HomeMy WebLinkAbout4.551 Original Contract
r;
<f. 551
. '
CIty of Port Angeles
'" Public Works & UtIlItIes Dept.
OperatIons Office
1703 South B Street
Port Angeles W A 98362
Tel: 360-417-4541
Fax: 360-452-4972
LIMITED PUBLIC WORKS PROCESS
D Request for Quotation
~ Contract
Contract Title: On-Call Electrical Services - WWTP, Project Number: WW-07-008
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND OLYMPIC ELECTRIC COMPANY. 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):
D All work under this Contract is to be completed by this date: -----'-
D All work under this Contract is to be completed _ days from the Notice to Proceed. No work
is to be performed prior to written Notice to Proceed by the City.
~ The performance period under this Contract commences -1- calendar days after contract award
and ends 365 calendar days after contract award.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
~
D
D
D
Time and material, not to exceed: $25.000
(at the unit prices set forth in the Contractor's quote, incorporated herein as attachment D)
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: $
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.
Project WW -07 -008
Page 1
Rev 2/16/2007
r;
.;
E. If during the course of the Contract, the work rendered does not meet the requirements 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.
5. 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
Proj ect WW -07 -008
Page 2
Rev. 2/16/2007
Contractor, upon the occurrence of anyone 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
Project WW-07-008
Page 3
Rev. 2/16/2007
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 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. PREVAIUNG 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 Clallam 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
Proj ect WW -07 -008
Page 4
Rev. 2/16/2007
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, 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 IMODIFICATION
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 3 .-! J
, 2007.
By:
c7~
I
~
:~~NG:tk
Printed Name: W://'4Hl !Jh(}r
Title: fl.17 C:I-v Jt;Kr,u
I
CONTRACTOR
Printed Name: Charles T. Burkhardt
Title:
President
Address:
4230 Tumwater Truck Rt
City: Port Angeles, WA 98363
Tax ID #:
91-1015079
Phone Number: (360) 457-5303
Purchase Order #: Issued for each call out.
Project WW-07-008
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 following project:
GENERAL REQUIREMENTS & WORK SPECIFICATIONS
1. This is a time and material contract under the City Manager's contracting authority of $25,000 for the
maintenance, alteration, repair, and emergency servicing of electrical infrastructure for the Port Angeles
Waste Water Treatment Plant. The maximum dollar value including all orders or call-outs shall not
exceed $25,000.
2. The performance period shall be one year from the date of award of the contract. However, the
contract may be closed earlier by the City's designated contracting agent if the total value of all work
orders are within $500 of the not to exceed amount of $25,000 and the work orders are complete.
3. The City wishes to retain a contractor that is a state licensed electrical firm(s) (no limited licenses) to
provide the services of an electrician to service equipment and electrical systems at the Port Angeles
Waste Water Treatment Plant and for the waste water collection system. The Contractor(s) is to have
sufficient staff to be available on an "on call" basis, and which will respond, as requested, by the Public
Works and Utilities Department. Work will be ordered through the Operations Office of the Public
Works and Utilities Department and may occur throughout the City's infrastructure and facilities
including those belonging to Public Works, Fire Department, Police Department, Recreation, and City
Hall.
4. The Contractor(s) shall be prepared to furnish all tools, materials, and/or equipment necessary to
perform the necessary work. The work may involve working at heights of up to forty feet (40') both on
the interior and exterior of buildings, as well as other outside facilities and the Contractor shall have its
own inventory of adequate ladders, staging and either own or be immediately able to obtain and utilize
aerial lifting devices to do the work independent of the City.
5. The services of the Contractor may be required at any time. The Contractor shall have adequate
staff available to respond to any request(s) within a reasonable time, Le. the next business day or as
may mutually be agreed.
6. The Contractor must ensure that all work is in compliance with laws and rules with a designated
person holding an electrical administrators certificate from the State of Washington with work performed
by electricians and trainees with appropriate State of Washington certificates. All work will be
according to all applicable codes and following the best standards of the trade.
7. On-call work will be assigned as "Call-outs" against this contract. Call-outs will normally be made in
writing. A sample Call-out is included in Attachment "A". Emergency call-outs will normally be initiated
verbally by the Deputy Director for Operations of the Public Works and Utilities Department, or
designee, and will be followed the next working day in writing.
8. The materials required for any work may be purchased by, or through the City, or when approved by
the authorized City staff, materials can be supplied by the Contractor on a cost plus basis as has been
specified by the applicant in his application.
