HomeMy WebLinkAbout4.623T Original Contract
.
City of Port Angeles
PublIc Works & UtIlItIes Dept
Operations Office
1703 South B Street
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
.
"
LIMITED PUBLIC WORKS PROCESS
o Request for Quotation
C8J Contract
Contract Title Lloht OD'S Mezzanine Removal and Install, Project Number: LO-07-036
THIS CONTRACT IS entered Into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITYn) AND Alderarove Construction. Inc. ("CONTRACTORn).
1. WORK BY CONTRACTOR
The Contractor shall perform the work as desCribed In Attachment "An (Attachment "An may Include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which IS attached hereto and by this reference IS Incorporated herein,
2. TERM OF CONTRACT
All work under this Contract IS to be completed as Indicated (check one):
o All work under this Contract IS to be completed by this date. ~
C8J All work under this Contract IS to be completed 30 days from the Notice to Proceed No work IS
to be performed prior to written Notice to Proceed by the City.
o The performance penod under this Contract commences _ calendar days after contract
award and ends _ calendar days alter contract award.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
o Time and material, not to exceed. $_
o Time and actual expenses Incurred, not to exceed: $_
o Unit pnces set forth In the Contractor's bid or quote, not to exceed $_
C8J Firm Fixed Price set forth In Contractor bid or quote In the amount of: $13.190 12
The Contractor shall do all work and furnish all tools, matenals, and eqUipment, In accordance
with and as descnbed In the Attachment nAn.
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 furmshed 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 upon request.
Project LO-07-036
Page 1
Rev 2/16/2007
E If dUring the course of the colct, the work rendered does not meet the IUlrements 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. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply With all applicable prOVIsions of federal, state and local regulations, 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
warnmg agamst known or unusual hazards.
B. Correction of Defects Contractor shall be responsible for correcting 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 In 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 mailing 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 mcludmg
consequential damages suffered by the City resultmg from defects m the Contractors work mcludmg, but
not limited to, cost of materials and labor expended by the City m makmg emergency repairs and cost of
engmeermg, 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 NondiSCrimination/Affirmative Action Contractor agrees not to dlscrlmmate agamst any employee or
applicant for employment or any other persons In 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 In 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 m the performance of any work
or services reqUired by the Contractor under thiS Contract, shall be considered employees of the Contractor
only and not of the City Any and all claims that may arise under the Workers Compensation Act on behalf
of said employees, while so engaged, and all claims made by a third party as consequence of any negligent
act or omission on the part of the Contractor's employees, while so engaged on any of the work or services
provided or rendered 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 regulations applicable to the
work done under thiS Contract Any Violation of the prOVISions of thiS paragraph shall be considered a Violation of
a material provIsion of thiS Contract and shall be grounds for cancellation, termmatlon or suspension of the
Contract by the City, m whole or m part, and may result m mellglblllty 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 term mate the Contract and take possession of the premises and all materials thereon
PrOject LO-07-036
Page 2
Rev 2/16/2007
an~ finish the work by whatever .hOdS It may deem expedient, by giving layS written notice to the
Contractor, upon the occurrence of anyone or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of Its creditors.
2. A receiver IS appomted as a result of the msolvency of the Contractor
3 The Contractor persistently or repeatedly refuses or falls to complete the work required herem
4 Contractor falls to make prompt payment to subcontractors for material or labor
5. Contractor persistently disregards federal, state or local regulations and ordmances.
6. Contractor persistently disregards Instructions of the Contract Admmlstrator, or otherwise
substantially Violates the terms of thiS Contract
7. The City determmes that suffiCient operating funds are not available to fund completion of the work
contracted for.
C. In the event thiS Contract IS terminated by the City, Contractor shall not be entitled to receive any
further amounts due under thiS Contract until the work speCified m Attachment "A" IS satisfactorily
completed, as scheduled, up to the date of termmatlon At such time, If the unpaid balance of the amount
to be paid under thiS Contract exceeds the expense mcurred by the City m finlshmg the work, and all
damages sustained by the City or which may be sustamed by reason of such refusal, neglect, failure or
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
mclude all legal costs mcurred by the City to protect the rights and mterests of the City under the Contract,
prOVided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or
unfinished documents and material prepared by the Contractor With funds paid by the City under thiS
Contract shall become the property of the City and shall be forwarded to the City upon Its request
B. Any records, reports, mformatlon, data or other documents or materials given to or prepared or
assembled by the Contractor under thiS Contract Will be kept confidential and shall not be made available to
any mdlvldual or organization by the Contractor Without prior written approval of the City or by court order.
8. CLAIMS
Any claim agamst the City for damages, expenses, costs or extras arising out of the performance of thiS
Contract must be made In wrltmg to the City Within thirty days after the discovery of such damage, expense
or loss, and m no event later than the time of approval by the City for final payment. Contractor, upon
makmg application for final payment, shall be deemed to have waived Its right to claim for any other
damages for which application has not been made, unless such claim for final payment Includes notice of
additional claim and fully deSCribes such claim
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responsibility for
the City under thiS Contract and shall oversee and approve all work to be performed, coordmate commUnications,
and review and approve all mVOlces, under thiS Contract
10. HOLD HARMLESS
A The Contractor shall protect, defend, mdemnlfy and save harmless the City, Its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arlsmg out of or m any way resultmg
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 agamst such claims under the mdustrlal msurance
provIsion of Title 51 RCW In the event the City obtams any judgment or award, and/or Incurs any cost arlsmg
therefrom Includmg attorneys' fees to enforce the prOVISions of thiS article, all such fees, expenses, and costs
shall be recoverable form the Contractor
Project LO-07-036
Page 3
Rev 2116/2007
.
.
B. The City shall protect, defend, mdemnlfy and save harmless the Contractor, Its officers, employees and
agents from any and all costs, claims, Judgments or awards of damages, ansmg out of or m any way resulting
from the negligent acts or omiSSions of the City The City agrees that Its obligations under this subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or
agents For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
Immunity that would otherwise be available agamst such claims under the mdustnal msurance provIsion of Title
51 RON. In the event the Contractor obtains any Judgment or award, and/or mcurs any cost ansmg therefrom
Includmg 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 mamtam Insurance as set forth m Attachment B
12. PREVAIUNG WAGE
This Contract IS subject to the reqUIrements of Chapter 39.12 RON, 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 PREVAIUNG RATE OF WAGE
as determmed by the Industnal Statistician of the Department of Labor and Industnes for the State of
Washmgton The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though
fully set forth herem.
