Loading...
HomeMy WebLinkAbout4.623E Original Contract (2)1.111111111, CORM 8` City of Port Angeles Public Works & Utilities Dept. Operations Office 1703 South B Street Port Angeles WA 98362 Tel: 360-417-4541 Fax: 360-452-4972 LIMITED PUBLIC WORKS PROCESS ❑ Request for Quotation Contract Contract Title: Repair Sewer Line - Two Locations, Project Number: DW -07-009 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND C & 3 Excavating, Inc..["CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): n All work under this Contract is to be completed by this date: 171 All work under this Contract is to be completed 20 days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. See Statement of Work, paragraph 11. ❑ The performance period under this Contract commences calendar days after contract award and ends calendar days after contract award. 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): n Time and material, not to exceed: $ Time and actual expenses incurred, not to exceed: $ Unit prices set forth in the Contractor's bid or quote, not to exceed: $ Firm Fixed Price set forth in Contractor bid or quote in the amount of: $15,176.00 The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except as are mentioned in the specifications to be furnished by the City of Port Angeles. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. DW -07-009 Page 1 Rev. 2/16/2007 E.'if during the course of the Coiito act, the work rendered does not meet the . �quirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Dir-O7-OO9 Page 2 Rev. 2/16/2007 Contractor, upon the occurrence or any one or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors, 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract, 10. HOLD HARMLESS A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting from the negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the City obtains any judgment or award, and/or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the Contractor. B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and ]DW -07-009 Page 3 Rev. 2/16/2007 agents from any and all costs, claims, judgments or awards of damages, arisiriy gut of or in any way resulting from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any immunity that would otherwise be available against such claims under the industrial insurance provision of Title 51 RCW. In the event the Contractor obtains any judgment or award, and/or incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable form the City. 11. INSURANCE The Contractor shall maintain insurance as set forth in Attachment B. 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages & Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates 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 of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clailam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS DW -07-009 Page 4 Rev. 2/16/2007 Neither the City nor the Contractor shall assign, transfer, or encumber any rig,�L., duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto, IN WITNESS WHEREOF, the parties have executed this Contract as of in 2007. CONTRACTOR CITY OF PORT*NGEILES By: Printed Name: l 'tl i (N. tR6c t Printed Title: Pro . e c pct-Nccf e C~ Address: C. G i>C k$S3 O City: 0_.c AV)c 4 W4 \. C( `'ta 3 t3 4` Tax ID #: (a (90 Phone Number: 3 tc 6 -( - { Purchase Order #: 90 z 9 DW -07009 Page 5 Rev. 2/16/2007 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT "A" WORK BY CONTRACTOR Statement of Work The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor shall obtain all necessary permits required by law and the City of Port Angeles, All City of Port Angeles general building, electrical, plumbing permits will be issued at no cost to the Contractor. In addition, the Contractor shall obtain all required permits for waste disposal. Specific Requirements: 1. The project to be bid consist of two elements (see attached site drawings): a. Repair of a collapsed 6" concrete sewer wye in the mainline pipe, approximately fifteen feet in depth at 1239 West 6th Street (5/6 Alley). Collapsed line is approximately seventy feet (70') from down stream Manhole (West of "F" Street) and approximately fifteen (15') in depth. 474. West 5th — 6th St Alley - Approximate Location of Collapse 6" Concrete Pipe collapsed approximately 70 ft east of the downstream manhole (F Street). Pipe lays approximately 15 ft deep. Map p mYided by Clallam Caunly DCD DW -07-009 Page 6 Rev. 2/16/2007 b. Replacing a broken section of 8" clay sewer pipe, approximately 6' in length and eleven feet in depth at 140 West Front Street (First/Front Streets Alley. Location is approximately one hundred thirteen (113') from the Mid -Way Manhole between Laurel and Oak Streets in alley, and approximately eleven feet (11') in depth. 