HomeMy WebLinkAbout4.625C Original Contract
.
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
o Request for Quotation
IZI Contract
Contract Title: Exterior Pamtlna - Various CltV BUlldmas Project Number: PK-09-010
THIS CONTRACT IS entered Into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND LlaUld Pamtma ("CONTRACTOR")
1. WORK BY CONTRACTOR
The Contractor shall perform the work as descnbed m Attachment "Au (Attachment "Au 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)'
o All work under this Contract IS to be completed by this date: _
IZI All work under this Contract IS to be completed 15 days from the Notice to Proceed No work IS
to be performed prior to wntten Notice to Proceed by the City.
D The performance penod 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):
D Time and matenal, not to exceed: $_
D Time and actual expenses mcurred, not to exceed: $_ /'7&
D Umt prices set forth m the Contractor's bid or quote, not to exceed $_ ~
IZI Firm Fixed Pnce set forth m Contractor bid or quote m the amount of: $21,59328 (mcludlng
sales tax)
The Contractor shall do all work and furnish all tools, matenals, and equipment, In accordance
With and as described m 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 matenals and for constructing and completing
the work prOVided for In this contract and every part thereof, except as are menlioned In the
speCifications to be furnished by the City of Port Angeles
B The Contractor shall mamtam time and expense records, which may be requested by the City. The
contractor shall submit mvolces to the City for payment for work performed. All mvolces must reference the
City's contract number InVOices shall be m a format acceptable to the City.
C. The City shall pay all InvOices from the Contractor by mailing a City warrant wlthm 30 days of receipt of a
properly completed mVOlce
D. All records and accounts pertamlng to this Contract are to be kept available for mspectlons by
representatives of the City for a penod of three (3) years after final payment Copies shall be made available
to the City upon request.
Project PK -09-010
Page 1
Rev 08/12/2008
.'
~ . .
E If dUring the course of the Contract, the work rendered does not meet the re1l!l'irements 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 matenals 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 descnbed In Attachment "A"
and final payment by the City.
B. The City may terminate the Contract and take possession of the premises and all matenals thereon
Project PK-09-01 0
Page 2
Rev 08/l2/2008
,', . .
and finish the work by whatever methods It may deem expedient, by glvmg 10 ~s written notice to the
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 appomted as a result of the Insolvency of the Contractor
3 The Contractor persistently or repeatedly refuses or falls to complete the work reqUired herein
4 Contractor falls to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordmances
6. Contractor persistently disregards Instructions of the Contract Administrator, or otherwise
substantially Violates the terms of this Contract
7, The City determmes that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract IS term mated by the City, Contractor shall not be entitled to receive any
further amounts due under this Contract until the work specified m Attachment "A" IS satisfactorily
completed, as scheduled, up to the date of termmatlon At such time, If the unpaid balance of the amount
to be paid under this Contract exceeds the expense mcurred by the City m finlshmg the work, and all
damages sustained by the City or which may be sustamed by reason of such refusal, neglect, failure or
dlscontmuance 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
mclude 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, mformatlon, 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 agamst the City for damages, expenses, costs or extras arlsmg out of the performance of this
Contract must be made m wrltmg to the City Within thirty days after the discovery of such damage, expense
or loss, and m 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 mVOlces, under this Contract
10. HOLD HARMLESS
A, The Contractor shall protect, defend, mdemnlfy and save harmless the City, Its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arlsmg out of or m 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 mdustrlal msurance
prOVISion of Title 51 RCW. In the event the City obtains any judgment or award, and/or mcurs any cost arlsmg
therefrom Including attorneys' fees to enforce the provIsions of this article, all such fees, expenses, and costs
shall be recoverable form the Contractor.
Project PK -09-010
Page 3
Rev 08112/2008
.'
.
.
B. The City shall protect, defend, Indemmfy and save harmless the Contractor, Its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, anslng 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
Immumty that would otherwise be available against such claims under the Industnallnsurance provIsion of Title
51 RON. In the event the Contractor obtains any judgment or award, and/or inCurs any cost anslng therefrom
including attorneys' fees to enforce the provIsions of this article, all such fees, expenses, and costs shall be
recoverable from 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 RON, 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 Industnal Statistician of the Department of Labor and Industnes 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.
Pnor 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 Industnes
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 RON 39.12.040(2),
the contractor or subcontractor IS authonzed 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 Industnes and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute anses 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 Industnes, 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 descnptlve 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.
Project PK-09-010
Page 4
Rev 08112/2008
.
.
15. INSPECTION AND REJECTION
All goods, services, work, or matenals purchased herein are subject to inspection and to approval by the City Any
rejection of goods, services, work, or matenals resulting because of nonconformity to the terms and specifications
of thiS order, whether held by the City or returned, will be at Contractor's nsk and expense
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any nghts, duties or Interest accruing from
thiS Contract without the express pnor wntten consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor IS and shall be at all times dunng the term of thiS Contract an Independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT IMODIFICATlON
This Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either
wntten or oral This contract may be amended, modified or added to only by wntten Instrument properly
signed by both parties hereto.
19. SUBCONTRACTOR RESPONSIBILITY
A. The Contractor shall Include the language of thiS section In each of Its first tier subcontracts, and shall require
each of ItS subcontractors to Include substantially the same language of thiS section In each of their
subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of thiS
section apply to all subcontractors regardless of tier
B At the time of subcontract execution, the Contractor shall venfy that each of Its first tier subcontractors meets
the follOWing bidder responsibility cntena:
- At the time of subcontract bid submittal, have a certificate of registration In compliance With chapter
18.27 RON,
Have a current state Unified bUSiness Identifier number,
If applicable, have'
o Industnallnsurance coverage for the subcontractor's employees working In Washington as required
In Title 51 RON;
o An employment secunty department number as required In Tile 50 RON; and
o A state excise tax registration number as reqUired In Tile 82 RON,
o An electncal contractor license, If required by Chapter 19 28 RON,
o An elevator contract license, If required by Chapter 70.87 RON.
Not be disqualified from bidding on any public works contract under RON 39.06.010 or 39.12 065(3)
Project PK-09-010
Page 5
Rev 08/12/2008
"
.
.
