATIIWESTERN ' WA611INGTON area n1 , all work p. rformgd between the hours of 4100 p.m. Saturday and 7100 A.m.' Monday, will be nargod an additional hourly rate oft 4 $13.66. Note 98 Travel All.wane., When nit. of work in Northwoetern Area (an defined in note 30) is ao'localed that travel of over 25 miles is required, in Eastern Area (as defined in Mot. 12) or Southwoatorn Ar.a (aa defined in Note 11) 3a so located that travel is required by union contract to be paid to ..the driver of the vehicle, the oxaet amount of such payment shall be Ass_ ad against th. shiPpo r. (It.. 870 Continued an following page) (D-7805,D-7806) Itrfrr h. I.u1 r he rv d.InaNnn n( nldurvtnlenw and n•frn•nro mark, nnl rvPlnimv) ne this pn8r. h,1U1D M.1y 4, t9)x 4ti F:CfIVR Jun 1, 1978 -? Iv.urd hr 1t"n+hinxlnn 11l {I lliax nn4: 9'rnnxp, rl If n t'nlnmivxinn.,l )IYn Pin, 15'nxhinulnn _` ;}; tnl l,v a1. :1 41 ... 1.11 (J5) •?,,,'?r ?'_ Aft& 34 Eh Revieod Pa4e 35-A . UTILITIES AND TRANSPORTATION SPECIAL COMMODITY TARIFF COMM ISSTON TARIFF NO, 4-A SECTION 1'-- COMMODITY RATES It¢m - COMMODITY No. BUILDING MATERIALS. IN BULK, Requiting the use of DUMP TRUCK and/or DMP TRAILER, VATERIAiz:LS 070 G OR ROAD BUILDING M: . BULK nn- SAND; GRAVEL: ROCK: CONCRETE MIX; CRUSHED OR GROUND BUILDIN 3): USED ?RICK, STONE, TILE OR BLOCKS; OR MATE- elude te N . o CEMENTI REFUSE (Worthless Materials, See tccoding page.) ' d £rom i p nue RIALS UP EXCAVATIOH: (Cont . to and area west of Cascade Range '• i ht de Note 10: Application of rates in NORTHWESTERN AREA (defined as tion of Pacific County north oE g following including Lewis County on the south and that por also ihe t kumCOUnty wes hki W ? f p i ' ? a a - of Douglas and Okano- telan by extending Ehe north boundary of. portions the and as , Yakima cade Range: , in anethor he nor Cas ll i - 1 tally a y counties east of t counties wett of the 120th meridian) ¢r partially in Nocthweat¢rn Area and Part gan lying area. Application of rates in SOUTHWESTERN AREA (consisting of thodfthla ? wpooitionnofePacifickCounty te 11 N _ ; o the Klicki taE River, Skamani Clark, Cowlitz, Wahkin,)-. a west of the north boundary of Wahk laY.um COnnty.WeBt to the % n -? ding i of a straight lino made by ¢auth thwestern Area and partially in Eastern Area: Pacific Ocean) or partially in Sou lication of'ratsa in EASTERN. AREA (defined as area east of Cascade Range except as A 12 t y pp e : No covered by gets l0 and 11) SCHEDULE OF R ATES Rates par hou r Type of Equipment 414ote 30 r Note 11 • Note 12 5 $30.1G' Single Rear Axle Dump Trucka •$30.10 75;90 36 801 Dual Rear Axle Dump Trucks 36,70 5 Axle. Combination End Dump Truck. end -$44.70 . $44.00 $44.60 End Dump Trailers 1 1 .COmbination Tractor and End Dump Semi Trailer inclusive q$39 .00 @$ 38.40 q'$38.90 32 to 20 cu. yds. (over 20) da 30 u @ 43.80 @ 43.10 @43.80 . c .y (over 30) 40cu ds @ 47.80 @ 47.00 6.a 47.90 51 80 , y . S0 cu, yda. (over 4D) ® 51.70 @ 55.70 ® 50.80 @ 54.80. . ® ® 55.80 60cu. yds. (over SD) 59.6tl @ 58.50 tl9 59.40 Over60 cu. Yda. Any Combination of Vehicles other $44,78 $44.00 549.60- than above @ Applies only in the hauling of debris I (D-7807) st rr (nr rx 1 Hill .f nl 1 inli nn , nd rcf •nnrr mnrka not orPlnMm1 nn this t nl:r L 1 G i n •r f(.• H •r L Jun 1, 1918 vvcT vz ISSUED lt:y 4 l t70 ? \ ? 14ilillr nn 1 Tntnri rl JI n C, n, mMtlmt• lllyn 1 in,_1Vnwhbtekm?_? }(` I L N u hint( n . 4•nr 1 ? _ _ N• ___.___ 117-A) ? 'Idf ' 7fdoe•". M1•t lPn No. . L{.Y l PREVAIL ING WAGE RATES FOR RECEIVED . LYZtE Ei.EG1.'RICIAN3 , AN j i976 TERRrMRY COVERED: STATEWIDE nISTRIf.T 3 I"ECTIVE DATES CLASSIFICATIONS 4/1/78 Cable Splicer Foreman $14.15 !3. Cable Splicer ` 13.29 - Line Crev Foreman. 13.29 Journeyman Lineman 22.00 qi Certified Lineman Welder 12;00 Landman Pole Sprayer 13.29 Polo Sprayer 12.00 Pole sprayer Learner: let 6 mos. 85.7% of Journeymen Rate 10.28 2nd 6 mos. 89.8% of Journeymen Kato 10.78 3rd 6 moo. 92.8% of journeyman Rato IL14 Heavy Line Equipment Man 12.00 Line Equipment Man 10.34 Head Groundman 9.04 Powderman 9.04 Jackhammer Man 9.04 Groundmon , - 8.50. Apprentice Lineman: -**lat 6 mos. 71% of Journeyman Rate B.,52 **2nd 6 mos. 75% of Journeyman Rate 9100 **3rd 6 mos. 78% of Journeyman Rato 9.36 4th 6 won. 81% of Journeyman Rate 9.72 5th 6 mos. 85% of journeyman Rate 10.21 6th 6 mos. 89% of Journeyman Rate ' 10.68 3 7th 6 mos. 93% of Journeyman rate 11.17 Foremen Tree Trimming 12.45 si Tree Trimmer 10.84 Head_Groundmen (Chipper) 9.04 Tree Trimmer Helper 8.50 Trainee Tree Trimmer: lot 6 mos. 90% of Tree Trimmer 9.75 2nd 6 mos. 91.7% of Tree Triarner 9.94 3rd 6 mos. 93.1% of Tree Trimmer. 10.09 4th 6 moo. 94.6% of Tree Trimmer 10.25 .**Apprentice starting after 2-1-78: **lot 6 mos. 60% of Journeymen Rate 7.20 **2nd 6 mos. 65% of Journeyman Rate 7.80 **3rd 6 mos. 71% of Journeyman Rate 8.52 PRINCE BENEFITS Health 6 Welfare .45 Vacation .10 Local Pension .40 NEBP 3;L of hourly rate Apprenticeship k% of hourly rate El. gGO1 Awsco 19147z DEPARTMENT OF HIGHWAYS DATE: 6-,2B- 77 INTRA•DEPARTh9ENTAL COMMUNICATION FROM: J. D. Zirkle/C.R. Curtis WAGE RATE REVISIONS ph.- `3-7255 SUBJECT: TO, All Project Engineers, Maintenance Superintendents and County Engineers Hagge - Gill Fitzmorris Hart Baker Bullard Marinig Taylor Thornton Berry Frankmoelle Kirkwood Holgerscn Helser Leach Michel Becker/ Christiansen Attached are Revisions to the current prevailing rates to be used on Force Account Work if the area is within your jurisdiction. JDZ/ck CRC/LWJ Attachment cc: w/attach. D. Morrow A. McClain Accounting Drafting Room PREVAILING WAGE RATES 9 FOR . PLUMBERS AND PIPEFITTERS q TERRITORY COVERED: CHELAN, CL LLAM, JEFFERSON, KING DOUGLAS West of 119030', KITTITAS North of 47`15', OKAM AN (Except East of 11903Q' and South of 48030') WAGE RATES EFFECTIVE DATES CLASSIFICATIONS 6/1/76 111177 6/l/77 Journeym3nPlumber $12.11 12.11 12.80 Journeyman Steamfitter 12.11 12.11 12.80 'Welder - 12.11. 12.11 12.80? 'Foreman 13.11 13.11 13,80 Genera! Foreman 13.61 13.61 14.30 Helper 35% 4.24 4.24 4.48 APPRENTICES ]at 6 months 40% 4.84 35% 4,24 4.48 2nd 6 months 45% 5.45 40% 4.84 5.12- 3rd 6 months 50% 6.055 6.055 6.40 4th 6 months 55% 6.66 6.66 7.04 5th 6 months 60% 7.27 65% 7.87 8.32 6th 6 months 65% 7.87 70% 8.48 8.96 7th 6 months 70% 8.48 80% 9.69 10.24 8th 6 months 75% 9.08 85%10.29 10.88 9th 6 months 80% 9.69 l0th'6 months 85% 10.29 FDIN.7E BENEFITS Health 6 Welfare .56 .56 .68 Dental .16 .16 .21 Pension 1.35 1.35 1.41 Vacation 1.10 1.10 1.101/ j Training Fund .07 .07 .07 3.24 324 3.47 PREVAIL2NG WAGE RATES FOR ELECTRICAL WORKERS TERRITORY COVERED: CLALLA N JEFFERSON , . KING an d KITSAP Counties i t WAGE RATES EFFECTIVE DATES CLASSIF2CATIONS i Journeyman Wir 6 1 77 12/1Z7711 b 1/78 22 2 78 6 1 79 12 1/79 t eman , ?. Cable Splicer (110% $13.20' 13.93 r 14.53 15 08 Foreman (110%) 14.52 15.32 15.98 . 16 59 15.63 16.23 General Foreman (120%) 14.526 15.32 15.98 . 16 o 17.19 17.85° Construction Stockman (50%) ` 60/ 16.72 16 17. 6 ' .l 18 .1 0 17.19 76 188 17.85 . 6.965 2 7.26 5 7 . 54 . 7.81 815. 19.48 -8:115 A P--PRESS let, year SS% 2nd rd year 64% 3 72% 3rd 7.26 7.66 .8.45 8.915 7.99 0 9 8.29 B. 1 60 " .93 _ year 4th 81% 9.50 103 0 .03 9 . 10.46 9.65 10 86 10 .00 ` 10.39 1 .69 1 11.77 . 12.21 11.25 12 66 11.69 . 13.15 FRINGE BENEFITS 7177 Health & Welfare 70 NEBF Local Pension 70 1% % 3% / 85 3% 85 3% 85 1.00 Training Fund 65. 90 . 03? 05 9o 0 1 3% .30 3% 1.30 . .05 .05 .OS .05 PREVAILING WACE RATES FOR ROOFERS TERRITORY COVERED: CLALLAM, JEFFERSON, RING, RITSAP, MASON and SNOHOMISH Counties. WAGE RATES EFFECTIVE DATES CLASSIFICATIONS 6/1/77 12/1/77 Journeyman Roofers $10.50 $10.98 , Journeyman Waterproofers 10.50 10.98 Tile 6 Slate Roofers 10.75 11.23 Helpers 70% 7.35 7.68 FOREMAN* 50C per hour above the scale for the job classification in which he works APPRENTICES lot 6 months 70% 7.35 7.69 2nd 6 months 75% _ 7.87 8,23 3rd 6 months 80% 8.40 8.78 4th 6 months 85% 8.92 9.33 5th 6 montho 90% 9.45 9.88 a.?.e ?... ?._ new .. ..., ... .... PRINCE BENEFITS OEVAILING WAGE RATES 1 FOR BRICKLAYERS TERRITORY COVERED: CIALLAM, JEFFERSON, KING, KITSAP, ISLAND and SNOHOMISH Countiec. WAGE RATES FFECTIVE DATES CLASSIFICATIONS 6/1/77 / Bricklayers $11.22 11.52 Stone Masons 11.22 11.52 Cement Block Layers 11.22 11.32 Pointers, Cleaners, Caulkers 11.22 11.52 Marble Masons 11.22 11.52 Foremen 12.22 12.52 r APPRENTICES Bricklayers. Cement Block Layers. Stone sons, Marble Masons 1st 700 hours 50% 5.61 5.76 2nd 700 hours 55% 6.17 6.34 3rd 700 hours 60% 6.73 6.91 4th 700 hours 70% ' 7.85 8.06' 5th 700 hours 80% 8.98 9.22 6th 700 hours 95% 10,66 10.94 Pointers, Cleaners, aulkers 1st 6 months 75% 8.42 8.64 2nd 6 months 85% 9.54 9.79• 3rd 6 months 95% 10.66 10.94 PRINCE BENEF S Health 6 Welfare .65 .80 Pension .65 .85 Apprenticeship .11 1.41 1.76 DEC ;i 1977 piSTRICT I DANIEL J.EVANS cov t - - : WILLIAM C.JACOBS Dtr.o.r STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES General Administration Building OLYMPIA 98504. DIVISION OF INDUSTRIAL RELATIONS April 16, 1974 C. W.. RAMAGE, SUPERVISOR Jefferson County Engineer's Office Courthouse Port Townsend, Washington ' 98368 Dear Mr. Bagley: In response to your recent request, enclosed is a schedule of the prevailing wage rates for the Building and Construction trades in Jefferson County. To the best of our knowledge, these rates are in effect as of this date, but are subject to change with- out notice. If we slay be of any further assistance, please do not hesitate to contact this office. ncerel rge Nay. dustria1 S istician G m/la Sac : Q o 74. [ • , STATE OF WASHINGTON ?. SPANIEL J. EVANS, OovBRNGR WASHINGTON STATE HIGHWAY COMMISSION DEPARTMENT OF HIGHWAYS OFFICE OF DISTRICT ENGINEER F. O. BOX 327 OLYMPIA -5.1 April 15, 1971 TO: All Project and County Engineers J. Gallagher, Jr. E. Smith R. Leach 0. Hagge, G. Smith C. Kirkwood J. Hart G. Swindler L. Bullard M. Holgerson T.Twining . J. Bridger` D'.. House C..Vannoy W. Thornton E. Marinig D. Vestal S. Betzing R. McCoy K. Williams E. Becke FRCa: R. W. Kerslake/ T. H. Cole ,C SUBJECT:, State Unemployment Compensation Act The 1971 State Unemployment Compensation rate varies for each contractor. Attached is a letter from Headquarters Construction listing all the sates of contractors holding State contracts. Please note that if the rates make any significant difference in the weighted wage rates of current force accounts, approval of revised rates should be requested. RWK/jw' LEB Attach. cc: N. D. Ostrander w/attach. F. Chitty w/attach. L. E. Berry w/attach. ' . DANIEL. J. EVAN. GOVERNOR Z, cOrnM _ oiBrRlcr on?ciB GEORE O .rw •„s?-.:.? NO. ,SEATTLE Bo.BB Roee L M oN r f i ni'' - No. z weNAreNEC BBBOIY.e HAROLD WALiH _ ; I ?ti,C NO. LYMPIA BB BANE NG. A .11A WASHINGTON OUVER ONN STATE HIGH MAY COMM. 15SI01'd No.B YARIMA BBBO? B DEPARTMENT OF HIGHWAYS P. 0. ' NO. 6 AN[ BBZOSBF LORENZ a ETZ. B e r G. H. ANDREWS. OIw E<roR - - w HIGHWAY ADMINISTRATION BUILDING ND.T ELLEV...... OLYMPIA ...rw .r. April 14, 1971 To: All District Engineers /Construction Engineers W. C. Bogart/H. td. Will G. E. Mattoon/Joe Russ ac D. P. Swanson/Carl Curtis W. R. Horning/G. S. Hayes . &•R. 47. Kerslake/T. H. Cole E. I. Roberts/K. D. Dodge R. L. Carroll/A. R. i•;orrell From: H. W. Humphres / L. H. 1.1ackey e,7,7? % r' Subject: State Unemployment Compensatioh Act Effective January 1, 1971 the State Unemoloyment Compensation Act (SUCH) tax rate was rev sed doia ward, varying for different contractors, with 2.70; still remain- ing the naxinum for some contractors. At such a time as we became aware of this change, we submitted a list of contrac- tors :holding contracts with us to the Employment Security Department and asked for the effective rates. Tngrinserted the rate for the contractors alongside of the names, returned it to us with their transmittal of April 12, 1971 and we herein . are attaching copies of the list and letter. Where the rates makes any significant difference in the weighted wage rates of current force. account„ approval for revisions cho.ild be recuested. For your information when calculating weighted rates the FICA is 5.2% of the basic rate and the FUT9 is 0.5;x, with the SUCA as per attachments. These rates can be - all added together for the cosrenience in calculating weighted` rates. HIdH: mbd LHI4 Attach. cc: Dlr. Butts/1,1r. Peterson D1S7 i1CT NO 3 APR 15 1971 STATE of WASIIING7'ON ?r?a?2?a?y?rxecat . d ?azitry DefiaztH:ers DANIEL 1. EVAN3 MAXINE K. DALY P. O. Box 367 , OLYMPIA, WASHINGTON 98501. UC-FS April 12, 1971 Washington State Highway Commission Department of Highways . Highway Administration Building Olympia, Washington 98501 Attention H. W. Humphres, P. E. Lloyd Mackey As requested in:your`. letter of March 31-1971, we have now completed ourlisting'of employer_taxrates assigned for 1971 to contractors who presently have contracts with your Department. In the case .of .Peter Kiewit,'wehave two different corporate entities - reporting employment to this Department. Therefore, we have shown.the - tax rates assigned to each corporation. In several other cases, we have no account established for the contractor named. 'We are presently investigating to determine whether reportable employment has occurred. In any event the standard tax rate of 2.70 percent will apply to such new employers MAXINE E. DALY . Commissioner - q DEPT O H!•.P.'J4YS., 1 ?t d APR 13 -1911 1. R"114 1 oey a .i BY T./E. Asimus Tax Branch Chief ..f .I WRM: ce 1 Enclosure ?_ Ru .. •. _ FlF 15 »/i ?'?!' 11 h cre- lc<ro", : ao:.nt Venture Central E crratin-,, Inc. A Joint Venture Pow 503 TQ ni:ti 1 Aanr % S : an jo 1008 Ylest Iv7 ® Z? Z- po c e, hi .Eton ? ,,?20 i Moses Laze, Washing?fi - All -City ? r c t , Inc. Charles R. Batts, Co. 29 I' E. i J 'r A 2 L - 4121 - 6t:i AvczLe Ila / J S? Portland, C soon 97230 Seattle, 'rleci_iag n 98107 American Pilc Driving Co., Inc. City Traasecr of Kent, Inc. 411 13th Z. E..y. 913 S. Cent 1 Everett, 95201; Kent, Washi., ton 5•8031 Ads J Peters Conat. Co. Concrete Co_" -action Co. 212 ?? ., P7 z J1, Z , . 4130 So. Adc- . Lon •iecv, . a z - 5;632 Taco=a, Washiraton . 93409 Armstrong 4r=trong, Inc. ` Crane-3-Lne - P. 0 3,:::, .. 9 732r6 P. 0. O. Z. ' Wenatchee, hin,tos 938C1 Spokane, i;as.._ngton ssoc a ed i,2• Gravel Co., L_c. Cree Con :.ct_on Co., Inc, 63C0 C1c .t d ? v_. 12414 iE cc 7 0 Everett, 'FashinGtcn 98201 _ Everett, c i ngton 5,8201 B S G Pain Cc^^ D. G. Guinion Co., Inc. 16637 Marinz! i Drive 'U. E. 3602 DeSr..at Seattle, Ua- ....F_on 98:.66 Spokane, Lashirgton .992C6 Bellevue Bpi n , Irc. Dale M ITda n Construction, ~_i. 1503 - 128t ? 6, 3010 .,. E. 1?3rd ?., 3 Bellevue, i i gton 58004 Seattle,"Was':inaion 96155 Bl.ic[cle Co. David A. I•:a;at Co. 2900 if. r^.. ° a ora St. P tl d C• a 2 7 19 0 110:* e. ii. J y or an , c„o 97211 Bellevue, is hington 98v^04 Drori Er.;inecr Del Guzzi, Inc. e j 812 South .: t. Se tt a 1020 Front a le, :; ,ii.i,tca 981OS Port Angeles, Washington 98362 Cascade Asphalt Ptivi , Co. Dclla on, inc. 6233 o wi r, / 3017 So 204th - Suite 101 7 Tacoma, rb:shi..,, ni 5„ 409 ? Seattle, .,s..ninGton -1- Steel Corm :y 4036 S :on B %anc, U4 hi ,ton X9202 F ald B. Isu-=hy Construction , Inc. 5 Center "t. Tac nn, t;arh%Gton 98409 Donald I Dra::c Co. 2112 Co per St. -7 Tacoma, %ashiz:Gton 98409 Du]z_n Cons ..ion., Inc. P O Box ,,n Centralia, s__ngton 98531 Erickson 2 t Co-= ny 14446 Sanae Bellevue, 1.7...,nin-ton 98007 E?vergreen T ndsea5in, 304E t E. !E21,01 S _ . ?.. -7 2i Seattle, ' a hIr tor. 98155 ... F-<cava ors, Inc. . P. O Box 55 Kenmore, 1-:as ngton 98028 FEBCO - 1631 - 153rd e er;ze Southeast 7 Bellevue, Washington 93007 L Fior to 3:os., Inc. 21C0 1t :::est 1,?ary 'ring 7 ?? 5 Seattle, .,shin.gton 90107 Freie,=S Con :fiction P. 0 ox :,I n t ?J) Tacoma, Sfarai ;*on 98499 Frost &`Hill Inc., A Joint Venture 8005 so 222nd St. Kent, t.aahinZ:ton 3x031 7 General Con 'ru--tien Co. P.'0 Be:: 3i3+5 Seattle, Wa ! in ;ton 5ti124 Goodfellow Br oo. , I O P. 0, Box 5S8 Wenatchee, .,ashinton 98801 Gordon H. Ball, Inc. P. 0. Bo:: 659 D Kent, Warhington_ 98031 Graves, Burke and Sellar_d,.Inc. P. 0. =ox 119 Wenatchee Washin t n f f , g o ! H-N Painting Co. 19501, D-,-.son Road Lynnwood, 47asa stop 92036 Harold Loc':yea-r Sons, Inc, 29+03 L: lar 7 / 7 Lor.Sview, :a..2_-...,..on :3632 Hanrazi Bros. Construction Inc. P. 0. Box C6155 2 , Fortlznd, Oregon 97266 Faurk and I-x-ns , B:c. P 0 Box 7 , EllensburS, ..ash_r:gton 98926 Hon :ins .•,esrot, A Joint Venture j ]].15 91. I.-% 45th St. z ?? Y Seattle, Washington 98107 Inland Acphalt Co. F. 0. Box 4:66 Station 3 Z Spokane, t•iashinSton 99202 J. D. Shot,:eli Cc=any 3113 South fine Sareet / Y Taco-ria, Washin,;tcn 98409 J. J. 4;clcorae R Sons Construction Co. 16600 1 ort.. east 77th Rcd:.:o::d, JaarinS'ton 98052 Janocn's LandscaninG Co% 1224'Hciumi Road Everson, i;aahin;L-on -2- . ITonlcins Co, Inc. 3 bos Con..tructL on, Inc. P. o do . 37 40 Island, Wa-,hinaton 8 04 Zenith, dasningt on 98188 tee1 rer Co., Inc. 14urn?lf Erothers, ?zc. ox 7' '6 6 3812 East Eroadlra;/ e, 'r sninr on 93133 F Spokane, Washington 99220 ohnson, Inc N. A. Degerstrom, Inc. . %y? o< 113 Stat icn P. 0. Box 425 , shin gton ;9211 'Z Spokane, 'fashington 99210 ui1 Co., Inc. L Ii. 'rio 1to Co n?1, Inc. o;c 547 P 844 _ thrres :8th Str et ash-i,ton ' 99301 P ., Seattla; 'asrington 98107 Lardscapir. , In / Nelson C.nstructior. Corp any of Ferndale, Inc. 6502 2°_G 1 cut ! P. 0 Bo.: 90i ' 7 ? Mountlake T ace, :<<..nin;ton 98 '03 Ferndale, i. ashington 98248 Lige Dic:aon Cc pan.-; i''orthaeot Co ;niction 6 k - 3315 So. 6th c tL 7. 3950 - z iaccaLa, .Ta mgznn 08409 Seat le, 'Washir.Ston , 98107 Loi ur Lc-d 51 , _Inc. Nortn Kits= C a-rel ce Asphalt Co. C P. 0. o : 00 -3 r Route l"130 ; 700 2- _2 Ke:me?:ic':, gton 99336 Poulsbo, Washin;;ton 98370 I•:as 4bt T ? 44 Pacific Sand Z. Gravel Co. 0 Bo:: 69,) P 1115 t orth z h c . . Seattle, 4:a _..,ton 98107 Centralia, 'ri"s._ngton Materne Bros. Co. Vest 120' nc ? . )7 Pavee.rt Markers Co. 1925 :de. Potro Ave. ? _ Spokane, t:2 rington S o. El t.ontc, Calif. 91733 ??ax J F'u^sJ C naav Peter Kie;;_t 5 rs n P f ?. / t:ortn l^0 S n cet / P. 0, Box 3.777 a us Ac cr % e. Snokanc, 1n_nor 59202 Vancouver, „'asUngton 98663 McBride Fence Col. 1 `? ? R. J. McCarthy Co., Inc. St •2 21 L : ti Cit l . 1^aat 12538 1511 J1 t !^. . > n :e a on .. y 55 5 ? / Seattle,. 98125 Seattle, 1?1?I31',_.,ten 9 125 bSodcrn Yavor^., Inc. Rainier Amhalt Paving Co. ' Eos 225 Matt..roy, Wanhington 95,003 T 7 I P. 0. 1'o 5144 Renton, Washington 98005 l I -3-• 1R1ed?,-S-nr.-.m r Co., Inc. 4M"" Signal "Eaectric, I 2 2 6 1 i '? 7 7 _chin-ton 98009 901 Sou(n C th.S ct Kent; Washington 98031 , 1 Oons Snragues, Inc. P. 0. Box 523 Z? P. O. Boy. 458 ?. Shelton, ashirgton 98584 Lynnwood, Washington 98036 Riverton zts Constructors 30 So 1 14 St Standard Asphalt Paving Co., Inc. 7 e . . 6 . Seattle, ' shingtcn 98168 4 . 909 Riv rside Spokane, :1u5hizngton 99201 /?- Robert G. °. / Stanek's, Inc. Route 5, 3= 25:3 East 2929 - 27th Avenue - Ol,roie, i;as;;^? ,tea 5$501 Snokene, 'Hashington 99203 Roger V,.Bu e - :.ortractor Steelman-Duff, inc. / P. 0 Bo:: 107 1411 id. i. Ccl?=,'aia Blvd. L,z Brewster, sn n?tcn 98812 Portland, OrcGon 97211 Ru lin' ? , Inc ? Joint Venture S & 1.1 A Joint Venture 812 4i st 4 ue :1orthea0t P. O. Box 1L2-2 P yallup, ri.^.gtcn 9 371 Tacoma, INiashin-ton 98411 S. D Snzncer ' S Superior As It Z Concrete Company 4614 vorth2ast t '' Ave. I < P. 0. Bo:; 1602 - f V. ncouver, a _r._..?t0n 98661 Yakima, S•7asn .. --ton 98501 S. S mull6 , Inc, r 12` t e •7_ stern Coro Swenson Con t+uc,.ion Company, Inc. P. 0. °x: loll 1 7^ P. 0. Box 710 Bellevue, F h_r,? n 9„CC . Moses La'.ce, Washington 98837 S.& S Banal & Gravel, Inc. Thos Scnlso Co. ? P. 0 1211 3 J 3211 Airport ^cy South ? r Z EDh-. tea, Tashi.%.?ton 5.882 Seattle, iSazhington 58134 Scar ell Bros, Inc. ' Troy T. Bur=h= .2I 7 2207 0 !1v h S 7 921; South 3-55th Place c Seattle, .k...h_n;, on 5,8168 Federal %'ay, Siashinstan 98002 Sea a Shore Pile Driving Co. 250 . ir Z G ? •Tucci and Sons, Inc. 1 4 / 9 _, n o. c t., • / 122 Road Rast Seattle, %'athinCton 5&113 Tacoma, {•ashin;ton 93443 Service L'lec i is C, ,; ny, Inc. Tice Construction Co. P. O r o:: -19 7i. 7r' 777 • IUith livcaue i7. P•,. Z? 7 %foodinville, L:..!Tinton 98072 Bellevue, ;•iashington 98004 ' ' United S`.nt" Ste 1 Ccm)oration ,z S•Toodaorth .. Co., In- ? " " 911 Pacific A-icnc - , 7 / 1200 E. D St. Thcoiia; :dashinZton 98402 Tacoma, aashi^.Gton Utilities Construction Corroration - P. 0 •o ; 8,8 tt .Everett, phi^? on 9201 Venture Co .,traction, Inc. P. O.. Box 878 ?r Auburn, :.,:.,.._ „on 98002 W. R Sut' nand 2020 47. Dol' -.o d / Sco . ne, 6 ash :-zon 992C6 Wa h ngtor halt Co., =nc. P. 0. Box 5203: 7 Seattle, '.ashi :?tcn 98107 Weed Control Sorrice,._ire. Portl^.: d, CreSon 97223 i-iescot Co-any 1115 TTo w L , n Z Seattle, ,,.a..,,ta.. 93107 . West Coast C„ ruction Co., in c. /rte 835 IT. w. 48,.n St. Seattle, r.ash:Lngton 98107 Western BridSe Co. t LL 5900 - 2nd t r^ uc. South Seattle, IashinZten Wilder Construction Co., Inc. ' el 1840 State st. Bcllin?hsm, -'nshington 98225 Willamette:?cstern Corncratien ? D Sj Foot o," : ort^-.cuth Avenue Portlcnd, 0'_-:Son y7203 Wocdbilt'Co. 7 2500 11. F.. LCl;th Z + Vancouvcr, :,?siiir.;ton 9x565 -5- 1II4L y 1 77777 Sup lem nt N 24 t T i i p e o. o ar ff No. 4-A Page 2 RULES FOR APPLICATION OF INCREASES Rule 1 -- GENERAL APPLICATION First apply the terms of Supplement Nos. 20, 21, 22 and 23,. if applicable thence, an and after the effective date hereof all rates and charges in " Items150, 155, 180, 185,190 220, 230, 248, 251 265, 267, 268, 270,.' 275, yi 280,'. 285, 295, 300, 645, 646, 647, 682, 690, 691, 692, 693, 700705, 710, 713,` 715, 716, 717, 720, 722, 725, 730, 732, 733, 734, 735, 740, 759, 760, " P.. 765, 770, 771, 772,-773, 775, 785, 800, 805, 837, 840, 855, 858, 885, 910, 915. 918, 930, 940, 950, 952, 955. 960, and 990 will be increased 8 tenths r; of 18. Rule 2 --. DISPOSITION; OF FRACTIONS Fractions resulting from the application of the foregoing increase a. will be dropped if less than a half-cent and increased to the next higher whole cent if a half-cent or. more. Rates or charges of less than 62C will..: not be increased. Fi Rule 3--- RATES COMPOSED OF TWO OR MORE FACTORS OR COMPONENTS i :'.Where a through rate is. made by combining separately stated rates, each separate 'rate or component is increased separately and the applicable:. through rate. is the total of the separated rates so increased. Rule 4-- CONVERSIONS If a conversion from one figure to another (Not a combination). is . ' required by the tariff, make such conversion after applying this supple- " ment.For example, if the tariff required apenalty . of 20 percent for improper packing, apply this supplement before applying such penalty. .p -2- ?. i i the only supplements in effect To SPECIAL INCREASE SUPPLEMENT No. 24 `. 4 tariff will be increased in accordance with rules published ,on 'Page 2 of this supplement. 1 R Supplement Nos. 20, 21, 22, 23 and 24 are. Supplement No. 24 -on the date hereof. Tariff No. 4-A - WASHINGTON UTILITIES AND TRANSPORTATION COMMISSION LOCAL AND JOINT FREIGHT TARIFF NO. 4-A Naming. ' SPECIAL COMMODITIES BY COMMON CARRIER MOTOR VEHICLE Between Points in the 'State of Washington - INCREASE IN RATES AND CHARGES On and after the effective date hereof rates and charges of the ISSUED: January 16, 1977 EFFECTIVE: January 30, 1977 -Issued as temporary rates by authority of Washington Utilities and TransportationCOmmission order in Cause No. TV-957datedJanuary 18, 1g77, subject to exception pursuant to RCW 81.80.50 as amended. Issued by. WASHINGTON UTILITIES. AND TRANSPORTATION COMMISSION ..HIGHWAYS-LICENSES BUILDING OLYMPIA, WASHINGTON .96504 46th Revised Page 35 UTI LITT ES ANO TRANSPORTATION SPECIAL COMMODITY TARIFF COMMISSION TAi'r F[' NO. 4-A SECTION 1 -- COMMODITY RATES Item COMMODITY No, BUILDING MATERIALS, IN BULK, Requiring the use of DUMP TRUCK and/or DUMP TRAILER, Viz: SAND: GRAVEL; ROCK: CONCRETE MIX; CRUSHED OR GROUND BUILDING OR ROAD TILE INGB I.OCKS(AOR,M BULK CEMENT; RE}'USE (Worthless Materials, See Note 3)t USED BRICK, STONE. BIG RIAfS OF EXCAVATION, minimum rates; subject to liule 235. : Rates named herein are Note 1 Note 2t- Rates do not include loading by carrier unless otherwise provided. Note 3: Rates do not inc Jude charges assessed for disposal of refuse at publiclyor privately owned damps. Such service charges will be assessed in addition to charges provided for herein. Note 4: Rates will not apply to hauls greater thaned imile'em . 875 niodheresrnameda in Ito. 875; inns tom ates re Will not apply where point-to-point rates are n .877. ff, oa a given shipment, rates based on this item result in greater charges than for more distant points based on item 875, such greater charges are authorized by. W.D.T. Order in Docket Rearing No. 137, dated D-anber 10, 1946. Note 5: Delays of. less than 30 consecutive minutes duration shall be charged for under scheduled, rates, Not, 6: Time shall be charged for from the time carrier reports to the shipper ready for work, or from the time shipper direct carrier to report for work (whichever time is later) until. timecar- tier is discharged.. If carrier is discharged at any Point other than the point to which he reported for work he shall be paid for such reasonable additional time as is required to return to the point to which he reported that day. Note 71 Minimum Charges: When througthefault of the hipper carriers lessnthanut thou rsrktafter 'going to site of work at shipper's request, Y hall be the scheduled rates, When through no fault of the shipper, carrier goes to the site at shipper's request and either r not put to work or works no more than 4 hours, the carrier sha lI bo paid Eo actual time worked but not less than a minimum of 2 hours at the tariff rate plus 2 hours fo d vei time. If carrier works more than 4 hours butless than 8 hours, he shall be pa idfor th s actual till worked at the scheduled rate and in addition shall be paid for the thatethe paymen [n for the diffarone. between R hours and actual time worked. Provided, h owive thaeth during tt for. the driver's time shall not apply in er a ses time is question. For the purpose of this anote wdriver' s time shall be paid as follows: Northwestern Area: Single Rear AXle#$I1.98; Dual Rear Axle1$12.221 5 Axle combination end dump trucks and end dump troiler#$ 12.33; Combination Tractor And End Dump Semi-Trailer: 12 to 20 cu, yds. inclusivo#$12.33, 30 cu. yds. (over 20)#$12.52; 40. cu. yds. (over 30)1$12.69: any combination of vehicles other than above n2.33. Eastern Area:'. Single Rear Axle#$10.31, Dual Rear Axle#10.64; 5 Axle combination end dump truck and end dump trail er#$10.75: combination Trac for and End Dump Semi_frailer: 12 to 20 cu. yds. inclus ivol$10.75 30 eU. yds. (over 20)#10.91; 40 cu. yda, (over 30)1$11.301 any combination of vehicles other than abovel$10.75, Southwestern Area: Single Rear Ax10#$10.63;. Dual Rear Ax1e4$30.751 5 Axle combination and dump true): and end dump trailorl$11.00; Combination Tractor and End Dump Semi-Trailer: 12 to 20 cu. yda. inclusive#$11.DO; 30 cu.. yda. (over 20)#$11.121 40 cu. yda. (over 30)1$11.24; any combination of vehiel ea ocher than abov.#$11.D0 Note as Overtime: Scheduled ratesA pply during regular working day. only. Should OVERTIME condi- tion. prevail I. ar.a. outlined below, additional hourly ,,,,pens. tI," will be n......d as in"ic.tsdt All work performed on raturday or ever a rag' Isr 8 hour wot', day (soo e...Ptf on 1-3 below) will 1, ch. g.d A. Addition. hourly rate oft #$4.87, Norehwes tarn aroAt #$&.15, Southwestern area;#54.10, eAntern areA. tXCEPTION 1; All wort porformed on SUNDAYS and HOLIDAYS will be charged an. additional hourly rate Nor thwee tern Arca;#$8.30, South w.. torn aroas#$8.35, Dastern nrna. EXCEPTION 21 All ovortime work performed in the cities of Aberdeen. Annear,-, BCllinghAm, Bra- an. Central can tr All., Everett, ilesluiam, Mt. Vernon, Olympic. Pori Angeles. Raymond. Seattle. Shnltoll. Tacoma. Wonatcheo and Y.kiaat will be chnrgod en additional hourly race oft 0$9.74. EXCEPTION 3: In.NORT}i- WCSTF.RN WASHINGTON Area only. .11 work performed between the hours of 4tOO p.m. Saturday 'a nd 7100 a.m. rlondny, will isa chn rged nn additional hourly rate 0f:#$9.74• HOlor. CedT thatl travelaofnoverh 25 mile.ais required,tr InwEastarnAAran((a.111efinodl InNote orao ' 8outhwoutorn Area 4a0definod in Notn 11) in ao lncatad that travel imonl uired 6o unionaedntrart '. to I'. pA{d co the driver. of tlm veh ial., th. oxa ct ."cunt f eUch p., n hAI ngninet. the ahippar. (ST-2169,ST-2170) (Item (170 continued an following pag.) Ilr(rr t. 1 t nnr for rr damni„n of I I v fih n, .nvl rrfrr nr m rk. n t e111L 1 n tl iv S PI f ILSIf},U Wry 72, 197 }1 IX: I W tun, ,. 1975 11 p, rlulirn l r trv•1 a (11>rq Lt.ll ldtin/.4n ?.._ 5 4 ... _? lyl 1+ urt l) N,mhntl;lslt l'1H 11 i UTILITIES AND TRANSPORTATIO SPECIAL COMMODITY TARIFF 28th Revised Page 35-A BUILDING MATERIALS, IN BULK, Acquiring the use of DUMP TRUCK and/or DUMP TRAILER, Viz: 870 CEMENT; REFUSE (Worthless Materials, Be. Note J); USED BRICK, STONE, TILE OR BLOCKS: OR MATE- ` n- Note lO.Appiication of rates in NORTHWESTERN AREA (defined as area Wet of Cascade Range to and counties east of the Cascade Range: Yakima. Xittita9, Chelan and the portions of Dougias and'Okano- Note 12: Application of rates in EASTERN AREA (defined as area east of Cascade Rangeexcept a covered by Notes 10 and 11) SCHEDULE OF RATES Dual Rear Axle Dump Trucks 29.04 $28.61-. 27. 76 5 All' Combination End Dump Trucks and $39.12 Combination Tractor. and f ?.rrecclon Nn. lt?rr (3$-n) ?"?? COMMISSION TARS PF NO. 4-A SECTION 1 -- C0I4MOD2 TY RATES COMMODITY Item No. SAND; GRAVEL: ROCK; CONCRETE MIX; CRUSHED OR GROUND BUSLDI NG OR ROAD BUILDING MATERIALS; BULK o RIAIS OF EXCAVATION: (Continued from pYec eding page.) clu do inciuding Lewis County on the south and that portion of PaciE is County north of a straight line made bye.tend ing the north boundary of Wahkiakum County west to the Pacific ocean, also the following •gan lying west of the 120th meridian) or partially in Northwestern Are. and Partially i another e Notell: Application of ra tes in SOUTHWESTERN AREA (consl9 ting of the following counties: Xliekitat westf the Klicki tat River, Skamania, Clark, Cowlitz, Wahkiakum, and that portion of Pacific County south of a straight line made by extending the north boundary of Wahkiakum County west to the, Pacific ocean) or partiallyin Southwestern Area and partially in Eastern Area: f E t i Rates per hou r Type o pmen qu 9NOta 10' '+NOte 11 •NOte 12 Single Rear Axle Dump Trucks $23.35 $2}. 07. 521.98 I ' End Dump Tta filers $34.64 $33.42 End Dump Semi Trailer 12 Co 20 cu. Yd.. inciusivo - @$29.94 @ $29.62 @$28.66 30 cu. yds. (over 20) @ 3}, 97 @ 33.56 @ 32.65 40 cu, yds. (over 30) @ 37_27. @ 36.75 @36.17 50 cu. yd e. (over40) @ 40.55 @ 40.05.. @ 39.46 60 cu. yd e. (over 50) @ 43.85 @ 43.36 @ 42.93 Dver. 60 c yds. ' @ 97.14 @ 46.67 @ 46.04 . Any Combination of Vahiclea other than above 534.69 $34.32 $33,42 ' ® Applies only in the hauling of debris (D-6476) ft?frr trt 1.'t mr!r hd - d.mntinn of nhhrevintlone and rrhrancr• mnrkx not expla(nsd on this aRb. I4tiUF.U February L] 1976 EFFECTIVE M-1, 6,. 1976 ,o 'rf .o- ( \r I?'? ( r mixxion IdYr rein, 11 nxh(nKhm ' ?S 1C,nl lnxl rn Itl 11111 x and Irun.(nrl Jlun Ixxurd h _ ? „^,.? ' Ran•.xuml r/rur¢n uu//u, lu,cr rr Vl+Tnth' n.5l++'+lul/nrrru+r••Sr,lr/,A•mrnl !5'nx lv •_'ll ?`I ,4 ?_`___ .f COMMISSION TARIFF NO. 4-A MATERIALS OF E:CCAVATION,. LOOS[ in dump trucks, viz: Not o Col. 1 - Col_ 2 4 carrier. 35 •' ,, ,,, -- 183 0 Applies ONLY from See- 9, R7 E., T23N.. or fraction thereof, in excess of 550.00 per Gold Mine =at... Mill Fa11s Note I;. Rates shown do not include loading and/or un- charged for at $17.96 per hourr time to be computed is increments of 15 minutes. +. ISSUED Iebruary I3r 1974 F.i FELTttlE Ma rCh 6, 1976 +`7/ [ \1 __ _ ....I+nd h.\\n.ld ?l n1Uln xlu 1911 I _..____ .. :JIP f1 191, r) (J6-A) :?^/ n N:t VTI LITI ES ANP TRANSPORTATION SPECIAL COMMODITY TMIFF 12th Re viaed !'age 36-A SECTION 1 -- COMMODITY [A S no t¢d. ae Minimums a in pounds c cep DISTANCE Rate in cents I tem COMFf00ITY (See Rule 225) peY on No. Clay 2 Mi.eL .. 51 ates apply to Renton Only, subject to minimum p l 7 Mi•: 132 97 r Co . lbs. per loatl. weigh[ of 26,000 10 15 165 112 2 rates apply to Mica and/or to railhead points in l 20 •, ,,, 173 -- Co . n Waeh>ngton as defined in No to 6, Item g70, t 2q ,• 189 -- 977 er Eas ubject to minimum weight of 24,000 lbe. per load.. 25 ,. ,•, __ .139 s b adin f l S 3195 y o g Noted: Rates do not includesavvee o 26 j ?2.L4 Rates include 30 minutes for loading, unloading 2 45 270 . : Note excess Tie load or m 1 9 l $4 hour or Frac- Per 41 w i11 minutea tion thereof. t Will not apply from Se 9,R7e., T23N. Rate in Minimum - FROM TO Cents Pes COMMODITY Per Ton Sh inmen C ATES Loomis Nighthawk eYO 15 000_ ORE. and/or CONCENTR P 0 eased upon an actual value of $50.00 per ton. Chelan Container For oYe with a greater value, rare? .till be Lakeside Dock Station 4271 52.71 increased 5% for each $10.00 Per ton value, Coney-Basin 0+62 000 10 Tacoma , ton. Winthro Tacoma 8917 45,000 gross 000 lbs 10 di Deer Trail S k 0311 000 5 , , ng 3In containers not excee or unload- loadin d Monitor Mine ane po , g e wt,:. Rate does not inclu coot diners f em t 9Chin to -10 0 Tacoma 01118 20,000 _ . p y ing but'includea return o in; Wdinc a+P almeY S Tacoma 1119 40 OU,,_ 0 e Applies only onGold or Silver Ore or Concert- e Grandvl Metaline O Actual value over $100.00 per ton. Grandview ML11 a+, + ® Ch into Mine is located approximately 5 miles Leadhiil Mina Metal ine a+++ from Chewelah. Fa11e roximately 2 d o Pendorailie Metalina p12 000 15 app ade { Palmer Siding is l ille l Mino Falls , . v miles noYth of Co Yellow Head 0ro11 P 3¢ e+++ j Actual value not exceeding $150.00 per ton. Mine an Gold Ore or Concentrates, actu l al value not axes[ ing Per ton. or y B Applies on ineze rates wil reater value h a eaed 5% for each 510,00 per ton value, or l o , g ors wit fraction thereof in excess of $100,0 per ton . 8 Appliee only on .,ad or 2inc Concantcn res. (0-6486) t Applies only an Mina Ore. ' COMMODITY DISTANCE (Sea . AUla 225) Rate Minimum Not overt SOD (TUCfGraaa) For milaa9a Col. TD Sao I t¢m 990 Item 990 16,000 BBS d TC l C ), ].Oedln9 by carrier. Re ter to Rule 220, paragraph ( loading, unloading or waiting time. on es char f . o Item 990 32,000 , g . or Rates include 1? hours for loading and 2 hours Note2: Col. TD . i . Eor. unloading any additional time raqu trod will be Item 990 40,000 Note]: Rates are subject to Ruleo 770 and 275, Split .,Pickup, Split Delivery and Stop in Tranai t. .. ' ITT'-797, TV-9721 JZ , Lu ( 1 n , 1 hI rv unl n m,l u•L•n' 1larRx uoI rapLd m'd „n dnx p,nU• i('R•nm.i I w, , w?7 n urlnhl.n 1 11 f xiun Ills t11 in, 1111 ItinRlon Y 1' PREVAILIFG WAGE RATES FOR BUILDING SERVICE EMPLOYEES TERRITORY COVERED: CLALLAM, JEFFERSON GRAYS HARBOR, LEWIS, MASON, PACIFIC and, THURSTON Counties. WAGE RATES EFFECTIVE DATES CLASSIFICATIONS 6/15/83 5/1/84 9/16/84 Janitors Journeyperson, 0-2 years 4.30 4.30 4.48 Journeyperson, over 2 years 4.46 4.46 4.64 1 Waxers Journeyperson, 0-2 years 4.57 4.57 4.75 Journeyperson, over 2 years 4.74 4.74 4.92 Fbreperson: 58 above second level journeyperson FRINGE BENEFITS Health & Welfare $34.85 per month 47.25/month Vacation & Holidays .15 per hour .15/hour i t PREVAILING WAGE RATES FOR WINDOW CLEANERS TERRITORY COVERED: CLALLAM and JEFFERS N Counties. WAGE RATES EFFECTIVE DATES CLASSIFICATIONS- 5/15/85 5/15/86 Journeyperson 9.56 9.84 Scaffold Work 10.11 10.39 Bosun Chair, Sky Genie 10.21 10.49 Foreperson: 15 cents per hour above the highest scale paid on the job. FRINGE BENEFITS Health & Welfare .26 .26 Holidays Seven paid Holidays 5 6= O G '? y y 'O `? I'. Uy > ? ? U '?