HomeMy WebLinkAbout4.623E Original Contract
,
.
CIty of Port Angeles
Public Works & UtilItIes Dcpt
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' Reoalr Sewer Line - Two Locations, Project Number' DW-07-009
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND C & J Excavatlno, Inc. ("CONTRACTOR")
1. WORK BY CONTRACTOR
The Contractor shall perform the work as descnbed 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: _
~ All work under this Contract IS to be completed 2!L days from the Notice to Proceed, No work
IS to be performed pnor to wntten Notice to Proceed by the City, See Statement of Work,
paragraph 11
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 Incurred, not to exceed: $
D Unit pnces set forth In the Contractor's bid or quote, not to exceed $_
~ Firm Fixed Price set forth In Contractor bid or quote In the amount of: $15.17600
The Contractor shall do all work and furnish all tools, matenals, and equipment, In accordance
with and as descnbed 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 matenals 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 penod of three (3) years after final payment Copies shall be made available
to the City u pan req uest
DW-07-009
Page 1
Rev 2/16/2007
. AI .1
E If dUring the course of the Co~ct, the work rendered does not meet the yUlrements set forth m 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. RESPONSIBIUTY 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, ordmances and codes.
Contractor shall erect and properly mamtam, 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 agamst known or unusual hazards
B Correction of Defects. Contractor shall be responsible for correctmg all defects m workmanship and/or
materials discovered wlthm one year after acceptance of this work When corrections of defects are made,
Contractor shall be responsible for correctmg all defects In workmanship and/or materials m the corrected
work for one year after acceptance of the corrections by the City. The Contractor shall start work to
remedy such defects wlthm seven (7) days of mallmg notice of discovery thereof by City and shall complete
such work wlthm 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, m 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 Includmg
consequential damages suffered by the City resulting from defects m the Contractors work mcludmg, but
not limited to, cost of materials and labor expended by the City In makmg emergency repairs and cost of
engmeerlng, Inspection and supervision by the City. The Contractor shall hold the City harmless from any
and all claims which may be made agamst 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. NondlSCrlmmatlon/Afflrmatlve Action. Contractor agrees not to diSCriminate agamst any employee or
applicant for employment or any other persons m the performance of this Contract because of race, creed,
color, national orlgm, marital status, sex, age or handicap, or other Circumstances as may be defined by
federal, state or local law or ordmance, except for a bona fide occupational qualification Contractor agrees
to post m conspIcuous places, available to employees and applicants for employment, notices to be
provided by Contractor settmg forth the provIsions of the nOndlSCrlmmatlon 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 anse 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 herem, shall not be the obligation of the City.
5. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulatrons 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, termmatlon or suspension of the
Contract by the City, m whole or In part, and may result In meliglbllity for further work for the City.
6. TERMINATION OF CONTRACT
A This Contract shall terminate upon satisfactory completion of the work described m 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 fmlsh the work by whatever methods It may deem expedient, by glvmg 10 days written notice to the
DW-07-009
Page 2
Rev 2/16/2007
. A, A)
Contractor, upon the occurrence Tany one or more of the events hereafter ~clf'ed.
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 falls to complete the work reqUired herein.
4. Contractor falls to make prompt payment to subcontractors for matenal 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 satlsfactonly
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 nghts 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 matenal 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 matenals 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 pnor wntten approval of the City or by court order.
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras anslng out of the performance of this
Contract must be made In wntlng 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 nght 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 pnmary 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, anslng 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 Industnallnsurance
provIsion of Title 51 RCW. In the event the City 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 form the Contractor
B The City shall protect, defend, indemnify and save harmless the Contractor, Its officers, employees and
DW-07-009
Page 3
Rev 2/16/2007
, A, _)
agents from any and all costs, c1i~, judgments or awards of damages, arlsl?l!r.;ut of or In any way resultmg
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 agamst such claims under the Industrial msurance provIsion of Title
51 RCW In the event the Contractor obtams any judgment or award, and/or mcurs any cost arlsmg therefrom
mcludlng 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 mamtaln msurance as set forth m Attachment B.
12. PREVAILING WAGE
This Contract IS subject to the requirements of Chapter 39.12 RCW, and as It may be amended, relatmg to
prevailing wages On Public Works projects, funded m part or m 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 herem.
Prior to making any payment under thiS Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevallmg Wages on Public Works Contracts" from the Department of Labor and Industries.
