Loading...
HomeMy WebLinkAbout4.623U Original Contract . CIty of Port Angeles PublIc Works & Utll!tles Dept OperatIOns Office 1703 South 8 Street Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 . LIMITED PUBLIC WORKS PROCESS D Request for Quotation I:8J Contract Contract Title' Fence for New Lioht OD'S BUlldlno and Miscellaneous Reoalrs. Project Number. LO-07-039 THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Aloha Fence Co ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as descnbed In Attachment "AU (Attachment "AU may Include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which IS attached hereto and by thiS reference IS Incorporated herein. 2. TERM OF CONTRACT All work under thiS Contract IS to be completed as Indicated (check one): D All work under thiS Contract IS to be completed by thiS date: _ I:8J All work under thiS Contract IS to be completed 30 days from the Notice to Proceed No work IS to be performed pnor to wntten Notice to Proceed by the City. D The performance penod under thiS Contract commences _ calendar days after contract award and ends _ calendar days after contract award 3. PAYMENT A The City shall pay the Contractor for the work performed under thiS contract (check one). D Time and matenal, not to exceed. $_ D Time and actual expenses Incurred, not to exceed: $ D Unit pnces set forth In the Contractor's bid or quote, not to exceed $ I:8J Firm Fixed Pnce set forth In Contractor bid or quote In the amount of $10.69800 The Contractor shall do all work and furnish all tools, matenals, and eqUipment, In accordance with and as descrtbed 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 upon request. Project LO-07-039 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. 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 malntam, 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 warmng 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 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 mcludlng, but not limited to, cost of materials and labor expended by the City m making emergency repairs and cost of engmeerlng, mspectlon 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 m the Contract Document, the City WIll rely on the profeSSional Judgment of the Contractor to make appropriate selections. D Nondlscrlmmatlon/Affirmatlve ActIon. Contractor agrees not to diSCriminate against 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 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, termination 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 term mate upon satisfactory completion of the work deSCribed In 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 Page 2 Rev 2/16/2007 Project LO-07-039 , . . and' finish the work by whatever methods It may deem expedient, by giving l~ys 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 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 material or labor 5. Contractor persistently disregards federal, state or local regulations and ordinances, 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that suffiCient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract IS terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified In Attachment "A" IS satisfactorily completed, as scheduled, up to the date of termination At such time, If the unpaid balance of the amount to be paid under this Contract exceeds the expense Incurred by the City In finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be JOintly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall Include all legal costs Incurred by the City to protect the rights and Interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor With funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon Its request. B Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract Will be kept confidential and shall not be made available to any Individual or organization by the Contractor Without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made In writing to the City Within thirty days after the discovery of such damage, expense or loss, and In no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived Its right to claim for any other damages for which application has not been made, unless such claim for final payment Includes notice of additional claim and fully deSCribes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate commUnications, and review and approve all InVOices, under this Contract 10. HOLD HARMLESS A The Contractor shall