• m pGp C L = O L C 2, 6 y Tp ?L '? j V CJ O= rM V ... ?p 1? ` `C i n OC '0 N N Up U ODy "' 3 ? ._ ° L ? fn C • UO O c• E v= ?y ? `.y 9 ?• O y n eA _? O N.? U C Z = O. s ? `N" m s v `o o` 3 E ? y w _ '? o e `o d u? +r .E a ?? u n C = c o : a o T y no uY.32doo=yca3a ?u? n c 3__3Lyo=oa>` m o cq yo yc 3 a? .°"- ."c. o f0 ° °- a o`Eno•_? sn C c E yo u c AY ?•yu= c? ^ $ p c.-a rn du `tl c o ? . 3 m, °-' v v u 'c °• .o a c .. 3 ? ° a ' o; o .? 9 .° o 'O s E o E . cu y c •fl ° u '° l°. Y e i "Vdm _EL S c i tlc o ?'`p d?R'C' vd ? ooE `o$ o° a w °'`° ` g ?° ° n v yc .o p o ??EUUL - y y V O U N 6 U .L.. C '.+ y JC U EE E o m? .. p` ? U?? U N ,O ? C y U V- 3 ?.. y a o ?•a d o ` o E a u? ` g.v?• C u ? o , .? s? Ft u E u u o._ E L .u 3 a? u A c u o._ ` o .m . o ao -.3 :^ $ V 2?°^ °?ycc3coo o'?da '% c° a ;°s °?uo3 E36NN yy OD ,° •• C U V ._ r Y _ N G• U O O p, E V ttl ,•., C O T y 2-0 E E ??r°E ° ?. C` U yN o ` O •? Ey o 4 2t. . - o a- ° .? ° y . cm ?o n °c ; E d `°' E .. Sa' _.L a_ „ nu? ,Ec o o•c ?'? T.g u 't E ?yy ? e ,p? A??E?-. ?v u; F o. o c d.".. •? ? .. >,.? .. E u'° v ?•o E c = p , p o o p •p O 6> Y J y O. O N O uu C O V- y q U' a U a L L O h o = v ° h d .° 3 'O Q\ O- t ,?? Q I o .° Y 2121 ^ 6'O 3 v ...° H A E" y O C a a' N p .... U m°; u .°'n?e`o s,o c.o?h`oo ? c Au>, -ox? .o s C y '? ° 6 ?' oio ?? =.M °' ?°cFLFE EFAc°yccc-oc c?y & 79 G V e • c ¢°?A°.E C3E a en ' u u EFO 0. o c eq onm on.p ? c 'a o o '? y ?o`? T? `°'c .y-. aew °s E•.., .. o o `o .c ?umv ?a ? 0 0 a a 3 .? U a 3 m A Q 0 •e z V a t 8 E o m i ?- E?c 8, 8.tl uE - ?' Sba ;, 3 3? N Ie > o -T n r c?ys vac I v acv z c? 'E' I° E I y m a `a `"o n E33 I a" a:8 321E ?•E c<1 Ia e9? ?o? ??I RRE a r c? ?c?+v ?K3 ? 8 ?? ?m,°c E?•9 E?E I ^y E l3 gg J _ ?p•p cm 8 'CC EL g qq QQ$ a Q U C U U A Y_ V .Y y? O.L.. w y :Q `x O y u w p O -' T? u u c V ? ..:° OC w cu c o 3 c k Wy E c y•? e?pv C?HL U?'p 4NV ?T .'9-' i t N? C u? T A C O •? C u m h cEJ 0p Z uo'o e?eu•?au:p j u? rnEi+ U A 'O L C s?' ?._°uiO C'L''Oo?B ??o_co X3.8 ?• V ? •o ?? '-?E??•E.°c-.°='Es;?'o==ate' 'yE N?y•?•-o ou eo 'noy `E c`E'FoEb 2p.?h No Eooo 0021 d a o S'ioT C E O u L° uv? hc_E'a y ao E•"aE e3 e..5€.E o?3.E Fae. ? C v .U. ? o U? u 8 y W? r OL. 6 p? T.U. 3 ?VN$ ao cL'?° u.ue •-oe?c'861u FLU. o u' v .EY..E • o Y O o n< 8 a F i r W N H 3 Q cn , j Z Cl) a z a Q .vJ ui °' Y!J C O R" a -pp O -wT• w C N 6 _. N v C .O d O C T ^ ° I C O Le G.8 A U V a i C O p e: 'O G •.°. •Y °e E " c e v 7 c -d T O O T .Y N 5 h 'x ai L =' B .S E v "? h q n E `° '°' 3.E $ u?i •' °v >. ? . E ? c` h= e u a a e ' 0 .' 5 3 w ' .g _..A;o ?? YS .. °'A o '.u-.wso3 o'^ac°?o °°;ec? wtn ° y $ ?S m?ou ° a vu u ocu$f8?^ n .o= a°Gw`° c , c E u 8, L° .?? vC u` ? d' u v 3 c •: .E a' c o. g. °?{ c ?.°. "? s v n 6 E u u > :? c. ? m K u u- ? D, V 1.'? C 4 L L °.? 6 • ee c c Lie ? - C E p N '- ? ° ? a yo, B e T? C ? u F> G ? 0.G 3 B ? . ? y G? 3.E o°??..'_•???°, •°.?o ?.= ?? ' ` a •v$ ?'°+ o.cu. ,?_w, O . ? y( Q.. Wo•oo zi cvq e u h . I•wv o'? y . v . o lac `'ea u E u O u 5 ? E c •c' ao c.c?? T c ° s E 'Q n ,u .? ° u y G r .uo ° ? ? ? y n h u .°. B o. v ? . ? , 0- .g?-°o°=• ?ut0?,o°"'+ ? . of 1 $E??=1°NVE $oov W ?u•--ncy oy'?_o 3`0 ? 58• c..oou=_' n 's 's uE.='oc ? ? 4. 6t.6= C pod e eCw! G•Y ? if U O •> ? ° a6? F ?'C C,C E T,O O? y E0?_ ?.y 6.C T••rr???'"? = F ? ISO e?e00 'C ? w ' ^. . V ?TC •O E'S U 0 .',6 R V j ? AUC 3 O u'?FNC.yU u=? ?•• O a N?O N•=y J.. a O J C+C 4°°. N _,u, y = O U ?? ^ '? ? U Y N y_ V a6s . Q y n V^ a ^ '+ V u •yn ?? g w d ; 3 t .. $3.7 us E8. o. o` ?.: o->mc ' e U y 3Lo _Q ^=A p , ` C;a, e>> EN iv o`v- ° . uE.. .0 C K ` 0 3u3y uv o.o H( pn o •= F A B 13 •_ a T 6 u y UO??o$.^ `o } 45 C ` E o` er t8 o.?Ee pE ?B•s Mty°?oo v o ff o C t c p f N o uu ^ d p yN ° ? G EG C. " ° ?2 . 6nN MUAGC 8'E - u=?'s°=Leo "s3 Z. ?uaa ' ° n Yi ,o - u !i • s "°57 mug S1-?F 12 ' Q E12 uu a if? a?• O•? = $o Q.?i._n'geno w- m = ?=• - E P a o v U"u=Y G E °° G 3 ° ° gOC g' aV A}°??C? ?C a 0. 3 Q a GC y8. E p M u e v . _ C . . ? O E . . ° U a T. p `o u = F c j o 2 V 9 O:?.O %..COS V?...p TOO ?f, Tr O ? E ? 6 CW W.c°'J?O • c u_ o r .'O'- ,° z - ` ? ° ? `° ?' u o .W. •> ti o .o E 3 c o t ?.? ,V E C?.?.y 000 'OnL N W O4t'u O M .. ?6. Y-p a?:t:V C N•O L V OytC a c_ a o c••??O o ?c z ? 4u ?L E T `o a''°o ?'" 'e TT=C a E ? aN. ° maI ? use v o W o. 3 E W ?a ?, •i '_`W'"°' pL?'.°_ v°u E p W.yoU.O act?.°nI °.O 3?co4.o c°?: 9 aU ?O aL..U w? dd??°i.V' W ?nC GJO OC•- ,O COL Q'?.?? ? •°' rsa ? m ° m ^ ? ° ? c - ? .n ? ? 3o u °q =. s y W r E E j p app c p? o.p i W W c °y `o a °' 4 3 E 1. ? ?G 6.O W .C G3?r? 4`'Oyao°Ov r?v E'EN Aq RVOi L_wy'°°?W.. ?+N E o` ce>i •`-' °' cl)m=.E o m a W •4. ?.o c E u A E $ coui a = W n' E. t' " rQi W - O O. y..c O4 O' y '? t - O ? O y -• rp? p T W O O T V u°.. ? 6 d V O O O 4 ? .0 O a a '-y FE E. ?o`?-cunm 3c,?c`ou oa. .c cvU Tu ?' Lt_. y'. `o `ono 3 E"o m ..r W u o`,n. oa o o,_ c ma, c?? ? a .. c. m v c?? ? e o. c y E? o m ?. ? `o s L •c ? u? ? .. E' o o ?- ? v '? u y o. o`¢ ': u T'C ? R u ? ? ;3.a ... o u N a E o m .E.o o c u u o d o ?' c o. ^' W arc Ca 3: S 15 Y .°C'C VL O 6HCC °'u°3y u'-'. yW Tu•Ew?J°^9 ?'J.. '^CW -O Ou y 3 • c y U o u W W ? ? ?s o? °° ?C E a:??= ? ° °y ewe ?? YCo-mv a?.° o_y y? o ?T°`1`ono u=3.? T p'uL3.e ou 9 C t6'? ? W C W •? ° O???? O O ? 4 U> > vL.. ? .O~.. W C n r? C C •_ O L.. O. y 'O 3v^^.og w W o E p ^.- 0 9`0 '-... ? E? W o;a u C1.L.AC_TQ 4O.ilWb????O `?dV CCL COV]C_UdWO W.`..$?.6 A.?L'C OO 29 0 o •O o o ti.'l1 ?_ u ? ,c ° a -6 V E c i W `o E d? y? E EO n. vC `?.o T° o °u u ° c 4' ; ?•- 3 H Ncri7 vi.Q roO z; n <S a C b "s : $ 3? iy' C a B CC ? N 7 2 S 7 t I c? z a ng r i; ?5 b ° LL e : g« f s Ea? ® _ ? ' ? 3` 3 " ? 8 fro 8 Y ? b e $? £ mz? ? ? s b g?3 frm, s g e > ;: a ? n idl a - z a 3 : _ €e5iCg z r e " ?a za EE2 a. ??' 2 i G s .? " 3 ; 81 gg M- 2i 8 O -n N-? -C O N I v C G .8 =N 2 U >?,C tC td 'y e N N 'O C •?• t C vi ?.. wa TO dO.E o; 3ois O Ec.°'. a e u^ a T'4a N n E, a u$ ?o'°^= 8 8.•° ; Voo .?L `?$a y ?? o ?•Caev M s H XN ?I u ?? E o hU 6u. o ?'3 o,`.az ?:u? ? aN- °z_$?•r c o ri,io. ??co I Tc????O iw3,aE"o?pV'?oO?, .o?rv.- ddd n ?_? 8_.0 ? lua .,o? os_'? u•E !•" a c ° 3 ? y 3 „g °- ? ? '-7 ,e.,' ^• ? -ern q?>oo?`? z"o°??°S? hoc co°_8 Ep°c?u? 8 n° 5 8 ?a? 33?'?-c?.o ? „ c•? .? ° c ?$ ? °? w.?•" t pz' ?o o $o NN o u?'= A'??•? g a E ?.o,y CJ? o.ruc u ` eac E "E' ``?,- o.,5: a? H o0 2 8 ? o ?' r ° o ,o A y v° o a° 3 $ oa u .ru eog?T._3 o9cy°rti`oeo$_?$?N.?roo =? a $, Y `o r c >+` eia L Q °; # i v` i.:: o c .o c u• So± .r .,? ?.. $- •s? u•O E d$_u >'-19 c`o`o-Byo a cCE ?O" w. m,-?wr u$.=TAE ?'V iw"?.u?UN g°con'?`o ??so oy '??°'? •g ? 3 obi ,^o w,??cu 3 a ?? eo o.c `u oG`vv cV ui. °i°! p ? `=y'-o` °'E avui y `o Sou okdc8 "cb=? ?•` faun ?=$Ea„no°??°^? tq$ aQ ° S p .?En? o..?°?;ccEoy.N C•-?? >oo`?e?.=Qu e°~ x yL LLAN-USd. "n u $ Ju N ?E C -'Z c° C ?; '^ ri C 8?-°-Y' ° ?? +?' ? 9r• .. •v°a-? ".cu. ca'no c r ° ?'^ ° °N o °'u j q`u?'?•o^ n,o=9?_a????o 8,8 $•p°-;v.c ,g ??oa il. J-j ? L•C °.? ^ `oc ?$v? i,p_? a rge$y vs _u n -?'-?•p"3S o.r? :a .° `1 N "Y y u? O O YI •r G' ` w O h S ,_, = y ?' O Lb O N O p eC? r y?' .e° O e? y. Q'a oG 3s 3 r?A? Cgy ?$?' u??v Y'!" u^!...?•C 71 E?$ iL F-C+•^^ if?»pON?g=E'sR v X33= Nti$°o?nm°8u o a E? .-. G? .o, aEi v E o? U L ro •? y? °• a .o a m,c y v ` ? ao n w o J °i d.. ^ y ai .'- d •O ? ?. G a N y ? C C 7 '? CO O O_ n O avg.,. "• ?.?M Iv?.aaesE°' Ae•?h., ? '°n3?° .° as a'a cdc? <.?c c.. `-'`°'u .uc •OV EO u°' 3s a.° u o0..03'o _"c .? •°,tl ?°, ?° c H Y Y `o cG H >. o v °" ?-cu• ° v c •o a, p o ?= a ?. o a e`a " 3 n e _c 'n w A• E ?' .° .° c ?`o S ,? '- o u _. .. y s e. s u z Q `o o c ° .e ° °• s E L °-? •$ •° ° a " G v y G °? ° ° c u m cat ° ° °' ° C p= u a.o p o > m v .+ ONO T ?•O i ° N C O-L 3 ?K O a.l ?Y U vOi u? C ??".?`'_"'?.0 ? O ` y ? .°. O G A L •O s 3 O •-' N G " y 0 m T 0 •? ?,•?- ? t p .o c.H ?. 'd ?=E°'^ .ac eco??u?Eav o.°v's °?v?3 c'• sas `? ?U°? 3 ?0. S qo o? u °•`'Orv o T V?? o o ? td'-°s'c o T,o ?? o ? 3 N.? ,u, o?-o .E c.p a ° W P.O ;Ft 4: ;q C'O C V` Y 4"' O G 6G'?.'.p O E w =u G.? 0 •p N V T•? N ? s`°s mN??o.E _o `o.o'?'; •?`°vasu °?iou;o TO?`o o.E •OOCai •°-c°?' cs°y A-5.5L:O.?'^drO'+?.GO O.O rNj.?C'O GS?T? C.R O?aC. 'D `EN?ufp EC '?.'Or°j .O.. 3w m o m v c E .c •O °> a m m 'o-' u n. •`?-Q •c •3 o c Q :y s' c T °?' °u v •O ,c o GrN, .? v m o u A ° °c cu oOr:c E•? -G_E>a3??uc°c'.°c•Ev ea ?arvw°c?uy? ac •a?7•H `°'e^na `G°..?E`u'?eA VOode=co"? ?,.` m ?oo O+ Q.yy y.O ?.. P.?O ^?'NN?NNC???d60•G°^L C...m°1 ??CG0 ?C9G ?? ?yG.•OA.`.."?rEj?b???.??.CdG?V9U?N.?yN?wC yrO?C 1:9?` O C s?o.os c?a ??cs•°•u wsco .."soep3"u..."c"nzu, ? cATO. ..°.. u 3 a 'O o .o A Ta ._ v ? s. u d u •?a ?? N n+ .. `? N .C r? ? o L o. $ o •o h.Mu?a??e2v ?oo??`c°i?u`•?cESoe=c?o??. U w u:o t-`•auC U ?s 1. "'va-o TU V?=T?cF?cu'•GOV`v 'T'F4E"o¢ScF, ?. `u t 'O"UU?.a hs A `7y T? 6. Ny. Ov uOvN tiGV? •O 4 eC c. •o G a .c s A E• ° G 3 0 .5Ea .b'v c`a.= ay am a::c ?o Ev?o°. ?csi. E -d Y LV. uu? •? O •G G A N'G.. R O N'C.. C O v O T L A N F E F~ M O C R y.? ? G ? u0? ° .? " 3 •6 Nod E 15 ?_ L V U y L ` y.?? pGLV Q '? N'O m o ,c •° 4 6 °° C) = G v E t°.y3 c y, v o u A v u c tmJ y m `m 'O C A y y ... m O Q N 2. pp r o A 2.5 ?, E +L, 3 cw u •'^ ° m s=" Ase .ac'u e c c? oy °a. Z' y E m cu ?ueeu '7 O.u e mE Fv .. c 3 G? 3.u F o ?- T u u?" m h i ° ='E ? s?S' oe ?._ .$A E:Q ? ?-°i u Ec co8? •y?vuc 8? ?? v' ao c A 8 •3 a ?.°. 1- ?. 6.:c v a a a? m ... u`? •:. a..N. v? 3 N vj ?p f+ ep o` O ^ .r.? . . ... m Nc?ieFvi?cr?a6O: ? `^ A. E'a Cl) .1. -an F F' u?j -aav - 5 Cy r g 3 '?r9<3 IpY 659 %'f66 z 3?] s? YL ky?5 C - eZ'2 3JIMyyji§. Z /R 3 fr? 5 Y 7 a$ 'Pal m 36j0? ml '.--I U. z Q e$bJ sr ?acz ??'Q 5 Z W g €s g s 35 3say p e. ,e' MI R $u? W sj ei 3'? a o? ¢ ?s?:a d t 4? ? ? as?9 ? ? a d n :;A F$ au?5 s e 2 2 $6 w i'iaR? ?'e 22 ? _ e 8 y O ` .C = L O ?J C L C` O W ^O C ?O In .s. F fn .?+ y y .y ... y? C M. ? y .? •_ayy j 3 s m y •J v o w° au ` c c V '• o a_ = c •.r o• c °-_ ? y v u D. J i P9 6:C c F°. ? L` o `n' .c ai 3 °- E c y '=• $ -` 6 c w E .° e 7 3 •o u on c n ° 'a n u u •° °o o• A•° n o•n= nO' -O ">`-u' S' ? M c ° u c °=o uvo .o a??o uEti'-mF `?v??06C uouy .. $ BE >, u w a=°' o° °? a6 6 oa•o 44 h u o H o c ?a:? 3 $?'v •cE?g's-$2 o•°-y•?gc `'?`QOyugo??°c? u•°_ o`s? °oy c?b'.?jv. a,gv?5-'? ??..? ?ooc- ?:oWU a,•°v .o "•- a ua? juucv°nE$=„cam ?e','?Bn4oa`Z°cc?$aGDO o=a °ASF3oUa.o.c?' ?`uN? a ° `u L v my GBH u'` ou nay °' O ?? y ( o 5 o2i?_9y'?E?:o $QS y.o` u ?> y'"E"?{- c`a° Mq.wc? '?c_-•uL°$"? o.?'9 :9 ..? No..c o4?.xmaa? SA QOVC - = Eongo a- uEO:='v $.?o EnAC yl,o c°?co°-:o n.NOV•°-^,hs ?+`°'°°"'•°s $.o a.•°,I ? Z' u o °•c N nom' `,?. '°,y mE co u o o G E e u ?} Q N° v-.°.0.n °•"$ u 3 vM 3. =3'^°•E ?' .c s.u E-'u u vo,? 3? `°o^ su?•#?ooau?S ..moo L'uiEu I:NN?S~m?E?}jF ??tt'E?r LE,o? 'i e. e'?? Y? n?? '? e 3? u c v u n ?? o, ? t i ? .c a "? n H? N ?=? ?.u •o ? C m ? ? fj G u o??o^oe??°L-°°?3•.cn''a?o ? V C ?,av? 'P 'OUO???F Lou ??•.-°5?.=M ' Eoos_ a. ?vu `o nyi? E3 n...,»>N8'u AT t..aL. 6R Ae3i°.°-Jai W !a- 3 p ? J V Cl) a ® N ?- ®_ < 11 a z x 1?- Cl) V _ m ? _ IL <C I- ? ? a t C ? E 1? y L O O C? L C' $ E'G s.a ??.= ? a U c t 3 8 `,x y .? t ? 11 E. F- ix W g B? ?'? = o ??$ e r > u c v c ua ?.? E 2$ °- E o` _ .8 LL.: ..fit u;,` E g.T tc co FLT' ooa. a'2. ? 'e u? c r? `c_ e° 'o c ?? 8 ? o o` o u 8 `o c .Npy T ?? OD 00 h d 'U C O .C A'$ C N C .Ni W G 3 N O ` 9 E p y U a Y Q ? c'C 4 O 6 ? C p S ? p C 6? H Vl u tl .'.2 tJ LLI m E c c ?'6 .E'Q c ev m?i n._ s is o`t +•c y E C c.? .. py. Ey?n E n E n L°:c E `° u`oc a u L^v av .=.y $ a As ?E£i 5 F`$ =ti a ti'°u^ ul a tt rYi ? s ?Yi N 171 ?? t? 00 p? O N M ?t vi 16 h C ? O j? 6 td`nu.o 4•? ° u _ U O L' U t6 •- ? L T•y O u O t =su3 emu. o o° E= ,,;oa.9 .+ °p- c u w c ? c u O eq E a.o ? G C? •_ i m c° d .. Oa ? t Q T vuaa'?. c?>>E y C ? - =° ° ai 36 r • o` Q ebb N - 3 o at ca u.? 3 a cE r u Y/oN $ 0 V _ c fit! ? 9 a e c !? G>° mac e a ` et N Z yJI '°?°•? 9? Lp .°•?-?g•?•=v p rCn? ttl u U c ,C .p C N yc n ~ °Nt, CW+ 'D t° 0 liN •? Q y IN t mE Egq a:$3 0 3 g` $? VS •a •p ''• E rvea, E.bs? ooh ?y a•o. Q d E o ".= c 2 C y'a •? ? ._ v o w 8 ` n u E g >, :. v 3 6W oG SCw a.-y°.-av 'y.$ a.a 500 0C ? c? : €:? 2E Jca c a= c ? o _ ?; .° _?? `u ° n h .,? °na 4 _ ' n,??4MN p &F: :L_a_yq aul: _. axa!<<n'w'e4:? u s = o; '" ,n « ? v?y?_«?:«« .? - - - - ? ti « «?pp^v - - - - - - - - +?vovup,E t a ^? Eaoo 3 €.E •E ? i . m N U p 3^ p p N OWN CI N 6 p :.?? ` G ?? eJ F y -w L' = G. C ? ... L r9 R O P y •o .aE mzN d ?? ??° (b 00` U t3 d ?? O ZN eA C E m ?l E 3 o ccu 'no'se ^ Ham.. r ^ M G U n^ O? 9 ?^ 1 G. S• .? '= .C y O ? ? G y; n O? G^ O f"1 •L O? O n C x3 •p SON C y V ?N E''o ^ c y N .: C_` E ? G.? V ?? G??p9. N O N U b U` N mU n «•e?•? ? N U C? yG L O 00 ? 00 A r U O O` r°`•1 'C ? G n d n C? 1 L N N. v 6 ?. « d? . C. 00? N 0?? G •D C ? 0. y •-' ?? 9? 9V.O ... ? 00y0 - X ? U 3 t 'J d V n U 'Q pN p. M 9 L.? ?`EVO?vL O 09?O?. u INi? } ? ? O •O ? v 3 d ?' _ L L r y" oi s .= Q ? mv? O . ?ri O U O 3 0 T_ C O O'i. a U d G 0.0 N? b.. ? ' - 3 GN...v p: ? o ^ j Y 'O p° ? N i ? n G p r ? U_ G.- 1 O.= Q y O C .? a , p u 1 .n. O T V ° q X T ... N ? C h y° V ` C .= T U M 6 R a 0T U C L._= 0.i y G O°n N p V Q a a L a33m z? ? .O G'O c(G M - opm?° C n9 O G e•f 3 o e: U9 c v? m. -° c ?h'o I.-_5 r ? . M 00: 6? G'? .L.. r r M" V..U. E-i M N U 9 •? ? U .-. p n U u N? C ? - N 6 ?? T 00 V 0? ? r U ? U ^' G F O U O Q N'C O c°3nni v?-NVa y p n o?'?'x?a? = y , zv`N:v ym is n•? r«?`=a?E `+O?u•-, r',•?°?6?? ?nH ? ?e Q?e 6,? `b `u eroi'mc e?.•c 3.E •aiSL?????'O u? ? r •cJ ? T N T N m O 'r E T`. A L T N U N V ? U U .G+ 'O ? U U C °• .T. 'G VJ O ,,., ? ?• ?> C 000 ? C U°' '.' O 0. 6 ? y n G? ? F ti n O yv p4 y '-' N ^G ? 9 W ? N G6`Ei^1. a.y v' a_ ' S 'C 6ECT? ?aul05F u u `NV T y? Q.N = ?(? QN T ?,yD y01^O. tea= 3Q'omN^ run soo??oa ???oa? r u v 3 v?.no oo no xn an o3F v •o? 3 u?-. ?Qm ?= "uus2Eo`.+? 7? ` . ` °?A=? a . -- •O•-auo?H v c c.u os u A o C0. nEn ? u o o .c EAO?n u; ° ° ° ?= .? ?A.o yOa, u n n.y L S. . oo3?.u. mvQ G-•v ?EL°+° ` . L •, -., ode v. u o °u s ro v Pi :cwq v ra a El ? H a °x °•'. ° cX o ? ? °• n.b'.u ` , Z u u n m ° n^ C e o y ?° cis 7w, j? ? ? tl o A a 3E-E E ° ° .°.' p ,o yG 3 Yi n u e c . A? N. °'hv1=? s^ti maGi u,°o ESQ 4 •o ? mL `d $y m c ? V s ° " ` ? ?. m w n Q ` ? `?'.Ev ?pE, °•? E.Yi ? • C`lv ?,E ? ? ? E o .v ao•"m.? °'^o.'c?o'` a?oni " ? 'S • o.n ?•° o P-21 $ ' `o ff Z` X.vi.. 19.9 1 u c y{ b n ?.. c:.•c 1.2 u ° c oSv- m Ea« g„ o o ? c y C? o? sF' e•OS.? • sv_?'."a? Cq ?i sn= ?:° L u ? ? ?? ? a ;°_ ?. 0 a O U ? ? / ? YY G G NN ® U N ..r V ?p ? ?? G U Si Y ° vo u ? 'G •' r '° •'^ ' •. . Vl ?n 'O 6'.• L E ?o,n p G.? m ?6c lno 0 6. O O C C U Q N N .. « S n ?tpp a C E •;, C •c6 x LY u''.' aq iC w ?.0. 0.'m E n Q O n F' • C .? J .+ r .J ?? > n .C ?moEoy,,cc m?Q n? .E $?o p E4: ? p-c•o Eo * ,, ua °cyE< ?` v '{? ?•?u:°nc -8 A - va ? ' _ a au°m??o , ?;n t°u?x ??..~°,EoLx ?,Eoc'yi Pi a.H C`¢L°•c• ?o'?t eo =°' u n rG •? ? ev1 S " j E c u •b ?+ v E ` ss 3x P• G''•°-'^ ? asu. • Qi ?' ? c E ? ?"d v ? E. E e ?LE ° ' a gu ?" G '? ° E S 9 ? n ? ? Q J 4? ppu ' ? ` u C.?A S ? E c ? O ,« p - uT e, q m >.' ? pCp n u` > ? q O "' E ? ? « U os ?u n m o j o 6?? m c,? M a ?n?V1 .°_.° 04 . m 3$ ? Q E 4« ?x E? n a.E3 c o `E x i Z4 oZZ ? J 6c way a w 0 LU n. a o O e V A- ? ?' O v-- o o.. ® a Q LL. 00 O a- ' Lu L- LL. z > U. 66 LU 00 ' Q ui M:5 /ui Z a. OK L..? W EE ® UL a ? a ; 1(1 u T c _. I ? " a0 F ?y TC N'p cm r L ? Y 0O aRa O y? F• > N 0.` u 3 a p 9 Y ? y 0 N ?. 6? t .,? a ?.= N V j 6 u .+ U U 6N ? y? O 1? L ppC ? O ` .Q ?• ? ¢: ?Q.Q 6.0 SON E6° L 3 T ?, QhO qvO $ ' of A O . R -0 ,4 ?y O Y OC y LOM$ CSS"c:-Y NO. wPil 3 m oLO.3 ??o? b ? ?°•s ?? u3°° `sa i .$c?•? E H ? h^ Y?? ? e3 u h•ov xeti Q_,ygaqaF;?tiN q•., r1 j1. u A.Ot y1..N ,?^D y `qq ° 5 CCC V ?q O -IQ Si A7O P V 3Esm?°im?i u E'G ?.?e y.?o a o3 e? ?« ?o:SN ,i ?? Y U O C? • Fp T L U N a00U y '? a C.0 ??? ?Q ^h 3 , U E.Q g' N UL, `vuEc`uy°°•?e?rn? d a Y y c E q u E?? c ? ?. C qs. t 0? .? ? C A?• V ? 07 N Ile O C .'d O O E 3 t C: ?y C S N 8• E .? ?° C e0 ?° Y' C F G C ;y O? y O u 3 n O' h ?.j GO N w ?. T O Yom= O'N C C Y vi ... ±?$ Ey'^yr icy «ia ?•E ? ?v3 b c•e ? ? oar u O A C u ., b ?s u E a r ? ? O Y U S•.C `o .Esc 3 e. n E .o o c. o Yak E'^ o0 y? g m'o 'Q r 'Q ?N ad V? ? P ?? ? FI T G 's?s.•"sLN,an `ov'v E 31.: O O L L? N •- c_ •' U- G C 9 O N C 9 L? ? t ° 0 9 ~° E ...._ ._ 0 ?.O N Y ? R u D 6 ?a = ?. _- L 3. F n G= '3 y ctl ? C C .?. C N j Y •? N 3 b9 7, ,. O CC 9 O .C J C L O .- y y V .0. O ` O G m w 0 "O G O. y y ? cL ^i -u-,e??:; .3 -•.o co ,o viEcse-n .E u'c om ya co.3•? r d ° _? as w? a yr o E Ebv;°- c o•?.c ? ?'^. ?"c m aci m a cs o ? - E yOO >. N\ _ • O S u O O O`F? OO E t `O Ory Y? t O ` Q 3 N A d O> U L. s E: T E •o y E ? E _',. su' .e M<'rz R ono ,o - c ° =O«?O `L .. ? a o c - Oq c. spa aq O . . 'y j4 `o? wA ono `u= •a._ u'??'y• 3 ?°n c '_ c i - O i c . ' .?.? ? a C C7N ?'vv° vas>>? y C • V u y Ld r ? c h. °.? _:cc,uv d'? c? o`ov?°asoAy-Eo.E?„'Y R??o ?°do N pyo.Op Tn'^?«O?p°?oy°:a $•='J ?s m?c?oE ° °??3 o+op ? $ `m, ", c c .m n nr: ;a n ?a ? ` ca eEi c A c ro ° E E y u y ;2 . `o ° •O- 3 u o` EE? ` u ?d y. °•. c c y `o4:. u _,3? .?$`o .?o°w ?j a-°'•°?u?. o. o c °@3.`°,o eoo cn c?:°_r: uCV CV-^°u•v°u EE o°?. y tOOd??o3 H . u •? Euo?a o 3°?O «L°a'o TV°E=c °c n•oo ° N ? r. ?. E.OO . c i V'di'a°iuC°.`?.Q'? ucy?,CMQ FO U.D O?vay 3??Ec ' <'O ,c?O Tyy`a '. ? . Ee?v.. ride' m G' I ? `:^.c yLt'. oi ? ? O >> _ 'C N 3] t ^ C v? O V C v O ? G. C ?v ? ? ? 'O ?'` •:? N « 3 ?. w •o ,n - « v o.> ,. ` 'a o a 3 .c `o .. v 3 .= E a•o s ?P. Ct d S u •O u .+t r „ y,_q v.3 E,y y o ? E c EEL-a m " ` n c ? . s ' E .n ? c E ` r o r C .o T O N C O O_ O W Y M y Y L u f E LU O r.Q y G Q N N . H ? r Y ^. X X b O .' O O o N •p V ?. d ?.7 r u a,v° .. e°. u u=.o_ c ? U or yr' T .o Q. ?F ? o G; c m > o p p v.9 C T G d 0. . t o r xy V'? ? UE °u Eau u o,° . W ? 'p N LY.. ?• ?• h C c0+ p ol'GY. y • t C u .O t O r L Y 1 ^, •° 02-1 3c ° N 0 (j .c ??'c ° O E r w a o u `o °o m L^u'm= 0 G?. a O w.4 E . F Y , _ ° ? td N C 9 C C_ M q ' G• q? O Y¢ p Cp vl: O 4 =°• E C ?p C •O ? L in ?? r F .G ' U y"j .O G U q •N O " y O N .o S m'. C ? Y "' a ? ' ? ? Y • u o E ro o? ?? c E ° •? ? aoN ?? ?. aur .. E u3 ua? y..:c^r•Z^ i ? n E .. NVG a ,??^a ' $ T ? ?° y u '?? •O•-',e e$Y c.: OO ouo•?, ° ? Ctv 'E' " :: 'v '$oNO °•$?'' ?? :a `u q ? 3 ep '? u3 m o o _. V ari r7 q g •? ? o Qc' T E Jo 's 'G ' u n H c o u ? vrgi °c pc F ?v c u u roc N O W °- ? y. •p yi `o r?i p G N" ,o ? Q O • L fd ?,` YCG..Y C U ...Gh ? c R d i.. S CC O T A 'q O._ a?YAt GO .+. ?° c v > ?s 3B p 8 ^ `y.. E ?i e ? O. ?s N O it uYu 6 C O u ONO 1 y G'.p '^ ' Q r b O C y Cy td N 6. u u O v C , . u o p = G O ,v0 g 3 O y C O' td ?0 YC .r .r C G YC Gi ? T y d r T T q 00 a 4M I O V G n q e:9 ? C N \ 6 - G J Z Q C V . . . f L q q H C 6 •? p ,C • p >- 'g N r . O O ? ???ro°?`$. . ?'=°on`J, C n;=x.? dl.`_" w y j C O 'N 3m.E3 ??_°•C ?@(j •O •r°-uq $, = `?,oy^' ?_ °o`G•ocKsN` "y : '•c 3v. N r 2V vas ?`°?:'=•°-o? °cnccc ? a .'= E E -yu^ No o Yp y C C?Gu OWN ?_? ^ c ??O?pN ? CYL TJGt CY y y ? y L?O'00.6"yy?yuV?Yy??Gyqy yqp ?p?,`OpN ^ N ?yi ?? ??GG r r?.X CCmN I? I C ?.E F"rQ COF???'$=Qm `^.Q h'O REV ?? 3m m(yQ ,_? gip, ?=??88;b Y{ Y ? =o 3"?•'- ma^ua?R:Eu?'E ?QQ?(Or^r??a?0m?0?• v v v ? °-? ? vC??oNOB ti 3B `I C. YI S S N V ? .O. 67 6? 0. G 0 O O 3? 6 y l? b E? YI ?°°i=e•°. ?,?? o, .°oo °??'OmA°m°? .c?c ?cb°'.'E.scur? H??c'Z ? max: d? ..°? u°m >.u ccE u.SAEuv?` EOO o`v a$3o cw°auu u ..a c oC'1?cv. >"p mt ?.?a?jmaro° v? c?y"u tau ?p .ti15 m .c mooE °s °'t° m c.? u `o •• ° v•O o ° c.? o` m y.?oti u r u t 13 uoo.c c??ov ?"v.c o.B U,?.o c'N °ic >, ?'co.u?'° Ica v$m ?u°oto Cw?.?^°m yU .d mv'mn'o.Ess•om c?6 so..o`. o? c `°c.'u E, r??o`? .p c 3•,.. 3. ?:c m• o c. cb ct ?. a C •_ vi v O° y y 0 s ti ?' N p C mt ?? T O O E°om?a «o_° ??.•'?E??oy??? E??°??°,cam=tl om??E,u ?`°mm?? a o3?.83"0•0'? >>°'=8?a'-tcro madteo°.'PS.°' '? `.'?3?>.vi X30"?? a$2o?•=_ °- 'v'ttl •w _°Ew c.c .°c `^?`o >.°?"`T .mss ?•???y?= E o•a Nov ?_ o•'T' Qom:: ? cs ° ° S•? a s? m E? u .$ .p ?? ? E'.m?. ? o o v p? c.o y 6? o .S a,° o C E O at. c u ? .. vt .yu. °'•°o ?cO m.S...3,.,? _ ??„m Lu.muo =,y =i?y? ?•a,?v•o,c +:3 G0?``ov '?uywc'O `•y?? y?,u`o o..>-. .. ?auu .o ?'?`o >.E .NR„E3mmc O m y? V O A m - u- `o ° w 6._ 3 ° v U 6 y p m .? O %jy 2.g ..°v?.n E_ "moo c vy?a5',c:o ?• aye >tu, 'my?.°.p .. bsyv?-E?u= a`o md`°yv?o Qt=u ??°n wvu '•v `u 3 S• o c"` •3 m y 4. ... a .E o y c ,u° _" u e.5 N no'OUP=y?T?3$-f:cy?a?ou??u¢a'Oi'c?c?.E o.?` _. `?." ?u`?$.°`•`?u at. •E. y>.=??m•„t .. T d._ _° E H E p W y=i 6 L c y O -° A .C `Cd `° 7 u- `•-' r oE.,sd ?. n. `C'. u'?u m f ..m = ?c.Ec .b'd c-. E o y m ?- u o v. m t ,° m c v ..c?O u c u V y N 15 W m C` 0 O O C 8 8 V L O Q q d = ?? o e a ? c au c y Fat c c v E: v° v ?" •? a?C•3. ??ty. y c c? E m d o ? ` ?.° ? o E.°p ? G? mm Z: 8 -7S 4 v e•?u, .+°c 3 °1 tu. c u _ >. g• u v °. t0 6 s b Q m ? ? ° °q 4O `o E ? c a a „ r`o •v ? •v° E L° .;; -`u• Q? iO 'u E?•= s A ? u u E c ? a.'3 u m m v g W C E .? O E ` E = C V 6 C 4 y y E LJ t•` Cl) OC W cn z Q Q Q n a _ z O r. w i O •O v p'O O .C 9 ?O'+ td L y L 'O ,V O "O U G U 9.29«? N U. ?.... ? O .p ctl O 6 tJ O E C ; ? C y N O. T U ? ? etl An U C N qq yy ? O.: 4 .C ? C ? guqy ? ?. W C L P rl h ? r ? O' '•CU ttl ?0 « '0 0 • ? N O 6 A v N N m ` N - O raj t i cd C `0 'O R 'O R •td C F `« U T i 6 Eo' ?F o'v «o.n •O O p u >,. ° "3°e A c o a 3e rvl •ea >,:EY HV"E ?U C E " CY ?' Ct C C L F ... y ?pN O •p eO 3 5 >+C Lo '.N ? L ? Yi C C ? M rv' • F! 79 . 6> C E g 0 G U • O « E? ` ° E 3 . a cY O 0 2.g =.MU ao ` T . . E« m'.. $ cs . v tC M ro o. a • C N von a - r E o E.g c.` r, 8 a g N ge ~ 3«a ? 38an _0 ¢ T O _ . «>." of 0 C o u. m° `" ?5 a q?oo ? M? ' n w r'"° m8 i •d N ?E L' U/ Gi " 3 ° ° c .. u A ?° ' `o o 33 30 yd UL d. A ?i o "-. L,C Vi , n ' r.?. ?•Cyy r > CU'7 ?N yv 4 . ,?=° Q'>?"OOLN ,O. u Y{aC r ' _ v.? O y ' . . . e U,Q MCUOU°? Yl E ma.Z` .$ e> a'?u4oNOao t Z'a. , '?3'"+,y?j3°?rv i 3 y c.0 5 L°yo a x u "a,ro •fl . +??Qo ,c •C J ?. a.q.c,?3o• i $ g m ° c ° ,=e?-.J ? - j n n? -v c R • ? r ... ooQ w-_ pG Q C gTg } ; 7 ; ds ' C aG iL ° V ^ ' N• m r U E A'E " 8 g b l "« V y y« = C U "• T aSr'5??L ?v?.3err vyy N._ n?c ° uEr o•??? ? ? d.=? ? ?mN R$'a'aB'a??? $?y?.r?c ? .? ? ?c1 o $'? ao« QC ? u'd `-g w? r^ 8.b 396 E , 0?..=Lu CC.O iy L'G?yv UO^ E E v oF >o o C?1 79 c° L r 3 C NC? Edc t.?N. >? 0.? ,•F = B v o ? 127 T .O?? ?dd"UV C ?. ? VN d°t=T 3 O d Nt O ? y J`O.??•O "O O..•?L? a E 1yOG so c ciu ?3 c 'Oy e'L.O. ? Fo 09 U E = N q ` y•p .L+ `o y v N OA C °. oN OR ?a? U,5 ? . . c cU c o u c ? o.p ?y ? Q c y R v^o ° u o ? •> ,y ? _° ? ?? , i 3 0°-? . E $? d0 m G y T O C L? p C O > vO U3 p3 y O N a y ? E ? v , " ° ? g _ a 3 `°??•°:Q? f o cou ° 'ymo ? yyO O O .E ? d G .G ? 6? ? > T y0 O?...r N O a?" p y td t y ? ; C ? o ? a C 0 ? 3 N oo. iy d ? -.-d ?. dp C . . 8 "0 9R uV E W. N - o ° .W d. = •?`U ?o`::.E y ?•_.c a.. o y ._ i M E° `o w ?>y ?,n oo °° 3 m ° c>o ccEv .o_ :; ? 0 u '., o E1. E. 0'3 m r n ca o n ?° y O?Or C C yO?`? C? O O'L? T6yS C? mN? Oy?A?.CN CO V' a? o z y C ?? j E ? ? , t0 TO?= ^ .?yy. Oy ? ? r O? ? d,T, ?O d°y U. NN?.. ON •>? C M ? J?? y? E a,.6 a o' mE o- C ? O N j. y m N 6 c ?> ro OC ?C y ?0'? Ca 9 U U Zv O oM 3 6 0 ? Ci OG U° E y -.E E 0G C 4i y E O ON y T? u c 3 C T C L d L M e p C 0 y g U ° a a ? ° ,a° Td3 . d c N... ? o•_ _ cy o e? E ??v v w 3 . E U C/) 5 _ .. •v c Nm •- c F C o ? 'O 4 C '= 9 " ? m" v• v G O v 6 v O N y . v ?y 6 0 E ?6tb.UNy7 CON6r ?MN ! ? O td 'OBE'>E O p td ? >+ ? U r N 'O .O C. O ' ?>. o i c = -o 1. a ? 3 C6 no`o ? ` L, c •o r 66 L 3 .o a CaU un a o .o t. O `,?' a ,°? .n o y d c ° c O CC •? ?•O r ?" m "C! iyy my °u L"?° CSC ai >-_, Q' c u ?. C rn O v - .°- T t! t m R Q OJ L ? ??-. u O. ? CFr •?+ y ? y „ 3 ? .C U e A E F' A . ° o o -0 t.. O ? o V ,O ? a+ •o " v,c `o Q > Cl cl) M t«...c '3 3 ?.. ..+ +-' y y O V 9= v oo u O ?+ y- a .4 p e H y Cut a Gw :° o V y 'yp",n v m G u 'S tq G O0 is .°n u a? rA T3 ; y CL. o` ??o AAA oo e v B• ?x? LT.QQ ,?EVC34vs J CtO E I T c9 G .? .D A ? . op O ? _ a$ o eo I o ? E v E c ?•o O o ~a b c= N °z A E9 O A v d ?n u, ? ti c `A? ? E T$ !` E p u c o A O O a°i a 2L a C14 E 5-6 V ?y 3 o F u 3 :: M F.?4v... A n •`?•5?5!! u ° w ?e i u o u E$ en ° o` o O? P- - cF - A .., ` o`u • 1. :E 'c - o ?•- N O. '? V O 9 !? O T .. y ?' ,A„ O ,_, - y C .? 9 'O '?j O C 09 A .C C Y y O U ,a °qtlyy A>G?? .cnuv?•_ ?.•c ??nm d=0•o VKsLAA vu A.?EE s ?+c N C?OOy=O ? 2EO ??A??L„ L fri G? O?y N'OF T O?d?p ?C 3 .°9 `o .c >._•c ?.??• ?."y. ?=`?,a o_EeuM ?°? oA?-A.??A naa ?'t°•` °? yy c u •° A ri ° o f ;? z .? > n` ° ev 'v ' E c y $ A '" r ,r F a L u ni- `o o`o $y E E F- 13 uO'?! •r •'LU•'op3 c $n° rv? c.E•OA cc°'o '3_•0? 'C `o N O U C .y ? r.j u ?` 6 A N 'O A '• aOi y A y ? c4?? ? `?- c'C u u o. al A R? ? At T c bgg? ? ? AU ?i 3 = t N S c a? .c $ O.v "o u c `.?..? .>°- •M ?? 4° ? -° 9 ? c? e h e' ° A o` m c i s lo-.E 5:u g•??i4°c o? ?Qu m w n•? o ?oN o E m,y$ A.=' °L•- y9` •? c 10 c_!h Vi -RA u o E m.? ah A e a,u E 8 Y c ?•c.. $iac c u x• $ y .3 a °p 'a o > •e v °Dy iy ° oe o 0o S " u a o •o •., c E A .? .? Z y > ?e /•f ` 'C o ?l u ri• O •C •O ? L.. A ri N L'O M E A z FO "°.' - u N „.13 -U O ?•?'ayCalLin`o° ^r =3?>su.EA`? u"cam mo°? ?ro,•ou ?r` °`?E,°,y?`,iv „nN,?o?.°uy'r•° Y1= ECO` ad'?5+ a.8?LA•°'+.? ^ E t mC . O 'v .. E•o=`uVO TL>?L An$E'A?3 g.°oQ?' E poi- ° c ne o[- N ° VV t O O V O ? N L O y u y ? y ?. r0 •.: O LL,? ? •T 6 y = ,. O y S ? A Y1 G C CO 'Q ? .O A A t S. gg b; n??.t? VCc$tRs?st^???F•o q? -VG 'o'e ••=.?N c;a¢,?.oa?.`°'????'? $•c=•o?? ?onS?LU.NF :ni?;Sv?'to?o 3vnncnEv>nAE'm o~3v,? r °' a u ? .? m ? °c o •? ? , ° ?_ .` $ a 3 `"° s •= ".c ° °su. a = m.cu..>_° ° w. ;o r c c ? oo •° = a,O c >' .° °Nn'. E eni '° y A u V c ,? M .``°_' ? u H `? `°' ° 4 °° a " vi. c m .eoay??cE n... ,-cy eai .m Ea°' Ay.Eu°•? ° c c o o •• ?ic c n _ t0 •O V e o ° a ? v ?° aL ? ti` A •3 u ^' °0 n •v ?? ?- y •? L'O Ty 0'`'C Cam- w •W E?'00 °•? ?' ?? ?'? O o0 ?F ° 6 ?.0? C?•O C'OM G m._ N y ? t d L i._ G ,0 p G O .0 O a L :: ? 6 .L., 3 ? y ? d y _. ? T N v C? U a in 4i ? ?? 3 N. .o `mom `.y •? v` 3._,° N ro f, o u ? c .° °'? .. ._ o.?:aj ° ?'S t7Vv °, "G?S,?u"O.o $.7 °`o "?c•°3E vF'?°'v???oE ouc`?.o ° v._oo u`.^ oo?ue°,y ° °N' •ey-i' 11u'o3w 15 td 6? L. q a T T•°'9 ? ?' L .0 .U.. O? .U-. a C ? 8Q O'C-• d T.? C? L 9 9 .C a° Q b 9 w e-•3 C 3 a-?us?E°?u$,u•° ? E,_`?° cam.-.u.•a`? u? Ana cu oo ?a?•>• p a H° L u m Tr m .. ^,O `?? u u g c .° u L ?-. u v o o ?-, v a vy = •o •?.oo?m?. y?°:?F'`?"o°,;, `a '° 3?? `?es E c,? FLU. ???34 o.. m;oM •> o` cs °a .:°?e v"3?ceei"`-'v'e° ua a.4uE'° ..m c `°o._-, u?v -`•ea. a.=,caa `o iey`o T.?u °="?m>s vs `o ?h ` L °M?? = Nm 'uu c 0.. ` p pro` a?'_ E 3 8s u c u a,_•?v tz o. o"t? ro m•° m ° v•$" H ?.?•?-°n `nd? .c o E .1 E o E`o u "a.2 a^• u-?d ... „_, -._`?o c c«,?U•.. V rim .N. ° °°y`c Ny?Lr cy ,y .uc E = E.u m= o v2 E L,-^ v y.V °?a' cN..?o•o `? N N_ ' g9"._ou????•u.3?9n?,c?4=No ;:u 0?0 3??' ..o,?u;ono a?aov° aa?°c G q G N T` c'OL aO Cl ._.E awZj ?.. y ...-5 - d <a A?. ti° 3? y •? n `o? o a c u •cr u ° E y$.c -? n y•-.n i =a?d.e eti .ucE?v F3:a mo?A4 E,_o.F..??ua. y?°•?-N. QUa? ::::•c.aLi?,,,y?t E?':?v ? o n o c°? a .un u ? c n c a v u 3 n m '3 ? ? m F 3 $. E? c', w G A 4? ?. ? M iV `o .5 yE co. m, ETOVC c. a "C ra u can ? ? ..a ?d v° -a Y 0. O # Cd O^ a° A H A v d v v? O :? C .uv m n°a? c U yr 03 -.,4 ay L' d CC = cud S. o me ox c. 054- -2 u=L•Es o W y u 'r a V e o, 6J C'C ° o` E'.. •G. Cy V O CC?.V.bt I io O C11 E?? N cA CD J° T On?? el• °° ear?i e° o u O u C C vu! 21 C 'uU C o` 3 L° s .?.•i oo CV .?,E Cy e''.?. N Ica w E u .N-.• e ELI 9-9 M !E .`o h M $. E M F ?- M m p u d M d z. I ' a L ?•.y C ? a vni ?. Uo O E .cy cvu ° ye0 cGO3 ? ? ??3y L' __ ? YF?d p .E?y y you ..yY O c o,v ? ? co Ecv ? c u ? aE? - V ? •?... 4 0. C?0 i° ? U ? 6 ?i H ? •O T] u rr ^^ ui.T d a T won .. n n. ? 0.ti,? ?L I.S.1c `?`•? . ' a 2 -- O a L f M o o P. y y rn O a _ = .. a :° 5 G J L A Y..O PLO o o Q? t O y u ? 3 ) A '?n U G' ' U cn CL ai c ?n = -2 oe a ? w> UG.E I `•E fL.,u Ica I A•c,E'=Y. 3 . %' O- y O s c o o c E O V? N y U_ . LLJ c ? 0 C- ' ? t: ON c o O o 3 A . O U U U U G` C d M y . G rl ? y ?.. O A 01 goy amoc 01. 44 rEm? A O? .a ,,,, m o oo = e_0 6 C i N W •C •8 6 c C` .L. h b N ` ?' C .t C .. `' Z O O y C C C Ory ? ?• N C E V .n.. FVr i. eJ t •N U? vl ? u O.'O .? tEO '? O N'OOO 1 L ? A O w == O P O 0. G r ? T.ry A.C .? ?O O` G eD? ? u O'- P ? 0 id .C 00 ??y` .od..O..V .. ... N O. A Y Y L ?, A? n G. r ? ^.? L O o ? : v °oAeo? ° ?o c`? a.ao'^?, '1 Y'= c'?' ? o u 3 c E ?•? ,? N ? hL+ ? G' ? N M qq p L' k2 N ' O M E °a ??+f O .-: n O Y O 9 y ;? 'O . ? i V O 3 O U ? ` ? •Q ? ? Q ? ? ` O ? .r. i O p ^ V c ? O d ?" C n V • C C C O OO ' . . D .? ? ,a C 6 o N j 0 U ? ' O A> ? O '? ' C N . ? y . . . .. C •U ? 0 C . ` j? O y C O e L ? y iO C n O N ? .. 6 ? ? H ?Y A p, u c.r, rl o._ A Uh 5'jj dN " ? O N C h U yU?OG YvM ? N ? T d o A TU C er O . C „ • N n o'o c 3 c E yyAa ?= C O OTTO OMNpo O = 00 A 6 n O C a ? eiL ? yYGj? P O A bQ C y9'> > G A v U EFOC?tl ?p? EL "' . 1 YI U W '? i T O M n .= L 'O. ? 3 'f' 3? oo '1 O? N U '4 p n A C U Y C ^ O?• M : ? u `O ` C C C `.? O '? u L O .= U ? . pGp C 00 ....O G Y ..G+ O D',p A M t? c3 ?•o .C, •E. .SON G 4 p 5 • c ' ' 0 •? r ? ?q C ??Mpp .o o3=?cA ,_ c.s . `o o " E u , C •? m? •' q A M o. a,.??- ? ? ? ? . E . ? ? f?1 A •-T a o ?6 C G GC OAO u O 3 p 7 ? A nU3 nC.Tp l .? r ? - GT""u uy ?.UL C G? ? A LSeY E i r CON MN •p Nn6 ?U..O AU ?U'O C 'N•1 ? 6 A 42 L. M ' y • 8 `o c.ot ? ?n ? ,Q 4. E E 3 ot'o Y6a ' ? • O Y Non D??•3 ?'o $ n ?O 0. .? a?$a my,o?.`5^000 n. ?' ? . c?? ? I -•? sa >?m=a.o ?u.?o .c Ea o"? j ?•v o-;E a. y. OUy 3 . py Y? U cU .G.QO {L° ? ? OO?? C•= C .T. 'u ?O?f^ `!? G NN A:? n id oE?o ~ ?,. u L C ?p y Q•C O V Ct? .L.n?M? oot c ? i ~ , 6=Y h-w°- q n o u c Via YID ?. o?p r a=i'E ?`o '.c .E n ?n? c ?'u.?.??NAr L?U Y O? _\ 1 r '+v, °• o 9 u° c N OLOC ^.'.u •y- E y? u? b c c Ye u c=° UO E A Y? cC ^ n O LO O G v U Si T y m= •?p n = E N i s $ C A '._. y C G•^O ? ? N O ?p ;E ` ?uc ~ . G G u 0 Si Yg V O C C o O M S ? ? ? 0^ '.C.. T'CC q•E'1 a^$ cOa n - a 'X?e'ON Q=?eG i$-Sr ?ri? ??.O?r 4r; n i? E U V' p $ ?c n ??.E 'a??60 ,= u `c c A o ooo E?.? m.y 8N Q v e 0 n t? OC no o a .. •, .L.. J . C C L 1.:. ? L .? O • Y N ? O O O ? t . c • ? a' _. ? ? .O ° r cG N N ? O ? .....L ` O coJ . •? eq O ° CO § ??N?' 00 p « O M C u r 3 .? L r p v 7 •p v ... G •,, c) r° ? a ?'_^ cy cU vi,? ??y O° L E ° • 0 V ?. a C? . e a 9 ` 3 -O ? y O ? ,.. r O ? oo p ? 4 O ?U ? .., y 'O e0 •? O C (... G ? ? R ? O N d td •v +.. ?N,.T y,c w n y n is o `cd 4'O "m_? Fc E?`vg?3 ?vv ?.?o.p°a.a ,rn. °af ° o ? " x'o` n. ? _ d ? F°., v -? M 7 . ? ? ? 3? y o'?y E °.' s ? •° ? m v a U C' °' u '? ? 3 ? y p W O E O . u Eta O U. G O J,° y? l O L C 6 3 •Q C. g • ( -' ti r? G .. t J tl O ?0 c' ??y? ... •o ?,°c ?Lec`? E'v c2d°0.' r ¢ . a:r PO ? C `p v .O r o y J p N O .. = ° ¢ ?0 = u o N E d _ y r'Ci, T O U C '? Y N C? 'O p •p 0.v r C? o O A L .r T O r • y 3 L N w Y d ? ^ ` ? OO.w TOO - u ? m N 0 _ ? C 6 j, O C C •O .v E t< "_, W O 0 .L. y G O O .° L v no• w u'c •°_`"v °m ? E•O y L+ ? o •? " ? cm. ?, o a.?3•?'? o o _ ee O v ° o•c :°o o =w .. '?. 7 o•a `o E. ?v ?U? $ u9 ° c3 v'.-' aci o0`3 K`.oc °c ?,'g ?¢o a • ro v U ? M me 6. 00 UJ??n.•? r, en??._ m?LS ?? ? ` A >L yo: .. E c? c o , 3 m v yr `ci o• QO O??LL.OO •y-'m'>O"C1?u?orpC0.6;50 g o O IC YNHA p, d.OV W? C OOO?L-.?O0.F9L p~'d 0-0I auda000 L°.,O9 id?? L T 3 O4 ' NO1?vL? ?' i •E. N v C??„iEN?.O E.?a.y m ry u p N w n T?HCL -?rti N•Ob C?3O ?r?•Or ?. `o T `u •? ;(' ... > u° c A a an'^ m$ A 0. O V 3 N a ° r M d v 1 y R b ' G°EY N O" ?, > N f= O.??w??'G 0 aS v y ?u ` O O C O . + O 1 '_ ?.H ?Ee?C .?Qcy.T .'m.L+1?"'N V ?Tq•O`r ° ?r N . N? w.G ?'•? a>G Wt.='v??I .. . v OO 3MN4. NO'?y tC C?...yr C'>>0004:'OaO ?, N33.. N .O.O ?A•CE 9 ON ,,, Q??uN?CVLY ??'C C?•dM?C?y??? ? v ?r :r 'O 3 y o c •? u+=v?'u tV v •?E A a a ya'uoMN . .i 3 ao b E L m S U o v° V N .5°n 3mc EF E n Eu F. . goo A ?a ? Z c 3 3 3 ° a c LLI a a ` Z E $ EA a 3 3 0 =9 c o . a 0 y 0 v: 4 W Q U ?i a c V ` td 'c i° u c 'd m o oo m m, a, 3 °a3 c c_ ?o m a 3 3 :_ ? u u O T a< cUU v w? n? n g'n 'E m? ._u. c cU'Q L ? N °, N mM? q O ., .a CG o: .. ?? ° °e ? vv? v i ovr d 3a 3 A E ad 0 ?' n o,.. y c.n y `o .`A-°o? E g a? v u?°a', `c?N•'=`O p tO ' .-.:. .= c 3n? a3y vv $, 'ff •?.°.3.Eu?'°^`°. uy = °'YI `X:? "oo o u '<? . Env. 3s E ' • 'v $UO 30' ?i„?Pi .. `SNP E"a, m LpN u Sy-. E q.o _.rvv? s'? ? ?? c 3 '?°N o Cu•=°y.c ?.d o • ? 4 O O ? ctl RTqy u C U^.? . ? u L aVi ti yO?? Nt ?p_ '? Ot c c ` o M .., Q r •e_ g u u •? E v y 3 L .. C H •• O ?' - V '^ co ° ._ d ro v u v 3 °'?''1 `° •° :: 0. ` o Ate- ??'1 = • 04 E<°O ? `oouF°.yu°??`o yoC C ~ _G?8 s `u ac?8n .'??io? N S d C O._ • v ?O g'0O -' p F i eJ u.T.- ?I ?iOO W p??{ _ U e`J •CM ° ?:? o°? Y? • '?e G,O•y9YtdtOYE- R ?l C O c..? ?' G MN L Ni= a?u`°so383c? 5? ,. < ?._. 3a?o. « o i ? ?? ` ` 3 U?o o' °-° w . u o?. o o•?°w o;;??u•aW_J ? .. " c u . ? 3 'qO u •? C C n }} e'f ` 6 e?1 M Y G? y C O ?N j ? .O S? O L7 0. ° O O N ? N a V --Ip O '_ C `?`^ .1 ?nO' ° N T p ° QL='' 6 rp C 7 ` v!'? O C may \ Ap 'eCl ?. e u •?O .? ?O O u C A M N ? C y y dl,C M 8 t tl? vt 4 V . `?' t0 ` V ._ 3 O `$ . ._ ? O v C ? G Y C N L U? ?' 3 av li < 3< O n gg _ Ea a? oo$ ° .rv."?yy .M.. u=? Vrv1 c J? ° r °'t{ ?`? Z.. "'N ?6M w?i?AIV C?•O `??: p y ? pp p y <V1 .°G 6V ?'C.r rr??f o0 -MEN a U N N C w^wI lII ? F = N y 4) C c0 W O Co 0 a. d N O o O Q W co t 7 C J W o4 ?yasaipCTO N 2 to ?Y Z OR Q1 Zw y O O rr S y C O Et? C28 y?J ?? ?; 1 ? 1 1 r:?< ?: I i ?, ?_ ?' 3 '. , .:,?. J .O •°>` o. gp 3d° b4O ?b?°^ °_ ? ^,°, ?w=m 9::?S?aq° ?a°Hvm U y i}" N ..? ? a° oa o'°5 o«°??34A'..u 90 "' "?a.aaGai dPaoBa ao.aa-u:.°,yoo['1• ;:? .? N dw ei vaggg ??aa«??,°°° Goa w o8?m??5gmg ,?a??°,+o?olhZ uo'u=ou?".o do m '9d P.mC7"«a°a9?°J$?a m3 0 8?°'OS Z.'?wao °..FG o.`?`?vEu?e'-"-' ?3 •? m b ? ? b y w 0$?? ?a ?`i+ O ... ?"'? U y .'°. e u o• ° ?+ R? p 0~ A d? ? m AP C,? uc Uo= 4 ?B B ar7 'ao.mcEa,°°roe asp °°° w °°aVwm^? Qaa?. '9 ae8m?-m ?° e" ?i ??9 a B"?ma?8b8•g m ChC? arms 3 wyC?ZE ,?C V?Om? ` Yu a?"?, x y w ?° ®q m °m. P Q rp o ..' .? w ?• G h ^' ^ y ° F p` C •?j r ra B ? .o '? ?. •? S a ? : E C ,b ° ^ .°o .. ° v m c u c T F g ? `? ., u a °'O tS ?$ °' a? •g,?9p•3?$"sr?g7.,? °;,.d-°p?aa?o°??m'3•''8a??'4`?u?8Z8°o m c p a gvQ?m9?dm'a kk?? 9. a a8 ?m'$m.. °m :' a m ° 'o m $Y' oa F?-•°`?'89? ?r 'n'.m ? :.V. ..8g.y ?°E ?uc3~ l ???•.o?a ?4 pa 2 ??, ?'•8 u.,?g ?ayEd as ?'7 cmr ?u??c a .,?`.f3 ?'m ay .,.a .p 8 o8_a??bm4iA°$mo aU Kaa+=.g'$m a?°?..°°??.°.?a?'.°.+2ama•y? ?.? "'?8 ?? nb «?.? ,a ??o.e?a m?e?°u«? ..a a I p,=?? a °•p; ^"+ca ?s«c C?yme3•°.?8 ,.. rd doom $°`+ji > cm c?my:m$m?°°p`G a.o,°al zJm^ .: rb ommvi ?.o°m8yupp oaro mho°GQu'8 -'mao F ? wa g ?O ? ` ? ?{ ' ? ?° Fm 0. ? u ? q 0 d 4 ? O M ° °«°' •6 d' ?aa.°m.Ea W ° s?Eapaegoo o timW x3Fs ..7 'S9saam a"?'8 ':.U 98°a?m gcsa?..oB -°«`PmFd.ucx't7oaQ°Q?G«Gmogk 'r $MqmW as 8`d °o $°• "°'p81 ??" `A"E °.1fl9g'cm?a.d u11-°ba c ,41 p?•- n caa p.8«?omw?a?yea, i^.d7 :!Si .EamatlSFm?