It is the Contractor's responsibility to obtam and file the "Statement of Intent to pay Prevallmg Wage". The
Contractor shall be responsible for all filing fees. Each mvolce shall mclude a Signed statement that
prevallmg wages have been paid by the Contractor and all subcontractors Followmg 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 m accordance With RCW 39.12.040(2),
the contractor or subcontractor IS authOrized to submit a combmed Statement Of Intent To Pay Prevailing Wages
& AffidaVit Of Wages directly to the City of Port Angeles at final mvolcmg. Submission shall be made on the form
developed by the Washmgton 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 m mterest, mcludmg 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 fmal, conclUSive, and blndmg on all parties Involved m the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be mterpreted and construed m accordance With the laws of the State of Washmgton. 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 mdlcatmg 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
contammg 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 herem are subject mspectlon and to approval by the City. Any
rejection of goods, services, work, or materials resultmg because of nonconformity to the terms and speCifications
of thiS order, whether held by the City or returned, will be at Contractor's risk and expense
16. SUBLETTING OR ASSIGNING OF CONTRACTS
DW-07-009
Page 4
Rev 2116/2007
. ..} "I
Neither the City nor the Contract~hall assign, transfer, or encumber any rI~, duties or mterest 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 ofthe City.
18. EXTENT OF CONTRACT IMODIFICATION
ThiS Contract, together with the attachments and/or addenda, represents the entire and mtegrated 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 mstrument properly
signed by both parties hereto
ThiS Contract, together with the attachments and/or addenda, represents the entire and mtegrated 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 /l1~ I'l-, 2007.
CONTRACTO~ )
By 1/- ~2~
I
Printed Name. \< e v ;: \"- fZ ~(j t
By'
Printed
Title. f f'C ~ EO ,-,-t- \~'~3 e \ Title:
Address. f. (!J < 6...t';X '-\-30
City c.ut'-\s Ioc\(;(j ,,\...(jf\ q ~3d 4-
Tax ID #: (., tJ0 -St' \ -d.-\'" 't
~
Phone Number' '3 ~ c ~<e ~ ~ - 7 7 't- \
Purchase Order #. 902 q
DW-07-009
Page 5
Rev 2116/2007
City of Port Angeles
Operations Office
Puollc Works and Utilities Department
360-417-4541
.'
.1
ATTACHMENT "A"
WORK BY CONTRACTOR
Statement of Work
The Contractor shall do all work and furnish all tools, materials, and eqUipment In order to
accomplish the project described below Unless otherwise provided for In the Statement of
Work, the Contractor shall obtain all necessary permits required by law and the City of Port
Angeles All City of Port Angeles general bUilding, electrical, plumbing permits will be Issued
at no cost to the Contractor In addition, the Contractor shall obtain all required permits for
waste disposal
Specific Requirements
1 The project to be bid consist of two elements (see attached site draWings)
a Repair of a collapsed 6" concrete sewer wye In the mainline pipe, approximately fifteen
feet In depth at 1239 West 6th Street (5/6 Alley) Collapsed line IS approximately seventy feet
(70') from down stream Manhole (West of "F" Street) and approximately fifteen (15') In depth
~.' 6" Concrete Pipe collapsed
approximately 70 ft east
of the downstream manhole
(F Street). Pipe lays
approximately 15 ft
deep.
DW-07-009
Page 6
Rev 2/16/2007
.'
b. Replacing a broken section of 8" clay sewer pipe, approximately 6' In length and eleven
feet In depth at 140 West Front Street (FlrsUFront Streets Alley. Location is approximately one
hundred thirteen (113') from the Mid-Way Manhole between Laurel and Oak Streets In alley,
and approximately eleven feet (11') In depth
8' Clay PIpe IS broken
On the North side of the
PIpe, approximately 113 r,
ft west from the rrndway
manhole III the alley. Pipe
lays approxImately 11 ft
deep.
"
2 Contractor IS responsible for all work In placing all necessary pipe, JOint restraints, fittings,
bedding, CDF backfill, and asphalt roadway resurfacing, pavement markings, restorabon and
clean up.
3 Pipeline bedding shall be Imported 3/4" minus sand and/or gravel miX, 6 Inches below pipe
to 6 Inches above pipe Control Density Fill must be used for backfill above the bedding.
4 All eXisting live sanitary sewers shall be kept In service at all times ProvISions shall be
made by the Contractor for sewer flow bypass, If necessary, while repairs are made to the
sanitary sewer main
5 All work and matenals shall be In accordance with the current edition of the Washington
State Department of Transportabon's Standard SpeCifications for Road, Bndge, and Municipal
Construction (English Units), referred to herein as the Standard SpeCifications.
DW-07-009
Page 7
Rev 2116/2007
.'
6 Construction work located In the alley between First and Front Streets, bordering Laurel
and Oak Streets shall not commence unlll after 7 PM to allow local business' to conduct
business and receive freight and shipping.
7 Contractor shall be responsible for all utility locates at both locations
8 The follOWing Special ProvIsions supersede any conflicting provIsions of the Standard
Specification and made a part of thiS Contract. The sections referenced In these Special
ProVIsions refer to sections of the Standard Specifications
1 10 TEMPORARY TRAFFIC CONTROL
1-102 TraffiC Control Management
1-102(1) General
The third sentence of the first paragraph of Section 1-102(1) IS revised to read
The Contractor may designate the project superintendent as the TCM
1-102(2) Traffic Control Plans (TCP's)
The first sentence of Section 1-102(2) IS to be replaced With the follOWing.