1st & Front Alley - Approximate Location of break 8' Clay Pipe is broken On the North side of the Pipe, approximately 113 ft west from the midway manhole in the alley. Pipe lays approximately 11 ft deep. Map narided by Clerllarn CauMr DCD 2. Contractor is responsible for all work in placing all necessary pipe, joint restraints, fittings, bedding, CDF backfill, and asphalt roadway resurfacing, pavement markings, restoration and dean up. 3. Pipeline bedding shall be imported 3/4" minus sand and/or gravel mix, 6 inches below pipe to 6 inches above pipe. Control Density Fill must be used for backfill above the bedding. 4. All existing live sanitary sewers shall be kept in service at all times. Provisions shall be made by the Contractor for sewer flow bypass, if necessary, while repairs are made to the sanitary sewer main. 6, All work and materials shall be in accordance with the current edition of the Washington State Department of Transportation's Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. DW -07-009 Page 7 Rev. 2/16/2007 6. Construction work located in the alley between First and Front Streets, bordering Laurel and Oak Streets shall not commence until after 7 PM to allow local business' to conduct business and receive freight and shipping. 7. Contractor shall be responsible for all utility locates at both locations. 8. The following Special Provisions supersede any conflicting provisions of the Standard Specification and made a part of this Contract. The sections referenced in these Special Provisions refer to sections of the Standard Specifications. 1.10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General The third sentence of the first paragraph of Section 1-10.2(1) is revised to read: The Contractor may designate the project superintendent as the TCM. 1-10.2(2) Traffic Control Plans (TCP's) The first sentence of Section 1-10.2(2) is to be replaced with the following: The Contractor shall develop a traffic control plan necessary for their method of performing the work, and submit it to the City Engineer for approval at least seven calendar days before any work involving the plan begins. No work shall occur that alters existing traffic control before approval of the plan. The plan shall be in accordance with this section, the Standard Plans, and the Manual on Uniform Traffic Control Devices (MUTCD). The following is a list of special traffic control requirements that shall be incorporated into the traffic control plan: 1. If it is necessary to close the alleyway to conduct work, the traffic control plan shall incorporate temporary chain link fence barriers, or other barrier approved by the Engineer, to prevent all pedestrian and traffic travel through work zone. 2. The last sentence of Section 1-10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least seven calendar days in advance of the time the new plan will be implemented. All costs associated with the development and implementation of the traffic control plan(s), except Traffic Control Labor shall be incidental to contract prices. 9. Excavation on this contract will exceed a depth of four feet. This contract requires adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. In advance of any excavation, the Contractor shall provide in writing a description of the safety systems to be used for the trench excavation. 10. Contractor is required to submit proof of insurance, Intent to Pay Prevailing Wage, and description of the safety systems to be used for the trench excavation. DW -07-009 Page 8 Rev. 2/16/2007 11. The Contractor shall commence work within 10 working days of a Notice to Proceed, and said work shall be physically completed within 10 working days after commencing work, unless a different time frame is expressly provided in writing by the City. DW -07-009 Page 9 Rev. 2/16/2007 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 1. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: a. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products - completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using 150 Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. c. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 2. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products -completed operations aggregate limit. 3, Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance, a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any DW -07-009 Page 10 Rev. 2/16/2007 insurance, self-insurance, or insurance pool coverage maintainea uy the City shall be in excess of the Contractor's insurance and shall not contribute with it. b. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. 4. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not Tess than A:VI. 5. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. 6. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all foss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. 7. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. DW -07-009 Page 11 Rev. 2/16/2007 City of Port Angeles Operations Office Public Works and Utilities Department 360-4174541 ATTACHMENT "C" PREVAILING WAGE RATES See attached listing: 1. Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, effective 08-31-06 2. Washington State Prevailing Wage Rates For Public Works Contracts - Apprentices, Clallam County, effective 08-31-06 DW -07-009 Page 12 Rev. 2/16/2007 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY Effective 08-31-06 *:rye*****************************:r**************************,*******************************,r***w***************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 1M 5D BOILERMAKERS JOURNEY LEVEL $46.32 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 5D BRIDGE, DOCK AND WARE CARPENTERS $41.33 1M 50 CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41.37 1M 5D DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D FLOOR LAYER $41.40 1M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $41.47 1M 5D SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 1M 5D CEMENT MASONS JOURNEY LEVEL $34.36 1M 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 5D 8L ASSISTANT MATE (DECKHANO) $41.51 1T 5D 8L BOATMEN $42.02 1T 5D 8L ENGINEER WELDER $42.07 1T 5D 8L LEVERMAN, HYDRAULIC $43.64 1T 5D 8L MAINTENANCE $41.51 1T 5D 8L MATES $42.02 1T 5D 8L OILER $41.64 1T 50 8L DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 Page 1 CLALLAM COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cade Code ELECTRICIANS - INSIDE CABLE SPLICER $52.30 1D 5A CABLE SPLICER (TUNNEL) $56.21 1D 5A CERTIFIED WELDER $50.53 1D 5A CERTIFIED WELDER (TUNNEL) $54.26 1D 5A CONSTRUCTION STOCK PERSON $27.32 1D 5A JOURNEY LEVEL $48.75 1D 5A JOURNEY LEVEL (TUNNEL) $52.30 ID 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL LINEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47.88 4A 5A POWDERPERSON $36.75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 6Q MECHANIC IN CHARGE $60.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $29.68 1M 50 GLAZIERS JOURNEY LEVEL $42.41 1H 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $44.68 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $34.84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $37.34 1K 5B COOK $31.23 1K 5B DECKHAND $30.90 1K 5B ENGINEER/DECKHAND $33.65 1K 5B MATE, LAUNCH OPERATOR $35.32 1K 5B Page 2 CLALLAM COUNTY Effective 08-31-06 *************x***** r******** r, ****x************************************** ** *** ***************************wee*,ter (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR. FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.63 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $46.25 10 5A LABORERS ASPHALT RAKER $34.84 1M 5D BALLAST REGULATOR MACHINE $34.36 1M 50 BATCH WEIGHMAN $29.68 1M 5D BRUSH CUTTER $34.36 1M 5D BRUSH HOG FEEDER $34.36 1M 5D BURNERS $34.36 1M 5D CARPENTER TENDER $34.36 1M 5D CASSION WORKER $35.20 1M 5D CEMENT DUMPER/PAVING $34.84 1M 5D CEMENT FINISHER TENDER $34.36 1M 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $34.36 1M 5D CHIPPING GUN (OVER 30 LBS) $34.84 1M 5D CHIPPING GUN (UNDER 30 LBS) $34.36 1M 5D CHOKER SETTER $34.36 1M 50 CHUCK TENDER $34.36 1M 5D CLEAN-UP LABORER $34.36 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34,84 1M 5D CONCRETE FORM STRIPPER $34.36 1M 5D CONCRETE SAW OPERATOR $34.84 1M 50 CRUSHER FEEDER $29.68 1M 5D CURING LABORER $34.36 1M 50 DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $34.36 1M 50 DITCH DIGGER $34.36 1M 5D DIVER $35.20 1M 50 DRILL OPERATOR (HYDRAULIC, DIAMOND) $34.84 1M 5D DRILL OPERATOR, AIRTRAC $35.20 1M 5D DUMPMAN $34.36 1M 50 EPDXY TECHNICIAN $34.36 1M 50 EROSION CONTROL WORKER $34.36 1M 5D FALLER/BUCKER, CHAIN SAW $34.84 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $27.36 1M 5D construction debris cleanup) FINE GRADERS $34.36 1M 5D FIRE WATCH $29.68 1M 5D FORM SETTER $34.36 1M 5D GABION BASKET BUILDER $34.36 1M 5D GENERAL LABORER $34.36 1M 5D GRADE CHECKER & TRANSIT PERSON $34.84 1M 5D GRINDERS $34.36 1M 51) GROUT MACHINE TENDER $34.36 1M 5D Page 3 CLALLAM COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $34.36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 50 HIGH SCALER $35.20 1M 5D HOD CARRIERIMORTARMAN $34.84 1M 5D JACKHAMMER $34.84 1M 50 LASER BEAM OPERATOR $34.84 1M 50 MANHOLE BUILDER-MUDMAN $34.84 1M 50 MATERIAL YARDMAN $34.36 1M 50 MINER $35.20 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $34.84 1M 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $34.84 1M 5D PILOT CAR $29.68 1M 5D PIPE POT TENDER $34.84 1M 5D PIPE RELINER (NOT INSERT TYPE) $34.84 1M 5D PIPELAYER & CAULKER $34.84 1M 50 PIPELAYER & CAULKER (LEAD) $35.20 1M 50 PIPEWRAPPER $34.84 1M 5D POT TENDER $34.36 1M 50 POWDERMAN $35.20 1M 5D POWDERMAN HELPER $34.36 1M 5D POWERJACKS $34.84 1M 50 RAILROAD SPIKE PULLER (POWER) $34.84 1M 50 RE-TIMBERMAN $35.20 1M 5D RIPRAP MAN $34.36 1M 5D RODDER $34.84 1M 5D SCAFFOLD ERECTOR $34.36 1M 5D SCALE PERSON $34.36 1M 50 SIGNALMAN $34.36 1M 50 SLOPER (OVER 20") $34.84 1M 5D SLOPER SPRAYMAN $34.36 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $34.84 1M 5D SPREADER (CONCRETE) $34.84 1M 50 STAKE HOPPER $34.36 1M 5D STOCKPILER $34.36 1M 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $34.84 1M 5D TAMPER (MULTIPLE & SELF PROPELLED) $34.84 1M 5D TOOLROOM MAN (AT JOB SITE) $34.36 1M 5D TOPPER -TALLER $34,36 1M 5D TRACK LABORER $34.36 1M 50 