Project WW-07-008
Page 6
Rev. 2/16/2007
9. All work shall be executed in strict accordance with the latest edition of the following
standards and codes and all local ordinances and regulations, and shall meet industry
standards. The Contractor is required to obtain all permits required by City of Port Angeles
municipal codes and the current adopted codes:
1. International Building Code (IBC)
2. International Residential Code (IRC)
3. Uniform Plumbing Code (UPC)
4. International Fuel and Gas Code (IFGC)
5. International Mechanical Code (IMC)
6. Washington State Energy Code (WSEC)
7. Washington State Ventilation And Indoor Air Quality Code (VIAQ) 8.
ANSI 117 (Ada Accessibility Code)
9. International Fire Code (IFC)
10. National Electrical Code (NEC)
11. Underwriters Laboratories (UL)
12. City of Port Angeles Municipal Code
10. Standard manufacturer warranties for parts or equipment shall be obtained in the name of the City
of Port Angeles and shall be submitted to the City prior to final payment on any work order.
11. All waste material generated by the Contractor's staff shall be removed daily from the work site and
the area left clean and upon completion of work. Any equipment or building structure damaged by the
Contractor's staff shall be repaired or replaced to the satisfaction of its owner.
12. The Contractor's staff shall erect, and maintain at all times, any and all safeguards necessary for
the protection of life and property of the City and its staff, their workers as well as all pedestrian and
vehicular traffic.
13. Work shall not commence earlier than 7:00 A.M., nor extend beyond 5:00 P.M., without the
expressed approval of the Deputy Director for Operations of the Public Works and Utilities Department,
or designee. No work shall be performed on Saturdays, Sundays or holidays unless authorized by the
Deputy Director for Operations of the Public Works and Utilities Department, or designee.
EMERGENCY RESPONSE TIME AND PAYMENT OF EMERGENCY RATES
During emergency situations, as declared by the Deputy Director for Operations of the Public Works
and Utilities Department, or designee, the Contractor is required to provide service no later than 60
minutes from the time of notification of the existence of an emergency condition. The Contractor shall
be required to maintain a 24 hour a day, 7 days a week, telephone/paging capability for call-outs and
inform the Deputy Director for Operations of the Public Works and Utilities Department telephone of the
current number. Under such conditions, the emergency rates will apply to personnel as numerated by
the Contractor in their application. These rates will not be paid to any given crew for more than eight (8)
consecutive hours. Subsequent to that time, standard rates will apply for the duration of work by the
Contractor unless otherwise approved by the Deputy Director for Operations of the Public Works and
Utilities Department, or designee.
Project WW-07-008
Page 7
Rev. 2/16/2007
ADMINISTRATIVE
1. The Contractor will be required to submit separate itemized invoices to the Deputy Director for
Operations of the Public Works and Utilities Department, or designee, for the work that is performed.
Invoices must: a) state site location; b) list City staff person requesting the work; c) indicate number and
type of crew provided and hours worked by each; and, d) any City authorized "cost-plus" materials
purchased and used. Second invoices for a project must be marked "duplicate".
2. The City reserves the right to require lien waivers for labor and/or material, for and in the amount of
each invoice, guaranteeing payment in full for all labor and materials used or required in connection
with any work ensuing from the contract.
3. The City reserves the right to require a lump-sum price for certain, larger, projects instead of the
agreed hourly rates. The Contractor(s) may decline the opportunity if it so elects. The City further
reserves the right to obtain and utilize the services of other contactors to perform certain projects.
4. It is the custom of the City of Port Angeles, to pay its bills 30 days after completion and acceptance
of the work, and the receipt of properly documented invoices for that work covered under the contract.
In submitting applications under these specifications, applicants should take into account all discounts,
both trade and time, allowed in accordance with this payment policy and quote a net price.
5. Pursuant to Port Angeles City Code, the City reserves the right to cancel the contract immediately for
cause. The City reserves the right to cancel the contract for its convenience on thirty days prior written
notice, with the City responsible for payment only for supplies, materials and/or labor provided or
amounts expended or incurred in reliance thereon prior to the effective date of such notice.
6. The City reserves the right to waive any informalities in bids, to accept any bid or portions thereof
(bidders are advised to note this and quote accordingly) and to reject any or all bids should it be
deemed for the best interest of the City to do so. The City reserves the right to substantiate the
bidder's qualifications, capability to perform, availability, past performance record and to verify that the
proposer is current in its obligations to the City.
Project WW-07-008
Page 8
Rev. 2/16/2007
CALL-OUT
CONTRACT: WW-07-008, ON-CALL ELECTRICIAN SERVICES
Call-out Number: WW-07-008-_
Title:
Location of Work:
Work shall be performed in the Not to Exceed (NTE) amount of: $
Contractor shall not exceed this amount without written approval of the City's Authorized Agent.
Service Tasks:
Performance Period. For the following two performance period paragraphs, only the paragraph with
the checked box applies:
D The Contractor shall commence work within _ working days of a Notice to Proceed, and said
work shall be physically completed within _ calendar days.
OR
D The Contractor shall complete all work within calendar days from the date of issuance of
this Work Order.