IN WITNESS WHEREOF, the parties have executed thIs Contract as of ~ 2009,
CONTRACTOR
CITY OF PORT ANGELES
By L! QVID PA1Nll~G,
Printed Name: JltUlg OfQt1.1
TItle OWN~
Address: 2'1'2 N ~1{)~EVl8N
City roe-.,- AA ~ 8--ES
Tax ID #: &07- ~ 0-~S" -qT)O
Phone Number: S (gjl> - 'dSO'&. '2.. \ \1--\
By N-.L..
A
Printed Name: G/e;J'" A. C""TtEfL
Title' '1>/R.l:Lf'O l\..:-'PvG...-..... l...N~ 'l UT7~' Pt'tl
Purchase Order #:
lLt~l\
k~~
Project PK-09-01 0
Page 6
Rev 08/12/2008
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "A"
WORK BY CONTRACTOR
The contractor shall do all work and furnish all tools, materials, and eqUipment In order to accomplish the project
described below This work IS being performed under the Downtown Association permit for painting that has
already been applied for and Issued.
General Scope: Paint Heckman Garage (Includes Cock-A-Doodle Doughnuts) and Boardwalk Restaurant
Location:
Heckman Garage (Includes Cock-A-Doodle Doughnuts)
Boardwalk Restaurant
105 & 107 E Front St., Port Angeles WA
110 E Railroad Ave, Port Angeles WA
Site Point of Contact: Superintendent Corey Dellkat at 360-417-4566
Coordination: Coordination Will be needed With the bUSiness owners of the Heckman Garage/The Boardwalk
Restaurant
Work Hours: The contractor Will be allowed to work from 7:00 AM to 5.00 PM, Monday through Friday. Work
outside of these hours may be requested from and IS at the discretion of the Parks/Streets Superintendent.
Work Requirements:
PAINTING AND COATING SPECIFICATION
PART 1 GENERAL
1 1 SUBMmALS
Manufacturer's catalog data shall be submitted for the follOWing Items. Data shall Include detailed analYSIS of each
coating material reqUired, With constituents measured as percentages of the total weight of coating and
deSCription including color selection and sheen Manufacturer's Standard Color Charts shall be submitted In
accordance With paragraph entitled, "Manufacturer's and Materials," of thiS section.
Inhibitive Metal Primer
Pigmented Sealer
Latex Block Filler
Alkali ReSistant Primer
Enamel Undercoat
Exterior Wood Primer
Acrylic Latex
Acrylic Epoxy
1 2 CONTRACTOR PERSONNEL QUALIFICATION
Project PK-09-0 10
Page 7
Rev 08/12/2008
, . .
Personnel assigned to the work sh~ be certified by the Contractor to have had adequate prevIous experience In
the successful application of paints and coatings similar to those specified.
1.3 DELIVERY, HANDLING, AND STORAGE
Materials shall be delivered In their original, unbroken containers beanng the manufacturer's name and product Identification
Containers breached by rough handling shall be removed from the Site, together With their contents
Paint materials, thinners, and cleaners shall be stored In tightly closed containers In a covered, well-ventilated
area where they Will not be exposed to excessive heat, sparks, flame, or direct sunlight. Water-based materials
shall be protected against freezing.
PART 2 PRODUCTS
2 1 MANUFACTURER'S AND MATERIALS
The color of the bUildings IS reqUired to match the colors that have been selected from a Parker Paint color chart.
Both Parker Paint and Hartnagel's BUilding Supply are offering discounts on paint for the downtown projects.
Building Parker Color & Area Additional Comments
Sheen
Boardwalk Renovation CLC Sides (All)
Restaurant 1202W (Satin)
Cornice CL 3193W Trim
(Semi-Gloss)
Heckman Garage Cormce CL 3193W Sides
(East and South (Satin )
Sides only) Innuendo CL 239SD East Side - Selected
(Semi-Gloss) Trim
Wiley CL 162SA East Side roof tiles, Include all Sides of the arches and
(Semi-Gloss) columns, and front columns on the east Side
archwavs
HECKMAN GARAGE TRIM SCHEME
- "
I
Project PK-09-01O
Page 8
Rev 08/12/2008
, . .
The following are suggested paint manufacturers and their products. Other pa;:!"manufacturers' products of
equal quality will be conSidered when submitted and approved by the City Contracting Specialist.
COATING PITTSBURGH SHERWIN GLIDDEN Parker Paint
WILLIAMS
Inhibitive Metal Primer 6-712 BSOWZl 6970 9175
Semi-gloss Exterior 6-900 K44 EM68XX 300
(Trim)
Latex Block Filler 6-7 B2SW25 5317 9135
(Exterior Primer)
011 Base(Handrall) 6-284 ASE All PF80XX 1000
Exterior Wood Primer 6-809 Y24W20 3651 450
Acrylic Latex, Satin 6-2110 K33 DX50XX 9835
(Exterior Paint)
PART 3 EXECUTION
3 1 GENERAL
Manufacturer's recommendations for surface preparation, thinning, mixing, handling, and application shall be
conSidered a part of thiS speCification
Coordination Will be needed With the bUSiness owners of the Heckman GaragefThe Boardwalk Restaurant.
3 2 PROTECTION OF FACILmES AND PROPERTY
3.2.1 FACILITIES
Contractor shall remove and reinstall or prOVide acceptable protection for hardware, acceSSOries, lighting and
electrical components, factory-finished materials, plumbing fixtures and fittings, and any other materials that may
become splattered or damaged by the painting work.
3.2.2 PROPERTY
Coordination Will be needed With the bUSiness owners to ensure adequate protective measures are used to
protect property, vehicles, and landscaping from damage from work performed under thiS contract Contractor
shall be responsible for correcting all such damage
3.3 SURFACE PREPARATION
3.3.1 General ReqUirements
Surfaces shall be clean, dry, and free from contaminants and foreign matter Mildew and chalking shall be
removed and the surface thoroughly sterilized. Chipped, peeling, or blistered paint shall be removed and the
surface spot primed. Hard glossy surfaces shall be dulled and roughened to ensure proper adheSion
3 3 2 Ferrous Metal
Surfaces shall be free from dirt, 011, grease, wax, and other contaminants Heavy rust and loose mill scale shall
be removed by hand, power tool, or blast cleaning
3 3.3 Galvanized Steel
Surfaces shall be cleaned of all contaminants uSing a solvent such as lacquer thinner or xylol. After cleaning, the
surface shall be etched With a phosporlc aCid pre-treatment solution
3 3 4 Aluminum
Project PK -09-010
Page 9
Rev 08112/2008
( .