Pnor to making any payment under thiS Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industnes
It IS the Contractor's responsibility to obtam and file the "Statement of Intent to pay Prevailing Wage". The
Contractor shall be responsible for all filing fees. Each mvolce shall mclude a signed statement that
prevailing 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 RON 39.12.040(2),
the contractor or subcontractor IS authonzed to submit a combined Statement Of Intent To Pay Prevallmg Wages
& AffidaVit Of Wages directly to the City of Port Angeles at final mvolclng. SubmiSSion shall be made on the fOrlm
developed by the Washmgton State Department of Labor and Industnes and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute anses as to what are the prevailing rates of wages for a specific trade, craft: or occupation
and such dispute cannot be adjusted by the parties m mterest, mcludmg labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and hiS
deciSion shall be final, conclusive, and bmdmg on all parties mvolved m the dispute
13. INTERPRETATION AND VENUE
This Contract shall be mterpreted and construed m accordance With the laws of the State of Washington. The
venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" IS named It shall be construed solely for the purpose of 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 descnptlve literature when available Any bid
containing a brand which IS not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid.
Project LO-07-036
Page 4
Rev 211612007
.
.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specrlkattons
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or Interest accruing from
this Contract without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor IS and shall be at all times dUring the term of this Contract an Independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all prior negottatlons, representations, or agreements, either
written or oral ThiS contract may be amended, modified or added to only by written Instrument properly
signed by both parties hereto.
This Contract, together with the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either
written or oral. ThiS contract may be amended, modified or added to only by written Instrument properly
signed by both parties hereto
IN WITNESS WHEREOF, tho ",rt~ h~ .",,",.,llh. """'ct" of "/'-,
, 2007
Printed Name: WA L",~a L DA1/.'/fo-1t....rc
('lIZ.t'S\ Or;.. r;--
By:
Printed Name -11\ C . ~ "' t:~~~
Title \))?~~~ Di'P'- t,
By:
Title:
Address.
'3'3(" {,f:'J0J5(J,J ~o
e,C."" {)nr.,E'l c$'. LfA
,
l8:1'G:>.3
City:
Tax ID #'
9 )-Ii03'-l4~1
Phone Number: g(OC) 4(;7-.;10"'/
Purchase Order #:~l 0 5' 3 ~
PrOject LO-07-036
Page 5
Rev 2/16/2007
City of Port Angeles
Operallons Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "A"
WORK BY CONTRACTOR
1. General Scope
The Contractor shall do all work and furnish all labor, tools, matenals, and eqUipment m order to
accomplIsh followmg project
Contractor will be allowed to work from 8 00 AM to 4 30 PM Monday through Friday The Contractor
may request to work outside of these hours, which may be approved at the discretion of the City's
representative for the respective task
Disassemble, transport, and reassemble of two steel mezzanme umts from Light OperatIOns FacIlIty
located at 240 West Front Street, Port Angeles, to Light OperatIOns FacIlity located at 2007 South "0"
Street (located in the Airport Industnal Park), Port Angeles Light fixtures and shelvmg WIll not be
included m contractor's bids, thiS will be done pnor to contractor begmnmg disassembly
Mezzamne SpeCificatIOns are as follows
. "Large mezzanme" - 48' long (mcludes staIrs) x 18' 8" WIde x 13' !ugh (mc1udes raIling)
. "Small mezzanme" - 25' 6" long (includes stairs) x 14' Wide x 13' high (mcludes railing)
, . .. I~ '. '" ~'..., ''1 J.-'-t
. Both structures are bolted to the floor WIth concrete anchors . , , "
1) Disassemble
A) Contractor WIll disassemble two mezzamne structures from Light OperatIOn FaCIlIty located
, '- . \. ,"
at 240 Front Street, Port Angeles, Disassembly Will mclude mezzamne, handrails, and stairs
of both umts '
J t I ~
B) Mezzanme IS secured With 5/8" diameter bolts and typical "dnve-m" masonry anchors
Contractor wIll be responSible for removmg the bolts to move the mez.zanine, The. anchors Will
~. '. . '
not need to be removed from the concrete '
,. .
,.
2) Transport
. 1 ~ ,
A) Contractor WIll supply labor, tools, matenals, and eqUipment to load, transport, and unload
disassembled mezzamnes to new Light OperatIOns FacilIty located at 2007 South "0" Street
(located m the Airport Industrial Park), Port Angeles. . .. . .: ' .-
3) Reassemble
A) Contractor will reassemble the mezzanme structures at the new Light OperatIOns FaCIlIty
located at 2007 South "0" Street Contractor wIll mstall new masonry anchor and secure
Page 6
Rev 2/16/2007
Project LO-07-036
mezzanines WIth 5/8" ~or bolts Contractor will be responsIlffor procunng anchors and
bolts that will meet the needs of properly and safely securing the mezzanInes
B) "Large mezzanine" will be assembled In the southeast comer, against the south wall, WIth
stalfs on the west side ofthe umt (see sketch and attached file titled "LO-07-036 New Light Ops
FacIlity Floor Plan A")
C) "Small mezzanIne" WIll be assembled In the southeast comer, on the east wall, WIth stairs on
the north side the umt (see sketch and attached file titled "LO-07-036 New Light Ops Facility
Floor Plan A")
2 AdditIOnal InformatIOn
"Smaller Mezzanine"
"Larger Mezzanine"
Project LO-07-036
Page 7
Rev 2/16/2007
.
.
Anchor Bolts
Bottom of mezzanine
PrOject LO-07 -036
Page 8
Rev 2/16/2007
.
.
~...~\
",,,
<>.0"-
~.~
~ '\)eD(L
'-.....c..L
'tY\,c.~"Z..