City of Port Angeles Authorizing Agent Date of Issuance
Contractor Date Received
Project WW-07-008
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 Liabilitv 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
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 1001 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
Project WW-07-008
Page 10
Rev 2/16/2007
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.
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 less than A:VII.
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 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.
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.
Project WW-07-008
Page 11
Rev. 2/16/2007
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417 -4541
ATTACHMENT "C"
PREVAILING WAGE RATES
See attached hstmg:
1. Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, effective 08-31-06
2. Washington State PrevaIling Wage Rates For Pubhc Works Contracts - Apprentices, Clallam County,
effective 08-31-06
Project WW-07-008
Page 12
Rev. 2/16/2007
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417 -4541
ATTACHMENT "0"
Contractor's Price Quote
1. Olympic Electric Price Quote fax dated 03/07/2007
Proj ect WW -07 -008
Page 13
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 fnnge benefits
On public works projects, workers' wage and benefit rates must add to not less than this total. A bnef
descnptlon of overtime calculation requirements IS provided on the Benefit Code Key.
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
Classification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE, DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
$34.36
$46 32
$4247
$14.67
$41 .43
$41.33
$41.33
$41.37
$41.31
$41 .40
$41.40
$41 .40
$42.27
$41.4 7
$41.40
$41 40
$41.40
$41 .40
$34.36
$85.75
$44.22
$42.02
$41 51
$42.02
$42.07
$43 64
$41 51
$42.02
$41 64
$41 14
$937
(See Benefit Code Key)
Over
Time Holiday
Code Code
Note
Code
1M
50
1C
5N
1M
5A
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50 8A
1M 50
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1E 5P
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS - INSIDE
CABLE SPLICER $52.30 10 5A
CABLE SPLICER (TUNNEL) $56 21 10 5A
CERTIFIED WELDER $50 53 10 5A
CERTIFIED WELDER (TUNNEL) $54.26 10 5A
CONSTRUCTION STOCK PERSON $27 32 10 5A
JOURNEY LEVEL $48 75 10 5A
JOURNEY LEVEL (TUNNEL) $52.30 10 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $1537 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLlNE 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 L1NEPERSON $47.88 4A 5A
LINE EQUIPMENT OPERATOR $40.87 4A 5A
POLE SPRAYER $4788 4A 5A
POWDERPERSON $36.75 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $1207
ELEVATOR CONSTRUCTORS
MECHANIC $55.22 4A 6Q
MECHANIC IN CHARGE $60 60 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $1350
FENCE ERECTORS
FENCE ERECTOR $13.80
FENCE LABORER $11 60
FLAGGERS
JOURNEY LEVEL $29.68 1M 5D
GLAZIERS
JOURNEY LEVEL $42 41 1H 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $44 68 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $34 84 1M 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $1565
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $907
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 COU NTY
Effective 08-31-06
*****************************************************************************************************************
Classification
INSPECTION/CLEANING/SEALING OF SEWER & WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERA TOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERA TOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY LEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e., dustfng, vacuuming, Window cleaning, NOT
construction debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$11.48
$12.78
$7.63
$10.53
$20 50
$46.25
$34.84
$34.36
$29.68
$34.36
$34 36
$34 36
$34.36
$35 20
$34.84
$34.36
$34 36
$34.84
$34.36
$34.36
$34 36
$34.36
$34 84
$34.36
$34.84
$29.68
$34.36
$34.36
$34.36
$35 20
$34.84
$35.20
$34.36
$34 36
$34.36
$34 84
$27.36
$34.36
$29 68
$34 36
$34.36
$34 36
$34.84
$34 36
$34 36
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1
1
1
1
1
10 5A
1M 50
1M 5D
1M 5D
1M 50
1M 5D
1M 50
1M 5D
1M 5D
1M 50
1M 5D
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 5D