«?ap.mm.a3a?,p°nge°• Yg4a'N ?s ?Yopa m_V9 °.ts . ro a O li P N 0> 1'i F ... w°. P M { ?7 6 -J '4 ° ?I P O P? S ? .S •+ e.°.$ $ $.dm M .._... za'? a'o^tt-•.?•d._p.}Nq??^ .,.y8A4?Co '$y??. '.a 9?Y?H ?5 ?•+ N 1 oS eg. o^? `moo ,•c°?°?5 ? ,°,+a Etlg o8a7 ?'? ?Ya°bi? ?d0?,u eg,$s °? m°? "a19 .,. ?d y -••? D N6'CI °^8W 9 ? ?Y? ? e ,o ', fG" ;5/ pp•.. Nd ?m amB ,?°0 ?•0. °1 a? 8 0 2'?cm . ?8 ? 50°. 0 7nsg?8Ye??< ? 3i{^ ? ? o,Y C'm?83: a?8u•95 e?Ry?°Mm 3^e`? Sg i ?'.p9 B, 'O D ?. 8?a9o 11a ogep '.?'q ffig I I i ? 3r .. .tG88? ? t ... am•n a' ?° og ?•, ?Wa'J3 ??a,T?+4? •'?p?o° ?a 8ea ion m9a u•?J ?mm8p$ ow??m g°?« Rm y?pa8?.. Q. g F f?°' 4 r p. 3U s o ? ?0 `33 -4-: Al s 6666 °? tl7 77 p c7 r 3 9 p 8 a ° g," , ?. ? o y? AAA o ?ya .? ? r .4 8 ,9P ea9Y ??u ??? ? &g a ? Y&«9 ??°9'???'mO? 0 9?P ? :: •" ?? 9a'&9?a ?o?'?°°?' cg ?`?o°P? E?? N ?B*???°@? ° u 9 r9 .8°ra?$ ?9dw 23$g99tl,t3aa 3a? o ?r aga }r N 5?p,?97 cb???y95?? ? ? ? y n c?gqeffi m ar ° ?oB •d?? R E'o+rytb??=3?0? ?` M ofi 'gS 8m?tl?9ns°cs? Cl Fn.°. o??e%oo 'i ° °?°o pnaa Bq ''- M?8° y e•? r M M S?d.'8?.9 a8 c_. .. am YS??Ly88?? e`di O 'O < oi?Sc°ou c ..oc.. Sys .. ' in e a ro°Eo m:E? ? g .?FV 2r?'? o °?o$a'?o bS Lp m.. o od M 3 M A B C ".te o° 8 <o N a a°ztlm _ m< i.Mi°A J, AS a 5 o ka ap,$AH 3?8:- o n 4, M w ?? «.E? pcm°?E? F- v°o °..? = 6 u aoc o v mac, o ., A d ?? .c w° ewm?e?nea` »??mv m9E^°?m o uHogo?«,mo oa'«S:° _ _ .°°. ?e.t o ^no5 "«_ q,,, ?«^BEac mu« ad E'; o? A'O?E"$?e?s: `?°„B?qo 'dmM api o°°?e'H f°o•a my?M ? ° '?- i'" p i.ape5 8ga Sm w n7 V 9 r°0, eQOa°wd°a, ^".. ` 9 f^ D x pq <o ,S,°P.cg? mG`.. ?g«E.'?Pd°?°yFia wa a uo m??'8 ,.4., . o o c«.? d bm° ?°R,,.;' ..ad?o?BS°8>«• •[ ? a'lxRv i?°oa8«8aa?n? 3 'H. o c'-x v] s'° =;m?5 `88h veFO m :8•°0 aao .+??0 9 $ USa 03 7ces`a EEEr p'.b.$adm oo`m42 4 `'Oa u'd d«ue ro p?aW c ooh m '7 d$95mEd -D `d Z., og.. q DB:co s U ^y po,d6 a S m o oO .._° ?6.?F .y"m 3'8 3.Ho 3- E a .8$m°vB Dm`' °d°og EAR o°d?EaSgg "a. ,?m°a 8q.c' g 6 6. mm-°°?0m8y vam<= uo.. 6a Opq $ca @.. $?3°?oa,e c:.. -0 -4 ooRi o? Am°8E+po ?H8°d?a gq 8 .°.°o ?'o aaa ° z °w a a3 0„o eS„d$°p ,°«s. ..?. a °m«? .c m 8moadm?P uH y to ^ ; amp ?'ayE on5g AE m.?no ym M5g 9c be 3or°... a a . roo ?AB?« m?4`yme o qro A40 aF ?..V gaE z33 W F 8 'g .. ??oP' w aq"Q??J?a4' o ^a. °9w$ 8,°myaw.y a eos o-3 1'9°g...39asu E n 33?o m,°oa 9 ? ddm° ?. `p<<3«« c ? q?? ?Ab?e°o?°tl`.$?;in'?9°?{?H. "; ° `3 = °me.'0'. Sand°3?' ca S.ma'J?E ?9a°'Baa.??a <0 0 ? Asu?uAsa?°`.«Irg°r°°?$?a,?.gB.E?'EaoAmc4?. ??+?? •-a -•? A :1. a mg a?8 gro°°.-°, m 8 R 3 5 »VIUMO'Fa°'°O?- g 4 L4mA,9a mm oA-0: 8 ?y m3? mm .mr ?H e': .. 1? !s Q?5 guar d°m ^a b am a°" a ? e '? a 3S6o Pi'3 °> d +?°weg?iw8,r$a&'aVim"-°•'a?,.. ?a8°°;-° ?m'9 ?.ryp '$ -P.tg?YJc9 "o'a°.m.d m?'?'••3a?Je°'w'9;ad°n'??cn?ya?g9p?'??`'9?c8 $a ?."°??, , ?p FJ''6 9 C ' _G Q Q° y m_> zi A b .° m m m FJ s y q??E4groGoe?v?' o9 c m «9 °' mw:mg° 8$H RA.gIjpi"gb a •. p •' o'm .: 3g 3a asP oL+ 'Sr'a E`s?e`4 q??',` a R?a 'O m., a a 8E??8$CSp?2Y??= g°sg9?G$???myaa ag nr $ y :p ap '?1 G _O C k ISO g* ` .° M q g.0 ; ° a' 7 4 0 6 1.'c? A 8 .5? N "? Q al ~?as`&? ?plrn+!o o'? ? X398 y? a8',aH H£?g.. °p ?gI «8 m 8 Wsa .. `?0 H? Ag?a?pMOy'???'a???a'OEv°.yOV?9is?p,'aggYo°FS'na°«g°.3'9"'?,?, g.??' .":X ??.ta•a?. G.. '?.. E•'9° ?n o"'a a ?'e gg 8tl ? d o. '?«. _ 3 r 8 , o a $ 9 °°o H N F 13 Hll-d.e"em ?g ???raa z 9 a ?? N A.Ct°la$'=g . S=. °)'s Eo?a N ? .` ?m3$pq°&gq SBL°. b ?$l43°o2A ?ip$mY«?C ag aFc.`J«ro.. »w Ioyy »°.: `? I a? M "yo da,?v?.. .8 $.R°.B ?gM M'-?o2 a•l ss5jp??+?9a:t{r 19 gwA9NA?~y? 'r?3 B ii n 1O ? :21 P C ?.i w 1 ? Y ?' < ENGAGEMENT OF CONSULTANTS 6-01 GENERAL When a Local Agency wishes to engage the services of a consultant for engineering services using federal funds, any agreement for such services will be subject to approval by the approving authority shown in the attachment to the WSDOT approved certification request. That attachment is described in Division 1-03. If a non-standard agreement is used or the agency is not approved for certification acceptance, the agreement must be submitted to the WSDOT for approval prior to execution. 6-02 PERSONAL SERVICES When it is determined that the non-professional services of an individual or firm are needed for a single element of a project and federal funds will be used for payment, these services may be obtained through a personal service agreement. It is important to determine that the work required is a personal service for a single element and not a consulting service for which other specific rules apply. When in doubt, the consultant procedures should be used. ® For personal services, certain documentation will be required to qualify the service for reimbursement under the proper financing. District State Aid Engineers may give concurrence of personal service agreements between a Local Agency and personnel hired to perform a personal service for individual projects where the following documentation is provided by the agency: (7) An explanation of the specific service needed and why the service cannot be provided with agency forces. (2) The name and qualifications of the person or firm that is to provide the service. (3) The fees to be paid for the service shall be documented and it shall be shown that they are prevailing rates or reasonable by comparative estimates. (4) A statement that the project is under the responsible charge of Local Agency staff and that a licensed professional engineer on staff will supervise the personal service. ;•? (6) When It Is determined that personal services of an Individual, firm, association, corporation or another public agency are needed to accomplish an element of .right-of-way acquisition, the required procedures are in Division 8.07, paragraph (6) of these guidelines. If the -agency engineer is also a member of an engineering firm, he may not retain the personal services 1 of any Individual in the employ of that firm now or within the past year. If the agency does not have a licensed professional engineer on staff or retainer, all engineering services must be through a consultant agreement. 8-03 RECOMMENDATION TO EMPLOY CONSULTANTS When the staff of the Local Agency determines that DIVISION 6 the services of a consultant are needed, they shall prepare and submit the recommendation to the agency approving authority. If the agency is not approved for certification acceptance, the recommendation shall be submitted to the District State Aid Engineer for WSDOT approval. The recommendations shall include the following; (1) Project location and termini. (2) A description of work in sufficient detail so that an estimate of cost can be reasonably checked against the work. (3) An estimated total cost of the construction. of the project. (4) A statement by the staff is required indicating that the agency, "does not have adequate qualified personnel to perform the additional work within the time limit." (5) The approximate number of calendar days required by the consultant to do the work. (6) A supporting estimate showing the breakdown of work including estimate of man-hours and average rate per man-hour; estimate of overhead and profit and the cost estimate of non-salary items that may be used during the life of the contract. This estimate should be broken out so that the selected consultant may fill out a similar estimate. Separate phases of work (Preliminary Engineering, Construction Engineering) shall be shown separately. The estimate must be prepared on Hwy. Form 140.012 entitled, "Independent Estimate for Consulting Services," and shall show date prepared and signature of person preparing the estimate. The estimate must be prepared prior to any negotiation with a consultant. The person preparing the estimate must be an employee of the agency. The name and title of the individual shall be typed below his signature. The Local Agency approving authority or WSDOT will act upon the recommendations and notify the staff by letter. 6.04 SELECTION OF CONSULTANT The staff or consultant selection group of the Local Agency shall select a consultant and forward the following documentation to the approving authority. (1) The names of a minimum of three consultants considered .who provide professional services for the type of work being considered. (2) Some detail as to the method of consideration; by phone, letter, personal Interview, personal knowledge of consultant qualifications or from their current brochures. All prospective consultants must be advised that Appendix 6 to Division 6 (EEO Compliance Review Report Form) will be used on the project, The consultants past performance in the use of minority group subconsultants will be part of the consideration for selection. (Rsv. 2) 12.140 E DIVISION 6 (3) Name consultant selected and cite reasons why this consultant was chosen over the others considered. When the Local Agency contacts the consultant, the consultant should be informed that federal funds are involved and that any negotiation of a satisfactory agreement will be conditioned on the approval of the approving authority. (4) A statement verifying that the consultant selected has qualified personnel and is adequately staffed to do the work within the time limit specified by the Local Agency. The Local Agency approving authority will act upon the selection method and notify the staff by letter of approval of the method of selection. The staff may then begin negotiations with the consultant. If the Local Agency is not approved for CA, documentation for (1), (2), (3), and (4) shall be submitted to the WSDOT with the draft consultant agreement prior to final execution. , When a consultant is used in lieu of a staff engineer, he must be officially designated by the agency as the City Engineer or Director of Public Works. The consultant, in his official position, cannot be part of any consultant selection process nor can his firm pe,'-,m any Federal-aid work for the agency. 6-05 STANDARD AGREEMENT The Local Agency under CA should, if possible, use the standard consultant agreement shown in the appendices to this Division. If this is not possible, the agreement must be approved by the WSDOT prior to execution. Some sections of the sample agreement have several options. Use only applicable sections. 6-06 NEGOTIATIONS The agency may notify the consultant of Its selection and Invite him to submit a proposal. The consultant should be furnished a detailed job description and an itemized breakdown of work. The consultant's method of dividing the project into work units and calculated related time units is to be such that the estimate can be readily reviewed. The consultant shall use his own estimates of man-hours, rates of pay, overhead, profit and itemized non-salary costs based on his work. force and past job experience. When the prima consultant requires the services of another consultant to provide expertise, advice, or Information to the prime consultant, they shall complete Exhibit "A", Analysis of Fee for Engineering Services; Breakdown of Overhead Cost; and Breakdown of Direct Salary and Direct Non Salary Cost. The consultant shall Insure that known minority business enterprises will have an equitable opportunity to compote for subcontracts. 2 (RSV. 2) 12.1.79 .01 Method of Payment The consultant will be informed that an agreement will be negotiated based upon one of the following methods of compensation: (a) LUMP SUM - Lump sum compensation is appropriate if the scope of work (quantity and type) can be clearly defined. This requires that an estimate be prepared by the agency detailing the hours required for each type of work as well as the hourly rate. This estimate must be prepared by agency personnel who are qualified and familiar with the type of work contemplated. One method in common practice for development of the agency's estimate is to determine the total direct labor cost (including project supervision) into units of work. To this estimate add an appropriate percent of overhead (including payroll additives), and add an amount for the net fee (profit). The net fee (profit) should be supported by the staff " when it recommends the amount to the agency approving authority. The support should show the reasonableness of the amount proposed in consideration of the degrees of risk and responsibility to be assumed by the consultant; the extent, scope, complexity, character, and duration of the required services; the professional and financial investments to be required of the consultant; the consultant's normally expected return for such services; the conditions under which they are expected to be performed; and the agency's findings on the basis of experience or knowledge. The consultant's proposal should be weighed against this or some similarly developed practice. The scope of work on lump sum agreements must be sufficiently detailed so that the consultant and agency will not be confused as to what the consultant's work will accomplish as an end product. An estimate prepared by the consultant showing a statement of his probable costs for the several elements of work he expects to perform shall accompany the negotiated agreement but should not be Included as an exhibit. The agreement should contain provisions for the adjustment of the lump sum amount In the event of a change. 1 (b) COST PLUS A NET FEE AMOUNT (Preferred method of payment) - Actual cost plus a net fee compensation is used when the estimate of the work, ¦ labor and other expenses required for its execution cannot be accurately estimated by agency personnel in advance. The costs are: (1) direct salary cost which is the salary expense for professional and technical personnel and principals for time they are productively engaged in work necessary to fulfill the terms of the agreement, (2) direct non-salary coats Incurred in ' s fulfilling the terms of the agreement, (3) the consultant overhead cost (including payroll additives), (4) the not fee amount which represents the consultant's profit, and 11 1 1 1 1 (5) contingencies, which are an option of the agency, are included for overruns of direct salary and overhead costs that may occur under the existing scope of work. Acceptable practice will be to use 20% contingencies on the smaller contracts and 15% on the larger contracts with $20,000 generally being the dividing point. Shown as an exhibit in the negotiated agreement are the consultant's estimate of man-hours, rates of pay, percent on items of overhead and requested net fee. Contingen- cies may only be included in "Cost Plus A Net Fee Amount" type of payment. The net fee shall be negotiated with consideration of the financial and professional investments to be required of the consultant, the extent, scope, complexity, character, and duration of the services; the degree of responsibility to be assumed by the consultant; and other factors as contemplated at the time of the negotiations. These shall be documented for reference should subsequent adjustment in the amount of net fee be found warranted. (c) COST PER UNIT OF WORK - By this method, the consultant is paid on the basis of the work performed. This method is appropriate when the cost of the work per unit can be determined in advance with reasonable accuracy, but the extent of the work is indefinite. A proposal utilizing this method of payment is to be supported in the same manner as that specified for the lump sum method. (d) SPECIFIC RATES OF COMPENSATION - By this method the consultant is paid at an agreed and supported specific fixed hourly or daily rate for each class of employee directly engaged in the work. Such rates of pay include the consultant's estimated costs and net too. This method of payment should be considered only. on those occasions where none of the three methods of payment described above can be used. It should be considered only for relatively minor Items of work of indeterminate extent over which the agency maintains control of the class of employee to be used and the extent of such use. Except for an Individual acting as a consultant, the specific rates of compensation ere to include: the direct salary costs, salary additives, indirect costs, and the net fee. The agreement or referenced supporting data shall specifically identify and set forth each of these costs separately. Other direct costs may be set forth as an element of the specific rate or may be included as independent cost Items. The specific rates so determined are to be established by the consultant and verified to be reasonable and proper by the agency. .02 Payment Other Than Lump Sum When the method of payment Is other than a lump sum, the agreement must specify an upper limit of compensation. The basis for establishment of the amount specified as the upper limit should be documented; and DIVISION 6 provisions should be made to permit adjustment in the upper limit when the consultant establishes, with the agreement of the agency, that there has been or is to be a significant change. .03 Actions Following Receipt of Consultant's Pro. posal Upon receipt of the consultant's proposal, the agency. should appraise the consultant's. offer with their own proposal comparing scope of work, man-hours and estimate of cost. The agency should attempt to negotiate an agreement with the consultant. When the negotiations with the consultant are completed, and the agency is not approved for certification acceptance, the following shall be submitted to the District State Aid Engineer. 1. Four copies of unsigned negotiated consultant agreement including the exhibits. Iniormation supporting any difference in man-hours and costs between the agency's independent estimate and the estimate negotiated with the consultant must be approved by the agency approving authority or the WSDOT and kept in the project files. (It is usually accepted that an engineer's ability to estimate these costs will result in estimates that will agree within 10%. Within 10%. no justification is necessary.) 6-07 CONSTRUCTION ENGINEERING SERVICES A consultant may be utilized for periodic examination and consultation or for full-time technical inspection of construction. The agency under agreement with the State cannot be relieved of its responsibility to insure that the work is performed in accordance with the approved. project plans, specifications, and estimate. Therefore, a full-time publicly employed engineer must be assigned to be in responsible charge of the project at all times. A full time public works staff supervisor with a licensed civil engineer on retainer who is not a member of the consultant firm may fulfill this requirement. The consultant's operations shall be under the overall supervision of the engineer. These may include operations such as survey, layouts, stake outs, soils and foundations Investigations, measurement and computa. tion of quantities, testing of construction materials, checking shop drawings, preparation of estimates and reports, and other resident inspection services necessary to assure that the construction Is being performed in accordance with the plans and specifics. tions. The construction engineering agreement should define the respective authorities and responsibilities of the full-time publicly employed engineer in charge of the project and of the consultant's Inspection start Compensation to a consultant for construction engineering services should be based on reimbursement of actual costs Incurred plus a net fee amount, or, In the case of individual compensation, agreed daily rate. The lump sum method of compensation should not be used In connection with construction engineering services. (Rev Z) 12.1.79 DIVISION 6 6-08 SUPPLEMENTS TO THE AGREEMENT An agreement shall be supplemented in writing when work is requested outside the scope of the original agreement. This may be done by a letter supplement. The letter supplement should contain the following where applicable: (1) A statement that the original agreement will be supplemented to add/change/amend conditions. (2) Describe scope of work in sufficient detail to clearly outline what additional work the consultant is to do. (3) Include mode of payment - Cost plus a net fee, specified hourly rate, daily rate and any indirect cost. NOTE: Always include a maximum amount payable. Don't have an open-end contract. Section VI of the original agreement should be reviewed prior. to negotiations. (4) Give a time for beginning and completion of the project. Be specific, i.e., calendar days, specified day of the year, etc. (6) Specify if SUBLETTING is authorized; if so, to whom, for what and the amount payable. (6) Attach as EXHIBITS to the letter supplement, a finance summary of estimated costs of the original agreement plus those of the supplement(s). (7) Provide spaces for the consultant to SIGN the letter supplement. Insure that both parties to the agreement have the authority to act. 6.09 ADMINISTRATION OF THE AGREEMENT The -agency shall assign one of its personnel as project administrator to work with the consultant. The name of the project administrator shall be forwarded in writing to the agency approving authority or the WSDOT if the agency is not approved for CA. The project administrator Shall: (1) Prepare supplements and letter supplements to existing consultant agreements for additional services or services beyond the scope of the work of the original agreement, and include the Independent agency estimate of the costs for the . work .Involved. (2) Insure that no work is done or costs incurred until the agreement and supplements are approved by the approving authority and executed by the proper parties. (3) Perform liaison between the agency and the consultant to assure compliance with the terms of the agreement. (4) Mcnitor consultant's progress reports to Insure that problem areas are reported and corrective action taken. (6) Establish controls to monitor time for completion of each agreement to Insure that the time limitations are not exceeded. '4 (Re. 2) 12.1.79 (6) Insure the accuracy of bills presented by the consultant. Maintain cumulative cost records for each agreement. (7) Establish controls to prevent payment in excess of contract limitations. (8) Interview consultant's employees and monitor their time records monthly on a random schedule to verify compliance with agreement terms. Provide liaison between the consultant and the agency with regard to work performed by the consultant. (9) Monitor consultant to insure compliance with Equal Employment Opportunity provisions of the agreement. The project administrator may use the report form Included in the appendices or a similar agency form. Upon completion of the work under the consultant agreement the agency will insure all terms and conditions of the agreement have been complied with and that all services to be performed under the agreement have been completed prior to final release of the consultant. The agreement shall be terminated in writing by the agency. 6.10 EVALUATION The project administrator shall evaluate the consul- tant's performance and present the evaluation to the agency approving authority for retention and considera- tion of the consultant for future . work. As a minimum, the evaluation shall contain the Information required to complete the sample evaluation form shown in the appendices to this Division. 6-11 MONITORING BY THE DEPARTMENT OF TRANSPORTATION The WSDOT will make a documentation review on selected projects and monitor the consultant selection procedures used by the Local Agency. The degree of monitoring will be determined by the WSDOT and will be dependent upon the nature and character of each project and the demonstrated capabilities of the Local Agency. 6.12 APPENDICES 8.1 Independent Estimate for Consulting Services 6.2 Sample of Completed Independent Estimate for Consulting Services 8.3 Standard Consultant Agreement with Required Exhibit 8.4 Supplemental Agreement with Required Exhibit 6.6 Consultant Evaluation Form 6.6 Equal Employment Opportunity Compliance Review Report Form 8.7 Flow for Recommendation to Employ Con- sultants 6.8 Flow for Method of Selection of Consultant 6.9 Flow for Consultant Agreements r APPEND IX 1 TO DIVISION B INDEPENDENT ESTIMATE FOR CONSULTING SERVICES Direct Salary Cost (Composite): Average Breakdown of Work Man-Hours Rate of Pay Estimated Cost L ' Totals $ ® Overhead Cost (Incl. payroll additives) % $ Net Fee $ ® Direct Non-Salary Cost: a. Travel & per diem $ b. Reproduction expenses ?- c. Computer expense $ d. Communication ^ ® e. Sampling & testing $ - f. Outside consultants $ - g. Other (specify) $ Total $ Sub-Total $ Contingencies $ GRAND TOTAL $ ® Agency: File No. Project No. Project Title: Estimate Prepared By: pate: (Signature) * Use only on cost plus net fee type of payment Hwy. Form 140-012 6-1-1 of 1 (Re, 2) 12.1.70 F r APPENDIX 2 TO DIVISION 6 SAMPLE OF COMPLETED INDEPENDENT ESTIMATE FOR CONSULTING SERVICES Direct Salary Cost (Composite): Average Breakdown of Work Man-Hours Rate of Pay Estimated Cost _ Gathering of Field Data 100 $ 6.75 $ 675 Electrical Design 120 7.80 936 Preparation of Plans 200 6.75 1,350 Preparation of Spec. Provisions 60 7.80 468 Engineering Estimate 10 7.80 78 Secretarial 60 4.60 276 Plan Review 30 8.00 240 Totals 580 $ 4,023 Overhead Cost (Incl. payroll additives) 98 % $ 3,943 _ Net Fee $ 1,005 Direct Non-Salary Cost: a. Travel & per diem $ 1,000 b. Reproduction expenses 600 - c.' Computer expense $ d. Communication 200 e.- Sampling & testing $ f. Outside consultants $- g. Other (specify) $!-_ 1 Total $ 1,800 Sub-Total $ 10,771 Contingencies $ 2,154 _ GRAND TOTAL $ 12,925 Agency:_City_of Eureka File No. 1062_ 11 Project No. _IL_ 0267 3 Project Title: Street Study Estimate Prepared By:J Cate: 4-1 -75 _ (Signature Ilwy. Form 140-012 City Engineer (qev. 2) 19.1.79 6-2-1 of 1 (SAMPLE ONLY) APPENDIX 3 TO DIVISION 6 CONSULTANT AGREEMENT CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this day of , 19 , by and between the CITY/COUNTY of WASHINGTON, hereinafter called the "CITY/ COUNTY", and the consulting firm of , whose address is the location in Washington State at which work will be available for inspection, hereinafter called the "CONSULTANT." The STATE OF WASHINGTON acting by and through the Washington State Transportation Commission and the Department of Transportation, hereinafter called the "STATE" together with the Federal Highway Administra- tion, hereinafter called the FHWA, administers the Federal-aid funds, WHEREAS,. the FEDERAL GOVERNMENT through its Department of Transportation and Federal Highway Administration, pursuant to Title 23, U.S. Code, has established a program of Federal-aid to the states designated as the Federal-aid Program, with a general purpose to increase the safety and capacity of roads in the United States, and WHEREAS, the CITY/COUNTY desires to accomplish this Federal-aid project, number , entitled with the aid of funds provided under the Federal Highway act of 1976, Title 23, U.S. Code, Highways, and all amendments thereto and the rules and regulations promulgated by said U.S. Department of Transportation, in the Federal-aid High- way Program Manual, and WHEREAS, the CITY/COUNTY has not sufficient qualified engineering employees to prepare the neces- sary construction plans, specifications and contract within a reasonable time and the CITY/COUNTY deems it advisable and is desirous of engaging the professional services and assistance of :,qualified consulting engineering firm to do the necessary engineering work for the project and to develop plans, specifications and estimates, and WHEREAS, the CONSULTANT has represented and by entering Into this Agreement now represents, that he is In full compliance with the statutes of the State of Washington for registration of professional engineers and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and WHEREAS, the CONSULTANT has Indicated that he desires to do the work set forth in the Agreement upon the terms and conditions set forth below: NOW, THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: 6.3.1 of 13 OBJECTIVES AND SCOPE OF WORK An objective of the subject construction is: [e.g. to provide improvement of the flow of traffic and increase the safety of vehicular and pedestrian traffic on the major north-south arterial in the CITY/COUNTY by the installation of two traffic signals and channelization on 4th Avenue.] Another objective is to: [upgrade lighting to those sections of streets, which indicate a significant number of night accidents.] The scope of work shall include all services and materials necessary to accomplish the work as indicated below: (A complete listing of services to be furnished by the CONSULTANT shall be provided.) Provide the design, layout, plans, special provisions, estimate of cost and contract documents for the following: (List work to be accomplished.) 1. [e.g. Signalization at 4th Avenue and Main Street] 2. [e.g. Signalization at 4th Avenue and Wagner Avenue] 3. [e.g. Channelization on 4th Avenue and Pioneer Way] 4. (e.g. Illumination at the intersection of Pike Street and Walker Avenue] 5. [e.g. Illumination on Main Street between 5th Street and 12th Street) Prepare construction plans in accordance with standard practices of the STATE for plans prepared by its own staff. Procedures shall be consistent with the provisions of the current edition of the Department of Transportation "Design Manual" and amendments thereto: (e.g.) 1. Plans shall be prepared with such provision and in such detail as to permit the convenient layout in the field for construction and other purposes within a degree of accuracy acceptable to the CITY/COUNTY. 2. Plans shall be In such detail as to permit the development of an accurate estimate of quantities for the several pertinent Items of work to be performed in the construction of the project. 3. The scales to be used, the lettering and general delineation of the plans, shall be such as will provide legible reproduction when the plans are reduced to one-fourth of their original size (50 percent reduction). 4. The minimum horizontal scale for the plane shall be "one Inch equals 50 feet" for channelization plans and "one Inch equals 20 feet" for signalizatlon plans. 5. Construction plans will consist of a vicinity map; sheets showing the estimate of quantities; typical sections; special sections; special details other than standard details available from the STATE'S (Rev. 2) 12.1.70 APPENDIX 3 TO DIVISION 6 standard drawings; special layouts; plan profile and cross sections. 6. Plans shall include complete details for the proposed drainage of the project, utility work to be performed by others, details for paving, pavement marking, signing, signalization and city street revisions, as necessary. Plans shall show all the existing physical features, surface and sub-surface facilities, as determined by field survey or indicated on CITY/COUNTY or utility company records for the area included in the right-of-way, or greater, if necessary, outside the right-of-way to include pertinent details adjacent to the right-of-way. 7. Special Provisions shall be included in the contract plans for items of work which are not covered by the STATE or APWA Standard Specifications, whichever is applicable, as may be required to properly cover the work contempla- ted by the plans. 8. The CONSULTANT shell furnish such pertinent information and data with respect to the plans and design as the CITY/COUNTY may request, Including, but not necessarily limited to one (1) copy of the quantity and design computations. 9. The quantities shall be divided Into parts corresponding to the construction contracts or as otherwise designated by the CITY/COUNTY. These quantities shall be as near as possible to the actual quantities and shall not be arbitrarily Increased. Cost estimates shall be based on prevailing average bid prices received on similar projects by the STATE. 10. Field surveys required to complete the plans in the Agreement shall be furnished by the CONSUL- TANT. The field surveys shall include sufficient referencing to permit the re-establishment of all necessary points to the satisfaction of the CITY/COUNTY. 11. All necessary sub-surface Investigations shall be conducted by the CONSULTANT. The CONSULTANT shall perform all work described in this Agreement necessary to the complete design of the project to conform with the policies and standards set forth In Section 11. The CONSULTANT shall prepare such information and studies as may be pertinent and necessary, or as may be requested by the CITY/COUNTY. In order to pass critical judgment on the features of the work. The CONSULTANT shall make. such minor changes, amendments or revisions In the detail of the work as may be required by the CITY/COUNTY. This item does not constitute an "Extra Work" Item as related in Section VIII of the Me, 2) 12.1-79 Agreement. When alternates are being considered, the CITY/COUNTY shall have the right of selection. The CITY/COUNTY will supervise construction and provide construction engineering services, including the review and approval of all construction drawings during construction, as required, however, the CONSULTANT when requested by the CITY/COUNTY, shall without additional compensation give general advice and make a maximum of three (3) visits to the site for. explanation of plans and to generally review the construction project. The Department of Transportation and Federal Highway Administration shall have the right to initiate conferences between the CONSULTANT and the CITY/ COUNTY and to participate in the review and examina- tion of the work in progress. The plans and specifications shall be verified by a complete check by the CONSULTANT and shall be so certified by the CONSULTANT. The CONSULTANT will be held responsible for the accuracy of the work, even though the work has been accepted by the CITY/ COUNTY. 11 DESIGN CRITERIA The CITY/COUNTY will designate the basic premises and criteria for the design. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of the following: (e.g.) 1. Washington State Department of Highways, "Standard Specifications for Road and Bridge Construction" 2. Washington State Department of Highways, "Standard Plans for Road and Bridge Construc- tion" 3. Washington State Department of Transportation, "Design Manual" 4. Washington State Department of Highways, "Bridge Design Criteria" S. Washington State Department of Highways, "Man- ual of Highways Hydraulics" 6. Washington State Department of Highways, "Ma- terial Laboratory Outline" 7. Highway Research Board's Manual entitled, "Highway Capacity" 8. FHWA and Washington State Department of Highways, "Manual on Uniform Traffic Control Devices for Streets and Highways 9. Washington State Department of Transportation "Construction Manual" 10. All applicable standards, policies, or guides as provided In Volume 6, Chapter 2, Section 1, Subsection 1, of the Federal Highway Program Manual (FHPM), Design Standards for Federal-old Projects. U.S. Department of Transportation, Federal Highway Administration 6.3.2 of 13 1 1 1 e 1 1 I i i i 17 L APPENDIX 3 TO DIVISION 6 caused by an act of God or governmental actions or other conditions beyond the control of the CONSULTANT. Delays attributable to or caused by one of the parties hereto amounting to days or more affecting the completion of the work may be considered acause for renegotiation or termination of this Agreement by the other party. VI PAYMENT (Cost Plus Net Fee) The CONSULTANT shall be paid by the CITY/COUNTY for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment for work accomplished under the terms of this Agreement shall be on the basis of CONSULTANT'S actual cost plus a net fee. The actual cost includes direct salary cost, overhead and direct non-salary cost. 1. The direct salary cost is the salary expense for professional and technical personnel and princi- pals for the time they are productively engaged In work necessary to fulfill the terms of this Agreement. The direct salary costs are estimated to be approximately Dollars ($ as set forth in the attached Exhibit "A" and by this reference made a part of this Agreement. 