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:;;+