1M 50
1M 50
1M 5D
1M 5D
1M 50
1M 50
1M 50
1M 50
1M 5D
1M 5D
1M 5D
1M 5D
1M 50
1M 50
1M 5D
1M 5D
1M 50
1M 5D
1M 5D
1M 50
1M 5D
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
Classification
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIERlMORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUILDER-MUOMAN
MATERIAL YARDMAN
MINER
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE POT TENDER
PIPE RELlNER (NOT INSERT TYPE)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWOERMAN
POWDERMAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
RODDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER SPRAYMAN
SPREADER (CLARY POWER OR SIMILAR TYPES)
SPREADER (CONCRETE)
STAKE HOPPER
STOCKPILER
TAMPER & SIMILAR ELECTRIC, AIR & GAS
TAMPER (MULTIPLE & SELF PROPELLED)
TOOLROOM MAN (AT JOB SITE)
TOPPER-TAILER
TRACK LABORER
TRACK LINER (POWER)
TRUCK SPOTTER
TUGGER OPERATOR
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
VIBRATOR
VINYL SEAMER
WELDER
WELL-POINT LABORER
Page 4
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$34 36 1M 50
$35 20 1M 50
$34.84 1M 50
$34.36 1M 50
$35 20 1M 50
$34.84 1M 50
$34 84 1M 50
$34 84 1M 50
$34.84 1M 50
$34.36 1M 50
$35.20 1M 50
$34 84 1M 50
$34 84 1M 50
$29 68 1M 50
$34.84 1M 50
$34 84 1M 50
$34.84 1M 50
$35.20 1M 50
$34 84 1M 50
$34.36 1M 50
$35 20 1M 50
$34.36 1M 50
$34 84 1M 50
$34.84 1M 50
$35 20 1M 50
$34 36 1M 50
$34.84 1M 50
$34 36 1M 50
$34.36 1M 50
$34.36 1M 50
$34 84 1M 50
$34.36 1M 50
$34 84 1M 50
$34 84 1M 50
$34 36 1M 50
$34 36 1M 50
$34 84 1M 50
$34 84 1M 50
$34 36 1M 50
$34 36 1M 50
$34.36 1M 50
$34 84 1M 50
$34 36 1M 50
$34.84 1M 50
$34 36 1M 50
$34 84 1M 50
$34 36 1M 50
$34 36 1M 50
$34.84 1M 50
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
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81
LANDSCAPING OR PLANTING LABORERS $7.93
LATHERS
JOURNEY LEVEL $41 31 1M 5D
METAL FABRICATION (IN SHOP)
FITTERlWELDER $15.16
LABORER $11 13
MACHINE OPERATOR $10.66
PAINTER $11 41
PAINTERS
JOURNEY LEVEL $32.73 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7.93
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $54.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39.57 1M 5D 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 5D 8L
BOBCAT (SKID STEER) $39.57 1M 5D 8L
BROOMS $39 57 1M 5D 8L
BUMP CUTTER $42.35 1M 5D 8L
CABLEWA YS $42.84 1M 5D 8L
CHIPPER $42.35 1M 5D 8L
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 8L
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 5D 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43.39 1M 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43 96 1M 5D 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $39.57 1M 5D 8L
CRANES, A-FRAME, OVER 10 TON $41 93 1M 5D 8L
Page 5
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
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 1M 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 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43 96 1M 5D 8L
CRUSHERS $42.35 1M 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $42.35 1M 5D 8L
DERRICK, BUILDING $42 84 1M 5D 8L
DOZERS, D-9 & UNDER $41.93 1M 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1M 5D 8L
DRILLING MACHINE $42.35 1M 5D 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1M 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $41 93 1M 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $39.57 1M 5D 8L
GRADE ENGINEER $41.93 1M 5D 8L
GRADECHECKER AND STAKE MAN $39.57 1M 5D 8L
GUARDRAIL PUNCH $42.35 1M 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $41.93 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $39.57 1M 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $41 93 1M 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42.84 1M 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $43.39 1M 5D 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 5D 8L
MIXERS, ASP HAL T PLANT $42.35 1M 5D 8L
MOTOR PATROL GRADER (FINISHING) $42 35 1M 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $41 93 1M 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 5D 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 5D 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 8L
EQUIP
RIGGER AND BELLMAN $39 57 1M 5D 8L