.,0>
rEJ~
s_
fIo'I..~Z-
~.....~ s
SOu"'"
Drawing of where mezzanines to be assembled in new warehouse
New Warehouse, SE Corner where mezzanines are to be assembled.
PrOject LO-07-036
Page 9
Rev 2/1612007
AdditIonal ReqUirements and !rmatlOn
.
. .
I) Work will be performed at the Port Angeles Light OperatIOns Faclhty located at 240 West Front St,
Port Angeles W A 98362 and at the Port Angeles Light OperatIOns Facility located at 2007 South "0"
Street, Port Angeles W A 98362
2) All work shall be executed m stnct accordance With the latest editIon of the followmg standards and
codes and all local ordmances and regulatIOns, and shall meet mdustry standards The Contractor IS
reqUired to obtam all permits reqUired by City of Port Angeles muruclpal codes and the current adopted
codes
I InternatIOnal BUlldmg Code (IBC)
2 InternatIOnal Resldental Code (IRC)
3 Uniform Plumbmg Code (UPC)
4. InternatIOnal Fuel And Gas Code (IFGC)
5 InternatIOnal Mechanical Code (IMC)
6 Washmgton State Energy Code (WSEC)
7 Washmgton State VentIlatIOn And Indoor Air Quahty Code (VIAQ)
8 ANSI 117 (Ada Accessabhty Code)
9 internatIOnal Fire Code (IFC)
10 NatIOnal Electrical Code (NEC)
II Underwriters Laboratones (UL)
3) Work must be performed dunng normal workmg hours, 7'00 a m to 3 30 P m Monday through
Fnday excludmg hohdays Work outside of these hours IS at the sole discretIOn of the Port Angeles
Wastewater Treatment Plant Supenntendent
4) Subcontractor Responslblhty
1 ) The Contractor shall Include the language of thiS section In each of ItS first tier
subcontracts, and shall require each of ItS subcontractors to Include substantially the
same language of thiS section In each of their subcontracts, adjusting only as
necessary the terms used for the contracting parties The requirements of thiS
section apply to all subcontractors regardless of tier
2 ) At the time of subcontract execution, the Contractor shall verify that each of ItS first
tier subcontractors meets the follOWing bidder responsibility criteria
_ At the tnne of subcontract bid submittal, have a certificate of registratIOn m comphance With
chapter 18 27 RCW,
- Have a current state umfied busmess Identifier number,
- If apphcable, have
. Industrial msurance coverage for the subcontractor's employees workmg m Washmgton as
reqUired m Title 51 RCW,
. An employment secunty department number as required m Tile 50 RCW, and
Page 10
Rev 2/16/2007
Project LO-07-036
. A state excise tax r!stratlOn number as reqUired in Tile 82 tw,
. An electncal contractor license, If reqUired by Chapter 19.28 RCW,
. An elevator contract license, If reqUired by Chapter 70 87 RCW
- Not be disqualified from blddmg on any public works contract under RCW 39 06.010 or
39 12.065(3)
Project LO-07 -036
Page II
Rev 2/16/2007
.
.
. '
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENTB
INSURANCE
Insurance Requirements:
The Contractor shall procure and mamtaln for the duration of the Contract, msurance agamst claims for mJUrles 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 mamtam the msurance as required shall constitute a material breach of contract upon which the
City may, after giving five workmg days notice to the Contractor to correct the breach, Immediately terminate the
Contract or at Its discretion, procure or renew such msurance 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 Mmlmum Scope of Insurance
The Contractor shall obtain msurance of the types described below:
a. Automobile lIabilitv 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 provldmg
eqUivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability
coverage
b Commercial General Llabllltv msurance shall be written on ISO occurrence form CG 00 01 and shall
cover liability arlsmg from premises, operations, stop gap liability, mdependent contractors, products-
completed operations, personal mJury and advertlsmg InJUry, and liability assumed under an msured
contract The Commercial General liability msurance 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 arlsmg from explOSion, collapse or
underground property damage. The City shall be named as an msured under the Contractor's
Commercial General Liability msurance policy With respect to the work performed for the City usmg
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements provldmg eqUivalent coverage
c. Workers' Comoensatlon coverage as reqUired by the Industrial Insurance laws of the State of
Washmgton.
2. MInimum Amounts of Insurance
The Contractor shall mamtam the followmg msurance limits
a. Automobile Llabllltv msurance With a mmlmum combmed smgle limit for bodily mJury and property
damage of $1,000,000 per aCCident.
b. Commercial General Llabllltv Insurance shall be written With limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations
aggregate limit
3 Other Insurance PrOVISions
The msurance poliCies are to contam, or be endorsed to contain, the followmg proVISions for Automobile
liability and Commercial General liability msurance
PrOject LO-07-036
Page 12
Rev 2/16/2007
a. The Contractor's In!nce coverage shall be primary Insural as respect to the City. Any
Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be In excess of the
Contractor's Insurance and shall not contribute with It.
b The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days prior written notice by certified 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 Verification of Coverage
The Contractor shall furnish the City With original certificates and a copy of the amendatory endorsements,
including but not necessarily limited to the additional Insured endorsement, eVidenCing the Automobile
Liability and Commercial General Liability Insurance of the Contractor before commencement of the work
Before any exposure to loss may occur, the Contractor shall file With the City a copy of the BUilders Risk
Insurance policy that Includes all applicable conditions, exclusions, defimtlons, terms and endorsements
related to this project.
6. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools,
Contractor's employee owned tools, machinery, eqUipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures,
scaffolding and protective fences
7. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by
BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of
thiS Contract or other property Insurance applicable to the work. The policies shall proVide such waivers by
endorsement or otherwise
Project LO-07-036
Page 13
Rev 2116/2007
City of Port Angeles
Operal1ons Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "c"
PREVAIUNG WAGE RATES
See attached hstIng
7 P-
I WashIngton State PrevaIlIng Wage Rates For Pubhc Works Contracts, Clallam County, effectIve 08-31-09
2 WashIngton State Prevalhng Wage Rates For Pubhc Works Contracts - Apprentices, Clallam County,
effectIve 08-31-0\1 fY
Page 14
Rev 211612007
Project LO-07-036
.