The Contractor shall develop a traffic control plan necessary for their method of performmg the
work, and submit It to the City Engmeer for approval at least seven calendar days before any
work mvolvmg the plan begms No work shall occur that alters eXlstmg traffic control before
approval ofthe plan The plan shall be m accordance With thiS sectIOn, the Standard Plans, and
the Manual on Uniform Traffic Control DeVices (MUTCD) The followmg IS a list of special
traffic control reqUirements that shall be Incorporated mto the traffic control plan
I If It IS necessary to close the alleyway to conduct work, the traffic control plan shall
Incorporate temporary cham link fence bamers, or other bamer approved by the Engineer, to
prevent all pedestnan and traffic travel through work zone
2 The last sentence of SectIOn 1-10 2(2) IS reVised to read
The Contractor's letter deSignating and adopting the speCific traffic control planes) or any
proposed modified planes) shall be submitted to the Engineer for approval at least seven calendar
days In advance of the tIme the new plan Will be Implemented
All costs associated With the development and ImplementatIOn of the traffic control planes),
except Traffic Control Labor shall be inCidental to contract pnces
9 ExcavatIOn on thiS contract will exceed a depth of four feet ThiS contract requires adequate safety
systems for the trench excavatIOn that meet the reqUirements of the Washington Industnal Safety and
Health Act, Chapter 49 17 RCW In advance of any excavatIOn, the Contractor shall proVide In wntIng a
descnptIOn of the safety systems to be used for the trench excavatIOn
10 Contractor IS reqUired to submit proof of msurance, Intent to Pay Prevailing Wage, and descnptlOn
of the safety systems to be used for the trench excavatIon
DW-07-009
Page 8
Rev 2/16/2007
.'
11 The Contractor shall commence work within 10 working days of a Notice to Proceed, and
said work shall be physically completed within 10 working days after commencing work, unless
a different time frame IS expressly provided In wrlling by the City
DW-07-009
Page 9
Rev 2/16/2007
.
.
City of Port Angeles
OperaliOns Office
Public Works and Uti/Illes Department
360-417-4541
ATTACHMENTB
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 Llabllltv 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 Liabilltv 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 10 01 or substItute endorsements providing eqUivalent coverage.
c. Workers' Compensation coverage as reqUired by the Industrial Insurance laws of the State of
Washington
2 MInimum Amounts of Insurance
The Contractor shall maintain the following Insurance limits.
a Automobile Llabllitv Insurance With a minimum combined Single limit for bodily injury 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 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 pnmary Insurance as respect to the City Any
DW-07-009
Page 10
Rev 2/16/2007
Insurance, self-Insurl~, or Insurance pool coverage malntalne_ 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
DW-07-009
Page 11
Rev 2/16/2007
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.'
ATTACHM'~ "C"
PREVAILING WAGE RATES
See attached hstmg
1 Washmgton State Prevailmg Wage Rates For Pubhc Works Contracts, Clallam County, effecl1ve 08-31-06
2 Washmg10n State Prevailmg Wage Rates For Pubhc Works Contracts - Apprenl1ces, Clallam County,
effecl1ve 08-31-06
DW-07-009
Page 12
Rev 2/16/2007
. State of Washington .
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage SectJon - Telephone (360) 902~5335
PO Box 44540, OlympIa, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits
On public works projects, workers' wage and benefit rates must add to not less than this total A brief
description of overtime calculation requirements IS proVided on the Benefit Code Key
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
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
$1467
$4143
$4133
$4133
$4137
$4131
$4140
$4140
$4140
$42 27
$4147
$4140
$4140
$4140
$4140
$34 36
$85 75
$44 22
$42 02
$41 51
$42 02
$42 07
$43 64
$41 51
$42 02
$4164
$4114
$937
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
1M
50
1C
5N
1M
SA
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 BL
1T 50 8L
1T 50 BL
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 BL
1T 50 8L
1E 5P
.
.
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
ClassIfication
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
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
PREVAILING
WAGE
$52 30
$5621
$50 53
$54 26
$27 32
$4875
$52 30
$1537
$1469
$52 38
$4788
$34 87
$36 75
$4788
$36 75
$4788
$40 87
$4788
$36 75
$1207
$55 22
$60 60
$1350
$1380
$1160
$29 68
$4241
$44 68
$1600
$34 84
$1565
$907
$37 34
$3123
$30 90
$33 65
$35 32
Page 2
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
10 SA
10 SA
10 SA
1D SA
10 SA
10 SA
1D SA
2A 6C
2A 6C
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A
4A
6Q
6Q
1M
5D
lH
5G
1S
5J
1M
5D
1K
1K
1K
lK
1K
5B
5B
5B
5B
5B
.
CLALLAM COUNTY
Effective 08-31-06
.
*****************************************************************************************************************
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
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER. CHAIN SAW
FINAL DETAIL CLEANUP (1 e. dusting, vacuuming. window cleamng, NOT
construction debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB ION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
PREVAILING
WAGE
$973
$1148
$1278
$763
$1053
$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
Page 3
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
1
1
1
1
1
10 SA
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
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-MUDMAN
MATERIAL YARDMAN
MINER
NOZZLE MAN, 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
POWDERMAN
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 5D
$35 20 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$35 20 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$35 20 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$29 68 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$35 20 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$35 20 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$35 20 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 5D
. CLALLAM COUNTY .