protect, defend, indemnify and save harmless the City, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting from the negligent acts or omissions of the Contractor The Contractor agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any Immunity that would otherwise be available against such claims under the Industrial Insurance provIsion of Title 51 RCW. In the event the City obtains any judgment or award, and/or Incurs any cost arising therefrom including attorneys' fees to enforce the prOVISions of thiS article, all such fees, expenses, and costs shall be recoverable form the Contractor. Project LO-07-039 Page 3 Rev 2116/2007 . . B The City shall protect, defend, indemnify and save harmless the Contractor, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting from the negligent acts or omissions of the City. The City agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents For thiS purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any Immunity that would otherwise be available against such claims under the industrial Insurance prOVIsion of Title 51 RCW In the event the Contractor obtainS any judgment or award, and/or Incurs any cost arising therefrom including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the City. 11. INSURANCE The Contractor shall maintain Insurance as set forth In Attachment B. 12. PREVAIUNG WAGE This Contract IS subject to the reqUirements of Chapter 39.12 RCW, and as It may be amended, relating to prevailing wages. On Public Works projects, funded In part or In whole With Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAIUNG RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though fully set forth herein Prior to making any payment under thiS Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It IS the Contractor's responSibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responSible for all filing fees. Each InVOICe shall Include a Signed statement that prevailing wages have been paid by the Contractor and all subcontractors. FollOWing the final acceptance of services rendered, Contractor shall submit an "AffidaVit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and In accordance With RCW 39.12 040(2), the contractor or subcontractor IS authOrized to submit a combined Statement Of Intent To Pay Prevailing Wages & AffidaVit Of Wages directly to the City of Port Angeles at final inVOICing. SubmiSSion shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department In case any dispute arises as to what are the prevailing rates of wages for a speCific trade, craft or occupation and such dispute cannot be adjusted by the parties In Interest, Including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and hiS deciSion shall be final, conclUSive, and binding on all parties Involved In the dispute 13. INTERPRETATION AND VENUE This Contract shall be Interpreted and construed In accordance With the laws of the State of Washington. The venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a speCial "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards of quality, performance, or use deSired. Brands of equal quality, performance, and use shall be conSidered, prOVided Contractor speCifies the brand and model and submits deSCriptive literature when available Any bid containing a brand which IS not of equal quality, performance, or use speCified must be represented as an alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid. Project LO-07-039 Page 4 Rev 2!l6/2007 . . 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject Inspection and to approval by the City Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, Will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS 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 negotiations, representations, or agreements, either written or oral. ThiS contract may be amended, modified or added to only by written Instrument properly signed by both parties hereto. This Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral This contract may be amended, modified or added to only by written Instrument properly Signed by both parties hereto. IN WITNESS WHEREOF, the parties have executed thiS Contract as of / ,kG / .2007 CONTRACTOR ~ CITY OF PORT ANGELES By: A'~G.4z- CtJ By' Printed Name: /1I.t?'~.::;; ~"'?Cl?~i?-e.Prlnted Name' I~. . ~~ Title: ~LV/?.e-r . Title:Dr~ \:) Address:6.:A 1'3 6# O('~......./....c~/. ~ , ./ City 5'~Gc'/~ ~ 9F3fL TaxID#' 9/- ('2..../ SZJ6rL' Phone NUmberJ~.a ~-j'}7( Purchase Order #. {?