.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate offnnge 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 08-31-07
**********************************************************************************************************
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
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$36 24
lH
5D
$4747
lC
5N
$43 75
1M
5A
$1467
$4391
$43 75
$43 75
$43 85
$43 79
$43 75
$43 75
$43 75
$44 75
$43 95
$43 75
$43 75
$43 75
$43 75
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
lH 5D
1M 5D 8A
1M 5D
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
IE 5P
$36 24
$85 75
$44 22
$44 59
$44 08
$44 59
$44 64
$4621
$44 08
$44 59
$4421
$43 59
$937
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSification
PREVAILING
WAGE
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
$55 05
$58 86
$5316
$5715
$27 32
$5125
$55 05
$1537
$1469
$54 37
$49 64
$35 93
$37 89
$49 64
$37 89
$49 64
$42 27
$49 64
$37 89
$1207
$57 88
$63 45
$1350
$1380
$1160
$3101
$43 76
$4613
$1600
$36 75
$1565
$910
$59 22
$3481
$34 52
$58 62
$50 20
Page 2
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
2A 6C
2A 6C
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A
4A
6Q
6Q
1H
50
1H
5G
1S
5J
1H
50
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
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
DEMOLlTIDN, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e ,dustmg, vacuuming, window cleaning, NOT
construction debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$1148
$1278
$793
$1053
$20 50
$47 92
$36 75
$36 24
$3101
$36 24
$36 24
$36 24
$36 24
$37 20
$36 75
$36 24
$36 24
$36 75
$36 24
$36 24
$36 24
$36 24
$36 75
$36 24
$36 75
$3101
$36 24
$36 24
$36 24
$37 20
$36 75
$37 20
$36 24
$36 24
$36 24
$36 75
$28 45
$36 24
$3101
$36 24
$36 24
$36 24
$36 75
$36 24
$36 24
(See Benefit Code Key)
Over
Time
Code
Hohday
Code
10 5A
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
Note
Code
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
ClaSSification
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIERIMORTARMAN
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 SPRA YMAN
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
$36 24 1H 5D
$37 20 1H 5D
$36 75 lH 5D
$36 24 lH 5D
$37 20 lH 5D
$36 75 lH 5D
$36 75 lH 5D
$36 75 lH 5D
$36 75 lH 5D
$36 24 1H 5D
$37 20 1H 5D
$36 75 1H 5D
$36 75 1H 5D
$3101 1H 5D
$36 75 lH 5D
$36 75 lH 5D
$36 75 lH SD
$37 20 lH SD
$3675 lH 5D
$36 24 1H SD
$37 20 1H 5D
$36 24 1H SD
$36 75 1H 5D
$36 75 lH 5D
$37 20 lH 5D
$36 24 lH 5D
$36 75 lH SD
$36 24 1H 5D
$36 24 1H 5D
$36 24 1H SD
$36 75 lH SD
$36 24 lH 5D
$36 75 lH 5D
$36 75 1H 5D
$36 24 1H 5D
$36 24 1H 5D
$36 75 1H SD
$36 75 1H 5D
$36 24 lH 5D
$36 24 lH SD
$36 24 lH 5D
$36 75 lH 5D
$36 24 lH 5D
$36 75 1H 5D
$36 24 lH 5D
$36 75 lH SD
$36 24 lH 5D
$36 24 1H 5D
$36 75 lH 5D
. .
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $36 24 lH 5D
PIPE LAYER $36 75 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EOUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $43 79 1M 5D
METAL FABRICATION (IN SHOP)
FITTERIWELDER $1516
LABORER $950
MACHINE OPERATOR $26 90
PAINTER $1141
PAINTERS
JOURNEY LEVEL $3316 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $793
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $56 34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $4214 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44 92 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $4541 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45 96 1T 5D 8L
BACKHOES, (75 HP & UNDER) $44 50 1T 5D 8L
BACKHOES, (OVER 75 HP) $44 92 1T 5D 8L
BARRIER MACHINE (ZIPPER) $44 92 1T 5D 8L
BATCH PLANT OPERATOR, CONCRETE $44 92 1T 5D 8L
BELT LOADERS (ELEVATING TYPE) $44 50 1T 5D 8L
BOBCAT (SKID STEER) $4214 1T 5D 8L
BROOMS $4214 1T 5D 8L
BUMP CUTTER $44 92 1T 5D 8L
CABLEWA YS $4541 1T 5D 8L
CHIPPER $44 92 1T 5D 8L
COMPRESSORS $4214 1T 5D 8L
CONCRETE FINISH MACHINE - LASER SCREED $4214 1T 5D 8L
CONCRETE PUMPS $44 50 1T 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 5D 8L
CONVEYORS $44 50 1T 5D 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 5D 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 5D 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 5D 8L
WITH ATACHMENTS)
CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 5D 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $4214 1T 5D 8L
CRANES, A-FRAME, OVER 10 TON $44 50 1T 5D 8L
Page 5
. .