2. The overhead costa as identified on Exhibit "A" are determined as % of the direct salary cost. The overhead costa are estimated to be approximately Dollars, ($!_) asset forth in the attached Exhibit "A" and by this reference made a part of this Agreement. The overhead cost rate Is an estimate based on currently available accounting information and shall be used for all progress payments over the period of contract. The final overhead cost rate is subject to adjustment based on an audit per- formed by the CITY/COUNTY, State or Federal. Highway Administration at the completion of the project. 3. The direct non-salary coots are those costs directly Incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies and fees of outside consultants. The direct non-salary costa are estimated to be approximately Dollars ($ _ ) as set forth In the attached Exhibit "A" and by this reference made a part of this Agreement. 4. The net fee, which represents the CONSULTANT'S 6.3.3 of 13 (Rev. 2) 12.1.70 11. Standard drawings prepared by the CITY/ COUNTY and furnished to the CONSULTANT shall be used as a guide in all cases where they fit design conditions 111 ITEMS. TO BE FURNISHED TO THE CONSULTANT. BY THE CITY/COUNTY The CITY/COUNTY will furnish the CONSULTANT copies of the plans, profiles, cross-sections or docu- ments which are available to the CITY/COUNTY that will facilitate the preparation of the plans and studies within the limits of the project. (A complete list of applicable documents shall be included.) IV DOCUMENTS TO BE FURNISHED BY THE CONSULTANT The following documents, exhibits or other presenta- tions for the work covered by this Agreement shall be furnished. by the CONSULTANT to the CITY/COUNTY upon completion of the various phases of the work. All such material, including photographic negatives used in the project, shall become and remain the property of the CITY/COUNTY and may be used by it without restriction: 1. Two (2) copies of the completed contract drawings and specifications prepared from the work per- formed under this Agreement. 2. Two (2) copies of the detailed estimate of cost of the work to be constructed. 3. One (1) set of all sheets comprising the set of contract plans on permanent scale stable repro- ducibles, together with one (1) copy of all reports, drawings, etc., appertaining thereto, plus an equal number of revised copies, if review discloses that revisions are necessary, 4. Five (5) copies of the special provisions to the Standard Specifications. 5. A copy of all survey notes taken by the CONSULTANT. 8. One (1) copy of the quantity and design computa- tions for the work performed under this agreement. V TIME OF BEGINNING AND COMPLETION The CONSULTANT shall not begin work under the terms of this Agreement until authorized in writing by the CITY/COUNTY.The time required, in calendar days, for completion of all work under this Agreement shell be days following written authorization to begin. Established completion time shall not be extended because of any unwarranted delays attributable to the CONSULTANT, but may be extended by the CITY/ COUNTY in the event of s delay attributable to the CITY/COUNTY or because of unavoidable delays I I APPENDIX 3 TO DIVISION 6 II profit shall be Dollars ($ ). The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the CONSULTANT'S monthly progress reports and approved by the "CITY/COUNTY. Any portion of the net fee not previously paid in the monthly payments will be covered in the final payment, subject to the provisions of Section IX entitled TERMINATION OF AGREEMENT. S. The actual direct cost and actual overhead cost including any CITY/COUNTY approved contingen- cies and the net fee incurred by the CONSULTANT and. set. forth in Exhibit "A".. shall be full compensation for the performance of the work under this Agreement. This total shall not exceed a maximum of Dollars ($ ) without. prior written approval by the CITY/COUNTY. B. All vouchers shall be submitted by the CONSULTANT to the CITY/COUNTY for payment pursuant to the 'terms of this Agreement. The CITY/COUNTY shall pay the appropriate amount of each voucher to the CONSULTANT. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the CONSULTANT based on the estimated percentage of the completion of the services to date. C. The cost records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the CITY/COUNTY, STATE and FEDERAL GOVERNMENT for a period of three (3) years after final payment. Copies shall be made available upon. request. D. Payment for extra work performed under this agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. E. A short narrative progress report shall accompany ` each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. 6.3.4 of 13 VI PAYMENT (Lump Sum) The CONSULTANT shall be paid by the CITY/COUNTY for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment for work accomplished under the terms of this Agreement shall be a lump sum in the total amount of Dollars, ($ ). B. All vouchers shall be submitted by the CONSULTANT to the CITY/COUNTY for payment pursuant to the terms of this Agreement. The CITY/COUNTY shall pay the appropriate amount of each voucher to the CONSULTANT. The CONSULTANT may submit vouchers to the CITY/COUNTY NOT OFTENER THAN once per month during the progress of the work for partial payment for project completed to date. Such vouchers will be checked by the CITY/COUNTY and payment. will be made in the amount (thereof as has been) found to reasonably represent the value of the partially completed project less the amounts previously paid, until such time as all obligations have been fulfilled. C. Final payment of any balance due the CONSULTANT of the ultimate gross amount earned will be made promptly upon its ascertainment and verification by the CITY/COUNTY after the completion of the work under this Agreement and its acceptance by the CITY/COUNTY and the receipt of the plans, maps, notes, reports and other related documents which are required to be furnished under this Agreement. D. The cost records and accounts pertaining to this Agreement are to be kept available for Inspection by representativen of the CITY/COUNTY, STATE and FHWA for a period of three (3) years after final payment. Copies shall be made available upon request. E. Payment for ' extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. F. A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. VI PAYMENT (Specific Rates) The CONSULTANT shall be paid by the CITY/COUNTY 1 for completed work and for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed, services rendered and for furnishing all labor, materals, supplies, equipment and incidentals necessary to complete the work as. described above. 1 A. The CONSULTANT will be paid by the CITY/COUNTY for the work done based upon the following mutually agreed to hourly rates, provided that the listed rates shall be. applicable throughout the life of this Agreement. These rates include all overhead and profit. B. Direct non-salary costs for this Agreement shall not exceed $ and are limited to: Per Diem at the rate of $ per. day when authorized by the CITY/COUNTY. Mileage at the rate of $ per mile when such travel is in the best interest of the contract. Additional specific direct non-salary costs including reproduction, communication and supplies as necessary. Such out-of-pocket expenses as authorized In writing by the CITY/COUNTY will be reimbursed at the CITY/COUNTY'S prevailing per diem rates for CITY/COUNTY employees, subject to its rules as amended, and the total of such expenses will not exceed $ The CONSULTANT will submit invoices to the CITY/COUNTY on a monthly basis. The invoices will be submitted through the CITY/COUNTY Engineer for his concurrence and/or comments. Each invoice will be Itemized to Indicate the individuals assigned to the work by date and hours chargeable to each project. Out-of-pocket expenses will be Itemized and the copies of invoices and/or other documentation will be attached to support the claim for these expenses. C. The maximum amount payable by the CITY/COUNTY to the CONSULTANT under this Agreement shall not exceed $ . In the event of a substantial change In the scope of work, the complexity or character of work, or the design criteria used, the above amount may be increased or decreased by a supplemental agreement. D. The CONSULTANT may submit invoices to the CITY/COUNTY monthly during the progress of work for partial payment for work completed to date. Such Invoices will be chocked by the CITY/COUNTY and payment will be made for the amount thereof as has boon found to represent the value of the percentage of the completed project lees the amounts previously paid. E. Final payment for the balance due to the CONSULTANT will be made promptly upon the 1 APPENDIX 3 TO DIVISION 6 completion of the work under this Agreement and acceptance by the CITY/COUNTY Engineer acting for the CITY/COUNTY. F. The time and expense records pertaining to this Agreement shall be open and available for inspection by representatives of the CITY/COUNTY, STATE, and FHWA for a period of three years after final payment. A copy of such records shall be made available upon demand. G. Payment for extra work performed under this agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. H. A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. VII EMPLOYMENT The CONSULTANT warrants that he had not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, CITY/COUNTY shall have the right to annul this Agreement. without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the CONSULTANT, while engaged in the performance of any work or services. required by the CONSULTANT under this Agreement, shall be considered employees of the CONSULTANT only and not of the CITY/COUNTY and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as e consequence of any negligent act or omission on the part of the CONSULTANT'S employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. The CONSULTANT shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, In the employ of the FHWA, STATE or 8.3.5 of 13 APPENDIX 3 TO DIVISION 6 CITY/COUNTY, except regularly retired employees, to furnish this information, the CONSULTANT shall so without written consent of the public employer of such certify to the CITY/COUNTY or the FHWA as person. appropriate and shall set forth what efforts it has If during the time period of this agreement, the made to obtain the information. CONSULTANT finds it necessary to increase his E. Sanctions for Non-Compliance: In the event of the professional, technical or clerical staff as a result of this CONSULTANT'S non-compliance with the non- work, he will actively solicit minorities through his discrimination provisions of this contract, the advertisement and Interview process. CITY/COUNTY shall impose such contract sanctions During the performance of this Agreement, the as it or the Federal Highway Administration may CONSULTANT, for itself, its assignees and successors determine to be appropriate, including, but not limited in interest, hereinafter referred to as the "CONSUL- to: TANT," agrees as follows: 1. Withholding of payments to the CONSULTANT under the contract until the CONSULTANT A. Compliance with Regulations: The CONSULTANT will complies and/or comply with the regulation of the Department of 2. Cancellation, termination or suspension of the Transportation relative to nondiscrimination in contract in whole or part. federally-assisted programs of the Department of F. Incorporation of Provisions: The CONSULTANT will Transportation Title 49, Code of Federal Regulations, include the provisions of paragraph (A) through (F) Part 21, hereinafter referred to as the regulations, in every subcontract, including procurements of which are herein incorporated by reference and made materials and leases of equipment, unless exempt by a part of this Agreement. the Regulations, orders or instructions Issued 8. Nondiscrimination: The CONSULTANT, with regard to pursuant thereto. The CONSULTANT will take action the work performed by it after award prior to with respect to any subcontract or procurement as completion of the contract work, will not discriminate the CITY/COUNTY or the FHWA may direct as a on the grounds of race, color, national origin or sex means of enforcing such provisions, Including In the selection and retention of subcontractors, sanctions for noncompliance; PROVIDED, HOWEVER, Including procurements of materials and leases of that, in the event a CONSULTANT becomes Involved equipment. The CONSULTANT will not participate in, or is threatened with, litigation with a subcontractor either directly or Indirectly in the discrimination or supplier as a result of such direction, the prohibited by Section 21.5 of the Regulations, CONSULTANT may request the CITY/COUNTY to Including employment practices, when the contract enter into such litigation to protect the Interests of covers a program set forth in Appendix A-II of the the CITY/COUNTY and, In addition, the CONSULTANT Regulations. may request the United States to enter Into such C. Solicitations for Subcontractors, Including Procure- litigation to protect the Interests of the United menus of Materials and Equipment: In all solicitations, States. either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a VIII subcontract, including procurements of materials or CHANGES IN WORK equipment, each potential subcontractor or supplier The CONSULTANT shall make such revisions In the shall be notified by the CONSULTANT of the work Included in this Agreement as are necessary to CONSULTANT'S obligations under this contract and correct errors or omiselons appearing therein, when the Regulations relative to nondiscrimination an the required to do so by the CITY/COUNTY, without. . ground of race, color, national origin or sex. additional compensation. D. Information and Reports: The CONSULTANT will Should the CITY/COUNTY find It desirable for its own provide all information. and reports required by the purposes to have previously satisfactorily completed Regulations, or orders and instructions Issued work or parts thereof revised, other than minor revisions pursuant thereto and will permit access to Its books, within the scope of the work, the CONSULTANT shall records, accounts, other sources of Information and make such revisions, If requested and as directed by the d Its facilities as may be determined by the CITY/COUNTY In writing. This work shall be considere ,. CITY/COUNTY or the Federal Highway Administration as Extra Work and will be paid for as provided In Section to be pertinent to ascertain compliance with such VI. All extra work shall be submitted as a supplement Regulations, orders and Instructions. Where any to the basic agreement and approved by the STATE and Information required by a CONSULTANT Is in the FHWA before the work is undertaken In order to become -exclusive possession of another who fails or refuses eligible for Federal participation. 5.3.6 of 13 a I 1 1 IX TERMINATION OF AGREEMENT (Net Fee and Lump Sum) A. The CITY/COUNTY reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. B. In the event of the death of a member, partner or officer of the CONSULTANT, or any of its supervisory personnel assigned to the project, the surviving members of the CONSULTANT hereby agree to complete the work under the terms of this Agreement, if requested to do so by the CITY/COUNTY. This section shall not be a bar to renegotiations of this Agreement between surviving members of the CONSULTANT and the CITY/COUNTY, if the CITY/COUNTYso chooses. C. In the event this. Agreement is terminated under any of its terms prior to completion of the work, a final payment shall be made to the CONSULTANT which, when added to any payments previously made, shall total the same percentage of the amount which would have been due if the work had been fully completed as the work completed at the time of termination bears to the total work required under the Agreement. The same basis for estimating the costs set forth In Exhibit "A" shall be used for work uncompleted to estimate the total money that would have been due If all work had been completed. If the total accumulated payments made to the CONSULTANT prior to notice of termination exceeds the total amount that would be due computed as set forth hereinabove, then no final payment shall be due and the CONSULTANT shall immediately reimburse the CITY/COUNTY for any excess paid. D. In the event this Agreement is terminated prior to completion of the work, the original copies of all plane, prints, drawings and field notes prepared by the CONSULTANT prior to termination shall become the property of the CITY/COUNTY. IX TERMINATION OF AGREEMENT (Specific Rate) A. The CITY/COUNTY reserves the right to terminate thin Agreement at any time upon not lase than ten (10) days written notice to the CONSULTANT. B. In the event this Agreement Is terminated by the CITY/COUNTY, the CONSULTANT shall be entitled to payment for all hours worked and reimbursable expenses. incurred to the effective date of termination, lose all payments previously made. This provision shall not prevent the CITY/COUNTY from seeking any legal remedies It may have for the g. APPENDIX 3 TO DIVISION 6 violation or nonperformance of any of the provisions of this Agreement and any such charges due the CITY/COUNTY shall be deducted from. the final payment due the CONSULTANT. No payment shall be made by the CITY/COUNTY for any expenses incurred or work'done following the effective date of termination unless authorized in advance in writing by the CITY/COUNTY. C. In the event the services of a member, partner or officer of the CONSULTANT or other supervisory personnel assigned to the project are no longer available to the CITY/COUNTY, the CITY/COUNTY reserves the right to participate in the selection of a replacement or to terminate the Agreement. D. In the event this Agreement is terminated prior to completion of the work, the original copies of all plans, prints, drawings and field. notes prepared by the CONSULTANT prior to termination shall become the property of the CITY/COUNTY. X DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the CONSULTANT and the CITY/ COUNTY shall be referred for determination to the Director of Public Works or CITY/ COUNTY Engineer, whose decision In the matter shall be final and conclusive on the parties to this Agreement. XI INDEMNITY The CONSULTANT shall comply with all FEDERAL GOVERNMENT, STATE and local laws and ordinances applicable to the work to be done under this Agreement. The CONSULTANT hereby agrees to Indemnify and hold the STATE and CITY/COUNTY harmless from and shall process and defend at Its own expense, all claims, demands, or suite at low or equity, arising in whole or in part from the CONSULTANT'S negligence or breach of any of its obligations under this agreement. The CONSULTANT shall secure regular Public Liability and Property Damage Insurance Coverage In the amount of $100,000 for death or Injury to any one person and $300,000 for death or injury to two or more persons In any one occurrence and $50,000 for Property Damage In any one occurrence with any aggregate Property Damage coverage of $100,000 for two or more occurrences from an Insurance company authorized to do business In the State of Washington. 3.7 of 13 APPENDIX 3 TO DIVISION 6 XII SUBLETTING OR ASSIGNING OF CONTRACTS The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the express consent of the CITYiCOUNTY. XIII ENDORSEMENT OF. PLANS The CONSULTANT shall place his endorsement on all plans, specifications, estimates or any other engineering data furnished by him. - 8.3.8 of XIV CERTIFICATION The "Certification of CONSULTANT" and "Certifica- tion of Agency .Official", attached hereto and marked Exhibit "B". and by this reference is made a part of this Agreement. IN WITNESS WHEREOF, the parties. hereto have executed this Agreement as of the day and year first above written. By: CITY/COUNTY OF Principal By: 13 A APPENDIX 3 TO DIVISION 6 EXHIBIT "A" ANALYSIS OF FEE FOR ENGINEERING SERVICES Direct Salary Coat .. Overhead Coat (inclluding uding ........................................... ..$ .. payroll additives) . .. .... ......... .... % $ -: Net Fee ................ Sub-Total ........................ . . . . . . . . . . . . $ . . Direct Non-Salary Cost: - a Travel and per diem .... ...........$ b. Reproduction expenses c. Computer expense . . .. $ . . . . . . . . . ..$ d Outside consultants .... ...........$ e. Other (Specify) ........ ........... $ Total $ Sub-Total 'Contingencies $ $ GRAND TOTAL $ 'NOTE: Use only on "Coat P lus Net Fee" type of payment. Page 1 of 3 1 6.3.9 of 13 APPENDIX 3 TO DIVISION 6 EXHIBIT "A" BREAKDOWN OF OVERHEAD COST FICA .................................................................... % Unemployment Compensation ................................................ % Medical Aid and Industrial Insurance .......................................... % Company Insurance and Medical ................................................ % Vacation, Holiday and Sick Leave ............................................ :State B & O Tax .' ................................................ - % % Insurance .............. ................... % . Administration and Time Unassignable . . . . . . . . . . . . . . . . . ........................ % Printing, Stationery and Supplies ............................................. Travel. Not Assignable ....................... ....................... % % - Telephone and Telegraph Not Assignable ....................................... % Fees, Dues, Professional Meetings ............................................ % Utilities and Maintenance ................................................... % Rant ................................................................... % Rental of Equipment ....................................................... % Office Miscellaneous, Postage ............................................... % Professional Services ...................................................... % TOTAL % 6.3.10 of 13 ® EXHIBIT "A" BREAKDOWN OF DIRECT SALARY AND DIRECT NON SALARY COST DIRECT SALARY COST: Personnel Man Hours ® 120 TOTAL DIRECT NON-SALARY COST; Travel and Per Diem Per Diem - weeks @ $ Air Travel- trips @ $ cars @ $ per month ® months miles @ $ Office and Equipment Rent $ per month @ months ® Equipment Rental $ _ per month@ months Reproduction Expenses ® Communications Rates of Pay APPENDIX 3 TO DIVISION 6 Project No. City/County of EXHIBIT "B" CERTIFICATION OF CONSULTANT I hereby certify that 1 am and duly authorized representative of the firm of whose i address s and thatnaither 1 nor the. above firm I here represent has: (a) employed or retained. for a commission, percentage, brokerage, contingent fee or other consideration,. any firm or person (other than a bona fide employee working solely for me or the above Consultant) to solicit or secure , this contract. (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract, or l l i y ng so e paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee work (c) . for me or. the above Consultant) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract: except as here expressly stated (if. any): I further certify that the firm I hereby represent is authorized to do business in the State of Washington and that the firm is in full compliance with the requirements of the Board of Professional Registration. I acknowledge that this certificate is to be furnished to the State Department of Transportation and the Federal ? Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation . of Federal-aid funds and is subject to applicable State and Federal laws, both criminal and civil. Date Signature 8.3.12 of 13 APPENDIX 3 TO DIVISION 6 Project No. City/County of EXHIBIT "B" CERTIFICATION OF AGENCY OFFICIAL ® I hereby certify that I am the Agency Official of the City/County of , Washington and that the ap above consulting firm or his representative has not been required, directly or indirectly as an express or implied ® condition in connection with obtaining or carrying out this contract to: gg11 (a) employ or retain, or agree to employ or retain, any firm or person, or ?:. (b) pay or agree to pay to any firm, person or organization, any. fee, contribution, donation or consideration of any kind,, except as here expressly stated (if any). I acknowledge that this certificate is to be furnished the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds and is subject to applicable State and Federal laws, both criminal and civil. ®.: Date Signature q 8.3.13 of 13 APPENDIX 4 TO DIVISION 6 XYZ Professional Firm 200 "K" Street Eureka, Washington Project No. City of Eureka Division Ave. E., "B" - "D" Street Agreement Gentlemen: The City/County of desires to supplement the agreement entered into with and executed on and identified as Agreement No. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read Section V. TIME OF BEGINNING AND COMPLETION. Is amended to change the numbers of calendar/working days for completion of the work to read calendar /working days. III Section VI, PAYMENT, shall be amended as follows: as set forth in the attached Exhibit A, and by this reference made a part of this supplement. The maximum amount payable under this agreement as supplemented inclusive of all fees and other costs Is now $ If you concur In this supplement and agree to the changes as stated above, please sign In the appropriate spaces below and return to this office for final action. Sincerely, Agency Official Authorized to Engage In Agreement XYZ Professionals 8.4.1 of 2 1 EXHIBIT "A" SUMMARY OF PAYMENTS Basic Agreement . Direct Salary Cost Overhead (including Payroll Additives) Dire Non-salary Costs 'F ee Not Total 1 6.4.2 of 2 APPENDIX 5 TO DIVISION 6 STATE OF WASHINGTON DEPARTMENT OF TRANSPORTATION PERFORMANCE EVALUATION CONSULTANT SERVICES NAME AND ADDRESS OF CONSULTANT C.S. S.H. NO. SR NO. SECTION AGREEMENT NO. TYPE OF WORK TYPE OF AGREEMENT _RECON. _DESIGN _R/W _PSSE -OTHER -LUMP SUM OTHER (SPECIFY) (SPECIFY) - COMPLEXITY OF WORK DATE AGREEMENT APPROVED DIFFICULT ROUTINE. AMOUNT OF ORIGINAL AGREEMENT TOTAL AMOUNT MODIFICATIONS TOTAL AMOUNT AGREEMENT COMPLETION DATE ACTUAL COMPLETION DATE INCLUDING EXTENSIONS TYPE AND EXTENT OF SUBCONTRACTING ONSIV T R W AS CONSULTAN ESP E AND COOPERATIV YES NO WAS PRESENTATION ACCURATE, CLEAR AND YES NO :DID TOP MANAGEMENT PARTICIPATE? WAS END PRODUCT ECONOMICAL AND ?. WAS WORK ORGANIZED AND ACCOMP- IS CONSULTANT CAPABLE OF DOING AISHED IN AN EFFICIENT MANNER? MORE COMPLEX WORK? PERFORMANCE RATING _ OUTSTANDING _SA'fISFACfORY _UNSAT IS FACTORY ?. EXPLANATION OF RATING (Indicate specific reasons for rating given, describing quality. -: of. work performed and efficiency of execution. Comment on all items checked negative above.) CONTINUE ON REVERSE (Include name, title, signature, and date) RATED BY _ - RATING - REVIEWED ...ro 8,71 6-5-1 of APPENDIX 6 TO DIVISION 6 EQUAL EMPLOYMENT OPPORTUNITY ' COMPLIANCE REVIEW REPORT FORM 1. Agreement No. SR No. 2. F. A. Project No. County 3. Consultant: ® Consultant - $10,000 6 Over: 4. Type of Work: 5. Agreement Amount: Percent Complete: 6. Beginning Date: Est. Peak Employment E Date: ANALYSIS OF COMPLIANCE STATUS Deficiencies in Consultant's EEO Program: Recommended Corrective Actions b Agreements to Correct Deficiencies: Compliance Status: in Comp ante: In Non-comp ante Project Engineer: Date: Reviewer: Hwy Form 271-051 9/73 6-6-1 of 5 APPEND IX 6 TO DIVISION 6 If the answer to any of the following items is "no" then specific action taken or reasons for no action should be noted on this form or on a separate sheet of paper referenced to the item number. Yes No 7. Has the consultant formally adopted the following statement as his operating policy? "It Is the policy of the company to assure that appli- cants are employed, and that employees are treated during employment without regard to their race, re- ligion, sex, color or national origin. Such action shall include employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including i apprenticeship, pre-apprenticeship and/or on-the-job training'." 8. Has each consultant over $10,000 adopted the above policy in writing? 9. Name and title of the consultant's E.E.O. Officer. (a) Has he been delegated authority commensurate with his duties and responsibilities? _ 10. Have personnel who are authorized to hire, super- vise, promote and discharge employees been made cognizant of the consultant's equal employment opportunity policy and program? 11. Have meetings of supervisory employees been con- ducted before the start of work and then not less often than once every six months for review of policy and program? _ 12. Have new supervisory employees been indoctrinated by the E.E.O. officer in all major aspects of the policy and program within 30 days of commencing employment? - D 27-50 (HE) Appendix 7 6-6-2 of 5 APPENDIX 6 TO DIVISION 6 7 Yes No 13. Have employees engaged in the direct recruitment of employees been instructed in methods of locating and hiring minority group employees? 14. Have notices and posters describing the policy and program been placed in accessible places? 15. Have policy, program and procedures been brought to the attention of employees by means of meetings, hand- books or other means? 16. Has the consultant included in advertising for em- ployees the notation "An Equal Opportunity Employer"? (a) Has he inserted advertisements in newspapers or other publications having a large circulation among minority groups in the area? 17. Have all consultants over $10,000 complied with the same requirements as listed in Nos. 8 through 167 If no, who and which are not complied with? 18. Has the consultant recruited through public and private sources such as State employment agencies, schools and minority group organizations? (a) Has the consultant learned of sources of minority group employees and established with them procedures - for referring applicants to the consultant? 19. Has the consultant encouraged present employees to refer minority group applicants to the consultant by 1 posting notices accessible to all employees? D 27-50 (HE) Appendix 7 i 6-6-3 of 5 APPENDIX 6 TO DIVISION 6 Yes No (a) Has the E.E.O. officer discussed such procedures with employees? 20. Has the consultant facilities that do not indicate discriminatory treatment of personnel? 21. Has the consultant evaluated the spread of wages paid within each classification for.evidence of discrimin- ation? - 22. Has the consultant reviewed personnel actions for evidence of discrimination? (a) if evidence was found, was corrective action taken promptly? (b) Did corrective action include all affected persons? 23. Has the consultant investigated any and all com- plaints of alleged discrimination and attempted to resolve them? - (a) Did corrective action include all affected persons? - ?- (b) Did the consultant inform every complainant of all avenues of appeal? 24. Has the consultant taken action in locating, quali- fying and Increasing the skills of minority group employees and applicants for employment? - 25. Has the consultant made an effort to utilize minor- ity group subconsultants on subconsultants with minority group representation among their employees? D 27-50 (HE) Appendix 7 6-6-4 of 5 APPENDIX 6 TO DIVISION 6 Yes No 26. Has the consultant made an effort to assure subconsultant compliance with his E.E.O. ® obligations? 27. Has the consultant maintained records to indicate compliance with his E.E.O. obligations? h i di- d hi f - 28. n s w c Has the contractor maintained recor cate the number of minority and non-minorlty group members employed in each work classification on the y project? 29. Has the consultant retained or intend to retain all ® E.E.O. records for a period of three years following completion of the work? 1 (a) Has the consultant made such records available ® for inspection by authorized persons? 30. Have all subcontractors over $10,000 complied with the same requirements as listed in Nos. 18 through 29? d ith? li w e If no, who and which are not comp 0 27-50 (HE) Appendix 7 6-6-5 of 5 M APPENDIX 7 TO DIVISION 6 - FLORA/ FOR RECOMMENDATION TO EMPLOY CONSULTANTS AGENCY UNDER CA Local Agency Staff L fr Local Agency Approving a [ Authority Per Division a of Guidelines. Approve Recommendation 6-7- 1 of mew 5c`CF?ow^.:avsmve!§?n, }nwx r AGENCY NOT UNDER. CA r r _ocal Agency )OT District , cc State Aid ,. r )OT State Aid Engineer 4pprove ?ecomendation t r APPENDIX 8 TO DIVISION 6 FLOW FOR METHOD OF CONSULTANT SELECTION AGENCY UNDER CA AGENCY NOT UNDER CA y Local Agency Staff Local Agenc Local Agency Approving cc e DOT District v Authority Per Division a State Aid of "Guidelines. Approve ° Method of Selection DOT State a Aid Engineer Approve Method Submit with draft of Selection agreement. 6-8-loft (Rev. 2)12.1.70 Local Agency Staff Local Agency Staff r_ •? u Local Agency Approving x•o Authority Per Division Wz `of Guidelines. Execute Agreement 6-9-1 of (Row. a) 12.1.70 DOT D i strict cc State Aid DOT State Aid Engineer Approve Agreement As to Form Local Agency Executing Authority Execute Agreement g .o w .o z W CONSULTANT 'AGREEMENT' FOR PRELIMINARY ENGINEERING Project No. CRP458 THIS AGREEMENT, made and entered into on this day of 19 , by and between the COUNTY OF. JEFFERSON, WASHINGTON ,'. herein after,:..' called.' the "AGENCY," and E.E. ANDERSON', - PROFESSIONAL `LAND -SURVEYOR, whose address is 5528 Kuhn Street_Port Townsend, WA 98368f the location in Washington State at which work will be available for inspection, hereinafter called the "CONSULTANT.'