Surfaces shall be clean, dry, and free from 011 and grease. OXide film and corroa shall be removed by hand or
power tool c1eanmg.
335Wood
Surfaces shall be clean, dry, smooth, and free from 011, grease, and dirt Knots shall be sealed with a mixture of
equal parts of shellac and alcohol. Nail holes, cracks, and other defects shall be filled with plastiC wood or putty
Concealed surfaces shall be back-pnmed before mstallatlon
3.3.6 Masonry
Surfaces shall be free from dirt, 011, grease, wax, form-release compounds, laltance, and other contaminants.
Cracks, VOids, and other major surface Imperfections shall be filled With mortar.
3.4 MIXING AND APPLICATION
3 4 1 General Procedures
No extenor pamtmg shall be allowed m ramy weather or when rain IS Immment. No paints or coatmgs shall be
applied when the temperature or humidity IS outside the limits recommended by the manufacturer. Pamts and
coatmgs shall be applied by brush, roller, alrless spray, spray system. Each coat of matenal applied shall be free
from runs, sags, bubbles, foreign contammants, vanatlons m color, gloss, and texture, dry overspray, brush and
roller marks, holidays (missed areas), or other eVidence of poor application Pamts and coatings shall be
thoroughly worked mto corners and crevices. Newly pamted surfaces shall be adequately protected from damage
3.4.2 Procedures
There shall be at least one coat[s] of pamt applied In accordance With the manufacturer's mstructlons A second
coat shall be applied If color Uniformity and consistency are not produced With a smgle coat. Coatmgs shall be
applied as follows.
Matenal shall be thoroughly stirred to produce a Uniform mixture.
Matenal shall be thinned for workability and Improved spray
charactenstlcs, but only according to the manufacturer's Instructions.
Each coat shall be applied Uniformly at the minimum wet-film thickness specified by the manufacturer.
SpeCial attention shall be given when coating sharp edges, corners, and crevices to ensure complete
coverage.
Fmlsh coats shall show good hldmg charactenstlcs and Uniform appearance.
3 S OTHER PROVISIONS
3 5 1 Inspection
Contractor shall prOVide qualified personnel for mspectlon of hiS work to ensure that the requirements of thiS
section have been fulfilled
3.5.2 Correction
Spot-pamtmg to correct damaged surfaces Will be allowed only when touchup area blends mto the surroundmg
finish Otherwise, the entire area shall be recoated Touchup shall be accomplished uSing the same method of
application as was used to apply the ongmal matenal
3 6 PROTECTION
"WET PAINT" signs shall be posted to Indicate newly pamted surfaces
37 WARRANTY
Project PK-09-010
Page 10
Rev 08/12/2008
. .
c~ntractor shall provide a 365-day warranty for all work mcluded m this contra' Contractor shall provide labor
and matenals at no cost to Owner wlthm the warranty penod for defective matenals or workmanship
Project PK-09-010
Page II
Rev 08/12/2008
.
.
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENTB
INSURANCE
Insurance Requirements:
The Contractor shall procure and maintain for the duration of the Contract, Insurance agamst claims for InJunes to
persons or damage to property which may anse from or m connection with the performance of the work
hereunder by the Contractor, their agents, representatives, employees or subcontractors Failure by the
Contractor to mamtaln the msurance as required shall constitute a matenal breach of contract upon which the
City may, after giving five workmg days notice to the Contractor to correct the breach, Immediately termmate 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 agamst funds due the Contractor from the City
1. MInimum Scope of Insurance
The Contractor shall obtam Insurance of the types descnbed below:
a. Automobile Llabllltv msurance covenng all owned, non-owned, hired and leased vehicles Coverage
shall be wntten on Insurance Services Office (ISO) form CA 00 01 or a substitute form provldmg
equivalent liability coverage. If necessary, the policy shall be endorsed to proVide contractual liability
coverage.
b Commercial General Liabllltv msurance shall be wntten on ISO occurrence form CG 00 01 and shall
cover liability anslng from premises, operations, stop gap liability, Independent contractors, products-
completed operations, personal mJury and advertlsmg mJury, 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 msurance for liability anslng 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 usmg
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements provldmg eqUivalent coverage.
c Workers' Comoensatlon coverage as required by the Industnal Insurance laws of the State of
Washmgton.
2. MInimum Amounts of Insurance
The Contractor shall maintain the followmg msurance limits
a. Automobile Liabllltv Insurance With a minimum combmed smgle limit for bodily mJury and property
damage of $1,000,000 per aCCident.
b. CommerCial General Liabllltv Insurance shall be wntten 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 msurance poliCies are to contain, or be endorsed to contain, the followmg prOVISions for Automobile
liability and Commercial General Liability msurance.
Project PK-09-0 1 0
Page 12
Rev 08112/2008
a. The Contractor's Ins!nce coverage shall be pnmary Insurant 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 contnbute 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 pnor wntten notice by certified mall, 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 VI
5. Venficatlon of Coverage
The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements,
including but not necessanly 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 nghts against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other penis 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 PK -09-010
Page 13
Rev 08/12/2008
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "C"
PREVAILING WAGE RATES
See attached hstIng
1 WashIngton State PrevaIlIng Wage Rates For Pubhc Works Contracts, Clallam County, effecllve 03/04/2009
2 WashIngton State Prevalhng Wage Rates For Pubhc Works Contracts - ApprentIces, Clallam County,
Effecllve 03/04/2009
PrOject PK-09-010
Page 14
Rev 08/12/2008
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Prevailing Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
ENVIRONMENTAL CONTROL PAINTERS
1 0000-1000 HOURS 50 00% $20 29 1H 50
2 1001-2000 HOURS 60 00% $23 26 1H 50
3 2001-3000 HOURS 75 00% $29 96 1H 50
4 3001-4000 HOURS 90 00% $34 85 1H 50
1 0000-1000 HOURS 60 00% $26 26 1H 50
2 1001-2000 HOURS 70 00% $29 22 1H 50
3 2001-3000 HOURS 80 00% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $43 26 1C 5N
2 1001-2000 HOURS 75 00% $44 95 1C 5N
3 2001-3000 HOURS 80 00% $46 63 1C 5N
4 3001-4000 HOURS 85 00% $48 32 1C 5N
5 4001-5000 HOURS 90 00% $50 00 1C 5N
6 5001-6000 HOURS 95 00% $5169 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $2712 1M 5A
2 0750-2250 HOURS 55 00% $28 78 1M 5A
3 2550-3000 HOURS 60 00% $30 44 1M 5A
4 3000-3750 HOURS 70 00% $33 75 1M 5A
5 3750-4500 HOURS 80 00% $37 07 1M 5A
6 4500-5250 HOURS 90 00% $40 38 1M 5A
7 5250-6000 HOURS 95 00% $42 04 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60 00% $28 07 1M 50
2 1001-2000 HOURS 65 00% $34 05 1M 50
3 2001-3000 HOURS 70 00% $35 78 1M 50
4 3001-4000 HOURS 75 00% $3751 1M 50
5 4001-5000 HOURS 80 00% $39 24 1M 50
6 5001-6000 HOURS 85 00% $40 97 1M 50
7 6001-7000 HOURS 90 00% $42 70 1M 50
8 7001-8000 HOURS 9500% $44 43 1M 50
ORYWALL APPLlCA TOR
ORYWALL, METAL STUO, ANO CEILING APPLICATORS
1 0000-0700 HOURS 50 00% $24 75 1M 50
2 0701-1400 HOURS 60 00% $32 48 1M 50
3 1401-2100 HOURS 68 00% $35 27 1M 50
4 2101-2800 HOURS 76 00% $38 06 1M 50
5 2801-3500 HOURS 84 00% $40 84 1M 50
Page 1
.