{ 0 $' ~ Lj e// ~~ 92J Project LO-07-039 Page 5 Rev 2116/2007 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . . ATTACHMENT "A" WORK BY CONTRACTOR 1. General Scope 1 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 2 All fencing and debris to be removed as a result of this contract become the property of the Contractor There will be a total of three projects that need to be completed 1) Installation at new Light Ops facility 2) Repair of fence at Pump Station No.4 3) Repair of fence at the Transformer Building The Contractor shall do all work and furnish all labor, tools, matenals, and eqUipment III order to accomphsh followlllg projects Project 1) Install at New Light Ops Facility Install new chain link fence and gate with outriggers and three strands of barbed wire security extension above fabriC at Light Operalions FaCility located at 2007 South "0" Street (located III the Airport Industnal Park), Port Angeles, W A 98362 Chain link fence fabriC IS approximately SIX (6) feet In height Included photographs show tYPical sections of the eXisting bUilding Minimum overall fence height needs to be seven feet ApprOXimate fence dimenSions and work location IS shown In the attached site plan . One 20-foot In length gate on wheels, opening parallel with the fence SIX feet In height . ApprOXimately 380 feet of chain link fence, SIX feet In height . Three strands of barbed wire security extension at top of fence and gate To extend total height to approximately seven (7) feet Page 6 Rev 2116/2007 Project LO-07-039 Pic'tures of Building for Fen~From South End of Building) · i-- I . ~~-- ---- .--- .------- .--- -- -- ~ P~\Int&lr - 50.-0n 'b I g . o I g 'b I b '" 'b I i<: .... z: :::J .... . u o z: I ~ g[!j z: N /-..,~ ; \ ~..-.-._- ~ Jr' '. ft-' Site Plan Project LO-07-039 Page 7 Rev 2/16/2007 . . Project 2) Repair ofFence at Pump Station No.4 Repair Wastewater Pump Station # 4 fence located at 313 Manne Dnve, Port Angeles, Washington We have Identified, to the best of our ability, what Items need to be repaired and/or replaced It will be the responsibility of the contractor to detenmne If any other matenals or Items will be needed for the repair and/or replacement Remove damaged chain link fence, posts and connecting hardware Replace approximately 21' of damaged fence fabnc, center rail and top rail, 1 corner post (2 9" 0 0 ), 1 gate post (2 9" 0 0 ), 1 fence post (2 4" 0 D) and three strands of barbed wire above fabnc to match eXisting chain link fence style and strength as the chain link fence Included photographs show typical secllons of the eXisting fence Restore the double gate to onglnal alignment (i ~ " ~ Align posts to ensure gate closes as onglnally designed ~ Approximately 21' feet of new fence Project LO-07-039 Page 8 Rev 2/16/2007 Damaged Fence . . Project LO-07-039 Page 9 Rev 2/1612007 . . TYPICAL FENCE TYPE CAN BE SEEN NEED TO MATCH EXISTING STYLE TO BRING FENCE BACK TO ORIGINAL SPECIFICAT IONS GATE WILL NOT CLOSE PROPERLY WILL NEED TO BE REPAIRED TO CLOSE PROPERLY Project LO-07-039 Page 10 Rev 2/16/2007 p~~ject 3) Repair fence at Tr!former Building . Repair Transformer BUilding fence located at 1707 Tumwater Truck Road (SR 117), Port Angeles, Washington Remove damaged chain link fence, posts and connecting hardware, repair or replace as reqUired to bnng fence back to onglnal specifications Project LO-07-039 Page 11 Rev 211612007 . . Additional ReqUirements and InformatIOn 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 Faclhty 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 municipal codes and the current adopted codes I InternatIOnal BUlldmg Code (IBC) 2 InternatIOnal Resldental Code (IRC) 3 Umform Plumbmg Code (UPC) 4 InternatIOnal Fuel And Gas Code (IFGC) 5 InternatIOnal Mechanical Code (IMC) 6 Washington State Energy Code (WSEC) 7 Washmgton State VentilatIOn And Indoor Au Quahty Code (VIAQ) 8 ANSI 117 (Ada Accessabhty Code) 9 InternatIOnal Fue Code (IFC) 10 NatIOnal Electncal Code (NEC) 11 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 ofthe Port Angeles Wastewater Treatment Plant Supenntendent. 