! WHEREAS,.the Agency has not sufficient qualifiedengineering employees to prepare the necessary construction plans,,spacifications and contract within a. reasonable time and the.Agency. deems it advisableand is, desirous of engaging the professional` services add assistance of a qualified consulting engineering firm.to do the. necessary engineering work for the project and to develop plans, specifications and estimates, and WHEREAS, the .Consultant . has represented and by entering into this Agreement now represents,; that he is in full compliance with the statutes of-the State of Washingtonfor registration of professional surveyors and that all personnel to be assigned;-to the work required under this Agreement are fully qualified to"perform the ;work `to 'which they will be assigned':in-a competent and professional manner`, and WHEREAS, the Consultant has indicated that he'desires to do the work set forth in this Agreement upon"the terms and:.conditions set forth below: NOW,:.THEREFORE, in'consideration ,of the terms, conditions, covenants and performances. contained. herein"below, the parties' hereto` agree : as follows:' OBJECTIVES AND SCOPE,OF WORK The objective of the Agreement is to provide enggineering services necessary for the preparation of all plans, specifications and other documents for the Project as described in attached/Exhibit "B." The work has been divided into two phases. The scope ofwork describes each phase. This contract is for phase one: Phase two will be negotiated.uponcompletion of phase one The scope of work shall include all services and materials necessary to accomplish the work as indicated in attached Exhibit "B": (A complete listing of services to be furnished by the Consultant shall be provided.) - 1 Prepare plans in accordance, with standard practices o£ the STATE< for plans prepared by its own staff. Procedures shall be consistent with the provisions of the current edition of.the,Department of. Transportation "Highways Design Manual" and amendments.thereto: (e.g.) 1. Plans shall be prepared with such provisions and in such detail as to pemnit the convenient layout in the field for construction and `other purposes within a degree of accuracyaccaptible to?the`Agency. The minimum horizontal scale for the plans shall, be "one, inch equals 100 feet." 2. Field surveys required to complete the plans in the Agreement shall be furnished by the Consultant. The field surveys shall include sufficient referencing to, permit the re-establishment of all necessary points to the satisfaction of the Agency. II DESIGN CRITERIA The Agency will designate the basic premises and criteria for the design. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of the following: 1. Washington State Department of Transportation "'Standard Specifications for Road and Bridge Construction.. 2. Washington State Department of Transportation, "Standard Plans.for Road and Bridge; Construction." 3. Washington State Department of Transportation, "Highway Design Manual." III. ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE AGENCY The Agency will furnish the Consultant copies of the plans, profiles, ;cross-secitions or documents which are available to the . Agency that will facilitate the preparation of the plans and studies within the limits of-the, project. (A complete list of applicable documents shall be included.) 1. Plan and profile of county road 6. 2. Plat maps adjacent to project. _.Z IV. i W DOCUMENTS TO BE FURNISHED BY THE CONSULTANT The 'following documents, exhibits or other presentations for ' the work',covered by this Agreement shall be furnished by the Consultant tothe Agency upon completion of the various phases of the is work. All such material, including. photographic negatives used in the project, shall become and remain the property of the Agency and may be used by it without restriction. 1. Two (2) copies of the completed drawings prepared from the work performed under this Agreement. 2. One (1) 'set of all sheets comprising the set of plans on permanent scale stable reproducables. 3. One (1) copy of all survey notes taken by the Consultant. 4. One (1) copy of the quantity and design computations for the workperformed under this Agreement. V. TIME OF BEGINNING AND COMPLETION The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the Agency. The time required, in calendar days, for completion of all work under phase one of this ' Agreement shall.be 120 days following written authorization to begin. Established completion time shall not be extended because of any unwarranted delays attributable to the Consultant, but may be extended by th6'Agency or because of unavoidable delays caused by an act of God or governmental actions or other conditions beyond the "control of the Consultant. Delays attributable to or caused by one of the parties hereto, amounting to 30 days or more affecting the completion of the work may be considered a cause for renegotiation or termination of this Agreement by the other, party. ?r - VI. u~ PAYMENT -`PHASE ONE (Lump Sum) The. Consultant shall be paid by the County for completed work for services rendered' under' this Agreementas provided,hereinafter. 3 Such payment shall be full compensation for work performed orservices rendered And for all labor,,materials, supplies, equipment and incidentals necessary to complete. the work outlined under phase one. 1. Payment for work accomplished under the terms of this Agreement shall be the lump sum in the `total amount of Dollars ($ ). 2. All vouchers shall be submitted by the Consultant to theCounty for payment pursuant to the terms of this Agreement. The County shall pay the appropriate amount of each voucher to the Consultant:, The consultant'. may submit vouchers to the County not oftener then oner:per month during the,•progress of the ,work for partial`_payment.for`project'completed to,date. 'Such vouchers will be checked by the County and payment will be made in the amount.(thereof as has been) found to reasonably represent the value of the partially completed project less'the amounts previously paid, until such time 'as all obligations.have.been fulfilled. 3. Final payment of any balance due the'Consultant of the ultimate gross amount earned will be made promptly upon its ascertainment and verification by the County after the completion'!of'the work.under:this Agreement and its acceptance by the County and the receipt of the plans, °maps, 'notes, reports and other related documents which are required to be furnished under this Agreement. 4. The. cost records and accounts pertaining to t:.iis Agreement are to be kept available for inspection by representatives of the 'County, for a period of three (3) years after final payment. Copies shall be made available upon request. 5. Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto.in writing at the time extra work is authorized. 6. A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of.,-any problems and potential 'causes '.for delay. VII. EMPLOYMENT The Consultant warrants that he had not employed or retained any company or person, other than-a bona fide employee working solely for the Consultant; to solicit or 'secure this contract and that he has not paid or agreed to pay any company or person, other than"a''bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gift or contingent fee. r -4 Any and all employees of the Consultant, while engaged in the performance of any work or services required;by the Consultant under this Agreement, shall be considered employees.of the Consultant only and not of the Agency and any and all claims that may or might arise under the Workman's Compensation-Act on behalf of.saidemployees, while so'engaged "and any and all claims made by a third party as a consequence,of any negligent act or omission on the part of the Consultant's employees, while.so engaged on any of the work or services provided to be. tendered-herein, shall be the -sole obligation and responsibility of the Consultant. The Consultant shall not engage, on a full or part-time basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract,.any'professional or technical personnel who are; or have been at any time during the period-:of this contract, in the employ of the MIA, State' or. Agency, except regularly retired. employees, without written consent of the, public employer of such person. If during the time 'period of this Agreement, the'Consultant finds it necessary to increase his professional, technical or clerical staff as a result of this work, he will actively solicit minorities through his advertisement and interview process. During the performance of this Agreement, the Consultant, for itself, its assignees and successors in interest, hereinafter referred to as the "Consultant," agrees as follows: A. Compliance with Regulations: The Consultant will comply with the regulation of the Department of Transportation relative to nondiscrimination in federally-assisted programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the regulations, which are herein incorporated by reference and 'made a,party of this Agreement. B. Nondiscrimination: TheConsultant, `with regard to the work performed by it after award prior to completion of the contract work, will not discriminate on the grounds of race, religion, color, nationalorigin or sex in the selection and retention of subcontractors, including procurements of materials and leases of equipment.•` The Consultant will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including' employment practices, when the contract covers a program set forth in Appendix A-II of,the Regulations. - 5 - C. Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurements of materials or equipment,.each -potential subcontractor or supplier shall be notified by-,the Consultant of the Consultant's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, religion, color, national origin and sex. D. Information and Reports: The Consultant will provide all information and reports required by the Regulations, or orders. and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Agency or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any infor'mation' required.by a'.. Consultant is in the -exclusive possession of another who failsor refuses to furnish this information, the Consultant shall so certify to the'A'gency_or the'FHWA as'appropriate `and shall set forth what efforts it has made to obtain the information. E. Sanctions for Non-Compliance: In the event of the Consultant's ..non-compliance with the discrimination provisions ofthis contract, the Agency shall impose such contract sanctions as it or the Federal Highway Administration may determine-to be appropriate,, including, but. not limited to: 1. Withholding of payments to the Consultant under the contract until the Consultant' complies and/or. 2:' Cancellation, termination-or suspension of the contract in whole or part: " F. Incorporation of Provisions. The Consultant will include the provisions of paragraph (A) through;(F) in every subcontract, ;including ` procurements''.of,materials-and leases of equipment, unless exempt by the Regulations, orders or'instructions`issued,pursuant thereto. The Consultant will take action with respect to any subcontract or procurement as the 'Agency or `the FHWA may direct as a means of enforcing such provisions, including' sanctions for noncompliance; PROVIDED; HOWEVER, that, in the event a Consultant becomes involved in,, or is threatened with, fi - litigation with a subcontractor or supplier as a result of such direction, the Consultant becomes involved in, or is threatened with, litigation with a"subcontractor or, supplier as a result of such direction, the,Consultant may request 'the; Agency to enter into such litigation 'to'protect the interests of the Agency and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. VIII. CHANGES IN WORK The Consultant shall make such revisions in the work included in this Agreement as are I necessary to correct errors or omissions appearing therein, when required to'do so by,the Agency, without additional compensation. Should the Agency find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised,-other than minor revisions withinthe scope of the work, the Consultant `shall 'make such revisions, if requested and as,directed by the Agency in writing. This work shall be considered as Extra Work:and will be paid for as provided in Section VI. All extra work shall be submitted as a supplement to the`basic`agreement and approved by the State before the.Work is undertaken in order to become eligible for Federal participation. IX TERMINATION OF AGREEMENT A. The Agency reserves the right to terminate this Agreement at any time upon not less than ten (l0) days'written notice to the Consultant. B. In the event of the death of a member,' partner or officer of the Consultant, or any of :its supervisory.personnel,,assigned to the. project, the surviving members of,;the,'Consultant hireby agree to complete the work under the terms of',this,Agreement, if requested to do so by the Agency. -This section shall not be.a`bar to renogotiations of this Agreement between surviving members of`the-Consultant and 'the Agency, ;if the'Agency so, chooses'. C. In the event this Agreement is terminated under.any of its terms prior to completion of the work, a final payment shall be made to the Consultant which, when added to any payments previously made, shall total the same percentage„of the amount which would have been due if the work had been fully completed as the work completed at the time of termination bears to the r 7 total work required under '.the.'agreement. The same basis 'for estimating,the costs set forth in Exhibit "A" shall be used fortwork uncompleted to estimate the total money that would have been due if all work had been completed. If the total accumulated payments made:to:the Consultant prior to notice of terminatiori'exceeds'the total amount that would be due computed as set forth hereinabove, then no final paymentshall be due, and the ,, Consultant.'-,shall immediately reimburse the Agency ;for any excess paid. 9 D. `In the event this Agreement is terminated prior to completion of the work, the original copies of all plans, prints, drawings and 'field notes prepared by the Consultant prior to ; ` termination shall become the property of the Agency. X. +'b DISPUTES Any dispute concerning questions of facts in connection with work s not disposed of by agreement betwen the Consultant andthe Agency shall be referred for determination to the Director of Public Works or Agency Engineer, whose decision in the matter shall be final and conclusive on the parties to this Agreement. XI. INDEMNITY The Consultant shall comply with all Federal Government, State and L local laws and ordinances applicable to the work to be done under this a Agreement. The Consultant hereby agrees to 'indemnify and hold the State and Agency harmless from and shall process and defend at its, own expense, all claims, demands, or suits, at law or equity, arising in'whole or in part from the Consultant's negligence or breach of any of its obligations under this agreement. The Consultant shall secure regular Public Liability and Property Damage Insurance Coverage in the amount of $100,000 for death or'injury to anyone person and $300,000 for death or injury to two or more persons in any one occurrence and $50,000,for Property Damage in any one occurrence with any aggregate Property Damage coverage of $100,0,00 for two or more, occurrences from an insurance company Authorized to',do business in the State.of Washington. XII. SUBLETTING OR ASSIGNING OF CONTRACTS TheConsultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the Agency. XIII. ENDORSEMENT OF PLANS The Consultant shall place his certification on all plans, specifications, estimates or any other engineering data furnished by him in accordance with RCW 18.43.070. XIV. CERTIFICATION The "Certification of Consultant" and "Certification of Agency Official," attached hereto and marked' Exhibit "C" and by this reference is made a part of this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. BY: BY: 9 t• ? EXHIBIT "A" ANALYSIS OF FEE FOR ENGINEERING SERVICES Direct Salary Cost :........ ................ . . $ Cwerhead Cost (including payroll additives) ............... ... $ Sub-Total 5 NetFee. ..... ..... ..... .. ....b Direct Non-Salary Cost: a Travel and per diem . .... ........ $ b. Reproduction expenses ......... .. $ c Computer expense .............,......$ d. Outside consultants .................... S e. ' Other (Specify) :..:' ................. . . $ s Total ' $ Sub-Total $ . -Contingencies $ i GRAND TOTAL 8 EXHIBIT "B" DESCRIPTION OF PROPOSED WORK FOR PRELIMINARY ENGINEERING Project No. CRP458 PHASE ONE: 1. Run control along the existing improved road forapproximately _1.35 miles traversing:through existing plat monuments, County will 'determine final centerline location to be staked. 2'. Tie in monument common to sections 22, 23, 26, and 26. If monument is destroyed we will set ties so it can be replaced. 3. Close traverse"by using some of the existing 'open plat streets in 'Paradise View Estates and an existing Pope '& Talbot logging road. 4. Set 50 foot"stations along the above-described improved road. 5. Run profile along the 50 foot stations. 6. X-section the 50 footstations and any extra stations needed 40 feet on each -side.ofcenterline. 7. Topog power poles, fire hydrants, driveway culverts, etc. along said roadway. 8. Station existing culverts across roadway, getting skew angle, X-section along culvert;and invert elevations.' 9. Plot X-sections to scale of l" = 10' vertically and horizontally, plot; profile to scale of 1" = 10' vertically and l" = 100' horizontally'. 10. Prepare drawings of existing roadway on 24" X 36" plan and profile paper at a scale of 1" = 1001. Lettering to be clone by Leroy. 11. Submit copy of our work sheet showing bearings, distances, and coordinates. 12.' Locate pond and pump house, for water system. PHASE TWO. Alternate route for by-pass. County *ill outline work addinegotiate fee upon completionof phase one. _ll_ Project No. City/County EXHIBIT "C" CERTIFICATION OF CONSULTANT 1 hereby certify that I am and duly authorized representative of the firm of whose address is and that neither I nor the above Firm I here represent has: (a) employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or-the above Consultant) to skit or secure this contract. (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract. (c) paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above Consultant) any fee, contribution, donation or consideration of any kind for, or in connection with procuring or carrying out the contract: except as here expressly. stated (if any): further certify that the firm I hereby represent is authorized to do business in the State of Washington and that the firm is in full compliance with the requirements of the Board of Professional Registration. 1 acknowledge that this certificate is to be available to the State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid funds and is. subject to applicable State and Federal laws, both criminal and civil Da. Siiyoture CERTIFICATION OF AGENCY OFFICIAL I hereby certify that 1 am the Agency Official of the City/County of Washington and that the above consulting firm or his representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to-. (a) employ or retain, or agree to employ or retain, any firm or person, or (b) pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any kind, except as here expressly stated (if any). I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds and is subject to applicable Slate and Federal laws, both criminal and civil. on. snow. ,@ c :E ..ir :? f? a I:}? S ?'- { 4?f. ?I ? a ?„.` ? {p ? l } ? ??`r..? ?` ?? i ???. ., ?.„.W,? ?::S:a.,.?:.Sn?urL - ---?rw?rr?nrr?nern[M?mMIIAMI -DES O5,lo.o3 Washington State sDue" aer nspon W/AIF Department of Transportation ec elaryoi Tanonauon Transportation Building KF-01 Olympia, Washington 985045201 (206) 753.6005 December 28, 1987 CA: Agencies Contracts for Architectural and Engineering Services. Attached for your information is a copy of the Guidelines for implementing RCW 39.80 (Substitute House Bill (SHB) 176), which took effect January 1, 1982. SHB 176 is an act relating to public contracts enacted by the State of Washington Legislature. The Act establishes the State policy regarding the procurement of professional services in the State of Washington and enacts into law certain requirements as to that procurement process. The Act is modeled after the Federal Brooks Act (Public Law 95-582). This guideline is presented by the Architects and Engineers Legislative Council. it should answer any questions that you may have concerning consultant selection procedures under State law. This guideline explains the procedures that an Agency should use when they use their own funds to hire a consultant for work on a Federal-aid project. To be eligible for the reimbursement of federal funds for payments to a consultant, Chapter 3 - Division l of the Local Agency Guidelines shall be followed. Sincerely, WILLIAM I. HORDAN State Aid Engineer WIH:kas L7J: Attachment cc: Bill Garing, (5), Dist. 1 MR E C E? V E Ron Seaelsingstead, Dist. 2 1?6 wr Bob George, (3), Dist. 3 Bob Elderkin, (2), Dist. 4 JAN 08 1988 Bill Linse, (2), Dist. 5 Dick Albertson, (2) , Dist. 6 JEFFERSON COUNTY Lynn Porter, FHWA ENG1NEEeS OFFICE FOREWORD Substitute House Bill 176 is an act relating to public contracts enacted by the 47th. Legislature of the State of - Washington. The Act establishes the state policy regarding the procurement of professional services in the State of Washington and enacts into law certain requirements as to that procurement process. The Act is modeled after the Federal Brooks Act (PUBLIC LAW 95-582). These guidelines analyze the Act as passed by :,he legislature and suggest ways in which agencies can comply with the Act. While the act should be viewed in its entirety, the primary subject of these guidelines is the procurement process itself, and focuses on how it can be implemented in terms of: 1. Public announcement 2. Selection 3. Negotiation These guidelines are published as a public service to assist governmental agencies of the State of Washington in understanding and implementing provisions of the competitive selection act for professional services. Section "E" offers some editorial thoughts on the procurement process from the professions. Appendix II contains a draft ordinance that has been structured in accordance with the policies and procedures embodied in the American Bar Association Model Procurement Code. PRESENTED AS A PUBLIC SERVICE BY ARCHITECTS & ENGINEERS LEGISLATIVE COUNCIL 909 TOWER BLDG., SEATTLE, WA 98101 (206)623-5936 CECW- Consulting Engineers Council of Washington, SEAW- Structural Engineers Association of Washington " WSPE- Washington Society of Professional Engineers WCCELS-Washington Council of Civil Engineers and Land Surveyors IEEE-` Institute of Electrical and Electronic Engineers ASME- American Society of Mechanical Engineers WCAIA- Washington Council of the American Institute of Architects LSAW- Land Surveyors Association of Washington r A. ANALYSIS OF THE ACT PUBLIC POLICY "Section 9. The legislature hereby estab- lishes a state policy, to the extent provided in this chapter, that governmental agencies publicly announce requirements for architectural and engineering services, and negotiate. contracts for architectural and engineering services on the basis of demonstrated competence and qualification for the type of professional services required and at fair and reasonable prices." The imperatives outlined in the. law are: "publicly announce require- ments, "Negotiate contracts...on the. basis of demonstrated competence and qualification for... services required," "...at fair and reasonable prices. ' DEFINITIONS. "Section 2. Unless the context clearly requires otherwise, the definitions in this section shall apply throughout this chapter: (1) "State agency". means any department, agency, commission, bureau, office, or any other entity or authority of the state government. (2) "Local agency" means any city and any town, county, special district, municipal corporation, agency, port district or authority, or political subdivision of any type, or any other entity or authority of local government in corporate form or otherwise. (3) "Special district" means a local unit of govern- ment, other than a city, town, or county, authorized by law to perform a single function or a limited number of functions, and including but not limited to, water districts, irrigation districts, fire districts, school districts, community college districts, hospital districts, sewer' districts, transportation districts, and metropolitan municipal corporations organized under chapter 35.58 RCW. (4) "Agency" means both state and local agencies and special districts as defined in subsection (1), (2), and (3) of this section. (5) "Architectural and engineering services" or "professional services" means professional services rendered by any person, other than as an employee of the agency, contracting to perform activities within the scope of the general definition of professional practice in'chapters 18.08, 18.41 or 18.96 RCW. (6) "Person" means any individual, organization, group, association, partnership, firm, joint venture, corpor- ation, or any combination thereof. (7) "Consultant" means any person providing professional services who is not an employee of the agency for which the services are provided. (8) "Application" means a completed statement of qualifications together with a request to be considered for the award of one or more contracts for professional services." The law applies to all agencies be they "State," "Local," or 'Special District.°.. EMERGENCY "Section 6. (1) This chapter need not be complied with by any agency when the contracting authority makes a finding in accordance with this or any other applicable law that an emergency requires the immediate execution of the work involved. (2) Nothing in this chapter shall relieve the con- tracting authority from complying with applicable law limiting emergency expenditures. The law recognizes that emergency situations do occur which warrant immediate selection and contracting (probably single-source) and thereby precluding adherence to the requirements of the Act. EXISTING CONTRACTS "Sec. 7. Nothing in this chapter shall affect the validity or effect of any contract in existence on the effective date of this 1981 act." This section recognizes the validity of contracts In force on the effec- tive date of the Act which Is January 1, 1982. Such contracts would include amendments to existing contracts whereby consultants may be providing professional services on an ongoing basis In place of agency staff. PROVISIONS FIELD INVALID "Sec. 8. If any provision or this act or Its application to any person or circumstance is held Invalid, the. remainder of the act or the application of theprovision to other persons or circumstances is not affected." 2 B. PUBLIC ANNOUNCEMENT - - - "Sec. 3. Each agency shall publish in _ advance that agency's requirement. for professional services. The announcement shall state concisely the general scope and nature of the project or work for which the services are required and the address of a representative of the agency who can provide further details. An agency may comply with this section by: (1) Publishing an announcement on each occasion when professional services provided by a consultant y are required by the agency; or (2) announcing generally to the public its projected requirements for any category or type of professional services." Purpose of the Public Announcement The public announcement should provide as much Information as possible on the scope and nature of the project or work for which services are <required. The standard of judgment here should be the extent of infor- mation required to generate interest from the professional community j and to allow the interested firms to evaluate their qualifications to v ices. provide the required ser Publication in advance provides notice to potentially interested firms that services are required by the agency, and allows them time to respond. The appointment of a "representative" further allows the interested firms to effectively respond to the agency's request by being a source of clarification and additional information. 2. Audience for the Announcement The announcement and its publication should ' be consistent with the services required and the professional community providing those ser- vices. For instance, a small local project would probably not be pub- lished to a national market. A project of statewide Importance should be published statewide. In short, the publication - its content and where it's published - should be designed to reach those professionals who would be qualified' and appropriate to the agency and the services required. Neither the Agency nor the professional is served by the burden of a procurement process, involving too many firms or firms inappropriate to the task. 3. Format or Announcement Publication can be in the form of a separate announcement for each discrete package of services required, for example, on a per project basis. This works best when the project(s) or work(s) requiring ser- vices Is large or when the services required are unique. The alter- native provided for in the law Is an announcement that "generally" 4 announces the agency's need for a "category or type" of service. This. form- often consists of publication of the Agency's Capital Improvement Program on a periodic basis. This alternative works best when the agency. has many smaller project(s). requiring relatively standardized services. The Appendix includes examples of announcements suitable for publica- tion in newspapers or. similar publications. 5 C. SELECTION d "Sec. 4. In the procurement of architec- tural and engineering services, the agency. shall encourage firms engaged in the lawful practice of their profession to submit annually a statement of qualifications and. performance data. The agency shall evaluate current statements of qual- ifications and performance data on file with the agency, together with those that may be submitted by other firms I regarding the proposed project, and shall conduct discussions with one or more firms regarding anticipated concepts and the relative utility of alternative methods of approach for furnish- ing the required services and then shall select therefrom, based upon criteria established by the agency, the firm deemed to be the most highly qualified to provide the services J required for the proposed project. Such agency! procedures and guidelines shall include a plan to insure that minority and women-owned firms are afforded the 'maximum practicable opportunity to compete for and obtain public contracts for services. The level of participation by minority and women- owned firms shall be consistent with their general: availability within the professional communities involved." While the procurement process will vary in its organization and oper- ation depending on the agency and the project or work for which ser- vices'are required, the following is an approach designed to implement the law: 1. Statement. of Qualifications The Agency maintains a file of "Statements of Qualifications" from firms interested In providing services to the agency.: While the agency is mandated to "encourage" firms to annually submit quali- fications, the ultimate responsibility for maintaining current quali- fications on file rests with the respective Interested firms. 2. Request for Qualifications As the Agency periodically has a project or work that requires the procurement of professional services, the Agency "requests" quail fications. If the Agency has published their need for services on a type or category basis, they will have already received statements of qualifications from which they can Identify interested' firms. 6 K More usually, a notice is published related to a specific project or work. Such notices usually state that the agency is seeking consul tants to perform services for a specific project(s). Primary criteria to qualify for the contract are stated as well as a project schedule and expected budget for construction. The form of 'response is - indicated,..i.e., letter, brochure, agency form, ' etc., and a dead- line for submittal . is stated. The notice is in effect. a Request for Qualifications(RFQ). The Agency. is free to request submittals from specific firms they _ feel are qualified or appropriate for the services required. The Agency should be particularly concerned that the. statements.. of. qualifications are current for the firms under consideration.: The capabilities of a particular firm do vary over time as personnel changes occur employees leave, the firm builds capability, etc. 3. Evaluation of Qualifications The Statements of Qualifications, either from the Agency's files or as result of the specific RFQ, are then narrowed by. the Agency. Quite often this is accomplished by appointment of a selection panel of three to five qualified individuals (internal to the agency and/or outside) utilizing stated criteria known to all or the selection process is assigned to agency staff. The panel is charged with producing a "long-short" list of consultants who are the "most qualified"' and appropriate for the project from the project or work under consideration. References are probably checked at 'this .stage of evaluation. The "long-short" list should be screened to a manageable number for interviews. One, two, or three firms may be appropriate on a' small project, perhaps more on a large project. The interview list should Include only firms any one of which is judged qualified and which the agency would be prepared to retain. The firms' qualification and capability are further evaluated in the interview process. 4. Interviews Interviews serve two purposes which are a valuable part of the process to the agency. By conducting "discussions with one or more firms regarding anticipated concepts and the relative 'utility of alternative methods of approach" the Agency obtains the advice of the firms interviewed relative to the work contemplated.- This process serves as a check on the Agency's assumptions and pro- vides input to the ultimate structuring and contracting for the services required. This discussion process can be quite Informal. 7 Formal interviews also serve to facilitate the final selection process. Typically, a selected list of consultants is asked to for- mally present their qualifications in person to the selection com- mittee. These usually includes answers to specific questions addressed by the Agency: more detailed information on 'staffing,. process or procedures and other information requested during scheduled interviews. It is important that adequate time be given to the consultants to prepare for the interview. Five to ten work- ing days is normal for modest size projects--large,. complex pro- jects might require 20 working days. In procuring services for some projects the selection process may include visits to each of the firm's offices. 5. Selection The Agency is required by law to select the firm "deemed to be the most highly qualified". based on criteria established by the Agency for the -proposed project. Looking forward to the. nego- tiations, the selection panel must rank the most qualified applicants in order of preference. Because competition is usually keen, it is important that the ranking procedure be recorded and that there be documented evaluation sheets, charts,. or graphs to support the comparisons and ratings. 