Effective 08-31-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code ~
LABORERS - UNDERGROUNO SEWER & WATER
GENERAL LABORER $34 36 1M 5D
PIPE LAYER $34 84 1M 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1142
LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK DRIVERS $781
LANDSCAPING OR PLANTING LABORERS $793
LATHERS
JOURNEY LEVEL $4131 1M 5D
METAL FABRICATION (IN SHOP)
FITTERlWELDER $1516
LABORER $1113
MACHINE OPERATOR $1066
PAINTER $1141
PAINTERS
JOURNEY LEVEL $32 73 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $793
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $54 34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39 57 1M 5D BL
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42 35 1M 5D BL
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42 84 1M 5D BL
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43 39 1M 5D BL
BACKHOES, (75 HP & UNDER) $4193 1M 5D BL
BACKHOES, (OVER 75 HP) $42 35 1M 5D BL
BARRIER MACHINE (ZIPPER) $42 35 1M 5D BL
BATCH PLANT OPERATOR, CONCRETE $42 35 1M 5D BL
BELT LOADERS (ELEVATING TYPE) $4193 1M 5D BL
BOBCAT (SKID STEER) $39 57 1M 5D BL
BROOMS $39 57 1M 5D BL
BUMP CUTTER $42 35 1M 5D BL
CABLEWAYS $42 84 1M 50 BL
CHIPPER $42 35 1M 5D BL
COMPRESSORS $39 57 1M 5D BL
CONCRETE FINISH MACHINE - LASER SCREED $39 57 1M 5D BL
CONCRETE PUMPS $4193 1M 5D BL
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1M 5D BL
CONVEYORS $41 93 1M 5D BL
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4193 1M 5D BL
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42 35 1M 5D BL
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42 84 1M 5D BL
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 5D BL
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43 96 1M 5D BL
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $39 57 1M 5D BL
CRANES,A-FRAME,OVER10TON $4193 1M 5D BL
Page 5
. .
CLALLAM COUNTY
Effective 08-31-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Hohday Note
ClaSSification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44 52 1M 50 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42 35 1M 50 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $42 84 1M 50 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43 39 1M 50 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43 39 1M 50 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43 96 1M 50 8L
CRUSHERS $42 35 1M 50 8L
DECK ENGINEER/DECK WINCHES (POWER) $42 35 1M 50 8L
DERRICK, BUILDING $42 84 1M 50 8L
DOZERS, 0-9 & UNDER $4193 1M 50 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4193 1M 50 8L
DRILLING MACHINE $42 35 1M 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $39 57 1M 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $4193 1M 50 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 50 8L
FORK LIFTS, (3000 LBS AND OVER) $4193 1M 50 8L
FORK LIFTS, (UNDER 3000 LBS) $39 57 1M 50 8L
GRADE ENGINEER $4193 1M 50 8L
GRADECHECKER AND STAKEMAN $39 57 1M 50 8L
GUARDRAIL PUNCH $42 35 1M 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4193 1M 50 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $4193 1M 50 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 50 8L
HYDRALlFTStBOOM TRUCKS (10 TON & UNDER) $39 57 1M 50 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4193 1M 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $42 84 1M 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $43 39 1M 50 8L
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $42 35 1M 50 8L
LOCOMOTIVES, ALL $42 35 1M 50 8L
MECHANICS, ALL $42 84 1M 50 8L
MIXERS, ASP HAL T PLANT $42 35 1M 50 8L
MOTOR PATROL GRADER (FINISHING) $42 35 1M 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $4193 1M 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42 84 1M 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 50 8L
OPERATOR
PAVEMENT BREAKER $39 57 1M 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1M 50 8L
PLANT OILER (ASPHALT, CRUSHER) $4193 1M 50 8L
POSTHOLE DIGGER, MECHANICAL $39 57 1M 50 8L
POWER PLANT $39 57 1M 50 8L
PUMPS, WATER $39 57 1M 50 8L
QUAD 9,0-10, AND HD-41 $42 84 1M 50 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 50 8L
EQUIP
RIGGER AND BELLMAN $39 57 1M 50 8L
ROLLAGON $42 84 1M 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1M 50 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $4193 1M 50 8L
ROTO-MILL, ROTa-GRINDER $42 35 1M 50 8L
SAWS, CONCRETE $4193 1M 50 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 YO 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 OPERATOR&- 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 & PIPE FITTERS
JOURNEY LEVEL
Page 7
PREVAILING
WAGE
$42 35
$42 84
$4193
$42 35
$39 57
$42 84
$42 35
$42 35
$4193
$4193
$42 35
$42 35
$42 84
$4193
$4193
$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
$1800
$27 78
$1684
$986
$1808
$1597
$1460
{See Benefit Code Key}
Over
Time Holiday Note
Code Code Code
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
1M 50 8L
4A SA
4A SA
4A SA
4A SA
4A SA
1M
SA
.