4) Subcontractor Responslbihty 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 venfy that each of ItS first tier subcontractors meets the following bidder responsibility cntena _ At the time of subcontract bid submittal, have a certificate of registratIOn m compliance with chapter 18 27 RCW, - Have a current state unified business identifier number, - If apphcable, have . Industrial msurance coverage for the subcontractor's employees working m Washington as reqUired m Title 51 RCW, . An employment security department number as reqUired m Tile 50 RCW, and Project LO-07-039 Page 12 Rev 2/16/2007 . A state excise tax r!tratlOn number as required in Tile 82 tw, . An electncal contractor license, If reqUired by Chapter 1928 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 3912065(3) Project LO-07-039 Page 13 Rev 2/1 6/2007 . . City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and mamtaln for the duration of the Contract, msurance against claims for mjurles to persons or damage to property which may arise from or m connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors Failure by the Contractor to maintain the msurance as reqUired shall constitute a material breach of contract upon which the City may, after glvmg five working 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 m connection therewith, With any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set agamst funds due the Contractor from the City. 1 Mmlmum Scope of Insurance The Contractor shall obtam msurance of the types described below. a Automobile lIablhtv 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 mjury, and liability assumed under an msured contract. The CommerCial General Liability Insurance shall be endorsed to prOVide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 There shall be no endorsement or modification of the CommerCial General liability msurance for liability 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 prOViding eqUivalent coverage c Workers' Comoensatlon coverage as reqUired by the Industrial Insurance laws of the State of Washington 2 Mmlmum Amounts of Insurance The Contractor shall mamtam the followmg msurance limits. a. Automobile lIabllltv msurance With a mmlmum combmed smgle limit for bodily Injury and property damage of $1,000,000 per accident. b CommerCial General Llabllltv msurance 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 contam, the follOWing provIsions for Automobile Liability and CommerCial General Liability Insurance Project LO-07-039 Page 14 Rev 2/16/2007 '. a The Contractor's Inlnce 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, definitions, terms and endorsements related to thiS project. 6 Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, eqUipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences 7. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of thiS Contract or other property Insurance applicable to the work. The poliCies shall prOVide such waivers by endorsement or otherwise. Project LO-07-039 Page 15 Rev 2/16/2007 , City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . . ATTACHMENT "C" PREVAILING WAGE RATES " See attached lIstmg Washmgton State Prevallmg Wage Rates For PublIc Works Contracts, Clallam County, effective 08-31-015l 2 Washmgton State PrevailIng Wage Rates For PublIc Works Contracts - Apprentices, Clallam County, effective 08- 3 l-~, Page 16 Rev 2/16/2007 Project LO-07-039 . . State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevallmg Wage Section. Telephone (360) 902.5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits On public works proJects, workers' wage and benefit rates must add to not less than this total A brief deSCription of overtIme calculation requirements 1$ 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 Holiday Code Note Code Code $36 24 lH 5D $4747 Ie 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 50 1M 5D 1M 50 1M 5D 1M 50 1M 50 1M 5D 1M 5D 1H 5D 1M 5D 8A 1M 5D 1T 50 8L 1T 5D 8L 1T 5D 8L 1T 50 8L 1T 5D 8L 1T 5D 8L 1T 50 8L 1T 5D 8L 1E 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 5D . 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 1V TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHANGE-HOUSE MAN OR DRY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE DUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) DITCH DIGGER DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC OUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (I e, dusting, vacuuming. Window cleanrng, NOT construction debns cleanup) FINE GRADERS FIRE WATCH FORM SETTER GAB ION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER Page 3 PREVAILING WAGE $973 $1148 $1278 $793 $1053 $20 50 $4792 $36 75 $36 24 $3101 $36 24 $36 24 $36 24 $36 24 $37 20 $36 75 $36 24 $36 24 $3675 $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 Holiday Code 10 5A lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 lH 50 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 CARRIER/MORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUDMAN MATERIAL YARDMAN MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELlNER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER 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 $36 24 1H 5D $37 20 lH 5D $3675 1H 5D $36 24 lH 5D $37 20 lH 5D $36 75 lH 5D $3675 1H 5D $36 75 1H 5D $36 75 lH 5D $36 24 lH 5D $37 20 lH 5D $36 75 lH 5D $36 75 lH 5D $3101 1H 5D $36 75 lH 5D $36 75 lH 5D $36 75 lH 5D $37 20 lH 5D $36 75 lH 5D $36 24 lH 5D $37 20 1H 5D $36 24 lH 5D $36 75 1H 5D $36 75 lH 5D $37 20 lH 5D $36 24 lH 5D $36 75 1H 5D $36 24 lH 5D $36 24 lH 5D $36 24 lH 5D $36 75 lH 5D $36 24 lH 5D $36 75 lH 5D $36 75 lH 5D $36 24 lH 5D $36 24 lH 5D $36 75 lH 5D $36 75 lH 5D $36 24 1H 5D $36 24 1H 5D $36 24 1H 5D $36 75 lH 5D $36 24 lH 5D $36 75 lH 5D $36 24 1H 5D $36 75 1H 5D $36 24 1H 50 $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 lH 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289 LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK DRIVERS $1289 LANDSCAPING OR PLANTING LABORERS $1289 LATHERS JOURNEY LEVEL $43 79 1M 5D METAL FABRICATION (IN SHOP) FITTERlWELDER $1516 LABORE R $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 & PIPE FITTERS JOURNEY LEVEL $56 34 lG 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 (2IPPER) $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 50 8L CONCRETE PUMPS $44 50 1T 50 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 50 8L CONVEYORS $44 50 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 50 8L WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 50 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 50 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $4214 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $44 50 1T 50 8L Page 5 . . CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note ClaSSification WAGE ~ Code Code CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47 09 1T 50 BL 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 BL CRUSHERS $44 92 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 5D BL DERRICK, BUILDING $4541 1T 5D 8L DOZERS, D-9 & UNDER $44 50 1T 5D BL DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 5D 8L DRILLING MACHINE $44 92 1T 5D 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $4214 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L 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 GRADE CHECKER AND ST AKEMAN $4214 1T 5D 8L GUARDRAIL PUNCH $44 92 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44 50 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44 92 1T 5D 8L 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 8 YD) $4541 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $45 96 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44 92 1T 5D 8L LOCOMOTIVES, ALL $44 92 1T 5D 8L MECHANICS, ALL $4541 1T 5D BL MIXERS, ASP HAL T PLANT $44 92 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $44 92 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4541 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $4214 1T 5D BL OPERATOR PAVEMENT BREAKER $4214 1T 5D BL PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 5D BL 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 BL 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 BL ROLLAGON $4541 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 5D BL ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 5D BL 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 YD) SCRAPERS - SELF PRQPELLED, HARD TAIL END DUMP ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLIP FORM PAVERS SPREADER, TOPSIDE QPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (QVER 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 QPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) PQWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL Page 7 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $44 92 1T 5D 8L $4541 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $4214 1T 5D 8L $4541 1T 5D 8L $44 92 1T 5D 8L $44 92 1T 5D 8L $44 50 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $44 92 1T 5D 8L $4541 1T 5D 8L $44 50 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $44 92 1T 5D 8L $4214 1T 5D 8L $44 92 1T 5D 8L $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 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 $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 1G 5A 1E 6L 1 1R 5A 1E 6L 1H 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 Gode 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 18 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36 40 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $41 19 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 ., ., PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing OvertIme Holiday Note Stage of Progression && Hour Range -Code Code Wage Code ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL o DODO-DODO HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 50 00% $1932 1M 50 2 1001-2000 HOURS 60 00% $2212 1M 50 3 2001-3000 HOURS 75 00% $2851 1M 50 4 3001-4000 HOURS 90 00% $3315 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 BOILERMAKERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1C 5N 1 0000-1000 HOURS 70 00% $3B B6 1C 5N 2 1001.2000 HOURS 75 00% $40 30 lC 5N 3 2001-3000 HOURS BO 00% $4173 1C 5N 4 3001-4000 HOURS 85 00% " $4317 lC 5N 5 4001-5000 HOURS 90 00% $44 60 1C 5N 6 5001-6000 HOURS 95 00% " $46 04 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M SA 1 0000-0750~OURS 50 00% $2549 1M SA 2 0751-2250 HOURS 55 00% $27 05 1M SA 3 2251-3000 HOURS 60 00% $2B 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% $3799 1M SA 7 5251-6000 HOURS 95 00% $39 56 1M SA CARPENTERS CARPENTER o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 60 00% $26 6B 1M 50 2 1001-2000 HOURS 65 00% $32 3B 1M 50 3 2001-3000 HOURS 70 00% $34 00 1M 50 4 3001-4000 HOURS 75 00% $3563 1M 50 5 4001-5000 HOURS 80 00% $37 25 1M 50 6 5001-6000 HOURS B5 00% $3B BB 1M 50 7 6001-7000 HOURS 90 00% $4050 1M 50 8 7001-BOOO HOURS 95 00% $4213 1M 50 DRYWALL APPLlCA TOR o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-0700 HOURS 50 00% $2346 1M 50 Page 1 . . 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 92 00% ACOUSTICAL WORKER o 0000-0000 HOURS 0 00% 1 DODO-100D 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 ANO MACHINE ERECTORS o 0000-0000 HOURS 0 00% 1 1 st Period 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 60 00% 66th Penod 85 00% 77th Penod 90 00% 88th Penod 95 00% PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING 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 Period 95 00% BRIDGE. DOCK AND WARF 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 aD 00% 66th Penod 85 00% 77th Penod 90 00% B 8th Penod 95 00% CEMENT MASONS Page 2 PrevaIling OvertIme Hohday Code Wage Code $30 78 1M 50 $33 38 1M 50 $35 98 1M 50 $38 59 1M 50 $41 19 1M 50 $793 1M 50 $23 52 1M 50 $30 85 1M 50 $33 46 1M 50 $36 07 1M 50 $38 69 1M 50 $4130 1M 50 $793 1M 50 $2728 1M 50 $33 03 1M 50 $34 70 1M 50 $36 38 1M 50 $38 05 1M 50 $39 73 1M 50 $4140 1M 50 $43 08 1M 50 $793 1M 50 $26 80 1M 50 - $3251 1M 50 $3414 1M 50 $35 78 1M 50 $3741 1M 50 $39 05 1M 50 $40 68 1M 50 $42 32 1M 50 $793 1M 50 $26 68 1M 50 $32 38 1M 50 $34 00 1M 50 $35 63 1M 50 $37 25 1M 50 $38 88 1M 50 $40 50 1M 50 $4213 1M 50 Note Code e, Stage 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 S001~6000 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 B5 70% 2 1001-2000 HOURS 89 80% 3 2001-3000 HOURS 92 BO% ELEVA TOR CONSTRUCTORS MECHANIC o 0000-0000 HOURS 0 00% ,') ~".~ ~" "i'}. 'O;~'~,~. -..-r"~T")~'i~~_ - '.' " - "N'-'!:fIfWF_"J "~/t" !'.~;/411 , ~ .. "",~ PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 PrevaIling OvertIme HoIJday Code Note Code Wage Code $793 1M 50 $1402 1M 50 $1682 1M 50 $1963 1M 50 $22 43 1M 50 $25 24 1M 50 $26 64 1M 5D $793 1E 5P $2829 1E 5P $29 82 1E 5P $3288 1E 5P $35 94 1E SP $3900 1E 5P $40 53 1E SP $793 10 SA $22 49 10 5A $26 30 1D SA $3146 10 SA $35 85 10 SA $4026 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 $7 93 4A SA $42 06 4A SA $43 66 4A SA $44 63 4A SA $793 4A 6Q Page 3 . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 PrevaIling Overtime Holiday Note Stage of ProgressIon && Hour Range Code Code Wage Code 1 0000-1000 HOURS 50 00% $2069 4A 6Q 2 1001-1700 HOURS 55 00% $37 36 4A 6Q 3 1701-3400 HOURS 65 00% $4176 4A 6Q 4 3401-5100 HOURS 70 00% $44 55 4A 6Q 5 5101-6800 HOURS 80 00% $48 97 4A 6Q 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 60 00% $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 TELECOMMUNICATION TECHNICIANS JOURNEY LEVE~ o ODOD-OODO HOURS 0 00% $793 10 5A 1 0000-0800 HOURS 60 00% $2037 10 5A 2 0801-1500 HOURS 65 00% $2171 10 5A 3 1601-2400 HOURS 70 00% $23 06 10 5A 4 2401-3200 HOURS 75..00% $2441 10 5A 5 3201.4000 