Stage of Progression & Hour Range
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00%
2 0701-1400 HOURS 60 00%
3 1401-2100 HOURS 68 00%
4 2101-2800 HOURS 76 00%
5 2801-3500 HOURS 84 00%
6 3501-4200 HOURS 92 00%
MILLWRIGHT AND MACHINE ERECTORS
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
1 15t Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Period 80 00%
66th Period 85 00%
77th Period 90 00%
88th Penod 95 00%
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
1 1 st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
BRIDGE, DOCK AND WARF CARPENTERS
1 1 st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Period 85 00%
77th Period 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 Note
Wage Code Code Code
$43 63 1M 50
$24 70 1M 50
$32 42 1M 50
$35 20 1M 50
$37 98 1M 50
$40 76 1M 50
$43 54 1M 50
$28 67 1M 50
$34 70 1M 50
$36 48 1M 50
$38 26 1M 50
$40 04 1M 50
$41 82 1M 50
$43 60 1M 50
$45 38 1M 50
$2819 1M 50
$3418 1M 50
$35 92 1M 50
$37 66 1M 50
$39 40 1M 50
$4114 1M 50
$42 88 1M 50
$44 62 1M 50
$28 07 1M 50
$34 05 1M 50
$35 78 1M 50
$3751 1M 50
$39 24 1M 50
$40 97 1M 50
$42 70 1M 50
$44 43 1M 50
$1483
$1780
$20 76
$23 73
$26 69
$2818
1H
1H
1H
1H
1H
1H
50
50
50
50
50
50
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
PrevaIling OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1389 lE 5P
2 1001-2000 HOURS 55 00% $3167 lE 5P
3 2001-3000 HOURS 65 00% $34 93 lE 5P
4 3001-4000 HOURS 75 00% $3819 1E 5P
5 4001-5000 HOURS 85 00% $4145 lE 5P
6 5001-6000 HOURS 90 00% $43 08 1E 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $25 75 lE 5A
2 1001-2000 HOURS 50 00% $27 80 lE 5A
3 2001-3500 HOURS 55 00% $3311 lE 5A
4 3501-5000 HOURS 65 00% $3781 lE 5A
5 5001-6500 HOURS 75 00% $4251 lE 5A
6 6501 -8000 HOURS 85 00% $47 20 lE 5A
ELECTRICIANS - POWERLfNE CONSTRUCTION
JOURNEYLEVELLINEPERSON
1 0000-1000 HOURS 60 00% $3391 4A 5A
2 1001-2000 HOURS 63 00% $3518 4A 5A
3 2001-3000 HOURS 67 00% $36 88 4A 5A
4 3001-4000 HOURS 72 00% $38 98 4A 5A
5 4001-5000 HOURS 78 00% $4151 4A 5A
6 5001-6000 HOURS 8600% $44 89 4A 5A
7 6001-7000 HOURS 90 00% $46 59 4A 5A
POLE SPRA YER
1 0000-1000 HOURS 85 70% $44 76 4A 5A
2 1001-2000 HOURS 89 80% $46 49 4A 5A
3 2001-3000 HOURS 92 80% $47 76 4A 5A
ELEVATOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 50 00% $2146 4A 60
2 1001-1700 HOURS 55 00% $43 49 4A 60
3 1701-3400 HOURS 65 00% $48 03 4A 60
4 3401-5100 HOURS 70 00% $5091 4A 60
5 5101-6800 HOURS 80 00% $55 55 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $855
2 1001-2000 HOURS 60 00% $855
3 2001-3000 HOURS 65 00% $855
4 3001-4000 HOURS 70 00% $855
5 4001-5000 HOURS 7500% $905
6 5001-6000 HOURS 80 00% $966
7 6001-7000 HOURS 85 00% $1026
Page 3
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Prevailing OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
8 7001-8000 HOURS 95 00% $1147
TELECOMMUNICA nON TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60 00% $2118 lE 5A
2 0801-1500 HOURS 65 00% $22 58 1E 5A
3 1601-2400 HOURS 70 00% $23 97 1E 5A
4 2401-3200 HOURS 75 00% $25 37 1E 5A
5 3201-4000 HOURS 80 00% $26 76 1E 5A
6 4001-4800 HOURS 85 00% $2816 1E 5A
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $2515 lY 5G
2 1001-2000 HOURS 55 00% $2716 1Y 5G
3 2001-3000 HOURS 60 00% $2917 1Y 5G
4 3001-4000 HOURS 65 00% $31 18 1Y 5G
5 4001-5000 HOURS 70 00% $3319 1Y 5G
6 5001-6000 HOURS 75 00% $35 20 1Y 5G
7 6001-7000 HOURS 80 00% $3721 1Y 5G
8 7001-8000 HOURS 90 00% $4123 lY 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-2000 HOURS 45 00% $28 92 1S 5J
2 2001-4000 HOURS 55 00% $3231 1S 5J
3 4001-6000 HOURS 65 00% $35 70 1S 5J
4 6001-8000 HOURS 75 00% $3910 lS 5J
5 8001-10000 HOURS 85 00% $4249 lS 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00% $26 26 lH 50
2 1001-2000 HOURS 70 00% $29 22 1H 50
3 2001-3000 HOURS 80 00% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
INSULA TION 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 0000-0750 HOURS 65 00% $855 10 5A
2 0751-1500 HOURS 70 00% $30 24 10 5A
3 1501-2250 HOURS 75 00% $4241 10 5A
4 2251-3000 HOURS 80 00% $4413 10 5A
Page 4
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Prevailing OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
5 3001-3750 HOURS 90 00% $4757 10 5A
6 3751-4500 HOURS 90 00% $4757 10 5A
7 4501-5250 HOURS 95 00% $49 29 10 5A
8 5251-6000 HOURS 95 00% $49 29 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 26 1H 5D
2 1001-2000 HOURS 70 00% $29 22 1H 5D
3 2001-3000 HOURS 80 00% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 26 1H 50
2 1001-2000 HOURS 70 00% $29 22 lH 50
3 2001-3000 HOURS 80 00% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
LATHERS
JOURNEY LEVEL
1 0000-0700 HOURS 50 00% $24 75 1M 50