6. Criteria for Selection Each jurisdictional entity or agency has specific needs related to professional services.. Further, the needs change with respect to the project or work to be undertaken. These needs should be translated into a Criteria for Selection which is designed to satisfy the needs of the Agency. These criteria, specific to each procure- ment process, serve as the basis for evaluating the interested firms to determine the "most highly qualified." Common points or consideration should usually include the following: a. Experience of the consultant with similar projects or work together with client references. b. Relationship of the firm with support. professionals necessary for the ultimate success of the program. These professionals may include bond attorneys, financial consultants, and special design disciplines or testing services. C. Reliability and history of consultant and key personnel. d. Record' of professional and technical activity in societies and Institutes necessary to maintain current state of the art expertise and contribute to the betterment of standards of practice. 8 FIN e. Specific personnel proposed to be assigned to the project or work. f. Workload and size of firm related to the size and timing of the project. g. Minority and women-owned firms in the context of the agency's plans in these areas and consistent with the avail- ability of such firms "within the professional communities involved." The Criteria should be specific to the Agency and the project. The Criteria can be organized into rating sheets with criteria weighted as to importance if appropriate. 9 D. NEGOTIATION "Sec. 5. (1) The agency shall negotiate a contract with the most qualified firm for architectural and engineering services at a. price which the agency determines is fair and reasonable to the agency. In making its determin- ation,.the agency shall take into account the estimated value of the services to be rendered as well as the 'scope, comp- lexity, and professional nature thereof. (2) If the agency is unable to negotiate a satis- factory contract with the firm selected at a price the agency determines to be fair and reasonable, negotiations with that firm shall be formally terminated and the agency shall select other firms in accordance with section' 4 of this act and - continue in accordance with this section until an agreement is reached or the process is terminated. 1. The "Most Qualified Firm" Selection of the most highly qualified firm sets the scene for detailed contract negotiations." This process is the forum in which the "scope of " services" to be provided is examined in detail and modifications nego- tiated to the satisfaction of both parties. The highest ranked firm is required to submit pricing information to the agency in advance of the start of negotiations. The pricing information should be supported by 'a detailed description of the tasks to be com- pleted, the man-hours of effort planned for each task, the categories (i.e., level of experience) of personnel' who will be assigned to each task and the time schedule for completion of all elements of the scope of services, as well as the detailed basis for pricing. The negotiations can then be started with a clear understanding by the agency of the -architectural or engineering firm's perception and approach to the project. The contract negotiations can then be directed toward developing a mutual understanding or the essential requirements involved In providing the desired services. The agency can 'satisfy itself that the necessary personnel and facilities will be provided to perform the services within the prescribed time. It may take several meetings to reach agreement on these Issues, particularly if the 'project Is unique or complex. Once there is agreement on work tasks, man-hours loading, personnel requirements and time schedule, the original pricing submission can be revised to reflect these changes. if compensation, contract require- ments, and contract documents are agreed upon, the contract shall then be awarded to that firm. 10 It is also. appropriate on many. assignments that there be agreed-upon checkpoints where the agency and. the design professional can examine the results obtained in studies completed to that point, re-evaluate the scope of services needed and negotiate modifications in schedule and/or compensation,; as appropriate. This is particularly relevant on complex or unique projects. - The attitude with which both parties approach the negotiations is of critical importance to establishing a proper relationship for the ensuing design process. The architectural or engineering firm will function, in effect, as an extension of the client's organization.. The two become. partners in the design effort and the negotiations must set the tempo for open communications and understanding between them. 2:. The Next "Most Qualified Firm" It is not always possible to reach agreement with the highest ranked firm. While this inability to conclude a contract may be most easily reflected in the fact that no agreement is reached onequitable compen- sation, it often relates to a basic disagreement on what constitutes an adequate scope of services and level of effort to complete `an acceptable professional product in the eyes of the design professional. It may also be the result of an agency's appetite for a higher level of services than its budgetary capabilities. Rather than continue prolonged and fruitless negotiations. after reaching a state of impasse, it is appropriate to terminate' negotiations with the top-ranked firm and begin with the firm judged next most qualified. The same detailed discussion of scope, - level of effort, schedule and compensation should then be carried out until reasonable contract terms for both parties are agreed upon. 11 E. THOUGHTS FROM THE PROFESSIONS (An Editorial) The architectural and engineering professional societies in the state of Washington have sponsored SHB176 as a means of establishing 'a much needed organized process for the selection of professional service. firms for public work and to provide an alternative to competitive bidding. Sponsoring organizations have been the Architects and Engineers Legislative Council; Consulting Engineers Council of Washington; Structural Engineers Association of Washington; American Society of Civil Engineers; Washington Society of Professional Engineers;. Washington Council of Civil Engineers and Land Surveyors; Institute of Electrical and Electronics Engineers; American Society. of Mechanical Engineers; Washington Council of the American Institute of Architects; and the. Land Surveyors Association of Washington. An organized pro- cess is needed to reduce the cost of proposal preparation and inter- viewing, to emphasize selection based on quality and service in the best interests of the public, and to arrive at a fair and open 'selection :process. ON COMPETITIVE BIDDING OF DESIGN SERVICES In sponsoring SHB176, the architectural and engineering societies sought an alternative to competitive bidding for design services. The legislature recognized the problem as not in the public 'interest and passed SHB176 requiring that the selection of consultants for design services should be based on qualifications, not price. The subject warrants more detailed consideration; contained in the following background information. The public agency's first selection criteria should be the qualifications of and the "quality and service" proposed by the design firms under consideration. Selections of consultants based on the lowest professional service costs is typically not in the best interest of the public. The design firm's assignment Is to provide the best facility that serves functional,' aesthetic, operational, and economic objectives. The agency, therefore, must select on the basis of quality and level of service appropriate to achieve these objectives. Compromising either quality or level of service for first cost price does not serve the public. When price becomes a factor in the basic selection process, it can. easily become the dominant factor regardless of the weighting it is allegedly given in the Request for Proposal (RFP). The problem is, that in order to effectively price a project, there must be agreement between the agency and the consultant as to exactly what the scope of services is intended to Include. The range of design alternatives, the desire to 12 0 seek innovative cost- or energy-saving solutions, the type ofconstruc- _ tion to be used, the balance between construction and operating, and maintenance costs to be achieved, all have to be considered in defining the level of effort and expertise of the design professional's staff that will be applied to the project. Until this is done, attempts at pricing have little meaning. To do so as a bid in response to. an RFP without detailed negotiation with the agency as to scope has even less meaning. For instance, if the design professional is asked to bid on furnishing design services, the bidding process, per se, forces unacceptable options. ya • He can provide aproven, conservative design by adapting. his past experience to the project. To achieve. the lowest bid, he could decide not to examine new, perhaps more appropriate, alternatives to achieve lower first cost and lower life cycle cost for the pro v '.ject,.considerations that are clearly in the public interest. s He could minimize the participation of his senior, well-experienced personnel and rely on his less-experienced people, again not necessarily in the public interest. s He could forego all or part of his profit to make greater profes- sional effort to the detriment of the success of his firm as a-busi- ness venture. • He could "low ball" the scope of services and thus the bid, and then attempt to negotiate contract changes with his client to get the project up to a level where both the amount of effort applied and the compensation received are closer to what is appropriate for the particular assignment, again a technique that is not in any- one's best interest. None of these approaches works to the best Interest of either the public or the design professional. Only by open, good faith negotiation after ranking firms on the basis of qualifications and experience can the client' receive full, effective value and the design professional deliver the services expected of him. Of course, the agency must still also be concerned about price in the public Interest, and rightfully so from the professional's viewpoint.' The negotiation process In SHB176 gi yes the agency the process for nego- tiating price, and the leverage to insure fair negotiation in that the agency can always go to the second most qualified firm iden[ifled in the selection process. 13 ON THE COST OF DESIGN SERVICES The question often arises as to the cost of professional design services and the value, received. therefrom. The following example is a funding (budget) summary of a medium-to- large public building project in Washington State: 1. Building Construction Cost $4,500,000 2. Land Cost 100,000 3. Equipment (office machines, cleaning, etc.) 400,000 4. Furniture, Carpet, Drapery,. etc. 300,000 5. Survey, Testing, . Art Program 110,000 6. Contingency 450,000 7. Architectural and Engineering Fees (assume 6%) 270,000 h 8. State Sales Tax (5.3$) 275,000 TOTAL BUDGET $6,405,000 The AE fee is based only on Item 1, the building construction cost, g which is 70 percent of the total budget. An "average" AE fee of 6percent has been assumed, which results in a $270,000 fee (Item 7).. Note that varying the fee percentage by 1/2 of a percentage point up or down ($22,500) affects the total project cost by 0.35 percent. While the design professional's fee should be negotiated to result in a fair and reasonable fee, the resulting fee must be appropriate to do the job Intended. The design professional is the key in controlling the big risks on a project such as the inflation rate, the cost of financing, the fluctuations in the construction industry, the cost and utilization of construction labor, and the impact of weather. For instance, a one- month delay in start of construction could cost 1 percent ($45,000). Concerns for reducing costs should be directed to those areas where the real costs are. ON THE COST OF PROPOSAL. PREPARATION AND INTERVIEWING A public agency should control the costs of proposal PreparatBy efficiently conducting the selection process, costs will be reduced for the consultant, the agency, and most importantly, the ultimate user or consumer. Preparation of detailed written proposals with follow-up interview pre- sentations is appropriate for public works selection to insure the oppor- tunity for all qualified consultants to participate. Consultant proposal, costs are part of the costs of doing business and are charged to administrative overhead. 14 AM Ak However, a public works owner can reduce overhead costs to the agency. and consultant by carefully prescreening consultant applicant letters of interest and standard statements of qualifications. forms (refer to comments regarding "Standard Statements of Qualifications"). Invita- tion for too many consultants only makes the process more costly, time-consuming, and burdensome to the agency and the designprofes- sionals. Ideally, two or three firms is the maximum number that should be selected for detailed proposals and interviews. To effect good pre- screening, an agency first reviews the statements of qualifications infor- mation on the firm's history, which will ideally be prepared in a stan- dard form format. The. first list of screened applicants will then be further narrowed by evaluation of specific qualifications relative. to defined project needs of the agenry -- again, ideally on a standard form. In many instances, firms can be selected directly from the stan- dard form submittal information. This process results' in the fewest number of firms incurring the full °cost of going through the entire selection process, and it also requires the least time (cost) to the selecting agency. The _cost of participating in the selection process represents costs which will vary depending on complexity of the project. For a moderately complex.. program requiring several professional disciplines,. the cost of submitting general qualifica- tions- and - brief details of similar work. related to a client's needs on standard forms may be in the range of $500 to $1,000. Costs for detailed proposals and interview presentations for moderate size projects represent substantially higher investment, which may approach $5,000 ,to $10,000 for each firm that is invited to an interview. At each stage of screening the agency should ask the question, "Given our criteria, which of these firms would be willing to enter into a contract for pro- fessional services, if they are otherwise qualified, in the subsequent more detailed selection phases?" Written guidelines defining the selection process are essential in an organized selection process and very helpful in controlling costs` and time. They help the selection committee perform their work, particularly those members new to the process. Guidelines also help professionals understand their responsibilities in the selection process as they seek an opportunity to provide services. The guidelines avoid miscommunica- tion and help establish rapport with the professionals, thereby assuring the agency of the best environment in which to select the most suitable professionals. The process should be orderly, with all steps described succinctly. Written promulgations of the process will save the agency both time and money. Once guidelines are established as a consistent process, agency staff will be able to administer the selection process more effectively, and the professional can respond more effectively. The process proceeds accord- ing to a preestablished plan, minimizing criticism or manipulation by any party. In short, a well organized and clearly understood selection process minimizes the cost to the agency, while inviting the participa- tion of the greatest number of qualified professionals. 15 ON STANDARD STATEMENTS OF QUALIFICATIONS With the implementation of SHB176, all State agencies have the need to collect and maintain data on. potential consultants in a systematic, stan- dardized manner. Some agencies already have such procedures and some are developing them. Others do noc have them, and may be wondering how best to develop them. As a result, the professions are facing a potential situa- tion in which every agency requires submittals of a different form. This would be unfortunate, uneconomical, and inefficient. it would be far more. practical to utilize a single, standard form that has already been tested through extensive use... As a suggestion: the State agencies might consider standard forms already developed,' accepted, and in use. The federal government, working with the design professionals, currently uses such forms: Standard Form (SF) 254 and 255. _TheSF254 is used to submit general firm data and is filed by all firms wishing to be considered for commissions by an. agency.. It condenses a great deal of information into a. few pages of 8-1/2-inch. by 11-inch paper. It makes it possible for the agency to check, review, and compare firms in a short time. It also can be adapted to an ADP storage and retrieval system with minor modifications. This form is the most basic element of. the federal selection system. A second -form, ,SF255, is used at the time that a consultant is needed for a specific project. The potential consultants are asked to respond. with a completed version of this form which is aimed specifically at showing qualifications for the project under consideration. The federal governmental agencies have been using the Forms 254 and 255 for many years. The Corps of Engineers, the Department of the Interior, the Veterans Administration, the National Park Service, and all or the diverse agencies of the federal system are able to effectively utilize the same forms. There are many rules, standards, categories, classifications, and for- mats which are part of a good data system. The federal government has .spent many years. and dollars developing the system. It Is the best that exists. We In the profession believe that a consistent AE data form system, adapted from the federal system, and used by state and local govern- mental agencies, would be rational, practical, and cost-effective. We suggest that such a system be the basis for AE submittal processes to be used by agencies in the Slate of Washington. 16 ON FAIR. AND OPEN SELECTION SHB176 is written to insure a fair and open selection process in the ^ best interests of all concerned. The requirement of public announcement can be met in several ways. Posting of the annual capital improvement budget for public viewing or providing copies to interested groups or individuals can represent simple compliance.. The public agency interested in the. widest dissemination of their need for services may advertise. Advertising will attract the most broadly based interest and It eliminates the possible criticism of public agencies and officials. Agencies can be assured that design firms will support this process by aggressively responding to public announcements. Further, the agency can establish internal procedures that minimize the possibilities of collusion. Selection ..committees and procedures can be formulated to foster impartiality, and the proceedings should be made available to the public's scrutiny. ON THE AGENCY'S ROLE IN "QUALITY AND SERVICE" It's. axiomatic to say that the more effective the agency, the more effective will be the design professional's result in terms of quality and service. The professional's goal is to provide the highest quality' and the appropriate level of service to the agency. This can best be accom- plished in a true working relationship between the design professional and the contracting agency. The agency is the "expert" In defining the results desired. The agency likewise must actively support the design effort by contributing information and decisions on a timely basis. The way in which the agency manages its participation in the design process materially affects the costs of services. Lack of information and Indecision often result in the need for redesign, resulting in additional charges. What's more critical, the agency has a' leadership role to play In setting direction and defining the public purpose and intent for the project forming the basis of the design professional's product. ON HELP FROM THE PROFES310N The design professional community sponsored this legislation (SHB176). That same community continues to work for the public interest to achieve quality and service on public work at costs to the public that are fair for the scope of services required. That same community stands ready to assist' any public agency In developing detailed selection pro- cedures'consislent with SHB176 and supportive of effective service to the public. 17 APPENDIX StIBStjT H SE BILL M. 176. State o[ Mash inptm by ('mmlttee State rurenment (a gInally slth Legl511- cored by Bepresrntat(res Nelsen (G), 1981 Pegtdar Session Kingg (R), W42i3, Grtrn.o. Ehlers. Erichsm. Walk, Addi on. Hine) Bead fiat tine With 10, 1981, and pusad to Rsles for fecal reading. April 16. 1981: Passed a anrnded by the Senate. I AN ACT. Relating to public contracts: adding a new chapter to 2 Title 39 RCM: and providing an effective date. 3 BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF. WASHINGTON: 9 NEW SECTION.. Section 1.. The legislature hereby S establishes state. policy, to the 'extent provided In this 9 chapter, that governmental agencies publicly announce 7' requirements for architectural and engineering services, and 8 negotiate contracts for architectural and engineering.. services 9 on the basis or demonstrated competence and qualification for 10 the type of. professional services required and ¦t. fair and 11 reasonable prices. 12 NEW SECTION. Sec. .2.. Unless the context clearly 13 requires otherwise. the definitions In this section shall apply: 14 throughout this chapter. IS (1)' 'State agency- mean. any. department. agency,.. IB commission. bureau, office, or any other entity or authority or 17 the state government. 18 (2) 'Local agency- manna any city and any town, county, 19 special district, municipal corporation, agency. Port district. 20 or authority, or political subdivision or any type, Or any other 21 entity or authority of local goverment In corporate form or 22 otherwise, 23 (3) -Special district- means a local unit of government, - 24 other thana city, town, or county, authorized by law to perform 23 s aing le function or' a limited number of functions, and 28 loci udl ng but not limited to, water districts, irrigation 27 districts,. fir. district., school districts.. community college 20 districts, hospital districts, sewer districts, tran.portatlon I SIM 170 Sec. 2 1 district,, old metropolitan municipal corpora dons organized 2 under chapter 35.58 RCM. 3 (4) 'Agency". means both state and local. agencies and 4 special districts as d." .ad in subsection (l). (2), and (3) of 5 this section. F 8 (5) "Architectural and engineering services'. or 7 'professional services' means professional services rendered by 8 any person. other[han os an employee of the agency., controctlng 9 to perform activities wl[hln the scope of the general definition 10 of professional practice In chapters 18.08. 18.43. or 18.98 RCW. li '.(el 'Person' means any individual, organisation, group, 12 association. partnership, firm, joint venture. corporation; or 13. any. combination thereof. 14 (7) 'COnsu Ito nt' means any person. providing professional 1I ::rvices ho Is not an employee of the agency for which the 18 services are provided. 17 (8) 'Application' means a completed statement of is qualifications together with a reque:t t0 be Considered for the 19 ward of one or more contracts for professional services, 20 - NEW SECTION. Sec. 3. Each agency. shall publish in 21 advance that agency's.. requirement for professional services. 22 The announcement shall state concisely the general scope and 23 nature of the project or work for which the services are 24 required and the address of a representative of the agency. who i 25 can 'provide 'further details. An agency may comply with this 28 section by: (1). Publishing anannouncement On each occasion 27 when professional sa rvices Drovlded by a consultant srerequlred 28 by. the agency; or (2) aonouncl ng generally to tho Public its 29 projected requirements for any category or type of professional 30 aervicse, 31 NEW SECTION. Soo. 4. In the procurement Hof. 32 architectural and englnenrlng services, the agency.. :hall 33 encourage firms engaged in the lawful practice of the lr 34 profassiun to submit annually a statement of quallflcatlons and 35. per formence data. The agency shall evaluate current to SHIN 178 2, - 1-2 Sec. e I of qualifications and performance data on file with. the agency. 2 together with those that may be submitted by other firms 3regarding the proposed project, and :shall conduct dlscusslons 4 with one or more firma regarding anticipated concepts and the S relative utility of alternative methods of approach for 6 furnishing the required services and then shall' select 7. therefrde, based upon crltaYi• e.tabl lahed. by' agency. the 8 firm deemed to be the most highly quaI Mad to provide the S .ervlCe9 required for the proposed project. Such agency 10 procedures and guidelines shall include a plan to Insure that 11 minority and women owned firms -'are afforded the, aximwm 12 practicable oppor tunlty to compete' for and obtain public 13 contracts for service.. The level of Participation by minority 14 and women-owned firms -shall be consistent with their general 15 availability within the professional communities Involved. 18 NEM SECTION. Sec. S.. (1) The agency shall negotiate e 17. contract with the moat qualified firm for architectural and 1g. engineering services at s price which the agency determines la 10 fair and reasonable to the agency. In making its determination,. 20 the agency shall take Into account the estimated value or the 21 servlces'to De rendered ae well ae the scope, c-Plealty, and 22 professional nature thsraof. 23 (2) If agency agency in unable to negotlate ass tlafaetory 24 contraetwlth the firm selected at a Price the agency determines 23 to be fair and reasonable, negotiations with that firm shall be 26 formally terminated and the agency shall select other firms in 27 aeeordance wI:h see tlon 4 of this act and conllnue In accordance 2g w/t6 this .action until an agreemenl Is reached or the process 3g is terminated. JO NEM SECTION. Sec. 8. I1) Thls chapter need not be 31 complied with by any agency when the contracting authority makes 32 a finding In accordance with this or any other applicable law JJ that on emergency r*qulr,s the Immedllte .aeeutlon of the work 34 involved. 33 (2) Nothing in this chapter shall relieve the .3. SUB 176 1-3 lop Sec. 8 I contracting authority from complying with applicable law 2 limiting emergency expenditures. 3 NEW SECTION. Sec. 7. Nothing In this chapter shall 4 effect. the validity or effect of any contract in existence. on s the effective date of this I98Iact. 8 NEW SECTION. SeC..e. If any. provision of this act or 7 Its application to any person or circumstance le held invalid, 8 the rescinder of the act or the application orthe provision to 9 other persons or circumstances I. not affected. -10 NEW SECTION. Sec. 9. This. act Shall take effect on 11 January 1, 1982. 12 NEW SECTION. Sec. 10. Section, l through a of this act 13 ..all constitute a new chapter in Title 39 RCM. fsa••a h•'MyOe/u0e. lpr 1 l a, B1 ?BR.ai ki et <he ou•s. P11-d h s (a/-a?priill' 14. 1991. ?ane o?ene a.n•e.. SND 176 -4- 1-4 APPENDIX If ARCHITECTURAL AND ENGINEERING SERVICES DRAFT ORDINANCE TO IMPLEMENT SHB176 THE COMPETITIVE SELECTION ACT(RCW 39.80) (Effective January 1, 1982) SECTION 1. POLICY. It is the policy of, [this. agency] to publically announce all requirements for architectural and engineering services and to negotiates contracts for architectural and engineering i services on the basis of demonstrated competence and qualification. for the type of professional services required at fair and reasonable prices. SECTION 2. DEFINITIONS. (1). "Architectural and engineering services" or. "professional ' services" means professionals services rendered by any person, other than as an employee of the agency, contracting to perform activities within the scope of the general definition of professional practice in Chapters 18.08, 18.43, or 18.96 R CW. (2) "Person" means any individual, organization, group, associa- tion, partnership, firm, joint venture, corporation, or any combination thereof. (3) "Consultant" means any person providing professional services who is not an employee of the agency for which the services , are provided. (4) "Application" means a completed' statement of qualifications together with a request to be considered for the award of one or more contracts for professional services. SECTION 3. PUBLIC ANNOUNCEMENT. [Agency] shall publish in advance Its requirements for professional services. The announcement shall state precisely the general scope and nature of the project or work for which the services are required and the address of a represen- tative of [agency] who can provide further details. Compliance with this section may be by: (1) publishing an announcement on each occasion when profes- sional services provided by a consultant are required by (agency]; or (2) announcing generally to the public its projected requirements for any category or type of professional services. I SECTION 4. SELECTION PROCESS. the procurement of architectural and engineering services, [agency] shall encourage firms engaged in the lawful practice of their profession to submit annually a statement of qualifications and performance data. [Agency] shall evalu- ate current statements of qualifications and performance data on file with [agency], together with those that may be submitted by other. Firms regarding the proposed project. On the .basis . of information available, [agency] may establish a short list of. two or more firms and requestsubmissionsof -a proposal addressing scope of services,metho-'.- dologies, and projected time schedules. [Agency] shall conduct discus- sions with one or more firms regarding anticipated concepts and the relative utility of alternative methods of approach for furnishing the required services and then. shall select therefrom, based upon criteria established by [agency), the firm deemed to be the most highly quali- fied to provide the services required for the proposed project. The procedures and guidelines used shall include a plan to insure that j minority and women-owned firms are afforded the maximum practicable opportunity to complete for and obtain public contracts for services. The level of participation by minority and women-owned firms shall be consistent with their general availability within the professional commu- nities involved. SECTION S. NEGOTIATIONS. (1)'. [Agency]shall. negotiate a contract with the most qualified - firma for architectural and engineering services at a price which'. [agency] determines is '.fair .and reasonable to [agency]. In making its determination, [agency] shall take into account the estimated value of the service to be rendered as well as the scope, complexity, and profes- sional nature thereof. (2) If [agency) is unable to negotiate a satisfactory contract with, the firm selected at a price [agency] determines to be fair and 'reason- able, negotiations with that firm' shall be formally, terminated and [agency] shall select another firm in accordance with Section 4 of this ordinance and continue in accordance with this section until an agree- ment is reached or the process is terminated. SECTION 6. EMERGENCIES. This ordinance need not be com- plied with if an emergency requires the immediate execution of the services involved. (Ed. Note: Where (agency] appears in the text, each entity may Insert the appropriate reference to the governmental unit or contracting officer, e.g., city, county, procurement officer, etc.) COMMENTARY: SECTIONS 1, 2, and 3. These sections apply to procurement of all services within the scope of architecture, professional engineer- ing, or land surveying as defined by the laws of the State of Washington whether or not construction Is Involved. 11-2 SECTION 4. The principal reasons supporting this selection procedure for architectural and engineering. services are the impor- tance of selecting the best qualified firm and the lack of a defini- tive scope of work for such services at the time the selection is made. In general, the architect, engineer, or land surveyor is engaged to represent the [agency's] interests and is, therefore, In a different relationship with [agency] from that normally existing in a buyer-seller situation. For these reasons, the qualifications, competence, and availability of the most qualified architectural and engineering" firms are considered initially, and price negotiated later. If [agency] has an. existing plan or ordinance regarding minority and women-owned firms, restatement or Incorporation of that plan by reference may be made in lieu of the last two sentences of Section 4. SECTION S. It is the procedure. to make the qualification selection first and then to discuss the price because both. parties need to review in detail what is involved in the work (for example, esti- mates of man-hours, personnel costs, and alternatives that the architect, engineer, or land surveyor should consider in depth). Once parameters have been fully discussed and understood and the architect, engineer, or land surveyor proposes a fee for the work, the recommended procedure requires [agency] to make its own evaluation and judgment as to the reasonableness ofthe fee.. if the fee is fair and reasonable, award is made without considera- tion of proposals and fees of other competing firms. If the fee cannot be negotiated to the satisfaction of [agency], negotiations are initiated with another firm selected in the same manner, or which has already been ranked as next most qualified. Thus price clearly is` an important factor in the award of the architectural and engineering services contract under this procedure. The principal difference between the recommended procedure for architect, engineer, or land surveyor selection and the procedures used in most other competitive source selection is the point at which price is considered II-3 OFFICE, OFT1 11--_ AI-TORNEY GENEINL OFFICES ANDOFFICERS--STATE--CONTRACTS--ARCHITECTURAL AND ENGINEERING SERVICES State agencies which contract for architectural and engineering services pursuant to chapter 61, Laws of 1981 are,not thereby exempt from filing such contracts with the office of. Financial Management under the pro- `visions of chapter 39.29 RCW. - - - - - - - - - - - - - November 20, 1981 Honorable Joe Taller Director. Office of Financial Management 101 House office Cuilding Cite ash Olympia, Washington 98504 AGO 1981 No. 19 Dear Sir: By recent letter you requested our opinion on the following' question: Are agencies who acquire architectural and engineering services through Substi- tute House Bill 176 procedures exempt from filing such contracts with OFM under the provisions of RCW 39.29.040(2)7 We answer this question in the negative; i.e., such agency contracts are not exempt from filing. ANALYSIS As you have noted in your letter, chapter 39.29 RCW relates to personal service contracts entered into by skate agencies. The underlying legislative intent, as expressed in RCW 39.29.003, is as follows: i I - {?