TRACK LINER (POWER) $34.84 1M 5D TRUCK SPOTTER $34.36 1M 5D TUGGER OPERATOR $34.84 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $34,36 1M 50 VIBRATOR $34.84 1M 50 VINYL SEAMER $34.36 1M 5D WELDER $34,36 1M 50 WELL -POINT LABORER $34.84 1M 5D Page 4 CLALLAM. COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $34.36 1M 5D PIPE LAYER $34.84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 1 LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS JOURNEY LEVEL $41.31 1M 5D METAL FABRICATION (IN SHOP) FITTERIWELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAiNTER $11.41 1 PAINTERS JOURNEY LEVEL $32.73 2B 5A PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1M 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42.35 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42.84 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43.39 1M 5D 8L BACKHOES, (75 HP & UNDER) $41.93 1M 5D 8L BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L BARRIER MACHINE (ZIPPER) $42.35 1M 5D 8L BATCH PLANT OPERATOR, CONCRETE $42.35 1M 5D 8L BELT LOADERS (ELEVATING TYPE) $41.93 1M 50 8L BOBCAT (SKID STEER) $39.57 1M 5D 8L BROOMS $39.57 1M 5D 8L BUMP CUTTER $42.35 1M 5D 8L CABLEWAYS $42.84 1M 5D 8L CHIPPER $42.35 1M 50 BL COMPRESSORS $39.57 1M 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $39.57 1M 5D 8L CONCRETE PUMPS $41.93 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L CONVEYORS $41.93 1M 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1M 5D 81_ CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42.35 1M 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42.84 1M 50 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43,39 1M 50 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43.96 1M 50 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $39.57 1M 5D BL CRANES, A-FRAME, OVER 10 TON $41.93 1M 5D 8L Page 5 CLALLAM COUNTY Effective 08-31-06 **:err****, ***x,r********************************* r****w*,r*************************x********,r******* ** ********,r** Classification CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 1M 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $42.35 1 M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $42.84 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43,39 1M 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43.39 1M 50 8L CRANES, TOWER CRANE OVER 175' 1N HEIGHT, BASE TO BOOM $43.96 1M 5D 8L CRUSHERS $42.35 1M 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $42.35 1M 50 SL DERRICK, BUILDING $42.84 1M 5D 8L DOZERS, D-9 & UNDER $41.93 1M 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1 M 50 8L DRILLING MACHINE $42.35 1M 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $39.57 1 M 50 SL EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1M 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 50 81_ FORK LIFTS, (3000 LBS AND OVER) $41.93 1M 50 8L FORK LIFTS, (UNDER 3000 LBS) $39.57 1M 5D 8L GRADE ENGINEER $41.93 1M 5D 8L GRADECHECKER AND STAKEMAN $39.57 1M 50 8L GUARDRAIL PUNCH $42.35 1M 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $41.93 1M 50 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42.35 1M 50 SL HYDRALIFTS/BOOM TRUCKS (1D TON & UNDER) $39.57 1M 50 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $41.93 1M 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42.84 1 M 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $43.39 1M 50 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $42.35 1M 5D 8L LOCOMOTIVES, ALL $42.35 1M 5D 8L MECHANICS, ALL $42.84 1M 50 8E, MIXERS, ASPHALT PLANT $42.35 1M 50 8L MOTOR PATROL GRADER (FINISHING) $42.35 1M 5D 8L MOTOR PATROL GRADER (NON -FINISHING) $41.93 1 M 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42,84 1M 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 50 8L OPERATOR PAVEMENT BREAKER $39.57 1M 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER (ASPHALT, CRUSHER) $41.93 1M 5D 8L POSTHOLE DIGGER, MECHANICAL $39.57 1M 5D 8L POWER PLANT $39.57 1M 50 8L PUMPS, WATER $39.57 1M 5D 8L QUAD 9, D-10, AND HD -41 $42.84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D SL EQUIP RIGGER AND BELLMAN $39.57 1M 5D 8L ROLLAGON $42.84 1M 50 SL ROLLER, OTHER THAN PLANT ROAD MIX $39.57 1M 50 BL ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41.93 1M 5D 8L ROTO -MILL, ROTO -GRINDER $42.35 1M 5D 8L SAWS, CONCRETE $41.93 1M 5D 8L (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Cade Code Page 6 CLALLAM COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.35 1M 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.84 1M 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $41.93 1M 5D 8L SCREED MAN $42.35 1M 5D 8L SHOTCRETE GUNITE $39.57 1M 50 8L SLIPFORM PAVERS $42.84 1M 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $42.35 1M 5D 8L SUBGRADE TRIMMER $42.35 1M 5D 8L TOWER BUCKET ELEVATORS $41.93 1M 5D BL TRACTORS, (75 HP & UNDER) $41.93 1M 50 8L TRACTORS, (OVER 75 HP) $42.35 1M 5D BL TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1M 50 8L TRENCHING MACHINES $41.93 1M 50 