2 0701-1400 HOURS 60 00% $32 48 1M 50
3 1401-2100 HOURS 68 00% $35 27 1M 50
4 2101-2800 HOURS 76 00% $38 06 1M 50
5 2801-3500 HOURS 84 00% $40 84 1M 50
6 3501-4200 HOURS 92 00% $43 63 1M 50
PAINTERS
JOURNEY LEVEL
1 0000-0750 HOURS 52 00% $20 35 28 5A
2 0751-1500 HOURS 56 00% $2144 28 5A
3 1501-2250 HOURS 60 00% $22 54 28 5A
4 2251-3000 HOURS 64 00% $24 52 28 5A
5 3001-3750 HOURS 68 00% $25 66 28 5A
6 3751-4500 HOURS 72 00% $26 82 28 5A
PLASTERERS
JOURNEY LEVEL
1 0000-0500 HOURS 40 00% $1033
2 0501-1000 HOURS 45 00% $1162
3 1001-1500 HOURS 45 00% $1162
4 1501-2000 HOURS 50 00% $1292
5 2001-2500 HOURS 55 00% $1421
6 2501-3000 HOURS 60 00% $1550
7 3001-3500 HOURS 65 00% $1679
8 3501-4000 HOURS 70 00% $1808
9 4001-4500 HOURS 75 00% $1937
10 4501-5000 HOURS 8000% $20 66
Page 5
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Stage of ProgressIon & Hour Range
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 T10N & 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%
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
1 1 st Period 60 00%
Page 6
.
OvertIme Holiday
Code Code
Prevallmg
Wage
$2196
$23 25
$24 54
$24 54
$34 48
$45 95
$49 20
$5137
$55 70
1G
1G
lG
lG
lG
Note
Code
5A
5A
5A
5A
5A
$35 43 11 50 8P
$37 09 11 50 8P
$3874 11 50 8P
$40 39 11 50 8P
$43 70 11 50 8P
$45 35 11 50 8P
$35 43
$37 09
$3874
$40 39
$43 70
$45 35
$27 82
$2914
$30 44
$3150
$1384
$1522
$1661
$1938
$23 53
$1071
4A
4A
4A
4A
5A
5A
5A
5A
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
PrevaIling Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
2 2nd Penod 65 00% $1160
3 3rd Penod 70 00% $1250
44th Penod 75 00% $1339
55th Penod 80 00% $1428
66th Penod 85 00% $1517
77th Penod 90 00% $1607
88th Penod 95 00% $1696
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% $855 1
2 1001-2000 HOURS 65 00% $949 1
3 2001-4000 HOURS 75 00% $1095 1
4 4001-6000 HOURS 8500% $1241 1
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-0900 HOURS 55 00% $17 44 11 6L
2 0901-1800 HOURS 60 00% $1836 11 6L
3 1801-2700 HOURS 65 00% $1970 11 6L
4 2701-3600 HOURS 70 00% $20 63 11 6L
5 3601-4500 HOURS 75 00% $2180 11 6L
6 4501-5400 HOURS 80 00% $22 72 11 6L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $24 93 1R 5A
2 0821-1630 HOURS 67 00% $26 87 lR 5A
3 1631-2450 HOURS 74 00% $28 80 1R 5A
4 2451-3270 HOURS 8100% $33 03 1R 5A
5 3271-4080 HOURS 88 00% $34 97 1R 5A
6 4081-4899 HOURS 95 00% $36 90 lR 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-2000 HOURS 45 00% $23 63 1E 6L
2 2001-3000 HOURS 50 00% $34 27 1E 6L
3 3001-4000 HOURS 5500% $36 24 1E 6L
4 4001-5000 HOURS 60 00% $38 22 lE 6L
5 5001-6000 HOURS 65 00% $40 20 lE 6L
6 6001-7000 HOURS 70 00% $4216 1E 6L
7 7001-8000 HOURS 75 00% $4414 lE 6L
Page 7
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Prevailing OvertIme Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
8 8001-9000 HOURS 80 00% $4611 1E 6L
9 9001-10000 HOURS 85 00% $47 99 1E 6L
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1900 16 5A
2 1001-2000 HOURS 60 00% $25 25 16 5A
3 2001-3000 HOURS 70 00% $28 48 16 5A
4 3001-4000 HOURS 75 00% $3010 16 5A
5 4001-5000 HOURS 80 00% $3171 16 5A
6 5001-6000 HOURS 85 00% $33 33 16 5A
7 6001-7000 HOURS 90 00% $34 95 16 5A
8 7001-8000 HOURS 95 00% $855 16 5A
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 0000-1000 HOURS 45 00% $885 1
2 1001-2000 HOURS 50 00% $984 1
3 2001-3000 HOURS 55 00% $1082 1
4 3001-4000 HOURS 60 00% $1180 1
1 0000-1000 HOURS 40 00% $855 1
2 1001-2000 HOURS 45 00% $885 1
3 2001-3000 HOURS 50 00% $984 1
4 3001-4000 HOURS 55 00% $1082 1
1 0000-1000 HOURS 65 00% $1279 1
2 1001-2000 HOURS 70 00% $1377 1
3 2001-3000 HOURS 75 00% $1475 1
4 3001-4000 HOURS 80 00% $1574 1
5 4001-5000 HOURS 85 00% $1672 1
6 5001-6000 HOURS 90 00% $1770 1
1 0000-1000 HOURS 60 00% $1180 1
2 1001-2000 HOURS 65 00% $1279 1
3 2001-3000 HOURS 70 00% $1377 1
4 3001-4000 HOURS 75 00% $1475 1
5 4001-5000 HOURS 80 00% $1574 1
6 5001-6000 HOURS 85 00% $1672 1
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
1 0000-1000 HOURS 50 00% $25 38 16 5A
2 1001-2500 HOURS 55 00% $2691 16 5A
3 2501-3500 HOURS 60 00% $28 42 16 5A
4 3501-4500 HOURS 70 00% $3150 16 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $26 03 1M 5A
2 1001-2500 HOURS 55 00% $27 62 1M 5A
Page 8
Stage of ProgressIon & Hour Range
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 7000%
2 0701-1400 HOURS 80 00%
3 1401-2100 HOURS 90 00%
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Prevailing Overtime Holiday Note
Wage Code Code Code
$2921 1M 5A
$32 40 1M 5A
$35 59 1M 5A
$38 77 1M 5A
$40 37 1M 5A
$1590
$2122
$24 95
$2916
$3401
1K
1K
1K
1K
1K
5A
5A
5A
5A
5A
$1416
$1618
$1821
Page 9
. State ofWashmgton .