('I1Iak(?I lI )C'I'17' Attorney General temple or Justice. Olympia. Washington 08504 III-1 OFrn E OF THE ATTORNEY GENERA Honorable Joe Taller AGO 1981 No. 19 - Page 2 "It is the intent of this chapter to provide for a comprehensive legislative review of all personal service contracts negotiated within state government, unless specifically exempted under this chapter, and to'centralize executive supervision of these expenditures by the office of finan- cial management." (Emphasis supplied) A,"personal rervice contract" is defined in RCW.39.29- .006(1) to mean. 11 - . an agreement, or any amendment or renewal thereto, with an independent con- tractor for the rendering of personal ser- vices to the state." The term "personal service," in turn, is defined by subsection (2) of this same section of the law to mean. . performing a specific study, project, or task whicl: requires professional or tech- nical expertise." The basic sul•stantive requirement of the law is set forth in RCW 39.29.010 as follows: "All personal service contracts, including renewals and amendments of existing con- tracts, entered into by any state officer or activity of the executive and judicial branches of state government, including' state agencies, departments, offices, divi- sions, boards, commissions, and educational, correctional and other types of institu- tions, shall be filed with the office of financial management and the legislative budget conunittee at least ten days prior to the date any work conunences under such con- tracts regardless of the source of funds. 111-2 FICE OF THE ATTORNEY GENERAL ,h Honorable Joe Taller AGO 1981 No. 19 Page 3 There are, however, three avenues to exemption from this filing requirement. First, after 'stating the require- ment, RCW 39.29.010, supra, itself then goes on to provide that. . . . The director of financial management may exempt on a limited basis specific classes of personal service contracts in- volving activities of the executive and Judi- cial branches after preparation of documented justification and consultation with the legis- lative budget committee: PROVIDED, That ap- proval of the exemption is granted prior to commencement of the contract work."?/ ? i P Next, RCW 39..29.030 states that:' T. "This chapter shall not apply to the Wash- ington state apple advertising commission, the Washingf.on state fruit commission, the Washington state dairy products commission, or any agricultural commodity commission e created under the provisions of chapter 15.66 RCW and exevpted from the budget and account- ing system by chapter 43.88 RCW except for special provisions concerning budget submis- sions and audits." And finally,`RCW 39.29.040 sets forth the following additional, statutory exemptions: i "This chapter does not apply to: "(1) Contracts specifying a fee of less than two thousand five hundred dollars if the total of such contracts from that agency with the contractor within a twelve-month l/ It is out understanding that while OFM could grant such exemptions on a limited basis for these classes of contracts, it has thus far not chosen to do so. III-3 4kFFICE OF THE ATTORNEY GENERAL Honorable Joe Taller AGO 1981 No. 19 Page 4 period does not exceed two thousand five hundred dollars; "(2) contracts awarded through competitive bids if the bidding follows a formal, docu- mented bid procedure and if the request for bids is advertised through the media nor- mally used by the particular service being sought: PROVIDED, That for management "pur poses, the office of financial management may require the filing of certain contracts exempted under this subsection; "(3) Contracts where the contracting agency recognizes that an employee-employer rela- tionship exists; "(4) Contracts awarded to companies that fur- nish a ser,i-:e where the tariff is estab- lished by the utilities and transportation commission of other public entity; "(5) Intergovernmental agreements awarded, to any public, corporation, whether federal, state, or local and any department, divi- sion, or subdivision thereof; and "(6) Contracts awarded for services to be performed for a standard fee, when the standard fee is established by the contract- ing agency or any other public corporation and a like contract is available to all qual- ified applicants." It is subsection (2) of this last quoted statute which pertains to your question. As you have pointed out, there is in chapter 43.19 RCW a prescribed procedure for competitive' bidding in relation to those purchases, on behalf of state agencies,, which ar^ subject to a competitive bidding require- ment. See, RC11 43.19.1908--.1913. And clearly, you are cor- rect in viewing any personal service contracts entered into in accordance with those procedures to be exempt from filing,' 111-4 FILE OF THE ATTORNEY GENERAL 40 :Honorable Joe Taller `AGO 1981 No. 19 Page 5 under dhapter 39.29 RCW, by reason of RCW 39.29.040(2), supra. As we understand it, however, the specific legal question which you have asked us to review and answer is keyed, instead, to a different legislative enactment. What you have identified in your letter as Substitute House Bill 176 war passed by the legislature during its most recent, 1981 regular session as chapter 61, Laws of 1981. This enactment relates, particularly, to architectural and engineering service contracts entered into by both state and local governmental agencies on or after the effective date of the act, January 1, 1982.2/ In terms of the 'kinds of contracts to which the act applies, the following defini- tions, in 5 2(5), are specially to be noted: "(5) 'Architectural and engineering services' or 'professional services' means professional services rendered by any 'person, other than as an employee of the agency, contracting to perform activities within the scope of the gen- eral definition of professional practice in chapters 18.08, 18.43, or 18.96 RCW." Next, we will quote in full, for immediate reference, 5S 3'through 5 of chapter 61, supra, which contain the gen- eraI requirements of the law. First, S 3 provides that each agency,"3/ 11 . . , shall publish in advance that agency's requirement for professional services. The announcement shall state concisely the general scope and nature of the project or work for which the services are required and the address of a representative of the agency who can provide, further details. An agency may comply with this section by: (1) Publish- ing an announcement on each occasion when See, 'S 9, chapter 61, supra. 3/ Defined by 5 2(4) to mean ". both state and local agencies and special districts . III-5 00i. CE OF THE ATTORNEY GENERA Honorable Joe Taller AGO 1981 No. 19 Page 6 professional services provided by a consultant are required by the agency; or (2) announcing generally to the public its projected require- ments for any category or type of professional services." Next, 5 4 reads as follows: "In the procurement of 'architectural and engineering services, the agency shall encourage firms engaged in the lawful practice of their profession to submit annually a statement of qualifications and performance data. The agency. shall evaluate current statements of qualifica- tions and performance data on file with the agency, togother with those that may be sub- mitted byot:her firms regarding the proposedpro- ject, and shall conduct discussions with one or more firms regarding anticipated concepts and the relativi: utility of alternative methods of approach f.or. furnishing the required services and then sfwll select therefrom, based upon 'criteria established by the agency, the firm deemed to br the most highly qualified to pro- vide the ,-.c! vices required for the proposed pro- ject.' Such agency procedures and guidelines shall include a plan to insure that minority.and women-owned firms are afforded the maximum prac- ticable opportunity to compete for and obtain public contracts for services. The level of par- ticipat.ion I•y minority and women-owned firms shall be cvi-sistent with their general availa- bility :rJr.h.in the professional communities in- volved." Arid thirdly. 5.5 provides that: "(1) The agency shall negotiate a contract with the most qunlified firm for architectural and engineering services at a price which the agency determines is fair and reasonable to the agency.' In making its determination, the agency shall take into account the estimated value of the ser- rices tc•1,0 rendered as well as the scope, com- plexity, and professional nature thereof. 111-6 CE OF THE ATTORNEY GENERAL Honorable Joe Taller AGO 1981 No. 19 Page 7 "(2) If the agency is unable to negotiate a satisfactory contract with the firm selected at a price the agency determines to be fair and reasonable, negotiations with that firm shall be formally termin- ated and the agency shall select other firms in accordance with section 4 of this act and continue in accordance with this section until an agreement is reached or the process is terminated." (Emphasis supplied) Quaere: Does compliance, by a state agency, with the requirements of this 1981 act, inlieu of competitive bidding under RCW 43.19.1908-.1913, supra, result in an exemption from the filing requirements of chapter 39.29 RCW.onthebasis `of.`RCW.39.29.040(2),supra? In our 0pinion, .it does not. We therefore must answer your question, as set forth at the beginning of this opinion; in the negative. Simply stated, chapter 61, Laws of 1981, supra, does not establish a competitive bidding procedure for the let- ting of architectural and engineering service contracts by governmental agencies. Rather, it provides for negotiated contracts (as evidenced, particularly, by the above-under- r scored language.of 5 5) after a preliminary, determination as to the most qualified" firm. While there most certainly " is a competitive aspect to the law in terms of how a partic- ular architectural or engineering firm is determined to be "most' qualified," the competition is at that preliminary level; and not, as under competitive bidding, at the critical level of "offer" and "acceptance" in the context of forma- tion of a particular contract. This is not to say, that some further legislative ac- tion, in the form of an additional exemption provision in RCW 39.29.040, supra--relating to architectural and engineer ing service contracts--might not be thought by some in order 111-7 nCE OF THE ATTORNEY GENERAL Honorable Joe Taller AGO 1981 No. 19 Page, 8 as a matter of policy. But that is for the legislature,. rather than either your office or ours, to decide. What we are saying, at this time, is simply that the existing provisions of RCW 39.29.040(2), as the law now `reads, can- not be interpreted to provide such an exemption. We trust that the foregoing will be of assistance to you. Very truly yours, qF VYA !lam ?'C KENNETH O. EIKENBERRY Attor y Genera lti3t?no .yl \?'i •? PF L Fi. AUST Deputy Attorney General RN GEC EY mg Port of Seattle FIRST PUBLICATION A/E Services State of in ace arda nee with RCW Washington all Fn Pnrl nr Coal- updating intormi encouragged to en their c)destion Completed Cons timmidees will h the Porno, Seatt ing Department's yearsbeyond th firm's latest sub date, atwhich tl tionnoires will bt the firm w311 not for servicI. en tll "ton is submitted ticular pro ectd , t.1 to be considere from the list a with completed G on file or from advertisement to for that project. Cemiracts shall in accoMancc quiremenu of R the Port's seWtic interested pa'. quested to rc I P. Ritchie, Ch7.T of Scottie P, O. F tic. Woshingtan EnRlncering De call Don Sem(h at 'e. I first pul Retry 9,1 984. FIRST PUBLICATION City of Carnation REQUEST R QUALIFICATIONFODATA TO FURNISH E SUIRVEYING ANDERVICE E LAND The City of Carnation (pur•. suant to Chapter 81, Laws 1881) is inviting statements of qualifications and performance in formation from firms in• terested In providing pro[es• slonal engineering and. land- surveyying service (or the 1984 calendor year in conjunction with City. sponsored F rojects. The Cityrogram's Capital Improve• ment P,dor Which engi•. Bering service is sought n• eludes: water reservoir studyy uppdate, reservoir site acquisl tion, reservoirconstruetion and miscellaneous water dlstrlbu- tion and transm"sslon pipelines and down town sewer project. Qualification and pertorm• once statements wi116a review-. ed, plnced on file for the re•• mainda' o 1984 and will be used as a soutce from which to elect one or more quellfled tlrms from whom a detailed proposaLwfll be requested for any specific project. Those flans who have statements on file for the 1983 calendar year should only respond with a re- quest for their statement to be renewed •[or 1984 along with any pertinent amendments to theirstatement. Mlnorlty and women-owned` firms are encouraged to submit - statements. Questions relgr'be ing this invitation shou]d be directed to City of Carnation, P, O. Box 287, Carnation, WA 98014, Response of interested firms is reqquested no later than U"'61 98Dp611taitlon in the Seattle Dolly Jouraa f Com- 5 1984, FebrunrY 27 M.rch M) FIRST PUBLICATION Swinomish Housing Authority ?UBLICA? TION Bellevue Schooh Cit' of Kent y of Ana•cortes State of ' IWC NOTICE FOB SERVICES • District No. 40Jr PUBLIC NOTICE To CONSULTANTS iVashington ' oU nee ordance with Title 39,'; 6t. Section 3.of the. BELL£YUE WASHINGTON NO'I7CE TO _____ ...? The Public Works Depw't- meat of the City of KmL 6e1i1b?y __ _ _ _ _ .. ..,.. EBE[gy EIt1C1CBCy Sfudy °' .-...._ The icorfes y1a an• Is ev essfontel sc v- ingda rr rnnsultlnB .` This during the z'e- 4 centre .982 celerdnr center nleadaryear. 4 tram! tted are: „{ tral s tslve ;storm role r isive 1water: 0"d' { lated ,sewei ..rate trict. cost e wer.facilliles terna twee- a coast meta c map•: ttpi t are asked to App 4 of Anacortes celve ue]ILcations ' Distr ?ata. Submit• F.nBb ?de ``x?-57.-5. egsted ptongfile?md ! Yrole Iva1141ed mn- ' PRE molar prolect f "M d consultants II will sub[c1 U. S. 1 of th arm SF 255. Offlt opt on file-Sii[K j 110:15 submissirn or ! plans the FIRST PUBLICATION City of Mercer Island tionllle Feb unrY r?li? acre<1 ?19114.? 121117 f bl Aff d avit o Pu i ication STATE OF WASHINGTON) ss COUNTY OF JEFFERSON) q FRANK W. GARBED, being sworn, says he is the publisher of the Pon Townsend Leador, a weekly newspaper which has - Sa Z& been established, ppublished in the English language and cir. olaced conl'nuausly a weekly newspaper in the row, of f Poll Townsend, in said County and State, and for general cir- (.. l.li.n I. said coonry for more than six (6) months prim to the T date of the firs, publiearon of the Notice hereto attached, and _ that the said Pon Townsend Leader was on the 2711, day of i' -- - 7'-' 1941,.app -d a legal spaper by the Superior - - NOTICE IRen County, and that anne ad is true copy - Request for Statement of Qualific ahans and Re uet t s b C d ? qq o e onsi ered for Awa request for statement of rd of Contract - for Profess ional En ineerin a d S : g g n urveying Services' atis and request to be for Jefferson County Public Works De art t r - p men ed for award of contract Jefferson County is soliciting Statements Of Qualifications together with o re-'essional en inee B ring and quest to be considered for the award of contract f om s r qualifiedEnginaerindI services for the 'and Surveymg:ffrms tc provide 'profeisional relfmina gj an surveying services on v H i us e b !y . n . ar o n County Fttblic Works D pt projects forthe'Pu lic Works Departme ' SCOPEOF WORN: The work to be erf ed l f '. p orm wi l consist of providing Land S urveying and Civil and Structtirof Engineering in the i desi ' , C onstruct on Pr nght gn, In' of way stages of County Road and Bridge;nsrucion Projegs as 'I dicofed'below: , L'- E PROJECT SIMPTION SCOPEOFWORK... Hastings Ave West . Land Survoying, Civil Engineering Leland Creek Bridge Land Surveying, Clvtl and Structuro' - ` Beaver Valley Rd. Land Surveying, Civil vill,EE;nngineering jed In the regular and..tire issue of said paper - eyinngg, gineerin8 Dosewoll( s Ro d i l h f f d f ' p ,t a n a supp ement t ereo or a pero o Land Surveying SUBMITTALS: Statements of Qualifications, Requests to be Considered For award of contra t i i h k fo - h 'I k b _ , eg c s nn ng on t e r t -- ese services and requests for father informotfon on % 3se projects must be submitted to Iho Jefferson County De art f a^sMarch ent f c p m o Publi day o _ forks; Courthouse, Port Townsend, Washington 98368 Atte tion )a4 , n : Robert, G. Nesbitt, P.E., County, Engineer. y ^^the_?_dayo( March .. Dated this 24th day of February 1986 l ,.7? ,,. Z s , . Board of Jefferson County d then sold .ws a er was re -tall d6tribmod COrnml .-, p- P P n y , in a arl L, ben durin. all of thb period. That the full Pltls; Choalrmonf`n x / I 8863:55_/.k8f3.94_ has b. en pals in tau, n'_he tau of ' pp B86 ? f Y p.r Inch f each imanlo ? II r ' // J I sP .? Subscribed and sworn ro before me this -5 soy of r tirl March 19 86 . " ,yy x ?? r LIJ i Namry Public In and for the Stale of S - (\ lsl I i Washington, reddlng at Pon Town end ` k " ,,5 .... -. ..,, u L. •;.s t4+?ei 4lllif 3 ? x i ? A CONSULTANT AGREEMENT FOR PRELIMINARY ENGINEERING THIS AGREEMENT, made and entered into on this day of 19by + and between the CITY/COUNTY OF WASHINGTON,. here- inafter called the "AGENCY," and the counsulting firm of whose address is , the location in Washington State at which work will be available for inspection, hereinafter called the s"CONSULTANT." The STATE OF WASHINGTON acting by and through the Washington State Transportation Commission and the. Department of Transportation, hereinafter called the "STATE" together with the Federal Highway Administration, hereinafter called the FHWA, administers the Federal-aid funds. i WHEREAS, the FEDERAL GOVERNMENT through its Department of Transportation and Federal Highway Administration, pursuant to Title 23, U.S. Code, has established a program of Federal-aid to the states designated as the Federal-aid Program, with a general purpose to increase the safety and capacity of roads in the United States, and d WHEREAS, the. Agency desires to accomplish this Federal-aid project, number T? entitled with the aid of funds. provided under The Surface Transportation. Assistance Act of 1978, Title 23, U.S. Code, Highways, and all amendments thereto and the rules and regulations promulgated by said U.S. Department of. Transportation, in the Federal-aid Highway Program Manual, and V WHEREAS, the Agency has not sufficient qualified engineering employees to prepare the necessary construction plans, specifications and contract within a reasonable time and the Agency deems it advisable and is desirous of engaging the professional services and assistance of a qualified consulting engineering firm to do the necessary engineering work for the project and to develop plans, specifications and estimates, and WHEREAS, the Consultant has represented and by entering into this Agreement now represents, that he is in full compliance with the statutes of the State of Washington for registration of professional engineers and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and WHEREAS, the Consultant has indicated that he desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW, THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: 14 DOT Form 140428 (LAG) OOT row 1O A•123 AS Ah I OBJECTIVES AND SCOPE OF. WORK The objective of the Agreement is to provide engineering services necessary for the preparation of all plans, specifications and other documents for the Project as described in attached Exhibit "B." The scope of work shall include all services and materials necessary to accomplish the work as indicated in attached Exhibit "B": (A complete listing of services to be furnished by the Consultant shall be provided.) Provide the design, layout, plans, special provisions, estimate of cost and contract documents for the following: (List work to be accomplished in attached Exhibit B.) Prepare construction plans in accordance with standard practices of the STATE for plans prepared by its own staff. Procedures shall be consistent with the provisions of the current edition of the Department of Transportation "Highways Design Manual" and amendments, thereto:(e.g.) 1. Plans shall be prepared with such provision and in such detail as to permit the convenient layout in the field for construction. and other purposes within a degree of accuracy acceptable to the Agency. 2. Plans shall be in such detail as to permit the development of an accurate estimate of quantities for the several pertinent items of work to be performed in the construction of the project. 3. The scales to be used, the lettering and general delineation of the plans, shall be such as will provide legible reproduction when the plans are reduced to one-fourth of their original size (50 percent reduction). 4. The. minimum horizontal scale for the plans shall be 'one inch equals 50 feet` for channelization plans and "one inch equals 20 feet' for signalization plans. 5. Construction plans will consist of a vicinity map; sheets showing the estimate of quantities; . typical sections; special sections; special details other than standard details available from the State's standard drawings; special layouts; plan profile and cross sections. 6. Plans shall include complete details for the proposed drainage of the project, utility work to be performed by others, details for paving, pavement marking, signinpsignalization and city street revisions, as necessary. Plans shall show all the existing physical features, surface and sub-surface facilities, as determined by field survey or indicated on Agency or utility company records for the area included in the right-of-way, or greater, if necessary, outside the right-of-way to include pertinent details adjacent to the right-of-way. 7. Special Provisions shall be included in the contract plans for items of work with are not covered by the State or APWA Standard Specifications, whichever is applicable, as may be required to properly cover the work contemplated by the plans. 8. The Consultant shall furnish such pertinent information and data with respect to the plans and design as the Agency may request, including, but not necessarily limited to one (1) copy of the quantity and design computations. 9. The quantities shall be divided into parts corresponding to the construction contracts or as otherwise designated by the Agency. These quantities shall be as near as possible to the actual quantities and shall not be arbitrarily increased. Cost estimates shall be based on prevailing average bid prices received on similar projects by the State. 10. Field surveys required to complete the plans in the Agreement shall be furnished by the Consultant. The field surveys shall include sufficient 'referencing to permit the re- establishment of all necessary points to the satisfaction of the Agency. 11. All necessary sub-surface investigations shall be conducted by the Consultant. The Consultant shall perform all work described in this Agreement necessary to complete design of the project to conform with the policies and standards set forth in Section IL The Consultant shall prepare such information and studies as may be pertinent and necessary, or as may be requested by the. Agency, in order to pass judgment on the ieatures of the work. The Consultant shall make such minor changes, amendments or revisions in the detail of the work as may be required by the Agency. This item does not constitute an "Extra Work" item as related in Section X of the Agreement. When alternatives are being considered, the Agency shall have the right of selec- tion. The Agency will supervise construction and provide construction engineering services, including the review and. approval of. all construction drawings during construction, as required, however, the Consultant when requested by. the Agency, shall without additional compensation give general advise and make a maximum of three (3) visits to the site for explanation for plans to generally review the pro- ject. The Department of Transportation and Federal Highway Administration shall have the right to initiate. conferences between the Consultant and the Agency and to participate in the review and examination of the work in progress. a The plans and specifications shall be verified by a complete check by the Consultant and shall be so certified by the Consultant. The Consultant will be held responsible for the accuracy of the work, even though the work has been accepted by the Agency. DOT FO 1? 0 M122 ft. BIN. 3 y., ., -Ya?y>csraoaxag6CS1+.?e..,«?rnnc?som tl DESIGN CRITERIA The Agency will designate the basic premises and criteria for the design. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of the fol- . - lowing. 1. Washington. State Department of Transportation "Standard Specifications for Road and Bridge Construction." 2. Washington State Department of Transportation, "Standard Plans for Road and Bridge Con- struction." 3. Washington State Department of Transportation, "Highway Design Manual." 4. Washington State Department of Transportation, "Bridge Design Criteria." 5. Washington State Department of Transportation, "Manual of Highways Hydraulics."- . 6. Washington State Department of Transportation, "Material Laboratory Outline. k 7. Highway Research Board's Manual entitled, "Highway Capacity." 8. FHWA and Washington State Department of Transportation, "Manual on Uniform Traffic Control Devices for Streets and Highways." 9. Washington State Department of Transportation, "Construction Manual." 10. Washington State Department of Transportation, "Local Agency Guidelines." 11. Standard drawings prepared by the Agency and furnished to the Consultant shall be used as a guide in all cases where they fit design conditions. 001 POW VI .Oa •.ww uu 4 m ITEMS TO BE FURNISHED TO THE CONSULTANT BY.THE AGENCY The Agency will furnish the Consultant copies of the plans, profiles, cross-sections or documents which are available to the Agency that will facilitate the preparation of the plans and studies within the limits of the project. (A complete list of applicable documents shall be included.) IV DOCUMENTS TO BE FURNISHED BY THE CONSULTANT The following documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Consultant to the Agency upon completion of the various phases of the work. All such material, including photographic negatives used in the project, shall become and remain the property of the Agency and may be used by it without restriction: 1. Two (2) copies of the completed contract drawings and specifications prepared from the work performed under this Agreement. 2. Two (2) copies of the detailed estimate of cost of the work to be constructed. 3. One (1) set of all sheets comprising the set of contract plans on permanent scale stable reproducibles, together with one (1) copy of all reports, drawings, etc., appertaining thereto, plus an equal number of revised copies, if review disclosed that revisions are necessary. 4.` Five (5) copies of the special provisions to the Standard Specifications. . . S. One (1) copy of all survey notes taken by the Consultant. 6. One (1) copy of the quantity and design computations for the work performed under this Agreement OCT 90" 1700Y 4117 OwYw O/O7 6 V TIME OF BEGINNING AND COMPLETION The Consultant shall not begin work under the terms of this Agreement until authorized in writing by the Agency. The time required, in calendar days, for completion of all work under this Agreement shall be days following written authorization to begin. Established completion time shall not be extended because of any delays attributable to the Consultant, but may be extended by the Agency in the event of a delay attributable to the Agency or because of a delay caused by an act of God or governmental actions or other conditions beyond the control of the Consultant. Delays attributable to or caused by one of the parties hereto amounting to days or more affecting the completion of the work may be considered a cause for renegotiation or temination of this Agreement by the other party. VI PAYMENT (Cost Plus Net Fee) The Consultant shall be paid by the Agency for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to -complete the work. A. Payment for work accomplished shall be on the basis of Consultant's actual cost plus a net fee. The actual cost includes direct salary cost, overhead and direct non-salary cost. 1.. The direct salary cost is the salary expense for professional and technical personnel and principals for the time they are productively engaged in work necessary to fulfill the terms of this Agreement. The direct salary costs are estimated to be approximately collars ($ ) as set forth in the attached Exhibit "A" and by this reference made a part of this Agreement. 2. The overhead costs as identified on Exhibit "A" are determined as % of the direct salary cost. The overhead costs are estimated to be approximately ollars ($ ) as set forth in the attached Exhibit "A" and by this reference made a part of this Agreement The overhead cost rate is an estimate based on currently available accounting information and shall be used for all progress payments over the period of contract. The final overhead cost rate is subject to adjustment based on an audit performed by the Agency, the State, or Federal Highway Administration at the completion of the project and said final overhead cost rate shall not exceed percent and shall not increase the maximum amount payable for this Agreement. 3. The direct non salary costs are those costs directly incurred in "fulfilling the terms of this Agreement; including, but not limited to travel, reproduction, telephone, supplies and fees of outside consultants. The direct non-salary costs are estimated to be approximately Dollars ($ ) as set forth in the attached Exhibit "A" and by this reference made a part of this Agreement. Del Fo" 1104," ?1.3 . 1yMN??1q tt (if the consulting firm is a partnership, the following shall apply:) When the partners are pro- ductively engaged in work necessary to fulfill the terms of this Agreement, their salary costs shall be invoiced as direct non salary cost. Therefore on Exhibit "A", under direct nonsalary costs, the hourly labor rate including overhead (profit is included in the next fee only) for each labor classification is shown. These rates shall apply for the work on the project when performed by the partners. The estimated cost for this work is included under direct salary t costs as set forth in attached Exhibit "A" and by this reference. made part of this agreement. k Billings for any direct non-salary costs shall be. supported by copies of original bills or invoices. 4. The net fee, which represents the Consultant's profit shall be Dollars ($ ). The net fee will be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the Consultant's monthly progress reports and approved by the Agency. Any portion of the net fee not previously paid in the monthly payments shall be included in the final payment, subject to the provisions of the Section XI entitled TERMINATION OF AGREEMENT. 5. The maximum amount payable. for completion of all work under this Agreement including salaries, overhead, final overhead adjustments, direct non-salary costs, and profit is Dollars ($ ). This ' - does not include payment for. extra work as stipulated in Section X, "Extra. Work. B. All vouchers shall be submitted by the Consultant to the Agency for payment pursuant to the ' terms of this Agreement. The Agency shall pay the appropriate amount of each voucher to the Consultant. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the Consultant based on the estimated percentage of the completion of the services to date. C. The cost records and accounts pertaining to this Agreement are to be kept available for " inspection by representatives of the Agency, State and Federal Highway Administration for a period of three (3) years after final payment. Copies shall be made available upon request. 