ROLLAGON $42.84 1M 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $41.93 1M 5D 8L
ROTO-MILL, ROTO-GRINDER $42 35 1M 5D 8L
SAWS, CONCRETE $41 93 1M 5D 8L
Page 6
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
ClaSSification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER &
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
Page 7
PREVAILING
WAGE
$42.35
$42.84
$41 93
$42 35
$39.57
$42.84
$42 35
$42.35
$41.93
$41.93
$42.35
$42 35
$42.84
$41 93
$41.93
$42.35
$42.35
$39.57
$42 35
$34.75
$33.00
$33.43
$31.10
$23 43
$27 68
$4247
$17.85
$25 63
$18.00
$27 78
$1684
$9.86
$18.08
$15.97
$1460
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
1M
5A
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL $5201 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $32 09 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
ROOFERS
JOURNEY LEVEL $35.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $49.97 1E 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12.15
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.76 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $11.40
PARTY CHIEF $1340
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $29.87 10 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $29 89 2B 5A
HOLE DIGGER/GROUND PERSON $16.81 2B 5A
INSTALLER (REPAIRER) $28.68 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $27.82 2B 5A
SPECIAL APPARATUS INSTALLER I $29 89 2B 5A
SPECIAL APPARATUS INSTALLER 1/ $29.30 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29 89 28 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27 82 2B 5A
TELEVISION GROUND PERSON $1596 2B 5A
TELEVISION L1NEPERSONIINST ALLER $21 17 28 5A
TELEVISION SYSTEM TECHNICIAN $25.15 28 5A
TELEVISION TECHNICIAN $22 64 2B 5A
TREE TRIMMER $27 82 28 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $40 33 1B 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $34 16 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $34 90 1K 5A
Page 8
CLALLAM COU NTY
Effective 08-31-06
*****************************************************************************************************************
ClassifIcation
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK & TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$39.04
$39 62
$20.23
$20.23
$39.62
$23.73
$11.60
$9.45
$11.60
1T
1T
1
1
1T
1
50
8L
50
50
8L
8L
Page 9
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
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
ENVIRONMENTAL CONTROL PAINTERS
1 0000-1000 HOURS 50 00% $1843 1M 50
2 1001-2000 HOURS 60 00% $21 06 1M 50
3 2001-3000 HOURS 75 00% $2710 1M 50
4 3001-4000 HOURS 90 00% $31 45 1M 50
1 0000-1000 HOURS 60 00% $23.86 1M 50
2 1001-2000 HOURS 70 00% $26.48 1M 50
3 2001-3000 HOURS 80 00% $29 11 1M 50
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 15t Penod 60 00% $25 30 1M 50
2 2nd Period 65 00% $30 69 1M 50
3 3rd Period 70 00% $3221 1M 50
44th Period 75 00% $33 73 1M 50
55th Period 80 00% $35 25 1M 50
66th Penod 85 00% $36 77 1M 50
77th Period 90 00% $38 29 1M 50
88th Penod 95 00% $39 81 1M 50
DRYWALL APPLfCA TOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1 0000-0700 HOURS 50.00% $22.25 1M 50
2 0701-1400 HOURS 60 00% $29 16 1M 50
3 1401-2100 HOURS 68.00% $31.59 1M 50
4 2101-2800 HOURS 76 00% $34 02 1M 50
5 2801-3500 HOURS 84 00% $36 45 1M 50
Page 1
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2006
Stage of Progression && Hour Range
6 3501-4200 HOURS 92.00%
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 68 00%
4 3001-4000 HOURS 76 00%
5 4001-5000 HOURS 84 00%
6 5001-6000 HOURS 92 00%
MILLWRIGHT AND MACHINE ERECTORS
1 1 st Period 60 00%
2 2nd Period 65 00%
3 3rd Period 70 00%
44th Period 75 00%
55th Period 80 00%
66th Period 85 00%
77th Period 90 00%
88th Period 95 00%
PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
1 1 st Period 60 00%
2 2nd Period 65 00%
3 3rd Period 70 00%
44th Period 75 00%
55th Period 80 00%
66th Period 85 00%
77th Period 90 00%
88th Period 95 00%
BRIDGE. DOCK AND WARF CARPENTERS
1 1 st Period 60 00%
2 2nd Period 65 00%
3 3rd Period 70 00%
44th Period 75 00%
55th Period 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
CEMENT MASONS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 70 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
DRYWALL TAPERS
Page 2