DEPA'WMENT 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 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $3812 lH 50
BOILERMAKERS
JOURNEY LEVEL $53 37 lC 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45 05 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1467
CARPENTERS
ACOUSTICAL WORKER $46 32 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $4616 1M 50
CARPENTER $4616 1M 50
CREOSOTEO MATERIAL $46 26 1M 50
DRYWALL APPLICATOR $46 42 1M 50
FLOOR FINISHER $4616 1M 50
FLOOR LAYER $4616 1M 50
FLOOR SANDER $4616 1M 50
MILLWRIGHT AND MACHINE ERECTORS $4716 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 50
SAWFILER $4616 1M 50
SHINGLER $4616 1M 50
STATIONARY POWER SAW OPERATOR $4616 1M 50
STATIONARY WOODWORKING TOOLS $4616 1M 50
CEMENT MASONS
JOURNEY LEVEL $3812 lH 50
DIVERS & TENDERS
DIVER $9681 1M 50 8A
DIVER ON STANDBY $5419 1M 50
DIVER TENDER $49 84 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $4709 1T 50 8L
ASSISTANT MATE (DECKHAND) $46 58 1T 50 8L
BOATMEN $4709 1T 50 8L
ENGINEER WELDER $4714 1T 50 8L
LEVERMAN, HYDRAULIC $4871 1T 50 8L
MAINTENANCE $46 58 1T 50 8L
MATES $4709 1T 50 8L
OILER $4671 1T 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $46 34 IE 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $937
Page 1
tt CLALLAM COUNTY
EFFECTIVE 03-04-2009
tt
**********************************************************************************************************
Classification
PREVAILING
WAGE
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEERlDECKHAND
MATE, LAUNCH OPERATOR
$58 34
$62 86
$56 29
$60 60
$28 83
$54 25
$58 34
$1537
$1469
$58 36
$53 30
$3814
$40 25
$53 30
$40 25
$53 30
$4514
$53 30
$40 25
$1207
$6481
$70 60
$1350
$1380
$1160
$3247
$45 25
$48 28
$1600
$3931
$1565
$924
$59 22
$3481
$34 52
$58 62
$50 20
Page 2
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
lE 5A
lE 5A
lE 5A
1E 5A
1E 5A
1E 5A
1E 5A
2A 5C
2A 5C
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A
4A
5Q
5Q
lH
50
1Y
5G
1S
5J
1H
50
. CLALLAM COUNTY .
EFFECTIVE 03-04-2009
**********************************************************************************************************
Classification
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
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 MATERIALS)
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 ,dusting, vacuuming, Window c1eamng, NOT
construction debriS cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB ION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$973
$1148
$1278
$855
$1053
$20 50
$5101 10 5A
$38 83 1H 5D
$3812 1H 5D
$3247 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$3931 1H 5D
$38 83 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3247 1H 5D
$3812 1H 5D
$3812 1H 50
$3812 1H 5D
$3931 1H 5D
$38 83 1H 5D
$3931 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$29 65 1H 5D
$3812 1H 5D
$3247 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3812 1H 5D
$3812 1H 5D
. CLALLAM COUNTY .
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
GUARDRAIL ERECTOR $3812 1H 50
HAZARDOUS WASTE WORKER LEVEL A $3931 1H 50
HAZARDOUS WASTE WORKER LEVEL B $38 83 1H 50
HAZARDOUS WASTE WORKER LEVEL C $3812 1H 50
HIGH SCALER $3931 1H 50
HOD CARRIERlMORTARMAN $38 83 1H 50
JACKHAMMER $38 83 1H 50
LASER BEAM OPERATOR $38 83 1H 50
MANHOLE BUILOER-MUOMAN $38 83 1H 50
MATERIAL YARDMAN $3812 1H 50
MINER $3931 1H 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 83 1H 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38 83 1H 50
PILOT CAR $3247 1H 50
PIPE POT TENDER $38 83 1H 50
PIPE RELlNER (NOT INSERT TYPE) $38 83 1H 50
PIPELA YER & CAULKER $38 83 1H 50
PIPELA YER & CAULKER (LEAD) $3931 1H 50
PIPEWRAPPER $38 83 1H 50
POT TENDER $3812 1H 50
POWOERMAN $3931 1H 50
POWOERMAN HELPER $3812 1H 50
POWERJACKS $38 83 1H 50
RAILROAD SPIKE PULLER (POWER) $38 83 1H 50
RE-TIMBERMAN $3931 1H 50
RIPRAP MAN $3812 1H 50
ROOOER $38 83 1H 50
SCAFFOLD ERECTOR $3812 1H 50
SCALE PERSON $3812 1H 50
SIGNALMAN $3812 1H 50
SLOPER (OVER 20") $38 83 1H 50
SLOPER SPRA YMAN $3812 1H 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $38 83 1H 50
SPREADER (CONCRETE) $38 83 1H 50
STAKE HOPPER $3812 1H 50
STOCKPILER $3812 1H 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 83 1H 50
TAMPER (MULTIPLE & SELF PROPELLED) $38 83 1H 50
TOOLROOM MAN (AT JOB SITE) $3812 1H 50
TOPPER-TAILER $3812 1H 50
TRACK LABORER $3812 1H 50
TRACK LINER (POWER) $38 83 1H 50
TRUCK SPOTTER $3812 1H 50
TUGGER OPERATOR $38 83 1H 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $3812 1H 50
VIBRATOR $38 83 1H 50
VINYL SEAMER $3812 1H 50
WELDER $3812 1H 50
WELL-POINT LABORER $38 83 1H 50
Page 4
. CLALLAM COUNTY .