HOURS 80 00% $25 76 10 5A 6 4001.4800 HOURS 85 00% $2711 10 5A FLAGGERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M 50 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 6500% $3019 1H 5G 6 5001.6000 HOURS 70 00% $3213 lH 5G 7 6001-7000 HOURS 80 00% $3601 1H 5G 8 7001-8000 HOURS 90 00% $39 88 lH 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC o 0000-0000 HOURS 0 00% $793 1S 5J 1 0000-1000 HOURS 4000% $25 32 1S 5J 2 1001-2000 HOURS 45 00% $27 06 1S 5J Page 4 .. Stage of Progression && Hour Range 3 2001-3000 HOURS 50 00% 4 3001-4000 HOURS 55 00% 5 4001-6000 HOURS 65 00% 6 6001-8000 HOURS 7S 00% 7 8001-10000 HOURS 8500% HOD CARRIERS & MASON TENDERS JOURNEY LEVEL o 0000-0000 HOURS 0 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% INSULA TION APPLlCA TORS 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% IRONWORKERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-0750 HOURS 65 00% 2 0751-1500 HOURS 70 00% 3 1501-2250 HOURS 75 00% 4 2251-3000 HOURS 80 00% 5 3001-3750 HOURS 90 00% 6 3751-4500 HOURS 90 00% 7 4501-5250 HOURS 95 00% 8 5251-6000 HOURS 95 00% LABORERS GENERAL LABORER o 0000-0000 HOURS 000% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 90 00% LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER o 0000-0000 HOURS 0 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% . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing OvertIme Holiday Note Code Code Wage Code $28 79 lS 5J $30 52 15 5J $33 99 15 5J $3746 1S 5J $40 93 15 5J $793 1M 50 $25 02 1M 50 $27 83 1M 50 $3063 1M 50 $3344 1M 50 $793 1 $1025 1 $1230 1 $1538 1 $1845 1 -' $793 10 5A $28 08 10 5A $2970 Hr 5A $3982 _ 10 5A $4144 10 5A $44 68 10 SA $44 68 10 SA $46 30 10 5A $46 30 10 SA $793 1M 50 $25 02 1M 50 $27 83 1M 50 $3063 1M 50 $3344 1M 50 $793 1M 5D $25 02 1M 5D $2783 1M 50 $30 63 1M 5D $33 44 1M 50 Page 5 Stage of Progression && Hour Range LATHERS JOURNEY LEVEL o 0000.0000 HOURS 0 00% 1 0000.0700 HOURS 50 00% 2 0701.1400 HOURS 60 00% 3 1401.2100 HOURS 68 00% 4 2101-2800 HOURS 76 00% 5 2801.3500 HOURS 84 00% 6 3501.4200 HOURS 92 00% PAINTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-0750 HOURS 52 00% 2 0751-1500 HOURS 56 00% 3 1501.2250 HOURS 60 00% 4 2251-3000 HOURS 64 00% 5 3001-3750 HOURS 68 00% 6 4001-4800 HOURS 72 00% PLASTERERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000.0500 HOURS 40 00% 2 0501-1000 HOURS 45 00% 3 1001.1500 HOURS 45 00% 4 1501.2000 HOURS 5000% 5 2001.2500 HOURS 55 00% 6 2501-3000 HOURS 60 00% 7 3001-3500 HOURS 65 00% 8 3501-4000 HOURS 7000% 9 4001-4500 HOURS 75 00% 10 4501-5000 HOURS 80 00% 11 5001-5500 HOURS 85 00% 12 5501.6000 HOURS 90 00% 13 6001-6500 HOURS 95 00% 14 6501-7000 HOURS 9500% PLUMBERS & PIPEFITTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 62 50% 3 4001-6000 HOURS 70 00% 4 6001-8000 HOURS 75 00% 5 8001-10000 HOURS 85 00% POWER EQUIPMENT OPERA TORS . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime HeIJday Note Code Code Wage Cede $793 1M 50 $2346 1M 50 $3078 1M 50 $33 38 1M 50 $35 98 1M 50 $38 59 1M 50 $41 19 1M 50 $793 28 5A $1927 28 5A $20 32 28 5A $2137 28 5A $23 26 28 5A $24 36 28 5A $2545 28 5A " $793 1 $1033 1 $11 62 1 $11 62 1 $1292 1 $1421 1 $1550 1 $1679 1 $1808 1 $1937 1 $2066 1 $2196 1 $23 25 1 $24 54 1 $24 54 1 $793 1G 5A $30 53 1G 5A $4152 lG 5A $4449 1G 5A $4647 1G 5A $50 43 1G 5A Page 6 .0 .' PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Stage of ProgressIon && Hour Range BACKHOES, (75 HP & UNDER) 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 TION & 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 HOURS 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 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% RESIDENTIAL ELECTRICIANS Page 7 Prevalhng Overtime Holiday Code Note Code Wage Code $793 1M 50 8L $33 39 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 SA $2517 4A SA $26 34 4A SA $27 52 4A SA $28 70 4A SA $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 . . 