Prevailing Overtime Holiday
Code
Wage Code
$38 88 1M 50
$2231 1M 50
$29 23 1M 50
$31 67 1M 50
$34 11 1M 50
$36 55 1M 50
$38 99 1M 50
$25 86 1M 50
$31 30 1M 50
$32 87 1M 50
$34 44 1M 50
$36 00 1M 50
$37 57 1M 50
$39 14 1M 50
$40.70 1M 50
$25 38 1M 50
$30 78 1M 50
$3231 1M 50
$33 84 1M 50
$35 36 1M 50
$36 89 1M 50
$38 42 1M 50
$39 94 1M 50
$25 30 1M 50
$30 69 1M 50
$3221 1M 50
$33 73 1M 50
$35 25 1M 50
$36 77 1M 50
$38 29 1M 50
$3981 1M 50
$1313 1M 50
$1576 1M 50
$1838 1M 50
$21 01 1M 50
$23 63 1M 50
$24 95 1M 50
Note
Code
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
JOURNEY LEVEL
1 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 1E 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 40 00% $21 49 10 5A
2 1001-2000 HOURS 50 00% $25 05 10 5A
3 2001-3500 HOURS 55 00% $30 09 10 5A
4 3501-5000 HOURS 65 00% $34 23 10 5A
5 5001-6500 HOURS 75 00% $38 39 10 5A
6 6501-8000 HOURS 85 00% $42 53 10 5A
ELECTRICIANS - POWERLlNE CONSTRUCTION
JOURNEYLEVELLINEPERSON
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 88 4A 5A
6 5001-6000 HOURS 86 00% $40 87 4A 5A
7 6001-7000 HOURS 90 00% $42.38 4A 5A
POLE SPRA YER
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 1 st Period 50 00% $1942 4A 6a
2 2nd Period 55 00% $34 76 4A 6a
3 3rd Period 65 00% $38 87 4A 6a
44th Period 70 00% $40.93 4A 6a
55th Period 80.00% $45 05 4A 6a
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $763 1
2 1001-2000 HOURS 60 00% $763 1
3 2001-3000 HOURS 65 00% $785 1
4 3001-4000 HOURS 70 00% $845 1
5 4001-5000 HOURS 75 00% $905 1
6 5001-6000 HOURS 80 00% $966 1
7 6001-7000 HOURS 85 00% $1026 1
Page 3
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
8 7001-8000 HOURS 95 00% $11 47 1
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60 00% $1950 10 SA
2 0801-1500 HOURS 65 00% $20 79 10 SA
3 1601-2400 HOURS 7000% $22 09 10 SA
4 2401-3200 HOURS 75 00% $23 39 10 SA
5 3201-4000 HOURS 80 00% $24 68 10 SA
6 4001-4800 HOURS 85 00% $25 98 10 SA
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $21 83 1H 5G
2 1001-2000 HOURS 50 00% $2371 1H 5G
3 2001-3000 HOURS 5500% $25 58 1H 5G
4 3001-4000 HOURS 60 00% $27 45 1H 5G
5 4001-5000 HOURS 65 00% $29 32 1H 5G
6 5001-6000 HOURS 70 00% $31 19 1H 5G
7 6001-7000 HOURS 80 00% $34 93 1H 5G
8 7001-8000 HOURS 90 00% $38 67 1H 5G
HEA T & FROST INSULA TORS 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 1S 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 1S 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 50
3 2001-3000 HOURS 80 00% $29 11 1M 50
4 3001-4000 HOURS 90 00% $31 73 1M 50
INSULA nON APPLlCA TORS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1025
2 1001-2000 HOURS 60 00% $1230
3 2001-3000 HOURS 75 00% $1538
4 3001-4000 HOURS 90 00% $1845
IRONWORKERS
JOURNEY LEVEL
1 1 sl Period 65 00% $27 48 10 SA
2 2nd Period 70 00% $29 05 10 SA
Page 4
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
3 3rd Period 75 00% $38 38 10 5A
44th Period 80 00% $39 95 10 5A
55th Period 90 00% $43 10 10 5A
66th Period 90 00% $43 10 10 5A
77th Period 95 00% $44 68 10 5A
88th Period 95 00% $44 68 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26.48 1M 50
3 2001-3000 HOURS 80 00% $29 11 1M 50
4 3001-4000 HOURS 90.00% $31 73 1M 50
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26 48 1M 50
3 2001-3000 HOURS 80 00% $29.11 1M 50
4 3001-4000 HOURS 90.00% $31 73 1M 50
LA THERS
JOURNEY LEVEL
1 0000-0700 HOURS 50.00% $22 25 1M 50
2 0701-1400 HOURS 60 00% $29 16 1M 50
3 1401-2100 HOURS 68 00% $31 59 1M 50
4 2101-2800 HOURS 76 00% $34 02 1M 50
5 2801-3500 HOURS 84 00% $36 45 1M 50
6 3501-4200 HOURS 92 00% $38 88 1M 50
PAINTERS
JOURNEY LEVEL
1 0000-0750 HOURS 52 00% $1916 28 5A
2 0751-1500 HOURS 56 00% $20 19 28 5A
3 1501-2250 HOURS 60 00% $21 21 28 5A
4 2251-3000 HOURS 64.00% $23 05 28 5A
5 3001-3750 HOURS 68 00% $24 13 28 5A
6 4001-4800 HOURS 72 00% $25 20 28 5A
PLASTERERS
JOURNEY LEVEL
1 0000-0500 HOURS 40.00% $1033 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% $1292 1
5 2001-2500 HOURS 55.00% $1421 1
6 2501-3000 HOURS 60 00% $1550 1
7 3001-3500 HOURS 65 00% $1679 1
8 3501-4000 HOURS 70 00% $1808 1
Page 5
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2006
Stage of Progression && Hour Range
9 4001-4500 HOURS 75 00%
10 4501-5000 HOURS 80 00%
11 5001-5500 HOURS 85 00%