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $42.35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L WHEEL TRACTORS, FARMALL TYPE $39.57 1M 5D BL YO YO PAY DOZER $42.35 1M 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34.75 4A 5A SPRAY PERSON $33.00 4A 5A TREE EQUIPMENT OPERATOR $33.43 4A 5A TREE TRIMMER $31.10 4A 5A TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27.68 1 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27.76 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18,08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $14.60 1 Page 7 CLALLAM COUNTY Effective 08-31-06 **********************************************************YP*****:k*********************fie************ic`************ Classification RESIDENTIAL REFRIGERATION & AIR CONDITIONING JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL Page 8 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $52.01 1G 5A $32.09 1E 6L $10.88 1 $19.67 1 $35.78 1R 5A $38.78 IR 5A $49.97 1E 6L $19.29 1 $12.15 1 $33.76 1B 5A $10.31 1B 50 $19.67 1 $13.23 1 $9.35 1 $11.40 1 $13.40 1 $29.87 18 5A $29.89 2B 5A $16.81 28 5A $28.68 28 5A $27.82 2B 5A $29.89 2B 5A $29.30 2B 5A $29.89 2B 5A $27.82 28 5A $15.96 2B 5A $21.17 28 5A $25.15 2B 5A $22,64 2B 5A $27.82 2B 5A $40.33 18. 5A $34.16 1B 5A $34.90 1K 5A CLALLAM COUNTY Effective 08-31-06 ********************* ******************, ********************,**********************************************yew** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $39.04 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $39.62 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $39.62 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9.45 1 WELL DRILLER $11.60 1 Page 9 Stage of Progression && Hour Range PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/3112006 Prevailing Overtime Holiday Note Code Code Wage Code ASBESTOS ABATEMENT WORKERS_ JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50.00% $18.43 1M 50 2 1001-2000 HOURS 60.00% $21.06 1M 5D 3 2001-3000 HOURS 75.00% $27.10 1M 5D 4 3001-4000 HOURS 90,00% $31.45 1M 5D 1 0000-1000 HOURS 60.00% $23.86 1M 5D 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% $29.11 1M 5D 4 3001-4000 HOURS 90.00% $31.73 1M 50 BOILERMAKERS JOURNEY LEVEL. 1 0000-1000 HOURS 70.00% $37.98 1C 5N 2 1001-2000 HOURS 75.00% $39.37 1C 5N 3 2001-3000 HOURS 80.00% $40.76 1C 5N 4 3001-4000 HOURS 85.00% $42.15 1C 5N 5 4001-5000 HOURS 90.00% $43.54 1C 5N 6 5001-6000 HOURS 95.00% $44.93 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50.00% $25.49 1M 5A 2 0751-2250 HOURS 55.00% $27.05 1M 5A 3 2251-3000 HOURS 60.00% $28.62 1M 5A 4 3001-3750 HOURS 70,00% $31.74 1M 5A 5 3751-4500 HOURS 80.00% $34.87 1M 5A 6 4501-5250 HOURS 90.00% $37.99 1M 5A 7 5251-6000 HOURS 95.00% $39.56 1M 5A CARPENTERS CARPENTER 1 1st Period 60.00% $25.30 1M 5D 2 2nd Period 65.00% $30.69 1M 50 3 3rd Period 70.00% $32.21 1M 50 4 4th Period 75,00% $33.73 1M 5D 5 5th Period 80.00% $35,25 1M 5D 6 6th Period 85.00% $36.77 1M 5D 7 7th Period 90.00% $38,29 1M 5D 8 8th Period 95.00% $39.81 1M 5D DRYWALL APPLICATOR DRYWALL, METAL STUD, AND CEILING APPLICATORS 1 0000-0700 HOURS 50.00% $22.25 1M 5D 2 0701-1400 HOURS 60.00% $29.16 1M 50 3 1401-2100 HOURS 68.00% $31,59 1M 5D 4 2101-2800 HOURS 76,00% $34.02 1M 5D 5 2801-3500 HOURS 84.00% $36.45 1M 50 Page 1 Stage of Progression && Hour Range 6 3501-4200 HOURS 92.00% ACOUSTICAL WORKER 1 0000-1000 HOURS 50.00% $22.31 1M SD 2 1001-2000 HOURS 60.00% $29.23 1M 5D 3 2001-3000 HOURS 68.00% $31.67 1M 50 4 3001-4000 HOURS 76.00% $34,11 1M 50 5 4001-5000 HOURS 84,00% $36.55 1M 5D 6 5001-6000 HOURS 92.00% $38.99 1M 5D MILLWRIGHT AND MACHINE ERECTORS 1 1st Period 60.00% $25.86 1M 50 2 2nd Period 65.00% $31.30 1M 5D 3 3rd Period 70.00% $32.87 1M 5D 4 4th Period 75.00% $34.44 1M 5D 5 5th Period 80.00% $36.00 1M 5D 6 6th Period 85.00% $37.57 1M 5D 7 7th Period 90.00% $39.14 1M 5D 8 8th Period 95.00% $40,70 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1 l st Period 60.00% $25.38 1M 5D 2 2nd Period 65.00% $30.78 1M 5D 3 3rd Period 70.00% $32.31 1M 5D 4 4th Period 75.00% $33,84 1M 5D 5 5th Period 80.00% $35.36 1M 5D 6 6th Period 85,00% $36.89 1M 50 7 7th Period 90.00% $38.42 1M 5D 8 8th Period 95.00% $39.94 1M 5D BRIDGE, DOCK AND WARP CARPENTERS 1 l st Period 60.00% $25.30 1M 50 2 2nd Period 65.00% $30.69 1M 5D 3 3rd Period 70.00% $32.21 1M 50 4 4th Period 75.00% $33.73 1M 5D 5 5th Period 80,00% $35.25 1M 50 6 6th Period 85.00% $36.77 1M 5D 7 7th Period 90.00% $38.29 1M 50 8 8Ih Period 95.00% $39.81 1M 5D CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $13.13 1M 5D 2 1001-2000 HOURS 60.00% $15.76 1M 50 3 2001-3000 HOURS 70.00% $18.38 1M 5D 4 3001-4000 HOURS 80.00% $21,01 1M 50 5 4001-5000 HOURS 90.00% $23.63 1M 5D 6 5001-6000 HOURS 95.00% $24.95 1M 5D DRYWALL TAPERS PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31(2006 Prevailing Overtime Holiday Note Code Code Wage Code $38.88 1M 5D Page 2 Stage of Progression && Hour Range PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Prevailing Overtime Holiday Note Code Code Wage