.
CLALLAM COUNTY
Elfecllve 08-31-06
*****************************************************************************************************************
ClaSSification
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION L1NEPERSONIINSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
TILE. MARBLE & TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
PREVAILING
WAGE
$5201
$32 09
$1088
$1967
$35 78
$38 78
$49 97
$1929
$1215
$33 76
$1031
$1967
$1323
$935
$1140
$1340
$29 87
$29 89
$1681
$28 68
$27 82
$29 89
$29 30
$29 89
$27 82
$1596
$2117
$2515
$22 64
$27 82
$40 33
$3416
$34 90
Page 8
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
1G
5A
1E
6L
1R
1R
5A
5A
1E
6L
1B
5A
1B
50
1D 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B SA
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
1B 5A
1B 5A
1K 5A
.
CLALLAM COUNTY
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
$39 04
$39 62
$20 23
$20 23
$39 62
$23 73
$1160
$945
$1160
Page 9
(See Benefit Code Key)
Over
TIme
Code
1T
1T
1
1
1T
1
Holiday
Code
50
50
50
Note
Code
6L
BL
BL
. .
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% $2106 1M 50
3 2001~3000 HOURS 75 00% $2710 1M 50
4 3001-4000 HOURS 90 00% $3145 1M 50
1 000D-l000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26 48 1M 50
3 2001-3000 HOURS 80 00% $2911 1M 50
4 3001-4000 HOURS 90 00% $3173 1M 50
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $37 98 1C 5N
2 1001-2000 HOURS 75 00% $3937 lC 5N
3 2001-3000 HOURS 80 00% $40 76 lC 5N
4 3001-4000 HOURS 85 00% $4215 1C 5N
5 4001-5000 HOURS 90 00% $43 54 lC 5N
6 5001-6000 HOURS 95 00% $44 93 lC 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $2549 1M SA
2 0751-2250 HOURS 55 00% $27 05 1M SA
3 2251-3000 HOURS 60 00% $28 62 1M SA
4 3001-3750 HOURS 70 00% $3174 1M SA
5 3751-4500 HOURS 80 00% $34 87 1M SA
6 4501-5250 HOURS 90 00% $37 99 1M SA
7 5251-6000 HOURS 95 00% $39 56 1M SA
CARPENTERS
CARPENTER
1 1 st Penod 60 00% $25 30 1M 50
2 2nd Penod 65 00% $30 69 1M 50
3 3rd Penod 70 00% $3221 1M 50
44th Penod 75 00% $33 73 1M 50
55th Penod 80 00% $35 25 1M 50
66th Penod 85 00% $36 77 1M 50
77th Penod 90 00% $38 29 1M 50
8 8th Penod 95 00% $3981 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% $2916 1M 50
3 1401-2100 HOURS 68 00% $3159 1M 50
4 2101-2800 HOURS 76 00% $34 02 1M 50
5 2801-3500 HOURS 84 00% $36 45 1M 50
Page 1
Stage of Progression && Hour Range
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2006
Prevailing OvertIme Holiday
Code
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 sl Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
6 6th Penod 85 00%
7 7th Penod 90 00%
88th Pened 95 00%
PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
1 1 sl 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%
6 8th Penod 95 00%
BRIDGE. DOCK AND WARF CARPENTERS
1 1 sl Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Pened 80 00%
66th Penod 65 00%
7 7th Penod 90 00%
88th Penod 95 00%
CEMENT MASONS
JOURNEY LEVEL
1 000D-l000 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
Wage Code
$3888 1M 5D
$2231 1M 5D
$2923 1M 5D
$3167 1M 5D
$3411 1M 5D
$36 55 1M 5D
$3899 1M 5D
$25 86 1M 5D
$3130 1M 5D
$32 87 1M 5D
$34 44 1M 5D
$36 00 1M 5D
$37 57 1M 5D
$3914 1M 5D
$40 70 1M 5D
$25 38 1M 5D
$3078 1M 5D
$3231 1M 5D
$33 84 1M 5D
$35 36 1M 5D
$36 89 1M 5D
$3842 1M 5D
$39 94 1M 5D
$25 30 1M 5D
$30 69 1M 5D
$3221 1M 5D
$33 73 1M 5D
$35 25 1M 5D
$36 77 1M 5D
$3829 1M 5D
$3981 1M 5D
$1313 1M 5D
$1576 1M 5D
$1838 1M 5D
$2101 1M 5D
$23 63 1M 5D
$24 95 1M 5D
Page 2
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% $3113 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% $3828 1E 5P
ELECTRICIANS -INSIDE
JOURNEY LEVEL
1 000D-1000 HOURS 40 00% $2149 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
JOURNEY LEVEL L/NEPERSON
1 0000-1000 HOURS 60 00% $3112 4A 5A
2 1001-2000 HOURS 63 00% $32 23 4A 5A
3 2001-3000 HOURS 67 00% $3375 4A SA
4 3001-4000 HOURS 72 00% $35 62 4A SA
5 4001-5000 HOURS 78 00% $37 88 4A 5A
6 5001-6000 HOURS 86 00% $40 87 4A SA
7 6001-7000 HOURS 90 00% $42 38 4A SA
POLE SPRA YER
1 000D-1000 HOURS 85 70% $40 76 4A SA
2 1001-2000 HOURS 89 80% $42 29 4A SA
3 2001-3000 HOURS 92 80% $43 43 4A SA
ELEVATOR CONSTRUCTORS
MECHANIC