0. Payment for extra work performed under this agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section X "Extra Work") E. A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. ..VII EMPLOYMENT The Consultant warrants that he had not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for Dow F? 1? -as 7 0 the Consultant, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this. warranty, the Agency shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price of consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Consultant, while engaged in the performance of any work or services required by the Consultant under this Agreement, shall be considered employees of the Consultant only and not of the Agency and any and all claims that may or might arise under the Workman's Com- pensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole. obligation and responsibility of. the Consultant.. The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the ¢ contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the FHWA, State or Agency, except regularly retired employees, without written consent of the public employer of such person. - i Vlll NON-DISCRIMINATION The CONSULTANT agrees not to discriminate against any client, employee or applicant for F employment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except fora bonafide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or terminations; rates of pay or other forms of compensation; selection for training; rendition of services. The CONSULTANT understands and agrees that if it violates this Non-Discrimination provision, this AGREEMENT may be terminated by the Agency and further that the CONSULTANT shall be barred from performing any services for the Agency now or in the future, unless a showing is made satisfactory to the Agency that disciminatory practices have terminated and that recurrence of such ' action is unlikely. During the performance of this Agreement, the Consultant, for itself, its assigneees and successors in interest, hereinafter referred to as the "CONSULTANT;' agrees as follows: A. Compliance with Regulations: The Consultant will comply with the regulation of the Department of Transportation relative to nondiscrimination in federally-assisted programs of the Department of Transportation Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the regulations, which are herein incorporated by reference and made a part of this Agreement. B. Nondiscrimination: The Consultant, with regard to the work performed by it during the Agreement shall not discriminate on the grounds of race, religion, color, national origin; age, marital status, handicap, or sex, except for a bonafide occupational qualification, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Consultant will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices, when the contract covers a program set forth in Appendix 11 of the Regulations. om ror NOON -12 - 'f C. Sanctions for Non-Compliance: In the event of the Consultant's non-compliance with the discrimination provisions of this contract, the Agency shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate; including, but not limited K. to: 1. Withholding of payments to the Consultant under the Agreement until the Consultant complies and/or. " 2. Cancellation, termination or suspension of the Agreement in whole or part. D. Solicitations for Subcontractors, Including Procurement of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, includuing procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the Consultant of the Consultant's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, religion, color, national origin, age, marital status, handicap, or sex. E. Wormation and Reports: The Consultant shall provide all information and reports required by the Regulations, or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Agency or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, or directives. Where any information required by a Consultant is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the Agency or the FHWA as appropriate and shall set forth what efforts have been made to obtain the information. F Incorporation of Provisions: The Consultant shall include the provisions of paragraph (A) through (E) in every subcontract, including procurements of materials and leases of equipment, unless excempt by the Regulations or directives issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the Agency or the FHWA may direct as a means of enforcing such provisions, including sanctions for noncompliance; PROVIDED, HOWEVER, that, in the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the Agency to enter into such litigation to protect the interests of the Agency and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States: Ix CHANGES IN WORK The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary to correct errors appearing therein, when required to do so by the Agency, without additional compensation. Should the Agency find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Consultant shall make such revisions, if requested and as directed by the Agency in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VI, rwr ?rxur 146464 M112 X EXTRA WORK The Agency may desire to have the CONSULTANT perform work or render services in connection with this PROJECT in addition to or other than work provided for by the expressed intent of this AGREEMENT. Such work will be considered as Extra Work and will be specified in a written supplement to this Agreement which will set forth the nature and scope thereof. Work under a supplemental AGREEMENT shall not proceed until authorized in writing by the Agency. XI TERMINATION OF AGREEMENT A. The Agency reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the Agency. This section shall not be a bar to renegotiations of this Agreement between surviving members of. the Consultant and the Agency, if the Agency so chooses. - C In the event this Agreement is terminated by the Agency other than for fault on the part of the Consultant, a final payment shall be made to the Consultant for actual cost for the work , complete at the time of termination of this Agreement, plus the following described portion of the net fee. She portion of the net fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete is to the total work required by the Agreement. In addition, the Consultant shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Consultant shall immediately reimburse the Agency for any excess paid. 0.- In the event the services of the Consultant are terminated by the Agency for fault on the part of the Consultant, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the Agency with consideration given to the actual costs incurred by the Consultant in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the Agency at the time of termination, the cost to the Agency of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the Agency of,the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in the subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all plans, prints, drawings and field notes prepared by the Consultant prior to termination shall "become the properly of the Agency for its use without restriction. ppr ror pooaa wua . a+..a uaa. 10 F, Payment for any part of the work by the Agency shall not constitute a waiver by the Agency of the remedies of any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for failure of the Consultant to perform work required of it by the Agency. X11 DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Consultant and the Agency shall be referred for determination to the Director of Public Works or Agency Engineer, whose decision in the matter shall be final and conclusive on the parties to this Agreement. XIII LEGAL RELATIONS The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. The Consultant hereby agrees to indemnify and hold the State and Agency harmless from and shall process and defend at its own expense all claims, demands, or suits at law or equity, arising in whole or in part from the Consultant'snegligence, tortious acts or breach of any of its obligations under this agreement. The Consultant shall secure regular Public Liability and Property Damage Insurance Coverage in the amount of $100,000 for death or injury to any one person and $300,000 for death or injury to two or more persons in any one occurrence and $50,000 for Property Damage in anyone occurrence with any aggregate Property Damage coverage of $100.000 for two or more occurrences from an insurance company authorized to do business in the State of Washington. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of the Agency. OOT IMY ItlON MI)) 0 18 XV ENDORSEMENT OF PLANS The Consultant shall place his certification on all plans, specifications, estimates or any other '.engineering data furnished by him in. accordance with RCW 18.43.070. XVI CERTIFICATION The "Certification of Consultant" and "Certification of Agency Official," attached hereto and marked Exhibit "C" and by this reference is made a part of this Agreement. XVII EXHIBITS Should any conflicts between any exhibit and text of this Agreement arise, the text shall prevail.' IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. By By City/County or Principal OW POW NYW" M132 6143 12 EXHIBIT "A„ COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Personnel Man Hours Rates of Pay Estimated Cost i TOTAL $ DIRECT NON-SALARY COST: Travel and Per Diem Per Diem - weeks $ ....................f .'Air Travel - Trips (y $ ....................$ Cars @ per month months miles ® $ ....................$ TOTAL $ Office `. and Equipment Rent . ... $ per month & months $ Equipment Rental S per month qO months $ Reproduction Expenses .....................................................$ Communications .......................... ................................$ TOTAL $ GOT Vow unnr? r131 rw flu 13 - EXHIBIT "A" (cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES - Direct Salary Cost ................. ............................................ Overhead Cost (including payroll additives) ............... .......... % $ ub-Total . G Net Fee .......................... ............................................ Direct Non-Salary Cost a. Travel and per diem ............ .... b. Reproduction expenses .......... ..... c Computer expense .............. .... d. Outside consultants .............. .... ' e. Other (Specify) ................. .... Total Sub-Total -Contingencies E GRAND TOTAL BREAKDOWN OF OVERHEAD COST FICA ............................. .............................................. % Unemployment Compensation ........ .............................................. % Medical Aid and Industrial Insurance .. .............................................. % Company Insurance and Medical ..... .............................................. % Vacation, Holiday and Sick Leave ..... .............................................. % State B & O Tax .................. .............................................. % Insurance ......................... .............................................. % Administration and Time Unassignable . .............................................. % Printing: Stationery and Supplies ...... .............................................. % Travel Not Assignable ............... .............................................. % Telephone and Telegraph Not Assignable ............................................ % Fees. Dues. Professional Meetings ..... .............................................. % Utilities and Maintenance ............ .............................................. % Rent ....... .... ............................................ _ % Rental Equipment ....... .... .... .............................................. % Office Miscellaneous. Postage ........ .............................................. % Professional Services ................ .............................................. % TOTAL % MY FO- 1? .133 14 z Project No.. City/County EXHIBIT „C.. CERTIFICATION OF CONSULTANT hereby certify that I am and duly authorized representative of the firm of whose address is and that - neither I nor the above firm I here represent has: (a) employed or retained for a commission, percentage, brokerage, contingent fee or other consideration, any firm or person (other than a bona fide employee working solely for me or the above Consultant) to solicit or secure this contract. .. (b) agreed, as an express or implied condition for obtaining this contract, to employ or. retain the services of any firm or person in connection with carrying out the contract. -(c) paid, or agreed to pay, to any firm, organization or person (other than a. bona fide employee working solely for me or the above Consultant) any fee, contribution,' donation or consideration of any kind for, or in connection with procuring or carrying out the contract; except as here expressly stated (if any): further certify that the firm I hereby represent is authorized to do business in the State of Washington and that the firm is in full compliance with the requirements of the Board of Professional Registration. I acknowledge that this certificate is to be available to the State Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid funds and is subject to applicable State and Federal laws, both criminal and civil, D- sis-1- CERTIFICATION OF AGENCY OFFICIAL hereby certify that I am the Agency Official of the City/County of Washington and that the above consulting firm or his representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to: (a) employ or retain, or agree to employ or retain, any firm or person, or (b) pay or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any kind, except as here expressly stated (if any). I acknowledged that this certificate is to be available to the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds and is subject to applicable State and Federal laws, both criminal and civil. CU., sq.nva r MY row ?.onn ror 18 •..ww uu Jefferson County f I ?? ': t Department of Public Works r ??_ '"" • COURTHOUSE PORT TOWNSEND, WASHINGTON 98368 JEFFERSON COUNTY COURTHOUSE TEL. (206)3853505 NATIONAL HISTORIC SITE 1 PORT TOWNSEND. WASHINGTON GARY A. ROWE, DIRECTOR February 5, 1986 Oscar R. (BOb) George, P.E. DLst. 3 State ALd Engineer WashLngton State Dept. of Transportation. r P.O. Box 9327 OLympLa, WA 98504 Dear Bob, Jefferson County desires to be reLnstated Ln the CertLfLcatLOn Acceptance Program. We have made some changes Ln our OvganLza tLon. We have not added any more peopLe, but have redefLned duties. We wLLL be hLrLng temporary help or contractLng out for most of - the preLLmLnary work such as right of way survey and appraLsaL, preLLmLnary Location survey and cross sectLoning. This wLLL Leave the permanent peopLe to do the constructLon Lnspection: As for sampLe testLng we plan on usLng WSDOT's Lab Ln Tumwater for aLL testLng other than routine gradatLon, screening and sand equLvaLent testLng. Attached Ln a CertLfLCatLOn Acceptance Qu&LLfLCatLOn Agreement form fLLLed out and signed by the Chairman of the County Board. Please caLL Lf you have further questLons. SLLnnce?re?Ly, Robert G. NesbLtt, P.E. County Engineer enc. cc: PWA 02 PWA 04.50 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION CERTIFICATION ACCEPTANCE QUALIFICATION AGREEMENT AGENCY Jefferson County AGENCY NO. 16 The noted agency hereby agrees to comply with the following requirements when developing all projects on Federal-aid highway systems except the Interstate System: 1. The Local Agency Guidelines and all policies and procedures promulgated by the Washington State Department of Transportation which accomplish the policies and objectives set forth in Title 23, U.S. Code, Highways and the regulations issued pursuant thereto. 2. The overall approval authorities and conditions will be as follows: a The designs will be reviewed and approved by the following State of Washington regis- tared professional civil engineer County EnQLneer Position Title Only b. The hearing's findings .(if required) will be reviewed and approved by the following official or officials Board of County CommLssLoners Position Title or Titles Only e. The contract plans, specifications and estimate of cost will be reviewed and approved by the following State of Washington registered professional engineer County EnpLneer Position Title or Titles Only d. Agreements will be signed by the following responsible local official' (1) Railroad Board of County Comhbssconers Position Title Only (2) Utility Board of County CommLssLoners Position Title Only (3) Consultant Board of County CommLssLoners Position Title Only (4) Technical Services Rnarcl nf' Cn,mtu Cemmi-as Len rs Position Title Only DOT m U) t } e. The award of contract will be signed by the following responsible local official Board of County Commi.ssi.oners Position Title Only All State advertisement and award of contracts will be signed b the e Y appropriate WS- DOT official. f. All projects will be constructed in conformance with the current Standard Specifications for Municipal Public Works Construction or State of Washington Standard Specifica- tions for Road and Bridge Construction and such specifications that modify these speci- fications as appropriate. y- g. The contract administration will be supervised by the following State of Washington ;I registered professional civil engineer County Enei.neer Position Title Only IL Materials sampling testing frequency will be accomplished and documents in conform- ance with the Local Agency Guidelines. Materials testing facilities will be approved by the WSDOT. & The noted agency agrees that they have the means to provide adequate expertise and will' have support staff available to perform the functions being subdelegated The su ort staff ; . pp may include consultant or State services. 4. The noted agency agrees to submit the names of the approving authorities noted in Section 2 above with each project prospectus. & All projects under Certification Acceptance shall be available for review by the FHWA and the State at any time and all project documents shall be retained and available for inspection during the plan development and construction stages and for a 9-year period after the sub- mission of the final voucher for the project & The State Aid Engineer's approval of this Local Agency Certification may be rescinded at any k time upon request by the Local Agency or if, in the State Aid Engineer's opinion, it b necessary to do so. The rescission may be applied to all or part of the programs or projects oppro ed in the Loc4 Agency Certification. W Ch i ayar-er a rman Date WASHINGTON STATE DEPARTMENT OF TRANSPORTATION Approved By. State Aid Engineer Data / 2 1 INDEPENDENT ESTIMATE FOR CONSULTING SERVICES DIRECT SALARY COST (CIm1.0): OVERHEAD COST IIDOIUOinp PWIOR adlt;e) IS - .? NET FEE S DIRECT NONSALARY COST: A. TRAVEL AND PER DIEM S. REIROOOCTION EXPENSES f C. COMPUTER [XIENSE D. COMMUNICATION s? [. [AMILINO ANDT[STINO f " !. OUTSIDE CONSULTANT[ " O. OTHER cs"cltTl j TOTAL S SUO•TOTAL. S -CONTINGENCIES S GRAND TOTAL - S .06-1 PILE NO. lROJ[CT NO.. PROJECT TITLE ESTIMATE IASIAREO PY IN,-.) DATE • M..11 M NN/ PVI tM/ IM /P/P O/ow-1., ISOd24 (LAO) DOT r - S ncrlOW aANli W60*ME011910%GE 111111 ttd7FBIIportso 1. ..,.. rip BREAKDOWN OF WORK MAN. HOURS AVERAGE RATE OF PAY ESTIMATED COST ?? TOTAL. S MEMORANDUM TO: Public Works Department, County Engineer FROM: Board of County Commissioners, John L. Pitts, Chairman DATE: February 24, 1984 SUBJECT: Authorization to select consutant for surveying services for a portion of the Dosewallips Road in Section 30, T. 26 N., R. 2 W. k The Public Works Department is hereby authorized to proceed in the selection of a consultant for the above referenced project in accordance with all applicable laws and guidelines. MEMORANDUM TO. Board of County Commissioners FROM. Public Works Department, County Engineer DATE: February 21, 1986 SUBJECT: Recommendation for surveying and engineering consultant services' forBeavey.Valley :Road, CROS06 The Public Works Department recommends' that Jefferson County select a surveying/engineering consultant to provide assistance to the staff, for preliminary engineering on the above referenced project. This recommendation is being made because the Public Works Department does not have a sufficiant number of qualified personnel to perform the work within 30 calendar days. Attached, for your review is the project location and termini, a description of the, work, and the estimated cost of the total 'project. Also attached is an independent estimate for consulting services for this project. xc:CROS06 PWA 02 AfftL ?xf) NOTICE REQUEST FOR STATEMENT OF QUALIFICATIONS 9ND REQUEST TO BE CONSIDERED FOR AWARD OF CONTRACT FOR PROFESSIONAL. ENGINEERING AND SURVEYING SERVICES FOR JEFFERSON COUNTY PUBLIC WORKS DEPARTMENT Jefferson County is soliciting Statements of Qualifications together with a request to be considered for the award of contracts from qual- ified Engineering and Surveying firms to provide professional pre- liminary engineering and surveying services on various projects for the Public Works Department. SCOPE OF WORK: The work to be performed will consist of providing Land Surveying and Civil and Structural Engineering in the preliminary, design, and right of way stages of County Road and Bridge Construction Projects as indicated below: PROJECT DESCRIPTION SCOPE OF WORK Hastings Ave. West Land Surveying, Civil Engineering Leland Creek Bridge Land Surveying, Civil And Structural Engineering Beaver Valley Rd. Land Surveying, Civil Engineering Dosewallips Road Land Surveying SUBMITTALS: Statements of Qualifications, Requests to be Considered for, award of contracts for these services and requests for further information on these projects must be submitted to the Jefferson County Department of Public Works, Courthouse, Port Townsend,-Washing- ton, 98368, Attention: Robert G. Nesbitt, P.E., County Engineer. Dated this day of , 1986. BOARD OF JEFFERSON COUNTY COMMISSIONERS John L. Pitts, Chairman ontracts For Architectural And Engineeri rvices 39.80.020 municipal corporation issues a duplicate instrument, as authorized in this chapter, the issuing officer of such municipal corporation shall keep a full and complete record of all warrants, bonds or other instruments al- leged to have been lost or destroyed, which were issued by such municipal corporation, and of the issue of any duplicate therefor; and upon the issuance of any dupli- cate such officer shall enter upon his books the cancella- tion of the original instrument and immediately notify the treasurer of the county, city or other municipal cor- poration, the state auditor, and all trustees and paying agencies authorized to redeem such instruments on be- half of the municipal corporation, of such cancellation. The treasurer shall keep a similar list of all warrants, bonds or other instruments so canceled. 11965 ex.s. c 61 § s.} Chapter 39.76 INTEREST ON UNPAID PUBLIC CONTRACTS Sections 39.76.010 interest on unpaid public contracts-Timely payment. 39.76A20 Interest on unpaid public contracts-Exceptions. 39.76.030 Penalties by state agencies to be paid from administra- tive funds. 39.76.040 Interest on unpaid public contracts--Attorney fees. 39.76.010 Interest on unpaid public contracts- Timely payment. (1) Except as provided in RCW 39- .76.020, every state agency and unit of local government shall pay interest at the rate of one percent per month, but at least one dollar per month, on amounts due on written contracts for public works, personal services, goods and services, equipment, and travel, whenever the state agency or unit of local government fails to make timely payment. (2) For purposes of this section, payment shall be timely if. (a) A check or warrant is mailed or is available on the date specified for the amount specified in the applicable contract documents or, if no date is specified, within thirty days of receipt of a properly completed invoice or receipt of goods or services, whichever is later. (b) For any amount which is required to be withheld under state or federal law, a check or warrant is mailed or is available in the proper amount on the date the - amount may be released under the applicable law. (1981 c 68 § I.) 39.76.020 Interest on unpaid public contracts- Exceptions. RCW 39.76.010 does not apply to the following: (1) Interagency or intergovernmental transactions; (2) Amounts paynble to employees or prospective em- ployees of state agencies or local governmental units as reimbursement for expenses; (3) Belated claims for any time of delinquency after July 31 following the second year of the fiscal biennium; (4) Claims subject to a good faith dispute, when be- fore the date of timely payment, notice of the dispute is: (1913 EE.) (a) Sent by certified mail; (b) Personally delivered; or (c) Sent in accordance with procedures in the contract; (5) Delinquencies due to natural disasters, disruptions in postal or delivery service, work stoppages due to labor disputes, power failures, or any other cause resulting from circumstances clearly beyond the control of the unit of local government or state agency; (6) Contracts entered before July 26, 1981; and (7) Payment from any retirement system listed in RCW 41.50.030 and chapter 41.24 RCW. [1981 c 68 § 2.) 39.76.030 penalties by state agencies to be paid from administrative funds. Any state agency required to pay late payment penalties under this chapter shall pay the penalties from funds designated for administrative costs of the agency receiving the public works, personal serv- ices, goods and services, equipment, or travel and shall not be paid from funds appropriated for client services. [1981 c 68 § 3.] 39.76.040 Interest on unpaid public contracts- Attorney fees. In any action brought to collect interest due under this chapter, the prevailing party is entitled to an award of reasonable attorney fees. (1981 c 68 § 4.) . Chapter 39.80 CONTRACTS FOR ARCHITECTURAL AND ENGINEERING SERVICES $eeliena 39.80.010 Legislative declaration. 39.80,020 39.80.030 MI'mitione. Agency's requirement for professional services-Ad- vance publication. 39.80.040 Procurement or architectural and engineering serv- ices-Submission of statement of qualifications and performance data-Participation by minority and women-owned firms. , 39.80.050 Procurement of architectural and engineering serv- ices--Contrael negotiations. 39.80.060 Procurement or architectural and engineering eery ices-Exception for emergency work. 39.80.900 Savings. 39.80.910 Severability-1981 c 6l. 39.80.010 Legislative declaration. The legislature hereby establishes a state policy, to the extent provided in this chapter, that governmental agencies publicly an- nounce requirements for architectural and engineering services, and negotiate contracts for architectural and engineering services on the basis of demonstrated com- petence and qualification for the type of professional services required and at fair and reasonable prices. 11981 c61 § 1.} Effective 4a1e-1991 a 61; 'This act shall take efrect on 30nuary 1, 1992.' 11981 c 61 19.1 39.80.020 Definitions. Unless the context clearly re- quires otherwise, the definitions in this section shall ap- ply throughout this chapter. [rift. 39 RCW--p 331 A 39.80.020 Titl RCW:- Public Contracts and Indebtednes (1) "State agency" means any department, agency, commission, bureau, office, or any other entity or au- thority of the state government. (2) "Local agency" means any city and any town, county, special district, municipal corporation, agency, port district or authority, or political subdivision of any type, or any other entity or authority of local govern- ment in corporate form or otherwise. (3) "Special district" means a local unit of govern- ment, other than a city, town, or county, authorized by law to perform a single function or a limited number of functions, and including but not limited to, water dis- tricts, irrigation districts, fire districts, school districts, community college districts, hospital districts, sewer dis- tricts, transportation districts, and metropolitan munici- pal corporations organized under chapter 35.58 RCW. (4) "Agency" means both state and local agencies and special districts as defined in subsection [s) (1), (2), and (3) of this section. (5) "Architectural and engineering services" or "pro- fessional services" means professional services rendered by any person, other than as an employee of the agency, contracting to perform activities within the scope of the general definition of professional practice in chapters 18.08, 18.43, or 18.96 RCW. (6) "Person" means any individual, organization, group, association, partnership, firm, joint venture, cor. poration, or any combination thereof. (7) "Consultant" means any person providing profes- sional services who is not an employee of the agency for which the services are provided. - (8) "Application" means a completed statement of qualifications together with a request to be considered for the award of one or more contracts for professional services. [1981 c 61 § 2.1 Effective date-1981 a 61: See note following RCW 39.80.010. 39.80.030 Agency's requirement for professional services-Advance publication. Each agency shall publish in advance that agency's requirement for profes- sional services. The announcement shall state concisely the general scope and nature of the project or work for which the services are required and the address of a representative of the agency who can provide further de- tails. An agency may comply with this section by: (1) Publishing an announcement. on each occasion when professional services provided by a consultant are re- quired by the agency: or (2) announcing generally to the public its projected requirements for any category or type of professional services. [1981 c 61 § 3.1 Effective date-1981 a 61: See note following RCW 39.80.010. 39.80.040 Procurement of architectural and engi- neering services-Submisslon of statement of qualifi- cations and performance data-Participation by minority and women-owned firms. In the procurement of architectural and engineering services, the agency shall encourage firms engaged in the lawful practice of their profession to submit annually a statement of qualifica- tions and performance data. The agency shall evaluate current statements of qualifications and performance data on file with the agency, together with those that may be submitted by other firms regarding the proposed project, and shall conduct discussions with one or more firms regarding anticipated concepts and the relative utility of alternative methods of approach for furnishing the required services and then shall select therefrom, based upon criteria established by the agency, the firm deemed to be the most highly qualified to provide the services required for the proposed project. Such agency procedures and guidelines shall include a plan to insure that minority and women-owned firms are afforded the maximum practicable opportunity to compete for and obtain public contracts for services. The level of partici- pation by minority and women-owned firms shall be consistent with their general availability within the pro- fessional communities involved. [1981 c 61 § 4.] Effective date-1981 c 61: See note following RCW 39.80.010. 39.80.050 Procurement of architectural and engi- neering services-Contract negotiations. (1) The agency shall negotiatea contract with the most qualified firm for architectural and engineering services at a price which the agency determines is fair and reasonable to the agency. In making its determination, the agency shall take into account the estimated value of the serv- ices to be rendered as well as the scope, complexity, and professional nature thereof. (2) If the agency is unable to negotiate a satisfactory contract with the firm selected at a price the agency de- termines to be fair and reasonable, negotiations with that firm shall be formally terminated and the agency shall select other firms in accordance with RCW 39.80- .040 and continue in accordance with this section until an agreement is reached or the process is terminated. 11981 c 61 § 5.1 Effective date-1981 c 61: See note following RCW 39.80.010. 39.80.060 Procurement of architectural and engi- neering services-Exception for emergency work. (1) This chapter need not be complied with by any agency when the contracting authority makes a finding in ac- cordance with this or any other applicable law that an emergency requires the immediate execution of the work involved. (2) Nothing in this chapter shall relieve the contract- ing authority from complying with applicable law limit. ing emergency expenditures. [1981 c 61 § 6.1 Effective date-1981 c 61: See note following RCW 39.80.010. 39.80.900 Savings. Nothing in this chapter shall of. feet the validity or effect of any contract in existence on January I, 1982. 11981 c 61 § 7.1 Effective date-1981 c 61: See note following RCW 39.80.010. 39.80.910 Severability-1981 c 61. If any provi- sion of this act or its application to any person or cir. cumstance is held invalid, the remainder of the act or the applicatiou of the provision to other persons or cir. cumstances is not affected. [ 1981 c 61 § 8.] Atilt 39 RC'W-y 541 (1983 Ed.) I `•r.-? P.L. 92-581 LAWS OF 92nd CONG.-2nd SESS. Oct. 27 { "(e) Provisions of this section shill be effective only in the cases - of members who, on or before June 30, 1975, execute the required wiry, written agreement to remain in active service."; and ti r (4) by inserting the following new item in the analysis: r. _ "312a. Special pay: nuclear-tralned and qualified enlisted members.". = Sec. 2. The provisions of section 7545(c) of title 10, United ' States Code, shall not apply with respect to any gift made after the V date of enactment of this Act and prior to January 1, 1973, by the AI. Department of the Navy to the city of Clifton Forge, Virginia of - , a Baldwin steam locomotive (No. 606) which is no longer needed by the Navy and which has certain historical significance for the city of Clifton Forge, Virginia. A Approved October 27, 1972. v r PUBLIC BUILDINGS-SELECTION OF ARCHITECTS AND ENGINEERS For Legislative History of Act, see p. 4767 _ i >r, r p PUBLIC LAW 92-582; 86 STAT. 1278 , U-1. R. 128071 An Act to me l the Federal Property and Administrative Services Act of 7999 In der to etatillsh Federal policy conernin9 the selection of n flrme a tl Individuals to perform a chiteetural, enairearina, and re- lated s.-I a. for the Federal Government , Be it enacted by the Senate and House of Representatives of the United States of America in Congress assembled, That: The Federal Property and Administrative Services Act of 1949 ..y (40 U.S.C. 471 et seq.) of is amended by adding at the end thereof the following new title: "TITLE IX-SELECTION OF ARCHITECTS AND ENGINEERS J: "DEFI'NITIONS "Sec. 901. As used in this title- ' "(1) The term 'firm' means any individual, firm, partnership, cor- poration, association, or other legal entity permitted by law to prac- tice the professions of architecture or engineering. "(2) The term 'agency head' means the Secretary, Administrator, or head of a department, agency, or bureau of the Federal Govern- ment. r, i (3) The term 'architectural and engineering services' includes those professional services of an architectural or engineering nature 't as well as incidental services that members of these professions and '- those in their employ may logically or justifiably perform. ^i: ••roucr ... .? "Sec. 902. The Congress hereby declares it to be the policy of the =i Federal Government to publicly announce all requirements for archi- r•7 44. 10 U.S.C.A. 1 471 at seq. A 1486 it#' 15 Oct. 27 PUBLIC BUILDINGS P.L. 92-582 tectural and engineering services, and to negotiate contracts for architectural and engineering services on the basis of demonstrated competence and qualification for the type of professional services required and at fair and reasonable prices. "REQUESTS FOR DATA ON ARCHITECTURAL AND ENGINEERING SERVICES "Sec. 903. In the procurement of architectural and engineering services, the agency head shall encourage firms engaged in the law- ful practice of their profession to submit annually a statement of qualifications and performance data. The agency head, for each proposed project, shall evaluate current statements of qualifications •y-_: and performance data on file with the agency, together with those M that may be submitted by other firms regarding the proposed proj- ect, and shall conduct discussions with no less than three firms re- garding anticipated concepts and the relative utility of alternative methods of approach for furnishing the required services and then shall select therefrom, in order to preference, based upon criteria established and published by him, no less than three of the firms - deemed to be the most highly qualified to provide the services re- quired. "NEGOTIATION OF CONTRACTS FOR ARCHITECTURAL AND ENOINEERING SERVICES "Sec. 904. (a) The agency head shall negotiate a contract with the highest qualified firm for architectural and engineering services at compensation which the agency head determines is fair and reason- able to the Government. In making such determination, the agency head shall take into account the estimated value of the services to be rendered, the scope, complexity, and professional nature thereof. "(b) Should the agency head be unable to negotiate a satisfactory contract with the firm considered to be the most qualified, at a price he determines to be fair and reasonable to the Government, negotia- tions with that firm should be formally terminated. The agency head should then undertake negotiations with the second most qualified firm. Failing accord with the second most qualified firm, the agency head should terminate negotiations. The agency head should then i•, undertake negotiations with the third most qualified firm. "(c) Should the agency head be unable to negotiate a satisfactory contract with any of the selected firms, he shall select additional firms in order of their competence and qualification and continue ne- gotiations in accordance with this section until an agreement is reached." Approved October 27, 1972. 1487