Loading...
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