1 1st Period 50 00% $1942 4A 60
2 2nd Penod 55 00% $34 76 4A 60
3 3rd Penod 65 00% $38 87 4A 60
44th Penod 70 00% $40 93 4A 60
5 5th Penod 80 00% $45 05 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 000D-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
813112006
6 7001-6000 HOURS 95 00%
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 000D-0600 HOURS 60 00%
2 0601-1500 HOURS 65 00%
3 1601-2400 HOURS 70 00%
4 2401-3200 HOURS 75 00%
5 3201-4000 HOURS 60 00%
6 4001-4600 HOURS 65 00%
GLAZIERS
JOURNEY LEVEL
1 000D-l000 HOURS 45 00%
2 1001-2000 HOURS 50 00%
3 2001-3000 HOURS 55 00%
4 3001-4000 HOURS 60 00%
5 4001-5000 HOURS 65 00%
6 5001-6000 HOURS 70 00%
7 6001.7000 HOURS 60 00%
6 7001-6000 HOURS 90 00%
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 000D-l000 HOURS 40 00%
2 1001-2000 HOURS 45 00%
3 2001-3000 HOURS 50 00%
4 3001-4000 HOURS 55 00%
5 4001-6000 HOURS 65 00%
6 6001-6000 HOURS 75 00%
7 6001-10000 HOURS 65 00%
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 000D-l000 HOURS 60 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 60 00%
4 3001-4000 HOURS 90 00%
INSULA TION APPLICA TORS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 90 00%
IRONWORKERS
JOURNEY LEVEL
Wage Code
$1147 1
Prevailing Overtime Holiday
Code
Stage of ProgressIon && Hour Range
$1950 10
$20 79 10
$22 09 lD
$23 39 lD
$24 66 lD
$2596 10
$2163 lH
$2371 lH
$25 56 lH
$27 45 lH
$29 32 lH
$31 19 lH
$34 93 lH
$3667 lH
$24 36 lS
$26 07 15
$27 77 1S
$29 46 15
$32 64 15
$36 22 15
$3961 15
$23 66 1M
$26 46 1M
$2911 1M
$3173 1M
$1025
$1230
$1536
$1645
$27 46 10
$29 05 10
1 1 st Penod 65 00%
2 2nd Penod 70 00%
Page 4
5A
5A
5A
5A
5A
5A
5G
5G
5G
5G
5G
5G
5G
5G
5J
5J
5J
5J
5J
5J
5J
5D
5D
5D
5D
5A
5A
Note
Code
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2006
Prevallong Overtime Hol.day 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% $4310 10 5A
66th Period 90 00% $4310 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% $2911 1M 50
4 3001-4000 HOURS 90 00% $3173 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% $2911 1M 50
4 3001-4000 HOURS 90 00% $3173 1M 50
LATHERS
JOURNEY LEVEL
1 0000-0700 HOURS 50 00% $22 25 1M 50
2 070'-1400 HOURS 60 00% $2916 1M 50
3 1401-2100 HOURS 68 00% $3159 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 2B 5A
2 0751-1500 HOURS 56 00% $2019 2B 5A
3 1501-2250 HOURS 60 00% $2121 2B 5A
4 2251-3000 HOURS 64 00% $23 05 2B 5A
5 3001-3750 HOURS 68 00% $2413 2B 5A
6 4001-4800 HOURS 72 00% $25 20 2B 5A
PLASTERERS
JOURNEY LEVEL
1 0000-0500 HOURS 40 00% $1033 1
2 0501-1000 HOURS 45 00% $1162 1
3 1001-1500 HOURS 45 00% $1162 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
Prevailing Overtime Holiday
Code
9 4001-4500 HOURS 75 00%
10 4501-5000 HOURS BO 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 EQWPMENT OPERATORS
BACKHOES. 175 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 EQWPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORSI
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 nON & 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
Page 6
Wage
$1937
$20 66
$2196
$23 25
$24 54
$24 54
$29 55
$40 24
$4307
$44 96
$4875
$3128 1M
$32 80 1M
$34 32 1M
$35 84 1M
$38 89 1M
$4041 1M
$3128
$32 80
$34 32
$35 84
$38 89
$4041
$24 55 4A
$25 68 4A
$26 83 4A
$27 98 4A
$1384
$1522
$1661
$1938
$23 53
Code
1
1
1
1
1
1
1G
lG
1G
1G
lG
SA
SA
SA
SA
SA
50
50
50
50
50
50
SA
SA
SA
SA
Note
Code
8L
8L
BL
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 1 st Penod 60 00% $1071 1
2 2nd Penod 65 00% $1160 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
RES/DENT/AL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389 1
2 0901-1800 HOURS 55 00% $1528 1
3 1801-2700 HOURS 75 00% $20 84 1
4 2701-4000 HOURS 85 00% $2361 1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $803
2 1001-2000 HOURS 85 00% $949
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% $1825 lE 6L
2 1001-2000 HOURS 60 00% $1715 lE 6L
3 2001-3000 HOURS 65 00% $1847 1E 6L
4 3001-4000 HOURS 70 00% $1937 lE 6L
5 4001-5000 HOURS 75 00% $20 52 lE 6L
6 5001-6000 HOURS 80 00% $2142 1E 8L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $23 23 lR 5A
2 0821-1630 HOURS 87 00% $25 03 1R 5A
3 1831-2450 HOURS 74 00% $26 82 lR 5A