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $4709 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44 92 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $4541 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46 53 1T 5D 8L
CRUSHERS $44 92 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 5D 8L
DERRICK, BUILDING $4541 1T 5D BL
DOZERS, D-9 & UNDER $44 50 1T 5D BL
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 50 BL
DRILLING MACHINE $44 92 1T 5D BL
ELEVATOR AND MAN LIFT, PERMANENT AND SHAFT-TYPE $4214 1T 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 5D BL
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D BL
FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 5D BL
FORK LIFTS (UNDER 3000 LBS) $4214 1T 5D BL
GRADE ENGINEER $44 50 1T 5D 8L
GRADECHECKER AND STAKEMAN $4214 1T 5D 8L
GUARDRAIL PUNCH $44 92 1T 5D BL
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 5D BL
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44 50 1T 5D BL
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44 92 1T 5D BL
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $4214 1T 5D BL
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO B YD) $4541 1T 5D 8L
LOADERS, OVERHEAD (B YD & OVER) $45 96 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44 92 1T 5D BL
LOCOMOTIVES, ALL $44 92 1T 5D BL
MECHANICS, ALL $4541 1T 5D BL
MIXERS, ASP HAL T PLANT $44 92 1T 5D BL
MOTOR PATROL GRADER (FINISHING) $44 92 1T 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 5D BL
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4541 1T 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $4214 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $4214 1T 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 5D BL
POSTHOLE DIGGER, MECHANICAL $4214 1T 5D BL
POWER PLANT $4214 1T 5D BL
PUMPS WATER $4214 1T 5D 8L
QUAD 9, D-10, AND HD-41 $4541 1T 5D BL
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4541 1T 5D 8L
EQUIP
RIGGER AND BELLMAN $4214 1T 5D 8L
ROLLAGON $4541 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 5D 8L
ROLLERS PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $44 92 1T 5D 8L
SAWS, CONCRETE $44 50 1T 5D 8L
Page 6
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
ClaSSification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (UNDER 45 VD)
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 OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPE FITTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$44 92 1T 50 BL
$4541 1T 50 BL
$44 50 1T 50 BL
$44 92 1T 50 BL
$4214 1T 50 BL
$4541 1T 50 BL
$44 92 1T 50 BL
$44 92 1T 50 BL
$44 50 1T 50 BL
$44 50 1T 50 BL
$44 92 1T 50 BL
$44 92 1T 50 BL
$4541 1T 50 BL
$44 50 1T 50 BL
$44 50 1T 50 BL
$44 92 1T 50 BL
$44 92 1T 50 BL
$4214 1T 50 BL
$44 92 1T 50 BL
$35 62
$33 82
$34 27
$3188
$24 03
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
$27 68
$43 75
1M
5A
$1785
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
$1460
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
Classification
PREVAILING
WAGE
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
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)
SHIPBUILDING & SHIP REPAIR
BOILERMAKER
HEAT & FROST INSULATOR
LABORER
MACHINIST
SHIPFITTER
WELDER/BURNER
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 OIGGER/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 L1NEPERSON/INSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
$5401
$33 04
$1088
$1967
$2051
$39 78
$5197
$3146
$4613
$1216
$1716
$1466
$1466
$1929
$1215
$36 08
$1031
$1967
$1323
$935
$1140
$1340
$3115
$30 66
$1719
$2941
$28 53
$30 66
$30 05
$30 66
$28 53
$1631
$2168
$35 78
$2319
$28 53
Page 8
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
18
5A
lE
6L
1
1R 5A
1E 6L
lH 6W
1S 5J
1
1
1
1
1B
5A
1B
50
10 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
Note
Code
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Hohday Note
ClaSSificatIon WAGE Code Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4196 1B 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $35 79 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36 40 1K 5A
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS) $4119 1T 5D BL
ASPHALT MIX (OVER 16 YARDS) $4190 1T 5D BL
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $4190 1T 5D BL
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160
OILER $945
WELL DRILLER $1160
Page 9
Stage of ProgressIOn && Hour Range
. .
PREVAILING WAGE RATES
FOR
ClAllAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing OvertIme Holiday Note
Code Code
Wage Code
$793 1M 50
$1932 1M 50
$2212 1M 50
$2851 1M 50
$3315 1M 50
$25 02 1M 50
$27 83 1M 50
$30 63 1M 50
$33 44 1M 50
$793 1C 5N
$38 86 1C 5N
$4030 1C 5N
$41 73 1C 5N
," $43 17 1C 5N
$44 60 1C 5N
$46 04 1C 5N
$793 1M SA
$2549 1M 5A
$27 05 1M 5A
$28 62 1M 5A
$3174 1M 5A
$34 87 1M 5A
$37 99 1M 5A
$39 56 1M 5A
$793 1M 50
$26 68 1M 50
$32 38 1M 50
$34 00 1M 50
$35 63 1M 50
$3725 1M 50
$38 88 1M 50
$40 50 1M 50
$4213 1M 50
$793 1M 50
$2346 1M 50
Page 1
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 90 00%
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 80 00%
4 3001-4000 HOURS 90 00%
BOILERMAKERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 70 00%
2 1001-2000 HOURS 75 00%
3 2001-3000 HOURS 80 00%
4 3001-4000 HOURS 85 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
BRICK AND MARBLE MASONS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 OOOD-0750-HOURS 50 00%
2 0751-2250 HOURS EtS 00%
3 2251-3000 HOURS 60 00%
4 3001-3750 HOURS 70 00%
5 3751-4500 HOURS 80 00%
6 4501-5250 HOURS 90 00%
7 5251-6000 HOURS 95 00%
CARPENTERS
CARPENTER
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 65 00%
3 2001-3000 HOURS 70 00%
4 3001.4000 HOURS 75 00%
5 4001-5000 HOURS 80 00%
6 5001-6000 HOURS 85 00%
7 6001-7000 HOURS 90 00%
8 7001-8000 HOURS 95 00%
DRYWALL APPLlCA TOR
o DODO-DODD HOURS 0 00%
1 0000-0700 HOURS 50 00%
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Stage of Progression && Hour Range
2 0701-1400 HOURS 60 00%
3 1401-2100 HOURS 68 00%
4 2101-2800 HOURS 76 00%
5 2801-3500 HOURS 84 00%
6 3501-4200 HOURS 9200%
ACOUSTICAL WORKER
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS SO 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
o 0000-0000 HOURS 0 00%
1 1 st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
PILEDRIVERS. DRIVING PULLING. PLACING COLLARS AND WELDING
o OOOO-OOOD HOURS 000%
1 1st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Peflod 85 00%
77th Penod 90 00%
88th Penod 95 00%
BRIDGE. DOCK AND WARP CARPENTERS
o 0000-0000 HOURS 0 00%
1 1 st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Pened 85 00%
7 7th Penod 90 00%
88th Penod 95 00%
CEMENT MASONS
Page 2
Prevailing OvertIme Holiday
Code
Wage Code
$30 78 1M 50
$33 38 1M 50
$35 98 1M 50
$38 59 1M 50
$4119 1M 50
$793 1M 50
$23 52 1M 50
$30 85 1M 50
$33 46 1M 50
$36 07 1M SO
$38 69 1M SO
$4130 1M SO
$793 1M 50
$2728 1M 50
$33 03 1M 50
$34 70 1M SO
$36 38 1M SO
$38 OS 1M 50
$39 73 1M 50
$4140 1M 50
$43 08 1M 50
$793 1M SO -
$26 80 1M SO -
$3251 1M SO
$3414 1M SO
$35 78 1M SO
$3741 1M SO
$3905 1M 50
$40 68 1M 50
$42 32 1M 50
$793 1M so
$26 68 1M 50
$32 38 1M SO
$34 00 1M 50
$35 63 1M 50
$37 25 1M 50
$38 88 1M 50
$40 50 1M SO
$4213 1M 50
Note
Code
..
