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 ~
\