4 2451-3270 HOURS 81 00% $3091 lR 5A
5 3271-4080 HOURS 88 00% $3271 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% $2191 lE 6L
2 2001-3000 HOURS 50 00% $3019 lE 6L
3 3001-4000 HOURS 55 00% $32 04 1E 6L
4 4001-5000 HOURS 60 00% $33 92 lE 6L
5 5001-6000 HOURS 65 00% $35 79 lE 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 lE 6L
$39 52 lE 6L
$4138 lE 6L
$43 26 lE 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 PROTECTlONl
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 000D-l000 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 4500%
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 000D-l000 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
$2531
$2812
$29 53
$3094
$32 35
$1826
$1967
$2249
$2531
$2812
$29 53
$30 94
$32 35
$885
$984
$1082
$1180
$787
$885
$984
$1082
$1279
$1377
$1475
$1574
$1672
$17 70
$1180
$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 18 5A
$2475 18 5A
$2614 18 5A
$28 96 18 5A
$24 00 18 5A
$2547 18 5A
$26 93 18 5A
$29 87 18 5A
$3281 18 5A
$3574 18 5A
$3721 18 5A
$1469 1K 5A
$2001 1K 5A
$2311 1K 5A
$26 94 1K 5A
$3136 1K 5A
$1416
$1618
$1821
Page 9
.
.
ADDENDUM NO.2
TO
PROJECT MANUAL
FOR
Repair Sewer - 2 Locations
PROJECT NO. DW-07-009
NOTICE TO PROSPECTIVE BIDDERS
February 21,2007
NOTICE IS HEREBY GIVEN that the Instructions and reqUIrements of the subject bid are
amended as follows
Additional Requirements:
I Paragraph 7 of the Standard Terms 111 CondItIons IS revised to add the followmg subparagraphs
a. MInimum Amounts of Insurance
The Contractor shall maintain the follOWing Insurance limits:
(1) Automobile Llabllitv Insurance With a minimum combined Single IlmHor bodily injury and property damage
of $1,000,000 per aCCIdent
(2) Commercial General Llabllitv Insurance shall be written With limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate
limit.
b Other Insurance ProVISIOns
The msurance pohcles are to contam, or be endorsed to contam, the followmg prOVISIOns for
Automobile Llablhty and CommercIal General Llablhty msurance
(1) The Contractor's msurance coverage shall be pnmary msurance as respect to the City Any
msurance, self-msurance, or msurance pool coverage mamtamed by the City shall be m excess of the
Contractor's msurance and shall not contnbute With It
(2) The Contractor's msurance shall not be cancelled orreduced as to coverage by eIther party, except
after forty-five (45) days pnor wntten notIce by certified mail, return receipt requested, has been
given to the City
C Acceptablhty ofInsurers Insurance IS to be placed WIth msurers With a current A M Best ratmg of
not less than A VII
WW-07-009 Addendum 2
Page 1 of 2
.
.
d VenficatlOn of Coverage The Contractor shall furnish the City with ongmal cerlificates and a copy
of the amendatory endorsements, includmg but not necessanly limited to the addllional msured
endorsement, eVldencmg the Automobile Liability and Commercial General Liability msurance ofthe
Contractor before commencement of the work Before any exposure to loss may occur, the
Contractor shall file With the City a copy of the BUilders Risk msurance policy that mcludes all
applicable conditIOns, exclusIOns, defimtlOns, terms and endorsements related to thIS project
e Contractor's Insurance For Other Losses The Contractor shall assume full responSibility for all
loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools,
machmery, 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, scaffoldmg and proteclive
fences
f Waiver of SubrogatlOn The Contractor and the City waive all nghts agamst 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 msurance or other property msurance
obtam pursuant to the Insurance ReqUirements Sectlon of thiS Contract or other property
msurance applicable to the work The poliCies shall proVide such waivers by endorsement or
otherwise
2 The Bid Opening Date IS extended to 2:00 p.m., Thursday, March 1, 2007
ThiS addendum must be acknowledged In the space proVided on the Quotation Form that IS
submitted to the City Failure to do so may result In the quotation being rejected as non-
responsive
ttL
M C PUNTENNEY, P E
Deputy Director of Operations
Public Works & Utilities Departmen
City of Port Angeles
WW-07-009 Addendum 2
Page 2 of 2
.