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
Classification WAGE Code Code Code
LABORERS. UNOERGROUND SEWER & WATER
GENERAL LABORER $3812 1H 50
PIPE LAYER $38 83 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $46 42 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $1516 1
LABORER $1113 1
MACHINE OPERATOR $1066 1
PAINTER $1141 1
PAINTERS
JOURNEY LEVEL $34 87 2B 6Z
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUNO & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $855
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $6219 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44 64 1T 50 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48 46 1T 50 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49 03 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $4791 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $4791 1T 50 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $4700 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $4742 1T 50 8P
BACKHOES, (75 HP & UNDER) $4700 1T 50 8P
BARRIER MACHINE (ZIPPER) $4742 1T 50 8P
BATCH PLANT OPERATOR, CONCRETE $4742 1T 50 8P
BELT LOADERS (ELEVATING TYPE) $4700 1T 50 8P
BOBCAT (SKID STEER) $44 64 1T 50 8P
BROKK-REMOTE DEMOliTION EQUIPMENT $44 64 1T 50 8P
BROOMS $44 64 1T 50 8P
BUMP CUTTER $4742 1T 50 8P
CABLEWAYS $4791 1T 50 8P
CHIPPER $4742 1T 50 8P
COMPRESSORS $44 64 1T 50 8P
CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 50 8P
CONCRETE PUMPS $4700 1T 50 8P
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 50 8P
CONVEYORS $4700 1T 50 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $49 03 1T 50 8P
CRANE, FRICTION OVER 200 TONS $48 29 1T 50 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 50 8P
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 50 8P
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4791 1T 50 8P
WITH ATACHMENTS)
Page 5
. CLALLAM COUNTY .
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 5D 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49 03 1T 5D 8P
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 5D 8P
CRANES, A-FRAME, OVER 10 TON $4700 1T 5D 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48 29 1T 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $4742 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $4791 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48 46 1T 5D 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 5D 8P
CRUSHERS $4742 1T 5D 8P
DECK ENGINEER/DECK WINCHES (POWER) $4742 1T 5D 8P
DERRICK, BUILDING $4791 1T 5D 8P
DOZERS, D-9 & UNDER $4700 1T 5D 8P
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 5D 8P
DRILLING MACHINE $4742 1T 5D 8P
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44 64 1T 5D 8P
EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 5D 8P
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 1T 5D 8P
FORK LIFTS, (3000 LBS AND OVER) $4700 1T 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8P
GRADECHECKER AND STAKEMAN $44 64 1T 5D 8P
GUARDRAIL PUNCH $4742 1T 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4700 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL LOCATOR $4700 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL OPERATOR $4742 1T 5D 8P
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 5D 8P
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 5D 8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $4791 1T 5D 8P
LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $4742 1T 5D 8P
LOCOMOTIVES, ALL $4742 1T 5D 8P
MECHANICS, ALL $48 46 1T 5D 8P
MIXERS, ASPHALT PLANT $4742 1T 5D 8P
MOTOR PATROL GRADER (FINISHING) $4791 1T 5D 8P
MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 5D 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4791 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $44 64 1T 5D 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $4742 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $4700 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8P
POWER PLANT $44 64 1T 5D 8P
PUMPS, WATER $44 64 1T 5D 8P
QUAD 9, D-l0, AND HD-41 $4791 1T 5D 8P
QUICK TOWER-NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44 64 1T 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4791 1T 5D 8P
EQUIP
RIGGER AND BELLMAN $44 64 1T 5D 8P
Page 6
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
.
**********************************************************************************************************
Classification
ROLLAGON
ROLLER, OTHER THAN PLANT ROAD MIX
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS
ROTO-MILL, ROTO-GRINDER
SAWS, CONCRETE
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, TOPSIDER & SCREEDMAN
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 & WATER
(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
Page 7
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
WAGE Code Code Code
$47 91 1T 5D BP
$44 64 1T 5D 8P
$4700 1T 5D 8P
$4742 1T 50 8P
$4700 1T 5D 8P
$4791 lT 5D 8P
$4700 1T 5D BP
$4742 1T 5D BP
$44 64 1T 5D 8P
$4791 1T 5D 8P
$4791 1T 5D 8P
$4742 1T 5D 8P
$4700 1T 5D 8P
$4700 1T 5D 8P
$4742 1T 5D 8P
$4742 1T 5D 8P
$4791 1T 5D 8P
$4700 1T 5D 8P
$4700 1T 5D 8P
$4742 1T 5D 8P
$4742 1T 5D 8P
$44 64 1T 5D 8P
$4742 1T 5D 8P
$39 29
$3721
$3781
$3518
$26 55
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
$27 68
$45 05
1M
SA
$1785
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
. CLALLAM COUNTY .
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClassIficatIOn WAGE Code Code Code
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $1460
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $60 56 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $3414 11 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $1088
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
ROOFERS
JOURNEY LEVEL $38 28 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $4128 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $55 27 1E 6L
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $32 56 1H 6W
HEAT & FROST INSULATOR $48 28 1S 5J
LABORER $1216 1
MACHINIST $1716 1
SHIPFITTER $1466 1
WELDER/BURNER $1466 1
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $1929
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $1215
SOFT FLOOR LAYERS
JOURNEY LEVEL $3818 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $1031 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $1323
SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $1140
PARTY CHIEF $1340
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $3146 2B 5A
HOLE DIGGER/GROUND PERSON $1758 2B 5A
INSTALLER (REPAIRER) $3017 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $29 26 2B 5A
SPECIAL APPARATUS INSTALLER I $3146 2B 5A
SPECIAL APPARATUS INSTALLER II $30 82 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $3146 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29 26 2B 5A
TELEVISION GROUND PERSON $1667 2B 5A
TELEVISION L1NEPERSONIINSTALLER $2219 2B 5A
TElEVISION SYSTEM TECHNICIAN $26 42 2B 5A
Page 8
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
.