Code JOURNEY LEVEL 0000-1000 HOURS 50.00% $26.84 1E 5P 2 1001-2000 HOURS 55.00% $28.27 1E 5P 3 2001-3000 HOURS 65.00% $31.13 1E 5P 4 3001-4000 HOURS 75.00% $33.99 1E 5P 5 4001-5000 HOURS 85.00% $36.85 1E 5P 6 5001-6000 HOURS 90.00% $38.28 1 E 5P ELECTRICIANS - INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 40.00% $21.49 10 5A 2 1001-2000 HOURS 50.00% $25.05 1D 5A 3 2001-3500 HOURS 55.00% $30,09 1D 5A 4 3501-5000 HOURS 65.00% $34.23 1D 5A 5 5001-6500 HOURS 75.00% $38.39 ID 5A 6 6501-8000 HOURS 85.00% $42,53 1D 5A ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL. LINEPERSON 1 0000-1000 HOURS 60.00% $31.12 4A 5A 2 1001-2000 HOURS 63.00% $32.23 4A 5A 3 2001-3000 HOURS 67.00% $33.75 4A 5A 4 3001-4000 HOURS 72.00% $35.62 4A 5A 5 4001-5000 HOURS 78,00% $37.86 4A 5A 6 5001-6000 HOURS 86.00% $40.87 4A 5A 7 6001-7000 HOURS 90.00% $42.38 4A 5A POLE SPRAYER 1 0000-1000 HOURS 85.70% $40.76 4A 5A 2 1001-2000 HOURS 89.80% $42.29 4A 5A 3 2001-3000 HOURS 92,80% $43.43 4A 5A ELEVATOR CONSTRUCTORS MECHANIC 1 1st Period 50.00% $19.42 4A 60 2 2nd Period 55.00% $34.76 4A 6Q 3 3rd Period 65.00% $38.87 4A 6Q 4 4th Period 70.00% $40.93 4A 6Q 5 5th Period 80.00% $45.05 4A 6Q ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55.00% $7.63 1 2 1001-2000 HOURS 60.00% $7,63 1 3 2001-3000 HOURS 65.00% $7.85 1 4 3001-4000 HOURS 70.00% $8.45 1 5 4001-5000 HOURS 75.00% $9.05 1 6 5001-6000 HOURS 80.00% $9.66 1 7 6001-7000 HOURS 85.00% $10,26 1 Page 3 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Stage of Progression && Hour Range 8 7001-8000 HOURS 95.00% TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL Prevailing Overtime Holiday Note Code Code Wage Code $11.47 1 1 0000-0800 HOURS 60.00% $19.50 10 5A 2 0801-1500 HOURS 85.00% $20.79 1D 5A 3 1601-2400 HOURS 70.00% $22.09 1D 5A 4 2401-3200 HOURS 75,00% $23.39 1D 5A 5 3201-4000 HOURS 80.00% $24.68 1D 5A 6 4001-4800 HOURS 85,00% $25.98 1 D 5A GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 45.00% $21.83 I H 5G 2 1001-2000 HOURS 50.00% $23.71 1H 5G 3 2001-3000 HOURS 55.00% $25.58 1H 5G 4 3001-4000 HOURS 60.00% $27.45 1H 5G 5 4001-5000 HOURS 65,00°/6 $29.32 1H 5G 6 5001-6000 HOURS 70.00% $31.19 1H 50 7 6001-7000 HOURS 80.00% $34.93 1H 5G 8 7001-5000 HOURS 90.00% $38.67 1H 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1 0000-1000 HOURS 40.00% $24.38 1S 5J 2 1001-2000 HOURS 45.00% $26.07 1S 5J 3 2001-3000 HOURS 50.00% $27.77 15 5J 4 3001-4000 HOURS 55.00% $29.46 1S 5J 5 4001-6000 HOURS 65.00% $32,84 1S 5J 6 6001-8000 HOURS 75.00% $36.22 15 5J 7 8001-10000 HOURS 85.00% $39,61 1S 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60.00% $23.86 1M 50 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% $29.11 1M 5D 4 3001-4000 HOURS 90.00% $31.73 1M 5D INSULA TION APPLICATORS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% $10.25 1 2 1001-2000 HOURS 60.00% $12.30 1 3 2001-3000 HOURS 75.00% $15.38 1 4 3001-4000 HOURS 90.00% $18.45 1 IRONWORKERS JOURNEY LEVEL 1 lst Period 65.00% $27.48 10 5A 2 2nd Perlod 70.00% $29.05 10 5A Page 4 Stage of Progression && Hour Range 3 3rd Period 75.00% 4 4th Period 80.00% 5 5th Period 90.00% 6 6th Period 90.00% 7 7th Period 95.00% 8 8th Period 95.00% LABORERS GENERAL LABORER PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8131/2006 Prevailing Overtime Holiday Note Code Code Wage Code $38,38 10 5A $39.95 10 5A $43.10 10 5A $43,10 10 5A $44.68 10 5A $44.68 10 5A 1 0000-1000 HOURS 60.00% $23.86 1M 5D 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% $29.11 1M 50 4 3001-4000 HOURS 90.00% $31.73 1M 50 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER 1 0000-1000 HOURS 60.00% $23.86 1M 5D 2 1001-2000 HOURS 70.00% $26.48 1M 5D 3 2001-3000 HOURS 80.00% $29.11 1M 5D 4 3001-4000 HOURS 90.00% $31.73 1M 50 LATHERS JOURNEY LEVEL 1 0000-0700 HOURS 50.00% $22.25 1M 5D 2 0701-1400 HOURS 60.00% $29.16 1M 5D 3 1401-2100 HOURS 68.00% $31.59 1M 5D 4 2101-2800 HOURS 76.00% $34.02 1M 50 5 2801-3500 HOURS 84.00% $36,45 1M 5D 6 3501-4200 HOURS 92.00% $38.88 1M 50 PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 52.00% $19.16 2B 5A 2 0751-1500 HOURS 56.00% $20.19 2B 5A 3 1501-2250 HOURS 60.00% $21.21 28 5A 4 2251-3000 HOURS 64.00% $23.05 2B 5A 5 3001-3750 HOURS 68.00% $24.13 28 5A 6 4001-4800 HOURS 72.00% $25.20 2B 5A PLASTERERS JOURNEY LEVEL 1 0000-0500 HOURS 40.00% $10.33 1 2 0501-1000 HOURS 45.00% $11.62 1 3 1001-1500 HOURS 45.00% $11.62 1 4 1501-2000 HOURS 50.00% $12.92 1 5 2001-2500 HOURS 55.00% $14.21 1 6 2501-3000 HOURS 60.00% $15.50 1 7 3001-3500 HOURS 65.00% $16.79 1 8 3501-4000 HOURS 70,00% $18.08 1 Page 5 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Prevailing Overtime Holiday Nate Stage of Progression && Hour Range Code Code Wage Code 9 4001-4500 HOURS 75.00% $19.37 1 10 4501-5000 HOURS 80.00% $20.66 1 11 5001-5500 HOURS 85,00% $21.96 1 12 5501-6000 HOURS 90.00% $23,25 1 13 6001-6500 HOURS 95.00% $24.54 1 14 6501-7000 HOURS 95.00% $24.54 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-2000 HOURS 50.00% $29.55 1G 5A 2 2001-4000 HOURS 62.50% $40.24 1G 5A 3 4001-6000 