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 JOURNEY LEVEL o 0000-0000 HOURS 000% $793 1 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 GLAZIERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-1000 HOURS 55 00% $803 1 2 1001-2000 HOURS 65 00% $949 1 3 2001-4000 HOURS 75 00% $10 95 1 4 4001-6000 HOURS 8500% $1241 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) o 0000-0000 HOURS 0 00% $793 1E 6L 1 0000-0900 HOURS 55 00% $1703 1E 6L 2 0901-1800 HOURS 60 00% $17 94 1E 6L 3 1801-2700 HOURS 65 00% $1927 1E _6L 4 2-701-3600 HOURS 70 00% $2019 1E 6L 5 3601-4500 HOURS 75 00% $2135 1E 6L 6 4501-5400 HOURS 80 00% $22 26 1E 6L- ROOFERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-0820 HOURS 60 00% $1241 1 2 0821-1630 HOURS 67 00% $793 1 3 1631-2450 HOURS 74 00% $793 1 4 2451-3270 HOURS 81 00% $1666 1 5 3271-4080 HOURS 88 00% $1808 1 6 4081-4899 HOURS 95 00% $1950 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) o 0000-0000 HOURS 0 00% $793 lE 6L 1 0000-2000 HOURS 45 00% $22 90 1E 6L 2 2001-3000 HOURS 50 00% $3163 1E 6L 3 3001-4000 HOURS 55 00% $33 53 lE 6L 4 4001-5000 HOURS 60 00% $35 46 1E 6L 5 5001-6000 HOURS 65 00% $3740 1E 6L 6 6001-7000 HOURS 70 00% $3931 lE 6L 7 7001-8000 HOURS 75 00% $4124 1E 6L Page B .' 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 (FIRE PROTECTIONl JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS '15 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 PrevaIling Overtime Holiday Code Wage Code $4316 lE $45 09 lE $793 $793 $793 $793 18 $20 85 18 $23 89 18 $26 94 18 $28 46 18 $29 98 18 $3151 18 $33 03 18 $34 56 18 $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 6L 6L SA SA SA SA SA SA SA SA SA Note Code . 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 00QO-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 Prevallmg Overtime Holiday Note Code Code Wage Code $793 18 5A $24 35 18 5A $25 82 18 5A $27 27 18 5A $30 22 18 5A $793 18 5A $25 00 18 5A $26 53 18 5A $28 06 18 5A $31 12 18 5A $3419 18 5A $37 25 18 5A $38 78 18 5A -.' $793 lK 5A $1523 lK 5A $20 55 1K 5A $24 05 lK 5A $28 06 lK 5A $32 69 1K 5A - $793 1 $1416 1 $1618 1 $1821 1 Page 10 NUV-Uij-2007 FRI 09:11 ~, PW,CORP_YARD 380. 4972 p, 03 QUOTATION PORM Fenee for Haw Uaht On's Bull~ir'lo antf MisceIl8neo~ ~J'l L0.07.o39 The bidder hereby bids the fOlloWIng amounts for III work Oncludlng labor, lll:Iuipment, Uma and malenars) required to perform Ihe work in the Statement of Wol1< IInd 111Is plckege, 1. PI'OJ~1Sum $ e.Od.r(~ -- '-...". 2. ProjecI2 Sum $ I </83 ~ $ : 36~ ~ 4, TotalLumpSum $ ~ B 6Cj@ 5, SaJeSTex(8.4%) $ Bd. r~ $ I~ 698~ - 3, Project 3 Sum II. 'rolallM 7, Th. bidder hereby ecknowledgci thalli has received Addenda NoIS) /-()..-3 tEnter "NfA' If none were Issuedl f9 this Request for Quotabon package, 8 The heme Of the bidder sUbmltUng thla bid and It, buslMas phone number and addre.., to which addresa all eommunl08tio". conolllTled Wltn this bid end With the mntralll shall ~e sent, Bre listed below Any wrfllan nolioes requlI'8d by the terms of an _rdad contract shall ~ served or mailed to IIle follQWlng address: Contrrlctor InformAtion: S WA sture Emplovment Security Dept Number: /tt.aH/I hnC~ ~ ' ~ cf3 t'k/ .t':~~/G; ~_ i~j;3;:~e;;::~~&% /9~~ k /7/.-4t L- 15~ -3/9"- 98;;. 7. WA Stab! Industrial [nsuranat Account Number' /f'd8 - d V$"- at> -5 ~ 6$"";18 9/- /;;J.1606f/ 2 Address: 1. Compilny Nam~; 3. Oty, SMa, ZIp COlle: 4 Phone Number: 5. Contractor Reglsntlon Number: 6. Ua[ Number: 9. Slate E~dse Tax Registration Number: Signed by The bidder reprtaents that It Is quellfiecl and possesses sulllelen! $i119 and tne necessary capabillt/ss to perform the SIlI'Vlcea set forfh In thIS Contract. ~~<-;~~ O"kJ "'?//kal .j. A2//e/7r"4S~e... /1'-/3 -.:> 7 'tIlIe Prfnlad Name' Ollte ~jccl; lA)-o7-o~9 Pap I Rev JIISIUJo1 ,d Wd60:,0 L00G~' 'AON ,Lv~,8909[' 'ON X~~ 3JN3~ ~HOl~: WO~~ . , . . . P 0 #: 010534 DATE: 11/26/07 INVOICE TO: Clty of Port Angeles ATTN. ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO ALOHA FENCE CO 6243 OLD OLYMPIC HWY SEQUIM, WA 98382 SHIP TO Clty of Port Angeles 240 W FRONT ST PORT ANGELES, WA 98362 VENDOR # 1062 REQ. NO. REQUISITIONED BY F.O B. TERMS NET EXTENDED UNIT CO COST 8024 00 8024.00 SHIP VIA. QUANTITYUOM ITEM NO. AND DESCRIPTION 1.00EA NEW LIGHT OPS FENCE AT NEW LIGHT OPS FACILITY PUBLIC WORKS PROJECT LO-07-039 1.00EA REPAIR FENCE AT PUMP STATION NO. 4 PUBLIC WORKS PROJECT LO-07-039 1.00EA REPAIR FENCE AT TRANSFORMER BLDG PUBLIC WORKS PROJECT LO-07-039 1483 00 1483.00 362 00 362.00 SUB-TOTAL TAX 8.4 TOTAL 9869.00 829 00 10698.00 -----------~---------------------------------------------------- REQ/ACCT DATE REQ ~Y PROJECT ---------------------------------------------------------------- 0000010210 11/16/07 CRAIG FRIED CL1007 86 45171885946510 0000010210 11/16/07 CRAIG FRIED 16 40374805354810 0000010210 11/16/07 CRAIG FRIED 3 40171805334810 -------------------------------------------------~-------------- \ 1.(" , 1,1' (i \ AUTHORIZED BY , .' '. ,_ ~UKCHAblNG AG~Ni ~ \