12 5501-6000 HOURS 90 00%
13 6001-6500 HOURS 95 00%
14 6501-7000 HOURS 95 00%
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 62.50%
3 4001-6000 HOURS 70 00%
4 6001-8000 HOURS 75 00%
5 8001-10000 HOURS 85 00%
POWER EQUIPMENT OPERA TORS
BACKHOES. (75 HP & UNDER)
ALL EQUIPMENT
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80.00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORS)
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000-1000 HOURS 75 00%
2 1001-2000 HOURS 80 00%
3 2001-3000 HOURS 85 00%
4 3001-4000 HOURS 90 00%
REFRIGERA T/ON & AIR CONDITIONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 55 00%
3 4001-6000 HOURS 60 00%
4 6001-8000 HOURS 70 00%
5 8001-10000 HOURS 85 00%
RESIDENT/AL CARPENTERS
Page 6
Prevailing Overtime Holiday
Code
Wage Code
$1937 1
$20 66 1
$21 96 1
$23 25 1
$24 54 1
$24 54 1
$29 55 1G 5A
$40 24 1G 5A
$43 07 1G 5A
$44 96 1G 5A
$4875 1G 5A
$31 28 1M
$32 80 1M
$34 32 1M
$35 84 1M
$38 89 1M
$40 41 1M
$31 28
$32 80
$34 32
$35 84
$38 89
$40 41
$24 55 4A
$25 68 4A
$26 83 4A
$27 98 4A
$1384
$1522
$1661
$1938
$23 53
50
50
50
50
50
50
5A
5A
5A
5A
Note
Code
8L
8L
8L
8L
8L
8L
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
JOURNEY LEVEL
1 15t Penod 60 00% $1071 1
2 2nd Penod 65.00% $11 60 1
3 3rd Penod 70 00% $1250 1
44th Penod 75 00% $1339 1
55th Penod 80 00% $1428 1
66th Penod 85 00% $1517 1
77th Penod 90 00% $1607 1
88th Penod 95 00% $1696 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389
2 0901-1800 HOURS 55.00% $1528
3 1801-2700 HOURS 75.00% $20 84
4 2701-4000 HOURS 85 00% $2361
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $803
2 1001-2000 HOURS 65 00% $9.49
3 2001-4000 HOURS 75 00% $1095
4 4001-6000 HOURS 85 00% $1241
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% $1937 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 5500% $32 04 1E 6L
4 4001-5000 HOURS 60 00% $33 92 1E 6L
5 5001-6000 HOURS 65 00% $35 79 1E 6L
Page 7
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2006
Prevailing Overtime Holiday Note
Code Code
Wage Code
$37 65 1E 6L
$39 52 1E 6L
$41 38 1E 6L
$43 26 1E 6L
Stage of Progression && Hour Range
6 6001-7000 HOURS 70.00%
7 7001-8000 HOURS 75 00%
8 8001-9000 HOURS 80 00%
9 9001-10000 HOURS 85 00%
SOFT FLOOR LA YERS
JOURNEY LEVEL
APPRENTICES INDENTURED ON OR AFTER JUNE 1, 2003
1 0000-0750 HOURS 45 00%
2 0751-1500 HOURS 50.00%
3 1501-2250 HOURS 60 00%
4 2251-3000 HOURS 70 00%
5 3001-3750 HOURS 80 00%
6 3751-4500 HOURS 85 00%
7 4501-5250 HOURS 90 00%
8 5251-6000 HOURS 95 00%
1 0000-0750 HOURS 45 00%
2 0751-1500 HOURS 50.00%
3 1501-2250 HOURS 60 00%
4 2251-3000 HOURS 70 00%
5 3001-3750 HOURS 80 00%
6 3751-4500 HOURS 85 00%
7 4501-5250 HOURS 90 00%
8 5251-6000 HOURS 95 00%
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 0000-1000 HOURS 45 00%
2 1001-2000 HOURS 50 00%
3 2001-3000 HOURS 55 00%
4 3001-4000 HOURS 60 00%
1 0000-1000 HOURS 40.00%
2 1001-2000 HOURS 45 00%
3 2001-3000 HOURS 50 00%
4 3001-4000 HOURS 55 00%
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 85 00%
6 5001-6000 HOURS 90 00%
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 65 00%
3 2001-3000 HOURS 70 00%
4 3001-4000 HOURS 75 00%
5 4001-5000 HOURS 80 00%
6 5001-6000 HOURS 85 00%
$1630
$1850
$22 49
$25 31
$28 12
$29 53
$30 94
$32 35
$1826
$1967
$22 49
$25 31
$28 12
$29 53
$30 94
$32 35
$885
$984
$1082
$11 80
$787
$885
$984
$1082
$1279
$1377
$1475
$1574
$1672
$17 70
$11 80
$1279
$1377
$1475
$1574
$1672
Page 8
18
18
18
18
18
18
18
18
18
18
18
18
18
18
18
18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
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
Prevailing Overtime Holiday Note
Code Code
Wage Code
$23 34 1B 5A
$24 75 1B 5A
$26 14 1B 5A
$28 96 1B 5A
$24.00 1B 5A
$25 47 1B 5A
$26 93 1B 5A
$29 87 1B 5A
$3281 1B 5A
$3574 1B 5A
$3721 1B 5A
$1469 1K 5A
$2001 1K 5A
$23 11 1K 5A
$26 94 1K 5A
$31 36 1K 5A
$1416
$16.18
$1821
Page 9
e3/e7/2e07 11:25
3604523498
.. --'\
)
OLYMPIC ELECTRIC
PAGE 132
I)
QUOTATION FORM
On-Call Electrical Services - WWTP
WW-G7.oos
:5hlb8 !o:Oq~
[ .---...-. ..-----... . .-.-.-..... . ................. __m...._... .. ._..___... . ._ .__
The bidder hereby bids the following amounts for an work (including labor,
equipment, time and materials) required to perform the work in the Statement of ]
Wor1< and this package.