HOURS 70.00% $43.07 1G 5A 4 6001-8000 HOURS 75.00% $44,96 1G 5A 5 8001-10000 HOURS 85.00% $48.75 1G 5A POWER EQUIPMENT OPERATORS BACKHOES, (75 HP & UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65.00% $31.28 1M 50 8L 2 1001-2000 HOURS 70.00% $32.80 1M 50 8L 3 2001-3000 HOURS 75.00% $34.32 1M 50 8L 4 3001-4000 HOURS 80.00% $35.84 1M 5D 8L 5 4001-5000 HOURS 90.00% $38.89 1M 5D 8L 6 5001-6000 HOURS 95.00% $40.41 1M 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) 1 0000-1000 HOURS 65.00% $31.28 2 1001-2000 HOURS 70,00% $32.80 3 2001-3000 HOURS 75.00% $34.32 4 3001-4000 HOURS 80.00% $35.84 5 4001-5000 HOURS 90.00% $38.89 6 5001-6000 HOURS 95,00% $40.41 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75.00% $24.55 4A 5A 2 1001-2000 HOURS 80.00% $25,68 4A 5A 3 2001-3000 HOURS 85.00% $26.83 4A 5A 4 3001-4000 HOURS 90.00% $27.98 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50.00% $13.84 1 2 2001-4000 HOURS 55.00% $15.22 1 3 4001-6000 HOURS 60,00% $16.61 1 4 6001-8000 HOURS 70.00% $19.38 1 5 8001-10000 HOURS 85.00% $23,53 1 RESIDENTIAL CARPENTERS Page 6 Stage of Progression && Hour Range PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Prevailing Overtime Holiday Note Code Code Wage Code JOURNEY LEVEL 1 lst Period 60.00% $10.71 1 2 2nd Period 65.00% $11.60 1 3 3rd Period 70,00% $12,50 1 4 4th Period 75.00% $13.39 1 5 5th Period 80.00% $14.28 1 6 6th Period 85.00% $15.17 1 7 7th Period 90.00% $16.07 1 8 8th Period 95.00% $16,96 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50.00% $13.89 1 2 0901-1800 HOURS 55.00% $15.28 1 3 1801-2700 HOURS 75.00% $20.84 1 4 2701-4000 HOURS 85.00% $23.61 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL. 1 0000-1000 HOURS 55.00% $8.03 1 2 1001-2000 HOURS 65.00% $9.49 1 3 2001-4000 HOURS 75.00% $10.95 1 4 4001-6000 HOURS 85.00% $12.41 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0001-1000 HOURS 55.00% $16.25 1E 6L 2 1001-2000 HOURS 60.00% $17.15 1E 6L 3 2001-3000 HOURS 65.00% $18.47 1E 6L 4 3001-4000 HOURS 70.00% $19,37 1E 6L 5 4001-5000 HOURS 75.00% $20.52 1E 6L 6 5001-6000 HOURS 80.00% $21.42 1E 6L ROOFERS JOURNEY LEVEL 1 0000-0820 HOURS 60.00% $23.23 1R 5A 2 0821-1630 HOURS 67.00% $25.03 1R 5A 3 1631-2450 HOURS 74.00% $26.82 1R 5A 4 2451-3270 HOURS 81.00% $30.91 1R 5A 5 3271-4080 HOURS 88.00% $32.71 1R 5A 6 4081-4899 HOURS 95.00% $34.50 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-2000 HOURS 45.00% $21.91 1E 6L 2 2001-3000 HOURS 50.00% $30.19 1E 6L 3 3001-4000 HOURS 55.00% $32.04 1E 6L 4 4001-5000 HOURS 60.00% $33.92 1E 6L 5 5001-6000 HOURS 65.00% $35.79 1 E 6L Page. 7 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Prevailing Overtime Holiday Note Stage of Progression && Hour Range Code Code Wage Code 6 6001-7000 HOURS 70.00% $37,65 1E 6L 7 7001-8000 HOURS 75.00% $39.52 1E 6L 8 8001-9000 HOURS 80,00% $41.38 1E 6L 9 9001-10000 HOURS 85.00% $43.26 15 6L SOFT FLOOR LAYERS JOURNEY LEVEL APPRENTICES INDENTURED ON OR AFTER JUNE 1, 2003 1 0000-0750 HOURS 45.00% $16.30 1B 5A 2 0751-1500 HOURS 50.00% $18.50 1B 5A 3 1501-2250 HOURS 60.00% $22.49 1B 5A 4 2251-3000 HOURS 70.00% $25.31 19 5A 5 3001-3750 HOURS 80.00% $28.12 10 5A 6 3751-4500 HOURS 85.00% $29.53 1B 5A 7 4501-5250 HOURS 90.00% $30.94 16 5A 8 5251-6000 HOURS 95.00% $32.35 10 5A 1 0000-0750 HOURS 45.00% $18.26 113 5A 2 0751-1500 HOURS 50.00% $19.67 1B 5A 3 1501-2250 HOURS 60,00% $22.49 19 5A 4 2251-3000 HOURS 70.00% $25.31 10 5A 5 3001-3750 HOURS 80.00% $28.12 1B 5A 6 3751-4500 HOURS 85.00% $29.53 10 5A 7 4501-5250 HOURS 90.00% $30.94 113 5A 8 5251-6000 HOURS 95,00% $32.35 1B 5A SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL GRADE 1 (INDENTURED AFTER APRIL 1, 2000) 1 0000-1000 HOURS 45.00% $8.85 1 2 1001-2000 HOURS 50.00% $9.84 1 3 2001-3000 HOURS 55.00% $10.82 1 4 3001-4000 HOURS 60.00% $11.80 1 1 0000-1000 HOURS 40,00% $7.87 1 2 1001-2000 HOURS 45.00% $8.85 1 3 2001-3000 HOURS 50,00% $9.84 1 4 3001-4000 HOURS 55.00% $10.82 1 1 0000-1000 HOURS 65.00% $1279 1 2 1001-2000 HOURS 70.00% $13.77 1 3 2001-3000 HOURS 75.00% $14,75 1 4 3001-4000 HOURS 80.00% $15.74 1 5 4001-5000 HOURS 85.00% $16.72 1 6 5001-6000 HOURS 90.00% $1T70 1 1 0000-1000 HOURS 60.00% $11.80 1 2 1001-2000 HOURS 65.00% $12.79 1 3 2001-3000 HOURS 70.00% $13.77 1 4 3001-4000 HOURS 75.00% $14.75 1 5 4001-5000 HOURS 80,00% $15.74 1 6 5001-6000 HOURS 85.00% $16.72 1 Page 8 Stage of Progression && Hour Range TILE, MARBLE & TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50.00% 2 1001-2500 HOURS 55.00% 3 2501-3500 HOURS 60.00% 4 3501-4500 HOURS 70.00% TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL 1 0000-1000 HOURS 50.00% 2 1001-2500 HOURS 55.00% 3 2501-3500 HOURS 60.00% 4 3501-4500 HOURS 70.00% 5 4501-5500 HOURS 80.00% 6 5501-6250 HOURS 90.00% 7 6251-7000 HOURS 95.00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000-0500 HOURS 60.00% 2 0501-1000 HOURS 60.00% 3 1001-2333 HOURS 60.00% 4 2334-4666 HOURS 73.00% 5 4667-7000 HOURS 88.00% TRUCK DRIVERS DUMP TRUCK ALL TRUCKS 1 0000-0700 HOURS 70.00% 2 0701-1400 HOURS 80.00% 3 1401-2100 HOURS 