Slage of Progression && Hour Range
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 70 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
DRYWALL TAPERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 55 00%
3 2001-3000 HOURS 65 00%
4 3001-4000 HOURS 75 00%
5 4001-5000 HOURS 85 00%
6 5001-6000 HOURS 90 00%
ELECTRICIANS -INSIDE
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 40 00%
2 1001-2000 HOURS 50 00%
3 2001-3500 HOURS 55 00%
4 3501-5000 HOURS 65 00%
5 5001-6500 HOURS 75 00%
6 6501-8000 HOURS 85 00%
ELECTRICIANS - POWERLlNE CONSTRUCTION
JOURNEYLEVELLINEPERSON
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 63 00%
3 2001~3000 HOURS 67 00%
4 3001-4000 HOURS 72 00%
5 4001-5000 HOURS 78 00%
6 5001-6000 HOURS 86 00%
7 6001-7000 HOURS 90 00%
POLE SPRA YER
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 85 70%
2 1001-2000 HOURS a9 80%
3 2001-3000 HOURS 92 80%
ELEVA TOR CONSTRUCTORS
MECHANIC
o 0000-0000 HOURS 0 00%
'.
". ,",;;.c
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevallmg Overtime Holiday
Code
Wage Code
$793 1M 50
$1402 1M 50
$1682 1M 50
$1963 1M 50
$2243 1M 50
$25 24 1M 50
$26 64 1M 50
$793 1E 5P
$2829 1E 5P
$29 82 1E 5P
$32 88 1E 5P
$35 94 1E 5P
$39 00 1E 5P
$40 53 1E 5P
.' $793 10 SA
$22 49 10 SA
$26 30 10 SA
$3146 10 SA
$36 85 10 SA
$40 26 10 SA
$44 65 - 10 SA
$793 4A SA
$32 03 4A SA
$33 20 4A SA
$34 76 4A SA
$3671 4A SA
$39 05 4A SA
$42 17 4A SA
$43 73 4A SA
$793 4A SA
$42 06 4A SA
$43 66 4A SA
$44 83 4A SA
$793 4A 6D
Page 3
''If'''(1~'';>'~
, ~ "1',~{l",J<f\'RMi 1'V"'jn>""""_
. '... {,~ 1l<-',:r" i<~~"",jj
''',,' '," \,"
Nole
Code
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Stage of ProgressIon && Hour Range
PrevaIling OvertIme Holiday
Code
Wage Code
1 0000-1000 HOURS 50 00% $2069 4A 6a
2 1001-1700 HOURS 55 00% $37 36 4A 6a
3 1701-3400 HOURS 65 00% $4176 4A 6a
4 3401-5100 HOURS 70 00% $44 55 4A 6a
5 5101-6800 HOURS 80 00% $48 97 4A 6a
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
1 0000-1000 HOURS 55 00% $793 1
2 1001-2000 HOURS 6000% $793 1
3 2001-3000 HOURS 65 00% $793 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
8 7001-8000 HOURS 95 00% $1147 1
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1D 5A
1 0000-0800 HOURS 60 00% $2037 1D 5A
2 0801-1500 HOURS 65 00% $2171 10 SA
3 1601-2400 HOURS 70 00% $23 06 10 5A
4 2401-3200 HOURS 75 00% $2441 1D 5A
5 3201-4000 HOURS 80 00% $2576 -10 SA
6 4001-4800 HOURS 85 00% $2711 10 SA
FLAGGERS
JOURNEY LEVEL
o DODO-DODO HOURS 0 00% $793 1M 5D
GLAZIERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1H 5G
1 0000-1000 HOURS 45 00% $22 44 1H 5G
2 1001-2000 HOURS 50 00% $24 38 1H 5G
3 2001-3000 HOURS 55 00% $26 32 1H 5G
4 3001-4000 HOURS 60 00% $28 26 1H 5G
5 4001-5000 HOURS 65 00% $3019 1H 5G
6 5001-6000 HOURS 70 00% $3213 1H 5G
7 6001-7000 HOURS 80 00% $3601 1H 5G
8 7001-8000 HOURS 90 00% $39 88 1H 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
0 0000-0000 HOURS 0 00% $793 1S 5J
1 0000-1000 HOURS 40 00% $25 32 1S 5J
2 1001.2000 HOURS 45 00% $27 06 1S 5J
Page 4
Note
Code
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevallmg OvertIme Holiday Note
Stage of ProgressIon && Hour Range Code Code
Wage Code
3 2001-3000 HOURS 50 00% $28 79 lS 5J
4 3001-4000 HOURS 55 00% $3052 lS 5J
5 4001-6000 HOURS 65 00% $33 99 lS 5J
6 6001-8000 HOURS 75 00% $3746 1S 5J
7 8001-10000 HOURS 85 00% $40 93 lS 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 60 00% $25 02 1M 50
2 1001-2000 HOURS 7000% $27 83 1M 50
3 2001-3000 HOURS 80 00% $3063 1M 50
4 3001-4000 HOURS 90 00% $33 44 1M 50
INSULA TION APPLfCA TORS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
1 0000-1000 HOURS 50 OOIl/a $1025 1
2 1001-2000 HOURS 60 00% $1230 1
3 2001-3000 HOURS 75 00% $1538 1
4 3001-4000 HOURS 90 00% $1845 1
IRONWORKERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 10 5A
1 0000-0750 HOURS 65 00% $28 08 10 5A
2 0751-1500 HOURS 70 OOO/' $29 70 10- 5A
3 1501 ~2250 HOURS 75 00% $39 82 _ 10 5A
4 2251-3000 HOURS 80 00% $4144 10 5A
5 3001-3750 HOURS 90 00% $44 68 10 5A
6 3751-4500 HOURS 90 00% $44 68 10 5A
7 4501-5250 HOURS 95 00% $46 30 10 5A
8 5251-6000 HOURS 95 00% $46 30 10 5A
LABORERS
GENERAL LABORER
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 60 00% $25 02 1M 50
2 1001-2000 HOURS 70 00% $27 83 1M 50
3 2001-3000 HOURS 80 00% $30 63 1M 50