.'
ADDENDUM NO.1
TO
PROJECT MANUAL
FOR
SEWER REPAIR - 2 LOCA nONS
PROJECT NO. DW-07-009
NOTICE TO PROSPECTIVE BIDDERS
February 15, 2007
NOTICE IS HERESY GIVEN that the instructions and reqUirements of the subject bid are
amended as follows
Additional Requirements:
The following additional requirements are added to comply with RCW 39 04180
1 Excavation on this contract will exceed a depth of four feet This contract requires adequate
safety systems for the trench excavation that meet the requirements of the Washington Industrial
Safety and Health Act, Chapter 49 17 RCW In advance of any excavation, the Contractor shall
provide In writing a description of the safety systems to be used for the trench excavation.
2 The costs of trench safety systems shall not be considered as incidental to any other contract
Item and any attempt to Include the trench safety systems as an incidental cost IS prohIbited The
quotation form IS reVised to Include a separate line Item for trench safety systems Quotes shall
be submitted on the reVised form
The Sid Opening Date has not been changed
ThiS addendum must be acknowledged In the space provided on the Quotation Form that IS
submitted to the City Failure to do so may result In the quotation being rejected as non-
responsive
4N(~L --
M C PUNTEt\}I~EY,
Deputy Director of "Opera ons
Public Works & Utilities De artment
City of Port Angeles '-'-,-
"
'-
PW-407_13 [rev 09/18/02]
Page 1 of 1
- 82/28/2ee7 12: e4
,--
3686.165
(' J FXCAVAI iN"
C J FXCAVATIN~
PAGE 82
QUOTATION FORM (RevIsed)
Sewer RepaIr - 2 Locations
DW~7~09
-- --- - -- ----- ---- - -. -. ...-. -. --,
I The bIdder hereby bids the rOJ/owlng amounts for aJ/ work (inClUding labor, equIPment. time
,-!,~ rha!~!jals) requlre~ to perform the ",ork in the Statement of Work and t~IS package. !
Price QUote'
CCZ:>
All work other than Trench Safety Systems $ 1'2, c:l 00 "_
00
Trench Safety Systems $ ~ 0 c;J 0 _
~
Subtotal: $ 14) <")00
00
Safes Tax (8 4%) $ I , . , if,
Total BleI: $ I ~ I...., to "'...!!it
.
2. The bidder hereby acknOWledges that It has received Addenda NOIS) -.-I. '2..
IEnter "N/A" If none were ISSUed! to thiS RE!quest for QUotation package I
3. The name of the bidder submittIng thIS bid and Its business phone number and address. to wh,ch
address a" communications concerned wIth thiS bId and With the contract shall be sent are listed
below Any written notices required by the terms or an awarded contract shall be served or mailed 10
the foJ/owing address
4. Bidder's firm name
5. Complete address
C ~7r _1: "c<::!allo."'; f\~ Tn("
^ 0 . -..J.)
r.o. J)oK' 4.30
(Street address)
C<1-rL--sbo~ vJA
(City) (State)
L7S'6 k"l' :c *C9Q PC ./
(~ <:'(9 -- C:;O ( - :1 <0 'f
(~"'(",o) (" 133- '(7l.t /
6 Registration Number
<987,,2/1
(Zip)
7 UBI Number
a Telephone No
11 PrInted Name.
The bidder represents that It IS qualified and POssesses sufficient skills and the necessary capabilities to
:;::':-~-'":t;:;~::~. r
-;~~IIQ--l
14 Date
PW-407_10a [rev. 2/8/07J
Limited Public Works P.ccess i'acl<age
Page 1 011
%'11
..
.
P.O #. 009126
DATE: 03/23/07
INVOICE TO:
Clty of Port Angeles
ATTN. ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO C & J EXCAVATING INC
PO BOX 430
CARLSBORG, WA 98324
SHIP TO:
Clty of Port Angeles
BUILDING I
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR # REQUISITIONED BY F.O.B.
26672 CINDY KOCHANEK
REQ NO SHIP VIA: TERMS
8747 NET
EXTENDED
QUANTI TYUOM ITEM NO. AND DESCRIPTION UNIT CO COST
1.00EA SEWER REPAIR - 2 1200.00 1200.00
LOCATION DW-07-009 CHANGE
ORDER
SUB-TOTAL
TAX 8.4
TOTAL
1200.00
100.80
1300.80
REMARKS:
DW-07-009 Contract Change Order #1
AUTHORIZED BY
~ JJ0'JTI ~~
Jj MAY - 2 2007 V
V
(lOQOOQ ~ l:>'O'",....""O 0"""0'" CO"" .......;;IOQ