90.00% PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2006 Page 9 Prevailing Overtime Holiday Note Code Code Wage Code $23.34 1B 5A $24.75 1B 5A $26.14 1B 5A $28.96 15 5A $24.00 1B 5A $25.47 1B 5A $26.93 1B 5A $29.87 1B 5A $32.81 1B 5A $35.74 113 5A $37.21 1B 5A $14.69 1K 5A $20.01 1K 5A $23.11 1K 5A $26.94 1K 5A $31.36 1K 5A $14.16 1 $16.18 1 $18.21 1 ADDENDUM NO. 2 TO PROJECT MANUAL FOR Repair Sewer 2 Locations PROJECT NO. DW -07-009 NOTICE TO PROSPECTIVE BIDDERS February 21, 2007 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Additional Requirements: 1. Paragraph 7 of the Standard Terms in Conditions is revised to add the following subparagraphs: a. Minimum Amounts of Insurance. The Contractor shall maintain the following insurance limits: (1) Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. (2) Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products -completed operations aggregate limit. b. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. (1) The Contractor's insurance coverage shall be primary insurance as respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. (2) The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. c. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. WW -07-009 Addendum 2 Page 1 of 2 d. Verification of Coverage. The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance ofthe Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. e. Contractor's Insurance For Other Losses. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. f. Waiver of Subrogation. The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2. The Bid Opening Date is extended to 2:00 p.m., Thursday, March 1, 2007. This addendum must be acknowledged in the space provided on the Quotation Form that is submitted to the City. Failure to do so may result in the quotation being rejected as non- responsive. M. C. PUNTENNEY, P.E. Deputy Director of Operations Public Works & Utilities Departmen City of Port Angeles WW -07-009 Addendum 2 Page 2 Of 2 ADDENDUM NO. 1 TO PROJECT MANUAL FOR SEWER REPAIR — 2 L OCA TIONS PROJECT NO. DW -07-009 NOTICE TO PROSPECTIVE BIDDERS February 15, 2007 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Additional Requirements: The following additional requirements are added to comply with RCW 39.04.180: 1. Excavation on this contract will exceed a depth of four feet. This contract requires adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. In advance of any excavation, the Contractor shall provide in writing a description of the safety systems to be used for the trench excavation. 2. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. The quotation form is revised to include a separate line item for trench safety systems. Quotes shall be submitted on the revised form. The Bid Opening Date has not been changed. This addendum must be acknowledged in the space provided on the Quotation Form that is submitted to the City. Failure to do so may result in the quotation being rejected as non- responsive, M. C. PUNTEN,NIEY ; P:E. Deputy Director of Opera ons Public Works & Utilities Dartment City of Port Angeles N PW -407_13 (rev. 09/18/021 Page 1 of 1 02128/2007 12:04 3606/' 316.5 n 3 FXCAVATJNU C J FXCAVATIN( a QUOTATION FORM (Devised) pair — 2 .. S+er Locations flW-07-009 The bidderg u is hereby bids theamounts following nts for all work (Including tabor, � ui _..,.._,... and materials) rewired to performthework in the Statement of Work and this package..'„. q pment, time 1. Price Quote: Ail work other than Trench Safety Systems Trench Safety Systems Subtotal: Sales Tax (8.4%) Total Std; 2. The bidder hereby acknowledges that it has received Addenda No(s). E t r "NiA" if on wesued] to this Request for Quotation package. 3. The name of the bidder submitting this bid and its business phone number and address, address ail communications concerned with this bid and with the contract shall be sent. are lista d below. Any written notices required by to which the following address; the terme of an awarded contract shall be served or mailed to 4. Bidder's firm name S. Complete address 6. Registration Number 7, UB1 Number 8. Telephone No. perform the services set forth in this Contract. The bidder represents that it is qualified and possesses sufficient skirls and the necessary capabilities to 9. Signed by 10, Title 11. Printed Nance: 14, Date PW..4077103 [rev, 218J07J Limited Public Works Process Package Page9of1 PAGE 02 TO: C & J EXCAVATING INC PO BOX 430 CARLSBORG, WA 98324 VENDOR # 26672 CINDY KOCHANEK P.O. #: 009126 DATE: 03/23/07 INVOICE TO: City of Port Angeles ATTN: ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 SHIP TO: City of Port Angeles BUILDING I 1703 S 'B' ST PORT ANGELES, WA 98363 REQUISITIONED BY F.O.B. REQ. NO. SHIP VIA: TERMS 8747 NET EXTENDED QUANTITYUOM ITEM NO. AND DESCRIPTION UNIT CO COST 1.00EA SEWER REPAIR - 2 1200.00 1200.00 LOCATION DW -07-009 CHANGE ORDER SUB -TOTAL 1200.00 TAX 8.4 100.80 TOTAL 1300.80 REMARKS: DW -07-009 Contract Change Order #1 AUTHORIZED BY 1( ; [Q ;i 3k:5srr94 1fl aca r�a�,�r: �:. =a gra zsa rn E.9:;;+