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
TELEVISION TECHNICIAN $23 76 2B 5A
TREE TRIMMER $29 26 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4361 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $37 44 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $37 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $43 45 11 50 8L
ASPHALT MIX (OVER 16 YARDS) $44 25 1T 50 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $44 25 11 50 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160
OILER $945
WELL DRILLER $1160
Page 9
.
.
~ORT4
fi
~ ~
\1 ,
~KS .1<0
ADDENDUM NO.1
TO
CONTRACT DOCUMENTS !INVITATION FOR BIDS
FOR
Exterior Painting - Various City Buildings
Contract No. PK-09-010
NOTICE TO PROSPECTIVE BIDDERS
May 14, 2009
NOTICE IS HEREBY GIVEN that the Instructions and reqUirements of the subject bid are
amended as follows
1 Replace the table on page 8, paragraph 2 1 (Manufacturer's and Matenals), Part 2
(Products) to the one provided below The color scheme for the buildings IS changed to the
Benjamin Moore color chart selections In the table. Contractors may provide equivalent
colors from other acceptable paint manufacturers
Building Parker Color S. Area Additional Comments
Sheen
Boardwalk Etruscan AF.3SS Sides (All)
Restaurant (Satin)
Agave AF-420 (Semi. Trim Color 1 See photo below
Gloss)
Wenge AF.180 Trim Color 2 See photo below
Heckman Garage Etrusco AF- 3SS Sides
(East and South (Satin)
Sides only) Agave AF-420 (Seml- East Side - Selected Indudes east side door way, 2 b.g
Gloss) Tnm (Entrance) Windows, and little WindOW panels
arching over door and 2 big
Windows
Dinner Party AF- 300 East Side roof tiles, Indude all Sides of the arches and
(Senll-Gloss) columns, and tips of front columns on the east
archways Side
Wenge AF-180 (Seml- East side Tnm Underneath roof tiles, entrance bOm
Gloss) parallel to Agave AF 420, 2 posts
Inside garage and edges
undemeath aaraae.
'Note: the pictures below depicts the selected Benjamin Moore colors
PW.407_13 (rev 09/18102]
Page 1 of 2
1" ;\
.
Boardwalk Restaurant
r.- iffitl
Note Preserve or
repaint any slgnage
directly painted of the
bUilding
.
Heckman Garage (East and South sides only)
.>~~I
--b'nl~ :
2 Note that eXisting painted slgnage must be preserved or repainted
3 The Bid Opening Date remains unchanged The Bid opening date is May 20, 2009 at 2:00
PM.
ThiS addendum must be acknowledaed In the space provided on the Bid Form In the Project
Manual that IS submitted to the City Failure to do so may result In the proposal being rejected as
non-responsive
PW-407 _'llrav 09/18rU2]
Page 2 of 2
'....
.
.
"t:
QUOTATION FORM
Exterior PalntlnQ - VarloLls City BUlldlnQS
PK-09-010
The bidder hereby bids the following amounts for all work (including labor,
equipment, time and matenals) reqUired to perform the work In the Statement of
Work and this package
BID ITEMS LOCATION BID TYPE BID AMOUNT
Building A- 105 & 107 East Front St Lump Sum $ 10, '-i 2-0 --
Heckman Garage Port Angeles, W A
(includes Cock-A-
Doodle Doughnuts)
Sales Tax (8 4%) $ g 1-<) _ 2-0
Total BId: Building $ iJ, Zqr:;.Z!d
A
Building B - 110 East Railroad Ave Lump Sum $ t,OOO .-
Boardwalk Restaurant Port Angeles, W A
Sales Tax (8 4%) $ l:)~Y(3 .-
Total Bid: Building $ -=rC;Yg -
B I
c.
Project: PK-09-0 1 0
Page 2
Rev 08/12/2008
"
.
.
,L' .
SUPPLEMENTAL INFORMATION FORM
Exterior PalntlnQ - Various City BUlldlnQS
PK-09-010
1 The bidder hereby acknowledges that It has received Addenda No(s) ~ M - 1 t[i?'O
(Enter "N/A" If none were Issued) to this Request for Quotation package' I
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, are listed
below Any written notices reqUired by the terms of an awarded contract shall be served or mailed
to the following address
Contractor Information:
1. Company Name.
1.-1 Q U 1J) /'<<II'l ill'\! G
2. -=t 2- N JC\ 0~f VI8\!
Fb~ J'\N48.,C) I,/J:fi. &:j63&l
~lJ2D -806 -2.[1 '--I
L..I ((en f'* cl;; i bp
(002.. (,,12:') "1<)0
12.'1,'4(,;2..-00
.
5& 3 i 1Cj - 00 '-C}
(vol. 08') ?1':7D
2. Address'
3 City, State, Zip Code:
4. Phone Number
5 Corltractor Reglstrallon Number:
6 UBI Number.
7. WA State Industrial Insurance Account Number'
8 WA State Employment SecUrity Dept Number:
9 State EXCise Tax Registration Number'
The bidder represents that It IS qualified and possesses sufficient skills and the necessary capabilities
to perform the services set forth In thiS Contract
Signed by
--~
~-: -'
~f\ia
;jIW)13 DPPr;~7
5/20 I oct
Title
Pnnted Name
Date
Project PK-09-010
Page 3
Rev 08/12/2008
.
.
.
P 0 #: 014271
DATE: 06/19/09
INVOICE TO'
Clty of Port Angeles
ATTN' ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO. LIQUID PAINTING
272 N RIDGEVIEW
PORT ANGELES, WA 98362
SHIP TO:
Clty of Port Angeles
PARKS SHOP
1310 W 16TH ST
PORT ANGELES, WA 98363
VENDOR #
27602
REQ. NO
14324
REQUISITIONED BY
LUCY HANLEY
SHIP VIA:
F.O B
FREIGHT
TERMS
NET
QUANTITYUOM ITEM NO. AND DESCRIPTION
1.00EA SITE A HECKMAN GARAGE
EXTERIOR PAINTING
1.00EA SITE B: BOARDWALK
RESTAURANT EXTERIOR
PAINTING
EXTENDED
UNIT CO COST
11670 00 11670.00
8250.00
8250.00
SUB-TOTAL
TAX 8.4
TOTAL
19920.00
1673.28
21593.28
AUTHORIZED BY~~ ~
L l.N