- - ,.. ... .. ...... , ... .... . .. - ...
Quoted' Rates in Line Items 1 through 6 shall include all overhead, profit, etc. Call-outs will be
paid based on the quoted rates In this form.
1. ADMINISTRATOR ELECTRICIAN
Routine $71.00 IHR
EMERGENCY $100.00 IHR (afte~ hours)
Routine $71.00 IHR
EMERGENCY 5100.00 IHR (after hours)
Routine $4Q.OO IHR
EMERGENCY $100.00 IHR (after hours)
2. JOURNEYMAN ELECTRICIAN
3. TRAINEE I APPRENTICE
4. AERIAL LIFT DEVICE WITH OPERATOR:
Routine
$71.00
$100.00
IHR
EMERGENCY
IHR
Do you own this or will you rent one as needed?
own bucket truck
5. Material, which the contractor may require to do the work, and which Is not supplied by
the City, will be charged.
AT COST PLUS
20
% (with verifiable receipl$ and invoices)
6. Pennits & other Govemmental Fees which the contractor is required to obtain or pay to
perform the work, and which is not supplied by the City, will be charged,
AT COST PLUS
10
% (with verifiable receipts and invoices)
,.
Attachment "D"
Page 14
OLYMPIC ELECTRIC
03/87/2807 11:25 3684523498
)
AdditionallnformatlQn:
PAGE 83
))
QUOTATION FORM (Page 2)
On-can ElectrlcaJ Services - WWTP
ww.G7..o08
Number of COMMERCIAL JOURNEYMAN ELECTRICIANS: 6
Number of APPRENTICE ELECTRICIANS: 1
1. "n1e bidder hereby acknowJedges that it has received Addenda Noes). N/A
(Enter -N/A" if none were issued) to this Request for Quotation package.
2. The name of the bidder submitting this bid and ItS business phone number and address. to which
address all communications concerned with this bid and with the contract shall be sent. aN fisted
below. Any written notices n!quired by the terms of an awarded contract shalf be served or mailed
to the follQWing address:
3. Bidder's firm name
4. Complete address
5. Registration Number
e. UBI Number
7. Telephone No.
OIymDlc Electric C9.. rnc.
4230 Iumwater Truck Rt
(Street address)
Port Anoeles
(City)
WA
(state)
98363
(Zip)
OL YMPEC285D1
600-265-921
{3E50l 457-5303
The bidder represents that It Is qualified and possesses suffiCient skills and the necessary capabilities
to perform the services set forth in this Contract.
8. Signed by f.. 7 ~ ~
9. TItle President
10. Printed Name:
14. Date
Attachment "D"
Charles T. Burk~rdt
3/10107
~
Page 15
</.55}
CALL-OUT
CONTRACT: WW-07-008, ON-CALL ELECTRICIAN SERVICES
Call-out Number: WW-07-008-001
Title: Leachatte Pump Station Controls
Location of Work: Port Anaeles WWTP
Work shall be performed in the Not to Exceed (NTE) amount of: $2.500.00. Contractor shall not
exceed this amount without written approval of the City's Authorized Agent.
Service Tasks:
1. Install wiring to insertion flowmeter (City supplied) at the Primary Effluent bypass line. This will
entail terminating the wires and making sure the junction box is water tight. Potting compound will
need to be installed to prevent water from entering the electronics.
2. Remove the leak detector sensors at Leachate pump station #1 and #2 and install adjustable leak
detectors (City Supplied).
3. Remove Toshiba flowmeter (deliver to wwtp staff) and install new Siemens (City Supplied)
flowmeter with remote transmitter at Leachate pump station #1.
4. Install alarm beacons at Leachate PS #1 and #2.
5. At the WWTP (fixed cover digester), install a temporary 24 volt power supply and terminate to the
demo guided wave radar unit.
6. Work must be performed during normal working hours, 7:00 a.m. to 3:30 p.m. Monday through
Friday excluding holidays. Work outside of these hours is at the sole discretion of the Port Angeles
Wastewater Treatment Plant Superintendent.
7. Contractor is required to submit proof of insurance and Intent to Pay Prevailing Wages prior to
commencement of work.
Performance Period. For the following two performance period paragraphs, only the paragraph with
the checked box applies:
~ The Contractor shall commence work within 1 working days of a Notice to Proceed, and said work
shall be physically completed within 3 calendar days.
OR
D The Contractor shall complete all work within
this Work Order.
calendar days from the date of issuance of
Project WW-07-008-001
Page 1
Rev. 2/16/2007
,
.\l "
co,; ~ y-
~1~7
g Agent
Date of Issuance
Project WW-07-008-001
Rev. 2/16/2007
S/t'~7
Dat~ Received
Page 2