4 3001-4000 HOURS 90 00% $3344 1M 50
LABORERS. UNDERGROUND SEWER & WA TER
GENERAL LABORER
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 60 00% $25 02 1M 50
2 1001-2000 HOURS 70 00% $27 83 1M 50
3 2001-3000 HOURS 80 00% $30 63 1M 50
4 3001-4000 HOURS 90 00% $33 44 1M 50
Page 5
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevaliong OvertIme Holiday Note
Stage of Progression && Hour Range Code Code
Wage Code
LA THERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-0700 HOURS 50 00% $2346 1M 50
2 0701-1400 HOURS 60 00% $3078 1M 50
3 1401-2100 HOURS 68 00% $33 38 1M 50
4 2101-2800 HOURS 76 00% $35 98 1M 50
5 2801-3500 HOURS 8400% $38 59 1M 50
6 3501-4200 HOURS 92 00% $4119 1M 50
PAINTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 28 SA
1 0000-0750 HOURS 52 00% $1927 28 5A
2 0751-1500 HOURS 56 00% $20 32 28 5A
3 1501-2250 HOURS 60 00% $2137 28 5A
4 2251-3000 HOURS 64 00% $2326 28 5A
5 3001-3750 HOURS 68 00%, $24 36 28 5A
6 4001-4800 HOURS 72 00% $25 45 28 SA
PLASTERERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
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 7000% $1808 1
9 4001-4500 HOURS 75 00% $1937 1
10 4501-5000 HOURS 80 00% $2066 1
11 5001-5500 HOURS 8500% $2196 1
12 5501-6000 HOURS 90 00%. $23 25 1
13 6001-6500 HOURS 95 00% $24 54 1
14 6501-7000 HOURS 95 00% $24 54 1
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 lG 5A
1 0000-2000 HOURS 50 00% $30 53 1G SA
2 2001-4000 HOURS 62 50% $4152 lG SA
3 4001-6000 HOURS 70 00% $44 49 1G SA
4 6001-8000 HOURS 75 00% $4647 1G SA
5 8001-10000 HOURS 85 00% $50 43 lG SA
POWER EQUIPMENT OPERA TORS
Page 6
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Stage of Progression && Hour Range
Prevailing Overllme Holiday
Code
Note
Code
BACKHOES (75 HP & UNOER)
o 0000-0000 HOURS 0 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 90 00%
6 5001-6000 HOURS 95 00%
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORS)
o 0000-0000 HOURS 0 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 90 00%
6 5001-6000 HOURS 95 00%
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
o 0000-0000 HOURS 0 00% "
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 TlON & AIR CONDITIONING MECHANICS
MECHANIC
o 0000-0000 HOURS 0 00%
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 55 00%
3 4001-6000 HOURS 60 00%
4 6001-8000 HOUR5 70 00%
5 8001.10000 HOURS 85 00%
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
o 0000.0000 HOURS 0 00%
1 1 st Penod 60 00%
2 2nd Period 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
RESIDENTIAL ELECTRICIANS
Wage Code
$793 1M 50 8L
$3339 1M 50 8L
$34 98 1M 50 8L
$36 56 1M 50 8L
$3815 1M 50 8L
$4133 1M 50 8L
$4291 1M 50 8L
$793
$33 39
$34 98
$36 56
$3815
$4133
$4291
$793 4A 5A
$2517 4A 5A
$26 34 4A 5A
$27 52 4A 5A
$28 70 4A 5A
$793 1
$1384 1
$1522 1
$1661 1
$1938 1
$23 53 1
$793 1
$1071 1
$1160 1
$1250 1
$1339 1
$1428 1
$1517 1
$1607 1
$1696 1
Page 7
.
Stage of Progression && Hour Range
JOURNEYLEVEL
o 0000-0000 HOURS 0 00%
1 0000-0900 HOURS 50 00%
2 0901-1800 HOURS 55 00%
3 1801-2700 HOURS75 00%
4 2701-4000 HOURS 85 00%
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 55 00%
2 1001-2000 HOURS 65 00%
3 2001-4000 HOURS 75 00%
4 4001-6000 HOURS 8500%
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
o 0000-0000 HOURS 0 00%
1 0000-0900 HOURS 55 00%
2 0901-1800 HOURS 60 00%
3 1801-2700 HOURS 65 00%
4 2701-3600 HOURS 70 00%
5 3601-4500 HOURS 75 00%
6 4501-5400 HOURS 80 00%
ROOFERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-0820 HOURS 60 00%
2 0821-1630 HOURS 67 00%
3 1631-2450 HOURS 74 00%
4 2451-3270 HOURS 8100%
5 3271-4080 HOURS 88 000(',).
6 4081-4899 HOURS 95 00%
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
o 0000-0000 HOURS 0 00%
1 0000-2000 HOURS 45 00%
2 2001-3000 HOURS 50 00%
3 3001-4000 HOURS 55 00%
4 4001.5000 HOURS 60 00%
5 5001-6000 HOURS 65 00%
6 6001-7000 HOURS 70 00%
7 7001-8000 HOURS 75 00%
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing Overtime Holiday Note
Code Code
Wage Code
$793 1
$1389 1
$1528 1
$2084 1
$2361 1
$793
$793 1
$803 1
$949 1
$1095 1
$1241 1
$793 1E 6L
$1703 1E 6L
$17 94 1E 6L
$1927 1E _6L
$2019 1E 6L
$2135 1E 6L
$22 26 1E 6L-
$793 1
$1241 1
$793 1
$793 1
$1666 1
$1808 1
$1950 1
$793 1E 6L
$22 90 1E 6L
$3163 1E 6L
$33 53 1E 6L
$3546 1E 6L
$37 40 1E 6L
$3931 1E 6L
$4124 1E 6L
Page 8
..
.
Stage of ProgressIon && Hour Range
8 8001-9000 HOURS 80 00%
9 9001-10000 HOURS 85 00%
SHIPBUILDING & SHIP REPAIR
MACHINIST
o 0000-0000 HOURS 0 00%
SHIPFITTER
o 0000-0000 HOURS 0 00%
WELDER/BURNER
o 0000-0000 HOURS 0 00%
SOFT FLOOR LA YERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 50 00%
2 1001~2000 HOURS 60 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%
7 6001-7000 HOURS 90 00%
8 7001-8000 HOURS 95 00%
SPRINKLER FITTERS IFIRE PROTECTIONI
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS ~5 00%
2 1001-2000 HOURS 50 00%
3 2001-3000 HOURS 55 00%
4 3001-4000 HOURS 60 00%
1 0000-1000 HOURS 40 00%
2 1001-2000 HOURS 45 00%
3 2001-3000 HOURS 50 00%
4 3001-4000 HOURS 55 00%
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 85 00%
6 5001-6000 HOURS 90 00%
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 65 00%
3 2001~3000 HOURS 70 00%
4 3001-4000 HOURS 75 00%
5 4001-5000 HOURS 80 00%
6 5001-6000 HOURS 85 00%
TILE. MARBLE & TERRAZZO FINISHERS
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevallmg OvertIme Holiday Note
Code Code
Wage Code
$4316 lE 6L
$45 09 lE 6L
$793
$793
$793
$793 lB SA
$20 85 18 SA
$23 89 18 SA
$26 94 18 SA
$28 46 18 SA
$29 98 18 SA
$3151 18 5A
$33 03 18 5A
$34 56 18 SA
$793 1
$885 -1
$984 1
$1082 1
$1180 1
$793 1
$885 1
$984 1
$1082 1
$1279 1
$1377 1
$1475 1
$1574 1
$1672 1
$1770 1
$1180 1
$1279 1
$1377 1
$1475 1
$1574 1
$1672 1
Page 9
.
Stage of Progression && Hour Range
FINISHER
o 0000-0000 HOURS 0 00%
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
o 0000-0000 HOURS 0 00%
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
o 0000-0000 HOURS 0 00%
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
o 0000-0000 HOURS 0 00%
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
8/31/2007
Prevailing Overtime Holiday Note
Code Code
Wage Code
$7 93 1B 5A
$24 35 1B 5A
$25 82 1B 5A
$27 27 1B 5A
$3022 1B 5A
$793 1B 5A
$25 00 1B 5A
$26 53 1B 5A
$28 06 1B 5A
$3112 1B 5A
$3419 1B 5A
$37 25 1B 5A
$38 78 1B 5A
$793 1K 5A
$1523 1K 5A
$20 55 lK 5A
$24 05 1K 5A
$28 06 1K 5A
$32 69 1K 5A -
$793 1
$1416 1
$1618 1
$1821 1
Page 10
.'
.
,
I
QUOTATION FORM
Licht OD'S Menamne Removal and Install
LO-07-036
The bidder hereby bids the following amounts for all work (Including labor,
equipment, time and matenals) required to perform the work In the Statement of
Work and this package
cO
1 Lump Sum $ \;:;l, \lo{~-
\ ,a
2 Sales Tax (8 4%) $ l062Ol-
$ \<2. \CO~
3 Total Bid J \
I
4 The bidder hereby acknowledges that It has received Addenda No(s) _I \<\~v-'3
(Enter "N/A" If none were Issued) to this Request for Quotation package
5 The name of the bidder submitting this bid and ItS business phone number and address, to which
address all commUnications concerned with this bid and with the contract shall be sent, are listed
below Any wntten notices required by the terms of an awarded contract shall be served or mailed
to the following address
Contractor Information'
1 Company Name'
A,-\)€ll.C~/l.o"~ G,NS.l~\JC\IO>J . Lv<:-
,
2, Address'
~3(" 6F.1-t5O,..! ~AO
~lt\ AJooJ.G.E"~E:S \/JA '183(^-:?
'3<<:>0 t-I5....,-~..,
A LOEltc:I"O'-\?LlP
Cs,o l - ~lDlD - "'I SS
0"\'1 . ~o;l..DO
,
3, City, State, Zip Code.
4 Phone Number:
5 Contractor Registration Number'
6 UBI Number
7 WA State Industnal Insurance Account Number
8 WA State Employment Secunty Dept Number:
?>l6:5"1c.o 00 0
(,,0 1-(.,(pG.- ~3.s-
9 State EXCise Tax Registration Number'
Signed by
The bidder represents that It IS
to perform the services se f
Pnnted Name
P(l.,~""O~
\....\p,<'''i><::l!. L. .bv:l...t'YMP....::.:"
\ 1/13/01
/
Title
Date
PIOJect LO-07-036
Page 2
Rev 2/15/2007
,
.
.
.
P.O #: 010535
DATE 11/26/07
INVOICE TO'
Clty of Port Angeles
ATTN. ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO: ALDERGROVE CONSTRUCTION INC
336 BENSON RD
PORT ANGELES, WA 98363
SHIP TO:
Clty of Port Angeles
240 W FRONT ST
PORT ANGELES, WA 98362
VENDOR #
1286
REQ. NO.
10211
REQUISITIONED BY
CRAIG FRIED
SHIP VIA:
F.O.B.
TERMS
NET
QUANTITYUOM ITEM NO AND DESCRIPTION
1.00EA LIGHT OP'S MEZZANINE
REMOVAL AND INSTALL
SMALL WORKS PROJECT
LO-07-036
EXTENDED
UNIT CO COST
12168.00 12168 00
SUB-TOTAL
TAX 8 4
TOTAL
12168.00
1022.11
13190.11
AUTHORIZED BY
""\
" "',)
\ IL ,\Iv
\/ l~ L-__
l'UKLHA::;.LNG AG!;Nl
'~,
'",